Loading...
HomeMy WebLinkAboutCONTRACT BEAM'S CONTRACTING FOR BUTLER CREEK PROJECT TRAILHEAD PARKWilliam P. Shahan Jr., Administration for Augusta, GA Recreation, Parks and Facilities Department Augusta Commission The Honorable Deke S. Copenhaver, Mayor Matt Aitken — District 1 Corey Johnson — District 2 Joe Bowles — District 3 Alvin Mason — District 4 Bill Lockett — District 5 Contact Documents for Butler Creek Trailhead Park Frederick L. Russell Administrator BID SET September 4, 2012 W.K. Dickson & Co., Inc. 1450 Greene Street Suite 225 Augusta, Georgia 30901 Joe Jackson — District 6 Jerry Brigham — District 7 Wayne Guilfoyle — District 8 J. R. Hatney — District 9 Grady Smith — District 10 rDICKSON community infrastructure consultants ••••••••••••••••••••••••••••••••••••••••••• Butler Creek Trailhead Park Augusta, GA PROJECT MANUAL TABLE OF CONTENTS SECTION TITLE NO. OF PAGES I Invitation for Bids 1 IB Instructions to Bidders 4 AD Addendums 25 P Proposal 10 BB Bid Bond 2 NA Notice of Award 1 A Agreement 4 A -1 Additional Contract Provisions 4 PB Performance and Payment Bonds 5 NP Notice to Proceed 1 GC -0 Index to General Conditions 1 GC General Conditions 52 SC -0 Index to Special Conditions 1 SC Special General Conditions 2 TS -0 Index to Technical Specifications 4 TS Technical Specifications 109 CONSTRUCTION PLANS ARE INCLUDED AS AN ATTACHMENT Table of Contents — Page 1 Butler Creek Trailhead Park WKD# 20100069.01.AG ••••••••••••••••••••••••••••••••••••••••••• • • • • • • • • • • • • • • • • • • • • w • • • • • • • • • • • • • • • • • a I Invitation To Bid Sealed bids will be received at this office until Wednesday, August 29, 2012 @ 3:00 p.m. for furnishing: Bid Item #12 -181 Butler Creek Trailhead Park for Recreation, Parks and Facilities 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 examined at the office of the Augusta, GA Procurement Department, 530 Greene Street — Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers exclusively from ARC. The fees for the plans and specifications which are non - refundable are $100.00. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online (www.e - arc.com) at no charge through ARC (706) 821 -0405 beginning Thursday, July 19, 2012. Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the successful completion of the project. Bidders are cautioned that acquisition of documents through any other source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory Pre -Bid Conference will be conducted at the Procurement Department, 530 Greene Street, Room 605 on Wednesday, August 15, 2012 @ 10:00 a.m. in the conference room. All questions must be submitted in writing by fax to 706 821 -2811 or by email to procbidandcontract (a?,auqustaga.gov to the office of the Procurement Department by Friday, August 17, 2012 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. No BID may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10% Bid Bond is required to be submitted in a separate envelope so marked along with the bidder's qualifications' a 100% performance bond and a 100% payment bond will be required for award. Invitation forbids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of the submission, the required financial 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 approval 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 Publish: Augusta Chronicle Metro Courier July 19, 26, 2012 and August 2, 9, 2012 July 25, 2012 cc: Tameka Allen Deputy Administrator Bill Shanahan Interim Direction, Recreation, Parks & Facilities Ron Houck Recreation, Parks & Facilities Department Revised: 8/15/2011 ••••••••••••••••••••••••••••••••••••••••••• • • • • • • • • • ` • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • 4 NOTICE TO ALL BIDDERS Rev. 7/22/2011 (PLEASE READ CAREFULLY) ADHERE TO THE BELOW INSTRUCTIONS AND DO NOT SUBSTITUTE FORMS PLEASE READ CAREFULLY: Attachment B is a consolidated document consisting of; 1. Business License Number Requirement (must be provided) 2. Acknowledgement of Addenda (must be acknowledged, if any) 3. Statement of Non-Discrimination 4. Non-Collusion Affidavit of Prime Bidder/Offeror 5. Conflict of Interest 6. Contractor Affidavit and Agreement (E-Verify User ID Number must be provided) Attachment B Must ks Notarized & all 3 Pages Must be returned with ygLir submittal No Exceptions.. Business License Requirement: Contractor must be licensed in the Governmental entity for where they do the majority of their business. Your comoanvis business license number must be provided on Pa e 1 of Attachment B. If your Governmental entity (State or Local) does not require a business license, your company will be required to obtain a Richmond County business license if awarded a Bid/RFP/RFQ. For further information contact the License and Inspection Department © 706 312-5162. Acknowledgement of Addenda: You Must acknowledge all Addenda. See Page 1 of Attachment B. E-Verif‘r* User Identification Number (Company ID.) The recommended awarded vendor will be required to provide a copy of Homeland Security's Memorandum Of Understanding (IVIOU) DO NOT RETURN AT THIS TIME: 1. Affidavit Verifying Status for City of Augusta Benefit Application (SAV.E. Proaraml 2. Georgia Security and Immigration Subcontractor Affidavit 3. Non-Collusion Affidavit of Sub-Contractor Note: The successful vendor will submit the above forms to the Procurement Department not later than five (5) days after receiving the "Letter of Recommendation" (vendor's letter will denote the date forms are to be received). WARNING: 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 places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Bids!RFPsIRFQs are publicly opened. It is your responsibility to ensure that your company has met the Specifications and Licenses' requirements prior to submitting a Bid/RFP/RFCI. Bid 12-181 Butler Creek Trailhead Park Page 8 of 14 ••••••••••••••••••••••••••••••••••••••••••• • • • • • • • • • • • • • Street Address: • City, State, Zip Code: • • • • • Attachment B You Must Complete and Return all 3 pages of Attachment B with Your Submittal. Document Must Be Notarized. Augusta, Georgia Procurement Department ATTN: Procurement Director 530 Greene Street, Suite 605 Augusta, Georgia 30901 Name of Bidder: Phone: Fax: Email: Do You Have A Business License? Yes: No: Business License # for your Company (Must Provide): Company must be licensed in the Governmental entity for where they do the majority of their business. if your Governmental entity (State or Local) does not require a business license, your company will be required to obtain a Richmond County business license if awarded a Bid/RFP/RFQ. For further information contact the License and Inspection Department (§ 706 312-5162. List the State, City & County that issued your license: • Acknowledgement of Addenda: (#1) : (#2) : (#3) : (#4) : (#5) : (#6) : (#7) : (#8) : NOTE: CHE K APPROPRIATE BOX(ES)- ADD ADDITIONAL NUMBERS AS APPLICABLE • Statement of Non-Discrimination • • • The undersigned understands that it is the policy of Augusta, Georgia to promote full and equal business opportunity for all persons doing business with Augusta, Georgia. The undersigned covenants that we have not discriminated, on the basis of race, religion, gender, national origin or ethnicity, with regard to prime contracting, subcontracting or partnering opportunities. • The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable • participation of local small businesses on the bid or contract awarded by Augusta, Georgia. The undersigned further covenants that we have completed truthfully and fully the required forms regarding • good faith efforts and local small business subcontractor/supplier utilization. • The undersigned further covenants and agrees not to engage in discriminatory conduct of any type • against local small businesses, in conformity with Augusta, Georgia's Local Small Business Opportunity Program. Set forth below is the signature of an officer of the bidding/contracting entity with the authority to • bind the entity. • The undersigned acknowledge and warrant that this Company has been made aware of understands and agrees to take affirmative action to provide such companies with the maximum practicable • opportunities to do business with this Company; • That this promise of non-discrimination as made and set forth herein shall be continuing in nature • and shall remain in full force and effect without interruption; • That the promises of non-discrimination as made and set forth herein shall be and are hereby deemed to be made as part of and incorporated by reference into any contract or portion thereof which this • Company may hereafter obtain and; • That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination • as made and set forth herein shall constitute a material breach of contract entitling Augusta, Georgia to declare the contract in default and to exercise any and all applicable rights remedies including but not • limited to cancellation of the contract, termination of the contract, suspension and debarment from future • contracting opportunities, and withholding and or forfeiture of compensation due and owing on a contract. • • • Bid 12-181 Butler Creek Traiihead Park Page 9 of 14 Attachment B - Page 2 of 3 Non-Collusion of Prime Bidder/Offeror By submission of a bid, the vendor certifies, under penalty of perjury, that to the best of its knowledge and belief: (a) The prices in the proposal have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other vendor or with any competitor. (b) Unless otherwise required by law, the prices which have been quoted in the proposal have not been knowingly disclosed by the vendor prior to opening, directly or indirectly, to any other vendor or to any competitor. (c) No attempt has been made, or will be made, by the vendor to induce any other person, partnership or corporation to submit or not to submit a proposal for the purpose of restricting competition. Collusions and fraud in bid preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department. Conflict of Interest By submission of a bid, the responding firm certifies, under penalty of perjury, that to the best of its knowledge and belief: 1. No circumstances exist which cause a Conflict of Interest in performing the services required by this ITB, and 2. That no employee of the County, nor any member thereof, not any public agency or official affected by this ITB, has any pecuniary interest in the business of the responding firm or his sub-consultant(s) has any interest that would conflict in any manner or degree with the performance related to this ITB. By submission of a bid, the vendor certifies under penalty of perjury, that to the best of its knowledge and belief: (a) The prices in the bid have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other vendor or with any competitor. (b) Unless otherwise required by law, the prices which have been quoted in the bid have not knowingly been disclosed by the vendor prior to opening, directly or indirectly, to any other vendor or competitor. c) No attempt has been made, or will be made, by the vendor to induce any other person, partnership or cooperation to submit or not to submit a bid for the purpose of restricting competition. For any breach or violation of this provision, the County shall have the right to terminate any related contract or agreement without liability and at its discretion to deduct from the price, or otherwise recover, the full amount of such fee, commission, percentage, gift, payment or consideration. es of Att Notari You Mus nd R turn all *at ent B with Your Subtni cu ent M ed. Bid 12-181 Butler Creek Trailhead Park Page 10 of 14 S Attachment B - Page 3 of 3 Contractor Affidavit and Agreement O By executing this affidavit, the undersigned contractor verifies its compliance with 0.C.G.A. 13-10-91, • stating affirmatively that the individual, firm, or corporation which is contracting with Augusta, Georgia • Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United • States Department of Homeland Security or any equivalent federal work authorization program e 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 (RCA), P.L. 99-603], in O accordance with the applicability provisions and deadlines established in 0.C.G.A 13-10-91. The • undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection • with the physical performance of services pursuant to this contract with Augusta, Georgia Board of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance • with 0.C.G.A 13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially • similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta, Georgia Board of Commissioners at the time the • subcontractor(s) is retained to perform such service. • Georgia Law requires your company to have an E-Verify*User Identification Number (Company I.D.) on or after July • 1, 2009. • For additional information or to enroll your company, visit the State of Georgia website: • httos://e-verify.uscis.gov/enroll/ and/or http://www,dol.state.oa.us/pdf/rules/300 10 1.pdf • ** E-Verify * User Identification Number (Company I.D. • NOTE. E-VERIFY USER IDENOIFICATION NUMBER (COMPANY lb.) MUST BE PROVIDED; IN ADDITION, THE RECOMMENDED AWARDED VENDOR WILL BE REQUIRED TO PROVIDE A COPY OF HOMELAND SECURITY'S MEMORANDUM OF UNDERSTANDING (MOU) • The undersigned further agrees to submit a notarized copy of Attachment B and any required • documentation noted as part of the Augusta, Georgia Board of Commissions specifications which • govern this process. In addition, the undersigned agrees to submit all required forms for any • subcontractor(s) as requested and or required. I further understand that my submittal will be deemed non-compliant if any part of this process is violated. • • Company Name • BY: Authorized Officer or Agent • • Title of Authorized Officer or Agent of Contractor • (Contractor Signature) • Printed Name of Authorized Officer or Agent • • • Notary Public • • • • • • SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF , 20 My Commission Expires: In Your Submittal Documen Ye ust Corn and Return al REV. 7/22/2011 esofAtta h I n NOTARY SEAL Must Be Notarized. Bid 12-181 Butler Creek Trailhead Park Page 11 of 14 ••••••••••••••••••••••••••••••••••••••••••• i i i i i i i i i ■ i ■ i i i i i i i i i i i • wwwwwwwwewwwwwwwwwarwwswwtwwwsw 1 1 • • AUG -24 -2012 19:33 TO: ARC PURCHASING All Bidders Phyllis Mills, Quality Assurance Analyst Bill Shanahan, Augua Engineering impartment Geri Sams Procurement Director August 24, 2012 New Bid Opening Date, Responses to Vendors Questions and Clarifications to the Specifications FROM: I DATE: SUBJ: BID ITEM: 12 -181 Butler Creek Trailhead Park I for Augusta Recreation, Parks & Facilities Department • NEW BID OPENING: Tuesday, September 4, 2012 @ 3:00 p.m. • 0 Bidders on this project are hereby notified that this Addendum shall be attached to and made part of the above -named Bid Package_ The narrative and attached sketch shall supplement the • contract documents for the, above referenced project. Changes shown in this document shall supersede previously dated contract documents. Acknowledge receipt of all Addendums on • Attachment B within the Specifications package. • The opening date for BID #12 -181 — Butler Creek Trailhead Park has been changed: • FROM: Wednesday, August 29, 2012 J 3:00 p.m. • TO: Tuesday, September 4, 2012 @ 3:00 p.m. • This Addendum No. 1 includes twenty -one (21) 8.5" x 11" pages, and one (1) 24" x 36" • sheet in PDF Format. A breakdown is as follows: • - This narrative (3 pages) Exhibit A (1 page) • - Soil Testing information — (17 pages) • C6 Plan Sheet (1 sheet in PDF Format) • ALL BIDDERS MUST ACKNOWLEDGE RECEIPT OF THIS ADDENDUM ON THE BID FORM. • Responses to Vendor Questions: I Pedestrian bridge section 34 90 00, section 3.2 calls for design per AASHTO, section3,14 criteria, • Project section 3.3 indicates axle loads of 16,0005. (This is 80% of the 20,000# as required.) • This changes the loading design to a vehicular type bridge which is much more costly than the normal pedestrian design that uses 85 psf & H -10 per AASHTO, Since'emergency vehicles can • get fairly close to each end of the bridge, can the load requirement for vehicle be reduced to standard pedestrian bridge H -10 loading? • Response: The AASHTO Pedestrian Bridge Guide states that clear deck width of 6' to 10' • shall be designed for H -5 truck at 10,000Ibs. Clear deck widths over 10' shall be designed for an H -10 at 20,000Ibs. Since our bridge deck is detailed at 10' clear, the • loading can technically be dropped to an H-S at 10,000lbs. • 2. Is the CSRA soils report available? • Response: The soils report is attached to Addendum No. 1. • Room 605 - 530 Greene Street, Augusta Georgia 30901 • (706) 821 -2422 - Fax (706) 821 -2811 • www. ugustaga•goir Register at www.demandstar uppli for automatic bid notification ADDENDUM NO. 1 Addendum 1 Bid Item #42 D.,ww ., ..r P.03/05 0 Scan this OR coda with your 9martphone or camera equipped tablet to visit the Augusta, Georgia ••••••••••••••••••••••••••••••••••••••••••• AUG -24 -2012 19:33 ARC PURCHASING P.04i05 3. On Drawing sheet 50.1, foundation note 2, does this mean to install piles to an ultimate capacity of 40 tons? Response: Yes. Driving the piles to a capacity of 40 tons will provide a factor of safety of 2.0. 4. On Drawing sheet SO.1, timber pile note 29, describes use of uplift anchors. Are these uplift anchors needed? if so, design options for uplift can add $40 - $400 per pile depending on type required. If needed, please specify type or design. Response: No uplift Is required. Delete note 29. 5. Drawing 2.4.1 section 7 shows bridge cross section. Is the Intent to have 10 ft clearance between • handrail and have bridge manufacturer design centerline distance of bearing? (The 12'-6" measurement can most likely be reduced). Response: The intent is for the bridge to be 10' clear. If the bridge manufacturer can reduce the width of the bridge and still provide 10' clear plus all code and Americans with Disabilities Act (ADA) clearances around handrail, then the width can be reduced. 6. Drawing C7 shows footings and narrow wingwalls at bridge ends. Drawing S4.1 section 5 shows . solid wall 3' -2" wide by approx. 7 ft high. (* Varies distance is usually around 3' -3 ") What is the desired wingwali design, footings with narrow (1-0 ") wall or thick walls (3' -2 ")? Response: The structural drawings govern. Thus 3' -2" is the correct width. • 7. Drawing C7 shows brick block type retaining wall. Is this desired or is a concrete wall to be used? . Response: Concrete walls per the structural drawings. 8. Drawing C7 shows 6" curb on bridge, drawing S4.1 section 7 shows no curb. The usual treatment i• is a steel toe plate attached to the bridge. Which is desired? • Response: Water drainage is to the side so no curb or toe plate. • 9. Sheet S0.1 Foundation Note 8 asks for a 3" mud matt to be placed. Will this requirement be enforced for the bridge foundations? • Response: Only if rain is expected. The foundations are designed as grade beams so they do not rely on bearing pressure. However, we still do not want concrete poured on top of • soft soils. So install mud mat if rain is expected or soils will have to dry out before • concrete is poured. 10. The electrical drawings (on drawing A -3) show a light fixture marked as C but does not have a • CAT.# or vender, also shows an Electrical Panel does not explain what size, or type. Response: Light fixture "C" to be; Progress Lighting ceiling mounted fixture P7376 - 60 • 10 112" sq. • Clear prismatic polycarbonate lens Wet rated • Lamps - 2.2 pin twin 13W CFL. O 11. The Drawings do not show a meter on the building or how it is being served. Please clarify. • Response: Electrical power panel can be minimal size rated commercial panel since load is all lighting & only about 1,000 watts, less than 10 amps. The meter to serve the building • will be located on the power pole .45 feet north of the building. Contractor shall Install and connect electrical service from the building to the new electrical meter. This will Ill include installing the meter socket, meter socket hub, service drop attachment device, • wiring, and the underground electrical conduit from the pole to the building, all meeting Georgia Power requirements. 12. How many bid packages shall be submitted? • Response: One (1) original and six (6) copies. • 13. Does the successful bidder required to have a Georgia General Contractor license? Response: Yes. • CONTRACT DOCUMENT; REVISION, 14. Section P W Proposal, Page P -1, Revised the last paragraph to read: "The undersigned hereby agrees that, if awarded the contract, he will commence the work within Ten (10) calendar days after the date of written notice to proceed, and that he will complete the work within two hundred ten (210) calendar days after the date of written • Notice to Proceed, " • Note: All other areas in the contract documents regarding the completion date shall be revised accordingly, Addendum 1 Bid Item #12 -161 • ••••••••••••••••••••••••••••••••••••••••••• DESCRIPTION PART NO. _ QUANTITY STUMP ROCK 12202 , 1 ea ANGLE LOG 12302 1 ea LIZARD LOG 12301 1 ea LITTLE OWL 12106 1 ea ANT ROCK 12103 1 ea TWO ROPE BRIDGE 12903 1 ea RUBBER HOP ROCK 12401 2 ea X ROPE BRIDGE - ' 12906 1 ea MEDIUM HOP ROCK 12403 2 ea LARGE HOP ROCK 12404 1 ea 6' MIRACLE TIMBER 12" HIGH W/2 30" STAKES- RB 44012R 37 ea Long 6' ACCESS RAMP 4406R M -� CD192496 CD192497 1 ea ENGINEERED WOOD MULCH 10" DEPTH 130 C.Y. 1 PACKAGE TOT'S CHOICE EXPANSION PLAY SYSTEM AUG -24 -2012 19:33 ARC PURCHASING • r t S S S • • • • • • Plan Sheets • • ATTACHMENTS; Exhibit A • Soli Testing Information • Plan Sheet C6 • • • • • • • • • • • • • • • • • • • 15. Exhibit A - Playground Equipment: Add the attached layout of the playground equipment to Exhibit A. The playground equipment shall include the following equipment and materials: Sheet C6 — Remove Sheet C6 and replace with the attached Sheet C6 — Revision date 8117/12 Please acknowledge addendum In your submittal END ADDENDUM P.05/05 TOTAL P.05 ••••••••••••••••••••••••••••••••••••••••••• pkwK ADDENDUM NO. 1 APDICKSON community Infrastructure consultants 1450 Greene Street, Suite 225 Augusta, Georgia 30901 706.722.3479 tel. 706.722.6773 fax • PROJECT: Butler Creek Trailhead Park - Bid Item #12 -181 • WKD Project No. #20100069.02.AG • p p p S • ADDENDUM DATE: August 22, 2012 • BID DATE: Wednesday, August 29, 2012, 3:00 PM • TO ALL BIDDERS: • Below are changes and /or clarifications to the bid documents for this project. • • CLARIFICATIONS • Listed below are clarifications to the questions raised during the bidding process for the Butler Creek • Trailhead Project. • 1. Pedestrian bridge section 34 90 00, section 3.2 calls for design per AASHTO, section3.14 criteria. Project section 3.3 indicates axle loads of 16,000 #. (This is 80 of the 20,000# as required.) This • changes the loading design to a vehicular type bridge which is much more costly than the normal • pedestrian design that uses 85 psf & H -10 per AASHTO. Since emergency vehicles can get fairly close to each end of the bridge, can the load requirement for vehicle be reduced to standard • pedestrian bridge H -10 loading? ID Response: The AASHTO Pedestrian Bridge Guide states that clear deck width of 6' to 10' • shall be designed for H -5 truck at 10,000lbs. Clear deck widths over 10' shall be designed • for an H -10 at 20,000Ibs. Since our bridge deck is detailed at 10' clear, the loading can technically be dropped to an H -5 at 10,0001bs. • • 2. Is the CSRA soils report available? • Response: The soils report is attached to Addendum No. 1. • 3. On Drawing sheet 50.1, foundation note 2, does this mean to install piles to an ultimate capacity of • 40 tons? • Response: Yes. Driving the piles to a capacity of 40 tons will provide a factor of safety of • 2.0. • 4. On Drawing sheet S0.1, timber pile note 29, describes use of uplift anchors. Are these uplift anchors needed? If so, design options for uplift can add $40 - $400 per pile depending on type • required. If needed, please specify type or design. • Response: No uplift is required. Delete note 29. • • Addendum No. 1 — August 22, 2012 • Butler Creek Park Page 1 of 3 • M: \projects\Augusta Richmond County\2010006902AG\ Documents' _Genera1\20120822_Butler Creek_Addendum No 1.docx 5. Drawing 2.4.1 section 7 shows bridge cross section. Is the intent to have 10 ft clearance between handrail and have bridge manufacturer design centerline distance of bearing? (The 12' -6" measurement can most likely be reduced). Response: The intent is for the bridge to be 10' clear. If the bridge manufacturer can reduce the width of the bridge and still provide 10' clear plus all code and Americans with Disabilities Act (ADA) clearances around handrail, then the width can be reduced. 6. Drawing C7 shows footings and narrow wingwalls at bridge ends. Drawing S4.1 section 5 shows solid wall 3' -2" wide by approx. 7 ft high. (* Varies distance is usually around 3' -3 ") What is the desired wingwall design, footings with narrow (1' -0 ") wall or thick walls (3' -2 ")? Response: The structural drawings govern. Thus 3' -2" is the correct width. 7. Drawing C7 shows brick block type retaining wall. Is this desired or is a concrete wall to be used? Response: Concrete walls per the structural drawings. 8. Drawing C7 shows 6" curb on bridge, drawing S4.1 section 7 shows no curb. The usual treatment is a steel toe plate attached to the bridge. Which is desired? Response: Water drainage is to the side so no curb or toe plate. 9. Sheet S0.1 Foundation Note 8 asks for a 3" mud matt to be placed. Will this requirement be enforced for the bridge foundations? Response: Only if rain is expected. The foundations are designed as grade beams so they do not rely on bearing pressure. However, we still do not want concrete poured on top of soft soils. So install mud mat if rain is expected or soils will have to dry out before concrete is poured. 10. The electrical drawings (on drawing A -3) show a light fixture marked as C but does not have a CAT.# or vender, also shows an Electrical Panel does not explain what size, or type. Response: Light fixture "C" to be: Progress Lighting ceiling mounted fixture P7376 -68 10 1/2" sq. Clear prismatic polycarbonate lens Wet rated Lamps - 2- 2 pin twin 13W CFL 11. The Drawings do not show a meter on the building or how it is being served. Please clarify. Response: Electrical power panel can be minimal size rated commercial panel since load is all lighting & only about 1,000 watts, less than 10 amps. The meter to serve the building will be located on the power pole +45 feet north of the building. Contractor shall install and connect electrical service from the building to the new electrical meter. This will include installing the meter socket, meter socket hub, service drop attachment device, wiring, and the underground electrical conduit from the pole to the building, all meeting Georgia Power requirements. M: \projects\Augusta Richmond County\2010006902AG\ Documents \A_General\2012_0822_Butler Creek_Addendum No 1.docx Addendum No. 1 — August 22, 2012 Butler Creek Park Page 2 of 3 DESCRIPTION PART NO. QUANTITY STUMP ROCK 12202 1 ea ANGLE LOG 12302 1 ea LIZARD LOG 12301 1 ea LITTLE OWL 12106 1 ea ANT ROCK 12103 1 ea TWO ROPE BRIDGE 12903 1 ea RUBBER HOP ROCK 12401 2 ea X ROPE BRIDGE 12906 1 ea MEDIUM HOP ROCK 12403 2 ea LARGE HOP ROCK 12404 1 ea 6' MIRACLE TIMBER 12" HIGH W/2 30" STAKES -RB 44012R 37 ea @ 6' Long ACCESS RAMP 4406R 1 ea ENGINEERED WOOD MULCH 10" DEPTH - 130 C.Y. TOT'S CHOICE EXPANSION PLAY SYSTEM CD192496 CD192497 1 PACKAGE S S S S . 12. How many bid packages shall be submitted? • Response: One (1) original and six (6) copies. • 13. Does the successful bidder required to have a Georgia General Contractor license? 5 Response: Yes. • CONTRACT DOCUMENTS REVISIONS S 14. Section P — Proposal, Page P -1, Revised the last paragraph to read: • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • "The undersigned hereby agrees that, if awarded the contract, he will commence the work within Ten (10) calendar days after the date of written notice to proceed, and that he will complete the work within two hundred ten (210) calendar days after the date of written Notice to Proceed. " Note: All other areas in the contract documents regarding the completion date shall be revised accordingly. 15. Exhibit A — Playground Equipment: Add the attached layout of the playground equipment to Exhibit A. The playground equipment shall include the following equipment and materials: DRAWINGS REVISIONS 1. Sheet C6 — Remove Sheet C6 and replace with the attached Sheet C6 — Revision date 8/17/12. M: \projects\Augusta Richmond County\2010006902AG \Documents\/\ General\2012 0822 Butler Creek Addendum No 1.docx Addendum No. 1 — August 22, 2012 Butler Creek Park Page 3 of 3 EXHIBIT A PLAYGROUND SITE PLAN 0 II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II 4 4 4 4 4 4 4 4 4 4 cs ■ a TESTING AND ENGINEERING CO., INC. 1005 Emmett St., Suite A Augusta, Georgia 30904 (706) 733-6960 Fax (706) 737 -0629 November 3, 2011 W. K. Dickson and Company, Inc. 1450 Greene Street, Suite 225 Augusta, Georgia 30901 Attn: Mr. C. Gordon Smith, P.E. Dear Mr. Smith: Re: Butler Creek Trailhead Park Phinizy Road at Mike Padgett Highway Augusta, Georgia CSRA Report No.: B- 087.11 As requested, this firm has performed a subsurface exploration at the above subject site. We are enclosing three (3) copies of the completed report. This report describes the methods of exploration and presents the results of our tests. If there are any changes in the plans or if we can be of further service, please do not hesitate to contact us. JMP /df Sincerely, James M. Pope, P.E. President Member of American Society for Testing and Materials Accredited by AASHTO Accreditation Program (AAP) INTRODUCTION This report presents the results of a subsurface exploration for a proposed park at the intersection of Phinizy Road and Mike Padgett Highway in Augusta, Georgia. It is our understanding that the planned construction will include a pedestrian bridge, picnic shelter /restrooms, and a parking area. The purpose of this work was to evaluate the suitability of this site for the proposed construction and to determine whether any extraordinary conditions could be expected. In order to explore the subsurface soil conditions, test borings were made to determine the character and composition of underlying soil strata and to define the soil profile within the areas of these borings. Samples of the soil were obtained from the test borings for field and laboratory analyses to assess the engineering characteristics of the subsurface materials and to provide criteria for use by the design engineers in preparing the foundation treatment and site development for this site. CSRA Testing and Engineering Co., Inc. Page -1- Butler Creek Trailhead Park, Augusta, Georgia FIELD INVESTIGATION The field exploration to determine the engineering characteristics of the subsurface materials included a reconnaissance of the project site, the making of the borings, the performance of standard penetration tests and the recovery of disturbed split spoon samples. The apparent ground water level was recorded in each boring after completion. Four (4) test borings have been made to depths shown on the individual test boring records. The borings were located in the field by the client and are shown on an attached Boring Location Plan. Soil sampling was performed in accordance with ASTM D -1586 utilizing a truck mounted drill rig. The borings were made with hollow stem auger flights. At regular intervals, standard penetration tests were conducted with a 2 inch split tube sampler. The sampler was first seated 6 inches to penetrate any loose cuttings, then driven an additional foot with blows of a 140 -pound hammer falling 30 inches. A record was made of the number of hammer blows required to drive the sampler the final foot. This number is designated the penetration resistance and is an index of the soil strength and density. CSRA Testing and Engineering Co., Inc. Page -2- Butler Creek Trailhead Park, Augusta, Georgia SUBSURFACE CONDITIONS Representative samples of the soils obtained by the standard penetration tests were visually examined in the field and returned to our laboratory for further analysis. In the laboratory, each sample was examined and classified by composition and texture according to the Unified Soil Classification System. The types of subsurface materials encountered in these test borings are described on the accompanying test boring records. The results of our standard penetration tests and water level observation at the time of this exploration are listed in numerical form on the test boring records. The soil conditions described in the test boring records represent our interpretation of the field boring logs, visual examination of the soil samples, and comparison to typical samples from past explorations in this geophysical region. Representative samples of the soil were placed in special sample jars and are now stored in our laboratory if further analysis is desired. Unless we are notified otherwise, all of the soil samples from this exploration will be disposed of after 30 days. CSRA Testing and Engineering Co., Inc. Page -3- , Butler Creek Trailhead Park, Augusta, Georgia • • • • • SITE CONDITIONS • • • Description of Site: The site is on the southwest corner of the Phinizy Road and • Mike Padgett Highway intersection in Augusta, Georgia. Butler Creek flows in a • • west to east direction through the lightly to heavily wooded site. There were no • unusual topographic features noted on the site. • • Soil Profile: The subsurface conditions between the test borings were found to be • fairly similar. The borings indicate possible upper consolidated fill soils consisting • • of firm to dense silty sands underlain by loose to firm sands and intermittent layers • of stiff to very stiff silty clays, firm sandy silts, firm sands. The layer of loose sands • • in boring B -2 between 11 and 18 feet was observed to have a significant amount of • wood. • • The results of our standard penetration tests indicate light to moderate bearing • qualities in the upper soils. With the presence of loose sands and wood found in the • • intermediate soils, special consideration must be given to the foundation design. • Further discussions of soil bearing values and foundation treatment are given in a • • following section of this report. • Ground Water: Water level observations were made during the boring operations • • and are noted on the test boring records for each of the respective test boring • locations. In relatively pervious or sandy soils, the indicated levels are considered • • reliable ground water elevations. In relatively impervious soils, the accurate • determination of the ground water elevation may not be possible even after several • • days of observation. Seasonal variations may influence the levels of the ground water • table and volumes of water will depend on the permeability of the upper soils. If deep • • • • CSRA Testing and Engineering Co., Inc. Page -4- Butler Creek Trailhead Park, Augusta, Georgia • • • • • • • excavations or pits are planned, additional long -term studies of the ground water table • • would be advisable. This can be done with the installation of piezometers or perforated casing which extend below the bottom of proposed excavations. S • These borings were made during a period of average to below average rainfall. • • Groundwater was encountered at depths ranging from 9 to 11 feet at the time of • exploration. • • • • • • • • ' • • • ' • • • • • • • • • • • • • • • CSRA Testing and Engineering Co., Inc. Page -5- Butler Creek Trailhead Park, Augusta, Georgia • • • • • • CONSTRUCTION CONSIDERATIONS • • • General Site Work: The site work to prepare the area for construction should consist • of clearing and removal of trees and vegetation, the densification of existing upper • • soils, and the proper placement of all leveling fill soil. Prior to construction, the • bridge support, building, and pavement areas, plus at least 5 feet on each side, should • • be stripped of all trees, vegetation, surface litter, and root mat. • Site Drainage: Until all concreting and pavement segments of work are complete, • • adequate site drainage will be necessary. If construction is scheduled during a rainy • period, temporary drainage may be necessary to prevent ponded surface water and • wet subgrade soils and to allow footings excavations to be made in a dry condition. • • Positive site gradients and drainage facilities should be provided to maintain dry soil • conditions within the construction area. All areas that are softened by rain water or • by construction activity should be either aerated and reworked or removed and • • replaced as described in the leveling fill specification before placement of additional • • fill soil or concreting or paving. • Leveling Fill: It is our understanding fill soils will need to be placed at approaches • to both ends of the pedestrian bridge abutments. It is our opinion that the on -site soils • • can be used as fill. Imported leveling fill should consist of free draining soils of the • SP, SW, SM or SC Soil Group according to the Unified Soil Classification System. • • Prior to placement of any leveling fill, the underlying surface should be compacted • to 95% of standard proctor value (ASTM D -698 Method A). The fill soils should be • • placed in thin 6 inch layers with each lift compacted to 95% of standard proctor • value. • • • • CSRA Testing and Engineering Co., Inc. Page -6- Butler Creek Trailhead Park, Augusta, Georgia Soil Properties: The following estimated values have been used with similar soils for design purposes. It should be noted individual tests for these parameters were not performed. Dry unit weight (y 115 pcf Coefficient of Active Earth Pressure (K 0.3 Coefficient of Passive Earth Pressure (K 3.2 Coefficient of Earth Pressure at Rest (K 0.48 Modulus of Subgrade Reaction (k) 200 pci CBR Value 8 to 12 Friction Coefficient against Sliding 0.5 CSRA Testing and Engineering Co., Inc. Page -7- Butler Creek Trailhead Park, Augusta, Georgia • • • • • • • • • • • • • •I • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • PAVEMENT RECOMMENDATIONS • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • The pavement areas should be densified to a minimum density equal to 95% of standard proctor value. Leveling fill soils should be placed in thin 6 inch layers with each lift compacted to 95% of standard proctor value. This procedure will provide a satisfactory subgrade for both flexible and rigid pavement providing a K- value of at least 100 pci. The following pavement sections have been satisfactorily used with subgrade soils similar to those found at this site. Light Duty Asphalt Compacted Subgrade 6" Graded Aggregate Base Course 2" Asphalt Course Light Duty Concrete Compacted Subgrade 5" Portland Cement Concrete CSRA Testing and Engineering Co., Inc. Heavy Duty Asphalt Compacted Subgrade 8 "Graded Aggregate Base Course 3" Asphalt Course Heavy Duty Concrete Compacted Subgrade 7" Portland Cement Concrete Page -8- Butler Creek Trailhead Park, Augusta, Georgia • • • • FOUNDATION RECOMMENDATIONS • • • This subsurface investigation was performed in the areas of the proposed • pedestrian bridge and picnic shelter /restroom structure. • • Pedestrian Bridge - It is our understanding the bridge will consist of two (2) separate • spans (30 ft. and 65 ft.). Borings were performed at the south support (B -2) and the • • middle support (B -3). These test borings indicate organic laden soils in boring B -2 • from depths of 11 to 18 ft. and unconsolidated sands in boring B -3 from depths of 8 • • to 14 ft. Several inches of settlement for a structure with shallow foundations could • occur due to these soil conditions. To eliminate settlement and provide satisfactory • • foundation support, we recommend the use of driven piles extended through the • unconsolidated soils. • • • A boring was not performed at the north support which is located 30 feet from • • the middle support (B -3). Even though, it appears the loads for this support are • significantly less than those at the middle and south supports, we would recommend • • the use of driven piles at this support as well. If a budgetary decision necessitates the • use of a shallow foundation for this support, a bearing value in the range of 1,500 psf • • would be available for spread footing design based upon the standard penetration • tests in B -3. • • • We estimate a treated timber pile having a butt diameter of 12 inches when • • driven to a length of 25 feet will develop a capacity of 20 tons with a safety factor of • 2.0. Larger capacities, if needed, can be developed with increased depth or pile • • diameters. • • CSRA Testing and Engineering Co., Inc. Page -9- Butler Creek Trailhead Park, Augusta, Georgia • Picnic Shelter /Restroom - Based upon the results of conditions encountered in this test boring (B -4), it is our opinion that spread footings can be used for foundation support. A net uniform soil pressure of 1,500 psf can be used for footings placed at a depth of 2 feet from the existing ground surface. Narrow footings should be avoided in these granular soils to minimize a punching or shearing effect, and we recommend a minimum footing width of 24 inches. CSRA Testing and Engineering Co., Inc. Page -10- Butler Creek Traithead Park, Augusta, Georgia LIMITATIONS The recommendations in this study are based upon our understanding of the project information and the conditions which were encountered in the individual test borings. It is possible that some variations may occur in uninvestigated areas. We should be notified in the event that any unusual soils are encountered during construction so that proper consideration can be given to these conditions. CSRA Testing and Engineering Co., Inc. Page -II- Butler Creek Trailhead Park, Augusta, Georgia 8- 067.11 N.T. S. J. C.P :..., 1/03/11 J IV .1 csra MIKE TESTING & ENGINEERING CO., INC. PARKING B- , MO a - 4 1) ..4. ) 0 m i PICNIC SMEL o c RESTROOMS T z C7 PADGETT OGE HIGHWAY BORING LOCATION PLAN BUTLER CREEK TRAILHEAD PARK MIKE PADGETT HIGHWAY AUGUSTA, GEORGIA ci m csra 1005 EMMETT STREET, SUITE A PROJECT Butler Creek Trailhead Park LOCATION Phinizy Road and Mike Padgett Highway Augusta, Georgia N Value is number of blows of 140 pound hammer required to drive 2" split -tube sampler one foot after seated. TESTING AND ENGINEERING COMPANY, INC. AUGUSTA, GEORGIA 30904 (706) 733-6960 (FAx) 737 -0629 BORING NO. B -1 DATE None WATER TABLE October 13, 2011 i t DEPTH FEET ON 5' imp 10' -15' 20' O 25' al 30' H 35' H 40' VISUAL SOIL DESCRIPTION Brown Silty Sand Reddish -Tan Clayey Silty Sand Very Stiff, Tan and Gray Fine Sandy Clay Boring Terminated at 5 feet. PENETRATION VALUE (N) UNIFIED PERCENT CLASS. MOISTURE 21 @ 2' 26 @4' DEPTH FEET VISUAL SOIL DESCRIPTIO PENETRATION VALUE (N) UNIFIED CLASS. 1 PERCENT MOISTURE Brown Silty Sand Very Firm, Tan and Gray Slightly Clayey Fine to Medium Silty Sand 26 @ 2' Firm, Tan Fine Silty Sand 16 @ 4' , Firm, White and Tan Fine Silty Sand 20 @ 7' Firm, Gray and Tan Fine Silty Sand 14 @9' 10' Loose, Gray, Fine to Medium Sand with Wood 9 @ 14' 15' Firm, Gray Medium Sand 14 @19' 20' 25' Very Stiff, Gray Slightly Sandy Clayey Silt 20 @24' 30' !, Firm, Tan Medium Sand 18 @ 29 35' Boring Terminated at 30 feet. 40' c s r a TESTING AND ENGINEERING COMPANY, INC. 1005 EMMETT STREET, SUITE A AUGUSTA, GEORGIA 30904 (706) 733 - 6960 (FAx) 737 -0629 PROJECT Butler Creek Trailhead Park LOCATION Phinizy Road and Mike Padgett Highway Augusta, Georgia N Value is number of blows of 140 pound hammer required to drive 2" split -tube sampler one foot after seated. BORING NO. B -2 DATE 11' WATER TABLE October 13, 2011 DEPTH FEET VISUAL SOI DESCRIPTIO PENETRATION VALUE (N) UNIFIED CLASS. PERCENT MOISTURE Brown Clayey Silty Sand Dense, White and Tan Fine Clayey Silty Sand . 37 @2' — Very Firm, White Fine Silty Sand 25 @4' I>• OM 5' Loose to Firm, Tan Fine Sand 13 @7' 5 @ 9 i mu iii 10' Stiff, Gray Silty Clay 10 @14' — — • 15' Firm, White and Tan Fine Sandy Silt 12 @19' I — ; , 20' Very Firm, Tan and White Medium Silty Sand 21 @24' 24 @29' — r• - Fes. •25' — i s 30' -- 35' Boring Terminated at 30 feet. 40' csra 1005 EMMETT STREET, SUITE A AUGUSTA, GEORGIA 30904 PROJECT Butler Creek Traiihead Park LOCATION Phinizy Road and Mike Padgett Highway DATE Augusta, Georgia N Value is number of blows of 140 pound hammer required to drive 2" split -tube sampler one foot after seated. TESTING AND ENGINEERING COMPANY, INC. BORING NO. B -3 9' WATER TABLE (706) 733 -6960 (FAx) 737 -0629 October 21, 2011 DEPTH FEET 5' aI 10' 15' EN 20' - 25' 30' 35' L 40' C S r a TESTING AND ENGINEERING COMPANY, INC. 1005 EMMETT STREET, SUITE A PROJECT Butler Creek Trailhead Park LOCATION Phinizy Road and Mike Padgett Highway Augusta, Georgia AUGUSTA, GEORGIA 30904 BORING NO. B -4 DATE Brownish - Tan Clayey Sand VISUAL SOIL DESCRIPTION 'Very Firm, Gray and White Slightly Clayey Fine Silty Sand Firm, Tan and White Fine Silty Sand Boring Terminated at 5 feet. N Value is number of blows of 140 pound hammer required to drive 2" split -tube sampler one foot after seated. PENETRATION VALUE (N) 21 © 2T 25 None WATER TABLE (706) 733 -6960 (FAx) 737 -0629 October 21, 2011 UNIFIED PERCENT CLASS. MOISTURE IN ROY x 152.19 x151.82 O. VEL/ f5 EP 153 9 s ss x151.16 $1 VALVE PIPE T Cl 4 * PLAY GROUND EQUIPMENT CONC. SIDEWALK N N w j c� c ( Sµ n+'c tP 12 TOE 0 5 EL 147.82' 47.8'S i 55 G SA PLAYFIELD -- 300' X 180' o sv , •.••••••1 - s•�r•srsa�s•�••r•�•••s�s� 4 4 i • 4 • • • '- • • • • • • • • • • • • • Business License # for your Company (Must Provide): '04 �� - ` 4:40256-C Company must be licensed in the Governmental entity for where they do the majority of the! business. If your Governmental entity (State or • Local) does not require a business license, your company will be required to obtain a Richmond County business license if awarded a BId/RFP/RFQ. For further information contact the License and Inspection Department @ 708 312 - 5182. • List the State. City & County that issued your license: AtI L s-L %_-Z / I,1a d P.L►i pit / ', • • Acknowledgement of Addenda: ( #1 L (#2) : (#3) : (#4) : (#5) : (#6)_ (#7) : (#8) • Statement of Non - Discrimination) • • • • Corn . : = and 113 Augusta, Georgia Procurement Department ATTN: Procurement Director 530 Greene Street, Suite 605 Augusta, Georgia 30901 - Name of Bidder. "E,g A e tyre � j 4 "rA C 1 173S Attachment B h = ith Y _ b Ittal. Do Street Address: r {n 1 ±.,. g , 2, City, State, Zip Code: R ae-a43 7 L wee 2 9 S/2 Phone: $ 2 9 - ,3/ "g!„ Fax 54,03 --A7_ - ,� Email: „deke ^fi� ."v'�' Do You Have A Business License? Yes: No: 1 J _ The undersigned understands that it is the policy of Augusta, Georgia to promote full and equal business opportunity for all persons doing business with Augusta, Georgia. The undersigned covenants that we have not discriminated, on the basis of race, religion, gender, national origin or ethnicity, with regard to prime contracting, subcontracting or partnering opportunities. • The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable • participation of local small businesses on the bid or contract awarded by Augusta, Georgia. The undersigned further covenants that we have completed truthfully and fully the required forms regarding • good faith efforts and local small business subcontractor /supplier utilization. • The undersigned further covenants and agrees not to engage in discriminatory conduct of any type • against local small businesses, in conformity with Augusta, Georgia's Local Small Business Opportunity Program. Set forth below is the signature of an officer of the bidding /contracting entity with the authority to • bind the entity. • The undersigned acknowledge and warrant that this Company has been made aware of • understands and agrees to take afilrmalive action to provide such companies with the maximum practicable opportunities to do business with this Company; • That this promise of non- discrimination as made and set forth herein shall be continuing in nature • and shall remain in full force and effect without interruption; • That the promises of non - discrimination as made and set forth herein shall be and are hereby • deemed to be made as part of and incorporated by reference into any contract or portion thereof which this Company may hereafter obtain and; • That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination • as made and set forth herein shall constitute a material breach of contract entitling Augusta, Georgia to declare the contract in default and to exercise any and all applicable rights remedies including but not • limited to cancellation of the contract, termination of the contract, suspension and debarment from future • contracting opportunities, and withholding and or forfeiture of compensation due and owing on a contract. • Bid 12 -181 Butler Creek Sraiihead Park • Page 9 of 14 Attachment B - Page 2 of 3 Non - Collusion of Prime Bidder /Offeror By submission of a bid, the vendor certifies, under penalty of perjury, that to the best of its knowledge and belief: (a) The prices in the proposal have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other vendor or with any competitor. (b) Unless otherwise required by law, the prices which have been quoted in the proposal have not been knowingly disclosed by the vendor prior to opening, directly or indirectly, to any other vendor or to any competitor. (c) No attempt has been made, or will be made, by the vendor to induce any other person, partnership or corporation to submit or not to submit a proposal for the purpose of restricting competition. Collusions and fraud in bid preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department. • You Must Complete and Return all 3 Papas of Attachment B with Your Submittal. Document Must Be Notarized. • • Bid 12 -181 Butler Creek Traiihead Park Page 10 of 14. • • • • • • i • • • • • • Conflict of Interest S By submission of a bid, the responding firm certifies, under penalty of perjury, that to the best of its S knowledge and belief: ID 1. No circumstances exist which cause a Conflict of Interest in performing the services required by this • ITB, and S 2. That no employee of the County, nor any member thereof, not any public agency or official affected by this ITB, has any pecuniary interest in the business of the responding firm or his sub - consultant(s) S has any interest that would conflict in any manner or degree with the performance related to this ITB. By submission of a bid, the vendor certifies under penalty of perjury, that to the best of its knowledge • and belief: S (a) The prices in the bid have been arrived at independently without collusion, consultation, • communications, or agreement, for the purpose of restricting competition, as to any matter relating to • such prices with any other vendor or with any competitor. S (b) Unless otherwise required by law, the prices which have been quoted in the bid have not knowingly • been disclosed by the vendor prior to opening, directly or indirectly, to any other vendor or competitor. • c) No attempt has been made, or will be made, by the vendor to induce any other person, partnership • or cooperation to submit or not to submit a bid for the purpose of restricting competition. For any • breach or violation of this provision, the County shall have the right to terminate any related contract or agreement without liability and at its discretion to deduct from the price, or otherwise recover, the full amount of such fee, commission, percentage, gift, payment or consideration. • • • Attachment B -° Page 3 of 3 Contractor Affidavit and Agreement By executing this affidavit, the undersigned contractor verifies its compliance with 0.C.G.A. 13- 10 -91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta, Georgia Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization 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 0.C.G.A 13- 10 -91. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with Augusta, Georgia Board of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with 0.C.G.A 13- 10-91 on the Subcontractor Affidavit provided in Rule 300- 10- 01 -. 08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta, Georgia Board of Commissioners at the time the subcontractor(s) is retained to perform such service. Georgia Law requires your company to have an E Verify*User Identification Number (Companyl.D.) on or after July 1, 2009. For additional information or to enroll your company, visit the State of Georgia website: https : / /e verifv.uscis.gov /enroll/ and /or httm/ /www.dol.state.ga.us /Qdf /rules /300 10 1.odf "E-Verify * User Identification Number (Company i.D.) i !.7'3, {0 NOTE: E- VERIFY USER'IDENDIFiCATION NUMBER (COMPANY 1.D.) MUST BE PROVIDED: IN ADDITION, THE RECOMMENDED AWARDED VENDOR WILL BE REQUIRED TO PROVIDE A COPY OF HOMELAND SECURITY'S MEMORANDUM OF UNDERSTANDING (MOU) The undersigned further agrees to submit a notarized copy of Attachment B and any required documentation noted as part of the Augusta, Georgia Board of Commissions specifications which govern this process. In addition, the undersigned agrees to submit all required forms for any subcontractor(s) as requested and or required. I further understand that my submittal will be deemed non- compliant if any part of this process is violated. Company Name Y: Authorized Officer or Agent (Contractor Signature) Title of Author red Officer or Agent of Contractor Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF r , 20/J Notary Public My Commission Expires: You M st Corn * Iete a d Retur 2011 August 21, 2019 ndy Y PUBLIC South Carolina Document Mu a -Be Notarized. Bid 12 -181 Butler Creek ?railhead Park Page 11 of 14 NOTARY SEAL [ This page left blank intentionally vt1111,4 ? . Yskroie. aelitlx3 6 rouirrilic, 64.61 J6.0;"'./A.6; etCPS , • • 0 42 • STATE OF GEORGIA BRIAN P. KEMP, Secretary of State State Licensing Board for Residential/General Contractor General Contractor Company LICENSE NO. Beam's Contracting Inc 2335 Atomic Rd Beech Island SC 29842 Qualifying Agent: Robert Sales Bruce Qualifying Agent License NO GCQA002578 EXPIRATION DATE - 06/30/2014 Active GCC0002565 THIS CERTIFICATE IS TO BE POSTE IN A CONSPICUOUS PLACE I N THE BUSINESS HER EIN'DESCR1 BUSINESS CERTIFICATE THIS - CERTIFICATE EXPIRES December 31st, 2012 MAILING ADDRESS INFORMATION BE 'S CONTRACTING INC 2335 ATOMIC RD BEECH ISLAND, SC 29842 BUSINESS LICENSE E # LCC199900017138 ISSUE. DATE: 03/13/2012 CERTIFICATE ISSUED IN THE NAME OF BEAM "S CONTRACTING INC CLASSIFICATION(S): 23411 HIGHWAY AN TREE CONSTRUC BUSINESS `TYP oY BUSINESS LOCATION: 2335 ATOMIC CERTIFICATE HOLDER INFORMATIO GREGORY BEAM EAM'S CONTRACTING INC THE LICENSE AND INSPECT ION DEPARTMENTSHALt HAVE THE RIGHT TO SUSPEND ANY CERTIFICATE�IF THE BUSINESS VIOLATES.: ANY LAW OR ORDINANCE OF THE UNITED: STATES THE STATE OF GEORGIA OR 'RICHMOND COUNTY. ••••••••• ••••••••••••••••••••••••••••••• • • • • • • • • SECTION P PROPOSAL Butler Creek Trailhead Park DATE: V • Gentlemen: • In compliance with you invitation for bids, the undersigned hereby proposes to furnish all • labor, equipment and materials, and perform all work for the project referred to herein as: • • • In strict accordance with the Contract Documents and in consideration of the amounts shown on the bid schedule attached hereto and totaling: • • fire Anred 61 'Se i s 16 .c.! • Dollars atilt' 4 %4) • • and • • The undersigned hereby agrees that, upon written acceptance of this bid, he will within 10 days of receipt of such notice execute a formal contract agreement with the Owner, and that he will provide the bond or guarantees required by the contract documents. The undersigned hereby agrees that, if awarded the contract, he will commence the • work within Ten (10) calendar days after the date of written notice to proceed, and that he will • complete the work within ninety (90) calendar days after the date of such notice. • • • • • • • • • • • • • /100 dollars ( 451-r712s--47, The undersigned acknowledges receipt of the following addenda: Addendum No. Addendum Date Enclosed is a bid guarantee consisting of At TITLE. ,c.;4- • • • • • • 1. Base Bid: • • • • • Sew 7A • • Words • 2. Alternative Add / Deduct Bid #1: • • • • • • • • • • • • • • • • • • • • • • • • • • • • • Provide Playground Equipment. Words 3: Alternative Add / Deduct Bid #2 Provide East Walking Trail. 