Loading...
HomeMy WebLinkAboutFORT GORDON NEW WATER AND SEWAGE CONNECTIONS PROJECT BLAIR CONSTRUCTION CONTRACT DOCUMENTS AND SPECIFICATIONS FOR FORT GORDON NEW WATER AND SEWAGE CONNECTIONS PROJECT Augusta, Georgia The Honorable Deke S. Copenhaver, Mayor Commissioners: Matt Aitken Corey Johnson Joe Bowles Alvin Mason Bill Lockett Joe Jackson Jerry Brigham Wayne Guilfoyle J.R. Hatney Crrady Smith Tom D. Wiedmeier Director, Augusta Utilities Department Augusta Utilities Department 360 Bay Street, Suite 180 Augusta, GA 30901 October 2011 � _ - Invitation To Bid Sealed bids wil! be received at this office unti4 Thursday, October 27, 2011 @ 3:00 p:m. Bid Item #11-160 Fort Gordon New Water and Sewage Connections for Utifities Department BID's will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 706-821-2422 BID documents may be obtained at the oi�ice of Augusta, GA Procurement Department, 530 Greene Street— Room 605, Augusta, GA 30901. A Mandatory Pre-Bid Meeting witt be conducted at the Procurement Department, 530 Greene Street, Room 605 on Friday, October 14, 2011 @ 10:00 a.m. in the conference roorr�. Alf questions must be submitted in writing by fax to 706 821-2811 or by email to prc�cbidanc#conEract(c�auc�ustaqa._ ov to the office of theProcurement Department by Monday, October 10, 201'f @ 5:00 P.M. No bid wifl be accepted by fax, all must be received by mail or hand delivered. No BID may be withdrawn fior a period of 60 days after time has been called on the date of opening.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 bidder's qualifications, a 100% performance bond and a 100% payment bond will be required for award. Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement O�ce and shall include specifications prepared in accordance with Articfe 4(Product Specifications), and all contractual terms and conditions, app(icable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, thetiming of the su6mission, the required financiai data, and any other requirements designated by the Procurement Department are considerEd material conditions of the bid which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of'the Augusta, Georgia Commission for approvai by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. GERI A. SAMS, Procurement Director cc: Tameka Allen Interim Deputy Administrator Tom Wiedmeier Augus#a Utilities Department Jerry Delaughter Augusta Utilities Department Stanley Aye Augusta Utilities Department Revised: 10/4/11 SECTION IB INSTRUCTIONS TO BIDDERS IB-01 GENERAL All proposals must be presented in a sealed envelope, addressed to the OWNER. The proposal must be filed with the OWNHR 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. Priox to the time stated any proposal may be withdrawn at the discretion of the bidder, but no proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. IB-02 EXAMINATION OF WORK Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work; the conformation of the ground; the character, quality and quantity of the facilities 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 nnder 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 INTERPRETATIONS No interpretation of the meaning of plans, specifications or other pre-bid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to the Geri A. Sams, Director of Procurement; Procurement Department; Room 605; 530 Greene Street; Augusta, GA 30901 and to be given consideration must be received at least ten days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be sent by facsimile or U.S. mail to all prospective bidders (at the respective addresses furnished for such purposes), not later than five days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. IB-04 PREPARATION OF BIDS • Bids shall be submitted on the forms provided and must be signed by the biddex or his authorized representative. Any correcdons to entries made on bid forms should be initialed by the person signing the bid. Bidders must quote on all ifems appearing on the bid forms, unless specific directions in the advertisement, on the bid form, or in the special specifications allow for partial bids. Failure to quote on all items may disqualify the bid. When quotations on all items are not required, bidders shall insert the words "no bid" where appropriate. Alternative bids will not be considered unless specifically called for. Telegraphic bids will not be cansidered. Modifications to bids already submitted will be allowed if submitted by telegraph prior to the time fixed in the Invitafiion for Bids. Modifications shall be submitted as such, and shall not reveal the total amount of either the original or revised bids. IB-1 t � � SECTION P PROPOSAL Date: C���d�� �� ��// Gentlemen: In compliance with your invitation for bids, the undersigned hereby proposes to furnish all labor, equipment and material, and perform all work for the project referred to herein as: , FORT GORDQN NEW V�JATER AND SEWAGE CONNECTIONS PI2QJECT In strict accordance with the Contract Documents and in consideration of the amounts shown on the bid schedule attached hereto and totaling: /Od/' �/.����/jc .�jh' /�iv��l�cdvc/ �/JC �(/i>G-`�� /!.�/'t':7 /�/4 �'- . And �� /100 Dol ars (� Q%!� (a, ro� 1�� The undersigned hereUy agrees that, upon written acceptance �f this bid, he will v,�ithin 10 days of receipt of such notice execute a forma] contract a�reement with the Owner, and tl�at he will provide the bond or guarantees required by the contract documents. The ui�dersi�ied hereby agrees that, if awarded the contract, he will con tlle work in accordance with required contract perfonnance dates based upon a��ritten notice to proceed per each qualified task order. The undersigned hereby also agrees that the work will be conzpleted within a tirne frame reasonable to accomplish the work, or tllat whicl� h�s beei� mutually agreed upon by tl�e Augusta Utilit�ies Department, t�ased �i1 the scope for work for the task order as assigned. The undersigned acknowledges receipt of the following addenda: Addendum No. Addendum Date � /o -- /�— Z io--/9 Enclosed is a bid warantee c�nsisting of � �i � ���� in the Anlount of /�c� % r�� �i cJ �•.�0-��7� ! �i" 5�. ��'Z 9 - � � Respectfully Submitted, ��G-�%^ �,�s����t-���,.� S-�� , Fitm f � v, �ox 7�cv �a,..ys G-� Address .j g � � � By: TITLE: ��i�3 %��� P-1 , � �.UCstdSi'�`� [1`F[L[Ti EE� �€R��t`����,f''C Ff��'�" GQ�FtDQ�( �EE�if �l/��'�6'2 f��i3 SE�rlt�f's� CC)�P��C�"i��S RE��.I�C�' DESCRIPTION ESTIMATED UNITS UNIT TOTAL QUANITY PRICE PRfCE 6" Diameter PVC sanitary pipe SDR 35, Depth 0` to 6' $QQ � � s' �� including Type II (No. 57 �� — ����° stone beddin material 8" Diameter PVC sanitary pipe SDR 35 Depth 0' to 6' 600 LF � � including Type I! (No. 57 �° �� g � ° �� stone) bedding material Pre-Cast sanitary manhole, GDOT STD 1011A, Type 1, 20 EA j�G�� = ��' j�o� °-= de th 0-6' 6" sanitary sewer service, 40 EA �� 3� �° ��Z�o "-:`—' com lete J Cut and plug existing sanitary sewer, diametervaries �� EA �Zy�' �-� �Z Zst> �°= Tie new san. Sewer to existing � 0 � manholes, diameter varies /,���% �� /v�s�'� �� 2" Tap on same size Dia. Pipe 15 EA �/�s v � !� °��"' �° 3" Tap on same size Dia. Pipe 15 EA , lo ! c°= Z� o o °= 4" Tap on same size Dia. Pipe 15 EA Zt� z� °== �� 3�� °�" 6" Tap on same size Dia. Pipe 15 EA ��S'r� � �� Z�"r �° 8" Tap on same size Dia. Pipe 10 EA � q'�r °� ��3 0 0 °� 2" PVC Water Transmission Main C 900, Class 200 500 LF � � �y��� � i 3" PVC Water Transmission iVlain C 9�0, Ciass 200 500 LF g 7S' �� �° 6" DIP, water transmission, Class 350, standard joint 500 LF �� J� ,� �]� �� 8" DIP, water transmission, Ciass 350, standard joint 500 LF �� � �3��� °° 10" DIP, water transmission, Cfass 350, standard joint ��� �� �'3 �= j-� � ° � �- . 12" DIP, water transmission, Cfass 350, standard joint 300 LF �� v � /� ��� a� Fire Hydrant Assembly Complete with valve, lead pipe 20 EA Joint restraint ant, and �� �°-= �p �o o v-= blocking. (Valve Sox and ATV kit included Misceilaneous Pipe fittings and 5000 LB 3 g� � connections ��� Lump Sum Construction 1 15% � ��� � �� �� �'L- � Addendum 2 Bid Item #11-160 Page 2 of 2 , AUGUSTA UTILiTIES DEPARTMENT FORT GORDON NEW WATER AND SEWAGE COPJNECTIONS PROJECT ���P su� cot�s • Mobifization, Demobilization • Bonds, Insurance • Gabion Retaining Walls • Remove and reset fiences, All types • Remove and reset gates, All types - • Remove and reset storm sewer, lengths & sizes vary • X" <materiab drain pipe • Remove and reconnect water services • Reconnect sanitary sewer services • Reconstruct <material> wa11, Height varies • Remove and reset signs, type varies • Remove and reset water sprinkler systems, complete • Remove and reset water vafve andlor meters, size varies • Remove and reset yard lamps, type varies • Remave and reset mailboxes, type varies • Erosion and sediment control (temporary grassing, construction exits, rip-rap, misc. erosion controf structures} • Silt Fence, Type "A" • Silt Fence, Type "B" � • Silt Fence; Type "C" � • Traffic control • Miscellaneous grading • Permanent Grassing • Raise manholes and valve boxes to grade BID BOND KNOW ALL BY THESE PRESENTS, That we, 8/air Construction, lnc. of PO Box 770, Evans Georgia 30809 (hereinafter called the Principal), as Principal, and Western Surety Company (hereinafter called the Surety), as Surety are held and finnly bound unto Augusta Commissi�n, 530 Greene Street, Room 605, Augusta, GA 30911 (hereinaf�ercaliecltheGblisee)inthepenalsu��iof 10%�fBidAmou�i--------------------------------------- ---------------------------------------------------- Dollars($ 10%ofBidAmount ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, finnly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal to the Oblisee on a contract for Fort Gordon New Water and Sewer Connections NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faitl�ful perfonnance of the said Contract, then this obligation shall be void; otherwise to remain in full force and effect. Signed and sealed this 27th day of October , 2011 �� � Blair Construction, fnc. i_��a(1 ` ��i'� �� � -�'�''�`"' . . � Principal Witness (�V..L����,.,,� �.�J��Z�-'�- --- � , � � Title . Western Surety Company � � � � %� Witness - gy � ���� _ _ Buck Leigh Attorney-in-Fact S-0053/GEEF 10/99 ,� �estern Sure �om an �Y p � POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in [he City of Sioux Falls, and State of South Dakota, and that it does by virtue of the sianature and seal herein affixed hereby make, constimte and appoint Buck Leigh, Individually of Columbia, SC, its true and Iawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute far and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were sioned by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 23rd day of June, 201 L ,.�,��. WESTERN SURETY COMPANY : Suaer"y'"� •°;a...w_...,, .�o; ,,�Q;`Q,pOqq •.;: o t �o=_ _W �4 �^ n= ` '=z ';« ; SE A�, ,'y`�` *�� pPK �. . . . w "'���.N� Paul . Bruflat, Senior Vice President State of South Dakota l r SS County of Minnehaha J On this 23rd day of June, 20l I, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in �nd which executed the above instrument that he knows the se11 of said corporation; that the seal aFfixed ro the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledgessame to be the act and deed of said corporation. My commission expires +`"'`'`'`'`'yy`+`+S`+`�'�`+y'+55s55s5 } '� D. KRELL f d November 3Q 2012 f SE ^�� NOTARY PUBLIC S �� s f SOUTH DAKOTA .r r f +5y� f D. Krell, No ry Pubtic CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set foRh is still in force, and FuRher certiFy that the By-I.aw of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 2 7 th day of October 2 01 1 „, �,,, �NSUREry�s WESTERN SURETY COMPANY � . �.--^ ; n- = N: _ : *`� `rE Ab : + '�s c� f _ . p` � . . % ..�. Kpti % �• , ,��w Dn.�.^'� . . L. Ne(son, Assistant Secretary Form F4?80-09-Q6 THIS AGREEMENT, made on the____day of , by and between AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA, GEORGIA COMMISSION, party of the first part, hereinafter called the OWNER, and , party of the second part, hereinafter called the CONTRACTOR. WTTNESSETH, 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 (when specified in each Task), to perform all of the work shown for each individua] Task as a part of the: FORT GORDON NEW WATER AND SEWAGE CONNECTIONS PROJECT And, in accordance with the requirements and provisions of the General and Supplemental General Condifions attached, which are hereby made a part of this agreement. In addition, the unit price by which Tasks are negotiated shall be considered valid for 365 calendar days from contract approvaL CONTRACTOR shall be compensated in accordance with the compensation provisions below and in accordance with the rates established in Bid Item or as may be amended and approved by OWNER. ARTICLE II - TIME OF COMPLETIONILIQUIDATED DAMAGES The work to be performed for each Task Order shall be reviewed with the CONTRACTOR prior to OWNER issuing notice to proceed. Once both parties have agreed, in writing, to the work described in the Task Order, a written notice to proceed shall be issued by OWNER. Work on the Task shall be commenced within 10 calendar days after the date of notice to proceed with each Task. All work shall be completed within the calendar days specified in the Task with all such extensions of time as are provided for in the Task documents. It is hereby understood and mutually agreed, by and between the CONTRACTOR and the OWNER, that the date of beginning, rate of progress and fihe time for completion of the work to be done hexeunder are ESSENTIAL CONDITIONS of this contract. CONTRACTOR agrees that said work shall be prosecuted xegularly, diligently, and uninterruptedly at such rate of progress as will ensure full completion thereof within the time specified. It is expressly understood and agreed by and between the CONTRACTOR and the OWNER, that the time for completion of the work described in each authorized Task is a reasonable time for completion of the same, taking into consideration the average climatic range and construction conditions prevailing in this locality. IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE THE TASK WITHIN THE TIME HEREIN SPECIFIED, then the CONTRACTOR does hereby agree, as a part of the consideration for the awarding of this contract, to pay the OWNER the sum of Five Hundred and no/100s ($500.00) Dollars, 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 tirne stipulated in the Contract for completing the work. The said amount is fixed and agreed upon by and between the CONTRACTOR and the OWNER because of the impracticability and extreme difficulty of fixing and ascertaining the actual Damages the OWNER would, in such event, sustain, and said amounts shall be retained from time to time by the OWNER from current periodical estimates. It is further agreed that time is of the essence for each and every Task to be assigned under this Contract, and the specifications wherein a definite portion and certain length of time is fixed, if additional ' time is allowed for the completion of any work, the new time limit fixed by extension shall be the essence of this contract. A-1 (D} If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the CONTRACTOR, and the OWNER Representative so certifies, the OWNER shall upon certification of the OWNER representative, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Each payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. Entire Agreement This Agreement supersedes all pxior agreements and understandings and may only be changed by written revision executed by both parties. 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. OWNER: AUGUSTA, GEORGIA ���m������ � �-�' �.���� ���j��� ATTEST: , ;°.@� b �,.��b�,� ���� ` � � •� �� � � �� �'' .° °�, C3� � � � �,•"` 9' � ��� � J? j �/ __ O ir BY' �o � By: � o � ' � � � �� f��� The Hanorable Deke Copenhaver Lena J. Bonner �, �� ;-�� �� � L� Mayor � Clerk o C ission t -"�� � � Date: � Z �� � � t � � � Date� ��� � � � � . � �` APPROVED AS TO FORM: DEPARTMENT APPROVAL: -� �� s By: �������---',6���1 � g �a-.w� ,��.�-t�r�r-'�-+ �� Thomas D. Wiedmeier Attorney Director, Augusta Utilities Department Date: I� �!l/ -�-- Date: t��I� �N CONTRACTOR• ���� :- G-� �,� 5 �r�s� � � �` �� � ; ATTEST: � �;F�L . � � � _ � 4 � // ' • G �� v ` / p--_ By . L.t/��(.;QL�lra..,�n .r.wtvn By: L� _ Name: L�%%���- �''r . ���-rr�� Name: d���,- G. /f°�u�i°=�-c'�" � Title: ��y icl��� Title: � . ���.��� Date: �� � f/ Date: � ���/� A-3 P GUST - NIJTICE TO PROCEED ORG DATE: TO: Name Attn:Firm Contact Address1 City, State 30901 PROJECT: Name PROJECT NO: You are hereby notified to commence WORK in accordance with the Agreement dated on or before , and you are to complete the WORK within consecutive caiendar days thereafter. The date of completion of all WORK is therefore Very truly yours, Augusta Program Management Team Project Engineer Receipt of this NOTICE TO PROCEED is hereby acknowfedged This, the day of , 20 Contractor; By: Title: Please sign and retum one copy of this Notice to Proceed Acknowledgement to: Augusta Utilities Department ' Attn: Program Managers 360 Bay Street, Suite 180 Augusta, GA 30901 1 Bond No. 586 86545 PERFORMANCE BOND Conforms with The American Institute of Architects A.I.A. document No. A-311 KNOW ALL BY THESE PRESENTS: that Blair Construction, Inc., PO Box 770, Evans, Georgia 30809 (Here insert full name and address or legal title of Contractor) as Principal, hereinafter called Contractor, and, Western Surety Company, CNA Plaza, Chicaqo, Illinois 60685 (Here insert full name and address or legal title of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County Commission, 530 Greene St., ROOm 605, AUgUStB, GA 30911 (Here insert full name and address or legal title of Owner) as Obligee, hereinafter called Owner, in the amount of Four Hundred Sixty Six Thousand Six Hundred Twenty Nine and 75/100-------------------------------------------------------- Dollars($ 466,629.75 �). for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written ageement dated , , entered into a contract with Owner for Fort Gordon New Water and Sewerage Connections Richmond County, GA (Here insert full name, address and description of project) in accordance with Drawings and Specifications prepared by (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. � S-1219/GEEF 10/99 Page 1 of 2 PERFORMANCE BOND 586 86545 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation� shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or contract or contracts of completion arranged under this paragraph) extension of time made by the Owner. � � sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages Whenever Contractor shall be, and declared by Owner to be far which the Surety may be liable hereunder, the amount set forth in default under the Contract, the Owner having performed in the first paragraph hereof. The term "balance of the contract Owner's obligations thereunder, the Surety may promptly remedy price," as used in this paragraph, shall mean the total amount the default, or shall promptly payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to 1) Complete the Contract in accordance with its terms and Contractor. conditions, or 2) Obtain a bid or bids for completing the Contract in accordance � Any suit under this bond must be instituted before the with its terms and conditions, and upon determination by Surety of expiration of two (2) years from the date on which final payment the lowest responsible bidder, or, if the Owner elects, upon under the Contract falls due. determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and No right of action shall accrue on this bond to or far the use of Owner, and make available as Work progresses (even though there any person or corporation other than the Owner named herein or the should be a default or a succession of defaults under the heirs, executors, administrators or successars of the Owner. � Signed and sealed this g � � day of �� y�'� ' �''- , 2011 . � �� � � ^ Blair Construction, Inc., PO Box �7Q, Evans, � '� � �.