Loading...
HomeMy WebLinkAboutWPO201600051 Plan - Stormwater WPO VSMP 2016-07-011 I= Dewberry® 1 Contract Documents & Technical Specifications I Crozet Phase 3 Water Main Replacement Projectp1 90% Documents Albemarle County Service Authority ACSA Project No.:2015-08 Project No.: 50022984 July 2016 1 I I I PREPARED BY: Dewberry 4805 Lake Brook Drive, Suite 200 Glen Allen,Virginia 23060 804.290.7957 PREPARED FOR. Albemarle County Service Authority 168 Spotnap Road Charlottesville,Virginia 22911 434.977.4511 I. i. Contract Documents & Technical Specifications Crozet Phase 3 Water Main Replacement Project 90% Documents Albemarle County Service Authority ACSA Project No.:2015-08 Project No.: 50022984 July 2016 l. PREPARED BY: i' Dewberry 4805 Lake Brook Drive,Suite 200 Glen Allen,Virginia 23060 las 804.290.7957 PREPARED FOR: i. Albemarle County Service Authority 168 Spotnap Road Charlottesville,Virginia 22911 434.977.4511 it i. Contract Documents and Technical Specifications for Crozet Phase 3 Water Main Replacement Project 90% Documents Prepared For: Albemarle County Service Authority 168 Spotnap Road Charlottesville, Virginia 22911 61' Prepared By: Dewberry Engineers Inc. 4805 Lake Brook Drive, Suite 200 Glen Allen, Virginia 23060 804) 290-7957 DDI Project No.: 50075656 Prepared July 2016 Ism I Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 TABLE OF CONTENTS Division 0 - Bidding and Contract Documents Section AB - Advertisement for Bids Section IB - Instructions to Bidders and General Terms Section 00400 - Bid Form Section 00430 - Bid Bond Section 00431 - Qualification Statement Section 00432 - Contractor's Financial Statement ire Section 00490 - Receipt of Addenda Section 00500 - Standard Form of Agreement Section 00600 - Performance Bond Section 00610 - Payment Bond Section 00620 - Certificate of Insurance Section 00630 - Notice To Proceed Section 00700 - General Conditions Section 00800 - Supplemental Conditions Section 00850 - Escrow Agreement Section 00900 - Addenda Division I - General Requirements Section 01010 - Summary of Work Section 01027 - Basis of Measurement and Payment ir.Section 01200 - Project Meetings Section 01300 - Submittals Section 01500 - Temporary Facilities and Controls Section 01700 - Project Closeout iis Division II - Sitework Section 02110 - Site Preparations: Clearing and Grubbing rr.Section 02120 - Erosion and Sediment Control Section 02140 - Dewatering Section 02270 - Earthwork for Utilities Section 02500 - Pavement Section 02665 - Potable Water Systems Section 02798 - Utility Location and Identification Section 02904 - Seeding 1. Appendix Geotechnical Engineering Report— For Reference Only Virginia Department of Transportation Land Use Permit Albemarle County Erosion and Sediment Control Approval—Fee and Bond Requirements To be included in Final Documents END OF SECTION TOC P:WCSA15\50075656\Specs\00000-TOC.doc iimDewberry Engineers Inc. Table of Contents DDI#50075656 TOC- 1 ii.. Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 1 1 I 1 1 1 1 NO TEXT THIS PAGE 1 1 1 1 1 1 1 Dewberry Engineers Inc. Table of Contents DDI#50075656 TOC-2 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 ALBEMARLE COUNTY SERVICE AUTHORITY ess CROZET PHASE 3 WATER MAIN REPLACEMENT PROJECT iss ADVERTISEMENT FOR BIDS v The Albemarle County Service Authority(ACSA) is seeking bids from qualified contractors to furnish and install approximately 4,600 linear feet of 8-inch waterline, including associated interconnections, hydrants, meter installations, appurtenances, abandonment of existing 6-inch waterline with flowable ire fill, and reconnection of existing water services. Sealed bids will be received at the office of Albemarle County Service Authority, 168 Spotnap Road, Charlottesville, Virginia 22911 until 2:00 p.m., local prevailing time, on 2017 and then publicly opened and read aloud. The contract will be for water main replacement along Dunvegan Lane, Park Road, Claudius Drive, Jamestown Road, and Brookwood Road in Crozet, Virginia and is to be performed over the course of a 7 month period, commencing on the date of the Notice to Proceed. A non-mandatory Pre-Bid Conference will be held at the office of the Albemarle County Service Authority, 168 Spotnap Road, Charlottesville, Virginia 22911 at 2:00 p.m., local prevailing time,on 2017. The purpose of the conference is for bidders to familiarize i"' themselves with the project and to ask questions pertaining to the Contract Documents. Bidders are reminded that no oral interpretations of meaning of drawings and specifications can be made. Conflicts in the Contract Documents, if any, will be resolved by written Addendum. It is the bidder's responsibility to visit the site to determine the scope of work necessary and to include all incidental work in the unit prices offered in this contract. Actual measured quantities shall be the basis for final payment made. Unit quantities in the Bid Form are approximate only and for the purpose of comparing bids. The contract documents for the above project may be examined at the following locations: Dewberry Engineers Inc., 4805 Lake Brook Drive, Suite 200, Glen Allen, VA 23060 i.Albemarle County Service Authority, 168 Spotnap Road, Charlottesville, VA 22911 Builders Exchange, 3207 Hermitage Road, Richmond, VA 23227 Dodge Data, www.construction.com ire Valley Construction News, 426 Campbell Avenue, Roanoke, VA 24016 Copies of the contract documents may be obtained at the Albemarle County Service Authority upon receipt of a $50 non-refundable deposit per set. Contract Documents will be shipped via the preferred carrier of the requestor and all costs associated with shipping will be handled by the requestor. Bidders requesting shipment shall include a separate, non-refundable check to provide for shipping charges or a valid account number with the designated carrier. All checks are to be Dewberry Engineers Inc. Advertisement for Bids DDI#50075656 AB-1 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 made payable to Albemarle County Service Authority. 1 The Authority reserves the right to reject any or all bids and to waive any irregularities or informalities in the bids. Each bid shall be accompanied by a bid guarantee in an amount equal to at least 5% five percent) of the bid amount. At the option of the bidder, the guarantee may be certified check, bank draft, or bid guarantee. The bid guarantee shall ensure the execution of the contract as required by the specifications. The contract is to be awarded on the basis of the bidder's qualifications and the total estimated cost on a unit price basis as stated in the bid. The procedure for withdrawal of bid shall be according to provision"(I)"contained in 11-54, Code of Virginia (1950) as amended. Bidders must be Class A licensed contractors in Virginia in accordance with Title 54.1, Chapter 11, of the Code of Virginia. The bidder and its subcontractor must comply with the provisions of Executive Order 11246, as amended, and 11375, which prohibit discrimination in employment regarding race, creed, color, sex, or national origin. Bidders must certify that they do not, and will not, maintain or provide for their employees any 1 facilities that are segregated on a basis of race, color, creed, or national origin. Questions concerning the project should be addressed to the Director of Engineering of the i Albemarle County Service Authority at the below address and must be received no later than 2017. 1 Albemarle County Service Authority Mr. Peter C. Gorham Director of Engineering 168 Spotnap Road Charlottesville, Virginia 22911 END OF SECTION AB P:\ACSA15\50075656\Specs\00001 -AB-Ad for Bid.doc 1 Dewberry Engineers Inc. Advertisement for Bids DDI#50075656 AB-2 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 ALBEMARLE COUNTY SERVICE AUTHORITY CROZET PHASE 3 WATER MAIN REPLACEMENT PROJECT INSTRUCTIONS TO BIDDERS AND GENERAL TERMS A. General 1. CONTACT INFORMATION: Questions concerning the project should be addressed to the following: Mr. Jeremy M. Lynn, P.E. Senior Civil Engineer ism ACSA 168 Spotnap Road Charlottesville, Virginia 22911 434) 977-4511 2. COMPETITION INTENDED: It is the ACSA's intent that this solicitation permit competition. It shall be the bidder's responsibility to advise the ACSA in writing if any language, requirement, specification, etc., or any combination thereof, stifles competition or inadvertently restricts or limits the requirements stated in this solicitation to a single source. The ACSA must receive such notification not later rim than five (5) business days prior to the deadline set for acceptance of the bids. 3. TAX EXEMPTION: The ACSA is exempt from the payment of any federal excise or any Virginia sales tax. The price bid must be net, exclusive of taxes. Tax exemption certificates will be furnished, if requested by the successful bidder. 4. AVAILABILITY OF FUNDS: It is understood and agreed between the contractor and or the ACSA that the ACSA shall be bound hereunder only to the extent of the funds available or which hereafter become available for the purpose of the contract. 5. PRECEDENCE OF TERMS: In the event there is a conflict between any of the following sections: the Instructions to Bidders and General Terms, Standard General Conditions and the ACSA Supplementary Conditions, the ACSA Supplementary Conditions shall first apply, followed by the Instructions to Bidders and General Terms and then the Standard General Conditions. 6. NONDISCRIMINATION OF CONTRACTORS: A bidder, offeror, or contractor shall not be discriminated against in the solicitations or award of this contract because of race, religion, color, sex, national origin, age or disability. ami 7. APPLICABLE LAW AND COURTS: Any contract resulting from this solicitation shall be governed in any respects by the laws of Virginia, and any litigation with respect thereto shall be brought in the Circuit Court or General District Court of Albemarle County, Virginia. The contractor shall comply with applicable federal, state and local laws and regulations. Asa i.Dewberry Engineers Inc.Instructions to Bidders and General Terms DDI#50075656 IB- 1 Irr Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 B. Qualifications 1. STATE REGISTRATION OF CONTRACTORS: Attention is directed to Chapter 11, Title 54.1 of the Code of Virginia (Re: State registration of contractors), which requires that all bidders must show evidence of the proper license under the provision of this chapter before such bid is considered. 2. DEBARMENT STATUS: By submitting their bids, bidders certify that they are not i currently debarred by the ACSA, the Commonwealth of Virginia, the Federal Government, any local government or government agency/entity/authority from submitting bids or proposals on contracts for the type of goods and/or services covered by this solicitation, nor are they an agent of any person or entity that is currently so debarred. 3. ETHICS IN PUBLIC CONTRACTING: The provisions contained in Sections 2.2-1 4367 through 2.2-4377, Code of Virginia, as amended, shall be applicable to all contracts solicited or entered into by the ACSA. By submitting their bids, all bidders certify that their bids are made without collusion or fraud and that they have not offered or received any kickbacks or inducements from any other bidder, supplier, manufacturer or subcontractor in connection with their bid, and that they have not conferred on any public employee having official responsibility for this procurement, transaction of any payment, loan, subscription, advance, deposit of money, services or anything of more than normal value, present or promised, unless consideration of substantially equal or greater value was exchanged. 1 The bidder certifies that to the best of their knowledge, no employee of the ACSA, nor any member thereof, nor any public agency or official impacted by the solicitation or resulting contract has any pecuniary interest in the business of the bidder, and that no person associated with the bidder has any interest that would conflict in any manner with the performance of the contract resulting from this solicitation. 4. IMMIGRATION REFORM AND CONTROL ACT OF 1986: By submitting their bids, the bidders certify that they do not and will not, during the performance of this contract, employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986, as amended. 5. ANTI-TRUST: By entering into a contract, the contractor conveys, sells, assigns, and transfers to the ACSA all rights, title and interest in and to all causes of the action it may now have or hereafter acquire under the antitrust law of the United States and Albemarle County, relating to the particular goods or services purchased or acquired by the ACSA under said contract. Consistent and continued tie bidding could cause rejection of bids by the ACSA and/or investigation for Anti-Trust violations. 6. ANTI-DISCRIMINATION: By submitting their bid, bidders certify to the ACSA that 1 they will conform to the provisions of the Federal Civil Rights Act of 1964, as amended, where applicable, the Virginians With Disabilities Act, the Americans With Disabilities Act and Code of Virginia § 2.2-4311, as amended. If the award is made to a faith-based organization, the organization shall not discriminate against any Dewberry Engineers Inc.Instructions to Bidders and General Terms DDI#50075656 IB-2 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.: 2015-08 recipient of goods, services, or disbursements made pursuant to the contract on the basis of the recipient's religion, religious belief, refusal to participate in a religious practice, or on the basis of race, age, color, gender or national origin and shall be subject to the same rules as other organizations that contract with public bodies to account for the use of the funds provided; however, if the faith-based organization segregates public funds into separate accounts, they shall be subject to audit by the public body. (Code of Virginia § 2.2-4343.1.E). 7. DRUG-FREE WORKPLACE: During the performance of this contract, the contractor agrees to (i) provide a drug-free workplace for the contractor's employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the contractor's workplace and specifying the actions that will be taken against ism employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the contractor that the contractor maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. For the purposes of this section, "drug-free workplace" means a site for the performance of work done in connection with a specific contract awarded to a contractor, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the contract. 8. RESPONSIBLE LAND DISTURBER: The contractor will be required to have on staff, and assigned to this project, a Responsible Land Disturber (RLD) in accordance with the Contract Documents, and the provisions set forth in the Virginia Erosion and Sediment Control (ESC) Program, established by revisions to the Virginia Erosion and Sediment Control Law (Title 10.1, Chapter 5, Article 4 of the Code of Virginia). Proof of certification for the RLD is not required as a part of the bid package; however, this information may be requested at a later date during the bid evaluation phase. C. Bid Period it 1. BRAND NAME OR EQUAL ITEMS: Unless otherwise provided in the solicitation, the name of a certain brand, make or manufacturer does not restrict bidders to the specific brand, make or manufacturer named; it conveys the general style, type, character, and quality of the article desired. Any article which the ACSA, in its sole discretion determines to be the equal of that specified, considering quality, workmanship, economy of operation, and suitability for the purpose intended, may be accepted. The bidder is responsible to clearly and specifically indicate the product ei,. being offered and to provide sufficient descriptive literature, catalog cuts and technical detail to enable the ACSA to determine if the product offered meets the requirements of the solicitation. Dewberry Engineers Inc.Instructions to Bidders and General Terms DDI#50075656 IB-3 it Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.: 2015-08 2. FORMAL SPECIFICATIONS: When a solicitation contains a specification which states no substitutes, no deviation therefrom will be permitted and the bidder will be required to furnish articles in conformity with that specification. 3. OMISSIONS & DISCREPANCIES: Any items or parts of any equipment or materials listed in this solicitation which are not fully described or are omitted from such specification, and which are clearly necessary for the completion of such equipment or material and its appurtenances, shall be considered a part of such equipment or material although not directly specified or called for in the specifications. The bidder shall abide by and comply with the true intent of the specifications and not take advantage of any unintentional error or omission, but shall fully complete every part as the true intent and meaning of the specifications and drawings. Whenever the mention is made of any articles, material or workmanship to be in accordance with laws, ordinances, building codes, underwriter's codes, AWWA regulations, A.S.T.M. regulations or similar expressions, the requirements of these laws, ordinances, etc., shall be construed as to the minimum requirements of these specifications. 4. EQUIPMENT AND MATERIAL STANDARDS: Any equipment and material 1deliveredshallbestandardnewequipmentandmaterial, latest model, the best quality, and the highest grade work, except as otherwise specifically stated in the bid. Any part of nominal appurtenances which are usually provided in the manufacturer's stock model shall be furnished. 5. BIDDERS INTERSTED IN MORE THAN ONE BID: If more than one bid is offered by any one party, either directly or by or in the name of their clerk, partner, or other persons, all such bids may be rejected. A party who has quoted prices on work, materials, or supplies to a bidder is not thereby disqualified from quoting prices to other bidders or firms submitting a bid directly for the work, materials or supplies. D. Receipt of Bids 1. Sealed bids for the CROZET PHASE 3 WATER MAIN REPLACEMENT PROJECT will be received by the Albemarle County Service Authority, at the office of the ACSA, 168 Spotnap Road, Charlottesville, Virginia, until 2:00 p.m., local prevailing time, on 2017. The signed bid and requested documents shall be submitted in a sealed envelope and identified with the following information: a. Bidder's name and complete mailing address b. Contract number and title of project c. Bid due date and time 2. OPENING: At the time fixed for the opening of responses to a bid, all bids will be opened and the names of the bidders and the amount bid shall be read aloud and made readily available to the public. The bid package must include the following items and be signed by the individual signing the Bid Form; all signatures shall be in ink: Dewberry Engineers Inc.Instructions to Bidders and General Terms DDI#50075656 IB-4 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.: 2015-08 a. A completed, signed, Bid Form, Section 00400 of these Contract Documents, i. including unit prices, if required, for performing the complete scope of work in accordance with these documents. The Contractor's Virginia license number will be required as a part of the bid package. b. A bid bond, a certified check upon a solvent bank or trust company, made payable to the order of the Albemarle County Service Authority, or cash escrow in the amount of five percent of the total bid price submitted. c. Completed Receipt of Addenda form, Section 00490 of these Contract Documents. d. Any additional information required. The Qualification Statement (Section 00431) and Contractor's Financial Statement Section 00432) may be required by the ACSA after receipt of Bids, but are not required as a part of the bid package. A statement as to available machinery and equipment to undertake the work may also be requested. 3. NO CONTACT POLICY: No bidder shall initiate contact related to the solicitation with ire. any ACSA employee, after the date and time established for receipt of bids. Any contact initiated by a bidder with any ACSA representative, concerning this solicitation, is prohibited and may cause the disqualification of the bidder from this procurement process. 4. USE OF ACSA BID FORM AND TERMS AND CONDITIONS: Failure to submit a solicitation on the official ACSA Bid Form provided for that purpose, or unauthorized modification of or additions to any portion of the solicitation documents, may be a cause for rejection of the bid. The ACSA reserves the right to decide, on a case-by- case basis, in its sole discretion, whether to reject any bid which has been modified. The ACSA shall not be responsible for any errors or omissions of the bidder. The Bid Form shall be signed by a representative authorized to legally bind the firm. Claims, as a result of failure to inspect the job site, shall not be considered by the ACSA. The bidder shall fully complete the Bid Form in the manner indicated. All prices shall be entered in ink; and all changes in prices made by the bidder after the original entry shall also be made in ink, and the bidder shall initial such changes. The bidder must sign the Bid Form correctly and legibly; and the bidder shall state their interest, title, or office in the company or firm submitting the bid. If the bid should be made by an individual, the name and address of the organization, and the full name of the individual, shall be shown; if made by a firm or partnership, the name and address of the organization, and the full names of each partner or person i,. holding interest in the firm, shall be shown; and if made by a corporation, the name and address of the corporation, and the full names of the officers of the corporation shall be shown. Dewberry Engineers Inc.Instructions to Bidders and General Terms DDI#50075656 IB-5 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.: 2015-08 5. LATE BIDS: No bid will be received after the time specified for receipt of the bids. Bids received after the time specified shall be returned unopened. The ACSA is not responsible for delays in the delivery of the mail by the U.S. Postal Service, private carriers or the inter-office mail system. It is the sole responsibility of the bidder to ensure their bid reaches the designated location by the date and hour specified. 6. WITHDRAWAL OF BIDS: A bidder for a contract other than for public construction may request withdrawal of their bid under the following circumstances: a. Bids received at the address shown in the solicitation, prior to the time of I acceptance, may be withdrawn on written request from the bidder. b. No bid may be withdrawn after the time set for opening of bids has passed, except as provided for by the Code of Virginia, Chapter 43, Title 2.2, Section 4330, as amended, and in manner prescribed in the aforesaid Section 11.54, as amended. The ACSA reserves the right to hold the bids for a period of 90 days after the date set for receipt of bids. c. Bids shall not be withdrawn after award of a contract. No plea or claim of mistake in a solicitation or resulting contract shall be available as a defense in any legal proceeding. No bid may be withdrawn when the result would be the awarding of the contract 1 on another bid from the same bidder or of another bidder in which the ownership of the withdrawing bidder is more than five percent. If a bid is withdrawn, the lowest remaining bid shall be deemed to be the low bid. No bidder who is permitted to withdraw a bid shall, for compensation, supply any material or labor to, or perform any subcontract or other work agreement for the person or firm to whom the contract is awarded; or otherwise benefit, directly or indirectly, from the performance of the project for which the withdrawn bid was submitted. 7. ERRORS IN BIDS: When an error is made in extending total prices, the unit bid price will govern. When a discrepancy exists between the written word and the numeric amount, the written word shall govern. 8. FAMILIARITY: Each bidder, by making their bid, represents that they have read and understand the bidding documents, and have familiarized themselves with the local conditions under which the work is to be performed and all State laws and local ordinances and regulations which may affect the conduct of the work or those engaged or employed on the work. E. Acceptance of Bids 1. ACCEPTANCE OF BIDS: Unless otherwise specified, all formal bids submitted shall be valid for a minimum period of ninety (90) calendar days following the date established for acceptance. At the end of the ninety (90) calendar days, the bid may Dewberry Engineers Inc.Instructions to Bidders and General Terms DDI#50075656 IB-6 its Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 i rr be withdrawn at the written request of the Bidder. If the proposal is not withdrawn at that time, it remains in effect until an award is made or the solicitation is canceled. 2. PRICING: a. Prices should be stated in units of quantity as specified on the bid form. b. Life cycle cost analysis may be considered when determining the lowest responsive and responsible bid. This analysis may consider, in addition to purchase price, any proposed upward or downward escalator clauses proposed for the initial contract term and any potential renewal terms; operating and related costs over the life of the item including maintenance, down time, energy costs, salvage value, etc. c. Bid prices shall be for complete installation ready for ACSA use and shall include all applicable freight and installation charges; extra charges will not be allowed. 3. FACTORS OTHER THAN PRICE IN AWARD DECISION: The following factors, in addition to price (as they apply), shall be a consideration in the award decision: a. The quality of performance/workmanship of previous contracts, services or products, or references which attest to other specific experiences; b. The timely completion of previous contracts or services or the timely delivery of past orders; or references which attest to other specific experiences; c. The sufficiency of financial resources and its impact on ability of the bidder to perform the contract or provide the services; d. The ACSA reserves the right to conduct on-site inspections of any bidder's facilities prior to award. The results of said inspection will be considered by the ACSA in determining the bidder's capabilities of successfully administering to this contract; e. The ability and availability of the bidder to provide both quality and timely maintenance, service, and/or parts; f. The resale value, life cycle costing, and value analysis of a product; g. The availability and capability of local and regional vendor support as it affects the quantity, quality, and timeliness of the work or products required; its h. Delivery of a product and timely completion of a project as stated by a vendor in the bid; rr i. Substantial compliance or noncompliance with specifications set forth in the bid as determined by the ACSA; j. Product or parts inventory capability as it relates to a particular bid; and i Dewberry Engineers Inc.Instructions to Bidders and General Terms DDI#50075656 IB-7 L I Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.: 2015-08 k. Results of product testing. 1 4. TIE BIDS: In the case of a tie bid, the ACSA may give preference to goods, services and construction produced in Albemarle County. If such choice is not available, preference shall then be given to goods and services produced in the Commonwealth pursuant to the Code of Virginia § 2.2-4324. If no ACSA or Commonwealth choice is available, the tie shall be decided by lot. 1 5. BID SECURITY: The bid security of all except the three lowest responsive, responsible bidders will be returned within five days after the receipt of bids. The bid securities of the three lowest responsive, responsible bidders will be returned only after the required bonds and insurance are furnished and the contract executed with the successful bidder. F. Award 1. AWARD OR REJECTION OF BIDS: The ACSA shall award the contract to the lowest, responsive and responsible bidder complying with all provisions of the Contract Documents, provided the bid price is reasonable and it is in the best interest of the ACSA to accept it. A "responsive" bid shall be evidenced by: a. a complete Bid Form; b. a Bid Form not evidencing any apparent unbalanced pricing for performance of the items of work; c. a Bid Form without excisions, alterations, special conditions or qualifications made by the bidder; and d. a Bid Form containing no alternative bids or offerings (by inclusion, attachment, or otherwise) for any items unless such alternative bids or offerings are requested in the Contract Documents. That a bidder is "responsible" may be evidenced by the following facts: a. they maintain a permanent place of business; b. they have adequate financial capability for meeting the obligations inherent in the work; c. they have adequate equipment to properly perform the work within the time limit specified; and d. they have a competent and experienced organization. e. they have performed and completed similar work of similar magnitude in a satisfactory manner. The ACSA may make such investigations as it deems necessary to determine the bidder's ability to perform the work and the bidder shall furnish to the ACSA all such information and data for this purpose as the ACSA may request. The ACSA reserves the right to reject any bid if investigation of such bidder fails to satisfy the ACSA that the bidder is properly qualified to carry out the obligations of the contract. By the tender of a bid for performing the work, the bidder warrants that they are experienced in such construction and are familiar with all phases of the work necessary for a complete job. Dewberry Engineers Inc.Instructions to Bidders and General Terms DDI#50075656 IB-8 1 IN Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 i . The Contractor shall have on the project at all times a superintendent who shall also be experienced in the particular type of construction and shall be familiar with all phases of the work. The bidder must satisfy themselves of the accuracy of the estimated quantities in the Bid Form by examination of the site and a review of the drawings and specifications, including Addenda. After a bid has been awarded, the Contractor shall not assert that there was misunderstanding concerning the quantities of work or of the nature of the work to be done as called for in the Contract Documents. rt.. The Contract Documents contain the provisions required for the construction of the project. Information obtained from an officer, agent, or employee of the ACSA or any other person shall not affect the risks or obligations assumed by the Contractor or relieve them from fulfilling any of the conditions of the Contract Documents. The ACSA reserves the right to award a contract by individual items, in the aggregate, or in combination thereof, or to reject any or all bids and to waive any informality in bids received whenever such rejection or waiver is in the best interest of the ACSA. The ACSA reserves the right to negotiate with the lowest responsive, responsible bidder should bids exceed available funds. The ACSA shall reject the bid if the bidder is deemed to be a non-responsive, or non-responsible bidder. 2. ASSIGNMENT OF CONTRACT: The Contractor shall not assign their Contract, nor any part thereof, nor any monies due, or to become due thereunder, without prior written approval of the ACSA. 3. PROTEST OF AWARD OR DECISION TO AWARD: Any bidder who desires to protest the award or decision to award a contract by the ACSA shall submit such protest in writing to the ACSA no later than ten (10) days after public notice of the award or announcement of the decision to award, whichever comes first. No protest shall lie for a claim that the selected bidder is not a responsible bidder. The written protest shall include the basis for the protest and the relief sought. The ACSA shall issue a decision in writing within five (5) days after receipt of the protest stating the reasons for the action taken. This decision shall be final unless the bidder appeals within ten (10) days of the written decision by instituting legal action. Nothing in this paragraph shall be construed to permit a bidder to challenge the validity of the terms or conditions of the solicitation. G. Successful Bidder's Requirements 1. PERFORMANCE BOND, PAYMENT BOND AND INSURANCE: The bidder whose Bid is accepted shall enter into a written contract for the performance of the Work and furnish within 15 days after the date of a written Notice of Award by the ACSA, which has been delivered to such bidder personally or by mail to such bidder at the address given in their Bid, the following: (1) a performance bond in an amount equal to 100 percent of the contract sum conditioned on the faithful performance of the Its contract in strict conformity with the plans, specifications and conditions of the Contract Documents, (2) a payment bond in an amount equal to 100 percent of the Dewberry Engineers Inc.Instructions to Bidders and General Terms DDI#50075656 IB-9 i• Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.: 2015-08 contract sum, conditioned upon the prompt and faithful payment of all persons and entities who have and fulfill contracts which are directly with the Contractor for performing labor or furnishing materials in the prosecution of the work provided for in the Contract Documents, and (3) one or more certificates of insurance evidencing the types and amounts of insurance coverage required to be maintained by the Contractor under the contract documents. 2. CONTRACT SECURITY: If a bidder to whom the contract is awarded refuses or neglects to execute it or fails to furnish the required Performance and Payment Bonds and Insurance within fifteen (15) days of the date of Notice of Award, the amount of the bid security shall be forfeited and shall be retained by the ACSA as liquidated damages, and not as a penalty, since said sum is a fair estimate of the amount of damages to the ACSA. However, no forfeiture under a bid bond shall exceed the difference between the bid for which the bond was written and the next low bid. In addition, if the bidder to whom the Contract is awarded refuses or neglects to execute it or fails to furnish the required Performance and Payment Bonds and Insurance as herein provided, the award of the contract may be annulled and the contract awarded to the next lowest responsive, responsible bidder and such bidder shall fulfill every stipulation of these documents as if they were the original party to whom it was made; or ACSA may reject all of the bids as its interest may require. Except as provided in the Contract Documents, no plea of mistake in the bid shall be available to the bidder for the recovery of their bid security or as a defense to any action based upon the neglect or refusal to execute a contract. Any performance or payment bond required hereunder shall be in the form included in these Contract Documents and shall be executed by a surety company legally authorized to do business as a surety in the Commonwealth of Virginia and meeting the requirements stated in Article 14 of the General Conditions. In lieu of a payment or performance bond, the successful bidder may furnish a cash escrow or certified check payable to the order of ACSA. 3. SUBCONTRACTORS: No part of the Contract shall be sublet without prior written approval of the ACSA. The bidder shall, prior to execution of the Contract, immediately submit to the ACSA the names of Subcontractors when they propose to employ on the project. 4. ESCROW AGREEMENT: In accordance with Virginia Public Procurement Act, Article 2.2-4334, adopted July 1, 2001, the Contractor shall have fifteen calendar days after notification of award by the ACSA in which to execute and submit to the ACSA an escrow agreement. If the escrow agreement form is not submitted within the fifteen day period, the Contractor shall forfeit their rights to the use of the escrow account procedure. A copy of an escrow agreement is included within these contract documents (Section 00850). 5. NOTICE TO PROCEED: The Contractor shall be notified by letter, giving Notice to Proceed, when work may begin under this Contract. Such notice will be issued as determined by the ACSA, but not before receipt and acceptance of the Contractor's Dewberry Engineersineers Inc.Instructions to Bidders and General Terms DDI#50075656 IB- 10 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 ire Performance and Payment Bonds, Certificate of Insurance, and a fully executed ii. Standard Form of Agreement. END OF SECTION IB aim P:\ACSA15\50075656\Specs\00002-IB-Instructions to Bidders and General Terms.doc it 11r it irr Imo lim lay irr Dewberry Engineers Inc.Instructions to Bidders and General Terms DDI#50075656 IB- 11 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.: 2015-08 1 1 1 1 1 1 1 1 NO TEXT THIS PAGE I 1 1 1 1 1 1 Dewberry Engineersr Inc.Instructions to Bidders and General Terms DDI#50075656 IB- 12 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 isi SECTION 00400 awl BID FORM CROZET PHASE 3 WATER MAIN REPLACEMENT PROJECT To Albemarle County Service Authority, 168 Spotnap Road, Charlottesville, Virginia 22911: Made by: Name of Bidder Individual, partnership or corporation, as case may be) Place of Business of Bidder Telephone No. Fax No. Date of Bid If Bidder is a partnership, fill in the names and addresses of all partners in the following blanks) r.. Name of Partners Residence of Partners If Bidder is a corporation, fill in the following blanks) Organized under the laws of the State of Name and Address of President Name and Address of Secretary Name and Address of Treasurer r. The above-named Bidder affirms and declares: i"1. The Bidder is of lawful age and that no other individual, partnership, corporation, or other entity has any interest in this Bid or in the Contract proposed to be entered into. 2. This Bid is made without any understanding, agreement or connection with any other individual, partnership, corporation or other entity making a bid for the same purposed,and is Dewberry Engineers Inc. Bid Form it DDI#50075656 00400-1 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents AC SA Project No.:2015-08 in all respects fair and without collusion or fraud.13. The Bidder is not in arrears to Albemarle County Service Authority or Albemarle County upon debt or contract, and is not default, as surety or otherwise, upon any obligation to Albemarle County Service Authority or Albemarle County. 14. No officer or employee whose salary is payable in whole or in part by Albemarle County Service Authority is presently nor shall become interested, directly or indirectly, as a contracting party, partner, stockholder, surety or otherwise, in this Bid, or in the performance 1oftheContract, or in the supplies, materials, or equipment and work or labor to which it relates, or in any portion of the profits thereof. 5. All proposed goods and services shall meet the requirements of the Contract Documents and 1 that the Bidder is financially solvent and sufficiently experienced and competent to perform the Work. 6. The Bidder has carefully examined the site of the Work and that, from his own investigations, has been satisfied as to the nature and location of the Work; the character, quality and quantity of existing materials and all conditions likely to be encountered;the kind and extent of equipment and other facilities needed for the performance of the Work; the general and local conditions;and all other items which reasonably may be expected to affect the Work or its performance. The undersigned, as Bidder, also declares that they have carefully examined and fully understand all the component parts of the Contract Documents and agrees to execute the Contract and furnish 1 Performance and Payment Bonds and Insurance, if required by the Contract Documents, and will completely perform the Work in strict accordance with the terms of the Contract Documents for the prices set forth on the following page(s). 1 1 1 1 1 1 Dewberry Engineers Inc. Bid Form DD I#50075656 00400-2 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 ALBEMARLE COUNTY SERVICE AUTHORITY CROZET PHASE 3 WATER MAIN REPLACEMENT PROJECT INSTRUCTIONS: The Bidder shall fill in all blanks providing the following: The Bidder's proposed amount of cost per Unit Price in words;the Bidder's proposed Unit Price in figures; and the Bidder's proposed computed total price in figures, for each Contract Item described below. (The computed total price is obtained by multiplying the Estimated Quantity by the Bidder's Unit Price.) Written amounts shall govern in case of discrepancy between the amounts stated in writing and the amounts stated in figures. In case of discrepancy between unit prices and totals, unit prices will prevail. Refer to Section 01027 for a detailed description of each contract item number. All blanks shall be filled in. it ESTIMATED CONTRACT _ COMPUTED DSCIPTION OF WORK PRICE IN WORDS QUANTITY UNIT PRICEITEMNO. AND UNIT TOTAL PRICE it Mobilization shall not exceed 3%of total bid) 1 1 p $Dollars Sum and Cents Furnish, Install, Excavate and Backfill 8-inch Ductile Iron Waterline 2 4,598 $ Dollars L.F. III and Cents Furnish and Install 8-inch Gate Valve 3 12 Dollars Each and Cents Furnish and Install 8"x8"Tapping Sleeve and Valve 4 5 Dollars Each $ and Cents its Dewberry Engineers Inc. Bid Form DDI#50075656 00400-3 rr I Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 ESTIMATED CONTRACT COMPUTED DESCIPTION OF WORK PRICE IN WORDS QUANTITY UNIT PRICE ITEM NO. AND UNIT TOTAL PRICE Furnish and Install 8"x6"Tapping Sleeve and Valve 2 5 Dollars Each I and Cents Furnish, Install, Excavate and Backfill I 6-inch Ductile Iron Waterline 223 6 Dollars L.F. and Cents I Furnish and Install 6-inch Gate Valve 11 Dollars Each and Cents I Furnish and Install Fire Hydrant Assembly I 11 8 Dollars Each 1 and Cents Remove and Dispose of Existing Fire Hydrant Complete 5 9 Dollars Each I and Cents Furnish and Install 1 Air Release Valve Assembly 2 110 Dollars Each and Cents I Dewberry Engineers Inc. Bid Form DDI#50075656 00400-4 I im. Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 ESTIMATED CONTRACT COMPUTED ITEM NO. DESCIPTION OF WORK PRICE IN WORDS QUANTITY UNIT PRICE AND UNIT TOTAL PRICE Furnish and Install l" 1-inch Copper Piping 946 11 Dollars LF r. and Cents Furnish and Install Meter Box and Yoke, and Install Water Meter 46 12 Dollars Each and Cents Remove and Dispose of Existing Water Meter Complete 46 13 Dollars Each and Cents Abandon Existing 6-inch Waterline with Flowable Fill within VDOT right-of-way 32 14 Dollars CY and Cents Pavement Demolition for Utility Installation, including subbase 15 13,150 Dollars S.F. and Cents Jim Pavement Milling 16 Dollars 24,111 $ S.F. and Cents Dewberry Engineers Inc. Bid Form it DDI#50075656 00400-5 ii. I Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 ESTIMATED CONTRACT COMPUTED DESCIPTION OF WORK PRICE IN WORDS QUANTITY UNIT PRICE ITEM NO. TOTAL PRICE AND UNIT SM-9.5A Asphalt Surface Course,I including overlay 367 17 Dollars TONS $ I and Cents 1 BM-25 Asphalt Base Course 267 18 Dollars TONS $ 1 and Cents Stone Aggregate No. 21A 19 Dollars 2,403 $ TONS and Cents I Remove Unsuitable Material and Backfill with Select Fill Aggregate 200 20 Dollars CY 1 and Cents Remove Unsuitable Material and Backfill with Select Fill Earth 200 21 Dollars CY and Cents I I Dewberry Engineers Inc. Bid Form DDI#50075656 00400-6 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 COMPUTED TOTAL AMOUNT FOR ALL CONTRACT ITEMS SUM OF CONTRACT ITEMS 1 THROUGH 21 ABOVE) i`. DOLLARS AND CENTS All blanks must be filled in: i.. Bid items 20 and 21 shall be based on the estimated quantities above, complete and in accordance with the applicable portions of the plans and specifications. Payment for each of these items will be based on the actual quantities authorized and approved by the Owner or Owner's representative in the field during construction multiplied by the unit cost provided by the bidder above. The final contract amount shall be adjusted upward or downward based on the actual quantities versus the bid quantities for items 20 and 21. The Work will be substantially completed within 180 calendar days after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions within 210 calendar days after the date when the Contract Times commence to run. ir. hie Dewberry Engineers Inc. Bid Form iYr DDI#50075656 00400-7 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 In submitting this Bid, it is understood that the right is reserved by Albemarle County Service Authority to reject any and all Bids. It is agreed that this Bid may not be withdrawn for a period of ninety(90) days from the date fixed for opening of the Bids. Accompanying this Bid, at the election of the undersigned bidder, is: (i) a certified check, (ii) a cash escrow, or(iii) a bid bond in the sum of Dollars ($ which certified check shall become the property of Albemarle County Service Authority, or which cash escrow or bid bond shall become forthwith due and payable to Albemarle County Service IAuthority, if this bid shall be accepted by Albemarle County Service Authority and the undersigned shall fail to execute a contract with, and to furnish the required contract security and certificates of insurance to Albemarle County Service Authority within 10 days after the date of written notice by Albemarle County Service Authority to the undersigned so to do; however, no forfeiture under a bid bond or other such bid security shall exceed the difference between the bid for which the bond or other bid security was posted and the next low bid. i Date Name of Bidder) By Signature) 1 Title Virginia Contractor's Registration Number Address 1 Where Bidder is a corporation, add: Attest: Secretary SEAL) I Dewberry Engineers Inc. Bid Form DDI#50075656 00400-8 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 The Bid must be sworn to by the person signing it in one of the following forms: Form of affidavit where Bidder is an individual) alio of City or County) State or Commonwealth) being duly sworn, deposes and says: That I am the person described in and who executed the foregoing Bid and that the several matters therein stated are in all respects true. Signature) STATE OF VIRGINIA CITY/ COUNTY OF The foregoing instrument was acknowledged before me this day of by Notary Public My Commission Expires: Notary Registration Number: SEAL) is Dewberry Engineers Inc. Bid Form i DDI#50075656 00400-9 iw Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 Form of affidavit where Bidder is partnership) of City or County) State or Commonwealth) being duly sworn, deposes and says: That I am a general partner of I 1 the partnership described in and which executed the foregoing Bid;that I duly subscribed the name of the partnership thereunto on behalf of the partnership;and that the several matters therein stated i are in all respects true. 1 Signature) STATE OF VIRGINIA CITY/ COUNTY OF The foregoing instrument was acknowledged before me this day of by I Notary Public My Commission Expires: Notary Registration Number: 1 SEAL) 1 1 1 Dewberry Engineers Inc. Bid Form DDI#50075656 00400-10 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 irr Form of affidavit where Bidder is corporation) of City or County) State or Commonwealth) being duly sworn, deposes and says: That I reside in the City of that I am the of Title) Name of Company) the corporation described in and which executed the foregoing Bid; that I know the seal of the corporation;that the seal affixed to this Bid is such corporate seal and was so affixed by order of the Board of Directors of the corporation; that I signed my name thereto by like order; and that I have knowledge of the several matters therein stated and they are in all respects true. ire Signature) ism STATE OF VIRGINIA CITY/ COUNTY OF ii.The foregoing instrument was acknowledged before me this day of by Notary Public aim My Commission Expires: Notary Registration Number: i" SEAL) ir. Dewberry Engineers Inc. Bid Form w DDI#50075656 00400-11 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 1 END OF SECTION 00400 1 P:\ACSA15\50075656\Specs\00400-Bid Form.doc 1 1 1 1 1 1 1 1 1 1 1 i 1 Dewberry Engineers Inc. Bid Form DDI#50075656 00400-12 1 rr Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents AC SA Project No.:2015-08 SECTION 00430 BID BOND KNOW ALL PERSONS BY THESE PRESENTS: That we undersigned, as Principal (Bidder), and as Surety,are hereby held and firmly bound unto the Albemarle County Service Authority as Obligee (OWNER), in the amount of air Dollars ($ being five (5) PERCENT OF THE DOLLAR VALUE OF THE BID, for the payment whereof Principal and Surety jointly and severally bind themselves,their heirs, executors, administrators, successors and assigns firmly by these presents. WHEREAS, Principal has submitted a certain Bid attached hereto and hereby made a part hereof to enter into an AGREEMENT in writing for the CROZET PHASE 3 WATER MAIN REPLACEMENT PROJECT. imp NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION is such that, if Principal shall not withdraw his Bid during the period of 90 days following the opening of Bids, and if it's Bid is accepted enter into a formal Contract in accordance with the AGREEMENT included as a part of the Contract Documents and that the Performance Bond and the Payment Bond be given, then this obligation shall be void; otherwise it shall remain in full force and effect and the Principal and Surety will be liable to the Obligee for the lesser of: (1) the difference between the Bid for which the Bond was written and the next low Bid, or (2) the face amount of the Bid Bond. it The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and aro its Bond shall be in no way impaired or affected by any extension of the time within which OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. it Dewberry Engineers Inc. Bid Bond ire DDI#50075656 00430- 1 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals,and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. 