Loading...
HomeMy WebLinkAboutCONTRACT BETWEEN AUGUSTA, GEORGIA AND CRANSTON ENGINEERING GROUP FOR AUGUSTA CANAL EMBANKMENT REPAIR AND WATER LINE IMPROVEMENTS Contract Documents and Specifications for Embankment Repair I Au • t ► s��. Canal and I Line Improvements Water I . djacent to utt ► ride Iprepared for of Augusta, GeorgiaCity f - w , , G ' O i {GG. t }A I I (11(!x:isRTEGI74fit 4 � I NO. 11971 PROFESSIONAL a 4 -' 414 NGN ��V A 014 1D 15- i Cranston I Engineering �. uffis nimi Group P.C. ' ....■►� 1.4, , ."w�Wircars'` ENGINEERS - PLANNERS - SURVEYORS IApril 2013 Last Revised October 8, 2015 2212-0374 I • pp ."s fib:• ` a r. 4 _,47.....„,,,, , l"-- �. R D 1 a • UTILITIES DEPARTMENT Deans Davis,RE. Director Tom ammeP.E. Assistant Director Director June 8,2016 Mr.William Mutimer Blair Construction P.O.Box 770 Evans,GA 30809 rovement Adjacent to Butt Bridge Bid 16-127,Augusta Canal Embankment and Water Line Irnp Re: Update to Project Scope Dear Mr.Mutimer: the Augusta Canal 19,2016 regarding u are aware the record of our phone conversation of May project. As you 28,2016. Thismanter serves as Improvement Adjacent to Butt Bridge department Embankment would WatertoLine of the project as it was bid on January department would like adjust the overall scope I hem A,entitled Embankment Repair, is still to take place per the plans and projectispecifications,at at'rons, Due to changes in the Butt Bridge pursuing Rehabilitation Project by others this department will no long Utilities Impro"�n�s' work efforts under Item B; to honor the pricing department that Blair Construction is still willing lli"� 2016. I Please provide confirmation to this dap by Wednesday,and desiressg ent response found below can be faxed to 7the construction of Item A 06-312-4133. I Acknowledgment rasp Blair Construction ACCEPTS those changes as proposed 0 Blair Construction DECLINES these changes as proposed. r I '�� Title of Blair Representative Signature of Blair Representative ISigna I Eastaaring omen GA 30901 360 Bay Street,Suite 110•Augusts, (706)3124132-Fax(706)3124 133 W WW.AUGUSTAGA.GOV 0 R G 1 A UTILITIES DEPARTMENT Deanna Davis,U. Tom W�ImeD Y.E. P.BAssistant Director Dirr ector the working relationship we have with Blair Construction and looks The City of Augusta appreciates forward to our continued successes. Respectfully' AUGUSTA UTILITIES DEPARTMENT AUGUSTA PROCUREMENT DEPARTMENT DEPARTMENT ./fi .v4a.1 ovA 79.(J' �. GerSams Tom Wredmeier,P.E. Director Dir Sams ctor cc: Ms.Deanna Davis.P.E..Asst.Director of Engineering 1 1 '■ Engineering DivisioGA 30901 360 Day Street.Suite 180- (7061312.4132 an(706)31Augusta.GA 3 WWW.AUGUSTAGA.GO' — 111111111111111111111111111111111111111111111..........m.- CONTRACT DOCUMENTS AND SPECIFICATIONS FOR AUGUSTA CANAL EMBANKMENT REPAIR AND WATERLINE IMPROVEMENTS ADJACENT TO BUTT BRIDGE Augusta, Georgia AUGUSTA-RICHMOND COUNTY COMMISSION The Honorable Hardie Davis, Jr.,Mayor William Fennoy Dennis Williams Mary Davis Sammie Sias Bill Lockett Ben Hassan Sean Franton Wayne Guilfoyle Marion Williams Grady Smith Janice Allen Jackson Administrator I Tom Wiedmeier,PE IDirector, Augusta Utilities Department ICranston Engineering Group,P.C. Engineers - Planners - Surveyors I Augusta, Georgia 2012-0374 April 2013 Last Revised October 8, 2015 CONTENTS SECTION TITLE # OF PAGES I Invitation to Bid 3 IB Instructions to Bidders 4 P Proposal 3 A Agreement I NA Notice of Award 1 NP Notice to Proceed 1 CO Change Order 2 BB Bid Bonds PB Performance and Payment Bonds 5 5 GC General Conditions 47 SC Supplementary General Conditions 13 Standard and Technical Specifications 89 02055 Soils—Structural 02060 Aggregate 02221 Selective Demolition 02230 Clearing and Grubbing 02240 Excavation and Backfilling 02250 Dewatering 02324 Trenching 02374 Erosion, Sedimentation&Pollution Control Measures 02512 Site Water Distribution 02513 High Density Polyethylene Pipe and Fittings 02514 Horizontal Directional Drilling 02516 Disinfection of Water Distribution 02520 Concrete Paving 02740 Flexible Pavement Structures 02750 Concrete Construction 02760 Flowable Fill Material 02822 Fence Removal and Replacement,New Replaced In-Kind I 02924 Grassing and Mulching 03010 Measurement and Payment Appendix A Geotechnical Investigation at Archibald Butt Memorial Bridge, Augusta, Georgia, January 29, 2013 I I SECTION IB INSTRUCTIONS TO BIDDERS IB-01 GENERAL Allp roposals must be presented in a sealed envelope, address ed thtoe einO toniERr bide.proposal must be filed with the OWNER on or before the time state Mailed proposals will be treated in every respect as though filed in person and will be subject to the pro p same requirements. Prior to e time Proposals received subsequent to the time stated will be f the bidderreturned �pbut no proposal hmay be stated any proposal may be withdrawn at the discretion p din the execution of withdrawn for a period of sixty (60) days after bids have been opened, peng contract with the successful bidder. IB-02 EXAMINATION OF WORK Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work; the conformation of the ground; the character, quality and ants locoal t conditions;the facilities a d ed preliminary to and during the prosecution of the work; the general other matters which can in any way affect the work or fficer, the ocostr employee under of eethe OWNERcontract.No oral agreement execution conversation of the contract,shall affect or modifyany of the terms or obligations before or after the therein. IB-03 ADDENDA AND INTERPRETATIONS No interpretation of the meaning of plans, specifications or other pre-bid documents will be made to any bidder orally. Every request for such interpretation should e Ro writing ressed 530 Greene Street; to the Geri A. Sams, Director of Procurement; Procurement Department; Augusta, GA 30901 and to be given consideration must be received at last ten d anydays s prior to the date fixed for the opening of bids. Any and all suchinterpretations ntal instructions will be in the form of written addenda to the s(at the respect vepecifictions caddresses furnished , will be sent by facsimile or U.S. mail to all prospective biddersof bids. lure for such purposes),not later than five days prior to the date fixed for the lievle�u h bidder from of any bidder to receive any such addendum or interpretation shall not relieve any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. IB-04 PREPARATION OF BIDS Bids shall be submitted on the forms provided and must be signed sd by the bebinder or his the ed representative. Any corrections to entries made on bid forms signing the bid. Bidders must quote on all items appearing on the bid forms, unless specific directions in the IB-1 r ial advertisement, on the bid form, or in the special specifications on all items are not required,Failure ai dde s quote on all items may disqualify the bid. When quotations shall insert the words "no bid" where appropriate. Alternative bids will not be considered unless specifically called for. Telegraphic bids will not be considered. Modifications to bids sfor already submitted bs. itt fi will be lo 1 owed if submitted by telegraph prior to the time fixed in the Invitation sbe submitted as such, and shall not reveal the total amount of either the original or revised bids. f Bids by wholly owned proprietorships or partnerships will be sined by all d OWNbyE s secretaryBids e corporations will be by an officer ofcorporate seal to the proposae firm and hissignature thereof who will affix the NOTE: A 10% Bid Bond is required in all cases. IB-05 BASIS OF AWARD lude and cover The bids will be compared on the basis of unit prices,all labor reed, which will uisite or proper, completing the furnishing of all material and the performance of contract, and in the manner set forth and of all the work called for under the accompanying described in the specifications. Where estimated quantities are included in certain itemcloseapproximations,of the pmations ,they are not guaranteed. osal,they are for the purpose of comparing bids. While they are believed to be It is the responsibility of the CONTRACTOR to check 11 items govern. f construction. In case of error Where estimated quantities are in extension of prices in a proposal, unit bid prices shallg governs. included for lump sum item,the quantities are for information onlyand the lump sum IB-06 BIDDER'S QUALIFICATIONS No proposal will be received from any bidder unless he can present satisfactory evidence that he uffic is skilled in work of a similar nature to that covered contract shall submithas swith his proposal, nt assets to meet all obligations to be incurred in carrying out the work. sealed in a separate envelope, a FINANCIAL EXPERIENCE aPEa Iavailable, a'lable pliant EQUIPMENT QUI MENT STATEMENT, giving reliable information as to working p and his experience and general qualifications. The bidder to perform theR may make swork and the bidder shall uch investigations as are deemed necessary to determine the ability of thepurpose as maybe requested. The furnish to him all such additional information of ta the rthis evidensubmitted by the bidder or OWNER reserves the right to reject any bid investigation of him fails to satisfy the OWNER to the work t such bidder contemplated thereanifi P of the carry out the obligations of the contract and to comp evidence required above shall consist of a list of the names and addresses of not less than five (5) firms or corporations for which the bidder has done similar I IB-2 w IB-07 PERFORMANCE BOND At the time of entering into the contract, the CONTRACTOR shallgive bond to o the machinery for or the use of the OWNER and all persons of such contractoing �conditirk or furnishing for the payment as they become materials under or for the purposeving e due, of all just claims for such work, tools, machinery, skilland terms, the saving of he OWNER ork harmless from all cost and charges that may accrue onaccount specified, and for compliance with the laws pertaining thereto. ed lad bond ndo bsusiness be infor the Smount of the contract satisfactory to the OWNER and authorized b y Georgia. Attorne s-in-fact who sign bonds must file with each copy thereof a certified and effectively y dated copy of the power of attorney. IB-08 REJECTION OF BIDS Theseroposals are asked for in good faith, and awards will be made as soon as practicable, p , however to waive any provided satisfactory bids are received. Theright r to acceptda bid other than the lowest informalities in bidding, to reject any and all proposals, submitted if such action is deemed to be in the best interest of the OWNER. I I I I I IB-3 • SECTION P PROPOSAL Date: January 28,2016 Gentlemen: In compliance with your invitation for rthe projectundersigned referred to herein raso�s to furnish all labor, equipment and material,and perform all work fo AUGUSTA CANAL � ADJACENT BUKMENT REPAIR�BRIDGE D WATER LINE IMPROVEMENTS In strict accordance with the Contract Documents and in consideration of the amounts shown on the bid schedule attached hereto and totaling: Three Hundred Nine Five Thousand Eleven And 8 6 /100 Dollars ( $395,011.86 )• 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 in accordance with required contract performanceb alsoates based upon a agrees that the workAwill benotice co completed a time eed per each qualified task order. The undersigned hereby has been mutually agreed upon by the Augusta frame reasonable to accomplish the work, or that which Utilities Department,based op the scope for work for the task order as assigned. The undersigned acknowledges receipt of the following addenda: Addendum No. Addendum Date Enclosed is a bid guarantee consisting of a Bid Bond in the Amount of 10% of the bid amounL($39,501.19) Respectfully Submitted, Blair Construction,Inc. Firm P.O. Box 770 Evans,GA 30809 By: � ,� G' 11? Address TITLE: Vice President ;qe"¢ P—I BID SCHEDULE AUGUSTA CANAL EMBANKMENT REPAIR AND WATER LINE IMPROVEMENTS BUTT TO BRIGE 2012-0374 TO ACCOMPANY THE PROPOSAL OF BIDDER: Blair Construction,Inc. ADDRESS: p.o.Box 770 Evans, Geor t is 30809 ITEM NO. DESCRIPTIONUANT1TY UNIT &UNIT PRICE AMOUNT A. EMBANKMENT REPAIR 1. Demolition,Clearing and Grubbing $ /4/30.0 �. Lump Sum Excavation&Removal of Existing Embankment(2,132 C.Y. 2. Estimated) $ 74, �,�/ Cdr Lump Sum 3, Earth Fill,Compacted In Place(2,952 C.Y.Estimated) $ 8/ , 2 Lump Sum 4. Temporary Access $ 97/2- - � Lump Suns 5, Concreted Sidewalk ro 7 $ 531-0. 3. 883 S.Y. @$ 4'Z /S.Y. 6. Grass Matting Blanket,Including Grass Seed 7 �®� 1,367 S.Y. @$ 7g !f--!-- /S.Y. $ 7. Grassing $ /5-7y Lump Sum 8. Construction Exits 4P-f- A $ je g g �- 2 E.A. @$ /yam 9. Silt Fence,Type C,Installed and Removed After Construction r 2,330 L.F. @$ S"51:_ /L.F. $ /2 7Z/ 10. *Lump Sum Construction $ Z5-/jZ 07 Lump Sum I 4'7 7 EMBANKMENT REPAIR TOTAL $ Z7125740 "'NOTE: LUMP SUA'I DINGCONSTRUCTIIBUTNOT DCTO,MOBILIZATION,POFD STRIG T II)r C CONTRQLTEM, , L CONSTRUCTION LAYOUT,AND PROPERTY RESTORATION. P-2 I ITEM Na DESCRIPTION.QUANTITY,UNIT, &UNIT PRICE AMOUNT B. UTILITIES IMPROVEMENTS W-2A Water Main, 12 Inch RJDIF ®^ /L.F. $ /713c, 150 L.F. @$ //1" W-4 Miscellaneous Pipe Fittings z� 2645 LBS @$ 3 i /LB $ 22/03 W-5 Fire Hydrant, Complete with Valves,Fittings and Connector Pipe $ 1 E.A. @$ 5-(0 71- B.A. W-7A Gate Valve, 12 Inch $ 2 E.A. @$ z3 L7 2-- /EA. W-14A 2 Inch Short Side Water Service for Testing Purposes /4,Z 22--- !i, 2 E.A. @$ Z0/3 /E.A. $ 7 W-16 Tie To Existing Water Main, 12 Inch I2- z-41- 2 E.A. @$ 1Z 2-2- /B.A. $ g� W-21 12 Inch HDPE Directional Drill 32- 405 =405 L.F.@$ t/3 /L.F. $ LS-1 **Lump Sum Construction $ 7 7Z2._Lump Sum UTILITIES TOTAL $ GRAND TOTAL $ 37 **NOTE: LUMP SUM CONSTRUCTION INCLUDES ALL ITEMS NOT HAVING AN INDIVIDUAL BID ITEM, INCLUDING,BUT NOT LIMITED TO DEMOLITION,CLEARING AND GRUBBING,EROSION CONTROL MEASURES,FENCE REMOVAL AND REPLACEMENT,TEMPORARY AND PERMANENT GRASSING,MOBILIZATION,PEDESTRIAN TRAFFIC CONTROL, CONSTRUCTION LAYOUT AND PROPERTY RESTORATION P-3 ADDITIONAL ITEMS OF CONSTRUCTION TO BE PERFORMED IF SO REQUIRED BY THE ENGINEER: STATE UNIT PRICES: Item Description Unit-Price Unit W-5 Structural Soil for Trench&Backfill $ Ze7 ®-` /CY M-3 Aggregate for Pipe Bedding $ 33------ /CY P-4 CNA SURETY Bid Bond Bond No. 01-28-2016 CONTRACTOR: SURETY: Western Surety Company: South Dakota Corporation (Name, legal status and address) (Name, legal status and principal place Blair Construction, Inc. of business) PO Box 770 333 S.Wabash Avenue Evans, GA 30809 41st Floor Chicago, IL 60604 This document has important legal consequences. Consultation with an attorney is encouraged with OWNER: respect to its completion or (Name;legal status and address) modification. Augusta, Georgia Commission singular reference to 535 Telfair Street — Room 605 Anyotractur, Surety, Owner or Augusta, GA 30901 other party shall be considered plural where applicable. BOND AMOUNT: 10% of Amount Bid PROJECT: (Name, location or address,and Project number, if any) Augusta Canal Embankment Repair and Water Line Improvements Bid Item 16-127 The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors, administrators, successors and assigns,jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance t the Owner the such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pay difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner 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. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by.the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bondssh •�J' T R. be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. © °.. G _ When this Bond has been furnished to comply with a statutory or other legal requirement in the location of ie r6 'OR4 ;.-'.. any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herjfj fid, )a1; provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. iso x EI L 7•._ furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bony.'- a 7 2016 `� •1' 28th dayof January R 3 `: p t,•c k .;n Signed and sealed this Blair Construction, Inc. • �'�- ' __� (PrincN�Z ).,� L. /'1/./ ,,.viae+.,,.�3, ,. (Witness) `� (Title) Vice President �:�`— -'fit C.)fry;:* '',r Western Surety Company �, . .-eal) , ,� (Surety) ,o`'.°':a t ,A or -. ' ilk <3 (Witness) I (Title)Attorney in-Fact y c.3 t 4.,. �.. ' I Printed in cooperation with the American Institute of Architects(AIA). i'`,�r A ,.,, The language in this document conforms to the language used in AIA Document A310-Bid Bond-2010 Edition. - em Surety Company • POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and Sate of South Dekcta,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Thomas M Albus,Buck Leigh,Individually of Columbia,SC,its true and lawful Attorney(s)-in-Fact with foil lee wee and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of eimibir nature -In Unlimited Amounts- and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority herthy given,are hereby rarifiezo god confined. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 3rd day of June,2015. WESTERN SURETY COMPANY V5. President •aul T.Brunet,Vice State of South Dakota . ss County of Minnehaha On this 3rd day of June,2015,before me personally cane Paul T.B rust,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vic t President of WESTERN SUR.''?I COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires s.ETCH February 12,2021 ' `s• y sou s S.Eich,Notary Public CERTIFICATE I,L Nelson,Assistant Secretary of WESTERN SURETY CO -°PANY do hereby certify that the Power of Attorney he einabove set forth is still in force,and further certify that the By-Law of the corp:ration pri ated:_~the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 28th day of January,, , 2016 ogervi._ WESTERN SURETY COMPANY ,' L Nelson,Assistant Secretary Form F4280-7-2012 I • ,./.--_,.>47,..4„.......47.... 0 I A Attachment B You Must Goinpleie DS Return tiye 2 pa eyAtta___._bl_rie l S"--- "'olir SL�!t�inittat Document lutist Be Notaried, Augusta,Georgia Augusta Procurement Department ATTN: Procurement DIrector 535 Telfair Street, Suite 605 Augusta,Georgia 30901 Name of Bidder: Blair Construction,Inc. Street Address: 4308 Evans To Locks Road City,State,Zip Code: Evans Geor.is 30809 Email: nam blairconstruction.us Phone:_1(2.§:1§§,-__12_a______Fax: 706-868-1855 No: Do You Have A Business License? �� #00206 Business License#for your Company(Must Provide): your company will be required to obtain a Richmond County business license if awarded a Bid. 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, 708 312 5050. For further information contact the License and inspection Department @ 70_3a,Evans,Columbia Count List the Sfat Clt C tth t --- our license: ;(#5) : {#B) :{un :(#8) N.TE' H C APP-OPRL� Ec.XES ADD ADD ' @NAL NUMB:'SAS P' (CABLE Acknowledgement of Addenda:{#1) :(#2} (#3) { State Non.Dlscrimination The s undew th u understands org that it dersi ned covepolicy of nants that we have not discriusta,Georgia to promote min ed,on the basis and equal business face,religion,genderortunity for all persons atioinal business with Augusta,Georg(a. The un sig 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 of Augustaa local Georgia. The he business undersigned further covenants ovetsli that we have completed truthfully and fully the requiredTforms regardingdgood faith subcontractor/supplier uoconduct of any type against local small The undersigned further covenants and agrees not to engage Set forth below is the signature of an officer businesses,in conformity with Augusta,Georgia's Local Small Business Opportunity Program. of the bidding/contracting entity with the authority to bind the entity. has been made aware of understands and agrees to take The undersigned acknowledge and warrant that hisracticable opportunities fon do business with this Company; af{Irmative a at h s promis such n disc imi with las made am p That this promise of non-discrimination as made and set forth herein shall be continuing in nature and shall remain In full orce and effect without interruption; That the promises of non-discriminationtratorportion thereof which thiss made and set Co Company shall be and are hereby deemed to be made as part of and hereafter blain nadion as made and set forth herein Incorporated a by cri ay failure of this Company to satisfactorily discharge any of the promises ofno 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 i ding aca cr forfeiture of t e coront act,t termination due and owingofthe on tract suspension and debarment from future contracting opportunities,and nri Colltslon of Primo BldderlOfferor By submission of a bid,the vendor certifies,under penalty of perjury,that to the best of its knowledge and belief: competitor. (a)The prices in the bid havebeen matter relatingat to suchtprices with silusion,ng othervendorwith anyomp communications,or agreement,fort the purpose of restricting competition,as toanyquoted In the bid have not been knowingly disclosed by the vendor prior to (b) op ring, otherwise indtrectty,toany other law,theprices or to any competitor. partnership or corporation to submit or not to opening,direptly (c)No attempt has been made,or will be made,by the vendor to induce any other person, submit a bid for the purpose of restricting competition. peDeition. Cl llusions and fraud in bid preparation shall be reported to the State of Georgia IAttorney General and the United States Justice I Bid 16-127 Augusta Canal Embankment Repair and e improvements Adjacent to Butt Bridge Water d DUe Tuesday,January 26,2016 @g3:00 e 5 P m. I Confiici of i crest 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%TB,and pecuniary 2. rest in the business of the responding firm or his snor any ub-consuitant(s)hathereof, not any s any intublic er st that would conflicncy or official t in nyrman manner has degree with the ante performance related to this ITB. By submission of a bid,the vendor certifies under penally of perjurythat to the best of its knowledge and belief: , ion, (a)The pricesclm competition,as to any matter eat lating independently tsuch pricithout es with alnysothercvendotatoton�icommunications,loor agreement,for the purpose of restricting P (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 attemptaoathee been oor restricting competition.11 be made,by the vForor to induce any other person,partnership or any breach or violation of this provision,the Countytion to shall havenit or not to the right to terminate submit bidpurpose any related contract or agreemgnl without liability uonslderat oin�etion to deduct from the price, or otherwise recover, the full amount of such fee,commission,percentage,gift,payor Contr,_ actor Affidavit and Agreement By executing this which the undersigned contractor acting withugusta,Georgiarifies ts BardpofaCommissioners h s registered with and isaffirmatively participting inIndividual,a federal work or corpora rtment of Securitypot any equivalent the work verification of work authorization program operated by the Unitedrograms erated by the Stat s Department of Homelanted States d Security Homeland accordanceto verify information the applicabilityf provisions hired yand, pursuant to the immigration Reform and Control Act of 1988 (IRCA), P.L. 994031, In deadlines established in 0.C.G.A 13-10-91. The undersigned further agrees that,should it empthe usta, Georgi Boat of Commissioners,tcont actorin wilconnectionecurfrom such subcontractors}similar verification of compliance with0.C.G.A 13-10-91ursuant to this contract with Georgia rds on the compliance ddpro ideva iRule suchlverification toitheiaAugusta, Georgia Contractor Board offurther Commssine s atmaintain the time the of such compliance and provide a copy subcontractors)is retained to perform such service. Georgia Law requires your company to have an E-Vorify`User Identification Number(Company 1.D.)on or after July 1,2009. For additional information or to enroll your company,visit the State of Georgia website: '; hit>s:UE:-veru'Mscis,rlav/enroiil and/or hito•ltenry dol slaia t+a 1+s/odilrutes/3170 **E-Verify* User identification Number(Company l.D.) 224004 NOTE: VENDOR WILL BE REQUIREDITOO PROVIDE ACCOPY OF HOMELAND SECURITY'S MEMORAI.D.)MUST BE PROVIDED: IN NDUM OF ITION,THE IUNDER STAWARDED ft#OU) 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. Blair Construction Inc. • Q •-..•°•..- Name • v n OR�C:r- Comp-n � ,'O �•a,% BY: Authorized Officer or Agent �, (Contractor Signature) Y .t 1 y 7g ,:: 7 -:- Vice Presidentd>•+..°r� `� Title of Authorized Officer or Agent of Contractor .> Blair L. Mutimer Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE 28th DAY OFJanuary 2016 . / 44 __?2,,,---t_______ _ NOTARY SEAL Notary Public , ' G O i- My Commission Expires: Au: st 7, 2016 You Must Coln Acta and Return the 2 afies of Attachment Your Sulnp tt;l.Dong t tsi Be dari-ze i. PATRICK SCOTT DILLARDcarlto.t3 Bridge NOTARY PUBLIC Bid 16-127 Augusta Canal Embankment Repair and Water Due Tues annuurery z20104. :00 p.m. BURKE COUNTY ,.,ad ••• •s ,� bee6of14 STATE OF GEORGIA i~C)'`` My Commission Expires August 7.2016 `_' ii,- /--- f - ..---t.t.-----5-.' ./- 4--'1 G ,R,' O R GI A lli t�iusf Gorr► tete an____rl F_ctAiw with Your SuWniiffal. ocumant Mus4 t3 ic7takr vs! Systematic Alien Verification for Entitlements (sAvE) Program Verifying Status for Augusta, Georgia Benefit Application By executing this Affidavitapplicant for an Augusta, Georgia Business License or Occupation Tax affidavit under oath, as an Certificate, Alcohol License, Taxi Permit, Contract or other public benefit as reference in O.C.G. . Section 50-36-1, I am stating the following withpair respect p act tter Lmyine biInd foroan Augusta, Georgia contract for 16-127 Au: sta Canal Embankment ts Re Project Number and Project Name) Blair L. Mutimer (Print/Type:Name of natural person applying on behalf of individual,business,corporation,partnership,or other private entity] Blair Construction,Inc. or other private entity.)[PrintlTYP e Name of business,corporation,partnership, 1 )_____V______I am a citizen of the United States. i OR 2.) ----I am a legal permanent resident 18 years of age or older. OR alien (8 § USC 1641) or nonimmigrant under the Federal 3.) �__ I am an otherwise qualified immigration and Nationality Act(8 USC 1101 et seq.) 18 years of age or older and lawfully present in I i the United States.* In making the above representation under oath, I understand that any person who knowingly and willfully makes a false, fictitious, or fraudulent Utatement or of the Official representation of Georgia.n affidavit shall be guilty of a violation of Code Section S I ,l 1 to /�� #. C' _I, . . ;_` Signature of Applicant k':t, r®,�;, ''' -1i'-n G Blair L. Mutimer ,`; �rL �" PATRICK SCOTT DILLARD Printed Name : , ?a NOTARY PUBLIC • c- BURKE COUNTY n/a ,�fl G 9 _.•,r}•. STATE OF GEORGIAY " My Commission Expires August 7.2016 'Alien Registration Number for Non-Citizens 16 SUBSCRIBED AND SWORN BEFORE ME ON THIS THE 28th_ DAY OF anuar�_—,20 Notary Public , ; Au st 7,2016 .,.'°,���1'ARY- ,Al-. My Commission Expires: _�• Q•"' I, `: -t4: `, : -._ Note: THIS FORM MUST RE RETURNED WITH YOUR SUBMITTAL d C M.7112/2015 .� '• U B , ��djaeent to Butt Bridge Bid 16-127 Augusta Canal Embankment Repair and Water D Lin uef akUd wy 26,2016 @ 3:00 p.m. ►t" Page 7 of i4 PROJECT Augusta Canal Embankment Repair &Water Line LOCAL SMALL BUSINESS OPPORTUNITY PROGRAM LETTER OF INTENT TO PERFORM AS A SUBCONSULTANTISUBCONTRACTOR/SUPPLIER TO: Blair Construction,Inc. (Name of Proposer) A. The undersigned intends to perform work in connection with the above project in the following capacity (check one): Individual Corporation Limited Liability Company(LLC) Partnership Joint Venture B. The Local Small Business Opportunity Program (LSBOP)status of the undersigned is confirmed as follows: By attachment of a current Certificate of Certification issued by the Department of Irritation By attachment of a current letter issued by the Disadvantaged Business Enterprise Office C. The undersigned is prepared to perform the following work in connection with the above project Furnish equipment and labor to form and place concrete sidewalk. D. The undersigned states that they will be performing 1.55 _%of the total project. E. The undersigned will sublet and/or award 0 %of this subcontract to non-Local Small Business Opportunity Program contractors and for suppliers. ed work th e ed The undersigned willhexecution of a contract for the projecr into a formal agreement for the t cited hereove in between it ehProposer Proposer conditioned upon the ex Augusta- Richmond County. DJ Construction Date: 1/22/16 (LSBOP Contractor Firm Name) Otv.v By: 7 (Signature of Authorized Representative) Bid 16-127 Augusta Canal Embankment Repair and BidBridge Due Tuesday,January 26,2016 @ 3:00 . Page 12 of 14 PROJECT Augusta Canal Embankment Repair&Water Line LOCAL SMALL BUSINESS OPPORTUNITY PROGRAM LETTER OF INTENT TO PERFORM AS A SUBCONSULTANTISUBCONTRACTOR/SUPPLIER TO: Blair Construction,Inc. (Name of Proposer) A. The undersigned intends to perform work in connection with the above project in the following capacity (check one): 11 Individual Corporation Limited Liability Company(LLC) partnership Joint Venture B. The Local Small Business Opportunity Program (LSBOP)status of the undersigned is confirmed as follows: By attachment of a current Certificate of Certification issued by the Department of Tra_ns�ortation By attachment of a current leiter issued by the Disadvantaged Business Enterprise Office C. The undersigned is prepared to perform the following work in connection with the above project Hauling of select refill and excavated material. D. The undersigned states that they will be performing 1.5 %of the total project. E. The undersigned will sublet and/or award 0 %of this subcontract to non-Local Small Business Opportunity Program contractors and/or suppliers. conditionedd work th the ed above The undersigned ,the execution of a contract forill enter Into a formal the projecnt for the t cited hereiove n between it a Proposer Proposer Augusta- Richmond upon County. RRB Trucking LLC Date: 1/22/16 (LSBOP Contractor Firm Name) By: � iC QIJ ' I. >11/./.(1.kr2-4 (Signature of Authorized Representative) Bid 16-127 Augusta Canal Embankment Repair and Water Line Improvements Adjacent to Butt Bridge Bid Due Tuesday,January 26,2016 @020 p.m. LOCAL SNiA[mL EUS(NESS UTLL�' ` JQ dersi ned bidder/offeror has satisfied the requirements of the bid specification in the The un g following manner(please check the appropriate space): The bidder/offeror is committed to a minimum of 3 %LSBOP utilization on this contract. The bidder/offeror if unable to meet the LSBOP goal of __% will submit documentation demonstrating good faith efforts. Name of bidder/offeror's firm: Blair Construction Inc• By Blair L. Mutimer (Print Name) _)Q60,12 i1281i6 (Signature) (Date) I Note: THIS FORM MUST BE RETURNED WITH YOUR SUBMITTAL Bid 16-127 Augusta Canal Embankment Repair and Water d Due Tuesday,January 26,2016 @ 3:00 p.m. Page 13 of 14 i0G t-,:, O itiii mC CO C) s o w 4.4 f avv p K F a E _ V1 p It y ' N O6 '12 A '. = "" O t m 0 O a O -1 rr QL. ;474 Z coa w p p y IA O CL lit u 'r a O p a. a . o tea r s 0 dCc S I 0 Cu in to O t N ° `0 ` r O i Co v E -ul w .c co O N o ++ 40 pp LI fDyZ t R. C C j +' bp Nd N t $ c 13) �� - - O a O L to 42C1.... 1 til 4, Is d V C o 0 Z c L ti C O C i+ i-, G • G rt O v 0 u F. O Q Z. L Nt 1111 c d C p o C K ' 2 p o ir 1 In02 W E It ILI 16 I+ O A D �y VI V '0 Z Ct3 a0 Vi 1i 0 ii . ? L p •7 � y y I. IS 13. CL �D G 94- tilO a m m i dO Os o N E ° O L JQ Ca v i �. I GCN 0. Z V H d'd %, O 4. NR QW H Fs IA SECTION A AGREEMENT AGREEMENT of ,20 ,by and between This AGREEMENT,made on the day AUGUSTA,GEORGIA,BY AND THROUGH THE calledAUe OWNER,a aMOND COUNTY COMMISSION,party of the first part,hereinafter BLAIR CONSTRUCTION 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 scribed n thespecifications all of the equipment ardor the laor necessary, and to perform all of the work shown on the plans and de project entitled: AUGUSTA CANAL EMBANKMENT ADJACENT TO BUTT BRIDGE PAIR AND WATER LINE IMPROVEMENTS and in accordance with the requirements and provisions of th e Comane traca t Drtocomthen agreement ed in the General and Special Conditions hereto attached,which are hereby ARTICLE II-TIME OF COMPLETION -LI•UIDATED DAMAGES The work to be performed under this Contract shall to becomo eedc All work shallmened within 10 lbe substantially days after the date of written notice by the Owner or the Contractorp completed leted within 90 calendar days with all such extensions f time lemon.are provided for in the General Conditions. Final completion shall be 30 days after substantial cIt 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 forcompletion of that theswor wo ork besdoll be hereunder are ESSENTIAL CONDITIONS of this contract. Contractoragrees ted regularly, diligently, and uninterruptedly at such rate of progres ass d between the Contractor ann thereofhthe within within the time specified. It is expressly understood andagreedbytime for of Owner, that the time for completion of the work described herein n is a reasonau t bln conditions pm let ng n the same, taking into consideration the average climatic range this locality. IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE THE WOhe RK WITHIN THE TIME HEREIN SPECIFIED, then the Contractor doe Sher One agree,oes hby Teas a part 0 of the Consideration for the awarding of this contract, to pay the Owne(WOAD Dollars,not as a penalty,but as liquidated dao�ghal°bean default after the time st pulat d in r sch breach of contract as hereinafter set forth,for each and every calendar day that the Contractor the Contract for completing the work. The said amount is fixed and agreed upon by and between the Contractor actual dam and the dathemages actual OwnerOwner because se of the impracticability and extreme difficulty of fixing and ascertaining theA-1 such event, sustain, and said amounts shall be retained from time to time by the Owner from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this Contract and the nal time is specifications wherein a definite portion and certain lenlimit�fixed of by extension shall be the esme is fixed for the sence of this allowed for the completion of any work,the new time contract. ARTICLE III—PAYMENT (A)The Contract Sum The Owner shall pay to the contractor for the performance shal be made in theContract amounthe except as set forth in the BID FORM and Schedule of Items. No variations the specifications attached hereto. (B) Progressayment the 's Engineer On no later than the fifth day of every month,the Contractor shall c hlht as beenOcompl ed from an estimate covering the percentage of the total amount of the Contract wh such the start of the job up to and including the last working Br and/or the EngineergTh �s estimate shalnth, together hinclude supporting evidence as may be required by the Owe. run only the quantities in place and at the unit prices deducting pree Bid lviouOs payments made, following approval of the invoice for payment,the Owner shall aftlace. e 10% retained pay to the Contractor 90% of the amount of the feinallcom ate on let onsand acceptance of allhwork under the percentage may be held by the Owner until the comp cc ARTICLE IV -ACCEPTANCE AND FINAL PAYMENT ineer (A) Upon receipt of written notice that the work ccept ble under the Contraection acceptance,the gt and shall within 10 days made such inspection, and when he finds the work a the Contract fully performed,he will promptly issue land iscaccepted by him under theate, over his own signare, termsand tthee work required by this Contract has been completed conditions thereof, and the entire balance found Ow ere dwithinue e 15 days after the date ofthe said final percentage, shall be paid to the Contractor by the certificate. (B) Before final payment is due,the Contractor shall submit evidence satisfactory to the Engineer that at in all payrolls, material bills, and other indebtedness connected c ymenwith of all suchwork have bdisputed amounts een paid, except hwhen case of disputed indebtedness of liens of evidenceof Pa adjudicated in cases where such payment has not already been guaranteed by surety bond. l claims by the (C) The making and acceptance of the final pans from faulty work appearing within ment shall constitute a waiver of 112 months after Owner, other than those arising from unsettled liens, final payment, from requirements of the specificatioor from ns, those previously madesand still unsettled shall guarantees. It also except constitute a waiver of all claims by the Contractor p (D) If after the work has been substantially compoecert�ifels,the Owner shall upon ertificatiol completion thereof is materially delayed n of the through no fault of the Contractor, and the Engineer, Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. A-2 EachPaY ment shall be made under the terms and conditions governing final payment,except that it shall not constitute a waiver of claims. counterparts, IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3) each of which shall be deemed an original,in the year and day first mentioned above. OWNER:AUGUSTA GEORGIA s, „.,,,...0,300,4.,41,,t, " c ,„ ':k',.., se 4-, R. .. ..,,, i SEAL A f g j/Le,:r )°1111" // ----:) iv, ti, r By: ' + a a 3 . A p� 0 r, Honorable liar� • �s •;, r. 0� ®p Es d: 141.g ;. The H � � r1e, t i . i';24 k;: • ,,t' U'' i i { Mayor � ��1,,Pk. 'ai/I Date: �,�' APPROVED AS TO FORM: kilvm,,,,:EPARTMENT APPROVAL:� �t� ' " By: ��' Thomas D.Wiedmeier ~ Director,Augusta Utilities Department Attorney = Date: 1 L� # � Date: • CONTRACTOR: BLAIR CONSTRUCTION,INC. ATTEST: SEAL -41, y+ G114 I ���'�� / By. By: � Name: B air L.Mutimer,III William R.Mutimer,Jr. •••'\45 t rr ti Name: : Title: Corporate Secretary 0 Title: Vice President 25 2016 `U ° p�� `Q'`1 J,'• � Date: July II '- t ,:bZ Date: Jul}�2 ,2016 :4_-::„.. Lt 19?A '/,'I,,, a��st•Nri+�`'��,\.`\. I I A_3 NOTICE OF AWARD (i ``.. p 'K G 1A Contractor; Blair Construction,Inc. Date: July 11 2016 Address: P.O.Box 770 Evans,Georgia 30809 Augusta Canal Embankment Repair Project No: AUD_2015-007 Project: Adjacent to Butt Bridge At a meeting of the Augusta, Georgia Commission held on > you were awarded the contract for the following project: Bid#16-127 Augusta Canal Embankment Repair Adjacent to Butt Bridge Enclosed please find (5)copies of the Contract Documents for your execution. Please complete the pages, affixing signatures, dates, notary and/or corporate seals, etc. where necessary and return to this office within OM 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, Sean Barr,Sr. Project Manger Receipt of this NOTICE OF AWARD is hereby acknowledge this 18th day of July ,2016 Vice President Blair Construction,Inc. . �- By Title Contractor Please sign and return one copy of this Notice of Award Acknowledgement to: Augusta Utilities Department Attn: Sean Barr,Sr. 360 Bay Street,Suite 180 Augusta,GA 30901 Engineering Division 360 Bay Street,Suite 180-Augusta,GA 30901 (706` 12-4132-Fax WWW .AUGUSTAGA312-4133(706) .GOV I (7 NOTICE TO PROCEED DATE: TO: BLAIR CONSTRUCTION, INC. Attn: PO Box 770 City, State AUGUSTA CANAL EMBANKMENT REPAIR AND WATER LINE PROJECT NO: PROJECT: IMPROVEMENTS ADJACENT TO BUTT BRIDGE You are hereby notified to commence WORK in accordance with the Agreement dated on or before ,and you are to complete the WORK within consecutive calendar days thereafter. The date of completion of all WORK is therefore Very truly yours, Augusta Program Management Team Project Engineer Receipt of this NOTICE TO PROCEED is hereby acknowledged This,the day of , 2015 Contractor: By: Title: Please sign and return one copy of this Notice to Proceed Acknowledgement to: Augusta Utilities Department 360 Bay Street,Suite 180 Augusta,GA 30901 1 CONSTRUCTION CONTRACT CHANGE ORDER CO NUMBER BID ITEM DATE AUGUSTA CANAL EMBANKMENT REPAIR PROJECT TITLE AND WATER LINE IMPROVEMENTS ADJACENT TO BUTT BRIDGE ORIGINAL CONTRACT DATE PROJECT NUMBER OWNER AUGUSTA,GEORGIA PO NUMBER The following change is hereby made to the contract for the above project: Description of Change(fora more detailed description see attached proposal): PAYEE TOTAL AMOUNT OF THIS CHANGE ORDER The contract time will be INCREASED by 0 calendar days as a result of this change. ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDER(INCREASE) THIS CHANGE ORDER(INCREASE) TOTAL REVISED CONTRACT AMOUNT WITH CHANGE ORDER $ FUNDING NUMBER/ACCOUNT NUMBER DATE: PROPOSED BY: CONTRACTOR DATE: REQUESTED BY: ENGINEER DATE: SUBMITTED BY: DEPARTMENT HEAD DATE: FINANCE ENDORSEMENT: COMPTROLLER DATE: RECOMMENDED BY: ADMINISTRATOR DATE: APPROVED BY: MAYOR I I at6uL-.eeigR.agency., Lam' 9725 Dunbarton Drive Columbia, SC 29223 TEL: 803/788-4597 03/ 82 FAX: 803/788-4576 Email: bucklei h(�bellsouth.net Date: July 25, 2016 Re: Blair Construction, Inc. Job: Augusta Canal Embankment Repair Richmond County, GA County This letter gives authorization to the Augusta-Richmond a�d payment bonds in the n to write in the agreement date on both the performance absence of the surety. Upon signing, please send a copy ofthe signed and dated bonds and power of attorney back to Blair Construction, Inc. Best Regards cBuckLeigh IFile: Undated Bonds I I I 6. CNA SURETY Performance Bond Bond No. 587 36192 SURETY: Western Surety Company:South Dakota Corporation CONTRACTOR: (Name, legal status and principal place (Name, legal status and address) of business) Blair Construction, Inc. PO Box 770 333 S.Wabash Avenue Evans, GA 30809 41st Floor This document has important legal Chicago, IL 60604 consequences. Consultation with an attorney is encouraged with OWNER: respect to its completion or (Name, legal status and address) modification. Augusta GA Commission Any singular reference to 535 Telfair Street Contractor, Surety, Owner or Augusta, Georgia 30901 other party shall be considered plural where applicable. AIA Document A312-2010 CONSTRUCTION CONTRACT combines two separate bonds, a Date: Performance Bond and a Amount: Two Hundred Ninety Thousand Five Hundred Sixteen and 67/100s Dollars Payment Bond, into one form. This is not a single combined ($290,516.67) Performance and Payment Bond. Description: (Name and location) Augusta Canal Embankment Repair Adjacent to Butt Bridge Richmond County Georgia BOND Date: (Not earlier than Construction Contract Date) Amount: Two Hundred Ninety Thousand Five Hundred Sixteen and 67/100s Dollars ($290,516.67) None ❑ See Section 16 Modifications to this Bond: ® CONTRACTOR AS PRINCIPAL SURETY (Co pnrate•Sel) �, Company: (Corporate Seal) Company: e r,_ • y. Blair Construction, Inc. Western Surety Company � = ' !�- </S' • JG"vim""' Signature: Le ie1V •1�►�1 /r • 0 , `ti u. a Signature: Name Buck Leigh ;1 Name William R.Mutimer,JR Blair L.Mutimer, -•, .. and Title: Vice President and Title: Attorney-in-Fact (Any additional signatures appear on the last page of this Performance Bond.) (FOR INFORMATION ONLY—Name,address and telephone) ' AGENT or BROKER: OWNER'S REPRESENTATIVE: ' ...... , -. (Architect,Engineer or other party:) ',.';� 0, Albus-Leigh Agency, LLC Cranston Engineering Group, P.C. r `' 9725 Dunbarton Drive 452 Ellis Street � J. Columbia, SC 29223 ;;..:4:1‘\ d• sE Augusta, GA 30901 `; f•G'S‘ TEL: 803-261-6582 • ; Printed in cooperation with the American Institute of Architects(AIA). The language in this document conforms to the language used in AIA Document A312-Performance Bond-2010 Edition. tly and severally, themselves , their heirs,executors, administrators, §1 The Contractor and Surety,join formance of the Constr Construction Contr act,which is incorporated herein by reference.successors and assigns to the Owner forethe p §2 If the Contractor performs the Construction non tract,theconerenSurety e r prow d and thein S ctractor tion 3.shall have no obligation under this Bond,except when applicable to participate §3 If there is no Owner Default under the Construction Contract,the Surety's obligation under this Bond shall arise after 1 the Owner first Contractor rt th e Owner is considering declaring a Contractor Default. Such shalwhether the Ownerisrequetng a conference among tractor's e. If the er does ot the Owner, Contractor and Surety to discuss the Concreceipt ofOthenOwne sn notice, request a conference,the Surety may,within five (5)business days after s a conference,the Owner request such a conference.t rw e, e Surety timely conference requestedtunder this Section 3.1 shall be held within tens the Owner agrees of the any (10) agree, dayseof theurety's shall beeipt of the Owner's allo ed a reasonable notice. ime to perform the Construction Contract, Surety an agreement e Cont but such an agrshall not waive the Owner's right,if any, subsequently to declare a Contractor Default; .2 the Owner declares a Contractor Default,terminates the Construction Contract and notifies the Surety; and ance with the terms of the 3 the Owner has agreed too the Sureo pay the Btylance or to of the contractor selected to perform the Construction Contract. Construction Conntraract §4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply with a condition precedent to the urety's obligations, or release the Surety from its obligations, except to the extent the Surety demonstrates prejudice. §5 When the Owner has satisfied the conditions of Section 3,the Surety shall promptly and at the Surety's expense take one of the following actions: §5.1 Arrange for the Contractor,with the consent of the Owner,to perform and complete the Construction Contract; §5.2 Undertake to perform and complete the Construction Contract itself,through its agents or independent contractors; table the Owner for a act for §5.3 rf Obtainne bids or negotiated ple ti n Construroposals ction on Contract, arrange for a m qualified contractors ccontractoto be repa ed for execution by the performance and comsstile of the with the Owner's to the the Owner and a contractoradsurety u valent to the bonds issued on the Construction with Contorts t, and pay ance and Po thent Ownerbonds executedmnt a qualified sure y q amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default;or §5.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may betoh liable to rho Owner and, as soon as practicable after the amount is determined,make payment r .2 Deny liability in whole or in part and notify the Owner,citing the reasons for denial. promptness,the Surety be §6 If the Surety does not proceed as providedn Sectionof n additionalwrittennotice from the Owner to helSuretdeemed to e in default this Bond seven days iaft receipt demanding that the theSurety perform li the Suretyts tions proceeds as provided in Section05.4, and the Ownerled to enforce any refuses the payment or the availabletto the Owner. or the Surety has denied liability, in whole or in part,without further notice the Owner shall be entitled to enforce any remedy available to the Owner. I Printed in cooperation with the American Institute of Architects(AIA). The language in this document conforms to the language used in AIA Document A312-Performance Bond-2010 Edition. 2 Contract, and the responsibilities of the Owner t by the 7 If the Surety elects to act under Section 5.1, 5.2 or 5.3,then the responsibilities of the Surety to the Owner to the shallnot bgreater than those of the Contractorhounder two Construction Surety shall not be greater than thosof the Price,the Suner rety ser eobligated Construction Contract. Subject the comm Owner to pay the Balance of the Contractoption of the .1 the responsibilities of the Contractor for correction of defective work andcomp Construction Contract; .2 additional legal, design professional and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Section 5;and ,3 liquidated damages,or if no liquidated damages r non perfspxnanee ed iothe heCon r.st u tion Contract, actual damages caused by delayed performance or 8 If the Surety elects to act under Section 5.1, 5.3 or 5.4,the Surety's liability is limited to the amount of this Bond.e lated o § 9 The Surety shall not be liable to the Owner or others Contract Price e shall r not be reduced or set off on accountons of the Contractor that are eof any such §Construction Contract,and the Balance of the person or entity other than the Owner or its unlpsaexecutogs ,tadmin ions. st ao dminht istrators, f action shall accrue on this Bond to any p successors and ass gas he , §10 The Surety hereby waives notice of any change,including changes of time, to the Construction Contract or to related subcontracts,purchase orders and other obligations. d in any court of tent 11 Any onin which proceeding, the or equitable,runder thBond may be is located and hall beeinstituted within two pears after jurisdiction decla ation §the location which the work r t of the workyarsofr this Paragraph of Contractor Default or within two years afterthe this Contractor s first. If the provisions o years after the Surety are oor fails perform itsw obligations un are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. §12 Notice to the Surety,the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where § provision in this Bond conflicting with ry h said or other latutory or legal g 1 requirement shallrequirement be nt the l be deemed dewlested to he performed, any shall be deemed deleted herefrom and provisions conforming to such deemed incorporated herein. When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. §14 Definitions payable b the Owner to the Contractor under the Construction §14.1 Balance of the Contract Price. The total amount Y d Contract after all proper adjustments have been mdor other claims for damages to which the Contractor is unts eive or to be,receiveddby the Owner in propsettler ent of insurance entitled,reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. §14.2 Construction Contract. The bagreement made to the aetween the Ogreementwner and thecContor tact1Document fied on the cover page, including all Contract Documents and changes 14.3 Contractor Default. Failure of the Contractor,Contract. which has not been remedied or waived,to perform or otherwise to comply with a material term of the Construction 14.4 Owner Default. Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. r. §14.5 Contract Documents. All the documents that comprise the agreement between the Owner and to ctor Bond §15 If this Bond is issued for an agreement between a Contractor and subcontractor,the term Contractor shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. Printed in cooperation with the American Institute of Architects(MA). 3 ` The language in this document conforms to the language used in AIA Document A312-Performance Bond-2010 Edition. §16 Modifications to this bond are as follows: Iace is provided below for additional signatures of added parties,other than those appearing on the cover page.) (Sp I SURETY (Corporate Seal) CONTRACTOR AS PRINCIPAL (Corporate Seal) Company: Company: I Signature: Signature: Name and Title: Name and Title: Address Address I Printed in cooperation with the American Institute of Architects(AIA). 4 I The language in this document conforms to the language used in AIA Document A312-Performance Bond-2010 Edition. CNA SURETY Payment Bond Bond No. 587 36192 SURETY: Western Surety Company:South Dakota Corporation CONTRACTOR: (Name, legal status and principal place (Name, legal status and address) of business) Blair Construction, Inc. PO Box 770 333 S.Wabash Avenue Evans, GA 308091 41st Floor This document has important legal Chicago, IL 60604 consequences. Consultation with an attorney is encouraged with OWNER: respect to its completion or (Name, legal status and address) modification. Augusta GA Commission Any singular reference to 535 Telfair Street Contractor, Surety, Owner or Augusta, Georgia 30901 other party shall be considered plural where applicable. AIA Document A312-2010 CONSTRUCTION CONTRACT combines two separate bonds, a Performance Bond and a Date: Amount: Two Hundred Ninety Thousand Five Hundred Sixteen and 67/100s Dollarsyform.is not a single combinedaPayment Bond, into one form. Performance and Payment Bond. ($290,516.67) This Description: (Name and location) Augusta Canal Embankment Repair Adjacent to Butt Bridge Richmond County Georgia BOND Date: (Not earlier than Construction Contract Date) Amount:Two Hundred Ninety Thousand Five Hundred Sixteen and 67/100s Dollars ($290,516.67) Modifications to this Bond: gil None ❑ See Section 18 CONTRACTOR AS PRINCIPAL SURETY (Corporate Seal) Company: (Corporate Seal). Company: Western Surety Company ••,.10.1 yq Blair Construction, Inc. i.., /� X111 ....-4..d ` k�ti' `. Signature: `� Signature: y Name Buck Leigh �, - -_� ; ,y1 4 and Title:William R. Mutimer,JR Blair L. Mutimer, I I. and Title: Attorney-in-Fact . Vy. '•. = and Vice President '" ' (Any additional signatures appear on the last page of this Payment Bond.) {�1t1„,•\.�, ''.):2`.- (FOR INFORMATION ONLY—Name, address and teleph OWNER'S REPRESENTATIVE: .. AGENT or BROKER: (Architect,Engineer or other party:) Albus-Leigh Agency, LLC Cranston Engineering Group, P.C. �, V 9725 Dunbarton Drive 452 Ellis Street • G'f, Columbia, SC 29223 Augusta, GA 30901 Ji ,� TEL: 803-261-6582 `-- ,`••' O G. • Printed in cooperation with the American Institute of Architects(AIA). --`,,,Jr,V,.-'.,g`` -, The language in this document conforms to the language used in AIA Document A312 Payment Bond 2010 Edition. ,bind themselves, eir heirs, ors, 1 The Contractor and r to ,,for labor,materials and equipment furnlished for use in thesperormancetof the successors and assigns to the Owner topay Construction Contract,which is incorporated herein by reference, subject to the following terms. erson or entity seeking payment for labor, materials §2 If the Contractor promptly makes payment of all sums due to Claimants, and defends,indemnifies and holds harmless the Owner from claims,demands,liens or suits by any p or equipment furnished for use in they performance of the Construction Contract,then the Surety and the Contractor shall have no obligation under this ation to the Owner ond 3 If there isOwner Default under the Contrion ontract,the Surety's actor and the Surety(atghe address described ner this Sect on 13) shalllarise aftterr the the Owner has promptly notified person claims, demands,liens or suits against the Owner or the Owner's property by any or entity seeking payment e for labor, materials or equipment furnished suits use the the performance Contractor d tof e thSurConstruction Contract and tendered liens orto ty. defense of such claims, demands, §4 When the Owner has sasin a duly hendered claim, demand,lien or suection 3,te Surety shll promptly and at it Surety's expense defend,indemnify and hold harmless the Owneragainst §5 The Surety's obligations to a Claimant under this Bond shall arise after the following: §5.1 Claimants,who do not have a direct contract with the Co ntractor, to the Contractor, stating with substantial accuracy the :1 have furnished a written notice of non-pay amount claimed and the name of the party to whom the materials were,or equipment was,furnished or supplied or for whom the labor was done or performed,within ninety(90)days after having last performed labor or last furnished materials or equipment included in the Claim; and .2 have sent a Claim to the Surety(at the address described in Section 13). §5.2 Claimants,who are employed by or have a direct contract with the Contractor,have sent a Claim to the Surety(at the address described in Section 13). §6 If a notice of non-payment required by Section 5.1.1 is given by thee Owner nt uncero the Co tracctor,that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-pay §7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2,whichever is applicable,the Surety shall promptly and at the Surety's expense take the following actions: ) ays er receipt of the §7.1tSend an answer to the Claimant, undisputed with and the basis for ner,challengingwithin any amounts that are disputed; andClaim, stating the amounts that are §7.2 Pay or arrange for payment of any undisputed amounts. e t be d to §7.3 The Surety's failure to discharge its obligations may have or acqus etas to a Claim, eo cep tas etot as undisputed constitute a waiver of defenses the Surety or Contractor scharge its amounts for dthe Sureon 7.1 o Section7.2,nd the Surety shall indemnify the Claimanhave reached agreement. If,however, tlfor the reasonable attorney's obligations under Section 7. fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. of §8 The Surety's total obligation shall not exceed the amount of this Bond,plus the amou payments madable good faith attorney's fees provided under Section 7.3, and the amount of this Bond shall be credited for any by the Surety. act shall be used §9 Amounts owed by the Owner to the to satisfy claims,if any,underunder the onstruction any construction performance bond. By thethe rformance Contractorof the Construction Contract funds earned r in the furnishingof heand tti Owner Contract are dedicatted o sat sf yobligationsree that all of the Contractor the and Surety under this performance of the Construction Bond, subject to the Owner's priority to use the funds for the completion of the work. Printed in cooperation with the American Institute of Architects(AIA). 6 ' The language in this document conforms to the language used in AIA Document A312-Payment Bond-2010 Edition. I §10 The Surety shall not be liable to the Owner,Claimants or others for obligations of the thatany aof he Contractor are unrelated to the Construction Contract. The Owner shall not be liable for the payment any costs or expenses to,or give notice on behlf Claimant under this Bond, and shall have under this Bond no obligation to make payments of,Claimants or otherwise have any obligations to Claimants under this Bond. §11 The Surety hereby waives notice of any and other oge,including changes of time,to the Construction Contract or to related subcontracts,purchase orders s. ond other than in a court of nt § 2 No suit in action shall the project that is the subject of thy a Claimant under thiseConstruction Contract is located or after the jurisdiction the tate in whichp expiration of one year from the date(1)on which the Claimant sent a Claim to the Surety pursuant to first occurs.eIfr the Section 5.1.2 or 5.2,or(2)on anyonethunder the Construction Contra�tnedwhchever of(1)or(2)y anyone or the last materials or pment were furnished by provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. §13 Notice and Claims to the Surety,the Owner A Actual receipt of aoticeshall or Claimse however accomplished,shall be shown on the page on which their signature app sufficient compliance as of the date received. n § e When this Bond has been furnished to ompy withih s Bond conflicting wstatutory or other igt said statutory lorthe location where tlegal requirement she cl be deemed deleted e was to he performed,frmany provision to such shelled deemed aced erWhen n so furnished,the intentgis that this statutory Bond shallther legal requirement shall be be construed as a statutory bond and deemed incorporated herein. When not as a common law bond. §15 Upon request by any person or entity appearing to be a potential beneficiary of this Bond,the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. §16 Definitions §16.1 Claim. A written statement by the Claimant including at a minimum: .1 the name of the Claimant; m .2 the name agreement or purhe person for ochaseelabor was done,or materials or order pursuant to which labor,materials ment furnished; of the or equipment was .3 a copy of furnished for use in the performance of the Construction Contract; .4 a brief description of the labor,materials or equipment furnished; .5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; .6 the total amount earned by the Claimant for labor, materials or equipment furnished as of the date of the Claim; .7 the total amount of previous payments received by the Claimant; and .8 the total amount due and unpaid to the Claimant for labor, materials or equipment furnished as of the date of the Claim. tract with the ractor or with a of the §o 16.2 Contractor to ft. Anis individual al or alsioor equipmentaving a for direct usecointhe performance tof the Construction Contract.The term Contractor to furnish labor,materials equipment applicable mechanic's lien Claimant also includestgst any perty or entity pon which the Prat has oully ject is located.sserted a claim The intent of this Bond shall be to or similar statute against power,light,heat,oil, include wtteleutlimitation service lorn te talhe equipment s"labor, used in the Conaterials or struction Contract,of architectural and engineering gasoline, ors, and all other required services emso required for chnperformance ybe asserted n the jurisdiction where the labor,ntractor's materials tor equipment were items for which a mechanic's lienmay furnished. § clu ng all tion Contract. The agreement between Documents and all changes madetothe the agreementContractor and the Contract Documents. page, including all Contract I Printed in cooperation with the American Institute of Architects(AIA). 