�-�--� Georgia 30809 _ ( Seal) (Witness) � ` � . . � �Y�=nlc�al) � , � � i�{����� � � � (Title) Western Surety Company, CNA Plaza, Chicago, ��� � � � Illinois 60685 (Seal) � (Witness) (Surety) /� ,��_� ��� i Buck teigh, Attorne n-Fact (Title) S-1219/GEEF 10/99 Page 2 of 2 LABOR AND MATERIAL PAYMENT BOND Bond No. 586 ss545 Conforms with The American Institute of Architects A.I.A. Document No. A-311 THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT KNOW ALL BY THESE PRESENTS: that Blair Construction, Inc., PO Box 770, Evans, Georgia 30809 (Here insert full name and address or legal title of Contractor) as Principal, hereinafter called Principal, and, Western Surety Company, CNA Plaza, Chicago, Illinois 60685 (Here insert full name and address or legal title of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County Commission. 530 Greene St., ROOm 605 Augusta, GA 30911 (Here insert full name and address or legal title of Owner) as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Four Hundred Sixty Six Thousand Six Hundred Twenty Nine and 75/100 - - - - - - - - - - - - - - - - - - - - - - - - Dollars ($ 466,629.75 ). for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated , , entered into a contract with Owner for Fort Gordon New Water and Sewerage Connections, Richmond County, GA (Here insert full name, address and description of project) in accordance with Drawings and Specifications prepared by (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. S-1220�GEEF 10i99 Page 1 of 2 LABOR AND MATERIAL PAYMENT BOND 586 86545 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions � 1. A claimant is defined as one having a direct contract with the were furnished, or for whom the work or labor was done or performed. Principal or with a Subcontractor of the Principal for labor, material, or Such notice shall be served by mailing the same by registered mail or both, used or reasonably required for use in the performance of the certified mail, postage prepaid, in an envelope addressed to the Principal, Contract, labor and material being construed to include that part of water, Owner or Surety, at any place where an office is regularly maintained for gas, power, light, heat, oil, gasoline, telephone service or rental of � the transaction of business, or served in any manner in which legal process equipment directly applicable to the Contract. 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. 2. The above named Principal and Surety hereby jointly and � severally agree with the Owner that every claimant as herein defined, who b) After the expiration of one (1) year following the date on which Principal has not been paid in full befare the expiration of a period of ninety (90) ceased Wark on said Contract, it being understood, however, that if any days after the date on which the last of such claimant's work or labor was � limitation embodied in this bond is prohibited by any law controlling the done or performed, or materials were furnished by such claimant, may sue construction hereof such limitation shall be deemed to be amended so as to on this bond for the use of such claimant, prosecute the suit to final be equal to the minimum period of limitation permitted by such law. judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. 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 3. No suit or action shall be commenced hereunder by any claimant 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. a) Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following. the 4. The amount of this bond shall be reduced by and to the extenC of Principal, the Owner, or the Surety above named, within ninety (90) days any payment ar payments made in good faith hereunder, inclusive of the after such claimant did or performed the last of the work or labor, or payment by Surety of inechanics' liens which may be filed of record against furnished the last of the materials for which said claim is made, stating said improvement, whether ar not claim for the amount of such lien be with substantial accuracy the amount claimed and the name of the party to presented under and against this bond. whom the materials .� Signed and sealed this � day of ���'��� �r=�" , 2011 ��� � .. - Blair Construction, Inc., PO Box 7�0, Evan;�, , � � � . �.,u� Georgia 30809 �S�al) (Witness) � __ � _ (pri:?c;�al) , � � � � w� ��,�t "'�� � j p / F , �� (Tttle) , Western Surety Company, CNA Plaza, Chicago, �' � Illinois 60685 (seal) � �� (Witness) � � � (Surery) � = �_�,�-��� � Buck Leigh, Attorne � n-Fact � (Title) S-1220/GEEF 10/99 Page 2 of 2 ���r�r ur � y PO�'ER ()F A7CTOR1�IEX �1.PP�?IIVTII Il�dIAIVIDUAL A'I"'�+L1IaNEg'-IN-FAC7C Know A11 1VIen By TUese �'resents, Thar WES'I�,RN SL'RFTY COMPANY, a Soud� Dnkota cor�oration, is n duly organized and exisCing corporation having its principal office iu the City of Sioux Falls, and State of South Dakota, nnd �l�at it does by virtue of tlle si�nature and s�21 herein at'fixed hereby make, constituCe and appoint ��a�l� I.�igh, Individually of Columbia, SC, its true and lawful AtCOrney(s)-in-FacC with full ��ower and autllority hereby conferred fa si�n, se�l and exaouYe for and on its behnlf honds, undertakings and other abligatory instruments of similar nal:ure - Ir� LT�larriitec� Araac�uaat� - and ta bind it thereby as fully at�d to the satne extent as if such insul�ment.s were sianed by a duly uuthrn'ized officer of the corporation and all Che t�cts of said latlornzy, �ursuank to Che authority hereby given, are hereby ra,rified aod confirmed. � � This Power of Attorney is m�de and executed pursuant Co and by authority of thr. By-Law �rinted on ti�e revecse hereo�P; duly 1dopYed, as indicated, by the shareholders of the corpa�atioil. � In Witness Whereof, WESTERN SUBETY COMPANY has caused these presents to be signed by iCS Senior Vice Pr�sident at�d its corporate seal to be hereto affixed on diis 23rd clay of .iune, 20 t 1. �'�a�'r"i:�� �ES�1['ERN �URETY COMPAN$' '�wP ��@OR,y c r ;o: =w a^ '2i 9' S +;.<_ . �' £A\'° M� . ,'''./O .. , .. „�,,, � Paul . Bniflat, Senior Vice President State of South DakoCa � ss County of Minnehaha On this 23rd da5� af ,Tune, 201 l, before me, personally came Paol T. Bivflat, to me known, who, beinb by ine duly sw�rn, did depose ai�d stiy: tl�at he resides in the Ciry o�f Sioux Falls, St'aCe of Soath Dakoltl; Chat: he is the Se�lior Vice Presidei�t of WES'T'ERN SURETY COMPf1NY dascribed in and which execu[ed the above instrument; that he knows the se2l of said coq�oraY.ion; thlt the seal affixed to the said instrutnent is such corporaCe �eal; thal�. it was so afi�ixed parsuant to luthority given by Che Board ot' Director.� of said corporation ancl that he si,gned his name Chereto pursuant to like aulharil�y, at�d acknowledRes sa�ne to be tl�e act and deed of said c�rpa�ation. My commission expires �`'`'`'`'`'`'`'�`'`� k f D. KRELL s November 30, 2012 s 5 E N07ARX PUBLIC S �A s s SOUTH DdKOTa s #555yy�y5�,y�,5h��55y�,�,5ys �4 D. Krell, No � rv Public C.�RTIFICAT� y I. L. �Ielsoi�, Assisttmt Secret�ry of WESTER'� SURETY COMPANY do hereby certify thaC Che Power of ACtorney hereinabove set forCh is scill in force, aucl further cettify that tl�e Ry-I,aw of the corporation printed on tl�e reverse hereof is still in force. In testimony whereof I have hereunto subscribed my n�me and affixed thc scal of the said corporation this' 7� �� _ day of ___� , ���� °rzSaE" �I�S7['ERI>T SURETY COMPA.NY ;�bQ.GpPOpqr� pi . =.ns =W: iS; � *�. �� A� . . L �' roU >k �D���� `. � L. Nelson, AssistanC Sccretai_y F���,,, r-�i?sn,a9-o� �� � ��3J � � ■ ` 9 � � � � i�E� L.. 4.� � 4,�. �s'�°C. C..d 1 � � 1 ! I � V � i \� � � 6� - DATE (MMIDD/YYYY) TM ii/oa/zoli PRODUCER 77p, 246. 8300 FAX 770. 246. 8301 TH1S CERTIFICATE IS 1SSUEQ AS A MATTER OF lNFORMATION Sutter, McLel l an & Gil breath, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIRCATE 1424 North Brown Road HOLDER. THIS CERTIFICATE DOES NOT AMEfVD, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 300 Lawrencevil le, GA 30043-8107 INSURERS AFFORDING COVERAGE NAIC # INSURED Blair Construction I17C. INSURERA: NdtlOtld� Trust Insurance Southern Asphalt, LLC �r,suReRe: FCCI Insurance Co. Evans Paving and Grading, LLC iNSUReRC: Hanover Insurance Co. 22292 P. 0. Box 77O INSURERD: Ev ns, GA 30809 INSURERE: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERlOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD' TypE OF INSURANCE POLICY NUMBER POUCY EFFECTNE POUCY EXPIRATION LIMITS LTR NSR DATE MM/DDlYYYY DATE MM/DD/YWY GENERAL LIABILITY - CPPOOO447F) F) OZ�1�}�ZO�.1. OZ�14�ZOIZ EACH OCCURRENCE $ �. � OOO � OO X COMMERCIAL GENERAL LIABILITY PREMISES Ea $ IOO � OO CLAIMS MADE � OCCUR MED EXP (Any one person) $ 5� QQ A Pol 1 ut i on Li ab i 1 i t PERSONAL & ADV INJURY $ 1� OOO � OO GENERAL AGGREGATE $ 2� OOO � OO GEN'L AGGREGATE LIb9iT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2� QOO � OO POLICY X PR � LOC JECT AUTOMOBILE LIABILITY CA 0005458 6 �2�14�2011 02�14�2�12 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1� oo� � 00 ALL OWNED AUTOS BODILY INJURY $ � SCHEDULED AUTOS (Per person) � A X HIRED AUTOS BODILY INJURY Q X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) i GARAGE LIA6ILITY I AUTO ONLY - EA ACClDENT $ ANY AUTO EA ACC $ OTHERTHAN AUTO ONLY: AGG $ EXCESS / UMBRELLA LIABILI7Y UMB0002841 6 OZ��.�}�ZO11 OZ�14�ZOZZ EACH OCCURRENCE $ S� OOO � OO X OCCUR � CLAIMS MADE AGGREGATE $ S� OOO � OO B $ DEDUCTIBLE g X RETENTION $ ZO � OO ' $ WORKEi25COMPENSATION O10-WC11A-54981 02�14�Z�1.1. 02�14�2�12 X TORYLIMffS ER AND EMPLOYERS' LIABILI"IY ANY PROPRIETOR/PARTNER/EXECUTIV OFFICERS INCLUDED E.L. EACH ACCIDENT $ 1� OOO � OO A OFFICER/MEMBER EXCLUDED? � (Mandatory in NH) E.L. DISEASE - EA EMPLOYE $ ], � QQQ , QQ It yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 1, OOO � OO OTHER IHA4999540-02 02/14/2011 Q2/14/2012 $310,000 any one item Leased and Rented � Euipment i $500,000 policy limit DESCRIPTION OF OPERATIONS i LOCATIONS I VEHICLES i EXCLUSIONS ADDED 6Y ENDORSEMENT! SPECIAL PROVISIONS roj: Fort Gordon New Water & Sewage Connections Contract amount: $466,629.75 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEA40R TO MAIL lO DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR AUgUSta GA COfI11111551Ot1 � REPRESENTATIVES. Room 605 , Mun i c i pal Su i 1 di ng AUTHORIZED REPRESENTATIVE _�,s�--'J � f Au usta, GA 30911 Mark Ja nes CSP/LINDAM ACORD 25 (2009I01) O 1988-2009 ACORD CORPORATION. A)I rights reserved. The ACORD name and logo are registered marks of ACORD IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy{ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. I ACORD 25 (2009/01) . � Revision OaTe � � ' Au9uST 2001 � GENERAL CONDlTlO[�S ARTICLE I--DEFINITIONS Wherever used in these Genera4 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 du{y 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 securityfurnished by CONTRACTOR and its Surety in accordance with the Contract Documents. Change Order-- A document recommended by PROFESSIDNAL, which is signed by CONTRACTOR and OWNER, and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. Contract Documents-The Agreement: Addenda (which pertain to the Contract Documents); CONTRACTOR's Bid (including documentation accompanying the Bid and any post-Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement; the Bonds; these General Conditions; the Supplementary Conditions; the Plans, Specifications and the Drawings as the same are more specifically identified in the Agreement; Certificates of Insurance; Notice of Award; and Change Order duly delivered after execution of Contract together with all amendments, modifications and supplements issued pursuant to paragraphs 3.3 and 3.5 or after the Effective Date of the Agreement. Contract Price-The moneys payable by OWNER to CONTRACTOR under the Contract Documents as stated in the AgrEement (subject to the provisions of paragraph 1�.�.1 in the case of Unit Price Work}. Contracf Time-The number of days (computed as provided in paragraph 17.2.1) or the date stated in the Agreement for the complet+on 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, Georgia 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 l��al holid�y, that day v✓��! b� �mitted frcm tre computation. Legal i-ioGdays: New Years Day, Niartin Luther King Day, Memorial Day, 4th of July, Labor Day, Veterans Day, Thanksgiving Day and the foAowing 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, GC-1 � ' Revision Late � August 20�1 reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to PROFESSIONAL's recommendation of final payment, unless responsibilityfor the protection thereof has been assumed by OWNER at Substantial Compfetion (in accordance with paragraph 14.8 or 14.10). Drawings-The drawings which show the character and scope of the Work to be performed and which have been prepared or approved by PROFESSIONAL and are referred to in the Contract Documents. Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed by the Mayor of Augusta, Georgia. Field Order-A written 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. Notice ofAward-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 s+gn and deliver the Agreement. Nofice to Proceed-A written notice given by OWNER to CONTRAC70R (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, Georgia 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 ArchitecturallEngineering firm or individual or in-house licensed person designated to perform the design andbr resident engineer services for the Work. PROGRAM MANAGER — The professional firm or individual designated as the representative or the OWNER who shali 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. ProjectArea-The area within which are the specified Contract Limits of the improvements contemplated to be constructed in whofe or in part under this Contract. Project Manager-The professional in charge, serving OWNER with arch+tectural 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. Resider.! Project Represenfafive-The authorized representative of PROrESSiONAL as PROGR�4(Vl 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 schedu4es, performance charts, instructions, diagrams and other information prepared by a Supplier and GG2 � Revisi�on Date - t+ugusc 2061 ARTICLE 2-PRELIMINARY MATTERS Delivery of Bonds: 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with these Contract Documents. Copies of Documents: 2.2. After the award of the Contract, OWNER shali 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 wi11 be OWNER's standard charges for printing and reproduction. Commencement of Contracf Time, Notice to Proceed: 2.3. The Contract Time shalf 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 Projects 2.4. CONTRACTOR shall begin the Work on the date the Contract Time commences. No Work shall be done prfor 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 W ork, 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 liabfe to OWfVER for faiiure 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: 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 inciude 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 GC-4 � . . -� � Revision Date � � AllgUSt �001 � ARTICLE 3-CONTRACT DOCUMENTS; INTENT, AMENDING, REUSE Mtent: 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 caAed for by all. The Contract Documents wili be construed in accordance with the law of the State of Georgia. 3.2. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be supplied whether or not specificaliy 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 specificalfy 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, spec+fication, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents) and the provisions of any such Laws or Regufations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). Clarifications and interpretations of the Contract Documents shall be issued by PROFESSIONAL as provided in paragraph 9.4. 3.4. Reference to standards, specifica#ions, manuals or codes of any technical society, organization or association, or to the Laws or Regufations 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. 3.5.1f, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in 6.7, CONTRACTOR shall so report to PROFESSIONAL in writing at once and before proceeding with the Work affected thereby and shall obtain a written interpretation or clarification from PROFESSIONAL; however, CONTRACTOR shall not be liable to OWNER or PROFESSfONAL 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 Supp/ementing Contract Documents: 3.6. The Contract Documents may be amended to provide for additions, deletions and revisions in the 1,Nork or tc rrcd'sfy the terrrs and con�itiors thereof iri one or more of the foflowing ways: 3.6.1. a formal Written Amendment, 3.6.2. a Change Order (pursuant to paragraph 10.3), or GC-6 . � aevision Date � � Hu9ust 2001 . ARTICLE 4-AVAILABILITY OF LANDS, PHYSfCAL CONDITIONS; REFERENCE POINTS Availability of Lands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way and easements for access thereto, and such other lands which are des+gnated for the use of CONTRACTOR. Necessary easements or rights-of-way will be obtained and expenses will be � borne by OWNER. 