Loading...
HomeMy WebLinkAboutFG 2017-11 FORT GORDON CYBER COE CAMPUS SANITARY SEWER EXTENSION - CONSTRUCTION CONTRACT DOCUMENTS FOR BLAIR CONSTRUCTION, INC. I t CONTRACT DOCUMENTS AND SPECIFICATIONS FOR 1 FORT GORDON CYBER CoE CAMPUS- SANITARY SEWER EXTENSION Project#FG-2017-11 Augusta, Georgia The Honorable Hardie Davis,Jr.,Mayor Commissioners: William Fennoy I Dennis Williams Mary Davis Sammie Sias ' Andrew Jefferson Ben Hasan Sean Frantom Wayne Guilfoyle Marion Williams Grady Smith ' Tom D. Wiedmeier Director, Augusta Utilities Department Augusta Utilities Department � p 452 Walker St,Augusta, GA 30901 July 30, 2018 I I I 1 CONTENTS ISECTION TITLE #OF PAGES I Invitation to Bid IIB Instructions to Bidders 2 P Proposal 7 IA Agreement 3 NA Notice of Award 1 INP Notice to Proceed 1 I CO Change Order 1 BB Bid Bonds 2 IPB Performance and Payment Bonds 5 GC General Conditions 52 SC Supplementary General Conditions 12 • Report of Geotechnical Exploration 42 I • AUD Measurement and Payment 11 Standard and Technical Specifications: Section 01330-Submittal Procedures 4 I Section 02055-Soils-Structural 2 Section 02060-Aggregate 2 Section 02221-Selective Demolition 2 Section 02230-Clearing&Grubbing 1 I Section 02241-Dewatering 5 Section 02311-Grading Section 02316-Rock Removal 2 I Section 02324-Trenching 6 Section 02371-Rip Rap 2 Section 02374-Erosion Control Devices 2 Section 02539-Sanitary Sewer Systems 4 I Section 02633-Sanitary Frames-Covers 3 Section 02721-Aggregate Base Course 2 Section 02740-Flexible Pavement Structures 4 I Section 02750-Concrete Construction 3 Section 02760-Flowable Fill Material 2 Section 02924-Grassing and Mulching 3 Packaged Metering Spec 6 Signature Flow Meter EngSpec 9 Metering Manhole Installation 4 I ' SECTION IB INSTRUCTIONS TO BIDDERS ' IB-01 GENERAL All proposals must be presented in a sealed envelope,addressed to the OWNER.The proposal must be filed with the OWNER on or before the time stated in the invitation for bids.Mailed proposals will be ' treated hi every respect as though filed in person and will be subject to the same requirements. Proposals received subsequent to the time stated will be returned unopened.Prior to the time stated 1 any proposal may be withdrawn at the discretion of the bidder,but no proposal may be withdrawn for a period of sixty (60) days after bids have been opened,pending the execution of contract with the successful bidder. ' IB-02 EXAMINATION OF WORK Each bidder shall,by careful examination,satisfy himself as to the nature and location of the work;the ' conformation of the ground;the character,quality and quantity of the facilities needed preliminary to and during the prosecution of the work;the general and local conditions;and all other matters which can in any way affect the work or the cost thereof under the contract. No oral agreement or conversation with any officer,agent,or employee of the OWNER,either before or after the execution of the contract,shall affect or modify any of the terms or obligations therein. IB-03 ADDENDA AND INTERPRETATIONS No interpretation of the meaning of plans,specifications or other pre-bid documents will be made to any bidder orally. ' Every request for such interpretation should be in writing addressed to the Geri A. Sams,Director of Procurement;Procurement Department;Room 605;530 Greene Street;Augusta,GA 30901 and to be given consideration must be received at least ten days prior to the date fixed for the opening of bids.Any and all such interpretations and any supplemental instructions will be in the form ' of written addenda to the specifications which,if issued,will be sent by facsimile or U.S. mail to all prospective bidders(at the respective addresses furnished for such purposes),not later than five days prior to the date fixed for the opening of bids.Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. IB-04 PREPARATION OF BIDS ' Bids shall be submitted on the forms provided and must be signed by the bidder or his authorized representative.Any corrections to entries made on bid forms should be initialed by the person signing 1 the bid. Bidders must quote on all items appearing on the bid forms, unless specific directions in the advertisement,on the bid form,or in the special specifications allow for partial bids.Failure to quote on all items may disqualify the bid.When quotations on all items are not required,bidders shall insert the words"no bid"where appropriate. Alternative bids will not be considered unless specifically called for. Telegraphic bids will not be considered. Modifications to bids already submitted will be allowed if submitted by telegraph prior to the time fixed in the Invitation for Bids. Modifications shall be submitted as such,and shall not reveal the total amount of either the original or revised bids. IB-1 1 ' Bids by wholly owned proprietorships or partnerships will be signed by all OWNERs. Bids of corporations will be signed by an officer of the firm and his signature attested by the secretary thereof ' who will affix the corporate seal to the proposal. NOTE:A 10% Bid Bond is required in all cases. IB-05 BASIS OF AWARD The bids will be compared on the basis of unit prices,as extended,which will include and cover the ' furnishing of all material and the performance of all labor requisite or proper,and completing of all the work called for under the accompanying contract,and in the manner set forth and described in the specifications. ' Where estimated quantities are included in certain items of the proposal,they are for the purpose of comparing bids.While they are believed to be close approximations,they are not guaranteed.It is the responsibility of the CONTRACTOR to check all items of construction.In case of error in extension of prices in a proposal,unit bid prices shall govern. IB-06 BIDDER'S QUALIFICATIONS ' No proposal will be received from any bidder unless he can present satisfactory evidence that he is skilled in work of a similar nature to that covered by the contract and has sufficient assets to meet all obligations to be incurred in carrying out the work. He shall submit with his proposal, sealed in a separate envelope,a FINANCIAL EXPERIENCE AND EQUIPMENT STATEMENT,giving reliable information as to working capital available, plant equipment, and his experience and general qualifications.The OWNER may make such investigations as are deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to him all such additional ' information and data for this purpose as may be requested.The OWNER reserves the right to reject any bid if the evidence submitted by the bidder or investigation of him fails to satisfy the OWNER that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Part of the evidence required above shall consist of a list of the names and ' addresses of not less than five(5)firms or corporations for which the bidder has done similar work. IB-07 PERFORMANCE BOND ' At the time of entering into the contract,the CONTRACTOR shall give bond to the OWNER for the use of the OWNER and all persons doing work or furnishing skill,tools,machinery or materials under or for the purpose of such contract,conditional for the payment as they become due,of all just claims for such work,tools,machinery,skill and terms,for saving the OWNER hannless from all cost and charges that may accrue on account of the doing of the work specified, and for compliance with the laws pertaining thereto.Said bond shall be for the amount of the contract satisfactory to the OWNER and ' authorized by law to do business in the State of Georgia. Attorneys-in-fact who sign bonds must file with each copy thereof a certified and effectively dated copy of the power of attorney. IB-08 REJECTION OF BIDS These proposals are asked for in good faith,and awards will be made as soon as practicable,provided satisfactory bids are received.The right is reserved,however to waive any informalities in bidding,to reject any and all proposals,or to accept a bid other than the lowest submitted if such action is deemed to be in the best interest of the OWNER. IB-2 i I I I SECTION P PROPOSAL IDate: 9/26/18 Gentlemen: In compliance with your invitation for bids, the undersigned hereby proposes to furnish all labor, equipment and material,and perform all work for the project referred to herein as: IITB 18-295 FORT GORDON CYBER CoE CAMPUS-SANITARY SEWER EXTENSION In strict accordance with the Contract Documents and in consideration of the amounts shown on the bid schedule Iattached hereto and totaling: Two Million Four Hundred Three Thousand Five Hundred Ninety Five IAnd 50 /100 Dollars ( $2,403,595.50 ). The undersigned hereby agrees that,upon written acceptance of this bid,he will within 10 days of receipt I 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 I with required contract performance dates stated in AGREEMENT Article II. The undersigned hereby also agrees that the work will be completed within a time frame stated in AGREEMENT Article II. The undersigned acknowledges receipt of the following addenda: IAddendum No. Addendum Date 1 9/13/18 I Enclosed is a bid guarantee consisting of a Bid Bond in the IAmount of 10% of Total Bid Amount ($240,359.551 Respectfully Submitted, I Blair Construction,Inc. ,,�j111111itilite Firm ��•` sTRu ,i.�,, P.O.Box 770 Evans,GA 30809 I X14; G ORP pR.1;.e.00I. Address SERI, z_ By: t co 1878 A; Tr, o�� , OF*0�I',,``I TITLE: Vice President I I P-1 Revised:August 2014 I IAUGUSTA UTILITIES DEPARTMENT FORT GORDON CYBER CoE CAMPUS SANITARY SEWER EXTENSION LINES A AND Al I From Butler Greek Tnmk Mein to Cyber CoE Campus at I'Avcmue REVISED 01609/1712018 ITEM NO. DESCRIPTION - UNIT OTY UNIT COST TOTAL COST illSANITARY SEWER-LINE A Y ,S•IA(N l2•PVC SANITARY SEWER PIPE,BEDDLDE MATERIAL CID.TYPE I(N0.57 ICONS) LF 646 s� 7�/_7G2 m I S•IB(N tS'PVC SANITARY SEWER PIPE,EDR35,0591716'-8'INCLD.TYPE D(NO.57 STONE) 13! �//4 Op '•7 T7e7)(-71.--42 a�/ pts BEDDING MATERIAL "r 4 2 S-IC(A) 12'PVC SANITARY SEWER PIPE,SDR35,DEM SAO'INClD.TYPE II 070.57 STONE) LP IT6 �� ?3e� ��p yJ�CJ' BEDDB7GMA7EA/AL 0 j XID(A) I2-PVC SANITARY SEWER PDQ IDE 35,DEPTH 10.1N INCLD,TYPE II(NO.57 SIONE) ---`''_ _-- , P BEDDINGMATPRiA1 704(2 `. 0•111(A) 12"PVCSANITARYSEWER PB'$BEDD G MATERIAL,INCLD.TYPE II(NO. STONE)— IF I ES �� LU IF 69 /�i —32 L/ O� 3-29 2. - i _ I 5-IF(A) 12'PVC SANITARY SEWER PIPE, _ INCLD TYPE 1I(N0.37 S70NE) ""�, l��� ®p 5-10(A) BEDDING MATERIAL 16"DD SANITARY SEWER PIPE,CLASS350.PROTECT°401 LINED•CERAMIC EPDXY,DEPTH 0'-6',INCLD.TYPED O70,57 STONE)BEDDING LP 27 /DING MATERIAL LP Mt) l/'7 94 ' 3rj bpd =. /l G- "�– 0 G7 $•/H(A) 16•DIP SANITARY SEWER PIPE,CLASS 350,PROTECT°401 LINED-CERAMIC EPDXY.DEPTH �j II 6'-8',INCLD.7YPED(NO.37 STONE)BEDDING MATERIAI. LF 30 //7 ���� �_ 5-11(A) I6•DIP SANITARY SEWER PIPE,CLASS 350,PROTECT°401 LINED-CERAMIC EPDXY,DEPTH G 6'•Ia,INCL°.TYPE D 070.57STONE)BEDDING MATERIA[. LP 20 //2 _moi I 0.2-44 2:2 S-INA) II'PVC SANITARY SBWERPIPE, HEDIIINO MATERiALINCID.TYPE QO40.37 STONE) LF 846 7� ,-,,e . I S-IX(N IIP PVC SANITARY SEWER PIE,DR 26,DEPTH 64'INCLD TYPE II(NO.57 STONE) OO � � G+D 1,F 133z ��/— 7?yam !. S•iL(N 14'PVC SANITARY SEWER PIPE.SDR26,DEPTH 8'-1a INCLD.TYPE II(NO,57 STONE) LF 924 '? p!� BEDDING MATERIAL 7S p.73 ejo I—"" S•IM(/) 18'PVC SANITARY SEWER PIPE, BEDDING MA ODE 26,DEPTH I0'-I ]ACID.TYPE ll070.57SIONE) LP 609 75'.. � �� / S-171(A) LF 310 1S'PVC SANITARY SEWER PIPE,SDR 26,DEPTH I2'-14'INCID.TYPE 0(N0.57 STONE) 7,5-.2-'-'---`' J BEDDING MATERIAL 03 2.5— - I 5-10(A) 18"PVC SANITARY SEWER PIPE,ODE 26,DEPTH 14'-16'INCLD.TYPES(NO..57 STONE) " BEDDING MATERIAL 'µ 7�--7 -2... 33 D p 5-19(A) 18"DIP SANITARY SEWER PIPE,CLASS 350,PROTECT°401 LINED-CERAMIC EPDXY,DEPTH 1,419 / 75 ' 0'-6',INCID.TYPE II 010.57 STONE)BIDDING MATERIALLF /� _ O � --," /0.5---72C7 i S..icwo 18•DD SANITARY SEWER PDE,CLASS 350,PROTECT°401 LINED-CERAMIC EPDXY.DEPTH 6'-8',INCL°.TYPE II(N0.57 STONE)BEDDING MATERIAL LP i 414 /�� .1 g 2z)S•IR(N 38•DIP SANITARY SEWER PIPE,CLASS 350,PROTECT°401 LIN11D-CERAMIC EPDXY,DEPTH ) /-C 8'•la,I4CS.D.TYPE II(X !0.57 STONE)BEDDING MATERIAL LF I)0 /te . ,d ///60' / +`_ S-IS(A) 1P DW SANITARY SEWED PIF CLASS 350,PROTECT°401 LINED-CERAMIC EPDXY,DEPTH ,v 111 NMI',DICED.TYPE II(MI57 SIONE)BEDDING MATERIAL BH LF /3e7 -- //St, / SIT(N I8"DIP SANITARY SEWER PIPE,CLASS 350,PROTECT]401 LINED-CERAMIC EPDXY.DEPTH !7!�(/j � 10-1T,INCiD.TYPE II(NO.57 STONE)BEDDING MATERIA- LF 24 /342 1; 3/2,z2 E-lU(A) 10'DIP SANITARY SEWER PIPE,CLASS 330,PROTECT°401 LINED-CERAMIC EPDXY,DEPTH 142LE / �Q � 1� V.S,INCSD.TYPE II(NO.37 STONE)BEDDING MATF3UAL --"— S-1V(A) 10'DIP SANITARY SEWER PIPE,CLASS 350,PRt17'ECTO 401 LINED-CERAMIC EPDXY,DEPTH LF 83 /$� J/ �y� _ 6'-8',INCL°.'APE II(N.57 STONE)BEDDING MATERIAL / 4 �, a _ I S-IW(A) 24*DIPSANITARY SEWER PIPE,CLASS(NO.PA07HC) 401 LWED.CERAMIC EPDXY,7 PTH LF IyN /7� 3 - �J J 5 _yam a-6',DICED.TYPE II(NO.57 STONE)REDOING MATERIAL '!/ SIX(N 24.DIP SANITARY SEWER PIPE,CLASS 350,PR01HCr0401 LINED-CERAMIC EPDXY,DEPTH LF 304 U V.8',1NCLD,TYPED ONO.S7 STONE)BEDDING MATERIAL /22- '7 d_•l / --T '7 o�, S•]Y(N 24"DIP SANITARY SEWER PIPE,CLASS 350,PROTECT°401 LINED-CERAMIC EPDXY,DEPTH /G+ J L G t 8l-Ia,INCLD.TYPE II 070.57 STONE)BEDDING MATERIAL LF 61 86 / A' /3 73 J 5-12(Aj 24*DIPSANITARY SEWER PIPE,CLASS 350,PA07ECT0 401 LINED-CERAMIC EPDXY,DEPTH i p )) 10-12'.INCLD.TYPE n(NO.57 STONE)BEDDING MATERIAL u / 7 z �— /0 7' 72 — 1 Addendum 1 Bid 18-295 Fort Gordon Cyber CoE Campus Sanitary Sewer Extension Project#FG-2017-11-Task Order I IS-5(A) RESTRAINED JOINT PIPE FOR 24"DIP BA'IRARY S9NBRPIPE !(' HA 23 )0�3� �,_, s-6A(N PRECAST SANITARY SEWER MANHOLE(GAD =STD.101IA).TYPE I.DEPTH(P4(411. j 43 �� //7773�'o A I 4 S•7A(N ADDFONAL SANITARY MANHOETER) LE DEPTH,TYPE I,DEPTH CLASS I(41"D1A) 'VF T3 � e /22—f /L�'®a - S-7B(A) ADDITIONAL SANITARY MANHOLE DEPTH,TYPE I,DEPTH CLASS 2(41'DIA) VF 26 / 2 41 0 7� _ 7 5-11(A) OLTTSIDEDROPP(PING EA S //1Lz:, -- i 4ig 7-e.,:e7 YO®- ISANITARY SEWER-UNE AI - — — 5.1(AI) 20'DR SANITARY SEWER PIPE,CLASS Mt PXO ECT0101 LINED-CERAMIC EPDXY,DEPTH. M,. IOf / (1- O� .D 0'.6'.INCLO.TYPE II(N0.57 STONE)BIDDING MATERIAL _- ____._.. `�r ✓ /yam//�22"e -. I 34(AI) AERIAL 32'DA STEEL CASINO PIPE.MLN.WALL THICKNESS 0.375 INCH LF 9f az_,..._ --- _ �/"/L� S.5(AI) RESTRAINED MINTS FOR 20'DR SANITARY SEWER PRF, EA 6 i/�O -'- 2 o� 5.12(M) SANITARY SEWER MANHOLETDi50 PA 41,0-29e:7 I .....9.� /7� ;75727 PAVEMENT STRUCTURES I yP.I(A) ASPHALT OVERLAY,9.5 MM,2'THICK MINIMUM SY 4,270 / 50 _`.�• / J P-2(A) GRADED AGO.BASE(1012'THICK)AND ASPHALT PATCH(2112'THICK),INCLUDING REMOVAL OF 212'GAB.ELT.TACK COAT AND EXISTING STRUCTURE SY_ 1,035 /�Q_/J - _ 44''' ` 7�7 I P•1(A) MRSY 1,400 /1%5-4'2 S� LING,G•2' r / , PA(A) 24'CURB AND GUTTER LF 550 3Z ___ /740th.,I CMG. ... MISCELLANEOUS ITEMS M-2(AI) CLASS B CONCRETE INCLD.REINP.STEEL(PIERS FOR AETUAL SEWER CROSSING) CY 60 /72- V�J /03 2-- 4, i Ma(A) ROCK EXCAVATION CY 300 a i /2‘775-.7 .•14-5(A) CLEARING AND GRUBBING AC 10 7.5..--4,4, &>, 1 -. :' 75-000' x' 111 SI-MA) FLAW METER INSTALLEDCEOM INCIADElNGMANHOLE,FLUME,METERWo I---- ..e .e -__�.._._ eaw QUIPMENT POWER EA .. o M-9(A3) ATTACBEMENTS TO PIER(OR AERIAL SEWER CROSSING) HA I 2 pv 04,75- ,3'35-0 6''' M•10(AI) CONCRETE CAP INCLUDING REINFORCING STEEL STRAPS,PADS BA i 2t.�p� cam_ �7 /Dtx'o M•71(AI) STEEL PILES LF 40 23r, " - 90-Yja - ILUMP SUM CONSTRUCTION(LINES Ai.A,El,AND B2) i C LS-1 MOBILIZATION f3 7 /2 //L "'- /2//z- -"- LS-2 f)OP4D AND INSURANCE 1 � 4Vi �' ZS / r� lSd TEMPORARY EROSION AND SEDIMENT CONTROL LS I 2/ 7742`'-g-3-7 1 0/,-77 '— 1 � ILS-4 -�- TRAFFIC CONTROL LS 1 /Z//.2., 1 / //2 pp I Addendum 1 Bid 18-295 Fort Gordon Cyber CoE Campus Sanitary Sewer Extension Project#FG-2017-11-Task Order I S PERMANENT GRASSI:G(APPROX.i2 AC) tS 1 I IS LSb & ABUU,T SURVEY/CONSTRUCTION STAKING LS 1 dd /z 9z� - /2,zee:" LS-7 OWNER ALLOWANCE Po bound en directed by du Winer) [SI 5100,000.00 i i f100,000.00 New Any auk shim to plw bel not Deluded In the'ban ham then&mroldrred mcdmnl walk and thaerre Amid be eoo mtrd for by the Cmender In Lamp Sum Ca nbuctioa There will be on eepruc I pay ham damek not specified above. TOTAL BID(LINES A AND Al) p _ zJzay yz�s I I I I I . I • I I I I I Addendum 1 Bid 18-295 Fort Gordon Cyber C0E Campus Sanitary Sewer Extension Project#FG-2017-11-Task Order I I I IAUGUSTA UTILITIES DEPARTMENT FORT GORDON CYBER CoE CAMPUS SANITARY SEWER EXTENSION I REVISED ON 09/0712611 LEVE BI-Outfit to Line A rum NO. D) TION ukar On' UNIT C08T TOTAL COST ISANITARY SEWER-LINE B1 S-IA(BI) 12'PVC SANITARY SEWER NPR SDR 75,DEPTH 0'4'II4L3D.TYPE II(NO. LP 134 73 —_ ' 57 BIDDONGMATERIAL 7 / _ 7 318(B1) 12'PVC SANITARY SEWRRPIPE,SINt 35,DEPTH HDOGVG MATERIAL 68INC[VDINGTYPED LF 400 - /�0vQ op ✓ &1C(Bi) 12-PVC SANITARY SEWER PIPE,SDR35,DEPTH 140'INCLD.TYPE II(NO. 291 . 1.9, � � ( � �i - I 57 STONE)BEDDINOMATERIAL LF S1D(BI) 12'PVC SANITARY SEWER PIPE,SDR 35,DEPTH 10=12'INCLD.TYPE V LF 80 t� a0 {*10.57 STOMPBEDDINGMATERLRL / 3/ / _z, - ' 9.4(BI) _ PRECAST SANITARYSEWER MANHOLE(GA DOT STD.IOIIA).TYPE 1, EA 2 00 DEPTH 0'fi'(48'DIAMETER) 3227 gj "'----- /72- ` /[L J� S-7A(B1) ADDMONAL SANITARY MANHOLE DEPTH,TYPE I,DEPTH CLASS I(48' 6 tl� �f / �) DIA) /�Z ,— /o3Z- 5-78(81) ADDITIONAL SANITARY MANHOLE DEPTH,TYPE I,DEPTH CLASS 2(48' _ J DIA) 3 /72 / ..,a,-----"-- 5-12031) ©5-12(81) MANHOLE 743-INS EA I /384;7.t7J' ��0� ! 5.15(51) ABANDON MANHOLE HA 1 .040.e:747 [7O 'J��v e MISCELLANEOUS ITEMS III M•5(B1) CLEARING AND GRUBBING AC I T 7, ,,7 , — 7S O ®rte /l G7 ILUMP SUM CONSTRUCTION(LINE BI) - DISCONNECT ALL ELECTRICAL POWER AT MR080PG1344.REMOVE LS-9(51) PUMPS AND CONTROLLERS AND TUSH OVER TO AVD.DEWATER ALL LS I ��J'7�� e'® 2�� CONTENTS OF LIFT STATION AND CONVERT TO MANHOLE. /!� Note:My work shown an piens bail not included in the above item shall be consider< incidental wink and tbarefere ahold be accounted for by the Contractor in Lump San Construction.Them will be no separate pay item for work not specified above. ITOTAL BID(LINE 81) 75-9 7 I I I Addendum 1 Bid 18-295 Fort Gordon Cyber CoE Campus Sanitary Sewer Extension Project#FG-2017-11-Task Order I IAUGUSTA UTILITIES DEPARTMENT FORT GORDON CYBER CoE CAMPUS SANITARY SEWER EXTENSION REVISED ON 09!05/2018 LINE B2.Outfall to Line A IIFM NO. DESCRIP'T'ION IINrr err urarcosr TOTAL , SANITARY SEWER 5-1A(B2) 12'PVC SANITARY SEWER PIPE,&DR35,DEPTH O'-6'ECM TYPE II(NO LF 389 [��JJ .3''' '' •jO 57 STONE)BEDDING MATERIAL / ,�,i /7 Zc�. - S-111(132) 12'FVC SANITARY 9EWBR PIPE,BEDDI SDIG TR63A1 6.4'INCLUDING TYPE II LF TERIAL240 T �Q /1-3'0,4 , 44 5.1 C(B2) 12'PVC SANITARY SEWER PIPE,SDR 35,DEPTH T-10'1NCLD.TYPED(140. �,f ' -- 1--?-. 57 STONE)BEDDING MATERIAL LF 67 //- r 33/e S•71)(B2) i 5 PVC SANITARY SEWER PIPE,SDR 35,Dem W-I2'INCLD,TYPE II 9 LF(NO.57 STONE)BEDDING MATERIAL 41 �o $Zr 12'DIP SANITARY SEWER PIPE,CLASS 350,PROTECTO 401 LINED- S-1E(B2) CERAMIC EPDXY,DEPTA@-6',ECM,TYPE II(NO.57 STONE)BEDDING MATERIAL LF 22 7 ',---: :"- c� U,�i7 5 ---- 12"DIP SANITARY SEWER PIPE,CLASS 350,PROTECTO 401 LINED- S-IF(B2) CERAMIC EPDXY,DEPTH 6'-t',INCA.TYPE II(NO.57 STONE)BEDDING LF 387S _ G MATERIAL 3 j9/ 12"DIP SANITARY SEWERPIPE,CLASS 350,PROTECTO 401 LINED- S•(G(B2) CERAMIC EPDXY,DEPTH I'•I0',INCLD.TYPE II(NO.57 STONE)BEDDING LF 30 '4. •-�03� �. MATERIAL 12"DIP SANITARY SEWER PIPE,CLASS 350,PROTECTO 401 LINED- ' 5-I11(82) CERAMIC EPDXY,DEPTH(0'•IT,INCLD.TYPE II(5/0.57 STONE) Li' i 10 J .f---' 7 BEDDING MATERIAL -� /67.3'5------ 9.5(82) RESTRAINED RENTS FOR 12'DIP SANITARY SEWER PIPE EA 3 / ,g '-----"P. 5451-- p!7 54(82) PRECAST SANITARY SEWER MANHOLE(GA DOT STD.I021A),TYPE I, EA 3 34/5 j 7 ,�/ ._ /' �5' DEPTH W-6'(4t•7)IAMEI�tj � I S•7A(82) ADDIItONAL SANITARY MANHOLE DEPTH,TYPE t,DEPTH CLASS i(48"Y II /7z �d /0 z ------ 5.73(132) ADDITIONAL SANITARY MANHOLE DEPTH,TYPE I,DEPTH CLASS 2(48" `7 DIA) VF1 /2, ae� )/Z ply ---.- / e„, 8-12(82) MANHOLE Tei-WS EA 1 /3 or /3 e, 5.11(82) ABANDON MANHOLE EA 1 __ ©ti• �lpov 4447 PAVEMENT STRUCTURES P-1(82) ASPHALT OVERLAY,9.5 MM,2"THICK,MINIMUM SY 110 30 5-------Z:7 v 7 �,t, P4(82) MII22NG,0.2" SY 11044.2- O O , �.� a t� MISCELLANEOUS ITEMS M•5(B2) CLEARING AND GRUBBING AC 1 -•"7s�C., . .--4:2. 7.5-2:'£ I I Addendum 1 Bid 18-295 Fort Gordon Cyber CoE Campus Sanitary Sewer Extension Project#FG-2017-11-Task Order I LUMP SUM CONSTRUCTION(LINE 82) DISCONNECT ALL ELECTRICAL POWER AT MH FGOS0MU605T.REMOVE PUMPS AND CONTROLLERS AND TURN OVER TOAUD.DEMOLISH AND REMOVE TOP OP WETWELL.DEWATER AIL CONTENTS OF WETWELL LS-10a12) CORE/DRILL HOLES WITHIN BOTTOM OF WETWELL.PLACE 12 INCHES I 4' �J_ s. C�-7�L�� OF OPEN GRADED FILTER DTONE ON THE TANK BOTTOM AND LS /G- CG /!T BACKFILL WITH SELECT MATERIAL GRADE TO MATCH SURROUNDING CONTOURS AND STABILIZE WMI TEMPORARY/PERMANENT ' VEGETATION. Nae:Any work shown on plan but not inchded in the above iterm shell be moldered incidental work nd tbamtae should be accounted ted forty the Connector in Lump Sum Construction Them will be no separate pay item for work not specified above. TOTAL BID(LINE B2) / /3/ 1 • I 1 1 t i Addendum 1 Bid 18-295 Fort Gordon Cyber CoE Campus Sanitary Sewer Extension Project#FG-2017-11-Task Order I . . i I . I AUGUSTA UTILITIES DEPARTMENT IFORT GORDON CYBER CoE CAMPUS SANITARY SEWER EXTENSION IPROJECT TOTAL I TOTAL BID(LINE A AND Al) /2 ZZy 7'7 S- If TOTAL BID(LINE B1) / 73- e7 Sa 1 TOTAL BID(LINE B2) , /3/ Sa ITOTAL BID 7, L2,3 S7- I I 's. I I 1 1 PROJECT TOTAL I i SURETY ICNA •Bid Bond Bond No. 2018-00110 ICONTRACTOR: SURETY: Western Surety Company: South Dakota Corporation (Name, legal status and address) (Name, legal status and principal place Blair Construction, Inc. of business) I PO Box 770 Evans, GA 30809 333 S. Wabash Avenue 41st Floor Chicago, IL 60604 This document has important legal I OWNER: consequences. Consultation with an attorney is encouraged with (Name, legal status and address) respect to its completion or I Augusta, GA Commission modification. 535 Telfair Street - Room 605 Any singular reference to Augusta, Georgia 30901 Contractor, Surety,Owner or other party shall be considered I BOND AMOUNT: 10% of Bid Amount plural where applicable. PROJECT: I (Name, location or address,and Project number, if any) Fort Gordon Cyber CoE Campus Sanitary Sewer Extension Bid Item #18-295 I 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 Iwithin 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 of such Contract I and for the prompt payment of labor and material furnished in the prosecution thereof; or(2)pays to the Owner the 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 I 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. .•.' 1- tt ., I '1';'.If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in thie.BA.51 a�,l.0/•• C •. be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. '1 .'. -' When this Bond has been furnished to comply with a statutory or other legal requirement in the locatioivot'phe 3 BA T %` I any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deletedllietetrorn t 7 v provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein-,Vi'k -s f d . furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law b'L d. °• DIR C i t;..•;cf I Signed and sealed this 26th day of September , 201$ . ��/� Blair Construction, Inc. 1 ----2, - ci%!/(. ( /'i c' i) ��Nis,c>i p -,-heal) I (Witness) t. ;:.` i.',1 ,,.....,�'y ''s (Title)William R.Mutimer,JR Bla• L.Mitim¢+',,11-!yite,.Presidenpobi t, c{ � <, l A Western Surety Company e '' r �' �t_ (Surety) 1 ` �� "-1,,:g i �,(. eoil)' I (Witness) ��� L� o cy� - (Title) Buck Leigh-Attorney-in-Fact ,, �t� IPrinted in cooperation with the American Institute of Architects(AIA). The language in this document conforms to the language used in AIA Document A310-Bid Bond-2010 Edition. I . • vvestern urety ..ornpany I ., 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 I 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 I Thomas M A.ibus,Buck Leigh,Individually I of Columbia,SC,its nue and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its beitalfbonds, Iundertakings 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 confirmed I 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 indi'itrt 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 I hereto affixed on this 3rd day of June,2015. WESTERN SURETY COMPANY I eco. '� T:Brtiffat,Vice President I State of South Dakota } County of Minnebaha ss 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 I resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of SURETY COMPANY WESTERNdescribed in and which executed the above Monument;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 I same to be the act and deed of said corporation. My commission expires • $«:EIC f 1 February 12,2021 .......40......".....o...................• \...ccS . atok) CERTIFICATE S.Eich,Notary Public II,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 2 6th day of September ,2018 ,, WESTERN SURETY COMPANY Form F4280-7-2012 L. Nelson,Assistant Secretary I SECTION A AGREEMENT AGREEMENT This AGREEMENT,made on the day of ,20 ,by and between AUGUSTA,GEORGIA,BY AND THROUGH THE AUGUSTA-RICHMOND COUNTY COMMISSION,party of the first part,hereinafter called the OWNER,and Blair Constrpction, Inc. party of the second part,hereinafter called the CONTRACTOR. ' WITNESSETH,that the Contractor and the Owner,for the considerations hereinafter named, agree as follows: ' ARTICLE I-SCOPE OF THE WORK The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary,and to perform all of the work shown on the plans and described in the specifications for the project entitled: FORT GORDON CYBER CoE CAMPUS-SANITARY SEWER EXTENSION,Project#FG-2017-11 and in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions hereto attached,which are hereby made a part of this agreement. ARTICLE II-TIME OF COMPLETION-LIQUIDATED DAMAGES The work to be performed under this Contract shall be commenced within 14 calendar days after the date of written notice by the Owner or the Contractor to proceed. All work shall be substantially completed within 270 calendar days with all such extensions of time as are provided for in the General Conditions. Substantial completion shall be defined as sewer being in service.Final completion shall be 30 days after substantial completion. It is hereby understood and mutually agreed,by and between the Contractor and the Owner, that the date of beginning, rate of progress and the time for completion of the work to be done hereunder are ' ESSENTIAL CONDITIONS of this contract. Contractor agrees that said work shall be prosecuted regularly, diligently,and uninterruptedly at such rate of progress as will ensure full completion thereof within the time specified. It is expressly understood and agreed by and between the Contractor and the Owner,that the time for completion of the work described herein is a reasonable time for completion of the same, taking into consideration the average climatic range and construction conditions prevailing in this locality. IF THE CONTRACTOR SHALL NEGLECT,FAIL,OR REFUSE TO COMPLETE THE ' WORK WITHIN THE TIME HEREIN SPECIFIED,then the Contractor does hereby agree,as a part of the Consideration for the awarding of this contract,to pay the Owner the sum of one thousand and no/100s($1000.00) Dollars,not as a penalty, but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the Contract for completing the work. i ' A-1 Revised:June 2017 I I The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability I and extreme difficulty of fixing and ascertaining the actual damages the Owner would,in such event,sustain,and said amounts shall be retained from time to time by the Owner from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this Contract and the specifications I wherein a definite portion and certain length of time is fixed for the additional time is allowed for the completion of any work,the new time limit fixed by extension shall be the essence of this contract. IARTICLE III—PAYMENT (A) The Contract Sum I The Owner shall pay to the contractor for the performance of the Contract the amount as stated in the BID FORM and Schedule of Items. No variations shall be made in the amount except as set forth in the specifications attached hereto. I (B) Progress Payment no Onthetat hfifth emnth, htoshalsbOwner' Esat I covering percentagelaer a not thee totalday ay evofry theoContractteConown hasr been le completedmittothe from thes startngineer of thean jeob uptimtoe and including the last working day of the preceding month,together with such supporting evidence as may be required by the Owner and/or the Engineer.This estimate shall include only the quantities in place and at the unit prices as set forth in the Bid Schedule. On the vendor run following approval of the invoice for payment, the Owner shall after I deducting previous payments made, pay to the Contractor 90% of the amount of the estimate on units accepted in place.The 10%retained percentage may be held by the Owner until the final completion and acceptance of all work under the Contract. IARTICLE IV-ACCEPTANCE AND FINAL PAYMENT (A) Upon receipt of written notice that the work is ready for final inspection acceptance,the Engineer shall within 10 days made such inspection, and when he finds the work acceptable under the Contract and the Contract fully I performed, he will promptly issue a final certificate, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor,including the retained percentage,shall be paid to the Contractor by the Owner within I15 days after the date of said final certificate. (B) Before final payment is due, the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed I indebtedness of liens of evidence of payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (C) The making and acceptance of the final payment shall constitute a waiver of all claims by the Owner,other I than those arising from unsettled liens, from faulty work appearing within 12 months after final payment, from requirements of the specifications,or from manufacturer's guarantees.It shall also constitute a waiver of all claims by the Contractor except those previously made and still unsettled. (D) If after the work has been substantially completed,full completion thereof is materially delayed through no fault of the Contractor,and the Engineer,so certifies,the Owner shall upon certification of the Engineer,and without I terminating the Contract,make payment of the balance due for that portion of the work fully completed and accepted. Each payment shall be made under the terms and conditions governing final payment,except that it shall not constitute a waiver of claims. I 1 A-2 Revised:June 2017 I I z I IN WITNESS WHEREOF,the parties hereto have executed this Agreement in three(1):counterparts,each of which shall be deemed an original,in the year and day first mentioned above. OWNER;AUGUSTA,GEORGIA ; �� -'' I tATTE%T SEAL AThe Honorable Hardie Davis IkLe J. :cutter ` �.w~° I ` (L4 Mayor lcrk of the C"ii`hu%i isieti`' ' ` ' Date: te: , IAPPROVED AS TO :ORM: DEPARTMENT APPROVAL: By: By: "4-77:07.0%:1)U..' , IThomas D.Wiedmeier Attorney Director,Augusta Utilities Department Date: if 4/(4( Date: 12/ u/1 P 111 ICONTRACTOR: BLAIR CONSTRUCTION,INC. ATTEST: SEAL IBy: 6.41.4x.