1 Signed and sealed this day of 20 . 1 Principal) Seal By: Witness) Name and Title) 1 Surety) Seal i By: Resident Virginia Agent Attorney-in-Fact) IMPORTANT - Surety companies executing Bonds must be on the Treasury Department's most i current list(Circular 570, as amended)and be authorized to transact business in the state where the Project is located. 1 END OF SECTION 00430 1 P:\ACSA15\50075656\Specs\00430-Bid Bond.doc 1 1 1 Dewberry Engineers Inc. Bid Bond DDI#50075656 00430-2 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90% Documents ACSA Project No.:2015-08 SECTION 00431 QUALIFICATION STATEMENT Note: If you have filed a Qualification Statement within the past 180 days, only answer question u.numbers 1 and 14 through 25. Submitted by A Corporation A Co-partnership An Individual Principal Office The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all interrogatories hereinafter made 1. Have you filed a Qualification Statement within the past 180 days? 2. How many years has your organization been in business as a general contractor under your present business name? 3. How many years'experience in the construction of work similar to that outlined in the Contract Documents has your organization had? a) As a General Contractor b) As a Sub-Contractor 4. Corporation or co-partnership Information: If a corporation, answer this: If a co-partnership, answer this: Date of organization 6. When incorporated In what State State whether partnership is a general, President's name limited or association Vice-President's name Name and address of partners: Secretary's name Treasurer's name i. ism Dewberry Engineers Inc. Qualification Statement DDI#50075656 00431 - 1 rir Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90% Documents ACSA Project No.:2015-08 5. List the construction projects your organization has under way on this date: Name and Address of Contract Amt. Class of Work Percent Completed Owner or Contracting Officer 1 1 1 6. List projects your organization has completed in past three years: 1 Contract Amt. Class of Work When Completed Name and address of Owner 1 1 I 1 Use blank sheet if additional space is needed. 7. Have you ever failed to complete any work awarded to you? If so,where and why? 1 1 Dewberry Engineers Inc. Qualification Statement DDI#50075656 00431 -2 ior Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.: 2015-08 8. Has any officer or partner of your organization ever been an officer or partner of some other organization that failed to complete a construction contract? ire If so, state name of individual, other organization and reason therefore l. 9. Has any officer or partner of your organization ever failed to complete a construction contract handled in his own name? Ir. If so, state name of individual, name of Owner and reason therefore ire 10. In what other lines of business are you financially interested? w 11. Give the names and addresses of all banks with whom you have done business during the past five years. 1r i.12. Give the names and addresses of all surety companies with whom you have done business during the last five years. ism Dewberry Engineers Inc. Qualification Statement DDI#50075656 00431 -3 r. Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.: 2015-08 13. What is the construction experience of the principal individuals of your organization? Individual Present Position Years of Magnitude In What Name or Office Construction and Type of Capacity iExperienceWork I 1 1 14. In what manner have you inspected this proposed work? Explain in detail. 1 1 15. Explain your plan or lay out for performing the proposed work 1 1 16. The work, if awarded to you, will have the personal supervision of whom? 17. Do you intend to sublet any other portions of the work? If so, state amount of sub-contract, and, if known, the name and address of the sub-contractor, amount and type of his equipment and financial responsibility 1 18. From which sub-contractors or agents do you expect to require a bond? Dewberry Engineers Inc. Qualification Statement DDI#50075656 00431 -4 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 19. What equipment do you own that is available for the proposed work? Quantity Item Description, Size, Condition Years of Present Capacity, Etc. Service Location 6. air 20. What equipment do you intend to purchase for use on the proposed work, should the contract be awarded to you? Quantity Item Description, Size, Capacity, Etc. Approximate Cost i. ism 21. How and when will you pay for the equipment to be purchased? 22. Do you propose to rent any equipment for this work? If so, state type, quantity and reasons for renting 23. Have you made contracts or received firm offers for all materials within prices used in preparing your proposal? ir. 24. It is required that the Standard Form of Contractor's Financial Statement be filed with this Statement. Have you done so? Dewberry Engineers Inc. Qualification Statement DDI#50075656 00431 -5 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90% Documents ACSA Project No.:2015-08 Dated at this day of i Name of Organization By Title of Person Signing 1 STATE OF S.S: COUNTY OF being duly sworn deposes and says 1 that he is of Name of Organization 1 and that the answers to the foregoing questions and all statements therein contained are true and correct. Sworn to before me this 1 day of 1 Notary Public My commission expires 1 END OF SECTION 00431 P:\ACSA15\50075656\Specs\00431 -Qualification Statement.doc 1 1 1 1 Dewberry Engineers Inc. Qualification Statement DDI#50075656 00431 -6 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 SECTION 00432 r. i. STANDARD FORM OF CONTRACTOR'S FINANCIAL STATEMENT An Individual Submitted by A Co-partnership A Corporation With principal office at To Nis Condition at close of business 20 i. Dewberry Engineers Inc. Contractor's Financial Statement DDI#50075656 00432- 1 ire Albemarle County Service Authority July 15 2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 1 1 1 1 1 1 1 NO TEXT THIS PAGE 1 1 1 Dewberry Engineers Inc. Contractor's Financial Statement DDI#50075656 00432-2 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 Condition at close of business 20 ASSETS DOLLARS Q 1. Cash(a)On Hand$ b)In bank$ c)Elsewhere$ 2. Notes receivable: a)Due within 90 days b)Due after 90 days c)Past due 3. Accounts receivable from completed contracts,exclusive of claims not approved for payment 4. Sums earned on uncompleted contracts as shown by Engineer's or Architect's estimate a) Amount receivable after deducting retainage b) Retainage to date,due upon completion of contracts 5. Accounts receivable from source other than construction contracts 6. Deposits for bids or other guarantees: a) Recoverable within 90 days b) Recoverable after 90 days 7. Interest accrued on loans,securities,etc. 8. Real estate: a)Used for business purposes b)Not used for business purposes 9. Stocks and bonds: a)Listed-present market value b)Unlisted-present value 10. Materials in stock not included in Item 4: a)For uncompleted contracts(present value) b)Other materials(present value) 11. Equipment,book value 12. Furniture and Fixtures,book value 13. Other assets Total assets LIABILITIES 1. Notes payable: a)To banks regular b)To banks for certified checks c)To others for equipment obligations d)To others exclusive of equipment obligations 2.*Accounts Payable: a)Not past due b)Past due 3. Real estate encumbrances 4. Other liabilities 5. Reserves 6. Capital stock paid up a)Column b)Common c)Preferred d)Preferred 7. Surplus(net worth)Earned$ Unearned$ Total Liabilities CONTINGENT LIABILITIES 1. Liability on notes receivable,discounted or sold 2. Liability on accounts receivable,pledged,assigned or sold 3. Liability as Bondsmaniia 4. Liability as guarantor or contracts or on accounts of others 5. Other contingent liabilities Total contingent liabilities i• Dewberry Engineers Inc. Contractor's Financial Statement DDI#50075656 00432-3 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 DETAILS RELATIVE TO ASSETS List separately each item amounting to 10 percent or more of this total and combine the remainder.I 1 * CASH a)on hand b)deposited in banks named below c) elsewhere- (state where) NAME OF BANK LOCATION DEPOSIT IN NAME OF AMOUNT 1 I I NOTES RECEIVABLE 2 a)due within 90 days b)due after 90 days c)past due RECEIVABLE FROM: NAME AND ADDRESS FOR WHAT DATE OF HOW SECURED AMOUNT IMATURITY I Have any of the above been discounted or sold? If so, state amount,to whom, and reason I Accounts receivable from completed contracts exclusive of claims not approved for payment 3* I NAME AND ADDRESS OF OWNER NATURE OF AMOUNT OF AMOUNT CONTRACT CONTRACT RECEIVABLE 1 I Have any of the above been assigned, sold or pledged? If so,state amount,to whom, and reason 1 I Dewberry Engineers Inc. Contractor's Financial Statement t DDI#50075656 00432-4 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90% Documents ACSA Project No.: 2015-08 fr Sums earned on uncompleted contracts, as shown by engineer's or architect's estimate:4 a)Amount receivable after deducting retainage ire b) Retainage to date due upon completion of contract DESIGNATION OF CONTRACT AND AMOUNT OF AMOUNT AMOUNT RETAINAGE AMOUNT EX- NAME AND ADDRESS OF OWNER CONTRACT EARNED RECEIVED CLUSIVE OF WHEN AMOUNT RETAINAGE DUE i. i r Have any of the above been sold, assigned, or pledged?If so, state amount,to whom, and reason w L 5* Accounts receivable not from construction contractsas RECEIVABLE FROM: NAME AND ADDRESS FOR WHAT WHEN DUE AMOUNT Yr ism What amount, if any, is past due$ 6 Deposits with bids or otherwise as guarantees DEPOSITED WITH: NAME AND ADDRESS FOR WHAT WHEN RECOVERABLE AMOUNT ti Dewberry& Davis, Inc. Contractor's Financial Statement DDI#50022980 00432-5 Lr Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90% Documents ACSA Project No.:2015-08 7 Interest accrued on loans, securities, etc. ON WHAT ACCRUED TO BE PAID WHEN AMOUNT 1 1 8 Real Estate (a) Used for business purposes Book Value (b) Not used for business purposes DESCRIPTION OF PROPERTY IMPROVEMENTS TOTAL BOOK VALUE NATURE OF BOOK VALUE 1 IMPROVEMENTS 1. 2. 3. 4. LOCATION HELD IN WHOSE NAME ASSESSED AMOUNT OF VALUE ENCUMBRANCES I 2. 3. 4. 1 1 1 1 1 Dewberry& Davis, Inc. Contractor's Financial Statement DDI#50022980 00432-6 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 frr r StocksBonds:(a) Listed-present market valueand b) Unlisted-present value LAST INT. OR DIV. PRESENT DESCRIPTION ISSUING PAID FAIR MARKET QUAN- AMOUNT COMPANY VALUE VALUE TITY rr DATE % 1. 2. 3. WHO HAS POSSESSION IF ANY ARE PLEDGED OR IN ESCROW, STATE FOR WHOM AND REASON AMOUNT PLEDGED OR IN ESCROW 1. 2. h 3. ii. Materials in stock and not included in Item 4,Assets: 1 0 a) For use on uncompleted contracts(present value) b)Other materials(present value) PRESENT VALUE DESCRIPTION OF MATERIAL QUANTITY FOR UNCOMPLETED OTHER MATERIALS CONTRACT rt. Dewberry&Davis, Inc. Contractor's Financial Statement DDI#50022980 00432- 7 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.: 2015-08 11 * Equipment at book value QUANTITY DESCRIPTION AND CAPACITY AGE OF ITEMS PURCHASE DEPRECIATION BOOK VALUE OF ITEMS PRICE CHARGED OFF 1 1 Are there any liens against the above? If so, state total amount 12 Furniture and fixtures at book value i 13 Other assets 1 DESCRIPTION Amount i 1 TOTAL ASSETS $ 1 1 Dewberry& Davis, Inc. Contractor's Financial Statement DDI#50022980 00432-8 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90% Documents ACSA Project No.:2015-08 ism DETAILS RELATIVE TO LIABILITIES Include all amounts owing sub-contractors for all work in place and accepted on completed and uncompleted contracts including retainage 1r0 NOTES PAYABLE 1 a)To banks, regular b)To banks for certified checks c)To others for equipment obligations d)To others exclusive of equipment obligations TO WHOM: NAME AND ADDRESS WHAT SECURITY WHEN DUE AMOUNT f - fir ACCOUNTA PAYABLE 2*a) Not past due b) Past due TO WHOM: NAME AND ADDRESS FOR WHAT DATE PAYABLE AMOUNT rr Real Estate encumbrances(See Item 8,Assets) r Other Liabilities 4 DESCRIPTION AMOUNT I. 5 Reserves rr INTEREST INSURANCE BLDGS. & PLANT DEPT TAXES BAD DEBTS FIXT. I. Dewberry& Davis, Inc. Contractor's Financial Statement DDI#50022980 00432-9 it Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.: 2015-08 DETAILS RELATIVE TO LIABILITIES 6 Capital Stock paid up a) Common b) Preferred 7 Surplus: $ 1 TOTAL LIABILITIES$ If a corporation, answer this: If a co-partnership, answer this: Capital paid in cash,$Date of organization When incorporated In what State State whether partnership is general, limited or association President's name Vice-President's name Secretary's name Treasurer's name Name and address of partners: The undersigned hereby declares: that the foregoing is a true statement of the financial condition of the individual, co-partnership or corporation herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitted a contract; and that any depository, vendor or other agency herein named is hereby authorized to supply such party with any information necessary to verify this statement. NOTE: A co-partnership must give firm name and signatures of all partners. A corporation must give full corporate name, signature of official and affix corporate seal. 1 1 1 Dewberry& Davis, Inc. Contractor's Financial Statement DDI#50022980 00432- 10 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 AFFIDAVIT FOR INDIVIDUAL STATE OF ss.: COUNTY OF being duly sworn, deposes and says that the foregoing financial statement, taken from his books, is a true and accurate statement of his i`financial condition as of the date thereof and that the answers to the foregoing interrogatories are true. Sworn to before me this Applicant must also sign here) day of Notary Public) AFFIDAVIT FOR CO-PARTNERSHIP STATE OF ss.: COUNTY OF a being duly sworn, deposes and says that a member of the firm of that they are familiar with the books of the said firm showing its financial condition;that the foregoing financial statement, taken from the books of the said firm, is a true and accurate statement of the financial condition of the said firm as of the date thereof and that the answers to the foregoing interrogatories are true. All members of firm must also sign here) Sworn to before me this ire day of Notary Public) Dewberry& Davis, Inc. Contractor's Financial Statement DDI#50022980 00432- 11 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90% Documents ACSA Project No.:2015-08 AFFIDAVIT FOR CORPORATION STATE OF ss.: COUNTY OF being duly sworn, deposes and says that 1heisofthethe corporation described in and which executed the foregoing statement; that he is familiar with the books of the said corporation showing its financial condition; that the foregoing financial statement, taken from the books of the said corporation, is a true and accurate statement of the financial condition of said corporation as of the date thereof and that the answers to the foregoing interrogatories are true. Sworn to before me this day of Notary Public 1 END OF SECTION 00432 P:\ACSA15\50075656\Specs\00432-Contractor Financial Stmt.doc 1 1 1 I Dewberry& Davis, Inc. Contractor's Financial Statement DDI#50022980 00432- 12 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.: 2015-08 ii. SECTION 00490 RECEIPT OF ADDENDA CROZET PHASE 3 WATER MAIN REPLACEMENT PROJECT As a matter of convenience at the opening of bids, the Bidder is requested to acknowledge below the numbers of the Addenda received. Failure of any Bidder to receive any addenda or interpretation shall not relieve said Bidder from any obligation under his proposal as submitted. This Form should be included in the bid submittal. The undersigned Bidder has received the following addenda: Addendum Number Date lift Name of Bidder) By Signature) Printed Name and Title :) ion END OF SECTION 00490 P:\ACSA15\50075656\Specs\00490-Receipt of Addenda.doc irr it si Dewberry Engineers Inc.Receipt of Addenda DDI#50075656 00490- 1 it Albemarle County Service Authority July 15 2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.: 2015-08 1 1 1 1 1 NO TEXT THIS PAGE 1 1 1 1 t I Dewberry Engineers Inc. Receipt of Addenda DDI#50075656 00490-2 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 SECTION 00500 STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE 10 THIS AGREEMENT is by and between iv hereinafter called OWNER) and hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 -WORK 1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: The project includes, however is not limited to: 4,600 linear feet of 8-inch waterline, including associated interconnections, hydrants, meter installations, appurtenances, abandonment of existing 6-inch waterline with flowable fill, and reconnection of existing water services. I. ARTICLE 2-THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: r. Crozet Phase 3 Water Main Replacement Project Albemarle County, Virginia iiirARTICLE 3- ENGINEER 3.01 The Director of Engineering for the Albemarle County Service is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. rr rr Dewberry Engineers Inc. Standard Form of Agreement DDI#50075656 00500- 1 ii. IAlbemarleCountyServiceAuthorityJuly 15,2016 Crozet Phase 3 Water Main Replacement Project 90% Documents ACSA Project No.:2015-08 ARTICLE 4—CONTRACT TIMES 4.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Days to Achieve Substantial Completion and Final Payment A. The Work will be substantially completed within 180 calendar days after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions within 210 calendar days after the date when the Contract Times commence to run. 4.03 Liquidated Damages A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay OWNER $500.00 for each day that expires after the time specified in paragraph 4.02 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR, shall pay OWNER $500.00 for each day that expires after the time specified in paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5-CONTRACT PRICE 5.01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract 1 Documents an amount in current funds equal to the sum of the amounts determined pursuant to paragraphs 5.01.A and 5.01.6 below: A. For all Unit Price Work, an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the estimated quantity of that item as indicated in this paragraph 5.01.B: UNIT PRICE WORK Estimated Total No. Item Unit Quantity Unit Price Estimated See attached Bid Form, Section 00400) TOTAL OF ALL UNIT PRICES: dollars) use words) Dewberry Engineers Inc. Standard Form of Agreement DDI#50075656 00500-2 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 As provided in paragraph 11.03 of the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in paragraph 9.08 of the General Conditions. Unit prices have been computed as provided in paragraph 11.03 of the General Conditions. B. For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as an exhibit. ARTICLE 6- PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 6.02 Progress Payments;Retainage A. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment on or about the 15th day of each month during performance of the Work as provided in paragraphs 6.02.A.1 and 6.02.A.2 below. All such payments will be measured by the schedule of values established in paragraph 2.07.A of the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements: 1.Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER may determine or OWNER may withhold, in accordance with paragraph 14.02 of the General Conditions: a.95%of Work completed (with the balance being retainage). b.95 % of cost of materials and equipment not incorporated in the Work aro with the balance being retainage). 2.Upon Substantial Completion, OWNER shall pay an amount sufficient to increase total payments to CONTRACTOR to 95 % of the Work completed, less such amounts as ENGINEER shall determine in accordance with paragraph 14.02.6.5 of the General Conditions and less 100 % of ENGINEER's estimate of the value of Work to be completed or corrected as shown on the tentative list of items to be completed or corrected attached to the certificate of Substantial Completion. 6.03 Final Payment ii" A. Upon final completion and acceptance of the Work in accordance with paragraph 14.07 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.07. Iwo ARTICLE 7- INTEREST fig 7.01 It is the option of the CONTRACTOR to establish an escrow account for deposit of retained Dewberry Engineers Inc. Standard Form of Agreement DDI#50075656 00500-3 it Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90% Documents ACSA Project No.: 2015-08 funds. Forms and requirements to establish such an account are available from the Service Authority upon request. Funds retained but not so deposited will not be subject to accrued interest. ARTICLE 8—CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. CONTRACTOR has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site which has been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions and programs incident thereto F. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. CONTRACTOR is aware of the general nature of work to be performed by OWNER and 1 others at the Site that relates to the Work as indicated in the Contract Documents. H. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 1 CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. J.The Contract Documents are generally sufficient to indicate and convey understanding Dewberry Engineers Inc. Standard Form of Agreement DDI#50075656 00500-4 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90% Documents ACSA Project No.:2015-08 of all terms and conditions for performance and furnishing of the Work. ir. ARTICLE 9-CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents include the following: 1. This Agreement (pages 1 to_, inclusive); 2.Performance Bond (pages_to_, inclusive); II`. 3.Payment Bond (pages_to_, inclusive); 4. Other Bonds(pages to , inclusive); a. pages to , inclusive); b. pages to , inclusive); c. pages to , inclusive); 5. Albemarle County Service Authority General Terms and Conditions(pages to_, inclusive); 6.General Conditions (pages_to_, inclusive); 7.Supplementary Conditions (pages to_, inclusive); 7.Specifications as listed in the table of contents of the Project Manual; 8.Drawings consisting of a cover sheet and sheets numbered T1 through C9, inclusive, with each sheet bearing the following general title: CROZET PHASE 3 WATER MAIN REPLACEMENT PROJECT 9.Addenda (numbers to inclusive); 10. Exhibits to this Agreement (enumerated as follows): rr a.CONTRACTOR's Bid (as provided in Section 00400, inclusive); b.Documentation submitted by CONTRACTOR prior to Notice of Award pages to , inclusive); c.Certificate of Insurance; i. 11. The following which may be delivered or issued on or after the Effective Date of Agreement and are not attached hereto: a.Written Amendments; b. Work Change Directives; Dewberry Engineers Inc. Standard Form of Agreement DDI#50075656 00500-5 Yr Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90% Documents ACSA Project No.:2015-08 1 c.Change Order(s); 1 d.Notice to Proceed. B. The documents listed in paragraph 9.01.A are attached to this Agreement (except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 9. 1 D. The Contract Documents may only be amended, modified, or supplemented as provided in paragraph 3.05 of the General Conditions. ARTICLE 10- MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Other Provisions 1 1 Dewberry Engineers Inc. Standard Form of Agreement DDI#50075656 00500-6 I. Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90% Documents ACSA Project No.:2015-08 IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective on which is the Effective Date of air the Agreement). OWNER: CONTRACTOR: r Albemarle County Service Authority By: By: CORPORATE SEAL] CORPORATE SEAL] Attest: Attest: Address for giving notices: Address for giving notices: If OWNER is a corporation , attach evidence of authority to sign. If OWNER is a public License No. body, attach evidence of authority to sign and Where applicable) resolution or other documents authorizing execution of OWNER-CONTRACTOR Agreement.) Agent for service of process: If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) Designated Representative: Designated Representative: Name: Mr. Jeremy M. Lynn, P.E. Name: Title: Senior Civil Engineer Title: Address: 168 Sootnao Road Address: Charlottesville, VA 22911 Phone: (434) 977-4511 Phone: Facsimile: (434) 979-0698 Facsimile: Dewberry Engineers Inc. Standard Form of Agreement DDI#50075656 00500-7 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90% Documents ACSA Project No.: 2015-08 1 END OF SECTION 00500 P:\ACSA15\50075656\Specs\00500-Standard Form of Agreement.doc 1 1 1 1 1 1 1 1 1 1 1 1 1 t 1 Dewberry Engineers Inc. Standard Form of Agreement DDI#50075656 00500-8 ha PERFORMANCE BOND Any singular reference to Contractor, Surety,Owner,or other party shall be considered plural where applicable. CONTRACTOR(Name and Address): SURETY(Name and Address of Principal Place of Business): OWNER(Name and Address): 1r CONTRACT Date: Amount: Description(Name and Location): r BOND ins Bond Number: Date(Not earlier than Contract Date): Amount: Modifications to this Bond Form: Surety and Contractor,intending to be legally bound hereby, subject to the terms printed on the reverse side hereof,do each cause this Performance Bond to be duly executed on its behalf by its authorized officer,agent,or representative. Ir. CONTRACTOR AS PRINCIPAL SURETY Company: Signature: Seal) Seal) Name and Title: Surety's Name and Corporate Seal By: Signature and Title Attach Power of Attorney) Space is provided below for signatures of additional parties,if required.) Attest: Signature and Title CONTRACTOR AS PRINCIPAL SURETY Company: Signature: Seal) Seal) Name and Title: Surety's Name and Corporate Seal By: Signature and Title Attach Power of Attorney) km Attest: Signature and Title: EJCDC No.C-610(2002 Edition) Originally prepared through the joint efforts of the Surety Association of America,Engineers Joint Contract Documents Committee,the Associated General Contractors of America,and the American Institute of Architects. it 00600-1 Yr 1. Contractor and Surety, jointly and severally, bind themselves, their heirs, 6. After Owner has terminated Contractor's right to complete the Contract, and if executors,administrators,successors,and assigns to Owner for the performance of the Surety elects to act under Paragraph 4.1,4.2,or 4.3 above,then the responsibilities of Contract,which is incorporated herein by reference. Surety to Owner shall not be greater than those of Contractor under the Contract,and the responsibilities of Owner to Surety shall not be greater than those of Owner under 2. If Contractor performs the Contract, Surety and Contractor have no obligation the Contract. To a limit of the amount of this Bond,but subject to commitment by under this Bond,except to participate in conferences as provided in Paragraph 3.1.Owner of the Balance of the Contract Price to mitigation of costs and damages on the Contract,Surety is obligated without duplication for: 3. If there is no Owner Default,Surety's obligation under this Bond shall arise after: 6.1. The responsibilities of Contractor for correction of defective Work and 3.1. Owner has notified Contractor and Surety, at the addresses described in completion of the Contract; Paragraph 10 below, that Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with 6.2. Additional legal, design professional, and delay costs resulting from Contractor and Surety to be held not later than 15 days after receipt of Contractor's Default, and resulting from the actions or failure to act of such notice to discuss methods of performing the Contract. If Owner, Surety under Paragraph 4;and Contractor and Surety agree, Contractor shall be allowed a reasonable time to perform the Contract, but such an agreement shall not waive 6.3. Liquidated damages, or if no liquidated damages are specified in the Owner's right,if any,subsequently to declare a Contractor Default;and Contract, actual damages caused by delayed performance or non- performance of Contractor. 3.2. Owner has declared a Contractor Default and formally terminated Contractor's right to complete the Contract. Such Contractor Default shall 7. Surety shall not be liable to Owner or others for obligations of Contractor that are not be declared earlier than 20 days after Contractor and Surety have unrelated to the Contract,and the Balance of the Contract Price shall not be reduced or received notice as provided in Paragraph 3.1;and 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 Owner or its heirs, executors, 3.3. Owner has agreed to pay the Balance of the Contract Price to:administrators,or successors. 1. Surety in accordance with the terms of the Contract; 8. Surety hereby waives notice of any change,including changes of time,to Contract or to related subcontracts,purchase orders,and other obligations. 2. Another contractor selected pursuant to Paragraph 4.3 to perform the Contract. 9. 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 4. When Owner has satisfied the conditions of Paragraph 3,Surety shall promptly and located and shall be instituted within two years after Contractor Default or within two at Surety's expense take one of the following actions: years after Contractor ceased working or within two years after Surety refuses or fails to perform its obligations under this Bond,whichever occurs first. If the provisions of 4.1. Arrange for Contractor,with consent of Owner,to perform and complete this paragraph are void or prohibited by law, the minimum period of limitation the Contract;or available to sureties as a defense in the jurisdiction of the suit shall be applicable. 4.2. Undertake to perform and complete the Contract itself,through its agents 10. Notice to Surety,Owner,or Contractor shall be mailed or delivered to the address or through independent contractors;or shown on the signature page. 4.3. Obtain bids or negotiated proposals from qualified contractors acceptable 11. When this Bond has been furnished to comply with a statutory requirement in the to Owner for a contract for performance and completion of the Contract, location where the Contract was to be performed, any provision in this Bond arrange for a contract to be prepared for execution by Owner and conflicting with said statutory requirement shall be deemed deleted herefrom and Contractor selected with Owner's concurrence, to be secured with provisions conforming to such statutory requirement shall be deemed incorporated performance and payment bonds executed by a qualified surety equivalent herein. The intent is that this Bond shall be construed as a statutory bond and not as a to the bonds issued on the Contract, and pay to Owner the amount of common law bond. damages as described in Paragraph 6 in excess of the Balance of the Contract Price incurred by Owner resulting from Contractor Default;or 12. Definitions. 4.4. Waive its right to perform and complete,arrange for completion,or obtain 12.1 Balance of the Contract Price: The total amount payable by Owner to a new contractor and with reasonable promptness under the circumstances: Contractor under the Contract after all proper adjustments have been made,including allowance to Contractor of any amounts received or to be 1. After investigation,determine the amount for which it may be liable to received by Owner in settlement of insurance or other Claims for damages Owner and, as soon as practicable after the amount is determined, to which Contractor is entitled,reduced by all valid and proper payments tender payment therefor to Owner;or made to or on behalf of Contractor under the Contract. 2. Deny liability in whole or in part and notify Owner citing reasons 12.2. Contract:The agreement between Owner and Contractor identified on the therefor. signature page,including all Contract Documents and changes thereto. 5. If Surety does not proceed as provided in Paragraph 4 with reasonable promptness,12.3. Contractor Default: Failure of Contractor, which has neither been Surety shall be deemed to be in default on this Bond 15 days after receipt of an remedied nor waived,to perform or otherwise to comply with the terms of additional written notice from Owner to Surety demanding that Surety perform its the Contract. obligations under this Bond, and Owner shall be entitled to enforce any remedy available to Owner. If Surety proceeds as provided in Paragraph 4.4, and Owner 12.4. Owner Default: Failure of Owner, which has neither been remedied nor refuses the payment tendered or Surety has denied liability, in whole or in part, waived,to pay Contractor as required by the Contract or to perform and without further notice Owner shall be entitled to enforce any remedy available to complete or comply with the other terms thereof. Owner. 1 FOR INFORMATION ONLY—Name,Address and Telephone Surety Agency or Broker Owner's Representative(engineer or other party) 1 1 00600-2 PAYMENT BOND Any singular reference to Contractor, Surety, Owner,or other party shall be considered plural where applicable. CONTRACTOR(Name and Address): SURETY(Name and Address of Principal Place of Business): OWNER(Name and Address): ir. CONTRACT Date: aus Amount: Description(Name and Location): ismBOND Bond Number: Date(Not earlier than Contract Date): ism Amount: Modifications to this Bond Form: Surety and Contractor,intending to be legally bound hereby, subject to the terms printed on the reverse side hereof,do each cause this Payment Bond to be duly executed on its behalf by its authorized officer,agent,or representative. ire CONTRACTOR AS PRINCIPAL SURETY Company: Signature: Seal) Seal) Name and Title: Surety's Name and Corporate Seal By: Signature and Title Attach Power of Attorney) Space is provided below for signatures of additional parties,if required.) Attest: Signature and Title CONTRACTOR AS PRINCIPAL SURETY ism Company: Signature: Seal) Seal) Name and Title: Surety's Name and Corporate Seal By: Signature and Title Attach Power of Attorney) Attest: Signature and Title:Is EJCDC No.C-615(2002 Edition) Originally prepared through the joint efforts of the Surety Association of America,Engineers Joint Contract Documents Committee,the Associated General Contractors of America, the American Institute of Architects, the American Subcontractors Association, and the Associated Specialty Contractors. i` 00610-1 1. Contractor and Surety,jointly and severally, bind themselves, their heirs, 8. Amounts owed by Owner to Contractor under the Contract shall be used for executors, administrators, successors, and assigns to Owner to pay for labor, the performance of the Contract and to satisfy claims, if any, under any materials,and equipment furnished by Claimants for use in the performance of performance bond. By Contractor furnishing and Owner accepting this Bond, the Contract,which is incorporated herein by reference. they agree that all funds earned by Contractor in the performance of the Contract are dedicated to satisfy obligations of Contractor and Surety under this Bond, 2. With respect to Owner,this obligation shall be null and void if Contractor:subject to Owner's priority to use the funds for the completion of the Work. 2.1. Promptly makes payment, directly or indirectly, for all sums due Claimants,and 9. Surety shall not be liable to Owner, Claimants,or others for obligations of Contractor that are unrelated to the Contract. Owner shall not be liable for 2.2. Defends, indemnifies, and holds harmless Owner from all claims, payment of any costs or expenses of any Claimant under this Bond, and shall demands, liens, or suits alleging non-payment by Contractor by any have under this Bond no obligations to make payments to,give notices on behalf person or entity who furnished labor,materials,or equipment for use in of,or otherwise have obligations to Claimants under this Bond. the performance of the Contract,provided Owner has promptly notified Contractor and Surety(at the addresses described in Paragraph 12)of 10. Surety hereby waives notice of any change,including changes of time,to the any claims, demands, liens, or suits and tendered defense of such Contract or to related Subcontracts,purchase orders and other obligations. claims,demands,liens,or suits to Contractor and Surety,and provided there is no Owner Default. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the Work or 3. With respect to Claimants,this obligation shall be null and void if Contractor part of the Work is located or after the expiration of one year from the date(1) promptly makes payment,directly or indirectly,for all sums due. on which the Claimant gave the notice required by Paragraph 4.1 or Paragraph 4.2.3,or(2)on which the last labor or service was performed by anyone or the 4. Surety shall have no obligation to Claimants under this Bond until: 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 4.1. Claimants who are employed by or have a direct contract with are void or prohibited by law, the minimum period of limitation available to Contractor have given notice to Surety (at the addresses described in sureties as a defense in the jurisdiction of the suit shall be applicable. Paragraph 12)and sent a copy,or notice thereof,to Owner,stating that a claim is being made under this Bond and,with substantial accuracy, 12. Notice to Surety,Owner,or Contractor shall be mailed or delivered to the the amount of the claim. addresses shown on the signature page. Actual receipt of notice by Surety, Owner,or Contractor,however accomplished,shall be sufficient compliance as 4.2. Claimants who do not have a direct contract with Contractor: of the date received at the address shown on the signature page. 1. Have furnished written notice to Contractor and sent a copy, or 13. When this Bond has been furnished to comply with a statutory requirement notice thereof,to Owner,within 90 days after having last performed in the location where the Contract was to be performed, any provision in this labor or last furnished materials or equipment included in the claim Bond conflicting with said statutory requirement shall be deemed deleted stating, with substantial accuracy, the amount of the claim and the herefrom and provisions conforming to such statutory requirement shall be name of the party to whom the materials or equipment were deemed incorporated herein. The intent is that this Bond shall be construed as a furnished or supplied, or for whom the labor was done or statutory Bond and not as a common law bond. performed;and 14. Upon request of any person or entity appearing to be a potential beneficiary 2. Have either received a rejection in whole or in part from Contractor, of this Bond, Contractor shall promptly furnish a copy of this Bond or shall or not received within 30 days of furnishing the above notice any permit a copy to be made. communication from Contractor by which Contractor had indicated the claim will be paid directly or indirectly;and 15. DEFINITIONS 3. Not having been paid within the above 30 days,have sent a written 15.1. Claimant: An individual or entity having a direct contract with notice to Surety and sent a copy,or notice thereof,to Owner,stating Contractor, or with a first-tier subcontractor of Contractor,to furnish that a claim is being made under this Bond and enclosing a copy of labor, materials, or equipment for use in the performance of the the previous written notice furnished to Contractor. Contract. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, 5. If a notice by a Claimant required by Paragraph 4 is provided by Owner to power,light,heat,oil,gasoline,telephone service,or rental equipment Contractor or to Surety,that is sufficient compliance. used in the Contract,architectural and engineering services required for performance of the Work of Contractor and Contractor's 6. When a Claimant has satisfied the conditions of Paragraph 4,the Surety shall Subcontractors,and all other items for which a mechanic's lien may be promptly and at Surety's expense take the following actions:asserted in the jurisdiction where the labor, materials, or equipment were furnished. 6.1. Send an answer to that Claimant,with a copy to Owner,within 45 days after receipt of the claim,stating the amounts that are undisputed and 15.2. Contract:The agreement between Owner and Contractor identified on the basis for challenging any amounts that are disputed. the signature page, including all Contract Documents and changes thereto. 6.2. Pay or arrange for payment of any undisputed amounts. 15.3. Owner Default:Failure of Owner,which has neither been remedied nor 7. Surety's total obligation shall not exceed the amount of this Bond, and the waived,to pay Contractor as required by the Contract or to perform and amount of this Bond shall be credited for any payments made in good faith by complete or comply with the other terms thereof. Surety. 1 FOR INFORMATION ONLY—Name,Address and Telephone Surety Agency or Broker: Owner's Representative(engineer or other party): 00610-2 is Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 lir SECTION 00620 i. CERTIFICATE OF INSURANCE lir Attach Certificate of Insurance Hereto. ami Coverage shall comply with the requirements of SECTION 00800—Supplemental Conditions Yr i`. END OF SECTION 00620 Ir. P:WCSA09\50022984-Western Ridge-Foxchase Water Connection\Specs\00620-Certificate of Insurance.doc its Dewberry Engineers Inc. Certificate of Insurance DDI#50075656 00620- 1 Albemarle County Service Authority Jul y 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 1 I 1 1 1 1 1 t NO TEXT THIS PAGE 1 1 1 I 1 1 Dewberry Engineers Inc. Certificate of Insurance DDI#50075656 00620-2 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 SECTION 00630 NOTICE TO PROCEED To: Project: CROZET PHASE 3 WATER MAIN REPLACEMENT PROJECT Amount of Contract: You are hereby notified to commence work on the referenced Project on or before and shall fully complete all of the work of said Project within 210 consecutive calendar days thereafter. Your completion date is therefore 2017. The Contract provides for an assessment of the sum of $500 as liquidated damages for each consecutive calendar day after the above established Project completion date that the work remains incomplete. Dated this day of els By: Peter C. Gorham, P.E. Title: Director of Engineering Acceptance of Notice Receipt of the foregoing Notice to Proceed is hereby acknowledged. By Contractor's Name) this day of 20 By se Title END OF SECTION 00630 P:\ACSA15\50075656\Specs\00630-NoticetoProceed_W F6-1.doc ire h Dewberry Engineers Inc. Notice To Proceed DDI#50075656 00630-1 Ur Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.: 2015-08 I 1 NO TEXT THIS PAGE r Dewberry Engineers Inc. Notice To Proceedg DDI#50075656 00630-2 This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or modification. This document should be adapted to the particular circumstances of the contemplated Project and the Controlling Law. ion STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly By Ac E C NationietyASCE American SocietyProfessionalEngineers of Civil EngineersAMERICANCOUNCILOFEN(.WLERING COMPANIES Professional Engineers in Private Practice 1r. PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE a practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN COUNCIL OF ENGINEERING COMPANIES ire AMERICAN SOCIETY OF CIVIL ENGINEERS This document has been a proved and endorsed by iiim r4tv The Associated General Contractors of America Knowledge for Creating and Sustaining the Built Environment Construction Specifications Institute EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-1 1 I 1 1 I 1 1 Copyright©2002 1 National Society of Professional Engineers 1420 King Street,Alexandria,VA 22314 American Council of Engineering Companies 1015 15th Street,N.W.,Washington,DC 20005 American Society of Civil Engineers 1801 Alexander Bell Drive,Reston, VA 20191-4400 1 1 1 1 These General Conditions have been prepared for use with the Suggested Forms of Agreement Between Owner and Contractor Nos. C-520 or C-525 (2002 Editions). Their provisions are interrelated and a change in one may necessitate a change in the other. Comments concerning their usage are contained in the EJCDC Construction Documents, General and Instructions (No. C-001) (2002 Edition). For guidance in the preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions(No. C-800)(2002 Edition). 1 EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-2 Yr kir TABLE OF CONTENTS Page Ilrr ARTICLE 1 -DEFINITIONS AND TERMINOLOGY 6 1.01 Defined Terms 6 lir 1.02 Terminology 8 ARTICLE 2-PRELIMINARY MA I l ERS 9 2.01 Delivery of Bonds and Evidence of Insurance 9 2.02 Copies of Documents 9 2.03 Commencement of Contract Times;Notice to Proceed 9 2.04 Starting the Work 9 2.05 Before Starting Construction 9 2.06 Preconstruction Conference 9 2.07 Initial Acceptance of Schedules 9 ARTICLE 3-CONTRACT DOCUMENTS:INTENT,AMENDING,REUSE 10 3.01 Intent 10 3.02 Reference Standards 10 3.03 Reporting and Resolving Discrepancies 10 3.04 Amending and Supplementing Contract Documents 11 ri 3.05 Reuse of Documents 11 3.06 Electronic Data 11 ARTICLE 4-AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS;HAZARDOUS ENVIRONMENTAL CONDITIONS;REFERENCE POINTS 11 ire 4.01 Availability of Lands 11 4.02 Subsurface and Physical Conditions 12 4.03 Differing Subsurface or Physical Conditions 12 4.04 Underground Facilities 13 4.05 Reference Points 13 4.06 Hazardous Environmental Condition at Site 13 ARTICLE 5-BONDS AND INSURANCE 14 Imo 5.01 Performance, Payment, and Other Bonds 14 5.02 Licensed Sureties and Insurers 15 5.03 Certificates of Insurance 15 5.04 Contractor's Liability Insurance 15 5.05 Owner's Liability Insurance 16 5.06 Property Insurance 16 5.07 Waiver of Rights 17 5.08 Receipt and Application of Insurance Proceeds 17 5.09 Acceptance of Bonds and Insurance; Option to Replace 17 5.10 Partial Utilization,Acknowledgment of Property Insurer 18 ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES 18 6.01 Supervision and Superintendence 18 6.02 Labor; Working Hours 18 6.03 Services,Materials, and Equipment 18 6.04 Progress Schedule 18 6.05 Substitutes and "Or-Equals" 19 6.06 Concerning Subcontractors, Suppliers, and Others 20 6.07 Patent Fees and Royalties 21 6.08 Permits 21 6.09 Laws and Regulations 21 6.10 Taxes 22 6.11 Use of Site and Other Areas 22 6.12 Record Documents 22 6.13 Safety and Protection 22 6.14 Safety Representative 23 6.15 Hazard Communication Programs 23 EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-3 Irr I 6.16 Emergencies 23 6.17 Shop Drawings and Samples 23 6.18 Continuing the Work 24 6.19 Contractor's General Warranty and Guarantee 24 6.20 Indemnification 24 6.21 Delegation of Professional Design Services 25 ARTICLE 7-OTHER WORK AT THE SITE 25 7.01 Related Work at Site 25 7.02 Coordination 26 7.03 Legal Relationships 26 ARTICLE 8-OWNER'S RESPONSIBILITIES 26 8.01 Communications to Contractor 26 8.02 Replacement of Engineer 26 8.03 Furnish Data 26 8.04 Pay When Due 26 8.05 Lands and Easements;Reports and Tests 26 8.06 Insurance 26 8.07 Change Orders 26 8.08 Inspections, Tests, and Approvals 26 8.09 Limitations on Owner's Responsibilities 27 8.10 Undisclosed Hazardous Environmental Condition 27 8.11 Evidence of Financial Arrangements 27 ARTICLE 9-ENGINEER'S STATUS DURING CONSTRUCTION 27 9.01 Owner's Representative 27 9.02 Visits to Site 27 9.03 Project Representative 27 9.04 Authorized Variations in Work 27 9.05 Rejecting Defective Work 27 9.06 Shop Drawings, Change Orders and Payments 28 9.07 Determinations for Unit Price Work 28 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work 28 9.09 Limitations on Engineer's Authority and Responsibilities 28 ARTICLE 10-CHANGES IN THE WORK;CLAIMS 28 10.01 Authorized Changes in the Work 28 10.02 Unauthorized Changes in the Work 29 10.03 Execution of Change Orders 29 10.04 Notification to Surety 29 10.05 Claims 29 ARTICLE 11 -COST OF THE WORK;ALLOWANCES;UNIT PRICE WORK 30 11.01 Cost of the Work 30 11.02 Allowances 31 11.03 Unit Price Work 31 ARTICLE 12-CHANGE OF CONTRACT PRICE;CHANGE OF CONTRACT TIMES 32 12.01 Change of Contract Price 32 12.02 Change of Contract Times 33 12.03 Delays 33 ARTICLE 13-TESTS AND INSPECTIONS;CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 33 13.01 Notice of Defects 33 13.02 Access to Work 33 13.03 Tests and Inspections 33 13.04 Uncovering Work 34 13.05 Owner May Stop the Work 34 13.06 Correction or Removal of Defective Work 34 13.07 Correction Period 34 13.08 Acceptance of Defective Work 35 13.09 Owner May Correct Defective Work 35 ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION 36 14.01 Schedule of Values 36 14.02 Progress Payments 36 14.03 Contractor's Warranty of Title 37 14.04 Substantial Completion 37 EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-4 r 14.05 Partial Utilization 38 14.06 Final Inspection 38 14.07 Final Payment 38 14.08 Final Completion Delayed 39 14.09 Waiver of Claims 39 ARTICLE 15-SUSPENSION OF WORK AND TERMINATION 39 ir. 15.01 Owner May Suspend Work 39 15.02 Owner May Terminate for Cause 39 15.03 Owner May Terminate For Convenience 40 15.04 Contractor May Stop Work or Terminate 40 ARTICLE 16-DISPUTE RESOLUTION 41 16.01 Methods and Procedures 41 ARTICLE 17-MISCELLANEOUS 41 17.01 Giving Notice 41 17.02 Computation of Times 41 17.03 Cumulative Remedies 41 17.04 Survival of Obligations 41 17.05 Controlling Law 41 17.06 Headings 41 L Yrr ire aim lir S mp EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-5 1 1 1 1 1 1 1 1 1 1 1 1 1 i 1 EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-6 it GENERAL CONDITIONS 10. Claim--A demand or assertion by Owner or Contractor seeking an adjustment of Contract Price or los ARTICLE 1 -DEFINITIONS AND TERMINOLOGY Contract Times,or both,or other relief with respect to the terms of the Contract.A demand for money or services by a third party is not a Claim. 