4: Alternative Add / Deduct Bid #3: Provide West Walking Trail. Butler Creek Park Bid Schedule Bid shall include all improvements shown on the plans with the exception of the Playground Equipment, East Walking Trail, and West Walking Trail. �( .ill _' .. j. /100 dollars ($ 2f 357, 8s P-3 /100 dollars ($ sS9, 3 C ) •pO /100 dollars ($ 7 log. 00 Words /100 dollars ($ oO Words ) • • ■ • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • w w w w w w w w w w w w w w w w w w w w w w a. II NOW, THEREFORE, of the Obligee shall accept the bid of the Principal and the Principal shall enter into ID a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful 11 performance of such Contract and for the prompt payment of labor and material furnished in the prosecution • thereof, or in the event of the failure of the principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount ID specified in said bid and such larger amount for which the Obligee may in good faith contract with another • party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. S S S S S S S S Davis-Garvin figen KNOW ALL MEN BY THESE PRESENTS, that we Beam's Contracting, Inc. as Principal, hereinafter called the Principal, and Hudson Insurance Company a corporation duly organized under the laws of the State of Delaware as Surety, hereinafter called the Surety, are held and firmly bound unto Augusta-Richmond County as Obligee, hereinafter called the Obligee, in the sum of 10% of the amount bid Dollars ( ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Bid Item 81, Butler Creek Trailhead Park Signed and sealed this 29th day of August MA Document A310 Bid Bond na 2012. Attorney in Fact Hudson Insurance Company_ (Surety) (Seal) AIA Document A310 " Bid Bond *A1A* February 1970 ED * The American Institute of Architects, 1735 NY Ave., NW, Washington, DC 20006 its true end lawful Attarneyts) -in -Fact, at New York City in the State of New York each of them alone to h other or others to make, execute and deliver on its behalf. as Surety, bitt bonds for ativ and all purposes. Such bid hoods, when duly executed dry said Attorneys) -in -Fact, shall be binding upon said Company, as fully and to de nt as if signed by the President of said Cotzmdtany under its corporate seal attested by its Secretary. In Witness Whereof, HUDSON INSURANCE COMPANY has y authorized, on this 1st day of June, 2010 at New York, New York. (Corporate s t\ Attest Peter H Lovett, Corporate S :.retary TATh OF NEW YORK COUNTY OF NEW YORK ES. BID BOND POWER OF ATTORNEY a' UDC used these presents to be of its Senior HUDSON INSVRiN E COMPANY Mfitdseel ieeson, Senior Vice kre udent e same t e P resident thereunto Senior Vice Presiders of HUDSON INSURANCE COMPANY, the Comparit° described herein and which caectued the above instrument, than he knows the sea of ;zaf 3fbxed to said insusuvi,ent is the corporate: scat sit said Company, thpt it was so att?xed by order of the Hoard Dittctot'S of said Company, fi t , ; '� P ope •. �y said trot pans', and that hej tNotaner • r /4611,/c, ; On the ist day of Jne, 2010 before me personal :y earns Michael P. Gleason to me known, who being by me, duly sworn did depose and say th tic is a e/43,ercto by like order :4 . -Or `< flit 62f2495 ' * ` No. 0 I ti�IC6212d95 Qualified in New York County �kaFl , Commission Expires October 13 � s �s� STATE OF N itl00 COUNTY OF NEW YORK SE ciA the hand of the undersigned and the seal of said Company this day of A /1j (Corporate seal) j Form BA CERTIFICATION By ALICIA T. NfcKEN+ Notary Public, State of New York The undersigned Peter H. Loved hereby ceti is : THAT the original resotutitan, of which the following is a true and correct copy, was duly adopted by unanimous written consent of the Board of Directors of Hudson insurance Company dated July 27''. 2007, and has not since been revoked, amended or modified - RESOLVED, that the President, the Executive Vicr Presidents, the Senior Vice Presidents and the Vice Presidents shall have the authority and discretion, to appoint such agent or agents, or attorney or attorneys -in -fact, for the purpose of carrying on this Company's surety business, and to empower such agent or agents, or attorney or attorneys -in -fact, to oceans and deliver, under this Company's seal or otherwise, bonds obligations, and tecognizances. whether made by this Company as surety thereon or otherwise, indemnity contracts, contracts and certificates, and any and all other contracts and undertaking made in the course of this Company's surety business, and renewals, extensions, agreements, waivers, consents or stipulations regarding undertakings so {made; and I'URTHER:RESOVLED, that the signature ut any such Ottucer of the Company and the Company's seal may he affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seal ;ti'hetu ao used whether heretofore or hereafter, being hereby adopted by the Company as the original signature of such officer ,and the original seat of the Company, to he valid and binding upon the Company with the same force and effect as though manually affixed." THAT the above and foregoing is a fall, true and correct copy of Power of Attorney issued by said Company, and of the whole of the original and that rho said Power of Attorney is still in full force and effect set and has not been revoked, and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney is now in force 4 11 Petal H. Los`eld, Corporate S crctary I a I I a a I4NOV AL I... NIES EN' TIIESE PRESENTS: That HUDSON I' SUI ANCE COMPANY, a corporation of the State of Delaware, I with offices at 1 State Street, New York, New York, 10004, has made, constituted and appointed, an d by these presents, does make, a constitute and appoint John R. Wttlket',;C.htrstoplier, Daves, Ellen W. Bennett and Marilyn M. Horton a 4 I a ve full power to act without the a a I a I i I a a 1 41 a 1 a 4 4 4 4 • 9 • 9 9 r • • r • • ID w • • • • • • • • • • • • • • • • • • • 1 NOTICE OF AWARD CONTRACTOR: BEAMS CONTRACTING, INC. ADDRESS: 15030 ATOMIC ROAD BEECH ISLAND SC City State PROJECT: BUTLER CREEK TRAILHEAD PARK PROJECT NO: At a meeting of the AUGUSTA COMMISSION you were awarded the Contract for the following Project: BUTLER CREEK TRAILHEAD PARK Enclosed please find 4 copies of the Contract Documents for your execution. Please complete the pages, affixing signatures, dates, notary and /or corporate seals, etc. where necessary and return to this office 10 days from the date of this letter, excluding Legal Holidays. The Certificate of Insurance must be complete. Power of Attorney must be submitted in triplicate; an original and two copies is permissible. Very truly yours, Augusta Program Management Team Project Engineer Reciept of this NOTICE OF AWARD is hereby acknowledged this, the Contractor By Please sign and return one copy of this Notice of Award Acknowledgement to: Augusta Recreation, Parks, and Facilities Department Attn: Ron Houck 2027 Lumpkin Road Augusta, GA 30906 DATE: DECEMBER 10, 2012 29842 Zip Code held on (Date) DECEMBER 4, 2012 day of , 2012 Title 1 G_NOTICE OF AWARD ••••••••••••••••••••••••••••••••••••••••••• • • • • • • • • • • • • • • • • • • • • 4 4 4 4 4 4 4 4 4 I I a • • I • S SECTION A AGREEMENT THIS AGREEMENT, made on the /7 day of ec iCi2- , 20 by and between AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA - RICHMOND COUNTY COMMISSION, party of the first part, hereinafter called the OWNER, and BEAMS CONTRACTING, INC, party of the second part, hereinafter called the CONTRACTOR. WITNESSETH, that the CONTRACTOR and the OWNER, for the considerations hereinafter named, agree as follows: ARTICLE I - SCOPE OF THE WORK The CONTRACTOR hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans and described in the specifications for the project entitled: BUTLER CREEK TRAILHEAD PARK ARTICLE II - TIME OF COMPLETION /LIQUIDATED DAMAGES A - 1 And in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions hereto attached, which are hereby made a part of this agreement. The work to be performed under this Contract shall be commenced within 10 calendar days after the date of written notice by the OWNER to the CONTRACTOR to proceed. All work shall be completed within 120 calendar days with all such extensions of time as are provided for in the General Conditions. It is hereby understood and mutually agreed, by and between the CONTRACTOR and the OWNER, that the date of beginning, rate of progress and the time for completion of the work to be done hereunder are ESSENTIAL CONDITIONS of this contract. CONTRACTOR agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will ensure full completion thereof within the time specified. It is expressly understood and agreed by and between the CONTRACTOR and the OWNER, that the time for completion of the work described herein is a reasonable time for completion of the same, taking into consideration the average climatic range and construction conditions prevailing in this locality. July 2012 Butler Creek Trailhead Park WKD # 20100069.01.AG ••••••••••••••••••••••••••••••••••••••••••• IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE THE WORK WITHIN THE TIME HEREIN SPECIFIED, then the CONTRACTOR does hereby agree, as a part of the consideration for the awarding of this contract, to pay the OWNER the sum of one hundred and no /100s ($100.00) 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 time stipulated in the Contract for completing the work. The said amount is fixed and agreed upon by and between the CONTRACTOR and the OWNER because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the OWNER would, in such event, sustain, and said amounts shall be retained from time to time by the Owner from current periodical estimates. It is further agreed that time is of the essence for each and every portion of 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. ARTICLE III - PAYMENT (A) The Contract Sum The OWNER shall pay to the CONTRACTOR for the performance of the Contract the amount as stated in the Proposal and Schedule of Items. No variations shall be made in the amount except as set forth in the specifications attached hereto. (B) Progress Payment On no later than the twenty fifth day of every month, the Contractor shall submit to the OWNER's Engineer (hereinafter called, the PROFESSIONAL) an estimate covering the percentage of the total amount of the Contract which has been completed from the start of the job up to and including the last working day of the preceding month, together with such supporting evidence as may be required by the Owner and /or the Professional. This estimate shall include only the quantities in place and at the unit prices as set forth in the Bid Schedule. On the vendor run following approval of the invoice for payment, the OWNER shall after deducting previous payments made, pay to the CONTRACTOR 90% of the amount of the estimate on units accepted in place. The 10% retained percentage may be held by the OWNER until the final completion and acceptance of all work under the Contract. ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT (A) Upon receipt of written notice that the work is ready for final inspection and acceptance, the Professional shall within 10 days make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed, he will promptly issue a final certificate, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the CONTRACTOR, including the retained percentage, shall be paid to A -2 July 2012 Butler Creek Traiihead Park WKD # 20100069.01.AG ••••••••••••••••••••••••••••••••••••••••••• the CONTRACTOR by the OWNER within 15 days after the date of said final certificate. (B) Before final payment is due, the CONTRACTOR shall submit evidence satisfactory to the Professional that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness of liens of evidence of payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (C) The making and acceptance of the final payment shall constitute a waiver of all claims by the OWNER, other than those arising from unsettled liens, from faulty work appearing within 12 months after final payment, from requirements of the specifications, or from manufacturer's guarantees. It shall also constitute a waiver of all claims by the CONTRACTOR except those previously made and still unsettled. (D) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the CONTRACTOR, and the Professional, so certifies, the OWNER shall upon certification of the Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Each payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. A -3 July 2012 Butler Creek Trailhead Park WKD # 20100069.01.AG ••••••••••••••••••••••••••••••••••••••••••• I • • • • • • • • • • • • • • • • • • Wi es • • • • I (SEAL) 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. (Seal) ATTEST: '`.. • • • • ATT ST: • Secretary • • • Witness • • • • • • • • CONTRACTOR: OWNER: AUGUSTA, GA By: As its Mayor Beam's Contracting, Inc. 15030 Atomic Road Beech Island, SC 29842 A -4 July 2012 Butler Creek Trailhead Park WKD # 20100069.01.AG • a • • • • • • • • • 41 • • • • • • 4 1 ssssssswwwwwsssssssss... _. Augusta's Additional Contract Provisions • Defective pricing. 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. • Hold harmless. Except as otherwise provided in this agreement, CONTRACTOR shall indemnify and hold harmless Augusta, GA, 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. • Prohibition against contingent fees . The CONTRACTOR warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by CONTRACTOR for the purpose of securing business and that the CONTRACTOR has not received any non -CITY fee related to this Agreement without the prior written consent of the CITY. For breach or violation of this warranty, the CITY shall have the right to annul this Agreement without liability or at its discretion to deduct from the Agreement Price of consideration the full amount of such commission, percentage, brokerage or contingent fee. • Governing Law and Venue . The law of the State of Georgia shall govern the CONTRACT between CITY and CONTRACTOR with regard to its interpretation and performance, and any other claims related to this agreement. All claims, disputes and other matters in question between CITY and CONTRACTOR arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. The CONTRACTOR, by executing this Agreement, specifically consents to jurisdiction and venue in Richmond County and waives any right to contest the jurisdiction and venue in the Superior Court of Richmond County, Georgia. • Georgia Prompt Pay Act not applicable. The terms of this agreement supersede any and all provisions of the Georgia Prompt Pay Act. • Right to inspect premises. Augusta, Georgia may, at reasonable times, inspect the part of the plant, place of business, or work site of CONTRACTOR or any subcontractor of CONTRACTOR or subunit thereof which is pertinent to the performance of any contract awarded or to be awarded by Augusta, Georgia. • Use of Augusta. Georgia Landfill. • • • • • • • • • • • • • • • • • • • • 41 I • • • • • • • • • • • • • t All contracts for contractors performing 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. • • E- Verify • 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 0.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. S • • Local Small Business Language: In accordance with Chapter 10B 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. • • • • • • • • • • • • • • • • • • • • II I • Acknowledgement "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 Consultant'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, Georgia 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 or equity." This acknowledgement shall be a mandatory provision in all Augusta, Georgia contracts for goods and services, except revenue producing contracts. [SIGNATURES ON FOLLOWING PAGE] • • • • • • • • • • • • • • • • • • • • 1 IN WITNESS WHEREOF, said parties have hereunto set their seals the day and year written below: OWNER: AUGUSTA, GEORGIA BY: "e BY: PRINTED NAME: 7, 1 - 41:P S• Y'K (t✓eePRINTED NAME: \.(N1. 64- 4211— ;1°i ^''t AS ITS: MAYOR ATTEST CLERK: RINTED NAME:N/ AJ`'.Y CJ. / 4)5,e/ ITS: t'P. Clerk of Commission DATE: CONTRACTOR: BEAM'S CONTRACTING. INC. AS ITS: President /CEO ATTEST: PRINTED NAM Eititzi.,.4sN. wietite_i AS ITS: Setre+eryl7reecsvrer DATE: 11-1/1 • t i i i i i ■ ■ i i ■ i i i i i ■ i i i i i i I • • • • • • • • • • • • • • • • • a SECTION PB PERFORMANCE BOND /30,d i-1-A- SA 17&"a /�� (NOTE : THIS BOND IS ISSUED SIMULTANEOUSLY WITH PAYMENT BOND ON PAGE PB -3, IN FAVOR OF THE OWNER CONDITIONED FOR THE PAYMENT OF LABOR AND MATERIAL.) KNOW ALL MEN BY THESE PRESENTS: That Beam's Contracting, Inc. 15030 Atomic Road, Beech Island, SC 29842 as Principal, hereinafter called Contractor, and /lLrIs _2-/J s(renAKe e6m tN a corporation organized and existing under the laws of the State of ,QP /4-4W e ,with its principal office in the City of, J W ?'ASK ,State of /11f a3 /d4I' as Surety, hereinafter called Surety, are held and firmly bound unto AUGUSTA - RICHMOND COUNTY COMMISSION, 530 GREEN STREET, ROOM 605, AUGUSTA, GEORGIA as Obligee, hereinafter called the Owner, in the penal amount of Six hundred forty nine thousand four hundred sixty six Dollars and 85 cents ($649,466.85) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents for the faithful performance of a certain written agreement. WHEREAS, Contractor has by said written agreement dated /'C fit entered into a contract with Owner for the Butler Creek Park Project BID ITEM 1 -181 in accordance with the drawings and specifications issued by the Augusta Utilities Department and the Augusta- Richmond County Commission, which contract is by reference made a part hereof, and is hereinafter referred to as the CONTRACT . NOW, THEREFORE, the condition of this obligation is such that, if Contractor shall promptly and faithfully perform said CONTRACT, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the CONTRACT, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly (1) Complete the CONTRACT in accordance with its terms and conditions, or (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable PB -1 July 2012 Butler Creek Trailhead Park WKD # 20100069.01.AG ••••••••••••••••••••••••••••••••••••••••••• hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the CONTRACT falls due on shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. Signed and sealed this IP da Y of tO eC illo I A. D. 20 Witness t� Attest is G tE l By Attest ` m $LLL A. ; -- PB -2 1 '1 i1' e64164C1 -- 1s' C,(Seal) (Contractor) CicidoA) .1-AiSvii-kr y ( Su rety) 7 1 2 (Seal 4 / July 2012 Butler Creek Trailhead Park WKD # 20100069.01.AG ••••••••••••••••••••••••••••••••••••••••••• • • • &Aid_ • LABOR MANAGEMENT BOND • SECTION LM • • NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND • ON PAGE PB -I, IN FAVOR OF THE OWNER CONDITIONED FOR THE • PERFORMANCE OF THE WORK) • KNOW ALL MEN BY THESE PRESENTS: • That Beam's Contracting, Inc., 15030 Atomic Road, Beech Island, SC 29842 as Principal, • • hereinafter called Contractor, and ,l LI SQ&' — ASO?,4 -14/C e eorkifiliV y • nn • a corporation organized and existing under the laws of the State of Dekti.4 'EE' with its • principal office in the City of New l L , State of Al/c rLq k as • • Surety, hereinafter called Surety, are held and firmly bound unto AUGUSTA - RICHMOND • COUNTY COMMISSION, 530 GREEN STREET, ROOM 605, AUGUSTA, GEORGIA, as Obligee, hereinafter called the Owner, for the use and benefit of claimants as herein below • defined in the amount of Six hundred forty nine thousand four hundred sixty six • Dollars and 85 cents ($649,466.85) for the payment whereof Contractor and Surety • bind themselves, their heirs, executors, administrators, successors, and assigns, jointly • and severally, firmly by these presents. j • WHEREAS, Contractor has by written agreement dated Leee/'7I m. l 7, 20A_... • entered into a contract with Owner for the Butler Creek Project BID ITEM 12 -181 in • accordance with drawings and specifications issued by the Augusta Utilities Department and • Augusta- Richmond County Commission, which contract is by reference made a part hereof, and is hereinafter referred to as the CONTRACT . • • NOW, THEREFORE, the condition of this obligation is such that, if the Contractor shall • promptly make payment to all claimants as hereinafter defined, for all labor and material used • or reasonably required to use in the performance of the CONTRACT, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following • conditions: • • (1) A claimant is defined as one having a direct contract with the Contractor or with a subcontractor of the Contractor for labor, material, or both, used or reasonably required • performance of the contract, labor and material being construed as to include that part of • water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment • directly applicable to the CONTRACT. • • • LM -1 July 2012 Butler Creek Trailhead Park • WKD # 20100069.01.AG • • ••••••••••••••••••••••••••••••••••••••••••• (2) The above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final 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. (3) No suit or action shall be commenced hereunder by any claimant, (a) Unless claimant, other than one having a direct contract with the Contractor, shall have given written notice to any two of the following: The Contractor, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Contractor, Owner or Surety, at any place where an office regularly maintained for the transaction of business,, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. (b) After the expiration of one (1) year following the date on which Contractor ceased work on said CONTRACT, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. (c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. LM -2 July 2012 Butler Creek Trailhead Park WKD # 20100069.01.AG ••••••••••••••••••••••••••••••••••••••••••• Witness Attest I" _ � _ .Y cd> The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. ig Signed and sealed this Attest .j L a LM - 3 day of )ee(fr e4 A. D. 20/2.. urns' &6k11 R 1A3` (Contractor) n G By t (Seal) 6014149 y dsav _NJe„,'e er, y (Surety) �f a ( tle) degitafAley /L' (Seal) July 2012 Butler Creek Trailhead Park WKD # 20100069.01.AG ••••••••••••••••••••••••••••••••••••••••••• Attest...... �.... Dina Das al Assistant Corporate Secretary STATE OF NEW YORK COUNTY OF NEW YORK. e* STATE OF NE COUNTY OF NE Form 1082010(v1) SS. HUDSON INSURANCE GROUP® POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That HUDSON INSURANCE COMPANY, a corporation of the State of Delaware, with offices at 100 William Street, New York, New York, 10038, has made, constituted and appointed, and by these presents, does make, constitute and appoint John R. Walker, Christopher G. Daves, Ellen W. Bennett and Marilyn M. Horton its true and lawful Attorney(s) -in -Fact, at New York, New York, each of them alone to have full power to act without the other or others, to make, execute and deliver on its behalf, as Surety, bonds and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single bond or undertaking shall obligate said Company for any portion of the penal sum thereof in excess of the sum of Ten Million Dollars ($10,000,000.00). Such bonds and undertakings when duly executed by said Attorney(s) -in -Fact, shall be binding upon said Company as fully and to the same signed by the President of said Company under its corporate seal attested by its Secretary. °� �' ..``vW,itness Whereof, HUDSON INSURANCE COMPANY has caused these presents to be of its Executive Vice President thereunto duly t ed ;Vn this 27th day of July , 20 12 at New York, New York. i .. 1918 CF$pe seal) ... CERTIFICATION HUDSON INSURANCE COMPANY By ......�..J"" a On the 27th day of July , 20 12 before me personally came Christopher T. Suarez to me known, who being by me duly sworn did depose and say that he is an Executive Vice President of HUDSON INSURANCE COMPANY, the corporation described _herein and which executed the above instrument, that he knows the seal of said Corporation, that the seal affixed to said instrument is such corporate seal, that it , vas so affixed by order of the Board of Directors of said Corporation, and that he signed his name thereto by like order. NN '69 0111111 I 14//, ,/ (Notarial Seal) \ \ \ 0 •..... / ///'4 .$ ; O s 4A 8, • co : * 00067 UF1 ,� 1 • %A � The undersigned Dina Daskalakis hereby certifies: That the original resolution, of which the following is a true and correct copy, was duly adopted by unanimous written consent of the Board of Directors of Hudson Insurance Company dated July 27 2007, and has not since been revoked, amended or modified: "RESOLVED, that the President, the Executive Vice Presidents, the Senior Vice Presidents and the Vice Presidents shall have the authority and discretion, to appoint such agent or agents, or attorney or attorneys -in -fact, for the purpose of carrying on this Company's surety business, and to empower such agent or agents, or attorney or attorneys -in -fact, to execute and deliver, under this Company's seal or otherwise, bonds obligations, and recognizances, whether made by this Company as surety thereon or otherwise, indemnity contracts, contracts and certificates, and any and all other contracts and undertakings made in the course of this Company's surety business, and renewals, extensions, agreements, waivers, consents or stipulations regarding undertakings so made; and FURTHER RESOVLED, that the signature of any such Officer of the Company and the Company's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seal when so used whether heretofore or hereafter, being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed." THAT the above and foregoing is a full, true and correct copy of Power of Attorney issued by said Company, and of the whole of the original and that the said Power of Attorney is still in full force and effect and has not been revoked, and furthe ore that the Resolution of the Board of Directors, set forth in the said Power of Attorney is now in force. I� tness the hand of the undersigned and the seal of said Corporation this ° Christopher T. Suarez Executive Vice President ANN M. MURP Notary Public, Mate of New Fork No. 01 MU60675 Qualified in Nassau County Commission Expires December 10, 2013 20 1� . -Dina Daskalakis, his •nt Corporate Secretary 11366 ••••••••••••••••••••••••••••••••••••••••••• MI/ 7•111/ 71 NOTICE TO PROCEED TO: BEAMS CONTRACTING. INC. Attn: 15030 ATOMIC ROAD BEECH ISLAND, SC 29842 PROJECT: BUTLER CREEK TRAILHEAD PARK PROJECT NO: You are hereby notified to commence WORK in accordance with the Agreement dated on or before consecutive calendar days thereafter. The date of completion of all WORK is therefore Very truly yours, Augusta Program Management Team Receipt of this NOTICE TO PROCEED is hereby acknowledged This, the Contractor: By: Title: Project Engineer day of Please sign and return one copy of this Notice to Proceed Acknowledgement to: Augusta Receation, Parks, and Facilities Department Attn: Ron Houck 2027 Lumpkin Road, Augusta, GA 30906 DATE: , and you are to complete the WORK 120 1 H_NOTICE TO PROCEED ••••••••••••••••••••••••••••••••••••••••••• • • • • • • i i i a • 1 1 AUGUSTA - RICHMOND COUNTY BID ITEM 12 -181 BUTLER CREEK PARK FOR AUGUSTA RECREATIONAL DEPARTMENT AUGUSTA, GA Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG DOCUMENT 00 72 15 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT General Conditions 007215 -1 GENERAL CONDITIONS TABLE OF CONTENTS ARTICLE 1.0 - DEFINITIONS AND TERMINOLOGY 1.1 Defined Terms 00 72 15 -5 - 00 72 15 -7 1.2 Terminology 00 72 15 -7 - 00 72 15 -8 ARTICLE 2.0 - PRELIMINARY MATTERS 2.1 Delivery of Bonds 00 72 15 -8 2.2 Copies of Documents 00 72 15 -8 2.3 Commencement of Contract Times - Notice to Proceed 00 72 15 -8 2.4 Starting the Work 00 72 15 -8 2.5 Before Starting Construction 00 72 15 -8 - 00 72 15 -9 2.6 Pre - Construction Conference 00 72 15 -9 2.7 Initial Acceptance of Schedules 00 72 15 -9 2.8 Award 00 72 15 -9 ARTICLE 3.0 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.1 Intent 00 72 15 -9 3.2 Reference Standards 00 72 15 -9 - 00 72 15 -10 3.3 Reporting and Resolving Discrepancies 00 7215 -10 3.4 Amending and Supplementing Contract Documents 00 72 15 -10 3.5 Reuse of Documents 00 72 15 -10 ARTICLE 4.0 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 4.1 Availability of Lands 00 72 15 -10 4.2 Subsurface and Physical Conditions 00 72 15 -10 - 0072 15 -11 4.3 Differing Subsurface or Physical Conditions 00 72 15 -11 4.4 Underground Facilities 00 72 15 -11 - 00 72 15 -12 4.5 Reference Points 00 72 15 -12 4.6 Hazardous Environmental Condition at Site 00 72 15 -12 - 00 72 15 -13 ARTICLE 5.0 - BONDS AND INSURANCE 5.1 Performance and Payment Bonds 00 72 15 -13 - 00 72 15 -14 5.2 Insurance Requirements 00 72 15 -14 - 00 72 15 -15 ARTICLE 6.0 - CONTRACTOR'S RESPONSIBILITIES 6.1 Supervision and Superintendence 00 72 15 -15 6.2 Labor; Working Hours 00 72 15 -16 6.3 Services, Materials, and Equipment 00 72 15 -16 6.4 Progress Schedule 00 72 15 -16 6.5 Substitutes and "Or- Equals" 00 72 15 -16 - 00 72 15 -17 6.6 Concerning Subcontractors, Suppliers, and Others 00 72 15 -17 - 00 72 15 -18 6.7 Patent Fees and Royalties 00 72 15 -18 6.8 Permits 00 72 15 -18 6.9 Laws and Regulations 00 72 15 -18 - 00 72 15 -19 6.10 Taxes 00 72 15 -19 6.11 Use of Site and Other Areas 00 72 15 -19 6.12 Record Documents 00 72 15 -19 6.13 Safety and Protection 00 72 15 -19 - 00 72 15 -20 6.14 Safety Representative 00 7215 -20 6.15 Hazard Communication Programs 00 72 15 -20 6.16 Emergencies 00 72 15 -20 6.17 Shop Drawings and Samples 00 72 15 -20 - 00 72 15 -21 Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG General Conditions 007215 -2 6.18 Continuing the Work 00 72 15 -21 6.19 Contractor's General Warranty and Guarantee 00 72 15 -21 6.20 Indemnification 00 72 15 -21 - 00 72 15 -22 ARTICLE 7.0 - OTHER WORK 7.1 Related Work at Site 00 72 15 -22 7.2 Coordination 00 72 15 -23 ARTICLE 8.0 - OWNER'S RESPONSIBILITIES 8.1 Communications to Contractor 00 72 15 -23 8.2 Replacement of Engineer 00 72 15 -23 8.3 Furnish Data 00 72 15 -23 8.4 Pay Promptly When Due 00 72 15 -23 8.5 Lands and Easements; Reports and Tests 00 72 15 -23 8.6 Insurance 00 72 15 -23 8.7 Inspections, Tests, and Approvals 00 72 15 -23 8.8 Limitations on Owner's Responsibilities 00 72 15 -23 8.9 Undisclosed Hazardous Environmental Condition 00 72 15 -23 8.10 Evidence of Financial Arrangements 00 72 15 -23 ARTICLE 9.0 - ENGINEER'S STATUS DURING CONSTRUCTION 9.1 Owner's Representative 00 72 15 -23 9.2 Clarifications and Interpretations 00 72 15 -23 9.3 Authorized Variations in Work 00 72 15 -24 9.4 Rejecting Defective Work 00 72 15 -24 9.5 Shop Drawings, Change Orders and Payments 00 72 15 -24 9.6 Determinations for Unit Price Work 00 72 15 -24 9.7 Decisions on Requirements of Contract Documents and Acceptability of Work 00 72 15 -24 9.8 Engineer's Project Representative 00 72 15 -24 - 00 72 15 -25 9.9 Limitations on Engineer's Authority and Responsibilities 00 72 15 -25 ARTICLE 10.0 - CHANGES IN THE WORK; CLAIMS 10.1 Authorized Changes in the Work 00 72 15 -25 10.2 Unauthorized Changes in the Work 00 72 15 -25 10.3 Execution of Change Orders 00 72 15 -25 10.4 Notification to Surety 00 72 15 -25 - 00 72 15 -26 10.5 Claims and Disputes 00 72 15 -26 ARTICLE 11.0 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK 11.1 Cost of the Work 00 72 15 -26 - 00 72 15 -28 11.2 Cash Allowances 00 72 15 -28 11.3 Unit Price Work 00 72 15 -28 ARTICLE 12.0 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 12.1 Change of Contract Price 00 72 15 -28 - 00 72 15 -29 12.2 Change of Contract Times 00 72 15 -29 12.3 Delays Beyond Contractor's Control 00 72 15 -29 12.4 Delays Within Contractor's Control 00 72 15 -29 12.5 Delays Beyond Owner's and Contractor's Control 00 72 15 -29 12.6 Delay Damages 00 72 15 -29 12.7 Abnormal Weather Conditions 00 72 15 -29 - 00 72 15 -30 12.8 Liquidated Damages 00 72 15 -30 Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG General Conditions 007215 -3 ARTICLE 13.0 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.1 Notice of Defects 00 72 15 -30 13.2 Access to Work 00 72 15 -30 13.3 Tests and Inspections 00 72 15 -30 13.4 Uncovering Work 00 72 15 -30 - 00 72 15 -31 13.5 Owner May Stop the Work 00 72 15 -31 13.6 Correction or Removal of Defective Work 00 72 15 -31 13.7 Correction Period 00 72 15 -31 13.8 Acceptance of Defective Work 00 72 15 -31 13.9 Owner May Correct Defective Work 00 72 15 -31 - 00 72 15 -32 ARTICLE 14.0 - PAYMENTS TO CONTRACTOR AND COMPLETION 14.1 Schedule of Values 00 72 15 -32 14.2 Progress Payments 00 72 15 -32 - 00 72 15 -34 14.3 Contractor's Warranty of Title 00 72 15 -34 14.4 Substantial Completion 00 72 15 -34 14.5 Partial Utilization 00 72 15 -34 14.6 Final Inspection 00 72 15 -34 14.7 Final Payment 00 72 15 -34 - 00 72 15 -35 14.8 Final Completion Delayed 00 72 15 -35 14.9 Waiver of Claims 00 72 15 -35 ARTICLE 15.0 - SUSPENSION OF WORK AND TERMINATION 15.1 Owner May Suspend Work 00 72 15 -35 15.2 Owner May Terminate for Cause 00 72 15 -36 15.3 Owner May Terminate for Convenience 00 72 15 -36 15.4 Contractor May Stop Work or Terminate 00 72 15 -36 15.5 Assignment of Contract 00 72 15 -36 - 00 72 15 -37 ARTICLE 16.0 - DISPUTE RESOLUTION 16.1 Methods and Procedures 00 72 15 -37 ARTICLE 17.0 - MISCELLANEOUS 17.1 Giving Notice 00 72 15 -37 17.2 Computation of Times 00 72 15 -37 17.3 Cumulative Remedies 00 7215 -37 17.4 Survival of Obligations 00 72 15 -37 17.5 Controlling Law 00 72 15 -37 ARTICLE 18.0 - DISCRIMINATION 18.1 Discrimination Prohibited 00 72 15 -37 Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG General Conditions 007215 -4 ARTICLE 1.0 — DEFINITIONS AND TERMINOLOGY 1.1 Defined Terms Wherever used in the Contract Documents and printed with initial or all capital letters, the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. A. Addenda: Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the Contract Documents. B. Agreement: The written instrument which is evidence of the Agreement between Owner and Contractor covering the Work. C. Asbestos: Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. D. Bid: The offer or proposal of a bidder submitted on the prescribed form setting forth the prices for the Work to be performed. E. Bidding Documents: The Bidding Requirements and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). F. Bidding Requirements: The Advertisement or Invitation to Bid, Instructions to Bidders, Bid security form, if any, and the Bid form with any supplements. G. Bonds: Performance and payment Bonds and other instruments of security. H. Change Order: A document recommended by Engineer 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 Times, issued on or after the Effective Date of the Agreement. I. Claim: A demand or assertion by Owner or Contractor seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. J. Contract: The entire and integrated written Agreement between the Owner and Contractor concerning the Work. The Contract supersedes prior negotiations, representations, or Agreements, whether written or oral. Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG GENERAL CONDITIONS K. Contract Documents: The Contract Documents establish the rights and obligations of the parties and include 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 Notice to Proceed, the Bonds, these General Conditions, the Specifications and the Drawings as the same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders, and Engineer's written interpretations and clarifications issued on or after the effective date of the Agreement. Approved Shop Drawings and the reports and Drawings of subsurface and physical conditions are not Contract Documents. Only printed or hard copies of the items listed in this Article are Contract Documents. Files in electronic media format of text, data, graphics, and the like that may be furnished by Owner to Contractor are not Contract Documents. L. Contract Price: The moneys payable by Owner to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Article 11.3 in the case of Unit Price Work). M. Contract Times: The number of days or the dates stated in the Agreement to complete the Work so that it is ready for final payment as evidence by Engineer's written recommendation of final payment. N. Contractor: The individual or entity with whom Owner has entered into the Agreement. O. Cost of the Work: See Article 11.1, Paragraph A. for definition. P. Drawings: That part of the Contract Documents prepared approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Shop Drawings and other Contractor submittals are not Drawings as so defined. Q. 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 and delivered by the last of the two parties to sign and deliver. R. Engineer: The Engineer for this Project is W. K. Dickson & Co., Inc. S. Engineer's Consultant: An individual or entity having a Contract with Engineer to furnish services as General Conditions 007215 -5 Engineer, independent professional associate, or consultant with respect to the Project. T. Engineer's Project Representative: The authorized representative of Engineer who may be assigned to the Site or any part thereof. U. Field Order: A written order issued by Engineer which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. V. General Requirements: Sections of Division 1 of the Specifications. The General Requirements pertain to all sections of the Specifications. W. Hazardous Environmental Condition: The presence at the Site of asbestos, PCBs, Petroleum, Hazardous Waste, or radioactive material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto in connection with the Work. X. Hazardous Waste: The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. Y. Laws and Regulations; Laws or Regulations: Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. Z. Liens: Charges, security interests, or encumbrances upon Project funds, real property, or personal property. AA. Liquidated Damages: An amount agreed to by the parties as an estimate of Owner's actual damages, set forth on a calendar day basis, to compensate Owner for its damages (and not as a penalty) in the event Contractor fails to achieve any Contract Time or Milestone, including Substantial Completion or any authorized extensions thereof, by the date or dates established in the Contract Documents. BB. Milestone: A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. CC. Notice of Award: The Written Notice by Owner to the apparent successful bidder stating that upon timely compliance by the apparent successful bidder with the conditions precedent listed therein, Owner will sign and deliver the Agreement. DD. Notice to Proceed: A Written Notice given by Owner to Contractor fixing the date on which the Contract Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG Times will commence to run and on which Contractor shall start to perform the Work under the Contract Documents. EE. Owner: The individual, entity, public body, or authority with whom Contractor has entered into the Agreement and for whom the Work is to be performed. FF. Partial Payment Estimate: The form acceptable to Engineer which is to be used during the course of the Work in requesting progress or final payments for construction and which is to be accompanied by such supporting documentation as is required by the Contract Documents. GG. Partial Utilization: Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. HH. PCBs: Polychlorinated biphenyls. R. Petroleum: Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, Petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non - hazardous waste and crude oils. JJ. Project: The total construction of which the Work to be performed under the Contract Documents may be the whole, or a part as may be indicated elsewhere in the Contract Documents. KK. Project Manual: The bound documentary information prepared for bidding and construction the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents. LL. Radioactive Material: Source, special nuclear, or byproduct material as defined by the atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. MM. Samples: Physical examples of materials, equipment, or Workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. NN. Shop Drawings: All Drawings, diagrams, illustration, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 00. Site: Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed, including right -of -way and easements for access thereto, and such other lands General Conditions 007215 -6 • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • I furnished by Owner which are designated for the use of Contractor. PP. Specifications: That part of the Contract Documents consisting of written technical descriptions of materials, equipment, systems, standards, and Workmanship as applied to the Work and certain administrative details applicable thereto. QQ. Subcontractor: An individual or entity having a direct contact with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. RR. Substantial Completion: The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. SS. Supplementary Condition: That part of the Contract Documents which amends or supplements these General Conditions. 'FT. Supplier: A manufacturer, fabricator, Supplier, distributor, materialman, or vendor having a direct Contract with Contractor or with any subcontract to furnish materials or equipment to be incorporated in the Work by Contractor or any Subcontractor. UU. Underground Facility or Facilities: All underground pipeline, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic of other control systems. VV. Unit Price Work: Work to be paid for on the basis of unit prices. WW. Work: The entire completed construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. XX. Work Change Directive: A written statement to Contractor issued on or after the effective date of the Agreement and signed by Owner and recommended by Engineer ordering an addition, deletion, or revision in the Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. YY. Written Amendment: A written statement modifying the Contract Documents, signed by Owner and Contractor on or after the effective date of the Agreement and normally dealing with the non - engineering or non - technical rather than strictly construction- related aspects of the Contract Documents. ZZ. Resident Observer: Shall have the same definition as "Resident Project Representative" when referred to in these documents or during the duration of the Project. AAA. Acceptance: By the Owner of the Work as being fully complete in accordance with the Contract Documents subject to waiver of claims. BBB. Written Notice: The "Notice" as used herein shall mean and include all Written Notices, demands, instruction, claims, approvals, and disapprovals required to obtain compliance with Contract requirements. Written Notice shall be deemed to have been duly served 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 to an authorized representative of such individual, firm or corporation, or if delivered at or sent by individual, firm or corporation, or if delivered at or sent by registered mail to the last business address known to him who gives the notice. Unless otherwise stated in writing, any notice to or demand upon the Owner under this Contract shall be delivered to the Owner through the Engineer. 1.2 Terminology A. Intent of Certain Terms or Adjectives 1. Whenever in the Contract Documents the terms "as allowed ", "as approved ", or terms of like effect or import are used, or the adjectives "reasonable ", "suitable ", "acceptable ", "proper ", "satisfactory ", or adjectives of like effect or import are used to describe an action or determination of Engineer as to the Work, it is intended that such action or determination will be solely to evaluate, in general, the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to Engineer any duty or authority to supervise or direct the General Conditions 007215 -7 performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of Article 9.9 or any other provision of the Contract Documents. B. Day: The word "day" shall constitute a calendar day or 24 hours measured from midnight to the next midnight. C. Defective: The word "defective ", when modifying the word "Work ", refers to Work that is unsatisfactory, faulty, or deficient in that it does not conform to the Contract Documents or does not meet the requirements of any inspection, reference standard, test, or approval referred to in the Contract Documents, or has been damaged prior to Engineer's recommendation of final payment (unless responsibility for the protection thereof has been assumed by Owner at Substantial Completion in accordance with Article 14.4 or 14.5). D. Furnish, Install, Perform, Provide 1. The word "furnish ", when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. The Work "install ", when used in connection with services, materials, or equipment, shall mean to put into use or place in final position said services, materials, or equipment complete and ready for intended use. 3. The words "perform" or "provide ", when used in connection with services, materials, or equipment, shall mean to furnish and install said services, materials, or equipment complete and ready for intended use. 4. When "furnish ", "install ", "perform ", or "provide" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of Contractor, "provide" is implied. E. Unless stated otherwise in the Contract Documents, words or phrases which have a well -known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2.0 — PRELIMINARY MATTERS 2.1 Delivery of Bonds A. When Contractor delivers the executed Agreements to Owner, Contractor shall also deliver to Owner such Bonds as Contractor may be required to furnish. Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01. AG 2.2 Copies of Documents A. The Contractor will be furnished without charge up to five sets of Specifications and full size Drawings. Additional sets of Drawings and specifications requested by the Contractor will be furnished at the cost of reproduction, plus handling. 2.3 Commencement of Contract Times — Notice to Proceed A. The Contract Time will commence to run on the day indicated in the Notice to Proceed; but in no event will the Contract Time commence to run later than the 90 day after the day of Bid opening or the 30 day after the effective date of the Agreement. By mutual consent of the parties to the Contract, these time limits may be changed. 2.4 Starting the Work A. Contractor shall start to perform the Work on the date when the Contract Times commence to run. No Work shall be done at the Site prior to the date on which the Contract Times commence to run. 2.5 Before Starting Construction A. Contractor's Review of Contract Documents: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error, ambiguity, or discrepancy which Contractor may discover and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby; however, Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor knew or reasonably should have known thereof. B. Preliminary Schedules: Within ten days after the effective date of the Agreement (unless otherwise specified in the General Requirements) Contractor shall submit following schedules to Engineer for timely review: 1. A preliminary progress schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2. A preliminary schedule of shop drawing and sample submittals which will list each required submittal and the times for submitting, reviewing, and processing such submittal; and 3. A preliminary schedule of values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and General Conditions 007215 -8 subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. C. Evidence of Insurance: The Contractor shall submit three copies of its insurance certificate simultaneous with submittal of his executed Contract Documents. The Contractor may use the "Accord Form" for the Certificate of Insurance. Contractor shall review "Accord Form" before forwarding to the Engineer. 2.6 Pre - Construction Conference A. Within 20 days after the Contract Time starts to run, but before any Work at the Site is started, a conference attended by Contractor, Engineer, and others as appropriate will be held to establish a Working understanding among the parties as to the Work and to discuss the schedules referred to in Article 2.5, Paragraph B., procedures for handling Shop Drawings and other submittals, processing Applications for Payment, and maintaining required records. 2.7 Initial Acceptance of Schedules A. Unless otherwise provided in the Contract Documents, at least ten days before submission of the first Partial Payment Estimate a conference attended by Contractor, Engineer, and others as appropriate will be held to review for acceptability to Engineer as provided below the schedules submitted in accordance with Article 2.5, Paragraph B. Contractor shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to Contractor until acceptable schedules are submitted to Engineer. B. The progress schedule will be acceptable to Engineer if it provides an orderly progression of the Work to completion within any specified Milestones and the Contract Times. Such Acceptance will not impose on Engineer responsibility or the progress schedule, for sequencing, scheduling, or progress of the Work nor interfere with or relieve Contractor from Contractor's full responsibility therefore. C. Contractor's schedule of shop drawing and sample submittals will be acceptable to Engineer if it provides a Workable arrangement for reviewing and processing the required submittals. D. Contractor's schedule of values will be acceptable to Engineer as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work. Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG 2.8 Award A. The award of the Contract, if it is awarded, will be to the lowest responsive, responsible bidder whose qualifications indicate the award will be in the best interest of the Owner and whose Bid complies with all the prescribed requirements. Notice of Award will not be given until the Owner has concluded such investigations as deemed necessary to establish the responsibility, qualifications, and financial ability of the bidders to execute the Work in accordance with the Contract Documents to the satisfaction of the Owner within the time prescribed. The Owner reserves the right to reject the Bid of any bidder who does not pass such investigation to the Owner's satisfaction. In analyzing Bids, the Owner may take into consideration alternates and unit prices, if requested in the Bid form. If the Contract is awarded, the Owner will give the successful bidder a Notice of Award within 90 days after the opening of Bids. ARTICLE 3.0 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.1 Intent A. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. B. 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 labor, documentation, services, 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 provided whether or not specifically called for at no additional cost to Owner. C. Clarifications and interpretations of the Contract Documents shall be issued by Engineer as provided in Article 9.0. 3.2 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations: 1. Reference to standards, Specifications, manuals, or codes of any technical society, organization, or association, or to laws or regulations, whether such reference be specific or by implication, shall mean the 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. 2. No provision of any such standard, specification, manual or code, or any instruction of a Supplier General Conditions 007215 -9 shall be effective to change the duties or responsibilities of Owner, Contractor, or Engineer, or any of their Subcontractors, consultants, agents, or employees from those set forth in the Contract Documents, nor shall any such provision or instruction be effective to assign to Owner, Engineer, or any of Engineer's Consultants, agents, or employees any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.3 Reporting and Resolving Discrepancies A. Reporting Discrepancies: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents or between the Contract Documents and any provision of any law or regulation applicable to the performance of the Work or of any standard, specification, manual or code, or of any instruction of any Supplier, Contractor shall report it to Engineer in writing at once. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Article 6.16, Paragraph A.) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Article 3.4; provided, however, that Contractor shall not be liable to Owner or Engineer for failure to report any such conflict, error, ambiguity, or discrepancy unless Contractor knew or reasonably should have know thereof. B. Resolving Discrepancies: Except as may be otherwise specifically stated in the Contract Documents, 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: 1. The provisions of any standard, specification, manual, code, or instruction (whether or not specifically incorporated by reference in the Contract Documents) or 2. The provisions of any laws or regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such law or regulation). 3.4 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: (i) a Written Amendment; (ii) a Change Order; or (iii) a Work Change Directive. B. The requirements of the Contract Documents may be supplemented and minor variations and deviations in the Work may be authorized by one or more of Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG the following ways: (i) a Field Order; or (ii) Engineer's written interpretation or clarification. 3.5 Reuse of Documents A. Contractor and any Subcontractor or Supplier or other individual or entity performing or furnishing any of the Work under a direct or indirect contract with Owner: (i) shall not have or acquire any title in or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer or Engineer's Consultant, including electronic media editions; and (ii) shall not reuse any of such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adoption by Engineer. This prohibition will survive final payment, completion, and Acceptance of the Work, or termination or completion of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. ARTICLE 4.0 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 4.1 Availability of Lands A. Owner shall furnish the Site. Owner shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. Owner will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. If Contractor and Owner are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Times, or both, as a result of any delay in Owner's furnishing the Site, Contractor may make a Claim therefore as provided in Article 10.5. B. Upon reasonable written request, Owner shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed and Owner's interest therein as necessary for giving notice of or filing a mechanic's or construction lien against such lands in accordance with applicable Laws and Regulations. C. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.2 Subsurface and Physical Conditions A. Any testing reports or Drawings which are available or have been relied upon for this Project are identified or included in the Site Work sections of this specification. General Conditions 00 72 15 -10 B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the general accuracy of the technical data. Except for such reliance on such technical data, Contractor may not rely upon or make any Claim against Owner, Engineer, or any of Engineer's Consultants with respect to: 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 2. Other data, interpretations, opinions, and information contained in such reports or shown or indicated in such Drawings; or 3. Any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinion, or information. 4.3 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition at or contiguous to the Site that is uncovered or revealed either: 1. Is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Article 4.2 is materially inaccurate; or 2. Is of such a nature as to require a change in the Contract Documents; or 3. Differs materially from that shown or indicated in the Contract Documents; or 4. Is of an unusual nature, and differs materially from condition ordinarily encountered and generally recognized as inherent in Work of the character provided for in the Contract Documents: Then Contractor shall, after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Article 6.16, Paragraph A.), notify Owner and Engineer in writing about such condition. Contractor shall not further disturb such condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. B. Engineer's Review: After receipt of Written Notice as required by Article 4.3, Paragraph A. Engineer will promptly review the pertinent condition, determine the necessity of Owner's obtaining additional exploration or tests with respect thereto, and advise Owner in Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG writing (with a copy to Contractor) of Engineer's findings and conclusions. C. Possible Price and Time Adjustments: 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an increase or decrease in Contractor's cost of, or time required for, performance of the Work; subject, however, to the following: a. Such condition must meet any one or more of the categories described in Article 4.3, Paragraph A.; and b. With respect to Work that is paid for on a unit price basis, any adjustment in Contract Price will be subject to the provisions of Articles 9.8 and 11.3. 2. Contractor shall not be entitled to any adjustment in the Contract Price or Contract Times if: a. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to Owner in respect of Contract Price and Contract Times by the submission of a Bid or becoming bound under a negotiated Contract; or b. The existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for Contractor prior to Contractor's making such final commitment; or c. Contractor failed to give the Written Notice within the time and as required by Article 4.3, Paragraph A. 3. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be made therefore as provided in Article 10.5. However, Owner, Engineer, and Engineer's Consultants shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of Engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other Project or anticipated Project. 