-../e fit=t4 — By: 441C4 Name: William R.Mutimer,Jr. Name: Blair L.Mutimer,III I Title: Vice President Title: Corp.Secretary Date: 12-17-18 Date: 12-17-18 I I I 1 I - A-3 I Revised:June 2017 I I Ir v,•J�\, t(, _- ,'1 NOTICE OF AWARD DATE: 12-12-18 ICONTRACTOR: Blair Construction,Inc. ADDRESS: P.O. Box 770 I Evans Georgia _30809 City State Zip Code IPROJECT: Fort Gordon Cyber CoE Campus Sewer PROJECT NO: FG-2017-11 I At a meeting of the held on(Date) you were awarded the Contract for the following Project: Enclosed please find 5 copies of the Contract Documents for your execution. Please complete the Ipages,affixing signatures,dates,notary'and/or corporate seals,etc.where necessary and return to this office 10 days from the date of this letter,excluding Legal Holidays. The Certificate of Insurance must be complete. Power of Attorney must be submitted in triplicate;an original and two copies is permissible. IVery truly yours, I I Project Engineer Reclept of this NOTICE OF AWARD is hereby acknowledged this,the 12th day of December 20 18 ' Blair Construction,Inc. C(/cflur�, ,�. r � T By Vice President ContractorTitle Please sign and return one copy of this Notice of Award Acknowledgement to: Augusta Utilities Department 452 Walker St Augusta,GA 30901 I I I -.. 1 1 _. 1 NOTICE TO PROCEED 1 DATE: TO: Name 1 Attn:Firm Contact ' Addressl City, State 30901 FT.GORDON CYBER CoE CAMPUS-SANITARY SEWER PROJECT: EXTENSION PROJECT NO: 1 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, i Project Engineer 1 Receipt of this NOTICE TO PROCEED is hereby acknowledged This,the day of , 2018 Contractor: By: ' Title: ' Please sign and return one copy of this Notice to Proceed Acknowledgement to: Augusta Utilities Department 1 452 Walker St. ' Augusta,GA 30901 1 1 I I I CONSTRUCTION CONTRACT CHANGE ORDER CO NUMBER BID ITEM DATE I PROJECT TITLE FORT GORDON CYBER CoE CAMPUS-SANITARY SEWER EXTENTION ORIGINAL CONTRACT DATE PROJECT NUMBER IOWNER AUGUSTA,GEORGIA PO NUMBER The following change is hereby made to the contract for the above project: I Description of Change(for a more detailed description see attached proposal): I PAYEE TOTAL AMOUNT OF THIS CHANGE ORDER $ IThe contract time will be INCREASED by 0 calendar days as a result of this change. ORIGINAL CONTRACT AMOUNT $ PREVIOUS CHANGE ORDER(INCREASE) $ ITHIS CHANGE ORDER(INCREASE) $ TOTAL REVISED CONTRACT AMOUNT WITH CHANGE ORDER $ IFUNDING NUMBER/ACCOUNT NUMBER IPROPOSED BY: DATE: CONTRACTOR IREQUESTED BY: DATE: I ENGINEER SUBMITTED BY: DATE: DEPARTMENT HEAD DATE: FINANCE ENDORSEMENT: ICOMPTROLLER DATE: RECOMMENDED BY: IADMIN ISTRATOR APPROVED BY: DATE: I MAYOR I Ial -Reigli agen , .eeC 9725 Dunbarton Drive I Columbia, SC 29223 TEL: 803/788-4597 FAX: 803/788-4576 Cell: 803/261-6582 Email: buckleigh@bellsouth.net 1 IIDate: December 17, 2018 I Re: Blair Construction, Inc. I Job: Fort Gordon Cyber CoE Campus Sewer Extension Richmond County, GA I I This letter gives authorization to the Augusta, GA Commission to write in the 9u agreement date on both the performance and payment bonds in the absence of Ithe surety. Upon signing, please send a copy of the signed and dated bonds and power of Iattorney back to Blair Construction, Inc. I Best Regards I BuckLei h s IFile: Undated Bonds I I I I I I CNA SURETY I Performance Bond Bond No. 300 44173 CONTRACTOR: SURETY: Western Surety Company: South Dakota Corporation I (Name, legal status and address) (Name, legal status and principal place Blair Construction, Inc. of business) PO Box 770 I Evans, GA 30809 333 S. Wabash Avenue 41st Floor Chicago, IL 60604 This document has important legal consequences. Consultation with I OWNER: an attorney is encouraged with (Name, legal status and address) respect to its completion or modification. Augusta GA Commission 535 Telfair Street- Room 605 Any singular reference to I Augusta, Georgia 30901 Contractor, Surety, Owner or other party shall be considered plural where applicable. I CONSTRUCTION CONTRACT AIA Document A312-2010 Date: combines two separate bonds, a Performance Bond and a I Amount: Two Million Four Hundred Three Thousand Five Hundred Ninety-Five and Payment Bond, into one form. 50/100s Dollars ($2,403,595.50) This is not a single combined Description: Performance and Payment Bond. (Name and location) I Fort Gordon Cyber CoE Campus Sewer Extension Richmond County, Georgia I BOND Date: (Not earlier than Construction Contract Date) IAmount: Two Million Four Hundred Three Thousand Five Hundred Ninety-Five and 50/100s Dollars($2,403,595.50) I Modifications to this Bond: ® None ❑ See Section 16 .�°'�.K; ‘,..t! "°. •at �`v CONTRACTOR AS PRINCIPAL SURETY a e � �� I Company: (Corporate Seal) Company: (Corptrdts;SRO-,,�``� ,, Blair Construction, Inc. Western Surety Company �:J •vB�L�;r •r'( I Signature: "llidil `"--•:"" / Signature:i....7 �e'ik L (11715V-Z— ►Q� `tiaiitmskl�l° Name William R. Mutimer,JR Blair L. Mutimer, Ill Name Buck Leigh �� and Title: Vice President and Title: Attorney-in-Fact I (Any additional signatures appear on the last page of this Performance Bond.) ;'s`" 1 `. (FOR INFORMATION ONLY—Name, address and telephone) A I ,, AGENT or BROKER: OWNER'S REPRESENTATIVE: li• : ` (, p 0' _. Albus-Leigh Agency, LLC (Architect,Engineer or other party:) ._. • •-"LLj ii 9725 Dunbarton Drive W. R. Toole Engineers, Inc. „)i ;�i:7 Columbia, SC 29223 1005 Broad Street, Suite 200 "'•�t art c, .• : '. ITEL: 803-261-6582 Augusta, GA 30901 ••` '• IPrinted 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. 1 § 1 The Contractor and Surety,jointly and severally, bind themselves, their heirs, executors, administrators, successors ' and assigns to the Owner for the performance of the Construction Contract,which is incorporated herein by reference. §2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in Section 3. ' §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 provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default. Such notice shall indicate whether the Owner is requesting a conference among the Owner, Contractor and Surety to discuss the Contractor's performance. If the Owner does not request a conference, the Surety may, within five (5)business days after receipt of the Owner's notice, ' request such a conference. If the Surety timely requests a conference, the Owner shall attend. Unless the Owner agrees otherwise, any conference requested under this Section 3.1 shall be held within ten (10)business days of the Surety's receipt of the Owner's notice. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall 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; ' 3 and the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. ' §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 Surety's obligations, or release the Surety from its obligations, except to the extent the Surety demonstrates actual 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; ' §5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the ' Owner and a contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the 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 be liable to the Owner and, as soon as practicable after the amount is determined, make payment to the Owner;or 2 Deny liability in whole or in part and notify the Owner, citing the reasons for denial. ' §6 If the Surety does not proceed as provided in Section 5 with reasonable promptness, the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Section 5.4, and the Owner refuses the payment 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. 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 I §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 shall not I be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price, the Surety is obligated, without duplication, for .1 the responsibilities of the Contractor for correction of defective work and completion of the I 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 I .3 liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. §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. I §9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its Iheirs, executors, administrators, successors and assigns. §10 The Surety hereby waives notice of any change,including changes of time, to the Construction Contract or to Irelated subcontracts,purchase orders and other obligations. § 11 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration I of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the 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 Ithe 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. I §13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement Ishall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be 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. I §14 Definitions § 14.1 Balance of the Contract Price. The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is I entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. I § 14.2 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreement and the Contract Documents. §14.3 Contractor Default. Failure of the Contractor,which has not been remedied or waived, to perform or otherwise to I comply with a material term of the Construction Contract. §14.4 Owner Default. Failure of the Owner,which has not been remedied or waived, to pay the Contractor as required Iunder the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. § 14.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor. I §15 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond 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(AIA). The language in this document conforms to the language used in AIA Document A312-Performance Bond-2010 Edition. 3 1 §16 Modifications to this bond are as follows: I • 1 i (Space is provided below for additional signatures of added parties,other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address Address 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. 4 I NA SURETY I Payment Bond Bond No. 300 44173 CONTRACTOR: SURETY: Western Surety Company: South Dakota Corporation I (Name, legal status and address) (Name, legal status and principal place Blair Construction, Inc. of business) PO Box 770 I Evans, GA 308091 333 S. Wabash Avenue 41st Floor Chicago, IL 60604 This document has important legal consequences. Consultation with I OWNER: an attorney is encouraged with (Name, legal status and address) respect to its completion or modification. Augusta GA Commission 535 Telfair Street- Room 605 Any singular reference to I Augusta, Georgia 30901 Contractor, Surety, Owner or other party shall be considered plural where applicable. I CONSTRUCTION CONTRACT AIA Document A312-2010 Date: combines two separate bonds, a Performance Bond and a I Amount: Two Million Four Hundred Three Thousand Five Hundred Ninety-Five and Payment Bond, into one form. 50/100s Dollars ($2,403,595.50) This is not a single combined Description: Performance and Payment Bond. (Name and location) I Fort Gordon Cyber CoE Campus Sewer Extension Richmond County, Georgia I BOND Date: (Not earlier than Construction Contract Date) IAmount:Two Million Four Hundred Three Thousand Five Hundred Ninety-Five and 50/100s Dollars ($2,403,595.50) I Modifications to this Bond: ® None ❑ See Section 18 CONTRACTOR AS PRINCIPAL SURETY I Company: (Corporate Seal) Company: (Corporate�ySgal) s Blair Construction, Inc. Western Surety Company `\�,,0", r11 j %r ISignature: `)ALV 1..... I4� Signature: ss �1� + Name William R. Mutimer,JR Blair L. Mutimer, Ill Name Buck Leigh s • t t.a and Title: Vice-President and Title: Attorney-in-Fact z ca . cii0 I (Any additional signatures appear on the last page of this Payment Bond.) (FOR INFORMATION ONLY—Name, address and telephone) J��''',I,t�,s,,,',ra`'i AGENT or BROKER: OWNER'S REPRESENTATIVE: I Albus-Leigh Agency, LLC (Architect,Engineer or other party.) ,, 9725 Dunbarton Drive W. R. Toole Engineers, Inc. `3 l (1, '., Columbia, SC 29223 1005 Broad Street, Suite 200 _ :,J ' Of, ' ITEL 803-261-6582 Augusta, GA 30901 • , Ca` + ' -Y' 1D7,ij 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-Payment Bond-2010 Edition. 'Y! I § 1 The Contractor and Surety,jointly and severally, bind themselves, their heirs, executors, administrators, successors I and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference, subject to the following terms. §2 If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies and holds I harmless the Owner from claims, demands, liens or suits by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract,then the Surety and the Contractor shall have no obligation under this Bond. I §3 If there is no Owner Default under the Construction Contract, the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety(at the address described in Section 13) of claims, demands, liens or suits against the Owner or the Owner's property by any person or entity seeking payment I for labor, materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety. §4 When the Owner has satisfied the conditions in Section 3,the Surety shall promptly and at the Surety's expense Idefend,indemnify and hold harmless the Owner against a duly tendered claim, demand, lien or suit. §5 The Surety's obligations to a Claimant under this Bond shall arise after the following: I §5.1 Claimants, who do not have a direct contract with the Contractor, .1 have furnished a written notice of non-payment to the Contractor, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were, or equipment was, furnished or I 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). I §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). I §6 If a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor, that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-payment under Section 5.1.1. I §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: §7.1 Send an answer to the Claimant, with a copy to the Owner,within sixty(60) days after receipt of the Claim, Istating the amounts that are undisputed and the basis for challenging any amounts that are disputed;and §7.2 Pay or arrange for payment of any undisputed amounts. I §7.3 The Surety's failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its I obligations under Section 7.1 or Section 7.2, the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. §8 The Surety's total obligation shall not exceed the amount of this Bond,plus the amount of reasonable attorney's I fees provided under Section 7.3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. I §9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this I Bond, subject to the Owner's priority to use the funds for the completion of the work. IPrinted in cooperation with the American Institute of Architects(AIA). The language in this document conforms to the language used in AIA Document A312-Payment Bond-2010 Edition. 6 § 10 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any ' Claimant under this Bond, and shall have under this Bond no obligation to make payments to, or give notice on behalf of, Claimants or otherwise have any obligations to Claimants under this Bond. §11 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. § 12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent ' jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date(1)on which the Claimant sent a Claim to the Surety pursuant to Section 5.1.2 or 5.2, or(2)on which the last labor or service was performed by anyone or the last materials or ' equipment were furnished by anyone under the Construction Contract, whichever of(1)or(2)first occurs. If the 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 or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. Actual receipt of notice or Claims, however accomplished, shall be sufficient compliance as of the date received. §14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be 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. ' §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; .2 the name of the person for whom the labor was done, or materials or equipment furnished; .3 a copy of the agreement or purchase order pursuant to which labor, materials or equipment was ' 4 furnished for use in the performance of the Construction Contract; 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. §16.2 Claimant. An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Construction Contract. The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located. The intent of this Bond shall be to ' include without limitation in the terms"labor, materials or equipment"that part of water, gas,power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were ' furnished. §16.3 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and all changes made to the agreement and the Contract Documents. Printed in cooperation with the American Institute of Architects(AIA). The language in this document conforms to the language used in AIA Document A312-Payment Bond-2010 Edition. 7 I § 16.4 Owner Default. Failure of the Owner,which has not been remedied or waived, to pay the Contractor as required 1 I 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 Contractor. I §17 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. I § 18 Modifications to this bond are as follows: I I I I I I I I I I I (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) I Signature: Signature: I Name and Title: Address Name and Title: Address IPrinted in cooperation with the American Institute of Architects(AIA). The language in this document conforms to the language used in AIA Document A312-Payment Bond-2010 Edition. 8 Western 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 State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Thomas M Altus,Buck Leigh,Individually i of Columbia,SC,its true and lawful Attorney(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 confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 3rd day of June,2015. WESTERN SURETY COMPANY 1 Braflat,Vice President ss State of South Dakota County of Mmaehaha ' On this 3rd day of June,2015,before me personally came Paul T.Bram,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 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 S.Elai February 12,2021 m -� 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 herermto subscribed my name and affixed the seal of the said corporation this day of ir; WESTERN SURETY COMPANY 4t4-0b ri L. NelsonAssistant secretio Form F4280-7-2012 , 1 c I ACCERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) iti......---- 12/12/2018 I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. I IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Sutter, McLellan&Gilbreath, Inc NAME: 1 1424 North Brown Road PHONE o.Ext):770-246-8300 FAX No):678-802-3971 Suite 300 ADDRESS: dgilbreath@smginsurance.com Lawrenceville GA 30043 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:National Trust Insurance IINSURED BLAICON-01 INSURER B:Homeland Ins.Co.of NY 34452 Blair Construction, Inc.; Southern Ashpalt LLC; Fi P 0 Box 770 INSURER C: Evans GA 30809 INSURER D: U INSURER E: INSURER F.: COVERAGES CERTIFICATE NUMBER:1590383307 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD I INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER IMMIDD/YYYY) (MM/DDIYYYY) LIMITS ' A X COMMERCIAL GENERAL LIABILITY Y Y CPP0004476 2/14/2018 2/14/2019 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) t$100,000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 I GE 'L AGGREGATE LIMIT APPLIES PER: POLICY X GENERAL AGGREGATE $2,000,000 78-- LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ ' A AUTOMOBILE LIABILITY Y Y CA10001035602 2/14/2018 2/14/2019 COMBINED SINGLE LIMIT $1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY • (Per accident) $ I $ A X UMBRELLA LIAB X OCCUR UMB100022422 01 2/14/2018 2/14/2019 EACH OCCURRENCE $10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 I DED X RETENTION$innn $ A WORKERS COMPENSATION 010 WC18A-54981 2114/2018 2/14/2019 X !MUTE EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBEREXCLUDED? N N/A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 I If yes,describe under DESCRIPTION OF OPERATIONS below B Pollution Liability 793-00-05-67-0005 3/21/2018 9/1/2019 PolicyE.L. Limit SE-POLICY LIMIT $1,000,000 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) I The certificate holder(s)are additional insured as defined by the policy as respects General Liability and Automobile Liability to extent provided by attached forms CGL084(10/13)CGL088(10/13)CA0003(1/15)when required by written contract.Additional insured status is not extended to architects,engineers,or I surveyors for injury or damage arising out of professional services or activities as defined by the policy. General Liability is primary and non-contributory as evidenced by attached CGL025(11/08)when required by written contract. Except to the extent these insuring agreements,conditions terms,definitions and exclusions differ,the coverage provided by the Umbrella policy shall follow the I See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN I Augusta GA Commission ACCORDANCE WITH THE POLICY PROVISIONS. 535 Telfair Street Augusta GA 30901 AUTHORIZED REPRESENTATIVE USA , I 1 ,- ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD I COMMERCIAL GENERAL LIABILITY CGL 084(10 13) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. I ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU - ONGOING OPERATIONS AND PRODUCTS-COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE (OPTIONAL) Name of Additional Insured Persons or Organizations (As required by written contract or agreement per Paragraph A. below.) ' Various Locations of Covered Operations (As per the written contract or agreement, provided the location is within the"coverage territory".) ' Various (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) A. Section II—Who Is An Insured is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement in effect during the term of this policy that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above; and 3. The particular person or organization, if any, scheduled above, Such person(s)or organization(s)is an additional insured only with respect to liability for"bodily injury", "property damage"or"personal and advertising injury"occurring after the execution of the contract or agreement described in Paragraph 1. above and caused, in whole or in part, by: 1. Your acts or omissions; or ' 2. The acts or omissions of those acting on your behalf in the performance of your ongoing operations for the additional insured; or ' 3. Your work" performed for the additional insured and included in the"products-completed operations hazard" if such coverage is specifically required in the written contract or agreement. CGL 084(10 13) Includes copyrighted material of the Insurance Services Offices, Inc.with its permission. Page 1 of 3 Copyright 2013 FCCI Insurance Group. COMMERCIAL GENERAL LIABILITY CGL 084(10 13) 1 ' We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or"suit". ' F. This endorsement does not apply to any additional insured or project that is specifically identified in any other additional insured endorsement attached to the Commercial General Liability Coverage Form. 1 1 1 1 1 ' CGL 084(10 13) Includes copyrighted material of the Insurance Services Offices, Inc.with fts permission. Page 3 of 3 Copyright 2013 FCCI Insurance Group. COMMERCIAL GENERAL LIABILITY CGL 025(11 08) ' THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSUREDS * PRIMARY/NON-CONTRIBUTORY COVERAGE WHEN REQUIRED BY CONTRACT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM The following is added to SECTION IV—Commercial General Liability Conditions, Paragraph 4, entitled "Other tInsurance", subsection b. entitled"Excess Insurance", paragraph (1): This insurance is excess over: ' (v) Any other insurance naming an additional insured as an insured on a primary basis, excess, contingent or on any other basis unless a written contract specifically requires that this insurance be primary and noncontributing. The written contract must be currently in effect or become effective during the term of ' this policy and must be executed prior to the"bodily injury", "property damage"or"personal and advertising injury." 1 1 1 I CGL 025(11 08) Includes copyrighted material of Insurance Services Office,with its permission. Page 1 of 1 Copyright 2008 FCCI Insurance Group. ICOMMERCIAL AUTO CAU 003(01 15) ITHIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. I AUTO ADVANTAGE COVERAGE ENDORSEMENT This endorsement modifies insurance provided under the following: IBUSINESS AUTO COVERAGE FORM INOTE: The following are additions, replacements and amendments to the Business Auto Coverage Form, and will apply unless excluded by separate endorsement(s)to the Business Auto Coverage Form. I With respect to coverages provided by this endorsement,the provisions of the Business Auto Coverage Form apply unless modified by this endorsement. The Business Auto Coverage Form is amended as follows: ISECTION II—COVERED AUTOS LIABILITY COVERAGE is amended as follows: A. Paragraph 1.Who Is An Insured in section A. Coverage is amended by the addition of the following: d. Any legally incorporated subsidiary of yours in which you own more than 50% of the voting stock on the effective date of this coverage form. However, "insured" does not include any subsidiary that is an "insured" under any other liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance. In order for such subsidiaries to be considered Iinsured under this policy, you must notify us of such subsidiaries within 60 days of policy effective date. e. Any organization you newly acquire or form during the policy period, other than a partnership or joint venture, and over which you maintain sole ownership or a majority interest. However, coverage under this I provision: (1) Does not apply if the organization you acquire or form is an "insured" under another liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of I insurance; (2) Does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and I (3) Is afforded only for the first 90 days after you acquire or form the organization or until the end of the policy period,whichever comes first. f. Who Is An Insured is amended to include as an "insured" any person or organization except a person or I organization that leases or rents "auto(s)" to you, but only to the extent of his, her, or its liability for whom you and such person or organization have agreed in writing in a contract or agreement, signed and executed by you prior to the loss for which coverage is sought, that such person or organization be added as an additional"insured"on your policy. Certificates of insurance will not be considered an Agreement to Insure. ISuch person or organization is an additional "insured" but only with respect to your negligent actions, which cause liability to be imposed on such person or organization without fault on the part of said person or organization. I B. Paragraphs(2) and (4) under section 2. Coverage Extensions, a. Supplementary Payments are deleted and replaced by the following: I (2) Up to$3,000 for cost of bail bonds(including bonds for related traffic violations) required because of an "accident"we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the"insured"at our request, including actual loss of earnings up to $350 a day because of time off from work. ISECTION III—PHYSICAL DAMAGE COVERAGE is amended as follows: A. Paragraph 4. Coverage Extensions under section A. Coverage is deleted and replaced by the following: ICAU 003(01 15) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 1 of 3 Copyright 2015 FCCI Insurance Group. IInsured Copy COMMERCIAL AUTO CAU 003(01 15) purchased with the loan; and (c) Carry-over balances from previous loans. C. Section D. Deductible is deleted and replaced by the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations subject to the following: Any Comprehensive Coverage deductible shown in the Declarations does not apply to: (1) "Loss"caused by fire or lightning; and (2) Glass damage to the side or rear windows if the glass is repaired rather than replaced. However, no deductible shall apply to damage to the windshield of any covered "auto"or to safety glass. SECTION IV—BUSINESS AUTO CONDITIONS is amended as follows: A. The following is added to paragraph a. under section A. Loss Conditions, 2. Duties in the Event of Accident, Claim, Suit or Loss: ' This duty applies when the"accident", claim, "suit"or"loss"is first known to: (a) You, if you are an individual; (b) A partner, if you are a partnership; (c) An executive officer or insurance manager, if you are a corporation; or (d) A member or manager, if you are a limited liability company. B. The following is added to Condition 2. Concealment, Misrepresentation or Fraud under section B. General Conditions: However, if you unintentionally fail to disclose any hazards at the inception of your policy, we will not deny coverage under this Coverage Form because of such failure. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. I I i i CAU 003(01 15) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 3 of 3 Copyright 2015 FCCI Insurance Group. ' Insured Copy I Revision Date August 2001 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, GC-1 1 Revision Date August 2001 reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to PROFESSIONAL's recommendation of final payment,unless responsibility for the protection thereof has been ' assumed by OWNER at Substantial Completion (in accordance with paragraph 14.8 or 14.10). Drawings-The drawings which show the character and scope of the Work to be performed and which have been prepared or approved by PROFESSIONAL and are referred to in the Contract Documents. ' Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective,but if no such date is indicated 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 GC-2 1 1 Revision Date August 2001 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. ' Subcontractor-An individual,firm or corporation having a direct contract with CONTRACTOR or with any other SUBCONTRACTOR for the performance of a part of the Work at the site. ' Substantial Completion-The Work (or a specified part thereof) has progressed to the point where, in the opinion of PROFESSIONAL as evidenced by PROFESSIONAL's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part)can be used for the purposes for which it is intended,or if there be no such certificate issued, ' when final payment is due in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed"as applied to any Work refer to Substantial Completion thereof. Supplementary Conditions-The part of the Contract Documents which amends or supplements these General Conditions. Supplier-A manufacturer,fabricator, supplier, distributor, materialman or vendor. ' Underground Facilities-All pipelines,conduits,ducts,cables,wires,manholes,vaults,tanks,tunnels or other such facilities or attachments, and any encasement containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products,telephone or other communications,cable television,sewage and drainage removal,traffic or other control systems, or water. Unit Price Work-Work to be paid for on the basis of unit prices. ' 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. 1 GC-3 1 Revision Dace August 2001 ARTICLE 2-PRELIMINARY MATTERS ' Delivery of Bonds: 2.1.When CONTRACTOR delivers the executed Agreements to OWNER,CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with these Contract Documents. Copies of Documents: 2.2. After the award of the Contract, OWNER 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 GC-4 1 Revision Date August 2001 each additional insured identified in the Supplementary Conditions,an original policy or certified copies of each insurance policy (and other evidence of insurance which OWNER may reasonably request) which ' CONTRACTOR is required to purchase and maintain in accordance with Article 5. Pre-construction Conference: 2.8. Before any Work at the site is started, a conference attended by CONTRACTOR, OWNER , PROFESSIONAL and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in 2.6 as well as procedures for handling Shop Drawings and other submittals, processing applications for payment and maintaining required records. ' Finalizing Schedules: ' 2.9.At least ten days before submission of the first Application for Payment,a conference attended by CONTRACTOR, PROFESSIONAL and OWNER and others as appropriate will be held to finalize the schedules submitted in accordance with paragraph 2.6. CONTRACTOR shall have an additional ten (10) calendar days to make corrections and adjustments and to complete and resubmit the schedules.No progress ' payment shall be made to CONTRACTOR until the schedules are submitted and acceptable to OWNER and PROFESSIONAL as provided below. The finalized progress schedule will be acceptable to OWNER and PROFESSIONAL as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Time,but such acceptance will neither impose on PROFESSIONAL responsibility ' for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from full responsibility therefor.The finalized schedule of Shop Drawing submissions and Sample 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 ' maintaining the schedule,including updating schedule.Schedule updates shall include progression of work as compared to scheduled progress on work. Schedule updates shall accompany each pay request. GC-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 iGeorgia. 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 GC-6 1 1 Revision Date August 2001 3.6.3. a Work Change Directive (pursuant to paragraph 10.4). ' As indicated in paragraphs 11.2 and 12.1, Contract Price and Contract Time may only be changed by a Change Order or a Written Amendment. 3.7. In addition, the requirements of the Contract Documents may be supplemented, and minor ' variations and deviations in the Work may be authorized in one or more of the following ways: 3.7.1. a Field Order(pursuant to paragraph 9.5). ' 3.7.2. PROFESSIONAL's approval of a Shop Drawing or sample(pursuant to paragraphs 6.24 and 6.26), or 1 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 performing or furnishing any of the Work under a direct or indirect contract with OWNER shall have or acquire any title to or OWNERSHIP rights in any of the Drawings,Specifications or other documents(or copies of any thereof)prepared by or bearing the seal of PROFESSIONAL or PROFESSIONAL's consultant;and they shall not reuse such Drawings, Specifications or other documents(or copies of any thereof)on extensions of the Project or any other project without written consent of OWNER and PROFESSIONAL and specific written verification or adaptation by PROFESSIONAL. 1 1 GC-7 1 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 I 1 Revision Date August 2001 Physical Conditions-Underground Facilities: 4.3.1. Shown or Indicated:The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or PROFESSIONAL by OWNER'S of such Underground Facilities or by others.Unless it is otherwise expressly provided in the Supplementary Conditions: ' 4.3.1.1.OWNER and PROFESSIONAL shall not be responsible for the accuracy or completeness of any such information or data; and 4.3.1.2.The cost of all of the following will be included in the Contract Price and CONTRACTOR shall ' have full responsibility for reviewing and checking all such information and data for locating all Underground Facilities shown or indicated in the Contract Documents,for coordination of the Work with the OWNER'S of such Underground Facilities during construction,for the safety and protection thereof as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work,the cost of all of which will be considered as ' having been included in the Contract Price. 4.3.2.Not Shown or Indicated. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not ' reasonably have been expected to be aware of,CONTRACTOR shall,promptly after becoming aware thereof and before performing any Work affected thereby except in an emergency as permitted by paragraph 6.22, identify the OWNER of such Underground Facility and give written notice thereof to that OWNER and to OWNER and PROFESSIONAL.PROFESSIONAL will promptly review the Underground Facility to determine the extent to which the Contract Documents should be modified to reflect and document the consequences of the existence of the Underground Facility,and the Contract Documents will be amended or supplemented to the extent necessary. During such time,CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as provided in paragraph 6.20.CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of.If the parties are unable to agree as to the amount or length thereof,CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. Reference Points: 4.4.OWNER shall provide Engineering surveys to establish reference points for construction which in PROFESSIONAL's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work (unless otherwise specified in the General ' Requirements), shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to PROFESSIONAL whenever any reference point is lost or destroyed or requires relocation because of necessary changes in ' grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material: ' 4.5 OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or GC-9 I 1 Revision Date August 2001 Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. ' OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR,Subcontractor, Suppliers or anyone else for whom CONTRACTOR is responsible. 4.6 CONTRACTOR shall immediately: (i)stop all work in connection with such hazardous condition and in any area affected thereby(except in an emergency as required by 6.22), and (ii) notify OWNER and PROFESSIONAL (and thereafter confirm such notice in writing). OWNER shall promptly consult with PROFESSIONAL concerning the necessity for OWNER to retain a qualified expert to evaluate such hazardous condition or take corrective action,if any.CONTRACTOR shall not be required to resume Work in connection with such hazardous condition 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. 1 1 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 Security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Documents.These Bonds shall remain in effect at least until one year after the date when ' final payment becomes due, except as otherwise provided by Law or Regulation or by the Contract Documents.CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Condi- tions.All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed by such sureties as are named in the current list of"Companies Holding Certificates of Authority as ' Acceptable Sureties on Federal Bonds,and as Acceptable Reinsuring Companies"as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. ' Licensed Sureties and Insurers; Certificates of Insurance 5.2.1 All bonds and insurance required by the Contract Documents to be purchased and maintained by CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Georgia to issue bonds or insurance policies for the limits and coverages so required.All bonds signed by an agent must be accompanied by a certified copy of authority to act. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the ' Supplementary Conditions. 5.2.2.CONTRACTOR shall deliver to OWNER,with copies to each additional insured identified in 5.3, an original or a certified copy of the complete insurance policy for each policy required, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with 5.3. 5.2.3. If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomes ' insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.1,CONTRACTOR shall within five days thereafter substitute another Bond and Surety, both of which must be acceptable to OWNER. CONTRACTOR's Liability Insurance: 5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance and furnishing of the Work and CONTRACTOR's other obligations under the Contract Documents,whether it is to be performed ' or furnished by CONTRACTOR, by any Subcontractor, by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable: 5.3.1. Claims under workers' or workmen's compensation, disability benefits and other similar employee benefit acts; 5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; 5.3.3.Claims for damages because of bodily injury,sickness or disease,or death of any person other GC-11 I Revision Date August 2001 than CONTRACTOR's employees; 5.3.4.Claims for damages insured by personal injury liability coverage which are sustained(a)by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or(b) by any other person for any other reason; ' 5.3.5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; ' 5.3.6.Claims arising out of operation of Laws or Regulations for damages because of bodily injury or death of any person or for damage to property; and 5.3.7.Claims for damages because of 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 GC-12 Revision pate August 2001 of PROFESSIONALs,architects, attorneys and other PROFESSIONALs). If not covered under the"all risk" insurance or otherwise provided in the Supplementary Conditions, CONTRACTOR shall purchase and ' maintain similar property insurance on portions of the Work stored on and off the site or in transit when such portions of the Work are to be included in an Application for Payment. 5.7.OWNER shall purchase and maintain such boiler and machinery insurance or additional property ' insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL AND PROFESSIONAL's consultants in the Work, all of whom shall be listed as insured or additional insured parties. ' 5.8. All the policies of insurance (or the certificates or other evidence thereof) required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least thirty days prior written notice has been given to CONTRACTOR by certified mail and will contain waiver provisions in accordance with paragraph of 5.11.2. 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: GC-13 Revision.Date August 2001 111 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. Acceptance of Insurance: 1 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the basis of its not complying with the Contract Documents, OWNER shall notify CONTRACTOR in writing ' thereof within ten days of the date of delivery of such certificates to OWNER in accordance with paragraph 2.7. If CONTRACTOR has any objection to the coverage afforded by or other provisions of the policies of insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 on the basis of their not complying with the Contract Documents, CONTRACTOR shall notify OWNER in ' writing thereof within ten days of the date of delivery,of such certificates to CONTRACTOR in accordance with paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional information in respect of insurance provided by each as the other may reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of such insurance purchased by the other as complying with the Contract Documents. Partial Utilization-Property Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10 provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected the changes in coverage neces- sitated 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 GC-14 r Revision Date August 2001 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. 1 I 1 GC-15 I Revision Cate 1 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: GC-16 Revision Date August 2001 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 for review by PROFESSIONAL will include the following as supplemented in the General Requirements. Requests for review of substitute items of material and equipment will not be accepted by PROFESSIONAL from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall make written application to PROFESSIONAL for acceptance thereof,certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application will state that the evaluation and acceptance of the proposed substitute will not prejudice CONTRACTOR's achievement of Substantial Completion on time,whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents(or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated.The application will also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such ' substitute, including costs of redesign and claims of other contractors affected by the resulting change,all of which shall be considered by PROFESSIONAL. In evaluating the proposed substitute,PROFESSIONAL may require CONTRACTOR to furnish, at CONTRACTOR's expense, additional data about the proposed substitute. 6.7.2. If a specific means,method,technique,sequence or procedure of construction is indicated in or required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, sequence,technique or procedure of construction acceptable to PROFESSIONAL,if CONTRACTOR submits sufficient information to allow PROFESSIONAL to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents.The procedure for review by PROFESSIONAL will be similar to that provided in paragraph 6.7.1 as applied by PROFESSIONAL and as may be supplemented in the Gen- eral Requirements. 6.7.3. PROFESSIONAL will be allowed a reasonable time within which to evaluate each proposed substitute. PROFESSIONAL will be the sole judge of acceptability and no substitute will be ordered,installed or utilized without PROFESSIONAL's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish,at CONTRACTOR's expense,a special performance guarantee or other surety with respect to any substitute.PROFESSIONAL will record time required by PROFESSIONAL and PROFESSIONAL's consultants in evaluating substitutions ' proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not PROFESSIONAL accepts a proposed substitute,CONTRACTOR shall reimburse OWNER for the charges of PROFESSIONAL and PROFESSIONAL's consultants for evaluating each proposed substitute. Concerning Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any Subcontractor,Supplier or other person or organization ' (including those acceptable to OWNER and PROFESSIONAL as indicated in paragraph 6.8.2)whether initially or as a substitute, against whom OWNER or PROFESSIONAL may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor,Supplier or other person or organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. ' 6.8.2. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers or GC-17 1 I Revision Date August 2001 other persons or organizations including those who are to furnish the principal items of materials and equipment to be submitted to OWNER prior to the Effective Date of the Agreement for acceptance by ' OWNER and PROFESSIONAL and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions,OWNER's or PROFESSIONAL's acceptance(either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents)of any such Subcontractor,Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case CONTRACTOR shall submit an acceptable substitute, the Contract Price will be increased by the difference, and the cost occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment signed.No acceptance by OWNER or PROFESSIONAL of any such Subcontractor,Supplier or other person 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 and encroachment 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. GC-18 1 I I Revision Date August 2001 1 Laws and Regulations: I 6.14.1.CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor PROFESSIONAL shall be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. I6.14.2. 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 I 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. I 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 I performance of the Work. Use of Premises: 1 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 I 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 I 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 I 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. I6.17. 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 I the premises as well as all tools,appliances,construction equipment and machinery,and surplus materials, and shall leave the site clean and ready for occupancy by OWNER.CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. I I I GC-19 1 1 Revision Date August 2001 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure,nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger them. Record Documents: 6.19.Contractor shall keep at the site and in good order one record copy of the Contract Documents and all Drawings and Specifications.These documents shall be annotated on a continuing basis to show all changes in red made during the construction process.These shall be available to PROFESSIONAL and the ' Project Manager and shall be submitted with the Application for Final Payment. Safety and Protection: ' 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work.CONTRACTOR shall assume all risk of loss for stored equipment or materials, irrespective of whether CONTRACTOR has transferred the title of the stored ' equipment or materials to OWNER.CONTRACTOR shall take all necessary precautions for the safety of,and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1.all employees on the Work and other persons and organizations who may be affected thereby; ' 6.20.2.all the Work and materials and equipment to be incorporated therein,whether in storage on or off the site;and ' 6.20.3.other property at the site or adjacent thereto,including trees,shrubs,lawns,walks,pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. ' CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and 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 CON- TRACTOR). 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 GC-20 1 I I Revision Date August 2001 I 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 I 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 Ivariations. 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 I file a written report on such person(s)and any other event resulting in property damage of any amount within five(5)days of the occurrence. I 6.22.2. If PROFESSIONAL determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency,a Change Order will be issued to document the consequences of such action. IShop 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 I 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 I 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. I 6.24.PROFESSIONAL shall review and approve submittals and samples.Professional's review and approval shall be only for conformance with the design concept of the Project and compliance with the information given in the Contract Documents. The approval of a separate item as such will not indicate approval of the assembly in which the item functions.CONTRACTOR will make any corrections required by I PROFESSIONAL and resubmit the required number of corrected copies until approved. CONTRACTOR's stamp of approval on any submittal or sample shall constitute its representation to PROFESSIONAL and OWNER that CONTRACTOR has determined and verified all quantities, dimensions, field construction criteria,materials,catalog numbers,and similar data,and that each submittal or sample has been reviewed or Icoordinated with the requirements of the Work and the Contract Documents. 6.24.1. No Work requiring a submittal or sample submission shall commence until the submission has been approved by PROFESSIONAL.A copy of each approved submittal and each approved sample shall be I kept in good order by CONTRACTOR at the site and shall be available to PROFESSIONAL and OWNER.Any delays associated with the submittal process will be considered for time extensions only,and no damages or additional compensation for delay will be allowed. 6.24.2. Before submission of each Shop Drawing or sample,CONTRACTOR shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or I sample with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. 6.24.3.At the time of each submission, CONTRACTOR shall give PROFESSIONAL specific written I notice of each variation that the Shop Drawings or samples may have from the requirements of the Contract Documents,and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted to GC-21 RevisionDate August zoo: PROFESSIONAL for review and approval of each such variation. 6.26. PROFESSIONAL will review and approve with reasonable promptness Shop Drawings and samples,but PROFESSIONAL's review and approval will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techniques, sequences or procedures of construction (except where a specific means, ' method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents)or to safety precautions or programs incident thereto.The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 6.27. PROFESSIONAL's approval of submittals or samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has, in writing, called PROFESSIONAL's attention to each such variation at the time of submission and the ' OWNER has given written approval to the specific deviation;any such approval by PROFESSIONAL shall not relieve CONTRACTOR from responsibility for errors or omissions in the submittals. 6.28. Where a shop drawing or sample is required by the Contract Documents or the schedule of ' shop drawings and sample submissions accepted by PROFESSIONAL as required, any related work performed prior to PROFESSIONAL's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. ' Continuing the Work: 6.30.CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.6 or as CONTRACTOR and OWNER may otherwise agree in writing. ' Cleaning Up: ' 6.31.CONTRACTOR shall maintain the site free from accumulations of waste materials,rubbish,and other debris or contaminants resulting from the work on a daily basis or as required.At the completion of the work, CONTRACTOR shall remove all waste materials, rubbish,and debris from the site as well as all tools, construction equipment and machinery, and surplus materials and will leave the Site clean and ready for ' occupancy by OWNER.All disposal shall be in accordance with applicable Laws and Regulations.In addition to any other rights available to OWNER under the Contract Documents,CONTRACTOR's failure to maintain the site may result in withholding of any amounts due CONTRACTOR.CONTRACTOR will restore to original condition those portions of the site not designated for alteration by the Contract Documents. 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, GC-22 Revlslon Date August 2001 regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed p 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. 1 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. 1 GC-23 I Revision Da.e August 2001 ARTICLE 7---OTHER WORK ' Related Work at Site: 7.1.OWNER may perform other work related to the Project at the site by OWNER's own forces,have other work performed by aided OWNERs or let other direct contracts therefor which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents,written notice thereof will be given to CONTRACTOR prior to starting any such other work,and,if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the extent thereof,CONTRACTOR may make a claim ' therefor as provided in Articles 11 and 12. 7.1.2. CONTRACTOR shall afford each utility OWNER and other contractor who is a party to such a direct contract for OWNER, if OWNER is performing the additional work with OWNER's employees, proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work,and shall properly connect and coordinate the Work with theirs. CONTRACTOR shall do all cutting,fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work.CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of PROFESSIONAL and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility OWNERs and other ' contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility OWNERs and other contractors. 7.2. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of ' any such other contractor or utility OWNER(or OWNER),CONTRACTOR shall inspect and promptly report to PROFESSIONAL in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. CONTRACTOR's failure so to report will constitute an acceptance of the other work as fit and proper for integration with CONTRACTOR's Work except for latent or ' nonapparent defects and deficiencies in the other work. Coordination: 7.4. If OWNER contracts with others for the performance of other work on the Project at the site,the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be ' covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions,neither OWNER nor PROFESSIONAL shall have any authority or responsibility in respect of such coordination. I I GC-24 I Reel Sion Oate 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. 1 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. 1 I 1 GC-25 Revision Date August 201 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: 1 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. GC-26 I 1 I I I Revision Date August 2001 IRejecting 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 I provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. IShop 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. I9.8. In connection with PROFESSIONAL's responsibilities as to Change Orders,see Articles 10, 11 and 12. I 9.9. In connection with PROFESSIONAL's responsibilities in respect of Applications for Payment,etc., see Article 14. Determinations for Unit Prices: I 9.10. PROFESSIONAL will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. PROFESSIONAL will review with CONTRACTOR PROFESSIONAL's I preliminary determinations on such matters before rendering a written decision thereon(by recommendation of an Application for Payment or otherwise). PROFESSIONAL's written decisions thereon will be final and binding upon OWNER and CONTRACTOR,unless,within ten days after the date of any such decision,either OWNER or CONTRACTOR delivers to the other party to the Agreement and to PROFESSIONAL written Inotice of intention to appeal from such a decision. Decisions on Disputes: I 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 I 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 I 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. I9.12.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 I to paragraphs 9.10 and 9.11 with respect to any such claim,dispute or other matter(except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.16)will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim,dispute or other I GC-27 1 Revs Sion Date August 2001 matter. Limitations on PROFESSIONAL's Responsibilities: 9.13. Neither PROFESSIONAL's authority to act under this Article or elsewhere in the Contract Documents nor any decision made in good faith to exercise such authority shall give rise to any duty or responsibility of PROFESSIONAL to CONTRACTOR,any Subcontractor, any of their agents or employees. ' 9.14. PROFESSIONAL shall not be responsible for the construction means, methods, techniques, sequences, or procedures or the safety precautions and programs used. PROFESSIONAL shall not be responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. 