1.01 Defined Terms 11. Contract--The entire and integrated written A. Wherever used in the Bidding Requirements agreement between the Owner and Contractor concerning or Contract Documents and printed with initial capital the Work. The Contract supersedes prior negotiations, w letters, the terms listed below will have the meanings representations,or agreements,whether written or oral. indicated which are applicable to both the singular and plural thereof. In addition to terms specifically defined, 12. Contract Documents-- Those items so terms with initial capital letters in the Contract designated in the Agreement. Only printed or hard copies Documents include references to identified articles and of the items listed in the Agreement are Contract paragraphs,and the titles of other documents or forms. Documents.Approved Shop Drawings,other Contractor's submittals, and the reports and drawings of subsurface 1. Addenda--Written or graphic instruments and physical conditions are not Contract Documents. issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed 13. Contract Price--The moneys payable by Contract Documents. Owner to Contractor for completion of the Work in accordance with the Contract Documents as stated in the 2. Agreement--The written instrument which is Agreement (subject to the provisions of Paragraph 11.03 evidence of the agreement between Owner and Contractor in the case of Unit Price Work). covering the Work. 14. Contract Times--The number of days or the 3.Application for Payment--The form acceptable dates stated in the Agreement to: (i)achieve Milestones,if to Engineer which is to be used by Contractor during the any, (ii)achieve Substantial Completion; and (iii) corn- course of the Work in requesting progress or final plete the Work so that it is ready for final payment as ism payments and which is to be accompanied by such evidenced by Engineer's written recommendation of final supporting documentation as is required by the Contract payment. Documents. 15. Contractor--The individual or entity with 4. Asbestos--Any material that contains more whom Owner has entered into the Agreement. than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels 16. Cost of the Work--See Paragraph 11.01.A for established by the United States Occupational Safety and definition. Health Administration. 17. Drawings--That part of the Contract 5. Bid--The offer or proposal of a Bidder Documents prepared or approved by Engineer which i"' submitted on the prescribed form setting forth the prices graphically shows the scope, extent, and character of the for the Work to be performed. Work to be performed by Contractor. Shop Drawings and other Contractor submittals are not Drawings as so 6. Bidder--The individual or entity who submits defined. a Bid directly to Owner. 18. Effective Date of the Agreement--The date 7. Bidding Documents--The Bidding indicated in the Agreement on which it becomes effective, it Requirements and the proposed Contract Documents but if no such date is indicated, it means the date on including all Addenda).which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 8. Bidding Requirements--The Advertisement or Invitation to Bid, Instructions to Bidders, bid security of 19. Engineer--The individual or entity named as acceptable form, if any, and the Bid Form with any such in the Agreement. supplements. 20. Field Order--A written order issued by 9. Change Order--A document recommended by Engineer which requires minor changes in the Work but Engineer which is signed by Contractor and Owner and which does not involve a change in the Contract Price or authorizes an addition, deletion, or revision in the Work the Contract Times. or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-7 in 21. General Requirements--Sections of Division 33. Project--The total construction of which the 1 of the Specifications.The General Requirements pertain Work to be performed under the Contract Documents may to all sections of the Specifications. be the whole, or a part. 22. Hazardous Environmental Condition--The 34. Project Manual--The bound documentary presence at the Site of Asbestos, PCBs, Petroleum, information prepared for bidding and constructing the Hazardous Waste, or Radioactive Material in such Work. A listing of the contents of the Project Manual, quantities or circumstances that may present a substantial which may be bound in one or more volumes, is danger to persons or property exposed thereto in contained in the table(s)of contents. connection with the Work. 35. Radioactive Material--Source, special nude- 23. Hazardous Waste--The term Hazardous ar,or byproduct material as defined by the Atomic Energy Waste shall have the meaning provided in Section 1004 of Act of 1954 (42 USC Section 2011 et seq.) as amended the Solid Waste Disposal Act (42 USC Section 6903) as from time to time. amended from time to time. 36.Related Entity--An officer,director,partner, 24. Laws and Regulations; Laws or Regulations- employee, agent,consultant, or subcontractor. Any and all applicable laws,rules,regulations, ordinanc- es, codes, and orders of any and all governmental bodies, 37. Resident Project Representative--The autho- agencies,authorities,and courts having jurisdiction. rized representative of Engineer who may be assigned to the Site or any part thereof. 25. Liens--Charges, security interests, or encumbrances upon Project funds, real property, or 38. Samples--Physical examples of materials, personal property. equipment, or workmanship that are representative of some portion of the Work and which establish the 26. Milestone--A principal event specified in the standards by which such portion of the Work will be Contract Documents relating to an intermediate comple- judged. tion date or time prior to Substantial Completion of all the Work. 39.Schedule of Submittals--A schedule,prepared and maintained by Contractor, of required submittals and 27. Notice of Award--The written notice by the time requirements to support scheduled performance Owner to the Successful Bidder stating that upon timely of related construction activities. compliance by the Successful Bidder with the conditions precedent listed therein, Owner will sign and deliver the 40. Schedule of Values--A schedule, prepared Agreement. and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used 28.Notice to Proceed--A written notice given by as the basis for reviewing Contractor's Applications for Owner to Contractor fixing the date on which the Con- Payment. tract Times will commence to run and on which Contractor shall start to perform the Work under the 41. Shop Drawings--All drawings, diagrams, Contract Documents. illustrations, schedules, and other data or information which are specifically prepared or assembled by or for 29. Owner--The individual or entity with whom Contractor and submitted by Contractor to illustrate some Contractor has entered into the Agreement and for whom portion of the Work. the Work is to be performed. 42.Site--Lands or areas indicated in the Contract 30.PCBs--Polychlorinated biphenyls. Documents as being furnished by Owner upon which the Work is to be performed, including rights-of-way and 31. Petroleum--Petroleum, including crude oil or easements for access thereto, and such other lands any fraction thereof which is liquid at standard conditions furnished by Owner which are designated for the use of of temperature and pressure (60 degrees Fahrenheit and Contractor. 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, 43. Specifications--That part of the Contract kerosene, and oil mixed with other non-Hazardous Waste Documents consisting of written requirements for and crude oils. materials, equipment, systems, standards and workmanship as applied to the Work, and certain 32.Progress Schedule--A schedule,prepared and administrative requirements and procedural matters maintained by Contractor, describing the sequence and applicable thereto. duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-8 44. Subcontractor--An individual or entity following negotiations by the parties as to its effect, if having a direct contract with Contractor or with any other any,on the Contract Price or Contract Times. Subcontractor for the performance of a part of the Work at the Site. 1.02 Terminology 45. Substantial Completion--The time at which A. The following words or terms are not defined the Work (or a specified part thereof) has progressed to but, when used in the Bidding Requirements or Contract the point where, in the opinion of Engineer, the Work(or Documents,have the following meaning. a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the B.Intent of Certain Terms or Adjectives Work (or a specified part thereof) can be utilized for the purposes for which it is intended.The terms"substantially 1.The Contract Documents include the terms"as complete" and"substantially completed" as applied to all allowed," "as approved," "as ordered", "as directed" or or part of the Work refer to Substantial Completion terms of like effect or import to authorize an exercise of thereof. professional judgment by Engineer. In addition, the adjectives "reasonable," "suitable," "acceptable," 46. Successful Bidder--The Bidder submitting a proper," "satisfactory," or adjectives of like effect or responsive Bid to whom Owner makes an award. import are used to describe an action or determination of Engineer as to the Work. It is intended that such exercise 47. Supplementary Conditions--That part of the of professional judgment, action or determination will be Contract Documents which amends or supplements these solely to evaluate, in general, the Work for compliance General Conditions. with the requirements of and information in the Contract Documents and conformance with the design concept of 48. Supplier--A manufacturer, fabricator, suppli- the completed Project as a functioning whole as shown or er, distributor, materialman, or vendor having a direct indicated in the Contract Documents (unless there is a contract with Contractor or with any Subcontractor to specific statement indicating otherwise). The use of any furnish materials or equipment to be incorporated in the such term or adjective is not intended to and shall not be Work by Contractor or any Subcontractor. effective to assign to Engineer any duty or authority to supervise or direct the performance of the Work or any 49. Underground Facilities--All underground duty or authority to undertake responsibility contrary to pipelines,conduits,ducts,cables, wires,manholes,vaults, the provisions of Paragraph 9.09 or any other provision of tanks, tunnels,or other such facilities or attachments, and the Contract Documents. any encasements containing such facilities, including those that convey electricity, gases, steam, liquid C.Day petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other 1.The word "day" means a calendar day liquids or chemicals,or traffic or other control systems. of 24 hours measured from midnight to the next midnight. 50. Unit Price Work--Work to be paid for on the D.Defective tiro basis of unit prices. 1. The word "defective," when modifying the 51. Work--The entire construction or the various word "Work," refers to Work that is unsatisfactory, separately identifiable parts thereof required to be faulty,or deficient in that it: provided under the Contract Documents. Work includes and is the result of performing or providing all labor, a. does not conform to the Contract Documents, services, and documentation necessary to produce such or fie construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as b. does not meet the requirements of any required by the Contract Documents. applicable inspection, reference standard,test, or approval referred to in the Contract Documents, 52. Work Change Directive--A written statement or to Contractor issued on or after the Effective Date of the Agreement and signed by Owner and recommended by c. has been damaged prior to Engineer's - r. Engineer ordering an addition, deletion, or revision in the recommendation of final payment (unless Work,or responding to differing or unforeseen subsurface responsibility for the protection thereof has been or physical conditions under which the Work is to be assumed by Owner at Substantial Completion in performed or to emergencies. A Work Change Directive accordance with Paragraph 14.04 or 14.05). rr will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-9 Ire I E.Furnish, Install, Perform, Provide or,if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given 1. The word "furnish," when used in connection at any time within 30 days after the Effective Date of the with services, materials, or equipment, shall mean to Agreement. In no event will the Contract Times com- supply and deliver said services, materials, or equipment mence to run later than the sixtieth day after the day of to the Site(or some other specified location)ready for use Bid opening or the thirtieth day after the Effective Date of or installation and in usable or operable condition. the Agreement,whichever date is earlier. 2. The word "install," when used in connection 2.04 Starting the Work with services, materials, or equipment, shall mean to put into use or place in final position said services, materials, A. Contractor shall start to perform the Work on or equipment complete and ready for intended use. the date when the Contract Times commence to run. No Work shall be done at the Site prior to the date on which 3.The words"perform"or"provide,"when used the Contract Times commence to run. in connection with services,materials,or equipment, shall mean to furnish and install said services, materials, or 2.05 Before Starting Construction equipment complete and ready for intended use. A. Preliminary Schedules: Within 10 days after 4. When "furnish," "install," "perform," or "pro- the Effective Date of the Agreement (unless otherwise vide"is not used in connection with services,materials,or specified in the General Requirements), Contractor shall equipment in a context clearly requiring an obligation of submit to Engineer for timely review: Contractor,"provide"is implied. 1. a preliminary Progress Schedule; indicating F. Unless stated otherwise in the Contract Docu- the times (numbers of days or dates) for starting and ments, words or phrases which have a well-known completing the various stages of the Work, including any technical or construction industry or trade meaning are Milestones specified in the Contract Documents; used in the Contract Documents in accordance with such recognized meaning. 2.a preliminary Schedule of Submittals;andI 3. a preliminary Schedule of Values for all of the ARTICLE 2-PRELIMINARY MATTERS Work which includes quantities and prices of items which when added together equal the Contract Price and subdi- vides the Work into component parts in sufficient detail to 2.01 Delivery of Bonds and Evidence of Insurance serve as the basis for progress payments during performance of the Work. Such prices will include an A. When Contractor delivers the executed appropriate amount of overhead and profit applicable to counterparts of the Agreement to Owner, Contractor shall each item of Work. also deliver to Owner such bonds as Contractor may be required to furnish. 2.06 Preconstruction Conference B. Evidence of Insurance: Before any Work at A. Before any Work at the Site is started, a the Site is started, Contractor and Owner shall each conference attended by Owner, Contractor, Engineer, and deliver to the other,with copies to each additional insured others as appropriate will be held to establish a working identified in the Supplementary Conditions,certificates of understanding among the parties as to the Work and to insurance (and other evidence of insurance which either discuss the schedules referred to in Paragraph 2.05.A, of them or any additional insured may reasonably request) procedures for handling Shop Drawings and other which Contractor and Owner respectively are required to submittals, processing Applications for Payment, and purchase and maintain in accordance with Article 5. maintaining required records. 2.02 Copies of Documents 2.07 Initial Acceptance of Schedules I A. Owner shall furnish to Contractor up to ten A. At least 10 days before submission of the first printed or hard copies of the Drawings and Project Application for Payment a conference attended by IIManual. Additional copies will be furnished upon request Contractor, Engineer, and others as appropriate will be at the cost of reproduction. held to review for acceptability to Engineer as provided below the schedules submitted in accordance with 2.03 Commencement of Contract Times; Notice to Paragraph 2.05.A. Contractor shall have an additional 10 Proceed days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be A. The Contract Times will commence to run on made to Contractor until acceptable schedules are the thirtieth day after the Effective Date of the Agreement submitted to Engineer. EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-10 responsibilities of Owner, Contractor, or Engineer, or any 1. The Progress Schedule will be acceptable to of their subcontractors, consultants, agents, or employees iro Engineer if it provides an orderly progression of the Work from those set forth in the Contract Documents. No such to completion within the Contract Times.Such acceptance provision or instruction shall be effective to assign to will not impose on Engineer responsibility for the Owner, or Engineer, or any of, their Related Entities, any Progress Schedule, for sequencing, scheduling, or duty or authority to supervise or direct the performance of progress of the Work nor interfere with or relieve the Work or any duty or authority to undertake respon- Contractor from Contractor's full responsibility therefor. sibility inconsistent with the provisions of the Contract Documents. 2. Contractor's Schedule of Submittals will be Jur acceptable to Engineer if it provides a workable 3.03 Reporting and Resolving Discrepancies arrangement for reviewing and processing the required submittals. A. Reporting Discrepancies 3. Contractor's Schedule of Values will be 1. Contractor's Review of Contract Documents acceptable to Engineer as to form and substance if it Before Starting Work: Before undertaking each part of the provides a reasonable allocation of the Contract Price to Work, Contractor shall carefully study and compare the component parts of the Work. Contract Documents and check and verify pertinent figures therein and all applicable field measurements. Contractor shall promptly report in writing to Engineer ARTICLE 3-CONTRACT DOCUMENTS: INTENT, any conflict, error, ambiguity, or discrepancy which AMENDING,REUSE Contractor may discover and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby. 3.01 Intent 2. Contractor's Review of Contract Documents A. The Contract Documents are complementary; During Performance of Work: If, during the performance what is required by one is as binding as if required by all. of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents B. It is the intent of the Contract Documents to or between the Contract Documents and any provision of describe a functionally complete Project (or part thereof) any Law or Regulation applicable to the performance of to be constructed in accordance with the Contract Docu- the Work or of any standard, specification, manual or ments. Any labor, documentation, services, materials, or code, or of any instruction of any Supplier, Contractor equipment that may reasonably be inferred from the shall promptly report it to Engineer in writing. Contractor Contract Documents or from prevailing custom or trade shall not proceed with the Work affected thereby (except i usage as being required to produce the intended result will in an emergency as required by Paragraph 6.16.A) until be provided whether or not specifically called for at no an amendment or supplement to the Contract Documents additional cost to Owner. has been issued by one of the methods indicated in Paragraph 3.04. r" C. Clarifications and interpretations of the Contract Documents shall be issued by Engineer as 3.Contractor shall not be liable to Owner or provided in Article 9. Engineer for failure to report any conflict, error, ambigu- ity, or discrepancy in the Contract Documents unless 3.02 Reference Standards Contractor knew or reasonably should have known thereof. A. Standards, Specifications, Codes, Laws, and air Regulations B. Resolving Discrepancies 1. Reference to standards, specifications, 1. Except as may be otherwise specifically stated manuals, or codes of any technical society, organization, in the Contract Documents, the provisions of the Contract or association, or to Laws or Regulations, whether such Documents shall take precedence in resolving any reference be specific or by implication, shall mean the conflict, error, ambiguity, or discrepancy between the standard, specification,manual, code, or Laws or Regula- provisions of the Contract Documents and: rr tions in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), a. the provisions of any standard, specification, except as may be otherwise specifically stated in the manual, code, or instruction (whether or not Contract Documents. specifically incorporated by reference in the it Contract Documents);or 2. No provision of any such standard, specification, manual or code, or any instruction of a b. the provisions of any Laws or Regulations Supplier shall be effective to change the duties or applicable to the performance of the Work EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-11 iitr unless such an interpretation of the provisions sole risk. If there is a discrepancy between the electronic of the Contract Documents would result in viola- files and the hard copies,the hard copies govern. tion of such Law or Regulation). B. Because data stored in electronic media 3.04 Amending and Supplementing Contract format can deteriorate or be modified inadvertently or Documents otherwise without authorization of the data's creator, the party receiving electronic files agrees that it will perform A. The Contract Documents may be amended to acceptance tests or procedures within 60 days,after which provide for additions,deletions,and revisions in the Work the receiving party shall be deemed to have accepted the or to modify the terms and conditions thereof by either a data thus transferred. Any errors detected within the 60- Change Order or a Work Change Directive. day acceptance period will be corrected by the transferring party.. B. The requirements of the Contract Documents may be supplemented, and minor variations and C. When transferring documents in electronic deviations in the Work may be authorized,by one or more media format, the transferring party makes no of the following ways: representations as to long term compatibility,usability, or readability of documents resulting from the use of 1. A Field Order; software application packages, operating systems, or computer hardware differing from those used by the 2. Engineer's approval of a Shop Drawing or data's creator. Sample; (Subject to the provisions of Paragraph 6.17.D.3);or ARTICLE 4 - AVAILABILITY OF LANDS; 3. Engineer's written interpretation or SUBSURFACE AND PHYSICAL CONDITIONS; clarification. HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier 4.01 Availability of Lands or other individual or entity performing or furnishing all of the Work under a direct or indirect contract with A. Owner shall furnish the Site. Owner shall Contractor,shall not: notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the 1. have or acquire any title to or ownership Site with which Contractor must comply in performing rights in any of the Drawings, Specifications, or the Work. Owner will obtain in a timely manner and pay other documents(or copies of any thereof)prepared by or for easements for permanent structures or permanent bearing the seal of Engineer or Engineer's consultants, changes in existing facilities. If Contractor and Owner are including electronic media editions;or unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or 2. reuse any of such Drawings, Specifications, Contract Times, or both, as a result of any delay in other documents, or copies thereof on extensions Owner's furnishing the Site or a part thereof, Contractor of the Project or any other project without written consent may make a Claim therefor as provided in Paragraph of Owner and Engineer and specific written verification 10.05. or adaption by Engineer. B. Upon reasonable written request, Owner shall B. The prohibition of this Paragraph 3.05 will furnish Contractor with a current statement of record legal survive final payment, or termination of the Contract. title and legal description of the lands upon which the Nothing herein shall preclude Contractor from retaining Work is to be performed and Owner's interest therein as copies of the Contract Documents for record purposes. necessary for giving notice of or filing a mechanic's or construction lien against such lands in accordance with 3.06 Electronic Data applicable Laws and Regulations. A. Copies of data furnished by Owner or C. Contractor shall provide for all additional Engineer to Contractor or Contractor to Owner or lands and access thereto that may be required for Engineer that may be relied upon are limited to the temporary construction facilities or storage of materials printed copies (also known as hard copies). Files in and equipment. electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-12 4.02 Subsurface and Physical Conditions 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally A. Reports and Drawings: The Supplementary recognized as inherent in work of the character providedbe Conditions identify: for in the Contract Documents; 1. those reports of explorations and tests of then Contractor shall, promptly after becoming aware subsurface conditions at or contiguous to the Site that thereof and before further disturbing the subsurface or Engineer has used in preparing the Contract Documents; physical conditions or performing any Work in connec- and tion therewith (except in an emergency as required by Paragraph 6.16.A),notify Owner and Engineer in writingiir2. those drawings of physical conditions in or about such condition. Contractor shall not further disturb relating to existing surface or subsurface structures at or such condition or perform any Work in connection contiguous to the Site (except Underground Facilities) therewith (except as aforesaid) until receipt of written that Engineer has used in preparing the Contract order to do so. Documents. B. Engineer's Review: After receipt of written B. Limited Reliance by Contractor on Technical notice as required by Paragraph 4.03.A, Engineer will iga Data Authorized: Contractor may rely upon the general promptly review the pertinent condition, determine the accuracy of the"technical data"contained in such reports necessity of Owner's obtaining additional exploration or and drawings, but such reports and drawings are not tests with respect thereto, and advise Owner in writing Contract Documents. Such "technical data" is identified with a copy to Contractor) of Engineer's findings and in the Supplementary Conditions.Except for such reliance conclusions. on such"technical data,"Contractor may not rely upon or make any claim against Owner or Engineer, or any of C.Possible Price and Times Adjustments their Related Entities with respect to: 1. The Contract Price or the Contract Times, or 1.the completeness of such reports and drawings both, will be equitably adjusted to the extent that the for Contractor's purposes, including, but not limited to, existence of such differing subsurface or physical lrr any aspects of the means, methods, techniques, condition causes an increase or decrease in Contractor's sequences, and procedures of construction to be employed cost of, or time required for, performance of the Work; by Contractor, and safety precautions and programs subject,however,to the following: incident thereto;or a. such condition must meet any one or more of 2. other data, interpretations, opinions, and the categories described in Paragraph 4.03.A; information contained in such reports or shown or and are indicated in such drawings;or b. with respect to Work that is paid for on a Unit 3. any Contractor interpretation of or conclusion Price Basis, any adjustment in Contract Price drawn from any "technical data" or any such other data, will be subject to the provisions of Paragraphs am interpretations,opinions,or information. 9.07 and 11.03. 4.03 Differing Subsurface or Physical Conditions 2. Contractor shall not be entitled to any adjustment in the Contract Price or Contract Times if: A.Notice:If Contractor believes that any subsur- face or physical condition at or contiguous to the Site that a. Contractor knew of the existence of such is uncovered or revealed either: conditions at the time Contractor made a final commitment to Owner with respect to Contract 1. is of such a nature as to establish that any Price and Contract Times by the submission of a technical data"on which Contractor is entitled to rely as Bid or becoming bound under a negotiated provided in Paragraph 4.02 is materially inaccurate;or contract;or it 2.is of such a nature as to require a change in the b. the existence of such condition could Contract Documents;or reasonably have been discovered or revealed as a result of any examination, investigation, explo- 3.differs materially from that shown or indicated ration, test, or study of the Site and contiguous in the Contract Documents;or areas required by the Bidding Requirements or Contract Documents to be conducted by or for Contractor prior to Contractor's making such final commitment;or aim EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-13 IYr 1 c. Contractor failed to give the written notice as promptly review the Underground Facility and determine required by Paragraph 4.03.A. the extent, if any, to which a change is required in the Contract Documents to reflect and document the 3. If Owner and Contractor are unable to agree consequences of the existence or location of the Under- on entitlement to or on the amount or extent, if any, of ground Facility. During such time, Contractor shall be any adjustment in the Contract Price or Contract Times, responsible for the safety and protection of such or both, a Claim may be made therefor as provided in Underground Facility. Paragraph 10.05. However, Owner and Engineer, and any of their Related Entities shall not be liable to Contractor 2. If Engineer concludes that a change in the for any claims, costs, losses, or damages (including but Contract Documents is required, a Work Change not limited to all fees and charges of engineers,architects, Directive or a Change Order will be issued to reflect and attorneys, and other professionals and all court or document such consequences. An equitable adjustment arbitration or other dispute resolution costs) sustained by shall be made in the Contract Price or Contract Times, or Contractor on or in connection with any other project or both, to the extent that they are attributable to the anticipated project. existence or location of any Underground Facility that was not shown or indicated or not shown or indicated 4.04 Underground Facilities with reasonable accuracy in the Contract Documents and that Contractor did not know of and could not reasonably A.Shown or Indicated:The information and data have been expected to be aware of or to have anticipated. shown or indicated in the Contract Documents with If Owner and Contractor are unable to agree on respect to existing Underground Facilities at or entitlement to or on the amount or extent, if any, of any contiguous to the Site is based on information and data such adjustment in Contract Price or Contract Times, furnished to Owner or Engineer by the owners of such Owner or Contractor may make a Claim therefor as Underground Facilities, including Owner, or by others. provided in Paragraph 10.05. Unless it is otherwise expressly provided in the Sup- plementary Conditions: 4.05 Reference Points 1. Owner and Engineer shall not be responsible A. Owner shall provide engineering surveys to for the accuracy or completeness of any such information establish reference points for construction which in or data;and Engineer's judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible 2. the cost of all of the following will be for laying out the Work, shall protect and preserve the included in the Contract Price, and Contractor shall have established reference points and property monuments,and full responsibility for: shall make no changes or relocations without the prior written approval of Owner. Contractor shall report to a. reviewing and checking all such information Engineer whenever any reference point or property and data, monument is lost or destroyed or requires relocation because of necessary changes in grades or locations, and b. locating all Underground Facilities shown or shall be responsible for the accurate replacement or indicated in the Contract Documents, relocation of such reference points or property monuments by professionally qualified personnel. c. coordination of the Work with the owners of such Underground Facilities, including Owner, 4.06 Hazardous Environmental Condition at Site during construction,and A. Reports and Drawings: Reference is made to d. the safety and protection of all such Under- the Supplementary Conditions for the identification of ground Facilities and repairing any damage those reports and drawings relating to a Hazardous thereto resulting from the Work. Environmental Condition identified at the Site,if any,that have been utilized by the Engineer in the preparation of B.Not Shown or Indicated the Contract Documents. 1. If an Underground Facility is uncovered or B. Limited Reliance by Contractor on Technical revealed at or contiguous to the Site which was not shown Data Authorized: Contractor may rely upon the general or indicated, or not shown or indicated with reasonable accuracy of the"technical data"contained in such reports accuracy in the Contract Documents, Contractor shall, and drawings, but such reports and drawings are not promptly after becoming aware thereof and before further Contract Documents. Such "technical data" is identified disturbing conditions affected thereby or performing any in the Supplementary Conditions.Except for such reliance Work in connection therewith (except in an emergency as on such"technical data,"Contractor may not rely upon or required by Paragraph 6.16.A),identify the owner of such make any claim against Owner or Engineer, or any of Underground Facility and give written notice to that their Related Entities with respect to: owner and to Owner and Engineer. Engineer will EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-14 1.the completeness of such reports and drawings entitlement to or on the amount or extent, if any, of an for Contractor's purposes, including, but not limited to, adjustment in Contract Price or Contract Times as a result any aspects of the means,methods,techniques, sequences of deleting such portion of the Work, then either party and procedures of construction to be employed by may make a Claim therefor as provided in Paragraph Contractor and safety precautions and programs incident 10.05. Owner may have such deleted portion of the Work thereto;or performed by Owner's own forces or others in accordance with Article 7. 2. other data, interpretations, opinions and information contained in such reports or shown or G. To the fullest extent permitted by Laws and indicated in such drawings;or Regulations, Owner shall indemnify and hold harmless Contractor, Subcontractors, and Engineer, and the 3. any Contractor interpretation of or conclusion officers, directors, partners, employees, agents, drawn from any "technical data" or any such other data, consultants, and subcontractors of each and any of them is interpretations,opinions or information. from and against all claims, costs, losses, and damages including but not limited to all fees and charges of C. Contractor shall not be responsible for any engineers, architects, attorneys, and other professionals Hazardous Environmental Condition uncovered or re- and all court or arbitration or other dispute resolution vealed at the Site which was not shown or indicated in costs) arising out of or relating to a Hazardous Drawings or Specifications or identified in the Contract Environmental Condition, provided that such Hazardous Documents to be within the scope of the Work. Environmental Condition: (i) was not shown or indicated Contractor shall be responsible for a Hazardous in the Drawings or Specifications or identified in the Environmental Condition created with any materials Contract Documents to be included within the scope of brought to the Site by Contractor, Subcontractors, the Work, and (ii) was not created by Contractor or by Suppliers, or anyone else for whom Contractor is anyone for whom Contractor is responsible. Nothing in responsible. this Paragraph 4.06. G shall obligate Owner to indemnify any individual or entity from and against the conse- D. If Contractor encounters a Hazardous quences of that individual's or entity's own negligence. Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous H. To the fullest extent permitted by Laws and Environmental Condition, Contractor shall immediately: Regulations, Contractor shall indemnify and hold i) secure or otherwise isolate such condition; (ii) stop all harmless Owner and Engineer, and the officers, directors, Work in connection with such condition and in any area partners, employees, agents, consultants, and affected thereby (except in an emergency as required by subcontractors of each and any of them from and against Paragraph 6.16.A); and (iii) notify Owner and Engineer all claims, costs, losses, and damages (including but not and promptly thereafter confirm such notice in writing). limited to all fees and charges of engineers, architects, Owner shall promptly consult with Engineer concerning attorneys, and other professionals and all court or the necessity for Owner to retain a qualified expert to arbitration or other dispute resolution costs)arising out of evaluate such condition or take corrective action,if any. or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor E. Contractor shall not be required to resume is responsible. Nothing in this Paragraph 4.06.H shall Work in connection with such condition or in any affected obligate Contractor to indemnify any individual or entity area until after Owner has obtained any required permits from and against the consequences of that individual's or related thereto and delivered to Contractor written notice: entity's own negligence. i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work; or I. The provisions of Paragraphs 4.02, 4.03, and ii) specifying any special conditions under which such 4.04 do not apply to a Hazardous Environmental Work may be resumed safely. If Owner and Contractor Condition uncovered or revealed at the Site. cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stop- ARTICLE 5-BONDS AND INSURANCE page or such special conditions under which Work is agreed to be resumed by Contractor, either party may make a Claim therefor as provided in Paragraph 10.05. 5.01 Performance, Payment, and Other Bonds F. If after receipt of such written noticeP A. Contractor shall furnish performance and Contractor does not agree to resume such Work based on payment bonds, each in an amount at least equal to the a reasonable belief it is unsafe, or does not agree to Contract Price as security for the faithful performance and rs resume such Work under such special conditions, then payment of all of Contractor's obligations under the Owner may order the portion of the Work that is in the Contract Documents. These bonds shall remain in effect area affected by such condition to be deleted from the until one year after the date when final payment becomes Work. If Owner and Contractor cannot agree as to due or until completion of the correction period specified EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-15 I in Paragraph 13.07, whichever is later,except as provided from claims set forth below which may arise out of or otherwise by Laws or Regulations or by the Contract result from Contractor's performance of the Work and Documents. Contractor shall also furnish such other Contractor's other obligations under the Contract bonds as are required by the Contract Documents. Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or B. All bonds shall be in the form prescribed by indirectly employed by any of them to perform any of the the Contract Documents except as provided otherwise by Work, or by anyone for whose acts any of them may be Laws or Regulations, and shall be executed by such liable: sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties 1. claims under workers' compensation, on Federal Bonds and as Acceptable Reinsuring Compa- disability benefits, and other similar employee benefit vies" as published in Circular 570 (amended) by the acts; Financial Management Service,Surety Bond Branch,U.S. Department of the Treasury. All bonds signed by an agent 2. claims for damages because of bodily injury, must be accompanied by a certified copy of the agent's occupational sickness or disease, or death of Contractor's authority to act. employees; C. If the surety on any bond furnished by 3. claims for damages because of bodily injury, Contractor is declared bankrupt or becomes insolvent or sickness or disease, or death of any person other than its right to do business is terminated in any state where Contractor's employees; any part of the Project is located or it ceases to meet the requirements of Paragraph 5.01.B, Contractor shall 4. claims for damages insured by reasonably promptly notify Owner and Engineer and shall, within 20 available personal injury liability coverage which are sus- days after the event giving rise to such notification, tained: provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01.B and a.by any person as a result of an offense directly 5.02. or indirectly related to the employment of such person by Contractor,or 5.02 Licensed Sureties and Insurers b.by any other person for any other reason; A. All bonds and insurance required by the Contract Documents to be purchased and maintained by 5. claims for damages, other than to the Work Owner or Contractor shall be obtained from surety or itself, because of injury to or destruction of tangible insurance companies that are duly licensed or authorized property wherever located, including loss of use resulting in the jurisdiction in which the Project is located to issue therefrom;and bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall 6.claims for damages because of bodily injury or also meet such additional requirements and qualifications death of any person or property damage arising out of the as may be provided in the Supplementary Conditions. ownership,maintenance or use of any motor vehicle. 5.03 Certificates of Insurance B. The policies of insurance required by this Paragraph 5.04 shall: A. Contractor shall deliver to Owner,with copies to each additional insured identified in the Supplementary 1. with respect to insurance required by Conditions, certificates of insurance (and other evidence Paragraphs 5.04.A.3 through 5.04.A.6 inclusive, include of insurance requested by Owner or any other additional as additional insured (subject to any customary exclusion insured) which Contractor is required to purchase and regarding professional liability) Owner and Engineer, and maintain.any other individuals or entities identified in the Supple- mentary Conditions, all of whom shall be listed as addi- B. Owner shall deliver to Contractor,with copies tional insureds, and include coverage for the respective to each additional insured identified in the Supplementary officers, directors, partners, employees, agents, Conditions, certificates of insurance (and other evidence consultants and subcontractors of each and any of all such of insurance requested by Contractor or any other additional insureds, and the insurance afforded to these additional insured) which Owner is required to purchase additional insureds shall provide primary coverage for all and maintain. claims covered thereby; 5.04 Contractor's Liability Insurance 2. include at least the specific coverages and be written for not less than the limits of liability provided in A. Contractor shall purchase and maintain such the Supplementary Conditions or required by Laws or liability and other insurance as is appropriate for the Regulations,whichever is greater; Work being performed and as will provide protection EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-16 3.include completed operations insurance; 2. be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall 4. include contractual liability insurance at least include insurance for physical loss or damage to covering Contractor's indemnity obligations under the Work, temporary buildings, false work, and materials Paragraphs 6.11 and 6.20; and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, 5. contain a provision or endorsement that the extended coverage, theft, vandalism and malicious coverage afforded will not be canceled, materially mischief, earthquake, collapse, debris removal, changed or renewal refused until at least 30 days prior demolition occasioned by enforcement of Laws and written notice has been given to Owner and Contractor Regulations, water damage, (other than caused by flood) and to each other additional insured identified in the and such other perils or causes of loss as may be specifi- Supplementary Conditions to whom a certificate of cally required by the Supplementary Conditions; insurance has been issued (and the certificates of ire insurance furnished by the Contractor pursuant to 3. include expenses incurred in the repair or Paragraph 5.03 will so provide); replacement of any insured property (including but not limited to fees and charges of engineers and architects); 6. remain in effect at least until final payment and at all times thereafter when Contractor may be 4. cover materials and equipment stored at the correcting, removing, or replacing defective Work in Site or at another location that was agreed to in writing by accordance with Paragraph 13.07;and Owner prior to being incorporated in the Work, provided that such materials and equipment have been included in 7. with respect to completed operations insur- an Application for Payment recommended by Engineer; ance, and any insurance coverage written on a claims- made basis, remain in effect for at least two years after 5. allow for partial utilization of the Work by final payment. Owner; a. Contractor shall furnish Owner and each other 6.include testing and startup;and additional insured identified in the Supple- mentary Conditions, to whom a certificate of 7. be maintained in effect until final payment is insurance has been issued, evidence satisfactory made unless otherwise agreed to in writing by Owner, to Owner and any such additional insured of Contractor, and Engineer with 30 days written notice to continuation of such insurance at final payment each other additional insured to whom a certificate of are and one year thereafter. insurance has been issued. 