1f 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 ai 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 refiance on such "technical data," CONTRACTOR may not rely upon or make any claim against OWNER, PROFESSIONAL, or any of PROFESSiONAL's Consultants with respect to: 4.2.2.1. the completeness of such reports and drawings for CONTRACTOR's purposes, including but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or ' 4.2.2.2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or 4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. 4.2.3. If conditions are encountered, excluding existing utilities, at the site which are (1) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (2) unknown physical conditions of an unusual nature, which differ materially from thase 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 condi�ons 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. GG8 Revision Date . � August 2001 . Radioactive Materiai 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 shail not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractor, Suppliers or anyone else for whom CONTRAC70R 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 cond'+tion or take corrective action, if any. CONTRACTOR shall not be required to resume Work in connection with such hazardous condition or in any such affected area until after OWNER has obtained any required perm its related thereto and delivered to CONTRACTOR special written notice (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by CONTRACTOR to be resumed, either party may make a claim therefor as provided in Artic4es 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 CONTRAC70R may orcier 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. r GC-10 � Revision Date � - . 'wugust 2001 than CONTRACTOR's emp{oyees; 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 bodi{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 liabiiity and coverage's provided in the Supplementary Conditions, or required by law, whichever is greater. The comprehensive general liability insurance shall include completed operations insurance. All of the policies of insurance so required to be purchased and maintained (or the certificates or other evidence thereof) shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to OW NER, PROGRAM MANAGER, and PROFESSIONAL by certified mail. Afl such insurance shall remain in effect until final payment and at a1f times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with paragraph 13.12. fn addition, CONTRACTOR shall maintain such completed operations insurance for at least two years after final payment and furnish OWNER with evidence of continuation of such insurance at final payment and one year thereafter. Contractual Liabili�y Insurance: 5.4. The comprehensive general liability insurance requ+red by paragraph 5.3 will include contractual liability insurance applicable to CONTRACTOR's obligations under paragraphs 6.32 and 6.33. OWNER's Liability /nsurance: 5.5. OWNER shall be responsible for purchasing and maintaining OWNER's own liabifity 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, co{lapse 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 iimited to fees and charges GC-12 Revision Date Augus[ 2001 5.12. Any insured loss under the policies of insurance [equired 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 shal4 distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. Receipt and Application of Insurance Proceeds 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 ob}ection 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 compiying with the Contract Documents, OWNER shall notify CONTRACTOR in writing thereof within ten days of the date of delivery of such certificates io 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 neces- sitated thereby. l"he insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shalf not be canceled or lapse on account of any such partial use or occupancy. Indemni�cation 5.16.1. C(JNTRACTOR shall indemnify and hofd 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 GC-14 Revi.^�ion Date � AuguSt 2001 ARTICLE 6--CONTRACTOR'S RESPONSIBILITIES 6.1. CONTRACTOR shail 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 sha�l be responsible to see that the finished Work compfies accurateiy with the Contract Documents. 62. 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. 7he superintendent will be CONTRACTOR°s representative at the site and shall have authority to act on behalf of CONTRACTOR. All communicatians to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Materials and Equipment: 6.3. CONTRACTOR shall provide competent, suitably quaVified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. CONTRACTOR shall at ali 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, a{I 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 iegal 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 responsibifity for all materials, equipment, fabor, transportation, construction equipment and machinery, tools, appliances, fuel, power,light, heat, telephone, water, sanitaryfacilities, temporaryfacilities 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. A11 materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. 1f required by PROFESSIONAL, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any such instructions will be effective to assign to PROFESSIONAL, or any of PROFESSIONAL's consuftants, agents or employees, any duty or authorityto 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. CONTRAC70R shall submit to PROFESSIONAL for acceptance to the extent indicated in paragraph 2.9 ad}'ustments 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. Subsfitutes or "Or-Equal" ltems: GC-16 Revision Date - ' � Fu9U5[ 2001 other persons or organizations incfuding 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 acceptance (either in writing or byfailing 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, Suppfier or other person or organization so identified may be revoked on the basis of reasonab{e objection after due investigation, in which case CONTRACTOR shall submit an acceptable substitute, the Co�tract 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 OW NER or PROFESSIONAL of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or PROFESSIONAL to reject defective Work. 6.9. CONTRACTOR shall be fully responsibie 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 CON7RACTOR just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create any contractua{ 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 pay or to see to the payment of any moneys due any such Subcontractor, Supp{ier 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 CONTRACT�R 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 CON7RACTOR by a Subcontractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcantractor to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and PROFESSIONAL and contains waiver provisions as required by paragraph 5.11. CONTRACTOR shall pay each Subcontractor a just share of any insurance moneys received by CONTRACTOR on account of losses under policies issued pursuant to paragraphs 5.6 and 5.7. Patent Fees and Roya/ties: 6.12. CONTRACTOR shall pay a{f ficense 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 he�d by others. CONTRACTOR shall indemnify and hold harmless OWNER and PROFESSIONAL and anyone directly or indirectly emp4oyed by either of them from and against all claims, damages, losses and expenses including attorneys' fees and court and arbitration costs arising out of any infringement on patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. Permits: 6.13. CONTRACTOR shall obtain and pay for all construction permits, licenses, governmental charges and inspection fees, and all public utility charges which are applicable and necessary for the execution of the Work. All permit costs shall be included in the base bid. Permits, 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 delaywill be allowed. GC-18 � � � Aevision Daee � A4qust 2001 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 ali 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 materiafs, irrespective of whether CONTRACTOR has transferred the title of the stored equipment or materials to OWNER. CONTRACTQR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or Ioss to: 6.20.1. all employees on the Work and other persons and organizations who may be affected thereby; 6.202. all the Work and materiats 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, utifities 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 shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify OWNERs of ad}acent property and of Underground Facilities and utility OW NERs 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 direct�y 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 PROFESStONAL 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 ofi CON- TRACTOR). CONTRACTOR's duties and responsibilities for the safety and protection of the Work shali 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 unfess otherwise designated in writing by CONTRACTOR to the Project Manager. , Emergencies: GG20 � . � � Revision Date � xugust 2001 Documents, and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted to PROFESSlONAL for review and approvaf of each such variation. 6.26. PROFESSIONAL will review and approve with reasonable promptness Shop Drawings and samples, but PROFESSIONAL's review and approval will be only for conformance with the design concept of the Project and for comp�iance 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 respons+bility 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 deviat+on; any such approval by PROFESSfONAL shalf not relieve CONTRACTOR from responsibility for errors or omissions in the submittals. 628. 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 submiital 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 schedufe 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. C/eaning Up: 6.31. CONTRACTOR shall maintain the site free from accumulations of waste materials, rubbish, and other debris or contaminants resulting from the work on a daily basis or as required. At the completion of the work, CONTRACTOR shaA remove aN waste materiais, rubbish, and debris from the site as well as all tools, construction equipment and machinery, and surplus materials and will leave the Site cfean and ready for occupancy by OWNER. All disposal shall be in accordance with applicable Laws and Regulations. In addition to any other rights available to OWNER under the Contract Documents, CONTRACTOR's failure to maintain the site may result in withholding of any amounts due CONTRACTOR. CONTRACTOR will restore to original conditian those portions of the site not designated fior alteration by the Contract Documents. lndemni�cation: 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 bodify injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resuiting 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 GG22 . . � Revision na[e � � . � � Augus[ 'eD01 ARTICLE 7---OTHER WORK Related Work at Site: 7.1. OW NER 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 wh+ch shal{ contain Generaf 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 psoperly 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 areforthe benefit of such utiiity 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 OW NER (or OWNER), CON7RACTOR shall inspect and promptly report to PROFESSIONAL in writing any dekays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. CONTRACTOR's failure so to report wiH 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. Caordination: 7.4. If OW NER 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 wilf be identified in the Supplementary Conditions, and the specific matters to be covered by such authority and responsibility wiil 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 responsibiiity in respect of such coordination. GG24 . Revision nate � . AU9u5t 20D1 ARTICLE 9---PROFESSIONAL'S STATUS DURING CONSTRUCTION OWNER's Representative: 9.1. PROFESSIONAL will be OW NER'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 wil� conform to the Contract Documents. On the basis of such visits and on-site observations as an experienced and qualified design PROFESSIONAL, PROFESSIONAL will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. Project Representation: 9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a Resident 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 wilf be as provided in the Supplementary Canditions. 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 reasonabfy inferable from the overall intent of the Contract Documents. If CONTRACTOR believes that a written clarification and interpretation entitles it to an increase in the Contract Price and/or Contract Time, CONTRACTOR may make a claim as provided for in Articles 11 or 12. Authorized Variations in Work: 9.5. PROFESSIONAL may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If CONTRAGTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Article 11 or 12. GC-26 � Revision Date � F.ugust 2001 matter. Limitations on PROFESS/ONAL's Respansibilities: 9.13. Neither PROFESSIONAL's authority to act under this Article or efsewhere in the Contract Documents nor any decision made in good faith to exercise such authority shaA give rise to any duty or responsibility of PROFESSIONAL to CONTRACTOR, any Subcontractor, any of their agents or employees. 9.14. PROFESSIONAL shalf 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. GG28 Revision Late - '�ugust 2001 ARTICLE 11-CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensation (subject to written authorized adjustments) payable to CONTRACTOR for performing the Work. Ail 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 W ritten 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 claimanYs 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 OW tVER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an ad}ustment 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 actuaf compensation payable to CONTRACTOR for the utilization of such items is based upon the application of un+t prices to the actual quantities of items involved as measured in the field and required to complete the Work as originally defined in the Contract Documents. 11.3.2. When it is determined by OWNER that an addition, deletion, or revision to the Work, as d.efined 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 payab{e 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, 4WNER and CONTRACTOR may establish unit prices as agreed on by Change Order. 11.3.4. Lump Sum. When it is determined by OWNER that an addition, deletion or revision to the Work is required which results in a char►ge 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 mutuaf 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 v�tork, a reasonable price for the same shall be established by OW NER in accordance with 11.4 and 11.5. OWNER shall then process a uni{atera{ Change Order, specifying the said reasonable price, in accordance with 11.4 through 11.6. CONTRACTOR shaA perform the Work as directed in the Change Order. GC-30 Revision Date � � � August 2001 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-alf 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 ionger necessary for the Work. 11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for v+rhich CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits fost for causes other than negligence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. 11.4.5.6. Losses and damages (and related expenses), not compensated by insurance or otherwise, to the Work or otherwise sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.6) provided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OW NER. No such losses, damages and expenses shall be included in the Cost of the Work far the purpose of determining CONTRACTOR's Fee. If, however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site. 11.4.5.8. Minor expenses such as telegrams, fong distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work and premiums of property insurance coverage within the limits of the deductible amounts established by OWNER in accordance with paragraph 5.6. 11.5. The term Cost of the Work shall not include any of the following: ' 11.5.1. Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sofe 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 schedufe of job classifications referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4-all of which are to be considered administrative costs covered by CONTRACTOR's Fee. 11.5.2. Expenses of CONTRACTOR's principal area branch offices other than CONTRACTOR's office at the site. 11.5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR'S capital GC-32 aevision Date. AugusC 2001 � disciplineltrade with the unit cost per man-hour and total labor price, labor burden, equipment hours and rate for each piece of equipment, material by units of ineasure and price per unit, other costs specifically itemized, plus the overhead and profit markup. Cash Alfowances: 11.8. It is understood that CONTRACTOR has included in the Contract Price al� allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of the allowances as may be acceptable to PROFESSIONAL CONTRACTOR agrees that: 11.8.1. The allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site and al1 appficable taxes; and 11.82. 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 al{owances. 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. Unif Price Work: 11.9.1. Where the Contract Documents provide that all or part af the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications o# Unit Price Work performed by CONTRACTOR will be made by PROFESSIONAL in accordance with Paragraph 9.10. 11.92. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item. 11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR differs materialty and significantly from the estimated quantity of such item indicated in the Agreement and there is no corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes that CONTRACTOR has incurred additional expense as a result thereof, CONTRACTOR may make a claim for an increase in the Contract Price in accordance with Article 11 if the parties are unable to agree as to the amount of any such increase. GC-34 � � Revision nate Au9ust 20U1 ARTICLE 13--WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION, REMOVA� 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 othervuise specified and that all work wiN 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 al1 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. Alf defective work, whether or not in place, may be rejected, corrected, or accepted as provided in this Article. Access to Work: 13.2. For the duration of the Work, PROFESSIONAL and its representatives, other designated representatives of OWNER, and authorized representatives of any regulatory agency shall at all times be given access to the Work. CONTRACT�R shall provide proper facifities for such access and observation of the Work and also for any inspection or testing by others. Tests and Inspections: 13.3. lf the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any Work to specifically be inspected, tested, or approved by someone other than CONTRACTOR, CONTRACTOR shall give PROFESSIONAL timely notice of readiness therefore. 13.4. The testing firm(s} (if assigned by OWNER to this Work) and all such inspections, tests, or approvals provided for by OWNER shall be identified in writing by PROFESSIONAL to CONTRACTOR. All other inspections, tests or approvals shall be at CONTRACTOR's expense including additional expenses for inspection and tests required as a result of delays by CONTRACTOR ar hours worked in excess of 40 hours per week. For all required inspections, tests, and approvals on any Work prepared, performed, or assembled away from the site, CONTRACTOR will furnish PROFESSIONAL with the required Certificates of Inspection, testing, or approvaf. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organizations as may be required by law or the Contract Documents. Materials or Work in place that fail to pass acceptability tests shall be retested at the direction of PROFESSIONAL and at CONTRACTOR's expense. 13.5. Ai1 inspections, tests or approvals other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to OWNER and CONTRACTOR (or by PROFESSIONAL if so specified). 13.6. If any Work (including the work of others) that is to be inspected, tested or approved is covered without written concurrence of PROFESSIONAL, it must, if requested by PROFESSIONAL, be uncovered for observation. Such uncovering shall be at CONTRACTOR's expense unless CONTRACTOR has given PROFESSIONAL timely notice of CONTRACTOR's intention to cover the same and PROFESSIONAL has not acted with reasonable promptness in response to such notice. 13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests, or GC-36 Revision Daie � August 2001 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. A11 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 PRO�ESSIONAL as to reasonabfeness and to include but not be limited to fees and charges of engineers, architects, attorneys and other professiona{s). If any such acceptance occurs prior to PROFESSIONAL's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the 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 amaunt will be paid by CONTRACTOR to OW NER. OWNER May Correct Defective Work; 13.14. If CONTRACTOR fails within a reasonable time after written notice of PROFESSIONAL to proceed to correct defective W ork 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 comp{ete corrective and remedial action. OWNER may exclude CONTRACTOR from all or part of the site, take possession af a!{ or part of the W ork, 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 wil{ be charged against CONTRACTOR in an amount approved as to reasonableness by PROFESSIONAL, and a Change Order wil! be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OW NER 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 therefar as provided in Articfe 11. Such direct, indirect and consequentia� costs will include, but nat be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shaU r�ot be al{owed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by OWNER of GC-38 Revision nate Auguc� y001 ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values: 14.1. The schedule of values established as provided in 2.9 will serve as the basis for progress payments and will be incorporated into a form of application for Payment acceptabfe to Project Manager. Progress payments on account of Unit Price Work will be based on the number of units completed. Appiication 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 ofi 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 wil1, within ten (10) calendar days after receipt of each Application for Payment, either indicate in writing a recommendat+on of payment and present the appfication to OWNER, or return the application to CONTRACTOR indicating in writing PROFESSIONAL's reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the application. OWNER shall, within thirty-one calendar days of presentation to him of the application for payment with PROFESSIONAL's recommendation of the amount for payment, pay CONTRACTOR amount recommended. 14.5. PROFESSIONAL's recommendation of any payment requested in an Application for Payment will constitute a representation by PROFESSIONAL to OWNER, based on PROFESSIONAL's on-site observations of the Work in progress as an experienced and qualified design PROFESSIONAL and on PROF- ESSIONAL'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 GC-40 Re�+ision Da[e AugUSt 2001 tentative certificate to OWNER notify CONTRACTOR in writing stating the reasons therefor. If, after consideration of OWNER's, objections, PROFESSIONAL considers the Work substantially compiete, 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 OW NER. At the time of delivery of the tentative certificate of Substantial Completion, PROFESSIONAL will de(iver 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, 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 readyfor its intended use and substantiaily 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 W ork. CONTRACTOR at any time may notify OWNER and PROFESSIONAL in writing that CONTRACTOR considers any such part of the Work readyfor 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 iherefor. If PROFESSIONAL considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 wili 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 ofi any such part of the Work although it is not substan#ially 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 comp{eted 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 compfeted 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 GC-42 . Revision Date AUgUS[ 2001 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 wi{I be made. Such parties shall rely only on CONTRACTOR's surety bonds for remedy of nonpayment by him. CON7RACTOR agrees to defend and resoive all claims made by Subcontractors, indemnifying OWNER and PROFESSIONAL for a4! claims arising from or resulting from Subcontractor or supplier or material men or laborer services in connection with this project. 14.12.3. General Indemnity: CONTRACTOR shall indemnifyOWNER and PROFESStONALforany damages sustained, inc{uding lost profits, resulting from CONTRACTOR's failure or refusal to perform the work required by these contract documents. Final Payment and Accepfance: 14.13. lf, 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 ofi 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 appVication 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 CON�RACTOR. 14.14. If, through no fault of CONTRACTdR, fin�l complefion 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 stipufated 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 finaf payment, except that it shall not constitute a waiver of claims. CONTRACTOR's Continuing Obligation: 14.15. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by PROFESSIONAL, nor the issuance of a certificate of Substantial Completion, nor any payment by OWNER to CONTRACTOR under the Contract Documents, nor any use or occupancy of the Work or any part thereof by OWNER, nor any act of acceptance by OWNER : nor any failure to do so, nor any review and approval of a Shop Drawing or sample submission, nor the issuance of a notice of acceptability by PROFESSIONAL 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 GC-44 �evision Date � . August 2001 ARTICLE 15--SUSPENSION OF WORK AND TERMfNATION 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. Terminatian For Cause: 15.2. Upon the occurrence of any one or more of the following events 15.2. 1. if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code (7itle 11, United States Cade), 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; 15.22. 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 CONTRAC70R makes a general assignment for the benefit of creditors; 152.4. if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under applicable law or under contract, whose appointment or authority to take charge of property of CONTRACTOR is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of CONTRACTOR's creditors; 15.2.5. if CONTRACTOR admits in writing an inability to pay its debts generally, as they become due; 15.2.6. if CONTRACTOR fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skil4ed workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as revised from time to time); 15.2.7. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 15.2.8: if CONTRACTOR disregards the authority of PROFESSIONAI; 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 al! CONTRACTOR's tools, appliances, GC-46 � Revision�Date � Au9ust �001 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 152. 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 thirtydays after it is submitted or OWNER has failed for thirty-one calendar days after it is submitted to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days' written notice to OWNER and PROFESSIONAL stop the Work until receipt of payment of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph are not intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Time or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph. The provisions of this paragraph shall not relieve CONTRACTOR of the obligations under paragraph 6.30 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER. GC-48 .Revision Date � � Augus[ 2G01 ARTICLE 17-MISCELLANEOUS Giving Notice: 17.1. W henever 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. W hen any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the fast day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a fegal ho{iday 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 shal4 constitute a day. General: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim should be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. 17.4. The duties and obligations imposed by these General Conditions and the rights and 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, 13.1 Z, 13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and PROFESSIONAL thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contract Documents will survive final payment and termination or completion of the Agreement. 17.5. CONTRACTOR shall keep adequate records and supporting documentation applicable to this Work and Contract. Said records and documentation shall be retained by CONTRACTOR for a minimum of five (5) years from the date of final completion or termination of this Contract. OWNER shall have the right to audit, inspect, and copy all such records and documentation as often as OWNER deems necessary during the period of the Contract and for a period of five (5) years thereafter provided, however, such activity shall be conducted only during normal business hours. OWNER, during this period of time, shall also have the rightto 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 a{I GG50 . � Revisicn Ua[e - . AUguSt 2001 17.9.7 lf, in the opinion of the RES{DENT PROJECT REPRESENTATIVE and the OWNER, the CONTRACTOR is not responding to an emergency situat+on in an appropriate manner, the Utilities Department will undertake necessary actions to abate an overflowsituation. The cost of these actions wiff be the responsibility of the CONTRACTOR. 17.9.8 Following a discharge of untreated wasiewater, a downstream inspection will be conducted by the Utilities Department to assess potential mit'sgation measures that may be required of the CONTRACTOR. PROGRAM MANAGER: 17.10 The PROGRAM MANAGER for the project is CH2M HILL, 360 Bay Street, Suite 100 Augusta, GA 30901. The presence or duties of PROGRAM MANAGER's personnel at the construction site, whether as onsite representatives or otherwise, do not make PROGRAM MANAGER or PROGRAM MANAGER's personnel in any way responsible for those duties that belong to OW NER and / or the CONTRACTOR or other entities, and do not relieve the CONTRACTQR 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 a�l portions of the construction work in accordance with the construction Contract Documents and any health and safety precautions required by such construction work. PROGRAM MANAGER and PROGRAM MANAGER's personnel have no authority to exercise any control over any constr�ction 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 CON.7RACTOR(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 compVeted 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 MAfdAGER 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 GG52 SEC�'ION SC SUPPLEMENTARY CONDITIONS -01. SCOPE OF THE WORK: The project referred to in the Agreement shall consist of the following major elements or portion thereof as outlined in each contract. The construction and installation of water mains with appurtenances, sanitary sewer lines with appurtenances and property restoration. - 02. LIST OF DRAWINGS: The drawings will be assigned and prepared by The Augusta Utilities Engineering Department at the beginning of a task. - 03. BONDS: The Contractor will include in the lump sum payment for Lump Sum Construction the cost of his performance and payment bonds. - 04. CONTR.A.CTOR'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 $ 1,000,000 General Aggregate $ 2,000,000 Products $ 2,000,000 Personal & Adv Injury $ 1,000,000 Fire Damage $ 500,000 Automobile Liability (any auto) Combined Single Limit $ 1,000,000 . Excess Liability (any auto) Each Occurrence $ 5,000,000 Workers Compensation Statutory Limits Employer Liability $ 1,000,000 - O5. 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 far 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: SG2 Where sidewalks, street signs, private signs, walls, sidewalks, fences, pipelines, etc. are removed in accomplishing the work, each and every item will be replaced in the same or better manner or condition than that in which it was before construction began. The Contractor will protect and hold harmless the Owner from any suit, action, or dispute whatever arising from the Contractor's work adjacent to private property. -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. ItEFE12ENCED SPECIFICATIONS: Where specifications or standards of trade organizations and other groups are referenced in these specifications, they are made as nnuch a part of these specifications as if the entire standard or specification were reprinted herein. The inclusion of the latest edition or revision of the referenced specification or standard is intended. -Q14. 'FRA.FFIC CON'TROL: 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 the work, together with a suitable number of bench marks adjacent to the work. Frorn the information thus provided, the Contractor shall develop and make all detail surveys needed for SC-4 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. -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. SC-4 Use of float suppression techniques such as preferential sequencing or logic, special lead/lag logic restraints, and extended activity times are prohibited, and use of float time disclosed or implied by use of altemate 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 ENGINEERSs The Owner has engaged consulting engineers to assist the Director of Utilities, defined herein as the Engineer, by preparing plans and specifications for the wark and by praviding certain services during the bidding and construction phases of the project. The consulting engineer, 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 tiv the Contract Documents. The Program Manager for the pro}ect 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 persorulel 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 constructian methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health and safety precautions required by such construction work. Program Manager and Program Manager`s personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health ar 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 puipose of providing to Owner a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). Program Manager neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. For this Agreement only, construction sites include places of manufacture for materials incorporated into the construction work, and construction contractors include manufacturers or materials incorporated into the construction work. —018. INSPECTION AND '�ESTING OF WORK: The Owner shall provide su£ficient competent engineering personnel for the technical SC-6 -Q20. 