9.15. PROFESSIONAL shall not be responsible for the acts or omissions of CONTRACTOR, any Subcontractors, any agents or employees, or any other persons performing any of the Work. 1 I I 1 1 I I ' GC-28 I Aevision Date August 2001 ARTICLE 10--CHANGES IN THE WORK 10.1.Without invalidating the Contract,OWNER may at any time or from time to time order additions, deletions, or revisions in the Work. The OWNER shall provide CONTRACTOR with a proposal request, identifying the Work to be added, deleted or revised. Upon receipt, CONTRACTOR shall promptly submit a written proposal for the changed work prepared in accordance with Articles 11 and 12. If the proposal request calls only for the deletion of Work,the OWNER may order the partial suspension of any Work related to the proposed deletion,in which case CONTRACTOR must cease performance as directed;CONTRACTOR shall not be entitled to claim lost profits on deleted work.All changed Work shall be executed under the applicable conditions of the Contract Documents. 10.2.Additional Work performed by CONTRACTOR without authorization of a Change Order will not ' entitle CONTRACTOR to an increase in the Contract Price or an extension of the Contract Time,except in the case of an emergency as provided in Article 6.The effect of this paragraph shall remain paramount and shall prevail irrespective of any conflicting provisions contained in these Contract Documents. ' 10.3. Upon agreement as to changes in the Work to be performed,Work performed in an emergency as provided in Article 6, and any other claim of CONTRACTOR for a change in the Contract Time or the Contract Price, PROFESSIONAL will prepare a written Change Order to be signed by PROFESSIONAL and CONTRACTOR and submitted to OWNER for approval. 10.4. In the absence of an agreement as provided in 10.3,OWNER may,at its sole discretion,issue a Work Change Directive to CONTRACTOR. Pricing of the Work Change Directive will be in accordance with Section 11.3.The Work Change Directive will specify a price,and if applicable a time extension,determined to be reasonable by OWNER. If CONTRACTOR fails to sign such Work Change Directive,CONTRACTOR may submit a claim in accordance with Articles 11 and 12,but CONTRACTOR shall nevertheless be obligated to fully perform the work as directed by the Work Change Directive. ' 10.5.CONTRACTOR shall proceed diligently with performance of the Work as directed by OWNER, regardless of pending claim actions, unless otherwise agreed to in writing. 10.6.If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents(including,but not limited to,Contract Price or Contract Time)is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. I 1 ' GC-29 I r 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 claimant's written statement that the amount claimed covers all known amounts (direct,indirect and consequential)to which the claimant is entitled as a result of the occurrence of said event. ' All claims for adjustment in the Contract Price shall be determined by PROFESSIONAL in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved.No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined by the following procedures: ' 11.3.1. Designated Unit Price (Field Measure). CONTRACTOR and OWNER recognize and acknowledge that the quantities shown for those items designated in the Bid Proposal as unit price items are approximations prepared by OWNER for bid purposes and that the actual compensation payable to CONTRACTOR for the utilization of such items is based upon the application of unit prices to the actual quantities of items involved as measured in the field and required to complete the Work as originally defined in the Contract Documents. 11.3.2. When it is determined by OWNER that an addition, deletion, 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. GC-30 1 1 i 1 1 Revision Date August 2001 ' 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 1 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. 1 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 1 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 1 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. 1 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 CONTRAC- TOR'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, GC-31 1 1 I I ReuiDate August 2001 which are consumed in the performance of the Work,and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of ' PROFESSIONAL, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof-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 any- one directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. ' 11.4.5.6.Losses and damages(and related expenses),not compensated by insurance or otherwise, to the Work or otherwise sustained by CONTRACTOR in connection with the performance and furnishing of the Work(except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.6) provided they have resulted from causes other than the ' negligence of CONTRACTOR,any Subcontractor,or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable.Such losses shall include settlements made with the written consent and approval of 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. office at 11.5the .2site.. Expenses of CONTRACTOR's principal area branch offices other than CONTRACTOR's 11.5.3.Any part of CONTRACTOR's capital expenses,including interest on CONTRACTOR'S capital ' GC-32 I I Revision Date August 2001 used for the Change Order Work and charges against CONTRACTOR for delinquent payments. I11.5.4. 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). I11.5.5. 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 tdamage to property. 11.5.6.Other overhead or general expense costs of any kind and the costs of any item not specifically I and expressly included in paragraph 11.4. CONTRACTOR's Fee: I11.6.CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: I11.6.1. 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: I11.6.2.1.for costs incurred under paragraphs 11.4.1 and 11.4.2,CONTRACTOR's Fee shall be fifteen percent, I 11.6.2.2.for costs incurred under paragraph 11.4.3,CONTRACTOR's Fee shall five percent;and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to CONTRACTOR on account of overhead and profit of all Subcontractors shall be fifteen percent, I 11.6.2.3.no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and 11.3, Ii 1.6.2.4.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 CONTRAC- TOR's Fee by an amount equal to ten percent of the net decrease, and I11.6.2.5.when both additions and credits are involved in any one change, the adjustment in CON- TRACTOR'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. I11.7. 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 I 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 I GC-33 Revision Date August 2001 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. 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. 1 1 ' GC-34 1 I Revision Date August 2001 ARTICLE 12--CHANGE OF CONTRACT TIME ' 12.1. The Contract Time may only be changed by a Change Order.Any request for an extension in the Contract Time shall be made in writing and delivered to PROFESSIONAL and OWNER within seven(7) calendar days of the occurrence first happening and resulting in the claim. Written supporting data will be ' submitted to PROFESSIONAL and OWNER within fifteen(15)calendar days after such occurrence unless the OWNER allows additional time.All claims submitted by CONTRACTOR for adjustments to the Contract Time must set forth in detail the reasons for and causes of the delay and clearly indicate why the subject delay was beyond CONTRACTOR's control or fault. 1 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 1 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. I 1 1 I GC-35 1 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 ' GC-36 I I Re August.tate I August zoai approvals by persons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to perform the I Work in accordance with the requirements of the Contract Documents. Uncovering Work: I 13.8. If any Work required to be inspected, tested or approved is covered prior thereto without the prior written approval of PROFESSIONAL, or if any Work is covered contrary to the request of PROFESSIONAL,the Work shall,if requested by PROFESSIONAL,be uncovered for observation,inspection, testing or approval and replaced at CONTRACTOR's expense. I13.9. 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 I 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 I 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 I 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. IOWNER May Stop the Work: 13.10.When Work is defective or when CONTRACTOR fails to supply sufficient skilled workmen or I 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 I 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. ICorrection 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 I 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 I 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: I GC-37 I Revision 2001 August 2001 13.12. If, after approval of final payment and prior to the expiration of one year after the date of substantial completion or such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents, any Work or materials are found to be defective, incomplete, or otherwise not in accordance with the Contract Documents, CONTRACTOR shall promptly,without cost to OWNER and in accordance with OWNER's written instructions,either correct such ' defective Work or if it has been rejected by OWNER,remove it from the Site and replace it with non-defective Work. If CONTRACTOR does not promptly comply with the terms of such instructions,OWNER may have the defective Work corrected, removed,or replaced.All direct,indirect and consequential costs of such removal and replacement(including but not limited to fees and charges of engineers, architects, attorneys and other ' professionals)will be paid by CONTRACTOR. Acceptance of Defective Work: ' 13.13. If,instead of requiring correction or removal and replacement of defective Work,OWNER(and, prior to PROFESSIONAL's recommendation of final payment,PROFESSIONAL)prefers to accept it,OWNER may do so. CONTRACTOR shall bear all direct, indirect and consequential costs attributable to OWNER's ' evaluation of and determination to accept such defective Work (such costs to be approved by PROFESSIONAL as to reasonableness and to include but not be limited to fees and charges of engineers, architects, attorneys and other professionals). If any such acceptance occurs prior to PROFESSIONAL's recommendation of final payment,a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work,and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correct Defective Work: ' 13.14. If CONTRACTOR fails within a reasonable time after written notice of PROFESSIONAL to proceed to correct defective Work or to remove and replace rejected Work as required by PROFESSIONAL in accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the ' Contract Documents,or if CONTRACTOR falls to comply with any other provision of the Contract Documents, OWNER may,after seven days'written notice to CONTRACTOR,correct and remedy any such deficiency.In exercising the rights and remedies under this paragraph,OWNER shall proceed expeditiously,to the extent necessary to complete corrective and remedial action.OWNER may exclude CONTRACTOR from all or part of the site,take possession of all or part of the Work,and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools,appliances,construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's ' representatives, agents and employees such access to the site as may be necessary to enable OWNER to exercise the rights and remedies under this paragraph.All direct,indirect and consequential costs of OWNER in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved as to reasonableness by PROFESSIONAL, and a Change Order will be issued incorporating the necessary ' revisions in the Contract Documents with respect to the Work,and OWNER shall be entitled to an appropriate decrease in the Contract Price,and,if the parties are unable to agree as to the amount thereof,OWNER may make a claim therefor as provided in Article 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 I 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 ' GC-38 1 1 Revision Date August 2001 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. 1 1 1 GC-39 1 1 fteuusDate 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. 1 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 PROF- ESSIONAL's review of the Application for Payment and the accompanying data and schedules,that the Work has progressed to the point indicated; that, to the best of PROFESSIONAL's knowledge, information and belief,the quality of the Work is in accordance with the Contract Documents subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion,to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.10, and to any other qualifications stated in the recommendation; and that ' GC-40 r I Revision Date August 2001 CONTRACTOR is entitled to payment of the amount recommended. However, by recommending any such ' payment, PROFESSIONAL will not thereby be deemed to have represented that exhaustive or continuous on-site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to PROFESSIONAL in the Contract Documents or that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or OWNER to withhold payment to CONTRACTOR. 14.6.PROFESSIONAL's recommendation of final payment will constitute an additional representation by PROFESSIONAL to OWNER that the conditions precedent to CONTRACTOR's being entitled to final payment as set forth in paragraph 14.13 have been fulfilled. 14.7. PROFESSIONAL may refuse to recommend the whole or any part of any payment if, in PROFESSIONAL's opinion,it would be incorrect to make such representations to OWNER.PROFESSIONAL may also refuse to recommend any such payment,or, because of subsequently discovered evidence or the results of subsequent inspections or tests,nullify any such payment previously recommended,to such extent as may be necessary in PROFESSIONAL's opinion to protect OWNER from loss because: replacement.14.7.1. the Work is defective, or completed Work has been damaged requiring correction or 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 PROFESSIONAL issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of the Work to determine the status of completion. If PROFESSIONAL does not consider the Work substantially complete, PROFESSIONAL will notify ' CONTRACTOR in writing giving the reasons therefor. If PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment.OWNER shall have seven days after I receipt of the tentative certificate during which to make written objection to PROFESSIONAL as to any provisions of the certificate or attached list. If,after considering such objections,PROFESSIONAL concludes that the Work is not substantially complete, PROFESSIONAL will,within fourteen days after submission of the GC-41 I w i i i �e�son�ae A�9uso : 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 i 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 CONTRACTOR until final payment. ' 14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. iPartial Utilization: i 14.10.Use by OWNER at OWNER's option of any substantially completed part of the Work which(i) has specifically been identified in the Contract Documents, or (ii) OWNER, PROFESSIONAL, and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the i remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: i 14.10.1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees, CONTRACTOR will certify to OWNER and PROFESSIONAL that said part of the Work is substantially 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 iCompletion 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 i 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 GC-42 i i Revision]ate August 2001 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 defi- ciencies. Final Application for Payment: 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of ' PROFESSIONAL and OWNER and delivered in accordance with the Contract Documents all maintenance and operating instructions,schedules,guarantees,bonds,certificates or other evidence of insurance required by 5.2, certificates of inspection, marked-up record documents and other documents, CONTRACTOR may make application for final payment following the procedure for progress payments.The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents,including but not limited to the evidence of insurance required,(ii)consent of the surety, if any,to final payment,and(iii)complete and legally effective releases or waivers(satisfactory to OWNER)of all liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of liens and as approved by OWNER, CONTRACTOR may furnish receipts or release in full and an affidavit of CONTRACTOR that(i)the releases and receipts include all labor,services,material and equipment for which a lien could be filed,and(ii)all payrolls,material and equipment bills and other indebtedness connected with the Work for which OWNER or OWNER's property might in 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. 1 GC-43 1 I I I 'ReAugust Date Avqust 2001 14.12.2. Notwithstanding any other provision of these contract documents to the contrary, OWNER I 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, I 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 I damages sustained, including lost profits, resulting from CONTRACTOR's failure or refusal to perform the work required by these contract documents. IFinal Payment and Acceptance: 14.13. If, on the basis of PROFESSIONAL's observation of the Work during construction and final I 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 I 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 I CONTRACTOR shall make the necessary corrections and resubmit the Application.After the presentation to OWNER of the application and accompanying documentation, in appropriate form and substance and with PROFESSIONAL's recommendation and notice of acceptability, the amount recommended by PROFESSIONAL will become due and will be paid by OWNER to CONTRACTOR. I 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 I 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 I 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. ICONTRACTOR's Continuing Obligation: 14.15. CONTRACTOR's obligation to perform and complete the Work in accordance with the I 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 I nor any failure to do so, nor any review and approval of a Shop Drawing or sample submission, nor the issuance of a notice of acceptability by PROFESSIONAL pursuant to paragraph 14.13, nor any correction of defective Work by OWNER will constitute an acceptance of Work not in accordance with the Contract Documents or a release of I GC-44 I I 1 Revision Date August 2001 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. 1 1 1 1 1 GC-45 Revision Dace August zcai ' 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: 1 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; 1 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, ' GC-46 I I Re Vision Odie AugusC 2001 construction equipment and machinery at the site and use the same to the full extent they could be used by I 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 I Price exceeds the direct,indirect and consequential costs of completing the Work(including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and arbitration costs) such excess will be paid to CONTRACTOR. If such costs exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER.Such costs incurred by OWNER will be approved as to I 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. I15.3. 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 Imeans for disposition of the balance of the contract obligations. Termination for Convenience I 15.4. Upon seven working days'written notice to CONTRACTOR and PROFESSIONAL, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Contract. In such case, CONTRACTOR shall be paid (without duplication of any items): I 15.4.1. For completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; I 15.4.2. For expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; I15.4.3. For all claims,costs,losses and damages incurred in settlement of terminated contracts with Subcontractors, suppliers and others; and I15.4.4. 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. I15.5. 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 Ifrom liability. CONTRACTOR May Stop Work or Terminate: I15.6. 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 I GC-47 Revision Dace 1 August zao1 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. 1 I GC-48 I I I Revision Date 1 August 2001 IARTICLE 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 I 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 I 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 I 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 I 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. I I I I I I I I I GC-49 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. 1 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 ' GC-50 Revision Dale August 2001 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. ' 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. 1 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 IState. 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. I 17.9.6 The RESIDENT PROJECT REPRESENTATIVE will coordinate notification of the Georgia mental Protection Division (800.241.4113) and the Augusta Emergency Management Agency if pppate. GC-51 Rev:sio±i Date 1 August 2001 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: 1 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 in any way responsible for those duties that belong to OWNER and/or the CONTRACTOR or other entities,and 1 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 1 I GC-52 I I 1 SECTION SC-0 INDEX TO SUPPLEMENTARY CONDITIONS I 1 SECTION SC-01 Scope of the Work I SC-02 SC-03 List of Drawings Bonds SC-04 Contractor's Liability Insurance ISC-05 Project Sign SC-06 Protection of the Environment SC-07 Temporary Toilets SC-08 Plans and Specifications Furnished I SC-09 SC-10 Record Drawings Shop Drawings SC-11 Existing Structures I SC-12 Salvage Material SC-13 Referenced Specifications SC-14 Traffic Control SC-15 Surveys USC-16 Construction Order and Schedule SC-17 Consulting Engineers SC-18 Inspection and Testing of Work I SC-19 Site Access SC-20 Tree Save SC-21 Georgia Prompt Pay Act ISC-22 City Acceptance SC-23 Disputes SC-24 Specified Materials SC-25 Interest Not Earned on Retainage I SC-26 Basis of Payment SC-27 Compliance with Laws,Codes,Regulations,Etc. SC-28 Equivalent Materials I SC-29 After Hours Inspection SC-30 Supplement to the Agreement I I I I SC-1 111 I I I -04.CONTRACTOR'S LIABILITY INSURANCE: Insurance shall be written with limits of liability shown below or as required by law,whichever is greater: ICommercial General Liability(per occurrence)Each Occurrence $ 1,000,000 General Aggregate $2,000,000 Products $2,000,000 I Personal&Adv Injury $ 1,000,000 Fire Damage $ 500,000 Automobile Liability(any auto)Combined Single Limit $ 1,000,000 I Excess Liability(any auto)Each Occurrence $5,000,000 Workers Compensation Statutory Limits Employer Liability $ 1,000,000 I -05.PROJECT SIGN: The Contractor will provide and install one(1)project sign at prominent location on the construction site as I 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 I 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: IThe 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 I 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, Ipesticide, 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: IContractor 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 I 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: IThe 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 I plans and/or specifications will be furnished to the Contractor at the cost of reproduction upon his written request. -09.RECORD DRAWINGS: ' The Contractor will maintain in his office one complete p to 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 I SC-3 I ' 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. 1 -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. (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. i (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. ' SC-5 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 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. SC-7 I 1 As explained in the section"Instructions to Bidders"and in the"General Conditions",payment will be made based upon quantity of units completed for unit price items, and based on percent complete for lump sum ' items per the contract bid schedule and Schedule of Values. Payment shall not be made for Stored Materials. -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 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. ' SC-9 1 I concerning Augusta,Georgia's ability to assume contractual obligations and the consequences of Contractor's provision of goods or services to Augusta,Georgia under an unauthorized contract,amendment,modification, change order or other similar document,including the possibility that the Contractor may be precluded from ' recovering payment for such unauthorized goods or services. Accordingly, Contractor agrees that if it provides goods or services to Augusta, Georgia under a contract that has not received proper legislative authorization or if the Contractor provides goods or services to Augusta, Georgia in excess of the any t 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-11 a11 :.. I Ii _ 1 i Report of Geotechnical Exploration Fort Gordon CoE Campus Sanitary ' Sewer Extension Augusta, Georgia ' S&ME Project No. 1419-18-001 I 1 1 W.R. Toole Engineers, Inc. 1005 Broad Street, Suite 200 Augusta, Georgia 30901 1 S&ME, Inc. 1527 Crescent Drive Augusta, GA 30909 March 6, 2018 1 March 6, 2018 ' W.R.Toole Engineers,Inc. 1005 Broad Street, Suite 200 Augusta, Georgia 30901 Attention: Mr. Erik Hammarlund, P.E. ' Reference: Report of Geotechnical Exploration Fort Gordon CoE Campus Sanitary Sewer Extension Augusta, Georgia S&ME Project No. 1419-18-001 Dear Mr. Hammarlund: S&ME,Inc.(S&ME) is pleased to submit our Report of Geotechnical Exploration for the referenced project. Our ' services were performed pursuant to our Proposal No. 33-1700317 dated November 30, 2017, as authorized by W.R.Toole Engineers, Inc., dated January 5, 2018. The purpose of these services was to characterize the subsurface conditions, evaluate those conditions, and provide recommendations for earthwork for the planned sewer line extension. This report presents our procedures,findings,and recommendations regarding the above considerations. ' We appreciate working with you on this project and look forward to continuing our association in subsequent phases. Please contact us if you have questions regarding this report or if we may be of further assistance. Sincerely, S&ME,Inc. Robert A.Williamson, P.E. Timot. irocha, P.E. Senior Engineer Prin .al Engineer GA. Reg. No. 33729 GA. Reg. No.21386 S&ME,Inc.11527 Crescent Drive Augusta,GA 30909 p 706.729.6917 I www.smeinc.corn I Geotechnical Exploration Fort Gordon CoE Campus Sanitary Sewer ExtensionI � Augusta, Georgia S&ME Project No. 1419-18-001 = I Table of Contents I 1.0 Project Information 1 1 2.0 Methods of Exploration 1 I3.0 Laboratory Testing 2 4.0 Site Conditions 2 I 4.1 Site Geology 2 4.2 Subsurface Soils 3 4.2.1 Surface Materials 3 I4.2.2 Near Surface Sands 3 4.2.3 Near Surface Silts 4 I4.2.4 Lower Silts 4 4.2.5 Lower Sands 4 1 4.2.6 Very High consistency Silts 4 4.2.7 Existing Asphalt Thickness—Craig Sims Parkway 4 I 4.3 Laboratory Test Results 4 4.4 Subsurface Water 5 I5.0 Conclusions and Recommendations 5 5.1 Site Preparation 5 I 5.2 Excavation Difficulty 6 5.3 Groundwater Control 6 5.4 Fill Placement and Compaction 6 I6.0 Limitations of Report 7 I List of Tables Table 3-1:Laboratory Testing 2 ITable 4-1:Laboratory Testing 5 I - - March 6,2018 ii I IGeotechnical Exploration Fort Gordon CoE Campus Sanitary Sewer Extension I Augusta, Georgia S&ME Project No. 1419-18-001 0 mom I Appendices I Appendix I Figure 1: Site Vicinity Map Figure 2:Test Location Sketch IAppendix II Legend to Soil Classification and Symbols IBoring Logs Appendix III ILaboratory Test Data Sheets I I I I I I I I I I - - March 6,2018 iii 1 Geotechnical Exploration 40711111 Fort Gordon CoE Campus Sanitary Sewer Extension ' Augusta, Georgia S&ME Project No. 141948-001 1.0 Project Information Project information was provided during the November 15,2017 meeting between Mr. Erik Hammarlund, P.E.with W.R.Toole Engineers and Mr. Robert Williamson, P.E.with S&ME. At that time,a set of drawings for the project (by W.R.Toole Engineers and dated August 7, 2017)was provided to S&ME. The drawings depict the alignment, depth of cover,and profile of the proposed sewer line extension. ' It is our understanding that approximately 11,800 linear feet of sanitary sewer line will be constructed beginning at an existing 12 inch diameter PVC sewer line near Butler Creek, northeast of Craig Sims Parkway. The approximate project location is depicted on the appended Site Vicinity Map (Figure No. 1). The main line has been designated "Line A"and will cross Craig Sims Parkway and then continue generally southwest connecting to an existing line at Sta.99+63 near 8th Avenue,on Fort Gordon. Additional new lines, designated B1 and B2 will connect to the main line at approximate stations 61+50 and 83+35 respectively. Line B1 will begin near an ' existing lift station near 22nd Street. Line B2 will also begin at an existing lift station. Line A will consist of 7,288 linear feet of 12-inch diameter pipe and 2,675 linear feet of 16-inch diameter pipe. Line B1 will consist of 905 linear feet of 12-inch diameter pipe and line B2 will consist of 910 linear feet of 12-inch diameter pipe. 2.0 Methods of Exploration On January 30,2018,an ATV-mounted CME 55 drill rig with an automatic hammer was used to drill fourteen (14) soil test borings along the proposed sanitary extension. The borings were drilled to depths ranging from 10 to 20 feet below the existing ground surface. The borings were advanced using hollow-stem auger drilling techniques. ' Split-spoon sampling and Standard Penetration Testing (N values)were obtained in general accordance with ASTM D1586 at 21/2-ft intervals in the top 10 feet and 5-foot intervals thereafter. The boreholes were backfilled with the borehole cuttings and a bore-hole closure devise was installed at a depth of 2 to 3 feet to reduce bore- hole backfill settlement. Included in the field exploration were two (2) shallow hand auger borings in areas that were inaccessible to the ATV-mounted drill rig. The shallow hand auger borings were drilled by manually turning a steel bucket style ' auger into the ground until the groundwater and soil conditions resulted in caving of the hole preventing further advancement. The soils encountered were visually classified in the field using the Unified Soil Classification System. The hand auger borings were immediately backfilled with the cuttings. ' Split-spoon samples collected during the field exploration were returned to the laboratory where they were visually examined, classified,and logged by a staff professional. Interpreted soil test boring logs are included in ' the Appendix.Test locations were laid out in the field by S&ME using hand held GPS equipment, aerial photographs, and existing site features. The approximate locations are shown on the Test Location Sketch (Figure No. 2) in the Appendix. 