5.05 Owner's Liability Insurance B. Owner shall purchase and maintain such boiler and machinery insurance or additional property A. In addition to the insurance required to be insurance as may be required by the Supplementary provided by Contractor under Paragraph 5.04, Owner, at Conditions or Laws and Regulations which will include Owner's option, may purchase and maintain at Owner's the interests of Owner, Contractor, Subcontractors, and expense Owner's own liability insurance as will protect Engineer, and any other individuals or entities identified Owner against claims which may arise from operations in the Supplementary Conditions, and the officers, under the Contract Documents.directors, partners, employees, agents, consultants and subcontractors of each and any of them, each of whom is 5.06 Property Insurance deemed to have an insurable interest and shall be listed as an insured or additional insured. A. Unless otherwise provided in the Supple- a• mentary Conditions, Owner shall purchase and maintain C. All the policies of insurance (and the certifi- property insurance upon the Work at the Site in the cates or other evidence thereof) required to be purchased amount of the full replacement cost thereof (subject to and maintained in accordance with Paragraph 5.06 will such deductible amounts as may be provided in the contain a provision or endorsement that the coverage11.1 Supplementary Conditions or required by Laws and afforded will not be canceled or materially changed or Regulations).This insurance shall: renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other 1. include the interests of Owner, Contractor, additional insured to whom a certificate of insurance has Subcontractors, and Engineer, and any other individuals been issued and will contain waiver provisions in accor- or entities identified in the Supplementary Conditions, dance with Paragraph 5.07. and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them, D. Owner shall not be responsible for purchasing each of whom is deemed to have an insurable interest and and maintaining any property insurance specified in this shall be listed as an insured or additional insured; Paragraph 5.06 to protect the interests of Contractor, Subcontractors, or others in the Work to the extent of any EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-17 imp deductible amounts that are identified in the Supple- 1. loss due to business interruption, loss of use, mentary Conditions. The risk of loss within such or other consequential loss extending beyond direct identified deductible amount will be borne by Contractor, physical loss or damage to Owner's property or the Work Subcontractors, or others suffering any such loss, and if caused by, arising out of, or resulting from fire or other any of them wishes property insurance coverage within perils whether or not insured by Owner;and the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. 2. loss or damage to the completed Project or part thereof caused by, arising out of, or resulting from E. If Contractor requests in writing that other fire or other insured peril or cause of loss covered by any special insurance be included in the property insurance property insurance maintained on the completed Project policies provided under Paragraph 5.06, Owner shall, if or part thereof by Owner during partial utilization possible, include such insurance, and the cost thereof will pursuant to Paragraph 14.05, after Substantial Completion be charged to Contractor by appropriate Change Order. pursuant to Paragraph 14.04, or after final payment Prior to commencement of the Work at the Site, Owner pursuant to Paragraph 14.07. shall in writing advise Contractor whether or not such other insurance has been procured by Owner. C. Any insurance policy maintained by Owner covering any loss, damage or consequential loss referred 5.07 Waiver of Rights to in Paragraph 5.07.B shall contain provisions to the effect that in the event of payment of any such loss, A. Owner and Contractor intend that all policies damage, or consequential loss, the insurers will have no purchased in accordance with Paragraph 5.06 will protect rights of recovery against Contractor, Subcontractors, or Owner, Contractor, Subcontractors, and Engineer, and all Engineer, and the officers, directors, partners, employees, other individuals or entities identified in the Supple- agents, consultants and subcontractors of each and any of mentary Conditions to be listed as insureds or additional them. insureds (and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of 5.08 Receipt and Application of Insurance Proceeds them) in such policies and will provide primary coverage for all losses and damages caused by the perils or causes A. Any insured loss under the policies of of loss covered thereby. All such policies shall contain insurance required by Paragraph 5.06 will be adjusted provisions to the effect that in the event of payment of with Owner and made payable to Owner as fiduciary for any loss or damage the insurers will have no rights of the insureds, as their interests may appear, subject to the recovery against any of the insureds or additional insureds requirements of any applicable mortgage clause and of thereunder.Owner and Contractor waive all rights against Paragraph 5.08.B. Owner shall deposit in a separate each other and their respective officers, directors, account any money so received and shall distribute it in partners, employees, agents, consultants and accordance with such agreement as the parties in interest subcontractors of each and any of them for all losses and may reach. If no other special agreement is reached, the damages caused by,arising out of or resulting from any of damaged Work shall be repaired or replaced, the moneys the perils or causes of loss covered by such policies and so received applied on account thereof,and the Work and any other property insurance applicable to the Work; and, the cost thereof covered by an appropriate Change Order. in addition, waive all such rights against Subcontractors, and Engineer, and all other individuals or entities B. Owner as fiduciary shall have power to adjust identified in the Supplementary Conditions to be listed as and settle any loss with the insurers unless one of the insured or additional insured (and the officers, directors, parties in interest shall object in writing within 15 days partners, employees, agents, consultants and after the occurrence of loss to Owner's exercise of this subcontractors of each and any of them) under such power. If such objection be made, Owner as fiduciary policies for losses and damages so caused. None of the shall make settlement with the insurers in accordance with above waivers shall extend to the rights that any party such agreement as the parties in interest may reach. If no making such waiver may have to the proceeds of such agreement among the parties in interest is reached, insurance held by Owner as trustee or otherwise payable Owner as fiduciary shall adjust and settle the loss with the under any policy so issued. insurers and, if required in writing by any party in interest,Owner as fiduciary shall give bond for the proper B. Owner waives all rights against Contractor, performance of such duties. Subcontractors, and Engineer, and the officers, directors, partners, employees, agents, consultants and 5.09 Acceptance of Bonds and Insurance; Option to subcontractors of each and any of them for: Replace A. If either Owner or Contractor has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the other party in accordance with Article 5 on the basis of non-conformance with the Contract EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-18 i. Documents, the objecting party shall so notify the other received from the superintendent shall be binding on party in writing within 10 days after receipt of the Contractor. certificates (or other evidence requested) required by Paragraph 2.01.B. Owner and Contractor shall each 6.02 Labor; Working Hours provide to the other such additional information in respect of insurance provided as the other may reasonably A. Contractor shall provide competent, suitably air request. If either party does not purchase or maintain all qualified personnel to survey and lay out the Work and of the bonds and insurance required of such party by the perform construction as required by the Contract Docu- Contract Documents, such party shall notify the other ments. Contractor shall at all times maintain good disci- party in writing of such failure to purchase prior to the pline and order at the Site. r" start of the Work, or of such failure to maintain prior to any change in the required coverage.Without prejudice to B. Except as otherwise required for the safety or any other right or remedy, the other party may elect to protection of persons or the Work or property at the Site ism obtain equivalent bonds or insurance to protect such other or adjacent thereto, and except as otherwise stated in the party's interests at the expense of the party who was Contract Documents, all Work at the Site shall be required to provide such coverage, and a Change Order performed during regular working hours. Contractor will shall be issued to adjust the Contract Price accordingly. not permit the performance of Work on a Saturday, Sunday, or any legal holiday without Owner's written 5.10 Partial Utilization, Acknowledgment of Property consent (which will not be unreasonably withheld) given Insurer after prior written notice to Engineer. lir A. If Owner finds it necessary to occupy or use a 6.03 Services,Materials, and Equipment portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph A. Unless otherwise specified in the Contract 14.05, no such use or occupancy shall commence before Documents, Contractor shall provide and assume fullint the insurers providing the property insurance pursuant to responsibility for all services,materials,equipment,labor, Paragraph 5.06 have acknowledged notice thereof and in transportation, construction equipment and machinery, writing effected any changes in coverage necessitated tools, appliances, fuel, power, light, heat, telephone, au. thereby. The insurers providing the property insurance water,sanitary facilities,temporary facilities,and all other shall consent by endorsement on the policy or policies, facilities and incidentals necessary for the performance, but the property insurance shall not be canceled or testing,start-up,and completion of the Work. permitted to lapse on account of any such partial use or ire occupancy.B. All materials and equipment incorporated into the Work shall be as specified or,if not specified, shall be of good quality and new, except as otherwise provided in i. ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of Owner. If required by Engineer, 6.01 Supervision and Superintendence Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and A. Contractor shall supervise, inspect, and direct quality of materials and equipment. the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as C. All materials and equipment shall be stored, may be necessary to perform the Work in accordance with applied, installed, connected, erected, protected, used, the Contract Documents. Contractor shall be solely cleaned, and conditioned in accordance with instructions responsible for the means, methods, techniques, of the applicable Supplier, except as otherwise may be Y. sequences, and procedures of construction. Contractor provided in the Contract Documents. shall not be responsible for the negligence of Owner or Engineer in the design or specification of a specific 6.04 Progress Schedule means, method, technique, sequence, or procedure of ire construction which is shown or indicated in and expressly A. Contractor shall adhere to the Progress required by the Contract Documents. Schedule established in accordance with Paragraph 2.07 as it may be adjusted from time to time as provided B. At all times during the progress of the Work, below. Contractor shall assign a competent resident superin- tendent who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. The superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communications given to or EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-19 I 1. Contractor shall submit to Engineer for acceptance (to the extent indicated in Paragraph 2.07) 2) it will conform substantially to the proposed adjustments in the Progress Schedule that will detailed requirements of the item named in the not result in changing the Contract Times. Such adjust- Contract Documents. ments will comply with any provisions of the General Re- quirements applicable thereto. 2. Substitute Items 2. Proposed adjustments in the Progress a. If in Engineer's sole discretion an item of Schedule that will change the Contract Times shall be material or equipment proposed by Contractor submitted in accordance with the requirements of Article does not qualify as an "or-equal" item under 12. Adjustments in Contract Times may only be made by Paragraph 6.05.A.1, it will be considered a a Change Order. proposed substitute item. 6.05 Substitutes and "Or-Equals" b. Contractor shall submit sufficient information as provided below to allow Engineer to A.Whenever an item of material or equipment is determine that the item of material or equipment specified or described in the Contract Documents by proposed is essentially equivalent to that named using the name of a proprietary item or the name of a and an acceptable substitute therefor. Requests particular Supplier, the specification or description is for review of proposed substitute items of intended to establish the type, function, appearance, and material or equipment will not be accepted by quality required. Unless the specification or description Engineer from anyone other than Contractor. contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is c. The requirements for review by Engineer will permitted, other items of material or equipment or be as set forth in Paragraph 6.05.A.2.d, as material or equipment of other Suppliers may be supplemented in the General Requirements and submitted to Engineer for review under the circumstances as Engineer may decide is appropriate under the described below. circumstances. 1. "Or-Equal" Items: If in Engineer's sole d. Contractor shall make written application to discretion an item of material or equipment proposed by Engineer for review of a proposed substitute item Contractor is functionally equal to that named and of material or equipment that Contractor seeks to sufficiently similar so that no change in related Work will furnish or use.The application: be required, it may be considered by Engineer as an or-equal"item,in which case review and approval of the 1) shall certify that the proposed substi- proposed item may, in Engineer's sole discretion, be tute item will: accomplished without compliance with some or all of the requirements for approval of proposed substitute items. a)perform adequately the functions and For the purposes of this Paragraph 6.05.A.1, a proposed achieve the results called for by the item of material or equipment will be considered general design, functionally equal to an item so named if: b) be similar in substance to that a. in the exercise of reasonable judgment specified,and Engineer determines that: c) be suited to the same use as that 1) it is at least equal in materials of specified; construction, quality, durability, appearance, strength,and design characteristics; 2)will state: 2) it will reliably perform at least a) the extent, if any,to which the use of equally well the function and achieve the results the proposed substitute item will preju- imposed by the design concept of the completed dice Contractor's achievement of Project as a functioning whole, Substantial Completion on time; 3)it has a proven record of performance b) whether or not use of the proposed I and availability of responsive service;and substitute item in the Work will require a change in any of the Contract Docu- b. Contractor certifies that, if approved and ments (or in the provisions of any other incorporated into the Work: direct contract with Owner for other work on the Project)to adapt the design 1) there will be no increase in cost to to the proposed substitute item;and the Owner or increase in Contract Times,and EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-20 i ii. c) whether or not incorporation or use Documents (or in the provisions of any other direct of the proposed substitute item in con- contract with Owner) resulting from the acceptance of nection with the Work is subject to each proposed substitute. payment of any license fee or royalty; F. Contractor's Expense: Contractor shall 3)will identify: provide all data in support of any proposed substitute or or-equal"at Contractor's expense. a) all variations of the proposed substitute item from that specified,and 6.06 Concerning Subcontractors, Suppliers, and Others has b) available engineering, sales, maintenance, repair, and replacement A. Contractor shall not employ any Subcon- services; tractor, Supplier, or other individual or entity (including those acceptable to Owner as indicated in Paragraph 4) and shall contain an itemized esti- 6.06.B), whether initially or as a replacement, against mate of all costs or credits that will result whom Owner may have reasonable objection. Contractor directly or indirectly from use of such substitute shall not be required to employ any Subcontractor, item, including costs of redesign and claims of Supplier, or other individual or entity to furnish or other contractors affected by any resulting perform any of the Work against whom Contractor has change,reasonable objection. is B. Substitute Construction Methods or Proce- B. If the Supplementary Conditions require the dures: If a specific means, method, technique, sequence, identity of certain Subcontractors, Suppliers, or other or procedure of construction is expressly required by the individuals or entities to be submitted to Owner in V Contract Documents, Contractor may furnish or utilize a advance for acceptance by Owner by a specified date substitute means, method, technique, sequence, or prior to the Effective Date of the Agreement, and if procedure of construction approved by Engineer. Contractor has submitted a list thereof in accordance with F Contractor shall submit sufficient information to allow the Supplementary Conditions, Owner's acceptance sr. Engineer, in Engineer's sole discretion, to determine that either in writing or by failing to make written objection the substitute proposed is equivalent to that expressly thereto by the date indicated for acceptance or objection called for by the Contract Documents. The requirements in the Bidding Documents or the Contract Documents)of for review by Engineer will be similar to those provided any such Subcontractor, Supplier, or other individual or in Paragraph 6.05.A.2. entity so identified may be revoked on the basis of reason- able objection after due investigation. Contractor shall C. Engineer's Evaluation: Engineer will be submit an acceptable replacement for the rejected allowed a reasonable time within which to evaluate each Subcontractor, Supplier, or other individual or entity, and proposal or submittal made pursuant to Paragraphs 6.05.A the Contract Price will be adjusted by the difference in the and 6.05.B. Engineer may require Contractor to furnish cost occasioned by such replacement, and an appropriate additional data about the proposed substitute item. Change Order will be issued.No acceptance by Owner of Engineer will be the sole judge of acceptability. No "or any such Subcontractor, Supplier, or other individual or equal" or substitute will be ordered, installed or utilized entity, whether initially or as a replacement, shall consti- until Engineer's review is complete, which will be tute a waiver of any right of Owner or Engineer to reject evidenced by either a Change Order for a substitute or an defective Work. approved Shop Drawing for an "or equal." Engineer will advise Contractor in writing of any negative C. Contractor shall be fully responsible to Owner determination. and Engineer for all acts and omissions of the Subcontractors, Suppliers, and other individuals or D. Special Guarantee: Owner may require entities performing or furnishing any of the Work just as Contractor to furnish at Contractor's expense a special Contractor is responsible for Contractor's own acts and performance guarantee or other surety with respect to any omissions.Nothing in the Contract Documents: 1w substitute. 1. shall create for the benefit of any such E. Engineer's Cost Reimbursement: Engineer Subcontractor, Supplier, or other individual or entity any ism will record Engineer's costs in evaluating a substitute contractual relationship between Owner or Engineer and proposed or submitted by Contractor pursuant to any such Subcontractor, Supplier or other individual or Paragraphs 6.05.A.2 and 6.05.B Whether or not Engineer entity,nor approves a substitute item so proposed or submitted by Contractor, Contractor shall reimburse Owner for the 2. shall anything in the Contract Documents charges of Engineer for evaluating each such proposed create any obligation on the part of Owner or substitute. Contractor shall also reimburse Owner for the Engineer to pay or to see to the payment of any moneys charges of Engineer for making changes in the Contract due any such Subcontractor, Supplier, or other individual EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright m 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-21 I or entity except as may otherwise be required by Laws B. To the fullest extent permitted by Laws and and Regulations.Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, D. Contractor shall be solely responsible for partners, employees, agents, consultants and scheduling and coordinating the Work of Subcontractors, subcontractors of each and any of them from and against Suppliers, and other individuals or entities performing or all claims, costs, losses, and damages (including but not furnishing any of the Work under a direct or indirect limited to all fees and charges of engineers, architects, contract with Contractor. attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of E. Contractor shall require all Subcontractors, or relating to any infringement of patent rights or Suppliers, and such other individuals or entities per- copyrights incident to the use in the performance of the forming or furnishing any of the Work to communicate Work or resulting from the incorporation in the Work of with Engineer through Contractor. any invention, design, process, product, or device not specified in the Contract Documents. F. The divisions and sections of the Specifica- tions and the identifications of any Drawings shall not 6.08 Permits control Contractor in dividing the Work among Subcon- tractors or Suppliers or delineating the Work to be A. Unless otherwise provided in the Supple- performed by any specific trade. mentary Conditions, Contractor shall obtain and pay for all construction permits and licenses. Owner shall assist G. All Work performed for Contractor by a Contractor, when necessary, in obtaining such permits Subcontractor or Supplier will be pursuant to an appro- and licenses. Contractor shall pay all governmental priate agreement between Contractor and the charges and inspection fees necessary for the prosecution Subcontractor or Supplier which specifically binds the of the Work which are applicable at the time of opening Subcontractor or Supplier to the applicable terms and of Bids, or, if there are no Bids, on the Effective Date of conditions of the Contract Documents for the benefit of the Agreement. Owner shall pay all charges of utility Owner and Engineer. Whenever any such agreement is owners for connections for providing permanent service with a Subcontractor or Supplier who is listed as an to the Work. additional insured on the property insurance provided in Paragraph 5.06, the agreement between the Contractor 6.09 Laws and Regulations and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights A. Contractor shall give all notices required by11 against Owner, Contractor, and Engineer„ and all other and shall comply with all Laws and Regulations applica- individuals or entities identified in the Supplementary ble to the performance of the Work. Except where Conditions to be listed as insureds or additional insureds otherwise expressly required by applicable Laws and and the officers, directors, partners, employees, agents, Regulations, neither Owner nor Engineer shall be consultants and subcontractors of each and any of them) responsible for monitoring Contractor's compliance with for all losses and damages caused by, arising out of, any Laws or Regulations. relating to, or resulting from any of the perils or causes of loss covered by such policies and any other property B. If Contractor performs any Work knowing or insurance applicable to the Work. If the insurers on any having reason to know that it is contrary to Laws or such policies require separate waiver forms to be signed Regulations, Contractor shall bear all claims, costs, by any Subcontractor or Supplier, Contractor will obtain losses, and damages (including but not limited to all fees the same.and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute 6.07 Patent Fees and Royalties resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's primary A. Contractor shall pay all license fees and responsibility to make certain that the Specifications and royalties and assume all costs incident to the use in the Drawings are in accordance with Laws and Regulations, performance of the Work or the incorporation in the Work but this shall not relieve Contractor of Contractor's of any invention, design, process, product, or device obligations under Paragraph 3.03. which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, C. Changes in Laws or Regulations not known at or device is specified in the Contract Documents for use the time of opening of Bids (or, on the Effective Date of in the performance of the Work and if to the actual the Agreement if there were no Bids)having an effect on knowledge of Owner or Engineer its use is subject to the cost or time of performance of the Work shall be the patent rights or copyrights calling for the payment of any subject of an adjustment in Contract Price or Contract license fee or royalty to others, the existence of such Times. If Owner and Contractor are unable to agree on rights shall be disclosed by Owner in the Contract entitlement to or on the amount or extent, if any, of any Documents. such adjustment, a Claim may be made therefor as provided in Paragraph 10.05. EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-22 D. Loading Structures: Contractor shall not load 6.10 Taxes nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall A. Contractor shall pay all sales, consumer, use, Contractor subject any part of the Work or adjacent and other similar taxes required to be paid by Contractor property to stresses or pressures that will endanger it. in accordance with the Laws and Regulations of the place of the Project which are applicable during the 6.12 Record Documents performance of the Work. A. Contractor shall maintain in a safe place at the 6.11 Use of Site and Other Areas Site one record copy of all Drawings, Specifications, lir Addenda, Change Orders,Work Change Directives, Field A. Limitation on Use of Site and Other Areas Orders, and written interpretations and clarifications in good order and annotated to show changes made during 1. Contractor shall confine construction equip- construction. These record documents together with all ment, the storage of materials and equipment, and the approved Samples and a counterpart of all approved Shop operations of workers to the Site and other areas Drawings will be available to Engineer for reference. permitted by Laws and Regulations, and shall not Upon completion of the Work, these record documents, ire unreasonably encumber the Site and other areas with Samples, and Shop Drawings will be delivered to Engi- construction equipment or other materials or equipment. neer for Owner. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or 6.13 Safety and Protection occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precau- 2. Should any claim be made by any such owner tions and programs in connection with the Work.ilm or occupant because of the performance of the Work, Contractor shall take all necessary precautions for the Contractor shall promptly settle with such other party by safety of, and shall provide the necessary protection to negotiation or otherwise resolve the claim by arbitration prevent damage,injury or loss to: iL. or other dispute resolution proceeding or at law. 1. all persons on the Site or who may be affected 3. To the fullest extent permitted by Laws and by the Work; Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, 2. all the Work and materials and equipment to partners, employees, agents, consultants and be incorporated therein, whether in storage on or off the subcontractors of each and any of them from and against Site;and lir all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, 3. other property at the Site or adjacent thereto, attorneys, and other professionals and all court or including trees, shrubs, lawns, walks, pavements, arbitration or other dispute resolution costs) arising out of roadways, structures, utilities, and Underground Facilities ire or relating to any claim or action, legal or equitable, not designated for removal, relocation, or replacement in brought by any such owner or occupant against Owner, the course of construction. Engineer, or any other party indemnified hereunder to the extent caused by or based upon Contractor's performance B. Contractor shall comply with all applicableire of the Work. Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from B.Removal of Debris During Performance of the damage, injury, or loss; and shall erect and maintain all Work: During the progress of the Work Contractor shall necessary safeguards for such safety and protection. keep the Site and other areas free from accumulations of Contractor shall notify owners of adjacent property and of waste materials, rubbish, and other debris. Removal and Underground Facilities and other utility owners when disposal of such waste materials,rubbish,and other debris prosecution of the Work may affect them, and shall shall conform to applicable Laws and Regulations. cooperate with them in the protection, removal, relocation,and replacement of their property. C. Cleaning: Prior to Substantial Completion of the Work Contractor shall clean the Site and the Work C. All damage, injury, or loss to any property and make it ready for utilization by Owner. At the com- referred to in Paragraph 6.13.A.2 or 6.13.A.3 caused, pletion of the Work Contractor shall remove from the Site directly or indirectly, in whole or in part, by Contractor, all tools, appliances, construction equipment and any Subcontractor, Supplier, or any other individual or machinery, and surplus materials and shall restore to entity directly or indirectly employed by any of them to original condition all property not designated for perform any of the Work,or anyone for whose acts any of alteration by the Contract Documents.them may be liable, shall be remedied by Contractor except damage or loss attributable to the fault of Draw- EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-23 rr I ings or Specifications or to the acts or omissions of b. Data shown on the Shop Drawings will be Owner or Engineer or , or anyone employed by any of complete with respect to quantities, dimensions, them, or anyone for whose acts any of them may be specified performance and design criteria, liable,and not attributable,directly or indirectly, in whole materials, and similar data to show Engineer the or in part, to the fault or negligence of Contractor or any services, materials, and equipment Contractor Subcontractor, Supplier, or other individual or entity proposes to provide and to enable Engineer to directly or indirectly employed by any of them). review the information for the limited purposes required by Paragraph 6.17.D. D. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until 2. Samples: Contractor shall also submit such time as all the Work is completed and Engineer has Samples to Engineer for review and approval in accor- issued a notice to Owner and Contractor in accordance dance with the acceptable schedule of Shop Drawings and with Paragraph 14.07.B that the Work is acceptable Sample submittals. except as otherwise expressly provided in connection with Substantial Completion). a. Submit number of Samples specified in the Specifications. 6.14 Safety Representative b. Clearly identify each Sample as to material, A. Contractor shall designate a qualified and Supplier,pertinent data such as catalog numbers, experienced safety representative at the Site whose duties the use for which intended and other data as and responsibilities shall be the prevention of accidents Engineer may require to enable Engineer to and the maintaining and supervising of safety precautions review the submittal for the limited purposes and programs. required by Paragraph 6.17.D. 6.15 Hazard Communication Programs B.Where a Shop Drawing or Sample is required 1 by the Contract Documents or the Schedule of Submittals A. Contractor shall be responsible for coordi- any related Work performed prior to Engineer's review nating any exchange of material safety data sheets or and approval of the pertinent submittal will be at the sole other hazard communication information required to be expense and responsibility of Contractor. made available to or exchanged between or among employers at the Site in accordance with Laws or C. Submittal Procedures Regulations. 1. Before submitting each Shop Drawing or 6.16 Emergencies Sample,Contractor shall have determined and verified: A. In emergencies affecting the safety or protec- a. all field measurements,quantities,dimensions, 1 tion of persons or the Work or property at the Site or specified performance and design criteria, adjacent thereto, Contractor is obligated to act to prevent installation requirements, materials, catalog threatened damage, injury, or loss. Contractor shall give numbers, and similar information with respect Engineer prompt written notice if Contractor believes that thereto; any significant changes in the Work or variations from the Contract Documents have been caused thereby or are b. the suitability of all materials with respect to required as a result thereof. If Engineer determines that a intended use, fabrication, shipping, handling, change in the Contract Documents is required because of storage, assembly, and installation pertaining to the action taken by Contractor in response to such an the performance of the Work; emergency, a Work Change Directive or Change Order will be issued. c. all information relative to Contractor's responsibilities for means, methods, techniques, 6.17 Shop Drawings and Samples sequences, and procedures of construction, and safety precautions and programs incident thereto; A. Contractor shall submit Shop Drawings and and Samples to Engineer for review and approval in accor- dance with the acceptable Schedule of Submittals (as d. shall also have reviewed and coordinated each required by Paragraph 2.07). Each submittal will be Shop Drawing or Sample with other Shop identified as Engineer may require. Drawings and Samples and with the requirements of the Work and the Contract 1. Shop Drawings Documents. 1 a. Submit number of copies specified in the 2. Each submittal shall bear a stamp or specific General Requirements. written certification that Contractor has satisfied Contractor's obligations under the Contract Documents EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-24 with respect to Contractor's review and approval of that disagreements with Owner. No Work shall be delayed or submittal.postponed pending resolution of any disputes or disagreements, except as permitted by Paragraph 15.04 or 3. With each submittal, Contractor shall give as Owner and Contractor may otherwise agree in writing. Engineer specific written notice of any variations, that the Shop Drawing or Sample may have from the requirements 6.19 Contractor's General Warranty and Guarantee ins of the Contract Documents. This notice shall be both a written communication separate from the Shop Drawing's A. Contractor warrants and guarantees to Owner or Sample Submittal; and, in addition, by a specific that all Work will be in accordance with the Contract notation made on each Shop Drawing or Sample submit- Documents and will not be defective. Engineer and its tin ted to Engineer for review and approval of each such Related Entities shall be entitled to rely on representation variation.of Contractor's warranty and guarantee. ire D.Engineer's Review B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. Engineer will provide timely review of Shop Drawings and Samples in accordance with the Schedule 1. abuse, modification, or improper maintenance of Submittals acceptable to Engineer. Engineer's review or operation by persons other than Contractor, Sub- and approval will be only to determine if the items contractors, Suppliers,or any other individual or entity for covered by the submittals will, after installation or whom Contractor is responsible; or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with 2.normal wear and tear under normal usage. the design concept of the completed Project as a functioning whole as indicated by the Contract Docu- C. Contractor's obligation to perform and ments. complete the Work in accordance with the Contract Documents shall be absolute. None of the following will 2. Engineer's review and approval will not constitute an acceptance of Work that is not in accordance extend to means, methods, techniques, sequences, or with the Contract Documents or a release of Contractor's procedures of construction (except where a particular obligation to perform the Work in accordance with the means,method,technique, sequence,or procedure of con- Contract Documents: struction is specifically and expressly called for by the Contract Documents)or to safety precautions or programs 1. observations by Engineer; incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in 2. recommendation by Engineer or payment by which the item functions. Owner of any progress or final payment; it 3. Engineer's review and approval shall not 3. the issuance of a certificate of Substantial relieve Contractor from responsibility for any variation Completion by Engineer or any payment related thereto from the requirements of the Contract Documents unless by Owner; 1110 Contractor has complied with the requirements of Paragraph 6.17.C.3 and Engineer has given written 4. use or occupancy of the Work or any part approval of each such variation by specific written thereof by Owner; notation thereof incorporated in or accompanying the Shop Drawing or Sample.Engineer's review and approval 5.any review and approval of a Shop Drawing or shall not relieve Contractor from responsibility for Sample submittal or the issuance of a notice of acceptabil- complying with the requirements of Paragraph 6.17.C.1. ity by Engineer; fir E.Resubmittal Procedures 6.any inspection,test,or approval by others;or 1. Contractor shall make corrections required by 7.any correction of defective Work by Owner. in. Engineer and shall return the required number of cor- rected copies of Shop Drawings and submit, as required, 6.20 Indemnification new Samples for review and approval. Contractor shall q. direct specific attention in writing to revisions other than A. To the fullest extent permitted by Laws and the corrections called for by Engineer on previous Regulations, Contractor shall indemnify and hold submittals. harmless Owner and Engineer, and the officers, directors, partners, employees, agents, consultants and 6.18 Continuing the Work subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not A.Contractor shall carry on the Work and adhere limited to all fees and charges of engineers, architects, to the Progress Schedule during all disputes or attorneys, and other professionals and all court or EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-25 I arbitration or other dispute resolution costs) arising out of shall appear on all drawings, calculations, specifications, or relating to the performance of the Work, provided that certifications, Shop Drawings and other submittals any such claim, cost, loss, or damage is attributable to prepared by such professional. Shop Drawings and other bodily injury,sickness,disease,or death,or to injury to or submittals related to the Work designed or certified by destruction of tangible property (other than the Work such professional, if prepared by others, shall bear such itself), including the loss of use resulting therefrom but professional's written approval when submitted to only to the extent caused by any negligent act or omission Engineer. of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any C. Owner and Engineer shall be entitled to rely of them to perform any of the Work or anyone for whose upon the adequacy, accuracy and completeness of the acts any of them may be liable.services, certifications or approvals performed by such design professionals, provided Owner and Engineer have B. In any and all claims against Owner or specified to Contractor all performance and design criteria Engineer or any of their respective consultants, agents, that such services must satisfy. officers,directors,partners, or employees by any employ- ee (or the survivor or personal representative of such D. Pursuant to this Paragraph 6.21, Engineer's employee) of Contractor, any Subcontractor, any review and approval of design calculations and design Supplier, or any individual or entity directly or indirectly drawings will be only for the limited purpose of checking employed by any of them to perform any of the Work, or for conformance with performance and design criteria anyone for whose acts any of them may be liable, the given and the design concept expressed in the Contract indemnification obligation under Paragraph 6.20.A shall Documents. Engineer's review and approval of Shop not be limited in any way by any limitation on the amount Drawings and other submittals(except design calculations or type of damages,compensation, or benefits payable by and design drawings) will be only for the purpose stated or for Contractor or any such Subcontractor, Supplier, or in Paragraph 6.17.D.1. other individual or entity under workers' compensation acts, disability benefit acts, or other employee benefit E. Contractor shall not be responsible for the acts. adequacy of the performance or design criteria required by the Contract Documents. C. The indemnification obligations of Contractor under Paragraph 6.20.A shall not extend to the liability of Engineer and Engineer's officers, directors, partners, ARTICLE 7-OTHER WORK AT THE SITE employees, agents, consultants and subcontractors arising out of: 7.01 Related Work at Site 1.the preparation or approval of,or the failure to prepare or approve, maps, Drawings, opinions, reports, A. Owner may perform other work related to the surveys,Change Orders,designs,or Specifications; or Project at the Site with Owner's employees, or via other direct contracts therefor,or have other work performed by 2. giving directions or instructions, or failing to utility owners. If such other work is not noted in the Con- give them, if that is the primary cause of the injury or tract Documents,then: damage. 1. written notice thereof will be given to 6.21 Delegation of Professional Design Services Contractor prior to starting any such other work;and A. Contractor will not be required to provide 2. if Owner and Contractor are unable to agree professional design services unless such services are on entitlement to or on the amount or extent, if any, of specifically required by the Contract Documents for a any adjustment in the Contract Price or Contract Times portion of the Work or unless such services are required that should be allowed as a result of such other work, a to carry out Contractor's responsibilities for construction Claim may be made therefor as provided in Paragraph means, methods, techniques, sequences and procedures. 10.05. Contractor shall not be required to provide professional services in violation of applicable law. B. Contractor shall afford each other contractor who is a party to such a direct contract,each utility owner B. If professional design services or and Owner, if Owner is performing other work with certifications by a design professional related to systems, Owner's employees, proper and safe access to the Site, a materials or equipment are specifically required of reasonable opportunity for the introduction and storage of Contractor by the Contract Documents, Owner and materials and equipment and the execution of such other Engineer will specify all performance and design criteria work, and shall properly coordinate the Work with theirs. that such services must satisfy. Contractor shall cause Contractor shall do all cutting, fitting,and patching of the s such services or certifications to be provided by a Work that may be required to properly connect or properly licensed professional, whose signature and seal otherwise make its several parts come together and EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-26 properly integrate with such other work. Contractor shall ARTICLE 8-OWNER'S RESPONSIBILITIES not endanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written consent of Engineer and the 8.01 Communications to Contractor others whose work will be affected. The duties and responsibilities of Contractor under this Paragraph are for A. Except as otherwise provided in these General Ire the benefit of such utility owners and other contractors to Conditions, Owner shall issue all communications to the extent that there are comparable provisions for the Contractor through Engineer. benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors.8.02 Replacement of Engineerair C. If the proper execution or results of any part A. In case of termination of the employment of of Contractor's Work depends upon work performed by Engineer, Owner shall appoint an engineer to whom others under this Article 7, Contractor shall inspect such Contractor makes no reasonable objection, whose status other work and promptly report to Engineer in writing any under the Contract Documents shall be that of the former delays, defects, or deficiencies in such other work that Engineer. render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's 8.03 Furnish Data failure to so report will constitute an acceptance of such other work as fit and proper for integration with A. Owner shall promptly furnish the data Contractor's Work except for latent defects and required of Owner under the Contract Documents. deficiencies in such other work. 8.04 Pay When Due 7.02 Coordination A. Owner shall make payments to Contractor A. If Owner intends to contract with others for when they are due as provided in Paragraphs 14.02.0 and the performance of other work on the Project at the Site, 14.07.C. the following will be set forth in Supplementary Condi- tions: 8.05 Lands and Easements;Reports and Tests 1. the individual or entity who will have A. Owner's duties in respect of providing lands authority and responsibility for coordination of the and easements and providing engineering surveys to activities amongthe various contractors will be identified;establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to Owner's identifying 2. the specific matters to be covered by such and making available to Contractor copies of reports of authority and responsibility will be itemized;and explorations and tests of subsurface conditions and drawings of physical conditions in or relating to existing 3. the extent of such authority and responsibili- surface or subsurface structures at or contiguous to the ties will be provided. Site that have been utilized by Engineer in preparing the Contract Documents. B. Unless otherwise provided in the Supplementary Conditions, Owner shall have sole 8.06 Insurance authority and responsibility for such coordination.ire A. Owner's responsibilities, if any, in respect to 7.03 Legal Relationships purchasing and maintaining liability and property insur- ance are set forth in Article 5. A.Paragraphs 7.01.A and 7.02 are not applicable for utilities not under the control of Owner. 