4.4 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing underground facilities at or contiguous to the Site is based on information and data furnished to Owner General Conditions 00 72 15 - 11 or Engineer by the Owners of such underground facilities, including Owner, or by others. 1. Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data; and 2. The cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. Reviewing and checking all such information and data. b. Locating all underground facilities shown or indicated in the Contract Documents. c. Coordination of the Work with the Owners of such underground facilities, including Owner, during construction, and d. The safety and protection of all such underground facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Article 6.16, Paragraph A.), identify the owner of such Underground Facility and give Written Notice to that owner and to Owner and Engineer. Engineer will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. During such time, Contractor shall be responsible for the safety and protection of such Underground Facility. 2. If Engineer concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued to reflect and document such consequences. An equitable adjustment shall be made in the Contract Price or Contract Times, or both, to the extent that they are attributable to the existence or location of any Underground Facility that was not shown or indicated or not shown or indicated with reasonable accuracy in the Contract Documents and that Contractor did not know of and could not reasonably have been expected to be aware of or to have anticipated. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment in Contract Price or Contract Times, Owner or Contractor may make a Claim therefore as provided in Article 10.5. Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG 4.5 Reference Points A. Owner shall provide engineering surveys to establish reference points for construction which in Engineer's judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work, shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations without the prior written approval of Owner. Contractor shall report to Engineer whenever any reference point or property monument is lost or destroyed or required relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points or property monuments by professionally qualified personnel. 4.6 Hazardous Environmental Condition at Site A. Reports and Drawings: Reference is made to these General Conditions for the identification of those reports and Drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that have been utilized by the Engineer in the preparation of the Contract Documents. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the general accuracy of the technical data contained in such reports and Drawings, but such reports and Drawings are not Contract Documents. Except for such reliance on such "technical data ", Contractor may not rely upon or make any Claim against Owner, Engineer or any of Engineer's Consultants with respect to: 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 2. Other data, interpretations, opinions and information contained in such reports or shown or indicated in such Drawings; or 3. Any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition 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. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. General Conditions 00 72 15 - 12 • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Article 6.16); and (iii) notify Owner and Engineer (and promptly thereafter confirm such notice in writing). Owner shall promptly consult with Engineer concerning the necessity for Owner to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after Owner has obtained any required permits related thereto and delivered to Contractor 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 on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stoppage or such special conditions under which Work is agreed to be resumed by Contractor, either party may make a Claim therefore as provided in Article 10.5. F. If after receipt of such 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 Owner may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a Claim therefore as provided in Article 10.5. Owner may have such deleted portion of the Work performed by Owner's own forces or others in accordance with Article 7.0. G. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, Subcontractors, Engineer, Engineer's Consultants and the officers, directors, partners, employees, agents, other consultants, and Subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of Engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition: (i) was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be included within the scope of the Work, and (ii) was not created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Article 4.6 shall obligate Owner to indemnify any Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG individual or entity from and against the consequences of that individual's or entity's own negligence. H. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner, Engineer, Engineer's Consultants, and the officers, directors, partners, employees, agents, other consultants, and Subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court of arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Article 4.6, Paragraph H. shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. 1. The provisions of Articles 4.2, 4.3, and 4.4 are not intended to apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5.0 — BONDS AND INSURANCE 5.1 Performance and Payment Bonds A. Concurrent with execution of the Agreement and within ten days of the Notice of Award, the successful Contractor shall procure, execute, and deliver to the Owner and maintain, at his own cost and expense, the following Bonds, in the forms attached, of a surety company approved by the state in which the Work is being performed as a Surety: 1. Performance Bond in an amount not less than 100% of the total amount payable to the Contractor by the terms of the Contract as security for the faithful performance of the Work. Bond must be valid until one year after the date of issuance of the Certificate of Substantial Completion. 2. Payment Bond in an amount not less than 100% of the total amount payable to the Contractor by the terms of the Contract as security for the payment of all persons performing labor and furnishing material in connection with the Work. Bond must be valid until one year after the date of issuance of the Certificate of Substantial Completion. B. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. Bonds shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff, Bureau of Government Financial Operations, U.S. Treasury Department. General Conditions 00 72 15 - 13 C. If the surety on any bond furnished by the Contractor is declared bankrupt or becomes insolvent or its right to do business in the state in which the Work is being performed is revoked, the Contractor shall, within ten days thereafter, substitute another bond or surety, both of which shall be acceptable to the Owner. 5.2 Insurance Requirements A. Wherever in this Article the terms "The Insured" and "Owner" occur with respect to coverage in a policy, it shall mean the Owner and its agent and agencies, all municipalities where Work is being performed under the Contract, the Engineer, and any other parties specifically designated herein, who shall be named as insured in each policy issued. The insurance policies required herein shall not contain any Third Party Beneficiary Exclusion. 1. The Contractor shall not commence Work under the Contract until he has obtained all insurance required under this Article and such insurance has been approved by the Owner, nor shall the Contractor allow any Subcontractor to commence Work on his subcontract until all similar insurance required of the Subcontractor has been so obtained and approved. 2. Provision of some types of insurance by a Subcontractor may be waived, at the option of the Owner, where it is deemed that adequate coverage is provided by the Contractor's insurance. Subcontractors must, in all cases, provide Workmen's Compensation and Employer's Liability Insurance and Motor Vehicle Liability Insurance. 3. Contractor will make available to the Engineer, upon request, a copy of his certificates of insurance. Certificates must indicate type and amounts for each coverage required. 4. Should any of the described policies be cancelled before the expiration date thereof, the Contractor shall mail 30 days Written Notice to the certificate holder, provided this cancellation falls within the life of the Contract. 5. The insurance carrier shall notify each of the insured of the filing of any claims within 30 days of the filing of such Claim. B. The Contractor shall, at his own cost, take out and maintain during the life of this Contract such Bodily Injury and Property Damage Insurance as will protect him, the Insured, and any Subcontractor performing Work covered by this Contract from claims of any character for property damage or bodily injury, including death, and demands, suits, actions, recoveries and judgments against the Insured therefore, for which the Insured shall be or may become liable; which may arise from operations under this Contract whether such operations be by himself or by a Subcontractor or by anyone directly or indirectly employed by either of Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG them, and as will also cover the contingent liability of The Insured, if any, which may arise from said operations under this Contract. The amounts of such insurance shall be as follows: 1. Bodily Injury Liability: For liability for bodily injury, including accidental or wrongful death, $1,000,000 for any one person and, subject to the same limit for each person, $1,000,000 on account of any one accident, subject to an aggregate limit of not less than $2,000,000. Such insurance shall contain provisions that the aggregate limit applies separately to this Project. 2. Property Damage Liability: For liability for property damage, $1,000,000 on account of any one accident, and $1,000,000 on account of all accidents, subject to an aggregate limit of not less than $2,000,000. Such insurance shall contain provisions that the aggregate limit applies separately to this Project. 3. Builders Risk or Fire and Extended Coverage: For fire and extended coverage, including vandalism and malicious mischief, an amount sufficient to cover the cost of replacement of Contractor's Work. Should Owner maintain a Builders Risk policy, Contractor will not be required to provide this coverage. Insurance policies shall provide for reinstatement of full coverage after payment of any Claim. provided: C. The following types of insurance shall be 1. Workmen's Compensation and Employer's Liability Insurance: The Contractor shall take out and maintain during the life of this Contract, Workmen's Compensation and Employer's Liability Insurance for all of his employees, employees employed at the Site, and in case any Work is sublet, the Contractor shall require the Subcontractor similarly to provide Workmen's Compensation and Employer's Liability insurance for all employees of the latter unless such employees are covered by the protection afforded by the Contractor. 2. Contractor's Commercial General Liability: Liability for Contractor's bodily injury insurance shall be in the amounts specified in Article 5.2, hereinbefore. 3. Contractor's Contractual Bodily Injury Insurance: Liability for Contractor's Contractual Bodily Injury Insurance shall be in the amount specified in Article 5.2, hereinbefore. 4. Contractor's Property Damage Insurance: Liability for Contractor's Property Damage Insurance shall be in the amount specified in Article 5.2, hereinbefore. General Conditions 00 72 15- 14 5. Contractor's Contractual Property Damage Insurance: Liability for Contractor's Contractual Property Damage Insurance shall be in the amounts specified in Article 5.2, hereinbefore. 6. Motor Vehicle Liability Insurance: a. Bodily Injury Insurance covering the operation of all motor vehicles owned by the Contractor, or used by the Contractor in the prosecution of the Work under the Contract, shall be in the amount specified in Article 5.2, hereinbefore. b. Property Damage Insurance covering the operation of all motor vehicles owned by the Contractor, or used by the Contractor in the prosecution of the Work under the Contract, shall be in the amount specified in Article 5.2, hereinbefore. 7. Special Hazards Insurance: Bodily Injury and Property Damage Insurance shall be in the amount specified in Article 5.2, hereinbefore when bodily injury and property damage results from the following special hazards: a. Blasting and explosion. b. Collapse of or structural injury to any structure due to the Contractor's operations. c. Damage to underground structures, pipes, or conduits. 8. Fire and Extended Coverage Insurance: Builder's Risk (fire and extended coverage, including vandalism and malicious mischief) Insurance for the life of the Contract upon all Work in place, or materials at the Site, or both, shall be in the amount specified in Article 5.2, hereinbefore. 9. Completed Operation Hazards Insurance: Completed Operations Hazards Insurance is to be provided for all the named insured in the amounts set forth in Article 5.2, hereinbefore. The intent of this Article is to provide coverage to all of the named insureds for one year for any and all claims which may arise from operations under this Contract. D. If any of the property and casualty insurance requirements are not complied with at their renewal dates, payments to the Contractor will be withheld until these requirements have been met, or at the option of the Owner, the Owner may pay the renewal premiums and withhold such payments from any monies due to the Contractor. E. In the event that claims in excess of the insured amounts provided herein are filed by reason of any operations under the Contract, the amount of excess of such claims, or any portion thereof, may be withheld from payment due or to become due the Contractor until such time Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG as the Contractor shall furnish such additional security covering such claims as may be determined by the Owner. F. All policies and certificates of insurance of the Contractor shall contain the following provisions: 1. Insurers shall have no right of recovery or subrogation against the Owner and its agents and agencies and the Engineer, it being the intention of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any and all losses covered by the above - described insurance. 2. The insurance required of Contractor shall be primary and non - contributory to any other insurance which may be available as respects this Project. 3. The insurance companies issuing the policy or policies shall have no recourse against the Owner and its agents and agencies and the Engineer, for the payment of any premiums or for assessments under any form of policy. 4. Any and all deductibles in the above - described insurance policies shall be assumed by and be for the amount of, and at the sole risk of the Contractor. G. Contractor shall add Owner and Engineer as additional insureds under all applicable policies of insurance called for in this Agreement. ARTICLE 6.0 — CONTRACTOR'S RESPONSIBILITIES 6.1 Supervision and Superintendence A. Contractor shall supervise, inspect, 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 Owner or Engineer in the design or specification of a specific means, method, technique, sequence, or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. Contractor shall be responsible to see that the completed Work complies accurately with the Contract Documents. B. At all times during the progress of the Work, Contractor shall assign a competent resident superintendent thereto who shall not be replaced without Written Notice to Owner and Engineer except under extraordinary circumstances. The superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communications given to or received from the superintendent shall be binding on Contractor. General Conditions 00 72 15 - 15 6.2 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to survey, lay out, and construct the Work as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during regular Working hours, and Contractor will not permit overtime Work or the performance of Work on Saturday, Sunday, or any legal holiday without a minimum 48 hour Written Notice to Engineer. Nothing contained herein shall be construed as a waiver of Contractor's duty to meet all Contract Times set forth in the Contract Documents. 6.3 Services, Materials, and Equipment A. Unless otherwise as specified in the General Requirements, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, startup, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All warranties and guarantees specifically called for by the Specifications shall expressly run to the benefit of Owner. If required by Engineer, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 6.4 Progress Schedule A. Contractor shall adhere to the progress schedule established in accordance with Article 2.7 as it may be adjusted from time to time as provided below. 1. Contractor shall submit to Engineer for Acceptance (to the extent indicated in Article 2.7) proposed adjustments in the progress schedule that will not result in changing the Contract times (or Milestones). Such adjustments will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG 2. Proposed adjustments in the progress schedule that will change the Contract Times (or Milestones) shall be submitted in accordance with the requirements of Article 12.0. Such adjustments may only be made by a Change Order or Written Amendment in accordance with Article 12.0. 6.5 Substitutes and "Or- Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or- equal" item, equipment or material, or equipment of other Suppliers may be submitted to Engineer for review under the circumstances described below. 1. "Or- Equal" Items: If, in Engineer's sole discretion, an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Engineer as an "or- equal" item; in which case, review and approval of the proposed item may, in Engineer's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For purposes of this Article 6.5, Paragraph A.1., a proposed item of material or equipment will be considered functionally equal to an item so named if: a. In the exercise of reasonable judgment Engineer determines that: (i) it is at least equal in quality durability, appearance, strength, and design characteristics; (ii) it will reliably perform at least equally well the function imposed by the design concept of the completed Project as a functioning whole, and; b. Contractor certifies that: (i) there is no increase in cost to the Owner; and (ii) it will conform substantially, even with deviations, to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in Engineer's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or- equal" item under Article 6.5, Paragraph A.1., it will be considered a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow Engineer to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable General Conditions 00 72 15 - 16 substitute items of material or equipment will not be accepted by Engineer from anyone other than Contractor. c. The procedure for review by Engineer will be as set forth in Article 6.5, Paragraph A.2.d., as supplemented in the General Requirements and as Engineer may decide is appropriate under the circumstances. d. Contractor shall first make written application to Engineer for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall certify that the proposed substitute item will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified, and be suited to the same use as that specified. The application will state the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of Substantial Completion on time, whether or not use of a proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct Contract with Owner for Work on the Project) to adapt the design to the proposed substitute item and whether or not incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute item from that specified will be identified in the application, and available engineering, sales, maintenance, repair, and replacement services will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other Contractors affected by any resulting change, all of which will be considered by Engineer in evaluating the proposed substitute item. Engineer may require Contractor to furnish additional data about the proposed substitute item. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is shown or indicated in and expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by Engineer. Contractor shall submit sufficient information to allow Engineer, in Engineer's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by Engineer will be similar to that provided in Article 6.5, Paragraph A.2. C. Engineer's Evaluation: Engineer will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Article 6.5, Paragraph A. and Paragraph B. Engineer will be the sole judge of acceptability. No "or- equal" or substitute will be ordered, installed or utilized until Engineer's review is complete, which will be evidenced by either a Change Order for a substitute or an approved shop drawing for an "or equal ". Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG Engineer will advise Contractor in writing of any negative determination. D. Special Guarantee: Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. E. Engineer's Cost Reimbursement: Engineer will record time required by Engineer and Engineer's Consultants in evaluating substitutes proposed or submitted by Contractor pursuant to Article 6.5, Paragraph A.2. and Paragraph B. and in making changes in the Contract Documents (or in the provisions of any other direct Contract with Owner for Work on the Project) occasioned thereby. Whether or not Engineer approves a substitute item so proposed or submitted by Contractor, Contractor shall reimburse Owner for the charges of Engineer and Engineer's Consultants for evaluating each such proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or- equal" at Contractor's expense. 6.6 Concerning Subcontractors, Suppliers, and Others A. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom Owner may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection. B. Within ten days after Notice of Award has been issued, the Contractor shall furnish to the Engineer a list of Subcontractors, Suppliers, or other persons or organizations that will participate in the Work or furnish principal items of materials and equipment to be utilized in the Work. The list shall include the Subcontractors, Suppliers, or other persons or organizations indicated on the Bid form. Within ten days after receipt of the list but prior to the effective date of the Agreement, the Engineer shall notify the Contractor in writing if the Owner has reasonable objection to any Subcontractor, Supplier, or other person or organization on the list. Failure by the Owner to object to anyone on the list within the specified time shall constitute Acceptance of the Subcontractor, Supplier, or other person or organization. Acceptance of a Subcontractor, Supplier, other person or organization named shall not constitute a waiver of the requirements of the Contract Specifications or the right of the Owner or Engineer to reject defective Work. If the Owner has a reasonable objection as described above, the Contractor may either (i) submit an acceptable substitute without an increase in his Bid price, or ii) withdraw his Bid without forfeiting his Bid security. General Conditions 00 72 15 - 17 C. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between Owner or Engineer and any such Subcontractor, Supplier or other individual or entity, nor shall it create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. Owner or Engineer may furnish to any such Subcontractor, Supplier, or other individual or entity to the extent practicable, information about amounts paid to Contractor on account of Work performed for Contractor by a particular Subcontractor, Supplier, or other individual or entity. D. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect Contract with Contractor. E. Contractor shall require all Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work to communicate with Engineer through Contractor. F. The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. G. All Work performed for Contractor by a Subcontractor shall be pursuant to an appropriate Agreement between the Contractor and Subcontractor. The Subcontractor shall not commence Work until the Contractor has obtained all insurance as required by Article 5.0, inclusive. H. The Contractor shall not subcontract more than 50 percent of the Contract Price without prior written approval of the Owner. 6.7 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of Owner or Engineer its use is subject to patent rights or Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner in the Contract Documents. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner, Engineer, Engineer's Consultants, and the officers, directors, partners, employees or agents, and other consultants of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of Engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of 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. 6.8 Permits A. Contractor shall obtain and pay for all construction permits and licenses. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the effective date of the Agreement. Contractor shall pay all charges of utility Owners for connection to the Work. 6.9 Laws and Regulations A. Contractor shall give all notices and comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Engineer shall be responsible for monitoring Contractor's compliance with any laws or regulations. B. If Contractor observes that the Specifications or Drawings are at variance with any laws or regulations, he shall give Engineer prompt Written Notice thereof. If Contractor performs any Work knowing it to be contrary to such laws or regulations, and without such notice to Engineer, he shall bear all costs arising therefrom. The Contractor shall, at all times, observe and comply with and shall cause all his agents and employees and all his Subcontractors to observe and comply with all such existing and future laws or regulations, and shall protect and indemnify the Owner and the Engineer and the municipalities in which Work is being performed, and their officers and agents against any Claim or liability arising from or based on the violation of any such law or regulation, whether by himself or his employees or any of his Subcontractors. C. Changes in laws or regulations not known at the time of opening of Bids (or, on the effective date of the Agreement if there were no Bids) having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Times. If Owner General Conditions 00 72 15 - 18 and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefore as provided in Article 10.5. 6.10 Taxes A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. A listing of sales tax paid for the period shall be submitted with each progress payment. 6.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of Workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. Should any Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly settle with such other party by negotiation or otherwise resolve the Claim by arbitration or other dispute resolution proceeding or at law. 3. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner, Engineer, Engineer's Consultant, and the officers, directors, partners, employees, agents, and other consultants of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of Engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any Claim or action, legal or equitable, brought by any such owner or occupant against Owner, Engineer, or any other party indemnified hereunder to the extent caused by or based upon Contractor's performance of the Work. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Cleaning: Prior to substantial completion of the Work, Contractor shall clean the Site and make it ready for utilization by Owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG construction equipment and machinery, and surplus material and shall restore to original condition all property not designated for alteration by the Contract Documents. D. Loading Structures: 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 it. 6.12 Record Documents A. Contractor shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to Engineer for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to Engineer for Owner. Contractor is advised that failure to furnish the Engineer with accurate and detailed record drawings shall be reason for withholding final payment. 6.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury, or loss to: 1. All persons on the Site or who may be affected by the Work; 2. All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. Any property referred to in Article 6.13, Paragraph A.2. or A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. 4. Other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and underground facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from General Conditions 00 72 15 - 19 damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor in accordance with Article 14.7, Paragraph B. that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.14 Safety Representative A. Contractor shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 6.15 Hazard Communication Programs A. Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the Site in accordance with laws or regulations. 6.16 Emergencies A. In the event of emergencies affecting the safety or protection of persons, the Work or property at the Site or adjacent thereto, Contractor shall act as necessary to prevent damage, injury, or loss. Contractor shall give Engineer prompt Written Notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If Engineer determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Work Change Directive or Change Order will be issued. 6.17 Shop Drawings and Samples A. Contractor shall submit Shop Drawings to Engineer for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. Contractor shall submit four copies of all Shop Drawings plus the number required for use by the Contractor. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show Engineer the services, materials, and equipment Contractor proposes to provide and to enable Engineer to review the information for the limited purposes required by Article 6.17, Paragraph E. Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG B. Contractor shall also submit Samples to Engineer for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers, and the use for which intended and otherwise as Engineer may require to enable Engineer to review the submittal for the limited purposes required by Article 6.17, Paragraph E. Contractor shall submit three Samples plus the number required to be returned to the Contractor for each Sample required. C. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submittals acceptable to Engineer as required by Article 2.7, any related Work performed prior to Engineer's review and approval of the pertinent Submittal will be at the sole expense and responsibility of Contractor. D. Submittal Procedures: 1. Before submitting each Shop Drawing or Sample, Contractor shall have determined and verified: a. All field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; b. All materials with respect to intended use, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; c. All information relative to means, methods, techniques, sequences, and procedures of construction and safety precautions and programs incident thereto; and d. Contractor shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. e. Each Shop Drawing submitted to the Engineer must be accompanied by a transmittal which references the applicable section(s) of the Specifications. In addition, each Shop Drawing shall be numbered in the order of submittal sequence. All submittals called for in the Specifications shall be submitted in the number of copies as follows. 2. Each submittal shall bear a stamp or specific written indication that Contractor has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval of that submittal. General Conditions 00 72 15 - 20 3. At the time of each submittal, Contractor shall give Engineer specific Written Notice of such variations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written communication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to Engineer for review and approval of each such variation. 1. Engineer will timely review and approve Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals acceptable to Engineer. Engineer's review and approval will be only for the limited purpose of checking for conformance with the information contained in the Contract Documents and for compatibility with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Engineer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for 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. 3. Engineer's review and approval of Shop Drawings or Samples shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has in writing called Engineer's attention to each such variation at the time of each submittal as required by Article 6.17, Paragraph D.3., and Engineer has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by Engineer relieve Contractor from responsibility for complying with the requirements of Article 6.17, Paragraph D.1. F. Resubmittal Procedures: Contractor shall make corrections required by Engineer and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. Contractor shall direct specific attention in writing to revision other than the corrections called for by Engineer on previous submittals. 6.18 E. Engineer's Review: Continuing the Work A. Contractor shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with Owner. No Work shall be delayed or postponed pending resolution of any disputes or Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG disagreements, except as permitted by Article 15.4 or as Owner and Contractor may otherwise agree in writing. 6.19 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner, Engineer, and Engineer's Consultants that all Work will be in accordance with the Contract Documents and will not be defective. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. Abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or usage. 2. Normal wear and tear under normal B. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an Acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. Observations by Engineer; 2. Recommendation by Engineer or payment by Owner of any progress or final payment; 3. The issuance of a Certificate of Substantial Completion by Engineer or any payment related thereto by Owner; 4. Use or occupancy of the Work or any part thereof by Owner; failure to do so; others; Owner, or 6.20 Indemnification 5. Any Acceptance by Owner or any 6. Any review and approval of a shop drawing or sample submittal or the issuance of a notice of acceptability by Engineer; 7. Any inspection, test, or approval by 8. Any correction of defective Work by 9. Any act by the Owner to suspend or terminate pursuant to Article 15. A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless General Conditions 00 72 15 -21 Owner, Engineer, Engineer's Consultants, and the officers, directors, partners, employees, agents, and other consultants and Subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of Engineers, architects, attorneys, and other professionals and all court of arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such Claim, cost, loss, or damage: 1. Is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom; and 2. Is caused in whole or in part by any negligent act or omission of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of an individual or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such individual or entity. B. In any and all claims against Owner or Engineer or any of their respective consultants, agents, officers, directors, partners, or employees by any employee (or the survivor or personal representative of such employee) of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under Article 6.20, Paragraph A. shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such Subcontractor, Supplier, or other individual or entity under Workers' compensation acts, disability benefit acts, or other employee benefit acts. C. The indemnification obligations of Contractor under Article 6.20, Paragraph A. shall not extend to the liability of Engineer and Engineer's Consultants or to the officers, directors, partners, employees, agents, and other consultants and Subcontractors of each and any of them arising out of: 1. The preparation or approval of, or the failure to prepare or approve, maps, Drawings, opinions, reports, surveys, Change Orders, designs, or Specifications; or 2. Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage. D. Nothing in the Contract Documents shall create or give to third parties any Claim or right of action Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG against the Contractor, the Owner, or the Engineer beyond such as may legally exist irrespective of the Contract. ARTICLE 7.0 — OTHER WORK 7.1 Related Work at Site A. Owner may perform other Work related to the Project at the Site by Owner's employees, or let other direct Contracts therefore, or have other Work performance by utility Owners. If such other Work is not noted in the Contract Documents, then: 1. Written notice thereof will be given to Contractor prior to starting any such other Work; and 2. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times that should be allowed as a result of such other Work, a Claim may be made therefore as provided in Article 10.5. B. Contractor shall afford each other Contractor who is a party to such a direct Contract and each utility owner (and Owner, if Owner is performing the other 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 other Work and shall properly coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly 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 Engineer and the others whose Work will be affected. The duties and responsibility of Contractor under this Article are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. C. If the proper execution or results of any part of Contractor's Work depends upon Work performed by others under this Article 7.0, Contractor shall inspect such other Work and promptly report to Engineer in writing any delays, defects, or deficiencies in such other Work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an Acceptance of such other Work as fit and proper for integration with Contractor's Work except for latent defects and deficiencies in such other Work. General Conditions 00 72 15 -22 7.2 Coordination A. If Owner intends to contract with others for the performance of other Work on the Project at the Site, the following will be set forth: 1. The individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. The specific matters to be covered by such authority and responsibility will be itemized; and 3. The extent of such authority and responsibilities will be provided. B. Owner shall have sole authority and responsibility for such coordination. ARTICLE 8.0 — OWNER'S RESPONSIBILITIES 8.1 Communications to Contractor A. Except as otherwise provided in these General Conditions, Owner shall issue all communications to Contractor through Engineer. 8.2 Replacement of Engineer A. In case of termination of the employment of Engineer, Owner shall appoint an engineer to whom Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Engineer. 8.3 Furnish Data A. Owner shall promptly furnish the data required of Owner under the Contract Documents. 8.4 Pay Promptly When Due A. Owner shall make payments to Contractor promptly when they are due as provided in Articles 14.2, Paragraph C. and 14.7, Paragraph C. 8.5 Lands and Easements; Reports and Tests A. Owner's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in Articles 4.1 and 4.5. Article 4.2 refers to Owner's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and Drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by Engineer in preparing the Contract Documents. 8.6 Insurance Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG A. Owner's responsibilities, if any, in respect to purchasing and maintaining liability and property insurance are set forth in Article 5.0. 8.7 Inspections, Tests, and Approvals A. Owner's responsibility in respect to certain inspections, tests, and approvals is set forth in Article 13.3. 8.8 Limitations on Owner's Responsibilities A. The Owner shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Owner will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. 8.9 Undisclosed Hazardous Environmental Condition A. Owner's responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in Article 4.6. 8.10 Evidence of Financial Arrangements A. If and to the extent Owner has agreed to furnish Contractor reasonable evidence that financial arrangements have been made to satisfy Owner's obligations under the Contract Documents, Owner's responsibility in respect thereof will be as set forth in these General Conditions. ARTICLE 9.0 — ENGINEER'S STATUS DURING CONSTRUCTION 9.1 Owner's Representative A. Engineer will be Owner's representative during the construction period. 9.2 Clarifications and Interpretations A. The Engineer shall conduct on -site observations of the Work in progress to become generally familiar with the quality and progress of Work which has been completed, to determine in general if the Work actually observed is proceeding so as to indicate that, upon completion, will comply with the Contract Documents, and such Work whether tests, equipment, system start-ups, and operating and maintenance instructions are being prepared and performed as required by the Contract Documents. Engineer shall have the authority to disapprove or reject defective Work in accordance with Article 13.0. General Conditions 00 72 15 -23 9.3 Authorized Variations in Work A. Engineer 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 Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by 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 Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, as a result of a Field Order, a Claim may be made therefore as provided in Article 10.5. 9.4 Rejecting Defective Work A. Engineer will have authority to disapprove or reject Work which Engineer believes to be defective, or that Engineer believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Engineer will also have authority to require special inspection or testing of the Work provided in Article 13.4, whether or not the Work is fabricated, installed, or completed. 9.5 Shop Drawings, Change Orders and Payments A. In connection with Engineer's authority as to Shop Drawings and Samples, see Article 6.17. B. In connection with Engineer's authority as to Change Orders, see Articles 10.0, 11.0, and 12.0. C. In connection with Engineer's authority as to applications for payment, see Article 14.0. 9.6 Determinations for Unit Price Work A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Partial Payment Estimate or otherwise). Engineer's written decision thereon will be final and binding (except as modified by Engineer to reflect changed factual conditions or more accurate data) upon Owner and Contractor, subject to the provisions of Article 10.5. 9.7 Decisions on Requirements of Contract Documents and Acceptability of Work A. Engineer will be the initial interpreter of the requirements of the Contract Documents and initial decision maker as to the acceptability of the Work thereunder. Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG Claims, disputes, and other matters relating to the acceptability of the Work, the quantities and classifications of Unit Price Work, the interpretation of the requirements of the Contract Documents pertaining to the performance of the Work, and claims seeking changes in the Contract Price or Contract Times, will be referred initially to Engineer in writing in accordance with the provisions of Article 10.5 with a request for a formal decision. B. When functioning as interpreter or decision maker under this Article 9.7, Engineer will not show partiality to Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by Engineer pursuant to this Article 9.7 with respect to any such Claim, dispute, or other matter (except any which have been waived by the making or Acceptance of final payment as provided in Article 14.7) will be a condition precedent to any exercise by Owner or Contractor of such rights or remedies as either may otherwise have under the Contract Documents or by laws or regulations in respect of any such Claim, dispute, or other matter. 9.8 Engineer's Project Representative A. If Owner and Engineer shall agree, Engineer will furnish an Engineer's Project Representative to assist Engineer in providing more extensive observation of the Work. The responsibilities and authority and limitations thereon of any such Engineer's Project Representative and assistants will be as provided in the following Article 9.2.B and in Article 9.9. If Owner designates another representative or agent to represent Owner at the Site who is not Engineer's Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in these General Conditions. B. Except upon written instruction of the Engineer, the Engineer's Project Representative: 1. Shall not authorize any deviation from the Contract Documents or approve any substitute materials or equipment. 2. Shall not exceed the limitation of Engineer's authority as set forth in the Contract Documents. 3. Shall not undertake any of the responsibilities of Contractor, Subcontractors, or Contractor's superintendent, or expedite the Work. 4. Shall not advise on or issue directions relative to any aspect of the means, methods, techniques, sequences or procedures of construction unless such is specifically called for in the Contract Documents. General Conditions 00 72 15 - 24 5. Shall not advise on or issue directions as to safety precautions and programs in connection with the Work. 9.9 Limitations on Engineer's Authority and Responsibilities A. Neither Engineer's authority or responsibility under this Article 9 or under any other provision of the Contract Documents, nor any decision made by Engineer in good faith either to exercise or not exercise such authority or responsibility, or the undertaking, exercise, or performance of any authority or responsibility by Engineer shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by Engineer to Contractor, any Subcontractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. B. Engineer will not supervise, direct, contract, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Engineer will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. C. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other individual or entity performing any of the Work. D. Engineer's review of the final Partial Payment Estimate and accompanying documentation and all maintenance and operating instruction, schedules, guarantees, Bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by Article 14.7, Paragraph A. will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with, the Contract Documents. E. The limitations upon authority and responsibility set forth in this Article 9.9 shall also apply to Engineer's Consultants, Engineer's Project Representative, and assistants. ARTICLE 10.0 — CHANGES IN THE WORK; CLAIMS 10.1 Authorized Changes in the Work A. Without invalidating the Agreement and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in the Work by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document executed or issued pursuant to these provisions, Contractor shall promptly proceed with the Work involved which will be Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). B. If Owner and Contractor are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a Work Change Directive, a Claim may be made therefore as provided in Article 10.5. 10.2 Unauthorized Change in the Work A. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Article 3.4, except in the case of an emergency as provided in Article 6.16 or in the case of uncovering Work as provided in Article 13.4, Paragraph B. 10.3 Execution of Change Orders A. Owner and Contractor shall execute appropriate Change Orders recommended by Engineer (or Written Amendments) and agreed to by Owner and Contractor covering: 1. Changes in the Work which are: (i) ordered by Owner pursuant to Article 10.1, Paragraph A., (ii) required because of Acceptance of defective Work under Article 13.8, Paragraph A. or Owner's correction of defective Work under Article 13.9, or (iii) agreed to by the parties; 2. Changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; and 3. Changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Article 10.5; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the progress schedule as provided in Article 6.18, Paragraph A. B. The execution by the parties of a Change Order shall constitute a full and final resolution of all claims by Contractor, whether for money or time, including any schedule impacts, arising out of the matters set forth in the Change Orders. 10.4 Notification to Surety A. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or General Conditions 00 72 15 - 25 Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be Contractor's responsibility. The amount of each applicable Bond will be adjusted to reflect the effect of any such change. 10.5 Claims and Disputes A. Notice: Written notice stating the general nature of each Claim, dispute, or other mater shall be delivered by the claimant to Engineer and the other party to the Contract promptly (but in no event later than 30 days) after the start of the event - giving rise thereto. Notice of the amount or extent of the Claim, dispute, or other matter with supporting data shall be delivered to the Engineer and the other party to the Contract within 60 days after the start of such event (unless Engineer allows additional time for claimant to submit additional or more accurate data in support of such Claim, dispute, or other matter). A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Article 12.1, Paragraph B. A Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Article 12.2, Paragraph B. Each Claim shall be accompanied by claimant's written statement that the adjustment claimed is the entire adjustment to which the Claimant believes it is entitled as a result of said event. The opposing party shall submit any response to Engineer and the claimant within 30 days after receipt of the claimant's last submittal (unless Engineer allows additional time). B. Engineer's Decision: Engineer will render a formal decision in writing within 30 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any. Engineer's written decision on such Claim, dispute, or other matter will be final and binding upon Owner and Contractor unless: 1. An appeal from Engineer's decision is taken within the time limits and in accordance with the dispute resolution procedures set forth in Article 16.0; or 2. If no such dispute resolution procedures have been set forth in Article 16, a Written Notice of intention to appeal from Engineer's written decision is delivered by Owner or Contractor to the other and to Engineer within 30 days after the date of such decision, and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction within 60 days after the date of such decision or within 60 days after Substantial Completion, which ever is later (unless otherwise agreed in writing by Owner and Contractor), to exercise such rights or remedies as the appealing party may have with respect to such Claim, dispute, or other matter in accordance with applicable Laws and Regulations. C. If Engineer does not render a formal decision in writing within the time stated in Article 10.5, Paragraph B., a decision denying the Claim in its entirety shall be deemed to have been issued 31 days after receipt of Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG the last submittal of the claimant or the last submittal of the opposing party, if any. D. No Claim for an adjustment in Contract Price or Contract Times (or Milestones) will be valid if not submitted in accordance with this Article 10.5. ARTICLE 11.0 — COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK 11.1 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work or because of the event giving rise to the Claim. Except as otherwise may be agreed to in writing by Owner, such costs shall be in the amounts no higher than those prevailing in the locality of the Project, shall include only the following items, and shall not include any of the costs itemized in Article 11.1, Paragraph B. 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Such employees shall include without limitation superintendents, foremen, and other personnel employed full time at the Site. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, worker's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of regular Working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by Owner. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors and all subcontracts shall be subject to the provisions of the Contract Documents. General Conditions 00 72 15 - 26 4. Costs of special consultants (including but not limited to Engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. following: 5. Supplemental costs including the a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the Owners, 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. c. Rentals of all construction equipment and machinery, whether rented from Contractor or others, shall be negotiated between the Engineer and the Contractor. These rates shall include all fuel, lubricants, insurance, etc. Equipment rental charges shall not exceed the prorated monthly rental rates listed in the current edition of the "Compilation of Rental Rates for Construction Equipment," as published by the Associated Equipment Distributors. Charges per hour shall be determined by dividing the monthly rates by 176. The rental of any such equipment and machinery shall close when the use thereof is no longer necessary for the Work. d. Sales, consumer, use, and other similar taxes related to the Work and for which Contractor is liable imposed by Laws and Regulations. e. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance of otherwise, sustained by Contractor in connection with the performance of the Work (except losses and damages with the deductible amounts of property insurance established in accordance with Article 5.6.4), provided such losses and damages have resulted from causes other than the negligence of Contractor, and any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of Owner. No such losses, damages, and expenses shall be included in the cost of the Work for the purpose of determining Contractor's fee. Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG The cost of utilities, fuel, and g. sanitary facilities at the Site. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, expressage, and similar petty cash items in connection with the Work. i. When the Cost of the Work is used to determine the value of a Change Order or of a Claim, the cost of premiums for additional Bonds and insurance required because of the changes in the Work or caused by the event giving rise to the Claim. j. When all the Work is performed on the basis of cost -plus, the costs of premiums for all Bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, Engineers, architects, estimators, attorney, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Article 11.1, Paragraph A.1. or specifically covered by Article 11.1, Paragraph A.4., all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Article 11.1, Paragraph A. and 11.1, Paragraph B. C. Contractor's Fee: When all the Work is performed on the basis of cost -plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of General Conditions 00 72 15 - 27 any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Article 12.1, Paragraph C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Articles 11.1, Paragraph A. and Paragraph B., Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to Engineer an itemized cost breakdown together with supporting data. 11.2 Cash Allowances A. It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sum as may be acceptable to Owner and Engineer. Contractor agrees that: 1. The allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes, and 2. Contractor's costs for unloading and handling on the Site, labor, installation costs, overhead, profit, and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. B. Prior to final payment, an appropriate Change Order will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.3 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer subject to the provisions of Article 9.6. B. 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. Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG C. Owner or Contractor may make a Claim for an adjustment in the Contract Price in accordance with Article 10.5 if: 1. The quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. There is no corresponding adjustment with respect to any other item of Work; and 3. If Contractor believes that Contractor is entitled to an increase in Contract Price as a result of having incurred additional expense or Owner believes that Owner is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 12.0 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 12.1 Change of Contract Price A. The Contract Price may be changed only by a Change Order or by a Written Amendment. Any Claim for an adjustment in the Contract Price shall be based on Written Notice submitted by the party making the Claim to the Engineer and the other party to the Contract in accordance with provisions of Article 10.5. B. The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Price will be determined as follows: 1. Where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit price to the quantities of the items involved (subject to the provisions of Article 11.2); or 2. Where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with Article 12.1, Paragraph C.2.); or 3. Where the Work involved is not covered by unit prices contained in the Contract Documents and Agreement to a lump sum is not reached under Article 12.1, Paragraph B.2., on the basis of the Cost of the Work (determined as provided in Article 11.1) plus a Contractor's fee for overhead and profit (determined as provided in Article 12.1, Paragraph C.). C. Contractor's Fee: The Contractor's fee for overhead and profit shall be determined as follows: 1. A mutually acceptable fixed fee; or General Conditions 00 72 15 -28 2. If a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. For costs incurred under Articles 11.1, Paragraph A.1. and Paragraph A.2., the Contractor's fee shall be 15 percent; b. For costs incurred under Article 11.1, Paragraph A.3., the Contractor's fee shall be five percent; c. Where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Article 12.1, Paragraph C.2.a. is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Article 11.1, Paragraphs A.1. and A.2., and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor; d. No fee shall be payable on the basis of costs itemized under Article 11.1, Paragraph A.4. and A.S., and Article 11.1, Paragraph B.; e. The amount of credit to be allowed by Contractor to Owner for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent of such net decrease; and f. When both additions and credit are involved in any one change, the adjustment in Contractor's fee shall be computed on the basis of the net change in accordance with Articles 12.1, Paragraph C.2.a. through Paragraph C.2.e., inclusive. 12.2 Change of Contract Times A. The Contract Times (or Milestones) may only be changed by a Change Order or by a Written Amendment. Any Claim for an adjustment in the Contract Times (or Milestones) shall be based on Written Notice submitted by the party making the Claim to the Engineer and the other party to the Contract in accordance with the provisions of Article 10.5. B. Any adjustment of the Contract Times (or Milestones) covered by a Change Order or of any Claim for an adjustment in the Contract Times (or Milestones) will be determined in accordance with the provisions of this Article 12.0. 12.3 Delays Beyond Contractor's Control A. Where Contractor is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of Contractor, the Contract Times (or Milestones) will be extended in an amount equal to the time lost due to such Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG delay if a Claim is made therefore as provided in Article 12.2, Paragraph A. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by Owner, acts or neglect of utility owners or other Contractors performing the Work as contemplated by Article 7.0, fires, floods, epidemics, abnormal weather conditions, or acts of God. 12.4 Delays Within Contractor's Control A. The Contract Times (or Milestones) will not be extended due to delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. 12.5 Delays Beyond Owner's and Contractor's Control A. Where Contractor is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both Owner and Contractor, an extension of the Contract Times (or Milestones) in an amount equal to the time lost due to such delay shall be Contractor's sole and exclusive remedy for such delay. 12.6 Delay Damages A. In no event shall Owner or Engineer be liable to Contractor, any Subcontractor, any Supplier, or any other person or organization, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from: 1. Delays caused by or within the control of Contractor; or 2. Delays beyond the control of both Owner and Contractor including but not limited to fires, floods, epidemics, abnormal weather conditions, acts of God, or acts or neglect by utility owners or other Contractors performing other Work as contemplated by Article 7.0. B. Nothing in this Article 12.6 bars a change in Contract Price pursuant to this Article 12.0 to compensate Contractor due to delay, interference, or disruption directly attributable to actions or in actions of Owner or anyone for whom Owner is responsible. 12.7 Abnormal Weather Conditions A. Abnormal weather conditions for rain shall be derived from the most recent 20 -year (minimum) average for the nearest NOAA weather reporting station. The mean number of days of precipitation per month of 0.10 inch or more shall establish the mean number of weather days for the period. When the actual number of calendar days the Contractor could not work due to abnormal weather conditions exceeds the monthly mean as determined above, the Contract shall be extended the number of days in excess General Conditions 00 72 15 -29 of the monthly mean for each month during the Contract period. A Working day is a day when the Contractor or his Subcontractors could work for more than four hours. If the actual number of calendar days the Contractor could not work due to abnormal weather conditions is less than the monthly mean, then the number of days the Contract was extended shall be reduced for the Contract period. At the end of the Contract period the total Contract Time will be the total adjusted. Should the total days the Contractor cannot work due to abnormal weather conditions be less than the mean for the Contract period, no time will be deleted from the Contract. The time extension awarded to the Contractor shall be for time only. No increase in Contract Price will be considered. 12.8 Liquidated Damages A. The required completion times for the Project are as set forth in the Contract Documents. The Contractor is advised that the Contract Times stated in the Contract Documents are of the essence of the Contract. For each and every day in excess of each Contract Time stated in the Contract Documents that the Contractor fails to complete the Work indicated, the Contractor shall pay to the Owner the sum stated in the Contract Documents as Liquidated Damages. ARTICLE 13.0 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.1 Notice of Defects A. Prompt notice of all defective Work of which Owner or Engineer has actual knowledge will be given to Contractor. All defective Work may be rejected, corrected, or accepted as provided in this Article 13.0. 13.2 Access to Work A. Owner, Engineer, Engineer's Consultants, other representative and personnel of Owner, independent testing laboratories, and governmental agencies with jurisdictional interest will have access to the Site and the Work at reasonable times for their observation, inspecting, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's Site safety procedures and programs so that they may comply therewith as applicable. 13.3 Tests and Inspections A. Contractor shall give Engineer timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG B. Contractor shall employ and pay for the services of an independent firm to perform testing and inspection as required by the Contract Documents. C. The Owner reserves the right to independently perform at its own expense, laboratory tests on random Samples of material or performance tests on equipment delivered to the Site. These tests, if made, will be conducted in accordance with the appropriate referenced standards or specification requirements. The entire shipment represented by a given sample, Samples, or price of equipment may be rejected on the basis of the failure of Samples or pieces of equipment to meet specified test requirements. All rejected materials or equipment shall be removed from the Site, whether stored or installed in the Work, and the required replacement shall be made, all at no additional cost to the Owner. D. If any Work (or the Work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of Engineer, it must, if requested by Engineer, be uncovered for observation. E. Uncovering Work as provided in Article 13.3, Paragraph D., shall be at Contractor's expense unless Contractor has given Engineer timely notice of Contractor's intention to cover the same and Engineer has not acted with reasonable promptness in response to such notice. 13.4 Uncovering Work A. If any Work is covered contrary to the written request of Engineer, it must, if requested by Engineer, be uncovered for Engineer's observation and replaced at Contractor's expense. B. If Engineer considers it necessary or advisable that covered Work be observed by Engineer or inspected or tested by others, Contractor, at Engineer's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as Engineer may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that such Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of Engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of Work of others); and Owner shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefore as provided in Article 10.5. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times (or Milestones), or both, directly attributable to such uncovering, exposure, observation, inspection, testing, General Conditions 00 72 15 -30 replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof, Contractor may make a Claim therefore as provided in Article 10.5. 13.5 Owner May Stop the Work A. If the Work is defective, or Contractor fails to supply sufficient skilled Workmen or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, or if the Work interferes with the operation of the existing facility, the Owner may order Contractor to stop, by a written order any Work, or any portion thereof, until the cause for such order has been eliminated. 13.6 Correction or Removal of Defective Work A. Contractor shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by Engineer, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of Engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of Work of others). 13.7 Correction Period A. If within one year after the date of Substantial Completion or such longer period of time as may be prescribed by laws or regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by Owner or permitted by Laws and Regulations as contemplated in Article 6.11, Paragraph A., is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instruction: (i) repair such defective land or areas, or (ii) correct such defective Work or, if the defective Work has been rejected by Owner, remove it from the Project and replace it with Work that is not defective, and (iii) satisfactorily correct or repair or remove and replace any damage to other Work, to the Work of others or other land or areas resulting therefrom. If Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective Work corrected or repaired or may have the rejected Work removed and replaced, and all claims, costs, losses, and damages (including but not limited to all fees and charges of Engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG costs of repair or replacement of Work of others) will be paid by Contractor. B. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Article 13.7, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. D. Contractor's obligations under this Article 13.7 are in addition to any other obligation or warranty provided in the Contract Documents, at law, or in equity. The provisions of this Article 13.7 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitation or repose. 13.8 Acceptance of Defective Work A. If, instead of requiring correction or removal and replacement of defective Work, Owner (and, prior to Engineer's recommendation of final payment, Engineer) prefers to accept it, Owner may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of Engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) attributable to Owner's evaluation of and determination to accept such defective Work (such costs to be approved by Engineer to reasonableness) and the diminished value of the Work to the extent not otherwise paid by Contractor pursuant to this sentence. If any such Acceptance occurs prior to Engineer'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, reflecting the diminished value of Work so accepted. If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefore as provided in Article 10.5. If the Acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to Owner. 13.9 Owner May Correct Defective Work A. If Contractor fails within a reasonable time after Written Notice from Engineer to correct defective Work or to remove and replace rejected Work as required by Engineer in accordance with Article 13.6, Paragraph A., or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails 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. General Conditions 00 72 15 -31 B. In exercising the rights and remedies under this Article, Owner shall proceed expeditiously. In connection with such corrective and remedial action, Owner may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Site, and incorporate in the Work all materials and equipment stored at the Site, 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, Owner's other contractors and Engineer and Engineer's Consultants access to the Site to enable Owner to exercise the rights and remedies under this Article. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of Engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred or sustained by Owner in exercising the rights and remedies under this Article 13.9 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price. Such claims, costs, losses and damages will include but not be limited to all costs of repair, or replacement of Work of others destroyed or damaged by correction, removal, or replacement of Contractor's defective Work. D. Contractor shall not be allowed an extension of the Contract Times (or Milestones) because of any delay in the performance of the Work attributable to the exercise by Owner of Owner's rights and remedies under this Article 13.9. ARTICLE 14.0 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.1 Schedule of Values A. The schedule of values established as provided in Article 2.7, Paragraph A. will serve as the basis for progress payments and will be incorporated into a form of a Partial Payment Estimate acceptable to Engineer. Progress payments on account of Unit Price Work will be based on the number of units completed. B. With the schedule of values, the Contractor shall submit for the Engineer's approval, a complete breakdown of all lump sum items in the Bid form. This breakdown, modified where directed by the Engineer, will be used as a basis for preparing partial estimates and establishing progress payments. Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01. AG C. A lump sum payment not to exceed three percent of the total Bid price (to include all Bonds, insurance, move -on expenses, etc.) will be allowed for `mobilization' as a progress payment line item. Up to half of the cost for mobilization will be considered in the initial payment request provided that cost documentation suitable to the Engineer is furnished by the Contractor. Any outstanding balance of a mobilization line item will be payable when the Project Work is ten percent complete as indicated by the approved progress payments. 14.2 Progress Payments 1. All requests for payment shall have an effective ending date of 25 day of each month and shall be submitted on Document 00 62 75, Partial Payment Estimate, as provided in the Contract Documents, unless mutually agreed upon otherwise. All requests for payment will be computer - generated based on the schedule of values as provided in Article 14.1, and submitted in no less than triplicate. The request will be generated each period by the or [ng]. A. Requests for Payments: 2. Prior to final preparation of each progress payment, the Contractor and Engineer shall mutually measure and agree upon the quality and quantity of Work completed each period. 3. Partial payment for materials or equipment properly stored on -Site will be made on basis of the invoice cost of materials or equipment, provided a detailed list of the materials for which partial payment is requested and supporting copies of the invoices are attached to each Partial Payment Estimate. The submitted list of stored materials will be on a form furnished in the Contract Documents or on a form agreed upon by Contractor and Engineer. As Work progresses, the value of stored materials will be reduced as materials or equipment are placed in construction. At completion of the Work, the value of stored materials not utilized in the Work must be zero. 4. Retainage: For public construction contracts in which the total Project costs are less than $100,000, there shall be no retainage on periodic or final payment made by the Owner. Retainage on periodic or final payments on public construction contracts equal to or greater than $100,000 is allowed as follows: a. The Owner may retain up to 5 percent of any periodic payment due Contractor. b. A Project shall be deemed 50 percent complete when the Contractor's gross Project invoices, excluding the value of materials stored off Site, equal or exceed 50 percent of the value of the Contract; except, the value of materials stored on Site shall not exceed General Conditions 00 72 15 -32 20 percent of the Contractor's gross Project invoices for the purpose of determining whether the Project is 50 percent complete. Upon 50 percent completion, with written consent of the surety, the Owner at its election may cease to retain any further retainage from periodic payments due the Contractor if any non - conforming Work identified in writing prior to that time by the Engineer and /or Owner has been corrected by the Contractor and accepted by the Engineer and/or Owner and the Contractor continues to perform satisfactorily. If, after retainage has ceased, the Owner determines Contractor's performance is unsatisfactory, the Owner may reinstate retainage for each subsequent periodic payment up to the maximum amount of 5 percent. B. Review of Requests for Payment: 1. Engineer will, within 10 days after receipt of each Partial Payment Estimate, either indicate in writing its approval of payment and present the request to Owner or return the request to the Contractor indicating in writing the reasons for refusing to approve payment. In the latter case, Contractor may make the necessary correction and resubmit the request for payment. Within 30 days of receiving the submittal of an approved Partial Payment Estimate, the Owner subject to Article 14.2, Paragraph D, will make partial payment to the Contractor on the basis of a duly certified approved estimate of the Work performed during the specified period by the Contractor. 2. Engineer's recommendation of any payment requested in a Partial Payment Estimate will constitute a representation by Engineer to Owner, based on Engineer's observations on the Site of the executed Work as an experienced and qualified design professional and on Engineer's review of the Partial Payment Estimate and the accompanying data and schedules, that to the best of Engineer's knowledge, information, and belief: the point indicated; b. The quality of the Work is generally 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 Article 9.8, and to any other qualifications stated in the recommendation); and c. Conditions precedent to Contractor's being entitled to such payment appear to have been fulfilled in so far as it is Engineer's responsibility to observe the Work. 3. By recommending any such payment, Engineer will not thereby be deemed to have represented that: (i) inspections made to check the quality or the quantity of the Work have been exhausted, extended to Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG a. The Work has progressed to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to Engineer in the Contract Documents; or (ii) that there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by Owner or entitle Owner to withhold payment to Contractor. a. Neither Engineer's review of Contractor's Work for the purposes of recommending payments nor Engineer's recommendation of any payment, including final payment, will impose responsibility on Engineer to supervise, direct, or control the Work or for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work. Additionally, said review or recommendation will not impose responsibility on Engineer to make any examination to ascertain how or for what purposes Contractor has used the moneys paid on account of the Contract Price, or to determine that title to any of the Work, materials, or equipment has passed to Owner free and clear of any Liens. 4. Engineer may refuse to recommend the whole or any part of any payment if, in Engineer's opinion, it would be incorrect to make the representations to Owner referred to in Article 14.2, Paragraph B.2. Engineer may also refuse to recommend any such payment or, because of subsequently discovered evidence or the results of subsequent inspections or tests, revise or revoke any such payment recommendation previously made, to such extent as may be necessary in Engineer's opinion to protect Owner from loss because: a. The Work is defective, or completed Work has been damaged, requiring correction or replacement; b. The Contract Price has been reduced by Written Amendment or Change Orders; c. Owner has been required to correct defective Work or complete Work in accordance with Article 13.9; or d. Engineer has actual knowledge of the occurrence of any of the events enumerated in Article 15.2, Paragraph A. C. Payment Becomes Due: Thirty days after presentation of the Partial Payment Estimate to Owner with Engineer's recommendation, the amount recommended will (subject to the provisions of Article 14.2, Paragraph D.) become due, and when due will be paid by Owner to Contractor. D. Reduction in Payment: General Conditions 00 72 15 - 33 1. Owner may refuse to make payment of the full amount recommended by Engineer because: a. Claims have been made against Owner on account of Contractor's performance or furnishing of the Work; b. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to Owner to secure the satisfaction and discharge of such Liens; c. There are other items entitling Owner to a set -off against the amount recommended; or d. Owner has actual knowledge of the occurrence of any events as enumerated in Article 15.2, Paragraph A. 2. If Owner refuses to make payment of the full amount recommended by Engineer, Owner must give Contractor immediate Written Notice (with a copy to Engineer) stating the reasons for such action and promptly pay Contractor any amount remaining after deduction of the amount so withheld. Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto agreed to by Owner and Contractor, when Contractor corrects to Owner's satisfaction the reasons for such action. 3. If it is subsequently determined that Owner's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by Article 14.2, Paragraph C. 14.3 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Partial Payment Estimate, whether incorporation in the Project or not, will pass to Owner no later than the time of payment free and clear of all Liens. 14.4 Substantial Completion A. Contractor may, in writing to Owner and Engineer, certify that the entire Project is substantially complete and request that Engineer issue a Certificate of Substantial Completion. Within a reasonable time thereafter Owner, Contractor, and Engineer shall make an inspection of the Project to determine the status of completion. If Engineer and Owner do not consider the Project substantially complete, Engineer shall prepare a list of items to be completed or corrected before Substantial Completion, and shall fix the time within which such items shall be completed or corrected, said time to be within the Contract Time. B. Owner shall have the right to exclude Contractor from the Site after the date of Substantial Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.O1.AG Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative list. 14.5 Partial Utilization A. Prior to Substantial Completion of the Project, Owner may in writing request Contractor to permit use of a specified part of the Project which Owner believes may be used without significant interference with construction of the other parts of the Project. If Contractor agrees, he will certify to Owner and Engineer that said part of the Project is substantially complete and request the Engineer to issue a Certificate of Substantial Completion for that part of the Project. Within a reasonable time thereafter Owner, Contractor, and Engineer shall make an inspection of that part of the Project to determine its status of completion. If Engineer and Owner do not consider that it is substantially complete, Engineer will notify Contractor in writing giving reasons therefore. If Engineer and Owner consider that part of the Project to be substantially complete, Engineer will execute and deliver to Owner and Contractor a certificate to that effect fixing the date of Substantial Completion as to that part of the Project. B. The Contractor is specifically advised that payment in full for sections so completed and used by the Owner will NOT be made until the entire Project has been completed. Partial payments for Work completed and the retainage will be handled on the basis of the ENTIRE Contract amount as herein specified. The Contractor shall account for this in its Bid and under no circumstances will occupancy and use of completed sections of the Work by the Owner be considered as grounds for reducing the retainage withheld from the Contractor's partial payments, or for an increase in the Contract Price. 14.6 Final Inspection A. Upon Written Notice from Contractor that the entire Work or an agreed portion thereof is complete, Engineer will promptly make a final inspection with Owner and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measure as are necessary to complete such Work or remedy such deficiencies. 14.7 Final Payment A. Requests for Payment: 1. After Contractor has, in the opinion of Engineer, satisfactorily completed all corrections identified during the final inspection and has delivered, in accordance with the Contract Documents, all maintenance and operating instructions, schedules, guarantees, Bonds, certificates or other evidence of insurance certificates of inspection, marked -up record documents (as provided in Article 6.12), General Conditions 00 72 15 - 34 and other documents, Contractor may make request for final constructed without payment of any interest on amounts payment following the procedure for progress payments. withheld past the 45 -day limit. 2. The final Partial Payment Estimate shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Article 5.2; (ii) consent of the surety, if any, to final payment; and (iii) complete and legally effective releases or waivers (satisfactory to Owner) of all lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in Article 14.7, Paragraph A.2. and as approved by Owner, Contractor may furnish receipts or releases in full from all Subcontractors and Suppliers and an affidavit of Contractor that: (i) the releases and receipts include all labor, services, material, and equipment for which a lien could be filed; and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which Owner or Owner's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, Contractor may furnish a bond or other collateral satisfactory to Owner to indemnify Owner against any lien. B. Review of Payment Request and Acceptance: If, on the basis of Engineer's observation of the Work during construction and final inspection and Engineer's review of the final Partial Payment Estimate and accompanying documentation as required by the Contract Documents, Engineer is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled, Engineer will, within ten days after receipt of the final Partial Payment Estimate, indicate in writing Engineer's recommendation of payment and present the Partial Payment Estimate to Owner for payment. At the same time Engineer will also give Written Notice to Owner and Contractor that the Work is acceptable subject to the provisions of Article 14.9. Otherwise, Engineer will return the Partial Payment Estimate 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 Partial Payment Estimate. C. Payment Becomes Due: On all public construction contracts, the balance due a Contractor shall be paid in full within 45 days after any respective Contract for the Project has been accepted by the Owner, certified by the Engineer to be completed in accordance with terms of the plans and Specifications, or occupied by the Owner and used for the purpose for which the Project was constructed, whichever occurs first. However, when the Engineer in charge of the Project determines that a delay in completion of the Project in accordance with terms of the plans and Specifications is the fault of the Contractor, the Project may be occupied and used for the purposes for which it was Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG 14.8 Final Completion Delayed A. If, through no fault of Contractor, final completion of the Work is significantly delayed, and if Engineer so confirms, Owner shall, upon receipt of Contractor's final Partial Payment Estimate and recommendation of Engineer, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by Owner for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in Article 5.1, the written consent of the surety to the payment of the balance due for that portion of the Work fully complete and accepted shall be submitted by Contractor to Engineer with the request for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 14.9 Waiver of Claims A. The making and Acceptance of final payment will constitute: 1. A waiver of all claims by Owner against Contractor, except claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to Article 14.6, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from Contractor's continuing obligations under the Contract Documents; and 2. A waiver of all claims by Contractor against Owner other than those previously made in writing which are still unsettled. ARTICLE 15.0 — SUSPENSION OF WORK AND TERMINATION 15.1 Owner May Suspend Work A. At any time and without cause, Owner may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to Contractor and Engineer 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 Times, or both, directly attributable to any such suspension if Contractor makes a Claim therefore as provided in Article 10.5. General Conditions 00 72 15 -35 15.2 Owner May Terminate for Cause A. The occurrence of any one or more of the following events will justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled Workers or suitable materials or equipment or failure to adhere to the progress schedule established under Article 2.7 as adjusted from time to time pursuant to Article 6.4); 2. Contractor's disregard of laws or regulations of any public body having jurisdiction; 3. Contractor's disregard of the authority of Engineer; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents. B. If one or more of the events identified in Article 15.2, Paragraph A. occur, Owner may, after giving Contractor (and the surety, if any) seven days Written Notice, terminate the services of Contractor, exclude Contractor from the Site, and take possession of the Work and of all Contractor's tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion), incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere, and finish the Work as Owner may deem expedient. In such case, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages (including but not limited to all fees and charges of Engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Owner arising out of or relating to completing the Work, such excess will be paid to Contractor. If such claims, costs, losses, and damages exceed such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses, and damages incurred by Owner will be reviewed by Engineer as to their reasonableness and, when so approved by Engineer, incorporated in a Change Order. When exercising any rights or remedies under this Article Owner shall not be required to obtain the lowest price for the Work performed. Owner's exercise of the option to substitute another person or entity to furnish services shall not relieve Contractor of any liability for Work performed prior to such substitution or any other obligations under this Agreement, all of which shall survive termination. Termination shall not preclude Owner's exercise of all remedies available under this Agreement, at law, or in equity, and such remedies shall be deemed cumulative, and not exclusive. Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG 15.3 Owner May Terminate For Convenience A. Upon seven days Written Notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy of Owner, elect to terminate the Contract. In such case, Contractor shall be paid (without duplication of any items): 1. For completed and accepted Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. For expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses. B. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. C. Owner's termination for convenience shall not release or relieve Contractor from its obligations set forth in this Agreement, including without limitation, obligations for Work performed prior to such termination 15.4 Contractor May Stop Work or Terminate A. If, through no act or fault of Contractor, the Work is suspended for more than 90 consecutive days by Owner or under an order of a court or other public authority, or Engineer fails to act on any Partial Payment Estimate within 30 days after it is submitted, or Owner fails for 30 days to pay Contractor any sum finally determined to be due, then Contractor may, upon seven days Written Notice to Owner and Engineer, and provided Owner or Engineer do not remedy such suspension or failure within that time, terminate the Contract and recover from Owner payment on the same terms as provided in Article 15.3. In lieu of terminating the Contract and without prejudice to any other right remedy, if Engineer has failed to act on a Partial Payment Estimate within 30 days after it is submitted, or Owner has failed for 30 days to pay Contractor any sum finally determined to be due, Contractor may, seven days after Written Notice to Owner and Engineer, stop the Work until payment is made of all such amounts due Contractor, including interest thereon. The provisions of this Article 15.4 are not intended to preclude Contractor from making a Claim under Article 10.5 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to Contractor's stopping the Work as permitted by this Article. 15.5 Assignment of Contract A. Contractor shall not assign, transfer, convey or otherwise dispose of the Contract, or of its legal right, title, General Conditions 00 72 15 - 36 or interest in or to the same or to any part thereof, without the prior written consent of the Owner. Contractor shall not assign by power of attorney or otherwise any monies due and payable under this Contract without the prior written consent of the Owner. Such consent, if given, will in no way relieve the Contractor from any of the obligations of this Contract. Owner shall not be bound to abide by or observe the requirements of any such assignment, absent Owner's written consent as set forth herein. ARTICLE 16.0 — DISPUTE RESOLUTION 16.1 Methods and Procedures A. Dispute resolution methods and procedures, if any, shall be as set forth in these General Conditions. If no method and procedure has been set forth, and subject to the provisions of Article 9.9 and 10.5, Owner and Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or by laws or regulations in respect of any dispute. B. Should Owner and Contractor agree, they may submit any and all unsettled claims or counterclaims, disputes, or other matters in questions between them arising out of or relating to the Contract Documents or the breach thereof to non - binding mediation by the American Arbitration Association before having recourse to a judicial forum. ARTICLE 17.0 — MISCELLANEOUS 17.1 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of Written Notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address knows to the giver of the notice. 17.2 Computation of Times A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.3 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto 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 Augusta Richmond County GA Butler Creek Trailhead PArk WKD Project Number: 20100069.01.AG warranty or guarantee, or by other provisions of the Contract Documents, and the provisions of this Article 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. 17.4 Survival of Obligations A. All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and Acceptance of the Work or termination or completion of the Agreement. 17.5 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located. ARTICLE 18.0 — DISCRIMINATION 18.1 Discrimination Prohibited A. During the performance of this Contract, the Contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, or national origin, except where religion, sex, or national origin is a bona fide occupational qualification reasonably necessary to the normal operation of the Contractor and agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of the non - discrimination clause; and (i) will state that such Contractor is an equal opportunity employer in all solicitations or advertisements for employees placed by or on behalf of the Contractor; and (ii) agrees that notices, advertisements, and solicitations placed in accordance with federal law, rule, or regulation shall be deemed sufficient for the purpose of meeting the requirements of this Article. B. The Contractor will include these non- discrimination provisions in every subcontract or purchase order in excess of $10,000 so that the provisions will be binding upon each Subcontractor or vendor. General Conditions 00 72 15 - 37 ••••••••••••••••••••••••••••••••••••••••••• _ _ •0110 AWAIMiaiaiad w • o • • • • • • • • 0 0 I • • • • • Augusta- Richmond County • • Project No. BID ITEM 121 -181 • Butler Creek Park • For Augusta Recreational Department • Augusta, GA • • WK Dickson # 20100069.01.AG • • Supplemental General Conditions • • • • Table of Contents • • Section Description Page Number • I Project Location SG -1 • II Scope of Work SG -1 • III Drawing List SG -2 • IV Contractor's Liability Insurance SG -3 • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • I. PROJECT LOCATION Augusta- Richmond County (ARC) will develop a new 10 -acre park in the Butler Creek Area on Highway 56 in Augusta, to be named the Butler Creek Trailhead Park. A location map is shown in Figure One. II. SCOPE OF WORK SUPPLEMENTAL GENERAL CONDITIONS Figure One — General Location Map This Contract includes the construction of walking trails, playgrounds, picnic shelter and restrooms, a pedestrian bridge, paved parking area, sidewalks, landscaping, drainage systems, water and sewer services, and all installation inspection and testing services. The City of Augusta (referred to as the City) does not propose to furnish any materials for this project. The Contractor will be required to purchase all SG -1 ROAD CLASSIFICATION Interstate Route State Route. US Route Road Ramp 4WD 20100069.01.AG Butler Creek Park July 2012 materials required for full installation. Please note that acceptable materials for this work shall only be as specified in the Material Specifications of this Contract and as approved by the Engineer upon submittal. All pavements, sidewalks, driveways, streets, storm drain pipes, water mains and services, curbs and gutters, etc. disturbed in carrying out this work will be replaced to a "new" condition by the Contractor as specified and in accordance with the terms of the Contract. Any shrubbery, fences, etc. disturbed during construction will be replaced by the Contractor to the satisfaction of the City and the Engineer. In the event any provision of this Section modifies, differs, or contradicts a provision contained elsewhere in this contract, the provisions of this Section shall control. Time allotted for this work is 210 consecutive calendar days after the date of written "Notice to Proceed ". III. DRAWING LIST CIVIL DRAWINGS Sheet -C1 COVER SHEET Sheet -C2 GENERAL NOTES & LEGEND Sheet -C3 EXISTING CONDITIONS (AERIAL MAP) Sheet -C3.2 MASTER PLAN SHOWING OVERALL BOUNDARY Sheet -C4.1 GRADING & DRAINAGE PLAN - PARKING AREA Sheet -C4.2 LANDSCAPE PLAN - PARKING AREA Sheet -05 GRADING & DRAINAGE PLAN - PEDISTRIAN BRIDGE AREA Sheet -C6 GRADING & DRAINAGE PLAN - PICNIC SHELTER AREA Sheet -C7 PEDISTRIAN BRIDGE PLAN AND PROFILE Sheet -C8.1 SOIL EROSION PLAN- INITIAL PHASE Sheet -C8.2 SOIL EROSION PLAN - CONSTRUCTION PHASE Sheet -C8.3 SOIL EROSION PLAN - FINAL PHASE Sheet -C9 SOIL EROSION DETAILS Sheet -C10 SOIL EROSION DETAILS Sheet -C10.1 SOIL EROSION DETAILS Sheet -C11 SOIL EROSION DETAILS Sheet -C12 CONSTRUCTION DETAILS Sheet -C13 CONSTRUCTION DETAILS Sheet -C14 CONSTRUCTION DETAILS ARCHITECTURAL DRAWINGS Sheet-Al FLOOR PLAN & ELEVATIONS - PICNIC SHELTER & RESTROOMS Sheet -A2 BUILDING SECTIONS - PICNIC SHELTER & RESTROOMS Sheet -A3 WALL SECTIONS, PLUMBING, & ELECTRICAL SG -2 20100069.01.AG Butler Creek Park July 2012 • I I • . Sheet -S1 PICNIC SHELTER FOUNDATION PLAN O STRUCTURAL DRAWINGS • • Sheet -S0.1 GENERAL NOTES & ABBREVIATIONS Sheet -S1.1 FOUNDATION PLAN Sheet -S1.2 BRIDGE PLAN • Sheet -S2.1 ELEVATION OF BRIDGE BENT /PILE CAP • Sheet -S4.1 DETAILS • Sheet -S4.2 DETAILS • • IV. CONTRACTOR'S LIABILITY INSURANCE • See attached Certificate of Liability Insurance, dated 12/21/2012. • • 0 0 9 0 9 • • • • 0 • • • • • • • • • • 0 S 0 S SG -3 20100069.01.AG Butler Creek Park • July 2012 • ••••••••••••••••••••••••••••••••••••••••••• THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM /DD/YYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY INSURED Beam's Contracting, Inc. 15030 Atomic Road Beech Island, SC 29842 INSURER B : Great American Fidelity Insuran CLP3568791B 04/01/2012 04/01/2013 EACH OCCURRENCE $1,000,000 PREMISES (Ea occurrence) $100,000 INSURER F : CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 5,000 X PD Ded:1,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE 7 POLICY X LIMIT APPLIES JE a PER: LOC PRODUCTS - COMP /OP AGG $2,000,000 $ A AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS X _ SCHEDULED AUTOS NON -OWNED AUTOS CAP3568798B 04/01/2012 04/01/2013 COMBac cidINED ent) SINGLE LIMIT (Ea $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ B X UMBRELLA UAB EXCESS LIAB _ OCCUR CLAIMS -MADE TSUO20278900 04/01/2012 04/01/2013 EACH OCCURRENCE $6,000,000 AGGREGATE $6,000,000 $ DED X RETENT ON $10000 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N / A WC3568797 04/01/2012 04/01/2013 X T RY IMITS OTH- ER E.L. EACH ACCIDENT $500,000 E.L. DISEASE - EA EMPLOYEE $500,000 E.L. DISEASE - POLICY LIMIT $500,000 A Leased or Rented Equipment CLP3568791B 04/01/2012 04/01/2013 $350,000 Limit $5,000 Deductible DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space 's required) Project: Butler Creek Trailhead Park, Augusta, GA. At least thirty (30) days will be mailed to Owner, etc, as required by contract, in the event of cancellation, material change or refusal of renewal. WK Dickson & Co, Inc is included as Additional Insured for General Liability (on -going and completed operations) with respect to insured's work on this job. ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MM /DD/YYYY) 12/21/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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). PRODUCER Davis -Garvin Agency, Inc. - SC PO Box 21627 Columbia, SC 29221 -1627 800 845 -3163 CONTACT Ellen Bennett PHONE FAX EA/ A No, Ext): 800 845 - 3163 (A/C, No): 803.732.3989 ADDRESS: ebennett @davisgarvin.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Bituminous Insurance Companies INSURED Beam's Contracting, Inc. 15030 Atomic Road Beech Island, SC 29842 INSURER B : Great American Fidelity Insuran INSURER C INSURER D INSURER E : INSURER F : COVERAGES CERTIFICATE HOLDER Augusta Richmond County Commission 530 Greene Street Augusta, GA 30911 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2010/05) 1 #S551241/M474127 Client #: 4703 CERTIFICATE NUMBER: CANCELLATION BEAMSCON REVISION NUMBER: © 1988-2010 ACORD CORPORATION. All rights reserved. of 1 The ACORD name and logo are registered marks of ACORD EWB • • • • • • • • • • • • • • • • • • • • a I - 44k•so••••••••••••••••••••••• • • • • • a n Des on Butler Creek Trailhead Park Augusta, GA TECHNICAL SPECIFICATIONS FOR CIVIL WORK PREPARED BY: W.K. Dickson & Co., Inc. 1450 Greene Street Suite 225 Augusta, Georgia 30901 TABLE OF CONTENTS Section Descri.tion 00800 Special Provision ... ............................... 01090 Reference Standards..... ....... ... ............. 02110 Clearing and Grubbing ........................ .............................. 02210 Unclassified Excavation and Grading ...... ........... 02222 Excavating, Backfilling and Compacting for Utilities............ 02231 Subgrade02231 -1 to 02231 -3 02235 Aggregate Base Course....... ................ ..... ........................ .. 02270 Erosion and Sediment Control. ......... ........ ........... ......... ..... 02277 Temporary Silt Fence ........................... ............................... 02511 Bituminous Pavements ........................ ............................... 02527 Concrete Curb and Gutter............... ..... ........ 02580 Paving Marking... ..... ........ ......... ......... 02601 Manholes, Drop Connections and Conflict Manholes ......... 02665 Water Lines, Valves, and Appurtenances ............................. 02668 Water Service Connections .................. ............................... 02721 Drainage Structures and Inlets ....... .. . ..... ....................... 02722 Drainage Pipe and Culverts.... ....... ......... . ... ..... ....... ...... 02730 Force Mains and Gravity Sewers .......... ........................ 02933 Seeding and Mulching ............ . ......... ... ._............................. 03213 Concrete Paving.... .... ...................... ..... TECHNICAL SPECIFICATIONS FOR STRUCTURAL WORK PREPARED BY Stewart Engineering, Inc. 200 S. College St., STE 720 Charlotte, NC 28202 TABLE OF CONTENTS Table of Contents - Page i Pa _e Number 00800 -1 to 00800- ........... 01090 -1 02110-1 to 02110 -3 ......... 02210 -1 to 02210 -7 02222 -1 to 02222 -7 ......... ....... 02235 -1 to 02235 -3 ................02270 -1 to 02270 -2 ................02277 -1 to 02277 -2 ................02511 -1 to 02511 -4 ..........02527 -1 to 02527 -2 ................02580 -1 to 02580 -4 ................02601 -1 to 02601 -4 ................02665 -1 to 02665 -10 ........ ........ 02668 -1 to 02668 -2 ................02721 -1 to 02721 -3 ................02722 -1 to 02722 -5 ................02730 -1 to 02730 -8 ....... ........ .02933 -1 to 02933 -5 ................03213 -1 to 03213 -8 Seal Page Number 34 90 00 Pre - Fabricated Bridge__ ....... ......................... ........ ........., ..... ....,..34 90 00 -1 to 34 90 00 -6 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG [ This page left blank intentionally I TECHNICAL SPECIFICATIONS FOR PLAYGROUND EQUIPMENT PREPARED BY Hasley Recreational & Design, Inc. P.O. Box 936 Greensboro GA 30642 Phone 800 - 685 -2063 TABLE OF CONTENTS Section Description Page Number Exhibit A Playground Equipment 1 to 10 Table of Contents — Page ii July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG [ This page left blank intentionally ] 1. GENERAL SECTION 00800 SPECIAL PROVISIONS Augusta- Richmond County (ARC) will develop a new 10 -acre park in the Butler Creek Area on Highway 56 in Augusta, to be named the Butler Creek Trailhead Park. This Contract includes the construction of walking trails, playgrounds, picnic shelter and restrooms, a pedestrian bridge, paved parking area, sidewalks, landscaping, drainage systems, water and sewer services, and all installation inspection and testing services. Unless otherwise noted in the Special Provisions Section of this Contract, the City of Augusta (referred to as the City) does not propose to furnish any materials for this project. The Contractor will be required to purchase all materials required for full installation. Please note that acceptable materials for this work shall only be as specified in the Material Specifications of this Contract and as approved by the Engineer upon submittal. All pavements, sidewalks, driveways, streets, storm drain pipes, water mains and services, curbs and gutters, etc. disturbed in carrying out this work will be replaced to a "new" condition by the Contractor as specified and in accordance with the terms of the Contract. Any shrubbery, fences, etc. disturbed during construction will be replaced by the Contractor to the satisfaction of the City and the Engineer. In the event any provision of this Section modifies, differs, or contradicts a provision contained elsewhere in this contract, the provisions of this Section shall control. 2. CONTRACT AND SPECIFICATIONS The Contractor is hereby advised that the Drawings listed in Table One listed below along with the Material Specifications, and Detailed Specifications, Erosion and Sediment Control Requirements (specified further below) are made a part of this contract. The Contractor will keep a copy of the specifications and details on the job site at all times. TABLE ONE — LIST OF DRAWINGS DRAWING DESCRIPTION CIVIL DRAWINGS Sheet -C1 COVER SHEET Sheet -C2 GENERAL NOTES & LEGEND Sheet -C3 EXISTING CONDITIONS (AERIAL MAP) Sheet -C3.2 MASTER PLAN SHOWING OVERALL BOUNDARY Sheet -C4.1 GRADING & DRAINAGE PLAN - PARKING AREA Sheet -C4.2 LANDSCAPE PLAN - PARKING AREA Sheet -05 GRADING & DRAINAGE PLAN - PEDISTRIAN BRIDGE AREA Sheet -C6 GRADING & DRAINAGE PLAN - PICNIC SHELTER AREA Sheet -C7 PEDISTRIAN BRIDGE PLAN AND PROFILE 00800 -1 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG Sheet -C8.1 Sheet -C8.2 Sheet -C8.3 Sheet -C9 Sheet-C10 Sheet -C10.1 Sheet -C11 Sheet-C12 Sheet -C13 Sheet -C14 ARCHITECTURAL DRAWINGS Sheet-Al FLOOR PLAN & ELEVATIONS - PICNIC SHELTER & RESTROOMS Sheet -A2 BUILDING SECTIONS - PICNIC SHELTER & RESTROOMS Sheet -A3 WALL SECTIONS, PLUMBING, & ELECTRICAL Sheet -S1 PICNIC SHELTER FOUNDATION PLAN STRUCTURAL Sheet -SO.1 Sheet-S1.1 Sheet-S1.2 Sheet -S2.1 Sheet -54.1 Sheet -S4.2 3. EROSION CONTROL DEVICES AND REQUIREMENTS Erosion control devices shall be installed as directed by the Engineer and /or the City or by other regulatory agencies having authority. The Contractor shall be responsible for installing all erosion control devices required to minimize soil erosion (silt fence, sediment traps, diversion ditches, check dams, etc.). Installing and maintaining all necessary and required erosion control devices shall be considered incidental to the work, and the costs shall be included in the various bid items. Where a device must be placed before construction, removed during construction and replaced following construction, no extra payment will be made for the removal and replacement operations. Work under this contract shall be initiated in such a manner as herein specified to comply with the erosion and sedimentation control requirements pursuant to the Georgia Erosion and Sedimentation Act of 1975, as amended. 4. ENGINEER SOIL EROSION PLAN- INITIAL PHASE SOIL EROSION PLAN - CONSTRUCTION PHASE SOIL EROSION PLAN - FINAL PHASE SOIL EROSION DETAILS SOIL EROSION DETAILS SOIL EROSION DETAILS SOIL EROSION DETAILS CONSTRUCTION DETAILS CONSTRUCTION DETAILS CONSTRUCTION DETAILS DRAWINGS GENERAL NOTES & ABBREVIATIONS FOUNDATION PLAN BRIDGE PLAN ELEVATION OF BRIDGE BENT /PILE CAP DETAILS DETAILS W.K. Dickson & Co., Inc. has been retained by the City of Augusta to serve as the Engineer for this Contract as defined in these Contract Documents. Communications during this contract shall be through the Engineer. W.K. Dickson & Co., Inc. is located at 1450 Greene Street, Ste. 225, Augusta, GA 30901 (Phone: 706 - 722 - 3479). 00800 -2 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 5. ON -SITE REPRESENTATIVE The City will have an on -site representative to inspect the work as it progresses. 6. PRE -BID CONFERENCE Attendance at the Pre -bid Conference by a representative of each prospective bidder is strongly encouraged. The Pre -bid Conference is scheduled for , at PM at the Augusta Recreation and Parks Department, Administrative Office, 2027 Lumpkin Rd., Augusta, GA 30906 7. CONSTRUCTION CONFERENCES A Pre - construction Conference has been scheduled for , at PM at the Augusta Recreation and Parks Department, Administrative Office, 2027 Lumpkin Rd., Augusta, GA 30906. The Contractor must be accompanied at this conference by his Project Manager, General Superintendent, and each Foreman, and by a representative of any subcontractor with whom he has executed a binding agreement. The Contractor shall submit his detailed and complete project schedule, materials /manufacturer's list, request for subcontractor approval, and emergency contact list at the pre- construction conference. The Contractor will also submit the name(s) of his "competent person" for OSHA trenching regulations. If the required parties do not attend, the conference will be canceled and rescheduled. No additional payment will be made for attendance at the rescheduled Pre - Construction conference. Additional construction conferences will be scheduled as needed, when requested by the Engineer, the Contractor, or other controlling agency. It is anticipated that at least one (1) conference will be required each month. The Contractor shall provide an updated project schedule at each conference. Weekly meetings with the on -site representative are also anticipated. 8. CONTRACT TIME AND LIQUIDATED DAMAGES This Contract is scheduled for award in October, 2012. The lowest bidder will be required to sign and return the agreement forms along with executed insurance and bonding forms within ten (10) days after notice of award. The Contractor will be required to complete all work, including testing and complete restoration, on this contract within 210 calendar days from the date specified in the written Notice to Proceed. Liquidated damages of $150.00 per calendar day shall be applied to each calendar day exceeding the completion date. 9. SUBCONTRACTORS The Bidder shall submit with the bid a list giving the names and addresses of Subcontractors proposed to be used, together with the scope of their respective parts of the work. Should any subcontractor be disapproved by the City, the Contractor shall submit additional names for approval. The City of Augusta will act promptly in the approval of subcontractors, and when 00800 -3 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG approval of the list is given, no changes of subcontractors will be permitted except for cause or reason considered justifiable by the City. 10. SHOP DRAWINGS Shop drawings are required for all materials proposed for installation under this Contract. The Contractor shall submit complete shop drawings for all materials proposed for each bid item within fifteen (15) days from receiving the Notice to Proceed on the Contract. The Engineer will review the shop drawings and provide comments to the Contractor within ten (10) days of receipt of the shop drawings. 11. SCOPE OF WORK The purpose of this Contract is to provide the City with a Contractor to remove and replace water meters and backflow devices at Fort Gordon, Georgia. The scope and quantity of work will be dependent on the need for the work as determined by the Engineer and the City. Work will be identified throughout the Contract and issued to the Contractor as a Work Order (see WORK TO BE ASSIGNED description below). Refer to the WORK ITEMS section of these Special Provisions for further descriptions of the potential work to be performed under this Contract. 12. WORK TO BE ASSIGNED Refer to the Drawings and Technical Specifications for the required work. 12.1. Restoration and Other Miscellaneous Work Restoration of grassed areas by seeding and mulching shall be considered incidental to the work and all costs associated with seeding and mulching shall be included in the Lump Sum Bid Items. Traffic control measures (cones, flaggers, signs, etc.) shall be considered incidental to the work and all costs associated with such traffic control shall be included in the Lump Sum Bid Items. Traffic control must be provided for all work in streets and shall meet Engineer and City requirements. 