1 March 6, 2018 1 I Geotechnical Exploration Fort Gordon CoE Campus Sanitary Sewer Extension I Augusta, Georgia Amp S&ME Project No. 1419-18-001 3.0 Laboratory Testing I Selected laboratory testing included the test types and numbers of tests shown below in Table 3-1. Laboratory testing was performed in general accordance with the applicable ASTM standard. The laboratory test results are included on the laboratory test data sheets attached in the Appendix. ITable 3-1: Laboratory Testing Test Type Specification Quantity I Moisture Content ASTM D2216 7 Grain Size Analysis ASTM D422 7 Loss on Ignition ASTM D2974 1 I4.0 Site Conditions The planned areas of the sanitary sewer line extension will be installed within an existing easement. This area has been previously graded and contains second growth underbrush within the limits of the existing utility easement I and second growth trees outside the easement. Areas of the new lines will traverse second growth woods, low lying marsh areas containing near surface water,and existing pavement sections. I 4.1 Site Geology The site is located just below the fall line between the Piedmont and Coastal Plain Physiographic Provinces of IGeorgia. In general,the western end of the site is mapped as consisting of Coastal Plain deposits over Piedmont formations. The Coastal Plain is a wedge-shaped deposit of Cretaceous and younger sediments which range in thickness from near zero at the contact with the Piedmont Physiographic Province(the Fall Line)along its northwest edge to thousands of feet at the coast. Coastal Plain soils are marine deposits laid down in the I geologic past when ocean levels were higher and can contain various materials including interbedded soft and hard limestones, gravel, sands, silts,and clays,and organics. I The eastern end of the site is site is mapped as being underlain by rocks of the Piedmont Geologic Province of Georgia. The Piedmont extends in a "narrow"(75 to 100 miles wide) band of metamorphic rocks from Alabama to New York. This geologic province can best be described topographically as a plain which has eroded into broad I rolling hills and valleys. The region is composed of the oldest geologic formations in the southeastern United States. The bedrock of this area is primarily metamorphic gneisses and schists,with some local granite intrusions. The bedrock has weathered in-place to form the overburden soils. Because they have weathered from the parent I rock,these soils are termed "residuum". The upper soils are the most highly weathered and are often composed of silty clays or clayey silts. With depth,these upper materials transition into less cohesive silty sands and sandy silts with varying mica content. ISeparating the completely weathered soil overburden from the unaltered parent rock is a transition zone of very high consistency materials locally referred to as partially weathered rock. Partially weathered rock retains much of the appearance and fabric of the parent rock formations,and may consist of alternating layers of high consistency I March 6, 2018 2 Geotechnical Exploration r�r Fort Gordon CoE Campus Sanitary Sewer Extension mow Augusta, Georgia S&ME Project No. 1419-18-001 soil and rock. Partially weathered rock exhibits standard penetration resistances in excess of 100 blows per foot (bpf)(e.g. 50/6"). The weathering processes that formed the overburden soils and partially weathered rock were extremely variable, depending on such factors as rock mineralogy, past groundwater conditions,and the tectonic history(joints, ' faults, igneous intrusions, etc.)of the specific area. Differential weathering of the rock mass has resulted in erratically varying subsurface conditions, evidenced by abrupt changes in soil type and consistency in relatively short horizontal and vertical distances. Furthermore,depths to rock can be irregular and isolated boulders, ' discontinuous rock layers, or rock pinnacles can be present within the overburden and transition zones. The naturally occurring soil profiles can be covered with man-made fills composed of soils or other materials. The quality of a fill depends on that material it is comprised of,the degree of compaction achieved during placement and other factors. Existing fill soils can also contain organics, soft zones, or debris within or beneath the fill mass. Recent alluvium associated with bodies of water can also be deposited on top of residual of coastal plain soils. ' Alluvium is typically soft or loose and wet. It can also be quite variable in make-up and consistency due to the depositional conditions. 4.2 Subsurface Soils Details of the subsurface conditions encountered by the borings are shown on the logs in the Appendix. These ' logs represent our interpretation of the subsurface conditions based upon field data. Stratification lines on the logs represent approximate boundaries between soil types; however,the actual transitions may be more gradual. The general surface and subsurface conditions and their pertinent characteristics are discussed in the following paragraphs 4.2.1 Surface Materials ' The ground surface conditions range from bare earth and low-lying grasses. Organic laden topsoil was encountered at thicknesses ranging from approximately 2 to 8 inches. Thicknesses should be expected to vary between boring locations. 4.2.2 Near Surface Sands Below the surface materials, several borings encountered an upper crust of very loose to loose silty sands (SM), ' clayey sands (SC), poorly graded sands (SP), and well graded sands (SW)to depths of about 8 to 20 ft. In general, in place consistency of the sands generally increased with depth. The standard penetration resistances of the upper sands ranged from 2 to 24 bpf and were typically 8 bpf or higher. ' Highly organic soils were encountered at soil test boring locations B-9 and B 13, sampled as silty sand and elastic silt. S&ME was unable to penetrate the organic soils encountered at boring B-9 due to hole collapse. The thickness of the organic layer encountered at boring B-13 was approximately 8 feet. The results of the organic content of one sample tested in general accordance with ASTM D2974 was 23.7%. 1 _ March 6, 2018 3 Geotechnical Exploration an® Fort Gordon CoE Campus Sanitary Sewer Extension Augusta, Georgia S&ME Project No. 1419-18-001 4.2.3 Near Surface Silts Below the surface materials at borings B-6, B-9, and B-12, sandy silts (ML)were encountered. The silts exhibited an in-place constancy ranging from soft to stiff,with standard penetration resistances ranging from 2 to 10 bpf. 4.2.4 Lower Silts Below the upper sands, very soft to very stiff sandy silts (ML)were encountered at Borings B-14 and B-16 to depths of ranging between 8 feet to the termination depth of 15 feet. The standard penetration resistances of the ' lower silts ranged from 2 to 16 bpf. 4.2.5 Lower Sands ' Underlying the near surface silts encountered at soil test borings B-6 and B-12, silty sands (SM) and clayey sands (SC)with varying fractions of fines were encountered to the planned termination depths. The relative in-place ' consistency was medium dense,with standard penetration resistances ranging between 14 and 24 bpf. 4.2.6 Very High consistency Silts ' Very high consistency sandy silts and silts were encountered at Borings B-1 at B-16. Depth encountered ranged between approximately 8 to 8.5 feet below surface grade at those locations. The materials were described as very hard and exhibited standard penetration resistances of 79 to 100 bpf. 4.2.7 Existing Asphalt Thickness —Craig Sims Parkway S&ME performed one(1)asphalt core and shallow hand auger boring within the vicinity of boring B-4 on Craig Sims Parkway. The purpose of the core and shallow hand auger boring was to approximate the in-place thickness of the pavement components for planning purposes for repair after sanitary sewer installation. The in-place thickness of the asphalt was 1-'/2 inches. Graded aggregate base was not encountered. 4.3 Laboratory Test Results ' Select split spoon samples were subjected to moisture content, grain size, and organic content testing. The results are summarized below and the individual data sheets are attached in the appendix. 1 1 March 6, 2018 4 I Geotechnical Exploration Fort Gordon CoE Campus Sanitary Sewer Extension , , I Augusta, Georgia S&ME Project No. 1419-18-001 1OlafP war Table e 4-1: Laboratory Testing I Boring Depth(ft) Moisture Content Percent Organic Location Co) Fines Content(00) B-1 6—7.5 22.3 14.2 NT IB-4 13.5-15 17.7 2.8 NT B-6 3.5-5 7.7 4.8 NT I B-7 6—7.5 15.9 4.0 NT B-8 8.5-10 12.6 2.7 NT B-12 8.5—10 4.5 3.1 NT I B-13 3.5—5 47.8 NT 23.7 B15 8.5-10 22.1 7.3 NT I4.4 Subsurface Water I Subsurface water was indicated at test locations B-4, B-7, B-9, B-il,and B-16. The depths of water ranged between 2 feet to 13 feet below surface grade at the time of drilling. Delayed water level readings were 10.5 and 2.5 feet in borings B-4 and B-7 the day after drilling. We note that ground water levels are influenced by precipitation, long term climatic variations,and nearby construction. Ground water measurements made at I different times than our exploration may indicate ground water levels substantially different than indicated on the logs in the Appendix. I5.0 Conclusions and Recommendations IThe exploration indicates the site is adaptable for the proposed construction. The primary geotechnical considerations will be presence of highly organic materials,groundwater control, site preparation, and controlled fill placement and compaction. The recommendations contained herein are not valid for other improvements that Imay be installed on an alternative alignment. Further exploration of alternative routes may be required. The following sections present our geotechnical recommendations regarding site grading.When reviewing these recommendations, it must be kept in mind that, as with any previously developed site, unexpected subsurface I conditions may be encountered.These could include such things as poorly compacted fill deposits or buried debris.These conditions can normally be handled during construction, but require on-site engineering evaluation and recommendations. 1 5.1 Site Preparation Though minimal along the existing easement,areas within the proposed alignment should have vegetation Icleared, root systems grubbed,and organic laden topsoil stripped. Access points may require the use of a working course of aggregate to reduce site impacts and facilitate construction access due to surface or near 1 March 6, 2018 5 1 Geotechnical Exploration maw Fort Gordon CoE Campus Sanitary Sewer Extension ' Augusta, Georgia S&ME Project No. 1419-18-001 P mem surface water. Site preparation should include the removal of unsuitable surface materials includingwet surface ace soils and organics. 5.2 Excavation Difficulty ' Soils with standard penetration resistance values up to about 30 bpf can generally be excavated using conventional tracked hydraulic excavators or large rubber tired back hoes. Borings B-1 and B-16 encountered very high consistency soils. Based on the proposed alignment depth and the boring data,these materials are very ' close but not within the anticipated excavation depths at the boring locations. However, based on the inherent variability of subsurface conditions, high consistency soils(N-values >30 bpf), partially weathered rock, or rock could be encountered during excavation for this project. Excavating these materials in confined areas generally requires large tracked excavators such as a Caterpillar 320 or equivalent or rock excavation methods such as blasting. We recommend that the project specifications include a performance type definition of rock to help limit disputes regarding material classifications.A sample rock definition is included in the Appendix.We recommend classifying excavated materials as either rock or soil. 5.3 Groundwater Control ' The soil boring data indicates that excavation for the sanitary sewer will likely encounter groundwater at various places along the alignment. We recommend that dewatering be contractually made to be the sole responsibility of the contractor. We suggest that the excavation be planned to extend at least one foot below the planned invert elevation to allow placement an open graded No.57 stone as a stable bedding material. The stone can also ' be used to help with groundwater control by directing infiltrating water to pumps set in periodic sump areas. In low lying areas,dewatering efforts may need to be more aggressive. The contractor should visit the site to review the conditions and plan on encountering groundwater during excavation and installation. 5.4 Fill Placement and Compaction ' Structural fill should be composed of soils free of organic matter and other deleterious materials. Proposed fill materials should be sampled and tested to determine their maximum dry density, optimum moisture content, natural moisture content, plasticity,and suitability as structural fill materials.Soils similar to most of those encountered should be suitable for reuse as fill material,although some moisture conditioning (wetting or drying) may be required prior to compaction. Exceptions are the highly organic soils encountered at borings B-9 and B- 13. These materials should not be re-used as backfill.It should be anticipated that organic soils may be encountered at other sections within the proposed alignment. Structural fill should be uniformly spread in relatively thin lifts(8 inches maximum, loose)and compacted to at least 95 percent of the soil's maximum dry density as determined by the standard Proctor compaction test(ASTM D698). The moisture content should be controlled to within plus or minus 3 percent of optimum. It is very important that fill is uniformly well compacted. Accordingly,fill placement should be observed by an ' experienced soils technician working under the guidance of the Geotechnical Engineer. At least one field density test should be conducted per every 300 to 500 feet in cross country trenches and every 100 feet near roadways. Test should be run at not more than two foot vertical intervals. One-point Proctor verification tests should be performed on the fill material periodically to check the laboratory Proctor data. March 6, 2018 6 1 I I Geotechnical Exploration Fort Gordon CoE Campus Sanitary Sewer Extension ,,, llier I Augusta, Georgia S&ME Project No. 1419-18-001 Nom IPipes and conduits should bear on a bedding of well-compacted crushed stone bearing on soils similar to those encountered in our borings.We expect a one foot thick layer of bedding stone will suffice in most areas, but more Istone may be needed if very soft material are encountered at the pipe invert elevation. I6.0 Limitations of Report This report has been prepared in accordance with generally accepted geotechnical engineering practice for specific application to this project and the proposed sanitary sewer line to be constructed as described herein. IThe conclusions and recommendations contained in this report were based on the applicable standards of our profession at the time this report was prepared. No other warranty, express or implied is made. The conclusions and recommendations made in this report do not apply to alternative alignments. IThe analyses and recommendations submitted herein are based, in part, upon the data obtained from the subsurface exploration. The nature and extent of variations between the borings may not become evident until I construction. If variations appear evident,then we should be notified and allowed re-evaluate the recommendations of this report. In the event that any changes in the nature,design, elevation or location of the proposed alignment,the conclusions and recommendations contained in this report will not be considered valid Iunless the changes are reviewed and conclusions modified or confirmed in writing. We recommend that S&ME,Inc. be provided the opportunity to review the final design plans and specifications in order to check that our recommendations have been properly interpreted and implemented. I I I I I I I March 6, 2018 7 I Appendices 1 1 1 Appendix I 1 1 I x, p Lt r� �ryy ...,-: ;. IRS . !p 5 ds 'sI Z . © ' C a 0 >_ m 12) a0 z m 0 G-$''' Q a x W Z W ,;} L W z Z , in, m� .i o. 1 a a 3 a ,,,' a' 1,. v O _ ?5' o o Q o co N i Nr 0 N 1 I i� o w N E''''' U O� 0 0 al N Y tz oa ca rn I GID O ++ a - Q n Q _ •_ 4 - ca O U W , }; - O 5 I ,x I a. Oo 111 111 �� E III raw MOW ID I r 15 V I c 0 V 0 f} f c 4 c IRI L a zz w o 1 44AiN2fP �yj- ,� E 1 r K a • x W V o r: • R O o' HI N. , , „,., :.... ..,. ,. H O Q LL (/) Q e L VJ o y a▪ oi y 0 I co coo U U "2 • p w o J o C9 4\\ N cLL I 4 F, a 1 y a i w. Y i 1 P a l i I W J ; Q ,®. U 1 U) O F 0 I Z i Appendix II 1 I LEGEND TO SOIL CLASSIFICATION AND SYMBOLS I SOIL TYPES CONSISTENCY OF COHESIVE SOILS (Shown in Graphic Log) I �:r;-;� CONSISTENCY STD. PENETRATION RESISTANCE BLOWS/FOOT V 4 Fill '•••-•A Very Soft Oto2 ISoft 3 to 4 Asphalt Firm 5 to 8 Stiff 9 to 15 I o�. . Very Stiff 16 to 30 Concrete Hard 31 to 50 Very Hard Over 50 III Topsoil I RELATIVE DENSITY OF COHESIONLESS SOILS o 0. Gravel STD. PENETRATION I Sand RELATIVE DENSITY RESISTANCEBLOWS/FOOT Very Loose 0 to 4 I Silt Loose 5 to 10 Medium Dense 11 to 30 Dense 31 to 50 I Clay Very Dense Over 50 Organic SAMPLER TYPES ISilty Sand (Shown in Samples Column) Shelby Tube Clayey Sand ' ` Split Spoon Sandy Silt m Rock Core I ►/� No Recovery �PF Clayey Silt Ie/ Sandy Clay TERMS I !444 Silty Clay Standard - The Number of Blows of 140 lb. Hammer Falling .�� Penetration 30 in. Required to Drive 1.4 in. I.D. Split Spoon �"�(I� Partially Weathered Resistance Sampler 1 Foot. As Specified in ASTM D-1586. 1 ,� �! Rock I REC - Total Length of Rock Recovered in the Core /// Cored Rock Barrel Divided by the Total Length of the Core / / Run Times 100%. I RQD - Total Length of Sound Rock Segments Recovered that are Longer Than or Equal to 4" (mechanical breaks excluded) Divided by the I WATER LEVELS Total Length of the Core Run Times 100%. AMP (Shown in Water Level Column) V = Water Level At Termination of Boring mum Q- ' Y = Water Level Taken After 24 Hours MEM LX = Loss of Drilling Water HC = Hole Cave fit . I PROJECT: Fort Gordon CoE Sanitary Sewer Line I Augusta,Georgia BORING LOG B-1 S&ME Project No.1419-18-001 DATE DRILLED: 1/30/18 ELEVATION: 267.0 ft NOTES: DRILL RIG: CME 55 BORING DEPTH: 10.0 ft IDRILLER: H.Wessinger WATER LEVEL: Dry-Cave @ 6'6" HAMMER TYPE: Automatic LOGGED BY: SAS SAMPLING METHOD: Split spoon NORTHING: EASTING: I DRILLING METHOD: T/;'H.S.A. w BLOW COUNT w O /CORE DATA x = w O z STANDARD PENETRATION TEST DATA w I ^• w z C) o blows/ft J I Cl- w Q o MATERIAL DESCRIPTION W w 0- a ce - /REMARKS > p w w Q a z M 10 20 30 6080 UTopsoil(Approximately 6") 1 - COASTAL PLAIN:SILTY SAND(SM) fine to medium,moist,brown, loose _1 2 3 3 - 6 1 , I : 2 4 5 5 10 I S 262.0— I - ---White and tan, medium dense 3 3 6 9 15 00 o0 4111\\N - RESIDUUM:SANDY SILT(ML) - dry,dark gray,very dense 4 13 29 50 79 10 257.0— M Boring terminated at 10 ft 2 o N Izw2 r cc 1- I1 U) 0 eta 0 U O LL z a 0 I o K O c w NOTES: 1. THIS LOG IS ONLY A PORTION OF A REPORT PREPARED FOR THE NAMED 1111111111. Page 1 of 1 I PROJECT AND MUST ONLY BE USED TOGETHER WITH THAT REPORT. 2. BORING SAMPLING AND PENETRATION TEST DATA IN GENERAL ACCORDANCE WITH ASTM D-1586. MINIM 3. STRATIFICATION AND GROUNDWATER DEPTHS ARE NOT EXACT. 1111111, 4. WATER LEVEL IS AT TIME OF EXPLORATION AND WILL VARY. I I PROJECT: Fort Gordon CoE Sanitary Sewer Line I Augusta,Georgia BORING LOG B-2 S&ME Project No.1419-18-001 DATE DRILLED: 1/30/18 ELEVATION: 272.0 ft NOTES: DRILL RIG: CME 55 BORING DEPTH: 10.0 ft IDRILLER: H.Wessinger WATER LEVEL: Dry Cave @ 7' HAMMER TYPE: Automatic LOGGED BY: SAS SAMPLING METHOD: Split spoon NORTHING: EASTING: I DRILLING METHOD: T/:'H.S.A. w BLOW COUNT _ = w z IICORE DATA STANDARD PENETRATION TEST DATA w i- 15 w z U 0 (blows/ft) D Ia- w M o MATERIAL DESCRIPTION w § w ii a Pe it it c o J /REMARKS Z w (0 -, `a -o 10 20 30 6080 Topsoil(Approximately 2") / I ALLUVIUM:SILTY SAND(SMI - fine to medium,moist,light brown,loose 3 4 4 - 8 1 - ---Trace gravel-sized friable rock particles, - trace rounded quartz gravel, reddish brown 1 3 4 5 g I 5—: 267.0— — I ---Trace coarse quartz sand,olive gray - 4 5 4 - 9 mottled 1\11 - I - ' ---Trace rounded quartz gravel,trace mica, - owhite, medium dense 6 9 14 23 0 10 262.0— 0 Boring terminated at 10 ft ed U) N q w z r Cr 1- i Za co 0 0 CC 0 Cr0 LL z_ U' o tU' (E O m w m u> NOTES: 1. THIS LOG IS ONLYA PORTION OF A REPORT PREPARED FOR THE NAMED Page 1 of 1 I PROJECT AND MUST ONLY BE USED TOGETHER WITH THAT REPORT. 2. BORING SAMPLING AND PENETRATION TEST DATA IN GENERAL ACCORDANCE WITH ASTM 0-1586. Mini allIWN 3. STRATIFICATION AND GROUNDWATER DEPTHS ARE NOT EXACT. 4. WATER LEVEL!SAT TIME OF EXPLORATION AND WILL VARY. I I PROJECT: Fort Gordon CoE Sanitary Sewer Line Augusta,Georgia 1419-18-001 HAND AUGER BORING LOG: B-3 1 DATE STARTED: 1/31/18 DATE FINISHED: 1/31/18 NOTES: Hand-auger boring performed due to accessibility. Boring planned for a 10 ft.depth, unable to sample after 7 ft. SAMPLING METHOD: PERFORMED BY: S.Shepherd WATER LEVEL: 6'ATD z Lu -- _ DYNAMIC CONE PENETRATION I o w g ce MATERIAL DESCRIPTION a w RESISTANCE > W (blows/1.75 in.) o 10 20 30 6080 \Topsoil(Approximately 2") 4.5 I ' "• COASTAL PLAIN:SILTY SAND(SM)-fine to medium,moist, m 1— - 275.0— olive gray 6 2— 274.0— I . _ 10.5 3- • 273.0— - 14 4�. 272.0— _ 11.5 • 5 271.0— _':I " POORLY-GRADED SAND WITH SILT(SP-SM)-fine to 25 medium,wet,white - 270.0— - 22 7 (.). 269.0 Boring terminated at 7 feet 18 I 1 I I I I I I OMNI 1.PENETRATION RESISTANCE IS THE NUMBER OF BLOWS OF A 15-LB HAMMER a FALLING 20 IN.,DRIVING A 0.79 IN.O.D.60 DEGREE CONE 1.75 IN. I ' Page 1 of 1 I PROJECT: Fort Gordon CoE Sanitary Sewer Line Augusta,Georgia BORING LOG B-4 IS&ME Project No.1419-18-001 DATE DRILLED: 1/30/18 ELEVATION: 284.0 ft NOTES: DRILL RIG: CME 55 BORING DEPTH: 20.0 ft I DRILLER: H.Wessinger WATER LEVEL: 13'ATD,10.5'24 hr HAMMER TYPE: Automatic LOGGED BY: SAS SAMPLING METHOD: Split spoon NORTHING: EASTING: I DRILLING METHOD: 21/4"H.S.A. w BLOW COUNT = U w z I CORE DATA STANDARD PENETRATION TEST DATA w a ^ _ ° -1 h m 1±-11 z o o (blows/ft) J Q w o MATERIAL DESCRIPTION W W . iCL REMARKS > `. (9 ~Q _.1 Q io io Z w � < N ; 10 20 30 6080 ��11 Topsoil(Approximately 6") r ♦•♦ ♦V FILL:SILTY SAND fSMI O; fine to medium,moist,tan,very loose •; ! 1 2 1 2 - 3 ♦ Oi 1 1\1\h ♦, F ---White,trace mica, medium dense � r 2 3 5 6 11 1 5 • ♦4 , 279.0— 1 , : ---Olive gray,medium dense -3 3 6 10 16 .. j COASTAL PLAIN:POORLY-GRADED SAND 1 ofine to medium, moist,trace gravel,white, 4 5 6 8 • 10— medium dense 2740— t 14 C 1 0 1cq a E I • .._.._wz • - } -Trace silt a 5 4 6 6 12 a 15—cn 269.0— — I 0 0 c 0 z 0 z cT S' O 20 _ 6 O 4 6 12 z 18 264.0 co Boring terminated at 20 ft 1 N NOTES: 1. THIS LOG IS ONLYA PORTION OF A REPORT PREPARED FOR THE NAMED Milli. Page 1 of 1 I PROJECT AND MUST ONLY BE USED TOGETHER WITH THAT REPORT. 2. BORING SAMPLING AND PENETRATION TEST DATA IN GENERAL ACCORDANCE WITH ASTM D-1586. IMMEik 3. STRATIFICATION AND GROUNDWATER DEPTHS ARE NOT EXACT. 4. WATER LEVEL IS AT TIME OF EXPLORATION AND WILL VARY. MI I I ' MIIIIM I I PROJECT: Fort Gordon CoE Sanitary Sewer Line Augusta,Georgia BORING LOG B-5 I S&ME Project No.1419-18.001 DATE DRILLED: 1/30/18 ELEVATION: 290.0 ft NOTES: DRILL RIG: CME 55 BORING DEPTH: 10.0 ft I DRILLER: H.Wessinger WATER LEVEL: Dry Cave @ 6' HAMMER TYPE: Automatic LOGGED BY: SAS SAMPLING METHOD: Split spoon NORTHING: EASTING: I DRILLING METHOD: 214"H.S.A. Jw BLOW COUNT U w z O a /COREDATA x w O z ,k STANDARD PENETRATION TEST DATA w 0- w a °o MATERIAL DESCRIPTION ry < 0 w J Ce REMARKS D 1 o J w CL -ce REMARKS > J o o z W r 10 20 30 6080 U Topsoil(Approximately 6") I - 1 COASTAL PLAIN:SILTY SAND(SMI - fine to medium, moist,tan,loose 2 2 4 1 - 6 I - ---Trace coarse quartz sand, medium dense - - 2 3 5 6 11 5— 285.0— — ' ---Trace rounded quartz gravel,white/light -8 5 8 4 - 12 I orange/light gray I\Ico O 4 6 9 10 19 O 10 280.0— ", Boring terminated at 10 ft 0 I 0. 0 ui z7.3 z r Iw 0 0 0 0I 1- 0 z 0 ' :; NOTES: 1. THIS LOG IS ONLY A PORTION OFA REPORT PREPARED FOR THE NAMED S► Page 1 of 1 I PROJECT AND MUST ONLY BE USED TOGETHER WITH THAT REPORT. 2. BORING SAMPLING AND PENETRATION TEST DATA IN GENERAL ACCORDANCE WITH ASTM D-1586. MEM 3. STRATIFICATION AND GROUNDWATER DEPTHS ARE NOT EXACT. I 4. WATER LEVEL IS AT TIME OF EXPLORATION AND WILL VARY. I PROJECT: Fort Gordon CoE Sanitary Sewer Line Augusta,Georgia BORING LOG B-6 I S&ME Project No.1419-18-001 DATE DRILLED: 1/30/18 ELEVATION: 296.0 ft NOTES: DRILL RIG: CME 55 BORING DEPTH: 10.0 ft IDRILLER: H.Wessinger WATER LEVEL: Dry Cave @ 7' HAMMER TYPE: Automatic LOGGED BY: SAS SAMPLING METHOD: Split spoon NORTHING: EASTING: I DRILLING METHOD: 2h/4 H.S.A. w BLOW COUNT _ = w z a- /CORE DATA STANDARD PENETRATION TEST DATA w w w a- o MATERIAL DESCRIPTION , w• a w 0 (blows/ft) a I Q w ¢co Q /REMARKS Z co M 10 20 30. 6080 �; Topsoil(Approximately 4") 7 I •; FILL:SANDY SILT(ML) ��� some fine to medium sand,moist,yellowish 44, orange,stiff -1 3 4 5 9 COASTAL PLAIN:POORLY-GRADED SAND . (SP) _ fine to medium,trace gravel,moist,tan, 2 14 13 11 24 1 •5— • medium dense 291.0— 3 7 8 8 16 CLAYEY SAND(SCI fine to medium,trace rounded quartz coarse I sand, moist,tan,medium dense 5 9 10 10 19 286.0—4 Boring terminated at 10 ft N UU N I ao w z i cc a Iz z 0 0 0 0 I0 U- S 0 0 Io0 zK O co w I N NOTES: 1. THIS LOG IS ONLY A PORTION OF A REPORT PREPARED FOR THE NAMED i Page 1 of 1 I PROJECT AND MUST ONLY BE USED TOGETHER WITH THAT REPORT. 2. BORING SAMPLING AND PENETRATION TEST DATA IN GENERAL ACCORDANCE WITH ASTM D-1586. MEM 3. STRATIFICATION AND GROUNDWATER DEPTHS ARE NOT EXACT. IIIIINIF MIMI I 4. WATER LEVEL/SAT TIME OF EXPLORATION AND WILL VARY. / II I PROJECT: Fort Gordon CoE Sanitary Sewer Line Augusta,Georgia BORING LOG B-7 IS&ME Project No.1419-18-001 DATE DRILLED: 1/30/18 ELEVATION: 296.0 ft NOTES: DRILL RIG: CME 55 BORING DEPTH: 10.0 ft IDRILLER: H.Wessinger WATER LEVEL: 2'ATD,2.5'24 hr HAMMER TYPE: Automatic LOGGED BY: SAS SAMPLING METHOD: Split spoon NORTHING: EASTING: I DRILLING METHOD: 2h/:'H.S.A. w BLOW COUNT LU O I CORE DATA x = W O z ,k STANDARD PENETRATION TEST DATA w ~ a o -I i " w z U o (blows/ft) D CL. w o MATERIAL DESCRIPTION w iiLLI REMARKS Z Darr w a _ CD W c Lu N a a N ,, 10 20 30 6080 ilk Topsoil(Approximately 6") � COASTAL PLAIN:SILTY SAND(SM► - fine to medium,trace coarse quartz sand,moist - to wet,light brown,loose 1 -1 2 3 2 - 5 - ---Trace rounded quartz gravel,very wet - 2 2 3 2 5 I S 291.0— POORLY-GRADED SAND jSPI fine to medium, little gravel,trace clay,wet, _ white and light brown,very loose -3 2 2 2 - 4 SILTY SAND(SIM) fine to medium,moist,white/light orange/tan, 286.0— o medium 0 10 dense 4 7 10 13 23 M Boring terminated at 10 ft 0 i iu CO E.' ui r cc a r- i za co O 0 z 0 oI ec0 LL z 0 IO 0 R 0 m w M NOTES: 1. THIS LOG IS ONLY PORTION OFA REPORT PREPARED FOR THE NAMED i Page 1 of 1 I PROJECT AND MUST ONLY BE USED TOGETHER WITH THAT REPORT. 8 2. BORING SAMPLING AND PENETRATION TEST DATA IN GENERAL ACCORDANCE WITH ASTM D4586. MEM 3. STRATIFICATION AND GROUNDWATER DEPTHS ARE NOT EXACT. 