8.07 Change Orders B. Each other direct contract of Owner under A. Owner is obligated to execute Change Orders Paragraph 7.01.A shall provide that the other contractor is as indicated in Paragraph 10.03. liable to Owner and Contractor for the reasonable direct delay and disruption costs incurred by Contractor as a 8.08 Inspections, Tests, and Approvals result of the other contractor's actions or inactions. A. Owner's responsibility in respect to certain C. Contractor shall be liable to Owner and any inspections, tests, and approvals is set forth in Paragraph other contractor for the reasonable direct delay and 13.03.B. Eli disruption costs incurred by such other contractor as a result of Contractor's action or inactions. EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-27 In I 8.09 Limitations on Owner's Responsibilities Owner informed of the progress of the Work and will endeavor to guard Owner against defective Work. A. The Owner shall not supervise,direct,or have control or authority over, nor be responsible for, B. Engineer's visits and observations are subject Contractor's means, methods, techniques, sequences, or to all the limitations on Engineer's authority and procedures of construction, or the safety precautions and responsibility set forth in Paragraph 9.09.Particularly,but programs incident thereto, or for any failure of Contractor without limitation, during or as a result of Engineer's to comply with Laws and Regulations applicable to the visits or observations of Contractor's Work Engineer will performance of the Work. Owner will not be responsible not supervise, direct,control, or have authority over or be for Contractor's failure to perform the Work in responsible for Contractor's means, methods, techniques, accordance with the Contract Documents. sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any 8.10 Undisclosed Hazardous Environmental failure of Contractor to comply with Laws and Condition Regulations applicable to the performance of the Work. A. Owner's responsibility in respect to an undis- 9.03 Project Representative closed Hazardous Environmental Condition is set forth in Paragraph 4.06. A. If Owner and Engineer agree, Engineer will furnish a Resident Project Representative to assist 8.11 Evidence of Financial Arrangements Engineer in providing more extensive observation of the Work. The authority and responsibilities of any such A. If and to the extent Owner has agreed to Resident Project Representative and assistants will be as furnish Contractor reasonable evidence that financial provided in the Supplementary Conditions, and arrangements have been made to satisfy Owner's limitations on the responsibilities thereof will be as obligations under the Contract Documents, Owner's provided in Paragraph 9.09. If Owner designates another responsibility in respect thereof will be as set forth in the representative or agent to represent Owner at the Site who Supplementary Conditions. is not Engineer's consultant, agent or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the ARTICLE 9 - ENGINEER'S STATUS DURING Supplementary Conditions. CONSTRUCTION 9.04 Authorized Variations in Work 9.01 Owner's Representative A. Engineer may authorize minor variations in the Work from the requirements of the Contract A. Engineer will be Owner's representative Documents which do not involve an adjustment in the during the construction period. The duties and responsi- Contract Price or the Contract Times and are compatible bilities and the limitations of authority of Engineer as with the design concept of the completed Project as a Owner's representative during construction are set forth functioning whole as indicated by the Contract Docu- in the Contract Documents and will not be changed ments. These may be accomplished by a Field Order and without written consent of Owner and Engineer. will be binding on Owner and also on Contractor, who shall perform the Work involved promptly. If Owner or 9.02 Visits to Site Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times, or A. Engineer will make visits to the Site at inter- both, and the parties are unable to agree on entitlement to vals appropriate to the various stages of construction as or on the amount or extent,if any,of any such adjustment Engineer deems necessary in order to observe as an a Claim may be made therefor as provided in Paragraph experienced and qualified design professional the 10.05. progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on 9.05 Rejecting Defective Work information obtained during such visits and observations, Engineer, for the benefit of Owner, will determine, in A. Engineer will have authority to reject Work general,if the Work is proceeding in accordance with the which Engineer believes to be defective, or that Engineer Contract Documents. Engineer will not be required to believes will not produce a completed Project that make exhaustive or continuous inspections on the Site to conforms to the Contract Documents or that will prejudice check the quality or quantity of the Work. Engineer's the integrity of the design concept of the completed efforts will be directed toward providing for Owner a Project as a functioning whole as indicated by the greater degree of confidence that the completed Work will Contract Documents. Engineer will also have authority to conform generally to the Contract Documents. On the require special inspection or testing of the Work as basis of such visits and observations, Engineer will keep provided in Paragraph 13.04, whether or not the Work is fabricated,installed,or completed. EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-28 tie partiality to Owner or Contractor and will not be liable in 9.06 Shop Drawings, Change Orders and Payments connection with any interpretation or decision rendered in good faith in such capacity. A. In connection with Engineer's authority, and limitations thereof,as to Shop Drawings and Samples, see 9.09 Limitations on Engineer's Authority and Paragraph 6.17. Responsibilities it B. In connection with Engineer's authority, and A. Neither Engineer's authority or responsibility limitations thereof, as to design calculations and design under this Article 9 or under any other provision of the drawings submitted in response to a delegation of Contract Documents nor any decision made by Engineer professional design services,if any,see Paragraph 6.21. in good faith either to exercise or not exercise such authority or responsibility or the undertaking,exercise, or C. In connection with Engineer's authority as to performance of any authority or responsibility by Change Orders, see Articles 10, 11,and 12. Engineer shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by Engineer to D. In connection with Engineer's authority as to Contractor, any Subcontractor, any Supplier, any other Applications for Payment,see Article 14. individual or entity, or to any surety for or employee or 1r. agent of any of them. 9.07 Determinations for Unit Price Work B. Engineer will not supervise,direct, control, or A. Engineer will determine the actual quantities have authority over or be responsible for Contractor's and classifications of Unit Price Work performed by means, methods, techniques, sequences, or procedures of Contractor. Engineer will review with Contractor the construction, or the safety precautions and programs Engineer's preliminary determinations on such matters incident thereto, or for any failure of Contractor to fir before rendering a written decision thereon (by comply with Laws and Regulations applicable to the recommendation of an Application for Payment or performance of the Work. Engineer will not be respon- otherwise). Engineer's written decision thereon will be sible for Contractor's failure to perform the Work in final and binding (except as modified by Engineer to accordance with the Contract Documents. Irr reflect changed factual conditions or more accurate data) upon Owner and Contractor, subject to the provisions of C. Engineer will not be responsible for the acts Paragraph 10.05.or omissions of Contractor or of any Subcontractor, any Supplier, or of any other individual or entity performing 9.08 Decisions on Requirements of Contract any of the Work. Documents and Acceptability of Work D. Engineer's review of the final Application for A. Engineer will be the initial interpreter of the Payment and accompanying documentation and all requirements of the Contract Documents and judge of the maintenance and operating instructions, schedules, acceptability of the Work thereunder. All matters in guarantees, bonds, certificates of inspection, tests and question and other matters between Owner and Contractor approvals, and other documentation required to be arising prior to the date final payment is due relating to delivered by Paragraph 14.07.A will only be to determine the acceptability of the Work,and the interpretation of the generally that their content complies with the require- requirements of the Contract Documents pertaining to the ments of, and in the case of certificates of inspections, performance of the Work, will be referred initially to tests, and approvals that the results certified indicate Engineer in writing within 30 days of the event giving rise compliance with the Contract Documents. to the question E. The limitations upon authority and responsi- w B. Engineer will, with reasonable promptness, bility set forth in this Paragraph 9.09 shall also apply to, render a written decision on the issue referred. If Owner the Resident Project Representative,if any,and assistants, or Contractor believe that any such decision entitles them if any. to an adjustment in the Contract Price or Contract Times or both, a Claim may be made under Paragraph 10.05. The date of Engineer's decision shall be the date of the ARTICLE 10-CHANGES IN THE WORK;CLAIMS event giving rise to the issues referenced for the purposes L of Paragraph 10.05.B. 10.01 Authorized Changes in the Work C. Engineer's written decision on the issue referred will be final and binding on Owner and A. Without invalidating the Contract and without Contractor,subject to the provisions of Paragraph 10.05. notice to any surety,Owner may,at any time or from time to time, order additions, deletions, or revisions in the D. When functioning as interpreter and judge Work by a Change Order, or a Work Change Directive. under this Paragraph 9.08, Engineer will not show Upon receipt of any such document, Contractor shall EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-29 promptly proceed with the Work involved which will be 10.05 Claims performed under the applicable conditions of the Contract Documents(except as otherwise specifically provided). A. Engineer's Decision Required: All Claims, except those waived pursuant to Paragraph 14.09, shall be B. If Owner and Contractor are unable to agree referred to the Engineer for decision. A decision by on entitlement to,or on the amount or extent,if any, of an Engineer shall be required as a condition precedent to any adjustment in the Contract Price or Contract Times, or exercise by Owner or Contractor of any rights or remedies both,that should be allowed as a result of a Work Change either may otherwise have under the Contract Documents Directive, a Claim may be made therefor as provided in or by Laws and Regulations in respect of such Claims. Paragraph 10.05. B. Notice: Written notice stating the general 10.02 Unauthorized Changes in the Work nature of each Claim, shall be delivered by the claimant to Engineer and the other party to the Contract promptly(but A.Contractor shall not be entitled to an increase in no event later than 30 days) after the start of the event in the Contract Price or an extension of the Contract giving rise thereto. The responsibility to substantiate a Times with respect to any work performed that is not Claim shall rest with the party making the Claim. Notice required by the Contract Documents as amended, of the amount or extent of the Claim,with supporting data modified, or supplemented as provided in Paragraph 3.04, shall be delivered to the Engineer and the other party to except in the case of an emergency as provided in the Contract within 60 days after the start of such event Paragraph 6.16 or in the case of uncovering Work as unless Engineer allows additional time for claimant to provided in Paragraph 13.04.B.submit additional or more accurate data in support of such Claim). A Claim for an adjustment in Contract Price shall 10.03 Execution of Change Orders be prepared in accordance with the provisions of Paragraph 12.01.B.A Claim for an adjustment in Contract A. Owner and Contractor shall execute appropri- Time shall be prepared in accordance with the provisions ate Change Orders recommended by Engineer covering: of Paragraph 12.02.B. Each Claim shall be accompanied by claimant's written statement that the adjustment 1. changes in the Work which are: (i)ordered by claimed is the entire adjustment to which the claimant Owner pursuant to Paragraph 10.01.A, (ii) required believes it is entitled as a result of said event. The because of acceptance of defective Work under Paragraph opposing party shall submit any response to Engineer and 13.08.A or Owner's correction of defective Work under the claimant within 30 days after receipt of the claimant's Paragraph 13.09,or(iii)agreed to by the parties; last submittal(unless Engineer allows additional time). 2. changes in the Contract Price or Contract C. Engineer's Action: Engineer will review each Times which are agreed to by the parties, including any Claim and, within 30 days after receipt of the last undisputed sum or amount of time for Work actually submittal of the claimant or the last submittal of the performed in accordance with a Work Change Directive; opposing party, if any, take one of the following actions and in writing: 3. changes in the Contract Price or Contract 1.deny the Claim in whole or in part, Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph 2.approve the Claim,or 10.05; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such 3.notify the parties that the Engineer is unable to decision in accordance with the provisions of the Contract resolve the Claim if, in the Engineer's sole discretion, it Documents and applicable Laws and Regulations, but would be inappropriate for the Engineer to do so. For during any such appeal, Contractor shall carry on the purposes of further resolution of the Claim, such notice Work and adhere to the Progress Schedule as provided in shall be deemed a denial. Paragraph 6.18.A. D. In the event that Engineer does not take action 10.04 Notification to Surety on a Claim within said 30 days, the Claim shall be deemed denied. A. If notice of any change affecting the general scope of the Work or the provisions of the Contract E. Engineer's written action under Paragraph Documents (including, but not limited to, Contract Price 10.05.0 or denial pursuant to Paragraphs 10.05.C.3 or or Contract Times) is required by the provisions of any 10.05.D will be final and binding upon Owner and bond to be given to a surety,the giving of any such notice Contractor, unless Owner or Contractor invoke the will be Contractor's responsibility. The amount of each dispute resolution procedure set forth in Article 16 within applicable bond will be adjusted to reflect the effect of 30 days of such action or denial. any such change. EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-30 Yr, F. No Claim for an adjustment in Contract Price Contractor and shall deliver such bids to Owner, who will or Contract Times will be valid if not submitted in then determine, with the advice of Engineer, which bids, accordance with this Paragraph 10.05.if any, will be acceptable.If any 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 ARTICLE 11 - COST OF THE WORK; and fee shall be determined in the same manner as ALLOWANCES;UNIT PRICE WORK Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 11.01 Cost of the Work 4. Costs of special consultants(including but not limited to Engineers, architects, testing laboratories, A. Costs Included: The term Cost of the Work surveyors, attorneys, and accountants) employed for means the sum of all costs, except those excluded in services specifically related to the Work. re Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When 5. Supplemental costs including the following: the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is a. The proportion of necessary transportation, determined on the basis of Cost of the Work, the costs to travel, and subsistence expenses of Contractor's be reimbursed to Contractor will be only those additional employees incurred in discharge of duties or incremental costs required because of the change in the connected with the Work. Work or because of the event giving rise to the Claim. Except as otherwise may be agreed to in writing by b. Cost, including transportation and mainte- Owner, such costs shall be in amounts no higher than nance, of all materials, supplies, equipment, those prevailing in the locality of the Project,shall include machinery, appliances, office, and temporary only the following items, and shall not include any of the facilities at the Site,and hand tools not owned by costs itemized in Paragraph 11.01.B. the workers, which are consumed in the perfor- mance of the Work, and cost,less market value, 1. Payroll costs for employees in the direct of such items used but not consumed which employ of Contractor in the performance of the Work remain the property of Contractor. under schedules of job classifications agreed upon by Owner and Contractor. Such employees shall include, c. Rentals of all construction equipment and without limitation, superintendents, foremen, and other machinery, and the parts thereof whether rented personnel employed full time at the Site. Payroll costs for from Contractor or others in accordance with employees not employed full time on the Work shall be rental agreements approved by Owner with the apportioned on the basis of their time spent on the Work. advice of Engineer, and the costs of i, Payroll costs shall include, but not be limited to, salaries transportation, loading, unloading, assembly, and wages plus the cost of fringe benefits, which shall dismantling, and removal thereof. All such costs include social security contributions, unemployment, shall be in accordance with the terms of said excise, and payroll taxes, workers' compensation, health rental agreements. The rental of any such equip- and retirement benefits, bonuses, sick leave, vacation and ment, machinery, or parts shall cease when the holiday pay applicable thereto. The expenses of use thereof is no longer necessary for the Work. performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included in d. Sales, consumer, use, and other similar taxes the above to the extent authorized by Owner. related to the Work, and for which Contractor is liable,imposed by Laws and Regulations. 2. Cost of all materials and equipment furnished Irr and incorporated in the Work, including costs of e. Deposits lost for causes other than negligence transportation and storage thereof, and Suppliers' field of Contractor, any Subcontractor, or anyone services required in connection therewith. All cash directly or indirectly employed by any of them or discounts shall accrue to Contractor unless Owner for whose acts any of them may be liable, and deposits funds with Contractor with which to make pay- royalty payments and fees for permits and ments, in which case the cash discounts shall accrue to licenses. Owner. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall f. Losses and damages (and related expenses) accrue to Owner,and Contractor shall make provisions so caused by damage to the Work,not compensated that they may be obtained. by insurance or otherwise, sustained by Contractor in connection with the performance ire 3. Payments made by Contractor to of the Work (except losses and damages within Subcontractors for Work performed by Subcontractors. If the deductible amounts of property insurance required by Owner, Contractor shall obtain competitive established in accordance with Paragraph bids from subcontractors acceptable to Owner and 5.06.D), provided such losses and damages have EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-31 resulted from causes other than the negligence of be determined as set forth in the Agreement. When the Contractor, any Subcontractor, or anyone value of any Work covered by a Change Order or when a directly or indirectly employed by any of them or Claim for an adjustment in Contract Price is determined for whose acts any of them may be liable. Such on the basis of Cost of the Work,Contractor's fee shall be losses shall include settlements made with the determined as set forth in Paragraph 12.01.C. written consent and approval of Owner. No such losses, damages, and expenses shall be included D. Documentation: Whenever the Cost of the in the Cost of the Work for the purpose of Work for any purpose is to be determined pursuant to determining Contractor's fee.Paragraphs 11.01.A and 11.01.B,Contractor will establish and maintain records thereof in accordance with generally g. The cost of utilities, fuel, and sanitary accepted accounting practices and submit in a form facilities at the Site. acceptable to Engineer an itemized cost breakdown together with supporting data. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the 11.02 Allowances Site, expresses, and similar petty cash items in connection with the Work. A. It is understood that Contractor has included in the Contract Price all allowances so named in the i. The costs of premiums for all bonds and Contract Documents and shall cause the Work so covered insurance Contractor is required by the Contract to be performed for such sums and by such persons or Documents to purchase and maintain. entities as may be acceptable to Owner and Engineer. B. Costs Excluded: The term Cost of the Work B. Cash Allowances shall not include any of the following items: 1.Contractor agrees that: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of a. the cash allowances include the cost to partnerships and sole proprietorships), general managers, Contractor (less any applicable trade discounts) safety managers, engineers, architects, estimators, attor- of materials and equipment required by the neys, auditors, accountants, purchasing and contracting allowances to be delivered at the Site, and all agents, expediters, timekeepers, clerks, and other applicable taxes;and personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general b. Contractor's costs for unloading and handling administration of the Work and not specifically included on the Site, labor, installation , overhead, profit, in the agreed upon schedule of job classifications referred and other expenses contemplated for the cash to in Paragraph 11.01.A.1 or specifically covered by allowances have been included in the Contract Paragraph 11.01.A.4, all of which are to be considered Price and not in the allowances, and no demand administrative costs covered by the Contractor's fee. for additional payment on account of any of the foregoing will be valid. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. C.Contingency Allowance 3. Any part of Contractor's capital expenses, 1. Contractor agrees that a contingency including interest on Contractor's capital employed for allowance, if any, is for the sole use of Owner to cover the Work and charges against Contractor for delinquent unanticipated costs. payments. D. Prior to final payment, an appropriate Change 4. Costs due to the negligence of Contractor, any Order will be issued as recommended by Engineer to Subcontractor, or anyone directly or indirectly employed reflect actual amounts due Contractor on account of Work by any of them or for whose acts any of them may be covered by allowances, and the Contract Price shall be liable, including but not limited to, the correction of correspondingly adjusted. defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to 11.03 Unit Price Work property. A. Where the Contract Documents provide that 5. Other overhead or general expense costs of all or part of the Work is to be Unit Price Work, initially any kind and the costs of any item not specifically and the Contract Price will be deemed to include for all Unit expressly included in Paragraphs 11.01.A and 11.01.B. Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work C. Contractor's Fee: When all the Work is times the estimated quantity of each item as indicated in performed on the basis of cost-plus, Contractor's fee shall the Agreement. EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-32 allowance for overhead and profit not necessarily in B. The estimated quantities of items of Unit accordance with Paragraph 12.01.C.2);or Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial 3. where the Work involved is not covered by Contract Price. Determinations of the actual quantities unit prices contained in the Contract Documents and and classifications of Unit Price Work performed by agreement to a lump sum is not reached under Paragraph ion Contractor will be made by Engineer subject to the 12.01.B.2, on the basis of the Cost of the Work provisions of Paragraph 9.07. determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as C. Each unit price will be deemed to include an provided in Paragraph 12.01.C). is" amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately C. Contractor's Fee: The Contractor's fee for identified item. overhead and profit shall be determined as follows: D. Owner or Contractor may make a Claim for 1.a mutually acceptable fixed fee;or an adjustment in the Contract Price in accordance with Paragraph 10.05 if: 2. if a fixed fee is not agreed upon, then a fee ism based on the following percentages of the various portions 1. the quantity of any item of Unit Price Work of the Cost of the Work: performed by Contractor differs materially and signifi- cantly from the estimated quantity of such item indicated a. for costs incurred under Paragraphs 11.01.A.1 in the Agreement;and and 11.01.A.2, the Contractor's fee shall be 15 percent; 2. there is no corresponding adjustment with respect any other item of Work;and b. for costs incurred under Paragraph 11.01.A.3, the Contractor's fee shall be five percent; 3. Contractor believes that Contractor is entitled to an increase in Contract Price as a result of having c. where one or more tiers of subcontracts are on ii• incurred additional expense or Owner believes that Owner the basis of Cost of the Work plus a fee and no is entitled to a decrease in Contract Price and the parties fixed fee is agreed upon, the intent of Paragraph are unable to agree as to the amount of any such increase 12.01.C.2.a is that the Subcontractor who or decrease. actually performs the Work,at whatever tier,willire be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs ARTICLE 12 - CHANGE OF CONTRACT PRICE; 11.01.A.1 and 11.01.A.2 and that any higher tier gm' CHANGE OF CONTRACT TIMES Subcontractor and Contractor will each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor; 12.01 Change of Contract Price d. no fee shall be payable on the basis of costs A. The Contract Price may only be changed by a itemized under Paragraphs 11.01.A.4, 11.01.A.5, Change Order. Any Claim for an adjustment in the and 11.01.B; Contract Price shall be based on written notice submitted by the party making the Claim to the Engineer and the e. the amount of credit to be allowed by other party to the Contract in accordance with the Contractor to Owner for any change which provisions of Paragraph 10.05. results in a net decrease in cost will be the amount of the actual net decrease in cost plus a B. The value of any Work covered by a Change deduction in Contractor's fee by an amount equal Order or of any Claim for an adjustment in the Contract to five percent of such net decrease;and Price will be determined as follows: f. when both additions and credits are involved 1. where the Work involved is covered by unit in any one change, the adjustment in prices contained in the Contract Documents, by applica- Contractor's fee shall be computed on the basis it tion of such unit prices to the quantities of the items of the net change in accordance with Paragraphs involved (subject to the provisions of Paragraph 11.03); 12.01.C.2.a through 12.01.C.2.e,inclusive. or 12.02 Change of Contract Times rt. 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a A. The Contract Times may only be changed by mutually agreed lump sum (which may include an a Change Order. Any Claim for an adjustment in the Contract Times shall be based on written notice submitted EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-33 lir I by the party making the Claim to the Engineer and the other party to the Contract in accordance with the provisions of Paragraph 10.05. ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF B. Any adjustment of the Contract Times DEFECTIVE WORK covered by a Change Order or any Claim for an adjustment in the Contract Times will be determined in accordance with the provisions of this Article 12. 13.01 Notice of Defects 12.03 Delays A. Prompt notice of all defective Work of which Owner or Engineer has actual knowledge will be given to A. Where Contractor is prevented from Contractor. All defective Work may be rejected, completing any part of the Work within the Contract corrected,or accepted as provided in this Article 13. Times due to delay beyond the control of Contractor, the Contract Times will be extended in an amount equal to 13.02 Access to Work the time lost due to such delay if a Claim is made therefor IasprovidedinParagraph12.02.A. Delays beyond the A. Owner, Engineer, their consultants and other control of Contractor shall include, but not be limited to, representatives and personnel of Owner, independent acts or neglect by Owner,acts or neglect of utility owners testing laboratories, and governmental agencies with or other contractors performing other work as contemplat- jurisdictional interests will have access to the Site and the ed by Article 7, fires, floods, epidemics, abnormal Work at reasonable times for their observation, weather conditions,or acts of God. inspecting, and testing. Contractor shall provide them proper and safe conditions for such access and advise B. If Owner, Engineer, or other contractors or them of Contractor's Site safety procedures and programs utility owners performing other work for Owner as so that they may comply therewith as applicable. contemplated by Article 7, or anyone for whom Owner is responsible, delays, disrupts, or interferes with the 13.03 Tests and Inspections performance or progress of the Work, then Contractor shall be entitled to an equitable adjustment in the Contract A. Contractor shall give Engineer timely notice Price or the Contract Times , or both. Contractor's of readiness of the Work for all required inspections, entitlement to an adjustment of the Contract Times is tests,or approvals and shall cooperate with inspection and conditioned on such adjustment being essential to testing personnel to facilitate required inspections or tests. Contractor's ability to complete the Work within the Contract Times. B. Owner shall employ and pay for the services of an independent testing laboratory to perform all C If Contractor is delayed in the performance or inspections, tests, or approvals required by the Contract progress of the Work by fire, flood, epidemic, abnormal Documents except: weather conditions, acts of God, acts or failures to act of utility owners not under the control of Owner, or other 1. for inspections, tests, or approvals covered by causes not the fault of and beyond control of Owner and Paragraphs 13.03.0 and 13.03.D below; Contractor, then Contractor shall be entitled to an equitable adjustment in Contract Times, if such 2. that costs incurred in connection with tests or adjustment is essential to Contractor's ability to complete inspections conducted pursuant to Paragraph 13.04.B the Work within the Contract Times. Such an adjustment shall be paid as provided in said Paragraph 13.04.C;and shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph 12.03.C. 3. as otherwise specifically provided in the Con- tract Documents. D. Owner, Engineer and the Related Entities of each of them shall not be liable to Contractor for any C. If Laws or Regulations of any public body claims, costs, losses, or damages (including but not having jurisdiction require any Work (or part thereof) limited to all fees and charges of Engineers, architects, specifically to be inspected, tested, or approved by an attorneys, and other professionals and all court or employee or other representative of such public body, arbitration or other dispute resolution costs) sustained by Contractor shall assume full responsibility for arranging Contractor on or in connection with any other project or and obtaining such inspections,tests,or approvals,pay all anticipated project. costs in connection therewith, and furnish Engineer the required certificates of inspection or approval. E. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for delays D. Contractor shall be responsible for arranging within the control of Contractor. Delays attributable to and obtaining and shall pay all costs in connection with and within the control of a Subcontractor or Supplier shall any inspections, tests, or approvals required for Owner's be deemed to be delays within the control of Contractor. and Engineer's acceptance of materials or equipment to EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-34 be incorporated in the Work; or acceptance of materials, A. If the Work is defective,or Contractor fails to mix designs,or equipment submitted for approval prior to supply sufficient skilled workers or suitable materials or Contractor's purchase thereof for incorporation in the equipment, or fails to perform the Work in such a way Work. Such inspections, tests, or approvals shall be that the completed Work will conform to the Contract performed by organizations acceptable to Owner and Documents, Owner may order Contractor to stop the Engineer.Work, or any portion thereof, until the cause for such rro order has been eliminated; however, this right of Owner E. If any Work(or the work of others) that is to to stop the Work shall not give rise to any duty on the part be inspected,tested, or approved is covered by Contractor of Owner to exercise this right for the benefit of without written concurrence of Engineer, it must, if Contractor, any Subcontractor, any Supplier, any other requested by Engineer,be uncovered for observation. individual or entity, or any surety for, or employee or agent of any of them. F. Uncovering Work as provided in Paragraph ire 13.03.E shall be at Contractor's expense unless 13.06 Correction or Removal of Defective Work Contractor has given Engineer timely notice of Contractor's intention to cover the same and Engineer has A. Promptly after receipt of notice, Contractor not acted with reasonable promptness in response to such shall correct all defective Work, whether or not i• notice. fabricated, installed, or completed, or, if the Work has been rejected by Engineer,remove it from the Project and 13.04 Uncovering Work replace it with Work that is not defective.Contractor shall pay all claims, costs, losses, and damages (including but A. If any Work is covered contrary to the written not limited to all fees and charges of engineers,architects, request of Engineer, it must, if requested by Engineer, be attorneys, and other professionals and all court or uncovered for Engineer's observation and replaced at arbitration or other dispute resolution costs)arising out of Contractor's expense. or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of B. If Engineer considers it necessary or advisable others). that covered Work be observed by Engineer or inspected or tested by others, Contractor, at Engineer's request, B. When correcting defective Work under the shall uncover, expose, or otherwise make available for terms of this Paragraph 13.06 or Paragraph 13.07, observation, inspection, or testing as Engineer may Contractor shall take no action that would void or require, that portion of the Work in question, furnishing otherwise impair Owner's special warranty and guarantee, all necessary labor,material,and equipment. if any,on said Work. C. If it is found that the uncovered Work is 13.07 Correction Period it defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and A. If within one year after the date of Substantial charges of engineers, architects, attorneys, and other Completion (or such longer period of time as may be professionals and all court or arbitration or other dispute prescribed by the terms of any applicable special resolution costs) arising out of or relating to such guarantee required by the Contract Documents)or by any uncovering, exposure, observation, inspection, and specific provision of the Contract Documents, any Work testing, and of satisfactory replacement or reconstruction is found to be defective,or if the repair of any damages to including but not limited to all costs of repair or the land or areas made available for Contractor's use by replacement of work of others); and Owner shall be Owner or permitted by Laws and Regulations as entitled to an appropriate decrease in the Contract Price.If contemplated in Paragraph 6.11.A is found to be the parties are unable to agree as to the amount thereof, defective, Contractor shall promptly, without cost to Owner may make a Claim therefor as provided in Owner and in accordance with Owner's written Paragraph 10.05.instructions: D. If, the uncovered Work is not found to be 1.repair such defective land or areas;or W" defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or 2.correct such defective Work;or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and 3. if the defective Work has been rejected by reconstruction. If the parties are unable to agree as to the Owner, remove it from the Project and replace it with amount or extent thereof, Contractor may make a Claim Work that is not defective, and therefor as provided in Paragraph 10.05. 4. satisfactorily correct or repair or remove and 13.05 Owner May Stop the Work replace any damage to other Work, to the work of others or other land or areas resulting therefrom. ilrr EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-35 ilr I B. If Contractor does not promptly comply with 13.09 Owner May Correct Defective Work the terms of Owner's written instructions, or in an emergency where delay would cause serious risk of loss A. If Contractor fails within a reasonable time or damage, Owner may have the defective Work after written notice from Engineer to correct defective corrected or repaired or may have the rejected Work re- Work or to remove and replace rejected Work as required moved and replaced. All claims, costs, losses, and by Engineer in accordance with Paragraph 13.06.A, or if damages(including but not limited to all fees and charges Contractor fails to perform the Work in accordance with of engineers, architects, attorneys, and other professionals the Contract Documents, or if Contractor fails to comply and all court or arbitration or other dispute resolution with any other provision of the Contract Documents, costs)arising out of or relating to such correction or repair Owner may,after seven days written notice to Contractor, or such removal and replacement (including but not correct or remedy any such deficiency. limited to all costs of repair or replacement of work of others)will be paid by Contractor. B. In exercising the rights and remedies under this Paragraph 13.09, Owner shall proceed expeditiously. C. In special circumstances where a particular In connection with such corrective or remedial action, item of equipment is placed in continuous service before Owner may exclude Contractor from all or part of the Substantial Completion of all the Work, the correction Site, take possession of all or part of the Work and period for that item may start to run from an earlier date if suspend Contractor's services related thereto,take posses- so provided in the Specifications. sion of Contractor's tools, appliances, construction equipment and machinery at the Site, and incorporate in D. Where defective Work (and damage to other the Work all materials and equipment stored at the Site or Work resulting therefrom)has been corrected or removed for which Owner has paid Contractor but which are stored and replaced under this Paragraph 13.07, the correction elsewhere. Contractor shall allow Owner, Owner's period hereunder with respect to such Work will be representatives, agents and employees, Owner's other extended for an additional period of one year after such contractors, and Engineer and Engineer's consultants correction or removal and replacement has been access to the Site to enable Owner to exercise the rights satisfactorily completed.and remedies under this Paragraph. E. Contractor's obligations under this Paragraph C. All claims, costs, losses, and damages 13.07 are in addition to any other obligation or warranty. including but not limited to all fees and charges of The provisions of this Paragraph 13.07 shall not be engineers, architects, attorneys, and other professionals construed as a substitute for or a waiver of the provisions and all court or arbitration or other dispute resolution of any applicable statute of limitation or repose. costs) incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 13.09 will be 13.08 Acceptance of Defective Work charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the A. If, instead of requiring correction or removal Contract Documents with respect to the Work;and Owner and replacement of defective Work, Owner (and, prior to shall be entitled to an appropriate decrease in the Contract Engineer's recommendation of final payment, Engineer) Price.If the parties are unable to agree as to the amount of prefers to accept it, Owner may do so. Contractor shall the adjustment, Owner may make a Claim therefor as pay all claims, costs, losses, and damages (including but provided in Paragraph 10.05. Such claims, costs, losses not limited to all fees and charges of engineers,architects, and damages will include but not be limited to all costs of attorneys, and other professionals and all court or repair, or replacement of work of others destroyed or arbitration or other dispute resolution costs)attributable to damaged by correction, removal, or replacement of Owner's evaluation of and determination to accept such Contractor's defective Work. defective Work(such costs to be approved by Engineer as to reasonableness) and the diminished value of the Work D. Contractor shall not be allowed an extension to the extent not otherwise paid by Contractor pursuant to of the Contract Times because of any delay in the this sentence. If any such acceptance occurs prior to performance of the Work attributable to the exercise by Engineer's recommendation of final payment, a Change Owner of Owner's rights and remedies under this Order will be issued incorporating the necessary revisions Paragraph 13.09. in the Contract Documents with respect to the Work, and Owner shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work ARTICLE 14 - PAYMENTS TO CONTRACTOR AND so accepted. If the parties are unable to agree as to the COMPLETION amount thereof, Owner may make a Claim therefor as provided in Paragraph 10.05. If the acceptance occurs after such recommendation,an appropriate amount will be 14.01 Schedule of Values paid by Contractor to Owner. A. The Schedule of Values established as provid- ed in Paragraph 2.07.A will serve as the basis for progress EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-36 IYr payments and will be incorporated into a form of Applica- b. the quality of the Work is generally in accor- tion for Payment acceptable to Engineer. Progress dance with the Contract Documents (subject to payments on account of Unit Price Work will be based on an evaluation of the Work as a functioning whole the number of units completed. prior to or upon Substantial Completion, to the results of any subsequent tests called for in the 14.02 Progress Payments Contract Documents, to a final determination of re quantities and classifications for Unit Price Work A. Applications for Payments under Paragraph 9.07, and to any other qualifications stated in the recommendation);and 1. At least 20 days before the date established in be the Agreement for each progress payment (but not more c. the conditions precedent to Contractor's being often than once a month), Contractor shall submit to entitled to such payment appear to have been Engineer for review an Application for Payment filled out fulfilled in so far as it is Engineer's and signed by Contractor covering the Work completed as responsibility to observe the Work. of the date of the Application and accompanied by such supporting documentation as is required by the Contract 3.By recommending any such payment Engineer Documents. If payment is requested on the basis of will not thereby be deemed to have represented that: ism materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another a. inspections made to check the quality or the location agreed to in writing,the Application for Payment quantity of the Work as it has been performed shall also be accompanied by a bill of sale, invoice, or have been exhaustive, extended to every aspect him other documentation warranting that Owner has received of the Work in progress, or involved detailed the materials and equipment free and clear of all Liens inspections of the Work beyond the responsi- and evidence that the materials and equipment are bilities specifically assigned to Engineer in the covered by appropriate property insurance or other Contract Documents;or arrangements to protect Owner's interest therein, all of which must be satisfactory to Owner. b. that there may not be other matters or issues between the parties that might entitle Contractor be 2. Beginning with the second Application for to be paid additionally by Owner or entitle Payment, each Application shall include an affidavit of Owner to withhold payment to Contractor. Contractor stating that all previous progress payments received on account of the Work have been applied on 4. Neither Engineer's review of Contractor's account to discharge Contractor's legitimate obligations Work for the purposes of recommending payments nor associated with prior Applications for Payment. Engineer's recommendation of any payment, including final payment,will impose responsibility on Engineer: I`„ 3. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. a.to supervise,direct,or control the Work,or B.Review of Applications b. for the means, methods, techniques, sequences, or procedures of construction, or the 1. Engineer will, within 10 days after receipt of safety precautions and programs incident thereto, each Application for Payment, either indicate in writing a or recommendation of payment and present the Application to Owner or return the Application to Contractor c. for Contractor's failure to comply with Laws indicating in writing Engineer's reasons for refusing to and Regulations applicable to Contractor's recommend payment. In the latter case, Contractor may performance of the Work,or make the necessary corrections and resubmit the Application. d. to make any examination to ascertain how or for what purposes Contractor has used the 2. Engineer's recommendation of any payment moneys paid on account of the Contract Price,or requested in an Application for Payment will constitute a representation by Engineer to Owner,based on Engineer's e. to determine that title to any of the Work, observations on the Site of the executed Work as an materials,or equipment has passed to Owner free experienced and qualified design professional and on and clear of any Liens. Engineer's review of the Application for Payment and the accompanying data and schedules, that to the best of 5. Engineer may refuse to recommend the whole Engineer's knowledge,information and belief: or any part of any payment if, in Engineer's opinion, it ir. would be incorrect to make the representations to Owner a. the Work has progressed to the point indicat- stated in Paragraph 14.02.B.2. Engineer may also refuse ed; to recommend any such payment or, because of subse- quently discovered evidence or the results of subsequent Ins EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright m 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-37 inspections or tests, revise or revoke any such payment 3. If it is subsequently determined that Owner's recommendation previously made, to such extent as may refusal of payment was not justified, the amount be necessary in Engineer's opinion to protect Owner from wrongfully withheld shall be treated as an amount due as loss because: determined by Paragraph 14.02.C.1. a. the Work is defective, or completed Work has 14.03 Contractor's Warranty of Title been damaged, requiring correction or replace- ment; A. Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any b. the Contract Price has been reduced by Application for Payment, whether incorporated in the Change Orders; Project or not,will pass to Owner no later than the time of payment free and clear of all Liens. c. Owner has been required to correct defective Work or complete Work in accordance with 14.04 Substantial Completion Paragraph 13.09;or A. When Contractor considers the entire Work d. Engineer has actual knowledge of the ready for its intended use Contractor shall notify Owner occurrence of any of the events enumerated in and Engineer in writing that the entire Work is Paragraph 15.02.A. substantially complete(except for items specifically listed by Contractor as incomplete) and request that Engineer C.Payment Becomes Due issue a certificate of Substantial Completion. 