7 The language in this document conforms to the language used in AIA Document A312-Payment Bond-2010 Edition. I 111111111111111111111 16.4 Owner Default. Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. §16.5 Contract Documents. All the documents that comprise the agreement between the Owner and o Contractor.Bond i this If this Bond isissuedefor an agreement and the term Owner shall be deemed to be Contractor.termetween a Contractor and subcontractor,the Contractor shall be deemed to be Subcontractor §18 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties,other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY I (Corporate Seal) Company: (Corporate Seal) Company: I Signature: Signature: Name and Title: Name and Title: Address Address I Printed in cooperation with the American Institute of Architects(AIA). 8 IThe language in this document conforms to the language used in AIA Document A312-Payment Bond-2010 Edition. I Company �'Vestern Surety POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know Al!Men By These Presents, That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Thomas M Albus,Buck Leigh,Individually of Columbia,SC,its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 3rd day of June,2015. WESTERN SURETY COMPANY `gAb/a 0 auk T.Bruflat,Vice President State of South Dakota 1 ss County of Minnehaha J On this 3rd day of June,2015,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument issuch c oroket seal; th t it aasoso s so affixed pursuant o authority given by the Board of Directors of said corporation and that he signed his name thereto pun same to be the act and deed of said corporation. � tiMwhw�40w+.r My commission expires + S.EICN 3 __102___ _11,20...__ WDSOU1M OV ICOrA diti N...S,) . Ek.,koll •40.••••••••••••••,•••••••••••4 S.Eich,Notary Public CERTIFICATE I,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this day of ' iWESTERN SURETY COMPANY `4BAH ii Li I e'er (::::T. L.Nelson,Assistant Secretary Form F4280-7-2012 I DATE(MMIDDIYYYY) ;p CERTIFICATE OF LIABILITY INSURANCE 07i18i2016 IISCERTIFICATE CERTIFICATE IS NOTSUED AS T VE YER OF INFORMATION OR NEGATIVELY AMEND,NEXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. IS LOW. THISHDOES TEAFOF INSURANCE CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED EPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. (PORTANT: Ifthecertificatensf holder policy, certain rADDpoolONeLmay require qui a an endorrthe sement must A statement on this certificate SUBROGATION does of conifer rights to the le terms and conditions of the p Y� artificate holder in lieu of such endorsement(s). , FAX (77 pj 246-8301 DUCER PHONE (770)246-8300 AIC,No: :ter, McLellan, & Gilbreath, Inc. E-MAIDRLESS: lmitchell@smginsurance.com AD - Z4 North Brown Road INSURERS AFFORDING COVERAGE NA ite 300 wrenceville GA 30043-8107 MED Blair Construction, Inc.; Southern hpalt LLC; First Equipment LLC and Evans .wINSURERD: .wing and Grading LLC O. Box 770rffli rans GA 30809 REVISION NUMBER: DVERAGES CERTIFICATE NUMBER:2016-2017 THIS IS TO CERTIFY THAT THE POLICIES OF THS ANDING ANY REQUIREMENT,TERM OR CONDNCE LISTED ITION OF HAVEANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TOEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE L WHICH PERIOD THIS INDICATED. NMAWI CERTIFICATE MAY CONDITIONS OF SUCH POLICIES.LIMIT SHOWN MAY HAVE AVE BEEN REDUCED BYSPARIBED ID CLAIMS.HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS ANDPOLICY EFF POLICY EXP ® POLICY NUMBER MMIDDIYYYY MM/DDIYYYY 1,000,000 3R TYPE OF INSURANCE R:69r7 ��' EACH OCCURRENCE $ 'R 100,000 © COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES Ea occurrence $ 5,000 p ■■ CLAIMS-MADE X OCCUR 02/14/2016 02/14/2017 MED EXP(Any one person) $ ■ CPP0004476 1,000,000 PERSONAL 8 ADV INJURY $ . $ 2,000,000 III POLICY .78,-.GEN'L AGGREGATE LIMIT T APPLIES PER: IMESIZEIM PRODUCTS-COMP/OP AGG $ 2,000,000 X PRO- LOC Employee Benefits $ 1,000,000 COMBINED SINGLE LIMIT $ 1,000,000 ■ OTHER: Ea accident AUTOMOBILE LIABILITY BODILY INJURY(Per person) $ A © ANY AUTO 02/14/2016 02/14/2017 BODILY INJURY(Per accident) $ ALL OWNED SCHEDULED CA 0005458 PROPERTY DAMAGE $ . AUTOS ■ AUTOS Per accident NON-OWNED $ 5,000 © HIRED AUTOS © AUTOS II Medical payments ■ ■ EACH OCCURRENCE $ 10,000,000 © UMBRELLA LIAB ® OCCURIIEN B $ 10,000,000 III LIAB III 02/14/2016 02/14/2016 02/14/2017 EINEM ERH- $ ■ DED © RETENTION$ 10,000 U3930002841WORKERS COMPENSATION E.L.EACH ACCIDENT $ 1,000,000 AND EMPLOYERS'LIABILITY Y I N 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE Y 02/14/2016 02/14/2017 E.L.DISEASE-FA EMPLOYEE $ OFFICER/MEMBER EXCLUDED? 010-%C16A-54981 1,000,000 JII A (Mandatory in NH) E.L.DISEASE-POLICY LIMIT $ If yes,describe under $310,000 $500,000 DESCRIPTION OF OPERATIONS below 02/14/2016 02/14/2017 Anyone item IMIM1003777-50 Leased/Rented Equipment Policy Limit DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Project: Augusta Canal 5Embankment Repair Adjacent to Butt Bridge Contract Amount: $ 290, 7 CANCELLATION CERTIFICATE HOLDER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX PIRATION W DA THE EREOF,OF,NOTIPROCE WILL BE DELIVERED IN I AC H Augusta GA Commission 535 Telfair Street AUTHORIZED REPRESENTATIVE Augusta, GA 30901 --7/7...k._ C/?---2---.-_ I M Jaynes CSP/LINDAM ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD INS025(201401) _. COMMERCIAL GENE0L RA LIABILITYCGL (10 13) Any error or omission in the description of, or failure to completely describe or disclose any premises, operations or products intended to be covered by the Coverage Form will not invalidate or affect coverage for those premises, operations or products, provided such error or omission or failure to completely describe or disclose premises, operations or products was not intentional. You must report such error or omission to us as soon as practicable after its discovery. However,this provision does not affect our right to collect additional premium charges or exercise our right of cancellation or nonrenewal. 5. The following is added to paragraph 8.Transfer Of Rights Of Recovery Against Others To Us: However,we waive any right of recovery we may have because of payments we make for injury or damage arising out of your ongoing operations or"your work" included in the"products-completed operations hazard" under the following conditions: a) Only when you have agreed in writing to waive such rights of recovery in a contract or agreement; b) Only as to the person/entity as to whom you are required by the contract to waive rights of recovery; and c) Only if the contract or agreement is in effect during the term of this policy, and was executed by you prior to the loss. 6. Paragraph 10. is added as follows: 10. Liberalization If we revise this Coverage Form to provide more coverage without additional premium charge,your policy will automatically provide the additional coverage as of the day the revision is effective in the applicable state(s). CGL 088(10 13) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 16 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL AUTO CAU 014(04 04) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE Name of Person or Organization: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Paragraph 5.the Transfer ofRights R Recovery f the following: Against Others to Us Condition (Section IV—Business Auto Conditions)is amended by the addition on shown the However, we ofve any right ments we make under th s Coverage Form arising rout of an"accident" or"loss" if: Schedule above becausepayments you n accordance th the a. xe"accident"btee rylou and such person or orlons undertaken ganizatiion shown in thelS Schedule above: and contract existing between y b. The contract or agreement was executed prior to any"accident"or"loss." Our waiver of our right to recovery applies only to the extent that the person or organization shown in the Schedule above is considered to be either an Additional Insured under the upoemy or is to res entitled to ndes indemnityof hfrom you. No waiver of the right of recovery will directly or indirectly apply your employ e person or organization shown in the Schedule, and we reserve our rights or lien to be reimbursed from any recovery funds obtained by an injured employee. CAU 014(04 04) Contains copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 1 of 1 Copyright 2004 FCCI Insurance Group. Revision De August 200at1 GENERAL CONDITIONS ARTICLE I--DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated, which are applicable to both the singular and plural thereof: Addenda-Any changes, revisions or clarifications of the Contract Documents which have been duly issued by OWNER to prospective Bidders prior to the time of opening of Bids. Agreement-The written agreement between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Application for Payment-The form accepted by PROFESSIONAL which is to be used by CONTRACTOR in requesting progress or final payments and which is to include such supporting documentation as is required by the Contract Documents. Bid-The offer or proposal of the bidder submitted on the prescribed form setting forth the price(s) for the Work to be performed. Bonds-Bid, performance and payment bonds and other instruments of security furnished by CONTRACTOR and its Surety in accordance with the Contract Documents. Change Order--A document recommended by PROFESSIONAL, which is signed by CONTRACTOR and OWNER, and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. Contract Documents-The Agreement: Addenda (which pertain to the Contract Documents); CONTRACTOR'S Bid (including documentation accompanying the Bid and any post-Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement; the Bonds; these General Conditions; the Supplementary Conditions; the Plans, Specifications and the Drawings as the same are more specifically identified in the Agreement; Certificates of Insurance; Notice of Award; and Change Order duly delivered after execution of Contract together with all amendments, modifications and supplements issued pursuant to paragraphs 3.3 and 3.5 or after the Effective Date of the Agreement. Contract Price-The moneys payable by OWNER to CONTRACTOR under the Contract Documents as stated in the Agreement(subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). Contract Time-The number of days (computed as provided in paragraph 17.2.1) or the date stated in the Agreement for the completion of the Work. CONTRACTOR-The person, firm or corporation with whom OWNER has entered into the Agreement. COUNTY-Richmond County, Georgia, or Augusta, Georgia, political subdivisions of the State of Georgia, the Augusta, Georgia Commission, and its authorized designees, agents, or employees. Day-Either a working day or calendar day as specified in the bid documents. If a calendar day shall fall on a legal holiday, that day will be omitted from the computation. Legal Holidays: New Year's Day, Martin Luther King Day, Memorial Day, 4th of July, Labor Day, Veterans Day, Thanksgiving Day and the following Friday, and Christmas Day. Defective-An adjective which, when modifying the word Work, refers to Work that is unsatisfactory, faulty or deficient, does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to PROFESSIONAL'S recommendation of final payment, unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion (in accordance with GC-1 Revision D2001ate t paragraph 14.8 or 14.10). Drawings-The drawings which show the character and scope of the Work to be performed and which have been prepared or approved by PROFESSIONAL and are referred to in the Contract Documents. Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed by the Mayor of Augusta, Georgia. Field Order-A written order issued by PROFESSIONAL that modifies Drawings and Specifications, but which does not involve a change in the Contract Price or the Contract Time. General Requirements-Sections of Division I of the Specifications. Laws or Regulations-Laws, rules, regulations, ordinances, codes and/or orders. Notice of Award-The written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. Notice to Proceed-A written notice given by OWNER to CONTRACTOR (with a copy to PROFESSIONAL) fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents. OWNER-Augusta, Georgia, and the Augusta, Georgia Commission. Partial Utilization-Placing a portion of the Work in service for the purpose for which it is intended or for a related purpose) before reaching Substantial Completion for all the Work. PROFESSIONAL-The Architectural/Engineering firm or individual or in-house licensed person designated to perform the design and/or resident engineer services for the Work. PROGRAM MANAGER — The professional firm or individual designated as the representative or the OWNER who shall act as liaison between OWNER and both the PROFESSIONAL and CONTRACTOR when project is part of an OWNER designated program. Project-The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part, as indicated elsewhere in the Contract Documents. Project Area-The area within which are the specified Contract Limits of the improvements contemplated to be constructed in whole or in part under this Contract. Project Manager-The professional in charge, serving OWNER with architectural or engineering services, his successor, or any other person or persons, employed by said OWNER, for the purpose of directing or having in charge the work embraced in this Contract. Resident Project Representative-The authorized representative of PROFESSIONAL as PROGRAM MANAGER who is assigned to the site or any part thereof. Shop Drawings-All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by or for CONTRACTOR to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a Supplier and submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. Specifications-Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. GC-2 viDate Au2001 Subcontractor-An individual, firm or corporation having a direct contract with CONTRACTOR or with any other SUBCONTRACTOR for the performance of a part of the Work at the site. Substantial Completion-The Work (or a specified part thereof) has progressed to the point where, in the opinion of PROFESSIONAL as evidenced by PROFESSIONAL's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be used for the purposes for which it is intended, or if there be no such certificate issued, when final payment is due in accordance with paragraph 14.13. The terms "substantially complete"and "substantially completed" as applied to any Work refer to Substantial Completion tRehereof. Supplementary Conditions-The part of the Contract Documents which amends or supplements these General Conditions. Supplier-A manufacturer, fabricator, supplier, distributor, materialman or vendor. Underground Facilities-All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasement containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems, or water. Unit Price Work-Work to be paid for on the basis of unit prices. Work-The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction, and furnishing documents, all as required by the Contract Documents. Work Change Directive-A written directive to CONTRACTOR, issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by PROFESSIONAL, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.22. A Work Change Directive may not change the Contract Price or the Contract Time but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time as provided in Article 10. Written Amendment-A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non- engineering or non-technical rather than strictly Work-related aspects of the Contract Documents. GC-3 Revision Date August 2001 ARTICLE 2-PRELIMINARYMATTERS Delivery of Bonds: 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with these Contract Documents. Copies of Documents: 2.2. After the award of the Contract, OWNER shall furnish CONTRACTOR, at no cost, one (1) complete set of the Contract Documents for execution of the work. Additional sets of the project manual and drawings and/or individual pages or sheets of the project manual or drawings will be furnished by COUNTY upon CONTRACTOR'S request and at CONTRACTOR'S expense, which will be OWNER'S standard charges for printing and reproduction. Commencement of Contract Time, Notice to Proceed: 2.3. The Contract Time shall commence as established in the Notice to Proceed. A Notice to Proceed may be given at any time after the Effective Date of the Contract. Starting the Project: 2.4. CONTRACTOR shall begin the Work on the date the Contract Time commences. No Work shall be done prior to the date on which the Contract Time commences. Any Work performed by CONTRACTOR prior to date on which Contract Time commences shall be at the sole risk of CONTRACTOR. Before Starting Construction: 2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. CONTRACTOR shall promptly report in writing to PROFESSIONAL any conflict, error, ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from PROFESSIONAL before proceeding with any Work affected thereby. CONTRACTOR shall be liable to OWNER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents, if CONTRACTOR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to PROFESSIONAL and OWNER for review: 2.6.1. an estimated progress schedule indicating the starting and completion dates of the various stages of the Work: 2.6.2. a preliminary schedule of Shop Drawing and Sample submissions, and 2.6.3. a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work which will be confirmed in writing by CONTRACTOR at the time of submission. 2.7. Before any Work at the site is started, CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions, an original policy or certified copies of each insurance policy (and other evidence of insurance which OWNER may reasonably request)which CONTRACTOR is required to purchase and maintain in accordance with Article 5. GC-4 Revision Date August 2001 Pre-construction Conference: 2.8. Before any Work at the site is started, a conference attended by CONTRACTOR, OWNER , PROFESSIONAL and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in 2.6 as well as procedures for handling Shop Drawings and other submittals, processing applications for payment and maintaining required records. Finalizing Schedules: 2.9. At least ten days before submission of the first Application for Payment, a conference attended by CONTRACTOR, PROFESSIONAL and OWNER and others as appropriate will be held to finalize the schedules submitted in accordance with paragraph 2.6. CONTRACTOR shall have an additional ten (10) calendar days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules are submitted and acceptable to OWNER and PROFESSIONAL as provided below. The finalized progress schedule will be acceptable to OWNER and PROFESSIONAL as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Time, but such acceptance will neither impose on PROFESSIONAL responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from full responsibility therefor. The finalized schedule of Shop Drawing submissions and Sample submissions will be acceptable to PROFESSIONAL as providing a workable arrangement for reviewing and processing the submissions. CONTRACTOR'S schedule of values shall be approved by PROFESSIONAL as to form and substance. CONTRACTOR, in addition to preparing an initially acceptable schedule, shall be responsible for maintainingschedule, updatingschedule. updatesprogression shall include work ascompared oscheduled progress work. Schedule updates shall accompanyeach pay request. GC-5 Revision Date August 2001 ARTICLE 3-CONTRACT DOCUMENTS; INTENT, AMENDING, REUSE Intent: 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary: what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the State of Georgia. 3.2. It is the intent of the Contract Documents to describe a functionally complete Project(or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be supplied whether or not specifically called for. When words or phrases which have a well-known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words shall be interpreted in accordance with that meaning. 3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in 3.6 or 3.7, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and the provisions of any such standard, specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents) and the provisions of any such Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). Clarifications and interpretations of the Contract Documents shall be issued by PROFESSIONAL as provided in paragraph 9.4. 3.4. Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 3.5. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in 6.7, CONTRACTOR shall so report to PROFESSIONAL in writing at once and before proceeding with the Work affected thereby and shall obtain a written interpretation or clarification from PROFESSIONAL; however, CONTRACTOR shall not be liable to OWNER or PROFESSIONAL for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof. Amending and Supplementing Contract Documents: 3.6. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 3.6.1. a formal Written Amendment, 3.6.2. a Change Order(pursuant to paragraph 10.3), or 3.6.3. a Work Change Directive (pursuant to paragraph 10.4). As indicated in paragraphs 11.2 and 12.1, Contract Price and Contract Time may only be changed by a Change Order or a Written Amendment. GC-6 Revision Date August 2001 3.7. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized in one or more of the following ways: 3.7.1. a Field Order(pursuant to paragraph 9.5). 3.7.2. PROFESSIONAL'S approval of a Shop Drawing or sample (pursuant to paragraphs 6.24 and 6.26), or 3.7.3. PROFESSIONAL'S written interpretation or clarification (pursuant to paragraph 9.4). Reuse of documents: 3.8. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organization performingorfurnishing any of the Work under direct indirect shall acquire any title toor OWNERSHIP rights any o the Drawings, Specifications or ohedocuments (or the seal of PROFESSIONAL or NAL'S copies of any thereof) prepared by or s, Specifications or other documents (or cop esOof any consultant and they shall not reuse suchDrawi 9 d thereof) on extensions of the Project verification°ohadaptation by PROFESSIONAL.er project without written consent of OWNER an PROFESSIONAL and specific written I GC-7 Revision Date August 2001 ARTICLE 4-AVAILABILITY OF LANDS, PHYSICAL CONDITIONS; REFERENCE POINTS Availability of Lands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR. Necessary easements or rights-of-way will be obtained and expenses will be borne by OWNER. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER'S furnishing these lands, rights-of-way or easements, the CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Physical Conditions: 4.2.1. Explorations and Reports: Reference is made to the Supplementary Conditions for identification of those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized in preparing the Contract Documents and those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities)that have been utilized in preparing the Contract Documents. 4.2.2. CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any claim against OWNER, PROFESSIONAL, or any of PROFESSIONAL'S Consultants with respect to: 4.2.2.1. the completeness of such reports and drawings for CONTRACTOR'S purposes, including but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or 4.2.2.2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or 4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. 4.2.3. If conditions are encountered, excluding existing utilities, at the site which are (1) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or(2) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, then CONTRACTOR shall give OWNER notice thereof promptly before conditions are disturbed and in no event later than 48 hours after first observance of the conditions. 4.2.4. The OWNER and PROFESSIONAL shall promptly investigate such conditions, and, if they differ materially and cause an increase or decrease in CONTRACTOR'S cost of, or time required for, performance of any part of the Work, the OWNER and PROFESSIONAL shall recommend an equitable adjustment in the Contract Price or Contract Time, or both. If the OWNER and PROFESSIONAL determine that the conditions at the Site are not materially different from those indicated in the Contract Documents or are not materially different from those ordinarily found and that no change in the terms of the Contract is justified, the PROFESSIONAL shall notify CONTRACTOR of the determination in writing. The Work shall be performed after direction is provided by the PROFESSIONAL. GC-8 111.1111.111111111111111 Revision Date August 2001 Physical Conditions-Underground Facilities: 4.3.1. Shown or Indicated: The Underground information Facilities nd datao S contiguous to the site hown or inicated in the ise basedr onct Documents with respect to existing 9 information and data furnished to OWNERexpressly o PROFESSIONAL Underground Facil- ities or by others. Unless it is otherwise PeheSupementary Conditions 4.3.1.1. OWNER and PROFESSIONAL shall not be responsible for the accuracy or completeness of any such information or data; and ice and 4.3.1.2. The cost of all of the fwinwland checking will be oaled in the l such information ntract and data for CONTRACTOR ng aRll shall have full responsibility for reviewingr of the ork with Underground Facilities shown or indieduring construin the Contract Dcfion, for theuments, osafety a'ndtp otecfion thereof as the OWNER'S of such Underground Facilities provided in paragraph 6.20 and repairing any damage thereto resulting from the Work, the cost of all of which will be considered as having been included in the Contract Price. is or aled at or 4.3.2. Not Shown I ast d. If an not shown orderground indicated ina the Contract Doccume tseand which contiguous to the site which w wR shall, CONTRACTOR could not reasonablyhe eof and before performingo anyeWorkraffected thereby of, excOept in an promptly after becoming aware t emergency as permitted by paragraph NER6and to OWNER and PROFESSIONAL. PROFESSIONALgwe Ontify the NER of such Underground Facility and \ written notice thereof to that promptly reviewmthe Underground and document the consne the equences es of theent to wex sten a of the cUnndergr and should be modified to reflect Facility, and the Documentsd supplementedr extent necessary. suctime, CONTRACTORshall be responsible for the safety ndpotectionof suchUnderground 0. R shall e allowed increase in the Contract rice Facanility as provided in paragraph 2or both,tote extent that they are nattributable to the existence of or extension of the Contract Time, any Underground Facility that was have been expectedted in the to be aware of. af the parties are which CONTRACTOR could not reasonablyto agree as to the amount or length thereof, CONTRACTOR may make a claim therefor as providedin Articles 11 and 12. Reference Points: 4.4. OWNER shall provideEngineering are necessary to enable CONTRACTOR to proceed with the W on judgment which in PROFESSIONAL's Work. CONTRACTORb ral shall ro responsible and the established Work referenc(unless e points and shallllmakenochanges or Requirements),wshall protect preserve of OWNER. CONTRACTOR shall report to relocations without the prior written approval necessary PROFESSIONAL changes ws in gver rads y reference locations,point is lost and shall ber destroyed or responsible fore ther accurate replacement or necessary changes in grades or relocation of such reference points by professionally qualified personnel. Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material: 4.5 OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or RadioactiveaMaterial uncoveredttContract Documentsr revealed at the e to behwith n the scope of theas not shown or iWork and which may d in Drawings or Specifications t ialidentifiedn inexposed thereto in connection with the Work at the present a substantial danger to persons or property p site. OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractor, Suppliers or anyone else for whom CONTRACTOR is responsible. 4.6 CONTRACTOR shall immediately: (i) stop all work in connection with such hazardous condition and in any area affected thereby (except in an emergency as requiredpWNER shall6.22), d (promptly ii) notify OWNER and PROFESSIONAL (and thereafter confirm such notice in writing). GC-9 I Revision Date August 2001 consult with PROFESSIONAL concerning the necessity for OWNER to retain a qualified expert to evaluate such hazardous condition or take corrective action, if any. CONTRACTOR shall not be required to resume Work in connection with such hazardous condition or in any such affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR special written notice (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by CONTRACTOR to be resumed, either party may make a claim therefor as provided in Articles 11 and 12. 4.7 If after receipt of such special written notice, CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then CONTRACTOR may order such portion of the Work that is in connection with such hazardous conditions or in such affected area to be deleted from the Work. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a claim therefor as provided in Articles 11 and 12. OWNER may have deleted such portion of the Work performed by OWNER's own forces or others in accordance with Article 7. 4.7.1 The provisions of 4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site. GC-10 Revision Date August 2001 ARTICLE 5-BONDS AND INSURANCE Performance and Other Bonds: 5.1. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal to the Contract Price as Secuitr he Theseul Bopnds shallce and remain pn effect ayment at leasall Ountil oneOyear obligations under the Contract Documents. or by after the date when final CONTRACTOR shall also furnish such other dBonds asware Rr required by the the Contract Documents. Supplementary Conditions. All Bonds hasluch sureties e in the orms as are named in the current stlof�Companies n or by the Contract Documents and be executedby Holding Certificates of Authority as Acceptable Sureties on Federal Bonds, and as Acceptable Reinsuringccounts, U.S. by the Companies" as publishedent. in Bondsr sign0 edby(an agent)must be accompit anied by a cerff Bureau of tified ed copy of the Treasury Department. All9 authority to act. Licensed Sureties and Insurers; Certificates of Insurance ts to be sed and 5.2.1 All bonds and insurance be obtained fby the rom suretyract insuranceDncompan es that are maintained by CONTRACTOR shalla a duly State of Geo gia to issue licensed or authorized inlebonds signed rby an agent bonds policies mits and must be accompanied by af coverages so required. AIlcertified copy of 9 authority to act. Such surety and insurancein theSupplementarycompanies shall Conditions. meet such additional requirements and qualifications as may be provided 5.2.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified inrtificates original or a certifiedrevidence copy ce offthe insu ancelete rreq requesce policy for ted OWNER orach policy required,any other additional insured) of insurance (and other ewden which CONTRACTOR is required to purchase and maintain in accordance with 5.3. 5.2.3. If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomes insolvent or its right to do business isoterminated 5 1,n y state where any part CONTRACTOR shallof the within f��ect is dayso thereafter substitute d or it ceases to meet the requirements paragraph substitute another Bond and Surety, both of which must be acceptable to OWNER. CONTRACTOR'S Liability Insurance: 5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and other d on insurance ise appropriaterthbelow for the rk arrieing iise outoforeesultand fromfurnished CONTRACTOR'S performancee cand from claims set forth below whichmay furnishing of the Work and T CONTRACTOR, byany Subcontractor, by obligations under the Contract directly owhether indirectly is to be performed or furnishedhen by RACTOR employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable: 5.3.1. Claims under workers' or workmen's compensation, disability benefits and other similar employee benefit acts; 5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR'S employees; 5.3.3. Claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR'S employees; coverage which are 5.3.4. Claims for damages insured directly personal or indirectly related'tto the employment of such sustained person by ) by any person as a result ofby an offensen other person for any other reason; CONTRACTOR, or (b) by y GC-11 Revision Date August 2001 lf, because 5.3.5. Claims for damages,including aoss of use �esultrk mg therefrom; injury to or destruction of tangible property whereverlocated, 5.3.6. Claims arising out of operation of Laws or Regulations for damages because of bodily injury or death of any person or for damage to property; and 5.3.7. Claims for damages because of bodily injury or death of any person or property damage arising out of the OWNERSHIP, maintenance or use of any motor vehicle. The insurance required by this paragraph 5.3 shall include the specific coverage's and be written for not less than the limits of liability and coverage's provided in the Supplementary Conditions, or required by law, whichever is greater. The comprehensive general liability insurance shall include completed operations insurance. All of the policies of insurance so required to be purchased and maintained (or the certificates or other evidence thereof) shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER, PROGRAM MANAGER, and PROFESSIONAL by certified mail. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with paragraph 13.12. In addition, CONTRACTOR shall maintain such completed operations insurance for at least two years after final payment and furnish OWNER with evidence of continuation of such insurance at final payment and one year thereafter. Contractual Liability Insurance: 5.4. The comprehensive general liability insurance required by paragraph 5.3 will include contractual liability insurance applicable to CONTRACTOR'S obligations under paragraphs 6.32 and 6.33. OWNER'S Liability Insurance: 5.5. OWNER shall be responsible for purchasing and maintaining OWNER'S own liability insurance, and/or Risk Retention Program, and, at OWNER'S option, may purchase and maintain such insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Property Insurance: 5.6. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase and maintain property insurance upon the Work at the site to the full insurable value thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall include the interests of OWNER, CONTRACTOR, Subcontractors, PROGRAM MANAGER, PROFESSIONAL and PROFESSIONAL'S consultants in the Work, all of whom shall be listed as insureds or additional insured parties, shall insure against the perils of fire and extended coverage and shall include "all risk" insurance for physical loss and damage including theft, vandalism and malicious mischief, collapse and water damage, and such other perils as may be provided in the Supplementary Conditions, and shall include damages, losses and expenses arising out of or resulting from any insured loss or incurred in the repair or replacement of any insured property (including but not limited to fees and charges of PROFESSIONALS, architects, attorneys and other PROFESSIONALS). If not covered under the "all risk" insurance or otherwise provided in the Supplementary Conditions, CONTRACTOR shall purchase and maintain similar property insurance on portions of the Work stored on and off the site or in transit when such portions of the Work are to be included in an Application for Payment. 5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL AND PROFESSIONAL'S consultants in the Work, all of whom shall be listed as insured or additional insured parties. GC-12 I Revision Date August 200 5.8. All the policies of insurance (or the certificates or other evidence thereof) required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least thirty days prior written notice has been given to CONTRACTOR by certified mail and will contain waiver provisions in accordance with paragraph of 5.11.2. 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the Interests of CONTRACTOR, Subcontractors or others in the Work to the extent of any deductible amounts that are provided in the Supplementary Conditions. The risk of loss within the deductible amount will be borne by CONTRACTOR, Subcontractor or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. 5.10. If CONTRACTOR requests in writing that other special insurance be included in the property insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. Waiver of Rights: 5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and damages caused by any of the perils covered by the policies of insurance provided in response to paragraphs 5.6 and 5.7 and other property insurance applicable to the Work, and also waive all such rights against the Subcontractors, PROFESSIONAL, PROFESSIONAL'S consultants and all other parties named as insureds in such policies for losses and damages so caused. As required by paragraph 6.11, each subcontract between CONTRACTOR and a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of OWNER, CONTRACTOR, PROFESSIONAL, PROFESSIONAL'S consultants and all other parties named as insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the proceeds of insurance held by OWNER as trustee or otherwise payable under any policy so issued. 5.11.2. OWNER and CONTRACTOR intend that policies provided in response to paragraphs 5.6 and 5.7 shall protect all of the parties insured and provide primary coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insureds or additional insureds, and if the insurers require separate waiver forms to be signed by PROFESSIONAL or PROFESSIONAL'S consultant, OWNER will obtain the same, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same. Receipt and Application of Proceeds: 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as trustee for the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. Receipt and Application of Insurance Proceeds 5.13. OWNER, as trustee, shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's exercise of this power. If such objection be made, OWNER, as trustee, shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If required in writing by any party in interest, OWNER as trustee shall, upon the occurrence of an insured loss, give bond for the proper performance of such duties. GC-13 Revision Date August 2001 Acceptance of Insurance: 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the basis of its not complying with the Contract Documents, OWNER shall notify CON- TRACTOR in writing thereof within ten days of the date of delivery of such certificates to OWNER in accordance with paragraph 2.7. If CONTRACTOR has any objection to the coverage afforded by or other provisions of the policies of insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 on the basis of their not complying with the Contract Documents, CONTRACTOR shall notify OWNER in writing thereof within ten days of the date of delivery, of such certificates to CONTRACTOR in accordance with paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional information in respect of insurance provided by each as the other may reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of such insurance purchased by the other as complying with the Contract Documents. Partial Utilization-Property Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10 provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected the changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or lapse on account of any such partial use or occupancy. Indemnification 5.16.1. CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER, and its employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from the performance of its Work, provided that any such liability, claim, suit, demand, damage, loss, or expense (a) is attributable to bodily injury, sickness, disease or death, or injury to or destruction of tangible property, including the loss of use resulting therefrom and (b) is caused in whole or in part by an act or omission of CONTRACTOR, any Subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, whether or not it is caused in whole or in part by the negligence or other fault of a party indemnified hereunder. 5.16.2. In any and all claims against OWNER or any of its agents or employees by any employee of CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall not be limited in any way as to the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any SUBCONTRACTOR under workmen's compensation acts, disability benefit acts, or other employee benefit acts. 5.16.3. CONTRACTOR shall indemnify and hold harmless OWNER and anyone directly or indirectly employed by it from and against all claims, suits, demands, damages, losses expenses (including attorneys' fees) arising out of any infringement on patent or copyrights held by others and shall defend all such claims in connection with any alleged infringement of such rights. GC-14 Revision Date August 2001 ARTICLE 6--CONTRACTOR'S RESPONSIBILITIES 6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work, at all times during its progress, a competent resident superintendent, who shall not be replaced without written notice to OWNER and PROFESSIONAL except under extraordinary circumstances. The superintendent will be CONTRACTOR'S representative at the site and shall have authority to act on behalf of CONTRACTOR. All communications to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Materials and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours, and CONTRACTOR will not permit evening work or the performance of Work on Saturday, Sunday or any legal holiday without OWNER'S written consent given after prior written notice to PROFESSIONAL. 6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals whether temporary or permanent necessary for the execution, testing, initial operation, and completion of the Work as required by the Contract Documents. 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by PROFESSIONAL, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any such instructions will be effective to assign to PROFESSIONAL, or any of PROFESSIONAL'S consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.14 or 9.15. Adjusting Progress Schedule: 6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the extent indicated in paragraph 2.9 adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. Substitutes or"Or-Equal"Items: 6.7.1. Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other Suppliers may be accepted by PROFESSIONAL if sufficient information is submitted by CONTRACTOR to allow PROFESSIONAL to determine that the material or equipment proposed is equivalent or equal to that named. The procedure GC-15 Revision Date August 2001 for review by PROFESSIONAL will include the following as supplemented in the General Requirements. Requests for review of substitute itemof material If CONTRACTOR wishes toequipment will not be cf uroshd by or ua PROF- ESSIONAL from anyone other than CONTRACTOR. application make to substitute item ofmaterial acceptance rtancerthereof, ent,certifying OthatRACTOR the proposed substit to willperform PROFESSIONAL fp the functions and achieve the results called for by the general design, be similar of weQstateu that the bstance to that specified and be suited to the same use as that specified. The application evaluation and acceptance of the proposed substitute will not acc ptancepof,thecsubsCOtitutefTRAor uCTOseSn the Work will achievement of Substantial Completion on time, whether or not th require a change in any of the Contract D°t the designuments (or in to the proposed substitute anld whethea or plot OWNER for work on the Project) to a p incorporation or use of the substitute in connection with the Work is subject to payment of any licenseI application and or ovAll maintenance, ns f reproposed airr and replacement service wute from that ill be indicated.dicated. The will be led in the applicationwillalso available p containubstt an itemized estimates od all costs and c aims willt result othelr o'rectly or indirectly from t actors affected by thearesu acceptance change, all substitute, including costs of redesign substitute, of which shall be considered by PROFESSIONAL. In evaluating the proposed PROFESSIONAL may require CONTRACTOR to furnish, at CONTRACTOR'S expense, additional data about the proposed substitute. f uction is 6.7.2. If a specific means, method, tCONTRACTORchnique, nce mayrfurn furnish o procedure utilize a rsubstit tenmleans, in or required by the Contract Documents, method, sequence, technique or procedure of construction acceptable to PROFESSIONAL, if CONTRACTOR submits sufficient information aeto low by the CoOFESSIONAL to deermine that te ntract Documentst The proceduhe forbre iew stitute proposed is equivalent to that indicatedrequired 6.7.1 as applied by PROFESSIONAL by PROFESSIONAL will be similar to that provided in paragraph and as may be supplemented in the General Requirements. n h t e 6.7.3. PROFESSIONAL will b�IlabeVthed solerejudgeabolfe atccept bility andcnotsubstitute weabe proposed substitute. PROFESSIONAL written acceptance which will be evidenced ordered, installed or utilized without PROFESSIONAL'S prior by either a Change Order or an approved Shop may re OThCrOptftnY at CONTRACTOR'S expense, a specialperformance guarantee or othersurety with efurnish, d by L and substitute. PROFESSIONAL will record mgbyeCONTRACOTORSaOnd An making changesO0 in consultants in evaluating substitutionsproposed ro osee tact Documents TORI shall rhereby. Whether eimburse OWNERr not for theROcha charges of LPROFESSIONA L and substitute, CONTRACTOR PROFESSIONAL'S consultants for evaluating each proposed substitute. Concerning Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization ion n(including thoseor acceptableaagainst OWNER whom OWNER or PROFESSIONAL may paragraphhae 6.8.2) whether initially or as a substitute, other objection.oorganization CONTRA fun hs or erformnot erequired to any of the Work paga against whom Supplier or has other person or to p reasonable objection. ain Subcontractors, 6s n. If the organizations ary includingtions equire the identity are to furnishfthertprincipal items of materialsrs or a d other persons or organizations equipment to e submitted tOWNER ONTRACTOR hasprior to the tive Date of the subm submitted a list hereof Agreement for acceptance by the OWNER and PROFESSIONAL and if in g to Supplementary Conditions, o by thR's or e date indicated for acceptance tance or objectionrin thelbidd ng documents make written objection thereto by or other person or organization so or the Contract Documents) of any such Subcontractor, Supplier identified may be revoked on the basis of acceptable substitute,le thetlon after due Contract Price will investigation,bencreasedcby the CONTRACTOR shall submit anP Change Order will be issued difference, and the cost occasioned by such substitution and an appropriate9 GC-16 Revision Date August 2001 or Written Amendment signed. No acceptance by OWNER or PROFESSIONAL of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or PROFESSIONAL to reject defective Work. 6.9. CONTRACTOR shall be fully responsible to OWNER and PROFESSIONAL for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTOR'S own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between OWNER or PROFESSIONAL and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of OWNER or PROFESSIONAL to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.11. All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and PROFESSIONAL and contains waiver provisions as required by paragraph 5.11. CONTRACTOR shall pay each Subcontractor a just share of any insurance moneys received by CONTRACTOR on account of losses under policies issued pursuant to paragraphs 5.6 and 5.7. Patent Fees and Royalties: 6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. CONTRACTOR shall indemnify and hold harmless OWNER and PROFESSIONAL and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses including attorneys' fees and court and arbitration costs arising out of any infringement on patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. Permits: 6.13. CONTRACTOR shall obtain and pay for all construction permits, licenses, governmental charges and inspection fees, and all public utility charges which are applicable and necessary for the execution of the Work. All permit costs shall be included in the base bid. Permits, if any, that are provided and paid for by OWNER are listed in the Supplementary Conditions. Any delays associated with the permitting process will be considered for time extensions only and no damages or additional compensation for delay will be allowed. Laws and Regulations: 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor PROFESSIONAL shall be responsible for monitoring CONTRACTOR'S compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR observes that any of the Contract Documents are contradictory to such laws, rules, and regulations, it will notify the Project Manager promptly in writing. Any necessary changes shall then be adjusted by an appropriate Change Order. If CONTRACTOR performs any Work that it knows or should have known to be contrary to such laws, ordinances, rules, and regulations and without such notice to the Project Manager, it shall bear all related costs. GC-17 Revision Date August 2001 Taxes: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. Use of Premises: 6.16. CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights-of-way, permits and easements. CONTRACTOR shall not unreasonably encumber the premises with construction equipment or other materials or equipment. Any loss or damage to CONTRACTOR'S or any Subcontractor's equipment is solely at the risk of CONTRACTOR. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the OWNER or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against OWNER or PROFESSIONAL by any such OWNER or occupant because of the performance of the Work, CONTRACTOR shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of PROFESSIONALS, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party against OWNER to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. 6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris or contaminants resulting from the Work. At the completion of the Work, CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by OWNER. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger them. Record Documents: 6.19. Contractor shall keep at the site and in good order one record copy of the Contract Documents and all Drawings and Specifications. These documents shall be annotated on a continuing basis to show all changes made during the construction process. These shall be available to PROFESSIONAL and the Project Manager and shall be submitted with the Application for Final Payment. Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall assume all risk of loss for stored equipment or materials, irrespective of whether CONTRACTOR has transferred the title of the stored equipment or materials to OWNER. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1. all employees on the Work and other persons and organizations who may be affected thereby; 6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, GC-18 Revision Date August 2001 pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify OWNERs of adjacent property and of Underground Facilities and utility OWNERs when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or PROFESSIONAL or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR). CONTRACTOR'S duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and PROFESSIONAL has issued a notice to OWNER and CONTRACTOR in accordance, with paragraph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.21. CONTRACTOR shall designate a responsible member of its organization whose duty shall be the prevention of accidents at the site. This person shall be CONTRACTOR'S superintendent unless otherwise designated in writing by CONTRACTOR to the Project Manager. Emergencies: 6.22. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from PROFESSIONAL or OWNER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give PROFESSIONAL prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If PROFESSIONAL determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Work Change Directive or Change Order be issued to document the consequences of the changes or variations. 6.22.1. CONTRACTOR shall immediately notify PROFESSIONAL of all events involving injuries to any person on the Site, whether or not such person was engaged in the construction of the Project, and shall file a written report on such person(s) and any other event resulting in property damage of any amount within five (5) days of the occurrence. 6.22.2. If PROFESSIONAL determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Change Order will be issued to document the consequences of such action. Shop Drawings and Samples: 6.23. After checking and verifying all field measurements, CONTRACTOR shall promptly submit to PROFESSIONAL for approval, in accordance with the accepted schedule of submittals, all submittals and samples required by the Contract Documents. All submittals and samples shall have been checked by and stamped with the approval of CONTRACTOR and identified as PROFESSIONAL may require. The data shown on or with the submittals will be complete with respect to dimensions, design criteria, materials and any other information necessary to enable PROFESSIONAL to review the submittal as required. At the time of each submission, CONTRACTOR shall give notice to PROFESSIONAL of all deviations that the submittal or sample may have from the requirements of the Contract Documents. 6.24. PROFESSIONAL shall review and approve submittals and samples. Professional's review and approval shall be only for conformance with the design concept of the Project and compliance with the information given in the Contract Documents. The approval of a separate item as such will not GC-19 11111111111111111111111111.1111111111 Revision Date August 2001 indicate approvalapproved. of the assembly in which the t„eemun ins. CON of correctedCR ill make unyilcorrections required by PROFESSIONAL and resubmit required CONTRACTOR'S stamp of approval on any submittal or sample shall constitute its representation to thats each PROFESSIONAL and OWNER that CONTa SCcOtaloganumbers, 'and similar data, and and verified all quantities, dimensions, field construction criteria, materials, submittal or sample has been reviewed or coordinated with the requirements of the Work and the Contract Documents. 6.24.1. No Work requiring a submittal or sample submission shall commence until the approved byPROFESSIONAL. A copy of each approved submittal and each approvedsu bmiion has been be good order by CONTRACTOR at the site and shall be available to IO AL and W kept in PROFESSIONAL and OWNER. Any delays associated i compensation for delay illbe allowed ill be considered for time extensions only, and no damages or additional 6.24.2. Before submission of each Shop Drawing or sample, CONTRACTOR shall have determined and verified all quantities, dimensions similar datac'fwi h respect theretoied performance rland reviewedia, installation or coordinated each Shop Drawing or sample requirements, materials, catalog numbers andith other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. 6.24.3. At the time of each submission, 0 o samples ACTOR small y haveve f from herequirements L specific of written notice of each variation that the Shop Drawings ion to the Contract Documents, and, in addition, shall lsad cause aaro pal ecioif each such var a made on each Shop Drawing submitted to PROFESSIONAL for review on. 6.26. PROFESSIONAL will review and approve with reasonable promptness Shop Drawings and samples, but PROFESSIONAL'S review and approval will be only for conformance with the design n given in e Contract ocuments and ll concept of the Project and for compliance with a sequences oe troprocedu procedures construction (except where as not extend to means, methods, techniques, s q of approval specific means, method, technique, sequence or procedure roceddor gu ams construction tion isondic ted review orand required by the Contract Documents) or to safety precautionsroyal of the assembly in which the item functions. of a separate item as such will not indicate app I 6.27. PROFESSIONAL'S approval of submittals or samples shall not relieve CONTRACTOR from responsibility for any variation from gSIOhe NAL's attention torequirements of teach such variation at the time of he Contract Documents unless CONTRACTOR has, in writing, called PROFE submission and the OWNER has given written approval to the specific deviation; any such approval by PROFESSIONAL shall not relieve CONTRACTOR from responsibility for errors or omissions int e submittals. 6.28. Where a shop drawing or sample is required by the Contract Documents or the schedule of PROFESSIONAL as required, any related work performed prior to PROFESSIONAL's review and app shop drawings and sample submissions accepted by approval of the pertinent submittal will be at the sole I expense and responsibility of CONTRACTOR. I Continuing the Work: 6.30. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work s hdallbepdaelay Por postporned pending resolution CONTRACTOR and any disputes or disagreements, except as pe by OWNER may otherwise agree in writing. Cleaning Up: 6.31. CONTRACTOR shall maintain the m the work on a daily free from l 'ons basis or as required.materials,ste rubbish,Athe and other debris or contaminants resulting f completion of the work, CONTRACTOR shall a d mace lwaste materials, rubbish,h eeryand surplus debris from the leave the I site as well as all tools, construction equipment GC-20 Revision Date August 2001 Site clean and ready for occupancy by OWNER. All disposal shall be in accordance with applicable Laws and Regulations. In addition to any other rights available to OWNER under the Contract Documents, CONTRACTOR'S failure to maintain the site may result in withholding of any amounts due CONTRACTOR. CONTRACTOR will restore to original condition those portions of the site not designated for alteration by the Contract Documents. Indemnification: 6.32. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER and PROFESSIONAL and their consultants, agents and employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of PROGRAM MANAGER, PROFESSIONALS, architects, attorneys and other PROFESSIONALS and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. 6.33. In any and all claims against OWNER, PROGRAM MANAGER or PROFESSIONAL or any of their consultants, agents or employees by any employee of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.32 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor or other person or organization under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. 6.34. The obligations of CONTRACTOR under paragraph 6.32 shall not extend to the liability of PROFESSIONAL, PROFESSIONAL'S consultants, agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications. GC-21 ARTICLE 7---OTHER WORK Revision Date August 2001 Related Work at Site: 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, have other work performed by aided OWNERs or let other direct contracts therefor which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to CONTRACTOR prior to starting any such other work, and, if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. 7.1.2. CONTRACTOR shall afford each utility OWNER and other contractor who is a party to such a direct contract for OWNER, if OWNER is performing the additional work with OWNER's employees, proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs. CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of PROFESSIONAL and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility OWNERs and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility OWNERs and other contractors. 7.2. If any part of CONTRACTOR'S Work depends for proper execution or results upon the work of any such other contractor or utility OWNER (or OWNER), CONTRACTOR shall inspect and promptly report to PROFESSIONAL in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. CONTRACTOR'S failure so to report will constitute an acceptance of the other work as fit and proper for integration with CONTRACTOR'S Work except for latent or nonapparent defects and deficiencies in the other work. Coordination: 7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such author- ity and responsibilities will be provided in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions, neither OWNER nor PROFESSIONAL shall have any authority or responsibility in respect of such coordination. GC-22 Revision Date August 2001 ARTICLE 8---OWNER'S RESPONSIBILITIES 8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all communications to CONTRACTOR through the PROGRAM MANAGER or PROFESSIONAL. 8.2. In case of termination of the employment of PROFESSIONAL, OWNER shall appoint a PROFESSIONAL against whom CONTRACTOR makes no reasonable objection, whose status under the Contract Documents shall be that of the former PROFESSIONAL. Any dispute in connection with such appointment shall be subject to arbitration. 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and 14.13. 8.4. OWNER's duties in respect of providing lands and easements and providing Engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and in existing structures which have been utilized by PROFESSIONAL in preparing the Drawings and Specifications. 8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property insurance are set forth in paragraphs 5.5 through 5.8. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.3. 8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4. 8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain circumstances. GC-23 Revision Date August 2001 ARTICLE 9---PROFESSIONAL'S STATUS DURING CONSTRUCTION OWNER'S Representative: 9.1. PROFESSIONAL will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of PROFESSIONAL as OWNER's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and PROFESSIONAL. Visits to Site: 9.2. PROFESSIONAL will make visits to the site at intervals appropriate to the various stages of construction to observe the premises and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. PROFESSIONAL will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. PROFESSIONAL'S efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on-site observations as an experienced and qualified design PROFESSIONAL, PROFESSIONAL will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. Project Representation: 9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a Resident Project Representative to assist PROFESSIONAL in observing the performance of the Work. The duties, responsibilities and limitations of authority of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions. If OWNER designates another agent to represent OWNER at the site who is not PROFESSIONAL'S agent or employee, the duties, responsibilities and limitations of authority of such other person will be as provided in the Supplementary Conditions. Clarifications and Interpretations: 9.4. PROFESSIONAL shall issue such written clarifications or interpretations of the Contract Documents (in the form of Drawings or otherwise) as may be determined necessary, or as reasonably requested by CONTRACTOR, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If CONTRACTOR believes that a written clarification and interpretation entitles it to an increase in the Contract Price and/or Contract Time, CONTRACTOR may make a claim as provided for in Articles 11 or 12. Authorized Variations in Work: 9.5. PROFESSIONAL may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Article 11 or 12. Rejecting Defective Work: 9.6. PROFESSIONAL will have authority to disapprove or reject Work which PROFESSIONAL believes to be defective and will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. GC-24 Revision Date August 2001 Shop Drawings, Change Orders and Payments: 9.7. In connection with PROFESSIONAL'S responsibility for Shop Drawings and samples, see paragraphs 6.23 through 6.29 inclusive. 9.8. In connection with PROFESSIONAL'S responsibilities as to Change Orders, see Articles 10, 11 and 12. 9.9. In connection with PROFESSIONAL'S responsibilities in respect of Applications for Payment, etc., see Article 14. Determinations for Unit Prices: 9.10. PROFESSIONAL will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. PROFESSIONAL will review with CONTRACTOR PROFESSIONAL'S preliminary determinations on such matters before rendering a written decision thereon (by recommen- dation of an Application for Payment or otherwise). PROFESSIONAL'S written decisions thereon will be final and binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either OWNERnotice of retention to appeal from such a decision.partyCTOR delivers to the other o the Agreement and to PROFESSIONAL written Decisions on Disputes: 9.11. PROFESSIONAL will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes to the Contract Price or Contract Time will be referred initially to PROFESSIONAL in writing with a request for a formal decision in accordance with this paragraph, which PROFESSIONAL will render in writing within a reasonable time. Written notice of each such claim, dispute and other matter will be delivered by the claimant to PROFESSIONAL and the other party to the Agreement promptly (but in no event later than thirty days after the occurrence of the event giving rise thereto) and written supporting data will be submitted to PROFESSIONAL and the other party within sixty days after such occurrence unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim. 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11, PROFESSIONAL will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by PROFESSIONAL pursuant to paragraphs 9.10 and 9.11 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final pay- ment as provided in paragraph 14.16) will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter. Limitations on PROFESSIONAL'S Responsibilities: 9.13. Neither PROFESSIONAL'S authority to act under this Article or elsewhere in the Contract Documents nor any decision made in good faith to exercise such authority shall give rise to any duty or responsibility of PROFESSIONAL to CONTRACTOR, any Subcontractor, any of their agents or employees. 9.14. PROFESSIONAL shall not be responsible for the construction means, methods, techniques, sequences, or procedures or the safety precautions and programs used. PROFESSIONAL shall not be responsible for CONTRACTOR'S failure to perform the Work in accordance with the Contract Documents. 9.15. PROFESSIONAL shall not be responsible for the acts or omissions of CONTRACTOR, GC-25 I Revision Date August 2001 any Subcontractors, any agents or employees, or any other persons performing any of the Work. I GC-26 I 11111111111111111.111......... Revision Date August 2001 ARTICLE 10--CHANGES IN THE WORK 10.1. Without invalidating the Contract,eOWNER shalaprovidetime CONTRACTOR with time proposal additions, deletions, or revisions in the Work. T request, identifying the Work to be added, deleted or work prepared in accordancetwit CONTRACTOR 11Oand 1 n promptly submit a written proposal for the changedorder the partial suspension If the proposalWork request calls only for the deletion,deletion n whif chork, the OWNER may case CONTRACTOR must cease performance as of anyt Work related to the proposedh directed; CONTRACTOR shall not be entitled 'Documents.ts on deleted work. All changed Work shall be executed under the applicable conditions oft a Contract 10.2. Additional Work performed by CONTRACTOR without authorization of a Change Order will not entitle CONTRACTOR to an increase inthe inContract Article Eerr The effect of this pa ag aphce or an extension of the oshall remainntract Time, ct except in the case of an emergency as provided paramount and shall prevail irrespective of any conflicting provisions contained in these Contract Documents. 10.3. Uponagreement as to changes in the Work to be performed, Work performed in an emergency as provided in Article 6, and anwill claim CONTRACTOR NwrR enTOhangeaOrder change behe Contract signed by Time or the Contract Price, PROFESSIONALprepare PROFESSIONAL and CONTRACTOR and submitted to OWNER for approval. 10.4. In the absence of an agreement as provided in 10.3, OWNER may, at its sole discretion, issue a Work Change Directive to CONTRACTOR. wilolfspecify a pr cea and the Wk Chnge Drappl applicable will time accordance with Section 11.3. The Work ChangeDirective extension, determined to be reasonable by OWNER.accIf ordance with Articles fails to and 2, but CONTRACTOR n such Work Change Directive , CONTRACTOR may submit a claim shall nevertheless be obligated to fully perform the work as directed by the Work Change Directive. 10.5. CONTRACTOR shall proceed diligently with perfor toen ancof t e Work as directedby OWNER, regardless of pending claim actions, unless otherwise agreed provisions of the 10.6. If notice of any change affecting toe Contract Pgeneral nce or Contract Time)pe of the ork or eis required by the Contract Documents (including, but not limited provisions of any Bond to be given to a surety, Bon giving wibe a ajof ny such ed accordugly will be CONTRACTOR'S responsibility, and the amount of each applicable I I GC-27 IL Revision Date August 2001 ARTICLE 11-CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensation (subject to written authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to PROFESSIONAL promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after such occurrence (unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimants written statement that the amount claimed covers all known amounts (direct, indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined by PROFESSIONAL in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined by the following procedures: 11.3.1. Designated Unit Price (Field Measure). CONTRACTOR and OWNER recognize and acknowledge that the quantities shown for those items designated in the Bid Proposal as unit price items are approximations prepared by OWNER for bid purposes and that the actual compensation payable to CONTRACTOR for the utilization of such items is based upon the application of unit prices to the actual quantities of items involved as measured in the field and required to complete the Work as originally defined in the Contract Documents. 11.3.2. When it is determined by OWNER that an addition, deletion, or revision to the Work, as defined in these Contract Documents, is required and affects the quantities required for items designed in the Bid Proposal as unit price items, CONTRACTOR and OWNER agree that the compensation payable to CONTRACTOR for such unit price items shall be adjusted accordingly by a Change Order based upon the application of the appropriate unit prices shown in the Bid Proposal to the quantity of the unit price item required to complete the Work as defined in the Contract Documents. 11.3.3. Other Unit Prices. For items not designated in the bid proposal as unit prices, OWNER and CONTRACTOR may establish unit prices as agreed on by Change Order. 11.3.4. Lump Sum. When it is determined by OWNER that an addition, deletion or revision to the Work is required which results in a change in Work designated in the Bid Proposal as a lump sum item, the amount of increase or decrease in the lump sum price shall be established by mutual agreement of the parties. 11.3.5. If the pricing methods specified in 11.3 are inapplicable, or if the parties are unable to agree on a price for the changed work, a reasonable price for the same shall be established by OWNER in accordance with 11.4 and 11.5. OWNER shall then process a unilateral Change Order, specifying the said reasonable price, in accordance with 11.4 through 11.6. CONTRACTOR shall perform the Work as directed in the Change Order. 11.3.6. Failure on the part of CONTRACTOR to construct any item to plan or authorized dimensions within the specification tolerances shall result in: reconstruction to acceptable tolerances at no additional costs to OWNER; acceptance at no pay; or acceptance at reduced final pay quantity or reduced unit price, all at the discretion of OWNER. Determinations of aggregate monetary change for items identified as lump sum quantities shall be made by OWNER based upon an analysis of the scope of CONTRACTOR's failure to construct to plan or authorized dimensions. GC-28 Revisiont Date Cost of the Work: 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: 11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. 11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. Trade discounts, rebates and refunds and all returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed by Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to CONTRACTOR and shall deliver such bids to OWNER who then determines, with the advice of PROFESSIONAL, which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as CONTRACTOR'S Cost of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work. 11.4.5. Supplemental costs including the following: 11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR'S employees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of PROFESSIONAL, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof-all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. GC-29 Revision Date August 2001 11.4.5.6. Losses and damages (and related expenses), not compensated by insurance or otherwise, to the Work or otherwise sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.6) provided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR'S Fee. If, however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site. 11.4.5.8. 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. 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work and premiums of property insurance coverage within the limits of the deductible amounts established by OWNER in accordance with paragraph 5.6. 11.5. The term Cost of the Work shall not include any of the following: 11.5.1. Payroll costs and other compensation of CONTRACTOR'S officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expeditors, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR'S principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4-all of which are to be considered administrative costs covered by CONTRACTOR'S Fee. 11.5.2. Expenses of CONTRACTOR'S principal area branch offices other than CONTRACTOR'S office at the site. 11.5.3. Any part of CONTRACTOR'S capital expenses, including interest on CONTRACTOR'S capital used for the Change Order Work and charges against CONTRACTOR for delinquent payments. 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). 11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly, employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. 11.5.6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. CONTRACTOR'S Fee: 11.6. CONTRACTOR'S Fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 11.6.1. a mutually acceptable fixed fee, or if none can be agreed upon; 11.6.2. a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, CONTRACTOR'S Fee shall be GC-30 Revision Date August 2001 fifteen percent, 11.6.2.2. for costs incurred under paragraph 11.4.3, CONTRACTOR'S Fee shall five percent; and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to CONTRACTOR on account of overhead and profit of all Subcontractors shall be fifteen percent, 11.6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and 11.3, 11.6.2.4. the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in CONTRACTOR'S Fee by an amount equal to ten percent of the net decrease, and 11.6.2.5. when both additions and credits are involved in any one change, the adjustment in CONTRACTOR'S Fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through 11.6.2.4, inclusive. 11.7. For all changes, CONTRACTOR shall submit an itemized cost breakdown, together with supporting data in such detail and form as prescribed by the Project Manager. When a credit is due, the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease in direct cost as determined by the Project Manager, plus the applicable reduction in overhead and profit. When both additions and credits are involved in any change, the combined overhead and profit shall be calculated on the basis of the net change, whether an increase or decrease. In any event, the minimum detail shall be an itemization of all man-hours required by discipline/trade with the unit cost per man-hour and total labor price, labor burden, equipment hours and rate for each piece of equipment, material by units of measure and price per unit, other costs specifically itemized, plus the overhead and profit markup. Cash Allowances: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of the allowances as may be acceptable to PROFESSIONAL CONTRACTOR agrees that: 11.8.1. The allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site and all applicable taxes; and 11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances. No demand for additional payment on account of any thereof will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by PROFESSIONAL to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. Unit Price Work: 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by PROFESSIONAL in accordance with Paragraph 9.10. GC-31 Revision Date August 2001 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR'S overhead and profit for each separately identified item. 11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement and there is no corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes that CONTRACTOR has incurred additional expense as a result thereof, CONTRACTOR may make a claim for an increase in the Contract Price in accordance with Article 11 if the parties are unable to agree as to the amount of any such increase. GC-32 Revision Date August 2001 ARTICLE 12--CHANGE OF CONTRACT TIME 12.1. The Contract Time may only be changed by a Change Order. Any request for an extension in the Contract Time shall be made in writing and delivered to PROFESSIONAL and OWNER within seven (7) calendar days of the occurrence first happening and resulting in the claim. Written supporting data will be submitted to PROFESSIONAL and OWNER within fifteen (15) calendar days after such occurrence unless the OWNER allows additional time. All claims submitted by CONTRACTOR for adjustments to the Contract Time must set forth in detail the reasons for and causes of the delay and clearly indicate why the subject delay was beyond CONTRACTOR'S control or fault. 12.2. If CONTRACTOR is delayed at any time in the performance, progress, commencement, or completion of the Work by any act or neglect of OWNER or PROFESSIONAL, or by an employee of either, or by any separate CONTRACTOR employed by OWNER, or by changes ordered in the Work, or by labor disputes, fire, unavoidable casualties, utility conflicts which could not have been identified or foreseen by CONTRACTOR using reasonable diligence, or any causes beyond CONTRACTOR'S control or fault, then the Contract Time shall be extended by Change Order for such reasonable time as OWNER may determine. CONTRACTOR shall be entitled to an extension of time for such causes only for the number of days of delay which OWNER may determine to be due solely to such causes and only to the extent such occurrences actually delay the completion of the Work and then only if CONTRACTOR shall have strictly complied with all the requirements of the Contract Documents. Provided, however, notwithstanding anything in the Contract Documents to the contrary, no interruption, interference, inefficiency, suspension or delay in the performance, progress, commencement or completion of the Work for any cause whatsoever, including those for which OWNER or PROFESSIONAL may be responsible in whole or in part, shall relieve CONTRACTOR of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONTRACTOR'S sole and exclusive remedy against OWNER for interruption, interference, inefficiency, suspension or delay of any aspect of the Work shall be the right to seek an extension to the Contract Time in accordance with the procedures set forth herein. GC-33 Revision Date August 2001 ARTICLE 13--WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK Warranty and Guarantee: 13.1. CONTRACTOR warrants and guarantees to OWNER that all materials and equipment will be new unless otherwise specified and that all work will be of good quality, performed in a workmanlike manner, free from faults or defects, and in accordance with the requirements of the Contract Documents and any inspections, tests, or approvals referred to in this Article. All unsatisfactory Work, all faulty Work and all Work not conforming to the requirements of the Contract Documents or such inspections, tests, approvals, or all applicable building, construction and safety requirements shall be considered defective. Notice of all defects shall be given to CONTRACTOR by PROFESSIONAL. All defective work, whether or not in place, may be rejected, corrected, or accepted as provided in this Article. Access to Work: 13.2. For the duration of the Work, PROFESSIONAL and its representatives, other designated representatives of OWNER, and authorized representatives of any regulatory agency shall at all times be given access to the Work. CONTRACTOR shall provide proper facilities for such access and observation of the Work and also for any inspection or testing by others. Tests and Inspections: 13.3. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any Work to specifically be inspected, tested, or approved by someone other than CONTRACTOR, CONTRACTOR shall give PROFESSIONAL timely notice of readiness therefore. 13.4. The testing firm(s) (if assigned by OWNER to this Work) and all such inspections, tests, or approvals provided for by OWNER shall be identified in writing by PROFESSIONAL to CONTRACTOR. All other inspections, tests or approvals shall be at CONTRACTOR's expense including additional expenses for inspection and tests required as a result of delays by CONTRACTOR or hours worked in excess of 40 hours per week. For all required inspections, tests, and approvals on any Work prepared, performed, or assembled away from the site, CONTRACTOR will furnish PROFESSIONAL with the required Certificates of Inspection, testing, or approval. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organizations as may be required by law or the Contract Documents. Materials or Work in place that fail to pass acceptability tests shall be retested at the direction of PROFESSIONAL and at CONTRACTOR's expense. 13.5. All inspections, tests or approvals other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to OWNER and CONTRACTOR (or by PROFESSIONAL if so specified). 13.6. If any Work (including the work of others) that is to be inspected, tested or approved is covered without written concurrence of PROFESSIONAL, it must, if requested by PROFESSIONAL, be uncovered for observation. Such uncovering shall be at CONTRACTOR's expense unless CONTRACTOR has given PROFESSIONAL timely notice of CONTRACTOR'S intention to cover the same and PROFESSIONAL has not acted with reasonable promptness in response to such notice. 13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests, or approvals by persons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to perform the Work in accordance with the requirements of the Contract Documents. Uncovering Work: 13.8. If any Work required to be inspected, tested or approved is covered prior thereto without the prior written approval of PROFESSIONAL, or if any Work is covered contrary to the request of GC-34 Revision Date August 2001 PROFESSIONAL, the Work shall, if requested by PROFESSIONAL, be uncovered for observation, inspection, testing or approval and replaced at CONTRACTOR's expense. 13.9. If PROFESSIONAL considers it necessary or advisable that covered Work be observed by PROFESSIONAL or inspected or tested by others, CONTRACTOR, at PROFESSIONAL's request, shall uncover, expose or otherwise make available for observation, inspection or testing as PROFESSIONAL may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, CONTRACTOR shall bear all direct and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs), and OWNER shall be entitled to an appropriate decrease in the Contract Price and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction, and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. OWNER May Stop the Work: 13.10. When Work is defective or when CONTRACTOR fails to supply sufficient skilled workmen or suitable materials or equipment or make prompt payments to Subcontractors for labor, materials, or equipment or if CONTRACTOR violates any provisions of these Contract Documents, OWNER may order CONTRACTOR to stop the Work until the cause for such order has been eliminated. However, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party. CONTRACTOR shall have no right to claim an increase in the Contract Price or Contract Time or other damages for a stop work order under this paragraph. Correction or Removal of Defective Work: 13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly, without cost to OWNER and as specified by PROFESSIONAL, either correct the defective Work whether fabricated, installed, or completed, or remove it from the site and replace it with non-defective Work. If CONTRACTOR does not correct such defective Work or remove and replace such defective Work within a reasonable time, as specified in a written notice from PROFESSIONAL, OWNER may have the deficiency corrected. All direct and indirect costs of such correction shall be paid by CONTRACTOR or deducted from payment to CONTRACTOR. CONTRACTOR will also bear the expense of correcting or removing and replacing all Work of others destroyed or damaged by the correction, removal, or replacement of the defective Work. One Year Correction Period: 13.12. If, after approval of final payment and prior to the expiration of one year after the date of substantial completion or such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents, any Work or materials are found to be defective, incomplete, or otherwise not in accordance with the Contract Documents, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions, either correct such defective Work or if it has been rejected by OWNER, remove it from the Site and replace it with non- defective Work. If CONTRACTOR does not promptly comply with the terms of such instructions, OWNER may have the defective Work corrected, removed, or replaced. All direct, indirect and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys and other professionals)will be paid by CONTRACTOR. Acceptance of Defective Work: 13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to PROFESSIONAL's recommendation of final payment, PROFESSIONAL) prefers to accept it, OWNER may do so. CONTRACTOR shall bear all direct, indirect and consequential costs attributable GC-35 Revision 20Date August 01 to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by PROFESSIONAL as to reasonableness and to include but not be limited to fees and charges of engineers, architects, attorneys and other professionals). If any such acceptance occurs prior to PROFESSIONAL's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correct Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice of PROFESSIONAL to proceed to correct defective Work or to remove and replace rejected Work as required by PROFESSIONAL in accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR 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. In exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously, to the extent necessary to complete corrective and remedial action. OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees such access to the site as may be necessary to enable OWNER to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of OWNER in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved as to reasonableness by PROFESSIONAL, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. Such direct, indirect and consequential costs will include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. Neglected Work by CONTRACTOR 13.15. If CONTRACTOR neglects to execute the Work in accordance with the Contract Documents, including any requirements of the progress schedule, PROFESSIONAL may direct CONTRACTOR to submit a recovery plan and take specific corrective actions including, but not limited to, employing additional workmen and/or equipment, and working extended hours and additional days, all at no cost to OWNER in order to put the Work back on schedule. If CONTRACTOR fails to correct the deficiency or take appropriate corrective action, OWNER may terminate the contract or CONTRACTOR's right to proceed with that portion of Work and have the Work done by others. The cost of completion under such procedure shall be charged against CONTRACTOR. A Change Order shall be issued incorporating the necessary revisions in the Contract Documents, including an appropriate reduction in the Contract Price. If the payments due CONTRACTOR are not sufficient to cover such amount, CONTRACTOR shall pay the difference to OWNER. 13.16. Should CONTRACTOR work overtime, weekends or holidays to regain the schedule, all costs to OWNER of associated inspection, construction management and resident engineers shall be identified to CONTRACTOR and the Contract Price reduced by a like amount via Change Order. GC-36 Revision Date August 2001 ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values: 14.1. The schedule of values established as provided in 2.9 will serve as the basis for progress payments and will be incorporated into a form of application for Payment acceptable to Project Manager. Progress payments on account of Unit Price Work will be based on the number of units completed. Application for Progress Payment: 14.2. At least twenty (20) calendar days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to PROFESSIONAL for review an application for Payment filled out and signed by CONTRACTOR covering the work completed as of the date of the application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER. Payment is subject to a ten percent (10%) retainage that will be held until the final payment or acceptance by OWNER. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. CONTRACTOR's Warranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Review of Applications for Progress Payment: 14.4. PROFESSIONAL will, within ten (10) calendar days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the application to OWNER, or return the application to CONTRACTOR indicating in writing PROFESSIONAL's reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the application. OWNER shall, within thirty-one calendar days of presentation to him of the application for payment with PROFESSIONAL's recommendation of the amount for payment, pay CONTRACTOR amount recommended. 14.5. PROFESSIONAL's recommendation of any payment requested in an Application for Payment will constitute a representation by PROFESSIONAL to OWNER, based on PROFESSIONAL's on-site observations of the Work in progress as an experienced and qualified design PROFESSIONAL and on PROFESSIONAL's review of the Application for Payment and the accompanying data and schedules, that the Work has progressed to the point indicated; that, to the best of PROFESSIONAL's knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.10, and to any other qualifications stated in the recommendation; and that CONTRACTOR is entitled to payment of the amount recommended. However, by recommending any such payment, PROFESSIONAL will not thereby be deemed to have represented that exhaustive or continuous on-site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to PROFESSIONAL in the Contract Documents or that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or OWNER to withhold payment to CONTRACTOR. 14.6. PROFESSIONAL's recommendation of final payment will constitute an additional representation by PROFESSIONAL to OWNER that the conditions precedent to CONTRACTOR's being GC-37 Revision Date August 2001 entitled to final payment as set forth in paragraph 14.13 have been fulfilled. 14.7. PROFESSIONAL may refuse to recommend the whole or any part of any payment if, in PROFESSIONAL'S opinion, it would be incorrect to make such representations to OWNER. PROFESSIONAL may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in PROFESSIONAL'S opinion to protect OWNER from loss because: 14.7.1. the Work is defective, or completed Work has been damaged requiring correction or replacement. 14.7.2. the Contract Price has been reduced by Written Amendment or Change Order. 14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with paragraph 13.14. or 14.7.4. of PROFESSIONAL'S actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.9 inclusive. OWNER may refuse to make payment of the full amount recommended by PROFESSIONAL because claims have been made against OWNER on account of CONTRACTOR'S performance or furnishing of the Work or Liens have been filed in connection with the Work or there are other items entitling OWNER to a off-set against the amount recommended, but OWNER must give CONTRACTOR immediate written notice (with a copy to PROFESSIONAL) stating the reasons for such action. Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use, CONTRACTOR shall notify OWNER and PROFESSIONAL in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that PROF- ESSIONAL issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of the Work to determine the status of completion. If PROFESSIONAL does not consider the Work substantially complete, PROFESSIONAL will notify CONTRACTOR in writing giving the reasons therefor. If PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to PROFESSIONAL as to any provisions of the certificate or attached list. If, after considering such objec- tions, PROFESSIONAL concludes that the Work is not substantially complete, PROFESSIONAL will, within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing stating the reasons therefor. If, after consideration of OWNER's, objections, PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as PROFESSIONAL believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion, PROFESSIONAL,will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities, insurance and warranties. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform PROFESSIONAL prior to PROFESSIONAL'S issuing the definitive certificate of Substantial Completion, PROFESSIONAL'S aforesaid recommendation will be binding on OWNER and CON- TRACTOR until final payment. 14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. GC-38 Revision Date August 2001 Partial Utilization: 14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work which (i) has specifically been identified in the Contract Documents, or (ii) OWNER, PROFESSIONAL, and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 14.10.1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees, CONTRACTOR will certify to OWNER and PROFESSIONAL that said part of the Work is substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and PROFESSIONAL in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion. If PROFESSIONAL does not consider that part of the Work to be substantially complete, PROFESSIONAL will notify OWNER and CONTRACTOR, in writing, giving the reasons therefor. If PROFESSIONAL considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. OWNER may at any time request CONTRACTOR, in writing, to permit OWNER to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to PROFESSIONAL and, within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion, and PROFESSIONAL will prepare a list of the items remaining to be completed or corrected thereon before final payment. If CONTRACTOR does not object in writing to OWNER and PROFESSIONAL that such part of the Work is not ready for separate operation by OWNER, PROFESSIONAL will finalize the list of items to be completed or corrected and will deliver such list to OWNER and CONTRACTOR together with a written recommendation as to the division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, utilities, insurance, warranties and guarantees for that part of the Work which will become binding upon OWNER and CONTRACTOR at the time when OWNER takes over such operation (unless they shall have otherwise agreed in writing and so informed PROFESSIONAL). During such operation and prior to Substantial Completion of such part of the Work, OWNER shall allow CONTRACTOR reasonable access to complete or correct items on said list and to complete other related Work. 14.10.3. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. 14.10.4. OWNER, may at its discretion, reduce the amount of retainage subject to Beneficial Occupancy. Final Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed upon portion thereof is complete, PROFESSIONAL will make a final inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such deficiencies. Final Application for Payment: 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of PROFESSIONAL and OWNER and delivered in accordance with the Contract Documents all GC-39 Revision Date August 2001 maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance required by 5.2, certificates of inspection, marked-up record documents and other documents, CONTRACTOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required, (ii) consent of the surety, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of liens and as approved by OWNER, CONTRACTOR may furnish receipts or release in full and an affidavit of CONTRACTOR that (i) the releases and receipts include all labor, services, material and equipment for which a lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or supplier fails to furnish such a release or receipt in full, CONTRACTOR may furnish a bond or other collateral satisfactory to OWNER to indemnify OWNER against any lien. 14.12.1. No application for final payment will be accepted by OWNER until approved as-built documents by CONTRACTOR are accepted and approved by PROFESSIONAL. 14.12.2. Notwithstanding any other provision of these contract documents to the contrary, OWNER and PROFESSIONAL are under no duty or obligation whatsoever to any vendor, materials provider, Subcontractor, laborer or other party to ensure that payments due and owing by CONTRACTOR to any of them are or will be made. Such parties shall rely only on CONTRACTOR's surety bonds for remedy of nonpayment by him. CONTRACTOR agrees to defend and resolve all claims made by Subcontractors, indemnifying OWNER and PROFESSIONAL for all claims arising from or resulting from Subcontractor or supplier or material men or laborer services in connection with this project. 14.12.3. General Indemnity: CONTRACTOR shall indemnify OWNER and PROFESSIONAL for any damages sustained, including lost profits, resulting from CONTRACTOR's failure or refusal to perform the work required by these contract documents. Final Payment and Acceptance: 14.13. If, on the basis of PROFESSIONAL'S observation of the Work during construction and final inspection and PROFESSIONAL's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, PROFESSIONAL is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, PROFESSIONAL will, within ten (10) working days after receipt of the final Application for Payment, indicate in writing PROFESSIONAL'S recommendation of payment and present the Application to OWNER for payment. At the same time PROFESSIONAL will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of 14.6. Otherwise, PROFESSIONAL will return the application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. After the presentation to OWNER of the application and accompanying documentation, in appropriate form and substance and with PROFESSIONAL'S recommendation and notice of acceptability, the amount recommended by PROFESSIONAL will become due and will be paid by OWNER to CONTRACTOR. 14.14. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if PROFESSIONAL so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of PROFESSIONAL and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Contract and if bonds have been furnished as required in Article 5, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to PROFESSIONAL with the application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. GC-40 Rev n D200ate August 1 CONTRACTOR'S Continuing Obligation: 14.15. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by PROFESSIONAL, nor the issuance of a certificate of Substantial Completion, nor any payment by OWNER to CONTRACTOR under the Contract Documents, nor any use or occupancy of the Work or any part thereof by OWNER, nor any act of acceptance by OWNER nor any failure to do so, nor any review and approval of a Shop Drawing or sample submission, nor the issuance of a notice of acceptability by PROFESSIONAL pursuant to paragraph 14.13, nor any correction of defective Work by OWNER will con- stitute an acceptance of Work not in accordance with the Contract Documents or a release of CONTRACTOR'S obligation to perform the Work in accordance with the Contract Documents (except as provided in paragraph 14.16). Waiver of Claims: 14.16. The making and acceptance of final payment will constitute: 14.16.1. A waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled liens, from defective Work appearing after final inspection pursuant to 14.11, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR'S continuing obligations under the Contract Documents; and 14.16.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. GC-41 Revision Date August 2001 ARTICLE 15--SUSPENSION OF WORK AND TERMINATION OWNER May Suspend Work: 15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and PROFESSIONAL which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. Termination For Cause: 15.2. Upon the occurrence of any one or more of the following events: 15.2. 1. if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code (Title 11, United States Code), as now or hereafter in effect, or if CONTRACTOR takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency; 15.2.2. if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or insolvency; 15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors; 15.2.4. if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under applicable law or under contract, whose appointment or authority to take charge of property of CONTRACTOR is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of CONTRACTOR's creditors; 15.2.5. if CONTRACTOR admits in writing an inability to pay its debts generally, as they become due; 15.2.6. if CONTRACTOR fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as revised from time to time); 15.2.7. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 15.2.8. if CONTRACTOR disregards the authority of PROFESSIONAL; or 15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents, OWNER may, after giving CONTRACTOR (and the surety, if there be one) seven days'written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct, indirect and consequential costs of completing the Work(including but not limited to fees and charges of PROFESSIONALs, architects, attor- GC-42 Revision Date 01 August 20 neys and other PROFESSIONALS and court and arbitration costs) such excess will be paid to CONTRACTOR. If such costs exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such costs incurred by OWNER will be approved as to reasonableness by PROFESSIONAL and incorporated in a Change Order, but when exercising any rights or remedies under this paragraph, OWNER shall not be required to obtain the lowest price for the Work performed. 15.3. In the event OWNER terminates the contract for cause and it is subsequently judicially determined that there was no cause for termination, the termination for convenience provision will be the means for disposition of the balance of the contract obligations. Termination for Convenience 15.4. Upon seven working days' written notice to CONTRACTOR and PROFESSIONAL, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Contract. In such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. For completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 15.4.2. For expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. For all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, suppliers and others; and 15.4.4. For reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.5. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. CONTRACTOR May Stop Work or Terminate: 15.6. If through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety calendar days by OWNER or under an order of court or other public authority, or PROFESSIONAL fails to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty-one days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may upon seven working days' written notice to OWNER and PROFESSIONAL and provided OWNER or PROFESSIONAL did not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER payment on the same terms as provided in 15.2. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if PROFESSIONAL has failed to act on an Application for Payment within thirty days after it is submitted or OWNER has failed for thirty-one calendar days after it is submitted to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days' written notice to OWNER and PROFESSIONAL stop the Work until receipt of payment of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph are not intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Time or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph. The provisions of this paragraph shall not relieve CONTRACTOR of the obligations under paragraph 6.30 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER. GC-43 Revision Date August 2001 ARTICLE 16--DISPUTE RESOLUTION 16.1. All disputes arising under this Contract or its interpretation whether involving law or fact or both, or extra work, and all claims for alleged breach of contract shall within ten (10) working days of the commencement of the dispute be presented by CONTRACTOR to OWNER for decision. All papers pertaining to claims shall be filed in quadruplicate. Such notice need not detail the amount of the claim but shall state the facts surrounding the claim in sufficient detail to identify the claim, together with its character and scope. In the meantime, CONTRACTOR shall proceed with the Work as directed. Any claim not presented within the time limit specified in this paragraph shall be deemed to have been waived, except that if the claim is of a continuing character and notice of the claim is not given within ten (10) working days of its commencement, the claim will be considered only for a period commencing ten (10) working days prior to the receipt by OWNER of notice thereof. Each decision by OWNER will be in writing and will be mailed to CONTRACTOR by registered or certified mail, return receipt requested, directed to his last known address. 16.2 All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of, or relating to, the Contract Documents or the breach thereof shall be decided under Georgia Law in the Superior Court of Richmond County, Georgia. CONTRACTOR by execution of the Contract consents to jurisdiction and venue in the Superior Court of Richmond County, Georgia, and waives any right to contest same. GC-44 Revision Date August 2001 ARTICLE 17-MISCELLANEOUS Giving Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. Computation of Time: 17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight shall constitute a day. General: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim should be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. 17.4. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and PROFESSIONAL thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contract Documents will survive final payment and termination or completion of the Agreement. 17.5. CONTRACTOR shall keep adequate records and supporting documentation applicable to this Work and Contract. Said records and documentation shall be retained by CONTRACTOR for a minimum of five (5) years from the date of final completion or termination of this Contract. OWNER shall have the right to audit, inspect, and copy all such records and documentation as often as OWNER deems necessary during the period of the Contract and for a period of five (5) years thereafter provided, however, such activity shall be conducted only during normal business hours. OWNER, during this period of time, shall also have the right to obtain a copy of and otherwise inspect any audit made at the direction of CONTRACTOR as concerns the aforesaid records and supporting documentation. 17.6. The Contract Documents are intended by the Parties to, and do, supersede any and all provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision of the Contract Documents are inconsistent with any provision of the Prompt Pay Act, this provision of the Contract Documents shall control. 17.7. Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due Contractor on any sum held as retainage pursuant to the Contract Documents and CONTRACTOR specifically waives any claim to same. GC-45 Revision Date August 2001 Substitutions: 17.8. Notwithstanding any provision of these general conditions, there shall be no substitutions of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. Sanitary Sewer Overflow Prevention: 17.9. Procedures to Prevent Overflows During Sanitary Sewer Construction: 17.9.1 The CONTRACTOR is hereby notified that the discharge of any untreated wastewater to waters of the State is a violation of Georgia Water Quality Regulations and is prohibited. 17.9.2 The CONTRACTOR will submit an Emergency Response Plan prior to beginning work. This plan will include a list of key personnel with 24-hour contact information who will respond during an emergency situation. The ERP will include estimates of mobilization time for a response crew to arrive onsite. Any changes to the Emergency Response Plan will be submitted to the RESIDENT PROJECT REPRESENTATIVE prior to implementation. 17.9.3 In the event bypass pumping is required to facilitate new sewer construction, bypassing plans and supporting calculations must be submitted to the Augusta Utilities Department for review prior to establishment of the bypass. All bypass systems will include complete redundancy in pumping systems, if failure of the primary pumping system could result in a discharge of untreated wastewater to waters of the State. 17.9.4 Bypass pumping will be monitored continuously by a person knowledgeable in pump operation and maintenance if the failure of the bypass pump could result in the discharge of untreated wastewater to waters of the State. 17.9.5 In the event of a discharge of untreated wastewater, the CONTRACTOR will take the following actions: 1. Take immediate steps to eliminate or minimize the discharge of untreated wastewater. 2. Immediately notify the Utilities Department dispatcher (706.796.5000) and the RESIDENT PROJECT REPRESENTATIVE (contact information will be provided at the preconstruction conference). 3. Maintain a chronicle of relevant information regarding the incident including specific actions taken by the CONTRACTOR and estimates of the discharge volume. 17.9.6 The RESIDENT PROJECT REPRESENTATIVE will coordinate notification of the Georgia Environmental Protection Division (800.241.4113) and the Augusta Emergency Management Agency if appropriate. 17.9.7 If, in the opinion of the RESIDENT PROJECT REPRESENTATIVE and the OWNER, the CONTRACTOR is not responding to an emergency situation in an appropriate manner, the Utilities Department will undertake necessary actions to abate an overflow situation. The cost of these actions will be the responsibility of the CONTRACTOR. 