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-I1-1, 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: 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, Geargia. The Contractor, by executing this Agreement, specifically consents to venue in Richmond Cownty and waives any right to contest the venue in the Superior Court of Richmond County, Georgia. - 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 N�T EARNED ON RETAINAGE: Notwithstanding any provision of the law to the contrary, the parties agee 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. SC-8 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. EOUIVALENT MATERIALS: Notwithstanding any provision of the general conditions, there shall be no substitution of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. - 029. AFTER HOiJRS 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-Richmo�zd Counry Planrzing Conz.mission Developnae�it Docunzents dated September, 1999 or latest version. If inspectors of Augusta-Richmond County are needed to work outside normal business hours, Augusta-Richmond County needs to be notified in advance. SC-10 REViSED SEPTEMBER 8, 2004 ITEM W-13 - Tapping sleeve and valves shall be measured individually (each) and shall include costs for sleeve, valve, associated hardware, valve boxes, temporary plugging/draining of pipeline, excavation, dewatering, asphaltjconcrete cutting, installation, normal backfill, and testing. No additional payment shall be made for these items. ITEM W-14 - Check valves and vaults shall be measured individually (each) and shall include costs for valves, valve boxes/vaults, manholes, valve extensions, excavation, dewatering, asphaltJconcrete cutting, all associated pipe and fittings, installation, normal backfill, and testing. No additional payment shall be made for these items. ITEM W-15 throi�h W-16 - Long and short side water service connections shall be measured individually (each) and shall include costs for piping, water meter connection, dewatering, asphalt/concrete cutting (including service markvlgs), installation, normal backfill, and property restoration. This line item shall include the cost of reconnection of any existing services, if required. No additional payment shall be made for these itexns. ITEM W-17 - Polyethylene pipe wrap shall be measured in linear feet and shall include costs for pipe wrap materials and installation. No additional payment shall be made for these items. ITEM W-18 - Tie-ins to existing lines shall be measured individually (each) and shall include costs for piping, dewatering, asphalt/concrete cutting, installation, normal backfill, and property restoration. No additional payment shall be made for these items. ITEM W-19 - All cut-in gate valves shall be measured individually (each) and shall include costs for valves, valve boxes jvaults, manholes, valve extensions, excavation, dewatering, asphalt/concrete cutting, all associated fittings, installation, normal backfill, and testing. No additional payment shall be made for this item. ITEM W-20 - Cut and plug existing water line shall be rneasured individually and shall indude all costs associated with cutting into an existing line and plugging it as detailed in the plans and specifications. No additional payment shall be made fox this item. ITEM W-21 - Miscellaneous concrete shall be rneasured 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. PAVEMENT STRUC'TURES ITEM P-1- 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 (10 thick) and asphalt patch (2 thick) shall be measured in square yards and shall include costs for all aggregates (regardless of type), 2 " graded aggregate base removal and disposal, bituminous tack coat, asphalt, installation, excavation, striping (both temporary and permanent}, and markers (both temporary and permanent). The square yardage calculation shall be based upon a standard width of seven (� feef for payment purposes. No additional payment shall be made for these items. WATER MEASURE PMT 04 �9 08 2 OF 4 REVISED SEPTEMBER 8, 2004 ITEM M-5 - 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 - Fence removal and replacement shall be measured in linear feet and shall include all costs associated with removal and replacement of the existing fence with new materials of like quality as necessary for water line installation. No additional payment shall be made for these items. LUMP SUM CONSTI�LJCTION ITEM LS-1- Lump sum construction includes, but is not limited to, the items described in the bid schedule. No separate or additional payment shall be made for these items. Lump sum items will be addressed per each task order. WATER MEASURE PMT 04 09 QB 4 OF 4 REVISED SEPTEMBER S, 2004 ITEMS S-26A throu�h S-26F - Sanitary sewer exterior manhole joint wrapping shall be measured individually and shall include the costs for wrapping material and installation. No additional payment shall be made for these items. ITEMS S-27A throu�h S-27F - Sanitary sewer interior protective coating shall be measured by the vertical foot of manhole and shall include the costs for coating material and installation. No additional payment shall be made for these items. ITEM S-28 - Outside drop piping shall be measured individually (each) and shall include the costs for all items associated with the drop manhole detail, exclusive of the manhole or manhole extensions. No additional payment shall be made for these items. ITEM S-29 - Dog house/ connector manholes shall be measured individually (each) and shall include the costs for excavation, dewatering, asphalt cutting, pipe cutting, collars and boots, grouting and J or other connections, installation, and normal backfill. The costs for the base section, first riser, cone section, and ring and cover shall be included within this line item. Additional depth manhole sections shall be included within the appropriate manhole line item. No additional payment shall be made for these items. ITEM S-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, mainline tee, fitting, cleanout, excavation, dewatering, asphalt/concrete cutting (including service markings), installation, normal backfill, aggregate base and asphalt pavement repair, and property restoration. No additional payment shall be made for these items. ITEM S-31- Cut and plug sewers shall be measured individually (each) and shall 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 itexns. ITEM S-32 - Cut and plug manholes shall be measured individually (each) and shall include costs for �utling of existing manholes, plugging of existing manholes, excavation, dewatering, asphalt/concrete cutting, and normal backfill. No additional payment shall be made for these items. ITEM S-33 - Sanitary sewer manhole tie-ins shall be measured individually (each) and shall include costs for cutting j 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-34 - AC water main crossings shall be measured individually (each) and shall include costs for AC pipe cutting, excavation, ductile iron piping, sleeves, backfill, and property restoration. No additional payment shall be made for these items. ITEM S-35 - Ductile iron pipe polyethylene pipe encasement shall be measured in linear feet and shall include costs for pipe wrap materials and installation. No additional payment shall be made for these items. SAN SEWER MEASURE PMT 04 09 08 2 OF 4 REVISED SEPTEMBER S, 2004 ITEM P-10 - Raised edge asphalt curb shall be measured in linear feet and shall include costs for removal and disposal of existing asphalt curb, site preparation and installation. Payment shall included all removal and disposal costs. No additional payment shall be made for these items. MISCELLANEOUS ITEM M-1- 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 - Class A Concrete shall be measured in cubic yards and shall include costs for excavation, labor, equipment, and concrete material placement. No additional payment shall be made for these items. ITEM M-3 - Rock excavation shall be measured in cubic yards and shall include costs for blasting, labor, equipment, and material removal and disposal. No additional payment shall be made for these items. , ITEM M-4 - Foundation backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. Quantities shall be verified by trench volume calculation. No additional payment shall be made for these items. ITEM M-5 - 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 - Fence removal and replacement shall be measured in linear feet and shall include all costs associated with removal and replacement of the existing fence with new materials of like quality as necessary for sanitary sewer installation. No additional payment shall be made for these items. LUMP SUM CONSTRUCTION ITEM LS-1- Lump sum construction includes, but is not limited to, the items described in the bid schedule. No separate or additional payment shall be made for these items. Lump sum items will be addressed per each task order. SAN SEWER MEASURE PMT 04 09 OS 4 OF 4 AUGUSTA UTILITIES DEPARTM��1T STANDA.RD TECHNICAL SPECIFICATIONS PART 3 EXECUTION 3.01 SCHEDULING OF CLEARING A. The Contractor shall clear at each construction site only that length of the right-of-way, permanent or construction easement which would be the equivalent of two week's pipe laying. This length shall be determined from the Contractor's Progress Schedule. B. The Engineer may permit clearing for additional lengths of the pipe line provided that tennporary erosion and sedimentation controls are in place and a satisfactory stand of temporary grass is established. Should a satisfactory stand of grass not be possible, no additional clearing shall be permitted beyond that specified above. C. A satisfactory stand of grass shal] have no bare spots larger than one square yard. Bare spots shall be scattered and the bare area shall not comprise more than one percent of any given area. 3.02 CLEARING AND GRUBBING A. Clear and grub no inore than 3 feet on each side of the pipeline before excavating. Remove all trees, growth, debris, stumps and other objectionable matter. Clear the construction easement or road right-of-way only if necessary. B. Materials to be cleared, grubbed and removed from the Project site include, but are not limited to, all trees, stumps, roots, brush, trash, organic matter, paving, miscellaneous structures, houses, debris and abandoned utilities. C. Grubbing shall consist of completely removing roots, stumps, trash and other debris from a11 graded areas so that topsoil is free of roots and debris. Topsoil is to be left sufficiently clean so that further picking and raking will not be required. D. All stumps, roots, foundations and planking embedded in the ground shall be removed and disposed of. Piling and butts of utility poles shall be removed to a minimum depth of two feet below the limits of excavation for structures, trenches and roadways or two feet below finish grade, whichever is lower. E. Landscaping features shall include, but are not necessarily limited to, fences, cultivated trees, cultivated shrubbery, property corners, man-made improvements, subdivision and other signs within the right-of-way and easement. The Contraetor shall take extreme care in moving landscape ' features and promptly re-establishing these features. CLEARING AND GRUBBING 31 11 00 2 REVISION AUGUST 2009 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS SECTION 31 23 00 EXCAVATION AND FILL PART1 GENERAL 1.01 SCOPE A. The work under this Section consists of furnishing all labor, equipment and materials and performing all operations in connection with the trench excavation and backfill required to install the waterlines as shown on the Drawings and as specified. B. Excavation shall include the removal of any trees, stumps, brush, debris or other obstacles which remain after the clearing and grubbing operations, which may obstruct the work, and the excavation and reinoval of al] earth, rock or other materials to the extent necessary to install the pipeline and appurtenances in conforrnance with the lines and grades shown on the Drawings and as specified. C. Backfill shall include the refilling and compaction of the fill in the trenches and excavations up to the surrounding ground surface or road grade at crossing. D. The trench is divided into five specific areas: 1. Foundation: The area beneath the bedding, sometimes also referenced to as trench stabilization. 2. Bedding: The area above the trench bottom (or foundation) and below the bottom of the barrel of the pipe. 3. Haunching: The area above the bottom of the barrel of the pipe up to a specified height above the bottom of the barrel of the pipe. 4. Initial Backfill: The area above the haunching material and below a plane 18 inches above the top of the barrel of the pipe. 5. Final Backfill: The area above a plane 18-inches above the top of the barrel of the pipe. E. The choice of inethod, means, techniques and equipment rests with the Contractor. The Contractor shall select the method and equipment for trench excavation and backfill depending upon the type of material to be excavated and backfilled, the depth of excavation, the amount of space available for operation of equipment, storage of excavated material, proximity of man-made improvements to be protected, available easement or right-of-way and prevailing practice in the area. 31 23 00 EXCAVATION AND FILL REVISION AUGUST 2009 AUGUSTA UTILITIES DEPARTA�ENT STANDARD TECHNICAL SPECIFICATIONS 2.02 BEDDING AND HAUNCHING MATERIALS A. Unless specified otherwise, bedding and haunching materials shall be crushed stone as specified below. B. Crushed stone utilized for bedding and haunching shall meet the requirements of the Georgia Department of Transportation Specification 800.41, Group I (limestone, marble or dolomite) or Group II (quartzite, granite or gneiss). Stone size shall be between No. 57 and Na. 4, inclusive. C. Earth materials utilized for bedding and haunching shall be suitable materials selected from materials excavated from the trench. Suitable materials shall be clean and free of rock larger than 2-inches at its largest dirnension, organics, cinders, stuinps, limbs, frozen earth or mud, man-made wastes and other unsuitable materials. Should the material excavated from the trench be saturated, the saturated material may be used as earth material, provided it is allowed to dry properly and it is capable of ineeting the specified compaction requirements. When necessary, earth bedding and haunching materials shall be moistened to facilitate compaction by tamping. If materials excavated from the trench are not suitable for use as bedding or haunching material, provide select material conforming to the requirements of this Section at no additional cost to the Owner. D. Filter Fabric Woven Type 1. Filter fabric associated with bedding shall be a polypropylene woven fabric. The fabric shall be a high modulus type with good separation capabilities. The fabric shall be inert to biological degradation and naturally occurring chemicals, alkalies and acids. 2. The fabric shall have an equivalent opening size EOS of 20 to 45. The fabric shall also conform to the minimum property values listed in the following table: Fabric Property Unit Test Method Minimum Value Grab Tensile Strength lbs. ASTM D 200 4632 Grab Tensile % ASTM D 30 (max.) � Elongation � 4632 Mullen Burst Strength psi ASTM D 400 3786 Trapezoid Tear lbs. ASTM D 75 31 23 00 EXCAVATION AND FILL REVISION AUGUST 2009 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS PART 3 EXECUTION 3.01 GENERAL A. Excavate to lines, grades, and dimensions shown and as necessary to accomplish Work. Excavate to within tolerance of plus or minus 0.1 foot, except where dimensions or grades are shown or specified as m�imurn or minimum. Allow for forms, working space, granular base, topsoil, and similar items, wherever applicable. Trim to neat lines where concrete is to be deposited against earth. B. Do not overexcavate without written authorization of Engineer. 3.02 UNCLASSIFIED EXCAVATION A. Excavation is unclassified. Complete all excavation regardless of the type, nature, or condition of the materials encountered. 3.03 CLASSIFIED EXCAVATION A. Excavation is classified; see A,rticle Definitions for classifications. Notify Engineer whenever rock is encountered. B. Before beginning rock excavation, comply with following requirements: 1. Remove overlying material as common excavation and expose rock surface for examination by Engineer. 2. Demonstrate that removal of remaining material classifies as rock excavation unless waived by Engineer. 3. Assist Engineer with measurement and documentation of rock excavation. C. Predrilling and blasting may be allowed prior to removal of overburden if, in Engineer's opinion, top-of-rock line can be clearly defined after excavation. Acceptance of this method will be based on the following demonstration: 1. Predrill, blast, and excavate initial 100-foot long test section. 2. Excavate minimum of two 20-foot long trenches to apparent rock line immediately adjacent to predrilled section for comparison. D. In event of disputed quantities, excavate additional correlation trenches to apparent rock as considered necessary by Engineer to resolve dispute. Engineer reserves right to stop predrilling and blasting if, in Engineer's opinion, experience indicates that accurate determination of rock quantities is not possible by this method. 31 23 00 EXCAVATION AND FILL REVISION AUGUST 2009 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS D. Depth L The trenches shall be excavated to the required depth or elevation which allow for the placement of the pipe and bedding to the dimensions shown on the Drawings. 2. Where rock is encountered in trenches for pipelines, excavate to the minimum depth which will provide clearance below the pipe barrel of 8-inches for pipe 18-inches in diameter and smaller and 12-inches for larger pipe, valves and manholes. E. Excavated Materials 1. Excavated materials shall be placed adjacent to the work to be used for backfilling as required. Top soil shall be carefully separated and lastly placed in its original location. 2. Excavated material shall be placed sufficiently back from the edge of the excavation to prevent caving of the trench wall, to permit safe access along the trench and not cause any drainage problems. Excavated material shall be placed so as not to damage existing landscape features or man-made improvements. 3.05 SHEETING, BRACING AND SHORING A. Sheeting, bracing and shoring shall be installed in the following instances: 1. Where sloping of the trench walls does not adequately protect persons witliin the trench froxn slides or cave-ins. 2. In caving ground. 3. In wet, saturated, flowing or otherwise unstable materials. 4. Where necessary to prevent damage to adjoining buildings, structures, roadways, pavement, utilities, trees or private properties which are required to remain. 