1. Ten days after presentation of the Application B. Promptly after Contractor's notification, , for Payment to Owner with Engineer's recommendation, Owner, Contractor, and Engineer shall make an the amount recommended will (subject to the provisions inspection of the Work to determine the status of of Paragraph 14.02.D)become due, and when due will be completion. If Engineer does not consider the Work paid by Owner to Contractor. substantially complete,Engineer will notify Contractor in writing giving the reasons therefor. D.Reduction in Payment C. If Engineer considers the Work substantially 1. Owner may refuse to make payment of the full complete, Engineer will deliver to Owner a tentative amount recommended by Engineer because: certificate of Substantial Completion which shall fix the date of Substantial Completion.There shall be attached to a. claims have been made against Owner on the certificate a tentative list of items to be completed or account of Contractor's performance or furnish- corrected before final payment. Owner shall have seven ing of the Work; days after receipt of the tentative certificate during which to make written objection to Engineer as to any provisions b. Liens have been filed in connection with the of the certificate or attached list. If,after considering such Work, except where Contractor has delivered a objections, Engineer concludes that the Work is not specific bond satisfactory to Owner to secure the substantially complete,Engineer will within 14 days after satisfaction and discharge of such Liens; submission of the tentative certificate to Owner notify Contractor in writing,stating the reasons therefor.If,after c. there are other items entitling Owner to a consideration of Owner's objections, Engineer considers set-off against the amount recommended;or the Work substantially complete, Engineer will within said 14 days execute and deliver to Owner and Contractor d. Owner has actual knowledge of the occurrence a definitive certificate of Substantial Completion (with a of any of the events enumerated in Paragraphs revised tentative list of items to be completed or correct- 14.02.B.5.a through 14.02.B.5.c or Paragraph ed) reflecting such changes from the tentative certificate 15.02.A. as Engineer believes justified after consideration of any objections from Owner. 2. If Owner refuses to make payment of the full amount recommended by Engineer, Owner will give D. At the time of delivery of the tentative Contractor immediate written notice (with a copy to certificate of Substantial Completion, Engineer will Engineer)stating the reasons for such action and promptly deliver to Owner and Contractor a written recommen- pay Contractor any amount remaining after deduction of dation as to division of responsibilities pending final the amount so withheld. Owner shall promptly pay payment between Owner and Contractor with respect to Contractor the amount so withheld, or any adjustment security, operation, safety, and protection of the Work, thereto agreed to by Owner and Contractor, when maintenance,heat,utilities, insurance, and warranties and Contractor corrects to Owner's satisfaction the reasons for guarantees. Unless Owner and Contractor agree otherwise such action. in writing and so inform Engineer in writing prior to Engineer's issuing the definitive certificate of Substantial EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-38 Completion, Engineer's aforesaid recommendation will that the Work is incomplete or defective. Contractor shall be binding on Owner and Contractor until final payment. immediately take such measures as are necessary to complete such Work or remedy such deficiencies. E. Owner shall have the right to exclude Contractor from the Site after the date of Substantial 14.07 Final Payment Completion subject to allowing Contractor reasonable access to complete or correct items on the tentative list. A. Application for Payment 14.05 Partial Utilization 1. After Contractor has, in the opinion of Engineer, satisfactorily completed all corrections i" A. Prior to Substantial Completion of all the identified during the final inspection and has delivered,in Work, Owner may use or occupy any substantially accordance with the Contract Documents, all maintenance completed part of the Work which has specifically been and operating instructions, schedules, guarantees, bonds, identified in the Contract Documents, or which Owner, certificates or other evidence of insurance certificates oftoo Engineer, and Contractor agree constitutes a separately inspection, marked-up record documents (as provided in functioning and usable part of the Work that can be used Paragraph 6.12), and other documents, Contractor may by Owner for its intended purpose without significant make application for final payment following the interference with Contractor's performance of the procedure for progress payments. remainder of the Work, subject to the following condi- tions. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: 1. Owner at any time may request Contractor in writing to permit Owner to use or occupy any such part of a. all documentation called for in the Contract the Work which Owner believes to be ready for its Documents, including but not limited to the intended use and substantially complete. If and when evidence of insurance required by Paragraph Contractor agrees that such part of the Work is 5.04.B.7; substantially complete, Contractor will certify to Owner and Engineer that such part of the Work is substantially b. consent of the surety,if any,to final payment; complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. c. a list of all Claims against Owner that Contractor believes are unsettled;and 2. Contractor at any time may notify Owner and Engineer in writing that Contractor considers any such d. complete and legally effective releases or part of the Work ready for its intended use and substan- waivers (satisfactory to Owner)of all Lien rights tially complete and request Engineer to issue a certificate arising out of or Liens filed in connection with of Substantial Completion for that part of the Work. the Work. 3. Within a reasonable time after either such 3. In lieu of the releases or waivers of Liens request, Owner, Contractor, and Engineer shall make an specified in Paragraph 14.07.A.2 and as approved by inspection of that part of the Work to determine its status Owner, Contractor may furnish receipts or releases in full of completion. If Engineer does not consider that part of and an affidavit of Contractor that: (i) the releases and the Work to be substantially complete, Engineer will receipts include all labor, services, material, and notify Owner and Contractor in writing giving the reasons equipment for which a Lien could be filed; and (ii) all therefor. If Engineer considers that part of the Work to be payrolls, material and equipment bills, and other substantially complete, the provisions of Paragraph 14.04 indebtedness connected with the Work for which Owner will apply with respect to certification of Substantial or Owner's property might in any way be responsible have Completion of that part of the Work and the division of been paid or otherwise satisfied. If any Subcontractor or responsibility in respect thereof and access thereto. Supplier fails to furnish such a release or receipt in full, Contractor may furnish a bond or other collateral 4. No use or occupancy or separate operation of satisfactory to Owner to indemnify Owner against any part of the Work may occur prior to compliance with the Lien. requirements of Paragraph 5.10 regarding property insurance. B. Engineer's Review of Application and ism Acceptance 14.06 Final Inspection 1. If, on the basis of Engineer's observation of A. Upon written notice from Contractor that the the Work during construction and final inspection, and entire Work or an agreed portion thereof is complete, Engineer's review of the final Application for Payment Engineer will promptly make a final inspection with and accompanying documentation as required by the Owner and Contractor and will notify Contractor in Contract Documents, Engineer is satisfied that the Work writing of all particulars in which this inspection reveals has been completed and Contractor's other obligations EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-39 it under the Contract Documents have been fulfilled, with the requirements herein and expressly acknowledged Engineer will, within ten days after receipt of the final by Owner in writing as still unsettled. Application for Payment, indicate in writing Engineer's recommendation of payment and present the Application for Payment to Owner for payment. At the same time ARTICLE 15 - SUSPENSION OF WORK AND Engineer will also give written notice to Owner and TERMINATION Contractor that the Work is acceptable subject to the provisions of Paragraph 14.09. Otherwise, Engineer will return the Application for Payment to Contractor, indicat- 15.01 Owner May Suspend Work ing in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the A. At any time and without cause, Owner may necessary corrections and resubmit the Application for suspend the Work or any portion thereof for a period of Payment.not more than 90 consecutive days by notice in writing to Contractor and Engineer which will fix the date on which C.Payment Becomes Due Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be granted an adjust- 1. Thirty days after the presentation to Owner of ment in the Contract Price or an extension of the Contract the Application for Payment and accompanying docu- Times, or both, directly attributable to any such mentation, the amount recommended by Engineer, less suspension if Contractor makes a Claim therefor as any sum Owner is entitled to set off against Engineer's provided in Paragraph 10.05. recommendation, including but not limited to liquidated damages, will become due and, will be paid by Owner to 15.02 Owner May Terminate for Cause Contractor. A. The occurrence of any one or more of the 14.08 Final Completion Delayed following events will justify termination for cause: A. If, through no fault of Contractor, final 1. Contractor's persistent failure to perform the completion of the Work is significantly delayed, and if Work in accordance with the Contract Documents Engineer so confirms, Owner shall, upon receipt of including, but not limited to, failure to supply sufficient Contractor's final Application for Payment (for Work skilled workers or suitable materials or equipment or fully completed and accepted) and recommendation of failure to adhere to the Progress Schedule established Engineer, and without terminating the Contract, make under Paragraph 2.07 as adjusted from time to time payment of the balance due for that portion of the Work pursuant to Paragraph 6.04); fully completed and accepted. If the remaining balance to be held by Owner for Work not fully completed or 2. Contractor's disregard of Laws or Regulations corrected is less than the retainage stipulated in the of any public body having jurisdiction; Agreement, and if bonds have been furnished as required in Paragraph 5.01, the written consent of the surety to the 3. Contractor's disregard of the authority of payment of the balance due for that portion of the Work Engineer;or fully completed and accepted shall be submitted by Contractor to Engineer with the Application for such 4. Contractor's violation in any substantial way payment. Such payment shall be made under the terms of any provisions of the Contract Documents. and conditions governing final payment, except that it shall not constitute a waiver of Claims. B. If one or more of the events identified in Paragraph 15.02.A occur, Owner may, after giving 14.09 Waiver of Claims Contractor (and surety ) seven days written notice of its intent to terminate the services of Contractor: A. The making and acceptance of final payment will constitute: 1. exclude Contractor from the Site, and take possession of the Work and of all Contractor's tools, I. a waiver of all Claims by Owner against appliances, construction equipment, and machinery at the Contractor, except Claims arising from unsettled Liens, Site, and use the same to the full extent they could be from defective Work appearing after final inspection used by Contractor (without liability to Contractor for pursuant to Paragraph 14.06, from failure to comply with trespass or conversion), the Contract Documents or the terms of any special guarantees specified therein, or from Contractor's 2. incorporate in the Work all materials and continuing obligations under the Contract Documents; equipment stored at the Site or for which Owner has paid and Contractor but which are stored elsewhere,and 2. a waiver of all Claims by Contractor against Owner other than those previously made in accordance EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-40 3. complete the Work as Owner may deem 2. expenses sustained prior to the effective date expedient. of termination in performing services and furnishing ire labor,materials, or equipment as required by the Contract C. If Owner proceeds as provided in Paragraph Documents in connection with uncompleted Work, plus 15.02.B, Contractor shall not be entitled to receive any fair and reasonable sums for overhead and profit on such further payment until the Work is completed. If the expenses; tt, unpaid balance of the Contract Price exceeds all claims, costs,losses,and damages(including but not limited to all 3. all claims, costs, losses, and damages fees and charges of engineers, architects, attorneys, and including but not limited to all fees and charges of other professionals and all court or arbitration or other engineers, architects, attorneys, and other professionals dispute resolution costs) sustained by Owner arising out and all court or arbitration or other dispute resolution of or relating to completing the Work, such excess will be costs) incurred in settlement of terminated contracts with paid to Contractor. If such claims, costs, losses, and Subcontractors,Suppliers,and others;and damages exceed such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses, 4. reasonable expenses directly attributable to and damages incurred by Owner will be reviewed by termination. Engineer as to their reasonableness and, when so approved by Engineer, incorporated in a Change Order. B.Contractor shall not be paid on account of loss When exercising any rights or remedies under this of anticipated profits or revenue or other economic loss Paragraph Owner shall not be required to obtain the arising out of or resulting from such termination. lowest price for the Work performed. lie 15.04 Contractor May Stop Work or Terminate D. Notwithstanding Paragraphs 15.02.B and 15.02.C, Contractor's services will not be terminated if A. If, through no act or fault of Contractor, (i) Contractor begins within seven days of receipt of notice the Work is suspended for more than 90 consecutive days of intent to terminate to correct its failure to perform and by Owner or under an order of court or other public proceeds diligently to cure such failure within no more authority, or (ii)Engineer fails to act on any Application than 30 days of receipt of said notice. for Payment within 30 days after it is submitted, or (iii) Owner fails for 30 days to pay Contractor any sum finally E. Where Contractor's services have been so determined to be due, then Contractor may, upon seven terminated by Owner, the termination will not affect any days written notice to Owner and Engineer, and provided rights or remedies of Owner against Contractor then Owner or Engineer do not remedy such suspension or existing or which may thereafter accrue. Any retention or failure within that time, terminate the Contract and payment of moneys due Contractor by Owner will not recover from Owner payment on the same terms as release Contractor from liability. provided in Paragraph 15.03. is F. If and to the extent that Contractor has B. In lieu of terminating the Contract and provided a performance bond under the provisions of without prejudice to any other right or remedy, if Paragraph 5.01.A,the termination procedures of that bond Engineer has failed to act on an Application for Payment iri shall supersede the provisions of Paragraphs 15.02.B, and within 30 days after it is submitted, or Owner has failed 15.02.C. for 30 days to pay Contractor any sum finally determined to be due,Contractor may, seven days after written notice 15.03 Owner May Terminate For Convenience to Owner and Engineer, stop the Work until payment islir made of all such amounts due Contractor, including A. Upon seven days written notice to Contractor interest thereon. The provisions of this Paragraph 15.04 and Engineer, Owner may, without cause and without are not intended to preclude Contractor from making a prejudice to any other right or remedy of Owner, Claim under Paragraph 10.05 for an adjustment in terminate the Contract. In such case, Contractor shall be Contract Price or Contract Times or otherwise for paid for(without duplication of any items): expenses or damage directly attributable to Contractor's stopping the Work as permitted by this Paragraph. Imo 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and ARTICLE 16-DISPUTE RESOLUTION reasonable sums for overhead and profit on such Work; 16.01 Methods and Procedures A. Either Owner or Contractor may request mediation of any Claim submitted to Engineer for a decision under Paragraph 10.05 before such decision becomes final and binding. The mediation will be EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-41 kr governed by the Construction Industry Mediation Rules 2. delivered at or sent by registered or certified of the American Arbitration Association in effect as of the mail, postage prepaid, to the last business address known Effective Date of the Agreement. The request for to the giver of the notice. mediation shall be submitted in writing to the American Arbitration Association and the other party to the 17.02 Computation of Times Contract. Timely submission of the request shall stay the effect of Paragraph 10.05.E. A. When any period of time is referred to in the Contract Documents by days, it will be computed to B. Owner and Contractor shall participate in the exclude the first and include the last day of such period.If mediation process in good faith. The process shall be the last day of any such period falls on a Saturday or concluded within 60 days of filing of the request. The Sunday or on a day made a legal holiday by the law of the date of termination of the mediation shall be determined applicable jurisdiction, such day will be omitted from the by application of the mediation rules referenced above. computation. C. If the Claim is not resolved by mediation, 17.03 Cumulative Remedies Engineer's action under Paragraph 10.05.0 or a denial pursuant to Paragraphs 10.05.C.3 or 10.05.D shall become A. The duties and obligations imposed by these final and binding 30 days after termination of the General Conditions and the rights and remedies available mediation unless, within that time period, Owner or hereunder to the parties hereto are in addition to, and are Contractor: not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which 1. elects in writing to invoke any dispute are otherwise imposed or available by Laws or Regula- resolution process provided for in the Supplementary tions, by special warranty or guarantee, or by other Conditions,or provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated 2. agrees with the other party to submit the specifically in the Contract Documents in connection with Claim to another dispute resolution process,or each particular duty, obligation, right, and remedy to which they apply. 3. gives written notice to the other party of their intent to submit the Claim to a court of competent 17.04 Survival of Obligations jurisdiction. A. All representations,indemnifications, warran- ties, and guarantees made in, required by, or given in ARTICLE 17-MISCELLANEOUS accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Docu- ments, will survive final payment, completion, and 17.01 Giving Notice acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. A. Whenever any provision of the Contract Documents requires the giving of written notice,it will be 17.05 Controlling Law deemed to have been validly given if: A. This Contract is to be governed by the law of 1. delivered in person to the individual or to a the state in which the Project is located. member of the firm or to an officer of the corporation for whom it is intended,or 17.06 Headings A. Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. I EJCDC C-700 Standard General Conditions of the Construction Contract. Copyright©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-42 rL Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.: 2015-08 SECTION 00800 SUPPLEMENTAL CONDITIONS SUPPLEMENTS These supplementary conditions modify, change, delete from, or add to the Standard General Conditions of the Construction Contract, EJCDC Document C-700, 2002 edition, to the extent indicated. Where any article, paragraph, subparagraph, or clause of the General Conditionsaim is altered by these supplements, the unaltered provisions of the article, paragraph, subparagraph, or clause shall remain in effect. rim DEFINITIONS Revise Article 1 - Definitions as follows: Revise the definition of the term "Engineer"to read The Albemarle County Service Authority or the representative of the owner as designated by the Albemarle County Service Authority." INDEMNIFICATION Delete 4.03G in its entirety. INSURANCE Add the following to paragraph 5.03 as subparagraph 5.03.0 and 5.03.D: 5.03.0 The contractor shall assume and agree to hold harmless, indemnify, save, protect, and defend the Albemarle County Service Authority, its officers, agents and employees, against any and all liability for injuries and damages to contractor himself and to contractor's employees, agents, subcontractors, and guests, third parties or otherwise, incident to or resulting from any and all operations performed under the terms of this contract. In addition to any other forms of insurance or bonds required under contracts and specifications pertaining to this project, the following public liability insurance schedule shall apply to all work performed under the terms of this contract. The insurance specified shall be with an insurance company acceptable to the parties hereto and licensed to do business in the Commonwealth of Virginia. 5.03.D Insurance Schedule: The contractor shall carry public liability insurance in amount not less than those specified below, including the contractual liability assumed by the contractor, and shall deliver certificates of insurance from carriers, acceptable to the owner specifying such limits, with the Albemarle County Service Authority, its officers, agents and employees named as additional insureds, and with the Rivanna Water and Sewer Authority, its officers, agents and employees named as additional isureds. 5.03.D.1 Workman's Compensation and Employer's Liability Insurance shall be in strict accordance with the requirements of the current and applicable Workman's Compensation Laws of the State. The insurance shall cover all of the contractor's employees employed or associated with the project; and where any part of the work is subcontracted, the contractor shall require the subcontractor to provide similar Workman's Compensation and Employer's Liability Insurance for all employees of the subcontractor unless such employees are covered by the protection afforded by Dewberry Engineers Inc. Supplemental Conditions DDI#50075656 00800- 1 I Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 the contractor. In case any class of employees engaged in hazardous work under this contract is not protected under the Workman's Compensation Statute, the contractor shall provide, and shall cause such subcontractor to provide, adequate coverage for the protection of all employees on the project not otherwise protected under applicable provisions of the Statutes relating to Workman's Compensation and Employer's Liability Insurance. The minimum limits of coverage shall be as follows: A. State Statutory I B. Applicable Federal Statutory C. Employer's Liability 500,000 D. Benefits required by union IlaborcontractsAsApplicable E. Voluntary Compensation 500,000 F. Broad Form All States Endorsement I 5.03.D.2 Comprehensive General Liability Insurance shall protect the contractor and any subcontractors performing work under this contract from any claims for bodily injury, for sickness or disease, for death, for personal injury, and for property damages which may arise either directly or indirectly out of, or in connection with, the performance of work under this contract. The Comprehensive General Liability Insurance Coverage shall include: Premises Operations; Independent Contractor's Protection; Products Liability and Completed Operations; and Broad Form Property Damage. The minimum limits of coverage shall be as follows: A. Bodily Injury 1,000,000 Each Occurrence I1,000,000 Annual Aggregate B. Property Damage 1,000,000 Each Occurrence 1,000,000 Annual Aggregate C. Property Damage Liability shall provide Explosion, Collapse and Underground coverages 5.03.D.3 Contractual Liability: Minimum limits of coverage shall be as follows: A. Bodily Injury 1,000,000 Each Occurrence I B. Property Damage 1,000,000 Each Occurrence 1,000,000 Annual Aggregate I 5.03.D.4 Personal injury (with Employment Exclusion deleted). The minimum limits of coverage shall be as follows:I Annual Aggregate 1,000,000 5.03.D.5 Comprehensive Automobile Liability Insurance (owner, nonowner, hired) shall I protect the contractor and any subcontractor performing work under this contract from any claims Dewberry Engineersineers Inc. Supplemental Conditions DDI#50075656 00800-2 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90% Documents ACSA Project No.:2015-08 for bodily injury, for death, and for property damages which may arise either directly or indirectly out hie of, or in connection with, the performance of work under this contract. The minimum limits of coverage shall be as follows: Combined single limits for bodily injury and property damage. A. Bodily 1,000,000 Each Occurrence B. Property Damage 1,000,000 Each Occurrence 5.03.D.6 Aircraft Liability (owned and nonowned), when applicable. The minimum limits of i""coverage shall be as follows: Combined single limits for bodily injury and property damage. am A. Bodily Injury 1,000,000 Per Seat B. Property Damage Included 5.03.D.7 Umbrella Excess Liability over Primary Insurance. The minimum limits of coverage shall be as follows: A. Each Occurrence 3,000,000 B. Aggregate 3,000,000 5.03.D.8 Contractual Liability covers the following indemnity agreement: The contractor shall indemnify and hold harmless the Albemarle County Service Authority, its officers, agents and employees against and from all liability, claims, damages, demands and costs, including attorney fees of every kind in nature and attributable to bodily injury, sickness, disease or death or to damage or destruction of property resulting from or in any manner arising out of or in connection with the project and the performance of the work under this contract. i. 5.03.D.9 Additional liability coverage for owner and Rivanna Water and Sewer Authority will be provided by endorsement as additional insureds on contractor's general liability policy. Delete paragraph 5.05 in its entirety. Modify the first sentence in paragraph 5.06.B to read as follows: ins Contractor shall purchase and maintain such boiler and machinery insurance as may be required by the supplementary conditions or by law. ire Delete paragraph 5.06.0 in its entirety. Delete paragraph 5.06.E in its entirety. Dewberry Engineers Inc. Supplemental Conditions DDI#50075656 00800-3 rr Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90% Documents ACSA Project No.:2015-08 Delete the last sentence in paragraph 5.07.A in its entirety. Delete paragraph 5.08.A in its entirety. Delete paragraph 5.08.B in its entirety. i Modify paragraph 5.09.A to read as follows: Ifowner hasany to the coverage afforded byor other provisions of the insuranceoaobjectionsg required to be purchased and maintained by contractor on the basis of its not complying with the Contract Documents, owner will notify contractor in writing thereof within ten days of the date of delivery of such certificates to owner in accordance with paragraph 2.05.C. PERMITS 1 Concerning Article 6, paragraph 6.08.A, the permits to be obtained and the utility connection charges to be paid by the owner are specified in Special Conditions. All other permits and charges shall be the responsibility of the contractor. NONDISCRIMINATION IN EMPLOYMENT Add the following paragraph to Article 6, Contractor's Responsibilities: 6.09.D The provisions of Section 2.2-4201, 2.2-4311 and 2.2-4312 of the Code of Virginia,1 as amended, prohibiting employment discrimination by the contractor and the contractor's responsibility to maintain a drug free work place, are made a part of the Contract Documents. The contractor shall familiarize himself and comply with the provisions of Section 2.2-4201, 2.2-4311 and 2.2 4312. PROGRESS PAYMENTS 1 Progress payments shall conform to the requirements specified in the Form of Agreement, except as specified in Article 14, Payments to Contractor and Completion, for requirements not covered in the Form of Agreement. Retainage in the amount of five percent (5%) with respect to progress payments will be stipulated in the Agreement to be withheld until substantial completion of the work. No reduction in the retainage will be made prior to substantial completion of the work. The Agreement will further stipulate that upon substantial completion of the work, the amount to be retained shall be reduced to the amount determined by the Engineer or withheld by the owner to cover the cost of work remaining to be completed or withheld in accordance with paragraph 14.02.B.5 of the General Conditions. The Form of Agreement shall be modified in accordance with the retainage requirements. Subject to the provisions of Article 14 of the General Conditions, the Agreement will stipulate that the owner will make progress payments on or about the 15th day of the month following each application for payment. The contractor shall submit his application for payment on or about the 1st day of the month. The application shall include work through the 25th day of the preceding month. Dewberry Engineersineers Inc. Supplemental Conditions DDI#50075656 00800-4 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 It is the contractor's option to utilize the owner's escrow accounting procedures for retainage held on this contract. If the contractor desires to utilize these procedures he must complete an Escrow Agreement available from the owner and return it with the executed Contract Agreement. ARTICLE 16- DISPUTE RESOLUTION Add the following paragraph to Article 16, Section 16.01 C as paragraph 4: lire 4. Venue for purposes of resolution in the court system shall be in the Albemarle County General District Court or the Albemarle County Circuit Court. END OF SECTION 00800 Jim P:\ACSA15\50075656\Specs\00800-Supplemental Conditions.doc it it it it r Dewberry Engineers Inc. Supplemental Conditions DDI#50075656 00800-5 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90% Documents ACSA Project No.:2015-08 1 1 I I 1 1 1 NO TEXT THIS PAGE 1 1 1 1 Dewberry Engineersineers Inc. Supplemental Conditions DDI#50075656 00800-6 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90% Documents ACSA Project No.:2015-08 lir SECTION 00850 ALBEMARLE COUNTY SERVICE AUTHORITY ESCROW AGREEMENT THIS AGREEMENT, made and entered into this day of 20 , by and among ALBEMARLE COUNTY SERVICE AUTHORITY, a public body politic and corporate, organized and existing under the laws of the Commonwealth of Virginia (the "Authority"), a corporation, Contractor"), Name of Bank) Address of Bank) a trust company, bank, or savings and loan institution with its principal office located in the Commonwealth (hereinafter referred to as "Bank"); and the "Surety") provides: Albemarle County Service Authority and Contractor have entered into a contract for the Albemarle County Service Authority's CROZET PHASE 3 WATER MAIN REPLACEMENT PROJECT. This Agreement is pursuant to, but in no way amends or modifies, the Contract. Payments made hereunder or the release of funds from escrow shall not be deemed approval or acceptance of performance by the Contractor. In order to assure full and satisfactory performance by the Contractor of its obligations under the Contract, Albemarle County Service Authority is required thereby to retain certain amounts otherwise due Contractor. Contractor has, with the approval of Albemarle County Service Authority, elected to have these retained amounts held in escrow by the Bank. This Agreement sets forth the terms of the escrow. The Bank shall not be deemed a party to, bound by, or required to inquire into the terms of, the Contract or any other instrument or agreement between Albemarle County Service Authority and the Contractor. Albemarle County Service Authority shall, from time to time, pursuant to the Contract, pay to the Bank amounts retained by it under the Contract. Except as to amounts actually withdrawn from escrow by Albemarle County Service Authority, the Contractor shall look solely to the Bank for the payment of funds retained under the Contract and paid by Albemarle County Service Authority to the irr Bank. The risk of loss by diminution of the principal of any funds invested under the terms of this Contract shall be solely upon Contractor. Funds and securities held by the Bank pursuant to this Escrow Agreement shall not be subject to levy, garnishment, attachment, lien, or other process whatsoever. The Contractor agrees not to assign, pledge, discount, sell or otherwise transfer or dispose of his interest in the escrow ire account or any part thereof, except to the Surety following written notice to Albemarle County Service Authority. Upon receipt of checks or warrants drawn by Albemarle County Service Authority and made im payable to the Bank as escrow agent, the Bank shall promptly notify the Contractor, negotiate the same and deposit or invest and reinvest the proceeds in approved securities in accordance with the written instructions of the Contractor. In no event shall Bank invest the escrowed funds in any w security not approved in accordance with the terms hereof. Dewberry Engineers Inc. Escrow Agreement DDI#50075656 00850- 1 firi Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90% Documents ACSA Project No.:2015-08 The following securities, and none other, are approved securities for all purposes of this Agreement: 1.United States Treasury Bonds, United States Treasury Notes, United States Treasury Certificates of Indebtedness or United States Treasury Bills; 2.Bonds, notes and other evidences of indebtedness unconditionally guaranteed as to the payment of principal and interest by the United States; 3.Bonds or notes of the Commonwealth of Virginia; 4.Bonds of any political subdivision of the Commonwealth of Virginia, if such bonds carried, at the time of purchase by the Bank or deposit by the Contractor, a Standard and Poor's or Moody's Investors Service rating of at least"A"; and 5. Certificates of deposit issued by commercial banks located within the Commonwealth of Virginia, including, but not limited to, those insured by the Bank and its affiliates. 1 Any bonds, notes, or other evidences of indebtedness listed in Section (1) through (3) above may be purchased pursuant to a repurchase agreement with a bank, within or without the Commonwealth of Virginia having a combined capital, surplus and undivided profit of not less than 25,000,000, provided the obligation of Bank to repurchase is within the time limitations established for investments as set forth herein. The repurchase agreement shall be considered a purchase of such securities even if title, and/or possession of such securities is not transferred to the escrow agent, so long as the repurchase obligation of the Bank is collaterized by the securities themselves, and the securities have on the date of the repurchase agreement a fair market value equal to at least 100% of the amount of the repurchase obligation of the Bank, and the securities are held by a third party and segregated from other securities owned by the Bank. No security is approved hereunder which matures more than five years after the date of its purchase by Bank or deposit by Contractor. In the event that the amounts paid to the Bank by Albemarle County Service Authority constitute proceeds of bonds issued by Albemarle County Service Authority, then, to the extent that the rate of interest paid on any funds invested under the terms of the Contract exceeds the rate of interest on Albemarle County Service Authority's bonds, such "excess interest" shall be paid to Albemarle County Service Authority. The Contractor may from time to time withdraw the whole or any portion of the escrowed funds by depositing with the Bank approved securities in an amount equal to, or in excess of, the amount so withdrawn. Any securities so deposited or withdrawn shall be valued at such time of deposit or withdrawal at the lower of par or market value, the latter as determined by the Bank. Any securities so deposited shall thereupon become a part of the escrowed fund.1 Upon receipt of a direction signed by an authorized representative of Albemarle County Service Authority, the Bank shall pay the principal of the fund, or any specified amount thereof, to Albemarle County Service Authority. 1 For its services hereunder the Bank shall be entitled to a reasonable fee in accordance with its published schedule of fees or as may be agreed upon by the Bank and the Contractor. Such fee and any other costs of administration of this Agreement shall be paid from the income earned upon 1theescrowedfundand, if such income is not sufficient to pay the same, by the Contractor. The net income earned and received upon the principal of the escrowed fund shall be paid over to the Contractor in quarterly or more frequent installments. Until so paid or applied to pay the1Bank's fee or any other costs of administration such income shall be deemed a part of the principal of the fund. Dewberry Engineers Inc. Escrow Agreement DDI#50075656 00850-2 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 The Surety undertakes no obligation hereby but joins in this Agreement for the sole purpose of acknowledging that its obligations as surety for the Contractor's performance of the Contract are not affected hereby. WITNESS the following signatures, all as of the day and year first above written. ALBEMARLE COUNTY SERVICE AUTHORITY By: Gary O'Connell Executive Director CONTRACTOR] By: Name: w Title: BANK] jr. By: Name: Title: rr. SURETY] By: Attorney-in-fact COMMONWEALTH OF VIRGINIA ) to-wit: ALBEMARLE COUNTY Subscribed and sworn to before me, the undersigned Notary Public, by Gary O'Connell, Executive Director of Albemarle County Service Authority, a public body politic and corporate organized and existing under the laws of the Commonwealth of Virginia, this day of 20 las Notary Public ii,„My Commission Expires: SEAL) END OF SECTION 00850 P:\ACSA15\50075656\Specs\00850-Escrow Agreement.doc S Dewberry Engineers Inc. Escrow Agreement DDI#50075656 00850-3 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 1 1 1 1 1 1 1 NO TEXT THIS PAGE 1 1 1 1 1 Dewberry Engineers Inc. Escrow Agreement DDI#50075656 00850-4 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 Ss SECTION 00900 ADDENDA PART 1 - GENERAL 1.01 Addenda, if issued, shall be inserted following this page. Addendum No. 1 will begin on page 00910-1, Addendum No. 2 will begin on page 00920-1, etc. 1.02 The bidder is reminded to complete Section 00490 entitled "Receipt of Addenda" when preparing Bid Form for submission. lir END OF SECTION 00900 P:\ACSA15\50075656\Specs\00900-Addenda.doc 111 ire it rr Dewberry Engineers Inc. Addenda DDI#50075656 00900- 1 Albemarle CountyService AuthorityJuly 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 1 1 1 i 1 1 1 NO TEXT THIS PAGE 1 1 1 1 1 1 1 1 Dewberry Engineers Inc.Addenda 1 DDI#50075656 00900-2 4 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 Y. SECTION 01010 SUMMARY OF WORK ir. PART 1 - GENERAL 1.1 WORK COVERED BY CONTRACT DOCUMENTS A. Project: Crozet Phase 3 Water Main Replacement Project. All work shown on ire Drawings and/or called for in these Specifications shall be performed under the General Contract, unless specifically noted to the contrary in the Contract Documents. it The project includes, however is not limited to: 4,600 linear feet of 8-inch waterline, including associated interconnections, hydrants, meter installations, appurtenances, abandonment of existing 6-inch waterline with flowable fill, and reconnection oftar existing water services. B. Contractor's Duties: CONTRACTOR'S duties in performance of the WORK shall include, however are not limited to: 1.Responsibilities: CONTRACTOR shall be: a) Responsible for the management of the Project. b) Responsible for hiring all subcontractors. c) The sole arbitrator of the division of WORK of all trades, associated with WORK provided for in the Contract Documents. 2. Work: Except as specifically noted, provide and pay for all: ir. a) Labor, materials, and equipment. b) Tools, construction equipment and machinery. aim c) Water, heat, and utilities required for construction. d) Other facilities and services necessary for proper execution and completion of WORK. 3.Permits and Fees: Secure and pay for, as necessary for proper execution and completion of WORK, and as applicable at time of receipt of Bids: ib a) Permits (including building and trade permits), b) Government fees, c) Bonds, d) Licenses, and e) Insurance. 4. Notices: Unless specifically indicated otherwise, give required Notices to ENGINEER, government agencies, (local, state and federal), utility companies and others as required and within the time frames identified in the Contract Documents. Dewberry Engineers Inc. Summary of Work DDI#50075656 01010- 1 rr Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 5.Regulations: Comply with all codes, ordinances, rules regulations, orders, and other legal requirements of public authorities which bear on performance of WORK. 6. Written Notice: Promptly submit Written Notice to ENGINEER of observed 1conflictsinContractDocuments. It is CONTRACTOR'S responsibility to make certain that all work performed as defined in the Drawings and Specifications comply with codes and regulations. 7. Coordinate: Coordinate WORK with appropriate authorities, i.e., utility companies, Rivanna Water and Sewer Authority (RWSA), Virginia Department of Health (VDH), and Virginia Department of Transportation VDOT), etc, and other Contractors who may be performing other work at the project site of this work or adjacent to this work. 1.2. ADDITIONAL ENGINEERING SERVICES In the event that the ENGINEER is required to provide additional engineering services as a result of CONTRACTOR error or omissions; substitution of materials or equipment by the CONTRACTOR that are different from what is specified that results in change in dimensions, layout, power requirements, etc.; or if the ENGINEER is required to examine and evaluate any changes proposed by the CONTRACTOR for the convenience of the CONTRACTOR;or if the ENGINEER is required to witness retests of project components,then the ENGINEER's charges in connection with such additional services shall be charged to the CONTRACTOR by the ENGINEER. I 1.3. AGREEMENT Construct WORK under single, all-inclusive AGREEMENT. 1 1.4. LINES, GRADES, AND REFERENCE POINTS A. Project Stakeout: Lines, grades, and construction staking necessary for the proper prosecution of all the WORK specified here in will be established by CONTRACTOR at his expense by a Professional Land Surveyor licensed in the Commonwealth of Virginia. B. Project Control: Ground control and Field surveying has been established during design of the Project by ENGINEER. These points will be provided only one(1)time upon request. All existing grade stakes, reference lines, etc. destroyed by CONTRACTOR during the progress of its WORK will be replaced at CONTRACTOR'S expense. C. Field Verification: Where called for on the Drawings and Specifications or, required for accuracy and fit with existing WORK, CONTRACTOR will make its own field measurements to verify any dimensions shown on the Drawings. Consequently, OWNER and ENGINEER present this information only as an approximation and not a guideline. CONTRACTOR shall be responsible for verification prior to submittal. Dewberry Engineers Inc. Summary of Work DDI#50075656 01010-2 rrr Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 it 1.5 RESPONSIBILITY REGARDING EXISTING UTILITIES AND STRUCTURES A. Existing Structures: The existence and location of underground utilities indicated on the Drawings are not guaranteed and shall be investigated and verified in the field by CONTRACTOR before WORK is begun. Excavation in the vicinity of existing i' structures and utilities shall be carefully performed by hand if deemed appropriate by CONTRACTOR. B. Responsibility: CONTRACTOR shall be held responsible for any damages to,and for maintenance and protection of, existing utilities and structures;and,for repair of such to the complete satisfaction of the respective owner(s). C. Pre-Existing Conditions: For the protection of both itself and OWNER, CONTRACTOR shall make a survey of adjacent properties before commencing operations. Such a survey shall locate all existing cracks and damage to the existing structures by means of drawings and preconstruction photographs. "Tell tales"shall be placed as directed by ENGINEER. D. Documentation: A copy of this report and preconstruction photographs shall be filed with ENGINEER. Any refusal of owner(s) of adjacent property to permit entry for purposes of inspection shall be noted in the report. The purpose of filing the report is to document the pre-existing conditions. Any liability resulting from this is documentation as provided by the contract is soley the CONTRACTOR's responsibility. E. Protection of the Work: CONTRACTOR shall continuously maintain adequate protection of all its WORK and materials from damage or theft and shall protect OWNER'S property and all adjacent property from injury or loss arising in connection with activities provided for this Project. CONTRACTOR shall be liable for any such damage, injury, or loss. F. Protection of Adjacent Facilities: CONTRACTOR shall take, use, provide, and maintain all necessary precautions, safeguards, and protection to prevent accidents, or injury to persons or property on, about, or adjacent to the site of the WORK. CONTRACTOR shall post danger signs warning against any hazards created by the WORK being done under this CONTRACT. CONTRACTOR shall designate a responsible member of its organization to be responsible for the prevention of accidents on the Project.The name of this person so designated shall be reported in writing to ENGINEER. In an emergency affecting the safety of life, or of the WORK or adjoining property, CONTRACTOR,without special instructions or authorization from ENGINEER or OWNER, is hereby permitted to act, at its discretion, to prevent such threatened loss or injury. It must take such action if so instructed or authorized by ENGINEER or OWNER. G. Requirements of Law: CONTRACTOR shall also protect adjacent property as required by law. ams Dewberry Engineers Inc. Summary of Work lir DDI#50075656 01010-3 it 1 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 1.6 APPLICABLE CODES 1 A. Specified Codes: Whenever reference is made to the furnishing of materials or testing thereof to conform to the standards of any technical organization or body, it shall be construed to mean the latest standard, code, specification, or tentative specification adopted and published at the date of Advertisement for Bids, even though reference has been made to an earlier standard; and such standards are made a part thereof to the extent which is indicated or intended. B. Non-Specified Codes: When no reference is made to a code, standard, or specification, the standard Specifications of the ASTM, the ASA, the AIEE, or the NEMA or others, as applicable, shall govern. C. Permits: CONTRACTOR shall be responsible for compliance with all state and local codes and ordinances.1 1. Virginia Department of Transportation (VDOT): A permit from the Virginia Department of Transportation (VDOT) has been obtained by the OWNER. CONTRACTOR shall be responsible for complying with all conditions of this permit, including but not limited to the Performance Bond and the inspection fees. A copy of the VDOT permit conditions can be found in the Appendix. If CONTRACTOR is"shutdown"by VDOT for non-compliance with this permit, then no extension of time will be granted for such "shutdown". CONTRACTOR will be responsible for payment of any highway inspection fees that may be required by the VDOT. CONTRACTOR shall be responsible for insuring that the requirements outlined in the January, 1987 as amended Typical Traffic Control for WORK Area Protection", by the VDOT, are incorporated in its construction methods;and no additional compensation will be made for this compliance. CONTRACTOR shall be responsible for all surface restoration required by VDOT and no additional compensation will be allowed. 