4. WATER LEVEL IS AT TIME OF EXPLORATION AND WILL VARY. I I I PROJECT: Fort Gordon CoE Sanitary Sewer Line Augusta,Georgia BORING LOG B-8 I S&ME Project No.1419-18-001 DATE DRILLED: 1/30/18 ELEVATION: 306.0 ft NOTES: DRILL RIG: CME 55 BORING DEPTH: 15.0 ft IDRILLER: H.Wessinger WATER LEVEL: Dry Cave @ 12' HAMMER TYPE: Automatic LOGGED BY: SAS SAMPLING METHOD: Split spoon NORTHING: EASTING: I DRILLING METHOD: 2/"H.S.A. Lw BLOW COUNT F = w z0 z a- I CORE DATA STANDARD PENETRATION TEST DATA w i w w Q o MATERIAL DESCRIPTION oc a w ix (blows/ft) a o 0 QJ Q CL — .. /REMARKS > w w a z 10 20 30 6080 Topsoil(Approximately 6") I COASTAL PLAIN:SILTY SAND(SM) fine to medium,moist,light brown/orangish 3 4 6 brown, loose -1 - 10 I I ---Mostly fine sand,decreasing fines,dry, light - otan,medium dense 2 3 5 8 13 I5 301,0— — ---Mostly fine sand,trace quartz gravel, moist, 3 3 3 5 - 8 reddish brown,loose 0 WELL-GRADEd`SAND(SW) fine to medium,trace gravel and clay,moist, white, loose 4 3 4 4 8 0 10 296.0— 0 0 ' N SILTY SAND(SM) fine to medium,moist,light orange/white,loose - alm zO 5 4 4 6 10 I a 15 291.0— o0 Boring terminated at 15 ft 0 O 0 ce0 LL 1-- Z_ U' a o 0 zY O m w NOTES: 1. THIS LOG IS ONLY A PORTION OF A REPORT PREPARED FOR THE NAMED IMP Page 1 of 1 I PROJECT AND MUST ONLY BE USED TOGETHER WITH THAT REPORT. 2. BORING SAMPLING AND PENETRATION TEST DATA IN GENERAL ACCORDANCE WITH ASTM D-1586. MINI & 3. STRATIFICATION AND GROUNDWATER DEPTHS ARE NOT EXACT. MIMI 14. WATER LEVEL IS AT TIME OF EXPLORATION AND WILL VARY. I I I PROJECT: Fort Gordon CoE Sanitary Sewer Line Augusta,Georgia 1419-18-001 HAND AUGER BORING LOG: B-9 I DATE STARTED: 2/8/18 DATE FINISHED: 2/8/18 NOTES: Hand-auger boring performed due to accessibility. Boring planned for a 10 ft.depth, unable to sample after 3 SAMPLING METHOD: PERFORMED BY: S.Shepherd ft. IWATER LEVEL: 3'ATD z w _-- =O O fx_, DYNAMIC CONE PENETRATION D Zit' 0 o MATERIAL DESCRIPTION >w Q w RESISTANCE > v (blows/1.75 in.) v Li( 10 20 30 6080 0 ALLUVIUM:SILT(ML)-trace fine to medium sand,wet,dark I 1 brown - 314.0— 2 ELASTIC SILT(MH)-trace fine sand,very wet,highly organic,dark brown/black 313.0— 1 3 Boring terminated at 3 feet - 312.0 I I I I I I I I I I _ 1.PENETRATION RESISTANCE IS THE NUMBER OF BLOWS OF A 15-LB HAMMER ® FALLING 20 IN.,DRIVING A 0.79 IN.O.D.60 DEGREE CONE 1.75 IN. i 1 I Page 1 of 1 I I PROJECT: Fort Gordon CoE Sanitary Sewer Line Augusta,Georgia BORING LOG B-10 I S&ME Project No.1419-18-001 DATE DRILLED: 1/30/18 ELEVATION: 334.0 ft NOTES: DRILL RIG: CME 55 BORING DEPTH: 10.0 ft IDRILLER: H.Wessinger WATER LEVEL: Dry Cave @ 7' HAMMER TYPE: Automatic LOGGED BY: SAS SAMPLING METHOD: Split spoon NORTHING: EASTING: I DRILLING METHOD: 21/4"H.S.A. -Jw BLOW COUNT r _ w z /SCORE DATA STANDARD PENETRATION TEST DATA w 0- w Q O MATERIAL DESCRIPTION cK < w Lu w z g (blows/f6 a I F J g -- /REMARKS z a w COi5 iT, M to N 10 20 30 6080 Topsoil(Approximately 4") ` ICOASTAL PLAIN:POORLY-GRADED SAND - - coarse to fine,trace silt and gravel,moist, light -1 1 2 2 - 4 brown,very loose _1.. POORLY-GRADED SAND WITH SILT (SP-SM} - _ I fine to medium,moist,tan/light brown,loose 2 3 4 6 10 1 5— 1.,II.. 329.0— — 3 4 4 5 . . 9 l. ( 00 CLAYEY SAND(SC)' J/ fine to medium,wet,white and yellowish cn 10 orange, loose 0. co 324.0— 4 3 4 5 9 Boring terminated at 10 ft o 0 u5 N Iw w 2 r m 1- Im O 0 K O 0K O LL ILZ 0 0 o Io 0 m w Il cr) NOTES: 1. THIS LOG IS ONLY PORTION OF A REPORT PREPARED FOR THE NAMED sr Page 1 of 1 IPROJECT AND MUST ONLY BE USED TOGETHER WITH THAT REPORT. St 2. BORING SAMPLING AND PENETRATION TEST DATA IN GENERAL ACCORDANCE WITH ASTM D-1586. MOM 3. STRATIFICATION AND GROUNDWATER DEPTHS ARE NOT EXACT. MAW 1 4. WATER LEVEL IS AT TIME OF EXPLORATION AND WILL VARY. I I I I PROJECT: Fort Gordon CoE Sanitary Sewer Line Augusta,Georgia BORING LOG B-11 I S&ME Project No.1419-18-001 DATE DRILLED: 1/30/18 ELEVATION: 303.0 ft NOTES: DRILL RIG: CME 55 BORING DEPTH: 10.0 ft IDRILLER: H.Wessinger WATER LEVEL: 6.5'ATD HAMMER TYPE: Automatic LOGGED BY: SAS SAMPLING METHOD: Split spoon NORTHING: EASTING: I DRILLING METHOD: 21/4'H.S.A. w BLOW COUNT = U j o a /CORE DATA STANDARD PENETRATION TEST DATA w _ 1= w z U o blows/ft I w w a ° MATERIAL DESCRIPTION w ii ce i a o 0 w --- I- g a /REMARKS > z w o7 uai A N M 10 20 30 6080 1111, Topsoil(Approximately 8") I - . f: COASTAL PLAIN:POORLY-GRADED SAND - WITH SILT(SP/SM) - fine to medium, little silt, moist,light brown, -1 3 2 3 • - 5 loose I - ---Tan, medium dense . 3 3 3 1 5— . _ 2 6 . 298.0- CLAYEY SAND(SC)I SZ fine to medium,moist to wet,tan/orangish -3 3. 4 3 brown/light gray, loose,..A POORLY-GRADED SAND(SP) ' medium to fine,wet,yellowish orange, medium o44 3 4 5 9 za 0293.0- 293.0- „ Boring terminated at 10 ft i0 M U) U) 111 a 0 ui Z >- et 1- i zN z0 K O c7 I 1IL O LL ILz CD 0 IO O zE O m Li, 2 NOTES: I1. THIS LOG IS ONLY A PORTION OFA REPORT PREPARED FOR THE NAMED � Page 1 of 1 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. 1 4. WATER LEVEL IS AT TIME OF EXPLORATION AND WILL VARY. I I PROJECT: Fort Gordon CoE Sanitary Sewer Line Augusta,Georgia BORING LOG B-12 I S&ME Project No.1419-18-001 DATE DRILLED: 1/30/18 ELEVATION: 310.0 ft NOTES: DRILL RIG: CME 55 BORING DEPTH: 10.0 ft IDRILLER: H.Wessinger WATER LEVEL: Dry Cave©5'6" HAMMER TYPE: Automatic LOGGED BY: SAS SAMPLING METHOD: Split spoon NORTHING: EASTING: I DRILLING METHOD: 2'/:'H.S.A. w BLOW COUNT w ICORE DATA x = w O z STANDARD PENETRATION TEST DATA w w w Q o MATERIAL DESCRIPTION CD - < w a REMARKS a o 1u.i- J �- g .. /REMARKS Z w con < 0 a ‘` 10 20 30 6080 Topsoil(Approximately 3") / I ALLUVIUM:SANDY SILT(MLI - some fine sand, moist,yellowish orange and 3 4 6 white,stiff -1 _ 10 COASTAL PLAIN:SILTY SAND(SM) - fine to medium,moist,yellowish orange, - medium dense 2 1 3 5 g 14 I5— 305.0- POORLY-GRADED SAND(SP) \\I { I19 fine to medium,moist,yellowish orange, _3 6 8 11 medium dense 7. 0 4 6 10 7 • - c� 10 • 17 m 300.0— M1 Boring terminated at 10 ft 0 s 2 N a 0 w ce r 1 N O 0 cc 0 oI1-.cc 0 LL 12-z o I o 0 z K 0 m w M NOTES: 1. THIS LOG IS ONLY A PORTION OFA REPORT PREPARED FOR THE NAMED .i Page 1 of 1 IPROJECT 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. IMP I 4. WATER LEVEL IS AT TIME OF EXPLORATION AND WILL VARY. III MIIIK I PROJECT: Fort Gordon CoE Sanitary Sewer Line Augusta,Georgia BORING LOG B-1 3 I S&ME Project No.1419-18-001 DATE DRILLED: 1/30/18 ELEVATION: 318.0 ft NOTES: DRILL RIG: CME 55 BORING DEPTH: 10.0 ft IDRILLER: H.Wessinger WATER LEVEL: Dry Cave @ 5'6" HAMMER TYPE: Automatic LOGGED BY: SAS SAMPLING METHOD: Split spoon NORTHING: EASTING: IDRILLING METHOD: 2'/4'H.S.A W z w BLOW COUNT O a /CORE DATA STANDARD PENETRATION TEST DATA w _ — = w O z u w w a 0o MATERIAL DESCRIPTION ce a w R ce REMARKS Q o Q J w > ° a - -L- I /REMARKS > 0 W Q ; m io is Z a N M 10 20 30 6080 Topsoil(Approximately 3") / I ALLUVIUM:SILTY SAND(SM1 1 fine to medium,wet, highly organic, organically-stained dark brown/black,loose -1 2 3 3 - 6 IELASTIC SILT WITH SAND(MHl - little fine sand,very wet,highly organic,some small organics,organically-stained black,very 2 1 2 1 3 1 5 soft 313.0— I -3 2 2 2 4 { i COASTAL PLAIN:SILTY SAND(SM) Ifine to mediummoistwhitemedium dense 4 4 5 7 12 0308.0— 308.0— M Boring terminated at 10 ft 0 2 to I o_ cp w z ce r z m 0 0 ce 0 o 1 r 0 LL FL Z_ a O o z K O m w 2 NOTES: 1. THIS LOG IS ONLY PORTION OFA REPORT PREPARED FOR THE NAMED i Page 1 of 1 IPROJECT AND MUST ONLY BE USED TOGETHER WITH THAT REPORT. 2. BORING SAMPLING AND PENETRATION TEST DATA IN GENERAL ACCORDANCE WITH ASTM D-1586. IIIIIIMIh 3. STRATIFICATION AND GROUNDWATER DEPTHS ARE NOT EXACT. I 4. WATER LEVEL IS AT TIME OF EXPLORATION AND WILL VARY. i I I NMI IMIIIMI I 1 PROJECT: Fort Gordon CoE Sanitary Sewer Line Augusta,Georgia BORING LOG B-14 I S&ME Project No.1419-18-001 DATE DRILLED: 1/30/18 ELEVATION: 410.0 ft NOTES: DRILL RIG: CME 55 BORING DEPTH: 15.0 ft I DRILLER: H.Wessinger WATER LEVEL: Dry Cave @ 10' HAMMER TYPE: Automatic LOGGED BY: SAS SAMPLING METHOD: Split spoon NORTHING: EASTING: I DRILLING METHOD: 21/4"H.S.A. w BLOW COUNT _ o w z /SCORE DATA STANDARD PENETRATION TEST DATA w I.- 0° CL o MATERIAL DESCRIPTION w a w a a M EMARft) a I C7 J - g /REMARKS Z LL, ai 0 10 20 30 . .6080 Topsoil(Approximately 4") I 177\ COASTAL PLAIN:POORLY-GRADED SAND • • .1 WITH SILT(SP/SMI - (•: fine to medium,moist,orangish brown/light -1 1 1 1 2 I. brown,very loose r �I - _ -.:E. i. ---Yellowish orange,loose - `.: 2 2 2 3 5 I 405.0— — I 3 3 4 3 7 E } -Medium dense - 400.0— o�' 10 4 4 5 6 • 11 RESIDUUM:SILT(MLA I trace fine sand,moist,white and yellowish _ _ N orange mottled,very stiff al z a 5 5 7 9 16 I N 15 395.0— 2 Boring terminated at 15 ft 0 ce0 0 0 I cc 0 w fLz 0 0 1oz cc0 cow NOTES: 1. THIS LOG IS ONLY A PORTION OF A REPORT PREPARED FOR THE NAMED ,I► Page 1 of 1 ' PROJECT AND MUST ONLY BE USED TOGETHER WITH THAT REPORT. 2. BORING SAMPLING AND PENETRATION TEST DATA IN GENERAL ACCORDANCE WITH ASTM D-1586. MIMIIIII 3. STRATIFICATION AND GROUNDWATER DEPTHS ARE NOT EXACT. ININNIV I 4. WATER LEVEL IS AT TIME OF EXPLORATION AND WILL VARY. III MINNi I I PROJECT: Fort Gordon CoE Sanitary Sewer Line Augusta,Georgia BORING LOG B-1 5 I S&ME Project No.1419-18-001 DATE DRILLED: 1/30/18 ELEVATION: 340.0 ft NOTES: DRILL RIG: CME 55 BORING DEPTH: 10.0 ft IDRILLER: H.Wessinger WATER LEVEL: Dry Cave©T HAMMER TYPE: Automatic LOGGED BY: SAS SAMPLING METHOD: Split spoon NORTHING: EASTING: I DRILLING METHOD: 21/4'H.S.A. —J w BLOW COUNT w /CORE DATA w x = w O z STANDARD PENETRATION TEST DATA J I— " w z U o blows/ft m w w a o MATERIAL DESCRIPTION rt > w a a o w w a — /REMARKS > Q W Q Q m v 7, Z 17, F, m 10 20 30 6080 Topsoil(Approximately 3") / - ' COASTAL PLAIN:SILTY SAND(SMI fine to coarse, moist,yellowish orange and light 33 4 - , brown,loose -1 - 7 i - ---Trace quartz - _ 2 3 4 6 10 I 5— 335.0— — ..-Y. C,.f. POORLY-GRADED SAND WITH SILT I ; - .. (SP/SM) 5 7 9 - 16 } , . fine,trace mica, moist,white, medium dense 3 .- .-.1.:1. _ 0 �. -- Loose o � 4 4 4 6 10 0 101:'.....1..r 330.0— Boring terminated at 10 ft 0 M cn I z 0 ui z> F IzN 0 0 cc0 0 0 II- 0 LL z 0 0 oI0 2 ce m W m 06 u) ill NOTES: 1. THIS LOG IS ONLY A PORTION OFA REPORT PREPARED FOR THE NAMED Page 1 of 1 IPROJECT AND MUST ONLY BE USED TOGETHER WITH THAT REPORT. 2. BORING SAMPLING AND PENETRATION TEST DATA IN GENERAL ACCORDANCE WITH ASTM D-1586. MEMM 3. STRATIFICATION AND GROUNDWATER DEPTHS ARE NOT EXACT. 1111111111111, 1 4. WATER LEVEL IS AT TIME OF EXPLORATION AND WILL VARY i I I 11111111111, I 111 PROJECT: Fort Gordon CoE Sanitary Sewer Line Augusta,Georgia BORING LOG B-16 I S&ME Project No.1419-18-001 DATE GRILLED: 1/30118 ELEVATION: 268.0 ft NOTES: DRILL RIG: CME 55 BORING DEPTH: 15.0 ft I DRILLER: H.Wessinger WATER LEVEL: 5'ATD HAMMER TYPE: Automatic LOGGED BY: SAS SAMPLING METHOD: Split spoon NORTHING: EASTING: I DRILLING METHOD: 21/4'H.S.A. O wa BLOW COUNT = w Z > /CORE DATA STANDARD PENETRATION TEST DATA w U a ^ _ 0 w w ~ z w o (blows/ft) J LII w a 0 MATERIAL DESCRIPTION < °: a wit g a o Q w Q G REMARKS > w in v a Z tv r 10 20 30 .6080 RESIDUUM:SILTY SAND(SM) e _ fine to medium,trace gravel,dry,dark brown, _ medium dense _1 8 10 13 - 23 e — - _ CLAYEY SAND(SC) fine,trace friable gravel-sized rock fragments, �j� wet,trace small organics,dark brown and gray, 2 2 2 2 4 5 very loose V 263.0- / - I ,%//i ---Fine to medium,very wet,brown/gray -3 1 1 1 - 2 1 SANDY SILT(ML( I dry,dark gray,very hard 0 4 16 29 50 79 O 10- 6 258. 0- m O I to N 0 CD N a = I O LLi z a 5 13.5 50 50 •100 z 15 253.0- ' o Boring terminated at 15 ft it 0 0 I- I z 0 LL IIz 0 0 O I , E z 0 m Lu m I N NOTES: 1. THIS LOG IS ONLY A PORTION OF A REPORT PREPARED FOR THE NAMED ,rte Page 1 of 1 I PROJECT AND MUST ONLY BE USED TOGETHER WITH THAT REPORT, 2. BORING SAMPLING AND PENETRATION TEST DATA IN GENERAL ACCORDANCE WITH ASTM D-1586. VINIM >♦ 3. STRATIFICATION AND GROUNDWATER DEPTHS ARE NOT EXACT. 011111111 4. WATER LEVEL/SAT TIME OF EXPLORATION AND WILL VARY. IMIMI III IIONIM I 1 I I I I I I I Appendix III I I I 1 I I I I I I I I Form No:TR-D422-WII-IGa �� Revision No. 0 Revision Date:07/14/08 Sieve Analysis of Soils .r... ASTM D 422 Quality Assurance S&ME,Inc.-Augusta 1527 Crescent Drive, Augusta,GA 30909 Project#: 1419-18-001 Report Date: 19-Feb-18 I Project Name: Ft.Gordon CoE Campus Sanitary Sewer Ext. Test Date(s): 2/16/18 2/19/18 Client Name: W.R.Toole Engineers Client Address: 1005 Broad Street,Augusta,GA I Boring No: B-1 Sample No: 3 Sample Date: 30-Jan-18 Location: NA Type: Bulk Sample Depth: 6-7.5' Sample Description: White and tan,silty SAND SM r 3" 1.5" 1"3/4" 3/8" #4 #10 #40 #60 #100 #140 #200 100% • 1• 1 • • • 111 i �• 11$ • • 1 • • 1 t (! 90% ; 1 1 80% Ili 1 ( ! ! ! at 0 , ! ; .y 70% 1 I I 0., j f 1 I a 60% 11 1 GJ I. a. 50% it 1 i i t l 11 ii I 1 ! 1 iJ 30% I " 1 1 I ' 11 I I 1 Ii i I i ! ! I 0% , r l ) (Millimeters I I ' ! i iv 100.00 10.00 1.00 0.10 0.01 f I Cobbles <300 mm(12")and>75 mm(3") Fine Sand <0.425 mm and>0.075 mm(#200) Gravel <75 mm and>4.75 mm(#4) Silt <0.075 and>0.005 mm Coarse Sand <4.75 mm and>2.00 mm(#10) Clay <0.005 mm Medium Sand <2.00 mm and>0.425 mm(#40) Colloids <0.001 mm IMaximum Particle Size 2.0 mm Coarse Sand 0.0% Fine Sand 54.9% Gravel 0.0% Medium Sand 30.9% Silt&Clay 14.2% Liquid Limit NT Plastic Limit NT Plastic Index NT I Specific Gravity NA Moisture Content 22.3% Coarse Sand 0.0% Medium Sand 30.9% Fine Sand 54.9% I Description of Sand&Gravel Particles: Rounded ❑x Angular CI Hard&Durable ll Soft 0 Weathered&Friable 0 Notes/Deviations/References: I Robert A.Williamson,P.E. �' Senior Engineer 19-Feb-18 Technical Responsibility Signature Position Date IThis report shall not be reproduced,except in full,without the written approval of S&ME,Inc. S&ME,Inc.-Augusta 1527 Crescent Drive,Augusta,GA 30909 B-01 Sample 3 PSA Page 1 of 1 I Form No:TR-D422-WH-1Ga .� IRevision No. 0r Revision Date:07/14/08 Sieve Analysis of Soils g 1 4111111. a. I ASTM D 422 Quality Assurance S&ME,Inc.-Augusta 1527 Crescent Drive, Augusta,GA 30909 Project#: 1419-18-001 Report Date: 19-Feb-18 I Project Name: Ft.Gordon CoE Campus Sanitary Sewer Ext. Test Date(s): 2/16/18 2/19/18 Client Name: W.R.Toole Engineers Client Address: 1005 Broad Street,Augusta,GA I Boring No: B-4 Sample No: 5 Sample Date: 30-Jan-18 Location: NA Type: Bulk Sample Depth: 13.5- 15' Sample Description: White,poorly graded SAND,trace silt SP I 3" 1.5" 1"3/4" 3/8" #4 #10 #40 #60 #100 #140 #200 100% •� 15 • • • A !I ' • !•i I 5,• • , •1 i 0 80% j a 70% I . ! 1 1 i F ' I it y o I i j I i j ! I 40/o I i 30% Ii I 10% I ! ! 1 0% • IMillimeters 1 r ! ! • ! ! 100.00 10.00 1.00 0.10 0.01 i Cobbles <300 mm(12")and>75 mm(3") Fine Sand <0.425 mm and>0.075 mm(#200) I Gravel <75 mm and>4.75 mm(#4) Silt <0.075 and>0.005 mm Coarse Sand <4.75 mm and>2.00 nun(#10) Clay <0.005 mm Medium Sand <2.00 mm and>0.425 mm(#40) Colloids <0.001 mm IMaximum Particle Size 9.5 mm Coarse Sand 2.2% Fine Sand 51.2% Gravel 0.5% Medium Sand 43.3% Silt&Clay 2.8% Liquid Limit NT Plastic Limit NT Plastic Index NT ISpecific Gravity NA Moisture Content 17.7% Coarse Sand 2.2% Medium Sand 43.3% Fine Sand 51.2% Description of Sand&Gravel Particles: Rounded ❑x Angular CI IHard&DurableSoft 0 Weathered&Friable 0 Notes/Deviations/References: El 1 -, Robert A.Williamson,P.E. Senior Engineer 19-Feb-18 Technical Responsibility Signature Position Date I This report shall not be reproduced,except in full,without the written approval of S&ME,Inc. S&ME,Inc.-Augusta 1527 Crescent Drive,Augusta, GA 30909 B-04 Sample 5 PSA I Page 1 of 1 I I Form No:TR-D422-WH-JGa Revision No. 0 +� Revision Date:07/14/08 Sieve Analysis of Soils I ASTM D 422 Quality Assurance S&ME,Inc.-Augusta 1527 Crescent Drive, Augusta,GA 30909 Project#: 1419-18-001 Report Date: 19-Feb-18 I Project Name: Ft.Gordon CoE Campus Sanitary Sewer Ext. Test Date(s): 2/16/18 2/19/18 Client Name: W.R. Toole Engineers Client Address: 1005 Broad Street,Augusta,GA I Boring No: B-6 Sample No: 2 Sample Date: 30-Jan-18 Location: NA Type: Bulk Sample Depth: 3.5-5' Sample Description: Tan,poorly graded SAND with silt SP I r 3" 1.5" 1"3/4" 3/8" #4 #10 #40 #60 #100 #140 #200 100% •, i• i • • I • 01 01 , • • , � 90% • 1 i i I I l I 1 1 1 80% 1 1 I et G 1 11 70% 1 1 j 1 i 1 I 60%cle I. 1 A. 50% iI , 1 I 40% 1 i i 30% i 1 20% l 1 10% 1 i il : I � I I ! 11 I , ' . ` 0% + '� Millimeters i 1 101 100.00 10.00 1.00 0.10 0.01 40 Cobbles <300 mm(12")and>75 mm(3") Fine Sand <0.425 mm and>0.075 mm(#200) I Gravel <75 mm and>4.75 mm(#4) Silt <0.075 and>0.005 mm Coarse Sand <4.75 mm and>2.00 mm(#10) Clay <0.005 mm Medium Sand <2.00 mm and>0.425 mm(#40) Colloids <0.001 mm IMaximum Particle Size 12.50 mm Coarse Sand 8.6% Fine Sand 24.6% Gravel 3.1% Medium Sand 58.9% Silt&Clay 4.8% Liquid Limit NT Plastic Limit NT Plastic Index NT ISpecific Gravity NA Moisture Content 7.7% Coarse Sand 8.6% Medium Sand 58.9% Fine Sand 24.6% I Description of Sand&Gravel Particles: Rounded l] Angular El Hard&Durable l] Soft 0 Weathered&Friable 0 Notes/Deviations/References: IRobert A.Williamson,P.E. la Senior Engineer 19-Feb-18 Technical Responsibility Signature Position Date I This report shall not be reproduced,except in full,without the written approval of S&ME,Inc. S&ME,Inc.-Augusta 1527 Crescent Drive,Augusta,GA 30909 B-06 Sample 2 PSA Page 1 of 1 I Form No:TR-D422-WH-1Ga Revision No. 0 •� Revision Date:07/14/08 Sieve Analysis of Soils ...r ASTM D 422 Quality Assurance I S&ME,Inc.-Augusta 1527 Crescent Drive, Augusta,GA 30909 Project#: 1419-18-001 Report Date: 19-Feb-18 I Project Name: Ft.Gordon CoE Campus Sanitary Sewer Ext. Test Date(s): 2/16/18 2/19/18 Client Name: W.R.Toole Engineers Client Address: 1005 Broad Street,Augusta,GA I Boring No: B-7 Sample No: 3 Sample Date: 30-Jan-18 Location: NA Type: Bulk Sample Depth: 6-7.5' Sample Description: White and light brown,poorly graded SAND,trace silt SP I / 1 3" 1.5" 1"3/4" 3/8" #4 #10 #40 #60 #100 #140 #200 100% Si • • • • • � 5 •, I 1 • 5 • .•, i i v 80% I I 'F. 70% ii cs a. 60% 1 CI is ! 0. _ 50%I I � 40% 30% I20% ! 10% ( ! I I 01)/0 + ♦ 1 iMillimetersI 100.00 10.00 1.00 0.10 0.01 Cobbles <300 mm(12")and>75 mm(3") Fine Sand <0.425 mm and>0.075 mm(#200) IGravel <75 mm and>4.75 mm(#4) Silt <0.075 and>0.005 mm Coarse Sand <4.75 mm and>2.00 mm(#10) Clay <0.005 mm Medium Sand <2.00 mm and>0.425 mm(#40) Colloids <0.001 mm I Maximum Particle Size 9.5 mm Coarse Sand 8.3% Fine Sand 20.0% Gravel 1.1% Medium Sand 66.7% Silt&Clay 4.0% Liquid Limit NT Plastic Limit NT Plastic Index NT ISpecific Gravity NA Moisture Content 15.9% Coarse Sand 8.3% Medium Sand 66.7% Fine Sand 20.0% Description of Sand&Gravel Particles: Rounded CI Angular x❑ I Hard&Durable D Soft 0 Weathered&Friable 0 Notes/Deviations/References: I Q._ Robert A.Williamson,P.E. Senior Engineer 19-Feb-18 Technical Responsibility Signature Position Date IThis report shall not be reproduced,except in full,without the written approval of S&ME,Inc. S&ME,Inc.-Augusta 1527 Crescent Drive,Augusta,GA 30909 B-7 Sample 3 PSA Page l of l I Form No:TR-D422-WH-1Ga , I Revision No. 0 Revision Date:07/14/08 Sieve Analysis of Soils i' ' , ASTM D 422 Quality Assurance I S&ME,Inc.-Augusta 1527 Crescent Drive, Augusta,GA 30909 Project#: 1419-18-001 Report Date: 19-Feb-18 I Project Name: Ft.Gordon CoE Campus Sanitary Sewer Ext. Test Date(s): 2/16/18 2/19/18 Client Name: W.R.Toole Engineers Client Address: 1005 Broad Street,Augusta,GA I Boring No: B-8 Sample No: Type: 4 Sample Date: 30-Jan-18 Location: NA Bulk Sample Depth: 8.5- 10' Sample Description: White,well graded SAND with silt,trace gravel SW I 3" 1.5" 1"3/4" 3/8" #4 #10 #40 #60 #100 #140 #200 100% •; • • • • � I I I r • , • • , 1 i • ; 1 90% I i 0 80% ! 1l i i y 70% o G 60% 0. I GJ 44 LO. I ! 30% I f I � I i I 20% I 10% + I 0% IAC 1i Millimeters I I i . , 100.00 10.00 1.00 0.10 0.01 J Cobbles <300 mm(12")and>75 mm(3") Fine Sand <0.425 mm and>0.075 mm(#200) ' Gravel <75 mm and>4.75 mm(#4) Silt <0.075 and>0.005 mm Coarse Sand <4.75 mm and>2.00 mm(#10) Clay <0.005 mm Medium Sand <2.00 mm and>0.425 mm(#40) Colloids <0.001 mm I Maximum Particle Size 12.5 mm Coarse Sand 23.5% Fine Sand 19.2% Gravel 5.2% Medium Sand 49.5% Silt&Clay 2.7% Liquid Limit NT Plastic Limit NT Plastic Index NT I Specific Gravity NA Moisture Content 12.6% Coarse Sand 23.5% Medium Sand 49.5% Fine Sand 19.2% Description of Sand&Gravel Particles: Rounded El Angular 1] I Hard&Durable Soft ❑ Weathered&Friable ❑ ons/References: 1 - � Robert A. Williamson,P.E. Senior Engineer 19-Feb-18 Technical Responsibility Signature Position Date I This report shall not be reproduced,except in full,without the written approval of S&ME,Inc. S&ME,Inc.-Augusta 1527 Crescent Drive,Augusta,GA 30909 B-08 Sample 4 PSA Page I of 1 I Form No:TR-D422-WH-1Ga IRevision No. 0 Revision Date:07/14/08 Sieve Analysis of Soils I ASTM D 422 Quality Assurance S&ME,Inc.-Augusta 1527 Crescent Drive, Augusta,GA 30909 Project#: 1419-18-001 Report Date: 19-Feb-18 I Project Name: Ft.Gordon CoE Campus Sanitary Sewer Ext. Test Date(s): 2/16/18 2/19/18 Client Name: W.R.Toole Engineers Client Address: 1005 Broad Street,Augusta,GA I Boring No: B-12 Sample No: 4 Sample Date: 30-Jan-18 Location: NA Type: Bulk Sample Depth: 8.5- 10' Sample Description: Yellowish Orange,poorly graded SAND,trace silt SP I / \\ 3" 1.5" 1"3/4" 3/8" #4 #10 #40 #60 #100 #140 #200 100% i• 1 • • • • • 1 41 , •. •I • • ;•, I 90% jI e 80% et .7 70% i cet 1 A. u 60% s. CIJ I a 50% 1I I I ' 40% I0% 01Millimeters I j 1 j 1 .1j i 100.00 10.00 1.00 0.10 0.01 , I Cobbles <300 mm(12")and>75 mm(3") Fine Sand <0.425 mm and>0.075 mm(#200) Gravel <75 mm and>4.75 mm(#4) Silt <0.075 and>0.005 mm Coarse Sand <4.75 mm and>2.00 nun(#10) Clay <0.005 mm Medium Sand <2.00 mm and>0.425 mm(#40) Colloids <0.001 mm I Maximum Particle Size 9.5 mm Coarse Sand 0.5% Fine Sand 47.1% Gravel 0.1% Medium Sand 49.2% Silt&Clay 3.1% Liquid Limit NT Plastic Limit NT Plastic Index NT ISpecific Gravity NA Moisture Content 4.5% Coarse Sand 0.5% Medium Sand 49.2% Fine Sand 47.1% Description of Sand&Gravel Particles: Rounded t] Angular x❑ IHard&DurableSoft 0 Weathered&Friable ❑ Notes/Deviations/References: Ij Robert A.Williamson,P.E. Senior Engineer 19-Feb-18 Technical Responsibility Signature Position Date I This report shall not be reproduced,except in full.without the written approval of S&ME,Inc. S&ME,Inc.-Augusta 1527 Crescent Drive,Augusta,GA 30909 B-12 Sample 4 PSA Page 1 of 1 I I Form No:TR-D422-WH-1 Ga Revision No. 0 +�► Revision Date:07/14/08 Sieve Analysis of Soils I ASTM D 422 Quality Assurance S&ME,Inc.-Augusta 1527 Crescent Drive, Augusta,GA 30909 Project#: 1419-18-001 Report Date: 19-Feb-18 I Project Name: Ft.Gordon CoE Campus Sanitary Sewer Ext. Test Date(s): 2/16/18 2/19/18 Client Name: W.R. Toole Engineers Client Address: 1005 Broad Street,Augusta,GA I Boring No: B-15 Sample No: 4 Sample Date: 30-Jan-18 Location: NA Type: Bulk Sample Depth: 8.5- 10' Sample Description: White,poorly graded SAND with silt SP-SM I r 3" 1.5" 1"3/4" 3/8" #4 #10 #40 #60 #100 #140 #200 100% • • • ,• • 71 1 • 1 t , • , •• i• 1I 1 ! I 90% I ( ' i I 1 1 1 I I { 2 70% v7 I j ! 0 a. 1tv60% 1 a. ! l ! ! 50%I ! ! 40% j ! l I 20% + i 10% i0% 11 I l ' Millimeters 1 ( ' ! 1 100.00 10.00 1.00 0.10 0.011 Cobbles <300 mm(12")and>75 mm(3") Fine Sand <0.425 mm and>0.075 mm(#200) I Gravel <75 mm and>4.75 mm(#4) Silt <0.075 and>0.005 mm Coarse Sand <4.75 mm and>2.00 mm(#10) Clay <0.005 mm Medium Sand <2.00 mm and>0.425 mm(#40) Colloids <0.001 mm IMaximum Particle Size 4.75 mm Coarse Sand 0.2% Fine Sand 81.9% Gravel 0.0% Medium Sand 10.6% Silt&Clay 7.3% Liquid Limit NT Plastic Limit NT Plastic Index NT ISpecific Gravity NA Moisture Content 22.1% Coarse Sand 0.2% Medium Sand 10.6% Fine Sand 81.9% I Description of Sand&Gravel Particles: Rounded 1] Angular El Hard&Durable t] Soft 0 Weathered&Friable 0 Notes/Deviations/References: I Robert A.Williamson,P.E. Senior Engineer 19-Feb-18 Technical Responsibility Signature Position Date I This report shall not be reproduced,except in full,without the written approval qfS&ME.inc, S&ME,Inc.-Augusta 1527 Crescent Drive,Augusta,GA 30909 B-15 Sample 4 PSA Page 1 of 1 I I Form No:TR-D2974-1 Revision No. 0 Revision Date:07/10/08 Moisture, Ash, and Organic Matter 1 1 1 1 I ASTMD-2974 Quality Assurance S&ME,Inc.Augusta 1527 Crescent Drive,Augusta,Georgia 30909 Project#: 1419-18-001 Report Date: 19-Feb-18 I Project Name: Ft. Gordon CoE Campus Sanitary Sewer Test Date(s): 2/14/18-2/18/18 Client Name: W.R.Toole Engineers Client Address: 1005 Broad Street,Augusta,Georgia IBoring No. B-13 Sample No. 2 Sample Date: 30-Jan-18 Location: NA Sample Type: Split Spoon Sample Depth: 3.5 -5' Sample Description: Dark gray,PT I Equipment: Balance: 0.01 g.Readability, SOOg. Minimum Capacity Balance: S&ME ID#: 25844 Cal.Date: 11/17/2017 Due: 11/17/2018 I Method A:Moisture Content Determination Required Oven Temperature:105 + 5°C Oven Temperature: 105 °C Tare# C-02 t Tare Weight(Dish plus Aluminum Foil Cover) grams 66.79 Ia Mass of As-Received Specimen+Tare Wt. grams 105.56 b Mass of Oven Dry Specimen+Tare Wt. grams 87.02 I w Water Weight (a-b) 18.54 A Mass of As-Received Specimen (a-t) 38.77 B Mass of Oven Dry Specimen (b-t) 20.23 I %Moisture Content as a %of As Received or Total Mass (w/A)*100 47.8% Moisture Content as a % of Oven-dried Mass (w/B)*100 91.6% Oven S&ME ID#: 25422 Cal.Date: 1/3/2018 Due: 1/3/2019 IMethod C(440°C)or D(750°C):Ash Content and Organic Matter Determination Muffle Furnace: 440 °C Tare# C-02 I t Tare Weight(Dish plus Aluminum Foil Cover) grams 66.79 b Mass of Oven Dry Specimen+Tare Wt. grams 87.02 c Ash Weight+Tare Wt. grams 82.22 ICAsh Weight c-t 15.43 B Mass of Oven Dry Specimen (b-t) 20.23 D %Ash Content (C/B)*100 76.3% Organic Matter 100-D 23.7% Muffle Furnace: S&ME ID#: 25409 1 Notes/Deviations/References: ASTM D2974:Moisture,Ash,and Organic Matter of Peat and Other Organic Soils I IRobert A.Williamson,P.E. ><-Q--- Senior Engineer 18-Feb-18 Technical Responsibility Signature Position Date I This report shall not be reproduced,except in full,without the written approval of S&ME,Inc. S&ME,Inc.-Augusta 1527 Crescent Drive,Augusta, GA 30909 Loss on Ignition IPage 1 of 1 I I G R`� U RGI A 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. 1 r 1 AUD MEASUREMENT&PAYMENT 2017 1 OF 11 I 1 I ITEM W-4 (A-Z) -Miscellaneous pipe fittings shall be measured individually(each) and I include costs for the complete fitting and installation including polywrap and mechanical joint restraint,regardless of material. Miscellaneous Pipe Fittings shall either be Mechanical Joint Fittings unless otherwise specified on the plans or contract documents. All mechanical I 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 I 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 I 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. IITEM W-5-Fire hydrants shall be measured individually(each)and shall include costs for hydrants,fire hydrant riser,restrained ductile iron lead pipe,polywrap,valve,valve box, fittings associated with connecting to water main,connection to water main,stone drain I 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 Iof 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 Ispecified,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. I Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. I 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. I 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. IITEMS 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, I 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 I any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. I AUD MEASUREMENT&PAYMENT REVISED 2017 2 OF 11 I 1 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 materials tests will be the responsibility of the contractor. No additional payment ' shall be made for these items. 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. AUD MEASUREMENT&PAYMENT REVISED 2017 3 OF 11 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. 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. 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,pressure 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. AUD MEASUREMENT&PAYMENT REVISED 2017 4 OF 11 1 1 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. Ductile Iron Pipe shall be lined with ' Protecto 401 Ceramic Epoxy. 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 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 additional payment shall be made for these items. tITEM S-5-Miscellaneous pipefittings shall be measured individually(each) 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. Ductile Iron Pipe shall be lined with Protecto 401 Ceramic Epoxy. 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. AUD MEASUREMENT 8 PAYMENT REVISED 2017 5 OF 11 I I I 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. I 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. IITEM 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 I associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. I 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, I 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 shall be included within the appropriate manhole line item Manhole vacuum testing shall include all costs for testing equipment,testing labor, Imobilization,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 I 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. IITEM 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 I 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. IITEM S-13A-Sanitary sewer service long side connections shall be measured individually (each) and shall include costs for 6-inch PVC piping,concrete collar or precast concrete I 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 I 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. 1 I IAUD MEASUREMENT&PAYMENT REVISED 2017 6 OF 11 I I I I 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 Ibackfill,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 Iitems. 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, I excavation,dewatering,soil stabilization,pipe stabilization,asphalt cutting,and normal backfill.No additional payment shall be made for these items. I 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 I 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. IITEM 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. IITEM 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, I 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. 