17.9.8 Following a discharge of untreated wastewater, a downstream inspection will be conducted by the Utilities Department to assess potential mitigation measures that may be required of the CONTRACTOR. PROGRAM MANAGER: 17.10 The PROGRAM MANAGER for the project is Augusta Utilities Department, Engineering Division. The presence or duties of PROGRAM MANAGER's personnel at the construction site, whether as onsite representatives or otherwise, do not make PROGRAM MANAGER or PROGRAM MANAGER's personnel GC-46 Revision Date August 2001 in any way responsible for those duties that belong to OWNER and / or the CONTRACTOR or other entities, and do not relieve the CONTRACTOR or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health and safety precautions required by such construction work. PROGRAM MANAGER and PROGRAM MANAGER's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty of inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the CONTRACTOR(s) or other entity or any other persons at the site except PROGRAM MANAGER's own personnel. The presence of PROGRAM MANAGER's personnel at the construction site is for the purpose of providing to OWNER a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). PROGRAM MANAGER neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. For this AGREEMENT only, construction sites include places of manufacture for materials incorporated into the construction work, and construction contractors include manufacturers of materials incorporated into the construction work GC-47 SECTION SC-0 INDEX TO SUPPLEMENTARY CONDITIONS SECTION SC-0l Scope of the Work SC-02 List of Drawings SC-03 Bonds SC-04 Contractor's Liability Insurance SC-05 Project Sign SC-06 Protection of the Environment SC-07 Temporary Toilets SC-08 Plans and Specifications Furnished SC-09 Record Drawings SC-10 Shop Drawings SC-11 Existing Structures SC-12 Salvage Material SC-13 Referenced Specifications SC-14 Traffic Control SC-15 Surveys SC-16 Construction Order and Schedule SC-17 Consulting Engineers SC-18 Inspection and Testing of Work SC-19 Site Access SC-20 Tree Save SC-21 Georgia Prompt Pay Act SC-22 City Acceptance SC-23 Disputes SC-24 Specified Materials SC-25 Interest Not Earned on Retainage SC-26 Basis of Payment SC-27 Compliance with Laws, Codes, Regulations, Etc. SC-28 Equivalent Materials SC-29 After Hours Inspection SC-30 Supplement to the Agreement SC-31 Georgia Power Coordination SC-32 Time of Completion Additional Requirement SC-1 SECTION SC SUPPLEMENTARY CONDITIONS -01. SCOPE OF THE WORK: The project consists of repairing a 1000' + length of Augusta Canal embankment and the relocation of a 12"water main currently attached to the Archibald Butt Memorial Bridge. The embankment work involves excavation of existing slope,replacement of the slope with compacted fill and replacement of a concrete walkway. The waterline improvements involve direct burial ductile iron pipe and directional drilling to install high density polyethylene (HDPE) pipe. -02. LIST OF DRAWINGS: The following drawings, prepared by Cranston Engineering Group, P.C. for The Augusta Utilities Department comprise the plans for the project. SHEET DATE NO. TITLE ORIGINAL REVISED 1 Cover Sheet 9/8/14 10/8/15 2 General Notes 9/8/14 9/24/15 3 Site Plan 9/8/14 10/8/15 4 Waterline Plan 9/8/14 10/8/15 5 Waterline Relocation Profile 9/8/14 10/8/15 6 Miscellaneous Waterline Details 9/8/14 9/24/15 7 Section and Miscellaneous Details 9/8/14 9/24/15 8 ES&PC Notes 9/8/14 7/30/15 9 ES&PC Notes 9/8/14 7/30/15 10 ES&PC Notes 9/8/14 7/30/15 11 Initial ES&PC Plan 9/8/14 7/30/15 12 Intermediate ES&PC Plan 9/8/14 7/30/15 13 Final ES&PC Plan 9/8/14 7/30/15 14 Erosion Control Details&Notes 9/8/14 7/30/15 -03. BONDS: The Contractor will include in the lump sum payment for Lump Sum Construction the cost of his performance and payment bonds. -04. CONTRACTOR'S LIABILITY INSURANCE: Insurance shall be written with limits of liability shown below or as required by law, whichever is greater: Commercial General Liability(per occurrence) Each Occurrence $ 1,000,000 SC-2 General Aggregate $ 2,000,000 Products $ 2,000,000 Personal & Adv Injury $ 1,000,000 Fire Damage $ 500,000 Automobile Liability(any auto) Combined Single Limit $ 1,000,000 Excess Liability(any auto)Each Occurrence $ 5,000,000 Workers Compensation Statutory Limits Employer Liability $ 1,000,000 -05. PROJECT SIGN: The Contractor will provide and install one (1) project sign at prominent location on the construction site as directed by the Engineer. The sign will carry in a prominent manner the name of the project, the Owner, and the name of the Contractor and the Engineer and a 24-hour phone number for the Contractor in 4-inch letters. The sign shall be constructed and erected on wood posts in a substantial manner 7-feet above the ground. The full size stencil shall be approved along with colors before fabrication. The Contractor shall include the cost of the project sign in the Total Base Bid. -06. PROTECTION OF THE ENVIRONMENT: The Contractor will carefully schedule his work so that a minimum amount of the exposed earth will be subject to erosion by rainfall or wind, and he will provide means satisfactory to the Engineer to minimize the transportation of silt and other deleterious material from the project area onto adjacent properties or into adjacent water courses. All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant,polymer, reactant or of other classification,must show approval of either EPA or USDA. Use of all such chemicals and disposal of residues shall be in conformance with printed instructions. -07. TEMPORARY TOILETS: Contractor shall provide temporary toilet facilities on the site for workmen employed in the construction work. Toilets shall be adequate for the number of men employed and shall be maintained in a clean and sanitary condition. Workmen shall be required to use only these toilets. At completion of the work, toilets used by Contractor shall be removed and premises left in the condition required by the Contract. -08. PLANS AND SPECIFICATIONS FURNISHED: The Contractor will be furnished, free of charge, by the Owner up to five (5) sets of direct black line prints together with a like number of complete bound specifications for construction purposes. Additional sets of plans and/or specifications will be furnished to the Contractor at the cost of reproduction upon his written request. SC-3 -09. RECORD DRAWINGS: The Contractor will maintain in his office one complete set of drawings (including any supplemental sketches) pertaining to the project upon which, at the end of each day's work any deviations from the construction lines shown thereon and all changes ordered by the Engineer will be shown accurately in red pencil. If necessary, supplemental drawings will be made to show details of deviations or changes, and these will be kept with the marked set. The drawings will be available to the Engineer for inspection during construction and at the completion of construction. Prior to submitting his estimate for final payment, as-built drawings are to be prepared and submitted by the contractor to the engineer. As-built drawings shall include tap locations and manholes located to a minimum of two separate surface features. -10. SHOP DRAWINGS: The Contractor shall submit to the Engineer for his review shop drawings, cuts, diagrams, bar lists, steel details and other descriptive data on every item, where shown on the drawings or specified herein. The Contractor shall check all submittals and so indicate on each copy thereof Five copies of such shop drawings shall be submitted to the Engineer before ordering of the material. Submittals which have not been checked by the Contractor will not be reviewed by the Engineer. Reviews by the Engineer of submittals will cover only general conformity with the project requirements, while responsibility for detailed conformity shall remain with the Contractor. The Contractor will be notified by mail of the results of the submittal reviews within ten(10) days of the receipt by the Engineer thereof. -11. EXISTING STRUCTURES: Where sidewalks, street signs, private signs, walls, sidewalks, fences, pipelines, etc. are removed in accomplishing the work, each and every item will be replaced in the same or better manner or condition than that in which it was before construction began. The Contractor will protect and hold harmless the Owner from any suit, action, or dispute whatever arising from the Contractor's work adjacent to private property. -12. SALVAGE MATERIAL: All existing installations to be removed, including but not limited to masonry and concrete rubble, asphalt,pipe, etc. will be disposed of at an approved location by the Contractor. -13. REFERENCED SPECIFICATIONS: Where specifications or standards of trade organizations and other groups are referenced in these specifications, they are made as much a part of these specifications as if the entire standard or specification were reprinted herein. The inclusion of the latest edition or revision of the referenced specification or standard is intended. -14. TRAFFIC CONTROL: Traffic control shall conform to the Manual on Uniform Traffic Control Devices (MUTCD) of the Federal Highway Administration, latest edition. The Contractor shall give prior written SC-4 notification to and shall obtain the approval of the Augusta Fire Department, Police Department, Emergency Medical Services, and the Augusta Traffic Engineering Department of any street or lane closures. -15. SURVEYS: The Engineer has established base lines for locating the principal component parts of the work, together with a suitable number of bench marks adjacent to the work. From the information thus provided, the Contractor shall develop and make all detail surveys needed for construction lines and elevations. The Contractor shall employ only Registered Land Surveyors or Registered Professional Engineer to perform all detail surveys. The Contractor will diligently preserve and maintain the position of all stakes, reference points and bench marks after they are set and, in case of willful or careless destruction, he shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. -16. CONSTRUCTION ORDER AND SCHEDULE: A. The Contractor shall be responsible for the detailed order, schedule, and methods of construction activities within the general guidelines specified for maintenance and protection of highway and pedestrian, traffic; utility lines; drainage ways; adjacent properties; and as otherwise specified. B. After notice to proceed and prior to the first payment on the contract the Contractor shall submit the following for review: (1) Breakdown of contract price into units of cost for each item required to complete the total work; this breakdown will be the basis for judging the percentage complete at any time. (2) A statement of the order of procedure to be followed that will result in the required protection and completion of the work within the overall contract time. (3) A bar chart showing the percentage of each item schedules against time and so scheduled that Contractor's order of construction is clearly shown. C. With each request for payment the Contractor shall submit two copies of the bar chart clearly marked to show the work completed at the date of the payment requested. D. Progress Schedule Requirements (1) Bar Chart Schedule: Prepare on maximum 11 inch by 17 inch sheet size for each separate stage of Work as specified and shown, to include at least: (a) Identification and listing in chronological order of those activities reasonably required to complete work, including, but not limited to, subcontract work, major equipment design, factory testing and startup activities, project close out and cleanup and specified work sequences, constraints, and milestones, including Substantial Completion date(s). Listings to be identified by Specification section number. SC-5 (b) Identify: (i) horizontal time frame by year, month, and week, (ii) duration, early-start, and completion of each activity and sub-activity and (iii) critical activities and Project float. (c) Provide sub-schedules to further define critical portions of the work. (d) Monthly schedule submissions: show overall percent complete, projected and actual, and completion progress by listed activity and sub-activity. (e) Identify the critical path on the schedule. (2) General: (a) Schedule(s) shall reflect work logic sequences, restraints, delivery windows, review times, contract times and milestones set forth in the Agreement, and shall begin with the date of Notice to Proceed and conclude with the date of Final Completion. (b) The schedule requirement herein is the minimum required. Contractor may prepare a more sophisticated schedule if such work will aid Contractor in execution and timely completion of work. (c) Base schedule on standard 5-day work week. (d) When bar chart or network analysis schedules are specified, use Primavera Project Planner, latest version, SureTrak latest version or a compatible and approved software. (e) Adjust or confirm schedules on a monthly basis as follows: Contractor shall submit to Engineer for acceptance proposed adjustments in the progress schedule that will not change the contract times (or milestones). Such adjustments will conform generally to the progress schedule then if effect and additionally will comply with any provisions of the General Requirements applicable thereto. Proposed adjustments in the progress scheduled that will change the contract times (or milestones)may only be a Change Order. Use of float suppression techniques such as preferential sequencing or logic, special lead/lag logic restraints, and extended activity times are prohibited, and use of float time disclosed or implied by use of alternate float-suppression techniques shall be shared to proportionate benefits to Owner and Contractor. Pursuant to above float-sharing requirement, no time extensions will be granted nor delay damages paid until a delay occurs which (i) impacts project's critical path, (ii) extends work beyond contract completion date. -17. CONSULTING ENGINEERS: The Owner has engaged consulting engineers to assist the Director of Utilities, defined herein as the Engineer, by preparing plans and specifications for the work and by providing certain services during the bidding and construction phases of the project. The consulting engineer, Cranston Engineering Group, P.C. is authorized to represent the Director of Utilities within the limits of the various duties delegated and assigned to the firm by the Director. Nevertheless the SC-6 Director of Utilities remains the final authority hereunder and is the "Engineer" as used throughout the Contract Documents. The presence or duties of Consulting Engineer's personnel at the construction site, whether as onsite representatives or otherwise, do not make personnel in any way responsible for those duties that belong to Owner and/or the Contractor or other entities, and do not relieve the Contractor or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health and safety precautions required by such construction work. The Consulting Engineer's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty of inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the Contractor(s) or other entity or any other persons at the site except Consulting Engineer's own personnel. The presence of the Consulting Engineer's personnel at the construction site is for the purpose of providing to Owner a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). Consulting Engineer neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. For this Agreement only, construction sites include places of manufacture for materials incorporated into the construction work, and construction contractors include manufacturers or materials incorporated into the construction work. -18. INSPECTION AND TESTING OF WORK: The Owner shall provide sufficient competent engineering personnel for the technical observation and testing of the work. The Engineer and his representatives shall at all times have access to the work whenever it is in preparation or progress, and the Contractor shall provide proper facilities for such access, and for inspections. Inspectors shall have the power to stop work on account of a workman's incompetency, drunkenness, or willful negligence or disregard of orders. An inspector may stop the work entirely if there is not a sufficient quantity of suitable and approved materials or equipment on the ground to carry it out properly or for any good and sufficient cause. Inspectors may not accept on behalf of the Owner any material or workmanship which does not conform fully to the requirements of the contract and they shall give no orders or directions under any possible circumstances not in accordance with the Specifications. The Contractor shall furnish the inspector with all required assistance to facilitate thorough inspection or the culling over or removal of defective materials or for any other purpose requiring discharge of their duties for SC-7 which service no additional allowance shall be made. The inspector shall, at all times, have full permission to take samples of the materials that may or may not be used in the work. Any inspection provided by the Engineers is for the purpose of determining compliance with provisions of the contract specifications and is in no way a guarantee of the methods or appliances use by the Contractor, nor for the safety of the job. If the specifications, the Engineer's instructions, laws, ordinances, or any public authority require any work to be specially tested or approved, the Contractor shall give the Engineer timely notice of its readiness for inspection, and if the inspection is by an authority other than the Engineer, of the date fixed for such inspection. Inspections by the Engineer shall be made promptly, and where practicable at the source of supply. If any work should be covered up without review or consent of the Engineer, it must, if required by the Engineer, be uncovered for examination and properly restored at the Contractor's expense. Re-examination of any work may be ordered by the Engineer, and, if so ordered, the work must be uncovered by the Contractor. If such work is found to be in accordance with the Contract Documents, the Owner shall pay the cost of re-examination and replacement. If such work is not in accordance with the Contract Documents,the Contractor shall pay such cost. The Owner will employ a qualified materials testing laboratory, hereinafter referred to as the Laboratory, to monitor more fully on the Owner's behalf the quality of materials and work, and to perform such tests as may be required under the Contract Documents as conditions for acceptance of materials and work. The Laboratory will be solely responsible to and paid separately by the Owner. The timing of the work of the Laboratory will be coordinated by the Engineer through his duly authorized inspector. The Owner will bear the cost of testing a particular material or area of the work once. Where retesting is required following corrective measures or under other circumstances, the Contractor shall reimburse the Owner for the cost of additional testing. -19. SITE ACCESS: In order to minimize damage to existing paving and landscaping, access to the site for the contractor's personnel and equipment will be restricted to the routes designated by the Owner. The contractor will be required to use on those routes unless written approval is given by the owner. -20. TREE SAVE: Prior to beginning grading operations, the Contractor is to notify the Owner and the Engineer so that those trees which are to be saved can be marked in the field. Once these trees are marked, the Contractor shall take every precaution, including tree protection fence, to save these trees. -21. GEORGIA PROMPT PAY ACT: This Agreement is intended by the Parties to, and does, supersede any and all provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision of this SC-8 Agreement is inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement shall control. -22. CITY ACCEPTANCE: Notwithstanding any other obligations of the Contractor, he shall complete the work to the full satisfaction of the Augusta Utilities Department and the Engineer. This provision shall not relieve the Contractor of his responsibilities for guarantees. -23. DISPUTES: All claims, disputes and other matters in question between the Owner and the Contractor arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. The Contractor, by executing this Agreement, specifically consents to venue in Richmond County and waives any right to contest the venue in the Superior Court of Richmond County, Georgia. -24. SPECIFIED MATERIALS: Attention is drawn to the specification of certain brands or manufacturers of construction materials on the drawings. Unless the phrase "or equal" appears in the specification thereon, no substitution or deviation from the product specified will be allowed. Notwithstanding any provision of the general conditions, there shall be no substitution of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. -25. INTEREST NOT EARNED ON RETAINAGE: Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due to the Contractor on any sum held as retainage pursuant to this Agreement and Contractor specifically waives any claim to same. -26. BASIS OF PAYMENT: As explained in the section "Instructions to Bidders" and in the "General Conditions," payment will be made based on the per cent complete for lump sum items and per units installed for unit price items. -27. COMPLIANCE WITH LAWS, CODES, REGULATIONS, ETC.: Supplementing the provision of the GENERAL CONDITIONS, the successful bidder awarded this contract by signing the contract acknowledges the following, however, this is not to be construed as all inclusive or being these only: 1. Underground Gas Pipe Law: The Contractor signing the contract acknowledges that he is fully aware of the contents and requirements of "Georgia Laws 1969, Pages 50 and the following, and any SC-9 amendments and regulations pursuant thereto", and the Contractor shall comply therewith. 2. High Voltage Act: The Contractor by signing the contract acknowledges that he is fully aware of the contents and requirements of "Act No. 525, Georgia law 1960, and any amendments thereto, and Rules and Regulations of the commissioner of Labor pursuant thereto" (the preceding requirements within quotation marks being hereinafter referred to as the "high voltage act"), and the Contractor shall comply therewith. The signing of Contract shall also confirm on behalf of the Contractor that he: A. has visited the premises and has taken into consideration the location of all electrical power lines on and adjacent to all areas onto which the contract documents require to permit the Contract either to work, to store materials, or to stage operations, and B. that the Contractor has obtained from the Owner of the aforesaid electric power lines advice in writing as to the amount of voltage carried by the aforesaid lines. The Contractor agrees that he is the "person or persons responsible for the work to be done" as referred to in the high voltage act and that accordingly the Contractor is solely "responsible for the completion of the safety measures which are required by Section 3 of the high voltage act before proceeding with any work." The Contractor agrees that prior to the completion of precautionary measures required by the high voltage act he will neither bring nor permit the bringing of any equipment onto the site (or onto any area or areas onto which the contract documents require or permit the Contractor to work, to store materials, or to stage operations) with which it is possible to come within eight feet of any high voltage line or lines pursuant to operations arising out of performance of the Contract. The foregoing provisions apply to power lines located (a) on the site and (b) on any area or areas onto which the contract documents require or permit the Contractor either to work, to store materials, or to stage operations, or (c) within working distance for equipment or materials, being used on (a) and (b) above. These provisions of the Contract do not limit or reduce the duty of the Contractor otherwise owed to the Owner, to other parties, or to both. The Contractor agrees that the foregoing provisions supplement provisions of the General Conditions. The Contractor agrees and acknowledges that any failure on his part to adhere to the high voltage act shall not only be a violation of law but shall also be a breach of contract and specific violation of the provisions of the General Conditions which pertains to safety precautions. 3. Occupational Safety & Health Act: The Contractor by signing the contract acknowledges that he is fully aware of the provisions of the Williams-Steiger Occupational Safety and Health Act of 1970 and he shall comply therewith. sc-b -28. EQUIVALENT MATERIALS: Notwithstanding any provision of the general conditions, there shall be no substitution of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. -29. AFTER HOURS INSPECTION: If the Contractor opts to work before or after normal working hours, 8 a.m. to 5 p.m., Monday through Friday, or on Augusta, Georgia Legal Holidays, then the Contractor must pay for the cost of inspection by the City of Augusta, Georgia and follow all necessary procedures listed in "Section 15, Right-of-way Encroachment Guidelines, Part E, Outside of Normal Working Hours," of the Augusta-Richmond County Planning Commission Development Documents dated September, 1999, or latest version. If inspectors of Augusta-Richmond County are needed to work outside normal business hours, Augusta-Richmond County needs to be notified in advance. -30. SUPPLEMENT TO THE AGREEMENT: a) 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. b) Specified excuses for delay or non-performance CONTRACTOR is not responsible for delay in performance caused by hurricanes, tornadoes, floods, and other severe and unexpected acts of nature. In any such event, the contract price and schedule shall be equitably adjusted. c) Termination of the contract for default Failure of the CONTRACTOR, which has not been remedied or waived, to perform or otherwise comply with a material condition of the Agreement shall constitute default. Augusta, Georgia may terminate this contract is part or in whole upon written notice to the CONTRACTOR pursuant to this term. d) Prohibition against contingent fees There shall be no contingent fees allowed under this contract. e) An acknowledgement by all parties contracting with Augusta, Georgia as follows: "Contractor acknowledges that this contract and any changes to it by amendment, modification, change order or other similar document may have required or may require the legislative authorization of the Board of Commissioners and approval of the Mayor. Under Georgia law, Contractor is deemed to possess knowledge concerning Augusta, Georgia's ability to assume contractual obligations and the consequences of Contractor's provision of goods or services to Augusta, Georgia under an unauthorized contract, amendment, modification, change order or other similar document, including the possibility that the Contractor may be precluded from recovering payment for such unauthorized goods or services. Accordingly, Contractor agrees that sc-1 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. f) Use of Augusta, Georgia Landfill 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. g) Federal Work Authorization Program All contractors and subcontractors entering into contracts with Augusta, Georgia for the physical performance of services shall be required to execute an Affidavit verifying its compliance with O.C.G.A. § 13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta, Georgia has registered with and is participating in a federal work authorization program. All contractors and subcontractors must provide their E-Verify number and must be in compliance with the electronic verification of work authorized programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603, in accordance with the applicability provisions and deadlines established in O.C.G.A. § 13-10-91 and shall continue to use the federal authorization program throughout the contract term. All contractors shall further agree that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to its contract with Augusta, Georgia the contractor will secure from such subcontractor(s) each subcontractor's E-Verify number as evidence of verification of compliance with O.C.G.A. § 13-10-91 on the subcontractor affidavit provided in Rule 300-10-01-.08 or a substantially similar form. All contractors shall further agree to maintain records of such compliance and provide a copy of each such verification to Augusta, Georgia at the time the subcontractor(s) is retained to perform such physical services. h) Owner Inspections All contracts shall provide that Augusta, Georgia may, at reasonable times, inspect the part of the plant, place of business, or work site of a contractor or subcontractor or subunit thereof which is pertinent to the performance of any contract awarded or to be awarded by Augusta, Georgia. SC-12 i) Local Small Business In accordance with Chapter 10B of the AUGUSTA, GA. CODE, Contractor expressly agrees to collect and maintain all records necessary 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. -31. GEORGIA POWER COORDINATION: The Contractor must coordinate work in the vicinity of power facilities with Georgia Power. When working within 25 feet of transmission lines contact Anita Kattegat at 706-667-5654, and when working within 10 feet of distribution lines contact Kristi Griffin at 678-708-9112. Any and all costs incurred during this coordination process shall be included in the Lump Sum Construction pay item. -32. TIME OF COMPLETION ADDITIONAL REQUIREMENT: In addition to the overall 90 days' time of completion set in the contract, an additional requirement concerning the embankment repair is also hereby imposed. Due to the potential loss in revenue caused by having the Augusta Canal emptied and to the need to have the Canal watered before and during the Masters Golf Tournament, the Contractor will be allowed thirty days to complete the embankment repair after the Augusta Utilities Department (AUD) has drained water from the Canal and it has dried for two weeks. The timeframe to start the draining in motion will be coordinated between AUD and the Contractor after the Notice to Proceed is issued. SC-13 INDEX TO TECHNICAL SPECIFICATIONS SECTION TITLE NO. OF PAGES 02055 Soils—Structural 2 02060 Aggregate 2 02221 Selective Demolition 2 02230 Clearing and Grubbing 2 02240 Excavation and Backfilling 6 02250 Dewatering 3 02324 Trenching 6 02374 Erosion, Sedimentation& Pollution Control Measures 6 02512 Site Water Distribution 9 02513 High Density Polyethylene Pipe and Fittings 7 02514 Horizontal Directional Drilling 5 02516 Disinfection of Water Distribution 5 02520 Concrete Paving 10 02740 Flexible Pavement Structures 3 02750 Concrete Construction 3 02760 Flowable Fill Material 2 02822 Fence Removal and Replacement,New Replaced In-Kind 3 02924 Grassing and Mulching 4 03010 Measurement and Payment 9 SECTION 02055 SOILS - STRUCTURAL PART 1 GENERAL 1.1 SUMMARY A. Section includes structural subsoil backfill materials. 1.2 UNIT PRICES -MEASUREMENT AND PAYMENT A. Soils-Structural (AUD Pay Item W-5): 1. Basis of Measurement: Per cubic yards. 2. Basis of Payment: Select backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. The volume of material included shall be the actual measured "in-place" volume. The maximum trench width used to calculate the volume will be 5 feet. No additional payment shall be made for these items. 1.3 REFERENCES A. American Society for Testing and Materials: 1. ASTM D698 -Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.51b Rammer and 12 inch Drop. 2. ASTM D2487 - Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System). 3. ASTM D2922 —Standard Test Methods for Density of Soil and Soil- Aggregate in Place by Nuclear Methods (Shallow Depth). 4. ASTM D3017 —Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). B. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. 1.4 SUBMITTALS A. Materials Source: Submit name of imported materials source. Contractor to provide material classification for all imported materials. Classify per Georgia Department of Transportation Standards and Specifications Section 810. Additional classification tests may be required to confirm characteristics of imported material. No additional payment 1.5 QUALITY ASSURANCE A. Perform Work in accordance with Georgia Department of Transportation and Augusta Utilities Department Standards. Soils-Structural 02055- 1 PART 2 PRODUCTS 2.1 SUBSOIL MATERIALS A. Type S1: 1. Structural 2. Graded. 3. Free of lumps larger than 2 inches, rocks larger than 1 inch, and debris. 4. Conforming to Georgia Department of Transportation Standards and Specifications Section 810, Class IA1, A2. 2.2 SOURCE QUALITY CONTROL A. Testing and Analysis of Subsoil Material: Perform in accordance with ASTM D698. ASTM D2922. ASTM D3017. B. If tests indicate materials do not meet specified requirements, change material and retest. C. Provide materials of each type from same source throughout the Work. PART 3 EXECUTION 3.1 3.1 STOCKPILING A. Stockpile materials on site at locations designated by Engineer. B. Stockpile in sufficient quantities to meet Project schedule and requirements. C. Separate differing materials with dividers or stockpile apart to prevent mixing. D. Prevent intermixing of soil types or contamination. E. Direct surface water away from stockpile site to prevent erosion or deterioration of materials. 3.2 STOCKPILE CLEANUP A. Remove stockpile, leave area in clean and neat condition. Grade site surface to prevent free standing surface water. Grass as necessary. END OF SECTION Soils-Structural 02055-2 SECTION 02060 AGGREGATE PART 1 GENERAL 1.1 SUMMARY A. Section includes aggregate materials for pipe bedding. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Foundation Backfill, GA DOT Type II, for Additional Unclassified Excavation (Aggregate Type Al), AUD Pay Item M-3. 1. Basis of Measurement: Per cubic yard, measured in-place. 2. Basis of Payment: Aggregate shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. The volume of material included shall be the actual measured "in-place" volume for the 4 inch thickness underneath the pipe. The maximum trench width used to calculate the volume will be 5 feet. No additional payment shall be made for these items. 1.3 REFERENCES A. AASHTO M147 (American Association of State Highway and Transportation Officials) - Materials for Aggregate and Soil-Aggregate. B. ASTM C136 - Method for Sieve Analysis of Fine and Coarse Aggregates. C. ASTM D698 -Test Method for Moisture-Density Relations of Soils and Soil- Aggregate Mixtures, Using 5.5Ib Rammer and 12 inch Drop. D. ASTM D2167 -Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method. E. ASTM D2487 - Classification of Soils for Engineering Purposes. F. ASTM D2922 -Test Method for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). G. ASTM D3017 —Test Method for Moisture Content of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). H. ASTM D4318 —Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. I. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. Aggregate 02060- 1 PART 2 PRODUCTS 2.1 COARSE AGGREGATE MATERIALS A. Coarse Aggregate Type Al: GA DOT Type II Foundation Backfill material conforming to Georgia Department of Transportation Standard Specifications, Section 812.2.02. 2.2 SOURCE QUALITY CONTROL A. Aggregate Material - Submit name of imported materials source. Contractor to provide material classification for all imported materials. Classify per Georgia Department of Transportation Standards and Specifications Section 812.2.02. Additional classification tests may be required to confirm characteristics of imported material. No additional payment. B. If tests indicate materials do not meet specified requirements, change material or material source and retest. C. Provide materials of each type from same source throughout the Work. PART 3 EXECUTION 3.1 STOCKPILING A. Stockpile materials on site at locations designated by Engineer. B. Stockpile in sufficient quantities to meet Project schedule and requirements. C. Separate differing materials with dividers or stockpile apart to prevent mixing. D. Direct surface water away from stockpile site so as to prevent erosion or deterioration of materials. 3.2 STOCKPILE CLEANUP A. Remove stockpile, leave area in clean and neat condition. Grade site surface to prevent free standing surface water. Grass as necessary. END OF SECTION Aggregate 02060-2 SECTION 02221 SELECTIVE DEMOLITION PART 1 GENERAL 1.1 SUMMARY A. Section includes demolition of designated structures; demolition of pavement sections; disconnecting and capping of identified utilities. 1.2 UNIT PRICES - MEASUREMENT AND PAYMENT A. Selective Demolition Associated with Water Line Work, AUD Item LS-1: 1. Basis of Measurement: Lump Sum 2. Basis of Payment: Shall include costs associated with the demolition of pavement sections, brick wall sections and mail boxes, and disconnecting and capping of identified utilities. B. Selective Demolition Associated with Embankment Work: 1. Basis of Measurement: Lump Sum 2. Basis of Payment: Shall include costs associated with the demolition of sidewalk and incidental deleterious matter encountered. 1.3 CLOSEOUT SUBMITTALS A. Project Record Documents: Accurately record actual locations of capped utilities. 1.4 References 1. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. PART 2 PRODUCTS 2.1 [Not Used.] PART 3 EXECUTION 3.1 PREPARATION A. Provide, erect, and maintain temporary barriers and security devices including warning signs and lights, and similar measures, for protection of the public, Owner, Contractor's employees and existing improvements to remain. B. Mark location of utilities. Selective Demolition 02221 -3 3.2 DEMOLITION REQUIREMENTS A. Conduct demolition to minimize interference with adjacent properties. B. Cease operations immediately if adjacent structures appear to be in danger. Notify Engineer. Do not resume operations until directed. C. Conduct operations with minimum interference to public or private accesses. Maintain protected egress and access from adjacent areas at all times. D. Sprinkle Work with water to minimize dust. Provide hoses and water connections for this purpose. 3.3 DEMOLITION A. Disconnect, cap and identify designated utilities within project area. B. Assure line, grade and cross-section are maintained. C. Continuously clean-up and remove demolished materials from site. Do not allow materials to accumulate on the site. D. Do not burn or bury materials on site. Leave site in clean condition. E. Do not disturb utilities that are to remain active, in-place. END OF SECTION Selective Demolition 02221 -4 SECTION 02230 CLEARING & GRUBBING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Removing surface debris. 2. Removing trees, shrubs, and other plant life. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Clearing and Grubbing Associated with Waterline Improvements, AUD Item LS-1: 1. Basis of Measurement: Lump Sum 2. Basis of Payment: Shall include costs for vegetation removal, stockpiling, disposal and any required permitting. B. Clearing and Grubbing Associated with Embankment Work: 1. Basis of Measurement: Lump Sum 2. Basis of Payment: Shall include costs for vegetation removal, stockpiling, disposal and any required permitting. 1.3 REFERENCES A. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. 1.4 Not Used. PART 2 EXECUTION 2.1 PROTECTION A. Locate, identify, and protect utilities that remain, from damage. B. Protect trees, plant growth, and features designated to remain. C. Protect bench marks, survey control points and existing structures from damage or displacement. D. Install Erosion Control Best Management Practices concurrent with clearing activities. E. Stabilize cleared area per ES & PC plans. 2.2 TREE REMOVAL A. Remove only trees that are necessary for completion of construction activities. Contractor is to schedule a site meeting with Augusta Utilities Department Clearing&Grubbing 02230- 1 representatives to review tree removal limits prior to the start of clearing activities. 2.3 REMOVAL A. Remove debris, rock, and extracted plant life from site. END OF SECTION Clearing&Grubbing 02230-2 SECTION 02240 EXCAVATING AND BACKFILLING PART 1 GENERAL 1.1 Summary A. This section covers excavating and filling for embankment works. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Excavation: 1. Basis of Measurement: Lump Sum 2. Basis of Payment: Shall include removal and wasting of all earth material called for on the plans and shall include all labor, materials, equipment, trucking necessary B. Earth Fill, Compacted In Place: 1. Basis of Measurement: Lump Sum 2. Basis of Payment: Shall include trucking and importation of select fill meeting project requirements, placement and compaction of fill, labor, equipment, manpower and removal of excess material. A. Temporary Access: 1. Basis of Measurement: Lump Sum 2. Basis of Payment: Shall include all fill material, labor and equipment to create ramps necessary to accomplish the wok and removal of temporary access features at end of project. 1.3 DEFINITIONS A. Unsatisfactory materials include those conforming to classes PT, OH, CH, MH, or OL, or as described in the Unified Soil Classification System, as adopted by the Corps of Engineers and the Bureau of Reclamation in January 1952. B. Cohesionsless and Cohesive Materials: Cohesionless materials include gravel, gravel-sand mixtures, sands, and gravelly sands. Cohesive materials include clayey and silty gravel, gravel-silt mixtures, clayey and silty sands, sand-clay mixtures, clay silts, and very fine sands. When results of compaction tests for moisture-density relations are recorded on graphs, cohesionless soils will show straight lines or reverse-shaped moisture density curves and cohesive soils will show normal moisture-density curves. 1.4 SITE PREPARATION A. The work area shall be stripped of all topsoil, vegetation, timber, debris and other rubble. Loose soil from stump removal shall be removed from stump holes. Where required, stump holes shall be backfilled with clean earth and compacted as specified on the drawings. Areas containing soft, organic or other Excavating and Backfilling 02240-3 objectionable material shall be removed as directed by the Engineer. PART 2 EXCAVATION 2.1 GENERAL A. The excavation shall conform to the dimensions and elevations indicated for each embankment, except as specified hereinafter. Excavation shall extend a sufficient distance to allow for placement of fill soil. Excavations carried below indicated depths will not be permitted except to remove unsatisfactory material. Unsatisfactory material shall be excavated below the grades shown, as directed, and replaced with satisfactory material. Excavation methods shall comply with codes and ordinances of governing authorities having jurisdiction and to the requirements of OSHA Health and Safety Standards for Excavations, 29 CFR Part 1926, or successor regulations. B. Material removed below the depths indicated without specific direction of the engineer shall be replaced, at no additional cost to the Owner, to the indicated excavation grade with satisfactory materials placed and compacted as specified except that concrete footings shall be increased in thickness to the bottom of overdepth in earth excavation and overbreak in rock excavation. 2.2 DRAINAGE A. Excavation shall be performed in such manner that the area of the site and the area immediately surrounding the site will be continually and effectively drained by gravity. Water shall not be permitted to accumulate in the excavation. The excavation shall be drained by satisfactory methods to prevent softening of the foundation bottom, or other actions detrimental to proper construction procedures. 2.3 SHORING A. Shoring, including sheet piling, shall be furnished and installed as necessary to protect workmen, banks, adjacent paving, structures, and utilities. Shoring, bracing, and sheeting shall be removed as excavations are backfilled, in a manner to prevent caving. 2.4 BORROW A. Where satisfactory materials are not available in sufficient quantity from required excavations, approved materials shall be obtained from the borrow areas from approved sources off Owner-controlled land at the Contractor's responsibility. The necessary clearing and grubbing of borrow area disposal and burning of debris therefrom, the development of sources including any access roads for hauling and the necessary right-of-way, and the satisfactory drainage of the borrow areas shall be considered as incidental items to borrow excavation. Borrow areas shall be neatly trimmed and trained after borrow excavations are completed. Excavating and Backfilling 02240-4 2.5 EXCAVATED MATERIALS A. Satisfactory excavated material required for backfill shall be placed in the proper section of the permanent work required under this section, or shall be separately stockpiled if it cannot be readily placed. Satisfactory excavated material in excess of that required for the work under this section shall be made available for use in other portions of the permanent overall site work required for the contract project. Satisfactory material in excess of that required for the permanent work and unsatisfactory material shall be disposed of in designated spoil areas as a part of the Contractor's responsibility. No satisfactory material shall be wasted or used for the convenience of the Contractor unless so authorized. Stockpiles shall be placed, graded, compacted and shaped for proper drainage. 2.6 FINAL GRADE A. Care shall be taken not to disturb the bottom of the excavation, and excavation to final grade shall not be made until just before concrete is to be placed. 2.7 COMPACTION OF FILLS A. All fills shall be compacted in layers not thicker than eight inches by rolling, tamping, vibrating, or combination thereof. When material varies from optimum moisture content, it shall be treated as follows: 1. When wet, moisture shall be reduced by scarifying and aerating the soil until optimum moisture is obtained. 2. When dry, moisture shall be added by sprinkling, and thoroughly mixing to incorporate into the uncompacted soil. 3. Fill and cut areas will be sloped so as to drain properly and prevent accumulation of water. B. When existing or cut areas are to be covered with less than one foot of fill, the surface shall be scarified to a depth of eight inches and compacted to the same density as adjacent areas. The compaction obtained shall be no less than 95 per cent of the Standard Proctor Maximum. The top 12 inches of all filled areas shall be compacted to 100 per cent of the Standard Proctor Maximum. 2.8 FIELD DENSITY DETERMINATIONS A. Field density determinations may be made to determine the compaction of the fill. These tests will be made in each two foot lift of the fill, and in sufficient number laterally to give complete coverage and assure proper compaction of the entire fill. 2.9 BACKFILLING A. Backfilling shall not begin until construction below finish grade has been approved, and the excavation cleaned of trash and debris. Backfill shall be brought to indicated finish grade. Backfill shall not be placed in wet or frozen areas. Backfill shall be of satisfactory materials placed and compacted as specified. Heavy equipment for spreading and compacting backfill shall not be operated closer to foundation or walls than a distance equal to the height of backfill above the top of footing; the area remaining shall be compacted by Excavating and Backfilling 02240-5 power-driven hand tampers suitable for the material being compacted. Backfill shall be placed carefully around pipes to avoid damage to coatings. 2.10 PROTECTION A. Settlement or washing that occurs in graded or backfilled areas prior to acceptance of the work shall be repaired and grades re-established to the required elevations and slopes. END OF SECTION Excavating and Backfilling 02240-6 SECTION 02250 DEWATERING PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and applicable Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes construction dewatering. B. Related Sections include the following: 1. Section 02240 "Excavation and Backfilling." 1.3 UNIT PRICE - MEASUREMENT AND PAYMENT A. Excavation and Backfilling; 1. Basis of Measurement: No separate measurement. 2. Basis of Payment: No separate payment. 1.4 PERFORMANCE REQUIREMENTS A. The Augusta Canal will be dewatered by city personnel prior to the start of construction by closing the upstream gates. Pockets of standing water will likely remain. B. Should additional dewatering of standing water or water from rainfall events during construction be necessary, the following dewatering performance is required: Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient scope, size, and capacity to control ground-water flow into excavation/grading areas and permit construction to proceed on dry, stable subgrades. 1. Maintain dewatering operations to ensure erosion control, stability of excavations and constructed slopes, that excavation does not flood, and that damage to subgrades and permanent structures is prevented. 2. Prevent surface water from entering excavation/grading areas by grading, dikes, or other means. 3. Accomplish dewatering without damaging existing buildings adjacent to excavation. 4. Remove dewatering system when no longer needed. 1.5 QUALITY ASSURANCE A. Regulatory Requirements: Comply with Augusta, Georgia requirements for erosion control with regard to water disposal. Dewatering 02250-1 1.6 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Engineer and then only after arranging to provide temporary utility services according to requirements indicated. 1.7 Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. A. During dewatering, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations for comparison with original elevations. Promptly notify Engineer if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction. PART 2 PRODUCTS (Not Used) PART 3 EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by dewatering operations. 1. Prevent surface water and subsurface or ground water from entering excavation/grading areas, from ponding on prepared subgrades, and from flooding site and surrounding area. 2. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. 3. Protect all soil stock piles from damage due to rain or water accumulation. B. Install dewatering system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner. Provide alternate routes around closed or obstructed traffic ways. 3.2 INSTALLATION A. Install dewatering system utilizing wells, well points, ditches, or other methods complete with pump equipment, standby power and pumps, filter material gradation, valves, appurtenances, water disposal, and surface-water controls where such system is needed to control water. B. Before excavating below ground-water level, place system into operation to lower water to specified levels. Operate system continuously until drains, sewers, slopes, and structures have been constructed and fill materials have been placed, or until dewatering is no longer required. Dewatering 02250-2 C. Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. Install sufficient dewatering equipment to drain water-bearing strata above and below bottom of foundations, drains, sewers, and other excavations. 1. Do not permit open-sump pumping that leads to loss of fines, soil piping, subgrade softening, and slope instability. D. Reduce hydrostatic head in water-bearing strata below subgrade elevations of foundations, drains, sewers, and other excavations. 1. Maintain piezometric water level a minimum of 24 inches below surface of excavation. E. Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. Dispose of water in a manner that avoids inconvenience to others. Provide sumps, sedimentation tanks, and other flow-control devices as needed. F. Provide standby equipment on-site, installed and available for immediate operation, to maintain dewatering on continuous basis if any part of system becomes inadequate or fails. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation soils at no additional expense to Owner. 1. Remove dewatering system from Project site on completion of dewatering. Plug or fill well holes with sand or cut off and cap wells a minimum of 36 inches below overlying construction. G. Damages: Promptly report and repair damages to adjacent facilities caused by dewatering operations. 3.3 OBSERVATION WELLS A. Provide, take measurements, and maintain observation wells or piezometers as may be required to provide reliable information as to the effectiveness of the dewatering system. B. Observe and record daily elevation of ground water and piezometric water levels in observation wells. C. Repair or replace, within 24 hours, observation wells that become inactive, damaged, or destroyed. Suspend construction activities in areas where observation wells are not functioning properly until reliable observations can be made. Add or remove water from observation-well risers to demonstrate that observation wells are functioning properly. D. Fill observation wells, remove piezometers, and fill holes when dewatering is completed. END OF SECTION Dewatering 02250-3 SECTION 02324 TRENCHING PART 1 GENERAL 1.1 SUMMARY A. Section includes excavating trenches for utilities; compacted fill from top of utility bedding to subgrade elevations; and backfilling and compaction. B. Related Sections: 1. Section 02060 -Aggregate. 2. Section 02512 —Site Water Distribution 3. Section 02760— Flowable Fill Material 1.2 UNIT PRICE — MEASUREMENT& PAYMENT A. No separate payment for trenching or backfilling activities. 1.3 REFERENCES A. ASTM C136 - Method for Sieve Analysis of Fine and Coarse Aggregates. B. ASTM D698 -Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5 lb Rammer and 12 inch Drop. C. ASTM D1556 -Test Method for Density of Soil in Place by the Sand-Cone Method. D. ASTM D2167 -Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method. E. ASTM D2922 -Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D3017 -Test Methods for Moisture Content of Soil and Soil-Aggregate Mixtures. G. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. 1.4 DEFINITIONS A. Utility: Any buried pipe, duct, conduit, or cable. 1.5 FIELD MEASUREMENTS A. A. Verify field measurements prior to fabrication. Trenching 02324-1 1.6 COORDINATION A. Verify Work associated with lower elevation utilities is complete before placing higher elevation utilities. PART 2 PRODUCTS 2.1 FILL MATERIALS A. Fill Type Si: As specified in Section 02055. B. B. Fill Type S2: As specified in Section 02760 (Flowable Fill Material). PART 3 EXECUTION 3.1 LINES AND GRADES A. Grades 1. Pipes shall be laid true to the lines and grades indicated. 2. Water main to be installed with 4 foot minimum cover unless otherwise shown in plan view. B. Location of Pipe Lines: 1. The location and approximate depths of the proposed pipe lines are shown on the Drawings. 2. The Engineer reserves the right to make changes in lines, grades, and depths of pipe lines when such changes are necessary. 3.2 PREPARATION A. Identify required lines, levels, contours, and datum locations. B. Protect plant life, lawns, and other features remaining as a portion of final landscaping. C. Protect bench marks, existing structures, fences, sidewalks, paving, and curbs from excavating equipment and vehicular traffic. D. Maintain and protect above and below grade utilities which are to remain. E. Cut out soft areas of subgrade not capable of compaction in place. Backfill with Type Al material and consolidate. Type A2 material may be placed and compacted in wet areas at the direction of the Engineer or Augusta Utilities Department representative. F. Outside of pavement areas, the top 4-inches of existing topsoil to be carefully removed, stockpiled, protected, and reused. Trenching 02324-2 3.3 EXCAVATING A. Excavate subsoil required for utilities to tie-in location. B. Cut trenches sufficiently wide to enable installation and allow inspection. Remove water or materials that interfere with Work. C. Do not interfere with 45 degree bearing splay of foundations. D. Hand trim excavation. Hand trim for bell and spigot pipe joints. Remove loose matter. E. Remove lumped subsoil, boulders, and rock up to 1/3 cubic yard, measured by volume. F. Correct over excavated areas with Type Al material uniformly placed and compacted (6-inch thick lift—max.). G. Stockpile excavated material in area designated on site and remove excess material not being used from site. 3.4 TRENCHING A. Excavations: 1. Excavation shall be dug so that the pipe can be laid and jointed properly. The trench shall be made so that the pipe can be laid to the alignment and depth as shown on the Drawings, and it shall be excavated only so far in advance of pipe laying as permitted by the Engineer. The excavation shall not be more than 16 inches wider at the bottom than the outside diameter of the pipe or structure. If there is no interference with construction, or adjacent property, and if soil permits, the Contractor at his own expense shall be permitted to slope the side walls of the excavation starting at a point 2 feet above the top of pipe. 2. The trench shall be excavated to the depth required so as to provide a uniform and continuous bearing and support for the pipe on bedding material at every point between joints, except where pipe slings or other lifting tackle are withdrawn. 3. Excavation Below Grade: a) Where excavation indicates that the subsurface materials at the bottom of the trench are in a loose or soft state, the Contractor shall be advised to excavate to a depth where suitable material is encountered, as directed by the Engineer. b) Where the bottom of the trench has been excavated by mistake to a greater depth than required, the Contractor shall refill this area using approved material. No additional compensation shall be given to the Contractor. Refilling with earth to bring the bottom of the trench to the proper grade will not be permitted. B. Excavation within 24 inches of existing utilities shall be governed by specifications of the Owner of the respective utility. The Contractor shall obtain these specifications and follow the same at no extra cost. Trenching 02324-3 C. Trenching in Advance of Pipe Laying: The trench for the pipe lines shall not be opened for a distance of more than 200 linear feet at any one time, unless authorized by the Engineer. Contractor shall not leave any trench open at the end of a working day, unless special conditions warrant as determined by Augusta Utilities Department(AUD). If approved by AUD, any portion of trench left open shall be covered with a steel plate or barricaded so that traffic or pedestrians cannot encounter area. 3.5 SHEETING AND BRACING A. General 1. Sheeting and bracing of all excavations shall conform to the latest statutes of the State of Georgia governing safety of workers in the construction industry. When necessary, in the opinion of the Engineer or Contractor, adequate sheeting and bracing shall be installed to prevent ground movement that may cause damage or settlement to adjacent structures, pipelines and utilities. Any damage due to settlement because of failure to use sheeting or because of inadequate bracing, or through negligence or fault of the Contractor in any other manner, shall be repaired at the Contractor's expense. 2. Sides of trenches shall be shored, sheeted, braced, sloped, or otherwise supported by means of sufficient strength to protect employees working within them. Refer to respective OSHA regulations. B. Sheeting Requirements: 1. Where excavations are made with vertical sides which require supporting, the sheeting and bracing shall be of sufficient strength to sustain the sides of the excavations and to prevent movement which could in any way injure the Work, or adjacent structures, or diminish the working space sufficiently to delay the Work. Special precautions shall be taken where there is additional pressure due to the presence of other structures. 2. It shall be the Contractor's responsibility to select sheeting and bracing of sufficient dimensions and strength to adequately support the sides of trenches and excavations. The Contractor shall submit details of the sheeting and bracing he proposes to use to the Engineer for review. 3. Timber sheeting shall conform in quality to select structural Douglas Fir lumber and shall be sound, live timber, free from sap, large checks, shakes, loose or decayed knots, worm holes, and other imperfections which may impair its strength or durability. 4. In wet excavation grooved sheeting shall be used to prevent passage of soil. Any voids between sheeting and face of excavation shall be filled with suitable material rammed in place. 5. Sheeting and bracing shall be removed before the completion of the Work, unless otherwise directed in writing by the Engineer. Sheeting which is left in place shall be cut off 18 inches below the original ground surface or as directed by the Engineer. Untreated wood will not be allowed to be left in place. Trenching 02324-4 3.6 BACKFILLING A. Backfill trenches to contours and elevations with unfrozen fill materials. B. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen, or spongy subgrade surfaces. C. Soil Fill Type S1: From pipe bedding elevation (top of bedding material), place and compact material in equal, continuous layers as specified within the drawings. D. Flowable Fill Type S2: See heading 4.1 (Schedule) of this section. E. Employ a placement method that does not disturb or damage, utilities in trench. F. Maintain optimum moisture content of fill materials to attain required compaction density. G. Remove surplus fill materials from site. H. Leave fill material stockpile areas completely free of excess fill materials. 3.7 TOLERANCES A. Top Surface of Backfilling under Paved Areas: Plus or minus % inch from required elevations. B. Top Surface of General Backfilling: Plus or minus 1 inch from required elevations. 3.8 FIELD QUALITY CONTROL A. Compaction testing will be performed in accordance with ASTM D698 or ASTM D2922. B. If tests indicate Work does not meet specified requirements, remove Work, replace, compact, and retest. C. Frequency of Tests: For areas outside of pavement section: 1. 1 test/ 100 If. /2 feet of backfill. 2. For roadway installations test each 12" of backfill, including subgrade. Proof roll subgrade under supervision of a registered geotechnical engineer in the state of Georgia (18-ton load). 3.9 PROTECTION OF FINISHED WORK A. Reshape and re-compact fills subjected to vehicular traffic during construction. 3.10 SCHEDULE A. Water Main (For Direct Bury Installation) 1. Refer to Augusta Utilities Department Detail 1.1. Trenching 02324-5 2. Excavate and prepare subgrade by compacting to 95% standard proctor. Install pipe bedding in 4" maximum lifts and uniformly compact. Install pipe per manufacturer's recommendations. Extend Type Al aggregate to pipe springline. Install select backfill material (Type S1) in 6" maximum lifts to 12" above top of pipe. Select material to be compacted (per lift) to 98% standard proctor. Native material can be used as "Normal Backfill" (if approved by Engineer or AUD field representative) from this point to grade if dried and properly prepared. If Engineer or AUD representative does not approve native material, then continue placement and compaction of select backfill material as previously noted. 3. Where installed by open cut in paved areas, contractor to install select material in 6 inch maximum lifts, compacted to 95% standard proctor, to 12 inches below subgrade elevation. The top 12 inches is to be compacted to 100% standard proctor. Refer to Augusta Utilities Department Bond Project— Road Cut Detail. END OF SECTION Trenching 02324-6 SECTION 02375 EROSION, SEDIMENTATION & POLLUTION CONTROL MEASURES PART 1 GENERAL 1.1 SCOPE A. This section covers erosion, sedimentation and storm water pollution control measures as shown on the plan or required on the job and are intended to comply with the requirements of the Georgia Environmental Protection Division's General Permit No. GAR 100001, latest edition. For the purpose of this project and as referenced in the General Permit, the Owner and the Contractor are considered the "Primary Permittee," and the Contractor and all his subcontractors shall be considered the "Operator. B. The measures shown on the plans and specified herein are minimum requirements and may be augmented by the Engineer if positive control is not established for storm magnitudes up to and including a 25 year rainfall event. These specifications and the corresponding plans do not, in any way, relieve the Contractor of any obligations with respect to permits for wetlands, storm water, stream buffers, flood plains or any other local, state or federal requirements. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Silt Fence, Type C; 1. Basis of Measurement: Per Linear Foot 2. Basis of Payment: Should include costs for materials, installation, cleaning, maintenance, repair and removal. B. Construction Exit; 1. Basis of Measurement: Per Each 2. Basis of Payment: Should include costs for gravel, geotextiles, materials, installation, cleaning, maintenance, and removal 1.3 CONSTRUCTION SCHEDULE A. The construction schedule is as shown on the Erosion, Sedimentation and Pollution Control Plan. 1.4 DEFINITIONS A. All terms used in this section shall be interpreted in accordance with the definitions set forth in the General Permit, some of which are restated as follows: 1. "Best Management Practices (BMP's)" means schedule of activities, prohibitions of practices, maintenance procedures and other management practices to prevent or reduce the pollution of waters of the state. BMP's also include treatment requirements, operating procedures and practices to control site runoff, spillage or leaks, sludge or waste disposal or drainage from raw material storage. Erosion, Sedimentation&Pollution Control Measures 02375-1 2. "Buffer" means the area of land immediately adjacent to the banks of state waters in its natural state of vegetation, which facilitates the protection of water quality and aquatic habitat. 3. "Construction Activity" means the disturbance of soils associated with clearing, grading, excavating, filling of land or other similar activities which may result in soil erosion. 4. "Final Stabilization" means that all soil disturbing activities on the site have been completed and that unpaved areas have a minimum of 95% uniform coverage by permanent vegetation or equivalent permanent stabilization measures such as riprap, gabions or permanent geotextiles have been employed. 5. "Grading" means altering ground surfaces to specified elevations, dimensions and/or slopes; this includes stripping, cutting, filling, stockpiling and shaping or any combination thereof. 6. "Qualified Personnel" means a person who has successfully completed an erosion and sediment control short course or an equivalent course approved by the Environmental Protection Division (EPD) and the State Soil and Water Conservation Commission. 7. "Waters of the State" means any and all rivers, streams, creeks branches, lakes, reservoirs, ponds, drainage systems, springs wells, wetlands and all other bodies of surface or subsurface water, natural or artificial, lying within or forming a part of the boundaries of the State which are not entirely confined and retained completely upon the property of a single individual, partnership or corporation. PART 2 GENERAL PROCEDURES 2.1 The Contractor shall utilize, at a minimum, Best Management Practices, including sound construction practices to prevent and minimize erosion and resultant sedimentation, which are consistent with and no less stringent than those practices contained in the "Manual for Erosion and Sediment Control in Georgia," published by the State Soil and Water Conservation Commission as of January 1 of the year in which the land disturbing activity was permitted, as well as the following: A. Stripping of vegetation, grading and other development activities shall be conducted in such a manner as to minimize erosion. Earth areas which are not to be paved shall be grassed at the earliest possible time during the construction phase, so as to minimize exposure to rainfall and run-off. B. Unnecessary cut and fill operations shall be kept to a minimum, except that temporary berms, wherever possible, should be constructed at the end of each day of grading, in order to contain sediment and slow down erosion, should rainfall occur during the night. Berms shall also be constructed, where needed, to prevent sediment from being transported onto areas outside the actual construction limits. C. Whenever feasible, existing natural vegetation shall be retained, protected and supplemented. D. Disturbed areas and the duration of exposure to erosive elements shall be kept to a practicable minimum. Erosion, Sedimentation&Pollution Control Measures 02375-2 E. Temporary vegetation and/or mulching shall be employed to protect exposed critical areas during development. F. Permanent vegetation and structural erosion control measures shall be installed as soon as practicable. G. To the extent necessary, sediment in run-off water shall be trapped by the use of debris basins, silt traps, silt barriers, or similar measures until the disturbed area is stabilized. H. Adequate provisions shall be provided to minimize damage from surface water to the cut face of excavations and the sloping surfaces of fills. I. Cuts and fills shall not endanger adjoining property. J. Fills shall not encroach upon natural water courses or constructed channels in a manner so as to adversely affect other property owners. K. Construction equipment shall cross flowing streams by means of bridges or culverts, except when such methods are not feasible, provided in any case that such crossings shall be kept to a minimum and provided that the appropriate stream buffer variances and wetlands approvals have been obtained from the Environmental Protection Division (EPD) and the Corps of Engineers, respectively. L. Should the specified erosion, sedimentation and pollution control measures prove to be inadequate, additional measures as directed by Engineer shall be provided for treatment or control of any source of sediments. Additional adequate sedimentation control facilities to retain sediments on site or to preclude sedimentation of adjacent waters shall be implemented. M. Except when a prior variance has been obtained from EPD or where a drainage structure must be constructed with adequate erosion control measures, no construction activities shall be conducted within a 25 foot buffer along the tops of banks on all state waters nor within a 50 foot buffer along the tops of banks on all state waters classified as "trout streams." If required for construction purposes, a buffer variance will be applied for by the Owner. N. Whenever possible, proposed storm water piping systems and detention ponds shall be constructed prior to other earth disturbing operations. The storm water piping and detention system shall then be used as a means to control erosion and sediment on the site. O. Sediment basins of the temporary nature shall be constructed as shown on plans and as required to retain sediment on the site. All temporary sediment basins shall be maintained in accordance with the "Manual for Erosion and Sediment Control in Georgia," latest edition and then removed when final stabilization is attained. P. Where erosion due to wind is likely to be of concern, trees or groups of trees and bushes should be left standing, wherever possible, to serve as windbreaks. Erosion, Sedimentation& Pollution Control Measures 02375-3 PART 3 ELEMENTS OF THE PLAN 3.1 The minimum requirements for the prevention of erosion and sedimentation for this site are depicted on the plans and specified herein. The elements of the plan are discussed as follows, and are listed in chronological order, as far as is practical. The construction activities should proceed in the order listed. A. Remove all marketable timber from the limits of construction, rights-of-way, utility easements, designated fill areas, and other areas to be cleared. B. Begin clearing and grubbing operations only after silt barriers are installed. Immediately after the area has been cleared for their placement, install dams, berms and all other remaining erosion and sedimentation control measures as shown on the drawings and specified herein. Care shall be taken not to clear and grub beyond the construction limit. C. Contractor shall notify Engineer within 24 hours after the installation of the initial soil erosion control measures so that the Engineer may inspect the measures in accordance with the EPD General Permit. D. As grading operations commence, the topsoil shall be stripped and stockpiled in mounds surrounded by berms. As mentioned above, berms or windrows shall be constructed each afternoon at approximately 100 foot intervals across the graded areas, except in the low-lying areas of the project. This action will tend to check erosion should rainfall be experienced during the night. E. Construction on the utilities lines should be commenced as soon as grading operations have been substantially completed. The disturbed strip along each line which is located outside of a street right-of-way should be grassed immediately upon the completion of trench backfilling, as described below. F. As soon as the graded areas which are not to be paved, to be built upon, or receive underground utilities have been brought to final grade, three or four inches of topsoil shall be spread over these areas. Grassing operations should begin immediately, as described in the grassing specifications. Roadway shoulders and slopes shall receive a similar treatment as soon as the installation of the utilities is complete. G. All grassing will be performed in accordance with the section of the specifications titled "Grassing and Mulching." Should seasonal limitations prevent the establishment of the permanent grass cover, the area to be grassed shall be covered with temporary grass cover; then the permanent grass will be established as soon as its growing season is reached. H. The hay bale dams and silt fencing described above shall not be removed until the surrounding pavement base material has been placed and is ready for priming and/or areas are properly stabilized. In no instance, shall any pollutants, hazardous waste or solid materials including petroleum products, building materials, etc. be discharged to waters of the State. Erosion, Sedimentation&Pollution Control Measures 02375-4 J. All work shall be in accordance with good grading practice and shall conform to accepted practices in Erosion Control. PART 4 INSPECTIONS, SAMPLING & MONITORING 4.1 The Contractor shall be aware that the Owner may contract with a third party to perform additional site inspections of erosion, sedimentation and pollution control measures and also procure samples of storm water runoff for testing in accordance with the requirements of the EPD General Permit No. GAR 100001. Third party inspections and samplings shall not relieve the Contractor of any obligations with respect to these specifications of that required by the EPD General Permit GAR 100001. Should any inspections determine that there are deficiencies in the Contractor's work, then corrective action will be required as directed by the Engineer or Owner. 4.2 CONTRACTOR'S REQUIREMENTS. With respect to inspections, sampling and monitoring for compliance with EPD General Permit, the Contractor shall, at a minimum, be responsible for the following: A. Each day when any type of construction activity has taken place on site, qualified personnel provided by the Contractor shall inspect: a) all areas on the site where petroleum products are stored, used or handled for spills and leaks from vehicles and equipment; b) all locations on the site where vehicles enter or exit the site for evidence of off-site sediment tracking; and c) all silt retention basins, traps, barriers, etc. for evidence of failures, potential failures or excess silt accumulation. B. These inspections must also occur after each rainfall event on the site and must be continued until such time that the project is complete and the site has achieved final stabilization. The Contractor shall document these daily inspections on a form provided by or approved by the Engineer and must submit these forms weekly and after each rainfall event to the Owner's designated representative. Additionally, should a deficiency in any of the erosion control measures be noted, the Contractor shall notify the Engineer within 24 hours. C. Erosion and sedimentation control measures shall be inspected by a representative of the Owner beginning with the first earth disturbing activity and continuing through final stabilization of the project site. Storm water monitoring, sampling and testing will be accomplished by personnel representing the Owner beginning with the first earth disturbing activity and continuing through final stabilization of the project site. The Contractor shall allow the monitoring agency access to the site at all hours of the day by providing a key to any locked gates and shall also coordinate these services by notifying the monitoring agency when: a) the first rainfall event of 0.5 inch or more in 24 hours occurs on the site after the soil erosion and sedimentation control measures have been installed; and b) whenever a rainfall event greater than 1 inch in 24 hours occurs on the site thereafter. Erosion, Sedimentation&Pollution Control Measures 02375-5 4.3 SUBCONTRACTOR'S REQUIREMENTS: Subcontractors shall be considered as acting under the direction of the Contractor in his role as the Operator under the EPD General Permit. The Contractor shall insure that all subcontractors comply with the Permit. Subcontractors shall be responsible, at a minimum, for the following: A. Each day when any type of construction activity has taken place on his portion of the site, the Subcontractor shall inspect: a) all areas on the site where petroleum products are stored, used or handled for spills and leaks from vehicles and equipment; b) all locations on the site where vehicles enter or exit the site for evidence of off-site sediment tracking; and c) all silt retention basins, traps, barriers, etc. for evidence of failures, potential failures or excess silt accumulation. B. These inspections must also occur after each rainfall event on the site and must be continued until such time that the project is complete and the site has achieved final stabilization. C. The Subcontractor shall immediately report any noted deficiencies to the Contractor, who will take appropriate corrective action. END OF SECTION Erosion, Sedimentation&Pollution Control Measures 02375-6 SECTION 02512 SITE WATER DISTRIBUTION PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Pipe and fittings for site water line. 2. Valves. 3. Hydrants. B. Related Sections: 1. Section 02060 -Aggregate. 2. Section 02324 - Trenching. 3. Section 02516 - Disinfection of Water Distribution. 4. Section 02513 - High Density Polyethylene Pipe and Fittings 5. Section 02514— Horizontal Directional Drilling 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Water Main Pipe, AUD Pay Items W-2A and W-21: 1. Basis of Measurement: Per linear foot. 2. Basis of Payment: Shall include costs for pipe, installation, bedding, trench excavation, dewatering, asphalt cutting, normal backfill, standard or restrained joints, pressure and leakage testing, pipe sterilization, bacteriological testing, and flushing. B. New 2" Short Side Water Service, Installed, Complete, AUD Pay Item W-15A: 1. Basis of Measurement: Per Each 2. Basis of Payment: Shall include costs for piping, gate valves, valve boxes, dewatering, installation, normal backfill, and property restoration. No additional payment shall be made for these items. C. Valves, AUD Pay Item W-10A: 1. Basis of Measurement: Per each per type. 2. Basis of Payment: Shall include costs for valves, valve boxes/vaults, manholes, valve extensions, excavation, dewatering, asphalt/concrete cutting, all associated fittings, installation, normal backfill, and testing. D. Fire Hydrant, AUD Pay Item W-8: 1. Basis of Measurement: Per each. 2. Basis of Payment: Shall include costs for hydrants, anti-terrorist device, soil surface preparation, connection to water main, all associated valves and fittings, excavation, asphalt/concrete cutting, installation, normal backfill, concrete thrust restraint, and testing. Site Water Distribution 02512-1 E. Tie to Existing Water Main, AUD Pay Item W-18: 1. Basis of Measurement: Per each. 2. Basis of Payment: Shall include costs for piping, connections, dewatering, asphalt/concrete cutting, installation, normal backfill, and property restoration. No additional payment shall be made for these items. 1.3 REFERENCES A. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for Ductile Iron Pipe, fire hydrants, and water main disinfection. B. Georgia Department of Transportation Standard Specifications for Construction of Transportation Systems. C. ASTM International: 1. ASTM D698 - Standard Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3 (600 kN- m/m3)). 2. ASTM 674—Standard Practice for Polyethylene Encasement for ductile iron pipe for water and other liquids. D. Ductile Iron Pipe Research Association (DIPRA). E. American Water Works Association: 1. AWWA C104 -American National Standard for Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water. 2. AWWA C110 - Ductile Iron and Grey Iron-Fittings, 3-inch through 48-inch. 3. AWWA C111 -American National Standard for Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 4. AWWA C116— Protective Fusion — Bonded Epoxy Coatings Interior& Exterior Surface Ductile Iron /Gray-Iron Fittings. 5. AWWA C151 -American National Standard for Ductile-Iron Pipe, Centrifugally Cast, for Water. 6. AWWA C153— Ductile-Iron Compact Fittings for Water Service. 7. AWWA C500 - Metal-Seated Gate Valves for Water Supply Service. 8. AWWA C502 - Dry-Barrel Fire Hydrants. 9. AWWA C509 - Resilient-Seated Gate Valves for Water-Supply Service. 10. AWWA C600 - Installation of Ductile-Iron Water Mains and Their Appurtenances. 11. ASTM A307 - Standard Specification for Carbon Steel Bolts and Studs; 60,000 psi tensile strength. 12. ASTM A563 —Standard Specification for Carbon and Alloy Steel Nuts. 13. ANSI/AWWA C105/A21.5 American National Standard for Polyethylene Encasement for Ductile Iron Pipe Systems. 14. ANSI/AWWA C150/A21.50-96 1996 or latest version, 15. American National Standard for Thickness Design of Ductile Iron Pipe. Site Water Distribution 02512-2 16. ANSI/AWWA C509-94 1994 or latest version Resilient-Seated Gate Valves for Water-Supply Service (includes addendum C509a-95) 17. ANSI/AWWA C550-90 1990 or latest version Protective Epoxy Interior Coating for Valves and Hydrants F. Underwriters Laboratories Inc.: 1. UL 246 - Hydrants for Fire - Protection Service. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with Augusta Utility Department Standards and Specifications, latest edition. 1.5 SUBMITTALS A. Pipe Submittals: 1. Field Hydrostatic Testing Plan: Submit at least 15 days prior to testing and at minimum, include the following: a) Testing dates. b) Piping systems and section(s) to be tested. c) Method of isolation. d) Method of conveying water from source to system being tested. e) Calculation of maximum allowable leakage for piping section(s) to be tested. 2. Certifications of Calibration: Approved testing laboratory certificate if pressure gauge for hydrostatic test has been previously used. If pressure gauge is new, no certificate is required. B. Fire Hydrant: 1. Hydrant—submittal to confirm the following material requirements. a) Break flange or safety top type. b) Nominal 5-1/4 inch main valve opening with 6-inch bottom connections. c) Conform to AWWA C502. d) Two 2-1/2 inch hose nozzles. e) One 4-1/2 inch pumper nozzle. f) Operating Nuts: 1-1/2 inch National Standard pentagon nut. g) Mechanical joint inlet connection. h) Yellow above ground line. i) Integral Davidson Anti-Terrorist Valve at the shoe. 2. Main Valve: a) Depth of Bury: 4 feet. b) Equip with 0-ring seals. c) Valve opens left. C. VALVES, TAPPING SLEEVES, OTHER WATER MAIN APPURTENANCES 1. Submit catalog cuts of system components. 2. Verify that submitted product meets Augusta Utilities Department Standards & Specifications. Site Water Distribution 02512-3 PART 2 PRODUCTS 2.1 WATER PIPING A. PVC Water Main: 1. Diameter: 8", C900 PVC DR-18. 2. Fittings: Ductile iron, standard thickness; mechanical joint and epoxy coated. 3. Joints: Restrained joint, external. d) Push-on Joint: Rated at minimum working pressure equal to pipe material design. e) PVC Restrained Joint: 1) Manufactured proprietary joint that mechanically restrains pipe to adjoining pipe. 2) Manufacturers and Products: i. Uni-flange, Series 1350. ii. EBAA Iron, Series 2800. iii. Engineer approved equal. 2.2 WATER SERVICE LINES A. Copper Tubing: ASTM B88, Type K, annealed; 1" Diameter(Residential) /2" Diameter(Commercial): 1. Service saddle to be ductile iron double strap type. 2. Corporation stops to be Ford or Engineer approved equivalent with a taper thread inlet and flared copper outlet. 2.3 GATE VALVES A. Valves must conform to AWWA C509 (latest version). Valves to be open left. B. Manufacturers: U.S. Pipe Metro —Seal 250 Resilient Seated Gate Valve or Engineer approved equal. C. Valve Box (Screw Type): Tyler/ Union 6850 series, M & H E-2702, Mueller H10364 or Engineer approved equal. Provide extensions, as required. Cast water' on valve box cover. D. Gate valves must me full body ductile iron. 2.4 HYDRANT A. Hydrant: 1. Break flange or safety top type. 2. Nominal 5-1/4-inch main valve opening with 6-inch bottom connections. 3. 6-inch restrained joint ductile iron pipe. 4. Mechanical joint 8-inch by 6-inch tee (poly wrapped) 5. Conform to AWWA C502. 6. Two 2-1/2-inch hose nozzles. 7. One 5-inch stroz nozzle. 8. Operating Nuts: 1-1/2-inch National Standard pentagon nut. 9. Mechanical joint inlet connection. Site Water Distribution 02512-4 10. Yellow above ground line. 11. Integral Davidson Anti-Terrorist Valve at the shoe. 12. Maximum of one (1) riser allowed, eighteen (18) inches or less. 13. Approved Manufacturer and Product: a) Mueller; #A-24018 b) M&H Figure 129T c) American AVK 2700 Series B. Main Valve: 1. Depth of Bury: 4 feet. 2. Equip with 0-ring seals. 3. Valve opens on clockwise/counterclockwise rotation as specified on drawings. 4. U.S. Pipe Metro-Seal 250 Resilient Seated Full Body Ductile Iron Gate Valve or Engineer approved equal. 2.5 BEDDING AND COVER MATERIALS A. Bedding: Type Al, as specified in Section 02060. B. Cover: Type 51, as specified in Section 02055. 2.6 ACCESSORIES A. Concrete for Thrust Restraints: Concrete to be Class 'A' concrete, as per Georgia Department of Transportation Standard Section 500, 3000 psi at 28-day compressive strength. Design slump: 2 —4 inches. PART 3 EXECUTION 3.1 EXAMINATION A. Verify all existing utilities as to their location and invert elevation. B. Inspect pipe and fittings to ensure no cracked, broken, or otherwise defective materials are being used. 3.2 PREPARATION A. Cut pipe ends square, ream pipe and tube ends to full pipe diameter, remove burrs. B. Remove scale and dirt on inside and outside before assembly. C. Prepare pipe connections to equipment with flanges or unions. D. Trench Grade: 1. Grade bottom of trench by hand to specified line and grade, with proper allowance for pipe thickness and pipe base, when specified. Trench bottom shall form a continuous and uniform bearing and support for pipe between bell holes. Site Water Distribution 02512-5 2. Before laying each section of pipe, check grade and correct irregularities found. Grade may be disturbed for removal of lifting tackle. E. Bell (Joint) Holes: At each joint, dig bell holes of ample dimensions in bottom of trench, and at sides where necessary, to permit joint to be made properly and to permit easy visual inspection of entire joint. 3.3 BEDDING A. Excavate and backfill pipe trench in accordance with Section 02324. Allow for aggregate pipe bedding where specified. 3.4 INSTALLATION — PIPE A. General: 1. Provide and use proper implements, tools, and facilities for safe and proper prosecution of Work. 2. Lower pipe, fittings, and appurtenances into trench, piece by piece, by means of a crane, slings, or other suitable tools and equipment, in such a manner as to prevent damage to pipe materials, protective coatings and linings. 3. Do not drop or dump pipe materials into trench. B. Maintain separation of water main from sanitary sewer piping in accordance with Augusta Utility Department Standards and Specifications, unless otherwise shown in plans. C. Cleaning Pipe and Fittings: 1. Remove lumps, blisters, and excess coal tar coating from bell and spigot ends of each pipe. Wire brush outside of spigot and inside of bell and wipe clean, dry, and free from oil and grease before pipe is laid. 2. Wipe ends of mechanical joint pipe and fittings and of rubber gasket joint pipe and fittings clean of dirt, grease, and foreign matter. D. Laying Pipe: 1. Direction of Laying: Lay pipe with bell end facing in direction of laying. For lines on an appreciable slope, face bells upgrade at discretion of Engineer. 2. Mechanical Joint, Push-On Joint, and Restrained Joint Pipe: After first length of pipe is installed in trench, secure pipe in place with approved backfill material tamped under and along sides to prevent movement. Keep ends clear of backfill. After each section is jointed, place backfill as specified to prevent movement. 3. Take precautions necessary to prevent floating of pipe prior to completion of backfill operation. 4. When using movable trench shield, take necessary precautions to prevent pipe joints from pulling apart when moving shield ahead. 5. Do not allow foreign material to enter pipe while it is being placed in trench. 6. Close and block open end of last laid section of pipe to prevent entry of foreign material or creep of gasketed joints when laying operations are Site Water Distribution 02512-6 not in progress, at close of day's work, or whenever workers are absent from job. E. Joining Push-On Joint Pipe and Mechanical Joint Fittings: 1. Join pipe with push-on joints and mechanical joint fittings in strict accordance with manufacturer's recommendations. The process of mechanized pipe joining must be approved by Owner and Engineer. 2. Provide special tools and devices, such as, special jacks, chokers, and similar items required for installation. 3. Lubricate pipe gaskets using lubricant furnished by pipe manufacturer. No substitutes will be permitted. 4. Clean ends of fittings of dirt, mud, and foreign matter by washing with water and scrubbing with a wire brush, after which, slip gland and gasket on plain end of pipe. If necessary, lubricate end of pipe to facilitate sliding gasket in place, then guide fitting onto spigot of pipe previously laid. F. Cutting Pipe: 1. General: Cut pipe for inserting valves, fittings, or closure pieces in a neat and workmanlike manner without damaging pipe or lining and so as to leave a smooth end, at right angles to axis of pipe. 2. Pipe: Cut pipe with milling type cutter or saw. Do not flame cut. 3. Dressing Cut Ends: Dress cut end of mechanical joint pipe to remove sharp edges or projections, which may damage rubber gasket. Dress cut ends of push-on joint pipe by beveling, as recommended by manufacturer. G. Line and Grade: 1. Minimum Pipe Cover: 4 feet, unless otherwise indicated. 2. No high points will be allowed between air valves. 3. Deviations exceeding 6 inches from specified line or 1 inch from specified grade will not be allowed without express approval of Engineer. 4. Pipeline sections that are not installed to elevations shown or installed as approved by Engineer shall be reinstalled to proper elevation. H. Thrust Restraint: 1. Restrained joints only. Use of thrust blocking will not be allowed as restraint unless specifically identified on plans and approved by the Owner and Engineer. 3.5 HYDROSTATIC TESTING A. Pipeline Hydrostatic Test: 1. General: a) Notify Owner in writing 5 days in advance of any testing. Perform testing in presence of Owner or Engineer b) b. Test newly installed pipelines. Using water as test medium, pipes shall successfully pass a leakage test prior to acceptance. Site Water Distribution 02512-7 c) c. Furnish testing equipment and perform tests in manner satisfactory to Owner and Engineer. Testing equipment shall provide observable and accurate measurements of leakage under specified conditions. d) d. Isolate new pipelines that are connected to existing pipelines. e) e. Conduct tests on entire pipeline after trench has been backfilled. Testing may be done prior to placement of asphaltic concrete or roadway structural section. f) f. Contractor may, if field conditions permit and as determined by the Owner, partially backfill trench and leave joints open for inspection and conduct an initial service leak test. Hydrostatic test shall not, however, be conducted until backfilling has been completed. g) g. Owner shall provide gauge for pipeline hydrostatic test. h) h. Contractor shall not work on sections of the successfully tested line without the Owner's representative present. 2. Procedure: a) Maximum filling velocity shall not exceed 0.25 foot per second, calculated based on the full area of pipe. b) Expel air from pipe system during filling. Expel air through air release valve or through corporation stop installed at high points and other strategic points. c) Test pressure shall be one and a half times system operating pressure, but in no case less than 200 psi as measured at low point of pipeline. d) Apply and maintain specified test pressure with hydraulic force pump. Valve off piping system when test pressure is reached. e) Maintain hydrostatic test pressure continuously for 2 hours minimum, adding additional make-up water only as necessary to restore test pressure. f) Determine actual leakage by measuring quantity of water necessary to maintain specified test pressure for duration of test. g) If measured leakage exceeds allowable leakage or if leaks are visible, repair defective pipe section and repeat hydrostatic test. 3. Allowable Leakage: Maximum allowable leakage shall not exceed amount stated in AWVVA. 3.6 INSTALLATION - FIRE HYDRANTS A. General 1. Install hydrants in accordance with Sections 3.7 and 3.8 of AWWA C600, unless specified otherwise. B. Excavation 1. Excavate to subgrade. Fill over excavated areas with foundation stabilization material. Tamp to provide firm foundation. C. Base Block 1. Place on firm, level subgrade to ensure uniform support. Site Water Distribution 02512-8 D. Installation of Hydrants 1. Locate hydrants to provide accessibility and to minimize potential damage from vehicles. If a) Relocate improperly set hydrants. b) Hydrant Located behind Curbs: Set barrel so pumper nozzle or hose nozzle caps are a minimum of 18 inches from gutter face of curb. c) Hydrant Located in Space between Curb and Sidewalk: Not less than 8 inches, clear from sidewalks. d) Hydrant Located between Sidewalk and Property Line: Minimum clearance 8 inches from sidewalk. e) Set hydrants so safety flange is a minimum of 2 inches above finished ground or sidewalk level. 2. Place hydrant on base block carefully to prevent the base block from breaking. 3. Joints shall conform to Section 3.4 of AWWA C600 when cast or ductile iron pipe is used. 4. Maintain hydrant in a plumb position during subsequent Work. 5. Hydrant valve not to exceed 4 feet from main line tee unless specifically approved by the Owner's representative. E. Gravel for Drainage: 1. Place#57 stone around base block and hydrant bottom in accordance with Section 3.7 of AWWA C600. F. Ductile iron restrained joint type joint pipe 1. Install ductile iron restrained joint pipe between main line tee and fire hydrant. 3.7 SERVICE CONNECTIONS A. Install water service in accordance with Augusta Utility Department Standards and Specifications. B. Install water service to existing meter. Connect new service line to existing meter. Coordinate with Augusta Utilities Department Inspector. 3.8 DISINFECTION OF DOMESTIC WATER PIPING SYSTEM A. Flush and disinfect system in accordance with Section 02516. END OF SECTION Site Water Distribution 02512-9 SECTION 02513 HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS PART 1 GENERAL 1.1 DESCRIPTION A. Scope —This section specifies high density polyethylene pipe (HDPE) and fittings for water utility use as indicated on the Drawings, and as specified herein. 1. Furnish, Install, and Test HDPE pipe as indicated and specified in this section, and as referred to in related sections, and the Drawings. 2. The installation method is horizontal directional drilling. The means and methods, including the testing for acceptance shall conform to all applicable standards as noted herein with the intention of providing a leak-free system to the owner. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. 12" HDPE Water Main, AUD Pay Item W-21: 1. Basis of Measurement: Per drilled linear foot. 2. Basis of Payment: Shall include costs for pipe, installation, drilling, drilling mud, joint welding, staging, standard or restrained joints, pressure and leakage testing, pipe sterilization, bacteriological testing and flushing. 1.3 RELATED WORK A. The following sections are incorporated by reference, 1. Section 02512: Site Water Distribution 2. Section 02514: Horizontal Directional Drilling 1.4 REFERENCES A. To the extent referenced in this specification section, the standards and documents listed below are included, and made a part of this specification. B. In the event of a conflict, the requirements of this specification section prevail. C. Unless otherwise specified, references to documents shall mean the latest published edition of the referenced document in effect at the bid date of the project D. ANSI/AWWA www.awwa.orq 1. ANSI/AWWA C901-08 Polyethylene (PE) Pressure Pipe and Tubing, 1/2 In. (13 mm) Through 3 In. (76 mm) for Water Service 2. ANSI/AWWA C906-07 Polyethylene (PE) Pressure Pipe and Fittings, 4 In. (100 mm) Through 63 In. (1,600 mm), for Water Distribution and Transmission 3. ANSI/AWWA C651 Standard for Disinfecting Water Mains High Density Polyethylene Pipe and Fittings 02513-1 4. AWWA M55 Manual of Water Supply Practices, PE Pipe—Design and Installation E. Plastics Pipe Institute, PPI www.plasticpipe.orq 1. PPI Handbook of Polyethylene Pipe—2009 (2nd Edition) 2. PPI TR-33 Generic Butt Fusion Joining Procedure for Polyethylene Gas Pipe 3. PPI TR-34 Disinfection of Newly Constructed Polyethylene Water Mains 4. PPI TR-41 Generic Saddle Fusion Joining Procedure for Polyethylene Gas Piping 5. PPI TN-42 Recommended Minimum Training Guidelines for PE Pipe Butt Fusion Joining Operators for Municipal and Industrial Projects (2009) F. NSF www.nsf.orq 1. NSF/ANSI 61 Drinking Water System Components—Health Effects G. ASTM www.astm.orq 1. ASTM F 714 Standard Specification for Polyethylene (PE) Plastic Pipe (SDR- PR) Based on Outside Diameter 2. ASTM F905 Standard Practice for Qualification of Polyethylene Saddle- Fused Joints 3. ASTM F 1055 Standard Specification for Electrofusion Type Polyethylene Fittings for Outside Diameter Controlled Polyethylene Pipe and Tubing 4. ASTM F 1412 Standard Specification for Polyolefin Pipe and Fittings for Corrosive Waste Drainage Systems 5. ASTM F 2164 Standard Practice for Field Leak Testing of Polyethylene (PE) Pressure Piping Systems Using Hydrostatic Pressure 6. ASTM F2206 Standard Specification for Fabricated Fittings of Butt- Fused Polyethylene (PE) Plastic Pipe, Fittings, Sheet Stock, Plate Stock, or Block Stock 7. ASTM F 2620 Standard Practice for Heat Fusion Joining of Polyethylene Pipe and Fittings 8. ASTM D 2683 Standard Specification for Socket-Type Polyethylene Fittings for Outside Diameter-Controlled Polyethylene Pipe and Tubing 9. ASTM D 2737 Standard Specification for Polyethylene (PE) Plastic Tubing 10. ASTM D 2774 Standard Practice for Underground Installation of Thermoplastic Pressure Piping 11. ASTM D 3261 Standard Specification for Butt Heat Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing 12. ASTM D 3350-08 Standard Specification for Polyethylene Plastics Pipe and Fittings Materials 1.5 SYSTEM DESIGN PARAMETERS A. The polyethylene system working pressure rating accommodates the normal operating pressure and the repetitive surges. The pressure rating applies at 80°F or less. High Density Polyethylene Pipe and Fittings 02513-2 B. Per AWWA 901 and C906, the repetitive surgepressure allowance is one half the pressure class of the pipe, and the occasional surge over pressure allowance is equal to the pressure class of the pipe. Allowable Total Pressure during Recurring Surge conditions equals 1.5 times the pipe's pressure class. Allowable Total Pressure during Occasional Surge conditions equals 2.0 times the pipe's pressure class. C. Table 1 gives the Pressure Class per AWWA C901 and C906, Pressure Rating and Allowable Total Pressure During Recurring and Occasional Surge for PE3608 pipe at 80° F or less. Table 1. Pressure Class per AWWA C901 and C906 for PE 4710 at 80°F or less Pipe Pressure Pressure Allowable Total Allowable Total Dimension Class Rating Pressure During Pressure During Ratio (DR) Recurring Surge Occasional Surge DR 9 200 psi 200 psi 300 psi 400 psi DR 11 160 psi 160 psi 240 psi 320 psi DR 14.3 120 psi 120 psi 180 psi 240 psi DR 17 100 psi 100 psi 150 psi 200 psi DR 21 80 psi 80 psi 120 psi 160 psi 1.6 SUBMITTALS A. Quality Assurance/Control Submittals 1. Affirmation that product shipped meets or exceeds the standards set forth in this specification. This shall be in the form of a written document from the manufacturer attesting to the manufacturing process meeting the standards. 2. Manufacturers recommended fusion procedures for the products. 1.7 DELIVERY—STORAGE— HANDLING A. Handle the pipe in accordance with the PPI Handbook of Polyethylene Pipe (2"d Edition), Chapter 2 using approved strapping and equipment rated for the loads encountered. Do not use chains, wire rope, forklifts or other methods or equipment that may gouge or damage the pipe or endanger persons or property. Field storage is to be in compliance with AWWA Manual of Practice M55 Chapter 7. B. If any gouges, scrapes, or other damage to the pipe results in loss of 10% of the pipe wall thickness, cut out that section or do not use. High Density Polyethylene Pipe and Fittings 02513-3 i PART 2 PRODUCTS FOR 4 INCH AND LARGER PIPE PER AWWA C906 2.1 PIPE A. Polyethylene pipe shall be made from HDPE material having a material designation code of PE4710. The material shall meet the requirements of ASTM D 3350 and shall have a minimum cell classification of PE445474C. In addition, the material shall be listed as meeting NSF-61. B. The pipe and fittings shall meet the requirements of AWWA C906. C. HDPE pipe shall be rated for use at a pressure class of 200 psi. The outside diameter of the pipe shall be based upon the DIPS sizing system. D. Approved manufacturers are: J.M. Eagle, Performance Pipe, or other approved supplier. 2.2 Butt Fusion Fittings - Fittings shall be made of HDPE material with a minimum material designation code of PE3608 and with a minimum Cell Classification as noted in 2B.01A. Butt Fusion Fittings shall meet the requirements of ASTM D3261. Molded and fabricated fittings shall have a pressure rating equal to the pipe unless otherwise specified on the plans. All fittings shall meet the requirements of AWWA C906. A. Markings for molded fittings shall comply with the requirements of ASTM D 3261. Fabricated fittings shall be marked in accordance with ASTM F 2206. Socket fittings shall meet ASTM D 2683. 2.3 Electrofusion Fittings - Fittings shall be made of HDPE material with a minimum material designation code of PE 3608 and with a minimum Cell Classification as noted in 2B.01A. Electrofusion Fittings shall have a manufacturing standard of ASTM F1055. Fittings shall have a pressure rating equal to the pipe unless otherwise specified on the plans. All electrofusion fittings shall be suitable for use as pressure conduits, and have nominal burst values of four times the Working Pressure Rating (WPR) of the fitting. Markings shall be according to ASTM F 1055. 2.4 Flanges and Mechanical Joint Adapters (MJ Adapters) — Flanges and Mechanical Joint Adapters shall have a material designation code of PE3608 or higher and a minimum Cell Classification as noted in 2B.01A. Flanged and Mechanical Joint Adapters can be made to ASTM D 3261 or if machined, must meet the requirements of ASTM F 2206. Flanges and MJ Adapters shall have a pressure rating equal to the pipe unless otherwise specified on the plans. Markings for molded or machined flange adapters or MJ Adapters shall be per ASTM D 3261. Fabricated (including machined)flange adapters shall be per ASTM F 2206. A. Van-Stone style, metallic (including stainless steel), convoluted or flat-plate, back-up rings and bolt materials shall follow the guidelines of Plastic Pipe Institute Technical Note # 38, and shall have the bolt-holes and bolt-circles conforming to one of these standards: ASME B-16.5 Class 150, ASME B- 16.47 Series A Class 150, ASME B-16.1 Class 125, or AWWA C207 Class 150 Series B, D, or E. The back-up ring shall provide a long-term pressure rating equal to or greater than the pressure-class of the pipe with which the flange adapter assembly will be used, and such pressure rating shall be marked on High Density Polyethylene Pipe and Fittings 02513-4 i the back-up ring. The back-up ring, bolts, and nuts shall be protected from corrosion by a system such as paint, coal-tar epoxy, galvanization, polyether or polyester fusion bonded epoxy coatings, anodes, or cathodic protection, as specified by the project engineer. 2.5 Service connections shall be electrofusion saddles with a brass or stainless steel threaded outlet, electrofusion saddles, sidewall fusion branch saddles, tapping tees, or mechanical saddles. A. For electrofusion saddles with threaded outlet the size of the outlet shall be one inch IPS unless a larger size is shown on the plans. Electrofusion saddles shall be made from materials required in part B. Electrofusion Fittings. B. For sidewall fusion saddles the size of the saddle shall be as indicated on the plans. The saddle can be made in accordance to ASTM D 3261 or ASTM F 2206. After installation, approximately %" of the PE pipe shall be visible beyond the saddle to confirm that proper surface preparation occurred. Saddle faces that do not provided C. % inch of area beyond the saddle is not acceptable. D. Tapping tees shall be made to ASTM D3261 or D2683. E. Mechanical strap-on saddles can only be used where there use on PE pipe is approved by the mechanical saddle manufacturer. The body of the saddle shall be stainless steel, epoxy coated cast iron or brass. The gasket material and design must be acceptable for PE pipe. The outlet shall be threaded for one inch IPS unless a larger size is shown on the plans. Mechanical strap-on saddles will be installed per the manufacturer's instructions. 2.6 PIPE AND FITTING IDENTIFICATION A. The pipe shall be marked in accordance with the standards to which it is manufactured. B. Color identification by the use of stripes on pipe to identify pipe service shall be optional. If used, stripes or colored exterior pipe product shall be blue for potable water. C. Tracing wire shall be placed parallel and above, but separate from the pipe and shall be 10 AWG or engineer approved equal. [The specifier can change this to the preferred material or method, all pipes should have a methodology to be locatable] D. Marking tape shall be approved by the engineer and placed between 6 and 12 inches above the crown of pipe. [Optional] High Density Polyethylene Pipe and Fittings 02513-5 i PART 3 PART 3 — EXECUTION 3.1 JOINING METHODS A. Butt Fusion: The pipe shall be joined by the butt fusion procedure outlined in ASTM F 2620 or PPI TR-33. All fusion joints shall be made in compliance with the pipe or fitting manufacturer's recommendations. Fusion joints shall be made by qualified fusion technicians per PPI TN-42. B. Saddle fusion: Saddle fusion shall be done in accordance with ASTM F 2620 or TR-41 or the fitting manufacturer's recommendations and PPI TR-41. Saddle fusion joints shall be made by qualified fusion technicians. Qualification of the fusion technician shall be demonstrated by evidence of fusion training within the past year on the equipment to be utilized on this project. Saddle fusion is used to fuse branch saddles, tapping tees, and other HDPE constructs onto the wall of the main pipe (ASTM F905). C. Socket Fusion: This is not allowed. D. Electrofusion: Electrofusion joining shall be done in accordance with the manufacturers recommended procedure. Other sources of electrofusion joining information are ASTM F 1290 and PPI TN 34. The process of electrofusion requires an electric source , a transformer, commonly called an electrofusion box that has wire leads, a method to read electronically (by laser)or otherwise input the barcode of the fitting, and a fitting that is compatible with the type of electrofusion box used. The electrofusion box must be capable of reading and storing the input parameters and the fusion results for later download to a record file. Qualification of the fusion technician shall be demonstrated by evidence of electrofusion training within the past year on the equipment to be utilized for this project. E. Mechanical: 1. Mechanical connection of HDPE to auxiliary equipment such as valves, pumps, and fittings shall use mechanical joint adapters and other devices in conformance with the PPI Handbook of Polyethylene Pipe, Chapter 9 and AWWA Manual of Practice M55, Chapter 6. 2. Mechanical connections on small pipe under 3" are available to connect HDPE pipe to other HDPE pipe, or a fittings, or to a transition to another material. The use of stab-fit style couplings is allowed, along with the use of metallic couplings of brass and other materials. All mechanical and compression fittings shall be recommended by the manufacturer for potable water use. When a compression type or mechanical type of coupling is used, the use of a rigid tubular insert stiffener inside the end of the pipe is required. 3. Mechanical couplings that wrap around the pipe and act as saddles are made by several manufacturers specifically for HDPE pipe. All such saddles, tapping saddles, couplings, clamps etc. shall be recommended by the manufacturer as being designed for use with HDPE pipe at the pressure class listed in this section. High Density Polyethylene Pipe and Fittings 02513-6 i 4. Unless specified by the fitting manufacturer, a restraint harness or concrete anchor is recommended with mechanical couplings to prevent 5. pullout. Mechanical coupling shall be made by qualified technicians. Qualification of the field technician shall be demonstrated by evidence of mechanical coupling training within the past year. This training shall be on the equipment and pipe components to be utilized for this project. F. Joint Recording -The critical parameters of each fusion joint, as required by the manufacturer and these specifications, shall be recorded either manually or by an electronic data logging device. All fusion joint data shall be included in the Fusion Technician's joint report. 3.2 INSTALLATION A. Refer to Section 02514 Horizontal Direction Drilling and AWWA Manual of Practice M55. 3.3 TESTING A. Hydrostatic leakage testing is required and shall be in accordance with the Augusta Utilities Department requirements. The Contractor shall repair or replace all defective materials and/or workmanship at no additional cost to the Owner. B. Pneumatic (compressed air) leakage testing of HDPE pressure piping is prohibited for safety reasons. 3.4 CLEANING AND DISINFECTING A. Cleaning and disinfecting of potable water systems shall be in accordance with Augusta Utilities Department requirements, and PPI Handbook of Polyethylene Pipe Chapter 2 (2nd Edition). B. Upon completion, the system shall be thoroughly flushed with fresh water, and retested to verify the disinfectant chlorine level has been reduced to potable drinking water concentrations in all service water tubing and branch lateral pipes. END OF SECTION High Density Polyethylene Pipe and Fittings 02513-7 SECTION 02514 HORIZONTAL DIRECTIONAL DRILLING PART 1 GENERAL 1.1 SCOPE A. This Item shall govern the furnishing and installing pipe for constructing water lines by horizontal directional drilling. The pipes shall be of the sizes, types, design and dimensions shown on the plans and shall include all connections and joints to new or existing pipes, sewer, manholes, inlets, headwalls and other appurtenances as may be required to complete the work. A geotechnical baseline report prepared by the engineer shall be made available prior to bidding for the project. If geotechnical report is not available, the contractor is responsible for contracting a geotechnical laboratory to do a subsurface exploration.\ 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Horizontal Directional Drilling: 1. Basis of Measurement: No separate measurement. 2. Basis of Payment: No separate payment. 1.3 CONTRACTOR QUALIFICATIONS A. The contractor shall be trained by the respective manufacturer of the equipment in the use of the machinery. The contractor shall provide certification from the manufacturer that the contractor has been trained and is proficient in the use of equipment. Only the contractor's employees trained and certified by the manufacturer shall be allowed to operate the equipment during the project. B. The contractor shall submit job history and reference list of equal or greater size projects successfully completed including the owner, engineer, addresses, phone numbers, and dates that said projects were completed. C. All personnel shall be fully trained in their respective duties as part of the directional drilling crew and in safety. The Supervisor must have at least two years directional drilling experience. A competent and experienced supervisor representing the Drilling Contractor shall be present at all times during the actual drilling operations. A responsible representative who is thoroughly familiar with the equipment and type work to be performed must be in direct charge and control of the operation at all times. 1.4 GEOTECHNICAL REPORT A. A geotechnical investigation report for a subsurface exploration at the nearby Butt Bridge is included in Appendix A. Information provided in the report is for general data in the area and is not guaranteed to represent conditions at the drilling location. Horizontal Directional Drilling 02514-1 PART 2 PRODUCTS 2.1 Approved pipe material for this portion of the project is high density polyethylene (HDPE) pipe as described on the plans. Alternate materials will require prior approval: A. PIPE: HDPE pipe and fittings shall conform to Section 02513 of these specifications. B. ALLOWABLE FORCES: The pulling force shall not exceed the pipe manufactures recommendation. C. PIPE CHARACTERISTICS: Pipe shall be new, clean pipe without any significant dimensional or surface deformities. All pipes shall be free of visible cracks, holes, foreign material, foreign inclusions, blisters, or other deleterious or injurious faults or defects. Any damaged section of the pipe shall not be used. 2.2 SUBMITTALS A. Prior to beginning work, the Contractor shall submit to the Engineer a work plan detailing the procedure and schedule to be used to execute the project. The work plan shall include a description of all equipment to be used, down-hole tools, a list of personnel and their qualifications and experience (including back-up personnel in the event that an individual is unavailable), list of subcontractors, a schedule of work activity, a safety plan (including MSDS of any potentially hazardous substances to be used), traffic control plan (if applicable), an environmental protection plan and contingency plans for possible problems. Work plan shall be comprehensive, realistic and based on actual working conditions for this particular project. Plan shall document the thoughtful planning required to successfully complete the project. B. Specifications on material to be used shall be submitted to Engineer and material shall include the pipe, fittings, drilling mud, drilling additives and any other item, which is to be an installed component of the project or used during construction. PART 3 EXECUTION 3.1 MINIMUM ALLOWABLE DEPTHS A. The minimum allowable installation depth of cover of a HDD installed pipe under the canal is as shown on the plans. 3.2 METHOD A. The ends of each section of pipe shall be inspected and cleaned as necessary to be free of debris immediately prior to joining the pipes. B. The handling of the joined pipeline shall be in such a manner that the pipe is not damaged during installation. Horizontal Directional Drilling 02514-2 C. Pipe rollers, skates or other protective devices shall be used to prevent damage to the pipe, eliminate ground drag, reduce pulling force, and reduce the stress on the pipe and joints. D. The required piping shall be assembled in a manner that does not obstruct adjacent roadways or public activities. E. The drill path alignment shall be as straight as possible to minimize the frictional resistance during pullback and maximize the length of the pipe that can be installed during a single pull. F. The drilling fluid in the annular region outside of the pipe shall not be removed after installation, and remain in place to provide support for the pipe and neighboring soil. 3.3 DRILLING SITE A. LOCATION: A minimum distance, from the edge of the paved shoulder or curb, to the face of any access pit, equipment, and supplies, shall be a minimum of 10 feet along arterials and a minimum of 5 feet along local streets. Any deviation from these distances shall require prior approval from the Engineer. B. PROTECTION: Fencing barriers shall be installed adjacent to equipment and supplies with suitable fencing and plastic drums to prohibit pedestrian access to the work site. Equipment shall not be used as fencing to protect access pits. 3.4 OVER CUT ALLOWANCE A. The overcut diameter shall not exceed the outside diameter(OD) of the pipe by more than 1.5 times to ensure excessive voids are not created resulting in post installation settlement. 3.5 DRILLING FLUIDS A. Drilling fluid shall be used during drilling and back reaming operations. B. Excess drilling fluids shall be contained within a lined pit or containment pond, or trailer- mounted portable tank, until removed from the site. C. All drilling fluids shall not enter the streets, manholes, sanitary and storm sewers, and other drainage systems, including streams and rivers. 3.6 PIPE LOCATING AND TRACKING A. During construction, continuous monitoring and plotting of pilot drill progress shall be undertaken to ensure compliance with the proposed installation alignment. The contractor shall plot the actual horizontal and vertical alignment of the pilot bore at each top of the canal embankment and at intervals not exceeding 20 feet outside the canal. This "as built" plan and profile shall be updated as the pilot bore is advanced. Horizontal Directional Drilling 02514-3 I B. The contractor shall at all times provide and maintain instrumentation that will accurately locate the pilot hole and measure drilling fluid quantity. The contractor shall grant the Engineer/ Inspector access to all data and readout pertaining to the position of the bore head, the fluid pressures, and flows. 3.7 SETTLEMENT/HEAVING MONITORING A. This method shall be performed in a manner that will minimize the movement of the ground in front of, above, and surrounding the boring operation; and will minimize subsidence of the surface above and in the vicinity of the boring. The ground shall be supported in a manner to prevent loss of ground and keep the perimeter and face of the boring stable at all times, including during shutdown periods. B. Potential heave or settlement shall be monitored at the center of the canal embankment and at 50 foot intervals along the pipe centerline on either side of the canal. C. For pipe sizes larger than 3 inches a survey shall be performed one day prior to initiating this operation at each required monitoring location. A similar survey shall then be performed at each location, on a daily basis, until the permitted activity has been completed. All survey readings shall be recorded to the nearest one-hundredth (0.01) of a foot. Digital photographs of the canal and canal embankment conditions shall also be taken prior and after the pipe installation. D. All operations shall stop immediately whenever monitored points indicate a vertical change in elevation of 1/2 inch or more, or any surface disruption is observed. The Contractor shall then immediately report the amount of settlement to the Engineer/ Inspector. 3.8 FAILURE A. Should anything prevent completion of this operation, the remainder of the pipe shall be constructed and/or abandoned by methods approved by the Engineer/Inspector. B. Abandonment of any component of the installation shall only be allowed as approved by the Engineer/Inspector. 3.9 CONTAMINATION A. When an area of contaminated ground is encountered, all operations shall stop immediately, and shall not proceed until approved by the Engineer/Inspector. Any slurry shall be tested for contamination and disposed of in a manner, which meets Local, State and/or Federal requirements. 3.10 BULKHEAD A. Pipe ends shall be temporarily sealed with a cap until the connection is made permanent, to prevent water or earth infiltration. Horizontal Directional Drilling 02514-4 I 1 3.11 WORK SITE RESTORATION A. Access pits and excavations shall be backfilled with suitable material, and in a method approved by the Engineer/Inspector. B. The disturbed grass-surface area shall be top soiled, seeded, fertilized, mulched, and anchored in accordance with the plans and specifications. C. Upon completion of the work, the contractor shall remove and properly dispose of Iall excess materials and equipment from the work site. END OF SECTION Horizontal Directional Drilling 02514-5 SECTION 02516 DISINFECTION OF WATER DISTRIBUTION PART 1 GENERAL 1.1 SUMMARY A. Section includes disinfection of potable water distribution system; and testing and reporting results. B. Related Sections: 1. Section 02512 - Site Water Distribution Product and Execution requirements for installation, testing, of site domestic water distribution piping. 2. Section 02513 —High Density Polyethylene Pipe and Fittings 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Disinfection: 1. Basis of Measurement: No separate measurement. 2. Basis of Payment: No separate payment. 1.3 REFERENCES A. Augusta Utility Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. B. The following is a list of standards which may be referenced in this section: 1. American Water Works Association (AWWA): a) B300, Hypochlorites. b) B301, Liquid Chlorine. c) B302, Ammonium Sulfate d) B303, Sodium Chlorite. e) C651, Disinfecting Water Mains. f) C652, Disinfection of Water Storage Facilities. g) C653, Disinfection of Water Treatment Plants. 2. Standard Methods for the Examination of Water and Wastewater, as published by American Public Health Association, American Water Works Association, and the Water Environment Federation. 1.4 SUBMITTALS A. Informational Submittals: 1. Plan describing and illustrating conformance to appropriate AWWA standards and this Specification (if required). 2. Procedure and plan for cleaning system. 3. Procedures and plans for disinfection and testing. 4. Proposed locations within system where Samples will be taken. Disinfection of Water Distribution 02516-1 I 5. Type of disinfecting solution and method of preparation. 6. Certification that employees working with concentrated chlorine solutions have received appropriate safety training. 7. Method of disposal for highly chlorinated disinfecting water. B. Test Reports: Indicate results comparative to specified requirements. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with Augusta Utility Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. 