2. Albemarle County: Erosion and Sediment Control approval from Albemarle 1 County has been obtained by the OWNER. CONTRACTOR shall be responsible for obtaining a Land Disturbance Permit from Albemarle County and complying with all conditions of this permit, including but not limited to a performance bond and proper documentation. If CONTRACTOR is shutdown"by Albemarle County for non-compliance with this permit,then no extension of time will be granted for such "shutdown". 1 3. State and Local Codes/Ordinances:CONTRACTOR shall be responsible for compliance with state and local codes and ordinances. 1 1.7 COORDINATION A. All WORK shall be coordinated with the OWNER and individual property owners and 1businessowners. At least 48 hours Notice will be given for any WORK involving the existing facilities. 1 Dewberry Engineers Inc. Summary of Work DDI#50075656 01010-4 1111 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 r 1.8 EQUIPMENT/MATERIAL GUARANTEE CONTRACTOR shall furnish a written guarantee from the manufacturer of the equipment and material to ENGINEER at the time of completion of WORK and before acceptance of the installation. The guarantee does not apply to any item damaged from misuse, lack of maintenance, alternation, neglect, accident, or wear from normal use. A. Initial Installation: All equipment/material installed per the Contract Documents shall be free from defect in material or workmanship, and CONTRACTOR shall repair or replace at its expense any such defective equipment for a period of 1 year from the date of Substantial Completion unless otherwise noted in the Contract Documents. B. After Installation: CONTRACTOR shall be responsible for repair or replacement of any equipment or material which fails to meet the design requirements as specified which are revealed during fabrication, installation,demonstration and/or acceptance testing. Repair or replacement of any such equipment/material shall be completed within 60 days at the expense of CONTRACTOR. Liquidated Damages for failure to complete such repair or replacement within the specified time will be assessed in the manner specified in the General Conditions. 1.9 WORK OUTSIDE REGULAR HOURS r. A. If the CONTRACTOR desires to perform work outside the regular hours, he shall request permission to work 48 hours in advance to allow arrangements to be made for proper inspection. The OWNER may refuse the CONTRACTOR permission to work if the 48-hour notice is not given or for other just cause. Reasonable efforts shall be made by the CONTRACTOR to avoid undue noise during the night and on Saturdays and Sundays, if it is necessary to work at such times. Under normal circumstances the CONTRACTOR will not be permitted to work on Saturdays and Sundays. Unless specifically scheduled to work outside normal hours by the OWNER in the interest of public safety or convenience, then the CONTRACTOR will be liable for the expense of overtime work required by OWNER's and/or ENGINEER's employees. This expense includes but is not limited to OWNER and ENGINEER called to the job site outside normal working hours to resolve problems directly related to the project. Normal or regular working hours are defined as 8:00 a.m. to 5:00 p.m. Monday through Friday given all work shall be performed adjacent to properties with iss residential homes. IF CONTRACTOR anticipates working outside normal work hours, he shall notify the ENGINEER and OWNER as soon as possible and no less than 48 hours in advance. PART 2 - PRODUCTS Not Applicable Dewberry Engineers Inc. Summary of Work DDI#50075656 01010-5 1w Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 PART 3 - EXECUTION i 3.1 CONSTRUCTION SCHEDULE AND SEQUENCE A. It shall be the CONTRACTOR'S responsibility to propose a construction schedule to complete all work in the Contract completion time noted in the Information for Bidders and as supplemented herein. It is important to note that there are numerous events and activities held within the Crozet Park, which is adjacent to project limits. Contractor is required to be aware of the schedule of activities for the Park and account for such activities in the construction schedule and sequence to minimize construction impacts to the Park's patrons. B. The OWNER shall have the right to the use of completed facilities as they become available, this shall not relieve contractor of this responsibility to complete work on any such facility. 1 C. The CONTRACTOR shall ensure that all service connections are maintained throughout the duration of the project. END OF SECTION 01010 P:\ACSA15\50075656\Specs\01010-Summary of Work.doc 1 1 1 1 I 1 1 1 Dewberry Engineers Inc. Summary of Work DDI#50075656 01010-6 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 r. SECTION 01027 BASIS OF MEASUREMENT AND PAYMENT ii. PART 1 - GENERAL 1.1. SCOPE Under this section of the specifications, the CONTRACTOR shall furnish all necessary labor, machinery, apparatus, tools, materials, equipment, services, and other necessary supplies and perform all work including excavation and backfilling at the unit or lump sum prices for the following items. PART 2- PRODUCTS 2.1 PAYMENT FOR STORED MATERIALS Payment will be made for materials stored on-site for which a paid invoice or other proof of payment is made within 30 days of receipt. los 2.2. ITEMS INCIDENTAL TO THE WORK aim Any item not specifically referenced in the Bid Schedule but required by the plans and specifications shall be considered incidental to the work. The cost for these items shall be included in the most appropriate Bid Item. 2.3. BID FORM ITEMS Item No.: w 1. Mobilization— Mobilization includes the cost associated with beginning the construction. This item includes but is not limited to the cost of bonds j,,,, insurance permits and moving equipment to the site. The cost will be lump sum and shall not exceed 3%of the total bid. Half of the mobilization will be paid at the time of the first pay request; the remainder will be paid upon completion. 2. 8-inch Waterline—Eight-inch waterline shall be paid for on a horizontal linear foot basis. The method of measurement used throughout the project will be the physical horizontal measurement of the pipe installed. The price in this bid item shall include all cost required to install the waterline which are not specifically included in another bid item. This includes but is not limited to the tata preparation of the work area, clearing, grubbing, tree and stump removal, erosion and sediment control measures, excavation and disposal of any rock off site, connection to existing waterline, pipe, fittings, placement, location marking, testing, connection of existing or new service lines to new waterline, air backfill, and surface restoration (excluding pavement repair). 3. 8-inch Gate Valve—Eight-inch gate valves shall be paid for each installation. The pay item includes but is not limited to all labor, equipment, and materials shown in the drawing detail on the plans to complete the installation. Dewberry Engineers Inc.Basis of Measurement and Payment DDI#50075656 01027-1 ion Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 4. 8-inch x 8-inch Tapping Sleeve and Valve—Eight-inch x eight-inch tapping 1sleeveandvalveshallbepaidforeachinstallation. The pay item includes but is not limited to all labor, equipment, and materials shown on the drawing detail in the plans, excavation, connection to existing eight-inch waterline, backfill, and surface restoration (excluding pavement repair)to complete the installation. 5. 8-inch x 6-inch Tapping Sleeve and Valve— Eight-inch x six-inch tapping 1 sleeve and valve shall be paid for each installation. The pay item includes but is not limited to all labor, equipment, and materials shown on the drawing detail in the plans, excavation, connection to existing eight-inch waterline, backfill, and surface restoration (excluding pavement repair)to complete the installation. 6. 6-inch Waterline—Six-inch waterline shall be paid for on a horizontal linear 1 foot basis. The method of measurement used throughout the project will be the physical horizontal measurement of the pipe installed. The price in this bid item shall include all cost required to install the waterline which are not specifically included in another bid item. This includes but is not limited to the preparation of the work area,clearing,grubbing,erosion and sediment control measures, excavation and disposal of any rock off site, pipe, fittings, placement, testing, backfill, and surface restoration (excluding pavement repair). 7. 6-inch Gate Valve—Six-inch gate valves shall be paid for each installation.i The pay item includes but is not limited to all labor, equipment, and materials shown in the drawing detail on the plans to complete the installation. 8. Fire Hydrant Assembly — Fire hydrant assemblies shall be paid for each 1 installation. The pay item includes, but is not limited to all labor, equipment, and materials shown on the drawing detail in the plans to complete the installation with the exception of the six-inch gate valve and six-inch piping included under separate bid items. 9. Remove/Dispose of Existing Fire Hydrant Complete—The removal of the existing fire hydrants shall be paid for each removal, and include all labor, equipment, materials, clearing, grubbing, excavation, backfill, and erosion and sediment control to complete the removal and disposal of the existing fire hydrant assembly, including proper abandonment of the valve and removal of the valve box. 10. Air Release Valve Assembly—Air release valve assemblies shall be paid for each installation. The pay item includes, but is not limited to all labor, equipment, and materials shown on the drawing detail in the plans to complete the installation. i 11. 1-inch Copper Piping — One-inch copper piping shall be paid for on a horizontal linear foot basis. The method of measurement used throughout the project will be the physical horizontal measurement of the pipe installed. The price in this bid item shall include all cost required to install the copper Dewberry Engineers Inc.Basis of Measurement and Payment DDI#50075656 01027-2 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 it piping which are not specifically included in another bid item. This includes but is not limited to the preparation of the work area, clearing, grubbing, ir• erosion and sediment control measures, excavation and disposal of any rock off site, pipe, placement, testing, connection to existing service or existing meter as appropriate, backfill, and surface restoration (excluding pavement repair). 12. Installation of Meter Box, Meter Yoke,and Water Meter—Installation of the new meter box, meter yoke, and water meter shall be paid for each installation. The pay item includes, but is not limited to all labor, equipment, materials shown on the drawing detail in the plans, coordinating and confirming the final location, clearing, grubbing, excavation and disposal of any rock off site, testing, backfill, and erosion and sediment control to complete the installation of the new meter box, meter yoke, and water meter and re-connect the existing water service connection on the customer's side of the new water meter. Water meter to be furnished by ACSA. 13. Remove/Dispose of Existing Water Meter Complete—The removal of the existing water meters shall be paid for each removal, and include all labor, equipment, materials, clearing, grubbing, excavation, backfill, and erosion and sediment control to complete the removal and disposal of the existing water meter box, meter, associated appurtenances, and the disconnection and capping of the existing water service connection from the existing waterline to be abandoned. 14. Abandon Existing 6-inch Waterline w/Flowable Fill within VDOT right-of- a`" The abandonment of the existing six-inch waterline with flowable fill within VDOT right-of-way will be paid for on a cubic yard basis,and include all labor, equipment, materials, excavation, backfill, and erosion and sediment control to complete the abandonment of the existing six-inch waterline. 15. Pavement Demolition for Utility Installation, including removal of existing subbase—Pavement demolition and removal of existing pavement subbase shall be paid for on a square foot basis. The pay item includes, but is not limited to all labor, equipment, and materials shown on the drawing detail in the plans including saw cutting as necessary for clean lines, excavation, removal and disposal of existing pavement off-site, removal and disposal of existing subbase off-site, and erosion and sediment control to complete the pavement demolition associated with the proposed utility installation. 16. Pavement Milling — Pavement milling shall be paid for on a square foot basis. The pay item includes, but is not limited to all labor, equipment, materials, and erosion and sediment control to complete the 1.5-inch thick milling per the limits shown on the plans. 17. SM-9.5A Asphalt Surface Course, including overlay — SM-9.5A asphalt surface course shall be paid for on a per ton basis. The pay item includes, but is not limited to all labor, equipment, and materials shown on the drawing detail in the plans, and erosion and sediment control to install the surface course of asphalt, including pavement overlay. r. Dewberry Engineers Inc.Basis of Measurement and Payment DDI#50075656 01027-3 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 18. BM-25 Asphalt Base Course—BM-25 asphalt base course shall be paid for on a per ton basis. The pay item includes, but is not limited to all labor, 1equipment, and materials shown on the drawing detail in the plans, and erosion and sediment control to install the base course of asphalt. 19. Stone Aggregate No. 21 A—Stone aggregate No. 21 A shall be paid for on a per ton basis. The pay item includes, but is not limited to all labor, equipment, and materials shown on the drawing detail in the plans, and erosion and sediment control to install and compact 21A stone aggregate. 20. Remove Unsuitable Material and Backfill with Select Fill Aggregate—This pay item shall be paid on a cubic yard basis and includes, but is not limited to all labor, equipment, and materials required for the excavation and proper disposal off-site of unsuitable material where authorized or directed by OWNER or Owner's representative in the field below the levels required for the Work in Bid Items 1 through 19, and providing, backfilling, and compacting pipe bedding material per specifications. This pay item will only be utilized when authorized and directed by Owner or Owner's representative in the field. Payment amount for removal of unsuitable material and backfilling with select fill aggregate shall be based on the actual quantities authorized and approved by the Owner multiplied by the unit cost provided by the bidder on the Bid Form. The final contract amount shall be adjusted upward or downward based on the actual quantity of unsuitable material removed and select fill aggregate backfilled. Field measurements shall be based on a standard trench width of 24-inches when installing pipe in areas under pavement, and a standard trench width of the external diameter of the installed pipe plus 16-inches when installing pipe in areas outside the limits of pavement. Removal of unsuitable material and backfill of select fill aggregate in areas of trench wider than specified due to contractor's over-excavation shall be provided at no cost to the OWNER. 21. Remove Unsuitable Material and Backfill with Select Fill Earth—This pay item shall be paid on a cubic yard basis and includes, but is not limited to all labor, equipment, and materials required for the excavation and proper disposal off-site of unsuitable material where authorized or directed by OWNER or Owner's representative in the field within the levels required for the Work in Bid Items 1 through 19, and providing and backfilling with satisfactory soil materials per specifications when satisfactory soil materials are not available from excavated soils. This pay item will only be utilized when authorized and directed by Owner or Owner's representative in the field. Payment amount for removal of unsuitable material and backfilling with select fill earth shall be based on the actual quantities authorized and approved by the Owner multiplied by the unit cost provided by the bidder on the Bid Form. The final contract amount shall be adjusted upward or downward based on the actual quantity of unsuitable material removed and select fill earth backfilled. Field measurements shall be based on a standard trench width of 24-inches when installing pipe in areas under pavement, and a standard trench width of the external diameter of the installed pipe plus 16- inches when installing pipe in areas outside the limits of pavement. Removal of unsuitable material and backfill of select fill earth in areas of trench wider than specified due to contractor's over-excavation shall be provided at no Dewberry Engineers Inc.Basis of Measurement and Payment DDI#50075656 01027-4 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 cost to the OWNER. 2.4 ROCK Rock excavation is unclassified for this Project. A. Unclassified: No additional payment will be made for rock excavation or disposal off site. PART 3 - EXECUTION 3.1. PAY ITEMS The items listed herein before are the same items listed in the Bid herein before and constitute all of the pay items in this contract. Any other items of work listed in the Specifications, or shown on the Drawings, shall be considered incidental to the above items. 3.2. REQUIREMENTS FOR PARTIAL PAYMENTS A. Partial Payment requests will be made on an approved form. The Contractor will attach copies of invoices for all materials included in the Payment Request. Payments will be made on all major items of materials stored on site; however,the Owner will not pay for miscellaneous incidental materials stored on site, nor for any materials stored off site. B. The effective date for Partial Payment shall be established during the Pre- Construction Conference. Requests for payment shall be evaluated on the basis of work completed as of the effective date, not on the basis of projected work completed. C. Retainage for Partial Payments from the Owner shall be in accordance with the General Conditions. D. The work to be performed under the Contract will commence with the date established in the Notice to Proceed. Substantial Completion shall be achieved within the time period stated in the Bid Proposal. E. Prior to the Pre-Construction Conference, the Contractor shall submit the following: 1. List of principal Subcontractors and Suppliers 2. Schedule of Values 3. Progress Schedule and first progress report 4. Schedule of Submittals and Shop Drawings 5. Copies of building permits, other required permits, and similar start-up-up authorization certifications. 3.3. FINAL PAYMENT A. Final Payment may be requested when the Engineer is satisfied and the following conditions have been fulfilled: Dewberry Engineers Inc.Basis of Measurement and Payment DDI#50075656 01027-5 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 1. Complete close-out requirements specified in Section 01700 Project Closeout. 2. Complete work listed as incomplete at time of Substantial Completion or otherwise assure Owner of subsequent completion of individual incomplete items. Retainage will be held until all punch list items are completed and close-out documents are received. 3. Settle liens and other claims or assure Owner of subsequent settlement. Execute and submit to Engineer for approval, five (5) copies each of Contractor's Affidavit of Payment of Debts and Claims and Contractor's Affidavit of Release of Liens. 4. Submit proof of payment on fees, taxes, and similar obligations. 5. Transfer operational, access, security, and similar provisions to Owner and remove temporary facilities, tools, and similar items. 6. Obtain consent of surety for final payment. Execute and submit to Engineer 1 for approval, five (5) copies of Consent of Surety to Final Payment. 1ENDSECTION0 027 P:\ACSA15\50075656\Specs\01027-Basis of Measurement and Payment.doc 1 1 1 1 1 1 1 1 Dewberry Engineers Inc.Basis of Measurement and Payment DDI#50075656 01027-6 Ilw Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 SECTION 01200 PROJECT MEETINGS PART 1 - GENERAL ism 1.1 SCOPE OF WORK A. The Engineer and Owner will schedule and administer a preconstruction meeting, periodic progress meetings, and specially called meetings through the progress of the work. 1.Prepare agenda for meetings 2. Make physical arrangements for meetings 3.Preside at meetings B. Representative of the Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. C. The Contractor shall attend meetings to ascertain that work is expedited consistent l" with Contract Documents and construction schedules. 1.2. PRECONSTRUCTION MEETING i. A. A preconstruction meeting will be scheduled before the Contractor starts Work. B. Location: At the Owners offices or place designated by the Owner. C. Attendance: 1. Owner's representative 2. Contractor's project manager and superintendent is. 3. Major subcontractors 4. Utilities representativew 5. Others as appropriate D. Suggested Agenda: 1. Distribution and discussion of: a. List of major subcontractors and suppliers b. Projected construction schedules 2. Critical work sequencing ii.Dewberry Engineers Inc. Project Meetings DDI#50075656 01200- 1 or. Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 3. Major equipment deliveries and priorities 1 4. Project coordination: a. Designation and responsible personnel 5.Procedures and processing of: a. Field decisions 1 b. Proposal requests c. Submittals d. Change Orders e. Applications for payment 6. Adequacy of distribution of Contract Documents 1 7.Procedures for maintaining Record Documents 8. Use of premises: 1 a. Office, work and storage areas b. Owner's requirements 9. Construction facilities, controls and construction aids 10. Temporary utilities 1 11. Housekeeping procedures 12. Check of required Bond and Insurance certifications 13. Liquidated damages I 14. Check of required Permits 15. Laboratory testing of material requirements 16. Inventory of material stored on site. 17. Wage determination compliance and records, work hours 1 18. MBE/WBE fair share objective, affirmative action, nondiscrimination policies, if appropriate 19. Communication lines and contact persons, including address and telephone number 20. Manufacturer's operation and maintenance manuals, and operation and maintenance training. 21. Regulatory agency inspections Dewberry Engineersineers Inc. Project Meetings DDI#50075656 01200-2 irk Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 its 22. Progress agency inspections 23. Job site safety 1.3. PROGRESS MEETINGS A. Regular periodic meetings will be held as deemed necessary by the Engineer and rrr Owner or Owner's Inspector. B. Additional meetings will be scheduled as required by progress of the work. C. Location of the meetings: A site designated by the Owner D. Attendance: tow 1.Engineer and his professional consultants as needed 2. Contractor and his Subcontractors (as appropriate to the agenda) 3. Owner's representative 4. Others as appropriate E. Suggested Agenda: Nib 1.Review and approval of minutes of previous meeting 2.Review of work progress since previous meetingimp 3.Field observations, problems, conflicts 4.Problems which impede Construction Schedule 5.Review of off-site fabrication, delivery schedules 6. Corrective measures and procedures to regain projected schedule 7. Revisions to Construction Schedule 8.Progress schedule during succeeding work period 9. Coordination of schedules 10. Review of submittal schedules, expedite as required 11. Maintenance of quality standards 12. Pending changes and substitutions k 13. Review proposed changes for: irk Dewberry Engineers Inc. Project Meetings DDI#50075656 01200-3 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 a. Effect of Construction Schedule and on completion date 1 b. Effect of other contracts of the Project F. The Contractor is to attend progress meetings and is to study previous meeting 1minutesandcurrentagendaitems, in order to be prepared to discuss pertinent topics such as deliveries of materials and equipment, progress of the work, etc. G. The Contractor is to provide a current shop drawing submittal log at each 1 progress meeting in accordance with Section 01300. PART 2 - PRODUCTS Not Applicable t PART 3 - EXECUTION Not Applicable END OF SECTION 01200 P:\ACSA15\50075656\Specs\01200-Project Meetings.doc I 1 1 I I 1 Dewberry Engineers Inc. Project Meetings DDI#50075656 01200-4 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents AC SA Project No.:2015-08 SECTION 01300 SUBMITTALS it PART 1 - GENERAL all 1.1 GENERAL REQUIREMENTS A. The Contractor shall provide samples and shop drawings as requested under the specifications in accordance with the following requirements. When the Work of the Project is divided into separate Contracts, each Prime Contractor shall provide submittals directly to the Engineer. No materials shall be used in the work which do not equal the approved samples or shop drawings. B. Materials or appliances requiring approval must not be fabricated or incorporated into the work until approval has been given. The approval or acceptance of samples shall not preclude the rejection of any material upon the discovery of defects prior to the final acceptance of the complete work. C. After a material has been approved, no change in brand or manufacturer will be permitted unless satisfactory written evidence is presented to, and approved by the Engineer, that the manufacturer cannot make scheduled delivery of approved material, or that other conditions are apparent which indicate the approval of such substitute materials to be in the best interest of the Owner. D. Samples, shop drawings, material lists, manufacturers' literature, and other required information shall be submitted in sufficient time, and clearly marked, to permit proper consideration and action on same before any materials which such samples, shop drawings, and information represent are delivered to the site. The Contractor shall be held responsible for any delay in the progress of the Work which may be due to his failure to observe these requirements. E. Shop drawings and samples shall be submitted to the Engineer in sufficient quantity to permit the Engineer to retain two (2) copies and return the number of copies required by the Contractor. F. Any submittal which requires the selection of color by the Engineer shall be submitted such that all color selections can be made at the same time. Submittals shall be held by the Contractor for a single submittal of all items requiring color choice or sufficient time will be allowed for the Engineer to receive all submittals to prepare a comprehensive color selection. PART 2 - SAMPLES Dm 2.1 SAMPLES rW A. Samples and mock-ups shall be submitted in duplicate except where a greater number is specifically required by the specifications. aim B. Samples and manufacturers' literature shall be forwarded (prepaid) to Engineer's office accompanied with a transmittal letter containing the following information: Dewberry Engineers Inc. Submittals DDI#50075656 01300-1 Yr Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 name of project, contractor, description of product, manufacturer, model number, ASTM or Federal Specification number where applicable. Catalogs shall be marked to indicate specific items submitted for approval. C. Samples which are rejected by the Engineer must be re-submitted as soon as possible after notification of rejection and shall be marked"Re-submitted Sample"in addition to other required information. D. The right shall be reserved to require submission of samples of any material or any imateriallists, whether or not particularly mentioned in the Specifications. 2.2 SHOP DRAWINGS 1 A. Submission of shop drawings shall comply with the following requirements: 1. The shop drawings shall be clearly marked and submitted sufficiently in advance of the work which they cover to afford ample time for checking, correcting, and rechecking if necessary. No claim for delay will be granted the Contractor if caused by his failure to comply with the requirements of this Section. 2. Before submitting for approval,the Contractor shall check all shop drawings, including those submitted by subcontractors, for accuracy and to ascertain that all work contiguous with and having bearing on other work shown on the shop drawings is accurately drawn, and that the work shown is in conformity with the contract requirements. 3. Shop drawings submitted for approval shall bear the Contractor's stamp of approval as evidence that such drawings and details have been checked by the Contractor. The submission of shop drawings (in either the original submission or when resubmitted with corrections) constitutes evidence that the Contractor has checked all information therein, and that he accepts and is willing to perform the work, as shown, in a workmanlike manner and in accordance with the best standard practices. 4. No claim for an extra shall be based on work shown on the shop drawings, unless such claim is noted on the Contractor's transmittal letter accompanying the shop drawings. The Contractor's approval shall contain the following statement:1 The equipment and material shown and marked in this submittal is that proposed to be incorporated into this Project, and has been checked for and 1isincompliancewiththeContractDocumentsunlessotherwiseshownin bold face type or lettering and listed on a page or pages headed DEPARTURES FROM CONTRACT DOCUMENTS,"and can be installed in the allocated spaces. Checked By: Date: The person signing the stamp shall be one designated in writing by the Contractor as having that authority. The signature shall be handwritten in ink. Dewberry Engineers Inc. Submittals DDI#50075656 01300-2 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 Stamped signatures are not acceptable. 5. The Engineer's approval of shop drawings and schedules shall not relieve the Contractor from responsibility for deviation from drawings and specifications unless he has in writing called the Engineer's attention to such deviations at the time of submission. The Engineer's approval shall not relieve Contractor from responsibility for errors of any sort on shop drawings or schedules. B. ENGINEER'S ACTION: Review is only for conformance with the design concept of the project. Markings or comments do not relieve the CONTRACTOR from compliance with the contract documents nor allows departure therefrom. The CONTRACTOR remains responsible for details and accuracy, for confirming and correlating all quantities and dimensions, for selecting fabrication processes, for technique of assembly, for coordination of the work with all trades, and for performing this work in compliance with the contract documents. Where action and return is required or requested, ENGINEER will review each submittal, mark with "Action". 1.Final Unrestricted Release: Work may proceed, provided it complies with Contract Documents, when submittal is returned with the following marking: No Exceptions Taken" 2.Final-But-Restricted Release: Work may proceed, provided it complies with notations and corrections on submittal and with Contract Documents, when submittal is returned with the following marking: Make Changes Noted" 3.Returned for Re-submittal: Do not proceed with work. Revise submittal in accordance with notations thereon, and resubmit without delay to obtain a different action marking. Do not allow submittals with the following marking or unmarked submittals where a marking is required) to be used in connection with performance of the work: Revise and Resubmit" 4. Returned for Non-Compliance: Do not proceed with work. Product submitted does not comply with Contract Documents. Resubmit for product complying with the requirements of the Contract Documents. Do not allow submittals with the following marking to be used in connection with performance of the work: iw Not Approved" or "Rejected" Dewberry Engineers Inc. Submittals DDI#50075656 01300-3 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 PART 3 - PRODUCTS Not Applicable 1 PART 4- EXECUTION Not Applicable END OF SECTION 01300 1 P:\ACSA15\50075656\Specs\01300-Submittals.doc 1 1 1 1 1 1 1 1 1 1 Dewberry Engineers Inc. Submittals DDI#50075656 01300-4 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SCOPE Refer to General Conditions for requirements for the Contractor to provide temporary facilities as required for performance of the Work and fulfillment of the Contract. This section specifies certain minimum temporary facilities to be provided by Contractor regardless of methods and means selected for performance of the Work. This section is not intended to limit the Contractor's provisions for temporary facilities nor does it assure compliance with local governing regulations. Use of alternate provisions for temporary facilities is the Contractor's option, subject to the Engineer's acceptance. Temporary facilities are defined to exclude tools and construction machines, testing, demolition, alterations, soil borings, mock-ups and similar items. 1.2 COST OF TEMPORARY SERVICES W Costs for temporary services, utilities and facilities, unless otherwise specifically indicated shall be the responsibility of the Contractor. 1.3 SEPARATE PRIME CONTRACTORS A. When the Project Work is divided into more than one Contract, each Contractor will be responsible for an equitable share in the cost of producing and maintaining temporary facilities. The General Construction Contractor will be responsible for all temporary facilities described herein. The Engineer will approve assessments by the General Construction Contractor for the use of these temporary facilities by the other Prime Contractors. B. Each Prime Contractor will be responsible for providing his own Field Office and Materials Storage. C. Installation of temporary electrical and water service shall be provided by the Contractor. D. Any utilities which are disturbed shall be repaired at the expense of the Contractor ism who is responsible for damages. PART 2 - PRODUCTS 2.1 MATERIALS STORAGE Provide suitable and sufficient enclosed and covered spaces,with raised flooring,to protect materials and equipment subject to damage by weather or construction. Materials stored on site which have not been properly protected shall not be acceptable for use in construction or approved for payment. it Dewberry Engineers Inc. Temporary Facilities and Controls DDI#50075656 01500-1 it Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 2.2 FENCING AND BARRICADES A. Provide fences and barricades and protection devices sufficient to prevent injury to persons or damage to property in accordance with all Safety Requirements of applicable standards, codes, ordinances, and insurance agencies. 1 B. Provide temporary walkways as necessary for safe, uninterrupted pedestrian traffic. 2.3 SCAFFOLDING AND SHORING i A. Provide scaffolding, ramps, runways, platforms, guards, rails, stairs, and ladders as necessary for this work. 1 B. Meet all safety requirements of applicable standards, codes, ordinances, and insurance agencies. i C. Provide lights and signs to prevent damage or injury. D. Provide all shoring, bracing and sheeting as required for safety and proper execution of the Work. Remove when no longer required. 2.4 LIFTING AND HOISTING 1 Provide hoists, temporary elevators, lifts, cranes, and towers necessary for expediting the handling of materials. 2.5 TOILETS Provide adequate and sanitary temporary outside toilet facilities for use of persons working at site. Provide toilet facilities with adequate light and ventilation and toilet tissue in suitable holder. Comply with applicable legal and health requirements. Toilet facilities shall be secluded from public observation and shall not create nor allow a public nuisance. Temporary sanitary facilities shall be removed upon completion of the work and the premises shall be left clean. Workmen shall not use permanent washroom facilities in existing facilities or new work except by written permission of the Owner. 2.6 ELECTRICITY A. Make arrangements for, and provide temporary equipment, poles, wiring, switches, and outlets necessary to provide an adequate supply of electricity for lighting and power for construction purposes. Cost of temporary service shall be borne by the Contractor. B. The Contractor shall make arrangements for meter installation, service connections, and wiring to meet the requirements of completed project. 2.7 WATER A. Make arrangements for, and provide temporary equipment and piping necessary to provide an adequate supply of water for construction purposes. Cost shall be borne by the Contractor. Dewberry Engineers Inc. Temporary Facilities and Controls DDI#50075656 01500-2 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 B. The Contractor shall make arrangements for main connection, and incoming pipes to r• meet requirements of completed project. 2.8 HEAT aim A. The General Contractor shall provide temporary heat during the course of the project to provide protection for the workmen and all installed materials and equipment during cold weather. The technical specifications outline minimum temperatures required for various portions of the Work. B. The General Contractor shall pay for fuel and attendance of the permanent heating system for all heat during construction to maintain the integrity of the building and all installed equipment until the project is accepted by the Owner as Substantially Complete. aim C. Temporary Heating shall be of a type approved by the Engineer and complying with all applicable safety and fire code regulations. 2.9 PUMPING AND DRAINING Provide pumping equipment to keep construction and storage areas free from standing water that could cause damage or that would interfere with the work. 2.10 TELEPHONE Provide and pay for telephone service for use of job personnel working on the site. Limit use to business calls. 2.11 ACCESS A. The Project Site shall at all times be accessible for delivery of construction materials and equipment. Maintenance of access points and access roads, loading and unloading areas and directional signage shall be the responsibility of the Contractor. B. Provide signage and barricades to clearly direct pedestrian and construction traffic. C. Any damage to existing paved surfaces, curbing, landscaping, etc. shall be restored or repaired by the Contractor. D. Stabilize parking areas and access roads with a base of crushed stone as soon as practicable after finish grading. 2.12 FIRST AID FACILITIES The Contractor shall provide at the site, such reasonable equipment and facilities as are necessary to supply first aid to any of his personnel who may be injured in connection with the work. t'" 2.13 BARRICADES, WARNING SIGNS, AND LIGHTS Dewberry Engineers Inc. Temporary Facilities and Controls DD I#50075656 01500-3 imp Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 Contractor shall provide, erect and maintain as necessary, strong and suitable barricades, fencing, danger signs and warning lights and as may be required for the safety of all those employed in the work, visiting the construction site, and for the general public. PART 3 - EXECUTION i 3.1 GENERAL A. Maintain all necessary temporary facilities until the project has reached Substantial Completion and is accepted by the Owner. B. Provide sheds and covered spaces suitable for storage of materials and equipment 1 requiring protection as approved by the Engineer. C. Erect and maintain scaffolding, ramps, platforms,guards, rails, stairs,and ladders as necessary for this work to meet all applicable safety laws and ordinances. D. Maintain safety lights signage and other safety provisions. Keep safety lights burning from twilight to dawn. E. Install lifting and hoisting equipment to meet all applicable safety requirements. i F. Maintain adequate toilet facilities and keep toilets in clean and sanitary condition. G. Make arrangements and install temporary water, electric, and telephone service 1requiredfortheproject. H. Maintain temporary heating system during cold weather to adequately protect the work in place or work being placed. Specific requirements for environmental conditions can be found in the technical sections of the Specifications. Pump or drain water to keep work and storage area free from water which could 1 interfere with the work, or could cause damage. Distribute discharge to prevent erosion. J.Remove all temporary work at the completion of the project, unless directed 1 otherwise by the Engineer. K. Clean spaces that were occupied by temporary work. Periodically,and as directed by the Engineer, remove all debris and rubbish from the site. L. Comply with the project's Storm Water Pollution Prevention Plan.1 3.2 ACCIDENT A. The Contractor shall promptly report in writing to Owner and Engineer all accidents i what-so-ever arising out of, or in connection with, the performance of the work, whether on or adjacent to the site, which cause death, personal injury or property damage, giving full details and statements of witnesses. Dewberry Engineers Inc. Temporary Facilities and Controls DDI#50075656 01500-4 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 kw B. If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to both the Owner and the Engineer. C. If any claim is made by anyone against the Contractor or a subcontractor on account of any accidents,the Contractor shall promptly report the facts in writing to the Owner and Engineer, giving full details of the claim. 3.3 ACCOMMODATION OF TRAFFIC ins A. During the progress of the work; streets, driveways, sidewalks, and crossings shall be kept open for the passage of traffic and pedestrians and shall not be unnecessarily obstructed unless authorized by the authority having jurisdiction over same. The Contractor shall take such measures at his own expense, as may be necessary to keep the street open for traffic, and shall give advance notice to the Fire and Police Departments of his proposed street operations. B. Warning signs shall be provided along all highways while work is in progress; and where traffic direction is required flagmen shall be designated by the Contractor to direct traffic past the equipment, machinery, or construction operations. Barricades and lights shall be provided as required to protect traffic. Where trenches have been cut in road shoulders on which traffic may pass at times, red flags and warning signs shall be placed at frequent intervals and maintained until the shoulder is safe for travel. The traveling public shall be warned of the construction with signing that is in accordance with VDOT policy. C. The Contractor shall notify Albemarle County and VDOT five working days in advance of work in highway right-of-way, and shall fully cooperate with all parties. D. The Contractor shall construct and maintain, without extra compensation, such adequate and proper bridges over excavations as may be necessary or directed for the purpose of accommodating pedestrians or vehicles. E. All temporary means constructed by the Contractor for maintaining traffic shall be removed upon completion of the work unless otherwise specified by the Engineer and any damage done to public or private property shall be corrected or other action i.ns taken to restore to original condition by the Contractor. F. All dirt spilled from the Contractor's trucks on existing pavements over which it is hauled or which has otherwise been deposited thereon shall be removed by the Contractor whenever in the opinion of the Engineer the accumulation is sufficient to cause the formation of mud, dust, interference with traffic or create a traffic hazard. 3.4 PUBLIC CONVENIENCE AND PROTECTION A. During progress of the work, the convenience and protection of the public shall be provided for, and interference's held to a minimum. B. The Contractor shall, at all times, conduct the work in such a manner as to insure the least practicable obstruction to public travel. The convenience of the general public and of the residents along or adjacent to the area of the work shall be provided for in Dewberry Engineers Inc. Temporary Facilities and Controls DD I#50075656 01500-5 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 a satisfactory manner, consistent with the operation and local conditions. Road and streets must be kept open at all times or suitable detours provided. Access to fire hydrants and other fire extinguishing equipment shall be provided and maintained at all times. C. When necessary, for the protection of the public, the Contractor shall provide 1 watchmen and/or lights to burn between twilight and sunrise, and shall erect and maintain barriers and all other necessary protection around the work at his own expense. He shall also take other precautions as may be necessary to protect life and property. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to the protection of the work after twenty-four(24)hours notice in writing; and, in cases of emergency, the Owner shall have the right to remedy any neglect without previous notice, and in either case deduct the cost of such remedy from money due the Contractor. 3.5 PERIODIC CLEAN UP; BASIC SITE RESTORATION 1 A. During construction, the CONTRACTOR shall regularly remove from the site of the work all accumulated debris and surplus materials of any kind which result from his operations. Unused equipment and tools shall be stored at the CONTRACTOR'S yard or base of operations for the project. B. When the work involves installation of sewers, drains, water mains, manholes, 1 underground structures, or other disturbance of existing features in or across streets, rights-of-way, easements, or private property,the CONTRACTOR shall (as the work progresses) promptly backfill, compact, grade, and otherwise restore the disturbed area to the basic condition which will permit resumption of pedestrian or vehicular traffic and any other critical activity or functions consistent with the original use of the land. All work within 500 feet of the forward progress shall be complete with the exception of testing. The CONTRACTORS forward progress is subject to being suspended if in the opinion of the ENGINEER the above requirement is not met. The requirements for temporary paving of streets, walks, and driveways are specified elsewhere. Unsightly mounds of earth, large stones, boulders, and debris shall be removed so that the site presents a neat appearance. C. The CONTRACTOR shall perform the clean-up work on a regular basis and as frequently as ordered by the ENGINEER. Basic site restoration in a particular area shall be accomplished immediately following the installation and/or completion of the required facilities in that area. Furthermore such work shall also be accomplished, when ordered by the ENGINEER, if partially completed facilities must remain incomplete for some time period due to unforeseen circumstances. D. Upon failure of the CONTRACTOR to perform periodic clean-up and basic restoration of the site to the ENGINEER'S or OWNER'S satisfaction,the OWNER may, upon five 5) days prior written notice to the CONTRACTOR, without prejudice to any other rights or remedies of the OWNER, cause such work for which the CONTRACTOR is responsible to be accomplished to the extent deemed necessary by the ENGINEER or OWNER, and all costs resulting therefrom shall be charged to the CONTRACTOR and deducted from the amounts of money that may be due him. The CONTRACTOR shall receive no consideration for time extension or compensation for production time lost while not in compliance with the requirements for clean up. Dewberry Engineers Inc. Temporary Facilities and Controls DDI#50075656 01500-6 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 E. The CONTRACTOR shall promptly replace or restore all existing improvements and ft+ facilities such as mailboxes, signs, ornamental or decorative items, etc. that are temporarily removed to facilitate construction. Improvements and facilities that are damaged by the CONTRACTOR during the course of construction shall be promptly replaced at the CONTRACTOR'S expense. END OF SECTION 01500 is.P:\ACSA15\50075656\Specs\01500-Temp Facilities.doc Yrs it lir Yrr Irs rr Yrs Ls Yrr Dewberry Engineers Inc. Temporary Facilities and Controls DDI#50075656 01500-7 irl Albemarle County Service Authority Jul Y 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 1 1 1 1 1 1 1 NO TEXT THIS PAGE i z 1 1 1 I 1 Dewberry Engineers Inc. Temporary Facilities and Controls DDI#50075656 01500-8 ire Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 SECTION 01700 PROJECT CLOSEOUT PART 1 - GENERAL 1.1. SUMMARY A. This Section provides for the orderly and efficient transfer of the WORK from the CONTRACTOR to OWNER. 