1 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 I 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 Iinclude 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. I 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 I 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. I IAUD MEASUREMENT&PAYMENT REVISED 2017 7 OF 11 1 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. tITEM P-2-Aggregate base(101/2" thick)and asphalt patch(21 " thick)shall be measured in square yards and shall include costs for existing pavement removal and disposal,all aggregates (regardless of type),21h" 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 1 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 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. AUD MEASUREMENT&PAYMENT REVISED 2017 8 OF 11 ' 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. ' ITEM P-11 -Concrete Cap(8" thick)and asphalt patch(2" thick)shall be measured in square yards and shall include costs for select backfill,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 4'plus the outside diameter of the utility 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. 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. AUD MEASUREMENT&PAYMENT REVISED 2017 9 OF 11 1 1 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. ITEM M-5-Clearing and grubbing shall be measured in acres and shall include costs for vegetation removal,stockpiling, disposal and any required permitting.No additional ' payment shall be made for these items. ITEM M-6(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 materials of like quality as necessary for water line installation. No additional payment shall be made for these items. 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. ' LUMP SUM CONSTRUCTION ITEM LS-1-Mobilization,Demobilization includes,but is not limited to,performance of ' preparatory work and operations for the assembling and setting up necessary for work on the Project,such as shops,plants,storage areas,sanitary facilities,moving in of personnel and equipment,incidentals to the Project,and any other facilities,as required by the ' Specifications and special requirements of the Contract Documents,as well as by Laws and Regulations in effect at the Site.Partial payments will be made with 50 percent payable with the first pay application and the remaining 50 percent payable with the final pay application. No separate or additional payment shall be made for these items. ITEM LS-2-Bonds,Insurance includes all costs associated with obtaining any bonds or insurance required to perform the work in accordance with the plans and specifications and as required by local and state law. Partial Payments shall be made base on the percentage complete on the current pay application excluding payments made for mobilization(LS-1), bonds,insurance(LS-2),and temporary erosion and sediment control(LS-3). No separate or ' additional payment shall be made for these items. ITEM LS-3-Temporary Erosion and Sediment Control includes,but is not limited to,the ' installation,maintenance,and removal of all temporary erosion and sediment control measures as required by the engineer,local and state law,and in accordance with plans and specifications during construction to ensure no sediment leaves the construction site until a time at which final stabilization is approved by the local issuing authority and/or the state. Partial Payments shall be made base on the percentage complete on the current pay application excluding payments made for mobilization(LS-1),bonds,insurance(LS-2),and AUD MEASUREMENT&PAYMENT REVISED 2017 10 OF 11 1 temporary erosion and sediment control (LS-3). No separate or additional payment shall be made for these items. ITEM LS-4-Traffic Control includes,but is not limited to,all flaggers,labor,materials, equipment,and all other items necessary and incidental to completion of the work as required by all local and state laws and permits and in accordance with plans and specifications.Progress payments will be made based upon the percentage of estimated total time that traffic control will be required unless otherwise specified.No separate or additional payment shall be made for these items. ITEM LS-5-Permanent Grassing includes,but is not limited to,all labor,materials and ' maintenance required to establish permanent grassing on all disturbed areas in accordance with plans and specifications.Payment will not be made for this item until such a time that the Notice of Termination(NOT)has been filed and the grass is established to the ' satisfaction of the local issuing authority and/or the state.No separate or additional payment shall be made for these items. ' ITEM LS-6-As-built Survey includes all labor required to prepare an As-built Survey Drawing.The As-built Survey Drawing will be produced using Georgia State Plane Coordinates (GSPC) (NAD83,NAVD88) in accordance with the latest Georgia Minimum Technical Standards and to the satisfaction of the Engineer.A table shall be provided on the ' drawing with each Structure Identification number,the corresponding GSPC,and the top elevation of the structure.Sewer Manholes shall also include rim and all invert elevation, diameter of the Manhole,and any other information needed by the Engineer.Sewer Lines ' shall also include invert elevations (Gravity only),size,materials,slope,and length.The As- built Survey shall be performed by a Georgia Licensed Surveyor.No Partial Payment will be made.Full Payment will only be made after a Sealed As-built Survey drawing,in PDF ' format and an AutoCAD version,is complete,received,and approved. No separate or additional payment shall be made for these items. ' ITEM LS-7-Allowance to be used only at the approval of the Owner. ITEM LS-8-Allowance for CSX Railroad Flagging and Inspection. Allowance to only be ' used at the approval of the engineer.Costs can not include prime contractor's supervisor, project manager,overhead,profit or any other non-direct cost. All of these indirect costs need to be included in the base bid of the applicable Items (S-1 &S-4). Receipts for paid invoices will be provided with pay applications requesting reimbursement. I AUD MEASUREMENT&PAYMENT REVISED 2017 11 OF 11 t I I ISECTION 01330 SUBMITTAL PROCEDURES I PART 1 GENERAL 1 1.1 SECTION INCLUDES A. Submittal procedures. IB. Construction progress schedules. C. Proposed products list. D. Product data. IE. Shop drawings. F. Samples. IG. Design data. H. Test reports. II. Certificates. IJ. Manufacturer's instructions. K. Manufacturer's field reports. IL. Erection drawings. M. Construction photographs. I1.2 SUBMITTAL PROCEDURES A. Transmit each submittal with Engineer accepted form. IB. Sequentially number transmittal forms. Mark revised submittals with original number and sequential alphabetic suffix. IC. Identify Project, Contractor, subcontractor and supplier; pertinent drawing and detail number, and specification section number, appropriate to submittal. I D. Apply Contractor's stamp, signed or initialed certifying that review, approval, verification of products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with requirements of the Work and Contract Documents. ISubmittal Procedures 01330-1 I I IE. Schedule submittals to expedite Project,and deliver to Augusta Utility Department,Attn: Steven Behrend,452 Walker St, Augusta, GA 30901.Coordinate submission of related items. IF. For each submittal for review, allow 10 days excluding delivery time to and from Contractor. IG. Identify variations from Contract Documents and product or system limitations which may be detrimental to successful performance of completed Work. IH. Allow space on submittals for Contractor and Engineer review stamps. I. When revised for resubmission, identify changes made since previous Isubmission. J. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report inability to comply with requirements. IK. Submittals not requested will not be recognized or processed. I1.3 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial schedules within 10 days after date established in Agreement. After review, resubmit required revised data within 10 days. I B. Submit revised Progress Schedules with each Application for Payment. C. Distribute copies of reviewed schedules to Project site file, subcontractors, suppliers, and other concerned parties. D. Instruct recipients to promptly report, in writing, problems anticipated by Iprojections indicated in schedules. E. Indicate estimated percentage of completion for each item of Work at each Isubmission. F. Revisions to Schedules: ' 1. Indicate progress of each activity to date of submittal, and projected completion date of each activity. 2. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. I 3. Prepare narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect including effect of changes on schedules of separate contractors. I I ISubmittal Procedures 01330-2 I I I I1.4 PROPOSED PRODUCTS LIST 1.5 1 A. Within 15 days after date of Notice to Proceed, submit list of major products proposed for use, with name of manufacturer, trade name, and model number of Ieach product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1 1.6 PRODUCT DATA I A. Product Data: Submit to Engineer for review for limited purpose of checking for conformance with information given and design concept expressed in Contract Documents. I B. Submit number of copies Contractor requires, plus one (1) copy for Engineer and one (1)copy for Owner. I C. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. I D. Indicate product utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. 1 1.7 SHOP DRAWINGS A. Shop Drawings: Submit to Engineer for review for limited purpose of checking for I conformance with information given and design concept expressed in Contract Documents. I B. Indicate special utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. IC. When required by individual specification sections, provide shop drawings signed and sealed by professional engineer responsible for designing components shown on shop drawings. 1. Include signed and sealed calculations to support design. 2. Submit drawings and calculations in form suitable for submission to and approval by authorities having jurisdiction. 1 3. Make revisions and provide additional information when required by authorities having jurisdiction. I ISubmittal Procedures 01330-3 I 1.8 TEST REPORTS A. Submit for Engineer's knowledge as contract administrator or for Owner. B. Submit test reports for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.9 CERTIFICATES A. When specified in individual specification sections, submit certification by manufacturer, installation/application subcontractor, or Contractor to Engineer, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Engineer. 1.10 MANUFACTURER'S INSTRUCTIONS ' A. When specified in individual specification sections, submit printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, to ' Engineer for delivery to Owner in quantities specified for Product Data. B. Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation. 1.11 MANUFACTURER'S FIELD REPORTS A. Submit reports for Engineer's benefit as contract administrator or for Owner. B. Submit report in duplicate within 5 days of observation to Engineer for information. ' C. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. PART 2 PRODUCTS ' Not Used. PART 3 EXECUTION Not Used. ' END OF SECTION Submittal Procedures 01330-4 I 1 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: See AUD Measurement& Payment, latest edition. NOTE: Backfill material for sanitary sewer, storm sewer or water main will not be paid for separately. Should existing conditions warrant the importing and placement of select material, in addition to the select backfill material noted in each respective embedment detail, then this ' work will be paid for per cubic yard as noted above, but only at the direction of Owner. 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). I 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 Water and Sanitary Sewer Systems Guidelines, latest edition. 1 I I Soils-Structural 02055- 1 I I I I1.4 SUBMITTALS A. Materials Source: Submit name of imported materials source. Contractor to I 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 Iimported material. No additional payment 1.5 QUALITY ASSURANCE I A. Perform Work in accordance with Georgia Department of Transportation and Augusta Utilities Department Standards. IPART 2 PRODUCTS 2.1 SUBSOIL MATERIALS IA. Type S1: 1. Structural I 2. 3. Graded. 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. 1 2.2 SOURCE QUALITY CONTROL I 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 Iand retest. C. Provide materials of each type from same source throughout the Work. PART 3 EXECUTION I3.1 STOCKPILING A. Stockpile materials on site at locations designated by Engineer. IB. Stockpile in sufficient quantities to meet Project schedule and requirements. C. Separate differing materials with dividers or stockpile apart to prevent mixing. ID. Prevent intermixing of soil types or contamination. I ISoils-Structural 02055-2 I I I 1 E. Direct surface water away from stockpile site to prevent erosion or deterioration of materials. I 3.2 STOCKPILE CLEANUP A. Remove stockpile, leave area in clean and neat condition. Grade site surface to Iprevent free standing surface water. Grass as necessary. IEND OF SECTION I I I I I I I I I I I ISoils-Structural 02055-3 I 1 1 SECTION 02060 AGGREGATE 1 ' PART 1 GENERAL 1.1 SUMMARY ' A. Section includes aggregate materials for pipe bedding. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. #57 Stone (Aggregate Type Al) (For pipe bedding/backfill): 1. Basis of Measurement: No separate measurement. 2. Basis of Payment: No separate payment. ' B. Foundation Backfill, GA DOT Type II, for Additional Unclassified Excavation (Aggregate Type Al), AUD Pay Item M-3. I1. Basis of Measurement: See AUD Measurement& Payment, latest edition. 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. I 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). ' Aggregate 02060-1 I 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 Water and Sanitary Sewer Systems Guidelines, latest edition. PART 2 PRODUCTS 2.1 COARSE AGGREGATE MATERIALS A. Coarse Aggregate Type Al (Pipe Bedding and Backfill Material): #57 Stone conforming to Georgia Department of Transportation Standard Specifications, Section 800. B. Coarse Aggregate Type Al: GA DOT Type II Foundation Backfill material conforming to Georgia Department of Transportation Standard Specifications, ' Section 800. 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. ' Aggregate 02060-2 1 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 I 1 I 1 Aggregate 02060-3 1 ' SECTION 02221 SELECTIVE DEMOLITION 1 1 GENERAL 1.1 SUMMARY A. Section includes demolition of designated structures; demolition of pavement sections; disconnecting and capping of identified utilities. B. Related Sections: 1. Section 02230 - Clearing & Grubbing. ' 1.2 UNIT PRICES - MEASUREMENT AND PAYMENT A. Selective Demolition, AUD Item LS-1: 1. Basis of Measurement: See AUD Measurement& Payment, latest edition. 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. 1.3 CLOSEOUT SUBMITTALS ' A. Project Record Documents: Accurately record actual locations of capped utilities. 1.4 REFERENCES 1. Augusta Utilities Department Water and Sanitary Sewer Systems Guidelines, latest edition. ' 2 PRODUCTS [Not Used.] 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. C. Prevent movement or settlement of adjacent structures. Provide bracing and shoring. ' Selective Demolition 02221 -1 I 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 1 • Selective Demolition 02221 -2 1 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 (Pay Item M-5): 1. Basis of Measurement: See AUD Measurement& Payment, latest edition. 2. Basis of Payment: Shall include costs for vegetation removal, stockpiling, disposal and any required permitting. ' 1.3 REFERENCES A. Augusta Utilities Department Water and Sanitary Sewer Systems Guidelines, latest edition. PART 2 ' Not Used. PART 3 EXECUTION 3.1 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. IE. Stabilize cleared area per ES & PC plans. 3.2 TREE REMOVAL 1 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 I representatives to review tree removal limits prior to the start of clearing ' activities. 3.3 REMOVAL A. Remove debris, rock, and extracted plant life from site. END OF SECTION 1 I 1 1 1 Clearing&Grubbing 02230-2 1 SECTION 02241 I DEWATERING IPART 1 GENERAL 1.1 SUMMARY I A. Section Includes: 1. Dewatering system. 2. Surface water control system. I 3. Monitoring wells. 4. System operation and maintenance. 5. Water disposal. I B. Related Sections: 1. Section 02324-Trenching 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Dewatering: No separate payment. I1.3 REFERENCES A. ASTM International: I1. ASTM C33 - Standard Specification for Concrete Aggregates. 1.4 DEFINITIONS IA. Dewatering includes the following: 1. Lowering of ground water table and intercepting horizontal water seepage to prevent ground water from entering excavations and trenches. I 2. Reducing piezometric pressure within strata to prevent failure or heaving of excavations and trenches. 3. Disposing of removed water. IB. Surface Water Control: Removal of surface water within open excavations. 1.5 SYSTEM DESCRIPTION IA. Provide dewatering and surface water control systems to permit Work to be completed on dry and stable subgrade. I1. Install well points or other approved methods to dewater. B. Furnish standby equipment stored at Project site and ready for immediate use upon failure of dewatering equipment. 1 I IDewatering 02241 - 1 I I II 1 1.6 PERFORMANCE REQUIREMENTS A. Design dewatering systems to: I1. Relieve hydrostatic pressures in confined water bearing strata below excavation to eliminate risk of uplift or other instability of excavation. 2. Prevent loss of fines, quick condition, or softening of foundation subgrade. 1 3. Maintain stability of sides and bottoms of excavations and trenches. B. Design surface water control systems to: 1. Collect and remove surface water and seepage entering excavation. 1.7 SUBMITTALS IA. Section 01330- Submittal Procedures: Requirements for submittals. B. Shop Drawings: I 1. Indicate dewatering system layout, well depths, well screen lengths, dewatering pump locations, pipe sizes and capacities, grades,filter sand gradations, surface water control devices, valves, and water disposal I method and location. 2. Indicate primary and standby power system location and capacity. 3. Include detailed description of dewatering and monitoring system installation procedures and maintenance of equipment. I 4. Include description of emergency procedures to follow when problems arise. C. Product Data: Submit data for each of the following: 1. Dewatering Pumps: Indicate sizes and capacities. 2. Pumping equipment for control of surface water within excavation. 1 1.8 CLOSEOUT SUBMITTALS A. Project Record Documents: Record actual locations and depths of capped wells Iand piping abandoned in place. 1.9 QUALITY ASSURANCE I A. Comply with authorities having jurisdiction for the following: 1. Drilling and abandoning of wells used for dewatering systems. 2. Water discharge and disposal from pumping operations. 1 1.10 QUALIFICATIONS A. Installer: Company specializing in performing work of this section with minimum I 5-years documented experience and responsible for design, operation, and maintenance of dewatering system. 1. Assume sole responsibility for dewatering and surface water control I systems and for loss or damage resulting from partial or complete failure I Dewatering 02241 -2 I Iof protective measures and settlement or resultant damage caused ed by ground water control operations. I1.11 COORDINATION I A. Coordinate work to permit the following construction operations to be completed on dry stable substrate. 1. Trenching for utilities specified in Section 02324. I B. Coordinate work with railroad companies, utility companies, etc. when working adjacent to existing infrastructure. IPART 2 PRODUCTS 2.1 DEWATERING EQUIPMENT IA. Select dewatering equipment to meet specified performance requirements. IPART 3 3.1 EXAMINATION IA. Verify existing conditions before starting work. I B. Conduct additional borings and investigations to supplement subsurface investigations as required to complete dewatering system design. I C. Request underground utilities to be located and marked within and surrounding construction areas 3.2 PREPARATION IA. Protect existing improvements from damage caused by dewatering operations. Provide outfall protection at system discharge point to prevent erosion. 1 3.3 DEWATERING SYSTEM A. Install dewatering system in accordance with shop drawings. IB. Locate system components to allow continuous dewatering operations without interfering with installation of permanent Work and existing public rights-of-way, Iroadways, embankments, adjacent buildings, structures, and improvements. C. Drill wells in sizes and to depth indicated. Provide temporary surface casing when required to stabilize soil while advancing well. ID. Perform work under supervision of Registered Geotechnical Engineer in the State of Georgia at locations shown on plans. I IDewatering 02241 -3 I I 1 3.4 SURFACE WATER CONTROL SYSTEM I A. Provide ditches, berms, and other devices to divert and drain surface water from excavation area as specified. I B. Divert surface water and seepage water within excavation areas away from work. C. Control and remove unanticipated water seepage into excavation. 1 3.5 SYSTEM OPERATION AND MAINTENANCE A. Operate dewatering system continuously until backfilling is complete. IB. Provide 24-hour supervision of dewatering system by personnel skilled in operation, maintenance, and replacement of system components. C. Conduct daily observation of dewatering system and monitoring system. Make required repairs and perform scheduled maintenance. ID. Fill fuel tanks before tanks reach 25 percent capacity. E. Start emergency generators at least twice each week to check operating condition. I F. When dewatering system cannot control water within excavation, notify Engineer and stop excavation work. 1. Supplement or modify dewatering system and provide other remedial measures to control water within excavation. 2. Demonstrate dewatering system operation complies with performance ' requirements before resuming excavation operations. G. Modify dewatering and surface water control systems when operation causes or threatens to cause damage to new construction, existing site improvements, Iadjacent property, or adjacent water wells. H. Correct unanticipated pressure conditions affecting dewatering system I performance. 3.6 SYSTEM REMOVAL I A. Remove dewatering and surface water control systems after dewatering operations are discontinued. 3.7 FIELD QUALITY CONTROL I A. After dewatering system is installed, perform pumping test to determine when selected pumping rate lowers water level in well below pump intake. Adjust pump Ispeed, discharge volume, or both to ensure proper operation of each pump. I IDewatering 02241 -4 1 B. Monitor and record the following, daily, until steady state conditions occur. Then monitor and record conditions twice each week. ' 1. Average discharge flow rate for each deep well, eductor header, and well point. C. Observe existing adjacent buildings, structures, and improvements daily to detect movement in comparison to original elevations during dewatering operations. Coordinate work with Geotechnical Engineer and railroad entity as applicable. 1. Notify Engineer immediately of measured movement. D. Submit initial installation reports to Project Inspector including the following: 1. Installation and development reports for well points and pumps. 2. Initial dewatering flow rates. E. Submit weekly monitoring reports to Project Inspector including the following: 1. Dewatering flow rates. 2. Maintenance records for dewatering and surface water control systems. END OF SECTION 1 1 1 1 1 1 1 1 1 ' Dewatering 02241 -5 1 1 SECTION 02311 ' ROUGH GRADING PART 1 -GENERAL 1.1 SUMMARY A. Section includes removal of subsoil; and cutting, grading, filling, compacting, the site for site structures. B. Related Sections: ' 1. Section 02221 -Site Demolition. 2. Section 02230-Site Clearing. 3. Section 02315-Excavation. 4. Section 02320-Backfill. 5. Section 02324-Trenching. 6. Section 02923- Landscape Grading 7. Section 02924-Seeding and Soil Supplements. 8. Section 02930-Exterior Plants. 1.2 UNIT PRICE -MEASUREMENT AND PAYMENT A. Soil Fill Type S1: 1. Basis of Measurement: Lump sum, included in grading complete. 2. Basis of Payment: Includes excavating existing subsoil, supplying subsoil materials, stockpiling, scarifying substrate surface, placing where required, and compacting. 1.3 REFERENCES A. ASTM D698 -Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5Ib Rammer and 12 inch Drop. B. ASTM D2922 -Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). c. ASTM D3017 -Test Methods for Moisture Content of Soil and Soil-Aggregate Mixtures. 1.4 CLOSEOUT SUBMITTALS A. Section 01700- Project Closeout: Closeout procedures. B. Project Record Documents: Accurately record actual locations of utilities remaining by horizontal dimensions, elevations or inverts, and slope gradients. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with Georgia Department of Transportation Standards and Specifications. ACC#00525-Repaving&Expansion of Transit Vehicle Lot #02311 - 1 WRTE 11012 I I PART2 - PRODUCTS I2.1 MATERIALS IA. Topsoil:As specified in Section 02487. B. Subsoil Fill: Type 51 as specified in Section 02055. IPART 3- EXECUTION I3.1 EXAMINATION A. Verify that survey bench mark and intended elevations for the Work are as indicated. 111 3.2 PREPARATION A. Identify required lines, levels, contours, and datum. IB. Stake and flag locations of known utilities. C. Locate, identify, and protect utilities that remain, from damage. ID. Notify utility company to remove and relocate utilities. IE. Protect above and below grade utilities that remain. F. Protect plant life, lawns, and other features remaining as a portion of final landscaping. I G. Protect bench marks, survey control point, existing structures, fences, sidewalks, paving, and curbs from excavating equipment and vehicular traffic. I3.3 SUBSOIL EXCAVATION A. Excavate subsoil from areas to be further excavated, relandscaped, or regraded. IB. Excavate wet subsoil and process wet material to obtain optimum moisture content or remove from site. IC. When excavating through roots, perform Work by hand and cut roots with sharp axe. D. Stockpile in area designated on site to depth not exceeding 8 feet and protect from Ierosion. Remove from site subsoil not being reused. E. Benching Slopes: Horizontally bench existing slopes greater than 1:4 to key placed Ifill material to slope to provide firm bearing. F. Stability: Replace damaged or displaced subsoil to same requirements as for specified fill. I IACC#00525—Repaving&Expansion of Transit Vehicle Lot #02311 -2 WRTE 11012 I I 3.4 FILLING A. Install Work in accordance with Georgia Department of Transportation Standards and Specifications. IB. Fill areas to contours and elevations with unfrozen materials. C. Place fill material on continuous layers and compact in accordance with the schedule at end of this section. I D. Maintain optimum moisture content of fill materials to attain required compaction density. E. Slope grade away from building minimum 2 inches in 10 ft unless noted otherwise. Make grade changes gradual. Blend slope into level areas. IF. G. Remove surplus fill materials from site. I3.5 TOLERANCES A. Section 01400—Quality Control: Tolerances. IB. Top Surface of Subgrade: Plus or minus 1/10 foot from required elevation. 3.6 FIELD QUALITY CONTROL IA. Section 01400—Quality Control: Testing and inspection services B. Testing: In accordance with ASTM D698. ASTM D2922. ASTM D3017. IC. If tests indicate Work does not meet specified requirements, remove Work, replace and retest. ID. Frequency of Tests: 1 test/2,000 sq.ft. of fill/2 ft. depth. 3.7 SCHEDULES IA. Structural Fill: 1. Fill Type S1: Maximum 8 inches compacted depth. I2. Compact to minimum 95 percent of maximum density. B. Subsoil Fill: 1. Fill Type 51: Maximum 8 inches compacted depth. 1 2. Compact to minimum 90 percent of maximum density. C. Topsoil Fill: I1. Topsoil: Maximum 6 inches compacted depth. 2. Compact to minimum 90 percent of maximum density. END OF SECTION I IACC#00525—Repaving&Expansion of Transit Vehicle Lot #02311 -3 WRTE 11012 I I SECTION 02316 ROCK REMOVAL PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Removing rock discovered during excavation. B. Related Sections: t 1. Section 02324-Trenching: Trenching and backfilling for utilities. 1.2 UNIT PRICE- MEASUREMENT AND PAYMENT ' A. Rock Excavation (Pay Item M-3): 1. Basis of Measurement: See AUD Measurement& Payment, latest edition. 2. Basis of Payment: Includes costs for blasting, labor, equipment, and material removal and disposal. 1.3 REFERENCES A. Augusta Utilities Department Water and Sanitary Sewer Systems Guidelines, latest edition. ' 1.4 DEFINITIONS A. Rock: Solid mineral material with volume in excess of 1/3 cu yd. ' PART 2 PRODUCTS ' NOT USED PART 3 EXECUTION i3.1 EXAMINATION A. Verify site conditions and note subsurface irregularities affecting Work of this section. 3.2 PREPARATION ' A. Identify required lines, levels, contours, and datum. Rock Removal 02316- 1 t I I I 3.3 ROCK REMOVAL BY MECHANICAL METHOD A. Excavate and remove rock by mechanical method. I 1. Drill holes and use expansive tools, wedges, mechanical disintegration compound to fracture rock. IB. Cut away rock at bottom of excavation to form level bearing. C. Remove shaled layers to provide sound and unshattered base for pipe foundations. ID. Remove excavated materials from site. I E. Correct unauthorized rock removal with Aggregate Type A2 placed and compacted in 6-inch lifts. 