5. Where necessary to maintain the top of the trench within the available construction easement or right-of-way. B. In all cases, excavation protection shall strictly conform to the requirements of the Occupational Safety and Health Act of 1970, as amended. C. Timber: Timber for shoring, sheeting, or bracing shall be sound and free of large or loose knots and in good, serviceable condition. Size and spacing shall be in accordance with OSHA regulations. D. Steel Sheeting and Sheet Piling: Steel sheet piling shall be the contiriuous interlock type. The weight, depth and section modulus of the sheet piling shall be sufficient to restrain the loads of earth pressure and surcharge from existing foundations and live loads. Procedure for installation and bracing 31 23 00 EXCAVATION AND FILL REVI5ION AUGUST 2009 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS E. Following review by the Engineer regarding the proximity of permanent buildings and structures to the blasting site, the Engineer may direct the Contractor to employ an independent, qualified specialty sub- contractor, approved by the Engineer, to monitor the blasting by use of seismograph, identify the areas where light charges must be used, conduct pre-blast and post-blast inspections of structures, including photographs or videos, and maintain a detailed written log. 3.07 DEWATERING EXCAVATIONS A. Dewater excavation continuously to maintain a water level two feet below the bottom of the trench. B. Control drainage in the vicinity of excavation so the ground surface is properly pitched to prevent water running into the excavation. C. There shall be sufficient pumping equipment, in good working order, available at all times, to reinove any water that accumulates in excavations. Where the utility crosses natural drainage channels, the work shall be conducted in such a manner that unnecessary damage or delays in the prosecution of the work will be prevented. Provision shall be made for the satisfactory disposal of surface water to prevent damage to public or private property. D. In all cases, accumulated water in the trench shall be removed before placing bedding or haunching, laying pipe, placing concrete or backfilling. E. Where dewatering is performed by pumping the water from a sump, crushed stone shall be used as the inedium for conducting the water to the sump. Sump depth shall be at least two feet below the bottom of the trench. Pumping equipment shall be of sufficient quantity andlor capacity to maintain the water level in the sump two feet below the bottoin of the trench. Pumps shall be a type such that intermittent flows can be discharged. A standby pump shall be required in the event the operating pump or pui�nps clog or otherwise stop operation. F. Dewater by use of a well point system when pumping from sumps does not lower the water level two feet below the trench bottom. Where soil conditions dictate, the Contractor shall construct well points cased in sand wicks. The casing, 6 to 10-inches in diameter, shall be jetted into the ground, followed by the installation of the well point, filling casing with sand and withdrawing the casing. 31 23 00 EXCAVATION AND FILL REVISION AUGUST 2009 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS C. At each joint, excavate bell holes of ample depth and width to permit the joint to be assembled properly and to relieve the pipe bell of any load. D. After the pipe section is properly placed, add the haunching material to the specified depth. The haunching material shall be shovel sliced, tamped, vigorously chinked or otherwise consolidated to provide uniform support for the pipe barrel and to fill completely the voids under the pipe, including the bell hole. Prior to placement of the haunching material, the bedding shall be clean and free of any water, loose rocks, boulders or dirt clods. E. Water Mains 1. Ductile Iron Pipe a. Unless otherwise shown on the Drawings or specified, utilize earth materials for bedding and haunching. Bedding shall ineet the requirements of Type 2, 3, 4 and 5 of AWWA C150/151 Standard Laying Conditions. b. Unless specified or shown otherwise, bedding shall meet the requirements for Type 2 AWWA C150/151 Standard Laying Conditions. Unless specified or shown otherwise for restrained joint pipe and fittings, bedding shall meet the requirements for Type 3 AWWA C150/151 Standard Laying Conditions. c. Where the depth of cover aver the piping exceeds 9 feet, the pipe bedding shall meet the requirements of Type 4 Pipe Bedding. Where the depth of cover over the piping exceeds 14 feet, the pipe bedding shall meet the requirements of Type 5 AWWA C150/151 Standard Laying Conditions. d. Type 4 or Type 5 Pipe Bedding called for on the Drawings, specified or ordered by the Engineer, shall meet requirements for Type 4 or Type 5 AWWA C150/151 Standard Laying Conditions, utilizing crushed stone bedding and haunching materiaL F. Manholes: Excavate to a minimum of 12-inches below the planned elevation of the base of the manhole. Place and compact crushed stone bedding material to the required grade before installing the manhole. G. Excessive Width and Depth 1. Water Mains: If the trench is excavated to excess width, provide the next higher type or class of pipe bedding, but a minimum of Type 4 AWWA C150/151 Standard Laying Conditions. 2. If the trench is excavated to excessive depth, provide crushed stone to place the bedding at the proper elevation or grade. 31 23 00 EXCAVATION AND FILL REVISION AUGUST 2009 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS site, if approved by the Engineer. If such spreading is allowed, the site shall be left in a clean and sightly condition and shall not affect pre-construction drainage patterns. Surplus rock from the trenching operations shall be removed from the site. D. If materials excavated from the trench are not suitable for use as hackfill materials, provide select backfill material conforming to the requirements of this Section. E. After initial backfill material has been placed and compacted, backfill with final backfill material. Place backfill material in uniform layers, compacting each layer thoroughly as follows: L In 6-inch layers, if using light power tamping equipment, such as a "jumping jack". 2. In 12-inch layers, if using heavy tamping equipment, such as hammer with tamping feet. 3. In 24-inch layers, if using a hydra-hammer. F. Settlement: If txench settles, re-fill and grade the surface to conform to the adjacent surfaces. G. Final backfill shall be compacted to a minimum 90 percent of the inaximum dry density, unless specified otherwise. 3.13 ADDITIONAL MATERIAL A. Where final grades above the pre-construction grades are required to maintain minimum cover, additional fill material will be as shown on the Drawings. Utilize excess material excavated from the trench, if the material is suitable. If excess excavated materials are not suitable, or if the quantity available is not sufficient, provide additional suitable fill material at no cost to the owner. 3.14 BACKFILL UNDER ROADS A. Compact backfill underlying pavement and sidewalks, and backfill under dirt and gravel roads to a minimum 95 percent of the maximum dry density. The top 12-inches shall be compacted to a minimum of 98 percent of the maximum dry density. 31 23 00 EXCAVATION AND FILL REVISION AUGUST 2009 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS D. Comply with applicable codes, ordinances, rules, regulations and laws of local, municipal, state or federal authorities having jurisdiction. 3.19 DISPOSAL OF SPOIL A. Dispose of excavated materials, which are unsuitable or exceed quantity needed for fill or backfill, offsite. B. Dispose of debris resulting from removal of underground facilities as specified in Section 02 41 00, Demolition, for demolition debris. C. Dispose of debris resulting from removal of organic matter, trash, refuse, and junk as specified in Section 31 10 00, Site Clearing, for clearing and grubbing debris. END OF SECTION 31 23 00 EXCAVATION AND FILL REVISION AUGUST 2009 AUGUSTA UTILITIES DEPARTMENT : STANDARD TECHNICAL SPECIFICATIONS -> Erosion and Sedimentation Control Acf of 1975;as amended (OCGA §12-7-1, et. seq.), local ordinances, other permits, local enforcing agency guidelines, and these Specifications. D. Basic Principles: 1. Coordinate the land disturbance activities to fit the topography, soil types, and conditions. 2. Minimize the disturbed area and the duration of exposure to erosive elements. 3. Provide temporary or permanent stabilization to disturbed areas immediately after rough grading is complete. 4. Safely convey run-off from the site to a stable outlet to prevent flooding and damage to downstream facilities resulting from increased runoff from the site. 5. Retain sediment on-site that was generated on-site. 6. Minimize encroachment upon watercourses. E. Implementation: 1. The Contractor is solely responsible for the control of erosion within the Project site and the prevention of sedimentation from leaving the Project site or entering waterways. 2. The Contractor shall install temporary and permanent erosion and sedimentation controls which will ensure that runoff from the disturbed area of the Project site shall pass through a filter system be�ore exiting the Project site. 3. The Contractor shall provide temporary and permanent erosion and sedimentation control measures to prevent silt and sediment from entering the waterways and designated wetland areas. The Contractor shall maintain an undisturbed vegetative buffer a minimum of 25 feet from the top of the bank. 4. The Contractor shall limit land disturbance activity to those areas shown on the Drawings. 5. The Contractor shall maintain erosion and sedirnentation control measures within disturbed areas on the entire site at no additional cost to the Owner until the final acceptance of the Project. Maintenance shall include mulching, re-seeding, clean-out of sediment barriers and sediment ponds, replacement of washed-out or undermined rip rap and erosion control materials, to the satisfaction of the Owner and Engineer. 6. All fines imposed for improper erosion and sedimentation control shall be paid by the Contractor. EROSION AND SEDIMENTATION CONTROLS 3] 25 00 2 REVISION AUGUST 2009 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 2.05 PLASTIC FILTER FABRIC A. Plastic filter fabric shall conform to the Georgia Department of Transportation Standard Specifications, Section 881, for filter fabrics. B. Plastic filter fabric shall be an approved product on the Georgia Department of Transportation Qualified Product List No. 28, latest edition. 2.06 GRASSING A. Grassing materials shall meet the requirements of the Georgia Department of Transportation Standard Specifications, latest edition; as shown in the table: Material Section Na Topsoil 893.01 Seed and Sod 890 Fertilizer 891.01 A 'cultural Lime 882.02 Mulch 893.02 Inoculants 893.04 B. Seed species shall be provided as shown on the Drawings. C. Mulch Binder: Mulch on slopes exceeding 3(horizontal) to l(vertical) shall be held in place by the use of a mulch binder, as approved by the Engineer. The mulch binder shall be non-toxic to plant and animal life and shall be approved by the Engineer. D. Water: Water shall be free of excess and harmful chemicals, organisms, and substances which may be harmful to plant growth or obnoxious to traffic. Salt or brackish water shall not be used. Water shall be furnished by the Contractor. PART 3 EXECUTION 3.41 GENERAL A. Temporary and permanent erosion and sedimentation control measures shall prevent erosion and prevent sediment from exiting the site. If, in the opinion of the Owner, Engineer, or state inspector, the Contractor's temporary erosion and sedimentation control measures are inadequate, the Contractor shall ' provide additional maintenance far existing measures or additional devices to control erosion and sedimentation on the site at no additiona] cost to the Owner. EROSION AND SEDIMENTATION CONTROLS 31 25 00 4 REVISION AUGUST 2009 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 3. Sediment barriers shall be installed as shown on the Drawings and as directed by the Owner or Engineer. 4. Sediment barriers shall be maintained to ensure the depth of impounded sediment is no more than one-half of the original height of the barrier ar as directed by tl�e Engineer. Torn, damaged, destroyed, or washed-out barriers shall be repaired, reinforced, or replaced with new material and installed as shown on the Drawings and as directed by the Owner or Engineer. 5. Accumulated sediment shall be removed from the barrier and replaced and stabilized on-site as directed by the Owner or Engineer. 6. Sediment barrier shall be removed once the disturbed area has been stabilized with a permanent vegetative cover and the sediment barrier is no longer required as directed by the Engineer. 7. All non-biodegradable parts of the barrier shall be disposed of properly. 8. The disturbed area created by barrier removal shall be permanently � stabilized. � � C. Sediinent Boxes: All inlet grates shall be covered with sediment boxes during grading operations and shall remain so covered until all open areas are permanently stabilized against erosion. 3.03 EROSION CONTROL A. Rip Rap 1. Rip rap shall be placed as shown on the Drawings and as directed by the Engineer. Rip rap shall be placed at all points where natural vegetation is disturbed on the banks of active streams. Compact backfill and place rip rap to prevent subsequent settlement and erosion. This requirement applies equally to construction alongside a stream as well as crossing a stream or drainage ditch. 2. When trenching across a stream or drainage ditch, place rip rap over the entire disturbed area upstream and downstream of the trench excavation. Place rip rap across creek bottom, across creek banks, and extend rip rap placement five feet beyond the top of each creek bank. 3. Preparation of Foundations: The ground surface upon which the rip rap is to be placed shall be brought to the correct lines and grades before placement is commenced. Where filling of depressions is required, the new material shall be compacted with hand or mechanical tampers. Unless at creek banks or otherwise shown or specified, rip rap shall begin in a toe ditch constructed in original ground around the toe of the fill or the cut slope. The toe ditch shall be two feet deep in original ground, and the side next to the fill or cut shall have that same slope. After the rip rap is placed, the toe ditch shall be backfilled and the excess dirt spread neatly on the site. EROSION AND SEDIMENTATION CONTROLS 31 25 00 6 REVISION AUGUST 2009 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS a. Permanent stabilization shall be provided as shown on the Drawings and conforming to these Specifications to control erosion on the site. Permanent stabilization shall be provided to a11 areas of land disturbance within seven calendar days of the completion of land disturbance for any area greater than 0.25 acre. b. Where permanent stabilization cannot be immediately established because of an inappropriate season, the Contractor shall provide temporary stabilization. The Contractor shall return to the site at the appropriate season to provide permanent stabilization in areas that received only temporary stabilization. 3. Grassing shall meet the requirements of Section 700 of the Georgia Department of Transportation Standard Specifications, latest edition, unless specified otherwise. 4. Seed rate, fertilization and other requirements shall be provided as shown on the Drawings. 3.04 CLEAN-UP A. I}ispose of all excess erosion and sedimentation control inaterials in a manner satisfactory to the Owner and Engineer. B. Final clean-up shall be perfonned in accordance with the requirements of these Specifications and to the satisfaction of the Owner and Engineer. END OF SECTION EROSION AND SEDIMENTATION CONTROLS 31 25 00 8 REVISION AUGUST 2009 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS c. B16.21, Standard Specification for Nonmetallic Flat Gaskets for Pipe Flanges. d. D882, Standard Test Method for Tensile Properties of Thin Plastic Sheeting. e. D1330, Standard Specification for Rubber Sheet Gaskets. ' £ D1922, Standard Test Method for Propagation Tear Resistance of Plastic Film and Thin Sheeting by Pendulum Method. g. D2000, Standard Classification System for Rubber Products in Automotive Applications. h. D4976, Standard Specification for Polyethylene Plasties Molding and Extrusion Materials. 5. Ductile Iron Pipe Research Institute (DIPRA). 1.02 SUBMITTALS A. Action Submittals: 1. Shop Drawings: Marking plan and details of standard pipe section showing dimensions, pipe joints, fitting and special fitting pressure rating and thickness, size, coating ai�d lining data. B. Informational Subinittals: 1. Field Hydrostatic Testing Plan: Submit at least 15 days prior to testing and at minimum, include the following: a. Testing dates. b. Piping systems and section(s) to be tested. c. Method of isolatian. d. Method of conveying water from source to system being tested. e. Calculation of maximum allowable leakage for piping section(s) to be tested. 2. Certifications of Calibration: Approved testing laboratory certificate if pressure gauge for hydrostatic test has beer� previously used. If pressure gauge is new, no certificate is required. PART 2 PRODUCT5 2.01 MATERIALS A. Pipe: 1. General: a. Centrifugally cast, grade 60-42-10 iron. b. Meet requirements of AWWA C150, C153 and C111. c. Lined and coated as specified. DUCTILE IRON PIPE AND FITTINGS 33 OS 01.02 2 REVISION 3ULY 2008 � AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS E. Lining: 1. Pipe and fittings for clean water applications shall be cement-lined and asphaltic seal coated in accordance with AWWA C104. 2. Pipe and fittings for wastewater applications shall be lined with 40-mil ceramic epoxy, as manufactured by Induron. F. Coating: Asphaltic type, 1 mil thick, in accordance with AWWA C151, Cl 15, C110 and C153. G. Polyethylene Encasement: 1. Virgin polyethylene raw material conforming to requirements of ASTM D4976. 2. Elongation: 800 percent, minimum, in rnachine and transverse direction (ASTM D882). 3. Tensile Strength: 3,600 psi, minimum. 4. Dielectric Strength: 800V per inil-thickness, minimum. 5. Propagation Tear Resistance: 2,550-grams force (gfl, minimum, in machine and transverse direction (ASTM D 1922). 6. Tube form, conforming to AWWA C105. 7. Film shall have minimum thickness of 0.008 inch (8 ml). H, Bolting: 1. Bolts for flanged connections shall be carbon steel, ASTM A307, Grade A hex bolts and ASTM A563, Grade A hex head nuts. 2. - Bolts for grooved end connections shall be manufacturer's standard. L Gaskets: 1. Gaskets for flat faced I 50 and 250 psi working pressure flanges shall be 1/8 inch thick, red rubber (SBR), hardness 80 (Shore A), rated to 200 degrees F, conforming to ASME B16.21, AWWA C207, and ASTM D1330, Grades 1 and 2. 2. Gaskets for grooved end joints shall be Halogenated butyl, conforming to ASTM D2000 and AWWA C606. 2.02 SOURCE QUALITY CONTROL A. Factory Tests: In accordance with AW WA C 104, C 1 O5, C 110, C 111, C 115, C150, C151, C153 and C606. DUCTILE IRON PIPE AND FITTINGS 33 OS 01.02 4 REVISION JULY 2008 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 1. Direction of Laying: Lay pipe with bell end facing in direction of laying. For lines on an appreciable slope, face bells upgrade at diseretion of Engineer. 