13. PROJECT SCHEDULE The Contractor shall develop a detailed project schedule. The project schedule shall show each major work task to be completed for work in each Work Order. The schedule shall include dates for starting and completing each work task. The project schedule shall be developed to meet all requirements specified herein and on the Drawings including working hours and sequence of construction. The Contractor shall present the project schedule at the pre- construction conference and shall update the schedule at least monthly. The Contractor shall present an updated schedule at all construction conferences. 14. MONTHLY WORK SCHEDULE AND WORK COMPLETE FORMS The Contractor shall submit to the City a monthly construction schedule for the upcoming week by the 25 of each month. The schedule shall define all construction activities for the month including the anticipated delays. If changes occur to the schedule, the schedule shall be immediately updated and resubmitted to the City. The City may request that the construction 00800 -4 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG S • schedules be submitted to other agencies. Work not scheduled shall not be performed or approved for payment. • In addition, the Contractor shall submit to the City work complete forms every Friday. The work complete forms shall document all work completed during the week and any change order items that were approved by the City prior to performing the work of the change order. • • 15. WORK HOURS • Normal work hours shall be 8:00 am to 5:00 pm, Monday through Friday, except for holidays as • defined in the General Conditions. A normal work week shall be defined as 40 hours. Any requests to work at times different from those specified or requests to work longer than the • normal 40 -hour work week shall be made in writing by the Contractor to the City. Requests shall • be made a minimum of 72 hours prior to the requested change. The City will review such requests and issue a decision on the request. The City's decision shall be final, and no additional money shall be due the Contractor based on the final decision. The Contractor shall not assume that • overtime work will be allowed. • If weekend work is required or agreed to by the City, the Contractor shall work the specified weekend (6 hour minimum workday), unless work is prevented due to bad weather. Should the • Contractor choose not to work the specified weekend due to reasons other than bad weather, then the City may not allow the Contractor to work the following weekend. This restriction will not be • grounds for delay, additional costs, or changes in work. • Should bad weather prevent the Contractor from working the specified weekend, then the • Contractor may work the following weekend, provided that a proper request is made by the • Contractor and the City approves the request, as specified. Coordination with the Augusta Public Works Department will be required for work on roads. • • 16. PROJECT MANAGEMENT AND SUPERVISION • The Contractor shall provide adequate project management and supervision throughout this • Contract. At a minimum, the Contractor shall provide a full -time, on -site Project Manager and a • full -time General Superintendent. In addition, each crew, including subcontractor's crews, must have an experienced, English- speaking foreman. The Contractor's General Superintendent(s) must • be on -site to observe the work at all times when work is being performed, including work • performed by subcontractors. Work shall cease whenever the General Superintendent(s) is not on- site to observe the work. The City may allow the Contractor's foremen to act on behalf of the • General Superintendent if so requested but will not allow subcontractor's foremen to act in such a • manner. The Contractor's General Superintendent(s) must observe all work performed by • subcontractors. • The Contractor's full -time Project Manager shall manage and supervise this Contract throughout its • duration. The Project Manager shall have a minimum of 5 years of experience managing and • supervising this type of construction, including excavation, water meter and backflow device installations, backed up by project references. The references must clearly indicate that the • • 00800 -5 July 2012 • Butler Creek Trailhead Park • WKD# 20100069.01.AG • proposed person acted as the Project Manager. The Project Manager's obligations, duties and responsibilities shall include, but not be limited to, the following: (a.) serve as main point of contact for Engineer and the City with authority to act on behalf of the Contractor; (b.) prepare, process, submit and administer shop drawings and other submittals; (c.) perform field engineering; (d.) coordinate with the current tenants of the building; (e.) coordinate with other utilities; (f.) coordinate with local, state and federal regulatory agencies; (g.) prepare and process proposals, change orders, field orders, etc.; (h.) administer and coordinate subcontracts to ensure that quality work is being performed; (i.) coordinate, prepare and submit all required schedules and accurately update schedules for presentation at progress meetings; (j.) prepare, modify, coordinate and administer payment applications; (k.) prepare accurate and complete record drawings; (I.) provide general quality control to ensure that all Contract work meets or exceeds the Contract requirements; and, (m.) attend all project meetings. The Contractor's full -time, on -site General Superintendent(s) shall be on -site during all construction activities including work by subcontractors. The General Superintendent shall have at least 5 years of experience managing and supervising this type of construction, including excavation, water meter and backflow device installations, and supervising subcontractors as substantiated by project references. The references must clearly indicate that the proposed person(s) acted as the General Superintendent. The General Superintendent's obligations, duties and responsibilities shall include, but not be limited to, the following: (a.) serve as main contact point for City's on -site representative; (b.) work with City's on -site representative to ensure a high quality project that meets the Engineer's and the City's expectations and the Contract requirements; (c.) coordinate all work and work schedules with the City's on -site representative; (d.) supervise all field work including work of Contractor's forces (foreman, laborers, etc), and subcontractors; 00800 -6 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG (e.) ensure that all discussions with the Engineer's on -site representative are implemented by Contractor's forces; (f.) coordinate with property owners and the public and supervise the distribution of project notifications; (g.) ensure that all approved submittals and traffic control plans are being followed and implemented by Contractor's forces; (h.) review quantities being requested for monthly payment applications with the Engineer's on- site representative; (i.) provide general quality control to ensure that all Contract work meets or exceeds the Contract requirements; and, (j.) attend all project meetings. Each foreman proposed to act as such on this Contract must have a minimum of two (2) years experience as a foreman for the specific work he /she is proposed to supervise. References must be submitted to demonstrate that the proposed person(s) have the required experience. The references must clearly indicate that the proposed person(s) acted as a foreman. The resumes and project references (names and phone numbers) of the proposed Project Manager, General Superintendent(s) and foremen shall be submitted to the Engineer and City for review and approval prior to the preconstruction conference. The Engineer and City will contact references to determine if the proposed persons meet the requirements specified herein. The findings of the Engineer and City will be issued prior to the preconstruction conference if adequate time is available or at the preconstruction conference. The Engineer and City may request interviews with the proposed person(s). The Engineer and City's decision on the acceptability of the proposed person(s) shall be final, and the Contractor shall immediately propose alternate personnel that meet the specified requirements if the proposed person(s) is denied. No waivers of these requirements shall be permitted. No work shall begin until the Project Manager, General Superintendent and foremen are approved and are on -site working on this project. The Contractor shall not replace or substitute the Project Manager, General Superintendent(s) and foremen without obtaining prior approval from the Engineer and City. The Contractor shall make any such request to change supervision in writing, and the City and Engineer will respond within ten (10) business days of the request. Work shall cease on the project any time such a change is made until approval of new supervision is granted to the Contractor. Additional or alternate supervisory personnel must meet all of the above requirements. Payment for all project management and supervision shall be a mandatory subsidiary obligation under the Contract, and no separate payment will be made by the City. 17. RECORD DRAWINGS The Contractor shall record, on a weekly basis, on one set of utility drawings all changes and deviations from the contract drawings in sizes, lines or grade. Record also the exact final location 00800 -7 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG of underground utilities by offset distances to surface improvements such as edge of existing pavement or to property markers, etc. at a maximum interval of 200 feet. Make sufficient measurements to definitely locate all water lines to permanent points. The drawings will show references to all valves, fittings, pipe brand changes, etc. Transfer accurately all such records in red pen or pencil to white prints of the utility drawings and deliver three (3) copies of the documents to the Engineer with the monthly payment estimate. At the completion of the Contract and prior to final acceptance, the Contractor shall furnish the Engineer three (3) copies of all final redline drawings of all work. The drawings must show all field changes made to the approved drawings. 18. TRAFFIC CONTROL At all times and places necessary, warning signs, barricades and flagmen must be provided in accordance with the Georgia Department of Transportation's Construction Standards and with the "Manual of Uniform Traffic Control Devices" published by the Federal Highway Administration (FHWA). No roads shall be closed for construction activities. At least one lane of traffic will be safely maintained at all times when construction is in progress. Access to businesses and residences along the roads shall be maintained at all times. All lanes will be open when work is suspended for one hour or longer. If any lanes of traffic are closed, the Contractor will be required to prepare a traffic control plan and submit to the City's Department of Public Works two (2) weeks prior to lane closures. The Contractor shall provide all appropriate signing and barricades and shall provide flag persons at all times and places necessary. Traffic control will be strictly enforced in order to provide fire and police protection to the area and access to drives while construction is in progress. Occupants must be notified a minimum of two (2) hours in advance of private drive closings. Closure time will be limited to a maximum of 2 hours. Where businesses have only one means of access, the Contractor shall provide an alternative means of access or perform work during hours when the business is closed. Traffic control is a mandatory subsidiary obligation under the Contract, and all costs of traffic control shall be included in the Lump Sum and unit prices bid. 19. EXISTING UTILITIES The Contractor shall be solely responsible for identifying, locating and marking the presence of all existing underground utilities within the area of work at no additional cost to the City. Communication and coordination by the Contractor with the various utilities departments and with GA- OneCall Utilities Protection Center (800- 282 -7411) prior to beginning work under this contract is of prime importance. Contractor shall exercise due care to prevent damages to utilities and to avoid interruptions of service. Utilities damaged due to Contractor's activities shall be repaired or replaced at no additional cost to the City. Any costs associated with such repair or replacement shall be born by the Contractor. 00800 -8 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG S S • • Utilities which could be encountered during execution of the work include telephone, cable • television (coaxial and /or fiber optic), water mains and service lines, storm sewers and culverts, • electrical lines and natural gas piping. Agencies owning and maintaining such utilities include the • following: • ATT Telephone • Comcast Cable Verizon Business • Qwest Communications • Augusta Utilities Department — Water and Sewer • Atlanta Gas Light Georgia Power • • The Contractor shall adhere to the provisions of 1985 Underground Damage Prevention Act. To • assist the Contractor in meeting the requirements of this law, there is a "one call system" called "GA ONE - CALL" which can be reached at 1- 800 - 282 -7411. It will be the Contractor's • responsibility to contact GA One -Call or the utility companies for locations of their existing • utilities. It, will be the sole responsibility of the Contractor to coordinate with Georgia Power Company and ATT Company for relocating or stabilizing any existing poles which will be • disturbed by construction. This will be done at no cost to the City. Utility locations shown on the • plans are approximate and shall be field verified prior to construction in the area. • 20. PAY ESTIMATES • The Contractor shall submit to the Engineer two (2) pay requests by the 25 of each month. The pay request forms will be provided to the Contractor. • 21. CONTRACT CLOSEOUT DOCUMENTS • The Contractor will provide the following closeout documents with the final payment request: S • (1) Consent of Surety to Final Payment. (2) Contractor's affidavit - Release and Waiver of Claim. • (3) Final Payment Affidavit and Subcontractor /Supplier Utilization • (4) Signed pay request form. • (5) Record Drawings. Final payment will not be authorized until these documents have been properly completed and • submitted by the Contractor, and all deficiencies noted at the final inspection have been corrected and approved. • • 22. INCLEMENT WEATHER • Work shall not be performed when weather creates work site conditions that are unsafe for • workmen or for the general public, or prevent performance of contract provisions. Inclement • weather conditions shall be defined as weather extremes (daily rainfall exceeding 0.10 ") which exceed the anticipated inclement weather days indicated in the chart below: • • 00800 -9 July 2012 • Butler Creek Trailhead Park • WKD# 20100069.01.AG • MONTHLY ANTICIPATED INCLEMENT WEATHER DAYS JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC 7 6 7 5 6 5 6 7 4 4 6 6 Partial months at the beginning and ending of the contract period will be prorated proportionally. Inclement weather occurring on holidays, Saturdays, or Sundays are included in the chart above. The Contractor shall take into consideration these monthly anticipated inclement weather days when submitting his Bid, and therefore these calendar days are included in the contract time. The Contractor and the City's project inspector will agree weekly on any days in which the rainfall exceeded 0.10" at the project site. The Contractor will submit a report to the City monthly, indicating daily rainfall amounts and the dates when rainfall at the site exceeded 0.10 ". The City will compare the actual inclement weather days to the anticipated inclement weather days on a monthly basis. At the end of each calendar quarter, the City will submit a report to the Contractor, indicating any adjustment in the contract period for inclement weather days. Adjustments to the contract period will be based on a comparison for the entire calendar quarter. The City will consider special conditions caused by inclement weather or by continuing adverse weather patterns on a case by case basis. Such request must be submitted in writing to the City within seven (7) calendar days of the occurrence(s) and must be fully documented with the cause and the effect of the occurrence(s) on critical path activities. Within thirty (30) calendar days of receipt of a request from the Contractor, the City will submit a report to the Contractor, indicating any adjustment in the contract period. The Contractor's sole remedy for delays covered by this provision shall be an extension of contract time only. 23. TRENCH BACKFILL Backfill of the trench shall be accomplished immediately after the pipe has been installed. No more than 50 feet of trench shall be opened at any given period of time. Backfill of the trench shall commence immediately following pipe installation. This will be enforced in order to minimize the amount of open trench. Backfill and compaction activities will be on -going operations. The Contractor shall backfill around the pipe to an elevation of one (1) foot above the pipe bell in layers not exceeding six (6) inches, with each layer thoroughly tamped as specified. All excavations will be completely backfilled by the end of each workday. 24. TRENCH EXCAVATION The Contractor will be required to provide a trench box or sheeting and shoring in accordance with OSHA regulations. The Contractor will not be allowed by the City to slope trench walls. The Contractor will be required to sheet, shore, and work from within a shoring box, etc., and do all that is necessary to maintain minimal trench widths and still meet OSHA requirements for this construction. Pipeline construction directly adjacent to existing roadways shall not be left open 00800 -10 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG overnight. Any additional cost is to be included in the various pay items in the Bid. The Contractor will submit shoring details, when requested by the City, for review and approval. 25. SHORING AND SHIELDING The Contractor shall comply with OSHA trenching and excavation regulations as revised in Subpart P of Part 1926 in the Federal Register. Shoring and /or shielding systems shall be used as specified in Subpart P to prevent caving of trench banks and to provide a safe excavation. The Contractor will be responsible for excavation safety and shall designate his "competent person" (as defined in Subpart P) for the determination of proper shielding/shoring systems. If, in the opinion of the City, the trench /excavation is not in compliance with OSHA regulations, the Contractor may be directed to stop work. Continued unsafe conditions will be reported to the appropriate regulatory agency. The Contractor will be responsible for paying all fines resulting from safety violations. 26. TREE PROTECTION All trees located adjacent to the work area shall be protected from damage by this construction. Any trees damaged shall be replaced to the satisfaction of the City at no additional cost. 27. FINAL INSPECTION When all work is completed, the Engineer and the City will perform an inspection of the work and generate a punch list of defects, deficiencies and issues for the Contractor to address. The Contractor shall address all deficiencies within fourteen (14) days. After all work is completed (including all restoration and testing), the City will perform a final inspection of all work in all Work Orders. The Contractor shall notify the Engineer and City in writing when the work is complete and ready for final inspection. The final inspection will not be performed if any portion of the work is obviously not complete. A "punch list" will be developed by the City to identify defects, deficiencies and issues found during the final inspection that must be repaired by the Contractor prior to final payment. After the Contractor addresses the punch list to the satisfaction of the Engineer and City, the final pay request for the project can be submitted by the Contractor for payment. The Engineer will also perform periodic inspections of the completed work throughout this Contract. Any deficiencies found shall be corrected by the Contractor promptly. Failure to correct deficiencies promptly may affect payment. 28. WARRANTY PERIOD The Contractor shall warrant all work and materials installed in this Contract for one (1) year from the date of final acceptance. The date of final acceptance shall be the date that final payment (for the initial contract or any subsequent renewals) is made to the Contractor. 00800 -11 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG Quantity Item Number Playground Equipment Description 1 12202 STUMP ROCK 1 12302 ANGLE LOG 1 12301 LIZARD LOG 29. HANDLING AND STORAGE OF MATERIALS The Contractor shall be responsible for the safe storage of materials furnished by or to him, and accepted by him and intended for the work, until they have been incorporated into the completed project. All materials required to construct this project shall be furnished by the Contractor and shall be delivered and distributed at the site by the Contractor or his material supplier. The Contractor shall be responsible for the safeguarding of materials and equipment against fire, theft, and vandalism and shall not hold the City responsible in any way for the occurrence of same. 30. SUBSTITUTION AND PRODUCT OPTIONS The Material Specifications include specific product names that are approved for installation in this Contract. Whenever a product name is specified followed by the phrase "or equal," the specific product mentioned shall be the basis upon which Bids are to be prepared, and shall be understood as establishing the type, function, dimension, appearance and quality desired. Other manufacturer's or vendor's products not named will be considered as substitutions if a written request for such substitution is made at least fifteen (15) days prior to the scheduled Bid Opening. The requests for substitution shall include complete data (including product literature, reference standards and performance and test data) substantiating compliance of the proposed substitution with the requirements stated in the Material Specifications. A list of product installations by the Contractor and proposed superintendent/foreman including quantities installed, dates of installation, and references (name, address and phone numbers) shall also be submitted. Any approved substitutions and /or additions shall be made by Addendum only. The requests for substitution must include a written and signed statement from the Contractor and /or manufacturer stating that the Contractor /manufacturer will adhere to all parts and requirements of the Specifications outlined herein and that no exceptions to any part of the Specifications will be taken. The City's /Engineer's decision regarding evaluation and acceptance of substitutions shall be final and binding. 31. RECREATIONAL EQUIPMENT The approved vendor for the recreational equipment is Hasley Recreational & Design, P.O. Box 936, Greensboro, GA, 30642, Phone 800 - 685 -2063. The approved manufacturers of the equipment are Miracle Recreational Equipment Company and UPC Parks. If the bidder shall use other vendors or manufacturers, the substitution provisions outlined in the above paragraph number 30 shall be followed. Listed below are the items included in the playground equipment: 00800 -12 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG Quantity Item Number Playground Equipment Description 1 12106 LITTLE OWL 1 12103 ANT ROCK 1 12903 TWO ROPE BRIDGE 1 12401 RUBBER HOP ROCK 1 12906 X ROPE BRIDGE 1 12403 MEDIUM HOP ROCK 1 12404 LARGE HOP ROCK 28 44012R 6' MIRACLE TIMBER 12" HIGH W/2 30" STAKES -RB 1 LS - Installation of Rocks & Rope and plastic borders 1 LS - Provide 74 cubic yards of engineered wood @ 10" depth 1 LS - Spread mulch 1 CD192496 TOT'S CHOICE EXPANSION PLAY SYSTEM The lump sum bid item for the play equipment shall include all site preparation, materials, labor, installation, freight, and delivery to provide a complete system. END OF SECTION 00800 -13 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 1. GENERAL SECTION 01090 REFERENCE STANDARDS 1.1 Description Throughout these specifications, references are made to specifications and standards issued by nationally recognized professional and /or trade organizations. 1.1.1 These referenced standards are generally identified by abbreviating the names of the specific organization followed by the specification /standard number. 1.1.2 Unless specifically indicated otherwise, all references to such standards refer to the latest edition available at the time of the bidding of this project. 1.2 Abbreviations Wherever the following abbreviations are used in these specifications and other project documents, they are to be construed as the same as the respective expressions represented: AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute AISC American Institute of Steel Construction AISI American Iron and Steel institute ANSI American National Standards Institute, Inc. ASTM American Society of Testing Materials AWWA American Water Works Association AWS American Welding Society FSS Federal Specifications and Standards General Service Administrations ACE US Army Corps of Engineers NAVFAC Naval Facilities Command NFPA National Fire Protection Association NSF National Sanitation Foundation SSPC Steel Structures Painting Council UL Underwriters Laboratory END OF SECTION 01090 -1 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 1. DESCRIPTION SECTION 02110 CLEARING AND GRUBBING 1.1 The clearing work covered by this section consists of cutting, removing and properly disposing of vegetation and debris. Trees specifically identified on the plans to be preserved shall be adequately delineated and flagged by the CONTRACTOR, such that the balance of the work may be performed in a safe and harmless manner in the vicinity of preserved trees. Such tree preservation will be considered part of the work and shall be in conformance with applicable local codes and regulations. Clearing and grubbing shall be performed in areas as called for on the plans, the limits of which shall coincide with the construction limits and in general shall extend five (5) feet beyond top of cut and toe of fill, not to exceed the limits of the Owner's property. 1.2 Related Work Any reference to standard specifications refers to the most current published date of the following specification unless otherwise noted. 1.2.1 Reference the following specifications for related work: 02210 Unclassified Excavation and Grading 1.2.2 Clearing and grubbing activities shall conform to Section 201 of the "Standard Specifications Construction of Transportation Systems" most current edition, published by the Georgia Department of transportation, except that grubbing shall be performed on all cleared excavation and embankment areas and shall include the complete removal of all stumps, roots and embedded debris. 1.3 The grubbing work covered by this section consists of removing and properly disposing of all surface vegetation and debris. Where the material being removed is high in organic matter content, such as root mat and other vegetative matter, it shall be considered vegetation and removed as part of the work of grubbing. Where material being removed consists predominantly of soils, such removal will be considered part of the work covered by Section 02210 of these specifications, entitled Unclassified Excavation and Grading. 1.4 The work of clearing and grubbing shall also include the removal and satisfactory disposal of crops, weeds and other annual growth, fences, steps, walls, chimneys, column footings, other footings, foundation slabs, basements, other foundation components, signs, junked vehicles, and other rubble and debris, and the filling of holes and depressions. This work shall also be performed in all non - wooded areas within the construction limits, shown on the project plans upon which seeding and mulching, sprigging or sodding is to be performed. As a part of the work of clearing and grubbing, the CONTRACTOR will be required to cut off and plug at the right of way or construction limits, as directed by the ENGINEER, any private water or sewer line intercepted during the construction of the project, as well as cut off and remove from the construction area any septic tank or portion thereof during the construction of the project. 02110 -1 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 1.5 Clearing and grubbing operations shall be completed sufficiently in advance of grading operations as may be necessary to prevent any of the debris from the clearing and grubbing operations from interfering with the excavation or embankment operations. 1.6 The CONTRACTOR shall obtain, at his own expense, all necessary permits pertaining to clearing and grubbing work not already secured by the ENGINEER. The CONTRACTOR shall then provide a copy of any and all required permits to the ENGINEER. 2. MATERIALS Topsoil shall be considered to mean original surface soil, typical of the area, which is capable of supporting native plant growth, and shall be free of large stones, roots, brush, waste construction debris and other undesirable material. 3. INSTALLATION 3.1 Clearing and grubbing shall be performed in areas as called for on the plans, the limits of which shall coincide with the construction limits and in general shall extend 5 feet beyond top of cut or toe of fill, not to exceed the limits of the OWNER's property. Clearing and grubbing activities shall conform to Section 201 of the "Standard Specifications Construction of Transportation Systems" 2001 edition, published by the Georgia Department of Transportation except that grubbing shall be performed on all cleared excavation and embankment areas and shall include the complete removal of all stumps, roots and embedded debris. 3.2 The CONTRACTOR shall perform all clearing and grubbing operations before construction operations begin. 3.2.1 Where adjacent areas within the site but outside the limits of construction are disturbed as a result of clearing and grubbing activities, the CONTRACTOR shall remove all debris and restore to the original grades and equal or better condition. 3.2.2 The CONTRACTOR shall exercise caution to protect and maintain all existing utilities and underground works which are to remain. Any existing utilities or underground works which are to remain that are disturbed during construction shall be repaired or replaced at the CONTRACTOR's expense. 3.2.3 The CONTRACTOR must comply with all local, state and federal laws, ordinances and regulations in the removal and disposal of clearing and grubbing of all vegetation, timber, waste and all surface debris that must be hauled from the Project Site. No burning of materials will be allowed on site. The CONTRACTOR shall properly dispose of all cleared materials at his expense, in conformance with all applicable local and state laws and ordinances with the exception of any materials to be reused or recycled as directed elsewhere in this contract. 3.3 Stripping and Storage of Topsoil All topsoil suitable for reuse, in the opinion of the ENGINEER, shall be stripped to its full depth, all topsoil to be moved shall be free of large stone, roots, brush, waste construction materials and other undesirable matter. 3.3.1 Topsoil stripping shall be accomplished from all topsoiled areas to be disturbed. 02110 -2 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3.3.2 Existing lawn sods may be left to decompose with the topsoil. Heavier stands of weeds and grasses shall be removed as directed by the ENGINEER prior to the stripping operations. 3.3.3 The topsoil shall be kept separate from other excavated materials and stored in stockpiles, the location of which shall be as directed by the ENGINEER. Topsoil shall be stockpiled so that it shall not be subject to abnormal erosion and loss, and so that it does not impede the flow of drainage runoff. The directed locations of topsoil stockpiles will, when construction sequence permits, be located in areas that have previously been graded to design rough grade. 3.3.4 Any excess topsoil shall be hauled off the OWNER's property by the CONTRACTOR at his expense. END OF SECTION 02110 -3 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG SECTION 02210 UNCLASSIFIED EXCAVATION AND GRADING 1. DESCRIPTION This portion of the project includes the excavation, undercut excavating, grading, earthwork and compaction required as shown on the plans and all other associated miscellaneous items of earthwork construction, as shown on the plans. The CONTRACTOR shall furnish all materials, labor, equipment and incidental items necessary to complete this portion of the work as detailed on the plans and as called for in these Specifications. The CONTRACTOR shall contact Utilities Protection, Inc., "Call Before You Dig ", telephone number 1- 800 - 282 -7411, prior to starting any excavation or construction. 1.1. Any reference to standard specifications refers to the most current published date published of the following specification unless otherwise noted. All unclassified excavation shall be in accordance with Section 210 and in the event "Barrow Fill" is required, of the latest version of the "Standard Specifications Construction of Transportation Systems ", published by the Georgia Department of Transportation, unless otherwise directed herein. 1.2. Any reference to standard specifications refers to the most current published date of the following specification unless otherwise noted: Reference the following specifications for related work: 02110 Clearing and Grubbing 02222 Excavating, Backfilling, and Compacting for Utilities 02231 Subgrade 02933 Seeding and Mulching ASTM D698C 1.3. Definitions • Trench Rock: That rock within the trenching limits that must be removed for utility construction. • Mass Rock: That rock which must be removed by blasting to permit reaching one foot below the design finish grade. • Geotechnical Engineer, also known as the "Project Geotechnical Engineer ": Professional soils engineer hired by the ENGINEER for this project. • Surveyor: Licensed surveyor hired by the CONTRACTOR and approved by the ENGINEER for this project. 2. MATERIALS 2.1. Topsoil shall be considered to mean original surface soil, typical of the area, which is capable of supporting native plant growth, and shall be free of large stones, roots, brush, waste, construction debris and other undesirable material or contamination. 2.2. All fill used for site grading operations should consist of a clean (free of organics and debris) low plasticity soil (plasticity index less than 30). 02210 -1 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3. INSTALLATION 3.1. General Requirements 3.1.1. Omitted intentionally 3.1.2. Construction stakeout will be by a licensed survey firm provided by the CONTRACTOR. Exact locations and grade points are to be staked or fixed by the surveying firm before construction. The CONTRACTOR shall not disturb any benchmarks, reference stakes or property line monuments. In the event it becomes necessary to remove any benchmark, reference stake or property line monument in the performance of the work, the CONTRACTOR shall reference such points in preparation for replacement. If any such points are disturbed or damaged, they shall be replaced by a Registered Land Surveyor in the state where the work is located at the expense of the CONTRACTOR. 3.1.3. Existing utility lines (either overhead or underground), sidewalks, fencing, pavement or other structures shown on the drawings, shown to the CONTRACTOR or mentioned in the plans and specifications shall be kept free of damage by the CONTRACTOR's operations. It shall be the responsibility of the CONTRACTOR to verify the existence and location of all underground utilities within the Project Site. The omission from or the inclusion of utility locations on the plans is not to be considered as the non - existence of or a definite location of existing underground utilities. Any existing construction damaged by the CONTRACTOR shall be restored to an equal condition as that existing at the time prior to damage, at the CONTRACTOR's expense. If any existing utility is inadvertently damaged during construction, the CONTRACTOR shall notify the utility, the ENGINEER and the OWNER of said damaged utility at once so that emergency repairs may be made at the CONTRACTOR's expense and to the satisfaction of the party having jurisdiction of the utility. 3.2. Unclassified Excavation 3.2.1. Upon completion of the stripping operations, and after all excavation of the site has been completed to the lines and grades shown on the drawings, the exposed subgrade in cut areas should be proofrolled as specified herein for areas to receive fill. Any areas which deflect, rut or pump excessively during the proofrolling or fail to "tighten up" after successive passes should be undercut to suitable soils and replaced with compacted fill. 3.2.2. All site excavation shall be unclassified regardless of the nature of the materials encountered with the exception of rock excavation. The ENGINEER should be notified immediately if rock is encountered. All excavation materials which are not required for fills shall be considered as waste and shall be disposed of off the OWNER's property unless directed otherwise by the OWNER in writing. 3.2.3. All site excavation of previously stockpiled or buried construction, clearing or demolition debris or any other refuge shall be properly disposed of offsite at the CONTRACTOR's expense. The CONTRACTOR shall obtain all necessary Federal, State or Local permits for transporting and disposing of such material, at his expense. 02210 -2 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3.2.4. Rock in the bottom of roadway cuts shall be excavated to a depth of 1 foot below the roadbed and ditches. Rock in building pad areas shall be excavated to a depth of 1 foot below finished grade or as indicated on the grading plans. 3.2.5. The CONTRACTOR shall provide all sheeting, shoring, underpinning and bracing required to hold the sides of the excavation and for the protection of all adjacent structures. The CONTRACTOR shall be held responsible for any damage to any part of the work by failure of excavated sides or bottoms. 3.3. Dust Control 3.3.1 The CONTRACTOR is to use all means necessary to control dust on and near the work and all off -site borrow areas. The contractor should thoroughly moisten all surfaces as required to prevent dust from being a nuisance to the public, neighbors, and concurrent performance of work on the site. 3.4. Dewatering 3.4.1. The CONTRACTOR shall control the grading in all areas so that the surface of the ground will be properly sloped, diked or ditched to prevent water from entering into excavated areas. The CONTRACTOR shall maintain sufficient personnel and equipment to promptly and continuously remove all water, from any source, entering or accumulating in the excavation or other parts of the work. All water pumped or drained from these areas shall be disposed of in a suitable manner without damaging adjacent property or other work under construction. 3.5. Embankments, Fills and Backfills 3.5.1. Upon completion of the stripping operations, the exposed subgrade in areas to receive fill should be proofrolled with a loaded dumptruck or similar pneumatic -tired vehicle with a minimum loaded weight of 25 tons, under the supervision of the geotechnical ENGINEER. The proofrolling procedure should consist of four complete passes of the exposed areas with two of the passes being in a direction perpendicular to the preceding ones. Any areas that deflect, rut or pump excessively during the proofrolling or fail to "tighten up" after successive passes should be undercut to suitable soils and replaced with compacted fill. 3.5.2. Embankments and fills shall be constructed at the locations and to the lines and grades indicated on the drawings. Material shall be placed in horizontal layers not to exceed 8 inches in loose depth and thoroughly compacted prior to placing each following layer. All fill material shall be free from roots or other organic material, trash, and from all stones having any one dimension greater than 6 inches. Stones larger than 4 inches, maximum dimension, shall not be permitted in the upper 6 inches of fill or embankment. Fill areas shall be kept level with graders or other approved devices. 3.5.3. Embankment and fill compaction shall be accomplished by thoroughly compacting each layer with sheep foot rollers, pneumatic rollers, and mechanical tampers in places inaccessible to rollers, or other equipment. When material has too much moisture, grading operations shall be limited to drying soil by spreading and turning for drying by the sun and aeration. When material is dry, moisture shall be added by sprinkling by approved means. 02210 -3 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3.5.4. All embankments and fills shall be compacted to the following percentages of the maximum dry density as determined by the Standard Proctor Density Test, ASTM D -698, Method C. 3.5.5. The following table shall be used unless otherwise specified: TABLE OF COMPACTION Type Fill or Minimum Embankment Zone Density % Structure All Depths 100 Roadway and Top 12 Inches 100 Parking Remainder 95 Embankment types are defined as follows: Structure - beneath concrete slabs of buildings, floors, foundations, etc. Roadway and Parking - beneath all roads, streets, truck operations, and automobile parking lots 3.5.6. Where backfilling is required after the completion of drainage structures, all forms, trash, and construction debris shall be removed from excavation before backfilling begins. Backfill shall be placed in horizontal layers of 6 inches in loose depth. Compaction shall conform to requirements in the above table. Heavy rollers, crawler equipment, trucks or other heavy equipment shall not be used for compacting backfill within 5 feet of structure walls or other facilities which may be damaged by their weight or operation. No backfilling shall begin until concrete and masonry walls are properly cured. 3.5.7. The CONTRACTOR shall carry the top of embankments, fills, or backfills to the surrounding grade so that upon compaction and subsequent settlement, the grade will be at proper elevation. Should settlement occur during the guarantee period of the contract, the CONTRACTOR shall provide sufficient fill to bring area up to finished grade and shall reseed as required. 3.6. Proofrolling Schedule 3.6.1. Proofrolling under the observation of the geotechnical ENGINEER will be performed using a loaded dumptruck or similar pneumatic -tired vehicle with a minimum loaded weight of 25 tons as specified herein and as follows. 3.6.2. Immediately following stripping, all areas to receive fill shall be proofrolled as specified herein. 3.6.3. Immediately following the completion of excavation to proposed grades in cut areas, proofrolling shall be performed as specified herein. 3.6.4. Immediately prior to stone base course placement in pavement areas and following final floor slab preparation, all subgrade areas will be proofrolled. Any local areas that deflect, rut or 02210 -4 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG pump under the roller shall be undercut and replaced with compacted fill material as specified herein. 3.7. Soil Inspection and Tests 3.7.1. All excavated and fill material shall be removed, selected, placed and compacted under supervision of a representative of a commercial soils testing laboratory which will be selected by the OWNER. A commercial soil testing laboratory shall be any firm properly equipped to perform such compaction tests and who has in their employment a Professional ENGINEER experienced in testing and soil mechanics. The laboratory representative shall have the authority to approve or disapprove the condition of the subgrade on which fill is to be placed, filled material, placement methods, compaction methods, and shall make compaction density tests as necessary to determine that the specified density is obtained. The CONTRACTOR shall notify the laboratory at least three (3) days prior to starting fill operations in order that suitability of material for compaction may be checked and no material shall be used that has not been previously checked and approved by the laboratory. The laboratory shall be notified before any cut is made or fill is placed in order that the laboratory representative may be present during all grading operations. The CONTRACTOR shall remove, replace, recompact and retest all fills failing to meet the density requirements at his own expense. 3.7.2. A soil testing laboratory shall be retained by the OWNER to supervise fill placement and compaction at no expense to the CONTRACTOR. However, extra time and trips caused by excessive delay, failure of the CONTRACTOR to properly coordinate with the laboratory, or failure of the CONTRACTOR to properly compact fill material shall be backcharged to the CONTRACTOR. 3.7.3. Field density tests shall be performed by the OWNER's testing agency for each one foot of fill material placed at the following frequency: One (1) test boring for each building pad, for roadway embankment density tests, see Section 3.7.4. 3.7.4. A minimum of one field density test shall be made for each 5,000 square feet of fill placement in building areas. 3.7.5. A minimum of one field density test shall be made for each 10,000 square feet of fill placement in all other areas where pavement is to be placed. 3.7.6. Prior to final acceptance, the Soils ENGINEER and Surveyor shall submit certification specifying that the project compaction criteria and subgrading elevations have been satisfactorily obtained. The CONTRACTOR is responsible for the certification statement from the Surveyor. This certification should be in the form of a letter accompanied by a stamped as -built drawing showing spot elevations. 3.8. Borrow and Waste Materials 3.8.1. Borrow In the event borrow material is required, the borrow material shall be checked for suitability for compaction and approved by the soils testing laboratory. The CONTRACTOR shall notify the laboratory at least three (3) days in advance of beginning borrow operations. Borrow excavation 02210 -5 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG shall be performed in accordance with referenced State Highway construction Specification in which state the project is located except where modified herein. 3.8.2. Waste Excavated materials not suited for backfill and excavated material in excess of that needed to complete the work shall be wasted on the project site where directed by the ENGINEER or hauled off the OWNER's property at the CONTRACTOR's expense. Waste areas shall be left in a graded and sloped condition to allow natural drainage of surrounding area. 3.9. Residual Soil Areas If proofrolling indicates that on -site virgin soils supporting any roadway, parking, building or other structural areas are not adequate as determined by the Soils ENGINEER, then these unsuitable areas shall be repaired by the CONTRACTOR. The necessary repair procedure shall be determined by the Soils ENGINEER and may include scarifying, drying and recompaction procedures or undercutting and replacement procedures. 3.10. Final Grading 3.10.1. On completion of all grading, all graded areas (except building pads and pavement areas in rough grading contracts and all cut slopes steeper than 4:1 slope) shall be provided with 4 inches of topsoil and brought to the finished grades shown on the drawings. Areas disturbed by operations of the CONTRACTOR shall be properly returned to their original condition with a topsoil covering of 4 inches. 3.10.2. After the entire graded area has been brought to the finished grades shown on drawings, all areas shall be left smooth and free from erosion, ridges, ditches and evidence of ponding. Final grades shall be free from all roots, debris, rock and soil lumps and left in readiness for seeding. 3.10.3. Prior to acceptance of the entire project, the CONTRACTOR shall correct all embankments and graded areas of all damages due to washes, settlement, erosion, equipment ruts or any other cause at his expense. 3.10.4. Prior to final acceptance, the CONTRACTOR shall provide certification as specified in paragraph 3.7.6 that all grades are + .1 foot of the finished grades shown on project drawings. 3.10.5. The CONTRACTOR shall stabilize all disturbed areas, unless otherwise directed, by seeding and mulching per section 02933 of these specifications or other means of stabilization called for by the contract drawings. 3.11. Clean -Up Upon completion or termination of the work, and before final payment is made, the CONTRACTOR shall remove from site all equipment, waste materials and rubbish resulting from his operations. In the event of his failure to do so, the same may be done by the OWNER at the expense of the CONTRACTOR. END OF SECTION 02210 -6 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG SECTION 02222 EXCAVATING, BACKFILLING & COMPACTING FOR UTILITIES 1. DESCRIPTION The CONTRACTOR shall furnish all labor, material, equipment, and supplies, and shall perform all earthwork including excavation and backfill, pavement removal, sheathing, bracing, shoring, pumping or bailing, dewatering, restoration and cleanup, all as indicated, specified and /or necessary to complete the work. 1.1 Any reference to standard specifications refers to the most current published date of the following specification unless otherwise noted. 1.2 Related Work Reference the following specifications for related work: 02270 Erosion and Sediment Control 02933 Seeding and Mulching 03213 Concrete Paving D -2487 ASTM Uniform Soil Classification System, 1991 (US Army Corp of Engineers Standard as revised by the US ACE and the Bureau of Reclamation in 1952) D -698 ASTM Compaction Testing P -1926 OSHA Regulations 1.2.1. Any reference to Georgia DOT standard specifications was obtained from the "Standard Specifications for Construction of Transportation Systems ", most current edition, published by the Georgia Department of Transportation, unless otherwise directed herein. 2. MATERIALS 2.1 Fill Material shall be classified as ML -low plasticity silt or better by the Unified Soil Classification System and tabulated below: Unified Class Description Class I 1/4" - 1 -1/2" well graded stone including coral, slag, cinders, crushed stone and crushed shells Class II GM Coarse gravel well graded GP Coarse gravel poorly graded SW Coarse sands well graded SP Coarse sands poorly graded Class III GM Silty -sandy gravel GC Clayey -sandy gravel SM Silty -sands SC Clayey -sands Class IV ML Inorganic silts and fine sands Fill material shall exhibit a plasticity index of less than 20 and Standard Proctor maximum density at optimum moisture greater than 90 pounds per cubic foot. The following materials are unacceptable 02222 -1 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG Unified Class Description Class IV CL Inorganic clays - low plasticity MH Inorganic elastic silts CH Inorganic clays - high plasticity Class V OL Organic silts OH Organic clays PT Highly organic soil 2.2 Washed Stone Stone material where indicated shall be crushed stone or gravel of strong, durable nature and shall conform to standard size passing: 1 1/2" 100% 1" 95 -100% 1/2" 25 -60% #4 0 -10% #8 0-5% 2.3 Class C Concrete Minimum 28 -day compressive strength of 2000 psi. 3. CONSTRUCTION 3.1 Existing Facilities 3.1.1 Existing Utilities Shown on the Drawings It shall be the CONTRACTOR's responsibility to conduct the work in such a manner as to avoid damage to or interference with any utilities services shown on the drawings. If such damage, interference, or interruption of service shall occur as a result of his work, then it shall be the CONTRACTOR's responsibility to promptly notify the ENGINEER of the occurrence and to repair or correct it immediately, at his own expense, and to the satisfaction of the ENGINEER and the OWNER of the Utility. 3.1.2 Existing Utilities Not Shown on the Drawings It shall be the CONTRACTOR's responsibility to exercise all reasonable precaution in the performance of the work to avoid damage to or interference with any utilities services, even though not shown on the drawings. If such damage, interference, or interruption of service shall occur as the result of this work, then the CONTRACTOR's responsibility will be the same as stipulated in Paragraph 3.1.1 above. 3.2 Excavation and Backfill - General Requirements 3.2.1 Pavement, gutters, sidewalks, aprons and curbs which will be disturbed by excavation shall be removed and disposed of as a part of ordinary excavation. That which is to be removed shall be cut or sawn along clean straight lines from that which is to remain. Remove enough such that a minimum of twelve inches of undisturbed earth remain between the excavation and that which is to remain. 02222 -2 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3.2.2 Where required, and as approved by the ENGINEER, sheeting and bracing shall be used to prevent injury to persons, caving of trench walls and to conform with all governing laws and ordinances. Sheeting and bracing shall be left in place until the trench is refilled to a safe limit. The top portion may then be removed, but the lower portion shall remain undisturbed. 3.2.3 It is the responsibility of the CONTRACTOR to provide an adequate dewatering system where required. The system shall be capable of removing any water that accumulates in the excavation and maintaining the excavation in a dry condition while construction is in progress. The surface of the ground shall be sloped away from the excavation or piping provided to prevent surface water from entering the excavation. Disposal of water resulting from the dewatering operation shall be done in a manner that does not interfere with normal drainage, and does not cause damage to any portion of the work or adjacent property. All drains, culverts, storm sewers and inlets subject to the dewatering operation shall be kept clean and open for normal surface drainage. The dewatering system shall be maintained until backfilling is completed or as otherwise directed by the ENGINEER. All damage resulting from the dewatering operation shall be repaired by the CONTRACTOR to the satisfaction of the ENGINEER and at no cost to the OWNER. 3.2 The CONTRACTOR shall erect, maintain, and safeguard temporary bridges, walkways, or crossings where it is necessary to maintain traffic. Where trenches are open in the vicinity of pedestrian or vehicular travel lanes, suitable carriers will be constructed and maintained and the work will be further protected from sunset to sunrise with a sufficient number of lights or flares to fully protect the public from accidents on account of construction. 3.3 If the specified depth for foundations proves insufficient to reach firm ground, the ENGINEER shall be notified and will furnish instructions for proceeding with the work. 3.4 Rock, wherever used as a name for excavation material, shall mean boulders exceeding one -half cubic yard in volume or solid ledge rock, which in the opinion of the ENGINEER, requires for its removal drilling and blasting, or wedging or sledging and barring. Where rock excavation is necessary, the CONTRACTOR shall excavate the same as near the neat lines of the trench as practicable and he shall take all due precautions in the pursuance of the work. He will be held strictly responsible for all injury to life and to public and private property. 3.4.1 Rock shall be removed from the excavation to the following limits: • Trenches - The diameter of the pipe plus 8- inches on each side, extending six inches below the pipe wall and bell. • Structures - 12- inches beyond the vertical plane of the structure on all sides and on the bottom only to the depth necessary for proper installation. 3.5 Omit intentionally 3.6. Structure Excavation and Backfill 3.6.1 Structure Excavation shall be made at the locations shown on the plans and to the exact subgrade required. Bottom of excavations shall be level and in firm, solid material, with soft material or voids treated as specified. Excavated areas shall be kept free of water during the construction period. Where earth will stand, footing trenches may be cut to the exact size of the footings; otherwise, forms shall be used. Where necessary, sides of excavations shall be shored and sheathed, or cofferdams built, as required for protection of the work and personnel. 02222 -3 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3.6.1.1 Wherever excavation for a foundation extends below the water table or where specifically indicated on the plans, washed stone shall be placed to a minimum thickness of 12 inches, unless otherwise shown, prior to placing the foundation. The washed stone shall be compacted to 90% of maximum as determined by the Standard Proctor test (ASTM D698). 