1.6 QUALIFICATIONS A. Water Treatment Firm: Company specializing in disinfecting potable water systems specified in this section with minimum three years' experience. B. Testing Firm: Company specializing in testing potable water systems, approved by Augusta Utility Department. C. Submit bacteriologist's signature and authority associated with testing. PART 2 PRODUCTS 2.1 WATER FOR DISINFECTION AND TESTING A. Clean, uncontaminated, and potable. B. Owner will supply potable quality water. Contractor shall convey in disinfected pipelines or containers. 2.2 CONTRACTOR'S EQUIPMENT A. Furnish chemicals and equipment, such as pumps and hoses, to accomplish disinfection. B. Water used to fill pipeline may be supplied using a temporary connection to existing distribution system. Provide protection against cross-connections as required by AWWA C651. 2.3 DISINFECTANT A. The following disinfectant product(s) shall not be used: chlorine gas. Disinfection of Water Distribution 02516-2 i PART 3 EXECUTION 3.1 GENERAL A. Conform to AVWVA C651 for pipes and pipelines, except as modified in these Specifications. B. Disinfect the following items installed or modified under this Project, intended to hold, transport, or otherwise contact potable water: 1. Pipelines: Disinfect new pipelines that connect to existing pipelines up to point of connection. 2. Disinfect surfaces of materials that will contact finished water, both 1 during and following construction, using one of the methods described in AVWVA C652 and C653. Disinfect prior to contact with finished water. Take care to avoid recontamination following disinfection. C. Prior to application of disinfectants, clean pipelines of loose and suspended material. D. Allow freshwater and disinfectant solution to flow into pipe or vessel at a measured rate so chlorine-water solution is at specified strength. Do not place concentrated liquid commercial disinfectant in pipeline or other facilities to be disinfected before it is filled with water. E. Owner will supply sufficient potable water and testing for the Contractor to complete the initial execution outlined in this section. The Contractor is responsible to the Owner for the costs of additional potable water and testing due to failure of the initial tests. 3.2 SEQUENCING AND SCHEDULING A. Commence initial disinfection after completion of following: 1. Completion and acceptance of internal painting of system(s). 2. Hydrostatic and pneumatic testing, pressure testing, functional and performance testing and acceptance of pipelines, pumping systems, structures, and equipment. 3. Disinfection of: a) Pumps and associated system piping. b) Treatment plant basins and processes used to supply water to system. 3.3 PIPING AND PIPELINES A. Cleaning: 1. Before disinfecting, clean all foreign matter from pipe in accordance with AVVWA C651. 2. If the continuous feed method or the slug method of disinfection, as described in AVWVA C651 are used, flush pipelines with potable water until clear of suspended solids and color. Provide hoses, temporary pipes, ditches, and other conduits as needed to dispose of flushing water without damage to adjacent properties. Disinfection of Water Distribution 02516-3 i 3. Flush service connections and hydrants. Flush distribution lines prior to flushing hydrants and service connections. Operate valves during flushing process at least twice during each flush. 4. Flush pipe through flushing branches and remove branches after flushing is completed. B. Disinfecting Procedure: In accordance with AWWA C651, unless herein modified. 3.4 DISPOSAL OF HEAVILY CHLORINATED WATER A. Do not allow flow into a waterway without neutralizing disinfectant residual. B. See the appendix of AWWA C651 or C652 as applicable for acceptable neutralization methods. 3.5 TESTING A. Collection of Samples: 1. Coordinate activities to allow Samples to be taken in accordance with this Specification. 2. Provide valves at sampling points. 3. Provide access to sampling points. 4. The Owner's laboratory will obtain the Samples. B. Test Equipment: 1. The Owner's laboratory will provide the testing equipment. C. Chlorine Concentration Sampling and Analysis: 1. The Owner's laboratory will collect and analyze Samples in accordance with pertinent AWWA sections. 2. Sampling Frequency for Disinfecting Solution: 2 Samples per segment tested. 3. Residual Free Chlorine Samples: 2 Samples per segment tested. 4. Dechlorinated Disinfecting Wastewater Residual Samples: as necessary. 5. Sampling Locations: as determined by the Owner/Engineer. 6. Analysis to be performed by the Owner's laboratory. Samples will be analyzed for free chlorine as described in latest edition of Standard Methods for Examination of Water and Wastewater. D. After tanks, reservoirs, pumps, and pipelines have been cleaned, disinfected, and refilled with potable water, Owner will take water Samples and have them analyzed for conformance to bacterial limitations for public drinking water supplies. 1. Samples shall be collected in accordance with applicable AWWA Standard. 2. Samples shall be analyzed for coliform concentrations in accordance with latest edition of Standard Methods for the Examination of Water and Wastewater. 3. A minimum of two Samples on each of 2 consecutive days from each separable structure and every 1,000 feet of pipeline shall be obtained and analyzed by standard procedures outlined by state and local regulatory agencies. Disinfection of Water Distribution 02516-4 I 1 4. Sampling points shall be representative and accepted by the Owner/Engineer. 5. Initial samples at each location to be scheduled on a Monday, Tuesday, or Wednesday unless a deviation is specifically approved by the Owner. 6. Contractor shall provide the Owner a minimum of 48-hours' notice prior to the initiation of the sampling process. E. If minimum Samples required above are bacterially positive, disinfecting procedures and bacteriological testing shall be repeated until bacterial limits are met. END OF SECTION Disinfection of Water Distribution 02516-5 i SECTION 02520 CONCRETE PAVING PART 1 GENERAL 1.1 SCOPE A. This section covers the construction of concrete pavements and recreational walkways. The work consists of subgrade reinforcement and preparation, for work, reinforcement and poured and finished Portland cement concrete. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Concrete Sidewalk: 1. Basis of Measurement: Per Square Yard. 2. Basis of Payment: Should include all labor, materials, equipment, transportation and installation of concrete sidewalk in accordance with project plans. 1.3 SUBMITTALS A. Product data for proprietary materials and items, including reinforcement and forming accessories, admixtures, joint systems, curing compounds, dry-shake finish materials, and others if requested by Architect. B. Design mixes for each class of concrete. Include revised mix proportions when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. C. Laboratory test reports for evaluation of concrete materials and mix design tests. D. Material certificates in lieu of material laboratory test reports when permitted by Architect. Material certificates shall be signed by manufacturer and Contractor certifying that each material item complies with or exceeds requirements. Provide certification from admixture manufacturers that chloride content complies with requirements. 1.4 QUALITY ASSURANCE A. Concrete Standards: Comply with provisions of the following standards, except where more stringent requirements are indicated. 1. American Concrete Institute (ACI) 301, "Specifications for Structural Concrete for Buildings." 2. ACI 318, "Building Code Requirements for Reinforced Concrete." B. Concrete Reinforcing Steel Institute (CRSI) "Manual of Standard Practice." 1. Concrete Manufacturer Qualifications: Manufacturer of ready-mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. Concrete Paving 02520-1 2. Concrete Testing Service: Engage a qualified independent testing agency to perform materials evaluation tests and to design concrete mixes. 1.5 PROJECT CONDITIONS A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities. PART 2 PRODUCTS 2.1 FORMS A. Form Materials: Plywood, metal, metal-framed plywood, or other acceptable panel-type materials to provide full-depth, continuous, straight, smooth exposed surfaces. Use flexible or curved forms for curves of a 100-foot or less radius. B. Form Release Agent: Provide commercial formulation form-release agent with a maximum of 350 g/L volatile organic compounds (VOCs) that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 2.2 REINFORCING MATERIALS A. Reinforcing Bars and Tie Bars: ASTM A 615, Grade 60, deformed. B. Epoxy-Coated Reinforcing Bars: ASTM A 775 with ASTM A 615, Grade 60 deformed steel bars. C. Plain, Cold-Drawn Steel Wire: ASTM A 82. D. Welded Steel Wire Fabric: ASTM A 185. Furnish in flat sheets, not rolls, unless otherwise acceptable to Architect. E. Deformed-Steel Welded Wire Fabric: ASTM A 497. F. Fabricated Bar Mats: Welded or clip-assembled steel bar mats, ASTM A 184. Use ASTM A 615, Grade 60 steel bars, unless otherwise indicated. G. Joint Dowel Bars: Plain steel bars, ASTM A 615, Grade 60, Cut bars true to length with ends square and free of burrs. H. Hook Bolts: ASTM A 307, Grade A bolts, internally and externally threaded. Design hook bolt joint assembly to hold coupling against pavement form and in position during concreting operations, and to permit removal without damage to concrete or hook bolt. I. Supports for Reinforcements: Chairs, spacers, dowel bar supports and other devices for spacing, supporting, and fastening reinforcing bars, welded wire fabric, and dowels in place. Use wire bar-type supports complying with CRSI Concrete Paving 02520-2 specifications. Use supports with sand plates or horizontal runners where base material will not support chair legs. 2.3 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. Use one brand of cement throughout CProject unless otherwise acceptable to Architect. B. Fly Ash: ASTM C 618, Type F. C. Normal-Weight Aggregates: ASTM C 33, Class 4, and as follows. Provide aggregates from a single source. 1. Maximum Aggregate Size: 12 inches. 2. Do not use fine or coarse aggregates that contain substances that cause spalling. 3. Local aggregates not complying with ASTM C 33 that have been shown to produce concrete of adequate strength and durability by special tests or actual service may be used when acceptable to Architect. 4. Water: Potable. D. Admixtures: 1. Provide concrete admixtures that contain no more than 0.1 percent chloride ions. 2. Air-Entraining Admixture: ASTM C 260, certified by manufacturer to be compatible with other required admixtures. 3. Water-Reducing Admixture: ASTM C 494, Type A. 4. High-Range Water-Reducing Admixture: ASTM C 494, Type F or Type G. 5. Water-Reducing and Accelerating Admixture: ASTM C 494, Type E. 6. Water-Reducing and Retarding Admixture: ASTM C 494, Type D. 2.4 CURING MATERIALS A. Absorptive Cover: Burlap cloth made from jute or kenaf, weighing approximately 9 oz. per sq. yd., complying with AASHTO M 182, Class 2. B. Moisture-Retaining Cover: One of the following, complying with ASTM C 171. 1. Waterproof paper. 2. Polyethylene film. 3. White burlap-polyethylene sheet. C. Clear Solvent-Borne Liquid Membrane-Forming Curing Compound: ASTM C 309, Type I, Class A or B, wax free. D. Evaporation Control: Monomolecular film-forming compound applied to exposed concrete slab surfaces for temporary protection from rapid moisture loss. 2.5 CONCRETE MIX A. Prepare design mixes for each type and strength of normal-weight concrete by either laboratory trial batch or field experience methods as specified in ACI 301. Concrete Paving 02520-3 For the trial batch method, use a qualified independent testing agency forr preparing and reporting proposed mix designs. 1. Do not use the Owner's field quality-control testing agency as the independent testing agency. B. Proportion mixes according to ACI 211.1 and ACI 301 to provide normal-weight concrete with the following properties: 1. Compressive Strength (28-Day): 3000 psi. 2. Maximum Water-Cement Ratio at Point of Placement: 0.45. 3. Slump Limit at Point of Placement: 3 inches. 4. Slump limit for concrete containing high-range water-reducing admixture (superplasticizer): Not more than 8 inches after adding admixture to site- verified 2-to-3-inch slump concrete. C. Add air-entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content as follows with a tolerance of plus or minus 12 percent: D. Adjustment to Concrete Mixes: Mix design adjustments may be requested by Contractor when characteristics of materials, project conditions, weather, test results, or other circumstances warrant. 2.6 CONCRETE MIXING A. Ready-Mixed Concrete: Comply with requirements and with ASTM C 94. B. When air temperature is between 85 deg F (30 deg C) and 90 deg F (32 deg C), reduce mixing and delivery time from 12 hours to 75 minutes; when air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes. PART 3 EXECUTION 3.1 SURFACE PREPARATION A. Proof-roll prepared subgrade, subbase or base surface to check for unstable areas and verify need for additional compaction. Do not begin paving work until such conditions have been corrected and are ready to receive paving. B. Remove loose material from compacted surface immediately before placing concrete. 3.2 EDGE FORMS AND SCREED CONSTRUCTION A. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides for paving to required lines, grade, and elevations. Install forms to allow continuous progress of work and so that forms can remain in place at least 24 hours after concrete placement. B. Check completed formwork and screeds for grade and alignment to following tolerances: Concrete Paving 02520-4 1. Top of Forms: Not more than 1/8 inch in 10 feet. 2. Vertical Face on Longitudinal Axis: Not more than 3 inch in 10 feet. 3. Clean forms after each use and coat with form release agent as required to ensure separation from concrete without damage. 3.3 PLACING REINFORCEMENT A. General: Comply with Concrete Reinforcing practice for"Placing Reinforcing Barsa forplacing Steel landsupportingInstitute's recommended reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond- reducing materials. C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. D. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. E. Install fabricated bar mats in lengths as long as practicable. Handle units to keep them flat and free of distortions. Straighten bends, kinks, and other irregularities or replace units as required before placement. Set mats for a minimum 2-inch overlap to adjacent mats. 3.4 JOINTS A. General: Construct contraction, construction, and desolation joints true to line with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to the centerline, unless indicated otherwise. When joining existing paving, place transverse joints to align with previously placed joints, unless indicated otherwise. 1. Contraction Joints: Provide weakened-plane contraction joints, sectioning concrete into areas as shown on Drawings. Construct contraction joints for a depth equal to at least 3 of the concrete thickness, as follows; 2. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut c-inch-wide joints into hardened concrete when cutting action will not tear, abrade, or otherwise damage surface and before development of random contraction cracks. 3. Inserts: Form contraction joints by inserting premolded plastic, hardboard, or fiberboard strips into fresh concrete until top surface of strip is flush with paving surface. Radius each joint edge with a jointer tool. Carefully remove strips or caps of two-piece assemblies after concrete has hardened. Clean groove of loose debris. 4. Construction Joints: Set construction joints at side and end terminations of paving and at locations where paving operations are stopped for more than 2 hour, unless paving terminates at isolation joints. c) Provide preformed galvanized steel or plastic keyway-section forms or bulkhead form with keys, unless indicated otherwise. Embed key at least 12 inches into concrete. Concrete Paving 02520-5 I td) Continue reinforcement cross construction joints unless indicated otherwise. Do not continue reinforcement through sides of strip paving unless indicated. e) Provide tie bars at sides of paving strips where indicated. f) Use bonding agent on existing concrete surfaces that will be joined with fresh concrete. f 5. Expansion Joints: Form expansion joints of preformed joint filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, walks, other fixed objects, and where indicated. I a) Locate expansion joints at intervals of 50 feet, unless indicated otherwise. b) Extend joint fillers full width and depth of joint, not less than 2 inch C or more than 1 inch below finished surface where joint sealant is indicated. Place top of joint filler flush with finished concrete surface when no joint sealant is required. c) Furnish joint fillers in one-piece lengths for full width being placed wherever possible. Where more than one length is required, lace or clip joint filler sections together. d) Protect top edge of joint filler during concrete placement with a metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. 3.5 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcing steel, and items to be embedded or cast in. Notify other trades to permit installation of their work. B. Remove snow, ice, or frost from subbase surface and reinforcing before placing concrete. Do not place concrete on surfaces that are frozen. C. Moisten surface to provide a uniform dampened condition at the time concrete is placed. Do not place concrete around manholes or other structures until they are at the required finish elevation and alignment. D. Comply with requirements and with ACI 304R for measuring, mixing, transporting, and placing concrete. E. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. When concrete placing is interrupted for more than 2 hour, place a construction joint. F. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. G. Consolidate concrete by mechanical vibrating equipment supplemented by hand- spading, rodding, or tamping. Use equipment and procedures to consolidate concrete complying with ACI 309R. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square-faced Concrete Paving 02520-6 i shovels, for hand-spreading and consolidation. Consolidate with care to prevent dislocating reinforcing, dowels, and joint devices. H. Screed paved surfaces with a straightedge and strike off. Use bull floats or darbies to form a smooth surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces prior to beginning finishing operations. Curbs and Gutters: When automatic machine placement is used for curb and gutter placement, submit revised mix design and laboratory test results that meet or exceed requirements. Produce curbs and gutters to required cross section, lines, grades, finish, and jointing as specified for formed concrete. If results are not acceptable, remove and replace with formed concrete. J. Slip-Form Pavers: When automatic machine placement is used for paving, submit revised mix design and laboratory test results that meet or exceed requirements. Produce paving to required thickness, lines, grades, finish, and jointing as required for formed paving. Compact base or subbase and prepare subgrade of sufficient width to prevent displacement of paver machine during operations. K. Cold-Weather Placement: Comply with provisions of ACI 306R and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When air temperature has fallen to or is expected to fall below 40 deg F (4 deg C), uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F (10 deg C) and not more than 80 deg F (27 deg C) at point of placement. 2. Do not use frozen materials or materials containing ice or snow. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise accepted in mix designs. L. Hot-Weather Placement: Place concrete complying with ACI 305R and as specified when hot weather conditions exist. 1. Cool ingredients before mixing to maintain concrete temperature at time of placement to below 90 deg F (32 deg C). Mixing water may be chilled or chopped ice may be used to control temperature, provided water equivalent to ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcing steel with water-soaked burlap if it becomes too hot, so that steel temperature will not exceed the ambient air temperature immediately before embedding in concrete. 3. Fog spray forms, reinforcing steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.6 CONCRETE FINISHING A. Float Finish: Begin floating when bleed water sheen has disappeared and the concrete surface has stiffened sufficiently to permit operations. Float surface with power-driven floats, or by hand-floating if area is small or inaccessible to Concrete Paving 02520-7 i power units. Finish surfaces to true planes within a tolerance of 3 inch as determined by a 10-foot-long straightedge placed anywhere on the surface e in any direction. Cut down high spots and fill low spots. Refloat surface immediately to a uniform granular texture. B. Medium-to-Fine-Textured Broom Finish: Draw a soft bristle broom cross concrete surface perpendicular to line of traffic to provide a uniform fine line texture finish. C. Final Tooling: Tool edges of paving, gutters, curbs, and joints formed in fresh concrete with a jointing tool to the following radius. Repeat tooling of edges and joints after applying surface finishes. Eliminate tool marks on concrete surfaces. 1. Radius: 3 inch 3.7 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with the recommendations of ACI 306R for cold weather protection and ACI 305R for hot weather protection during curing. B. Evaporation Control: In hot, dry, and windy weather, protect concrete from rapid moisture loss before and during finishing operations with an evaporation-control material. Apply according to manufacturer's instructions after screeding and bull floating, but before floating. C. Begin curing after finishing concrete but not before free water has disappeared from concrete surface. D. Curing Methods: Cure concrete by moisture curing, moisture-retaining-cover curing, curing compound, or a combination of these as follows: 1. Moisture Curing: Keep surfaces continuously moist for not less than 7 days with the following materials: a) Water. b) Continuous water-fog spray. c) Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with a 12-inch lap over adjacent absorptive covers. 2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's directions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.8 FIELD QUALITY CONTROL TESTING A. The Owner will employ a qualified testing and inspection agency to sample materials, perform tests, and submit test reports during concrete placement. Sampling and testing for quality control may include the following: Concrete Paving 02520-8 I 1. Sampling Fresh Concrete: ASTM C 172, except modified for slump to comply with ASTM C 94. 2. Slump: ASTM C 143; one test at point of placement for each compressive-strength test but no less than one test for each day's pour of each type of concrete. Additional tests will be required when concrete consistency changes. 3. Air Content: ASTM C 231, pressure method; one test for each compressive-strength test but no less than one test for each day's pour of each type of air-entrained concrete. 4. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F (4 deg C) and below and when 80 deg F (27 deg C) and above, and one test for each set of compressive-strength specimens. 5. Compression Test Specimens: ASTM C 31; one set of four standard cylinders for each compressive-strength test, unless directed otherwise. Mold and store cylinders for laboratory-cured test specimens except when field-cured test specimens are required. 6. Compressive-Strength Tests: ASTM C 39; one set for each day's pour of each concrete class exceeding cu. yd. but less than 25 cu. yd., plus one set for each additional 50 cu. yd. Test one specimen at 7 days, test two specimens at 28 days, and retain one specimen in reserve for later testing if required. B. When frequency of testing will provide fewer than five strength tests for a given class of concrete, conduct testing from at least five randomly selected batches or from each batch if fewer than five are used. C. When total quantity of a given class of concrete is less than 50 cu. yd., Architect may waive strength testing if adequate evidence of satisfactory strength is provided. D. When strength of field-cured cylinders is less than 85 percent of companion laboratory-cured cylinders, evaluate current operations and provide corrective procedures for protecting and curing the in-place concrete. E. Strength level of concrete will be considered satisfactory if averages of sets of three consecutive strength test results equal or exceed specified compressive strength and no individual strength test result falls below specified compressive strength by more than 500 psi. F. Test results will be reported in writing to Architect, concrete manufacturer, and Contractor within 24 hours of testing. Reports of compressive strength tests shall contain the Project identification name and number, date of concrete placement, name of concrete testing agency, concrete type and class, location of concrete batch in paving, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7-day and 28-day tests. G. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted but shall not be used as the sole basis for acceptance or rejection. Concrete Paving 02520-9 I IH. Additional Test: The testing agency will make additional tests for the concrete when test results indicate slump, air entrainment, concrete strength, or other requirements have not been met, as directed by Architect. Testing agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. 3.9 REPAIRS AND PROTECTION A. Remove and replace concrete paving that is broken, damaged, or defective, or Idoes not meet the requirements of this Section. B. Drill test cores where directed by Architect when necessary to determine I magnitude of cracks or defective areas. Fill drilled core holes in satisfactory pavement areas with Portland cement concrete bonded to paving with epoxy adhesive. C. Protect concrete from damage. Exclude traffic from paving for at least 14 days after placement. When construction traffic is permitted, maintain paving as clean as possible by removing surface stains and spillage of materials as they occur. D. Maintain concrete paving free of stains, discoloration, dirt, and other foreign material. Sweep concrete paving not more than 2 days prior to date scheduled for Substantial Completion inspections. END OF SECTION Concrete Paving 02520-10 I ISECTION 02740 IFLEXIBLE PAVEMENT STRUCTURES IPART 1 GENERAL 1.1 SUMMARY IA. Section includes asphaltic concrete paving for roadway patches and asphalt driveways. 1 B. Related Sections: 1. Section 02760— Flowable Fill Material 1.2 UNIT PRICE —MEASUREMENT AND PAYMENT A. Roadway Patch including Placement of Bituminous Tack Coat, AUD Item LS-1: 1. Basis of Measurement: Lump Sum. 2. Basis of Payment: Shall include costs for flowable fill, bituminous tack coat, asphalt, installation, and excavation. No additional payment shall be made for these items. 1.3 REFERENCES A. Georgia Department of Transportation Standard Specifications —Construction of Roads and Bridges. B. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. 1.4 SUBMITTALS A. Product Data: Submit product information and mix design. 1.5 QUALITY ASSURANCE 1. Perform Work in accordance with Georgia Department of Transportation standards. 2. Mixing Plant: Conform to Georgia Department of Transportation standards. 3. Obtain materials from same source throughout. 4. Maintain one copy of each document on site. 5. Work must be coordinated in advance with City of Augusta, Georgia Engineering Department. PART 2 PRODUCTS 2.1 MATERIALS A. Asphalt Cement: In accordance with Georgia Department of Transportation Standard Specifications Sections 400— Hot Mix Asphaltic Concrete Construction, Flexible Pavement Structures 02740-1 I or Section 402 — Hot Mix Recycled Asphaltic Concrete, Section 820.01 —Asphalt Cement, and associated sections. B. Aggregate for Wearing Course Mix: In accordance with Georgia Department of Transportation Standard Specifications Sections 802.02 and 802.03. C. Fine Aggregate: In accordance with Georgia Department of Transportation Standard Specifications Sections 802.01 and 802.03. D. Mineral Filler: In accordance with Georgia Department of Transportation Standard Specifications Sections 883.01. E. Bituminous Prime Coat (as necessary): In accordance with Georgia Department of Transportation Standard Specifications Section 412 — Bituminous Prime Coat. F. Bituminous Tack Coat: In accordance with Georgia Department of Transportation Standard Specifications Section 413— Bituminous Tack Coat. 2.2 ASPHALT PAVING MIX A. Use dry material to avoid foaming. Mix uniformly. B. Surface Course: 12.5mm superpave asphalt (2.0" TK) — in accordance with Georgia Department of Transportation Standard Specifications Section 400/402. 2.3 SOURCE QUALITY CONTROL AND TESTS A. Submit proposed mix design of each class of mix for review prior to beginning of Work. B. All asphalt compaction testing will be as per Georgia Department of Transportation Methods GDT 39 or GDT59. 1. Frequency of Compaction Tests: Two (2) tests per cut/patch, at locations directed by Augusta Utilities Department representative. Provide compaction reports to Engineer. PART 3 PART 3 EXECUTION 3.1 EXAMINATION A. Verify gradients and elevations of base are correct. 3.2 PREPARATION —TACK COAT A. Apply tack coat in accordance with Georgia Department of Transportation Standard, Section 413. B. Application rate of tack coat: 0.05 gal/sy. Flexible Pavement Structures 02740-2 3.3 PLACING ASPHALT PAVEMENT A. Install Work in accordance with Georgia Department of Transportation standards. B. Place to compacted thickness identified in construction plans. C. Compact pavement by rolling to 97% of theoretical maximum density. Do not displace or extrude pavement from position. Hand compact in areas inaccessible to rolling equipment. D. Perform rolling with consecutive passes to achieve even and smooth finish without roller marks. fE. Assure smooth transition from new pavement surface to existing pavement surface. 3.4 TOLERANCES A. All tolerances to conform to Georgia Department of Transportation Standard Specifications Section 400 and associated sections. 3.5 PROTECTION OF FINISHED WORK A. Immediately after placement, protect pavement from mechanical injury for 24 hours or until surface temperature is less than 140 degrees F. 3.6 SCHEDULES A. Asphalt Pavement (Surface Course, 12.5mm): Install 2" thick. Refer to Augusta Utilities Department "Pavement Patch — Road Crossings" detail on plan sheet 1.4. END OF SECTION Flexible Pavement Structures 02740-3 SECTION 02750 CONCRETE CONSTRUCTION PART 1 GENERAL 1.1 SUMMARY A. Section includes concrete sidewalks, driveways and curb & gutter. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Property Restoration 1. Basis of Measurement: No separate measurement. 2. Basis of Payment: No separate payment. 1.3 REFERENCES A. ACI 304 (American Concrete Institute) - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. B. ASTM C33 - Concrete Aggregates. C. ASTM C94 - Ready Mix Concrete. D. ASTM C150 - Portland Cement E. ASTM C260 -Air-Entraining Admixtures for Concrete. F. ASTM C309 - Liquid Membrane-Forming Compounds for Curing Concrete. G. ASTM C494 - Chemical Admixtures for Concrete. H. ASTM D1751 - Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction. I. ASTM D1752 - Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. J. Georgia Department of Transportation Standard Specifications for Construction of Roads and Bridges. K. Augusta Utility Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with Georgia Department of Transportation Standard Specifications Section 441 and 500 and as specified on drawings. Concrete Construction 02750-1 I PART 2 PRODUCTS 2.1 FORM MATERIALS A. Form Materials: As specified in Georgia Department of Transportation Standard Specifications, Section 500. 2.2 CONCRETE MATERIALS A. Concrete driveways shall be constructed as indicated on plans with materials in accordance with Section 500 of the Georgia Department of Transportation Standard Specifications. 2.3 CONCRETE MIX A. Georgia Department of Transportation Class 'A' Concrete: 3000 psi compressive strength at 28 days. B. High early strength concrete may be used, if mix design is approved in advance by Owner or Engineer. C. Curb and Gutter: Georgia Department of Transportation Class `B' Concrete minimum. PART 3 EXECUTION 3.1 EXAMINATION A. Verify compacted subgrade is acceptable and ready to support paving and imposed loads. B. Verify gradients and elevations of base are correct. 3.2 PREPARATION A. Moisten base to minimize absorption of water from fresh concrete. 3.3 FORMING A. Forms shall be assembled, placed and maintained as per Georgia Department of Transportation Standard Specifications, Sections 441 and 500. 3.4 PLACING CONCRETE A. Mix and deliver concrete in accordance with Georgia Department of Transportation Standard Specifications, Sections 441 & 500. B. Place concrete in accordance with Georgia Department of Transportation Standard Specifications, Sections 441 and 500. Concrete Construction 02750-2 I 1 3.5 JOINTS I A. Place joints in accordance with Georgia Department of Transportation Standard Specifications, Section 441 and 500. I3.6 FINISHING A. Concrete shall be finished in accordance with Georgia Department of Transportation Standard Specifications, Sections 441 and 500. 1 3.7 PROTECTION I A. Immediately after placement, protect pavement from premature drying, excessive hot or cold temperatures, and mechanical injury. B. Do not permit pedestrian or vehicular traffic over pavement for 7 days minimum after finishing, unless high early strength concrete is used. C. Protective measures for high early strength concrete sections will be coordinated with Contractor on a case by case basis. END OF SECTION Concrete Construction 02750-3 I SECTION 02760 FLOWABLE FILL MATERIAL PART 1 GENERAL 1.1 SUMMARY A. Section includes the basic requirements for furnishing and placing flowable fill (controlled low strength material). B. Related Sections: 1. Section 02740— Flexible Pavement Structures 2. Section 02750—Concrete Construction. 1.2 REFERENCES A. Georgia Department of Transportation Standard Specifications for the Construction of Transportation Systems, 2001 Editions. B. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. 1.3 UNIT PRICE —MEASUREMENT AND PAYMENT, AUD Item M-1: A. Basis of Measurement: Per cubic yard. B. Basis of Payment: Shall include costs for all materials, labor, equipment, and excess materials. To be used for utility conflicts and to be approved by Augusta Utility Department representatives prior to installation. PART 2 PRODUCTS 2.1 MATERIALS A. All materials used in the production of flowable fill shall be in compliance with Georgia Department of Transportation Standard Specifications. B. Flowable fill to be an excavatable mix design per Georgia Department of Transportation Section 600. PART 3 EXECUTION 3.1 EXAMINATION A. Verify utility lines are installed to correct line and grade. Assure subgrade is properly compacted. Flowable Fill Material 02760-1 I I3.2 PLACING CONCRETE IA. Place flowable fill only as directed by Owner or Engineer. B. Discharge flowable fill directly from the truck into the area to be filled. 1 3.3 FINISHING 1 A. Finish with a square shovel. 1 3.4 PROTECTION A. Will self-consolidate. Flowable fill displaces any extra water not needed for maximum density. Make any provisions necessary for this "bleed water" to run- off and away from the surface of hardened fill. B. Do not subject flowable fill to freezing conditions within 30-hours of placement. END OF SECTION Flowable Fill Material 02760-2 i SECTION 02822 FENCE REMOVAL AND REPLACEMENT, NEW, REPLACED IN-KIND PART 1 GENERAL 1.1 SUMMARY A. Section includes fence framework, fabric, and accessories; excavation for post bases; concrete foundation for posts as applicable, for fence and gate removal i and replacement, new, in-kind I 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Fence Restoration. 1. Basis of Measurement: No separate measurement. 2. Basis of Payment: No separate payment 1.3 REFERENCES A. ASTM A121 -Zinc-Coated (Galvanized) Steel Barbed Wire. B. ASTM A123 -Zinc (Hot Dip Galvanized) Coatings on Iron and Steel Products. C. ASTM A153 -Zinc Coating (Hot-Dip) on Iron and Steel Hardware. D. ASTM A392 -Zinc-Coated Steel Chain-Link Fence Fabric. E. ASTM A824 - Metallic Coated Steel Marcelled Tension Wire for Use with Chain Link Fence. F. ASTM B429 -Aluminum-Alloy Extruded Structural Pipe and Tube. G. ASTM C94 - Ready-mixed Concrete. H. ASTM F567 - Practice for Installation of Chain-Link Fence. I. ASTM F668 - Poly (Vinyl Chloride) (PVC) Coated Steel Chain Link Fence Fabric. J. ASTM F900 - Industrial and Commercial Swing Gates. K. ASTM F934 - Standard Colors for Polymer-Coated Chain Link Fence Materials. L. ASTM F1043 - Strength and Protective Coatings on Metal Industrial Chain Link Fence Framework. M. ASTM F1083 - Pipe, Steel, Hot-Dipped Zinc-Coated (Galvanized) Welded, for Fence Structures. N. ASTM F1184 - Industrial and Commercial Horizontal Slide Gates. Fence Removal and Replacement, New, Replaced In-Kind 02822-1 I O. CLFMI (Chain Link Fence Manufacturers Institute) - Product Manual. 1.4 SUBMITTALS A. Product Data: Submit data on fabric, osts wood members, accessories,ssories, fittings and hardware. B. Samples: Submit two samples of fence fabric and posts, illustrating construction and colored finish. Provide shop drawing and materials list for wood privacy fence. C. Manufacturer's Installation Instructions: Submit installation requirements for fence and gate posts, fabrics, gates, and accessories. 1.5 QUALITY ASSURANCE A. Work to be performed by an installer with minimum 5-years experience installing like fencing of comparable size. Contractor to submit and receive approval of shop drawings prior to installation. 1.6 DELIVERY, STORAGE AND HANDLING A. Fence fabric and accessories shall be delivered to the construction site in packed cartons or firmly tied rolls. B. Each package shall be identified and shall bear the manufacturer's name. C. Store fence fabric and accessories in a secure and dry place. PART 2 PRODUCTS 2.1 PRODUCT DESCRIPTIONS A. Chain Link Fence: Shall be 4' high chain link fence (PVC coated). B. Wood Picket Fence: Shall be replaced with new materials as necessary, using materials of like quality. C. Temporary Fence: Shall be 4' high (minimum) chain-link fence per Georgia Department of Transportation Standard 9031 N (no top rail). 2.2 MATERIALS AND COMPONENTS A. Chain Link Fence: To consist of: • 9 Gauge chain link fabric (PVC coated —color: gray) • 2-1/2" schedule 40 line post • 1-5/8" schedule 40 top rail • 3" schedule 40 terminal post • 7 gauge bottom tension wire Fence Removal and Replacement, New, Replaced In-Kind 02822-2 B. Fabric Wire (Steel): ASTM A392 zinc coated wire fabric and ASTM F668 PVC coated. C. Wood Picket Fence: Shall be like type and quality. D. Concrete: Class 'B' as per Georgia Department of Transportation Standard 500. E. Temporary Fence: Refer to Georgia Department of Transportation Standard 9031 N. No concrete footings required for temporary fence. I2.3 ACCESSORIES A. Caps: Galvanized pressed steel; sized to post diameter, set screw retainer. B. Fittings: Sleeves, bands, clips, rail ends, tension bars, fasteners and fittings; galvanized steel. C. Gate Hardware: Center gate stop and drop rod, Mechanical keepers; three 180 degree gate hinges, non lift-off type, per leaf and hardware for padlock. D. Wood fence accessories to be designed for use with pressure treated pine. 2.4 GATES A. General 1. Gate types, opening widths and directions of operation shall be as shown on the Drawings. 2. Refer to Georgia Department of Transportation Standard Specifications Section 643. 3. Gates shall be designed for operation by one person. PART 3 EXECUTION 3.1 INSTALLATION A. Install chain-link framework, fabric, accessories and gates in accordance with ASTM F567. 3.2 SCHEDULE A. Contractor shall coordinate construction activities with removal, resetting or replacement of all fences. B. Contractor shall provide temporary fencing as necessary for protection of pets, property, etc. No section of property, easement, etc. shall be left without secure fencing overnight. No separate payment. END OF SECTION Fence Removal and Replacement, New, Replaced In-Kind 02822-3 SECTION 02924 GRASSING AND MULCHING PART 1 GENERAL 1.1 SUMMARY A. Section includes preparation of subsoil; hydroseeding; mulching; fertilizer; and maintenance. B. Related Sections: 1. Section 02240 — Excavating and Backfilling. 2. Section 02324 —Trenching. 1.2 UNIT PRICE — MEASUREMENT AND PAYMENT A. Temporary Grassing, AUD Item LS-1: 1. Basis of Measurement: Lump Sum. 2. Basis of Payment: Includes all temporary grassing, mulching, soil preparation, maintenance, etc. required to establish temporary vegetation in accordance with plans and Georgia Department of Transportation Standard Specifications Sections 163 & 700. B. Permanent Grassing (Seed) Associated with Water Line Installation, AUD Item LS-1: 1. Basis of Measurement: Lump Sum. 2. Basis of Payment: Includes all permanent grassing, mulching, soil preparation, maintenance, etc. required to establish permanent vegetation in accordance with plans and Georgia Department of Transportation Standard Specifications Sections 163 & 700. C. Permanent Grassing (Sowed) Associated with Embankment Repair: 1. Basis of Measurement: Lump Sum. 2. Basis of Payment: Should include all permanent grassing associated with embankment construction including seed, mulch, soil preparation, fertilizer, nitrogen installation and maintenance until accepted as required to establish permanent vegetative cover in accordance with plans D. Permanent Grassing (Matting) Associated with Embankment Repair: 1. Basis of Measurement: Per Square Yard. 2. Basis of Payment: Should include all permanent grassing associated with embankment construction of 3:1 or steeper slopes including matting, stakes, seed, fertilizer, nitrogen, installation and maintenance until accepted as required to establish permanent vegetative cover in accordance with plans Grassing and Mulching 02924-1 1.3 DEFINITIONS A. Weeds: Include Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning Glory, Rush Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass, Canadian Thistle, Nutgrass, Poison Oak, Blackberry, Tansy Ragwort, Bermuda Grass, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will, Bindweed, Bent Grass, Wild Garlic, Perennial Sorrel, and Brome Grass. 1.4 MAINTENANCE SERVICE A. Maintain seeded areas immediately after placement un l established and exhibits vigorous growing condition. Refer to the manual for Erosion & Sediment Control in Georgia. B. Maintain mulched area as to assure all disturbed areas are completely covered with mulch. C. Contractor is responsible for ensuring adequate watering for vegetation growth and maintenance if weather conditions do not provide sufficient rainfall. D. Contractor is responsible for replacing all mulched and seeded areas if disturbed by erosion, on-going construction, etc. until permanent vegetation is established per the Manual for Erosion and Sediment Control in Georgia and as specified in Article 3.5 Schedule. 1.5 REFERENCES A. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. B. Georgia Department of Transportation Standards and Specifications, 2001 edition. C. Manual of Erosion and Sediment Control in Georgia, latest edition. 1.6 SUBMITTALS A. Prior to seeding, the contractor shall submit a proposed permanent grassing plan including species, water and fertilization schedules, and planting rates. B. Prior to installation the Contractor shall submit a sample of the matting to be used. PART 2 PRODUCTS 2.1 TEMPORARY SEED MIXTURE A. Seed Mixture: 1. See seed mixture shown on Soil Erosion Control Detail sheet. B. Matting Blanket Grassing and Mulching 02924-2 1. Matting blanket shall be VMAX3 SC250 permanent turf reinforcement blanket (70% STRAW/30% COCONUT) as manufactured by Tensar North American Green, or approved equal. 2.2 ACCESSORIES A. Lime: As noted in Manual for Erosion and Sediment Control in Georgia, latest edition. B. Fertilizer: Recommended for grass; of proportion necessary to eliminate any deficiencies of topsoil to the following proportions: Nitrogen 10 percent, phosphoric acid 10 percent, soluble potash 20 percent. C. Water: Clean, fresh and free of substances or matter capable of inhibiting vigorous growth of grass. 2.3 SOIL MATERIALS A. Topsoil meeting Georgia Department of Transportation Standards and Specifications, Section 814 and 893. Topsoil striped on-site may be stockpiled for re-use as approved by Augusta Utilities Department representative. PART 3 EXECUTION 3.1 EXAMINATION A. Verify prepared soil base is ready to receive the Work of this section. 3.2 PREPARATION OF SUBSOIL A. Prepare sub-soil to eliminate uneven areas and low spots. Maintain lines, levels, profiles and contours. Make changes in grade gradual. Blend slopes into level areas. B. Remove foreign materials, weeds and undesirable plants and their roots. Remove contaminated sub-soil. C. Scarify subsoil to depth of 3 inches where topsoil is to be placed. Repeat cultivation in areas where equipment, used for hauling and spreading topsoil, has compacted sub-soil. 3.3 HYDROSEEDING A. Hydroseeding is an acceptable method of grassing/mulching. Georgia Department of Transportation Standard Specification Section 700.3.05.F will govern hydroseed applications. B. Apply fertilizer, mulch and seeded slurry with hydraulic seeder at specified rate within one hour after being combined in hydroseeder. Grassing and Mulching 02924-3 C. After application, apply water with fine spray immediately after each area has been hydroseeded. Saturate to 4 inches of soil and maintain moisture levels two to four inches. D. For areas inaccessible to hydroseed apparatus, contractor to refer to Georgia Department of Transportation Standards and Specifications, Section 700 for seeding applications. 3.4 GRASS MATTING A. Start at downstream terminal and proceed upstream. B. First roll is located longitudinally at the lower edge of slope and pinned with temporary stakes to maintain alignment. C. Subsequent rolls follow in staggered sequence behind first roll moving upslope. D. Use 3" overlap and stake at 5 foot intervals parallel with channel along seams. E. Use 3 inch overlap and shingle downstream to connect lining at roll edge. 3.5 MULCHING A. Apply mulch per Georgia Department of Transportation Standard Section 163. Mulch shall meet requirements set forth in Georgia Department of Transportation Standard Specifications, Section 893 for Grassing and Erosion Control. 3.6 SCHEDULE A. Grassing: All disturbed areas are to be grassed. Permanent grassing will be accepted when "final stabilization" is achieved as defined in the Georgia EPD NPDES Regulations; "100% of soil surface is uniformly covered in permanent vegetation with a density of 70% or greater..." B. Temporary Mulching: Mulch shall be applied to all disturbed areas to a thickness of 3 inches. Mulch shall be maintained until permanent grassing is established. END OF SECTION Grassing and Mulching 02924-4 SECTION 03010 MEASUREMENT AND PAYMENT G E' O R G I . AUGUSTA UTILITIES DEPARTMENT MEASUREMENT AND PAYMENT WATER MAIN ITEMS W-1(A-Z) -All piping line items shall be measured in linear feet and shall include costs for piping and installation, locating wire, locating tape, normal joints and gaskets, trench excavation, trench protection, dewatering, bedding material, asphalt cutting, normal backfill, pressure and leakage testing, pipe sterilization, bacteriological testing, and flushing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS W-2(A-Z) -All piping line items shall be measured in linear feet and shall include costs for piping and installation, locating wire, locating tape, restrained joints and gaskets, trench excavation, trench protection, dewatering, bedding material, asphalt cutting, normal backfill, pressure and leakage testing, pipe sterilization, bacteriological testing, and flushing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-3(A-Z) -Jack and bore line items shall be measured in linear feet and shall include costs for casing piping, field lok gasket carrier piping, and installation. Shall also include costs for bore pit excavation, trench protection, dewatering, bedding material, asphalt cutting, end seals, casing spacers, normal backfill, pressure and leakage testing, pipe sterilization, bacteriological testing, and flushing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. Measurement and Payment 03010-1 I ITEM W-4— Miscellaneous pipe fittings shall be measured in pounds of the fitting include costs for all water fittings and installation including only and nt restraint, regardless of material. Miscellaneous Pipe Fittings l shall either be Mechanicnical al Joint Fittings and/or Flanged Fitting unless otherwise specified on the plans or contract documents. All mechanical joint fittings shall be installed using approved restraining glands, no separate payment will be made for these restraining glands. Approved adapters shall be used where necessary to provide a transition between pipes and/or fittings of differing outside diameters. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. Thrust blocking shall only be utilized, in addition to restraining glands, if specified on plans, when tying-into existing non-restrained pipe, or when approved by AUD Construction Inspector, and will be paid for under pay M-2. ITEM W-5— Fire hydrants shall be measured individually (each) and shall include costs for hydrants, fire hydrant riser, security check valve at the shoe, restrained ductile iron lead pipe, polywrap, valve, valve box, fittings associated with connecting to water main, connection to water main, stone drain bed, soil surface preparation excavation, asphalt/concrete cutting, installation, normal backfill, and testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS W-6 (A—Z) -All vertical gate valve line items shall be measured individually (each) and shall include costs for full body ductile iron valves, polywrap, hand wheel where specified, valve boxes/vaults, manholes, concrete collar, excavation, dewatering, asphalt/concrete cutting, all associated fittings, installation, normal backfill, and testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS W-7 (A—Z) -All horizontal gate valve line items shall be measured individually (each) and shall include costs for full body ductile iron valves, polywrap, hand wheel where specified, valve boxes/vaults, manholes, concrete collar, excavation, dewatering, asphalt/concrete cutting, all associated fittings, installation, normal backfill, and testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS W-8 (A—Z) -All butterfly valve line items shall be measured individually (each) and shall include costs for full body ductile iron valves, polywrap hand wheel where specified, valve boxes/vaults, manholes, concrete collar, excavation, dewatering, asphalt/concrete cutting, all associated fittings, installation, normal backfill, and testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS W-9 (A—Z) -All combination air valve, dual air valve, and air and vacuum valve line items shall be measured individually (each) and shall include costs for the specified air valve, brass fittings, copper tubing, PVC fittings, PVC schedule 80 pipe, painted air release pipe with cap, bollards, pipeline marker, manhole, concrete collar, excavation, dewatering, asphalt/concrete cutting, installation, normal backfill, and testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed Measurement and Payment 03010-2 i materials tests will be the responsibility of the contractor. No additionala ment shall for these items. p Y be made ITEM W-10 -Tapping sleeve and valves shall be measured individually (each) and shall include costs for tapping sleeve, tapping valve, associated hardware, polywrap, valve boxes, concrete collar, temporary plugging/draining of pipeline, excavation, dewatering, asphalt/concrete cutting, installation, normal backfill, and testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-11 —Check valves, Actuator valves, and Pressure Reducing Valves shall be measured individually (each) and shall include costs for valves, valve boxes/vaults, manholes, concrete collars, excavation, dewatering, asphalt/concrete cutting, all associated pipe and fittings, installation, normal backfill, and testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-12 -All cut-in gate valves shall be measured individually (each) and shall include costs for full body ductile iron valves, valve boxes/vaults, concrete collar, manholes, excavation, dewatering, asphalt/concrete cutting, all associated fittings, installation, normal backfill, and testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-13 (A-Z)— Long side water service connections shall be measured individually (each) and shall include costs for piping, all associated fittings, water meter connection, relocating water meter if necessary, dewatering, asphalt/concrete cutting (including service markings), installation: open cut and/or by torpedo, normal backfill, grassing, and property restoration. This line item shall include the cost of reconnection of any existing services, if required. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-14 (A-Z) -Short side water service connections shall be measured individually (each) and shall include costs for piping, all associated fittings, water meter connection, relocating water meter if necessary, dewatering, asphalt/concrete cutting (including service markings), installation: open cut and/or by torpedo, normal backfill, grassing, and property restoration. This line item shall include the cost of reconnection of any existing services, if required. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-15 - Polyethylene pipe wrap shall be measured in linear feet and shall include costs for pipe wrap materials and installation. Polyethylene pipe wrap shall be 8.0 mils in thickness. No additional payment shall be made for these items. ITEM W-16 —Tie-ins to existing lines shall be measured individually (each) and shall include costs for cutting, removal of any needed existing pipe, concrete anchor block with stainless steel rods to the existing line, and abandoning the existing line. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. Measurement and Payment 03010-3 ITEM W-17— Miscellaneous concrete shall be measured in cubic yards and shall include costs for 3,000 psi concrete, form work, installation, excavation, dewatering, soil stabilization, pipe stabilization, asphalt cutting, and normal backfill. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-18 —Abandon valve shall be measured individually (each) and shall include costs for closing valve, removing valve riser, removing valve collar, removing valve lid, filling with flowable fill or dirt, situational specific. No additional payment shall be made for these items. ITEM W-19—Adjust valve box to grade shall be measured individually (each) and shall include costs for adjusting the height of the riser and the lid, remove and replacing the concrete collar. No additional payment shall be made for these items. ITEM W-20 —Adjust water meter to grade shall be measured individually (each) and should only include costs for fill dirt, dirt removal, grassing, and property restoration. No additional pay item shall be made for this item. ITEM W-21 —All piping line items shall be measured in linear feet and shall include costs for piping and installation, fused joints, drilling, drilling mud, connection to new pipe, pressure and leakage testing, pipe sterilization , bacteriological testing and flushing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. SANITARY SEWER ITEMS S-1 (A-Z) -All gravity sewer line piping line items shall be measured in linear feet and shall include costs for piping and installation, locating wire, locating tape, trench excavation, trench protection, dewatering, 57 stone, asphalt cutting, normal joints and gaskets, normal backfill, infiltration and exfiltration testing, and mandrel pulling. CCTV camera inspection will be performed by the Augusta Utilities Department. Lines will not be approved or accepted until the Augusta Utilities Department's Project Manager approves all testing results. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS S-2 (A-Z) -All force main sewer line piping line items shall be measured in linear feet and shall include costs for piping and installation, locating wire, locating tape, trench excavation, trench protection, dewatering, bedding material, asphalt cutting, normal joints and gaskets, normal backfill, air testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS S-3 (A-Z) -All force main sewer line piping line items shall be measured in linear feet and shall include costs for piping and installation, locating wire, trench excavation, trench protection, dewatering, bedding material , asphalt cutting, restrained joints and gaskets, welded, fused, normal backfill, air testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-4 (A-Z) -Jack and bore line items shall be measured in linear feet and shall include costs for casing piping, field lok gasket carrier piping, and installation. Shall also include costs for bore pit excavation, trench protection, dewatering, asphalt cutting, end seals, casing Measurement and Payment 03010-4 I spacers, normal backfill, infiltration and exfiltration testing, and mandrel pulling. CCTV camera inspection will be performed by the Augusta Utilities Department. Lines will not be approved or accepted until the Augusta Utilities Department's Project Manager approves all testing results. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No Iadditional payment shall be made for these items. ITEM S-5 - Miscellaneous pipe fittings shall be measured in pounds of the fitting only and include costs for all sewer fittings and installation including polywrap and mechanical joint restraint, regardless of material. Miscellaneous Pipe Fittings shall either be Mechanical Joint Fittings and/or Flanged Fitting unless otherwise specified on the plans or contract documents. All mechanical joint fittings shall be installed using approved restraining glands, no separate payment will be made for these restraining glands. Approved adapters shall be used where necessary to provide a transition between pipes and/or fittings of differing outside diameters. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. Thrust blocking shall only be utilized, in addition to restraining glands, if specified on plans, when tying-into existing non-restrained pipe, or when approved by AUD Construction Inspector, and will be paid for under pay Item M-2. ITEMS S-6 (A-Z)— Pre-cast manholes shall be measured individually (each) and shall include costs for manholes, ring and cover as specified on the plans, risers, concrete collar, excavation, 57 stone, dewatering, asphalt cutting, collars and boots, grouting and/or other connections, installation, normal backfill, and vacuum testing. Manhole vacuum testing shall include all costs for testing equipment, testing labor, mobilization, demobilization, and reporting. Manholes failing testing shall be re-tested at Contractor's expense. Repairs to failing manholes shall be made external to the manhole utilizing a method approved by the Augusta Utilities Department. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS S-7 (A-Z) -Additional sanitary manhole depth line items shall be measured by vertical foot and shall include costs for excavation, dewatering, and backfill as specified by type and class. No additional payment shall be made for these items. ITEMS S-8 (A-Z)—Sanitary sewer exterior manhole joint wrapping shall be measured individually and shall include the costs for wrapping material and installation. No additional payment shall be made for these items. ITEMS S-9 (A-Z)—Sanitary sewer interior protective coating shall be measured by the vertical foot of manhole and shall include the costs for coating material and installation. No additional payment shall be made for these items. ITEM S-10—Outside drop piping shall be measured individually (each) and shall include the costs for all piping, fittings,joint restraints, brick dam, and 57 stone. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-11 — Dog house/connector manholes shall be measured individually (each) and shall include the costs for excavation, 57 stone, dewatering, asphalt cutting, pipe cutting and removal, collars and boots, grouting and/or other connections, installation, normal backfill, and vacuum testing as specified. The costs for the manhole, ring and cover as specified on the plans, risers, and concrete collar shall be included within this line item. Additional depth manhole sections Measurement and Payment 03010-5 I shall be included within the appropriate manhole line item Manhole all costs for testing equipment, testing labor, mobilization, demobilization, and reporting. include Manholes failing testing shall be re-tested at Contractor's expense. Repairs to failing manholes shall be made external to the manhole utilizing a method approved by the Augusta Utilities Department. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-12 -Sanitary sewer manhole tie-ins shall be measured individually (each) and shall include costs for cutting/coring of existing manholes, collars, rubber boots, any required gaskets, concrete collar, excavation, dewatering, soil stabilization, asphalt cutting, and normal backfill. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-13A - Sanitary sewer service long side connections shall be measured individually (each) and shall include costs for 6-inch PVCi in concrete collar or precast concrete valve ring, PVC twist-off plug, mainline wye, 6" wye,c cleanout, plug, excavation, dewatering, asphalt/concrete cutting (including service markings), installation, normal backfill, and property restoration. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-13B - Sanitary sewer service short side connections shall be measured individually (each) and shall include costs for 6-inch PVC piping, concrete collar or precast concrete valve ring, PVC twist-off plug, mainline wye, 6" wye, cleanout, plug, excavation, dewatering, asphalt/concrete cutting (including service markings), installation, normal backfill, and property restoration. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-14 - Concrete pipe encasement shall be measured in cubic yards and shall include costs for concrete, reinforcing steel when specified or detailed, form work, installation, excavation, dewatering, soil stabilization, pipe stabilization, asphalt cutting, and normal backfill. No additional payment shall be made for these items. ITEM S-15—Water main crossings shall be measured individually (each) and shall include costs for pipe cutting, excavation, ductile iron water piping, connection sleeves, normal backfill, and property restoration. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-16— Polyethylene pipe encasement shall be measured in linear feet and shall include costs for pipe wrap materials and installation. Polyethylene pipe wrap shall be 8.0 mils in thickness. No additional payment shall be made for these items. ITEM S-17 - Cut and plug sewers shall be measured in cubic yards and shall include costs for cutting of existing pipelines, plugging of existing pipelines with flowable fill, excavation, dewatering, asphalt/concrete cutting, and normal backfill. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. Measurement and Payment 03010-6 ITEM S-18—Abandon manhole shall be measured individually (each) and shall include costs for removing the cone, filling the trough with flowable fill, and filling the remainder of the manhole with select fill or flowable fill, situation specific. No additional payment shall be made for these items. ITEM S-19 —Adjust manhole to grade shall be measured individually (each) and shall include costs for adjusting the height of the riser, manhole ring and cover, remove and replacing the concrete collar. No additional payment shall be made for these items. ITEM S-20— Miscellaneous concrete shall be measured in cubic yards and shall include costs for 3,000 psi concrete, form work, installation, excavation, dewatering, soil stabilization, pipe stabilization, asphalt cutting, and normal backfill. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. PAVEMENT STRUCTURES ITEM P-1 -Asphalt overlay shall be measured in square yards and shall include costs for asphalt materials, tack coat, and installation, temporary striping and permanent striping (replaced in kind), and markers (both temporary and permanent). AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-2 -Aggregate base (10 '/2" thick) and asphalt patch (2 '/2" thick) shall be measured in square yards and shall include costs for all aggregates (regardless of type), 2 '/2" graded aggregate base removal and disposal, bituminous tack coat, asphalt, installation, excavation, striping (both temporary and permanent), and markers (both temporary and permanent). The square yardage calculation shall be based upon a standard width of seven (7) feet for payment purposes. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-3—Asphalt pavement leveling shall be measured in tons and shall include costs for all asphalt (regardless of type) used to create a level road surface prior to asphalt overlay as authorized by the project representative. The payment shall be based upon confirmed delivery tickets. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-4 - Milling shall be measured in square yards and shall include all materials, labor, equipment, and material removal and disposal costs. No additional payment shall be made for these items. ITEMS P-5 - Concrete sidewalk shall be measured in square yards and shall include costs for existing sidewalk removal and disposal, 3000 psi concrete, installation, site preparation, formwork, and finishing. Existing concrete shall be removed to the nearest joint as directed by the project representative. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS P-6 - Concrete driveways shall be measured in square yards and shall include costs for existing driveways removal and disposal, 3000 psi concrete, installation, site preparation, formwork, and finishing. Existing concrete shall be removed to the nearest joint as directed by Measurement and Payment 03010-7 the project representative. AUD will coordinate materials testing, and be cost of all passing tests. Costs associated with any failed materials tests will be the for the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-7—Asphalt driveway replacement shall be measured in square yards and shall include costs for existing asphalt removal and disposal, asphalt, tack coat, installation, site preparation. Existing asphalt shall be removed to the nearest joint as directed by the project representative. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-8 - Curb and/or gutter placement shall be measured in linear feet and shall include costs for concrete, installation, site preparation, formwork, and finishing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-9 - Curb and/or gutter removal and replacement shall be measured in linear feet and shall include costs for removal and disposal of existing concrete curb and/or gutter, concrete, installation, site preparation, formwork, and finishing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-10— Raised edge asphalt curb removal/replacement shall be measured in square yards and shall include costs for removal and disposal of existing asphalt curb, site preparation, tack coat, asphalt, and installation. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. MISCELLANEOUS ITEM M-1 - Flowable fill shall be measured in cubic yards and shall include costs for all materials, labor, equipment, and excess materials. No additional payment shall be made for these items. ITEM M-2—3000 psi concrete shall be measured in cubic yards and shall include costs for excavation, labor, equipment, formwork, and concrete material placement. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM M-3 - Rock excavation shall be measured in cubic yards and shall include costs for blasting, labor, equipment, and material removal and disposal. No additional payment shall be made for these items. ITEM M-4 -Select backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation, stockpiling, removal and disposal charges. The volume of material included shall be the actual measured "in-place" volume. The maximum trench width used to calculate the volume will be 7 feet. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. Measurement and Payment 03010-8 I IITEM M-5 - Clearing and grubbing shall be measured in acres and shall include costs for vegetation removal, stockpiling, disposal and any required permitting. No additional payment Ishall be made for these items. ITEM M-6 (A-Z)— Fence removal and replacement shall be measured in linear feet and shall include all costs associated with removal and replacement of the existing fence with new I materials of like quality as necessary for water line installation. No additional payment shall be made for these items. I ITEM M-7 - Fiber Optic Cable shall be measured in linear feet and shall include costs for conduit and installation, locating tape, trench excavation, trench protection, dewatering, asphalt cutting, and normal backfill. No additional payment shall be made for these items. ILUMP SUM CONSTRUCTION ITEM LS-1 - Lump sum construction includes, but is not limited to, the items described in the bid schedule. No separate or additional payment shall be made for these items. Lump sum items will be addressed per each task order. I Measurement and Payment 03010-9 I I I I I APPENDIX A IGEOTECHNICAL INVESTIGATION AT ARCHIBALD BUTT MEMORIAL BRIDGE Augusta Georgia, January 29, 2013 I Appendix A-1 I I I I BRIDGE FOUNDATION INVESTIGATION (BFI) REPORT ARCHIBALD BUTT MEMORIAL BRIDGE (15th STREET BRIDGE) Augusta-Richmond County, Georgia S&ME Project No. 1619-12-062 For: A f.".ranzocrn EnOneering GrouP, Cranston Engineering Group,P.C. 452 Ellis Street Augusta, Georgia 30901 Prepared by: $S&ME S&ME, Inc. 1732 Wylds Road Augusta, Georgia 30907 January 29, 2013 January 29,2013 Cranston Engineering Group,P.C. 452 Ellis Street Augusta, Georgia 30901 [ Attention: Mr. Stephen Davis,P.E. Subject: Bridge Foundation Investigation (BFI) Report Archibald Butt Memorial Bridge(15th Street Bridge) Augusta, Georgia S&ME Project No. 1619-12-062 Dear Mr. Davis: S&ME, Inc.is pleased to provide a copy of the BFI Report for the Archibald Butt Memorial Bridge(I 5`! Street Bridge)in Augusta-Richmond County, Georgia. Our services were provided in general accordance with our Proposal No. 1619-0095-12,dated December 4, 2012. S&ME, Inc. appreciates the opportunity to provide the geotechnical engineering services for Cranston Engineering Group,P.C. on this project and looks forward to a continued working relationship. If you have any questions regarding the contents of this report or if we maybe of assistance in any way,please contact us. Sincerely, S&ME,Inc. f 0 ;, 10d24;t4,.MIVP' Robert A. Williamson, P.E. Rc'e1QQ �, Richard Mockridge,P.E. Operations Manager/Geotechnical Engineer Principal Geotechnical Engineer Reg. Ga. 33729 Reg. Ga. 12692 Enclosure S&ME,INC./1732 Wylds Road/Augusta,GA 30909/p 706.729.6917 f 706.729.6920/www.smeinc.com 1 Archibald Butt Memorial Bridge(15th Street Bridge) January 29, 2013 Augusta,Georgia S&ME Project No. 1619-12-062 BRIDGE FOUNDATION INVESTIGATION FOR Archibald Butt Memorial Bridge (15th Street Bridge) Augusta-Richmond County,Georgia GENERAL INFORMATION Location/Description This project is located in the city of Augusta, Georgia. This project includes the evaluation of subsurface soils adjacent to the east and west end bents of the existing Archibald Butt Memorial Bridge. The site vicinity map is attached as Figure 1. Current plans involve the evaluation of the bridge relative to its rehabilitation. The Archibald Butt Memorial Bridge was constructed circa 1918 and spans the Augusta Canal. It is a reinforced concrete,three-span bridge with two end bents and two intermediate bents. Based on a review of the substructure repair report prepared by Cranston, Robertson and Whitehurst, P.C., performed in May 2000, each intermediate bent contains thirteen columns with a two foot thick continuous concrete bent cap connecting the thirteen columns. The type of foundation system beneath the end and intermediate bent caps is currently unknown. Geologic Formation This project is geologically situated in the Quaternary Formation of the Holocene residuum of Georgia's Coastal Plain physiographic province. Reference to the USDA —Natural Resources Conservation Service's Soil Survey of Richmond County, Georgia indicates that Urban Land Series soils are present. Subsurface Reference should be made to the attached Test Boring Records, Information Boring Location Plan (Figure 2), and Subsurface Profile (Figure 3). In general, Borings B-1 and B-2 initially penetrated up to 3 V2 feet of fill soils with standard penetration resistance value of 4 to 5 blows per foot (bpf). These materials were mainly comprised of soft, low to medium plasticity sandy silty clays. Beneath the surface strata, the borings penetrated an upper layer of soft, low plasticity Coastal Plain silts, approximately 4 to 5 %2 feet in thickness. These soils exhibited standard penetration resistance values ranging from 2 to 7 bpf. Underlying the upper silts, firm to very stiff sandy high plasticity fat clays were encountered. The thickness of the sandy fat clay layer varied from approximately 14 feet on the east side of the bridge (Elevation 146 feet to Elevation 132 feet)to 4 feet on the west side of the bridge (Elevation 144.5 to feet to elevation 140.5 feet). Underlying the fat clays, the test borings encountered medium dense (N = 16 to 27 bpf) silty sands to Elevations ranging from 127 feet to Page 1 Archibald Butt Memorial Bridge(15th Street Bridge) January 29,2013 Augusta, Georgia S&ME Project No. 1619-12-062 132.5 feet. A lower layer of very stiff to hard low plasticity silts with a thickness between 5 feet to 9 feet were encountered in each of the borings. These soils had standard penetration resistance values of 12 to 44 bpf. The Test Borings were terminated in partially weathered rock (PWR) which was sampled as high plasticity elastic silt. The PWR was encountered between approximate elevations of 117 feet and 121 feet on the east and west sides of the bridge respectively. Groundwater levels were measured between Elevations 130.5 feet and 137 feet, at the completion of drilling. Following completion of groundwater measurements, the Test Borings were backfilled with auger cuttings, hole closure devices, and the upper 5 feet of the test borings were grouted. Additionally, Borings B-1 and B-2 were offset 3 feet for the purpose of collecting relatively undisturbed samples for potential laboratory analysis. MAXIMUM PILE DESIGN LOADS The following are allowable capacities for deep foundations using a factor of safety of 3 for end bearing and 2 for friction. End Bearing= 80% 14"PSC =60 Tons Bents (1,2,3,4) (50ksi loading) Friction =20% 16"PSC= 82 Tons HP 12 X 53 =97 Tons 18"PSC=95 Tons HP 14 X 73 = 134 Tons HP 14 X 89= 140 Tons ALTERNATE DRILLED SHAFT LOADS 14"diameter=60 Tons 16"diameter= 86 Tons ELEVATIONS Minimum Tip Estimated Tip Bents Elevation(ft) Elevation (ft) 1 (East End Bent) 118 114 2 119 116 3 120 118 4 (West End Bent) 123 119 DRILLED SHAFT ALTERNATE ELEVATIONS Bents Bearing Elevation (ft) 1 (East End Bent) 110 2 112 3 114 4 (West End Bent) 116 Page 2 Archibald Butt Memorial Bridge(15th Street Bridge) January 29,2013 Augusta, Georgia S&ME Project No. 1619-12-062 NOTES Elevations All elevations are based on provided roadway cross sections as surveyed by Cranston Engineering Group, P.C. Pile Driving Objective Driving resistance after Minimum Tip Elevations are achieved. Minimum Tip Elevations are based on a minimum 3 feet pile penetration into partially weathered rock(PWR). Waiting Period None required for driven pile foundations. Theoretical Scour Scour analysis is being performed by Cranston Engineering Group, P.C. Once scour analysis is completed, revision to pile design capacity may be required. Erosion End bents shall be protected from erosion with a minimum of 24 inches of rip rap. Pilot Holes Pilot holes are not required on this project. Points Pile points are recommended for each H-pile to be driven at all Bents to insure adequate penetration into the very dense partially weathered rock. Cofferdams Cofferdams will be needed to construct the pile footings at all bents. Seal concrete may be required. Dewatering of the excavations may also be required. Freeze Bearing Piles should not be overdriven at this site. If dynamic bearing has not been achieved by 2 feet above the Estimated Tip Elevation, pile driving should be stopped for a minimum of 24 hours and restarted with a warm hammer to check for"freeze" bearing. Test Piles If PSC piles are selected, we recommend that test piles, at least 40 feet in length, be set at the eastern abutment to help determine pile order lengths. They should be of sufficient length to reach a depth of 5 feet below the Estimated Tip Elevation. Voids No voids were encountered at the test boring locations. Obstructions No subsurface obstructions were encountered at the time of exploration. Page 3 Archibald Butt Memorial Bridge(15th Street Bridge) January 29,2013 Augusta,Georgia S&ME Project No. 1619-12-062 As Built Foundation The as built foundation information should be forwarded to the Information Geotechnical Engineering Bureau upon completion of the foundation system. Special Problems a. Several buildings are located close to the construction limits of this project. Vibrations caused by construction activities may be a concern with property owners. We recommend that the Project Engineer contact the Geotechnical Engineering Bureau prior to construction to evaluate the need for pre-construction crack surveys and vibration monitoring during pile driving. b. Varying pile embedment depths should be anticipated. C. Damage to the slopes of existing canal will need to be repair. OR#7: C: 0/ Q. ourropto * No.033729 * PROFESSIONAL ' ,•Z 1131. " •eV OUST'Ps I --- Prepared by Robert A. Williamson,P.E. Operations Manager/Geotechnical Engineer Reg, Ga. 33729 Reviewed by ' ' a 6'71n.eyelicej,e,- 9.4 Richard Mockridge,P.E. Principal Geotechnical Engineer Reg, Ga. 12692 Page 4 I I APPENDIX GENERAL SITE VICINITY MAP BORING LOCATION PLAN SUBSURFACE PROFILE A -A' TEST BORING RECORDS GEOTECF3NICAL FIELD AND LABORATORY PROCEDURES LABORATORY TEST SUMMARY PETROGRAPHIC RESULTS OF IN-SITU CONCRETE CONCRETE COMPRESSIVE STRENGTH LIMITATIONS I I I GENERAL SITE VICIrIITY MAP 1 tko. - ..„, 44r - , I ag -40''''N.1* '" ` ,sem. , , „ * r a ' — ' 1.,, , ,fr - t ,;"' ,.,":it,,,t,top,"--;14,1$ , ,„,.''. ""-_ ' :! , , ` ; 4 ' g,. x vi.":"' 'ate y . ,au a a'.. '7.'''''',' '',,,&.c'1*,!''.ftti''',,i-,4,4), -6,A,..**AV,:;',,'"3",„*,4:,:itl,,A41. it,,,,, \ ' ,,,\ ,.' '4. l'A U gu s'a '.' t....' 14 z% #--,,-,-4.4-„:0- 5 p --i y sit"x. f aA 'ag,4 . ,.,- - ,:.„,;--. , -,,,,, ,„,, t„,,,,--,c .i ... ,, ,. „,, i., _ i lev - a ,kory:s,, 4 147: �.gWR} 4 1 � 7. Z' '�{"j'hj$"' �gyp aY` ,}�p�ny,��� � tr.:!;,;,,...:„. f ap�pj ,a+y_ }y�q p$1��j y-yf �+µ, �� - r9 f� .,,,,,,,,,,,,..7„.4-„,1& -- a ' a i4 .' n?<- $4 y � f\d �J 'evid**;*'" f +1A L3 /R ...fie," PR�a.,4,3-1›,,i, � 7 � $� �• � 8 4, .. � `^^.:. T.• ic rs a3 parr, `, 'i� e " �,#' .Y l tifi 'owl ii $ ,,'''ili'.t.j.:- .,,,,Mit'':': .'' %.2:1tC''''Sk''.'.!*t.' ..k 'rte r s 4 4 K }£p f �� � � °a° � � ;' '-,*---... 1-' r �� �iit ` .�,.. 1 est � ,:,. ggaa , >l *4-..e. 4.:",, E 7.r 9 , .' JOB NO.: FIGURE SITE VICINITY MAP 1619-12-062 NO.: 1 ARCHIBALD BUTT SOURCE: s&ME ^�'" MEMORIAL BRIDGE Google Maps DRAWN 15th STREET, AUGUSTA, GEORGIA BY:RAW DATE: CHECKED January 24,2013 BY: RM I I I BORING LOCATION PLAN I I I > m p m a w ' z z - S W 0 a U co rn o C CV r as I N N O N •• t0 W .E t O U '*4' ZNcW co i c as O � OO -) r N I— ii,4,---, i„../,,e7-.=:',;;;;P:; -.'"..'41,';'- :;;;;;..4".:'-''''':57T--/--:: {�- . 4e,::;=;; ,-,-.',✓,, - LU ! Z C� // .. ,F Ce $t 3 M ./rs { � � f E,, m O 2 CO 0.• /;I:',ili'' ,1"..°‘ *-\•,* , --- t CO r .1.:.'://,',7,1.- f 1 1..;;;/-1..,-"--- fd W op �,,' �e Asa" sv �" :1":',41/7'." -' 1 ..>../,-.,.$,.'' R f 3 � ' '{ {' co R 111111111°-15- rj 0 W ' r r' 4-'..*7',;.,,,;,7:\.. s� � fes,y< 1. m O O Q ✓ff` r � " "- ;J —i' Q = U) ca x's r /` 1 tCL •-;,y,:.-.1„.:„..,,,;/- r t i �_ �L J O O • f { / ry _"` f tQ RE E f - "R "R"-/ -' /` , O O r" 4 L LO. Q.> Q Q * I I I SUBSURFACE PROFILE A-A' I I Z ,_ co 1 1 I I I I I 1 0) I_ _ __ O UUN > CO N tII (3 C m I a O to V < O ( U a Z tf7 I'� N V 1`. T `o `p -! c cci co 2- 0 co 1 ���ar :..� r(ah�fra7� O c i0 m cN'n' �" v v N - ro ED cn <CD MOWN c. I d as a 3 m C7 E c d m :° > = ns(n .O a) co La it JT O N m'� .4."..' ^2' N > Q Um 7 I 2. cu in o ¢ a U ~ N ur N N E. i C (n O Cp o =O U pJ v a �m UJ (I26. � O C 3M L C _ o 8 E �� Lo I o ?p N C o o co Z Qm C o Q N U7 j co OEL 8 > h-, m iL a o .cTo p) t� 3 61 N a) • a a) co CC _ C r 2 3 U a U a o I U = a, m g R LL « N a U N G G. R T"' a) N = •R N — .- Q 3 co La >O :15 a. _T 3 Ila Y.i O J m co -I 2 U 3 R = N Z o m IC C -O C = y — N N m 0 as m C .0. G t 41m 2 12 x �O �' t. _T O O X in Q m o or a a � _ (41 E E J 15 3 m 4 a a x Li: 2 ¢ en t O t� a. c.Z i`t /-g oo34 _ ac o E >dma u 10NU — v ro 0 1- UUO « o c 11 N J L a a. a. a) a a2 = pp 2� V CO N N a) T to cn 2 C (co T N o o U U as 9 LO- in co Z8 01 Z O N ,- <m ' ' I I I I I o in I to co in T 7 Cl) C) Cl) co 1n O Z Lij co I- (1SIN-1a01) NOI1VA313 00 p I I I TEST BORING RECORDS I I PROJECT: Archibald Butt Memorial Bridge I 15th Street BORING LOG B_I S&ME Project No.1619-12-062 DATE DRILLED: 12/11/12 ELEVATION: 155.1 ft NOTES: IDRILL RIG: CME 45-B BORING DEPTH: 45.0 ft DRILLER: H.Wessinger WATER LEVEL: Encountered at 18.5 @ TOB HAMMER TYPE: Automatic LOGGED BY: R.Williamson I SAMPLING METHOD: ASTM D1586 NORTHING:0 I FASTING:0 DRILLING METHOD: 21/2"H.S.A. o -J w BLOW COUNT 1* ill a w p Z a /CORE DATA o a MATERIAL DESCRIPTION > . a R W III <2 1 REMARKS > W V) Q v v z N 7 I , \\ Asphalt Pavement(Approximately 4 inches) 1 Concrete Pavement(Approximately 6 inches) / 1 1 2 2 -,� FILL: SANDY SILTY CLAY - 4 CL/ML -mostly low to medium plasticity / _ 5 \ fines, little fine sand, brown, moist,soft 2 2 1 2 150.1— 3 ALLUVIUM:SANDY SILT - ML -low plasticity fines,some sand, brown, moist,very soft to firm -3 1 1 1 2 v� — 10— SANDY FAT CLAY 1 2 6 - ICH -high plasticity fines, some sand, red, 145.1—4 8 moist,firm to very stiff -0 15 5 3 5 6 = 140.1— 11 "e• - 71 20 6 7 8 11 - 4135.1— 19 1 a W SILTY SAND 2 SM -low plasticity fines, sand,yellow and T tt 13 8 25— grey,moist,medium dense 130.1— 21 w c, - O E co m SANDY SILT 0ML -low plasticity fines, some sand,yellow 8 8 6 6 0 30 and grey, moist,very stiff to hard 125.1- 12 0 z EE — m CO 9 112 19 25 NOTES: as 1. THIS LOG IS ONLYA PORTION OFA REPORT PREPARED FOR THE NAMED PROJECT AND MUST ONLY BE USED TOGETHER WITH THAT REPORT. Page 1 of 2 2. BORING SAMPLING AND PENETRATION TEST DATA IN GENERAL ACCORDANCE WITH ASTM D-1586. 3. STRATIFICATION AND GROUNDWATER DEPTHS ARE NOT EXACT. 4. WATER LEVEL IS AT TIME OF EXPLORATION AND WILL VARY. PROJECT: Archibald Butt Memorial Bridge 15th Street BORING LOG B-1 S&ME Project No.1619-12-062 NOTES: DATE DRILLED: 12/11/12 ELEVATION: 155.1 ft DRILL RIG: CME 45-B BORING DEPTH: 45.0 ft DRILLER: H.Wessinger WATER LEVEL: Encountered at 18.5'@TOB HAMMER TYPE: Automatic LOGGED BY: R.Williamson SAMPLING METHOD: ASTM D1586 NORTHING:0 EASTING:0 DRILLING METHOD: 21/4"H.S.A. -Jw BLOW COUNT W z O CL /CORE DATA w U W O z 4t D I- a o MATERIAL DESCRIPTION cc > CD a LLI cc _ w REMARKS Q w Q w w IL — _ z C v C� Q J QFa `n a SANDY SILT - ML -low plasticity fines, some sand,yellow - and grey, moist,very stiff to hard (continued) _M kI PARTIALLY WEATHERED ROCK: SANDY - \ SILT 10 I 20 50/5 50/5 40H, MH -high plasticity fines, little sand,green, 115.1— -A!, 1( very hard (sampled as silt) - -r' r 11 1 5013 50/3 ` 45 ' V��' 110.1— Boring terminated at 45 ft due to auger refusal M ,- 0 0 ui od ta taa 0 ui U 0 E m 1.- 1- 0 1- 0 0 0 O 0 z Erc 0 m Lu 2 U) u) NOTES: 1. THIS LOG IS ONLYA PORTION OFA REPORT PREPARED FOR THE NAMED Page 2 of 2 PROJECT AND MUST ONLY BE USED TOGETHER WITH THAT REPORT. 2. BORING SAMPLING AND PENETRATION TEST DATA IN GENERAL ACCORDANCE WITH ASTM D-1586. 1 STRATIFICATION AND GROUNDWATER DEPTHS ARE NOT EXACT. 4. WATER LEVEL IS AT TIME OF EXPLORATION AND WILL VARY. J.Ud S&M PROJECT: Archibald Butt Memorial Bridge 15th Street BORING LOG B-2 S&ME Project No.1619-12-062 NOTES: DATE DRILLED: 12/11/12 ELEVATION: 154.6 ft DRILL RIG: CME 45-B BORING DEPTH: 38.5 ft DRILLER: H.Wessinger WATER LEVEL: Encountered at 24'@TOB HAMMER TYPE: Automatic LOGGED BY: R.Williamson SAMPLING METHOD: ASTM D1586 NORTHING:0 EASTING:240 DRILLING METHOD: 23/4"H.S.A. w Z O wd BLOW COUNT I CORE DATA w ( in O Z n I__ 1) a o MATERIAL DESCRIPTION re a -I w i ce it Q al w w w v c - REMARKS z Ir I- U < w Co Q `o -0 a N C9 _ Asphalt Pavement(Approximately 7 inches) / - - I 2 3 2 - ! \ Concrete Pavement(Approximately 7 inches) / -1 - 5 1 - I FILL: SANDY SILTY CLAY - \ CUML -mostly low to medium plasticityiI 2 4 3 1 fines, little fine sand, brown, moist,firm 2 7 5- 149.6- _ ALLUVIUM:SANDY SILT - ML -low plasticity fines, some sand, brown, I 2 1 1 ------\ moist,very soft to soft / -3 2 - SILTY SAND _ - SM -some low plasticity fines,sand, red, -11 a 10- moist,very loose 1446_4 1 2 2 -� SANDY FAT CLAY -12 CH -high plasticity fines, some sand,red, a' moist,very stiff a� - 6- SILTY SAND 5 1 5 8 8 16 15- 139. SM -some low plasticity fines, sand, red, - moist, medium dense 6 1 8 12 15 27 20- 134.6- lo 1- _ 0 rN, SILTY GRAVEL 7)c. GM -some low plasticity fines,some sand, SZ -, r- gravel,tan and grey,medium dense 7 j 8 9 8 17 U) 25-�T\°°� 129.6- a w J a o �t 5 7 8 15 °0 30-al SANDY SILT 8 ML -low plasticity fines, some sand,yellow 124.6 z and grey, moist,very stiff a 0 m ul '-'tk \1I Z 21 28 50/4 50/4 NOTES: 1. THIS LOG IS ONLY A PORTION OFA REPORT PREPARED FOR THE NAMED Page 1 of 2 PROJECT AND MUST ONLY BE USED TOGETHER WITH THAT REPORT. 2. BORING SAMPLING AND PENETRATION TEST DATA IN GENERAL ACCORDANCE WITH ASTM D-1586. 3. STRATIFICATION AND GROUNDWATER DEPTHS ARE NOT EXACT. 4. WATER LEVEL/S AT TIME OF EXPLORATION AND WILL VARY. 0* � PROJECT: Archibald Butt Memorial Bridge 15th Street BORING LOG B-2 SB,ME Project No.1619-12-062 DATE DRILLED: 12/11/12 ELEVATION: 154.6 ft NOTES: DRILL RIG: CME 45-B BORING DEPTH: 38.5 ft DRILLER: H.Wessinger WATER LEVEL: Encountered at 24'@ TOB HAMMER TYPE: Automatic LOGGED BY: R.Williamson SAMPLING METHOD: ASTM D1586 NORTHING:0 EASTING:240 DRILLING METHOD: 2'/4"H.S.A. w BLOW COUNT = U I w 0O z /CORE DATA r w U O a Q' a- o MATERIAL DESCRIPTION a 0 w ¢ w > a n _ REMARKS W0 Q < < Z �e�T _ \ PARTIALLY WEATHERED ROCK:SANDY k)-\\,,i, SILT MH -high plasticity fines, little sand,green, very hard (sampled as silt) (continued) - Boring terminated at 38.5 ft due to auger refusal 10 30 50/4 50/4 F- CD cD w U) a u w C a CO C CO CO u' O C7 z EE W U) U) N NOTES: 1. THIS LOG IS ONLY A PORTION OF A REPORT PREPARED FOR THE NAMED Page 2 of 2 PROJECT AND MUST ONLY BE USED TOGETHER WITH THAT REPORT. 2. BORING SAMPLING AND PENETRATION TEST DATA IN GENERAL ACCORDANCE WITH ASTM D-1586. 3. STRATIFICATION AND GROUNDWATER DEPTHS ARE NOT EXACT. $& JIE 4. WATER LEVEL IS AT TIME OF EXPLORATION AND WILL VARY. GEOTECHNICAL FIELD AND LABORATORY PROCEDURES o 0 a) 0 N -0 a>@ N j W o•'a N N m o c /iiUIII " � CcO��'C0 jOL� NN N.L.. Cr OO2UN i1 !I O) 0 L c•� 0`� X O Nc T N. O O(> N N c" U .>O O Y • o n E c ai27 m E N nasi n)co 0).c >-. c N'a)c a) C C3.p-, ,,,,,,,., vi N m a . N d N T. a) N N 0 E N m •C•o-0 C a U C O r C O N �` C O.J a) d• N 0 C'0 U U`.'O O .0+ 0 r cc N T N 7),_ c C 72 n 0 > alli •C, _ 0, a N Oa) C E o) "06 T U L a) N y N N Y D n n j E L U >."O.a O O 0 cca d cO C ::-,..e.1 ? N..0.- ' c ca O ca N n o N a,c a 0 0.- 0 co L. 0�`•cc .�'•C. fl c0j U c 2 c n 0 N c � CN.1 G O m II '5 ° C - 2 E -00 d N N , a C 63 o N .0 U N 3 0 c= S00- COI)0 0 ..4 E N U-p N L N C L'..7.3 O- n 0 O N N 2 L 0 co a)C d U O ° C N C 3 'a 0 II- "c''.% N G E T C N" .p O N 0 N S n NLS, c O 0 1] N n C U N O C U C C k"mTS 4 O >U N N N 3 0 (6 N N c• N :0 d 0.0. 2 to C O H ,< " U N a@ N d 0 > O o U p C N-SS O C as °c C O CO COL co 3 N U 0 '0 C N C w N d N x 0 0 N LTC N N 0'6 U N > U a3 L 7 c 0 N N } > C..) -9 O ca T `L it L _c C C U o Z c 0 7 N N N N y T� 0 W N Q) w- N 15 ` n c-o O 171 To O W O •0 N U d 0 O c-o >co O o • o°? Nan me o� 3 m 6 rn" n v N 3 `; >'c ` N E L'X O O 0 E C 0a N 3 cO o'o v) N c•o N L U.a nj '- m 0 O W N C U i •t a E N C m N m N N V N" f0 C!) O V) -0 O c L'co k.flO 2 U co 9 IL 2- .N N mta) d g N L N N I2 5'65"O •-'•N O 2)L N N l0 O co V .6 C y o T U = E O17 C N Na. kV 76 1-1 a°'S o O C N C O 0 C 'E L O-` 0 U p` E O N L N L 0 0 d cn 0 =13) N "O L-5', CCI) 3`o' 0 3 o W pO.< d f6 O as 8 Q-1-6, n. N C-a > .O U L1 N 0'00 •Q W Q L 015 0 ',�' °,� E m m-o 2 .5-,y oa ami Nc.E c c2E , L g Oz a)o in N .o EW d 0Cn o c 3 To-Y 0 m N C 06 Q0 c �i�cc N- y O 06 0 0 0 _Y'S. � CO cA y a� c>i �. ‘.4'...., oaEN o'Ncpas m $i 0 w Nca'TnN-N �•� 'crii'am O �ai> m • O.n T M N O.- N -C L a °3 No_8 (Ti i-0p 928 (-O3 g 7 axi a>i ` C O 2.o cs.2 L 2 j �i O U N N CJ dL to 0 a) J 7 n 0 En c d C).N > c ui ai8oMo0 ..'1,c;:,! d �cm�oact0 O NNL'5 ._ N.- O • NYCo ` oa) NN •O • NNdod >,-5...2 dC > " U--0 C 0 N Ocot?.-_•-,,- c� E L1), aa�Y � CN E � aco !.-.; o0 N on T a N -0 cc n E 63 0 c� rn adi� c ai nc n@ m C aai N o N == Tm'5 6 °- N"0 o 0 0- c a E N� X N E oa co N 5 0'c 0'7L >•aN cn 0 N Uw ... A N w V U .5« N c C U'No E LN•, 7 2 ai O c0 N U.-. O L LN. N `'O N •E 0 > 2.0 C y•S U 0 N C c L 7c;e L c6 3 0.N N-_ Y >, c N Y o "6-0 ,. C > -O N c Y U - L 0 63 U 0 0 i1 U 0 in 0 O N v U y G 't..L... 0 3 p Q j lL U 0 0 L N O C o Y O n j ca-0 O d•co L R N S C M .� U N vNi 0 0 E U= y m ti 0 a) a W U U N .r'` d O 0.L N C -.r)LI C O '!"..4 p - N `•'_ c N.0 N c 7 C.c 3 C N ci c2 # O'V 4?m O c — .a N U ` N ,....,7'.a _ .Q -o O N V .'_'-O O E y N a s Co N!o-s N N c O)ca a) g o N n c. N O C .;" c-0 rcs 3 0-=Y'a ` L O N Q Q' O N cO N N -0 C o Ili 0 'N >.W N U CO 3 3 0 m a� E c 11-:.2, o aoi N g o ��m c f0 cots E cg03 E 2?? LL N N L N .a 3 N L N 0 •O M 0 N' o U as 0 7 ., U 0 0•�N C C F- •c 0 O L U C p.L J d Y O N m N 0- - N a) r N U N cn m C) ,,..„ •,2 Y p E a o o E E g n N c � m n N •,,--, a) c0 2 . E L N,g d Q•§ C B5 N E•E O >, N X - "5,' °-' N 0 010 E'w �, to 43 L 0 0 0 U m 3 - aN`)�c N m ca N C N 3 w L N U N m `-Q j c w C N N '' s LO E 2 T c0 T c E N N o c O N O~ C N L N 03 II--_c0 c 3 j $ 0 O 0 L... ;i:-.5, adLcpNLXOO U cn c.0 Ly 0 C-. U '8a •o0 o N Lr"M: p -i UO E a 0 C 0 c") ea L U ui L Y N o s N b-r N 0 O)N cc0 N L E N C 0 g'-E, N c N p 3 � m NCS oa V �L cOncncN ccs p)o CO o N -i a) o -o0 o E N Y N A WnEE._a3 Y aaoo c- W 0.c W K-;?.`: M V 0› m' c._ r- .T+ N Q TA a) 0 o dN• .2,15 N -o =0 g- n o 0 � o- cam°L .5c c ca') t N > v v E >n m > c ._ O 05 X N p N 0 rt: " = O N p"' C'5 N •- 77 N cO N N 0ti C U 0 0 d a N C 0 L • $ 5 C7 u) N U-O J 3=d.... = 7 CO-a U� W N 0 0 U N L 0 = LT N U D J Ln N.-. n l0 co ;444 "O O G N C .- 8 N 2 vi m e >+t`0 co 0 O C c C O 03 NN L d ,Mi 2 C o_c N N C~ E N 0 O.N' O.-.0 n CO 0 O 5 'O U 0 cr) p a 0 )<'U 0@ o fU Q E t° d 2 a)• N, 0'E =a L -0 N c 3 co -o ca LT o)N N N N 0 d)C y 0)c E N P vtia'd Lar a"C L U N "O o Q T U G C O 'NLS N C o C 0 n cn C c 0 O c0 N ._ X 0 N L 0 n 6:1-13 C O O E 0147-: U N d c O 0 m 'aacj v -12 u= -o N t o 0-2E-'' ami E Z m v o c u N w E 2 - aiaim, Y 0 d 0 LTL -O N C"O Ir.2- N O as - N•O isi O E' U co 0 m Q.L.. 3„,1 N U-O-0 N o N N 0 C .t N C O C 0 Q 0)= N N N N N~ C L L't N N_O S O @ m 'Q 0 0 p U 0 C O) d ID c O O O N O E N N c n o C t„,,,,.,0-1 =Ln o1 C N U Q c W o m o N y Q ix p•N 0 C N C Z N o c o o N c ?: 73'co 'y co.L.. N N a) 0 0 c o O•m co C I- N i 3 c J N N r 2 N L N N 0 L ; N N ccs c,N a N p•Y •o n--O C cc U U'O• V C C N m d E- C L U y,- O c, _L N C d 0 in O N T.3 0 ' 0 >,O 0 aj.N.. Z c.0-0 L•N N'.r d p 0= . a)-c, LA.0 Y 11 N U 0_N LTC '�d L c O)C 0,C o r "-0- N N 0 N C 0 d C O O .N O-O L N N 1 i E L p - 0 0 -0 O 't 00.- ? 0' N O C n F 0 w L n N U L N~ 0 6 '- O U N c "'�'-- N p CD 0 u00 O)'> O O p_ N CO N -5000 a - c N � Q LT Y°•oc�,� ncE • a ~ X N co O L c 0-•C W 3 0 C y-o C cc C 0 0 0 N 0 a) 0 0 N N O)L._ N V W U LT 0 O N 5.> = N ca O _ C d U N 0"6.c� r. C N w C U C > O C C F- > N 0 N cNj -I N c0 'O'6 y 0- • O U ILL 0 N N 0 O Q W p 'O T N N LL o n 0 ,_o- as a "O c d c C O O N L c6 > N N C O- N d O •`C 0 X O - Cl) 0 0.c E p U E a =0 0_?? C c0 0 O Q•= L o a'Z. W 3 `;d, y'N6 U. C NIL- y` L E V m y O"a-CQ40CC o `0 o @E = 0 M°- Z ->.Cpc0 0 as 00C) 0 ENo:c7, Z U `0N ONooc c a> � ao m E E1O < mN aop z c o ,_ c_a 0 c-a C.�L d' O N 0 0 U7 > O p tl) t) Z 1 O O O c«y 7' 0 °YC O,C r. o@a�1- oma tYtL � ii � W vZLCU Cl) � yN > n Z m`) u) N � ,n � ocn0N U_ O N L ca-N O n n c,- LT 0 Z 0-g) c` �U o..- N 0. O E N o c U as-00.c 75 '. 0 E N V 0 N U N X 0'y O-O Z S-o N E Q X c0 N"O•O N O m en N 0 O Q 'C h'01 N V) O O N w p C c cn•-• 1 N O 0 C r V N C 3 c (n Fes. N L- a7 Q 0 U L a)- W L 3 L L 3 U.0 re al .c N X O N O L c!n c as ,,f. .; Z L 3 0` 3 N•� 0 U 0.1- co O N a 1- N N L E n s F-'O"O O L .. _C O-3 LTO ca F- N > 1 yNmN URI Etc amEL NEot � I c. ' cw'c' wacmL�22 M. 0o2Lc O 'o@o E3 c � ia dai > 0~ o "O"- Na a m : E ECE pTO N O p (nC OQO c6 „,T ' O Ncd c0 a` m. C O . . ,� (6 N „ , a C OS a � co4. N c U d m C m Eco c? 34 E0- m C of U a) E 7p ��@oE Ncmcj al nE �- 00 0 co 0 co N aE D p !/� N n )s, t----.m.E N N NN,� cm oo . N iii I o as oEmYdte � N � m cY c' Umm ` m °, oL comL : P� T e c) io o . - oyE CC aL 0 o a) amaUoo f a c .,,r0 N-o N a 0 (111) ? o a o c ° d ii ma o its o m T al �5n.E mN . L > m bm O 'co C at a) m a0'6Jm CON m L OLY✓q '.' O N ` 7 E Lm X•C aCdpNO m _ N 4 � o5m c 0. TUVocoy c ca � Y EL m I I a)o c ° 22 m m6O LL J U4 ) . -o U@ L O C EO Ts - 2Oa, O4Tlc m a ` T p r; d C E ) -a O y L O COco 2 C m U ppCOCc, O-_ O 2 a O a.L O C E p ,:o.,,... � m isa) U a d Om3 aE m N 9 O 5,C C) O v . y wm i N C J m m pUO:O L N 2 m Y N c6 a c Um a c c a U E c c o m mc a c o as c)t • z -C a) c criC Om h c m V al _ N CO m 7 - a CO E a) as a) a) Oc1- m Uta Li 13 O a N Cm m o C.c COI a ` o o E O O a U u) toL7N sNN a, ° U> ° oL P_� O m a m 0 O E d co m Lmia CO CO C�To 0 N•` . Lm 0,,s2p O a3m N U E N* O C ` mLm cC mx . in_ Y ha N c 0 mCN m m 0 a) '5 '0- . 0>.0rEmE ) 'n _ @m(�� >moo �' Oaa, y LUa0 N '6 x L o mm U p c. nC o -E c E� xai E c .E E axCO =as 'o c) c oaENw •� - "c” a mI NC_ m0CC 0B ' o ����n 0OUc— O cQ c m L . Nm,. L 80 T -c - CO E 7' Tm N co .- c � n 0 O VU 3 Cl) E a) NU npLpC O rU • a NC ' O7U m co p_. N Q) @ (6 L.a L Q m Lmo CU • Eaw m H E'ac 3_ 3CVE>m m c m aY m>m 2 0 .-`,173- tiooa m C • VLN °>0 O '"> j Oa . O)a N E L' 'N • c. a C n o NN I o' La m c omO m U N r 0 0 0E a Um ''n, E o a C U m am C, cp ` T� p - b ,. 1) O •6 m mC@mom !' - N Y aaZm0)"rd Uo .mL. a a) = a) 3a) a) CU y 2 n O 7 C ''_ a N O O m 6 m otoN _ m N .- p m CO Oh m N N ° UC O O O co L.E. • 'L L N2 C OsNUL L o vL GmOUm i9 4 ; 2._.., _, N m ` co-o I- a . c E o m I > Imm c a N m am am ; Ec m E o a c o aj ▪ cc ` ,_ as ` m NUW > Qcam g)o > , c,ec uom cmai m Le o my °SymL `� EEa Ta dE•eT°> = ENm0 CL ,_ , m�.� acc a on _ O U m O O N @ L @ a) E cazo • C y N▪ O m O, C co >L @.0 as N'` O o 0 O aUN C O U CO > ` pC E p m CO _• c6C cm ' mv>,i5 73 Y O E N N m m O O O V m N a a m O C, C OC'� j T 73 YC QmNl`• C C Cm C a O 7 p LGN > pm .. L( O at/laco V a N O CU • S SO CE> J m mtq m iOC n mm ONc50)-0 ILma;aNC f6C U0a 0) = pL iTi _ O O 00 amaNO • CwTOC▪ a a'C'c O, Y ~ - O L C m- tp ` G Y O > O• . pCQ1 Lm a . cE o_ — vm C-Qj6• n w _ a °.5 O V m m T aO C a E O d am8 co—2T C C `E O ) )) 0 w coy m cow C N am O ..- N L�d@ N C m a) N L wLN O O m a p N mmO,_ ypNOMONON mm • • c2 n aom m >`OOOQcmNd ` CNN m o to E 'Omod Om• ccaa. moE_ CWaJ N> o >" EC za,m_c Em2mc) oao = �• @m _ a _a)7 _ p3 N ,, UCmE o.i mN > a N �E c • loamm@ Cm c0U � C OD Lm a 47 a m. y ` L @ O m `y'> CI3n U co cn� N-m <-,naia)am vUEa)W'w " C u .E 'N .. . 6-.L f"O aUo m.c33 CL �Ln - ,,T; Cc ma.O U m �._ co O O V C CON Cm Y m a co D COL Ld U C O m a 8 a LO alL rCO Imm E 100 5 c N . ,•,5,"8 nco,ao cE oE mm@ uy. 0 c ° m pwoco n• Ea ma mSO .- a Cnc�. mn� o N C n ,. J c cc o c � `aa?La�o �. mI u 2,0 o z ° EoX 1 Q NYNtT � C O d y a m � Q� mmm `— mLc am- rn0 U C O O m Ym 3 oO No to oaEmci) aCa "� N Nc`pmn N m'-O � °) Um. v U 'Yacm m . iLd Ua da � mom co -C COmm 'OY N QUL � N mE > V a ammm � a)CO Waoam s . cp ~ m � L0 Iy � L• c1LLI m.uC >' m� F Om3 r � ZcaLL , a 9y t mNc Ec_O _tYi Nc I acUooG"O�Nmci I • . 0n. yo � oo I ` pn ma A8 mcgm— ya ZlL 9 m M'47Na ` EoNm oEa C) m NU o � 'm OALUa c•p U O.a � U a .- m'a" yNN > • y J aU a' a C E C O O p mC '5.13> O 7 u)a -c m C E co m m ,. O m a L0 •s r d •a O �f d a , QNm. C O O C oC •co a n3E.o� y) a mN 0- a) mcm OdNp . Od 10.2 0I cor N m d L cis-c tmmy >, C a Oa 'comwLao�cdwo�a mU> NSmic @E _ @mm > oE u D ju.cmY �=t a. in. _ mm15 amC z @ 9- o a o a) U p T NOn aa . p OF a 0 m N t m.-. m 0 w cmc -• t I- ) C m N C � NO-tii L U iIti' }OoU• ~ m ac �'ORNcm V O •.a L - ` LC ~ .0.- C-C Om0• NO c m m° >,O C O m Ea'y 1H11 Uo . ,.:__R•c c) E cc oE --g 2o. aco 1 0 YL @ OOn_ m 10- ' a. m 0. — E i a a, m E m Nm • cEmCO. LNa .. cca- U. f- Ca J I- .>.'-a . c d• ^7 m d Sc.Lm..-pm ..r^N E m m•a cam .r^td O N m 7 C a I a) .`- a)-o a) N N rnrnrn Q'a L0•a'a ZN E O N Q)L a) C O w C O C C C,C N •S N O C p N N 3 L D d a)t 7 16 'a _ > Li_ CV y f0•a 111111 @ < C (9 O C J co D E m z N a1 d 0-o"`a O O 0 N d•-•O `- d O N c6• u) O N •C X U•- ❑ IMI a= w m mD > N o E Y.c `-° Eon c a°: w�a`7Y _o m -oo o mtO U T y L C6 X U N d "6 cL U O • 3 o E- 7 a s E r'k N Q CO O d C N C C._' 0 a) y L t1On`• w C C a N °. U t6 CO mL = 0-a0 E�YT) o a) I- ui r v7o° E °c E UQ -to 711 a" 2-00 = c m O .o co -0_c X47 a 0 v y c to R ��Dat; 7 I- E N m a �' �Y o y m C c n@ ° N m�ui p m ■■9 u., Q @ 3 C o 0,N C m N _!L`• p O L•7a a)(n ({1 m J. n i C-co C ` X 0 ` N •a 0 a) E a) A � 2Lu -5Na aaj'uNOO O16: NF-a a N `oF8 � o � o > 0)ao � s ''' a Q n 0 Cn c 10 C0 Jo C c -U= -0 m u1 O O 0 ur Ca •C N U 0 C 7 • N a °� o c oma m a) 5 - rn� n c c na c m d H$ N ° N 0 U c a V >'�.E N o v J NCL o '° o S rna y o c Ea a) v_r� a) c 1 1.N - ° L- m ° U N .) ),.) p C y C N C d CO �l U:� 0 U U N O)0) d c E cn N mNo�T m n°c' �� o o E o °C v cO y o of d7� ° C c OI t ,co W --o_' p 02 O C 7 V)•a 7 2 Cn O co L y6 w co U N >a C E•O u)p w. E'- c n L 3 U CO c N 0 R CO L N U 0 m 7 N N 2 o •p C% V y-O 0'a 'rr$ o- ❑ _ O v) C O' N C6 f0 O ` y n F N O E 0-o n a1 V_ C N °❑ O 0 N D `° °) N C N 0- O V d O ca cu fO tO N O-M.n> T .h 5 Q C N ' 'O N C n f6-5_ C)c.0.N 7 �' O O EU_ N " N ay.•C C = a) a)I- U U C O �.`.y: D @ (7 D c C V) N O N U E U •6.N.•.L..' .a1 N 7 C_ .0 >.c a) O' a C Z N 7 0 N (n p,X 2,._.... 5 E. y. O. 0) •C 0 p 0 O Q C E o `� § 0 0 0 - G C O cc)ra Fs (� .7., c 0 ' al N u) O.c a) p U U C0 CO U 0 0 n 4.41 a) C a Cl ,, O, O O n n O ° c y_�... °• V 7 N, d Q7 U LL 0 0 ` O N N O t0 u! C°7 0 z"' .. U c0 2e- - - J N C U Co D co1--' g:,„-F,C C co.0. N O 0 O E O O O U U ° 2 U Q CO O in O x Il a) O N Z' d N Y a) N CO @ a)E d O SQ) � 3 -T,'E" ❑ C21 ocma) D � DUa > CO C 8.2E2 -o U- 0a) o� w -Ocg0yN0 V C J D.O]O > E -' C m E U C a) y 0-o d N O 0 G 0.0 O O ' c j.En W cn C E. m - N X D 3 O D Y O X a) •- E O 7 N d L D y 0 C0 0 l tO C a) a) O N • Np `o - N E C Co000 2 to coa) n O 11Du) C U. I- w `pn.E d So (n�«w� '0a) 0 m E0 N = ONUN OC 0 oN `) D L>(.5 LY0) y U C >.C c ao) CO aco O L L 0)� -OE+ C O3 ° E >>>0 u 7V L tOaN 0 p cw ��` c C a) UyE C i o U) i° C OL nN y N a--O N C 7 m a) 0 _C a 2 2 no o � EE �nc LaSn ); ° EuiyUEEoEE Q-6 E 6) a � c_ O I O> I r=2• = 'a-p a) • N 00Qy 6C O o U aC 0U 77)O y � .0 `_ rn CT I- V CC) Y C S0) I- Cn•> L'' a.) n oncV) N0 a7 N 7 � - 0- T • 0 ayC )aE Eo ° a a • L CO U �w • O L E Co = 2 2,1 O Co U uO-� >'U O LO_c..., OU 07 wCO d- D `aQLaN d Na)n • C_ WC7m e _ ' mE E� E«. °j cr == y as o o h N' a D N u) O QC a) N 0.u0 L L N0pO" Y O OaaOUN 7 >, >, cz 'n nN- N E E O yw0 ° oy >,U0)�c•° U =asYrnt0 N rn myv �mE �m � 112 m � RoE�= cLa o ° CO m jfO L C 6 ECmC n 7 ) c y ` C d o E CO m o O as p c0 > cCa1 U _ 00La) c asCOUth C p (n•••-• ca COU CO r) N O-, N y-','-3 -2•c 0 . f7 O ° gE L > o � o1'aDoloL T mo 1-_, ` C 0EamC ° Y▪ OnL0y0 cum Lu) w213 :,^ O Q = C N NNw CUo N 0 d01 OO dy +0G) n 0 w TinO >• C33 ,CLO o-0 Co C coEdC o a�) m�w`o0m6p °42 y..8 av1 nQE a D C ON . uO a).5- oL 0 °-a-0 0 ° > o m Cl) 0L m ccrnE y • 0a e > a) mac 0 ° rnm .c -a n0 C j ap yN rn° i, D CO O _ C 0y mL y U7EaE 0 i' CD vU O O) u) O = UN a) L al a6 ro 16C cis pN C C C Olch. OU E E aOO • 0 • d0 O•O 0'"' N 0 - O O E Co D ` TY O N C0 y CO) C N C 41 NO 0N0 d C:a " SLv L o C OO C flED EaLNNVQ 0 . c N C ° Co a)..- U Ea) O ) O0LYoO ° O a)0) EOU O Ti) O OE 0'fffi1 D Do JEQcoLfl3 (ncoUG7 � x3cd -00-0 = 3CN a) nN-N2.3 aN Fn`L J EQQ7 Co Ny'v QycUO0)aUm oNoNo .° 62 @ v 0" O .0 0 0- O pU CCO 0 ava"- 2c 0) 27 .= aa) .x00c2:1 '-'-'.- 1 'O"O c O@ O U O 7an O m 0)c dL dL .N 0 CO n 7 d N .°L d co a) f ?; S aT) O 3 a L_ CB Q) C a CO U)O C N u) ° 0 U C L 0)L O C.S C m 1 °O CD U N x O m a N Q)y y'O (U = p Co u) >O 1- 0 O 0• us '' ` U ca N CO I- T C C °)N O O U l0 0 N ° °'a c a) .it-,,,4;° N O @- CO U E N L0_.�'C 2 a ' •R u1 0•O as �0•, ' COL u) p a) CO C 0 00 D)0 c d CO N G (0 s Ana off ° E � E o.o�� m � coLom aNmo� >� m ,nn U.2 .ayo 2 (0.1m y NCL C O.X .,'0 0.S cco � U O (I' O U C 0.a) C 7 n> p E O D U a) O V_O o C > O ° 0 co E E• as O N_6 a) > a) J > N 7 >- O.L.. R O O"° O 0•a 0 a: 7 O I n m.L.. � a���ow - E y E mco 0 � cOi ` o -o U oa EY-- C a) «ya. c .- c.n y alc c N O a.�d ¢s u)L Y 3 c�" y N y E 0)O N L C O Q E E� V) 0 C y ` C nY w U a N O R o - u; ° o< -a3~ ca)cana C0CYC EE -a ° =U-I00(5 UnoauE0 .2 -0 `,,4 Cn 0 0 0,>m 0 C O"zi ° U'6 R °DI 0 n L N ° CO n'a) a) CO y g U 0 •° y L S E U > as us 0 U Z ° °N -N'..' ° C6 0)L y C ca S CO B Y CD 0 d a'an C °— (/�'� U (n 0 g1 S�O •O YO._.E. co Q a E a~c U m a o~v o N o p= o o)axi m tT c m J.- 3 W C Y N= JO U @ mom c E . C.0 0j7- t6 o Ern ) C 0 ° aa))..- c f° m y a�a2'05 15 0) 3 ° E. Cn n. .2-.2) . U m E E N'� O`C �? d° a) I.L.' U= el oN c-(/) o d U U -1 Ep22 c ° TnsTaNiQ7C@o > n0.- E �) a`) o _ >.° Illd rnt-°•° H1Dd ,° jC d«: rna) a) ° aC > DCO UiCX i`d11 C -ON O Q7CC 10Co 0 0 a 0 o � umF--� dp °COp7m om13o y Nc30 L c a) o r E yoE Q 9 V 0 gi m 0@ N d U N > N'CO al C 7 0 ma) 0 a .° U o (0 Ce w c c 0 a) 0 L«. �ae0a 76 cu o an o 0.otxcrc ao,cu rt `-` ,,, 1_ E D 2 Q) O Cll Ud CI 0.1C 0 - _ y 0 U C1 fO E os.c N y y-O 0 co L-. > m• a C y N y U U Ala �N�� a p Q 030)c-0mo �o0 0E . 9, 8 010cnn""•.07N5La c003 0= V"`' E 'I ,„(f) 0Yo� o)=Y ~ rncEa)cnan uWf6o ` Q.8y�cv0, 0v ,n QLI � smo u8Ea U 0_0 ,0- U C U 0 Q.0 n c c Y E 7 E o Q CO 7 0 > 7 y „•-•�°y C 0 U-0 o Y Q `.. d U a 0LO O0 ) _ m0)oa)°3)_ > ad.2. a) ° mmo3OEc > mm L Ca) c) Caa) E ,x Q > `m0.CDas0 _.-aCl)a) Em'omma ..U) E3 .ECn `0)`0) )ccha1Cl) `0) � a)wwo �.Uda) I I a)'O v'a a)t N L 0 .N O= T N mN m . C C EO � j nE L C Q 7 0 m N ca. m a= N rntaU _'..-OoC.c CU CO C 2 N a EL)N22 Z 4aNti p U@ N m A aU ` 2 7 C Y N oyNom C cnaiC •�_ '_ O.CO� O mm ° m LC>0 C m p a 22v> 2 Nw r U O0.CC - 1141 X C raOU O In CU C > y N. D) N WX OV U� m > OF O .mO v -o N CO UUNm >T>,O N r a) EC Oa) CQ C La) C m O2 Um > ` CO O cn N Q - N ° — a« U U O L U O V NO.LI of . 0.).D. m p 0000 aSap°raL m . - Nm U rn E -8.c o o p .N7L.0m 4 '65 — ° 0 n m ro L p 75. ••-, CLU O co m > m 2 2c0 >Nyc n� U• 3> NVUoo N X a2a 0° - Lam a °7m co o2 Ca CI) �-_ L 2w� `m c UmN a) co oCC � so- a a nN6amC a) a C �L oC y2 rn> O 21 2 cTNa.c a NZ _cm-p o CCQ ao Z' o ° nC al N ▪ .0= _ co 2 aF,.--_,.- O a) -o— c020 m•o a a O- U m N Q 2 0 wU UrI m mL L ` OE.E c >,•;.-_EV1H 13 73 N a)2. 0E- - p'OE.., m O w_ an ° OOU7 OYN ` dd N U— N CD w,Lm ° •w UU 2mUU U O aC7U 2 O a aCrN aa � vwaF0N L ) Ntem � 8 .0 >,°= rn ca Z. 25« t m O m N O " >I . 50 c, . a9 = ciC'm� ' „i ,aU a LCUU c U2 c O m — U_. amo �2aa� � YoEE � ai � oa Oj --CI am ai� .0p w N y QrnNo m� > @t2a�� ` � o .= a) NE0LwP cLc° om `-8c°° � o 325114^ 3) a2Nm .02 0c-ct L5co L '� n m m a 2yyV � M. y Q C�TC� � > c ...I ca v a E C° 7 ` � n ) = ,- ,c„_ U� ' aN --O UL 04m m 5' c a)O C� >p ' N F- E UN OC N50 d a • m� U XyO U a C C - -C' 2 U C m ` 2 ° C � a `F7 yCaU OL C O0tn mt°L CHm. 0QO = O U a)L p o5 ,,-N ,i, �Caa) Lr 1-3) m a L �U L= UZao m Q No tn C 14 f, °- > (3'2 or T3 -c m '.8aC L °) @m2,, L L TN NN- 2aa O0)-c 2 N m OCSy y m 5) U X m N:�N_ U C EQ a ) n2a < N‘.6-8 L-o c Eo > §r0 x mU 02 m 1-> 2wEma > c 92<CmE) a) .. � °'c ° o 6.u) n' a � - Eca a)= �0o °) L m� N O) ` YC OY_aa 3a,rim• 6 d N- a o - O _ C 7 8,C O 2— N 6m � c 0 o NQ 6).2 L .oXc�• 2v QaE c @� a'ow � Q 3 2 o) co C oca o 2a = o - L _c .0 Z YL �cC E�0E ° o ° 2 0 2Lo2 a cm a - c o wo .0oo23 .OA« . 0 5.a0 .§• Ea ° U p -O.Nm ` TL U 7 U O co VEN 2 > � a)L3mom "5-C 3 Uo) H - a E ma E 2 L �0_oZ ao p 2 otea -a U ` _u) -0,N a) NOE a) CE0 Ya) OC? O m 4 ° O= ` N OO co Q``° at a saO7_ O O 2 N7 . Oa. �AdN O U Nal a) . N O QC 2 co U >.N 2 W GS «.) . Ea,W "� U a a) m O CLO E c T= E 2c aC N 2 > mO ` O) -5 1.,-..- L pEj j00m v N0 U 3 U U N Q _ Ci,m.0 O ) U L ym a a 2L 0Oa � 0 2 C a) m N ° ) cf6co2 ) D,E 6 OaN Cp Cr)-a L o U m iO U Cr;a) LC' OI m.,,, m ° E U.2 , U ° Cm im.NO :O N ` CLC °L °Ca > EE▪ 2 E U ° E O U L 7 N N °am ” C ▪ a+ U O mn�N _a cm23 NC °`LL o_2 �4323a12 0,cn =� c � 8 coo 2 N — d �� v � _ bin +° 2aCcC_ m °e �oN@n� aL.m� ° ° o oovcccoa ° 2� c cmC o2Q mm 2 c aow CCS mN2aco � 'n o c o 3 ar` = mu p = 0UN Eem a) N amaiLc°a > U o v O@Ly o Ln CU LO) 2 O) O 2 L �EpwE ` u � ? ma)0 0 2 a N O N U 0. % Tu 70 70 � 0C°-U3c - ) No� �= � ° ° a ca , mooaNmto ' nWc� a) Lymo Uo -c' c" E c 2 maE Y0)L a m 2 2 N NN• LCUmLC 2cO_ aO aV2O OOOvi am_ 7 co', nLU U N c° L - Ep co) O m• 3U # aN NN - O N L ci) CO OON10 0 =aC= oUc° a)Ln Ga.a co tz La) C o2 CN C E.NwC � c =1 O a m �. N mN_Q a'O o7 NOo) O ` _ a) 1O) C �' ycU 2 o Nc a b a)Qoccas mrnp � � ~ Za! n E �0 = mc m_o ma C m °�8jma° (2)-7) � o ° Qm a2� a'oaiy0)0)-0 c0 �h aL cu C L L ai O)�( QIEco C C-o . V)7 ,tEU N o • ato.c • O U 0 E. cL) O C __ O O us N c N. p 7 m p a) a a o m 2O O p•'C 7 0 L L OC o_a U , U ca 2 n m L co 1- °u_ o N C D 2 a)at m 2f)L 2 0 0 o N a= o Q.ca N N ha m=ISN c o r m m ami a)Cr- c oa o) • as.c a m1:3ai 2 Na 2 CO I m Eo, E1- 'c2c 0)• EC C2 cn a% co 02 > co -'o E 4.z w L y N C 'V,t a n o 7 U O a N 0 C r O �m N a`) m a t mcn N U U_mt a)C' U G .,, — =o > C o.-o m E c'.c aa)i Ca w m� n -a a,C 00oHa L ca ° @ ti a'ca x o� _ >,,,_o = 2211 " 2 m m T.3 o) s =ma) 02 ° E2 co mo)a c -`a ° > UOA NCn z M N oa ~ ENU 7,�� 1•- co a w ° 0.5) Am La -CL o • C7 _ CO 2 a). N c w a)v •� p N 4. 0)._U A a) v) a)2 in o o t a) m 3 > 27 0 U O C c/) m N 0 A N O. 3 'S U m=N +i J 0 0 T a) 0 m Oa — co c N c 0) y O t6 L U'O. U U 3 > co U 2 2 o C QU. 2` vo m m CL) .� a)2 u) o E 2�� E Ca cc°c 2L rn, a`> [lid '. O c a) o a 2 5Q ,,) N2a� a) > N m m � ° �� •C2 � = min- U C7 oUa) @ " tea 2U c.) a.) • � E x2211 N2� nCo Em)e= U > 2 Q L ayc On z0 a)m c o E `Q o ~ n> >€ =,.. U 0[n e 2 n<° a c°a_ U i° c L m- N 2 _ m N urn N � C fEO c cOJQ t Cci a) ��c Y m a) y in AA w ,° ,°in a oa m c c -0 a) mcn ° .- n f/� co �r_CV S m y`n c a) m o 2 LL A2L m m 44 ? .c O U.c U U O N C c U O C Q.O A S N O E d L N m.0 L a w rnL L s 0 3 F L=° C m c°• .U-. C c ,�-m f6 U , C O c° m 30 m. U. w 2' ot 2 0._. Q 47 N p -a.= N U O — c _ 3 C k O O �'O O O +° U °i° 3 O) U cco O O O 0 0 a m A C p) m. L Q $' r.fLLO N L C Nn.c E E C c m O O"'� cp N C C E • N 0 2 07 Nea 6 inLN¢ 2 C > ` ppE�� C U 4./.) p I- E E Ya`)_ UE °Co�i° aO U2 > °m 2210 o Ca•' Ayo .. 3ma) Nc E m0 0- a m rn O o� 0C c) 2 . Ca`) ° E0M Cr. nmz U2 m ° a)0o'ac y c > ca= ~ 2cu 2ao t m Ca)5momU) A Lm �° o.6- 2 m.6ca)..;:. 22110 fm mea` °-- , w 0a 2 s c L ° 2 a 2 o-'t< U o_c E T. y 07 C L F E c_ ° = a):4 m 15 t .� H m N u) U.��m m y o c co rn9C aa)v Q aFQu)�c°aa N min c°o.0 cm) I _._...... N O)a) CO C N N C CO I11111 C C N a)' O N O C1M C'O C 3 o O O C N 0.- 1 -C 0 0.0—LO o. a Na o S -1°; m�� o 0 o EZ,a) or oa a w a=' a 1 a) C O U a7 >`0 U O`•h N.O.0 n. a) N 1lll cn N o. E _ U Z a a, 3 c N c o.c � t „,,,,. , } c,„„. o O C N O o a) y O <C c a� m' m: E = a',4-c C or C 0 u1Oi o- aa))aQ nom m E aai =_ Uo > , > >.� > co�. �_ n n o N Ea m > I _ .. Z.0` 0 1..N. w `�L N L z -__._.._ _........_... ...... ..__ -........ to N cocu f6 Q' N p N y o N L -c- 0 a all cn O U m r a)p �-• C C 12-E 0 N C N C 0 N y C F C O: O C > a) N o a) N L- N E L N a) J m C a N V CO. �' M t0. O:CL O p"C C C j a > N .- '--1:' UE 2 E c m L (10 I n it.0 a I. n mw a) c.o m NZ ani 03000-6--,� U = 0"-'''') C U O N V m u7? O: > to N y E 7 C C C .N a) co N O L > > o N O U @ n .d Ll' O)a aciZ mma N.'.' -•- LL C)a d � a- 0T) $ N L. EEo - cNF- Q.°�-�_ e C ti 0 0) 03 0 0 a) N O C y c 0 tea RS y o o �a`a'i o m a`� n�v vi CU co I a� > E a) C:• o � '_ -0 0 0 p N L,E O O N O N O >`ci O N 6 N <3 7 cOn u0i _C v� cn _O C C o 07 U i O tL•, C L-.L.. U @ y 0 0 O Q) a) a) N :h fi O N N O O U O 'C 3 a) a y O O a) a)C N-0>1 �p >Ji J 2O O 7O io a 000�m mya- 01 o.- cCmcom o0a>)ax d m N o O _ coL_„ r �' v Qa v=L o C= _ csi -ao 70 ZQ c o o coi Q�_ pc c nac @- a N U O' o a)a C a7 C cn O C CO O' ,aa7 O C a) p C C coCf6 N `` E U N a C •U O N m C ES N n 7 O N �' c, i y .j o O L 0 y fn U f-0 O C .O„y C a > CO O a).N a I O l() O O A 12 N a) COui 15 N C j• .N N w CI .a7 a y-cs co m U N C E`� a) a C1 tl' CO; al al O o ,, - O.0.'- a) a)NS C >. L w O L 0.� co c7 O O 7 0 0.0 w o o c:) E n V) m L1 I- = U.c I-C a.c n co) o ' T m 7, a) O)L a)y) Co 0 .>°_' JwaOp 3ci .... 3 ... ..-• .. _ o N�- X Q .A'S ,a—�. L O a a) ) U'O W_ tl) co En N �A2a. h` �oN noEC0 a7CL) ,. ? C R cEar W Da - CU e2 al 45 za •O uN n a)a nO'Noto Na.c C•M CNcr 3 Z aL "O oa._ — ) E.0 • f4N .0 o 0L V=.Y.,-.•-• qq N yj• N y C U a U2 O m" 8 0 a 0 n a) y L)NNC N nfy ; NN L " c N N O p @ p O_ 0 O) E"g C nc-O LQn E ) amCC C p 3 N OU C"0O.50F- N. C' a) coC o• a d' ' ' N al U = TN O Co > u) n E Lp a)— a)� U-00 ol >d • 0 ` ) n Lo� =▪L Ety, p � ta o t o o 2 �n E o�0 c rno NEa o_,,L) • CO >,E N (O a)^ 'Cs I- L O)C CL..0 NaLN m > a ) N~E O C E Y 3 a aC L N C L O n CUN n O CO U-C Q) NNa M C N 0 N N ' F n 0.00 X a) a E a • Oo O a) C UO 6 CLJ oO E to- .52 Tw'EO O Q.2 O -p L dt aa C N Lo o yN-L a 'C O L 4? NO O _ _c.c U 8a) 0 OoNNY >so) U 0a ,- pC• NN7CC .Oa) N E o d2 y Lp XU n N 0. aL _ 0C, nO) E CQp 0= c U aN... E p_ c c co p C 0 a) m o CO o -0 O U ` to LUO O2y co o >, c C E y 0 , a.O N a O N ?a c C L. .2 C N •> U C• C a ) U ). as ..- -0 -0 LaONi aoaa .. � aCO °-c • a Ep E.-. o N as 0 OL ? I ▪ C e OCC ET CD a) N OLL L.0I m C a m U Q) O a)a LL "L CU -C3 ap QG a) a)2.N a s Y C N OasN c0P..- 1° C .OC . U ca) a) y aO1 ' YYao o � 7 O„„ a, C .- TL E o a a) n y UC 7 C N O Dco 11111 _ _a0� - oc' > � �2"--'0 o ?� Y y o Or c o 0 � a ,momN UoN'8 a t0 J ._ ,... _. ..._ Lf0 y> m CO CD CNU T @ y a c0• wr y 73 2 I N m L U d D ` "GL c„, . , , .... U ,_ m .O U 77 S 3p O >N a) O nN”-ma coO n p CO _ y m J a L as Q G N � nCo V o 7 14U n"O o a 0 � c .0 o • � • n co S N C O U N >,0 all E O ' a ... w> -7 y y... OmO ID O0o QcOo � o)QLy wy y a m N a U 0_C 0' O .§ C g-"ca y a O E Cil) OC l yas y a),Z.NI m .0 > E N a, L >Q u7 '� o N .L 5L pLr ` aNam ay O aEy 7mNy CO6 a O y y > y N O •QGn a L3 �c � � m 0 W VI 42.G c0 t0 aL w a) E LL « ENN 0 C N�' 0 .0L N 1iwm . cn c� L "Q -- E ‘,w � cy oLE� of 3ncm a ' y E 7 aCO0 O Q c 0 C. 0 c CO N y ns y a co w - . co - 0F_ yN > o > : UT C U U 0 C Um N NC- N >'N 2 QUyO 6 C0• - O > nO Qy • O UO ' s'O:v ▪ CD _ a0 LJ7' HNa7.N O E n.V1d > nm aca a c0 > cGs °Ea O t ) • U O E' c c .m ) a v >• aap .t c ma) m aa ' U m n o1- _ y7a a `� Ea.z a) N. UN y U m a a 7'a O -O"6 N U N y ca" U maNy� • ._C co -O 0 C N..,,. i' Cc00_> LCj y U0 L cca CoC 7s . i o U Lpa) cc) aOm wU a) Cr 00.c -° V .EC=CCyO a C a '- 4,„.,',..4 o W m .0 n j—L C - O-U a-N L O 2 E E,w 7 0 w y a Cf yO O..• O O L- O0C gm y L0d L >" Y ct-oms cF _ -0•- a mE O a) O y a 3 U n' U F- CE aC cNoOcooO 7 , O y0 4-1 N d COy- C E 0 c na �"O co aCO_ EC` Z a £.o . nc y r m m " U m V) - o o s E. N�0 to 0 0 a) � 0 ='; N CZy• pTndN U ij14o .LmUGn w a c 7 Q L co >a – a - ns E-o f?QU o• E . E U vE v E cpL– oao a -OOO V ' Q 'O O `UyLomo2oT L N to ) as U c O 0 32)'Ts aEQ– oTW =LU-0 y Cwf ,` mO -0 ma. a H E y.n ..1:)-o F- > co.`r /)a o G Ain a) co rm...$aaa Q. 2.)03 as -O E @ C O a) L C a) uvi- L C ?) T C 7 ssa SSO )a-Q Cl)"•c-, O 7 T • % a EO Ea'-0--- .2 ca) L 3 • E �� Cl.) �ac CU .0 c .0.0 noYc Ow E• mZ o m _ y 7� ' ao L nco eo 4.) 1- E c E m N'3 c - ai `cb c o ;� q EE 2 H o y C L o).« .Y `.L *5 y Ocp Y O y p ca U m 6O c co N ' 0 y UNoo a) y . n _ CPr(n aQ 0aNyT C CO 4 O o h o p aap mN c•U >,7C o y Y O N�at0 y o� O 0 0. Ua a) IS M - O yQ CC 7 U f�(/) yy -c y u .0'Ua 'DVNo(FJ xs LU 1o OUVp) Ucu U_a ' `acoN N"CC U• 40 N U U c >., C. Y 0_0 • -L > a)Oa U U'o Qo U U m LNU' L L U7 0Cl)co a) O. 0 0!" TN4- U7, m Emsd m U a . C CU ` _ > < Lw "26 ¢ ON n QE UQcE.0 ' CC 0- a 7 L 0 = Uy a) U0 n�g m�� = yc d vm aU i c0 C'7 > $F�o6 a) org o• o2, o0 -0 CD • = n o mI-412 c y yyy� ca>v mo-a) mt o o a c moN E w gam 0oa)U ,Oct cD ` yQ aio LaLN y N co �c7 iO 'a•N a.,I___ c Y CO Oco a f0 C 0 yO )> jNC . o. a 0.U G (p , E O C- > DU O a) on anxL 0 U y E O J y a) a U U y CO ` d [` ! O m X ca o0O N:( m QN, U U° E ° ma)C y-0 g wy E 7 m (0 .-°-i...9 a_� o N Y U a)C O �' c a >axm mc ° o o ooyrnrnc a, y W ��o � � � cmc � `• oa-y� a) c7 `am-c 2-420022 rycu yo� Qo o0- NyuaUNC00O Ux -7 ° NU N O 0 313NEN - ..` O - 7OQ ) 0 co h :a' O y U aCx.0N0 O uQ y ay C E a) O. yO c0n ,.- co, OnZ G m >,o y ynNa co `m c0 m 2-2S.-5, m E_aa5 UaE >' E _ t NN 2 ya> NNp]�CE 21 QO UTaN) N Q•C-.`=.4N UyV ` a Ny N I— QGa)'? O a p 7 7 y LCn 'Fri-° cm aainOo c aaa75 �� mDm4m yoo� m .LWc o m m E y _ ao Ljai15 aa te-co jg CN. m a'X 0'1'Al. m n N T c oNaU 7 C-eya c-c 7, r a)- y 7 'C t2• C.) LOY2oENNL - yUp UN y' m U: 0 cf) . 'D yo)O Np C0 N y E y = °•2 C n a L 0 0 a• U_ CUAO7U `, a •0 C U N a) o A E . mQ� Do D 8 i � ry m 2.1 2 Q mav 2I) mw aa' a o-o a mCE � Q L-0 c N CN • d- s Oo a cI- C aL N N O7S C OC C 'C N H' m � .. y o�N c Oy- U 7 O.Y 0 C'�I- -15.55o3 ai E mOnma 7m na E E.4. m1— t @ ca a 0 � _ ti m � • yE� a• CD 0U o �EaQyo f aid d o Np C L .3 cu nx c0 Y y U nY ' � N7 L - 7 'U cc0yn� j 0 QcoaaOSa) m ) E c� N >,Q o E ),N ai m > do Ua cnE c m >'-> >a)ta'oay a ca yCU �a�OS jrey pO o "r1y ... Y C E i >^n'O C E • 7._ l0%, W O m 0 � m aco CU aH ca U a):- a . p C m T y 7 -E a) E n_ cNy0 a) E o– C Ice O' am O N"O O'O 5 Nw '0 - o0 ya y >, Ey = Co y `C yo aOea h- m dm y'N L `•F) n N 7_• y ,...o-wp U m co C ayV yt oc u) 7 c r a . Q. yo yaN neao ow�b O a'2 a U > ONo) •- C 2an E2 --9- • U 0• N-8..2 y y 2 Q... O o. U m O Ea y VOO o � h U 0 U U ca.` U C c0 O_ �, a • E-O y 7 = a)r ` O E ) N c:_ 7 `y E c a` t C c0 oc0 cEaa2z-0> o E a, L py n1O ya mwyy ` nLa).c.c aQN OE 76 7-a_o L Q .o, co�) O co co co O- aE 7 r, Q °' 0 0 O t Oc y U CaU O 0 a) 0OoCa C oy ,- Cr C 7 N D ca y a,G .'X CO o mco.O la w N Qym C a ` >fcom u) . 3 Q UJQ) p a! 0 N-6D 6o•C N C y � m a) -O O y c•C o c > - E O y 0) „.0 Ucy. - c c0•O n6 a UC Gf-.0 a)0 0 n ym O> m Ta ti_E Uvm p V ma�O 0 a Q n a 47, a) c0 U • O 0 •c;L- Q a8 LL 7U co m m LO' C -0 0 U) VE y co,, w@ OQ 1f0 E a -O @r cU:?YrO vQ>28 ` )oNn O a)m mm ym o `° o y” n E co, E°o_ E c•� Caao o o—s E TyE Wa a a ° E `, yo m o v 0. C1 jNycut,' oyu, 0>, a 0) y O N O j000Q7Cy m L 7 a).Or) a 2 O ®B. Q D OON YEy � D > su) N ) NC > 00nYa) 2UNUx C a O U U o o t. Oa_13 CC. Y cow-2...., C •E EQOUOn E col) U c y ayL lrice co N N co 2 y 0 c co m U yy m Q Ow-c l0 y0 N 2aO.C y(/ (n Q O t cyc 7 N C t 6-c 2 I �, a I r; C mui soacE ; mCs c. m_p m C a0a� mea � C 0 o C n COFi N C c m .E Lca CN >-C hrnc h -m a? rn a„ a >"'- � a a) CU CN'cx c O O'Q a) casCo� E a N m �• aOU OCC,NCO O)rn O C ri O U m'O• 0 23:66_c ym5J2 S c CC N p E m' m U d y C' a) cn •Ncyst 00a., c c . U a' O 7 U N 0 N C• a)O ( a . O O OCI) O L m. N N C-0 0 COa _ � `0 LONcI f4. CO 4,4 Na 3 y C (B N =� N� > >.‘ 0NNN mNy. a)a v � >�La` 0 � > mi � EoZmc - c 0 > a) cL `) o a) Nf .E a .E �a)' N0 � uCO a•- y0o mcc a) co 0,aUmC' 01 U yL 0 O]▪ as L � Nm N U N Of E Q (in � T� c o >Ow y CET + m ` . ' �m 70 ,12 mo aa) o O to y> �a m N'C � maam �Y ` mmn > � > o� �ano@maLao°I ,-6` o� o � o ) • Ccy O LCN E a) O ac't C oyo a)w-. -a O I FN OCyndm a O > O cp OO Ca) Ua) a7o ) ) NO ma � En.Ucn o nm � aaU Z L O 0.� :-. al LQ N-. a) a > m C= N im �NE2 Lv a ° a Ek .O C ` O ` 0 m a . E ` Nm O N y O N o j ° NECf30NaO Nm O iN vh a N N Cm •'2.O 4- O L aU a.0 m N y N CL) 2. ry ` y N N E. C La7ELU `'0•C m n a U r 0 a- ) O,, - aO . CL N d- m O - O N H O aw _ - caaa)LLO Lt O iON r,li a3N O 6 c) s,-oa; 0 C a 'O 0 6a )O L n t O 0 N" << N O_0 0'a O N > c LP- O a) 2 n O O U U 4d~tO Oa .- CO 0 U a 2 E OU m O ' O C c U aON UaaNU>. E nm Ocis OQ.'6, N CHNQNa N cl)-2 C N O 'D O EO'C _ y y >. T:=. c N jE aaU'00„ > NO a) m L. O a E O 0O 0' a -O O V N 2i:8 c Nym 0 . _U ` E 0 0 , 7 o c o c n2 a a-0a >...«.-C ° .. ac m • 0 0 L E moEcn o 1„ ccnwEam `o ° a • onaccoc ° s0cco � Tya0m .a) °' aia �.` aoooh � c -• 0 0 2 a Q..-0 .oC a 23 a)o a15 U d `m — .oa) co 3 a �.c ▪ Em - s- - m -YnT0N 0 acU 4., a, U C NL y 0 0O = NV7 my m ` >O OaL 2 m— C > C. O O pO• ) a? ONN 0 C.) Oca a m QC ` aN L.O O E-C LL I-N'O O a $Ya) I O La 0)3 d-a m O m O O m OC in COO OO E c co co w a.) Y-w LL'C O > o oo —• c._. Qf m SO N” U U O)m $ cI-- : CO N m g ca 000 o C 3 m Co )c y 0, Oa)aC o3 c .U -,...2a m cw " a o - =smm o c c 0)0 3 0E y >>rn_c> o)0 - O t O • mzN '6'O C LU yCO CN N m" C .0y2 0 N C.O coco = UYa C Oo.U a 0 y N a C m N O cY C. LC' .3- 3 � o z m ` y8NNU'5a a 2 . aUmco a)-.0 U) teLi > ti o.0 2 . 2 L 7..6.. Oa_ 0m 0 O. ON N m p NOa) C N C L_ O— )aC O yE 0NJ on O U £m .O O O a-, O E cyLa `:50t o o m a y L0 u N m m a Yo� tL.. m m � N O) N a •N ` mQ@ O NUO N00 N OyC U L O)OO N a = C 7 O y Eomo '' t m p N w - O L+-% Lp N co O p N o N L Y Ln V o 0 . a O>' L am aa-0Ocm vs m76. aoO cE 04 U>'n• a omcNttofcucai$-a2.c c Uam c o . a ac U j ) Ua) 0muNcUa)` o S ` o vay a a)a 2._ oC• a)o a) nrnv -• Oaaeca = fl, a ma al- Eo° = a) m o o `) ooii.0 O al) a, C N N C U 0 UU yaa —LU Nb C _ . 0am • O C j a O ` O.C � o � ca ° cw) m3c °r � 0 -a ` oac3 oE. aEo > co▪ SacmO° 5•= o� ma) a �o�.>.U3E3 °� moNC � o)� cc -§ m7COoHEcoaCLC) ` omoc m8a o ° Om3yrno 'C mL y •-.o70- a tn dQ 'Cn aL O U i0 is C j L C E U C m o0 f' afa!6 ay a OD N N N m ..• C'.-- oL O O j . aLO aO (1-2. 0O 0_ yLOCN m O'p p a) C Na) UU0 n0▪ aaa) C N a) O 0 • O OL 3 a)L O)0 C O ,---- 0 , .in. om U ao E O C O YOUL O C co y con # _ E iU aN•O Cm7)a (Gf N n 0 @ O �C O 6 QO ° • y a OCcQ y- . C° 00iOo •UNo � ` j _ca 3 m m c nEENn _ ° y �n� � tea) N ooa) -c 0 udcm cm �Y72:� . moon >; u)i > cmc g• on0NNoo 9 a)3ai -2 3v 0 Oa " nynE C7sEma7m. m U2o@ ao m a � '78 13- 3 m 3.E22 52 m e nm -8-c N! N C-=. E- 1-, ca)' Qm L3a 0 a)..,2m = L m o m m N CU_c m � aC C ' aLC O ` > ¢ C It > N y . Lr aO N C a) .— O mL of m 0 LO O aa a)-cc. mydU . a' N— 0 O U = OOmaCa; °) cam o a, U aa) a) 0 a p La 00 -o-8 LEm$y 'oG )NN —y Vcocxa)- �N� ' OC 2 NC-6 co 0 ` Cmm� � 3t � ym 0) C omm aaiaia ) N �E.0as�NEz ca C _CmNc .a2.;0OO N ` °Ca).0 -O c, a-2 00CV) :. 