2. Mechanical 3oint, Push-On Joint, and Restrained Joint Pipe: After first length of pipe is installed in trench, secure pipe in place with approved backfill material tamped under and along sides to prevent movement. Keep ends clear of backfill. After each section is jointed, place backfill as specified to prevent movement. 3. Take precautions necessary to prevent floating of pipe prior to completion of backfill operation. 4. When using movable trench shield, take necessary precautions to prevent pipe joints from pulling apart when moving shield ahead. 5. Do not allow foreign material to enter pipe while it is being placed in trench. 6. Close and block open end of last laid section of pipe to prevent entry of foreign material or creep of gasketed joints when laying operations are not in progress, at close of day's work, or whenever workers are absent � from job. � D. Joining Push-On Joint Pipe and Mechanical Joint Fittings: 1. Join pipe with push-on joints and mechanical joint fittings in strict accordance with manufacturer's recommendations. The process of mecl�anized pipe joining must be approved by Owner and Engineer. 2. Provide special tools and devices, such as, special jacks, cfiokers, and similar items required for installation. 3. Lubricate pipe gaskets using lubricant furnished by pipe manufacturer. No substitutes will be permitted. 4. Clean ends of fittings of dirt, mud, and foreign matter by washing with water and scrubbing with a wire brush, after which, slip gland and gasket on plain end of pipe. If necessary, lubricate end of pipe to facilitate sliding gasket in place, then guide fitting onto spigot of pipe previously laid. E. Cutting Pipe: 1. General: Cut pipe for inserting valves, fittings, or closure pieces in a neat and workmanlike manner without damaging pipe or lining and so as to leave a smooth end, at right angles to �is of pipe. 2. Pipe: Cut pipe with milling type cutter or saw. Do not flame cut. 3. Dressing Cut Ends: Dress cut end of inechanical joint pipe to remove ' sharp edges or projections, which may damage rubber gasket. Dress cut ends of push-on joint pipe by beveling, as recommended by manufacturer. DUCTILE IRON PIPE AND FITTINGS 33 OS 01.02 6 � REVISION JULY 2008 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS l. General: a. Notify Ownex in writing 5 days in advance of any testing. Perform testing in presence of Owner or Engineer b. Test newly installed pipelines. Using water as test medium, pipes shall successfully pass a leakage test prior to acceptance. c. Furnish testing equipment and perform tests in manner satisfactory to Owner and Engineer. Testing equipment shall provide observable and accurate ineasurements of leakage under specified conditions. d. Isolate new pipelines that are connected to existing pipelines. e. Conduct tests on entire pipeline after trench has been backfilled. Testing inay be done prior to placement of asphaltic concrete or roadway structural section. £ Contractor may, if field conditions permit and as determined by the Owner, partially backfill trench and leave joints open for inspection and conduct an initial service leak tesY. Hydrostatic test shall not, however, be conducted until backfilling has been completed. g. Owner shall provide gauge for pipeline hydrostatic test. h. Contractor shall not work on sections of the successfully tested line without the Owner's representative present. 2. Procedure: a. Maxiinum filling velocity shall not exceed 0.25 foot per second, calculated based on the full area of pipe. b. Expel air frorn pipe system during filling. Expel air through air release valve or through corporation stop installed at high points and other strategic points. c. Test pressure shall be one and a half times system operating pressure, but in no case less than 200 psi as measured at low point � of pipeline. d. Apply and maintain specified test pressure with hydraulic force pump. Valve off piping system when test pressure is reached. e. Maintain hydrostatic test pressure continuously for 2 hours minimum, adding additional make-up water only as necessary to restore test pressure. f. Determine actual leakage by measuring quantity of water necessary to maintain specified test pressure for duration of test. g. If ineasured leakage exceeds allowable leakage or if leaks are visible, repair defective pipe section and repeat hydrostatic test. 3. Allowable Leakage: Maximum allowable leakage shall not exceed amount stated in AWWA C600. END OF SECTION DUCTILE IRON PIPE AND FITTINGS 33 OS 01.02 8 REVISION JULY 2008 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS j. C700, Standard Specification for Vitrified Clay Pipe, Extra Strength, Standard Strength, and Perforated. k. D 16, Standard Terminology for Paint, Related Coatings, Materials, and Applications. 1. D1248, Standard Specification for Polyethylene Plastics Extrusion Materials for Wire and Cable. m. D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. n. D2241, Standard Specification for Poly(Vinyl Chloride) (PVC) Pressure-Rated Pipe (SDR Series). o. D2412, Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading. p. D3034, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings. q. D3212, Standard Specification for Joints For Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. r. E329, Standard Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction. s. F477, Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. t. F679, Standard Specification for Poly(Vinyl Chloride) (PVC) Large-Diameter Plastic Gravity Sewer Pipe and Fittings. 1.02 DEFINITIONS A. CCTV: Closed Circuit Television. B. SDR: Standard Dimension Ratia 1.03 SUBMITTALS A. Action Submittals: 1. Information on gasket polymer properties. 2. Tee fabrication details. 3. Application methods, application requirements, and chemical resistance data for coating and lining products. 4. Quick setting grout design mix if required. B. Informational Submittals: 1. Certificates: a. Manufacturer's Certificate of Compliance attests that products furnished meet requirements of this section. GRAVITY SEWER PIPE AND FITTINGS 33 OS 01.12 2 REVISION SEPTEMBER 2008 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS L In accordance with ASTM D3034. 2. Joints: Integral bell and spigot, in accordance with ASTM D3212. 3. Minimum SDR: 35 4. Cell Classification: 12454-B or 12454-C, as defined by ASTM D1784. 5. Fittings: SDR 35 ininimum wall thickness. 6. Gaskets: Factory fabricated rubber compression type with solid cross section in accordance with ASTM F4?7. Lubricant for joining pipe as approved by pipe manufacturer. B. 1$-Inch through 36-Inch Diameter: 1. In accordance with ASTM F679. 2. Joints: Integral bell and spigot, in accordance with ASTM D3212. 3. Minimum SDR: 26 4. Minimum Pipe Stiffness: 115 psi when tested in accordance with ASTM D2412. 5. Cell Classification: Minimum 12454-C, as defined by ASTM D1784. 6. Fittings: Wall thickness no less than wall thickness of equivalent size of pipe. 7. Gaskets: Factory fabricated rubber compression type with solid cross section conforming to ASTM F477. 2.02 DUCTILE IRON PIPE (DIP) A. Pipe: ] . Conform to ASTM A746. 2. Thickness Class: As shown on Drawings 3. Joints: Push-on with rubber gaskets conforming to AWWA Cl 1 l. Lubricant for joining pipe as approved by pipe manufacturer. 4. Fittings: Ductile iron conforming to AWWA C1 l0, lined and coated same as pipe. B. Lining: 1. Ceramic Epoxy: a. 40-mil nominal lining consisting of ceramic particle-reinforced novolac epoxy, such as Protecto 401 by the Vulcan Group with installation by U.S. Pipe. b. Line interior of bell and exterior of spigot in joint sealing areas with 6 to 10 mils of specified lining. c. Surface Preparation: SP 10 near-white abrasive blast. d. Pinhole Detection: 2,500 volts minimum over 100 percent of lined surfaces. C. Polyethylene Wrap and Tape for Ductile Iron Pipe: GRAVITY SEWER PIPE AND FITTINGS 33 OS Ol .12 4 REVISION SEPTEMBER 2008 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS C. Shrinkage shall be less than 0.01 percent when tested in accordance with ASTM C596. 2.09 SOURCE QUALITY CONTROL A. Pipe Fittings: 1. Tees: a. Shop fabricated by pipe manufacturer. b. Tee stubs shall not protrude inside sewer pipe. c. Joints: Same as joints used on sewer pipe. d. Insert-a-tee PVC fitting. 2. Caps and Plugs: a. Gasket and Joint: Same as pipe specified. b. Banded or otherwise secured to withstand test pressures involved without leakage. PART 3 EXECUTION 3.01 EXAMINATION A. Notify Owner/Engineer iinmediately of manufacturing imperfections or damage caused by improper handling. B. Verify size, pipe condition, and pipe class prior to installation of pipe. C. Repairs to RCP storm sewer pipe section will be allowed, only if approved in writing by Owner/Engineer. Damaged pipe which, in opinion of Owner/Engineer, cannot be repaired, will be rejected and removed from the Project Site. 3.02 PREPARATION A. Pipe Distribution: Do not distribute more than 1 week's supply of materials in advance of laying, unless otherwise approved by the Owner. B. Inspect pipe and fittings prior to lowering into trench to ensure no cracked, broken, or otherwise defective materials are being used. G Remove foreign matter and dirt from inside of pipe and fittings and keep clean during and after laying. W ash ends of section clean with wet brush prior to joining sections of pipe. 3.03 INSTALLATION A. GeneraL• GRAVITY SEWER PIPE AND FITTINGS 33 OS 01.12 6 REVISION SEPTEMBER 2048 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 13. Take precautions to prevent "uplift" or floating of line prior to completion of backfill operation. 14. Connections between one pipe material and another shall be by means of flexible compression collar, installed in accordance with the manufacture's recoxnmendations, or concrete closure collar. D. Connection to Structure or Manhole: 1. Lo�ate standard pipe joint within 1.5 feet of outside face of structure for pipe 18 inches and smaller and within one pipe diameter for pipe 21 inches and larger. 2. Plug or close off pipe stubbed with watertight plug. 3. Connect PVC pipe to inanhole with pipe to manhole connector in accordance with manufacturer's recommendations. E. Crossing Waterlines: Where sewer crosses less than 18 inches below waterline, use ductile iron or PVC pressure pipe for crossing. F. Ductile Iron Pipe: 1. Cutting and Dressing of Ductile Iron Pipe Ends: a. Cut at right angles to centerline of pipe to leave smooth end, without damage to pipe. b. Use only approved mechanical cutter. c. Taper cut end of pipe to be used with rubber gasket joints by grinding or filing 1/8 inch back at an angle of approximately 30 degrees with centerline of pipe. d. Remove sharp or rough edges. e. Abrade cut ends with grinding wheel and apply lining repair material. Use only compatible repair materials provided by pipe lining manufacturer. Allow repair lining to harden and cure before installation. 2. Polyethylene Wrap: a. Before installing wrap, clean pipe exterior of foreign material. b. Cut wrap approximately 2 feet longer than pipe section. c. Overlap wrap approximately 1 foot; seal joints with adhesive tape. d. Tape entire circumference of pipe at 3-foot intervals along pipe. e. Repair rips, punctures, or other damage to polyethylene with adhesive tape. £ When fittings caru�ot be practically wrapped in a tube, use a flat sheet or split tube of polyethylene. Securely tape seams. 3.04 SERVICE CONNECTION TEES A. Install as shown on Drawings. GRAVITY SEWER PIPE AND FITTINGS 33 OS 01.12 8 REVISION SEPTEMBER 2008 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 3.06 CLEANING A. Clean each section of completed sewer pipeline prior to testing. B. Place screen or dam in downstream manhole of section being cleaned to catch debris. C. Remove material from each inanhole section before cleaning the next section downstream. D. Method: As approved by Engineer. E. Cleaning water may be discharged into existing sewer system after screening and removal of debris. 3.07 TESTING A. General: 1. Notify Owner in writing 5 days in advance of testing. Perform testing in presence of Owner's Representative. _ 2. Pipe 18 inches in diameter and smaller shall be tested for leakage using a low pressure air test performed in accordance with the applicable sections of the Uni-Bell LJNI-B-6-98, latest version. 3. Pipe over 18 inches in diameter shall be tested for leakage using a low pressure air test performed in accordance with the applicable sections of the Uni-Bell LTNI-B-6-98, latest version. 4. Individual joints may be tested on pipe 36 inches in diameter and larger with Owner's written approval. 5. Pipe shall successfully pass leakage test prior to acceptance 6. Test sections of constructed sewer between stations only after service connections, manholes, and backfilling are completed. Testing shall be done prior to placement of asphaltic concrete or roadway structural section. 7. Isolate new pipelines that are connected to existing pipelines. Install pipe plugs as required to allow section of new pipe to be pressure tested. 8. Plug wyes, tees, stubs, and service connections with gasketed caps or plugs securely fastened or blocked to withstand internal test pressure. Such plugs or caps shall be removable, and their re�noval shall provide socket suitable for making flexible jointed lateral connection or extension. 9. Furnish testing equipment and perform tests as approved by Engineer. Testing equipment shall provide observable and accurate measurement of leakage under specified conditions. GRAVITY SEWER PIPE AND FITTINGS 33 OS 01.12 10 REVISION SEPTEMBER 2008 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS l. General: a. Test installed pipeline for deflection by pulling a mandrel through sewer without aid of inechanical pulling device. b. Perform test at least 10 days after trench backfill and compaction have been completed. c. Owner shall supply mandrel for testing up to and including 12- inch pipe. 2. MandreL• a. Full circle, solid or rigid odd number of legs (minimum 91egs) steel cylinder with pulling rings at each end. b. Diameter: Sized to allow only as much initial deflection for ultimate deflection of 5 percent. 3. Correcting Deficiencies or Obstructions: a. Excavate to springline of pipeline and replace and recompact pipe zone material. b. Internal pipe rerounding or vibration will not be allowed. c. If pipe does not pass mandrel test after replacement of pipe zone material and trench backfill, re-excavate and replace pipeline. 3.08 INSPECTION (TO IDENTIFY FAILURES) � A. Television Pipeline Inspection: 1. GeneraL• a. Internally inspect sewer pipelines by closed circuit television (CCTV) after completion of pipeline cleaning and testing. b. Conduct inspection in presence of Owner. 2. Procedure: a. Provide complete and continuous taped record and digital log of inspection. b. Format: Digital Video Disk (DVD), color c. Television Camera Equipment: 1) Rotating lens or pan and tilt. 2) Resolution: Minimum 350 lines per inch. 3) Focal Distance: Adjustable through a range of 6 inches to infinity. 4) Remote-Reading Footage Counter: Accurate to less than 1 percent error. 5) Lighting: Sufficient to provide clear, in-focus picture of entire inside periphery of pipe, and minimizes reflection. d. Pull camera at uniform rate, stopping to properly document defects. Maximum pull of camera shall not exceed 30 feet per minute. 3. Quality Standard: GRAVITY SEWER PIPE ANI� FITTINGS 33 05 01.12 12 REVISION SEPTEMBER 2008 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS C. Deficiencies Requiring Correction: a. Variations in alignment greater than specified herein. b. Joint separations greater than allowed by pipe manufacturer. c. Visible infiltration. d. Presence of debris ar foreign objects. e. Obvious damage or defects in pipeline. END OF SECTION GRAVITY SEWER PIPE AND FITTINGS 33 OS OL12 14 REVISION SEPTEMBER 2008 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS p. F594, Standard 5pecification for Stainless Steel Nuts. 1.02 SUBMITTALS A. Action Submittals: l. Shop Drawings: a. Cast-in-Place Manholes: Details of construction. b. Precast Manholes: Details of construction. c. Precast Base, Cones, and Top Slab Sections: Details of construction. d. Manholes Over Existing Piping: Plans and schedule for diverting flow. B. Informational Submittals: 1. Proposed curing method for cast-in-place concrete structures. 2. Precast Manhole Sections: Manufacturer's results of tests performed on representative sections to be furnished. (if required} 3. Certified load test data far precast manhole steps. (if required) 4. Plan for diversion of flow during installation of manhole over existing piping. PART2 PRODUCTS 2.01 PRECAST MANHOLES A. Riser Sections: 1. Minimum 48 inches in diameter. 2. Fabricate in accordance with ASTM C478. 3. Minimuin Wall Thickness: 4 inches or 1/12 times inside diameter, whichever is greater. . 4. Top and bottom shall be paralleL 5. Joints: Tongue-and-goove B. Cone Sections: 1. Provide eccentric cones. 2. Same wall thickness and reinforcement as riser section. 3. Top and bottom shall be parallel. C. Base Sections and Base Slab: 1. Base Sections: Base slab integral with sidewalls. MANHOLES 33 OS 13 2 REVISION SEFTEMBER 2008 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS B. Concrete: Furnish as specified in Supplemental Technical Specification Section 03 30 00, Cast-in-Place Concrete. 2.03 MANHOLE FRAMES AND COVER A. Ring and cover shall be USF-668 or pre-approved equal as shown in the drawing details. 2.04 WATERTIGHT FRAIUIE FASTENERS A. Galvanize after fabrication in conformance with ASTIWI Al23. 2.05 MANHOLE FRAME TO STRUCTURE SEALS A. Gasket: 1. Extrude or mold from a high-grade rubber compound. 2. Comply with material test requireinents of ASTM C923. 3. Minimum Thickness: 3/16 inch. 4. Minimum Unstretched Length: Sufficient to extend from the inanhole frame, across a maximum of 12 inches of extension rings, to the manhole cone section. 5. Fabricate bands for compressing sleeve against inanhole from Type 304 stainless steel: a. Channeled Sheet: Minimum 16-gauge, ASTM A167. b. Round: 5/16-inch diameter, ASTM A240. B. Screws, Bolts, or Nuts: Stainless steel conforming to ASTM F593 and ASTM 594, Type 304. C. Internal gasket or its appurtenances shall not extend into the manhole opening to restrict entry into or exit from the manhole. D. Gasket shall be made only of materials that have been proven to be resistant to the following exposures and conditions: l . Sanitary sewage. 2. Corrosion or rotting under wet or dry conditions. 3. Gaseous environment in sanitary sewers and at road surfaces including common levels of ozone, carbon monoxide, and other trace gases at the sites of installation. 