3.6.1.2 If the specified depth for foundations proves insufficient to reach firm ground, the ENGINEER shall be notified for furnishing instructions and proceeding with the work. 3.6.1.3 An adequate dewatering system shall be provided at all structure excavations and elsewhere as directed by the ENGINEER. If a well -point system is used, the CONTRACTOR shall submit plans to the ENGINEER for approval. The system shall be capable of removing any water that accumulates in the excavation and maintaining the excavation in a dry condition while construction is in progress. The surface of the ground shall be sloped away from the excavation or piping provided to prevent surface water from entering the excavation. Disposal of water resulting from the dewatering operation shall be done in a manner that does not interfere with normal drainage, and does not cause damage to any portion of the work or adjacent property. All drains, culverts, storm sewers and inlets subject to the dewatering operation shall be kept clean and open for normal surface drainage. The dewatering system shall be maintained until backfilling is complete or as otherwise directed by the ENGINEER. All damage resulting from the dewatering operation shall be repaired by the CONTRACTOR to the satisfaction of the ENGINEER and at no cost to the OWNER. 3.7. Structure Backfill shall be done with material free from large clods, frozen earth, organic material or any foreign matter, and shall evenly and carefully be placed and tamped in horizontal layers. Compaction equipment specifically designed for these purposes must be present and operational at the job site and shall be utilized throughout to obtain uniform compaction. The degree of compaction and the density shall be determined by the Standard Proctor Test (ASTM D698), with compaction requirements as follows: Percent of Maximum Density at Optimum Moisture Location 100 Top 12" of fill pavement or surfacing 95 Full depth beneath all roads - paved or unpaved, driveways, sidewalks and undercut backfill for structure excavation 95 All other areas not defined above 3.7.1 No backfill shall be placed against a structural wall until all connecting structural members are in place. It shall be the CONTRACTOR's responsibility to provide compaction to such a degree that subsidence after placing shall not be detrimental to the stability or appearance of the structure, adjacent ground, or paved areas. The CONTRACTOR shall provide adequate protection to all structures during backfilling and shall use every precaution to avoid damaging or defacing them in any way. CONTRACTOR shall be responsible for the protection of all structures from damage or flotation prior to backfill being placed. 3.7.2 Unless otherwise approved by the ENGINEER, liquid- retaining structures shall not be backfilled until tested for leakage. 02222 -4 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3.8. Unstable Subgrade Should unstable soil, organic soil, or soil types classified as fine - grained soils (silts and clays) by ASTM D -2487 be encountered in the bottom of pipe trenches or structure excavations, such soils shall be removed to a depth and width determined by the ENGINEER, properly disposed of and shall be backfilled with crushed stone conforming to the Department of Transportation Specifications, Size 57. Placement shall not exceed 12- inches loose and compacted to 90% of the dry density determined by the Standard Proctor Test ASTM D698 (Class C concrete may be substituted in place of #57 stone at the CONTRACTOR's option. A 24 -hour cure must be given before proceeding with the work). 3.9. Site Grading Site grading shall conform to the grades indicated by the finish contours on the plans. Where topsoil, pavement, gravel or crushed stone surfacing and other items are shown, rough grade shall be finished to such depth below finish grade as necessary to accommodate these items. All areas where structures are to be built on fill shall be stripped to such depth as necessary to remove turf, roots, organic matter and other objectionable materials. 3.9.1 Excavation shall be made to the exact elevations, slopes and limits shown on the plans. Material excavated may be used as fill material as long as it meets the material requirements established herein. Acceptable material must be stockpiled neatly onsite and clear of all unsuitable materials to be removed from the site. 3.9.2 Fill shall incorporate only acceptable materials defined herein. It shall not contain organic material, roots, debris or rock larger than 6 inches in diameter. 3.9.2.1 Where fill is to be placed, all existing vegetation, roots and other organic matter down to 12 inches below grade shall be stripped and disposed of as directed. 3.9.2.2 After clearing existing vegetation, at the ENGINEER's discretion, the site may require proof rolling to insure that all unstable material has been removed. Proof rolling shall be done in the ENGINEER's presence, utilizing a loaded dumptruck or similar pneumatic -tired vehicle with a minimum loaded weight of 25 tons. 3.9.2.3 Fill shall be placed in successive compacted layers not to exceed 6 inches compacted thickness. Each layer shall be spread evenly and compacted as specified below before the next layer is placed. 3.9.2.4 Rock shall not be incorporated in fill sections supporting pavement or structures. 3.9.2.5 Where natural slopes exceed 3:1, horizontal benches shall be cut to receive fill material. Slopes of less than 3:1 and other areas shall be scarified prior to placing fill material. 3.9.2.6 Borrow material, as required, shall be provided by the CONTRACTOR at his own expense. Borrow material on site may be utilized provided it complies with these specifications. 3.10. Compaction Unless otherwise noted, each layer of fill and backfill and the top 12 inches of existing subgrade material in cuts shall be compacted by approved equipment as specified below. The degree of compaction and the density shall be determined by the Standard Proctor Test (ASTM D698). 02222 -5 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG Top 12 inches of fill under pavement or surface 100% Fill under roads and structures 95% Fill and backfill in other areas 95% Material too dry for proper compaction shall be moistened by suitable watering devices, turned and harrowed to distribute moisture, and then properly compacted. When material is too wet for proper compaction, operations shall cease until such material has sufficiently dried. 3.11 Compaction Tests The OWNER, or its authorized representatives, reserve the right to perform compaction tests on any or all portion(s) of backfill placed at no cost to the CONTRACTOR. However, in the event the compaction of this backfill is not in compliance with the specification, then the CONTRACTOR shall take corrective measures at no cost to the OWNER to bring the backfill within the limits of the specifications. The CONTRACTOR shall then be responsible for reimbursing the OWNER all costs associated with the performance of compaction test(s) in those sections of the backfill that failed the initial compaction test(s). 3.12 Site Restoration Percent of Max. Dry Density at Optimum Moisture Content 3.12.1 General All surfaces disturbed by the CONTRACTOR in the work shall be restored to a condition equal to or better than that which existed prior to commencement of the work, except as otherwise specified herein. 3.12.2 Pipe drains, headwalls, catch basins, curbs and gutters, and all incidental drainage structures shall be restored using like materials and details at no additional cost to the OWNER. The CONTRACTOR shall maintain drainage during construction. 3.12.3 All cuts, fills and slopes shall be neatly dressed off to the required grade or subgrade, as indicated on the plans. 3.12.4 Grassed areas shall be restored at no additional cost to the OWNER. Disturbed areas shall be covered with two (2) inches of topsoil, furnished by the CONTRACTOR from an approved source and of approved quality, then shall be fertilized, and seeded to match existing adjoining areas. All ditches shall be restored to their existing grade, line and cross section. 3.12.5 Paved surfaces shall be restored in accordance with the provisions of Section 02575. END OF SECTION 02222 -6 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 2. MATERIALS SECTION 02231 SUBGRADE 1. DESCRIPTION The work covered by this section consists of the preparation, shaping and compaction of either an unstabilized or stabilized subgrade, suitable for placement of base course, pavement and shoulders or for the placement of structures as called for on the plans. The CONTRACTOR shall furnish all equipment, tools, labor and materials necessary to complete the work in accordance with the plans and specifications. 1.1 Related Work Any reference to standard specifications refers to the most current published date published of the following specification unless otherwise noted. 1.1.1. Reference the following specifications for related work: 02210 Unclassified Excavation and Grading ASTM C977 AASHTO T26 AASHTO T -99 Subgrade work shall conform to Section 209 of the "Standard Specifications Construction of Transportation Systems ", most current edition, published by the Georgia Department of Transportation. 2.1. Water Water shall be clean and free from oil, salt, acid, alkali, organic matter or other substances detrimental to the finished product. Water shall not contain more than 100 -PPM chlorides or more than 500 PPM dissolved solids, and shall have a pH in the range of 4.5 to 8.5. 2.1.1. Water from a city water supply may be accepted without being tested. Water from other sources shall be tested in accordance with AASHTO T26, unless the requirement for testing is waived by the ENGINEER. The cost of testing water shall be paid by the CONTRACTOR. 2.2. Lime Quicklime and Hydrated Lime for soil stabilization shall meet the requirements of ASTM C977 except that it shall contain a minimum of 90 percent available calcium oxide (CaO) on an LOI -free basis. 2.2.1. Hydrated Lime shall have a minimum of 85 percent passing a No. 200 sieve. 2.2.2. Quicklime shall meet one of the following gradation requirements. "A" Gradation (% Passing) "B" Gradation (% Passing) 3/4 in. Sieve - 100% No. 6 Sieve 100% 1/8 in. Sieve - 0% to 5% 02231 -1 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 2.2.3. The CONTRACTOR shall furnish material certifications with each shipment of lime attesting that the lime meets the requirements of the specifications; however, the material shall be subject to inspection, test or rejection by the ENGINEER at any time. 2.3. Stabilizer Aggregate Stabilizer Aggregate shall consist of crushed stone or gravel or other similar material having hard, strong, durable particles free of adherent coatings. 3. INSTALLATION Column A Sieve Size STABILIZER AGGREGATE GRADATION ACCEPTANCE CRITERIA 1'/2" 1" 1/2" No. 4 No. 10 10 - 50 No. 40 No. 200 Material Passing No. 40 Sieve L.L. P.I. Column B % Passing 98 - 100 60 - 100 36 - 84 21 - 61 0 - 34 0- 13 0 - 30 0- 6 3.1 General Requirements All subgrade preparation shall be in conformance with local and state Department of Transportation requirements. 3.1.1 The subgrade for roadways and structures shall be shaped to conform to the lines, grades and typical sections shown on the plans or established by the ENGINEER. All vegetation, organic matter or other deleterious material shall be removed and properly disposed of by the CONTRACTOR. Nor shall the soil contain stone or gravel larger than 2 inches for the full depth of the specified subgrade thickness. In areas where the subgrade is to be stabilized with aggregate, the subgrade surface may be left uniformly below grade to provide for the addition of the stabilizer aggregate. 3.1.2 All material to a depth of 12 inches below the finished surface of the subgrade shall be compacted to a density equal to at least 100 percent maximum density per AASHTO T99. 3.1.3 A tolerance of plus or minus 0.1 + foot from the established grade will be permitted after the subgrade has been graded and compacted to a uniform surface. 3.2 Proof Rolling The subgrade for roads, parking areas and other locations designated on the plans or by the ENGINEER shall be proofrolled in accordance with local and state Department of Transportation requirements, to test for stability and uniformity of compaction. The subgrade shall be proof rolled in the presence of the ENGINEER or his designee using a loaded dumptruck or similar pneumatic- 02231 -2 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG tired vehicle with a minimum loaded weight of 25 tons. Any area of the subgrade which pumps or ruts excessively shall be considered unsatisfactory and shall be windrowed and dried or shall receive lime or aggregate stabilization as directed by the ENGINEER. The subgrade shall then be recompacted and proof rolled at no additional cost to the OWNER, repeating the above - outlined process until a stable, unyielding and uniformly compacted subgrade is provided. 3.3 Lime Stabilized Subgrade Where the existing soil is incapable of providing adequate foundation for roadways or structures or where called for on the plans, the subgrade may be stabilized using lime. The treatment of subgrade soils with lime shall be in conformance with local and state Department of Transportation requirements. 3.4 Aggregate Stabilized Su bgrade Where the existing soil is incapable of providing adequate foundation for roadways or structures or where called for on the plans, the subgrade may be stabilized using aggregate. The treatment of subgrade soils with aggregate shall be in conformance with local and state Department of Transportation requirements. END OF SECTION 02231 -3 March 2012 Independent Living - Horizons 13, Inc. WKD# 20120005.01.AG 1. DESCRIPTION The work covered by this section consists of the construction of a base composed of an approved aggregate material delivered, placed, compacted and shaped to conform to the lines, grades, depths and typical sections shown on the plans or established by the ENGINEER. 1.1. Related Work Any reference to standard specifications refers to the most current published date of the following specification unless otherwise noted. 1.1.1. Reference the following specifications for related work: 02231 Subgrade AASHTO T -180 Compaction 1.1.2. Aggregate Base Course work shall conform to Section 209 of the "Standard Specifications Construction of Transportation Systems ", most current edition, published by the Georgia Department of Transportation. 2. MATERIALS 2.1 General Requirements Aggregate base course material shall consist of crushed stone, crushed or uncrushed gravel or other similar material having hard, strong, durable, particle free of adherent coatings. 3. INSTALLATION SECTION 02235 AGGREGATE BASE COURSE 3.1 General Requirements The subgrade shall be prepared as called for on the plans in accordance with Section 02231 of these specifications prior to placement of the base material. 3.1.1 The aggregate material shall be placed on the subgrade with a mechanical spreader capable of placing the material to a uniform loose depth without segregation except that for areas inaccessible to a mechanical spreader, the aggregate material may be placed by other methods approved by the ENGINEER. 3.1.2 Where the required compacted thickness of base is 8 inches or less, the base material may be spread and compacted in one layer. Where the required compacted thickness is more than 8 inches, the base material shall be spread and compacted in 2 or more approximately equal layers. The minimum compacted thickness of any one layer shall be approximately 4 inches. 3.1.3 Each layer of material shall have been sampled, tested, compacted and approved prior to placing succeeding layers of base material or pavement. 3.1.4 No base material shall be placed on frozen subgrade or base. 3.1.5 Base course which is in place on November 15 shall have been covered with a subsequent layer of pavement structure or with a sand seal. Base course which has been placed between 02235 -1 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG November 16 and March 15, inclusive, shall be covered within 7 calendar days with a subsequent layer of pavement structure or with a sand seal. 3.1.6 Failure of the CONTRACTOR to cover the base course as required above will result in the ENGINEER notifying the CONTRACTOR in writing to cover the base course with a sand seal and to suspend the operations of placing aggregate base course until such cover has been placed. This work shall be performed by the CONTRACTOR at no cost to the OWNER. In the event that the CONTRACTOR fails to apply the sand seal within 72 hours after receipt of such notice, the ENGINEER may proceed to have such work performed with other forces and equipment. The cost of such work performed by the other forces will be deducted from monies due or to become due the CONTRACTOR. The application of the sand seal by the CONTRACTOR or by others will in no way relieve the CONTRACTOR of the responsibility to maintain or repair the damaged base or subgrade, no matter what the cause of damage, at no cost to the OWNER. 3.1.7 No traffic shall be allowed on the completed base course other than necessary local traffic and that developing from the operation of essential construction equipment as may be authorized by the ENGINEER. Any defects that develop in the completed base or any damage caused by local or construction traffic shall be acceptably repaired at no cost to the OWNER. 3.1.8 The CONTRACTOR shall utilize methods of handling, hauling and placing which will minimize segregation and contamination. If segregation occurs, the ENGINEER may require that changes be made in the CONTRACTOR's methods to minimize segregation, and may also require mixing on the road which may be necessary to correct any segregation. No additional compensation will be allowed for the work of road mixing as may be required under this provision. Aggregate which is contaminated with foreign materials to the extent that the base course will not adequately serve its intended use will be removed and replaced by the CONTRACTOR at no additional cost to the OWNER. 3.2 Shaping and Compacting Within 48 hours after beginning the placing of a layer of the base, the CONTRACTOR shall begin machining and compacting of the layer. Each layer shall be maintained to the required cross section during compaction and each layer be compacted to the required density prior to placing the next layer. 3.2.1 Each layer of the base shall be compacted to a density equal to at least 100% of that obtained by compacting a sample of the material in accordance with AASHTO T180. 3.2.2 The base material shall be compacted at a moisture content which is approximately that required to produce a maximum density indicated by the above test method. The CONTRACTOR shall dry or add moisture to the material when required to provide a uniformly compacted and acceptable base. 3.2.3 The final layer of base material shall be shaped to conform to the lines, grades and typical sections shown on the plans or established by the ENGINEER. When completed, the base course shall be smooth, hard, dense, unyielding and well bonded. A broom drag may be used in connection with the final finishing and conditioning of the surface of the base course. 3.2.4 After final shaping and compacting of the base, the ENGINEER will check the surface of the base for conformance to the grade and typical section and determine the base thickness. 02235 -2 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG I I • 3.2.5 The thickness of the base shall be within a tolerance of plus or minus 0.1 feet of the base • thickness required by the plans. The maximum differential between the established grade and the base within any 100 foot section shall be 0.1 feet. • 3.2.6 Where the base material is placed in a trench section, the CONTRACTOR shall provide adequate drainage through the shoulders to protect the subgrade and base until such time as the • shoulders are completed. • 3.2.7 The CONTRACTOR shall maintain the surface of the base by watering, machining, and rolling or dragging when necessary to prevent damage to the base by weather or traffic. • 3.2.8 Where the base or subgrade is damaged, the CONTRACTOR shall repair the damaged • area; reshape the base to required lines, grades and typical sections, and recompact the base to the required density at no cost to the OWNER. • END OF SECTION • • • • • • • • • • • • • • • S S • • • • • • • • • 02235 -3 July 2012 • Butler Creek Trailhead Park WKD# 20100069.01.AG • • 1. DESCRIPTION SECTION 02270 EROSION AND SEDIMENT CONTROL 1.1. Erosion and sedimentation control shall be provided by the CONTRACTOR for all areas of the site denuded or otherwise disturbed during construction. The CONTRACTOR shall be responsible for all installation, materials, labor, and maintenance of erosion and sediment control devices, as well as removal of temporary erosion and sediment control devices shown on the plans or required to protect all downstream properties, natural waterways, streams, lakes, ponds, catch basins, drainage ditches, roads, gutters, natural buffer zones, and man made structures. 1.1.1 All erosion and sedimentation control measures must be installed prior to initiation of construction activity. 1.2. Erosion and sediment control procedures and facilities shall conform to all legally regulated procedures for the control of erosion and sedimentation. 1.3. Related Work See the following sections for related work. 02277 Temporary Silt Fence 02933 Seeding and Mulching 1.3.1 Erosion and sediment control procedures and facilities shall conform to Section 163 of the "Standard Specifications Construction of Transportation Systems ", most current edition, published by the Georgia Department of Transportation and the "Manual for Erosion and Sediment Control in Georgia, latest edition ". All erosion and sedimentation control measures and BMPs must be in compliance with the State of Georgia Erosion and Sedimentation control Act of 1975, latest edition. 2. MATERIALS 2.1. Washed stone to be used in temporary sediment basins shall be of strong, durable nature, resistant to weathering. Stone shall be Class A and range in size from 2" to 6 ". 2.2. Refer to other sections within these specifications as listed in Item 1.3 above for other material specification required in the installation of erosion and sediment control facilities. 3. INSTALLATION 3.1 General Requirements 3.1.1 The CONTRACTOR shall follow the erosion control construction sequence schedule as shown on the contract drawings, if additional preventive measures are needed then the Contractor shall be compensated by means of a change order or force account. 02270 -1 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3.1.2 The CONTRACTOR is required to maintain all erosion and sediment control facilities to insure proper performance throughout the construction phase and until such time all disturbed areas are permanently stabilized. 3.1.3 Upon completion of construction or successful permanent stabilization of all areas which were disturbed before or during construction operations or as indicated on the construction drawings, whichever occurs last, the CONTRACTOR shall remove all temporary erosion and sediment control devices and facilities from the project site. The CONTRACTOR shall retain these items for future use or properly dispose of these items offsite. 3.1.4 The CONTRACTOR shall provide temporary or permanent ground cover as called for on the construction plans within thirty (30) working days after disturbance of any areas on the site. END OF SECTION 02270 -2 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 1. DESCRIPTION The work covered by this Section consists of the furnishing, installing, maintaining, replacing as needed, and removing of temporary silt fence. The CONTRACTOR shall furnish all equipment, tools, labor and materials necessary to complete the work in accordance with the plans and specifications. All materials and procedures shall conform to the latest version of local and state Department of Transportation requirements. 1.1. Related Work Any reference to standard specifications refers to the most current published date published of the following specifications unless otherwise noted. 1.1.1. Reference the following specifications for related work: 02270 Erosion and Sediment Control All applicable local design manuals, codes and /or ordinances for Erosion and Sedimentation Control. (Were these design manuals, local codes and ordinances are more stringent than the State Department of Transportation, these codes and /or ordinances will control the erosion and sedimentation control procedures to be followed.) The temporary silt fence shall conform to Section 171 of the "Standard Specifications Construction of Transportation Systems ", most current edition, published by the Georgia Department of Transportation. 2. MATERIALS SECTION 02277 TEMPORARY SILT FENCE 2.1. General Requirements Temporary silt fence shall be a water permeable filter type fence for the purposes of removing suspended particles from the water passing through it. Wood posts shall be a minimum of 6 feet long, at least 3 inches in diameter, and straight enough to provide a fence without noticeable misalignment. Steel posts shall be at least 5 feet in length, approximately 1 -3/8 inches wide measured parallel to the fence, and have a minimum weight of 1.25 lb /ft of length. The post shall be equipped with an anchor plate having a minimum area of 14.0 square inches, and shall have a means of retaining wire and fabric in the desired position without displacement. 2.3. Woven Wire Fence Wire fence fabric shall be at least 32 inches high, and shall have at least 6 horizontal wires. Vertical wires shall be spaced 12 inches apart. The top and bottom wires shall be at least 10 gage. All other wires shall be at least 12 -1/2 gage. 2.4. Silt Fence Filter Fabric The filter fabric shall meet the requirements of Section 881.2.07 of the "Standard Specifications of Construction of Transportation Systems ", 2001 edition, published by the Georgia Department of Transportation. 02277 -1 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG Silt fence which incorporates filter fabric meeting the requirements of these State Specifications but which fail to perform in an acceptable manner shall be replaced with silt fences which are capable of acceptable performance. All silt fences shall meet the local governmental requirements as well as the State's requirements. 2.5. Wire Staples Wire staples shall be a No. 9 staple and shall be at least 1 inches long. 3. INSTALLATION 3.1. General Requirements 3.1.1. The CONTRACTOR shall install temporary silt fence as shown on the plans or as required by field conditions. The silt fence shall be constructed at the locations shown on the plans and at all other locations necessary to prevent sediment transport, as directed by the ENGINEER. 3.1.2. Class A synthetic filter fabric may be used only in conjunction with woven wire fence fabric backing. Filter fabric shall be attached to the wire fence fabric by wire or other acceptable means. 3.1.3. Class B synthetic filter fabric may be used without the woven wire fence fabric backing, subject to the following conditions: • Post spacing is reduced to a maximum of 6 feet. • The proposed fabric has been approved by the ENGINEER as being suitable for use without the woven wire fence fabric backing. • Fence posts shall be inclined toward the runoff source at an angle of not more than 20 from vertical. • Posts shall be installed so that no more than 3 feet of the post shall protrude above the ground. Where possible, the filter fabric from a continuous roll cut to the length of the barrier shall be used to avoid joints. When joints are necessary, securely fasten the filter cloth only at a support post with overlap to the next post. At the time of installation, the fabric will be rejected if it has defects, rips, holes, flaws, deterioration, or damage incurred during manufacture, transportation, or storage 3.2. Maintenance and Removal 3.2.1. The CONTRACTOR shall inspect temporary silt fences at least once a week and after each rainfall and shall make any required repairs and remove and dispose of silt accumulation immediately. Should the fabric of the silt fence collapse, tear, decompose or become ineffective, the CONTRACTOR will replace it promptly at his own expense. The CONTRACTOR shall remove sediment deposits as necessary to provide adequate storage volume for the next rain and to reduce pressure on the fence. 3.2.2 The CONTRACTOR shall remove all temporary silt fence and associated appurtenances once all disturbed areas upland of the fence are properly and satisfactorily stabilized as called for on the plans. END OF SECTION 02277 -2 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 1. DESCRIPTION: 1.1 The work covered by this Section consists of the production, delivery, placement and compaction of various types of bituminous pavements for roadway and parking facilities. All bituminous pavement materials and installation shall conform to the Section 424 of the "Standard Specifications Construction of Transportation Systems" most current edition, published by the Georgia Department of Transportation (GDOT). 1.2 The CONTRACTOR shall furnish all equipment, tools, labor and materials necessary to complete the work in accordance with the plans and specifications. 2. MATERIALS: SECTION 02511 BITUMINOUS PAVEMENTS 2.1 Prime Coat: Cut -back asphalt used as prime coat shall conform to Section 412 of the "Standard Specifications Construction of Transportation Systems" most current edition, published by the Georgia Department of Transportation. 2.2 Bituminous Tack Coat: Bituminous tack coat shall conform to Section 413 the "Standard Specifications Construction of Transportation Systems" most current edition, published by the Georgia Department of Transportation. 2.3 Non -Strip Additive for Plant Mix: Non -strip additive for plant mix shall conform Section 831 of the "Standard Specifications Construction of Transportation Systems" most current edition, published by the Georgia department of Transportation. 2.4 Bituminous Concrete Base Course, Type: Bituminous concrete base course shall conform to Section 302 of the "Standard Specifications Construction of Transportation Systems" most current edition, published by the Georgia Department of Transportation. 2.5 Bituminous Concrete Binder Course: Bituminous concrete binder course shall conform to Section 302 of the "Standard Specifications Construction of Transportation Systems" most current edition, published by the Georgia Department of Transportation. 2.6 Bituminous Concrete Surface Course: Bituminous concrete surface course shall conform to Section 302 of the "Standard Specifications Construction of Transportation Systems" most current edition, published by the Georgia Department of Transportation. 2.7 Open- Graded Asphalt Friction Course: Open - graded asphalt friction course shall conform to Section 424 of the "Standard Specifications Construction of Transportation Systems" most current edition, published by the Georgia Department of Transportation. 2.8 Asphalt Drainage Course: Asphalt drainage course shall conform to Sections 574 of the "Standard Specifications Construction of Transportation Systems" most current edition, published by the Georgia Department of Transportation. 02511 -1 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3. INSTALLATION: 3.1 Prime Coat: Prime Coat shall be applied to non - bituminous base course except beneath bituminous plant mixed pavements unless otherwise required by the plans. Prime shall be applied only when the surface to be treated is sufficiently dry and the atmospheric temperature in the shade away from artificial heat is 40 °F or above for plant mix and 50 °F or above for bituminous surface treatment. Prime coat shall not be applied when the weather is foggy or rainy. The base shall be cleaned of objectionable dust, dirt, clay and other deleterious matter prior to placing prime coat. 3.1.1 When directed by the ENGINEER, the CONTRACTOR shall dampen the surface of the base prior to application of the prime coat. Prime coat consisting of asphalt, Grade MC- 30 or Grade RC -30 shall be applied at a rate of 0.18 to 0.45 gallons per square yards at an application temperature between 90 °F and 130 °F. 3.2 Tack Coat: 3.2.1 Tack coat shall be applied beneath each layer of bituminous plant mix base or pavement to be placed except where a prime coat or a newly placed bituminous surface treatment mat coat has been applied, unless otherwise directed by the ENGINEER. The tack coat material shall not be diluted or mixed with water, solvents, or other materials prior to application. 3.2.2 Tack coat shall be applied only when the surface to be treated is sufficiently dry and when the atmospheric temperature is 35 °F or above in the shade away from artificial heat. Tack coat shall not be applied when the weather is foggy or rainy. 3.2.3 The existing bituminous or concrete surface to which tack coat is to be applied shall be cleaned of all dust and foreign material prior to placing the tack coat. 3.2.4 Tack coat shall be uniformly applied at a rate from 0.02 to 0.05 gallons per square yard. The exact rate of application will be established by the ENGINEER. The temperature of the tack coat material at the time of application shall be within the ranges shown below: Bituminous Material Asphalt Cement Asphalt, Grade CRS -2h Asphalt, Grade CRS -3 02511 -2 Temperature Range 350° F - 400° F 140° F - 180° F 140° F - 180° F 3.2.5 No more tack coat material shall be applied than can be covered with base, binder, or surface course material during the next day's operation. 3.2.6 Tack coat material shall be applied with a distributor spray bar which can be adjusted to uniformly coat the entire surface at the directed rate. A hand hose shall be used for irregular areas. Application of tack coat shall only be done in the presence of the ENGINEER or ENGINEER's representative. No base or surface mixture shall be deposited thereon until the tack coat has sufficiently cured. July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3.2.7 Contact surfaces of headers, curbs, gutters, manholes, vertical faces of pavements, and all exposed traverse and longitudinal edges of each course shall be painted or sprayed with tack coat before mixture is placed adjacent to such surfaces. 3.2.8 After tack coat has been applied it shall be protected until it has cured for a sufficient length of time to prevent it from being picked up by traffic. 3.3 Non -Strip Additive for Plant Mix: The non -strip additive shall be introduced and mixed into the asphalt cement in the presence of the ENGINEER unless it is added at the supplier's terminal and the rate, brand and grade are so noted on the asphalt cement ticket. The non -strip additive and asphalt cement shall be thoroughly mixed before being incorporated into the bituminous plant mix. 3.4 Bituminous Concrete Base Course, Type HB: 3.4.1 The bituminous plant mix shall be compacted to a density of at least 90% of the maximum theoretical density. 3.4.2 No plant mix base course shall be placed that will not be covered with binder course or surface course during the same calendar year or within 15 days of placement if the plant mix is placed in January or February. 3.4.3 Should the CONTRACTOR fail to cover the plant mix as required, it will result in the ENGINEER notifying the CONTRACTOR in writing to cover the plant mix with sand seal. The application of the sand seal shall be done by the CONTRACTOR at no cost to the OWNER. 3.5 Bituminous Concrete Binder Course 3.5.1 The bituminous plant mix shall be compacted to a density of at least 94% of the laboratory density as determined by the Marshall method of test. 3.5.2 No plant mix base course shall be placed that will not be covered with binder course or surface course during the same calendar year or within 15 days of placement if the plant mix is placed in January or February. 3.5.3 Should the CONTRACTOR fail to cover the plant mix as required, it will result in the ENGINEER notifying the CONTRACTOR in writing to cover the plant mix with sand seal. The application of the sand seal shall be done by the CONTRACTOR at no cost to the OWNER. 3.6 Bituminous Concrete Surface Course The bituminous plant mix shall be compacted to a density of at least 95% of the laboratory density as determined by the Marshall method of test. 3.7 Open Graded Asphalt Friction Course 02511 -3 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3.7.1 The existing surface shall be cleaned in an acceptable manner prior to placement of any bituminous material. 3.7.2 Any part of finished friction course which shows non - uniform distribution of asphalt cement shall be removed and replaced at no cost to the OWNER. 3.8 Asphalt Drainage Course: A prime coat or tack coat will not be required. The mix shall be compacted to a degree acceptable to the ENGINEER. 4. TESTING: 4.1 All testing requested by the ENGINEER shall be done by the CONTRACTOR in accordance with the "Standard Specifications Construction of Transportation Systems" most current edition, published by the GDOT. END OF SECTION 02511 -4 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG SECTION 02527 CONCRETE CURB, CURB AND GUTTER, AND GUTTER 1. DESCRIPTION The work covered by this Section consists of the construction of Portland cement concrete curb, curb and gutter, concrete noses and concrete gutter necessary to complete the project. The CONTRACTOR shall furnish all equipment, tools, labor and materials necessary to complete the project in conformance with the plans and specifications. 1.1. Related Work Any reference to standard specifications refers to the most current published date of the following specification unless otherwise noted. 1.2. Reference the following specifications for related work: 02231 Subgrade 02531 Portland Cement Concrete Pavement ASTM C150 - Type T Portland Cement ASTM Material Specifications as listed Concrete Products (Section 03213) ASTM Testing Requirements - As listed under testing in Section 03213 AASHTO Material Requirements - As listed under Concrete Products (Section 03213) AASHTO Testing Requirements - As listed under Concrete Products (Section 03213) 1.3 All concrete curb, curb and gutter, and gutter installation shall conform to Section 441 of the "Standard Specifications for Construction of Transportation Systems ", most current edition, published by the Georgia Department of Transportation. 1.4. The CONTRACTOR shall furnish all equipment, tools, labor, and materials necessary to complete the work in accordance with the plans and specifications. 2. MATERIALS All materials shall meet the requirements of Section 03213, Concrete Paving, of these specifications. 3. INSTALLATION 3.1. General All concrete curb, curb and gutter, and gutter installation shall conform to Section 449 of the "Standard Specifications Construction of Transportation Systems ", most current edition, published by the Georgia Department of Transportation. 3.2 Concrete Class B concrete shall be used. Prior to placing forms the base or subgrade shall have been compacted to the degree required by the applicable section of these specifications. 3.3 Forms Forms shall be of such section and design that they will adequately support the concrete and any construction equipment used to construct the work. Straight forms shall be within a tolerance of 1/8 inch in 10 feet from a true line horizontally and vertically. Form pins shall be metal and shall 02527 -1 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG be capable of holding the forms rigidly in place during construction operations. The form sections shall be connected by a locking joint that shall keep the forms free from vertical and horizontal movement. 3.4 Finishing The concrete shall be given a light broom finish with the brush marks parallel to the curb line or gutter line. 3.5 Joints 3.5.1 Joints shall be located as shown on the plans except as otherwise provided herein. Joint spacing shall not be less than 10 feet. Where concrete is placed adjacent to Portland cement concrete pavement, the joints shall be located so as to line up with the joints in the concrete pavement. 3.5.2 Grooved contraction joints shall be formed by the use of templates or by other approved methods. Where such joints are not formed by templates, the move shall be of the depth shown on the plans. 3.5.3 Grooved butt joints shall be placed between the work and adjacent pavement except where expansion joints are required by the plans. 3.5.4 All joints shall be sealed except for joints in curb sections not having an integral gutter. In curb and gutter the joint sealer shall not be poured above the top surface of the gutter. Joints in gutter shall be filled with joint sealer to the top surface of the gutter. Joints shall be sealed before backfilling or other adjacent operations are performed. END OF SECTION 02527 -2 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 1. DESCRIPTION 1.1. The pavement marking work covered by this section consists of preparing the pavement surface, developing layout patterns and applying the pavement markings as called for on the plans or as directed by the ENGINEER. The CONTRACTOR shall furnish all equipment, tools, labor and materials necessary to complete the work in accordance with the plans and specifications. 1.2. When applicable to the project and required by the OWNER, the CONTRACTOR shall analyze each roadway section prior to application of pavement markings to determine the exact location of centerline markings and no- passing zones by electronic methods, as approved by the OWNER's Representative. Unless otherwise approved, the CONTRACTOR's analysis method for establishment of pavement markings and layout patterns shall be in accordance with the Manual of Uniform Traffic Control Devices. The CONTRACTOR shall also submit to the OWNER's Representative and ENGINEER three straight line diagrams of the approved centerline recommendations with distances and centerline pattern change points clearly marked thereon. Maps shall be to scale in the range of 1" - 100'. The CONTRACTOR shall establish the necessary tack points at appropriate intervals for setting the alignment of all markings in accordance with the approved recommendations. 1.3. Related Work Any reference to standard specifications refers to the most current published date published of the following specification unless otherwise noted. 1.3.1. Reference the Manual of Uniform Traffic Control Devices, latest revision, as published by the U.S. Department of Transportation, Federal Highway Administration (U.S. Government Printing Office, original date 1988) and ASTM Specifications as noted for related work: All concrete curb, curb and gutter, and gutter installation shall conform to Section 441 of the "Standard Specifications Construction of Transportation Systems ", most current edition, published by the Georgia Department of Transportation. 2. MATERIALS 2.1. Paint Type The type paint to be used shall be submitted to the ENGINEER for approval. 2.2. Material Requirements Materials for painting Traffic Striping, Words and Symbols shall meet the following requirements. 2.2.1. Finished Paint SECTION 02580 PAVEMENT MARKING 2.2.1.1. Flexibility: The paint shall be applied to a 30 gauge, clean plate panel, to a wet film thickness of approximately 0.002 inches, with a doctor blade or other suitable means. The panel shall be dried in a horizontal position for 18 hours, and shall then be baked for 5 hours at 105° to 110° C. The panel shall be cooled to approximately 25° C and bent double over a 1 /2 -inch rod. The film shall show no cracking or flaking on bending or straightening. 02580 -1 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG p • • • • 2.2.1.2. Bleeding: When painting over a bituminous surface of the types used in Georgia, no • perceptible bleeding shall occur. • 2.2.1.3. Color: The paint shall dry to a pure, intense white or yellow and furnish the maximum • amount of opacity and visibility under both daylight and artificial light. It shall not discolor on • exposure to weather or traffic and shall not show appreciable discoloration through staining during ID its service life on either concrete or bituminous surface. 2.2.1.4. Consistency: The viscosity of the paint when measured at 77 °F shall be 85 to 100 Krebs • Units. 2.2.1.5. Moisture Content: Shall contain no more than 0.5 percent water. • 2.2.1.6. Drying: The paint shall dry to no pick -up within 45 minutes when tested according to ASTM D711. S • 2.2.1.7. Spraying: The paint shall be mixed at the factory, ready for application through spray machines without the necessity of using thinners. • • 2.2.1.8. Storage: The paint shall not cake, liver, thicken, curdle, gel or show any other • objectionable properties after storage for six months. 2.2.1.9. Coarse Particles and Skins: The paint shall contain no more than 1.0 percent. • 2.2.1.10. Fineness of Grind: The paint shall have a grind of 3 to 5 Hegman scale. • • 2.2.1.11. Weight per Gallon: The paint shall weigh a minimum of 10.88 pounds at 22 °F. • 2.2.1.12. Packaging: The finished paint shall be passed through a No. 40 mesh screen while filling the containers. 3. INSTALLATION • • 3.1. Cleaning of Surface • All surfaces to be painted shall be thoroughly cleaned of all dust, dirt, grease, oil and all other foreign matter before application of the paint. S • 3.2. Alignment Traffic stripes shall be of the length, width and placement specified. On sections where no previously applied markings are present, the CONTRACTOR shall establish control points, • satisfactory to the OWNER's Representative, spaced at intervals that will insure accurate locations • of the stripe. • 3.3. Application • Application to be in accordance with manufacturer's instructions and these specifications. Traffic Stripe paint shall be applied by machine except for special areas and markings that are not • adaptable to machine application, in which case, hand application will be permitted. • • 02580 -2 July 2012 • Butler Creek Trailhead Park WKD# 20100069.01.AG S • 3.3.1. No paints shall be applied to areas of pavement when any moisture or foreign matter is present on the surface, the air temperature in the shade is below 50 °F, or wind conditions are such as might cause dust to be deposited on the prepared areas or to prevent satisfactory application of the paint. 3.3.2. Painting shall be done only during daylight hours and all painted areas shall be dry enough, before sunset, to permit crossing by traffic. All protective devices shall be removed no later than sunset to allow free movement of traffic at night. 3.3.3. Traffic Stripe paint shall be thoroughly mixed in the shipping container before placing in the machine tank. The paint machine tanks, connections and spray nozzles shall be thoroughly cleaned with thinner before starting each day's work. 3.3.4. The minimum wet film thickness for all painted areas shall be 15 mils. The minimum dry film thickness for all painted areas shall be 13 mils. 3.3.5. The minimum rate of application for 4" wide traffic stripe shall be as follows. • Solid Traffic Stripe Paint • Rate of Application - 20 gallons per mile, minimum • Skip Traffic Stripe Paint • Rate of Application - 7.5 gallons per mile, minimum (Note: Change minimum rate proportionately for varying width of stripe.) 3.4. Protective Measures The CONTRACTOR shall furnish and place all warning and directional signs necessary to direct, control and protect the traffic during the striping operations. The freshly painted stripe shall be protected by cones or other satisfactory devices. All stripes damaged by traffic, or pavement marked by traffic crossing wet paint, shall be repaired or corrected as specified in paragraph 3.6 below. 3.5. Tolerance and Appearance No stripe shall be less than the specified width. No stripe shall exceed the specified width by more than 1 /2 inch. The alignment of the stripe shall not deviate from the intended alignment by more than 1 inch. All stripes and segments of stripes shall present a clean -cut, uniform and workmanlike appearance. All markings that fail to have a uniform, satisfactory appearance, either by day or night, shall be corrected by the CONTRACTOR at his expense. 3.6. Corrective Measures All work shall be subject to application rate checks for paint. All traffic stripes which fail to meet the specifications, permissible tolerances and appearance requirements, or is marred or damaged by traffic or from other causes, shall be corrected at the CONTRACTOR's expense. All misted areas, drip and spattered paint shall be removed to the satisfaction of the ENGINEER. In an instance, when it is necessary to remove paint, it shall be done by means satisfactory to the ENGINEER, which will not damage the underlying surface of the pavement. END OF SECTION 02580 -3 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG SECTION 02601 MANHOLES, DROP CONNECTIONS AND CONFLICT MANHOLES 1. DESCRIPTION The CONTRACTOR shall furnish all labor, materials, equipment and supplies and shall perform all work necessary for the construction of all manhole drop connections and conflict manholes complete and ready for use. The manhole drop connections and conflict manholes shall be constructed at the locations and grades shown or established by the ENGINEER and shall conform to the details shown on the Plans. 1.1. Related Work 02730 Force Mains and Gravity Sewers for related specifications. 1.2. References Any reference to standard specifications refers to the most current published date of the following specifications unless noted: ASTM Specifications as listed. AWWA Specifications as listed. 1.2.1. Any reference to Georgia DOT standard specifications was obtained from the "Standard Specifications of Construction of Transportation Systems ", most current edition, published by the Georgia Department of Transportation, unless otherwise directed herein. 2. MATERIALS Materials for manholes shall be new and furnished by the CONTRACTOR in accordance with the following requirements. 2.1. Manholes shall be precast reinforced concrete sections conforming to ASTM C -478 and to the following. 2.1.1. Tops shall be eccentric cone where cover permits unless shown otherwise on the drawings and flat slab tops otherwise. Bottoms shall be integrally cast unless the CONTRACTOR proposes to use specialty bases ( "Dog- House ") at points of connection to existing sewer mains. Any special bases or riser used must be detailed in shop drawings and submitted for approval. Manhole wall and base dimensions shall conform to C -478 or to the minimum dimensions shown on the drawings. 2.1.2. Manhole supplier shall design manhole sections to resist earth loads and to resist uplift resulting from buoyant forces calculated with ground water table at the ground surface. Wall and /or base dimensions shall be increased accordingly. 2.1.3. Pipe connection shall consist of an approved continuous boot of 3/8 inch minimum thickness neoprene as shown on the drawings conforming to ASTM C -923. Boots shall be either cast into the manhole wall or installed into a cored opening using internal compression rings. Installed boot shall result in a water -tight connection meeting the performance requirements of ASTM C -443. 02601 -1 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 2.2. Frames and Covers shall be of domestic manufacture good quality cast iron of uniform grain, conforming to ASTM A48, Class 30 or better, constructed in accordance with details shown on the Plans. 2.3. Manhole Steps shall be of aluminum or composite plastic -steel construction. Aluminum steps shall be of aluminum alloy 606IT6. Composite plastic -steel steps shall consist of a 1/2 inch deformed steel reinforcing rod encapsulated in a co- polymer polypropylene plastic; reinforcing rods shall conform to ASTM A615, Grade 60; and polypropylene plastic shall conform to ASTM D2146, Type II, Grade 16906. Minimum design live load of steps shall be a single concentrated load of 300 pounds. Steps shall be nine inches in depth and at least twelve inches in width. Steps shall have non -skid top surfaces. All parts of aluminum steps to be embedded in concrete or masonry shall be coated with bituminous paint or zinc chromate primer. 2.3.1. Steps shall be uniformly spaced not more than sixteen inches (16 ") on center, including the spacing between the top step and the manhole cover. Steps shall be embedded in the wall a minimum distance of 4 inches in either cast or drilled holes. Steps shall not be driven or vibrated into fresh concrete and shall withstand a pullout resistance of 2000 lbs. when tested in accordance with ASTM C 497. Each step shall project a minimum of 5 inches from the wall measured from the point of embedment. 2.4. Concrete (poured in place) Air entrained Portland Cement Concrete having minimum twenty -eight (28) day compressive strength of 3000 psi. 2.5. Joint Sealant Butyl Rubber based conforming to AASHTO M -198, type B - butyl rubber, suitable for application temperatures between 10 and 100 degrees F 2.6. 0-Ring or Gasket (CONTRACTORs Option) ASTM C -443 2.7. Sand Cement • Portland Cement: ASTM C50, Type I • Sand: Clear, sharp, graded from fine to coarse, ASTM C -144 • Water: Clean and potable • Mixture: One (1) part cement, two (2) parts sand 2.8. Pipe and Fittings: Same as sewer pipe 2.9. Precast Grade Rings shall be no less than 4" in height and conform to ASTM C 478. 2.10. Washed Stone Stone material, crushed stone or gravel shall be strong, durable and conform to standard size No. 57 per Georgia's equivalent. 3. CONSTRUCTION 02601 -2 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3.1. Excavation for all sanitary manholes shall be carried to a depth such as to provide a minimum of 6 inches of washed stone bedding material below the bottom of structures and extend to a minimum width of 8 inches beyond each side of structures. 3.2. Should unstable soil, organic soil, or soil types classified as fine - grained soils (silts and clays) by ASTM D -2487 be encountered at the bottom of excavations, such soils shall be removed to a depth and width determined by the ENGINEER and properly disposed of. The resulting undercut shall be backfilled with washed stone. Placement and compaction shall conform to applicable earthwork specifications. 3.3. Manholes shall be constructed of precast reinforced concrete with cast iron frames and covers in accordance with details shown on the Plans. 3.4. Invert channels shall be smooth and accurately shaped to semi - circular bottom conforming to the inside of the adjacent sewer sections. Inverts shall be formed of concrete, and no laying pipe through manholes will be permitted. Changes in size and grade shall be made gradually and evenly. The minimum bending radius of the trough centerline shall be 1.5 times the pipe I.D. A minimum 1/2" radius shall be provided at the intersection of 2 or more channels. Depressions, high spots, voids, chips or fractures over ' /a" in diameter or depth shall be filled with sand cement and finished to a texture reasonable consistent with that of the formed surface. 3.5. Precast concrete bottom sections, risers, and top sections shall be fabricated such that when assembled, they provide a manhole conforming to the depth required. The CONTRACTOR shall be responsible for the furnishing and constructing manholes such that the completed assembly is flush (0.1 foot above) finished grade or at other elevations as may be shown on the drawings. No manhole assembly will be accepted or paid for that will allow surface water inflow to occur through the cover due to poor attention to construction grades. 3.6. Sections are to be assembled so as to provide a plum structure with uniform bearing at all joints and at the base slab. Joints shall be thoroughly cleaned to remove dirt and foreign material. The butyl rope sealant shall be unrolled directly against the base of the spigot. Leave the protective paper in place until the sealant is fully in place. Overlap rope from side to side, not top to bottom. Joints to be plastered smooth inside and outside of manhole with a cement grout. Joints shall be water - tight. 3.7. Pipes shall project into the manhole 2- inches and shall be mechanically sealed with a molded neoprene boot. 3.8. Manhole frames and covers shall be set flush (0.1 foot above) with the finished grade or as otherwise shown on the drawings. Precast adjustment (grade) rings shall be used as required. No more than 8 vertical inches of grade ring will be allowed per manhole. Seal frame to adjustment ring, or cone section with butyl sealing rope and completely grout the ring to the top manhole section. 3.9. Drop connections shall be constructed in accordance with details shown on the Plans. 3.10. Conflict Manholes and Manhole Alternates shall be constructed in accordance with details shown on the plans. 02601 -3 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 4. TESTING All manholes shall be tested in accordance with Section 02730, unless otherwise directed by the ENGINEER. 4.1. All manholes shall be vacuum tested. All pipes entering the manhole should be plugged, taking care to securely place the plug from being drawn into the manhole. The test head shall be placed and the seal inflated in accordance with the manufacturer's recommendations. A vacuum pump of ten (10) inches of mercury shall be drawn and the vacuum pump shut off. With the valves closed, the time shall be measured for the vacuum to drop to nine (9) inches. Testing times shall be taken from ASTM C 1244 -93, as amended to date. END OF SECTION 02601 -4 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG SECTION 02665 WATER LINES, VALVES, AND APPURTENANCES 1. DESCRIPTION The CONTRACTOR shall furnish all labor, materials, equipment and supplies and shall perform all work necessary for the construction of water lines, valves and appurtenances; complete, disinfected, tested and ready for use. The water lines and valves shall be constructed of the size and at the locations shown on the plans. 