73°'a NTmmc0 t � mE ,., oc • � ` a `.oaaw ona0va)vai�cia a Em. a" a) c . _ ai y � o aE L .c-9- :,,,,:;'` 112 a) AO ,? > 0 a0 ,ca. • m0a) o0-808.ci3 �y � o c� J - `y y« nQO. OaUCyCNy `J Ca � >',, a O)•.. c � oEix c Nom._ mo N mEmc a)� 4) cm Cmooccan_m > > ° . c4maoaym na)2 ^ QHm.c--7.„ at q apWc a ao cum 0-8 o Nn a)c L ai � ma COC Cc Cis h La �a y0cdL0 §ansm.cm-c32 N =Va a) O c ra UEOCa<0Q �.oE '� aEayc � oaa) oa) yagaE oE c a � nc 0U yo 3am aE > ai f= mcm °' ca) cC' no ) sy o-y c3 amcaa _ t. m 0 CcEd F- cu -•ote -aEm ° C Ua a > m m vt o cN 0n 0 CA o a a) cm0-a 0) .E ail ma.c o 0 am� :=-0- -00 Lm -�`- yQ = cu > '• ) N « ' mC . •_ c aO CO y� O L.• F N N 0 .E CO N a) 2 O a) a) aE O m i 0 O)c c a) al L y W 2 N O o6N io0 m ac m a= o r) :6--,7) >,, cow c 04- ,-# mam E' O. E a > a.) m 0 � as m "- O aW O p L E O CO a'i: ? T aN m a CCO >+a F a C7 C C« aW aNmNON 00 5 0 O D `p0c. ° 0c0C a? U N m 2 E N a y a y nD0 LC CO( m.C> O_a) 2 a)a. aa OOy O ? a).0OC `7 m > O h, 7�'U o O vCaLrno.0 Uo = E m aonCa) mw �a(i) ' 0NC' m a •c I- EL .xE .nL O v ai aL 0a) ,Q E vi d U` 0 N N<C O) -2 .. m a L y 0 d C -@ N a FE 0 2 n >a,,,- s,...,-‹ LU Om Oa) aaC . amo V E aa m O. a a) t a)a) E? E m ao.9_ , g c oma2Zm 3> a8. N .at 13 aco&--oig m U Q m o 8 92 > i= .-E ii °asmL I O U N c9 0 0 '6 Eto0O0Ooo 3 NN O C O rn .E O da)a 01 JD L a N N N C 0 3 Qao oY >Yg5 O Sa)L . n 7 O E aL0) oa w>i) 33COOON 0C.)j U X N @ ILI LO NvU2 L0 -C 3 c U 3 n .G om ah a) c0 ca nN'' L o.cN.a)`@ --oU_0a� 'O a c o oc' a-8 •a (-) somN oa)C nLrof° QmEo @2UL OmOS on" noI ° U C m27 EorUQ aJ L 0 L p U NUm a) U O] C ) C v. C �N mm N a) �- N U U ac y O l0 n't c` d y 4UX Tv' aa N 2.-- O N �L CU.G= O O _ >-.41..) O El-) Cn as C L L N3aCD .y CO O hY-0 O T c. p -. O o. 51,,-c CD CO oa) 2.) Ca )t%n1 PQ7m .w _oli; a � O3N > YNoo)3cECm D7 L L' � 3 0 O Qa 7� 3L -1 w 6 Ua E w C = N da0 0 U 3 > 0 3 0LUL r a' @d y L V O 7w@ cE Oo 03 N 't ° N•5 N NU Cr ti)'S O C E - a)a C U 0-.: co N ca.C.S. 7To 0�'CS Si o ¢ 1._ Nac oaasc � 0E@m ,,N- -0_ @oaYc R @U o > ` 3 wa)rw_� o .ca UE a > - a om 'C U o. NOL a 02 • Fl: 3 w O)Co 7 ULo' U c m 8awm'C o `/j Un" ""nE _ NV-a •. vo U ,a U >. N L 3 N « N 'Xx 7N v) O .` N L N aL O)O 0) w3 t ONOrn OO.0 U N.0 nd' L 4 O o Y a COo U >,O_'J fl .OUL,y d pO � ~ C n t c j-= U O U .0N L c > e• _ m.> p _ O 3 Na Q a .aLwC �NOc "'.LmmNU _ Na C > aN aLC V 0aL3 @ m 6 !6c a N O L O w . O vv 3aLaOTLUNa`@ U L O 'co l a OU tO ap,f.C r U N�'ad Eo 0aEyOLOy aNOO3NOc O L L N a.0 UU aO `... COI N - = O] =U ya) O4 a oO Eo Cl ) EL Qlis C L a .0 L O U > cu 1?, O .ECl0NaNC y 8 CLO ` Q) CO 03 •3 C E 03 .On O.0 2_ 2 w 3 CO co.0 E�' 7 U Q Nn N L 'c 2 L d 3 0 a m.O c a r/O 2 m m.0 > a� dL 4.4 4. _ E u'i�i Ua'c-a33L >>Oo o U C),_Cl))N•Cl � Ola )L y A Ta"y g,--E, as_0 O) ) U a) C NO U N Nm _ OO N O ' Ol. Liii �.0 U ala V a V0 �6�'E't d N a7 t 7 7 u,a .J UNQ) C 0-= (“05 0.c.2 0 03 E . -_ o .o2 y oa E L ` O aI 'E� 3 o 3 N Na Eaa) tP. oQco F coN ' U " � YA3lc EN0Lamcam -8-E Nom � �ao @omo �£ aiomEcUU 0 �� EONco_ a > a)>, - @sNow y aU o�Qaiac7U3 z NO.- N U NcOaO ,. GEcEE�� O O C . nCd `03 ON- dNCU n as 0 . -6_ U 9 N cN U) «' C Y FUc-3 as C5 O m a 3OL o.0oo@aa 4›. N oC = EEOUs> _ U000cO cv 60L-C — Q U O `w L- c U N as Ce 7 �-L ° N U c L a F y ).y �m ;° Ca' d' •a.,. `m r.`-- sa @ U p L ° t H mOs.ec •" oaO CL3YOOO � w0cr C Oa .n V aL OONa) d @ OC C 0VN _ aO-0 NWoU N aN C3 007700 >4 OaL O U •> CO 0- N3 _ N O O 7 N`OC'NN `OO ZQ o a a 00 0) O= N y L a 2 > aO o y 2.N"O0C3 Co U" yL zo.,cENC la C O a)a s"' a: . U. C� - 3NsN cca o ° U N o my,a dE ama a N cam a 3 OLoO E U Y O C eRO v c ANCan)apY:6 O' R LN U NN N C aQX) p >D >^ O £ 3 aaoU m 3 wns idN @EOU O x 0 0 a) CNJ c N O y a Na _ a) > § X a 'O NN E U U � ELU N E -cc u) O aal0 N p p G h (6 L oUt a) 3 Q•,_ c6 co U Q U a .. `. a; C) a)D O O O O E R O Y 3 N N 15 Q « 3 a) 3 N aal c0 C NUK EC 0 CO 0. =a Ca ILI m 0 3 ►- O omcgqLa) EU oaoa3cE2Ltc >' c N' = UU-Cm yUUN CO a) CN. oa QOJOl pNOn76.> OE"' aL C P. O - O O d )1 2 o ' . aN)"EZmcca � a ofO2 acNU3 o on3 aw � o h � U c ; a , T N .CC on aO aN EN . 7 al U U NUa - 0- WO a) OE0 0 oOOC- pCN0 8 pg0 U>> Q a V'Ot- aU nOOnm Ovtn N Q m CO y 0 E c ami Ce 13- cu nm CO C.) ma v U . 2.1.-,._.>.•• aN. O L L 3y CO 1:1 O N C) ... aa) O) O 0 N N a) c0 a)0 aC = • ft,' iu 7 YC y caiC3 @Z' N a )..) O L C u mOCcuy 3N 0 aa ° O a) a) Q 18=Y.O co ULOO a)oa J 'd y 7Nc O C d U Lco N •� C.� N Ay w 0 V aO � U NN a OC lE a al N0,Da o a) oU - . U n" as.-.- CD U N c N N aC oN co G O COcN C O a r 3d N) cO m -Z U C a O D iO O C LLN3E -es.- @ a c 74NO'Q O U a) O@ O w N a OJ a7.] O n EC) N a a N 0 3 0aO O a) Ol ,N..O. CO U o _ ai°� CNL0 � �al � om2as cN ncmjoco . E8ah- a) LoCm` < E � TC .- `p =` U -c@aUto NO a 0..0- O O Co CD.° 3 TQ C N"O N C NY-O = > UOE a) E w am O o`'N _q' ` N U D E a O� a)y2 U a 0OOO 't O'U a CctnC - CC7E C3�O- ELma) U '- CN E C a)•@ ac �aQz c UNm aj( 0 0 >' E U 'o0) N CU a) �.n0a anofd oacs Q L. .aU1 UQOQ • N .0 o � Na22 . n co? @ C o>.E@? yOo >) 3 C 4ya 8 X • Al 0 • -0 o z y = p)NCd 6 a ad ECyLs cD oNa. a O Oa) ad.8L YaNN a 9. O UE 0 O -„ U 3n L N .---. -.2,,,e2 Yl y- ca C o a O'c NL 00 od,t J Ucm N U C U N O CN a c, O..j Y N•$ N O 0)N0 ad CI nL E 0)-cNCtJ a N la ` C U 1. LA 4444 c U -.C. 0, •Y u « C• u) '3 o m._ a) -v s NG « C . i O o)oaLwao CUN ` C3Lal n 3 N N ` U a „CO-` cn o= 0 U 4 •Cv N E_ *71 E . = rn..3oc a ` a) c -o m N , . m rnL�a II' -,07 t2 °cooCcQ .@'7- C.O- U OI Gl d y d O N a ' l0 c a y 3 C C 0•70 um . L a " . Cn N o Cc8 `= a ma0 o ` z UUS ) 7ocaYEiEaNc0- 080)iO3 NNo a CO roi< onmo a o .8DN Crn7 ao00 OUc > 2 'C N �03 acu 3 U U o ) a) N, 0 aca ` N F 0)'3" N - U N N. aQ7c _ 0 ymN ) O c L sao 0 8 LEY N C NN= 0 °304- x 7 CU •- -. E • aQ aU OXal 03 ; , O 0y0C -W O NO 0aC04 ` rt) A N44 -0010Ca C 0_ 0.0 0 N y 3U U � . C NL0O9 0. d@ V EocE E 7 > N N— E= C a_C c o N c ` aN a a) C''.4o y Na)L c 4 W a U d Laa .NQf aywVaaom0H Oao aOUt- F-'6 N 2 o m H e b d 0 c E F U 0 E Q Las,- 3 L 1. 2 N I Z` in y N C a7 w N T N .y-O aC)aC) N T C @7III o 01 �.= OON o a ) LNa Ho mynYac (0 N @ r @ L a @ N aO E a O V d x y U NN � C '- y LE O CDh •� • C US C w.0 Oa)N " OE O �a0CaCCyTy E � oo `<' Lc1° WEYy � ° • -C -0 UymN� @aamoN NNiEm ycu 'tEo. .> is c yy ` aZ. o c Ead ocr2D. I , .. N ao mo_ �@acm y _ CO O @ a Q3 C � ny �Nco E 0E om ` yL oo°cooOyo aUY E o _y °.-Laaw au@ a)a gd � 3 ` °ay � . � V � E � � oRI � ncxc �> y � c >Yna9as NNo�.% yLy Ull) �--acoE° v a E � u; Eom-o N$aiga- omoc O >� a) a) o a) oa a yE .-E—2yy ao � a). ayn) a) yNLEm a)a'ocm E a aiNamomymoLtnW ;is e ya)a ai a1°I ::g.'F":' Z�ai CA so- Q 'al t; o o@ ct a)-a N co oy wa � mC > �0aNn3 - C5n - u) 'vi ^a)nNa ° O ya �3o° ; x y am 3 -aa •U3C co cu 03 o cu 4 E CaNO cyNN C N O 0O Ew y co n. y ` )aNccoO y o N N L � a� ��� c �L .cca) La, ° 'toco 0 .- oN moacocQCO co N - - _ 6 U C E.1 CC _ @ C N NNO En 0) ` a N a22 E � a �N 7LN � Eam �� E � c"-23 °'x. @ O a W _ C ao N ` @my` cornEcorn o v a •- E -oE 0 0 L c.o fl- Uc mn E - yT cTocacN� aR-m •E ..aoCyCl. ). -L S) q 3 cL•_ cy o0aa) rDd ° E " o5000- o0aUyNy� OEnUNm ; y yt0 ? c '� aE a -o o L NN... aQ c. v Nc'` c.0 o EvO a) E io ) o aao � o �_ a m c.. o o' ao - cn 0-0 ga. - o i E Touco .N co or) N xa2 Z'2)' @ m= ac -- cc € y mEo c n � y ` mY � yca) oa ? � N � 3oo E- c , yNn@ �. oL cyt.CE �_ oofC) a � O� - nC)- N `E ' L4) C - aO N@' .- O @c@OEy 0« Eya OOO a- aUcn=•U` 2' oO' C .- g Naccm N 'aEm� coPaasmc' E cc � Ecomcnawys --00Nq _ ooovx o sf N@a)aO c) q@° Nn g0cuN7Ea E Ju)Cr NEa N W D N'CN.-. 0 COOL- 000 E• cu c ym o� c•Z@-ou3E`o C O� aN � co_L�ci ° c c. y.. o ' t � o 2 cn 2aw - , y7 " NjVUE aq-. E @ a anO- a c- 0NC -co 0` N3Eu) c oaa-a) @oEE .d ' ca OC m= a- cE o co O;` uE 42 -Fii al Nas E O nO.U OUa) C C Na N o.co a) COm N rLN _ O E C6> a- C@ a) - O 3 U Oaa) g 0 o Oa) o Qa) U c m _ mrn0 $ m yF0 �aUNy -0 y 3L c U 5a-o E c ` C N" C o Eya) m ` EcEO N= C m m oN° E ` a o oE'a > m ayoE C CUc ZmCs )N2a) Q y cw_ a '>s 0 C to•c E mami -8-0 ca) y CO CO co >.2 C'' 1' E y N E - N N y � tiCE CNo � yOE 13 o O C a a Nr @ @mLL- ca) oCt � aaw OaTo' a) L a � 3E nLOaaa) 0C m d 73 o•aNa aoy ` I-.t .ti Hlm mEc c 0N E y U � 0,12' Uaa� ogm_ y E ao -sol �cLc� rn cc 0 0t_.ycc. woa)-cw u °3 c--' F o NE w m a o mom- g i�_iyc 8 y co ot m m -c cy ) aay ,- = 0 o. nui 20E -ca Z -0 r 7 2 >` N a o ! a)u@8 c N o -c oam0 3 culya T 1) 0 , ~ vC 0°'"'2) "2 ,1- •as Cc ` Q .c Ly E y aY'cENoa)ay> a Z m $- c o, 0y.cC) 1 aC)2 mcc) aoZ'@ 0 co 2c 2.Ea p a .N 9,,,2 7_ o o 2 2 n_) n _ c)-3 L aCNOca a aO yaC)O' N O ` C V ` N OC Z. O c > NaOl9UoE.? .�"- OV C � NON aN@OC O Q N @@ = WN N �' 0a, N C 3 a IL m cCaCCa) U C 2 @ O-ON n N y ,- - . a _ aac aET-, CZ,nca > @ .-- a) § o mNoaao > as« coN . NNE2N J ccNoN -cO. 5aomp � �0yo8yoacc� > oco U� N - 0 ECan )a) -6 � ON aa . aJ au Q - pCC.a NC O C Q ca 31 w a N U dhUa)_ a L•y rn OE rn= Q d E l9 C tk @ O U N La c� O@ C Va C.0V 3 (72' O2 _0y C `a C NC. C U N Y t N f yco C7N„ C L@ O'3.UQ O a) C)`wy a) L C LC CD 6c N3NT �O CCD ` 0 a0 L C LncY Q Qa3 2C0. 000 r@w I- @... a) V) C 0 H !u ! T y ' _aC)a O)O yN-u)N �a)=.0 CO L'C C)a= G ='O CC'0 N Ca)L@ ° a - . . CqO O• COL_q c- �a Nac a.) O a co cc_ 0 aON O ON E NO ` scy�c= ° a0E2, �o 0 roa ` o 2'CaU)< aoo a . m,iao 7cowyfc. oCcy NyOocac 2o @Eno y � oaNy ECv I n 7 > cDN Cy2y _ mCU _ I- OCn YdLOC)y- O ON : c aCC U d NN a)O L p o 72 co = Ncs' aatY.05 E 4NY O N _ ! flD OC N C E n5- aU 3CNCO) N•to a)y E T n C N a) CN 01 li o cy N `E N Oa :N N om� C 2 CEO CNU _� LL co Uay E N _o_, CN O U a 'C.0 O N a y0 .' Z y ng En-0- d n N 0 L N C C•?Ry al O a, ....3 8 coC _ rn 'C q � E oNU yy�a `° •ymCSNyN ` o EnCO 3aZ > 0a0 .oyHN� QvLNacl Nfa ONOLy_ ` Na= )a) u) 2 c ,uoE w 0_o `'Q ay G OC ca-1:3 `*-1 QN O c m .43-- O m O~a 2 Eu.„En C y V NO O O N O.C NL C6 a E N N N4' 2 c C u) ` O La)aa na -c aU O _m 2 N U-O a nz n0 > n = N�xom , o ` =00 aZiYyoy:- -0 0_ -n a couSwc mo aa a) a) cn iii 000 mEE c � .y OUd N V_y > pCN0Q) @a 2`C I O C . E a .0 = m .- NUf°� oySc y � oa)ao =`Q n )N aN@�m5 n@Eg � ` o a v2'38' C Nc � cac' cc y= c2ao qcoNc E > y- o y . oN' W -5@ N )a mcu ycL) a) N •aco duaa) �' w a)- N 0-c»P-N 6” -9- n no a) o 0-"x3 9 CO 3 7 m 7-t121y's 2 as na)' U3 o ' OC- E moac - o oNo-EEEE 0E2CwaE.- - .. N- . 00p or ) cas avwvooao RI a L m oa. 0,a o.E CO (7 5urZ N co a C7 � c)vw r co I w I aOC O m N p rQO O N NN -0 L C C C N N O y OU WI Z a) - p yO • p O T m C T T TO � I (ON N 0 y N N CCNOU O NUC N ' C N 0 L CE NL N co NcZ`_ N� m y ONm L0 7 c co 2 ce CI y m V @ L I 01/5 Q y d 0 N Td D C.O.c � y N oy a oy N a, y N 0 Ny Tiac >`N•N N C C cC L'''a -5)7n- a'0 C .0 y -0'a0 yO a - y r am o 3 3 a c N NW c Q O O m'y cU'- O Oo-moO m•N N U c: O Lo N OO OE9N7 >OCLOLN( EaOV c ` � yE -C`ap)00 > EtE00cD .= .S8 ° oE 0Ea) co) au) • hoc EoE S0-0 -tOooSoo w -.1 2 fi ❑ o y yooEnw a y o . n or a) w w co aN - N • C0 a 0 A 0 0 E 0 O 0._ _ O .- _ M 0.3C a) N -- .- O> I •y5yd@EZo W .§`o a6._ C-.....- E Zn a Za2 2 c E () c.2 Si:c" fciO To I L > •0 0 c ca @ a c c m 0 c c o - E E m 0 0 m m u cA C0 u) m rn = m - fn 8 rn 0 0 -0 -o co co -0 a -c N -c U E 0 Cl) m O u) C c c m > mU o o 0 CU o mmm 0 m m m m 0 = FT E E 2 m e 0 0 c 2 0 2 2 0 0 m m 0) r n mmJCU.) W T T Li. 0 fj 0 0 0 L) ( T0 ` 0 ? n3 , . ,U , o 0 m ,• • Oa CC _i _ U Uce t O O L z T - N@ O O �, .Z, tT T C „co mm C C O O C -- NV• m m 3 3 Ci a. uv ' 3C9 a a I Cl) in U v = v) cm J J cm W w nm m m U) OO u) ' p Z 2 m O I _ F -o -o a a 2 U > mmNme c c a c C -C C a -0 C C C _ c u)a c c c c Um m m ca N m m) m `m m E c00 _ ,, m m CO m m m CO m 0 itCU U 7 U 7 7 y co co co co N z co co o N N o N U o - 0 0 o y o y o 0 0 0 0 0 0 0 0 o o o o i o O F o o o - to 1 to C) to to C t0 C tf) CO to Cl) to to to to to N O to N O to N O to N O )O N o m 3 ❑ I v I A V A A iL A it V A V A V A V A V A VA V tr A V s A V A d 0 O a I d U a o a g U -) = x 0 1- To J O 0 0 0 Co v) Cl) v) U g U a o f 0 as m N o O .y N �. c > o N > y c co -00 0 'y0 N In til C > a) m O O m t c N C O O C-C a) V A -j V cc ( U[7 ,� �$L.L 5g) V 4C-.. V) $u. J J J w o O in a N. ol y - a n . .o cw .5 v.13 c C TT. O N m.` O aCN > mO CN m mCC V CC co m N V!, > > co at � O.%.UU) > N 2 Na- a O d m y j ' Z mm3. Oo ` .m C C O N N m m to o ) m. Nm JC� D mO o LO O 'y _V 00u) AUu_ccii u)C/3 AUu_au) w0 O CO _ to > •E U ❑ o co ) �I a o a o o _ I-1 N a a)O C N _ C y O 45.c N > C N \ C O O •O• - 4 v, o-fE:o tom °%a) co'o m E m o) E UOcn A 1)0) itC9u) A2u)Yu) z CO A = L-• oaU �- ' � p-CDm N a` ` a -cal oai •c 2,o > a opC 92 FO 3 m y U. � m c— E N: 0 0 , m a Ncri CIii O O 3 - E O co N ,<•:::,.t O 0 3 Oy ( c y • TPa E C 0 0. oOw N 0 y OC m oo. ';.P, .3 O' m �C vi d O C 03 C V a) CV- ymC > d O .;.-.'g2. a)-0 o O V m 0.y-0 - N Cm' U N•c0 m N co C -• C y GO c- mV) V > O x O a) ym m O E o •C m 0 y m aa oc00oao_co c > ,m,, ma - n Oon ETUA oE an� o Eo o� ai wasc t Ni o - )� coooC 0 bc- c � c .jb m OooC? 0 N O -ow-c a yW O 0o � E�N •oE >,a m-0 cv) m 2't a) co vy ca) 6c 3m �u Nac E-� xa .4 c m m -Pia V) c co oUC 0O N C m m w •t°=et) m aam aN mO Z yEm 0)3p 7 - aovi N E Yii -a,.= mna N C Oo .0 0 c -0 >.(ii y 0 c- TON 4fl_ C Lm C._ O C O N O 7 a m E• O > r.q,, > d COp. E Pi. C • • >,co m HO m E ..0I.-. y . -O N vU. O ` N N uyQ a)a -o m m C) mO) U Ea - Oo 0 - EO y > yw COa0c yOT (6Cy ' N 2N co C ' omn �: 0G On c _ Coma -zmco _ m o. C) .E.1 Ti co cG facd N E •co m0 O a 0 a 0 E c o 0oE m 0 mdCCN - V • a_, " p_ ) 0y 0 � Oyyy N Np b V C ycuas ao Oy@y7CUNC0C0 O0 O) jO -p md s (.) O.N Er,a., UO aT O 0C U r, -0" Z(ch C7 c7 n•0 LNE N. OCE 5. , J E 3 C.5 ._ coONy 0 a r- 0 U O. 4- 7N Z" C d 0 m 0 OO`° L NU OCN N O 0 ECOV t)• CV> m •- r ZO 0, a)m N N c'6It d m N 'ec C c C'N W O O O O O O m 2 , m UpN a 0 3 R •y •O O -a ,„ O O O L > y aCE a yUaCE ❑ L_ EaU m❑ N C mU m2�m m m>> c E E o ° CO Oo° m c w Di '0 � Nv m � m UU.. O 0 mnc 5y co > m as as � _ o )13 a 1-0 a-c -0E w. y 2 0„aE E LL. o02, o 4c c -a - y C • co N E afl N 0 0oE � m C _ � 0 Lo 0Z 0 a) c "5 to CD - C ° s co n3'o m c � dLyyo= cr E 0)a) m u)¢ my y7) = uv)._E t v Na E =-o-c ii 1.- nm'a a I I2 Qo Lb 00ce cc a 0m g x ox o m m WU' WU' LL Ll_ °ISca u) a)To o In (10) o ti E co ` m m oE o Y i0 L f6 daQ o m o' � o y . a. N N„LB y� � 0 U CO L .0N = wN d 0 y _ O N U L C C 0 'O oO ° ma ) xm I C_0 - to VS E- cOS ° 0)o >, �`'% I.- x ja r @ CU c_ O O Qs O N NQ) O coO C C aE N t0 a .3O L a) 2 2c@ ` > a > oo Nz -DEE2 . EC L `n .9CC ,L) oc (i cocLcc Qo ca co U) 1N � < a@ -0 aO-0 N O n. w CO L_ a) a)Y U oa 0L L OL oE o mumN m N O u 0) UZcUc c N W U oV ? ”- O C a) 1) 0- _ O I -. I v V f a N V E >+ a) aV O co NC n'= U -6 >,-0'7-: , oQ) OtC0 — CC — C C m 0 3 oN a• - c' O cN0 0 g3 C > ,x coooo Wou. vin:= c u).. . T. cm (n co ya (n u) ur nE Z n O w OE > > c • 0 O @ C •c C •c co cM T ,.44544 x d x E E E E E E E. E� _ d co — I}- CC E Z � E o p o r V-v 'n S U of j * I x c x c x c x c c o �' E •E CO E E E E E E E z— `4 a. 1 v v v v v v v v to 00 o x o x o x o x fc x o x o x c c o c a c o c o c ', N 10 O to @ O O To c17 t6 Lo 60 t6 (D•.— O._ O. O. p.- d E N E - E co E co E co E ch E r) E ch E co E CC E c' E CO Y 0. o x .. x o c i m "= J� I ?...b.. RI � � �E i i ! i i i a aZ J WQ Wx ° I o i i ! i 1 (0 AO N ol't I f i Nc .O N 4 o a v In co n in co to ., = N N N N I- n 0 z Q Q Q < < < < < C 0 0 F ° = Q < a < a < a o x `m o Ti,0 pp >m oTo --0 < O'p c0!0 0 a) = t0 6 f0 N O a) Q r2 U` (/) A 2 112ato UJB � o_a`11 Q otoo c 3 a)04 ` p o 8O a cn..0-^- _ CD to (0 Q n j N 0),4 >.N @ Q) 0)'O ` E ¢. 'h 3 Q C O co L O O co y L_ n O a) O .11 V O co E i,,,!..'.' .N o e..—a) > 0 C c 0 w C E d c 0•p N co.c 0 a) O c CO U O a 0 L O 0 N C > 7 O N rn 0 n c ca x t9 a). N m cZ�; c @� EL x E n > > ` t° c °o o vi m 2 no ,aaQO ° co C_ a) co o a,-2 cwzua O (i)' O N a) O T c-0 --- c_ 0) 0)0)-0 N 0 N O O T O c i O a) c C c N N a n O -0 w Z5 o Y ° me �) o Q _ o C. rno o-= C��. �.,,. ';n O N ° h O c O i0- U 0 c J O N 0 o.—.00 O` 0 co.0 0)Cl) N re m = O... - O in co O co J`, o C C n o y n rn N(0 y a m -41-4,,o'fr n N-o C N O(.) 0.0 N w (0 ° a) c4 to x N N W rn.i0'D.? .6,, N N CO N c 4U co N c co— co 2-•t W C Q O >S a) O 0 ..0 L 0 0) Cl) O O C 0 h .L-. 'Q l0 O tf)- p c0 LI C .L.. N Q/N '0 CO L 0 C n -.0.4.4 C 0 N y L N 0)c a o- E c•O to Q t ti N N n O rn a) 0•N• 3 Q to rn O)a) AO o a, ,,70 a)UZoc °.a) c 0253a.� c w 6 cctov cya) y`moy lij .2 n c D.E ,-• -co co >= G C tT C E O x a) E C a) V 0- a7: > a) 0 w w N'cp co c,�O O u0) C/0.00 ? co a)N 0 Q x O .-•>,„ N r 'O co C Oco c '0 U'O opo .N u) O7 N.O 2.0 C C 7 vJ >,3 CV p c U oS) N C "0 `7 0)ID 0'0 eA R •° O LO..-,..-6 ,-a P•n T E X U N 0 Q M + V Q N N.0 (0 U = 0 0 a) a)c%-0'00 co .4. N-O w V .a'7_ E c0 O a) 0 LL J O3 V O O `7 r N a) O U Q) O•,.7, x rn N O Lc:n V cLO...0.. 0)"0 II n II C O 0)n 0 0) N O) V1 w N > t0 t0 0 co C a) 44 O C @ to'6 X a) II _ n O 3.0 U•- C O.O V a O 0 U y E@ d CD LL J a O O o > N o co N °•E a)"' a•N cocel c . m0 a,.2rno C o N- E c m :r 0a) c o E -NC ° o `o'0 to a. o -c _ 2 p_-ha a)O c9=a n `a)- m o Li C�� v fp. `o °> 2 c > d� �, 92 C N= c >V n d Y O > Zr) O n y as NO-X 0)N j CO W. c0 x Q a)N cN0 a-Q CO 03 53 O'O ` O O L a) 3 E C O L L E n !Z C la 0 0'0 L a E oJD �CO ., Q (Ya �QPQ(nto mE C7 - n nno C� F_to Q ntnrnc I-oEm2 ._ o C C N se, ca-O YO-O c-O C6-• N >+C N N C N- L71 l6 O b o@°` o 0 0 0 o m o w m a y ca a wLill o npp c-- 3o 0 13 E _ a). oc o v a a) a7 m 0@ m'C N t N-2-C n�. anj c) m Y 0 L 0 N.L.. o Eo L i6 y l L N m N N C a 0 coO)c_m N coN 00.0..f0 U •x2 Y -',..,y•-,,u CYLt n2L-Op.0 OUNO N� 0 N �L C C O O (o C U U O p a N 0 U @ y o3 y+•' C•_C m e m.� o o E o aNi� a) � arL �° U c O ald w N E L m N ai .-N c'-'8 T U m O O U-c r 6...-....c. 0 C y�" U = E E. iA a C t C 3 p 0 m 0 -V o En r a) O re co C m 0 Cl) j E6 ._.E E ' '3 .- D m 0 U ,_- D y L 0 a Z C f6 0 y.LO.. N o a)C.) o>E 0 m a i 0 N c �r EO m -O dN N a2i• Yam) o'ayi p' Ewe N 3a -0 2 .2 oc) n m L mL = 0ra O co O N C a N O-00 O 2 U U 07 N U w L.0 Z 0 C 0 $i= =L y 0 li 4',;r),` E O L 0 L 1)'c-m6 >6 O m Q)N m O F y N Q a) y a O Ia m °7 y... .;.`r. `C 07 d a � N < , O--0 N m E C - C 0 7 N U N `ti 0 o C .O. o.E �' O N 0'p p « N' c co C ,_ c N Y D O 0 To- N Ln co•E N m L C 3 13)-e0f of a c 0 mo c• o Eb mU o 0•- `0 0 47) 03- ..- CU `- ‘2) 0C L w iv-0 N.4 co a ° a) C 0 a`�..7 E o Ca E7 m h~ a)•0 ,- E o 0 0� o 0 o a d -I-- Nnaa) .c752.�F- m o >cn •NI cU m t0ya •y E-° U O o C >L0.. o m a n-CU.- 2 0 0 o C 0)- a C m a)> CO ai a) L m N..... C O= o0 -O L C C i z O N tO p 8 c c ,N n o o v _ m 0.-652 , 02-50 = a) o m O U cj m O pan C N c 'm 0 a p o 0 m E 3 • C C C Q- N m En -2 0 m C.,:,o ,O a 0 U 0 c a c O nmm E U m° E o.g.� 6 o i- a) - 20 e E _ y g 0 0 0-C • o fa N U N 0 y. 0 `, '-a 2-g 4 m 276 0-(1).--f-, E2-- E 00 L 0 co=EC O)0 c E rnp� 3 O c N 10`..g u) U o L a) (O )- E E'r 2 a U n d 0 H E Q O C�r C y 3 Q C U C C e,,,,,, 4 _ 4 m ET O a)E+7 C•O,y O m@ O 0 a'6 m a N N 0 L C C 0 0 0 EO co O N m o N C - 0 0 0 p m EO 4?L a.) U ta 0 0 y o N-•-\ C O 0 0,O 0 - 3 0 m U C C 0 o E 0 C C N 4.- (` 0 O 0 ? d'G O N `) > > 0 C 0 1-6- co CO z N m 0 in O-0 0-c in L Q. 0O L'y En N Nm-�Y �0Et O) 0 C U 0 L E6 n Q 0 0 O Cm.J En 0 y `) O d O.U 0..LU G M 07 L L 0 _ • in Q N o'o 2 o •N E O a 7 a) ` co a n_ co Y L•C-rn .SS' ...c C U U) as Q) m -- a)a O y 2 U m a) a) a)W O U 0 S a a• 0 y Q 0 .. C U N 0 C' C -O 0_`�.0 o=�O'�m 0 E 0 O a) N D y .0. c CO m o C i NO En 0 d 0 C O 0 m 0 7 w N y L d y U p a,> 2 0 0 417 0 E A U O O `O N m _m U Q,0 ZT m _ 7 a]r- y O 0,0 y !C 0 O O U 0 N (6 0 U as y .2 y 0 U !° "s :c3 m co m@ N m O y y > co c 2 L Cr: a ` L O 0 COF,a Ea0 O-N co L L L d O N O i1'y)U U '00 U. m N c a- m O 0"6 0 U 0 01 U I- 77 m :CC 0 0 c y ` > m a) U N C O V V a m a) 2'i it''', C 047 m a. L CO EO 0 y 0. ,o _ Q7 co N a U O cn L L m Cl.C .0�_C >O j N m 0 O as To W E c- a) c_)a U 7 C N C0� N UN 0 `' CO CIS 17 z co° N Nab c•ENmoy -CCo DI X clt; aE `0Y , 00 o.-0 d L 0 L_ O • 0 m O O ..- - C.o.- O •i o)j E 0 y c 0 0 C L C.0 Y-o Vim c as o 0.) 3.) o � > «� Eo �m 9)Ls E 03 03 c oto } Y a)c� N� E,C-_ aai E_ - cn Ea_ o3 N•a V m a`m) 2.0 E U-o ° E ° 2-cm L h` 07 U N 2 N L _c a d C L.-.•n 2=0 E a) to '33 E y c N 2,0))O 0 L g ' ai cmo - 0- Nmao.C � pN� � pm� yfO@U ayi � 0~ 0 o T U a O' E - O p'00 0- C y c w E U yr U 0 a o `C s, C a a na c o 0 . a Ct a) Ea C >:..2_c c io .o CO CC¢ c y. C co a 0 U-mot a 2 d 2 2 = `=,a N U,E° Em,-0E ,_ 0=1-6.-111p 2 C) U N V E G O N > co a 1 OU.m..'N 0 0 3 N•�1 L 0 0 0 N O 0 0 0 `0 0 a a O y 5 C a o ;0:44, EUO .L 0-j U U -C N o-0- 0 0 0- 0 d L 0 0 a�c ,) L d 0 U.0.. Q N co E m C I- E E- `�a E.) o. n it f- =FL- m n •�o I.L m o-0 c co 0•co ao o c ot.c co CU U W o y -n ai-Ca c a) C u) d0 d 0 k; c m m `O NI- 0 m =F c •y O O «0. X N U O)0 0 0 y > > a) a)C > C 0 Ea E E >U N ';'-',!2,7 m C c c 0 U 0 N. W U 'p C c i0 £'a• E @� � 0 > o a) U 0 E_ Eco 0 a@i�n i >Q' 7 c a ca O a C > C'06 w"-- in co w• 0 CD ID j 0 > d L N y N 0 CO C V '' O o(`")a) CO 0).N L 0 N N O N > > E U Q c N dL V L... ,9 r' O 00 Na E a) 0 0 0)iot yL C mN9 0 0_ ° a`oU 0 moE �)�YC c 6, f c Q o m L 0 -c6 aa) 0"0 m o U > E C- j O U 0 c 0 0 a) U C 0)0_,---2 C `) O O> L v) 0 0 ✓ `,» V) C 0-7 o .LO..~ 0 C N C 0 0 O x y C 0 .0.. to N V O 0 0 fn y., J O o 0 a) - N y o .�[ (O c O U 0 W1/ Q N Q 0 `0 C-o 5.0 0 O N m-c L... >C,O aa))a U d N y a o>c "'„,;`,',1 W C D L m O p 2 2 0-- N r•-%1 L L`O 0 ca -- 0 c O 0'y c3 U '•,-00 W a a> O L 0 0 n C L O O Oc 0 •L C•r cow C co a ~ m a y 3 0 c Q C a•C o- m m F_ N a a) 2•- o N 0 0 V 0 C V a 14 a) , a 2 OU-0(/) C 0 C 0 c Y C o(o aa)) m to U O°) E6 N io O 0(O'- y Cid N 0 a 0 p y En 0 0 i- a) 05 id a "Pt S E ,- o O ,- U m y m 0 a d L a 0 L 0 _y CO 0] y 0 L N U Eo aC O 0 d m a e.~ y L m'� C c>3 •d m a) E 0.y. ,t� Q 0 N a,O ""co- U.t- 0 c0 OU O N 2 [.) -E c y.n y > �> E N N N a N w foo °' a) a)" w aai N m` E C�' o � 3 a) c�a m f6 E` E�L o � n 1 EO o N E U m 0 0 '0 , O 0 m a '- m U 0 0 EEO 0 0.L0.. 0 j 0 m 0 > C E L 0 0 y� 0 � i L C f0 - col- L m L O 2,N r 0 0 8 d o y - L U N- 7 N C .L E6 O f6 O a)�0) O U N O 8 N i0 N o m.0. --c N E • ... 0 0 C U y ) 0 0 W C C o.-0 C 0a d N a > y 0—-F N V ._ O EO 0 C a O. F' 0 `>' 0 0 m 0 L 7,— N 0 C y d a y U 3 L a)ci, is '- 0 x N 0 N .O'E o > >Yz >L•. 2Cm _o )cu _oE.LEyU U � EomaE2 . Eo :i Jill 7. "O L ti a 0 m.N-. N •N 0 0 `a L 5 0 C 'a U 130 O"40 EO 0 EO . it ii u_ �I- I. o 2 E a) 2 0 2F_ Eons Fm m°3w° m `o d t t c aai• L n I .42 ,2 �`y �p L N.� U N O 01 m O N L c.L C > N y O n C O C N > �3 C N p VI a) N'wa' "O m N V > mL U O 0 0..6-0 w CU C111611 a mO E N E. @ y '.- N CO N w C m 0 L u) 7 N E COm N 01 0 c •, U AL .c-,- 7) � am � � o� c� olc cmoa) caro C/) c'' a0 I'M N >aa;-a N w N m m O m co.- m•0 N�=La N y GNw N L N n0 >L O V .2 N ''' C O._�s a T'.. a 0' a :, al D.N °' ti m oa `mco m 3umiY°�Qa Z :n ;cu O O 0)",-Ti w 0�- U O w c> •0 0- I N L a) m Z'N V N >L� O N N Oa. N C 0 -1E. > � O f- >CO rnoUr d pN r �a c NwEa" � °�� aai 0 _ 30- ' •n� c m u, N aw m au'i a a �= co y= U) cc-0 111111) a N �_ :a O y0 = U N' N C y E L a❑h'N�6. m N �° C >.€, a) N L w N - O N w 3 p O r.h a O Q N C'L.,, C N_ p 0'w m w y j:,- a C O CO,) y 0°•-`p x C m y p(7 N N N N RS a coact, a O w•w N m a C m N > 0 a) d)L c w O E �!., ,U O. C C a 0 0 w e O 5 3 .. N a s p O N >.:.;-,f N-O'C N O- N.O U m y a N-0 U.>',o O na w C w c Q E 0 f'- w 0 p h w 'c 0 0•c N ` 1 0 w w O C m e "6 O N w N y m . N J •p N co N O) y 3 m,w z y9 i Q �'w L N@ `N N 7 C C O N-p-•c 0 O 'LN..r 0 >,w N N V' 0 !!!„u„, O N 0 0 cu>L 0 N a)a O O > U 0 n Q)'Es > w�O a R y X m Q c N t w •C N O�p~ O w CO N N O N N m C E a m ---17 N N t0 C w a)•7 O 0 N N o N- 'C N N w a)w N L-'L C •E O N E Za L'- O N p) 0 Si w O N N m_-.5 `� b w O C w• "� N --d-) N "O -0 w U w p L m m C L c 0 L O 2 T 0 y"' p J.(7) m a O) AD 1)Dar) 3 w wa q o -o - m'N _nCNcF w 0/ NrnaGa) > - m N c_m >. N nsE a C z"O C ID 2 N r m ,n > w 0)L O C > m 0 V Ci a w N L N m p N 0 CL y Z E w 5 0 a o `° N > '� w m N o.- ti N O• N o m 1- 0 N o w... 0 Q Y n w N 8) N a co co w e mz wy N N N I§.o- �, m Z w O) N. w o w 0 m m w c 0• wY �_ y c m o y a O > pa•_- __ o NL ,� O -0..0 mmc 0tmowLEoEoa c a5i� No«w°)rnycc v op'c N N Ec co CO C n ri in 0 0 1—E 0 E c c -a-•- - a- 0i u a) N-Z 0 N Y N 0 a) a� a'= 0).- cnE. 0 a <5<co0�Ni tnL�n-cOf)) > wtZ a es g a Q T.c_ZI-c aE . H >co a°)aU o C a oz, 0 2 :ecO omNN0 O a) co p_ L c; 0= N N.m.. 0 w CO Na 70 yN-0 m Lrn H w-e N N ' ,_.-e > ,N 0 C w (N E ` w : Oa UmML o• N a 42acONN Na �V'-a` vI ' ' N.0 moa c vo rnm O w c hN > aOym2 0 0 0 -E . > w"8 E. a - 0cE `z>E0LC.)QN (1' La m N° a co c �� ao t N O m >Z. a C_ N 0. O CcLO r. 0 C I 2'( Q' _o 0_ p wO Cw OI H as0 p U CC 0,= O L 7 . 0.C -.- p CO _X01 co 3 3 vE a. - °' m a) E (1' m aa m m. c o - wmw� > Q" a N cN y�.O N w aN O.CV �.-> `raw`o N E c 0 0 o oy y w= E )oa) E ., 0 = m m a a) o p m y c e ? ff EOL mN y L oVy c o c = wOmTz N vi `ca N 2l Om NLV• -92-El c'w @ �~wm nmacoas > a h a ) m 3 iEa ` `m w�N � ot aaomCa N 4.),-0 mO- ca m •5wEo Nac a o : -5)...-- nN4. 2 N ETa) a = a ..nmCooUac ctoaQ�•U7Ua m a co N L a N 0)c w N x w 0' O w,- d e w •= E 0L0 N CA pL w EU E = O O� p oa w - ° N a—�c ° c 'n�a me N oa -0 w o oa oc )' m m m3m N L `` N ,cO2,.- .0=LYa col;.UCAma) m•g. c -0'E -6 o °a To�oa KNwauGa)L N o= a'02 ` "mo a)• 0 0�` w N cCLE C SNmC.0Yn_a Go c oONN= NCAiti "IS. G L tu Ecg000 E0 ocNoEzo c ` °/Q• 1oN0 - ° g. -0eo-v-.-gm - 0-o- wC € c0a O . Naa .e0 _ ' a) 3 > ,L _. 0Off N0 C 00. NS = 0 > •ON 0E4: Ed N N T Qet_ 6 ca !, C wQm la_ U N1-- O.- c,j 0 L 0.- N U c O w 42 2wN p 22 NN w w N 2 0 y0E�ta) cUmaa 2_w a w N~L N Ti' U cU C'w NC 3Q1aHmU mT a sZ yp ca)'a> No a ma w N w mNn ,c -8a) o a6 L cai'v c m a C O �Oeai m ...„-51-,y, ov) �yo _5N >2N oam 8o0 �Yo'�y� Q wci � ,;, ° a) 6E � c nh cms.E 'cp . Q?Q �> a,N` cZUONmN 22.2 . w ' - c y Y .0, m Q.CON w L-0N C N ?a N Ncc Nm m - w a '2 ..€ 6 0 N N 0 N 0 0 U CA Q. NA n O O y.. c N0_ L f~naa0 E N E w n r O Cab H E c . ti d w aU � 'G 0'-' ,„,0 vm O.O>ZO.«o a dovcam Q24-c2E.>N4� w ooa Cnm1-L�hywco.:EE.--E cEoa)o i-n�Ec-�ENY vN CZ: Qd caQ� 1 ' - o ' ocom,, o ��,nomNNo ' � N= c rnoo a o` m Lt �ta) a)ti 76 a) c tom ... c,- w INwEo $ w N > > ii! !! !! !24 m _ = : o � E > o 'a . 7,5_ E m ,_ a) w C - U ,Lvi ` � wi o (1)io c Q fm ° flNa� Pm �Hoc)ccl tn� a) �!°~gL•G �a�� cc e '15Uyo �O _ = u c"' ` .; Cn . NY 0• O O n' O E m r ` v O -0 n. C Q _ :,=-0 - w 1- L > ct N m= Nw 0) CO m w L p Cr)O) CO v- 0° C g. 0 a -0 0 > N °=-0 c2ma c NONN -ym� o- ° a3mcQc4 z YEom • LO > i � NEaampw muSuco0 3 O m = mm-UN cF-N - aoE m cF0 X= 0"oZc 0 oCq N. N . c), ,- .) ora-Go ❑ 0 a•-�aZ � QN � „0 Ip - zro_ c„ Ka) -. m, O � NCo S -__,•- co . Oa0�' '2c0a) 8eflU L 00 O � 00Qm � ' 1--E22LN0 wHco•0)t- Q .•• 3Z .- B N 1. c E c� ccN cn m = Ly N N 02 N w uy " c•mEd QZ(na. 'Nw Q T° m ro E > Hr ) C u) O m . yQ c 0 ` a) U c o N L °) N Y� JmC -ca ,'-,,,k,;%'-.4 0 O v co U C_ O ` a) ''. 0 w-OaU C NVO L w'0O n N n_ . -.I-Q w o w �, Q @ -0 00C CA o p•0 0 • A O) O Q ' a) N~Lp C.1=2 13/ 0 4. aN O ON J U a) U L :*-1-4 U V- t... O NOEm •C 0 N m NL” m >On C ' O ny 'N J .NmE•gOOCw N TO,2C >LN > m >, 0wa > w . wEw aO ► mNowC _ . 6w .202.2 L }— mmL.OOOHOO0 1- 0R''CCO00aH ° ` EgF" N_ 0-Ln E , 0 "mN-oV0O0 c ayC . E 2No c 80N.10,---oEE `a0 c `N _ n- Et,- fog 02vo5 2 � cNweJ`o.ioNm °) ° Za) cew5E« rn Occ E5NO 0aom 0a o rn51Ocy aa O o)N o 1E.1 oo o a N 3 0 E ' a' V NO'" N 0-) 8 U 0°I-C) L QC N 0L' oNNo --aCU >a m wirnaUwnm3 � nm Em>N , ° UUw � nw o N_, wC o N N N N o -0 a G d m 0 N ° .- a s G wcaO)m m c N -2, CO Q0g a moN � �a w Nt � 0yQON � = a6c �� � c , U�ywc 'e mQ mymm4om0OcEiQ0N) m� N0w0mO O �N0NnrwXOEL� U0 —Q.4 J m m o w lw w LaZUanac) E N 2 d2Una >m L 0)L L N ran H(O N C.E. <2: I a3 ° zui • C ° -- � o T p _0 a • • 0 0 ac • 0wC O° cw a) p O U 0) toCCDwN C • ? a= o� )t O ` 0° U a po� cc N vC) a, )9 )� 2 a v @n . i_y `JoUm.$ t= E 'm c 0C� c 0..Jo i 4 @ cO 0 T y a) 0 N a) a C k 92 C d 0 3 0 y L 0 0 0 L t� N'� D_ G o g O a 0 �` °-� OGO/ -0 >, L w T a N >. N c CO'car L ui CI) U C U.O O N N N @ O cc N 'U-• N U tT D.N as 0 0 0 3 0 T Q o d a`1 > a) 0 N Q N O > d > a> C a C '� N O a O, Y6 °� LE E `) > 'y >,+-. 0 0 O d $[7 .y O::w • .5 a N h 7,--ca 4 ' U O iD o ` -- O N C o o C 0 L o L C L O d 'O X E•O N 0.•-4-0 a. .e y . ,P, 9 �� 3N E v a) a c myo. o moca a) �a E 20000)00-5 0 o'` C °_ 0 00)-00 o CO CO C.3 a U) — Cam M 0 N C) rn m�_z)aw N m o -o m Za Q N -c...3"0 aC) „a m m-ate o CD c Ea 5 a)r a , 0 0 O.- @'> O) N O 0 L_ y O p ' C7 L_ y 0 O C') C L N «'C. a) E c o— O O O.N O 0•° 3-0@ Enc m v°') ECV a) S a) E�Ca) a) EEo•Cp• > `- 43C-6 mE—nsaNc � y N@ W 0 C O.` N > S N Y 5 N .L S O O X 0 0 0 O L a L'U 0 @ a � Lo 2 @ a 0 C a3 N C N W aI N d U CO Oco 13 =U C -� O @ 0 O N 0 d 0 > 0 d N 0 0 co > ar.C Y E le -o p)O t 00)CU 3oa L0-No0if) = @CO0� 0 `° 0 � aa) '—�° f. to= 0E'B. �•_ m2 ma3aci� 00.Zm �- c a)o a 0 CD=c a) 0u) a`)- CD CCO 0a CD C CD CO 4- y o arc EU c aa °•� °' @ ° a o m a E o=c'c coE o= cmc U E 0=5 `m c o g a)-6 o- E caw ami o ca C0,C _ C ca 0— c C0 Z C C 0.— 'V O. y co c 0. L_. (10.9Q h 1",a,• '_ @C h m a)2 ac '0.....=- v) o<vctn �� 0<COuL) in 1°n °) a)a °) c h� a _c--T.) C� n Y t .c m E 0 n `0 C)V) rn0)U. 0 0 0 0 L N@ Cn 0 0 N a) O O,- a, N .0 X O'w'w W O a) 0)F---co H 3-5.-Qa 2 2 2 C> Umow � 0Ecoa_c7E >,V- - 0 0) 0 0 c) c t • a) `m a 0 0 e C U L LA C a) `1 si -,730 .E- _ - -- , cQ.o a a) N C.0�.._'-c3 •a 0 > as o.a) _ o o C ri Ur a)a c c i as 0.0.00 O O 4D-8 C1 El °L C0. Q r a^COL 0 CO. C L C9 O) °co O >1a'+ N O >, — a O a)v a 0 •a N y 0 a).0 a) O a @-0 a C O `p O OCs N N O C t 0) y @ O u, a) h N a V d — 0 C m 0 O 0 0 0 5,5-55 o lC)V 0 L O a0i l - W -0 0- -°.0 a o-o QI m 'L" W j ..1-.•Q ai y N 0 o H V c9 E N N ? 2 .0 @.2 n o o j L 0. N N d y 0@~ '5 T L N-'-a' > C a a)Q ° 6 a 2 2 T N CO a) C 'N N i_ 0 U oa)2a o@ .E c ac6W a) 0.000- N 'o _rnco a) CO0CLC 'a ao 3 ' Z CO a)--1 N E a7 0 O o a ��m= coo Vi oaa oQa, > > w r) > oaia) C mCE5 M ° a° o s a o C' C a O E N C N O m.N C N n aa)) n>n 0' to 0 o o m -o@ °�c'0 , 03 -`N o--E 3N.0om v 0 0.c c0nc c mo j om U a o= o@ c 3 H a) cN— a) c � o m a om m -al_ Ems_ E U Q a) 0 O "m 0 Lo @ Z•O O. OC7•d dNmCV n•O 0mab 'p 4.1.)-2 0 0 0 C jay L/) @ 0 O Cco 0)'C... o 0 .0 N 0 CC•)L y 0 0 M 0 L c) CO O • LL� c� o ° ti_ 3 as�TS N a) EN uooENCoS a) EEa)� w r E • = N 0.N in .0 EO N N C/°) N L "00 0 N N.0 N L N N""= '13aa)c y N N,,•.L..N y O CO C a• 0 O'o N N c-8 y O'a r_ •E c• O >-0 0-y y m- O-E y > O > d E N O N 0 N 0 pi 0 � Nu) E-@a c H 0@y r NaEa - CD �caEyyam <OENa" m aj°) a) C a U N -- _a N Ca O /�) CO O 0— O 0 C— 'tl7— 0 0.c •L N > X C C C' C 0 • N m O) d'0 a) O 0,0•.•'0 0'7 C C`7 tea)a a) c a)co Co O` E Y 0 O.O a@ N 0 c a) 0 a E L tca(9 a)L-C >a)L- • a) c a)_c-a a) c 0 d2 a) g o- E 0->"--aa) E .0 o� � @,N o < Eccao _Ecf4Za)— OEccoCQ,•. 5`a .0 = Y 0,� a) U 0•C D N .a L CO t '' 0 -O— L `' 0 a) 0 0 0 0 N 0 N.0 m L 0. n @ LCD g m 0 QC)Cl) c Q v Cl) Cl) 0 Q CO Cl) CO 0. 0 0 0 0 @o a, 3 a) E `m C))ECH E -c _ .0 Et o r .o o-0'O ao O a O 0 N m-C L 0 a),F V) C 0 'O CD 0 w o >.O • v) a).. @c0. @ co . C) H coU H 3 -a oa o 2 Cl) M U F- Ea o 0 E--o O 0 0 u' o@ a CO C a) co O a) i co @ 0 C 0 Z7 N vi c on'c cO p N m 0 a-O N C 0 N_c N C a) ' -- - '---- 0 CD 0E'�0' .c � - 0 0 C c E S; 0 Cm0 Eo EEna? n No=o E0 @ O)N C U a N d ad)N 0 2 .a iiiii a, p ' ▪1 « c 0 L C N -o rc Q o) 73 C7 0 0.0 04- 3 -o Ea aa) E— O u c U — Qo ° ooa aai 6'No > o0N 7, # ecat U) C 0 0 00 73 co N N 0 0 a L ' 0 a ▪ w oo)V -0 c.) o-aE9 o.> 0 H U C•- 0 O 0 0 0 0 @ 0"E, N n C' O , z N C C�C c6 O p to Y ECD n w ,`0.i 6 U COQ) U ° c- 92 cc@ E cn 2 L L N c 000 y `) E o H51h: 3U pO o). a› a). `n� E En .-0 a) 0E.o Ortiy >- C N 3 C 0 - - own) N X c E -, O 0,-Ji. } 0 N N a O` -8• ' O 0@ L E 0 y N' C O_9 0 @ N U U Y 0 0 a la;,R , CO N Y CO cD C C U Y O CO 0 U C Oa C C m 0 ` 0 E._ .N.n O L xis;-x0 C O O C Y 0- a) C `p_N U7 a) >.... < 0 U U 0 a @ 2 0 0 @•o c 0 CC 222222222222222222 U h O 73 f; O 0...-r, d Q C -O 0 C D L ._.. agnoa)d.Puna•Cf...a ma >0.y y 3 0° ,-.7., O o._ O N cp N o C p,y U N ,-.• Y J v) S o o ac o o F E tt--.2 ac) o w a, S E N - a) a�>+ >,-- N >.N a) E O)C N U uj N -o O 2 O) U.0 2 N G.f6 N .04) 7 C. L N > > C. N ` U U N co p� O 7.N CO'G y f6 X'O N C n l4 l6 N p'c -6 U N o. a(n O N as•,,... - @ G > E > E a) N �' aa)- m E m .__... g as c'O... .. •N c 'p N N > d m V-00= aa)i -O a) C C co as ._...._. C cn 0) a) U W- O -E ,9 O.w ." c O 0 _ 0 c c o 0-c ` T a) c6 m e O aT_N.c TO � oaaC o� a 1a� ajo o num O •o CO 41145 CO xc v aa) c 0)cO OOc aca 8C c 1 m - as N `m C � N = N c ) - rna E c o E c a ° a`a � ° o$ m N E- '8o 8 -2502E0 E - c m.T ' ,\ S n:° p °? ONOg (011) e-", •o Xci) co N CO N U Q • a Cr N— uCl.) . n aC O COOan C CO " : a) N a a m y OO' N -CN_ 2p.p2 'pCO-C-Cw ' z co co N aNQ 8-• eL N HN Q.N.a COmO L m O Nom= C, � .. O � Uw2 - n "'- \ yNmCNm-CNN omN O m = a) Cco — ta O mO 0,p O SC ' • N n N OD PhU I-d N - E 5" m = \ _R N . DU h N E d a) O 17)1:1;-c O8 N- C U Es 8$•> f0mqy < u) • @ = / 'yma.CD m� Nmm . cmw , yELoac ca al C a) m aaNoYnm Et0O •pEaa a > a) , 0 `) 'an. mC` a \ � � m o� Ec n : m n0 a ) am• @ Q n a) U \ v) al ,_ vawU ,,, m cO • O YCm c •Xc19oUao m� m ascn c � la) $ ' ag ' vc•E- I- N t m 0 O •�O a 0 y N o E NJ Is N > X"_mC - E a NnN 09.'5.8a3 a U aee.•'o.b : e E c c la ymo mT U a` U m-p 5 a)1 o - O 0 y asQ „- a miNd � N L nC E mmm - a) Emas) =cma . EEgN s a) a) LooinmH caTO F-- cin•o = E LiQmG � fa) a a) O m � VO O v .2 2=5 0 i6 N ` N L C T C N C O V aC O CA 7 w m 2..QU-OUc > cm �06.QN t U Q = cim " G7c. he 'O N . yN a) n CD ac pm ) a) . NN . c0R m n •CCm . C O- E N "„ L vi Q) N p w 6 NCl) E_ N N C a t ... Ni NCmaN Cp)N'O N CCnVN > maWamcooc �U a N�y: N soE w- � 0i 1.',522 .`m mE - Locs.. aNa)Oym 's 3 0.c) -o'§ Ua) nm N m N, 7o@o Ti; a a L c N a .o r , n E� in y-c I = =a m E as .0C~ 61),F., > a o ° aHco $ am ` mNoro s c . ca) o E � s U) NE Alli "6O coU w nC U a y NN cn vLotaN a) fil pa) mnN0Ea -OC ` U ac t ` > .O a)a-O C y L .. UEw3 0>Oo tm -O C G_ m N ..^N QN6 NTU = t Hil m a O - VO• C .m F.oN -C (1)O Vl a a) = O m UO mn 0oi an -0aas 4 EmN> 8 c I c. ) • m aima >+asO a) 0aaw rc m k a) a E1-4 - n O.pN N C w O C O o a NO.fl E U CN 0m > _ ' p•aa23 EiN •E �n,3 • 'N (u; x,„C9:euCEra)7,;:i ccs 049a u) m cn `C teN ;) ° a N n O m N'a N O NOc N E 6) 'Oa)a N , 0- 0yDn 0 c rn-0O cox) yQy`) t6cym oC Cp ca) . om0c ° tecta> >mc-m O- co vwctE Ec ` > p - c - o - ODasCNOOco mo mOo QasasOm N C mN Q N > 0 Cl)-o 0 0 co Cl) 0 m CC.c co C.) M 0 E o 2 rt co L V 0.N 7.2 mN mocO an No0N oO c CcaNoN a v_ o o. N E 12C N O N 0 5.0 (.0 - Y L3ca ) aN 1- N a m d `”H �' - -c' • m N a U xaa t c6 ECO -pEa ,_ a) ca)E- 7f . 00, a 3.003 O ci --oN.8 ..€ .5 n2 g NN (DE mtuEf ' 'NEc-oXaa)m0 m a X c aO T N a)! NOm o a E=^ 0 �' omm m .0 O 0-O.a`n f vC o o cN ac E NDc D as ` 0 � a) a.) 0-n a,4 'O U N_o a a) Dcn� c c oa) E-o i a)m rOo.cmEo co as.= roa a. om- 3N a) 1- f6 0 0N LLasN^ -OC 14 ri) Ki N a,.....„..,..),_ ,... •pCN= H— ° °1-1 .) Y CN )0 -' '0 0 no OOcO _ qq 0 3 m ,7, -1„, NOnC m0EUO @ aCioic D U y N N N n � . pC6U ' -C ON ECU - aNC. Ci y CO3 O CD C pYO <6 �, 0)Cca/- ' =' a8Lm ncEm - vNc 'a•=amnoEon y5cm� = -- ,-- a0 cmN•c> °CO am o.2 E vw,-``w d Q a) co C N U a) x O ' .. p Ccas mC N413 12 .„.4,9 r- N -O E d O -a N0. :U CUa) •5N f 2 03 . a m a) O)O+. aNNanc t • -0 07 h.• n.lmnc 202 V as ' a ym'= am N N EC-_ m iLD N a) „n= n> C t CO a n o m N n 0 N En- a) 4a = ` E�Ym � Oi ! mU_ TtNdNN1 nNo �c ONa) EL tc o mo77 m mE m a• p> yeaN ONc w'Ncoa- n0)VLN.,` ` O ZD 4: VU NOO C O. 0 N @ 7' N a) iE N O f6= a8 _.5 2 - O YL O- . O O N ac.. Y ~N 2 a O N 7) yNca. ECa)-C - jw3y y l6CVppNCCC N lNa .cT`3 -6, -o 0 2 El 13 004-14 CNUO C o, : U mO-OcC ac-p a O > -..a2O `V - U E r,cN EaD N L-.p a)Y m C m =occ � oam EoEna,,r CcoooN n= o > p rNQUGx UO tmaNmN ° aoac=aO.O • O O O N 6n U- - DE.E On I- mUoU2V NnfaN 1- C nas coa)S o 0 aco o.n I o •x_s', CS il ECy°o) m a) NCC NupN Lm cEN y' '.1,44,0 u."2 na) � o. o �a' nOo @ N Na) U) ofla.flil c > mgy0„ > S a -to w N..-C ° C Ut maj re! t1ij'; L0CticE @ Eo na ... 0-0-° Oa, o co� CU - U N �0 c° 2 ,„,,, O II” N Y'O + 6 N ° U °- 0lc C0a4 enn • ati as L n0 yL °O °aOLN Co )rC N °- N • O C > L cp ° C C O L 0 Eyco'o y 111) p an ) Y -F6 co @ -O N G N c LyC O) w0t- o` m a 0 N E n T° O_ y• o L @ cywxo) 0 ` dEEm3 ° to 'O a0Eom .c a) of awaa rC ma .= N m a) N cuo am ! N E'C coUCNc ay_ N` y 4 ! 13 Cll-0 CL C a °a ` C C N' Q = • N •7 y'0 O • > U) ) y .yCO.. o N y_ " o.a) N 0 • m p0 ' -o O UC a) O 7-t• .01 @ (.°0)Tia) w .2 as)- NO ca iO cu cyaUi c)' ar °� � � cN� cEm - >V i- a)- cC >. ' .« E o. 0Ego � QN mr mUa) .c Co yOUNE NO 'inoJo = La@nm m ti L co,0 yO m O - OP' / N y2 c0 0 ° go• oc -o y em '0 eo °NP, O a) 0 0 ' O m E NiC y c E y N 0)CnN N G m W C O 2 d a) E N n (U . 0° Naa@N' mYaC@ 0 2m '0Eu) ° °Y m @ r '0 Ev °CN! m di c 0 o >a:' - aN m FL -„,a) .CO mE OO `@ aCd Y T my0)0�np w >4)L Lm U . m 0. L ° c Yc aO d p C -o N w Y O 0)..L mw aa U -la m 2m 7 co< 6 Q '..--'7 �'>a gcCEC ' C U0.OyNo °fm m U U a t Ly5 Ny U c N a°C N O°@ @ O 6 o O-0- .° U d QE7oEcNC d V t Ua a.0 U ) O'o U U Cm"OC.N OO > .- C0 UN >C0 0 0 o C • . - _C 0 m.2 cy .06- cCC.N 15y Q) L aG@N( @ c E t C U n 7 U c ° v-0 > c co 0 C o Nin c �co o0 @ a2 @ m m 0 c C iL • O°co m O aL aO ° 2 ) a ND) p dEa . @ 0 n ° °'C0)— @ aia E E a) c m Z' c E "'O o'C m m x ` E c .._ oooZ >mx a) a m>nEo@ o a)o m a nZ_ c)aU v 0ca y nE m@ m o@ E Eaoo rnN a c mVI NC ca -mN .9-0 • ; L N - M tam O m Ht 'CW Na L L d '0co o Nmm2 S. S ° N N d m 03 ca C y yZ� @C C . y C C N yE 0cvo2m gmsaEmo ava3rncm mam�aa03 0o acki t yEaiXaai c 0)47. - -�i0wFL N �-3i. ° c)0F- '13 §-00 12C0 :0 ,-,4) 003 Noo ' C @ LCO 00 7 a) � O CN ° c U @ ai5 m U NoN _ _ L a N 'LmaiLL a = yOcr� a C ° y mENO.- E a 0 ° C C a o0c LO O_ C130.n 0 Q' c c c._ .c@ U L E-0 ° H a aa) n C 157 a a) 0 + 0i U O y N y o Up Na) ) c 0 ca 513 0 faC.- NmV O C m O its' ONC c V C@ @O2 @ll1DI o 0 C C)Ii! LC @U N > C,- C> N fUI U 43 O o 761. E ) '- V CO y N 0)p > a) ' m dNn 2 O N N .y N F-Cm a OO° � mE N E a ° N ayocl- em .0 a).c y2 yE o).- ° 0 ai aM� .c 0.1- -N cg E a ° v ¢ nEa y«� E y m aa v co N a Emam �x � ` oEa - mc , Q�oaNm ' Noco V a)ooE5m�" 2NYN N _amTac.) 'j coNNo 0Um c)) Caaa a) d7amO N 2 ° m(Oaen N n6 >: N.0aN Cd -0mdNm .-- am m � y NCpN E y y.- n.c a C m O 0 m E 0 z.c•N N.O 4-5 E m y N ° @ C a Q C... 0)o N 0 m E 0 2 0 F- N I. �, ° ma)m � @') Ec H 0 51 .c aa))) ()) a°) ESE075.Ca Fc0-° O ° a)'5oas'Fa E2a,F- a`@)•N0N ''. IL- E E°� `o co W UIQ coDFL- co-oo COw > aa)) QQL O.c W E N Ow O N W_c (4 u (LacoIL- -o a) h a) a) co a) N a) o ,, 0)@ 17 • '° > = C.co o t a U -o Q '0 a O3 L a) 0 >.> @ .0 Q) C GC. L ma) )O a) O C ` C Fitill ' 0L _ r 7 y @ c 0 y ° m 2 N O 02 co yiaF- yeq_'0O NtL O Edo ha) c o < L 0 0 o ) 7 N °aOOC O U N y C a c Nc coy m m m mmZ E ° E O U.eU r0 U ° ° Q ce.<o aUEc o E a t9° > X m m > nt o c �° coX = nm m n C) C y aE m ca Q mom o $g'nyc nE mN o TC >,o � Na) a) co 2- cu Ems aE00 m aao - C3' . u -C a) .c co N d LN 'C cC -0 0w ONoen00? a)-8..a N F- @ E O.,. 4 yy U ) m C . y • 0 N 1-U OmO,_ - " E ' co 2 ( U E C 5mC 4 > U O C O.C aOy � c0 V U 01T�`, N N 'C E ° @ U C mN 4cD i `7 C a s t0 C C p m m 3 @m ' V) N .0(0 E n a N c' pm i. O'� t0 La4 _O nN N@m- o) Nm p ° y aO N ° y .) dp@° a0° naE ON•- ° C L O 7 C L L O C Uy .c n @ N y 513 . '1 L .-c L ...- . E C ' m 0 +,_coN ° 0oyo ow c,c.0c � 2a EN LEcaE � oam m � ywN �oEd oco ° u) U ON co iu >dc 4- 'Cm E a . as ZauN c 0. 0 @ co ` @0 CC iii m Nodin 0 CD '-IS 5r) o E Q E t..-S, m m Q c acc m C @ O `CO LL0 > a . O _ U O.7" e m• °9 O .- @ U_0 o Q@a m NNm a> N E C O•c. y E 7) Na `' UNE ? m > y7 N mLO 0a O a N > �Oa ° � EONOC@ N ` dlO � � �0 nN COoy oa2 en a co Eo c °a Codd��ro� 2 (t) CLE ° Ern ° CD,c am mO.CI.°ac a,▪ o0 o m N @NmdN N o ,E c17) aiy5oy Z. Q 0-c N °-o.0" V O a NcND > UH Lh y@ -0'N N N C 'cUmNa > o >i� N CLI • o � U � mm Uoy- ocmm o >C y _ 0, 3-' � m c c _a NnCI.' E E � = o d u B3 0 C ° -00@ >N ) m m Om m m a C a C@w e m m C L cn 6 c c.Na o� Na ° m t C)0 o m 0 m Eo c y c- Ew o c wY~ a C -5 N8ay 'aoL o O C 0)NcoO O €CUN (op O NOctOa , o L m L )� N n E U > mUmL co'OECyUL m h . EULo 0o) a na c0 .5o ct m• nF- ciZaz cua nF E m o� `m �0 7U H a�c -;° 1.-0 0 E co 'Fr I I I LABORATORY TEST SUMMARY I „ 111111 . 111111111111 w 2 03 . . , . - (0) i,,, 4,4. , _ ,- ) T N 66 N co u) ad w ,r u, C7 ,- m <- Loco 000 rn ❑ ` N t' ' ' �ti 4� O) W N- . N O N U) _ /- W 6 C) m C) O) CO V N N d' R' I- p -- co Q• r m Z N — 2 m Q 0 4, ") N Z U r ca U 00 F- ❑ to w N W . • osn cocn — Q W 0 0 v o w U Z o _ (.1 _ c0 u ›- _J }— N 0I U y m un to N o w re F"' W a' `- N ,C m — Q 0D � � '7 cca 5— i_ Z_Nmr < 0cn v0 < {L ❑ F— W N O W 0 _i a m , . 6 "-) in co oi om <D3 03 C7 W — I oif — - 0 a , ,r) co Q.' m ' ' ,rin o ' Q t0 . ,. N .— ,r0 m ' ' u, L0 V V ,- 0 0 O O O c•-)O 6 6 ' •c” m ' ' cc) 6 O) oo N- N LO m ' ' 6 6 Z R,-- ' ' cli N 6 0 ye a re a) C.-• _o U a a n 4. r c a c o> w in in y U m O :; > w 000 00 = 0 c 1 N R w = T0 .- 0 tui o) 3 U Q) 0707 3 ` w C d m L c c c =' ai > ❑ O )o > co E w . . ,-,.. 2 .›. (7, 12 . x ..a Z'o g , d 0 m m m w > ❑ m o _m c❑ aaa •E E > e u 13 E o c4.. m a p) = ow o c = o J c.) .t7 a Y.^ O C j = C > cm U C o y jp o N W 4) 'O . - C O Ci E « ° w 2 h F' w > E O O U >. = N N W u x - - - 0 O ,m, m N m G) m Q m m 3 t c O m O.. 2 cwi = i6 O 0 mwOwcn aaa074aatomM020owM a0m 0 w 2 id 0 • 1 . _ Q t0• N _ to O) 0 0 0 N ' c) V C7 to N ' C N N m t 0, 001'.... LO N CO < O C) c0 O T 000 M. LION to O) t cn N f- - 0 N COI' O) m .4: L0 0)) 10 )0 - r) — - to W N c0 C] O) a co N `A c; 0_ — 00 X ce H O _ m Z N E NJ r O ✓ mQ UO ? N . m rnr` rn — aaa co - 4 '2? Mro ZZZ N NZr u-) 0„torn - N CO — OQZ W o 0 _ Y C^ � QWWO O m tf 6 . W Z UO N O N ~ N .R U L H y H J 00 1 , cf) c•) U O 1.-- = U U d , N . cn >+ ' 1— O ZCOrQ' Q rn c, U Q CC D h- rx CC 0 J to 0- to Lc> J U Q N CC m v Q - it i o N 4 O — 00 1 N 0• L0 ,0CO N c0 ? CJ 7 .- o O O 00 m . . V 00 � 00 ' O) 0 _ 00 Loc.; O) CO N Igi4 111111 ttttttt I... 11111Ca s e y e e re W cm-" m i > > c P. li w m .c L c Um y H 0) 0) 0) £ 0 U C C w tO N M .d. 0 ci al c 0 # # at e w c c a N L iiI C ...z. ,,;•:' d ' 7 y Ci R V1 • c t a a CO E E c ai::v 0 o c m a R z °}u « E E comma CCiaCio %15. cici �co EE4_ oy `ov') ►- $ > E " ` A 3 V/ Vi Oi'C () L X N.N 0 o « = d R a) d d A 9 R R 3 L C O R .( E o z is E O mcn0 W to OJaamm 0 cWK a0u) 0 PETROGRAPHIC RESULTS OF IN-SITU CONCRETE III imWmi nom Testing • Engineering • Consulting January 17,2013 Mr. Robert Williamson S&ME, Inc. Phone: 706-729-6917 1732 Wylds Road Fax: 706-729-6920 Augusta, Georgia 30909 email: rwilliamson@smeinc.com Subject: Report of Concrete Materials Testing Butt Memorial Bridge Augusta, Georgia TEC Services Project No.TEC 12-5616.07 Dear Mr. Williamson: Testing, Engineering and Consulting Services, Inc. (TEC Services), is pleased to submit this report of our concrete materials testing on the provided core from the Butt Memorial Bridge in Augusta, Georgia. The purpose of our services was to perform materials testing to determine the general quality of the concrete. Our report includes test results, petrographic observations and conclusions. Our services were performed in accordance with the terms and conditions of our current subcontractor agreement dated August 31,2011. Petrographic Evaluation (ASTM C856) The upper 21/4 inches of Core C-1 from the Butt Memorial Bridge in Augusta, Georgia was provided by S&ME. The subject bridge is approximately 100 years old. It is our understanding that an asphalt overlay of approximately 4" was on top of the concrete. The diameter of the core was approximately 3% inches. Compressive strength testing was performed on the lower portion of the core by S&ME. The compressive the lower portion was 7480 psi. The provided upper portion was sawcut perpendicular to the top surface of the core. One half of the core was ground and polished in preparation for microscopic examination (Photo 1). The prepared polished plane section was examined in accordance with the applicable sections of ASTM C856, Standard Practice for Petrographic Examination of Hardened Concrete, using a digital microscope at magnifications from 20X to 200X. Our significant observations are provided below. Coarse Aggregate: The coarse aggregate within the polished section was comprised of crushed granite. The coarse aggregates were hard and appeared of good quality. The maximum aggregate size was approximately % to 1 inch. The polished section was relatively small (2"by 31/2"), but within the polished area the coarse aggregate appeared to be lacking in medium sized particles. The surfaces of the coarse aggregate varied from subangular to subrounded. The coarse aggregate particles varied equidimensional to elongated in shape. The distribution of the coarse aggregate appeared even. No indications of alkali-silica reactions were observed in the coarse aggregate particles. Testing Engineering&Consulting Ser vices, Inc 235&ford O.r ve •lawrencevilte, OA 30045 (770)995- 000 * Y(7701 995-855550 Report of Concrete Materials Testing January 17,2013 Butt Memorial Bridge,Augusta,GA TEC Services Project No. 12-5616.07 Fine Aggregate: The fine aggregate appeared to be a natural sand comprised primarily of quartz. The quartz sand particles were hard and of good quality. The surfaces of the fine aggregate particles varied from subangular to subrounded. The fine aggregate had an even gradation and distribution. Indications of deleterious reactions were not observed. Hardened Cement Paste: The matrix(hardened cement paste) varied from light to dark gray in coloration(Photos 2—4). The variation in paste color may be a result of non-uniform mixing(common of concrete from the early 1900's). Tannish-orange paste was observed at the near surface of the core (Photos 5 & 6). This paste color is a result of carbonation and may have been exacerbated by the asphalt overlay. The depth of carbonation was also checked by spraying phenolphthalein solution on a fractured surface of the core. The colorless zone (indicating a pH of less than 9.5)varied from approximately 1/4 to %2 inch deep. The phenolphthalein turned dark pink within the paste which was not carbonated. This indicates the concrete is retaining its alkalinity. No indications of supplemental cementitious materials such as fly ash or slag were observed. The paste of the concrete was hard as it was difficult to scratch with a steel point. The porosity of the paste appeared to be low. This agrees with the results of our density testing which indicated an average water absorption of 4.7% after soaking and boiling. The w/c ratio of the paste appears to be in the range of 0.40 to 0.45. Our estimate of the w/c ratio is based on the paste hardness, coloration, residual particles and the results of our C642 testing. The paste of the concrete appears to be in relatively good condition and of good quality. Air Voids and Secondary Deposits: The concrete appears to contain entrained air voids (Photo 7). The entrained air content of the concrete appears to be in the range of 3 to 4%. The total air content including entrapped air voids appears to be in the range of 4 to 5%. These are visual estimates based on experience without the use of point count determinations. A few water related voids were observed, but they were not observed frequently indicating a low water content (Photo 8). One bleed water channel was present which appeared to promote deeper carbonation along a coarse aggregate particle (Photo 9). Many of the air voids contained secondary deposits (Photo 10). The deposits appear to be calcium carbonate. These deposits are common, not deleterious and an indication the concrete is subjected to wetting and drying cycles. Cracking&Reinforcing. One short (-3 mm long) laminar microcrack was observed approximately 0.5 to 1 mm beneath the top surface (Photo 10). Additional laminar cracking was not observed. As a result it does not appear the concrete contains significant freezing damage. An embedment impression of a small diameter (-3/32") steel wire was observed in the bottom of the polished section. Indications of corrosion were not observed. A smaller diameter (- 1/16") wire inclusion was observed in the polished section which may be tie wire. Surfaces: Exposed coarse aggregate particles with smooth surfaces are present in the top surface of the core. The smooth surfaces are likely a result of prolonged exposure to weathering. Portions of the near surface paste (0.5 to 1.0 mm) were lighter in coloration and softer (Photo 12). This may be a result of carbonation and weathering. A stain line was observed approximately 1 mm beneath the top surface. This line can be in indication of deicing materials applied to the surface or wetting and drying cycles. The bottom surface of the core was sawcut flat. Page 2 of 10 Report of Concrete Materials Testing January 17,2013 Butt Memorial Bridge,Augusta, GA TEC Services Project No. 12-5616.07 Density,Absorption & Void Testing(ASTM C642) A portion of Core C-1 was tested to determine the relative density, absorption and volume of voids in accordance with ASTM C642. The test portion contained a few small diameter (—I/16") steel wire inclusions. The volume of the test portions was approximately 234 cm3. This is less than the test volume of 350 cm3 recommended by ASTM C642, but we do not believe the steel wire inclusions and test volume had a significant effect on the test results. The test samples absorbed an average of 4.2% water when submerged in water for 48 hours and 4.7% water when soaked and boiled. Water absorption less than 5% indicates the paste has a low porosity. The average saturated unit weight was 152.0 lb/ft3. The results of the density testing are reported in Table 1 at the end of the report. Conclusions The following conclusions are based on our test results, petrographic observations and experience with similar evaluations. • The concrete within the provided core sample appears to be of general good quality with the exception of soft near surface carbonated paste in the upper 1/4 to 1/2 inch of the core. • No indications of significant deleterious alkali-silica reactions were observed. Closing Testing, Engineering and Consulting Services, Inc. appreciates the opportunity to provide our professional services for this important project. If you have any questions regarding this report, or if we can be of further assistance please contact us at 770-995-8000. Sincerely, TESTING,ENGINEERING AND CONSULTING SERVICES,INC. "/"/ Brian J. Wolfe, P.E. Kurt W.Heinrichs,P.E. Concrete Petrographer Principal Engineer Alabama Registration No. 33292 Georgia Registration No. 18 Attachments: Table 1: Results of Density,Absorption and Void Testing Photo Pages (Photos 1 — 14) Page 3 of 10 Report of Concrete Materials TestingJanuary 17-15 2013 Butt Memorial Bridge,Augusta, GA TEC Services Project No. 12-5616.07 Table 1: Results of Absorption, Density and Volume of Voids Testing ASTM C642 Absorption Absorption Bulk Bulk Bulk Dry Saturated Percent Core after 48 after 5 Density Density after Apparent Unit Unit Permeable No. hour Soak hour Boil Dry after immersion Density Weight Weight Voids 3 immersion (g/cm) (percent) (percent) (g/cm) (g/cm3) and boiling (Ib/ft3 ) (Ib/ft3) (percent) (g/cm3) C-1 4.2% 4.7% 2.33 2.42 2.44 2.61 145.2 152.0 10.9 Notes: (1) The test portion was the other half of the core which was not polished. (2) The test portion contained a few small inclusions of steel wire(-1/16"diameter). (3) The volume of the test portion was 234 cm3. This is less than the minimum volume required by ASTM C642 (350 cm3), but we do not believe it had a significant effect on the test results. Page 4 of 10 Report of Concrete Materials Testing January 17,2013 Butt Memorial Badge,Augusta. G 9 TEC Services Project No. I2-5616.07 Core C 1 f , wh s a. 44'44-" 3 s t §; 'r u, s '�"2,, : e 5 �' Ljc ?! ;* ` wty 71-i-v �"� �n ff.'s ;'w �`F �-,-4),.„. -,-' �✓ �� � ��,� a� :� ,� -�.•.� iA� fib. ',,,;,41:-2.,-,1,-7-!-'t'.!',"-.-- as X31-.a '' f ` ..>:. a pax `-, ' � �� 3' . J f ; •s;ggl�vf n dc3`mir�4a �a�.�.z.... :s<.,.,.<..,:...,.<...u,,.,.�.�.,.sw.....:,i-n----- .a�S..:a.t'-w# .r,�1.�:,.w.ms..-2,",„.,-------- :::---,- n�.< `�5. Photo 1. Overall of polished section of core in artificial light. Cor ' i'itit,--'.;=='.'4,i'ipt-*.,,,r''''''',";;1; '..t=';-7,,,7*,,i,-,,,,--'''..!,'2'1'4;41t.',1,--41=',;,,O=0 .-:..4 e C-1 �` � ��� „-.4',1-:,.:,;:,,,::: - ; Y� x � -4'4 „ .� .. 4 ' ',.: , , , '-•„ ,'4 -., , --, ,t-' ,*-,,,..r=4;',ka (f!!'-= '--9*,,,---'-' .'' .-1!„,,.,4',,;'14;4-'';,=,-,:;,=5'4.,=-;'' "7-4 jit ''-''' ' '':,,•;,,iii.;;;I:,::;f14:er,:it/pi IV/ "'fin F` a `° ft:elep'' M .y.A fix„ 'ff ,.n Y zZ' ”` 'e" "" ,. • ,.,q+ y, 3 �06� �111°!".:';:-;;c:;;;(" ;-. ...: „. . . 11.1,�� � �,.s ��, �� 3i2 Asan �i *- � Photomicrograph 2. Overall of varabilty paste coloration. Page 5 of 10 Report of Concrete<Llateriais Testing January 17,2013 Butt:blemorio!Bridge,Augusta, GA TEC Services Project No. 12-5616.07 a Core C-1 ,* - @� , . a.` II! ! , y y,-e ,cd ,;„,, Ssx b Y tk R -�P. w, e..','.5.iiii'-'1.-;,' ' --,;.:7'*;=:',',:4., ',4;i:7-4,,,VION*.,,'.,,.."1.. x ,, X 544.€ t ! a axe b PA .•�rz �,z EE Y Zt 3 i,., Z xf 'N ,,--; •4:11':-(44,7,-''' .''� s''' ai'.''''','1,, Photomicrograph 3. High magnification of relatively lighter colored paste. tCoreC1 A a , , � �� , _vim qtr y. .� Cv .1��.x�, v, r� r ria x{ r, Fti . , Ytk 4 sy � ys „ .; 5 -, z -%.,''''17 z 1 fre.', na ro ' ''''' '''',1':;:'::';'771L'af'-'ilrig4;4'11;14. 7;11;Y:;::1;:*:::r",,':',;.Y*::::'''''''':.17'hit '''''t:i'''':*1-1—'*1:...-1.';. I_ ..'1.;":k1.0,Lit--.;?:',c'',::'":"(r'::',::.1,,i.'",''''..... ' ' , ' - '. ':',' Photomicrograph 4. High magnification of relatively darker colored paste. Page 6 of 10 Report of Concrete,Llater irrls Testing January 17,2013 Butt a-lenrorial bridge,Augusta,GA TEC Services Project No. 12-5616.07 Core C-1 .a% ' f'4 . r�;y ' -su;' g 'o. ( tee., ` � d � '� h � $F r7 Photomicrograph 5. Lower ma;ot.:;„;;trry,..,.43,-::', ,,,,;-4.1;;.,,:,:,'' gnification of near surface carbonated paste. CoreC1 - )1 ','-c:: -',,--.;%,i‘i,... ,0-4-:+1,--'',„ ''. --", ,-,, - ., s - �',`,.'„,-;,;:,*,,,,"::::-.,..,:k:. „,y ^.� a mit g ' i J " � f - ��• � � far fit a u ` -,.4.1----1-;',-,,,,14, -;-,.,,,,,,, 4 fr.,-,,,,,'04,--:::444-;:,:,, 9I' {kJY , xx fi � " � n Y ` .. .. z4,,,,,4„ . `" ,fie. ..., Photoicrograph 6- m High magnification image of carbonated paste. Page 7 of 10 Report of Concrete Ulaterials Testing January 17,2013 Butt;tlenmrial Bridge,Augusta, G,7 TEC Services Project No4 , - ,:''7:17,Xtek,r,..W. '' 44 it-,4-01.-4-..i. --"?..,„A*5;',.....'—'-''' 7i.'-'44 . 12-5616.07 CoreC-1 fi � ^ i +,;8,y`, " "ice- fi "fi g:� ' 411! shy * -"!°---' 4-" , 4 :4:',::-.:4':' s� .,�� , ? £ Y n � ` ;7:- � � :fix g'n//4,-%11:ii.44,!';:';'-'7: :;:,‘Iii:7"it .,,,'''Ir'2';';'":*' ': €� a � `. spa :?`":-tr:' -1-rt'' ,7-31:;a-i4T, 7;4114- Photomicrograph 7. Small spherical entrained air voids observed within paste. ::,i Core _,,,,,:til lAitt,,, ...-- ....;*4: - , 1-„-;:fiie.- ':1:::4.4bit4:*:•,•:fr 4 ,',t` wry f: v`,-., ' :,::4.„. ,. rt. , t..4:t;,•-*''* :,'111,tr,:,it. ,"'r* 1,—,P*4- "'IA' ,,--'-' ,i,;;;*',.,,,,,'',''',,,,,,, .4 - Irt'''''fr' ' S 5 Ar: 'w,"-,:;,, ;;;;:;:.!:',..:''''';i:T!:`!4:- 4,,,,1„, ., 4.-i.-iy'' * .� � 5. `.�a 'ry '',7' 'bis"'Y s p tt 'i, t y1' .,q;;:7:-:'t,,: -7,,tf'.-o- iikr5-,-.:--:tt.it'Ari-?.--,-,,-,,,... 4-i-t.:1-, , ....if4'''..t.,-,':-‘...,14:;,,,,,, - f3 sed ; > ;,��-��, .��- - � � � � nom: ms'sa ,� a.,__ n y `-- �, Photomicrograph 8. Irregular shaped water gain voids observed within paste. Page8of10 Repan of Concrete Materials Testing January 17,2013 Butt ivfen,a ial Bridge,Augusta. GA TEC Services Project No. 12-5616.07 Core C 1 '" +q c '' • r ---:.;;..1%&'''.:',..--"-,,,',:;0., .r` 4 ro ;c " cis. (' } t as •r- ez ' x ' wr ,,,,,,,,,,,,',,,.rr„,„,,,,t.. : ,r-...„ ,, - ,,,.,..,,...: ... :-,,,,,,,,:-,--, ,,,..i,,,r,,,,i,,,,!,,,:l.,„ :,:,,,,,,,,:,,,,,.-„,-,-:.,,,,,„„:„:,,,,,,,,,,-.,„...;:•_,,,, .,.,,,,,,„ - ., - , .. ' '''1''''.. * ''1'ti:1'''. ' ' ''''''W'''''';'''''*':''';'1'4'':'' y ? � V� 6y `F m?'e C'x ev klit-:',.-.:",:'.'.-,;,,,-.'' 1-,-'::,'--',,,f..'.-.0:....;'-e.',:',• -.-7... . ' - .-,,r,"' )7,4-/ .4-.-1..f..,,-4,...:7 ',. ...:..-.,.,...,5,.At7,004 �', , H Sys t.s, r'yx?r t i.''''::....-:-,.,..,.. Nr 4. .:.',--1.-:.---.:::;,-, '"R a"�V YS4FS1 S�I ,i51:-.';'74'i''''''' 4 > Fy;,s Y4 t i• .:, .:, ,.. ..,. ...Yws "s�..., ,Y� �" a.c2 ttte'.�..r:, Photomicrograph 9. Interconnected bleed water void and channel observed. Core C-1 � _ f,,k, F Pad ,' '*- ": "-::-.,,,-,.,-.:?,,511,/17 5.1.':::,;Itt.-:-"..--Wnr':, ,'.' . x t 1 'i 4 a n , �e�_. " - - 1 0 rnn1tf ` • Photomicrograph 10. Secondary deposits observed within air voids. Page 9 of 10 Report of Con- a rcrete Materials Testing January 17,2013 Butt MemorialBridge,.Augusta, G.d TEC Services Project No. 12-5616.07 r Core C-1 � ��h 4" �;� �� i . F _fig g a ,,,70;..,:.,,,,,-_-_-,--- -„,_--....,.,,„.„... .,.:,.,,o,i!„„:..: - . , , a .. 4 ,y ,' r.%., , '3 ay 'tee ` '' .. .. . ............ ..4,,,...„ .i.,,, ,,,.,,:..,„.,,,),.x,,,y.1.,:,,424,::;,.,,,..:.--„,_,:,,-,...:::,,,...,„,,„.„- ' » '- Li Y .-. . .,:.t.7„3444,,,,„,:,,,--..„.„,,,,,.. ,„ > ,S# 3 # ,, , .. :.....„.,,.„„:,„„*.:....-.....ii:;, N i�,�' � -,�z;.� x�s�`" s -_fir n`�. �-. na E- ' R 4 Photomicrograph 11. Laminar crack observed beneath the top surface of the core. 'te C1aCore - � f ��' ✓- ' y ' '- $>ka "� �"'� ?.. ..- _,:.::14.,,, :',.;4f, *,-,-.f,, ,, •-•..amg $ �Sa �FR-� e .--!'"1-..17:'':2:41,:fillii,"Ali*iiii.--,:;:4, ,Illcv--:!,:.:,.,...:.-- ,:;:., -." '€tae " " t t ' a. ,� _A"a" '` t. ` a" ' ,.'. A 5 Mf!' d Photomicrograph 12. Soft near surface paste observed. Page 10 of 10 CONCRETE CORE COMPRESSIVE STRENGTH , I 1 1 I TS .0 (1) ..... :LT; 000 0 c) c cn .-- , C) '11t a., a) 0. CD CD LO Cr) L. s- ...... LO Nt ',:1- 'cf• 0 Cr) c I ill 1 1 .2k. ). .2 co co cs) < a) ,.., oo o-) co Le ,...- as ds ci. cis W , 1 ' 1 HFHIu < , 1--- > .- .c 4_, 1 NI in 0., <=, c, 0) a) . u, N., CD CD CD (N1 1 I N— ti ca a ff.0) C4) ro- N 1 E U) s-, o 6 i a 1 1 c.) 1 1 cm 1 , c in u, cp w 1 1 ..... 1 I 6. _a N LCD CD aIl — CO N •ct —J0 00 in i.r) I rr, CD al .:1 ii — N }-0'2,1(0 LLI 1.- • o • 23'co,(Alce t50i 2 ••, 72 4- o r:,,,f.::Ii 0 ,cN:s i(...) I 2 1 I'c'i's L-1 c)I 1 cil? L(j 0 i I<IIHZ1 15) 16 -ci.c u c .1 -J CO CD CO as0. C iri 4 •4: C.) k 6 a E, cp co -4- S.') • -1 Co! F FC;) C13 f7). I I.—i a)i •I .0 2 .0 .—. C 1 i 8 1 0• ' r:n ti " Z z z• 1 a i!......), 1 =I <1 c , :3, o 19 1 c .— co 2 oo co co _o ro i w 1 ,-1 0 g, <..) a) tj in it) Lo 0 ,fa ci) = rood .¢- , ••••• T- .k.' -C ,LE 1„ 0 ..-.. ILL21E.F3-C1C1061 CS F [ 1 4,,, 2 1 co 1 I co _ co co cei 1 as ••I+c-'I+. :.7. .9_ ta It, 0 E co 1 1 00 ci —1 0 (-) (-) c6 o a) r 11:I 0 ... ,,_ 1 — 00 i 00 LIMITATIONS LIMITATIONS OF CONCLUSIONS AND RECOMMENDATIONS This report has been prepared for the exclusive use of Cranston Engineering Group, P.C. and the City of Augusta-Richmond County, and their designees for specific application to the project previously discussed. Our conclusions and recommendations have been rendered using generally accepted standards of geotechnical engineering practice in the State of Georgia using the Georgia Department of Transportation Bridge Foundation Investigation (BFI) format. No other warranty is expressed or implied. This company is not responsible for the conclusions, opinions, or recommendations of others based on these data. Our conclusions and recommendations are based on the design information furnished to us, the data obtained from the previously described subsurface exploration, and our past experience. They do not reflect variations in the subsurface conditions which are likely to exist intermediate of our borings and in unexplored areas of the site due to the inherent variability of the subsurface conditions in this geologic region and existing roadway/railroad construction. Should such variations become apparent during construction, it will be necessary to re-evaluate our conclusions and recommendations based upon on-site observation of the conditions. If changes are made in the plans, the recommendations presented in this report must not be considered valid unless the changes are reviewed by our firm and our recommendations modified or verified in writing. We should be given the opportunity to review the foundation plan, grading plan, and applicable portions of the project specifications when the design is finalized. This review will allow us to check whether these documents are consistent with the intent of our recommendations.