3.4 ROCK REMOVAL BY EXPLOSIVE METHODS IA. Contractor is prohibited from using any removal method involving explosives or explosive devices for rock removal. I3.5 FIELD QUALITY CONTROL A. Request visual inspection of foundation bearing surfaces by Augusta Utilities 1 Department Inspector before installing subsequent work. I END OF SECTION I I I I I 1 IRock Removal 02316-2 I 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. The contractor's attention is also directed to the Geotechnical Report, as prepared by S&ME, regarding trenching, excavating and dewatering activities. B. Related Sections: 1. Section 02060-Aggregate. ' 2. Section 02539- Sanitary Sewage Systems. 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 Water and Sanitary Sewer Systems Guidelines, ' latest edition. 1.4 DEFINITIONS ' A. Utility: Any buried pipe, duct, conduit, or cable. 1.5 FIELD MEASUREMENTS ' Trenching 02324-1 1 1 A. Verify field measurements prior to fabrication. ' 1.6 COORDINATION A. Verify Work associated with lower elevation utilities is complete before placing ' higher elevation utilities. rPART 2 PRODUCTS 2.1 FILL MATERIALS A. Fill Type 51: As specified in Section 02055. B. Fill Type S2: As specified in Section 02760 (Flowable Fill Material). C. Aggregate Type Al: As specified in Section 02060. I PART 3 EXECUTION 3.1 LINES AND GRADES ' A. Grades 1. Pipes shall be laid true to the lines and grades indicated. 2. The grade alignment of the pipe shall be maintained by the use of a ' string line parallel with the grade line and vertically above the centerline of the pipe. This line shall be established on level batter boards at intervals of not more than 25 feet. Batter boards shall span the trench and be rigidly anchored to substantial posts driven into the ground on each side of the trench. Three adjacent batter boards must be set before laying pipe to provide a check on the grades and line. Elevation and position of the string line shall be determined from the elevation and ' position of offset points or stakes located along the pipe route. Pipe shall not be laid using sidelines for line or grade. 3. As an alternative means of establishing alignment and grade, a "Laser- Beam" instrument may be utilized with a competent operator. 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. Trenching 02324-2 I I B. Protect plant life, lawns, and other features remaining as a portion of final Ilandscaping. C. Protect bench marks, existing structures, fences, sidewalks, paving, and curbs from excavating equipment and vehicular traffic. ID. Maintain and protect above and below grade utilities which are to remain. I 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. I F. Outside of pavement areas, the top 4-inches of existing topsoil to be carefully removed, stockpiled, protected, and reused. I 3.3 EXCAVATING IA. Excavate subsoil required for utilities to tie-in location. B. Cut trenches sufficiently wide to enable installation and allow inspection. Remove Iwater or materials that interfere with Work. C. Do not interfere with 45 degree bearing splay of foundations. ID. Hand trim excavation. Hand trim for bell and spigot pipe joints. Remove loose matter. IE. 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.). I G. Stockpile excavated material in area designated on site and remove excess material not being used from site. 3.4 TRENCHING IA. Excavations: 1. Excavation shall be dug so that the pipe can be laid and jointed properly. I 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 I 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 I excavation starting at a point 2 feet above the top of pipe. Trenching 02324-3 ..._._._._ I I 2. The trench shall be excavated to the depth required so as to provide a I 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: I 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 I b) encountered, as directed by the Engineer. Where the bottom of the trench has been excavated by mistake to a greater depth than required, the Contractor shall refill this area I 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. 4. Excavation within 24 inches of existing utilities shall be governed by I specifications of the Owner of the respective utility. The Contractor shall obtain these specifications and follow the same at no extra cost. I B. 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 I 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. I3.5 SHEETING AND BRACING I 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 I 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 I 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. I 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. I 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 I 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 ITrenching 02324-4 where there is additional pressure due to the presence of other ' 2. structures. 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. ' 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. 1 C. Soil Fill Type 51: 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 1/2 inch from required elevations. ' B. Top Surface of General Backfilling: Plus or minus 1 inch from required elevations. 3.8 FIELD QUALITY CONTROL Trenching 02324-5 ' 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 test/ 100 If. /2 feet of backfill. ii. 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). D. Provide owner and Engineer with testing documentation and results. 3.9 PROTECTION OF FINISHED WORK A. Reshape and re-compact fills subjected to vehicular traffic during construction. ' 4.1 SCHEDULE A. Sanitary Sewer ' 1. Refer to Augusta Utilities Department Detail#2.1. 2. Excavate and prepare subgrade. Place Aggregate Type A2 as required. Install pipe bedding in 6" maximum lifts and compact. Install pipe. Cover ' pipe and bedding with Type S1 (place in 6" maximum lifts and compact to 95% standard proctor)to a point 24" above top of pipe. Install select backfill material (Type S1) in 10" maximum lifts to 24" above top of pipe. ' Select material to be compacted (per lift)to 95% standard proctor. Native material can be used (if approved by Engineer or AUD field representative)from this point to grade if dried and prepared as recommended in the geotechnical report. If Engineer or AUD ' representative do not approve native material, then continue placement and compaction of select backfill material as previously noted. 111 END OF SECTION Trenching 02324-6 1 1 SECTION 02371 RI PRAP PART 1 GENERAL ' 1.1 SUMMARY A. Section includes riprap and woven plastic filter fabric. ' 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Stone Plain Rip-Rap, Type 3, 18 inches: Measured and paid for as specified within Georgia Department of Transportation Standards Section 603, per square yard (Paid per Lump Sum- LS-3). ' B. Plastic Filter Fabric: See AUD Measurement& Payment, latest edition. 1.3 QUALITY ASSURANCE 1 A. Perform Work in accordance with Georgia Department of Transportation Standards Section 603. PART 2 PRODUCTS ' 2.1 MATERIALS A. Riprap: Stone plain rip rap, Type 3, conforming to Georgia Department of Transportation Standard Specifications Section 805. B. Filter Fabric: Conforming to Georgia Department of Transportation Standard Specifications Section 881.2.05. Material to be listed on Georgia Department of Transportation Qualified Products list. PART 3 EXECUTION 3.1 EXAMINATION ' A. Do not place riprap over frozen or spongy subgrade surfaces. 3.2 PLACEMENT ' A. Place woven plastic filter fabric according to Georgia Department of Transportation Standard Section 603. B. Place riprap at locations indicated on plans. Riprap 02371 - 1 I C. Installed Thickness: Stone plain rip rap, 18 inches. 3.3 SCHEDULES ' A. Place in accordance with drawings. 1 END OF SECTION I I I Riprap 02371 -2 ' SECTION 02374 EROSION CONTROL DEVICES ' PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Installation, maintenance and removal of silt fence, stone ditch checks, inlet sediment traps, construction exit and other miscellaneous erosion control devices(BMPs). B. Related Sections: ' 1. Section 02924—Grassing & Mulching 2. Section 02311 —Grading 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. SILT FENCE, TYPE A(AUD Pay Item LS-3): 1. Basis of Measurement: See AUD Measurement& Payment, latest edition. 2. Basis of Payment: Includes all materials and work required including geotextile, maintenance, and removal. B. CONSTRUCTION EXIT(AUD Pay Item LS-3): II. Basis of Measurement: See AUD Measurement& Payment, latest edition. 2. Basis of Payment: Includes all materials and work required including geotextile, maintenance, and removal. ' C. HAY BALE DITCH CHECKS (Pay Item LS-3): 1. Basis of Measurement: See AUD Measurement& Payment, latest edition. ' 2. Basis of Payment: Includes all materials and work required including geotextile, aggregate, maintenance and removal. 1.3 REFERENCES A. Manual for Erosion and Sediment Control in Georgia, latest edition, including all amendments and additions. ' B. Georgia Department of Transportation Standard Specifications, 2001. rPART 2 PRODUCTS 2.1 Miscellaneous Erosion Control Devices: Furnish materials in accordance with Georgia Department of Transportation Standard Specifications, 2001 and Manual for Erosion & Sedimentation Control in Georgia. PART 3 EXECUTION 3.1 EXAMINATION A. Verify compacted subgrade is acceptable and ready to support devices and imposed loads. Erosion Control Devices 02374- 1 ' B. Verify gradients and elevations of base or foundation for other work are correct. C. Install Work in accordance with Georgia Department of Transportation Standard Specifications, 2001. ' 3.2 FIELD QUALITY CONTROL A. Best Management Practices (BMP) proposed in plans are shown as minimum requirements. Contractor shall provide additional BMPs as necessary and as directed by the County or Engineer, to mitigate soil loss from the project site. B. Additional BMPs are to be located at entry/exit pits and at other locations per the Contractors work plan. C. Contractor will continuously maintain erosion control BMPs. END OF SECTION 1 1 I I Erosion Control Devices 02374-2 1 SECTION 02539 SANITARY SEWAGE SYSTEMS 1 GENERAL 1.1 SUMMARY A. Section includes sanitary sewerage drainage piping, fittings, accessories, bedding and connection of sanitary drainage system to existing sewers. B. Related Sections 1. Section 02060—Aggregate: Pipe Bedding. 2. Section 02241 —Dewatering. 3. Section 02324—Trenching. ' 5. Section 02633—Sanitary Manholes, Frames, and Covers. 1.2 UNIT PRICE—MEASUREMENT AND PAYMENT ' A. Sanitary Sewer Pipe; Depths vary, refer to Bid Schedule; PVC or DIP (Pay Items S-1 A, S-1 B, S-1 C, S-1 D, S-1 E, S-1 F, S-1 G, S-1 H, S-1 I; S-1 J; S-1 K; S-1 L; S-1 M; S-1 N; S-10; S-1 P; S-1 Q; S-1 R; S-1 S; S-1 T; S-1 U; S-1 V; S-1 W; S-1 X): 1. Basis of Measurement: See AUD Measurement& Payment, latest edition. 2. Basis of Payment: Shall include costs for piping and installation, trench excavation, trench box, dewatering, asphalt cutting, normal joints and gaskets, normal backfill, infiltration and exfiltration testing, mandrel pulling, and CCTV camera inspection as required. Camera inspection shall include all costs for closed circuit camera inspection of the sanitary sewer system, including mobilization, demobilization, inspection, ' videotape copies, and field reports. 1.3 REFERENCES tA. ANSI/AWWA C104/A21.4—American National Standard for Cement Mortar Lining for Ductile Iron Pipe and Fittings for Water. ' B. ANSI/AWWA CI50/A21.50—American National Standard for the Thickness Design of Ductile Iron Pipe. C. ASTM A674-Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water and Other Liquids. D. ANSI/ASTM D698-Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5 lb Rammer and 12-inch drop. E. ANSI/ASTM D2321 - Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe. SanitarySewageSystems S stems 02539-1 I I I 2. Restrained joint gaskets shall be an acceptable restraint joint method for I DIP sewer pipe 24"diameter and smaller. Restraining gaskets shall be supplied by the pipe manufacturer. Restraining gaskets shall be US Pipe Field Lock 350,McWane Sure-Stop 350,American Amarillo Fast-Grip, Ior approved equal. 3. Approved Epoxy Lining: Protecto 401 or Engineer approved equal. I 2.2 BEDDING MATERIALS 1 A. Bedding:#57 stone meeting Georgia Department of Transportation Standard Specifications Section 800. IPART 3 EXECUTION I3.1 EXAMINATION A. Verify that trench cut is ready to receive work and excavations, dimensions, and elevations are as indicated on drawings. I3.2 PREPARATION IA. Dewater sewer alignment in advance of proposed work. B. Correct over excavation with coarse aggregate Type A2, as specified in Section 02060. C. Remove large stones or other hard matter which could damage pipe or impede consistent backfilling or compaction. ID. Compact subgrade prior to placement of bedding. 3.3 BEDDING IA. Excavate pipe trench in accordance with Section 02324 for Work of this section. Hand trim excavation for accurate placement of pipe to elevations indicated. I B. Place bedding material at trench bottom. C. Maintain optimum moisture content of bedding material to attain required compaction density. 3.4 INSTALLATION - PIPE IA. Install pipe, fittings, and accessories in accordance with Augusta Utilities Department Water and Sanitary Sewer System Guidelines, latest edition. SanitarySewage Systems g y terns I 02539-3 I I ISECTION 02633 SANITARY MANHOLES, FRAMES, AND COVERS I1 GENERAL I1.1 SUMMARY A Section Includes: 1. Sanitary sewer manholes and accessories. B Related Sections: 1. Section 02324-Trenching. 1 2. Section 02539—Sanitary Sewer Systems. 1.2 UNIT PRICE—MEASUREMENT AND PAYMENT IA. Sanitary Sewer Manhole (Type 1 or 2), Depth 0'-6' (Diameter varies) (Pay Item S-6A): 1. Basis of Measurement: See AUD Measurement& Payment, latest I edition. 2. Basis of Payment: Shall include costs for manholes, interior coating, excavation, dewatering, asphalt cutting, collars and boots, grouting I and/or other connections, installation, normal backfill, and vacuum testing as specified. Manhole vacuum testing shall include all costs for testing equipment, testing labor, mobilization, demobilization, and reporting. Manholes failing testing shall be re-tested at Contractor's expense. I Repairs to failing manholes shall be made external to the manhole utilizing a method approved by the Augusta Utilities Department. I B. Additional Sanitary Manhole Depth, Type 1 Depth, Classes 1-3 (Pay Item S-7A and S-7B): 1. Basis of Measurement: See AUD Measurement& Payment, latest I 2. edition. Basis of Payment: Shall include costs for excavation, dewatering, and backfill as specified by type and class. Refer to Georgia Department of Transportation Standard Specifications—Section 668.4 for additional Idepth manhole depth classification. C. Tie-in manhole (Pay Item S-12): I 1. Basis of Measurement: See AUD Measurement& Payment, latest edition. 2. Basis of Payment: Shall include the costs for excavation, dewatering, I asphalt cutting, pipe cutting, collars and boots and/or other connections, installation, supporting or bracing existing pipe, and normal backfill. The costs for the base section, first riser, cone section, and ring and cover shall be included within this line item. Additional depth manhole sections I ISanitary Manhole Frames, and Covers 02633- 1 I I I Ishall be included within the appropriate manhole line item. No additional payment shall be made for these items. I D. Outside Drop Piping—Complete (Pay Item S-10): 1. Basis of Measurement: See AUD Measurement& Payment, latest edition. I 2. Basis of Payment: Shall include the costs for all items associated with the drop manhole detail (AUD Detail 2.4), exclusive of the manhole or manhole extensions. I1.3 REFERENCES A ACI (American Concrete Institute) 530 - Building Code Requirements for IMasonry Structures. B ASTM A48 - Gray Iron Castings. IC ASTM A536- Ductile Iron Castings. D ASTM C39 -Test Method for Compressive Strength of cylindrical Concrete ISpecimens. E ASTM C62 - Building Brick (Solid Masonry Units Made from Clay or Shale). IF Georgia Department of Transportation Standard Specifications for Transportation Systems, 2001 Edition. I G Augusta Utilities Department Water and Sanitary Sewer System Guidelines, latest edition. I1.4 QUALITY ASSURANCE A Quality Assurance to the effect that Work shall comply with Augusta Utility III Department Water and Sanitary Sewer Systems Guidelines, latest edition except as noted otherwise in the project plans and specifications. IPART 2 PRODUCTS 2.1 MANHOLES, FRAMES, AND COVERS IA Ring and cover to be US Foundry Model#668-KL-BWTL (Bolted Water Tight) — no ventilation holes, or Engineer approved equal. IIB Ring to be precast into cone section of manhole. Contractor is responsible for coordinating such work with precast manufacturer. I ISanitary Manhole Frames, and Covers 02633-2 I C Mortar and Grout: Conform to Georgia Department of Transportation Standard Section 834.03 Mortar and Grout. ' 2.2 COMPONENTS A Sanitary Manhole Construction: Conforming to Augusta Utilities Department ' Standards, detail#2.3 as shown in construction plans. B Connector Manhole Construction: Refer to construction plans. PART 3 EXECUTION ' 3.1 EXAMINATION A Verify items provided by other sections of Work are properly sized and located. ' B Verify that built-in items are in proper location, and ready for roughing into Work. C Verify excavation for manholes is correct. 1 3.2 PREPARATION ' A Coordinate placement of inlet and outlet pipe or duct sleeves as required. B Do not install structures under site conditions known to result in loads heavier than that for which the structure was designed. 3.3 INSTALLATION ' A Excavation and Backfill: 1. Excavate for manholes and drainage structures in accordance with Section 02324 in the location and to depth shown. Provide clearance around the sidewalls of the structure as required for construction. 2. If groundwater is encountered, prevent accumulation of water in excavations. Place manholes or drainage structures in a dry trench. 3. Where the possibility exists of a watertight structure becoming buoyant in ' a flooded excavation, take necessary steps to avoid flotation of the structure. END OF SECTION I 1 Sanitary Manhole Frames, and Covers 02633-3 1 I SECTION 02721 AGGREGATE BASE COURSE PART 1 GENERAL 1.1 SUMMARY A. Section includes aggregate base course for placement under asphalt at roadway patches. B. Related Sections: 1. Section 02740—Flexible Pavement Structures ' 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Graded Aggregate Base Course(as base course for roadway patch): 1. Basis of Measurement: No separate measurement. 2. Basis of Payment: No separate payment. 1.3 REFERENCES A. AASHTO T180 (American Association of State Highway and Transportation Officials)- Moisture-Density Relations of Soils Using a 10-lb Rammer and an 18- in. Drop. B. ASTM D698—Standard Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3 (600 kN-m/m3)). C. ASTM D1557-Test Methods for Moisture-Density Relations of Soils and Soil- Aggregate Mixtures Using 10 lb Rammer and an 18-inch Drop. 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. ' PART 2 PRODUCTS 2.1 MATERIALS A. Graded Aggregate Base Course shall be as specified with Georgia Department of Transportation Standard Specifications, Section 310. 1 ' Aggregate Base Course 02721 - 1 1 PART 3 EXECUTION 3.1 EXAMINATION A. Verify substrate has been inspected, gradients and elevations are correct and is dry. 3.2 PREPARATION A. Correct irregularities in substrate gradient and elevation by scarifying, reshaping and re-compacting. B. Do not place fill on soft, muddy or frozen surfaces. ' 3.3 AGGREGATE PLACEMENT A. Spread aggregate over prepared subgrade to the specified compacted thickness for roadway patches. B. Place aggregate in maximum 4-inch layers and compact to specified density. C. Level and contour surfaces to elevations and gradients indicated. D. Add small quantities of fine aggregate to coarse aggregate as appropriate to assist compaction. ' E. Add water to assist compaction. If excess water is apparent, remove aggregate and aerate to reduce moisture content. F. Use mechanical tamping equipment in areas inaccessible to compaction equipment. 3.4 TOLERANCES A. Tolerances shall be as specified within Georgia Department of Transportation ' Standard, Section 310. 3.5 FIELD QUALITY CONTROL A. Compaction testing will be performed in accordance with ASTM D698 (standard proctor). ' B. If tests indicate Work does not meet specified requirements, remove Work, replace and retest. 3.6 SCHEDULES A. Under Asphalt Pavement(Roadway Patch): 1. Compact graded aggregate base in 4-inch maximum lifts to 100%. END OF SECTION ' Aggregate Base Course 02721 -2 1 I I SECTION 02740 IFLEXIBLE PAVEMENT STRUCTURES IPART 1 GENERAL 1.1 SUMMARY IA Section includes asphaltic concrete paving for roadway patches and asphalt driveways. I B Related Sections: 1. Section 02760— Flowable Fill Material 1. Section 02721 —Aggregate Base Course 1 1.2 UNIT PRICE—MEASUREMENT AND PAYMENT IA. Asphalt Overlay, (9.5 mm); 2"TK: 1. Basis of Measurement: See AUD Measurement& Payment, latest edition. 2. Basis of Payment: Shall include costs for asphalt materials and I installation, temporary striping and permanent striping (replaced in kind), and markers (both temporary and permanent). No additional payment shall be made for these items. IB. Roadway Patch (Graded Aggregate Base, 10.5" TK, Asphalt Patch 2.5"TK) including Removal of 2.5" Graded Aggregate Base and Placement of Bituminous Tack Coat.: I1. Basis of Measurement: See AUD Measurement& Payment, latest edition. 2. Basis of Payment: shall include costs for all aggregates (regardless of I 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 I yardage calculation shall be based upon a standard width of seven (7) feet for payment purposes. No additional payment shall be made for these items. I1.3 REFERENCES A. Georgia Department of Transportation Standard Specifications—Construction of IRoads and Bridges. B. Augusta Utilities Department Water and Sanitary Sewer System Guidelines, latest edition. I 1.4 SUBMITTALS I Product Data: Submit product information and mix design. Flexible Pavement Structures 02740-1 1 1 I ' 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 1 2.1 MATERIALS A. Asphalt Cement: In accordance with Georgia Department of Transportation Standard Specifications Sections 400— Hot Mix Asphaltic Concrete Construction, or Section 402—Hot Mix Recycled Asphaltic Concrete, Section 820.01 —Asphalt Cement, and associated sections. tB. 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. G. Paint Striping: In accordance with Georgia Department of Transportation Standard Specification, Section 652— Paint Traffic Strip. 2.2 ASPHALT PAVING MIX A Use dry material to avoid foaming. Mix uniformly. Flexible Pavement Structures 02740-2 I I I B. Surface Course: 12.5mm superpave asphalt (2.0"TK)—in accordance with IGeorgia Department of Transportation Standard Specifications Section 400/402. 2.3 SOURCE QUALITY CONTROL AND TESTS IA. Submit proposed mix design of each class of mix for review prior to beginning of Work. IB. All asphalt compaction testing will be as per Georgia Department of Transportation Methods GDT 39 or GDT59. I C. Frequency of Compaction Tests: Two (2) tests per cut/patch, at locations directed by Augusta Utilities Department representative. Provide compaction reports to Engineer. I PART 3 EXECUTION CU ION 1 3.1 EXAMINATION A. Verify gradients and elevations of base are correct. 1 3.2 PREPARATION—TACK COAT I A. Apply tack coat in accordance with Georgia Department of Transportation Standard, Section 413. B. Application rate of tack coat: 0.05 gal/sy. 1 3.3 PLACING ASPHALT PAVEMENT I A. Install Work in accordance with Georgia Department of Transportation standards. B. Place to compacted thickness identified in construction plans. I C. Compact pavement by rolling to 97% of theoretical maximum density. Do not displace or extrude pavement from position. Hand compact in areas inaccessible Ito rolling equipment. D. Perform rolling with consecutive passes to achieve even and smooth finish Iwithout roller marks. E. Assure smooth transition from new pavement surface to existing pavement surface. I 3.4 TOLERANCES 111 Flexible Pavement Structures 02740-3 I I 1 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 O I I i 1 r r r Flexible Pavement Structures 02740-4 1 i 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 C. 6" x 24" Concrete Curb and Gutter Removal and Replacement, AUD Item P-9. ' 1. Basis of Measurement: See AUD Measurement& Payment, latest edition. 2. Basis of Payment: Shall include costs for existing curb&gutter removal and disposal, concrete, placement, subgrade preparation, formwork & finishing. Existing concrete shall be removed to the nearest joint as directed by the project representative at no additional cost. ' 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. 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 Utilities Department Water and Sanitary Sewer System Guidelines, latest edition. ' Concrete Construction 02750-1 1 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. 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. t3.2 PREPARATION A. Moisten base to minimize absorption of water from fresh concrete. ' B. Sawcut existing pavements where required on a straight line to assure a smooth, uniform edge for placement of new paving. tC. Prepare existing subgrade and compact to 98% Standard Proctor(ASTM D698). Undercut and replace unsuitable areas with Aggregate Type A2. 1 Concrete Construction 02750-2 I 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. 3.5 JOINTS A. Place joints in accordance with Georgia Department of Transportation Standard Specifications, Section 441 and 500. 3.6 FINISHING A. Concrete shall be finished in accordance with Georgia Department of Transportation Standard Specifications, Sections 441 and 500. B. Miscellaneous Class A concrete shall be broom finished or other Engineer approved method, shovels, etc. as to provide an approximately flat surface. 1 Where used to fill existing manhole to new invert elevation coordinate work with invert construction. Invert to be smooth across entire width of manhole. 3.7 PROTECTION 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. 111 END OF SECTION I I Concrete Construction 02750-3 I SECTION 02760 ' FLOWABLE FILL MATERIAL PART 1 GENERAL 1 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 Water and Sanitary Sewer System Guidelines, latest edition. 1 1.3 UNIT PRICE—MEASUREMENT AND PAYMENT, AUD Item M-1: 1. Basis of Measurement: See AUD Measurement& Payment, latest edition. 2. 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. 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 I 3.2 PLACING CONCRETE IA. Place flowable fill only as directed by Owner or Engineer. IB. Discharge flowable fill directly from the truck into the area to be filled. 3.3 FINISHING IA. Finish with a square shovel. 3.4 PROTECTION IA. Material will self-consolidate. Flowable fill displaces any extra water not needed for maximum density. Make any provisions necessary for this "bleed water"to Irun-off and away from the surface of hardened fill. B. Do not subject flowable fill to freezing conditions within 30-hours of placement. I IEND OF SECTION 1 I 1 I I I I 1 Flowable Fill Material 02760-2 I 1 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 02311 -Grading. 2. Section 02324—Trenching. 1 1.2 UNIT PRICE—MEASUREMENT AND PAYMENT A. Temporary Grassing, AUD Item LS-3: ' 1. Basis of Measurement: See AUD Measurement& Payment, latest edition. 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), AUD Item LS-5: 1. Basis of Measurement: See AUD Measurement& Payment, latest edition. 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. Mulching: 1. Basis of Measurement: See AUD Measurement& Payment, latest edition. ' 2. Basis of Payment: Shall include all costs associated with placing mulch on disturbed area. ' 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. I Grassing&Mulching 02924-1 1 1.4 MAINTENANCE SERVICE ' A. Maintain seeded areas immediately after placement until grass is well 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 Water and Sanitary Sewer System Guidelines, latest edition. ' 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. PART 2 PRODUCTS 1 2.1 TEMPORARY SEED MIXTURE A. Seed Mixture: 1 See seed mixture shown on Soil Erosion Control Detail sheet. 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. Grassing&Mulching 02924-2 2.3 SOIL MATERIALS I 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. I PART 3 EXECUTION I3.1 EXAMINATION A. Verify prepared soil base is ready to receive the Work of this section. I3.2 PREPARATION OF SUBSOIL IA. 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. l B. Remove foreign materials, weeds and undesirable plants and their roots. Remove contaminated sub-soil. I 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. I3.3 HYDROSEEDING A. Hydroseeding is an acceptable method of grassing/mulching. Georgia I 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 Iwithin one hour after being combined in hydroseeder. C. After application, apply water with fine spray immediately after each area has I been hydroseeded. Saturate to 4 inches of soil and maintain moisture levels two to four inches. ID. For areas inaccessible to hydroseed apparatus, contractor to refer to Georgia Department of Transportation Standards and Specifications, Section 700 for seeding applications. I3.4 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. 3.5 SCHEDULE IA. Grassing: All disturbed areas are to be grassed. Permanent grassing will be accepted when "final stabilization" is achieved as defined in the Georgia EPD IGrassing&Mulching 02924-3 I NPDES Regulations; "100% of soil surface is uniformly covered in permanent I 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. 1 END OF SECTION I I I I I I I I I I I I I IGrassing&Mulching 02924-4 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1