1.1. Related Work See the following Sections for related specifications 02222 Excavating, Backfilling & Compacting for Utilities 02933 Seeding & Mulching 1.2. References Any reference to standard specifications refers to the most current published date of the following specifications unless noted: AWWA Specifications as listed. ASTM Specifications as listed. CSX Transportation Design & Construction Standard Specifications — Pipeline Occupancies. 2. MATERIALS All materials for water lines shall be new and shall be furnished by the CONTRACTOR in accordance with the following requirements unless shown otherwise on the plans. 2.1. Water Lines, 2 Inch Through 16 Inch 2.1.1 Ductile Iron Pipe • Pipe: Latest revision ANSI /AWWA C150 "Thickness Design of Ductile Iron Pipe ", 3" through 12" pressure class 350 psi, 14" through 16" pressure class 250 psi and latest revision AWWA C151 "Ductile Iron Pipe, Centrifugally Cast for Water and Other liquids, unless shown otherwise on the drawings. • Fittings: AWWA C110, grey or ductile iron; or AWWA C153 ductile iron compact fittings • Joints: AWWA C111 push -on or mechanical for general buried service; AWWA C115 flanged for exposed service unless shown otherwise. Flange material shall match pipe material • Linings: AWWA C104 cement lining, standard thickness, bituminous seal coat 2.1.2. INTENTIONALLY OMITTED 2.1.3. PVC Pipe, 2 Inch and 3 Inch • Pipe: ASTM D -2241 "Polyvinyl Chloride (PVC) Pressure Water Pipe ". Pipe provided shall be iron pipe size. Pipe shall be pressure rating 200 (SDR 21) unless otherwise shown on the drawings. All PVC pipe shall bear the National Sanitation Foundation (NSF) potable water logo. 02665 -1 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG • Fittings: Cement lined, gray -iron or ductile iron conforming to AWWA C104 and C110 or compact ductile iron fittings conforming to AWWA C153 for fittings size 4 -inch through 12 -inch. Fittings less than 4 -inch shall be PVC, Class 200, IPS with bells conforming to ASTM 3139 and gaskets conforming to ASTM F477. • Joints: Pipe; elastomeric gasket, push -on joints, conforming to ASTM F477 and ASTM 3139. Joints may be either integral bell and spigot or couplings. 2.1.4. PVC Pipe, 4 Inch through 12 Inch • Pipe: AWWA C900 "Polyvinyl Chloride (PVC) Pressure Pipe for Water." Pipe provided shall be cast iron pipe equivalent O.D. Pipe shall be working pressure rated Class 200 (DR 14) unless shown otherwise on the drawings. All PVC pressure pipe shall bear the National Sanitation Foundation Seal (NFS). • Fittings: Cement lined, cast or ductile iron fittings conforming to AWWA C110, or compact ductile iron fittings conforming to AWWA C153 • Joints: Pipe; elastomeric gasket, push -on joints, conforming to AWWA C900 and C111. Joints may be either integral bell and spigot or couplings. 2.2. Valves 2.2.1. Gate Valves - 4" through 18" shall be U. S. Pipe Metro -Seal 250 resilient- seated, cast iron body, conforming to AWWA C509, latest revision. Sealing mechanism shall provide zero leakage at the water working pressure against the line flow from either direction and be designed such that no exposed metal seams, edges, screws, etc. are within the waterway in the closed position. The gate shall not be wedged into a pocket nor slide across the seating surface to obtain tight closure. All internal and external ferrous surfaces of the valve, including the interior of the gate, shall be coated with a protective coating conforming to AWWA C550, latest revision. Coating shall be applied to castings prior to assembly to assure all exposed areas will be covered. Valves shall be rated at 200 psi working pressure. Valves shall OPEN LEFT if installed south of the Gordon Highway (SR 10), or OPEN RIGHT if installed north of Gordon Highway. Valves shall be provided with valve stem extensions to within 6 inches of ground surface, where centerline of pipe to grade is greater than 4 feet. 2.2.2. INTENTIONALLY OMITTED 2.2.3. Tapping Sleeves and Valves shall be the type designed for making connections to existing water lines without loss of water or interruption of service. Sleeves shall be the cast iron split repair type suitable for 200 psi working pressure. Joints shall be suitable for the intended use. Valves shall be the same construction as standard AWWA gate valves, complete with operating nut and suitable for 200 psi working pressure less than 12" and 150 psi for valves 12" and greater. 2.2.4. INTENTIONALLY OMITTED 2.2.5. Valve Boxes 2.2.5.1. Each valve buried in the ground shall be provided with an approved type of valve box and cover. The boxes shall be adjustable slip -joint or screw type. 02665 -2 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG • 2.2.5.2. The valve boxes shall be M &H E -2702, Mueller H10364 or approved equal. Each valve box shall be adjustable for a minimum cover of 3 feet. The flanged base of the valve box shall be at least six (6) inches above the pipe so as not to stress water mains 4" and smaller. Extension pieces • will be required for additional depth over valves. Extensions shall be M &H E -3120 or Mueller H- . 10375. Covers shall have "WATER" cast on top. 2.2.5.3. Each valve box shall be provided with a concrete valve marker /protector as detailed on the • plan. • 2.2.5.4. Each valve box shall be fitted with an extension stem for use with the buried service non- e rising stem valves. The stem shall be of metal and used to extend the position of the 2" operating • nut within 6 inches of grade. Each stem shall be fitted with a self - centering disk below the operating nut to keep the stem aligned in the valve box and minimize the amount of grit that can enter the valve box. • 2.2.6. Air Valves for water lines shall be designed for a minimum of 200 psi pressure and sized as • shown on the plans. • 2.2.7. Air Valve Manholes shall be 4 feet in diameter precast concrete sections conforming to • ASTM C -478. Tops shall be eccentric cone where cover permits unless otherwise shown. Frame • and cover shall be good quality domestic manufacture conforming to ASTM A48, Class 30 or • better. Cover shall be a solid heavy duty casting with the word "Water" cast in the lid. • 2.3. Fire Hydrants • 2.3.1. All fire hydrants are to be M & H brand, model 129. All fire hydrants shall be ordered all • yellow. • 2.3.2. Fire hydrants shall be of the dry barrel break -away type conforming to AWWA C502 latest version, with two 2 V2 inch threaded hose nozzles and one 4 '/z inch threaded pumper nozzle. • Hose and pumper nozzle threading shall be national standard. • 2.3.3. Hydrants shall be restrained from hydrant to tee at the main and have a concrete thrust • block poured behind them. • 2.3.4 Fire hydrant branches (from main to hydrant) shall be a minimum of 6 inches ID. Each branch shall be provided with a resilient seat gate valve located as close as possible to the main. • Hydrants shall be located at or near the road right -of -way line with pumper nozzle pointing toward • the road. • 2.4 Boring and Jacking Water Mains • 2.4.1. Where boring is required under highways or city /county roads, the material and • workmanship will be in accordance with the standards of the Georgia Department of • Transportation or local authority. Boring and jacking under railroads will be governed by the • American Railway Engineering and Maintenance -of -Way Association (AREMA) "Manual for Railway Engineering ", Chapter 1, Part 5 — "Pipelines" and the standards of the railroad involved. • • 2.4.2. The casing pipe shall conform to the materials standard of ASTM Designation A252, with III 02665 -3 July 2012 • Butler Creek Trailhead Park • WKD# 20100069.01.AG • minimum wall thickness of 0.219 inches. Steel pipe will have minimum yield strength of 35,000 psi. Casing pipe shall be joined with welded joints, and work shall be performed by a certified welder. 2.4.3 The carrier pipe shall be ductile iron as specified herein. 2.5 Carrier Pipe Supports Within Steel Casing 2.5.1 The carrier pipe shall be supported with a minimum of two casing spacers per twenty (20) feet of pipe, with one spacer approximately one foot from the bell of the pipe. 2.6. Bedding Material 2.6.1 Bedding Material shall consist of washed coarse gravel. Gravel material shall be crushed stone or gravel of strong durable nature and shall conform to the standard size No. 57 per Georgia Department of Transportation Specifications. 2.7. Utility Line Marking Tape Utility Line Marking Tape shall be acid and alkali resistant polyethylene film two inches wide and 4 mil thick. The tape shall be manufactured with integral wires for backing or other means to enable detection by a metal detector when the tape is buried up to three feet. The metallic core of the tape shall be encased in a protective jacket or by other means to prevent corrosion. The tape shall bear a continuous printed marking describing the specific utility, i.e. "water ". 3. INSTALLATION 3.1. Trench Excavation and Backfill 3.1.1. Excavation shall conform to the lines and grades shown on the drawings. No trench shall be opened more than four hundred (400) feet in advance of the completed pipe work without the written permission of the ENGINEER. The lines of excavation of trenches shall be made so there will be a clearance of at least eight (8) inches on each side of the barrel of the pipe. The depth of the trench shall be such that the top of the pipe shall not be less than three feet below finished grade. Excavation shall not be carried below the established grades and any excavation below the required level shall be backfilled and thoroughly tamped as directed by the ENGINEER, at the CONTRACTOR'S expense. Bell holes shall be excavated accurately by hand as required by manufacturer's specifications. 3.1.2. During excavation, the CONTRACTOR shall separate materials suitable for backfill from those which are not as defined in Paragraph 3.5 of this section. Suitable material shall be stockpiled near the trench for use as backfill. Unsuitable material shall be removed immediately or shall be stockpiled separately for dewatering or drying or for later removal. 3.1.3. Should unstable soil, organic soil, or soil types classified as inorganic clays or inorganic silts (Class IV, Unified soil classification CL or lower) be encountered at the bottom of pipe trenches or structure excavations, such soils shall be removed to a depth and width determined by the ENGINEER and properly disposed of offsite. The resulting undercut shall be backfilled and compacted with sandy soils which meet or exceeds the requirements of Class I or Class II soils, Unified Class SP or better. Placement and compaction shall conform to specifications herein. 02665 -4 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3.1.4. All necessary dewatering, pumping, and bailing shall be performed in such a manner as to keep the trench in a satisfactory condition for pipe laying. 3.1.5. All piping shall be placed in a dry trench with stable bottom. Wet trench installation shall be allowed only upon approval of AUD. 3.1.6. Do not use the following materials for pipe foundation or trench backfill within the zones indicated below. • All zones: material classified as peat (PT) or organic (OL)(OH) under the Unified Soil Classification (USC) System, ASTM D2487 or material too wet or too dry to achieve minimum compacted density requirements • Six inches beneath pipe: soft or unstable material and rock • Beside pipe: Any material containing more than 75% fines passing #200 sieve Where no excavated material is suitable for backfill, furnish suitable material from borrow sites at no additional cost to the OWNER. 3.1.7. Backfilling shall be free of boulders and debris, and shall conform to Georgia Department of Transportation. Pipe joints, gravity blocks, service connections, and conflicts shall be left exposed until visually inspected and approved by the Augusta Utilities Department (AUD) INSPECTOR. 3.1.7.1. Around the pipe and to a depth of 12 inches above the pipe the backfill shall be carefully placed and compacted in layers not to exceed 6- inches compacted thickness. The backfill material shall be select and free of rock. Do not place backfill material on either side of the water main that is finer than the material upon it is placed. Backfill with coarser material to the top of the pipe. 3.1.7.2. Twelve (12) inches above the crown of the pipe the backfill may contain rock but less than 6 inches in diameter. Backfill layers shall be horizontal and not exceed 12 inches loose thickness or 8 inches compacted. 3.1.7.3 Compaction shall be performed with suitable pneumatic compactors or approved equal. Compaction equipment specifically designed for trench compaction shall be present and operational at the jobsite and shall be utilized throughout the length and depth of the trench to achieve uniform compaction density. 3.1.7.4. Compaction Density shall be determined by the Standard Proctor Test (ASTM D698) and shall meet the minimum standards in Section 02222, Excavating, Backfilling & Compacting for Utilities. 3.1.7.5. Surplus material shall be disposed of by the CONTRACTOR at his expense. 3.1.7.6. Clean shoulders and pavement of excess material immediately after backfilling is complete. 3.2. Laying Water Mains, Hydrants And Specials 02665 -5 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG Proper and suitable tools for the safe and convenient handling and laying of pipe shall be used, and great care shall be taken to prevent the pipe coating from being damaged, particularly on the inside of the pipes. 3.2.1. All pipe shall be carefully examined for cracks and other defects and no pipe or castings shall be laid which is known to be defective. If any pipe or other casting is discovered to be cracked, broken or defective, after being laid, it shall be removed and replaced by sound pipe, without further charge. 3.2.2. Before laying the inside of the bell, the outside of the spigot of the pipe shall be thoroughly cleaned. 3.2.3. Pipe shall be laid to conform accurately to the lines and grades established by the ENGINEER. The pipe shall be properly bedded as shown on the plans and per manufacturer recommendations. 3.2.4. Lateral Separation of Sewers and Water Mains Water mains shall be laid at least 10 feet laterally from existing or proposed sewers, unless local conditions or barriers prevent a 10 -foot lateral separation —in which case the water main is laid in a separate trench, with the elevation of the bottom of the water main at least 18 inches above the top of the sewer, or the water main is laid in the same trench as the sewer with the water main located at one side on a bench of undisturbed earth, and with the elevation of the bottom of the water main at least 18 inches above the top of the sewer. 3.2.5. Crossing a Water Main Over a Sewer Whenever it is necessary for a water main to cross over a sewer, the water main shall be laid at such an elevation that the bottom of the water main is at least 18 inches above the top of the sewer, unless local conditions or barriers prevent an 18 inch vertical separation —in which case both the water main and sewer shall be constructed of ferrous materials and with joints that are equivalent to water main standards for a distance of 10 feet on each side of the point of crossing. Where this vertical separation cannot be obtained, the sewer shall be constructed of AWWA approved water pipe, pressure tested in place without leakage prior to backfilling. The sewer manhole shall be of water -tight construction and tested in place. 3.2.6. Crossing a Water Main Under a Sewer Whenever it is necessary for a water main to cross under a sewer, both the water main and the sewer shall be constructed of ferrous materials and with joints equivalent to water main standards for a distance of 10 feet on each side of the point of crossing. A section of 10 feet on each side of the point of crossing. A section of water main pipe shall be centered at the point of crossing. 3.2.7. Water lines shall not pass through or come into contact with any sewer manhole. 3.2.8. Concrete Blocking All bends, tees and plugs, shall be blocked with 3000 psi concrete from the pipe to undisturbed ground to the dimensions shown on the plans. Plant mix concrete is preferred although field mix concrete (Sacrete or equal) may be used as long as it is properly mixed in clean containers with potable water. The concrete shall receive a 23.2 -hour cure before being backfilled. The concrete placed against a plug shall contain a weakness plane (using heavy paper to make this joint), so that when struck with a hammer, it will separate and allow the plug to be removed. If the ground is 02665 -6 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG soft, restrained joint fittings shall be used as directed by the ENGINEER. Restrained joint shall be Megalug, Series 1100 as manufactured by EBAA Iron. 3.2.9. Valves, Specials and All Other Appurtenances Valves, Specials and All Other Appurtenances are to be placed as shown on the drawings or at the location and in the manner designated by the ENGINEER. Any omissions of any of these appurtenances shall be corrected by the CONTRACTOR and the same set as originally planned without expense to the OWNER. Over each valve a valve box is to be firmly set. Each valve box shall be provided with a standard concrete valve box protector /marker as shown on the plans and fitted with an operating nut extension, as required. 3.2.10 Tapping Sleeves and Valves Tapping Sleeves and Valves shall be pressure tested prior to tapping. If service to existing customers must be interrupted Augusta Utilities Department (AUD) shall be notified at least three (3) days (72 hours) in advance. The CONTRACTOR shall make the necessary notifications to the customers. 3.2.11. Fire Hydrants All fire hydrants to be M & H brand, model 129. Fire Hydrants shall be set true to grade, with the standpipe plumb. The base of the hydrant shall rest upon a slab of stone or concrete not less than 3.2 inches thick and 12 inches square. Beneath and around the base of the hydrant and to a point one foot above drip, at least a quarter of a yard of clean, crushed stone shall be placed, and the trench filled with earth. All other construction requirements shall be according to the detail on the plans. 3.2.12. Boring and Jacking Where required, smooth wall steel pipe shall be jacked through dry bores slightly larger than the pipe, bored progressively ahead of the leading edge of the advancing pipe. As the boring and jacking operation progresses, each new section of the encasement pipe shall be butt - welded to the section previously jacked in place. 3.2.12.1. Unacceptable bores are those with excessive deflection or deflections in the bore resulting in less than 30 inches of soil cover above the casing, where upon the direction of the ENGINEER, shall require the bore to be abandoned. The abandonment procedure will be at the CONTRACTOR'S expense and will consist of cutting off the excess pipe, capping the remaining pipe in place, then filling the abandoned pipe with Portland cement grout (1:3 parts cement to sand) at sufficient pressure to fill all voids before moving to a new location. 3.2.12.2. The carrier pipe shall be fully supported along its entire length within the casing pipe. Support may be accomplished by securely fastening pressure treated lumber to the carrier pipe or by using "spiders." Either method shall be first submitted to the ENGINEER for approval, detailing the means of fastening the support devices and spacing of supports. 3.2.12.3. Length of encasements shall be determined as follows • Cut sections - Ditch line to ditch line • Fill sections - 5 feet beyond toe of slope • Curb sections - 3 feet beyond curb • Future highway or railroad R/W - Extend full width of R/W or unless otherwise advised 02665 -7 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3.2.12.4. Materials and workmanship shall also be governed by the requirements set for by the agency issuing the encroachment (Railroad, Department of Transportation, Pipeline Co., etc.). Any specific conditions other than listed herein pertaining to the encroachment are listed in the General Conditions. 3.2.13 Work Conducted Within a City /County Rights -of -Way Where a traffic control plan is required it shall be in accordance with the Augusta Public Works Rights -of -Way Encroachment Guidelines. 3.2.14. Utility Line Marking Tape Utility Line Marking Tape shall be placed above all PVC pipe used. The marking tape shall be laid continuously in the trench backfill approximately 12" above the pipe. 3.2.13. TESTS 3.2.13.1. The CONTRACTOR shall provide all equipment, materials and labor necessary for pressure and leak testing. 3.2.13.2. The pressure /leakage test of water mains shall be in accordance with the latest version of AWWA C600. Test pressure will be 1.5 -times the working pressure, but not less than 150 -psi, whichever is greater. The allowable leakage shall not exceed that determined by the following formula for DIP: L = SDfP 133200 L = Allowable leakage in gallons per hour S = Length of pipe in the tested section D = Diameter of pipe being tested, in inches P = Average test pressure during the leakage test in pounds per square inch gauge (psig) 3.2.13.2. Where practicable, pipe lines shall be tested in lengths between line- valves or plugs of no more than 2,000 feet. 3.2.13.3. Pipe lines shall be tested before backfilling at joints, except where otherwise required by necessity, local ordinance or public convenience. 3.2.13.4. Duration of test shall be not less than 2 hours where joints are exposed, and not less than 24 hours where joints are covered, unless directed by the ENGINEER. 3.2.13.5. All visible leaks at exposed joints, and all leaks evident on the surface where joints are covered, shall be repaired and leakage minimized, regardless of total leakage as shown by test. 3.2.13.6. All pipe, fittings, and other material found to be defective under test shall be removed and replaced at the CONTRACTOR'S expense. 3.2.13.7. Lines which fail to meet tests shall be repaired and retested as necessary, until test requirements are complied with. 02665 -8 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3.2.13.8. Pipe lines with resilient gasket materials should be held under normal operating pressure at least 3 days before testing. 3.3. Disinfection Before being placed in service, all new mains and repaired portions of, or existing mains shall be thoroughly flushed then chlorinated according to AWWA Standard C651 Section 5.2, Continuous - Feed Method (latest revision). This method shall be followed as outlined below with the exception that the lines shall be disinfected by the addition and thorough distribution of a chlorine solution in concentration sufficient to produce a chlorine residual of at least 50 milligrams per liter (or PPM), in accordance to Section .2203 of the "Rules Governing Public Water Supplies ". 3.3.1. Preliminary Flushing Before being chlorinated, the main shall be filled to eliminate air pockets and shall be flushed to remove particulates. The flushing velocity in the main shall not be less than 2.5 ft/s unless the OWNER'S ENGINEER or job superintendent determines that conditions do not permit the required flow to be discharged to waste. Table 1 shows the rates of flow required to produce a velocity of 2.5 ft/s in pipes of various sizes. Note that flushing is no substitute for preventive measures during construction. Certain contaminants, such as caked deposits, resist flushing at any feasible velocity. Table 1. Required Flow and Openings to Flush Pipelines (40 psi Residual Pressure in Water Main) Flow Required to Produce Pipe 2.5 ft/s (approx.) Diameter Velocity in Main In. gpm 4 100 6 200 8 400 10 600 12 900 16 1600 3.3.1.1. Water from the existing distribution system or other approved source of supply shall be made to flow at a constant, measured rate into the newly laid water main. In the absence of a meter, the rate may be approximated by methods such as placing a Pitot gauge in the discharge or measuring the time to fill a container of known volume. 3.3.1.2. At a point not more than 10 ft downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine fed at a constant rate such that the water will have not less than 3.30 mg/L chlorine residual. To assure that this concentration is provided, measure the chlorine concentration at regular intervals using appropriate chlorine test kits. 3.3.1.3. During the application of chlorine, valves shall be positioned so that the strong chlorine solution in the main being treated will not flow into water mains in active service. Chlorine application shall not cease until the entire main is filled with heavily chlorinated water. The chlorinated water shall be retained in the main for at least 24 hours, during which time all valves and hydrants in the treated section shall be operated to ensure disinfection of the appurtenances. 02665 -9 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3.3.1.4. Direct -feed chlorinators, which operate solely from gas pressure in the chlorine cylinder, shall not be used for application of liquid chlorine. The preferred equipment for applying liquid chlorine is a solution -feed, vacuum - operated chlorinator and a booster pump. The vacuum - operated chlorinator mixes the chlorine gas in solution water; the booster pump injects the chlorine -gas solution into the main to be disinfected. Hypochlorite solutions may be applied to the water main with a gasoline or electrically powered chemical -feed pump designed for feeding chlorine solutions. Feed lines shall be of such material and strength as to safely withstand the corrosion caused by the concentrated chlorine solutions and the maximum pressures that may be created by the pumps. All connections shall be checked for tightness before the solution is applied to the main. 3.3.1.5. Highly chlorinated water shall not be released into the distribution system. The chlorinated water shall remain in the line until the chlorine residual drops below 5 PPM or dissipated by other prior approved method. After this period, the water will be wasted by pumping into the air to dissipate the remaining chlorine residual. Pumping shall be at a rate not to exceed 25 GPM. Pressure and nozzle size shall be such as to produce an 8 foot (vertical) spray. The system should then be flushed with potable water and the sampling program started. Sampling shall consist of taking one representative sample every 5000 feet and at each blow -off. The samples shall then be tested by a state - approved laboratory for indication of bacteriologically satisfactory water. Three (3) copies of this laboratory test shall be submitted to the ENGINEER. END OF SECTION 02665 -10 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG SECTION 02668 WATER SERVICE CONNECTIONS 1. DESCRIPTION Water service connections shall include tapping the main line and providing all saddles, corporation stops, fittings, service lines, meters, meter boxes and other incidentals required for proper installation. 1.1. Related Work 02933 Seeding and Mulching for related specifications. 1.2. References Any reference to standard specifications refers to the most current published date of the following specifications unless noted: AWWA Specifications as listed. ASTM Specifications as listed. 2. MATERIALS Shop drawings, catalog cuts and related data for service pipe and appurtenances shall be submitted to the ENGINEER for approval. 2.1. Corporation Stops shall be of brass, domestic manufacture and of the proper size for the service on which they are installed. Where dictated by the tapping angle, eighth or quarter bend couplings shall be provided. Suitable brass adapters for coupling to service pipe shall be provided. 2.2. Tapping Saddles shall be of malleable galvanized iron with flat single strap. Straps shall be the wide flat type with bottom plate width not less than one -half the pipe diameter on which it is to be installed. Top plates shall have a thick boss to permit full thread length. The seal between the pipe and top plate shall be provided through a neoprene gasket, permanently cemented to the underside of the clamp body. 2.3 Service Pipe and Fittings: See Section 02665, Water Lines, Valve, and Appurtenances for pipe materials and fittings. 2.4. Meters: Water meters shall be purchased from the Augusta Utilities Department. 2.5. Meter Boxes: Meter boxes shall be Rome type, 10" x 19" x 10" cast iron box and lid. The top shall have cast ribs on the bottom with four (4) legs to prevent sliding movement. The box shall have a minimum weight of 37 pounds (lbs.). 3. INSTALLATION Service connections shall be installed at locations as designated by the OWNER. Installation shall be made in a manner acceptable to the ENGINEER. 3.1. Taps: Proper size taps shall be made on the distribution line. A corporation stop, with the proper bend and service pipe adapter, shall be installed in the tap. 02668 -1 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3.2. Service Pipe: Service Pipe shall be connected to the corporation stop adapter with two stainless steel clamps, or other suitable method approved by the ENGINEER. Pipe shall be cut to the required length and properly laid in the service ditch. Adequate provisions shall be made to protect against expansion and contraction. 3.3. Backfill of ditches and cleanup of the work area shall meet approval of the ENGINEER. 3.4 Meters 3.4.1. General The CONTRACTOR shall furnish and install an approved meter box at the termination point of all water services, and maintain the meter box until such time as a meter is installed. 3.4.2 Meter and curb stop shall be fully encased by the meter box. 3.4.3. Meters will be installed by the Contractor at the time service is required at the stub -out, and will remain the property of the City of Augusta. END OF SECTION 02668 -2 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG SECTION 02721 DRAINAGE STRUCTURES AND INLETS 1. DESCRIPTION The work covered by this section consists of the construction of cast -in -place or precast concrete, brick masonry or block masonry, catch basins, inlets, junction boxes, spring boxes, manholes or other minor drainage structures, excluding endwalls together with all necessary metal grates, covers, frames, steps and other hardware. The CONTRACTOR shall furnish all equipment, tools, labor, and materials necessary to complete the work in accordance with the plans and specifications. 1.1. Related Work Any reference to standard specifications refers to the most current published date of the following specifications unless otherwise noted. 1.1.1. Reference the following specifications for related work: AASHTO — T99 Foundation Compaction ASTM A48 Grey iron Casting All drainage structures and inlets shall conform to Section 668 of the "Standard Specifications Construction of Transportation Systems ", 2001 edition, published by the Georgia Department of Transportation. 2. MATERIALS 2.1. The CONTRACTOR may, at his option, use either cast -in -place concrete, brick masonry, block masonry, or precast concrete construction, provided that the type of construction he wishes to use is permitted by the plans, and is constructed in conformance with the local and state Department of Transportation requirements. 2.2. Shop drawings consisting of catalog cuts or fabricator drawings showing the structure, reinforcing alignment of all wall penetrations and frames, grates, or covers shall be submitted by the CONTRACTOR to the ENGINEER for approval. 2.3 . Iron Castings 2.3.1. Iron castings shall be boldly filleted at angles, and the arrises shall be sharp and perfect. No sharp, unfilleted angles or corners will be permitted. They shall be true to pattern in form and dimensions, free from pouring faults, sponginess, cracks, blow holes, and other defects affecting their strength and value for the service intended. All castings shall be sand blasted or otherwise effectively cleaned of scale and sand so as to present a smooth, clean, and uniform surface. 2.3.2. Gray iron castings shall meet the requirements of ASTM A48 for Class 30 iron. 2.3.3. Steps for minor drainage structures shall be fabricated from deformed reinforcing bars, or shall be gray iron castings or shall be of composite plastic -steel construction as shown on the plans, or as referenced above. 02721 -1 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 2.4. Precast Drainage Structures 2.4.1. Precast drainage structures shall have no more than 4 holes cast or drilled in each unit for the purpose of handling or placing unless otherwise approved by the ENGINEER. All lift holes and handling devices shall be located in accordance with plan and design requirements. Units damaged while being handled or transported will be rejected or shall be repaired in a manner approved by the ENGINEER. 2.4.2. Precast units shall not be transported away from the casting yard until the concrete has reached the minimum required 28 day compressive strength and a period of at least 5 days has elapsed since casting, unless otherwise permitted by the ENGINEER. 2.4.3. Steps for precast drainage structures shall meet the requirements of AASHTO MI99 for design, materials, and dimensions. Steps shall be incorporated in all drainage structures over 3' -6" in height. The lowest step shall be no more than 16" from the bottom. 2.4.4. The following information shall be clearly shown on each precast member. • Date of manufacture • Name of manufacturer 3. INSTALLATION 3.1. The CONTRACTOR shall take the necessary precautions to insure that all excavations for drainage structures are maintained in a dry condition to allow proper compaction beneath the structure and backfill once the structure has been completed. 3.2. Where the foundation material is found to be of poor supporting value or of rock, the ENGINEER may make minor adjustment in the location of the structure to provide a more suitable foundation. Where this is not practical, the foundation shall be conditioned by removing the existing foundation material by undercutting to the depth as directed by the ENGINEER and backfilling with either a suitable local material secured from unclassified excavation or borrow excavation at the nearest accessible location along the project, or foundation conditioning material consisting of crushed stone or gravel or a combination of sand and crushed stone or gravel approved by the ENGINEER as being suitable for the purpose intended. The selection of the type of backfill material to be used for foundation conditioning will be made by the ENGINEER. 3.3. The CONTRACTOR shall install poured concrete foundations or precast concrete bases for all drainage structures. 3.4. Where precast foundation slabs are used, the slab shall be set to within plus or minus ' /inch of grade on a bed of size 57 crushed stone measuring 6 inches in thickness minimum after being compacted to 98% maximum density in accordance with AASHTO T99. 3.5. Precast Structures Joints on precast concrete sections shall be completely filled with bituminous mastic jointing compound or joints shall be made with cement mortar with inside pointing and outside rubber wrap. 3.6. Masonry Structures 02721 -2 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3.6.1. No masonry drainage structure shall be placed until the foundation has been approved by the ENGINEER. 3.6.2. Brick shall be wet when laid. Lay brick or concrete masonry units in mortar so as to form full bed, with end and side joints in one operation, with joints not more than 3/8 "wide except when bricks or concrete masonry units are laid radially, in which case narrowest part of joint shall not exceed 1/4". Lay in true line and whenever practical joints shall be carefully struck and pointed on inside. 3.6.3. Protect fresh masonry work from freezing, from drying effects of sun and wind, and for such time as directed by ENGINEER. In freezing weather, heat materials sufficiently to remove ice and frost. 3.6.4. The outside surfaces of brick or concrete masonry portion of drainage structures shall be plastered and troweled smooth with 1/2" layers of cement mortar. 3.7. Backfilling around all drainage structures and inlets shall be done in such a manner so as not to damage either the structure or pipes connecting to the structure. Compaction of backfilled material shall be accomplished in 6 inch lifts (loose) to 98% maximum density in accordance with AASHTO T99. END OF SECTION 02721 -3 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 2. MATERIALS SECTION 02722 DRAINAGE PIPE AND CULVERTS 1. DESCRIPTION The work covered by this section consists of all excavation, bedding, laying pipe, jointing and coupling pipe sections, and backfilling necessary to install the various types of pipes, pipe culverts and fittings required to complete the project. The CONTRACTOR shall furnish all equipment, tools, labor and materials necessary to complete the work in accordance with the plans and specifications. 1.1 Related Work Any reference to standard specifications refers to the most current published date of the following specification unless otherwise noted. 1.2. Reference the following specifications for related work: 027721 Drainage Structures and Inlets ASTM C76 Concrete Pipe ASTM C507 Reinforced concrete Elliptical Pipe AWWA 104 Cement - Mortar Lining for Ductile Iron Pipe AWWA C110 American National Standard for Ductile -Iron and Grey -Iron Fittings, 3 in. Through 48 in. (75 mm through 1200 mm), for Water and Other Liquids AWWA C151 Ductile Iron Pipe AWWA C153 American National Standard for Ductile -Iron Compact Fittings for Water Service 1.2.1. All drainage structures and inlets shall conform to Section 550 of the "Standard Specifications Construction of Transportation Systems "' most current edition, published by the Georgia Department of Transportation. 1.3. The CONTRACTOR shall furnish all equipment, tools, labor, and materials necessary to complete the work in accordance with the plans and specifications. 2.1. Drainage pipe and culverts shall conform to local and state Department of Transportation requirements. 2.2. Shop drawings consisting of catalog cuts and related data shall be submitted by the CONTRACTOR to the ENGINEER for approval. 2.3. All reinforced concrete pipe, flared end sections, tees and elbows shall be clearly marked showing the pipe class, type of wall and date of manufacture. 2.4. Reinforced concrete drainage pipe shall conform to ASTM C76, Class III, wall thickness B. Joints shall be tongue and groove. 02722 -1 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 2.5. Concrete flared end sections shall be reinforced. Concrete used in flared end sections shall attain a compressive strength of 3500 psi at 28 days. 2.6 HDPE Corrugated Polyethylene Pipe: AASHTO M294, Type S or Type D. 2.7 HDPE Fittings: PVC conforming to pipe specifications. 2.8 HDPE Joints: ASTM F477, elastomeric gaskets. 3. INSTALLATION 3.1. General Requirements 3.1.1. Drainage pipes and culverts of the type and quantity and in the locations as called for on the plans or as directed by the ENGINEER shall be installed in conformance with local and state Department of Transportation requirements. 3.1.2. Where proposed culverts are to be installed under existing roadways, the construction shall be performed in such a way that half the roadway will be maintained and available to traffic or as directed by the governing agency. 3.2. Unloading and Handling All pipes shall be unloaded and handled with reasonable care. When any joint or section of pipe is damaged during unloading or handling, the undamaged portions of the joint or section may be used where partial lengths are needed or, if damaged sufficiently, the ARCHITECT will reject the joint or section as being unfit for installation and the CONTRACTOR shall remove such rejected pipe from the project. 3.3. Preparation of Pipe Foundation 3.3.1. The pipe foundation shall be prepared in accordance with the applicable method shown on the plans and shall be true to line and grade and uniformly firm. Bedding material shall be placed and shaped beneath the pipe. The pipe foundation shall be shaped to fit the outside of the pipe for at least 10% of its outside diameter under all pipe culverts. Where bell and spigot type pipe is used, recesses shall be excavated to receive the pipe bells. 3.3.2. Where the foundation material is found to be of poor supporting value or of rock, the ENGINEER may make minor adjustment in the location of the pipe to provide a more suitable foundation. Where this is not practical, the foundation shall be conditioned by removing the existing foundation material by undercutting to the depth as directed by the ARCHITECT, within the limits established on the plans, and backfilling with either a suitable local material secured from unclassified excavation or borrow excavation at the nearest accessible location within the project, or foundation conditioning material consisting of crushed stone or gravel or a combination of sand and crushed stone or gravel approved by the ENGINEER as being suitable for the purpose intended. The selection of the type of backfill material to be used for foundation conditioning will be made by the ARCHITECT. 02722 -2 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3.3.3. When necessary, the CONTRACTOR shall provide for the temporary diversion of water or dewatering in order to maintain the pipe foundation in a dry condition, and shall continue to maintain the trench in a dry condition until backfill and compaction activities are complete. 3.4. Laying Pipe 3.4.1. Rigid pipe shall be carefully laid on the prepared foundation, bell or groove end upgrade with the spigot or tongue fully inserted and each joint check for alignment and grade as the work proceeds. Flexible plastic joint material shall be used. Joint material of other type or design may be used when designated on the plans, by special provisions, or when permitted in writing by the ARCHITECT. 3.4.2. Flexible pipe (except structural plate pipe) shall be carefully placed on the prepared foundation starting at the downstream end with the inside circumferential laps pointing downstream and with the longitudinal laps at the side or quarter points. 3.5. Backfilling 3.5.1. The fill around the pipe shall be placed in accordance with the applicable method shown on the plans, and shall be placed in layers not to exceed 6 inches loose unless otherwise approved by the ENGINEER and compacted to the density required. Select backfill material shall be used when called for on the plans. 3.5.2. Care shall be taken during backfill and compaction operations to maintain alignment and prevent damage to the joints. The backfill shall be kept free from stones, frozen lumps, chunks of highly plastic clay, or other objectionable material. 3.5.3. All pipe backfill areas shall be graded and maintained in such a condition that erosion or saturation will not damage the pipe bed or backfill. 3.5.4. Heavy equipment shall not be operated over any pipe until it has been properly backfilled and has a minimum cover as required by the plans. Where any part of the required cover is above the proposed finish grade, the CONTRACTOR shall place, maintain, and finally remove such material at no cost to the OWNER. Pipe which becomes misaligned, shows excessive settlement, or has been otherwise damaged by the CONTRACTOR's operations shall be removed and replaced by the CONTRACTOR. 3.6. Maintenance 3.6.1. The CONTRACTOR shall maintain all pipe installations in a condition such that they will function continuously from the time the pipe is installed until the project is accepted. 3.6.2. The CONTRACTOR shall thoroughly clean out and maintain all existing pipe and drainage structures at his own expense when necessary erosion control measures not taken by the CONTRACTOR resulted in fouling existing drainage systems. 3.7. Reinforced Concrete Pipe 02722 -3 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3.7.1. Reinforced concrete drainage pipe shall be installed so as to prevent damage to the pipe. Joints shall be mortar or packing type, and shall be close fitting and generally watertight. Elliptical pipe shall be installed with the major axis horizontal. 3.8. Corrugated Steel Pipe 3.8.1. Bituminous coated corrugated steel pipe and paved invert pipe shall be handled with special care to avoid damage to coatings. Paved invert pipe shall be installed with the paved invert centered on the bottom. 3.8.2. The pipe sections shall be joined with coupling bands, fully bolted and properly sealed. Coupling bands for annular and helical corrugated metal pipe shall provide circumferential and longitudinal strength sufficient to preserve the alignment, prevent separation of the sections, and prevent infiltration of backfill material. 3.8.3. All pipe 72 inches or larger in diameter shall be wire braced at the place of fabrication to retain its shape while being handled, installed, and backfilled. Wire bracing shall be removed by the CONTRACTOR when no longer needed. 3.9. Corrugated Aluminum Pipe 3.9.1. The pipe sections shall be joined with coupling aluminum bands, fully bolted and properly sealed. Coupling bands for annular and helical corrugated aluminum pipe shall provide circumferential and longitudinal strength sufficient to preserve the alignment, prevent separation of the sections, and prevent infiltration of backfill material. 3.9.2. All pipe 72 inches or larger in diameter shall be wire braced at the place of fabrication to retain its shape while being handled, installed, and backfilled. Wire bracing shall be removed by the CONTRACTOR when no longer needed. 3.10. Corrugated Steel and Corrugated Aluminum Alloy, Structural Plate Pipe and Pipe Arch 3.10.1. Erection shall be in accordance with the manufacturer's assembly diagrams and instruction sheets. All erection procedures and methods shall meet with the approval of the ARCHITECT. All structural plate shall be handled with reasonable care. The plate shall not be dragged or skidded. If the spelter coating has been broken during handling or backfilling operations, the plate or the assembled pipe or pipe arch will be rejected, or shall be repaired as directed by the ARCHITECT. 3.10.2. The entire pipe line shall be completely assembled before any backfill is placed, unless otherwise permitted by the ENGINEER. Elongated pipe shall be erected with the long diameter in a vertical position. Should spiraling occur during erection, the bolts shall be loosened and the pipe assembly adjusted to the correct position. 3.10.3. All bolting shall be done in a careful and workmanlike manner in accordance with the procedure specified by the manufacturer and approved by the ENGINEER before backfill is placed. All nuts shall be tightened to a minimum of 100 foot - pounds and a maximum of 200 foot - pounds 02722 -4 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG of torque. Nut tightness shall be checked with a properly calibrated torque wrench before, during, and after backfill is placed. 3.10.4. Where necessary, the invert grade shall be cambered by an amount sufficient to prevent the development of sag or back slope in the flow line. The amount of camber used will be determined by the ENGINEER. 3.10.5. First class workmanship shall be used in installing the pipe and pipe arch. Evidence of defective workmanship shall include but not be limited to the following. • Uneven laps • Improper shaping • Variation from a straight center line • Ragged edges • Loose, unevenly lined or spaced bolts • Illegible identification stamp on any plate • Bruised, scaled or broken spelter coating • Dents or bends in the metal itself 3.10.6. Defective workmanship may constitute sufficient cause for rejection of the completed or partially completed work, or of any materials proposed for use in the work. END OF SECTION 02722 -5 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG SECTION 02730 GRAVITY SEWERS 1. DESCRIPTION The CONTRACTOR shall furnish all labor, materials, equipment and supplies and shall perform all Work necessary for the construction of the sewers, complete, tested and ready for use. The sewers shall be constructed to the lines and grades shown and shall be the size shown on the plans. 1.1. Related Work See the following sections for related specifications. 02222 Excavating, Backfilling & Compacting for Utilities 02933 Seeding and Mulching 1.2. References Any reference to standard specifications refers to the most current published date of the following specifications unless noted: AWWA Specifications as listed. AEC MILP —23236 WPCF Manual of Practice No. FD -5 (WPCF now known as "Water Environment Federation [WEF]) 2. MATERIALS All materials for sewer pipe shall be new and shall be furnished by the CONTRACTOR in accordance with the following requirements unless shown otherwise on the plans. 2.1.1. PVC Pipe • Pipe: ASTM D3034; "Type PSM Polyvinyl Chloride (PVC) Sewer Pipe and Fittings." SDR 35 with a minimum cell classification of 12454 -B. • Fittings: ASTM D3034. Fittings in sizes through 8" shall be molded in one piece with elastomeric joints and minimum socket depths as specified in Sections 6.2 and 7.3.2. Fittings 10" and larger shall be molded or fabricated in accordance with Section 7.11 with manufacturer's standard pipe bells and gaskets • Joints: ASTM D3212, Elastomeric gaskets conforming to ASTM F477 2.1.2. Couplings: Shall be a reducing steel coupling when making a reduction in pipe size, changing class of pipe, or for making connections between any two (2) kinds of pipe. The coupling shall consist of one (1) cylindrical steel middle ring, two (2) steel follower rings, two (2) resilient gaskets and a set of steel trackhead bolts. The middle ring shall have a conical flare at each end to receive the wedge portion of the gaskets. The follower rings shall confine the outer ends of the gaskets. Tightening the bolt shall draw the follower rings toward each other, compressing the gaskets in the spaces formed by follower rings, middle ring flares and pipe surface. This shall make a flexible leak -proof seal. Bolts and nuts shall be of high grade, high strength steel. Center ring, glands, bolts and nuts shall receive one coat of primer. 2.1.3. Protective Coating: The outside of steel pipe, nuts, bolts and couplings shall receive one (1) coat coal tar epoxy to 10 mils minimum thickness. Coatings shall be shop applied to pipe and field applied to couplings. 02730 -1 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 2.2. Omit intentionally 2.3. Omit intentionally 2.4. All stone shall be #57 Stone (ASTM C 33), #67 Stone (ASTM D 448), Construction Exit Stone #1 ASTM 448 or C DOT Section 800. 2.5. Utility Line Marking Tape shall be acid and alkali resistant polyethylene film two (2 ") inches wide and four (4) mil thick. The tape shall be manufactured with integral wires, foil backing or other means to enable detection by a metal detector when the tape is buried up to three feet. The metallic core of the tape shall be encased in a protective jacket or by other means to prevent corrosion. The tape shall bear a continuous printed marking describing the specific utility, i.e. "SEWER." 2.6. Trench Excavation and Backfill 2.6.1 Excavation shall conform to the lines and grades shown on the drawings. No trench shall be opened more than two hundred (200') feet in advance of the completed pipe Work without the written permission of the ENGINEER. The lines of excavation of trenches shall be made so there will be a clearance of at least eight (8 ") inches on each side of the barrel of the pipe. Excavation shall not be carried below the established grades and any excavation below the required level shall be backfilled and thoroughly tamped as directed by the ENGINEER, at the CONTRACTOR's expense. Bell holes shall be excavated accurately by hand. Any pipe which has its alignment, grade, or joints disturbed after installation shall be taken up and relaid. 2.6.2. During excavation, CONTRACTOR shall separate materials suitable for backfill from those defined unsuitable. Do not use the following materials for pipe foundation or trench backfill within the zones indicated below: • All zones: material classified as peat (PT), organic soil (OL)(OH) under the Unified Soil Classification (USC) System, ASTM D2487 and all materials too wet or too dry to achieve minimum compacted density requirements • Six inches beneath pipe: soft or unstable material and rock • Beside pipe: any material containing more than 75% fines passing #200 sieve Suitable material shall be stockpiled near the trench for use as backfill. Unsuitable material shall be removed immediately or shall be stockpiled separately for dewatering or drying and later removal. Where no excavated material is suitable for backfill, furnish suitable material from borrow sites at no additional cost to the OWNER. 2.6.3. All unstable soil, organic soil, or soil types classified as inorganic clays and inorganic elastic silts (Class IV, Unified Class CL or lower) that are encountered at the bottom of pipe trenches or structure excavations shall be removed to a depth and width determined by the ENGINEER and properly disposed of in a manner acceptable to the City /County Public Works Department and in a manner that will not adversely impact the environment. The resulting undercut shall be backfilled and compacted with sandy soils which meets or exceeds the requirements of Class I or Class II soil, Unified Class SP or better. Placement and compaction shall conform to the compaction specifications herein and on the plans. 02730 -2 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 2.6.4. All necessary dewatering pumping and bailing shall be performed in such a manner as to keep the trench in a satisfactory condition for pipe laying. The bypassing of raw wastewater onto the ground or into a receiving stream is prohibited. 2.6.5. Backfilling shall be done with material free from large clods, frozen earth, organic material and any foreign matter. 2.6.5.1.Around the pipe and to a depth of twelve (12 ") inches above the pipe the backfill shall be carefully placed and compacted in layers not to exceed six (6 ") inches compacted thickness. The backfill shall be select and free of rock. Do not place backfill material on either side of the gravity sewer that is finer than the material upon which it is placed. Backfill with coarser material to the top of the pipe. 2.6.5.2. Twelve (12 ") inches above the crown of the pipe the backfill may contain rock but less than six (6 ") inches in diameter. Backfill layers shall be horizontal and not exceed twelve (12 ") inches loose or eight (8 ") inches compacted. 2.6.5.3. Compaction shall be performed with suitable pneumatic compactors or approved equal equipment. Compaction equipment specifically designed for trench compaction shall be present, operational and at the jobsite at all times. Compaction equipment shall be utilized throughout the length and depth of the trench to achieve uniform compaction density. 2.6.5.4. Compaction density shall be determined by the Standard Proctor Test (ASTM D698) and shall meet the minimum standards in Section 02222, Excavating, Backfilling & Compacting for Utilities. 2.6.5.5. Surplus material shall be disposed of by the CONTRACTOR. 2.6.5.6. Clean shoulders and pavement of excess material immediately after backfilling is complete. 2.7. Laying Sewers 2.7.1. Gravity Sewers All sewers shall be laid and jointed in accordance with approved manufacturer's recommendations and shall be laid true to line and grade proceeding upgrade with the spigot pointing in the direction of flow. The sections of pipe shall be laid and fitted together so that, when complete, the sewer will have smooth and uniform invert, with full - length of the barrel resting on the trench bottom or bedding prepared for the pipe. Holes shall be excavated to accommodate pipe bells. The pipe shall be kept thoroughly clean. Each pipe shall be inspected for defects before lowering pipe into trench. Water shall not be allowed to rise around joints until they have been made tight. 2.7.1.1. All gravity sewers shall be bedded in accordance with Section D, Pipe Bedding and Backfilling Chapter 9 Section D Page 183 in WPCF (WEF) manual of Practice NO. FD -5 (ASCE Manual No. 60), ASTM D2321 for Flexible Pipe (PVC) and Section F2.9 page 202 in WPCF (WEF) Manual No. FD -5 for Rigid Pipe (Ductile Iron) Chapter 9, Section F2.9 for the proposed depth of sewer, and as detailed in the contract drawings. The minimum cover over a gravity sewer shall be 36 inches. If the soil cover is less than 36 inches ductile iron pipe will be required. 02730 -3 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 2.7.1.2. The exposed end of all pipes shall be closed by means of an approved plug to prevent earth or other substances from entering the pipe. The interior of the sewer shall be kept free from all dirt, cement or superfluous materials of every description as the work progresses. 2.7.1.3 After laying and jointing a complete section of pipe between manholes and before backfilling, perform a visual inspection of the pipe. All gravity sewers shall be laid with straight alignment between manholes. Straight alignment shall be checked by either using a laser beam or lamping. Perform the visual inspection in the presence of the ENGINEER. 