4. Biological environment in soils and sanitary sewers. 5. Chemical attack by road salts, road oil, and common street spillages or solvents used in street construction or maintenance. MANHOLES 33 OS 13 4 REVISION SEPTEMBEIZ 2008 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 2.08 FLEXIBLE JOINTS A. Manufacturers: 1. "Kor-N-Seal" flexible rubber boot with stainless steel accessories as manufactured by NPC, Inc., Milford, New Hampshire. 2. "PS10" flexible gasket as manufactured by PressSeal Gasket Corporation. PART 3 EXECUTION 3.01 GENERAL A. Remove and keep all water clear from the excavation during construction and testing operations. B. Place imported pipe base material on undisturbed earth; thoroughly compact with a mechanical vibrating or power tamper. 3.02 EXCAVATION AND BACKFILL A. Excavation: As specified in Section 31 23 16, Excavation. B. Backfill: As specified in Section 31 23 23, Fill and Backfill. 3.03 INSTALLATION OF PRECAST MANHOLES A. Concrete Base: 1. Cast-in-Place: a. Vibrate to densify concrete and screed so first precast manhole section to be placed has a level, uniform bearing for full circumference. b. Deposit sufficient mortar on base to assure watertight seal between base and manhole wall, or place first precast section of manhole in concrete base before concrete has set. Properly locate and plumb first section. 2. Precast: a. Place on compacted imported base material. b. Properly locate, ensure firm bearing throughout, and plumb first section. B. Sections: 1. Carefully inspect precast manhole sections to be joined. MANHOLES 33 OS 13 6 REVISION SEPTEMBER 2008 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS C. Steps: 1. Install manhole steps at 16 inches on center, plus or minus 1/4-inch tolerance, and locate to provide a continuous vertical ladder. 2. Do not vary spacing between any two adjacent steps by more than 1 i2 inch. 3. The distance between wall of manhale and center of rung, measured at the point of embedment, shall be not less than 4 inches or more than 6-1 /4 inches. 3.06 MANHOLE FRAMES AND CQVERS A. Set fraines in bed of inortar with mortar carried over flange as shown. B. Set tops of covers flush with surface of adjoining pa�ement or ground surface, unless otherwise shown or directed. C. Offsite �nanholes shall have bolt down frame integrally cast into the riser/cone section. � 3.07 WATERTIGHT MANHOLES 1. Install frame fasteners at locations shown on drawings. 3.08 MANHOLE PIPING A. Drop Assembly (as shown in the drawing details): 1. Extend pipe from the drop to a minimum of 3 feet beyond the manhole excavation into the trench, and connect to sewer pipe with an adapter. 2. Support lower drop elbow with concrete monolithically-placed with manhole base. B. Flexible Joints: 1. Provide in pipe not more than 1-1 /2 feet from manhole walls. 2. Where last joint of pipe is between 1-1/2 and 6 feet from manhole wall, provide flexible joint in manhole wall. C. Stubouts far Future Connections: 1. Provide same type and class of pipe as specified for use in service connection, lateral, main, or trunk sewer construction. Where there are two different classes of pipe at manhole use higher strength pipe. MANHOLES 33 OS 13 8 REVISION SEPTEMBER 2008 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS G. Protect new concrete and mortar work for 7 days after placing concrete. 3.10 CONNECTIONS TO EXISTiNG MANHOLES A. Use the appropriate "boot" for connecting pipe diameter. B. Core existing manhole bases or grouting as necessary. C. Clean all surfaces and apply a bonding agent. D. Regrout to provide sinooth flow into and through inanholes. E. Provide diversion facilities and perform work necessary to maintain flow during connection. 3.11 FIELD QUALITY CONTROL A. Vacuum Testing: 1. All manholes shall be tested using low-pressure vacuum methods according to ASTM C l 244. 2. Repair manholes that do not meet the vacuum test, or do not meet � specified requirements from visual inspection: B. Testing Cast-in-Place Manhole Steps: 1. Test each step for a horizontal pullout load of 400 pounds with the load applied over a width of 3-1/2 inches and centered on the rung. 2. Apply the load at a uniform rate until the required test load is reached. 3. Provide suitable hydraulic jacks and gauges to perform the test. 4. Steps will be considered acceptable if they remain solidly embedded ' after application of test load and if no cracking or fracture of the step nor spalling of the concrete, masonry, or mortar is evident. 5. Replace, or reset and retest, steps failing to withstand required load. END OF SECTION MANHOLES 33 OS 13 10 REVISION SEPTEMBER 2008 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 8. Yellow above gound line. 9. Integral Davidson Anti-Terrorist Valve. 10. Manufacturer and Product: a. Mueller; #A-24018 b. M&H Figure 129T c. American AVK 2700 Series B. Main Valve: , 1. Depth of Bury: 4 feet. 2. Equip with O-ring seals. 3. Valve opens on clockwiselcounterclockwise rotation as specified on drawings. 4. U.S. Pipe Metro-Sea1250 Resilient Seated Gate Valve 2.02 PRECAST CONCRETE PIER BLOCK A. Nominal dimensions of 8-inch thickness by 16-inch square base. B. Compressive Strength: 3,000 psi at 28 days. 2.03 GRAVEL FOR DRAINAGE A. Washed 3/4-inch drainage gravel. Free of organic matter, sand, loam, clay, and other small particles that will restrict water flow through graveL 2.04 FOUNDATION STABILIZATION MATERIAL A. Furnish when existing trench material or imported pipe base material will not support soft or flooded spots in excavated trench. B. Maximum 3-inch hard rock free from excessive clay material, but enough fines to bind larger fragments. 2.05 CONCRETE FOR THRUST BLOCKING A. Ready-mix meeting ASTM C94, Alternative 2. B. Compressive Strength: 3,000 psi at 28 days. C. Aggregate Size: 1-1/2 inches. D. Slump: 2 to 4 inches. WATER UTILITY DISTRIBUTION 33 12 19 ' FIRE HYDRANTS 2 REVISION JULY 2008 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 5. Set hydrants so safety flange is a minimum of 2 inches above finished ground or sidewalk leveL B. Place hydrant on base block carefully to prevent the base block from breaking. C. Joints shall conform to Section 3.4 of AWWA C600 when cast or ductile iron pipe is used. D. Maintain hydrant in a plumb position during subsequent Work. E. Hydrant valve not to exceed 4 feet from main line tee unless specifically approved by the Owner's representative. 3.05 GRAVEL FOR DRAINAGE A. Place gravel around base block and hydrant bottom in accordance with Section 3.7 of AWWA C600. 3.06 CONCRETE THRUST BLOCKING A. Place blocking after hydrant is set in final position and joined to pipe. B. Concrete thrust block shall have a minimum of 4 square feet of bearing area against undisturbed earth. 3.07 THRUST TIES � A. Install thrust ties in lieu of concrete thrust blocking when ground surface behind hydrant is less than 2 feet above top of hydrant base. 1. Install two tie rods between main valve and hydrant. 2. Install mechanical joint glands with lugs in joints between hydrant, main valve and main line tee. 3.08 MECHANICAL WEDGE ACTION TYPE JOINT A. Install mechanical wedge anchors at every joint between main line tee and fire hydrant. END OF SECTION WATER UTILITY DISTRIBUTION 33 12 19 FIRE HYDRANTS 4 REVISION JULY 2008 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS PART2 PRODUCTS 2.01 WATER FOR DISINFECTION AND TESTING A. Clean, uncontaminated, and potable. B. Owner will supply potable quality water. Contractor shall convey in disinfected pipelines or containers. 2.02 C4NTRACTOR'S EQUIPMENT A. Furnish chemicals and equipment, such as pumps and hoses, to accomplish disinfection. B. Water used to fill pipeline may be supplied using a temporary connection to existing distribution system. Provide protection against cross-connections as required by AWWA C651. 2.03 DISINFECTANT A. The following disinfectant product(s) shall not be used: chlorine gas. PART 3 EXECUTION 3.01 GENERAL A. Conform to AWWA C651 for pipes and pipelines, except as modified in these Specifications. B. Disinfect the following items installed or modified under this Project, intended to hold, transport, or otherwise contact potable water: 1. Pipelines: Disinfect new pipelines that connect to existing pipelines up to point of connection. 2. Disinfect surfaces of materials that will contact finished water, both during and following construction, using one of the methods described in AWWA C652 and C653. Disinfect prior to contact with finished water. Take care to avoid recontamination following disinfection. C. Prior to application of disinfectants, clean pipelines of loose and suspended materiaL D. Allow freshwater and disinfectant solution to flow into pipe or vessel at a measured rate so chlorine-water solution is at specified strength. Do not place concentrated liquid commercial disinfectant in pipeline or other facilities to be disinfected before it is filled with water. ' DISINFECTION OF WATER 33 13 00 UTILITY DISTRIBUTION 2 REVISION JULY 2008 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 1. Inject disinfecting solution into pump and associated piping and circulate for a minimum 3-hour period of time. At end of 3-hour period, solution shall have a strength of at least 50 ppm free chlorine. 2. Operate valves and puinp appurtenances during disinfection to ensure that disinfecting solution is dispersed into all parts of pump and lines. 3. If disinfecting solution contained in pump has a residual free chlorine concentration less than 50 ppm after the 3-hour retention period, reclean pump, reapply disinfecting solution, and retest until a satisfactory test result is obtained. 4. After chlorination, flush water from pump until water through the unit is chemically and bacteriologically equal to permanent source of supply. 3.05 TANKS AND RESERVOIRS A. Cleaning: 1. Clean interior surfaces using water under pressure before sterilizing. Isolate tank or reservoir froin system to prevent contaminating materials from entering the distribution system. Cleaning shall: a. Remove all deposits of foreign nature. b. Remove all biological growths. c. Clean the slopes, walls, top, and bottom. d. Avoid damage to the structure. e. Avoid pollution or oil deposits by workers and equipment. 2. Dispose of water used in cleaning in accordance with applicable regulations before adding disinfecting solution to tank or reservoir. B. Disinfecting Procedure: In accordance with AWWA C652, unless herein modified. Parts of structures, such as ceilings or overflows that cannot be immersed, shall be spray or brush disinfected. 3.06 DISPOSAL OF HEAVILY CHLORINATED WATER A. Do not allow flow into a waterway without neutralizing disinfectant residual. B. See the appendix of AWWA C651 or C652 as applicable for acceptable neutralization methods. 3.07 TESTING A. Collection of Samples: 1. Coordinate activities to allow Samples to be taken in accordance with this Specification. DISINFECTION OF WATER 33 ] 3 00 UTILITY DISTRIBUTION 4 REVISION JULY 2008 AUGUSTA UTILITIES DEPARTMENT STANDAR.D TECHNICAL SPECIFICATIONS E. If minimum Samples required above are bacterially positive, disinfecting procedures and bacteriological testing shall be repeated until bacterial limits are met. END OF SECTION DISINFECTION OF WATER 33 13 00 UTILITY DISTRIBUTION 6 REVISION JULY 2008 SUPPLEMENT TO FORT GORDON NEW WATER AND SEWER CONNECTIONS PROJECT 1.) Defective pricin� To the extent that the pricing provided by CONTRACTOR is erroneous and defective, the parties may, by agreement, correct pricing errors to reflect the intent of the parties. 2.) Specified excuses for delaV or non-performance CONTRACTOR is not responsible for delay in performance caused by hurricanes, tornadoes, floods, and other severe and unexpected acts of nature. In any such event, the contract price and schedule shall be equitably adjusted. 3.) Termination of the contract for default Failure of the CONTRACTOR, which has not been remedied or waived, to perform or otherwise comply with a material condition of the Agreement shall constitute default. Augusta, Georgia may terminate this contract is part or in whole upon written notice to the CONTRACTOR pursuant to this term. 4.) Prohibition against contingent fees There shall be no contingent fees allowed under this contract. 5.) An acknowledgement bv all parties contracting with Au�usta, Georgia as follows: "Contractor acknowledges that this contract and any changes to it by amendment, modification, change order or other similar document may have required or may require the legislative authorization of the Board of Commissioners and approval of the Mayor. Under Georgia law, Contractor is deemed to possess knowledge concerning Augusta, Georgia's ability to assume contractual obligations and the consequences of Contractor's provision of goods or services to Augusta, Georgia under an unauthorized contract, amendment, modification, change order or other similar document, including the possibility that the Contractor may be precluded from recovering payment for such unauthorized goods or services. Accordingly, Contractor agrees that if it provides goods or services to Augusta, Georgia under a contract that has not received proper legislative authorization or if the Contractor provides goods or services to Augusta, Geargia in excess of the any contractually authorized goods or services, as required by Augusta, Georgia's Charter and Code, Augusta, Georgia may withhold payment for any . unauthorized goods or services provided by Contractor. Contractor assumes all risk of non- payment for the provision of any unauthorized goods or services to Augusta, Georgia, and it waives all claims to payment or to other remedies for the provision of any unauthorized goods or services to Augusta, Georgia, however characterized, including, without limitation, all remedies at law ar equity." This acknowledgement shall be a mandatory provision in all Augusta, Georgia contracts for goods and services, except revenue producing contracts 6.) Use of Augusta, Geor�ia Landfill. All contracts for contractors perfortning demolition and/or construction projects for Augusta, Georgia shall contain'a provision requiring that all debris, trash and rubble from the project be transported to and disposed of at the Augusta, Georgia Solid Waste Landfill in accordance with local and state regulations. The contractor shall provide evidence of proper disposal through manifests, which shall include the types of material disposed of, the name and location of the disposal facility, date of disposal and all related fees 7.) All contractors and subcontractors entering into contracts with Augusta, Georgia for the physical performance of services shall be required to execute an Affidavit verifying its compliance with O.C.G.A. § 13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta, Georgia has registered with and is participating in a federal work authorization program. All contractors and subcontractors must provide their E- Verify number and must be in compliance with the electronic verification of work authorized programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603, in accordance with the applicability provisions and deadlines established in O.C.G.A. § 13-10-91 and shall continue to use the federal authorization program throughout the contract term. All contractors shall further agree that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to its contract with Augusta, Georgia the contractor will secure from such subcontractor(s) each subcontractor's E-Verify number as evidence of verification of compliance with O.C.G.A. § 13-10-91 on the subcontractor affidavit provided in Rule 300-10- 01-.08 or a substantially similar form. All contractors shall further agree to maintain records of such compliance and provide a copy of each such verification to Augusta, Georgia at the time the subcontractor(s) is retained to perform such physical services 8.) All contracts shall provide that Augusta, Georgia may, at reasonable times, inspect the part of the plant, place of business, or work site of a contractor or subcontractor or subunit thereof which is pertinent to the performance of any contract awarded or to be awarded by Augusta, Georgia Local Small Business In accordance with Chapter lOB of the AUGUSTA, GA. CODE, Contractor expressly agrees to collect and maintain all records necessary to for Augusta, Georgia to evaluate the effectiveness of its Local Small Business Opportunity Program and to make such records available to Augusta, Georgia. The requirements of the Local Small Business Opportunity Program can be found at www.augustaga.gov. In accordance with AUGUSTA, GA. CODE § 1-10-129(d) (7), for all contracts where a local small business goal has been established, the contractor is required to provide local small business utilization reports. Contractor shall report to Augusta, Georgia the total dollars paid to each local small business on each contract, and shall provide such payment affidavits, regarding payment to subcontractors as may be requested by Augusta, Georgia. Such documents shall be in the format specified by the Director of minority and small business opportunities, and shall be submitted at such times as required by Augusta, Georgia. Failure to provide such reports within the time period specified by Augusta, Georgia shall entitle Augusta, Georgia to exercise any of the remedies set forth, including but not limited to, withholding payment from the contractor and/or collecting liquidated damages. [SIGNATURES ON FOLLOWING PAGE] IN WITNESS WHEREOF, the parties hereto have executed this Agreement in four (4) counterparts, each of which shall be deemed an original, in the year and day first mentioned above. OWNER: AUGUSTA, GEORGIA ATTEST: SEAL .�-, , By; ��'"�' :�"� , _ By; � , , ;, ;,��,� ��, , a ����� �� �� � � ��� „ao���� . � � j The Honorable Deke S. Co enhaver Lena J. Bonn r ^` �' '�'� �"' °� � �N f 1 j! � � t ..� �',' P @ � Q ��� 1��' (l M a y o r C l e r k o f t e C o i s s i o� ��� �. ;-- ���'�' �� ���� ; �� � Date: � Date:� F `� � :' � _=����c, � ,� � � .� .; �'�';�-- ,� c, :� �� � � �' : �sT. ����� t'� ��, ���,�. e�vb •s �� �� •..•.�•s APPROVED AS TO FORM: DEPARTMENT APPROV��� ;� .��, � . . � �� CEO�ZG �,� , By� � � .�� (f�� By: "��.�j , ` �i.����''� Thomas D. Wiedmeier Attorney Director, Augusta Utilities Department Date:� / � �� Date: � �•�� t'�"'t` 6� � CONTRACTOR Blair Construction, Inc. ATTEST: SEAL � �� By: � � � � By. �� � Name: Cc�1/,�-•y �� /`��:.,,�� �'� � Name: �/G-r %� L � ��=�. .�` Title: � G c ���.�� r� Title: ��/� ,������� �r � Date: /Z —�°//' Date: /Z — � — //