2.7.2. Omit intentionally 2.7.3. Omit intentionally 3. INSTALLATION OF JOINTS 3.1. Mechanical Joints The socket, gasket or spigot of the pipe shall be cleaned of all foreign matter. The gland shall be slipped on the spigot end, followed by the gasket and the pipe end pushed into the bell. The ring gasket shall be properly seated so that it is totally confined under pressure within the bell. The loose gland shall be moved into position against the face of the gasket and the nuts and bolts loosely assembled with the fingers and then made up tight with a suitable ratchet wrench. 3.2. Push -On Joints The joint shall be thoroughly cleaned, prepared, lubricated and installed in accordance with the requirements, instructions and recommendations of the manufacturer and ENGINEER. 3.3. Solvent Cements Joints The joint shall be thoroughly cleaned, prepared and installed in accordance with the requirements, instructions and recommendations of the manufacturer and ENGINEER. 3.4. Grooved Joints Joints shall be installed in accordance with manufacturers' published installation instructions. 3.5. TESTING All pipe installations shall be tested as specified herein. Tests shall be performed by CONTRACTOR at his expense in the presence of ENGINEER or his representative. Testing shall not be performed until such time that all Work which may affect the results of the testing has been completed. Where a test section fails to meet test requirements, CONTRACTOR shall make corrections as specified herein and retest the section. The correct/retest procedure shall continue until such time as test requirements are met. The CONTRACTOR shall furnish two (2) personnel to carry equipment necessary to perform this task. 3.5.1. Air Pressure Testing of Sewers The CONTRACTOR shall perform a low- pressure air test. After stabilizing at 4 -psi, the test pressure is 3.5 -psi and may not drop over 1 -psi during the test. Minimum test times for various pipe sizes shall be in accordance with UNI Bell UNI- B -6 -90, as amended to date. 02730 -4 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3.5.1.1. Procedure 3.5.1.1.1. Air test shall be conducted in strict accordance with the testing equipment manufacturer's instructions, including all recommended safety precautions. No one will be allowed in the manholes during testing. Equipment used for air testing shall be equipment specifically designed for this type of test, and is subject to approval of the ENGINEER. 3.5.1.1.2. The test shall be performed only on clean sewer mains after services are installed and the pipe is completely backfilled. Clean sewer mains by propelling snug fitting inflated rubber ball through the pipe with water. After completely cleaned, plug all pipe outlets with suitable test plugs. Brace each plug securely. 3.5.1.1.3. For pipe within test sections above the ground water table, add air slowly to the portion of the pipe installation under test until the internal air pressure is raised to the starting pressure of 4 psig. After the starting pressure is obtained, allow at least two minutes for air temperature to stabilize, adding only the amount of air required to maintain pressure. When pressure decreases to 3.5 psig, start stopwatch. Determine the time that is required for the internal air pressure to reach 2.5 psig. 3.5.1.1.4. For pipe with test sections below the ground water table, determine the starting pressure for the test section, in psig, as follows. • Determine the maximum depth of pipe within the test section in feet. • Multiply this depth by 0.67 and add 9.3 feet. • Multiply the result in part 2 by 0.43 and round to the nearest 0.5 psig. After this starting pressure is obtained, continue the test in accordance with the procedure in the paragraph above. 3.5.1.2. Requirement The test section shall be acceptable if the elapsed time for pressure drop of 1.0 psig is greater than the sum of the times shown below for all pipe sizes within the test section. 02730 -5 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG PIPE DIAMETER (INCHES) LENGTH 4 6 8 10 12 15 18 21 24 25 0:04 0:10 0:18 0:28 0:40 1:02 1:29 2:01 2:38 50 0:09 0:20 0:35 0:55 1:19 2:04 2:58 4:03 5:17 75 0:13 0:30 0:53 1:23 1:59 3:06 4:27 6:04 7:55 100 0:18 0:40 1:10 1:50 2:38 4:08 5:56 8:05 10:34 125 0:22 0:50 1:28 2:18 3:18 5:09 7:26 9:55 11:20 150 0:26 0:59 1:46 2:45 3:58 6:11 8:30 175 0:31 1:09 2:03 3:13 4:37 7:05 " " " 200 0:35 1:19 2:21 3:40 5:17 " n ii 12:06 225 0:40 1:29 2:38 4:08 5:40 H 10:25 13:36 250 0:44 1:39 2:56 4:35 " " 8:31 11:35 15:07 275 0:48 1:49 3:14 4:43 " " 9:21 12:44 16:38 300 0:53 1:59 3:31 " " 10:12 13:53 18:09 350 1:02 2:19 3:47 II II 8:16 11:54 16:12 21:10 400 1:10 2:38 II 6:03 9:27 13:36 18:31 24:12 450 1:19 2:50 u " 6:48 10:38 15:19 20:50 27:13 500 1:28 " " 5:14 7:34 11:49 17:01 23:09 30:14 3.5.1.3. Corrective Measures If elapsed time is less than the specified amount, CONTRACTOR shall locate and repair leaks and repeat the test until elapsed time exceeds the specified amount. 02730 -6 3.5.2. Infiltration /Exfiltration Test (Use All Manholes) 3.5.2.1. Omitted Intentionally 3.5.2.2. Procedure: The testing procedure shall be in accordance with ASTM C 969. The methodology used in this test can be used for flexible piping materials. 3.5.2.2.1. Infiltration: Immediately following a period of heavy rain, a test of Work constructed up until that time shall be made. Three (3) measurements shall be made at one (1) hour intervals to compute the amount of the infiltration. Tests for manholes only shall be conducted on individual manholes. Tests for pipe and manholes shall be performed on test sections not exceeding 3.500 linear feet of collector sewer and shall include both pipe and manholes. The ENGINEER reserves the right to use his judgement as to whether the ground is sufficiently saturated and /or whether the fall of rain is adequate to permit making infiltration tests. In the event that sufficient rain does not occur before the date of completion, the CONTRACTOR shall be required to conduct the tests at any time during a thirty (30) day period following this date. Should the ENGINEER determine that certain pipe or manholes cannot be tested by infiltration methods, the ENGINEER may direct July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG the filling of lines and the measurement of exfiltration. The allowable rate of exfiltration shall be the same as for infiltration. 3.5.2.2.2. Exfiltration: Determine test sections as outlined for infiltration tests. Install a temporary water plug at the inlet and outlet of the test section. Fill test section with clean water up to the bottom of the lowest manhole frame within the test section. Allow time for saturation of pipe and manholes refilling test section as required. Beginning with a full test section, allow at least eight (8) hours to elapse without adding water. Measure the water level at the beginning and end of the elapsed time above. Compute the volume of water lost in gallons per hour. 3.5.2.3. Test Requirements • The rate of water loss /gain shall be less than the rate, in gallons per hour, calculated for the test section using the following allowances: • Sewer main and manholes with or without service laterals; 25 gallons per 24 hours per inch of sewer main diameter per mile of sewer main (gpd /in -mi) • Manholes only; 1 gallon per 24 hours per vertical foot of manhole 3.5.2.4. Corrective Measures If actual leakage rate is greater than required leakage rate, CONTRACTOR shall locate and repair leaks and repeat the test until actual leakage is less than the required rate. 3.5.3. Deflection Test 3.5.3.1. Use all gravity sewer, eight (8 ") inch diameter through fifteen (15 ") inch diameter except ductile iron. 3.5.3.2. Procedure Tests shall be performed by the CONTRACTOR in the presence of the OWNER no sooner than thirty (30) days after completion of backfill. The OWNER may require a second test within the guarantee period of the project. A nine (9) arm mandrel and proving ring, as manufactured by Wortco, Inc., Cherne Industries or E. J. Prescott, Inc., will be provided by the CONTRACTOR. The mandrel shall be manually pulled, from manhole, through the entire length of mainline pipe. The mandrel and proving ring shall remain the property of the CONTRACTOR. 02730 -7 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG NOM. DIA L ASTM D3034 SDR 35 D ASTM D2680 D 8" 8" 7.28" 7.40" 10" 10" 9.09" 9.31" 12" 12" 10.79" 11.22" 15" 15" 13.20" 14.09" 3.5.3.3. Requirement All pipes shall allow passage of the test mandrel. The mandrel and proving ring shall be sized at five (5 %) percent less than the ASTM dimension for the pipe in accordance with the following table. 3.5.3.4. Corrective Measures All pipe that fails the deflection test shall be removed, replaced and retested at no additional expense to the OWNER. 3.5.4. Omit intentionally L = Mandrel Contact Length D = I.D. of Proving Ring END OF SECTION 02730 -8 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG SECTION 02933 SEEDING AND MULCHING 1. DESCRIPTION The work covered by this section consists of furnishing all labor, materials, and equipment to perform all necessary operations to topsoil, fine grade, fertilize, mulch and maintain temporary and permanent seeding of all graded, cleared, or disturbed areas during construction. The work covered by this section shall be in conformance with the latest version of local and state Department of Transportation requirements. 1.1. Related Work See following sections for related work. 02110 Clearing and Grubbing 02210 Unclassified Excavation and Grading 02270 Erosion and Sediment Control SS -A617A FS Liquid Mulch Binder The work covered by this section shall be in conformance with Section 700 and Section 890 of the "Standard Specifications Construction of Transportation Systems" most current edition, published by the Georgia Department of Transportation. 2. MATERIALS 2.1. Topsoil Topsoil shall be from stockpiles created from stripping and required excavation. Should additional topsoil be required in excess of that obtained from stripping and excavation, the contractor shall obtain material from other sources on the site where authorized by the OWNER, or from approved sources off the site. The topsoil shall be natural, friable soil, possessing characteristics of representative soils in the vicinity which produce heavy growths of crops of grass. It shall be obtained from naturally well- drained areas, shall be reasonably free from subsoil, brush, objectionable weeds, and other litter and shall be free from toxic substances, clay lumps, stones, roots and other objects larger than 1 inch in diameter, or any other material which might be harmful to plant growth or be a hindrance to grading, planting, and maintenance operations. 2.2. Fertilizer Fertilizer shall be the product of an approved commercial fertilizer manufacturer and shall be 5 -10- 5 grade, uniform in composition, free - flowing material suitable for application with approved standard equipment. The fertilizer shall conform to the applicable State fertilizer laws and shall be delivered to the site in bags or other convenient containers each fully labeled and bearing the name, trademark, and warranty of the producer. 2.3. Lime Lime shall be ground limestone containing not less than 85% of total carbonates and shall be ground to such fineness that at least 50% will pass through a 100 -mesh sieve and at least 90% will pass through a 20 -mesh sieve. Coarser materials will be acceptable provided the specified rates of application are increased proportionately on the basis of quantities passing the 100 -mesh sieve, but no additional payment will be made for the increased quantity. 02933 -1 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 2.4. Mulch Mulch shall be straw from wheat or oats. Materials for securing mulch may be one of the following. • Mulch Netting: Lightweight plastic, cotton, jute, wire orpaper nets shall be used. • Peg and Twine: Bailing twine and soft wood pegs 1/2" x 1" x 12 ". • Liquid Mulch Binder: RC -2 cut back asphalt conforming to the requirements of Federal Specifications SS- A67IA, and asphalt emulsion shall conform to the requirements of Federal Specification SS -A -674, Type V. • Seed: Seed used shall conform to GDOT Specifications Section 890 Seed & Sod. Seed that has become wet, moldy, or otherwise damaged in transit or storage will not be acceptable. The seed used shall be that shown in seeding schedule specified herein or on the plans. 3. INSTALLATION 3.1. Seedbed Preparation 3.1.1. Clearing Prior to or during grading and tillage operations, the ground surface shall be well drained, cleared of all brush, roots, stones larger than 2 inches in diameter, or any other material which may hinder proper grading, tillage, or subsequent maintenance operations. 3.1.2. Fine Grading Areas to be seeded shall be graded as shown on the drawings or as directed and all surfaces shall be left in an even and properly compacted condition so as to prevent the formation of depressions where water will stand. Areas to be topsoiled shall be graded to a smooth surface and to a grade that will allow topsoiling to finished grade. 3.1.3. Topsoiling Immediately prior to placing topsoil, the subgrade, where excessively compacted by traffic or other causes, shall be loosened by scarifying to a depth of at least 2 inches to permit bonding of the topsoil to the subgrade. Topsoil shall be uniformly spread by approved equipment in sufficient quantity to provide a compacted layer of 4 inches in thickness over the designated areas and in such manner that planting can proceed with little additional soil preparation or tillage. Topsoil shall not be placed when the subgrade is frozen, excessively wet, extremely dry, or in a condition otherwise detrimental to the proposed planting or to proper grading. Topsoil shall be graded to the lines indicated or as directed and any irregularities in the surface resulting from topsoiling or other operations shall be corrected to prevent formations of depressions where water will stand. 3.1.4. Tillage After topsoiled areas required to be seeded have been brought to the grades shown on the plans and as specified, they shall be thoroughly tilled to a depth of 3 inches by approved methods, until the condition of the soil is acceptable to the ENGINEER. Any objectionable undulations or irregularities in the surface resulting from tillage or other operations shall be removed before planting operations are begun. The work shall be performed only during periods when satisfactory results are likely to be obtained. When conditions are such, by reason of drought, excessive moisture or other factors, that results are not likely to be satisfactory, the ENGINEER will stop the work and it shall be resumed only when, in his opinion, the desired results are likely to be obtained. 02933 -2 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3.2. Limestone, Fertilizer and Seed 3.2.1. General Seasonal limitations for seeding operations, the kinds and grades of fertilizers, the kinds of seed, and the rates of application of limestone, fertilizer, and seed shall be as shown in the seeding schedule. 3.2.2. Equipment to be used for the application, covering, or compaction of limestone, fertilizer, and seed shall have been approved by the ENGINEER before being used on the project. Approval may be revoked at any time if equipment is not maintained in satisfactory working condition, or if the equipment operation damages the seed. 3.2.3. Limestone, fertilizer, and seed shall be applied within 24 hours after completion of seedbed preparation unless otherwise permitted by the ENGINEER, but no limestone or fertilizer shall be distributed and no seed shall be sown when the ENGINEER determines that weather and soil conditions are unfavorable for such operations. 3.2.4. During the application of fertilizer, adequate precautions shall be taken to prevent damage to structures or any other appurtenances. The CONTRACTOR shall either provide adequate covering or change methods of application as required to avoid such damage. When such damage occurs, the CONTRACTOR shall repair it, including any cleaning that may be necessary. 3.3. Limestone and Fertilizer Limestone may be applied as a part of the seedbed preparation, provided it is immediately worked into the soil. If not so applied, limestone and fertilizer shall be distributed uniformly over the prepared seedbed at a specified rate of application and then harrowed, raked, or otherwise thoroughly worked or mixed into the seedbed. 3.3.1. If liquid fertilizer is used, storage containers for the liquid fertilizer shall be located on the project and shall be equipped for agitation of the liquid prior to its use. The storage containers shall be equipped with approved measuring or metering devices which will enable the ENGINEER to record at any time the amount of liquid that has been removed from the container. Application equipment for liquid fertilizer, other than a hydraulic seeder, shall be calibrated to insure that the required rate of fertilizer is applied uniformly. 3.4. Seeding Seed shall be distributed uniformly over the seedbed at the rate indicated in the seeding schedule, and immediately harrowed, dragged, raked, or otherwise worked so as to cover the seed with a layer of soil. The depth of covering shall be as directed by the ENGINEER. If two kinds of seed are to be used which require different depths of covering, they shall be sown separately. 3.4.1. When a combination seed and fertilizer drill is used, fertilizer may be drilled in with the seed after limestone has been applied and worked into the soil. If two kinds of seed are being used which require different depths of covering, the seed requiring the lighter covering may be sown broadcast or with a special attachment to the drill, or drilled lightly following the initial drilling operation. 02933 -3 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3.4.2. When a hydraulic seeder is used for application of seed and fertilizer, the seed shall not remain in water containing fertilizer for more than 30 minutes prior to application unless otherwise permitted by the ENGINEER. 3.4.3. Immediately after seed has been properly covered, the seedbed shall be compacted in the manner and degree approved by the ENGINEER. 3.5. Modifications When adverse seeding conditions are encountered due to steepness of slope, height of slope, or soil conditions, the ENGINEER may direct or permit that modifications be made in the above requirements which pertain to incorporating limestone into the seedbed; covering limestone, seed, and fertilizer; and compaction of the seedbed. 3.5.1. Such modifications may include but not be limited to the following. 3.5.1.1. The incorporation of limestone into the seedbed may be omitted on (a) cut slopes steeper than 2:1 (b) on 2:1 cut slopes when a seedbed has been prepared during the excavation of the cut and is still in an acceptable condition; or (c) on areas of slopes where the surface of the area is too rocky to permit the incorporation of the limestone. 3.5.1.2. The rates of application of limestone, fertilizer, and seed on slopes 2:1 or steeper or on rocky surfaces may be reduced or eliminated. 3.5.1.3. Compaction after seeding may be reduced or eliminated on slopes 2:1 or steeper, on rocky surfaces, or on other areas where soil conditions would make compaction undesirable. 3.6. Mulch 3.6.1. General All seeded areas shall be mulched unless otherwise indicated on the plans or directed by the ENGINEER. Application rate of mulch shall be indicated in seeding schedule. 3.6.2. Mulching Mulch shall be applied within 36 hours after the completion of seeding unless otherwise permitted by the ENGINEER. Care shall be exercised to prevent displacement of soil or seed or other damage to the seeded area during the mulching operations. 3.6.3. Mulch shall be uniformly spread by hand or by approved mechanical spreaders or blowers that will provide an acceptable application. An acceptable application will be that which will allow some sunlight to penetrate and air to circulate but also partially shade the ground, reduce erosion, and conserve soil moisture. 3.6.4. Mulch Binding Mulch shall be held in place using devices approved by the ENGINEER as per manufacturers recommendations. During application, the CONTRACTOR shall take adequate precautions to prevent damage to structures or appurtenances. 3.7. Maintenance 02933 -4 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG • • 0 a, 3.7.1. General • The CONTRACTOR shall be responsible for the proper care and maintenance of the seeded areas until the work under the entire contract has been completed and accepted by the ENGINEER. ID Maintenance shall consist of repair and replacement of eroded areas, watering, refertilizing, • reliming, reseeding, and remulching as necessary to provide an even, fixed growth of grass. In addition, the CONTRACTOR shall provide protection against traffic and shall erect the necessary • barricades and warning signs immediately after planting is completed. • 3.7.2. Mowing 41 The seeded areas shall be mowed with approved mowing equipment as per seeding schedule. If • weeds or other undesirable vegetation threaten to smother the planted species, such vegetation • shall be removed at no cost to the OWNER. • 3.8 Inspection and Testing • 3.8.1 Fertilizer and Lime • The ENGINEER shall be furnished with duplicate copies of invoices for all fertilizer and lime used • on the project. Invoices for fertilizer shall show the grade furnished. Invoices for lime shall show • total minimum carbonates and minimum percentages of the material furnished that pass 100 -mesh and 20 -mesh sieve. Upon completion of the project, a final check of the total quantities of • fertilizer and lime used will be made against the total area topsoiled and seeded, and if the • minimum rates of application have not been met, the ENGINEER may require the distribution of • additional quantities of these materials to make up the minimum application specified at no additional cost to the OWNER. • • 3.8.2 Seed The ENGINEER shall be furnished duplicate signed copies of a statement from the Vendor, • certifying that each container of seed delivered is fully labeled and in full accordance with the • specifications in this section and the seeding schedule. • 3.8.3 Acceptance • Grass areas will be considered acceptable when a viable stand of grass covers at least 98% of the • total area with no bare spots exceeding one sq. ft. and the ground surface is fully stabilized against erosion. 0 • END OF SECTION • • • 0 0 • • • • • • • • 02933 -5 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 1. SUMMARY 1.1 1.3 OMITTED 1.4 REFERENCES SECTION 03213 CONCRETE PAVING Section Includes: • Concrete sidewalks. • Concrete integral curbs and gutters. • Concrete median barriers. • Concrete base and surface for parking areas and roads. • Small miscellaneous slabs. 1.2 Related Sections: 02222 Excavation, Backfilling & Compacting for Utilities 02235 Aggregate Base Courses 02601 Manholes Drop Connections & Conflict Manholes 1.4.1 American Association of State Highway Transportation Officials (AASHTO) AASHTO M 31 Deformed and Plain Carbon Steel Bars for Concrete Reinforcement. AASHTO M 32 Steel Wire, Plain for Concrete Reinforcement. AASHTO M 282 Joint Sealants, Hot Poured, Elastomeric -Type, for Portland Cement Concrete Pavements. 1.4.2 American Concrete Institute: ACI 301 Specifications for Structural Concrete. ACI 304 Guide for Measuring, Mixing, Transporting, and Placing Concrete. 1.4.3 ASTM International: ASTM C309 Standard Specification for Liquid Membrane - Forming Compounds for Curing Concrete. ASTM A 497 Standard Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement. ASTM A 615 Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. ASTM C1315 Standard Specification for Liquid Membrane - Forming Compounds Having Special Properties for Curing and Sealing Concrete. ASTM D1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types). ASTM D1752 Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. 1.4.4 GDOT Standard Specifications: Any reference to Georgia DOT standard specifications was obtained from the "Standard 03213 -1 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • Specifications for Construction of Transportation Systems ", most current edition, published by the Georgia Department of Transportation, unless otherwise directed herein. 1.5 SUBMITTALS 1.5.1 Concrete Mix Design: Submit concrete mix design 30 days prior to use of concrete. 1.5.2 Product Data: Submit data on joint materials, admixtures, and curing compounds. 1.5.3 Manufacturer's Certification: Certify products are produced at a plant approved by GDOT and that products meet or exceed specified requirements. 1.5.4 Installer Certification: Certify installer is on list of GDOT prequalified contractors with an approved Quality Control Plan. 1.5.5 Process Control Plan: Submit process control plan for delivering and placing concrete. 1.6 QUALITY ASSURANCE 1.6.1 Perform Work in accordance with Section 430 — Portland Cement Concrete Pavement and Sections 441 — Miscellaneous Concrete of GDOT Standard Specifications, except as modified herein 1.6.2 Maintain one (1) copy of document on site. 1.6.3 Obtain cementitious materials from same source throughout. 1.7 QUALIFICATIONS 1.7.1 Manufacturer: Company specializing in manufacturing products specified in this Section and prequalified by GDOT. 1.7.2 Installer: Company specializing in performing Work of this Section and prequalified by GDOT. 1.7 ENVIRONMENTAL REQUIREMENTS 1.7.1 Do not place concrete when base surface temperature or air temperature in the shade is 40 degrees F and falling or surface is wet or frozen. 1.7.2 Do not place concrete when air temperature in the shade is 95 degrees F and rising or when concrete temperature is greater than 95 degrees F. 2. PRODUCTS 2.1 FORM MATERIALS 2.1.1 Slip Form Methods: Use slip form methods wherever possible. 2.1.2 Fixed Form Materials: Metal conforming to Section 430 of GDOT Standard Specifications. 03213 -2 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 2.2 JOINT MATERIALS 2.2.1 General: Conform to Section 833 of GDOT Standard Specifications. 2.2.2 Joint Filler: Sponge rubber or cork type conforming to ASTM D1751 (AASHTO M213) or bituminous, non - extruding, resilient type conforming to ASTM D1752 (AASHTO M153), Type 1; thickness as indicated on Drawings. 2.2.3 Silicone Sealant: Low modulus, cold applied, single component, chemically curing silicone material. • Type NS: Non -sag silicone, toolable. • Type SL: Self- leveling silicone, tooling not required. 2.2.4 Rubber Asphalt Sealant: Hot poured rubber asphalt joint sealer conforming to AASHTO M282 (ASTM D3406). Bond Breaker: • General: Product that does not stain or adhere to the sealant and is chemically inert and resistant to oils, gasoline, solvents, and primer. • For On -Grade Pavements: Circular backer rod, diameter 25 percent larger than joint width. o Type L, For Cold Pour Sealants Only: Closed cell expanded polyethylene foam. Use with Type NS silicone only. o Type M, For Cold or Hot Pour Sealants: Closed cell polyolefin with closed skin over an open cell core. • For Bridge Decks Only: Bond breaking tape, extruded polyethylene with pressure sensitive adhesive on one side, minimum 0.005 inches thick. 2.3 REINFORCEMENT 2.3.1 General: Conform to Section 853 of GDOT Standard Specifications. 2.3.2 Reinforcing Steel: ASTM A615 (AASHTO M 31); 60 ksi yield grade; deformed billet steel bars; epoxy coated finish. 2.3.3 Dowels and Tie Bars: ASTM A615 (AASHTO M 31); 60 ksi yield grade, plain steel, epoxy coated finish. 2.3.4 Welded Wire Fabric Steel: Deformed type, ASTM A497; unfinished. 2.4 CONCRETE MATERIALS 2.4.1 Concrete Materials: Provide fine aggregate, coarse aggregate, Portland Cement, fly ash, ground granulated blast furnace slag, water, air entraining agent, and chemical admixtures in accordance with Section 800, 801, 830, 831, 832, 833, and 880 of GDOT Standard Specifications. 2.5 ACCESSORIES 2.5.1 Curing Compound: ASTM C309 (AASHTO M -148), Type 1 clear or translucent or Type 2 white pigmented. 03213 -3 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 2.6 CONCRETE MIX 2.6.1 Mix and deliver concrete in accordance with Section 430 of GDOT Standard Specifications. 2.6.2 Roadway and Area Pavement concrete: Air entrained conforming to the following criteria: • Flexural Strength: 650 psi at 28 days. • Slump: 1.5 inch maximum for slip form method, 3 inches maximum for fixed form hand methods. • Minimum Cement Content: 526 pounds /cubic yard. • Maximum Water /Cement Ratio: 0.559. • Air Entrainment: Between 4.5 and 5.5 percent. 2.6.3 Class A Concrete for sidewalk, curb, curb and gutter, and other incidental site concrete: Air entrained, vibrated conforming to the following criteria: • Compressive Strength: 3,000 psi at 28 days. • Maximum Slump Vibrated: 3.5 inches. • Minimum Cement Content: 564 pounds /cubic yard. • Maximum Water /Cement Ratio for Angular Aggregate: 0.532. • Maximum Water /Cement Ratio for Rounded Aggregate: 0.488. • Air Entrainment: 6.0 percent plus or minus 1.5 percent. 2.6.4 Use accelerating admixtures in cold weather only when approved by the Engineer in writing. Use of admixtures will not relax cold weather placement requirements. 2.6.5 Use calcium chloride only when approved by the Engineer in writing. 2.6.6 Use set retarding admixtures during hot weather only when approved by the Engineer in writing. 2.7 SOURCE QUALITY CONTROL AND TESTS 2.7.1 Quality Requirements: Testing and Inspection Services in accordance with Section 430 of GDOT Standard Specifications. 2.7.2 Submit proposed mix design of each class of concrete to independent firm for review prior to commencement of Work. 2.7.3 Tests on cement, aggregates, and mixes will be performed to ensure conformance with specified requirements. 2.7.4 Test samples in accordance with ACI 301 for compressive strength (cylinders) and flexural strength (beams.) 3. EXECUTION 3.1 EXAMINATION 3.1.1 Verify existing conditions before starting work. 03213 -4 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3.1.2 Verify compacted base course is acceptable and ready to support paving and imposed loads. 3.1.3 Verify gradients and elevations of base are correct. 3.1.4 Verify utility structure frames and lids are installed in correct position and elevation. 3.2 PREPARATION 3.2.1 Moisten base to minimize absorption of water from fresh concrete. 3.2.2 Coat surfaces of manhole, catch basin, and other utility structure frames with oil to prevent bond with concrete pavement. 3.2.3 Notify Engineer minimum 24 hours prior to commencement of concreting operations. 3.3 FORMING 3.3.1 Place and secure forms to correct location, dimension, profile, and gradient. 3.3.2 Assemble formwork to permit easy stripping and dismantling without damaging concrete. 3.3.3 Place joint filler vertical in position, in straight lines. Secure to formwork during concrete placement. 3.4 REINFORCEMENT 3.4.1 Place reinforcement as indicated on Drawings. 3.4.2 Interrupt reinforcement at contraction and expansion joints. 3.4.3 Place dowels to achieve pavement and curb alignment as detailed. 3.4.4 Provide doweled joints 18 inches on center at transverse joints with one end of dowel set in capped sleeve to allow longitudinal movement. 3.5 PLACING CONCRETE 3.5.1 Place concrete in accordance with Section 430 of GDOT Standard Specifications. 3.5.2 Place concrete using the slip form technique wherever possible. 3.5.3 Ensure reinforcement, inserts, embedded parts, and formed joints are not disturbed during concrete placement. 3.5.4 Place concrete continuously over the full width of the panel and between predetermined construction joints. Do not break or interrupt successive pours such that cold joints occur. 3.5.5 Place concrete to pattern indicated on Drawings. 03213 -5 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3.6 PAVEMENT JOINTS 3.6.1 Provide expansion, contraction, and construction joints as indicated on Drawings. 3.6.2 Place expansion joints at 60 foot maximum intervals. Place contraction joins at 20 -foot maximum intervals. Align pavement joints with curb, gutter, and sidewalk joints. 3.6.3 Place joint filler between paving components and building or other appurtenances. Recess top of filler 1/2 inch for backer rod and sealant placement. 3.6.4 Saw cut contraction joints 3/16 inch wide or as indicated at an optimum time after finishing. Cut 1/3 into depth of slab. 3.7 SIDEWALK, CURB, AND CURB AND GUTTER JOINTS 3.7.1 Provide sawn joints at 5 -foot intervals. Provide 3/4 inch expansion joint at 30 feet maximum and between sidewalks and curbs and structures. 3.7.2 Align sidewalk, curb and gutter joints with pavement joints. 3.8 FINISHING 3.8.1 Area Paving: Heavy broom. 3.8.2 Sidewalk Paving: Light broom. [Brush to 6 inch radius with smooth trowel joint edges.] 3.8.3 Median Barrier: Light broom and trowel joint edges. 3.8.4 Curbs and Gutters: Light broom. 3.8.5 Inclined Vehicular Ramps: V- grooves with mechanical equipment and spring tines, perpendicular to slope. 3.9 EXPOSED AGGREGATE 3.9.1 Apply surface retarder where exposed aggregate finish is indicated. 3.9.2 Wash exposed aggregate surface with clean water and scrub with stiff bristle brush exposing aggregate to match sample panel. 3.9.3 Sand blast concrete surfaces to achieve aggregate exposure surface to match sample panel. 3.10 CURING 3.10.1 Place curing compound on concrete surfaces immediately after finishing. 3.10.2 Cover with burlap or polyethylene film to protect from cold weather and rain. 3.11 JOINT SEALING 03213 -6 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 3.11.1 Separate pavement from vertical surfaces with 1/2 inch thick joint filler. 3.11.2 Place joint filler in pavement pattern placement sequence. Set top to required elevations. Secure to resist movement by wet concrete. 3.11.3 Extend joint filler from bottom of pavement to within 1/2 inch of finished surface. 3.12 TOLERANCES 3.12.1 Maximum Variation of Surface Flatness: 1/4 inch in 10 feet. 3.12.2 Maximum Variation From True Position: 1/2 inch. 3.12.3 Maximum Variation in thickness: 1/2 inch. 3.13 FIELD QUALITY CONTROL 3.13.1 Field inspecting, testing, adjusting, and balancing. 3.13.2 Prepare three concrete test beams for every 1,333 or less square yards of pavement for each class of concrete placed each day. 3.13.3 Prepare one additional test beam during cold weather and cured on site under same conditions as concrete it represents. 3.13.4 One slump test will be taken for each set of test cylinders taken. 3.13.5 Maintain records of placed concrete items. Record date, location of pour, quantity, air temperature, and test samples taken. 3.13.6 Take one 4 -inch diameter core for every 1,333 square yards or less of pavement for each class of concrete placed each day. 3.14 PROTECTION 3.14.1 Immediately after placement, protect pavement from premature drying, excessive hot or cold temperatures, and mechanical injury. 3.14.2 Do not permit pedestrian or vehicular traffic over pavement for 7 days minimum after finishing. 3.15 SCHEDULES 3.15.1 Concrete Sidewalks: Class A Concrete, compressive strength of 3,000 psi at 28 days, 4 inches thick, buff color Portland cement, light broom finish. 3.15.2 Roadway Pavement Concrete: Non - reinforced, flexural strength of 650 psi at 28 days, 8 inches thick, wood float finish. 3.15.3 Propane Tank Slab: Class AA Concrete, 4,500 psi 28 day concrete, 6 inches thick, , 6/6 - 6 03213 -7 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG x 6 inch mesh reinforcement, light broom finish. END OF SECTION 03213 -8 July 2012 Butler Creek Trailhead Park WKD# 20100069.01.AG 1.0 GENERAL 1.1 These specifications are for a fully engineered clear span bridge of welded steel construction and shall be regarded as minimum standards for design and fabrication. 1.2 SUBMITTALS Augusta Richmond County, GA Butler Creek Trailhead Park WKD No. 20100069.01.AG SECTION 34 90 00 PRE - FABRICATED BRIDGE SPECIFICATIONS (a) The Contractor shall submit calculations of the complete structural analysis for the bridge prepared by the pre- fabricate bridge manufacturer. The calculations should clearly indicate each loading condition analyzed, the concentrated and uniform dead and live loads applied to the structure, loading combinations, and all frame base reactions. (b) The Contractor shall submit with the calculations written certification from the pre - engineered building manufacturer, bearing the seal of a Professional Engineer registered in the state in which the building is to be constructed, certifying that the bridge design meets or exceeds the specified design criteria. (c) Submit detailed Shop Drawings for the bridge complete with cross sections and elevations indicating the geometry of the members, sizes, and other primary and secondary structural members. The Shop Drawings shall also indicate all the installation details, materials, finish information, fastener types, and other required details. (d) The structural analysis calculations, Shop Drawings, and anchor bolt setting plan shall bear the seal of a Professional Engineer registered in the state in which the building is to be constructed. 1.3 Qualified Suppliers (a) Each bidder is required to identify their intended bridge supplier as part of the bid submittal. Qualified suppliers must have at least 5 years experience fabricating equal or larger type structures. (b) Pre - Approved Manufacturers: CONTECH Bridge Solutions Inc. 4021 Gault Avenue South Fort Payne, AL 35967 Echo Bridge, Inc. P. O. Box 89 Elmira, New York 14902 Excel Bridge Manufacturing 12001 Shoemaker Avenue Santa Fe Springs, CA 90670 (b) Suppliers other than those listed above may be used provided the owner's agent evaluates the proposed supplier and approves the supplier 14 business days prior to bid. (c) The contractor must provide the following documentation, for any proposed Supplier who is not pre - approved, at least 14 business days prior to bid: Pre- Fabricated Bridge Specifications Section 34 90 00 - 1 • • • • • • • • • • • • • • • • S • S • • • • • • • S • • • • • • • • • • • I I i I 1.4 The bridge required will be a Pratt style truss, as indicated on the drawings. 1.5 At a minimum, the top chord of the truss shall be fabricated from HSS steel and cambered on a smooth radius. 1.6 Superstructure depth from bridge deck surface to bottom of steel shall be maintained as indicated on the engineering drawings for each individual bridge. 1.7 Bridge shall be manufactured with all skew, superelevations, etc. to comply with engineering drawings. Concrete abutment design including back -wall height shall be maintained as shown on the foundation design drawings. Final anchor bolt locations to be set with final bridge design. Concrete abutments shown on drawings are conducive to bridge shown on drawings. Any changes needed to modify abutments for alternate bridge must be designed and sealed by the Engineer of Record. 1.8 All formwork for concrete floor: side forms and end dams along with deck pans shall be supplied by bridge manufacturer. 2.0 DIMENSIONS 2.1 Width: Inside clear width of bridge shall be as indicated on the drawings. 2.2 Span: Center to center of bearing of bridge shall be as indicated on the drawings. 2.3 Number of Spans: Number of spans shall be as indicated on the drawings. 2.4 Camber: Bridge shall be cambered to offset dead load and appear flat. All vertical truss members shall be perpendicular to the ground (horizon) after the bridge is erected and dead loads applied. 3.0 DESIGN 3.1 Design Criteria: The design of the bridge shall be in accordance with the American Association of State Highway Transportation Officials Standard Specification For Highway Bridges 17th Edition with interim revisions (herein referred to as "AASHTO ") Allowable Stress Design. Augusta Richmond County, GA Butler Creek Trailhead Park WKD No. 20100069.01.AG • Product Literature • All documentation to ensure substitution will be in compliance with these specifications. This shall include: o Project specific representative drawings for bridge projects listed above with material and design code references. o Warranty Information. o AISC Shop Certification or equivalent QA/QC procedures. o Welder Qualifications. (d) Proposed suppliers must have at least five (5) years experience designing and fabricating these type structures and a minimum of five (5) successful bridge projects, of similar style and construction as specifically written in these specifications and drawings, each of which has been in service at least three (3) years. List the location, bridge size, owner, and a contact for reference for each project. (e) The owner's agent will evaluate and verify the accuracy of the submittal prior to bid. If the owner's agent determines that, the qualifying criteria have not been met, the contractor's proposed supplier shall be rejected. This ruling shall be final. Pre - Fabricated Bridge Specifications Section 34 90 00 - 2 3.2 Open truss bridges shall be designed per AASHTO section 10.16.12 and by a professional engineer experienced in truss bridge design and top chord stability criteria utilizing elastic lateral restraints. In addition to normal dead loads, the bridge shall be designed for the following: 3.2 Uniform Live Load: Pedestrian bridges shall be designed for an evenly distributed live load of 85 pounds per square foot of deck area in accordance with AASHTO Section 3.14 criteria. 3.3 Vehicle Load: Pedestrian bridges with the occasional slow moving maintenance or emergency vehicles, impact load or factor is not required. Bridges will also be designed to withstand a moving concentrated load of a vehicle weighing 20,000 pounds. The vehicle is two -axle emergency vehicle with two tires, front axle and four tires, rear axle. The load shall be distributed such that 80% of the load is on the rear axle (per AASHTO). 3.4 Wind Load: The bridge structure shall be designed for wind loads in accordance AASHTO section 3.15. The minimum wind load shall be designed for 30 pounds per square foot (approximately 100 mph). The wind is calculated on the entire vertical surface of the bridge as if fully enclosed. The wind load shall change proportionally to the square of the change in design velocity for local requirements. 3.5 Seismic: All bridges shall be designed for seismic loads of the intensity required by AASHTO criteria unless specified otherwise. 3.6 Temperature: Bridge shall be designed to accommodate a temperature differential of 120 degrees Fahrenheit. Slip pads of UHMW polyethylene shall be placed between the smooth surface of this setting plate and the smooth bearing plate of the bridge. At minimum 1", clearance shall be provided between the bridge and concrete abutments. 3.7 Deflection: The vertical deflection of the bridge due to pedestrian live load shall not exceed 1/500 of the span length. The maximum deflection due to vehicular loads shall not exceed 1/800 of the span length. For pedestrian comfort, the minimum live load used for the deflection check shall be a minimum of 600 pounds per lineal foot of bridge. The horizontal deflection due to lateral wind load shall not exceed 1/500 of the span length. 3.8 Load Combinations: Combination of loads shall be as per AASHTO Section 3.22 3.9 Shop Drawings: Shop drawings and design calculations shall be prepared and submitted to the owner for approval. The contractor shall be responsible for verification of all field dimensions prior to bridge fabrication. 4.0 MATERIALS Tubular members and their connections shall be designed per the AISC "Hollow Structural Sections Connections Manual" latest edition. 4.1 All structural members shall have a minimum thickness of material of at least 5/16 ", per AASHTO section 10.8. 4.2 Unpainted Weathering Steel bridges shall be fabricated from ASTM A709 steel for plates, structural shapes and tubular sections. Minimum yield (Fy) shall be greater than 50,000 psi. All members of the truss system shall be fabricates from square /rectangular hollow structural sections. Wide flange members may be used for floor beams. Open ends of tubular sections shall be capped. Augusta Richmond County, GA Butler Creek Trailhead Park WKD No. 20100069.01.AG Pre - Fabricated Bridge Specifications Section 34 90 00 - 3 4.3 Concrete Floors shall be completely formed by the bridge manufacturer with a minimum of 22 gauge galvanized floor deck. The floor deck shall be manufactured by a member of the Steel Deck Institute or have their deck properties certified by the Steel Deck Institute. The slab shall carry 200 pounds per square foot superimposed live load. The pouring and finishing of 4000 psi lightweight concrete (no additives allowed) and the furnishing of the reinforcement shall be the responsibility of the contractor. After the concrete has cured, an appropriate sealer shall be applied by the contractor. 4.4 Field splices shall be bolted with High Strength ASTM A325 bolts; type 3 bolts are required for weathering steel bridges. 4.5 Welding materials shall be in strict accordance with the American Welding Society (AWS). Structural Welding Code D1.1. for tubular members and ASSHTO /AWS D1.5 Bridge Welding Code for Structural Steel Members. Filler metal as specified in 4.1 shall be used for the particular welding process required. Welders will be certified in accordance with AWS D1.1. 4.6 Bridge bearing shall consist of a steel setting or slide plate placed on the abutment or grout pad. The bridge bearing plate, which is welded to the bridge structure, shall bear on this setting plate. The bridge bearing shall sit in a recessed pocket on the concrete abutment. The bearing seat shall be a minimum of 16" wide. The step height (from bottom of bearing to top -of -deck) shall be determined by the bridge manufacturer. 5.0 FABRICATION AND QUALITY CONTROL 5.1 Bridge fabricator shall be simple bridge certified by the American Institute of Steel Construction. 5.2 To ensure quality control during bridge fabrication, the bridge supplier shall be the designer and fabricator of the bridge and shall not assign, sublet, or subcontract any part of the bridge fabrication. 5.3 Workmanship, fabrication, and shop connections shall be in accordance with American Association of State Highway and Transportation Officials Specifications (AASHTO). 5.4 Each bridge shall be inspected by a Certified Weld Inspector that is qualified under the AWS QC -1 program. This inspection shall include, as a minimum requirement, the following: review of shop drawings, weld procedures, welder qualifications, and weld testing reports; visual inspection of welds, verification of overall dimensions, and geometry of the bridge. A report shall be produced indicating the above items were reviewed. The report shall be signed by the CWI, signifying compliance with AWS D1.1 codes. 5.5 All structural elements used in the bridge shall be identified by heat number of the steel member used. Specific mill test reports and individual welder certificates shall be tracked and kept on file to be provided at the request of the owner or engineer. 5.6 Welding operators shall be properly accredited experienced operators, each of whom shall submit satisfactory evidence of experience and skill in welding structural steel with the kind of welding to be used in the work, and who have demonstrated the ability to make uniform good welds meeting the size and type of weld required. 5.7 All welding shall utilize E70 or E80 series electrodes. The weld process used shall be Flux Core Arc Welding (FCAW) or Gas Metal Arc Welding (GMAW) or Shielded Manual Arc Welding (SMAW per ANSI /AASHTO /AWS D1.5) "Bridge Welding Code." Augusta Richmond County, GA Butler Creek Trailhead Park WKD No. 20100069.01.AG Pre - Fabricated Bridge Specifications Section 34 90 00 - 4 5.8 The connection of bridge end post to top chord shall be a mitered joint with the exposed welds ground smooth. 5.9 The connection of the floor beam to a pony truss system shall not be solely connected into the side of a tubular bottom chord without the use of additional stiffeners. 5.10 When the collection of water inside a structural tube is a possibility, either during construction or during service, the tube shall be provided with a drain hole at its lowest point, to let water drain out. 6.0 RAILINGS & ACCESSORIES 6.1 All railings shall have a smooth inside surface with no protrusions or depressions. All ends of angles and tubes shall be closed and ground smooth. In accordance with AASHTO, railings for bicycle use shall be a minimum height of 54" above the floor deck. 6.2 Safety Rails: Continuous rails shall be located on the inside of the trusses. The rails will be horizontal safety rails with a maximum opening of four (4) inches or vertical picket rails with a maximum opening of four (4) inches. The Rail Design will be selected by the Owner. 6.3 Toe Plate: A 5" steel channel shall be located 2" above the floor deck. 7.0 FINISHES Blast Cleaning 7.1 All Blast Cleaning shall be done per OSHA regulations and shall comply with all federal, state, and local environmental regulations at the site of cleaning. Proper personal protective equipment (PPE) shall be used in accordance with OSHA regulations for PPE for blasting operations. Airborne dust shall be collected by a dust collection system designed for that purpose. 7.2 To aid in providing a uniformly "weathered" appearance to weathering steel, all boldly exposed surfaces of steel shall be blast cleaned in accordance with Steel Structures Painting Council Surface Preparation Specifications No. 7 Brush -Off Blast Cleaning, SSPC -SP7 latest edition. Exposed surfaces of steel shall be defined as those surfaces seen from the deck and from outside of the structure. Stringers, floor beams, lower brace diagonals and the inside face of the truss below deck and bottom face of the bottom chord need not be blasted. 8.0 DELIVERY AND ERECTION 8.1 Bridges will be delivered by truck to a location nearest to the site accessible by roads. Hauling permits and freight charges are the responsibility of the manufacturer. The contractor may require each bridge span to be delivered to two different sites. It will be the contractor's responsibility to transport the bridge from the road to the bridge site on the bike path right of way. 8.2 The manufacturer will notify the contractor in advance of the expected arrival time. Information regarding delays after the trucks depart the plant such as inclement weather, delays in permits, re- routing by public agencies or other circumstances will be passed on to the contractor as soon as possible, but the expense of such unavoidable delays will not be accepted by the manufacturer. Augusta Richmond County, GA Butler Creek Trailhead Park WKD No. 20100069.01.AG Pre - Fabricated Bridge Specifications Section 34 90 00 - 5 8.3 The manufacturer will advise the contractor of the actual lifting weights, attachment points, and all necessary information to install the bridge. Unloading, splicing, bolting, and proper lifting equipment is the responsibility of contractor. 8.4 The contractor shall procure all necessary information about the bridge and its loads. The information shall be transferred by the contractor to the Engineer of Record. The Engineer of Record will adjust the design of the bridge abutments, piers, and /or footing to match the bridge provided by the contractor. The contractor shall install the anchor bolts in accordance with the manufacturer's anchor bolt spacing dimensions. 8.5 The erection of the bridge on the abutments and bents shall be by the contractor. The construction of abutments, pile caps, piles and bents shall be by the contractor. 9.0 WARRANTY 9.1 The manufacturer shall provide a warranty against defects in material and workmanship for a period of ten years. Augusta Richmond County, GA Butler Creek Trailhead Park WKD No. 20100069.01.AG Pre - Fabricated Bridge Specifications Section 34 90 00 - 6 EXHIBIT A - PLAYGROUND EQUIPMENT ROCKS " OPES A OVENTU R E,vtRYG R OUND5 530- 05 -2664 www, up cp a rks: com • • • f • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • ROCK ROPE. ADVENTUR ":'IPI"A Y6 "°U 14 DS Plan Vier 8= i-o :Us Scale: 1 Elevation Seate: 1841* Use Zone Perimeter 12 Wood chips - ...hown par 1 I ; arent Footing not required EXHIBIT A - PLAYGROUND EQUIPMENT Jo' Install with Straps (2) around log Install with Crane or other suitable equipment Weight is 1,500 lbs. P4ft Nalne tr,_99 itts '1 : ' rt'N' urnbr 2-12 vVot 1 2 #4)*' `44§ 2.2010. - - 12" Wood chips - shown partially transparent for clarity If Rubber surfacing used - recess footing to depth shown Footing not required Notes: Material = Polyfibercrete Finish/Texture = light sandblast Concrete Color = Beige Stain; Rock = New River Limestone (custom a Log = Chestnut Sealer = Acrylic Concrete Sealer ilable) ROCKS :fliaPES ADVENTURE PLAYGROUNDS 12" Wood ct - t own part'. Iy vanspa rent Footing not required Elevation Sc ale: 1/4 = UPC Parks www. tit= parks .coin 530.6052664 Plan View - Use Zone Scale: 1/8" 214" W-8" 9 _ riRitrtlt)"F` C 1230141 Vvettit:' 1.330 Itr,s EXHIBIT A - PLAYGROUND EQUIPMENT Use Zone Perimeler Install with Straps (2) around log Install with Crane or other suitable equipment Weight is 1500 lbs. 12" Wood chips - shown partially transparent for clarity If Rubber surfacing used - recess footing to depth shown Footing not required Notes: Material = Polylibercrete Finish/Texture = light sandblast Concrete Color = Beige Stain; Rock = New River Limestone (custom available) Log = Chestnut Sealer = Acrylic Concrete Sealer 12" Wood chips - shown partially transparent oottig Required - See footing (label for size Place 3" of Soli over Footing Install with Lifting Eyes (2) from top Install with Crane or other suitable equipment Weight is 4,200 lbs. Max capacity 4 individual ropes. Actual quantity will be based on playground design. Anchor to footing with 6 x Simpson Titen HD 112" x 12" Concrete Screw set in 1/2" dia. hole All hardware supplied by Mfg. 12" Wood chips - shown partially transparent for clarity If Rubber surfacing used - recess footing to depth shown Footing Required - See footing detail for size Place 3" of Soil over Footing Notes: Material = Polyfibercrete Finish/Texture = light sandblast Concrete Color = Beige Stain = New River Limestone (custom available) Sealer = acrylic concrete sealer www.upcparks.com 530.605.2664 fort L : 121 8'-:V vvxri.1 -4,2 lbs. 3*-0' EXHIBIT A - PLAYGROUND EQUIPMENT 2-2010 ADVENTURE PLAYGROUNDS 530.605.2664 Plan View - Use Zone Scale: 1/8"; 1-0" 12" Wood chips - shown partially transparent Footing Required - See footing detail for size Place 3" of Soil over Footing Elevation Scale: 1/4" = 1'-0" LeIngtti: EXHIBIT A - PLAYGROUND EQUIPMENT 5 t_€fting: 2 x Pick Points 12103 w 01;)0 tbs 5'-O" 10i '4 Install with Lifting Eyes (2) from top Install with Crane or other suitable equipment Weight is 8,000 lbs. Max capacity 7 individual ropes. Actual quantity will be based on playground design. Anchor to footing with 6 x Simpson Titen HD 1/2" x 12" Concrete Screw set in 1/2" dia. hole All hardware supplied by Mfg, 12" Wood chips - shown partially transparent for clarity If Rubber surfacing used - recess footing to depth shown Footing Required - See footing detail for size Place 3" of Soil over Footing Notes: Material = Polyfibercrete Finish/Texture = light sandblast Concrete Color = Beige Stain = New River Limestone (custom available) Sealer = acrylic concrete sealer EXHIBIT A - PLAYGROUND EQUIPMENT ADVENTURE PLAYGROUNDS Isometric View Notes: Material = EPDM Rubber and Polyfibercrete Finish/Texture = light sandblast Concrete Color = Beige Stain = New River Limestone (custom available) Sealer = acrylic concrete sealer 12" Wood chips - shown partially transparent for clarity If Rubber surfacing used - recess part to depth shown No Footing Required Install with Bobcat Weight is 150 lbs. - ' **t Lb Ma x - 2-2010 Elevation Notes: Material = Polyfibercrete Finish/Texture = light sandblast Concrete Color = Beige Stain = New River Limestone (custom available) Sealer = acrylic concrete sealer UPC Parks www.upcparks.com 530.605.2664 2'-7" 12" Wood chips - shown partially transparent for clarity If Rubber surfacing used - recess part to depth shown No Footing Required ROCKS1LRO PES ADVENTURE PLAYGROUNDS Isometric View EXHIBIT A - PLAYGROUND EQUIPMENT Install with Straps through Slot Weight is 500 lbs. ft 2403 Ma lbs '4th 500 ' Ma EXHIBIT A - PLAYGROUND EQUIPMENT ROCK OPES ADVENTURE PLAYGROUNDS Isometric View Install with Straps through Slot Weight is 800 lbs. Elevation Scale: 1/2" 1'-O" 4*-2" Notes: Material = Polyfibercrete Finish/Texture = light sandblast Concrete Color = Beige Stain = New River Limestone (custom available) Sealer = acrylic concrete sealer Letflfd H )1) Rock 1.404 ' * 4 v w6olth' Oa. 2-201 12" Wood chips - shown partially transparent for clarity If Rubber surfacing used - recess part to depth shown No Footing Required UPC Parks www.upcparks.com 30.605.2664 • • • • • • • • • • • • • • • • • a I 1 BIG TIMBER POST TOPPER 704 -620 0 ) ECK 4 -502 -9 -4 J 6' \ L - 170L �� Z8 "y`��� N011`d1S HON11d cn NO w 1 O i ARCH BRI 704 -970 -4 S/T t' qR O � 9 6 S � � �F < R q 6 �2 '7 FC'JR N. 7 � BIG TIMBER STEP (4' DECK) TRANSFER LH, ROCK RH 704- 637 —LR p c iipment use by children, Miracle recommends the installation of either a Miracle safety sign or other appropriate safety signage near each p 1191111 ab• •• 411111A4P0 •ritI• * 000 HEXAGON LEAF ROOF 704 -966 -6 stem's main entry poi o inform parents and supervisors of the age appropiatene wr0 W• • • G iPRA • • • • • 0 • S • 0 0 • • • • • 0 0 a I