1.2 RELATED SECTIONS A. The provisions and intent of the AGREEMENT, including the General Conditions, Supplemental Conditions, and other requirements of the Contract Documents apply to the WORK as specified in this Section. WORK related to this Section is described throughout the Specifications. 1.3 SUBMITTALS A. Contractor's As-Built Markups for Record Drawings B. Affidavit of Payment C. Affidavit of Release of Liens 11. D. Final Change Order (based on actual quantities installed) 11111 E. Consent of Surety for Final Payment F. Contractor's Certification of Completion Jos G. Final Waiver of Lien H. Final Pay Application 1.4 WARRANTY A. Guarantee: CONTRACTOR warrants the equipment and/or materials delivered and installed under the AGREEMENT are free from defects in design, material or workmanship, and against damage caused prior to final inspection. Unless otherwise specified, this warranty extends for a period of 1 year from the date of Final Completion. B. Prompt Repair: CONTRACTOR shall promptly repair or replace all defective or damaged items delivered under the AGREEMENT. CONTRACTOR may elect to have any replaced item returned to its plant at its sole expense. C. Owner's Option: In the event of equipment and/or materials failure, during such time or in such a location that immediate repairs are mandatory, CONTRACTOR shall respond promptly, regardless of time. If CONTRACTOR is not available, OWNER Dewberry Engineers Inc. Project Closeout DD I#50075656 01700- 1 wi Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 personnel or other contractors, secured by OWNER, will effect repairs. CONTRACTOR shall then reimburse OWNER for parts and labor and/or other contractors costs necessary to correct deficiencies as defined within the warranty clause and time. 111 PART 2 - PRODUCTS 2.1 SUBSTANTIAL COMPLETION A. Record Drawings: The CONTRACTOR shall maintain an accurate set of Record Drawings and Specifications as called for in the Supplemental Conditions. Prior to Substantial When the WORK is divided in to separate contracts, each Prime Completion, CONTRACTOR shall prepare marked prints showing the installed locations and sizes of all underground or concealed portions of the WORK that are different from those shown in the Contract Documents. These Drawings shall be based on the set kept at the Project site and shall also show any other changes made to the Project during construction. These Drawings shall be submitted to ENGINEER at completion of the WORK. As-built information shall include the following as a minimum, where applicable: 1. Size, horizontal and vertical location of any existing utilities uncovered during the course of the work. This shall include telephone cables and conduits, fiber-optic cables and conduits, television cables, electrical cables and conduits, gas lines, water lines, sewer force mains, sanitary sewers, storm sewers, and the like. 2. Location of lines plugged or capped. 3. Swing ties to all structures installed such as manholes, air vents, hydrants, valve boxes, blowoffs, cleanouts, and the like. 4. Sizes and types of materials used and changes in sizes and types of materials. 5. Location of all sleeves, bends, and other fittings including method of restrainment used; for example, thrust block, retainer glands, tie rods, and the like. 6. The Record Documents are a specific contract requirement of the Contractor. Final payment will not be issued until said documents have been submitted to the Engineer in an acceptable form. B. Owner's Manuals: Not Applicable 2.2 WARRANTIES: Four (4) copies of warranties shall be submitted prior to substantial completion for equipment installed. ect Closeoutj Dewberry Engineers Inc. Project DDI#50075656 01700-2 aro Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 PART 3 - EXECUTION ibi 3.1 SUBSTANTIAL COMPLETION PROCEDURES A. Owner's Use: The following procedures are to be applied towards OWNER'S utilizing the Project: 1.Initial Punch List: Within a reasonable time after receipt from CONTRACTOR of a comprehensive list of items which need to be completed or corrected, the ENGINEER will determine status of completion. 2.Incomplete Work: Should ENGINEER determine that the WORK is not substantially complete: a. Notification: ENGINEER will promptly so notify CONTRACTOR, in writing, given the reasons therefor. b. Contractor Remedy: CONTRACTOR shall promptly remedy the deficiencies and notify ENGINEER when ready for inspection. c. Additional Cost: The cost of reinspection for Substantial Completion will be borne by CONTRACTOR. 3. Completed Work: When ENGINEER concurs that the WORK is substantially complete: a.Releases/Consent of Surety: Contractor shall forward a completed Release and Waiver of Claims" and "Consent of Surety" to ENGINEER prior to ENGINEER'S preparation of the "Certificate of Substantial Completion" and the list of items to be completed or corrected by CONTRACTOR. b.Engineer's Acceptance: ENGINEER will submit the Certificate to OWNER and to CONTRACTOR for their written acceptance of the responsibilities assigned to them in the Certificate. 4.Retainage: Five percent (5%) of contract total will be held until close-out irg documents are received and all punch list items are completed. 3.2 INSTRUCTIONS TO OWNER A. Operation and Maintenance: CONTRACTOR shall instruct OWNER or its authorized representative in the proper operation and maintenance of all elements of the Project systems as specified. 3.3 CLEAN-UP/RESTORATION A. Definition: Except as otherwise specifically provided, "clean" (for the purpose of this Section) shall be interpreted as meaning the level of cleanliness generally provided by VDOT roadway construction projects. B. General: Prior to completion of the WORK, remove from the job site all tools,surplus rr Dewberry Engineers Inc. Project Closeout DDI#50075656 01700-3 Irr I Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 materials, equipment, scrap, debris, and waste. Conduct final progress cleaning as described above. Restore all disturbed areas to a condition equal to or better than that prior to construction. C. Site: Unless otherwise specifically directed by ENGINEER, hose down all paved Iareasonthesite. Completely remove all resultant debris. D. Timing: Schedule final cleaning as approved by ENGINEER, to enable OWNER to receive a completely clean Project. 3.4 FINAL COMPLETION A. Notification: Prepare and submit to ENGINEER a written notice that the Project isP1 complete and ready for final inspection and acceptance. B. Verification: Verify that the WORK is complete. 1 C. Certification: CONTRACTOR shall certify that: 1. Review: Contract Documents have been reviewed 2.Inspection: WORK has been inspected for compliance with the Contract IDocuments. 3. Completeness: WORK has been completed in accordance with the Contract Documents. 4. Testing: Equipment and systems have been tested as required, and are operational.I 5. Final Inspection: WORK is completed and ready for final inspection. D. Incomplete Determination: Should ENGINEER determine that the WORK is 1 incomplete or defective: 1. Notification: ENGINEER will promptly so notify CONTRACTOR, in writing, listing the incomplete or defective WORK. 2. Contractor Remedy: CONTRACTOR shall remedy the deficiencies promptly, and notify ENGINEER when ready for inspection. 3. Additional Cost:The cost of reinspection for Final Completion will be borne by tCONTRACTOR. E. Acceptance: When ENGINEER determines that the WORK is acceptable under the Contract Documents, it will request the final Application for Payment from CONTRACTOR. I F. Reimbursement: CONTRACTOR shall reimburse OWNER for all trips to the Project site by ENGINEER after Substantial Completion in excess of two (2) trips if such excess trips are necessitated due to the Project's remaining incomplete. j Dewberry EngineerswberEnineers Inc. Project Closeout 1 DDI#50075656 01700-4 it Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 3.5 FINAL PAYMENT A. Application: Submit a final Application for Payment to ENGINEER, showing all adjustments to the agreed to sum. B. Change Order: If so required, ENGINEER will prepare a final Change Order showing adjustments to the AGREEMENT which were not made previously by Change Orders. END OF SECTION 01700 P:\ACSA15\50075656\Specs\01700-Project Closeout.doc Mir iirm it ism imr ire it Dewberry Engineers Inc. Project Closeout DDI#50075656 01700-5 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 1 1 1 1 1 1 1 NO TEXT THIS PAGE 1 F 1 s 1 1 1 I 1 Dewberry Engineersineers Inc. Project Closeout DDI#50075656 01700-6 iir Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 jrr SECTION 02110 SITE PREPARATION: CLEARING AND GRUBBING PART 1 - GENERAL 1.1 SUMMARY The CONTRACTOR shall be responsible for preparation of the site for construction of the project in accordance with the Contract Documents and as specified herein. 1.2 RELATED SECTIONS Intent: The provisions and intent of the AGREEMENT, including the General Conditions, Supplemental Conditions, and other requirements of the Contract Documents apply to the WORK as specified in this Section. WORK related to this Section is described throughout the Specifications. 1.3 REFERENCES Virginia "Erosion and Sediment Control Handbook", latest edition. 1.4 SUBMITTALS rr. A. Off-site Borrow Areas: Provide written assurance from OWNER that CONTRACTOR has right to excavate and remove off-site borrow materials and use at this site. B. Erosion and Sediment Control: Submit and maintain on-site a copy of Erosion and Sediment Control permit issued by the local approving authority for both on-site and off-site operations. ir. 1.5 DELIVERY, STORAGE, AND HANDLING Deliver materials to, store at the site, and handle in a manner which will maintain the materials in their original manufactured or fabricated condition until ready for use. PART 2 - PRODUCTS Not Applicable PART 3 - EXECUTION 3.1 TRAFFIC Conduct site clearing operations to ensure minimum interference with roads, streets,walks, businesses, and other adjacent occupied or used facilities. Do not close or obstruct streets, walks or other occupied or used facilities without prior permission from Owner, V.D.O.T., private road owner, and/or authorities having jurisdiction. Dewberry Engineers Inc. Site Preparation:Clearing and Grubbing DDI#50075656 02110-1 Trr Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 3.2 PROTECTION A. General: Provide temporary fences, barricades, coverings, or other protection to preserve existing items indicated to remain and to prevent injury or damage to persons or property. Provide protection for adjacent properties as required. I B. Restoration/Repair: Restore damaged items to condition existing prior to start of WORK. C. Existing Trees/Vegetation: Protect existing trees and vegetation adjacent to the actual WORK area or borrow area from physical damage. Do not store equipment or materials within tree drip line. I D. Roads and Walks: Keep roads and walks free of dirt and debris at all times. E. Utility Lines: Protect existing utility lines that are indicated to remain from damage.1 Notify ENGINEER immediately of damage to or an encounter with unknown existing utility lines. CONTRACTOR shall be responsible for the repairs of damage to existing utility lines that are indicated or made known to CONTRACTOR prior to start of clearing and grubbing operations. When utility lines which are to be removed are encountered within the area of operations, CONTRACTOR shall notify ENGINEER and OWNER and Utility Owner in ample time to minimize interruption of the service. 1 3.3 EROSION/SEDIMENT CONTROL Provide appropriate erosion and sediment control measures for any off-site borrow areas in full compliance with the Virginia Erosion and Sediment Control Handbook and regulations of the local jurisdiction. CONTRACTOR shall be solely responsible for all borrow sites outside of the Project area. 1 3.4 CLEARING Clearing shall consist of the necessary felling, trimming, and cutting of trees into sections 1 within the limits of the easements, and the satisfactory disposal of the trees, stumps, and other vegetation located within the limits of the easements, including downed timber, snags, brush, and rubbish occurring within the areas to be cleared. Cut off flush with or below the original ground surface trees, stumps, roots, brush, and other vegetation in areas to be cleared, except for trees and vegetation indicated or directed to be protected and left standing. Stump removal will be required.1 3.5 TREE REMOVAL Remove trees and stumps within limits of easements as necessary for the utility installation, I and grub roots. A tree trimming permit shall be obtained from V.D.O.T. by Contractor to remove/trim any trees located within the V.D.O.T. right-of-way. 3.6 GRUBBING 1 Remove and dispose of roots larger than 3 inches in diameter, matted roots, and stumps within limits of easements as necessary for the utility installation. Excavate this material together with logs, organic and metallic debris, brush, and refuse and remove to a depth of Dewberry Engineers Inc. Site Preparation:Clearing and Grubbing 1 DDI#50075656 02110-2 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 it not less than 18 inches below the original soil surface in areas indicated to be grubbed and in areas indicated as construction areas for this Project. Fill depressions made by grubbing with suitable material and compact in accordance with the requirements of the Contract Documents to make the new surface conform with the existing adjacent surface of the ground. aka 3.7 DISPOSAL OF CLEARED AND GRUBBED MATERIALS Disposal shall be the CONTRACTOR's responsibility. 3.8 STORING MATERIALS Strip and stockpile topsoiling material and other cleared materials that will be reused in the WORK. 3.9 EXISTING IMPROVEMENTS/FACILITIES Remove existing improvements, both above-grade and below-grade to extent indicated or as otherwise required to permit new construction and provide for proper disposal off-site. Existing improvements and facilities such as mailboxes, signs, ornamental or decorative items, etc. that require temporary removal to permit new construction shall be promptly replaced and/or restored to the location and condition prior to construction. Improvements and facilities that are damaged by the CONTRACTOR during the course of construction shall be promptly replaced at the CONTRACTOR's expense. 3.10 SALVABLE ITEMS Carefully remove items indicated to be salvaged, and store on OWNER'S premises where indicated or directed. 3.11 FUGITIVE DUST Control air pollution caused by dust and dirt; comply with governing regulations. 3.12 FILLING Fill depressions and voids resulting from site clearing operations. Using satisfactory soil materials, place in maximum 6 inches deep horizontal layers and compact each layer to density of surrounding original ground. iNg 3.13 GRADING its Grade ground surface to conform to required contours and to provide positive surface drainage away from the WORK or borrow area. 3.14 DISPOSAL Dispose of waste materials, including trash and debris, and excess topsoil off-site. Cost of disposal shall be borne by CONTRACTOR. Dewberry Engineers Inc. Site Preparation:Clearing and Grubbing DDI#50075656 02110-3 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 3.15 BURNING 1 Burning of waste material on site shall not be permitted for this project. END OF SECTION 02110 1 P:\ACSA15\50075656\Specs\02110-Clearing and Grubbing.doc 1 1 1 1 1 1 1 1 1 1 1 r 1s'. Dewberry Engineers Inc. Site Preparation:Clearing and Grubbing DDI#50075656 02110-4 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90% Documents ACSA Project No.:2015-08 i SECTION 02120 EROSION AND SEDIMENT CONTROL PART 1 -GENERAL 1.1 SCOPE A. Compliance: This WORK shall be performed in accordance with the Erosion and Sediment Control Plan of the construction Drawings and the details provided therein, and as described, detailed and required by the Virginia Department of Conservation and Recreation (DCR) Division of Soil and Water Conservation in the most recent edition of the Virginia Erosion and Sediment Control Handbook and the land disturbance permit required by the local authority. The Contractor shall be responsible for providing an employee who will be in responsible charge as a Responsible Land Disturber (RLD) for the erosion and sediment control plan and requirements for the project that are certified by the Virginia Department of Conservation and Recreation. The name of the Contractor's RLD and copy of his current certification shall be provided to the L Owner, Engineer and Erosion and Sediment Control Plan approving authority prior to issuance of the Notice To Proceed for the project. The Contractor shall be responsible for posting the Erosion and Sediment Control bond and attending a preconstruction conference with the County of Albemarle, the Erosion and Sediment Control Plan approving authority. The Contractor shall adhere to all conditions of the DCR Storm Water Management General Permit for Construction Activities. B. Details: Erosion & Sediment control measures shown on the drawings are based on an assumed construction method, the CONTRACTOR's selected construction methods may require modification to the details to meet the E & S Requirements. The CONTRACTOR is responsible for making any modifications to comply with the land disturbance permit. 1.2 RELATED SECTIONS Intent: The provisions and intent of the AGREEMENT, including the General Conditions, Supplemental Conditions, and other requirements of the Contract Documents apply to the WORK as specified in this Section. WORK related to this Section is described throughout the Specifications. 1.3 REFERENCES Virginia Erosion and Sediment Control Handbook (1992) Virginia Department of Transportation (VDOT) Road and Bridge Specifications I Dewberry Engineers Inc. Erosion and Sediment Control DDI#50075656 02120- 1 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90% Documents ACSA Project No.: 2015-08 1.4 SUBMITTALS A. Permanent Seed Mixture: Provide written notification as to the seed mixture to be used in accordance with the contract documents. B. Erosion and Sediment Control: Submit and maintain on-site a copy of the Erosion and Sediment Control permit issued by the local approving authority for both on-site and off-site operations. C. Responsible Land Disturber: Copy of Certification to be submitted at the pre- construction meeting. 1.5 MAINTENANCE Maintain all erosion and sediment control structures to be utilized during the life of the Project in compliance with the regulations of the Division of Soil and Water Conservation until vegetative cover is acceptable to the Division's field personnel and approval acceptance is received. PART 2 - PRODUCTS 2.1 FILTER FABRIC Geotextile fabric for use in Silt Fences, Silt Barriers, or Filter Barriers: Fabric shall contain ultraviolet inhibitors and stabilizers to provide at least 6 months of expected, usable construction life at a temperature range of 0 degrees F to 125 degrees F. The tensile strength of the material after 6 months of installation shall be at least 50 percent of the initial strength. Physical Property Test Method Requirements (Min.) Filtering Efficiency VTM-51 75% Flow Rate VTM-51 0.2 gal/sq. ft./minute Tensile Strength @ VTM-52 Extra Strength: 20 (Max.) 60 lb./linear inch elongation Standard Strength: 30 lb./linear inch Seams shall be equal in strength to the basic material. i Additional fabric material or non-corrosive steel wire may be incorporated into fabric to increase overall strength. 2.2 TEMPORARY SEEDING A suitable mixture shall be selected from those listed in Virginia Erosion and Sediment Control Handbook and as shown on the plans. As indicated on the plans, the measures of Dewberry Engineers Inc. Erosion and Sediment Control DDI#50075656 02120- 2 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 SECTION 02140 DEWATERING ass PART 1 - GENERAL aim 1.1 SUMMARY Keep all excavations and site structures free from water during construction. 1.2 RELATED SECTIONS Intent: The provisions and intent of the AGREEMENT, including the General Conditions, Supplemental Conditions, and other requirements of the Contract Documents apply to the WORK as specified in this section. WORK related to this Section is described throughout the Specifications. it. 1.3 SUBMITTALS A. Dewatering Plan: CONTRACTOR shall submit, for ENGINEER'S review, Drawings and data showing its proposed plan and required equipment for dewatering of all WORK areas. The Drawings and data shall include the planned method of dewatering excavations, wells, well points, sumps, collection and discharge lines, standby units proposed, and protective fills and ditches required for control of ground water, leachate and surface water. B. Schedule: The plan for dewatering shall be submitted within 7 days before the start of work. CONTRACTOR shall furnish such other information as may be required for ENGINEER'S complete understanding and analysis of the dewatering, grading and excavation plan. C. Engineer's Review: Review by ENGINEER shall not relieve CONTRACTOR of the responsibility for the adequacy of the dewatering plan or for furnishing all equipment, labor and materials necessary for dewatering the various parts of the WORK. If, during the progress of the WORK, it is determined by ENGINEER that the dewatering system grading and excavation Drawings, text and proposed methodology are inadequate, or that CONTRACTOR'S plan of construction is inoperative, CONTRACTOR shall, at its sole expense,furnish, install and operate such additional dewatering equipment and make such changes in other features of the Dewatering Plan or operation as may be necessary to perform the WORK in a manner satisfactory to ENGINEER. PART 2 - PRODUCTS t` Not Applicable PART 3 - EXECUTION rim 3.1 METHODS r,,,, A. Method: Dewatering can be accomplished by ordinary pumping methods, by the use of under drains or deep well points, whichever will produce the above results. In r.Dewberry Engineers Inc. Dewatering DDI#50075656 02140-1 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 order to assure the continuous dewatering, duplicate units of the selected system incorporated with emergency power should be employed so that a reliable operation may be obtained. B. Location: All site WORK areas shall be dewatered where surface, leachate and/or ground water flows, if any, will adversely impact construction. C. Maintenance: All permanent improvements shall be constructed in areas free from water. Construct and maintain all permanent or temporary slopes, dikes, levees, drainage ditches, sumps, and observation wells necessary for the removal of water from WORK areas. Design, furnish, install, maintain, and operate all necessary pumping and other dewatering equipment required for dewatering the various site WORK areas and for keeping the foundation and other areas free from water from any and all sources. D. Schedule: All dewatering shall be performed in advance of grading, excavation 1 and/or filling. The dewatering shall be accomplished in a manner that will prevent loss of fines from the foundation, will maintain stability of all excavated slopes and bottoms of excavations, and will permit all construction operations to be performed in the dry. Dewatering of excavations shall be performed to the extent required to permit placement of compacted fill materials in the dry and to prevent sloughing of the excavation side slopes. E. Requirements: Lower the ground water level a minimum of 3 feet below sub- foundation grade or as recommended by Geotechnical Engineer prior to sub- foundation preparation and placement of foundation materials. During the placement and compaction of fill or bedding materials, the water level at every point within the limits of fills being placed shall be maintained a minimum of 3 feet or greater or as recommended by Geotechnical Engineer below fill placement level in order that the required compaction can be achieved. Where conditions are such that running or standing water occur in the trench bottom or the soil in the trench bottom displays a "quick" tendency, the water shall be removed by pumps and suitable means such as well points or previous under drain bedding until the pipe has been installed and the backfill has been placed to a sufficient height to prevent pipe flotation. F. No installation will be permitted in trenches unless the subgrade is dry. If, in the opinion of the ENGINEER, the CONTRACTOR has failed to obtain an absolutely dry trench bottom by use of all known methods of trench dewatering, the ENGINEER may then order the CONTRACTOR to excavate below grade and place sufficient selected fill material over the trench bottom. Additional excavation and fill shall meet the requirements of Section 02270 and be at no extra cost. 3.2 PROTECTION OF FOUNDATIONS AND EXISTING FACILITIES A. Contingency: Furnish standby equipment of sufficient size and capacity to insure continuous operation of the dewatering system. Any damage to structures due to a failure of dewatering equipment shall be repaired by CONTRACTOR at its expense, to the satisfaction of ENGINEER. CONTRACTOR may consider the use of recharge systems or other methods of protection of existing facilities. Dewberry Engineers Inc. Dewatering DDI#50075656 02140-2 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90% Documents ACSA Project No.:2015-08 surface roughening and soil stabilization matting or blankets shall be used on steep slopes to reduce runoff velocity and aid in the establishment of vegetative cover with seeding. ism 2.3 PERMANENT SEEDING A suitable mixture shall be selected from those listed in Virginia Erosion and Sediment Control Handbook and as shown on the plans. As indicated on the plans, the measures of surface roughening and soil stabilization matting or blankets shall be used on steep slopes to reduce runoff velocity and aid in the establishment of vegetative cover with seeding. 2.3 MULCH atm A suitable mixture shall be selected from those listed in Virginia Erosion and Sediment Control Handbook and as shown on the plans. PART 3- EXECUTION aim 3.1 EROSION AND SEDIMENT CONTROL MEASURES A. Measures: Silt fence, inlet protection, soil stabilization, construction safety fence, m• temporary vegetation, and all other items for erosion and sediment control shall be constructed as directed by the ENGINEER or in the locations shown or designated on the Drawings in accordance with the details provided. B. Schedule: CONTRACTOR shall institute the erosion and sediment control program as a part of clearing and grubbing, and prior to rough grading. The initial program shall include, however is not limited to, the installation of silt fences, staked straw bales, diversion ditches and/or gravel weirs as shown on erosion and sediment control Drawing at the limits of clearing and grubbing where silt-carrying surface water runoff may be diverted and/or filtered prior to leaving the disturbed area. aim C. Temporary Seeding: "Permanent or temporary soil stabilization shall be applied to denuded areas within seven (7) days after final grade is reached on any portion of the site. Temporary soil stabilization shall be applied within seven (7) days to denuded areas that may not be at final grade but will remain dormant (undisturbed) for longer than 30 days. Permanent stabilization shall be applied to areas that are i,s to be left dormant for more than one year." D. Steep Slopes: On all steep slopes, where erosion is probable, hydroseed areas as soon as possible in strict accordance with applicable provision of Section 603 of the VDOT Road and Bridge Specifications. Maximum allowable slope to be seeded is 2:1. As indicated on the plans, the measures of surface roughening and soil stabilization matting or blankets shall be used on steep slopes to reduce runoff velocity and aid in the establishment of vegetative cover with seeding. E. Pipe Outfalls: Any pipe outfall areas disturbed by construction shall be protected with no-erodible materials conforming to the Virginia Erosion and Sediment Control Handbook. Dewberry Engineers Inc. Erosion and Sediment Control DDI#50075656 02120-3 lir. Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90% Documents ACSA Project No.: 2015-08 F. Maintenance: All erosion and sediment control devices installed during the course of construction shall be maintained in proper working order at all times, and shall not be removed until final stabilization of all disturbed areas or at the direction of the ENGINEER. 1 3.2 CLEANING OF ROADS AND STREETS CONTRACTOR shall maintain a vehicle wash rack or gravel bed at all vehicle egress areas.1 All vehicles shall be thoroughly cleaned of mud and silt before leaving the construction site to avoid tracking mud and silt onto roads, streets, and highways. In the event that tracking does occur, CONTRACTOR shall immediately clean the street or road of all debris, mud or silt and shall pay all damages resulting therefrom. A daily survey of the condition of the adjacent streets and roads shall be made and recorded in the field log along with daily cleanup of the streets of the tracking from the site onto roads, alleys, parking lots, and highways. 3.3 PROTECTION OF STORMWATER SYSTEMS Stormwater structures which will receive runoff from the construction shall be protected from the buildup of mud or silt as outlined by the Virginia Erosion and Sediment Control Handbook or as directed by ENGINEER. 3.4 OFF-SITE BORROW/DISPOSAL AREAS Contractor shall be responsible for establishing erosion and sediment control measures at all off-site borrow and/or disposal areas. END OF SECTION 02120 P:\ACSA15\50075656\Specs\02120-Erosion and Sediment Control.doc I 1 Dewberry Engineers Inc. Erosion and Sediment Control DDI#50075656 02120-4 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 B. Completion: Dewatering shall be maintained in the WORK areas for as long as is necessary for the completion of WORK. Upon completion of the dewatering and control of water operation, all temporary dewatering facilities shall be removed in a manner satisfactory to ENGINEER. 3.3 DISPOSAL OF DRAINAGE WATER The disposal of all water from the dewatering and control of water operation and surface drainage shall be accomplished in a manner to have no detrimental effect on any of the new or existing facilities. The method and location of disposal of all water shall be subject to the approval of ENGINEER; in addition, no water shall be drained into WORK completed or under construction without prior consent of ENGINEER. Disposal of all water from dewatering activities shall comply with all Commonwealth of Virginia erosion and sediment control requirements. END OF SECTION 02140 P:\ACSA15\50075656\Specs\02140-Dewatering.doc Irr irr ire aim ire Dewberry Engineers Inc. Dewatering DDI#50075656 02140-3 ire Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 1 1 1 1 1 1 1 NO TEXT THIS PAGE 1 1 1 Dewberry Engineers Inc. Dewatering DDI#50075656 02140-4 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 SECTION 02270 EARTHWORK FOR UTILITIES PART 1 - GENERAL 1.1 SUMMARY The CONTRACTOR shall furnish all labor and equipment for excavation, installation,backfill, aim and testing of all water lines, and appurtenances as shown on the Drawings and specified herein. This section specifies excavation and backfill for all underground utilities. 1.2 RELATED SECTIONS Intent: The provisions and intent of the AGREEMENT, including the General Conditions, aim Supplemental Conditions, and other requirements of the Contract Documents apply to the WORK as specified in this Section. WORK related to this Section is described throughout the Specifications. 1.3 REFERENCES A. American Society of Testing and Materials (ASTM) B. Virginia Department of Transportation (VDOT) Road and Bridge Specifications C. American Society of Civil Engineers (ASCE), Manual No. 37 D. American Association of State Highway and Transportation Officials (AASHTO) E. Federal Highway Administration (FHA), Bulletin No. 373 F. Occupational Safety and Health Administration Regulations (OSHA) 1.4 QUALITY ASSURANCE A. Standards: Backfill material shall comply with the standards of the American Association of State Highway and Transportation Officials: T-191 "Density of Soil In-Place by the Sand-Cone Method" T-180 "Moisture-Density Relations of Soils using a 10 lb. Hammer and an 18 inch Drop" B. All costs for testing shall be borne by CONTRACTOR. Irr PART 2 - PRODUCTS 2.1 BACKFILL MATERIALS Initial backfill materials shall conform to the following: A. Classification: USCS Soil Classification System (FHA Bulletin No. 373). 1. Class I: Angular, 6 to 25 mm (1/4 to 1 inch) graded stone. 2. Class II: Coarse sands and gravels with maximum particle size of 25 mm (1 Dewberry Engineers Inc.Earthwork for Utilities DDI#50075656 02270-1 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 inch including variously graded sands and gravels containing small percentages of fine, generally granular and non-cohesive, either wet or dry. Soil types GW, GP, SW, and SP are included in this class. 3. Class III: Fine sand and clayey gravels less than 1 inch including fine sands, sand-clay mixtures, and gravel-clay mixtures. Soil types GM, GC, SM, and SC are included in this class. B. Concrete: Concrete shall comply with Section 217 of the VDOT Road and Bridge ISpecifications, and shall have a 28-day compressive strength of 2,500 psi. PART 3 - EXECUTION 3.1 EXCAVATION A. General: 1. All excavation shall be open-cut type except where otherwise shown on the Drawings and unclassified regardless of the nature of material encountered to the depths indicated on the Drawings. No separate payment will be made for rock excavation to the depths indicated on the Drawings. I 2. The slope of the sides of the excavation shall be kept as nearly vertical as possible consistent with the types of materials encountered. Where trenches would become unreasonably large due to a deep excavation or extremely wet condition, CONTRACTOR shall slope or bench the trench walls to maintain safe working conditions per OSHA Trenching Criteria. 3. A clear area shall be maintained a sufficient distance back from the top edge I of the excavation to avoid overloading which may cause slides, cave-ins or shifting of the pipe. Any damage to pipes or structures occurring through settlements, heaving, water or earth pressures, slides, cave-ins or other causes shall be repaired by CONTRACTOR at its expense. CONTRACTOR has the option of shoring, including sheet piling, which shall be installed during excavation where required for the protection of workmen, banks, roadways and adjacent paving, structures, and utilities or as directed by ENGINEER. 4. All excavation shall be performed in accordance with the current OSHA guide I lines and any other regulatory authorities having jurisdiction. Provide adequate equipment to comply with OSHA regulations. 5. During excavation operations, material suitable for backfilling shall be piled in an orderly manner a sufficient distance from the banks of the trench on the up gradient side of the trench. I B. Protection: Protect existing structures, utilities, sidewalks, pavements, and other facilities in areas of work. Barricade open excavations and provide warning lights. C. Shoring or Sheeting: Shoring or sheeting shall be removed as the WORK Dewberry Engineers Inc. Earthwork for Utilities DDI#50075656 02270-2 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 progresses, unless left in place by written order of ENGINEER.All blasting operations shall conform to Paragraph 3.8. am D. Trench Width: CONTRACTOR shall comply with all local,state and federal guidelines when excavating trenches. Whenever the trench depth is less than five (5)feet,the trench width shall be as narrow as is practicable to permit the pipe to be laid and joined properly, and to permit the backfill to be placed and compacted properly. The clear width of the trench at an elevation of one(1)foot above the top of the pipe shall be approximately equal to the external diameter of the pipe plus sixteen(16) inches. i" The width of the trench above the top of the pipe may be as wide as necessary for sheeting and bracing and the proper performance of the WORK. Whenever the trench depth exceeds five (5) feet, approved shoring or trench boxes shall be used. r` Excavation at manholes and similar structures shall be sufficient to leave at least twelve (12) inches clearance between their outer surface and the embankment or sheeting. Minimum clearance between side of trench and pipe shall be eight (8) a" inches. E. Trench Length: No more than 100 feet of trench shall be opened in advance of the completed waterline when located along streets, highways, or private roads and not more than 200 feet of trench in other locations. F. Sidewalls: The sidewalls of pipe trenches shall be as nearly vertical as practicable to a point above the top of the pipe. G. Overexcavation: Trenches shall be excavated to the design grade of the pipe to lag provide uniform bearing and support along the entire length of pipe. Care shall be taken not to over excavate. Over excavation of otherwise suitable material shall be replaced with VDOT No. 68 or 21A crushed stone or gravel. The cost of such fill 1. shall be borne by CONTRACTOR. H. Rock: Where rock is encountered in trench excavation, whether solid or in the form of loose rock, shale, or large boulders, it shall be removed by blasting or other approved methods to the extent that no projection of rock shall be nearer than six(6) inches to any part of the water pipe, nor project beyond the lines and grades of structures. No blasting shall be done within twenty-five (25) feet of any completed f,,m work or adjacent to any other structure unless proper precautions are taken. End of water line adjacent to blasting shall be covered to avoid receiving debris. No rock or asphalt over six (6) inches in any dimension shall be placed in the trench and in no case shall rock or asphalt be placed closer than two(2)feet vertically to the installedism pipe. Where the bottom of the pipe trench occurs in rock, the rock shall be excavated to 6 rano inches for pipes 24-inches in diameter and smaller, and 9 inches for pipes 30-inches in diameter and larger, below the trench depth indicated on the Drawings or specified elsewhere. Overdepths in rock excavation and unauthorized overdepths shall be backfilled with VDOT No. 68 crushed stone or gravel. Unsuitable Material: All excavated material not suitable for backfill shall be removed and disposed of in an acceptable manner. Grading shall be done as may be necessary to prevent water from flowing into trenches or other excavations, and any Dewberry Engineers Inc.Earthwork for Utilities DDI#50075656 02270-3 two Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 water accumulating therein shall be removed by approved methods. Whenever wet or otherwise unsuitable material incapable of properly supporting the pipe is encountered in the trench bottom, such material shall be overexcavated to a depth necessary to allow for construction of a stable pipe bedding. The trench shall be backfilled with suitable materials to proper grade. The CONTRACTOR shall notify ENGINEER immediately when such conditions are encountered and the ENGINEER will determine the amount of overexcavation required. No additional compensation will be considered for additional excavation. J.Installation of Identification: During back-filling/top soiling of underground piping, install continuous underground-type plastic line markers, located directly over buried lines. See section 02798, "Utility Location and Identification" for additional information. 3.2 SEPARATION OF WATERLINES AND SANITARY SEWERS A. Waterlines shall be laid at least ten feet horizontally from sewer lines and sewer manholes whenever possible;the distance shall be measured edge-to-edge. When local conditions prevent a horizontal separation of ten feet, the waterline may be laid closer to a sewer main or sewer manhole provided that: (1)the bottom (invert)of the waterline is at least 18 inches above the top (crown) of the sewer; (2) where this vertical separation cannot be obtained, the sewer shall be constructed of AWWA approved Ductile Iron water pipe, pressure-tested in place to 30 psi without leakage prior to back-filling;and (3)the sewer manhole shall be of watertight construction and tested in place. B. Crossing:Waterline crossing over a sewer line shall be laid to provide a separation of at least 18 inches between the bottom of the waterline and the top of the sewer whenever possible. 1 C. When local conditions prevent a vertical separation described above, the following construction shall be used: (1) sewers passing over or under waterlines shall be constructed of AWWA approved Ductile Iron water pipe, pressure tested in place to 30 psi without leakage prior to back-filling; (2)waterlines passing under sewers shall, in addition, be protected by providing: 1. A vertical separation of at least 18 inches between the bottom of the sewer and the top of the waterline. 2. Adequate structural support for the sewer to prevent excessive deflection of joints and the settling on and breaking of the water line. 3. That the length of waterline be centered at the point of the crossing so that joints shall be equidistant and as far as possible from the sewer. The length of sewer pipe shall also be centered at the point of crossing, so that joints shall be equidistant and as far as possible from the water line. 4. Sewer Manholes: If a waterline passes within 10 feet of a sewer manhole,the sewer manhole shall be tested and made watertight. 5. Sewers and Sewer Manholes: No water pipes shall pass through or come in Dewberry Engineers Inc. Earthwork for Utilities DDI#50075656 02270-4 imp Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 it contact with any part of a sewer manhole. 3.3 BEDDING A. General: The trench shall be excavated to a depth required so as to provide a too uniform and continuous bearing and support for the pipe. It shall be permissible to disrupt the finished surface of the trench over a maximum length of eighteen (18) inches near the middle of each length of pipe for the withdrawal of pipe slings or other lifting tackle. The finished subgrade shall be prepared accurately by means of hand tools. Where excavation is made in rock or boulders, the subgrade shall be made by backfilling with six (6) inches of No. 68 or 21A Virginia Department of Transportation stone which shall be thoroughly compacted. The bedding material shall extend evenly to the trench wall. B. Bedding in Good Soil: The bottom of the trench shall be scraped and compacted. All stones shall be removed to insure the pipe doesn't rest on rock, or a four (4) inch bedding of No. 68 Virginia Department of Transportation Stone shall be provided. The bedding material shall extend evenly to the trench wall. Bell holes shall be cut for the proper marking of the joints and to prevent the pipe from resting on the bells. C. Bedding in Poor Soil: Whenever the soil at the bottom of the trench is soft, unstable or saturated with water, a foundation of granular fill beneath the bedding shall be provided to a depth required to stabilize the soil. Bedding type shall be submitted to the ACSA and approved before incorporating into the work. 3.4 BACKFILLING A. General: All trenches or excavation shall be backfilled to the original surface of the ground or to such other grades as may be shown on the approved plans. Backfilling Ire shall be subject to the approval of the ACSA for the type of construction used. All backfilling shall be carried along as speedily as possible with the trench being filled, in general, as soon as the concrete, or mortar and masonry are sufficiently set. New trenching will not be permitted when earlier trenches need backfilling or labor is needed to restore the surfaces of streets or other areas to a safe and proper condition. B. Operation: CONTRACTOR shall keep trenches backfilled on a daily basis. Prior to the end of the working day, each trench will be completely backfilled. All backfill shall be brought up equally along each side of the pipe in such manner as to avoid r. displacement of or damage to the pipe. C. Material: The backfill material shall consist of material which has been excavated from the trench. Rubbish, frozen material, broken pavement or other debris, stones ion greater than a maximum dimension six (6) inches, organic muck, sticky masses of clay and gumbo, or other materials considered deleterious by ENGINEER and which are difficult to properly compact shall not be put back in the trench. Backfill of all pipes within the pavement structure area shall be select backfill minimum CBR20. D. Disposal of Unsatisfactory Material: When, in the opinion of ENGINEER, the excavated material is not satisfactory for use as backfill, the material shall be disposed of under direction of ENGINEER. Select material shall be brought in by Dewberry Engineers Inc.Earthwork for Utilities DDI#50075656 02270-5 in Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 CONTRACTOR. No extra payment will be made for disposing of unsatisfactory material or bringing in select material. I E. Backfilling: Backfill over all pipe to a depth of twenty-four (24) inches shall be carefully placed in layers approximately six (6) inches thick, each layer being thoroughly tamped and compacted by hand or pneumatic tamper in place. Special care shall be taken in using a mechanical tamper directly over the pipe. Above twenty-four (24) inches, backfill shall be deposited in six (6) inch layers in traffic areas, twelve (12) inch layers in non-traffic areas, or a thickness which will permit compaction to a density of at least 95%of the maximum density at optimum moisture content as determined by the AASHTO Standard Proctor test (AASHTO Designation T-99) under all proposed traffic areas. Backfill in existing traffic areas shall be in accordance with the Virginia Department of Transportation's standards. F. Compaction: The material to be used for backfill shall contain a moisture content 1 that will facilitate compaction. Unless otherwise shown on the plans, the backfill in all trenches shall be thoroughly compacted. The compacting shall be done by suitable mechanical means. In all cases, special care shall be taken to see that the spaces at the sides of the trench are thoroughly filled and compacted. If necessary, the earth shall be moistened during the operations. G. Testing: All costs associated with testing shall be borne by CONTRACTOR. The backf ill shall be tested to ensure the required density is being achieved. It shall be required that a minimum of one (1) compaction test will be conducted on trench backfill per 400 linear feet of waterline. The location of tests shall be selected in the field by ACSA and will not necessarily be limited to regular intervals. The results of all compaction tests shall be submitted to ACSA for review and approval prior to acceptance of construction. The degree of compaction required for trenches in streets and paved areas is 95%of maximum density and for trenches in all other areas the required density shall be 90% of maximum density. If the tests indicate the required density has not been obtained, the contractor shall remove, replace and recompact the material to the specified density. Failure of any compaction tests may result in additional compaction tests being required. H. Protection of Pipe: Backfilling shall be done in such a way as to prevent dropping of material directly on top of the pipe from more than a three (3) foot vertical distance. When placing material from a bucket it must be lowered so that the shock of the falling earth will not damage the water line. Excess Disposal: Excess material shall be disposed of at the discretion of the OWNER. No additional payment will be made for disposal of excess material. J.Settlement: All backfilled areas where settlement occurs shall be filled and maintained during the life of the Project and for a period of 1 year following the date of final acceptance of all WORK. K. Hazards: When the CONTRACTOR is notified by ENGINEER or OWNER that any backfill presents a hazard, CONTRACTOR shall correct such hazardous condition at once. Dewberry Engineers Inc. Earthwork for Utilities DDI#50075656 02270-6 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 3.5 FILL rei A. Material: Fill shall be provided where required to raise the subgrade to the elevations shown on the Drawings. The material used, the maximum thickness of each layer prior to compaction, and the percent of maximum density required at optimum moisture content as determined by AASHTO T-99, shall be as stated hereinafter in this Specification. Fill material shall be free of debris, roots, and organic or frozen materials. B. Foundation: No fill shall be placed until the subgrade has been checked and approved by a licensed Geotechnical Engineer, and in no case shall fill be placed on a subgrade that is muddy, frozen, or that contains frost. C. Moisture Content: Each layer shall be uniformly spread and moistened, or dried by aeration as required to attain the proper moisture content for the required degree of compaction. D. Placing: The approved materials shall be placed in successive horizontal layers of i•• loose material not more than 6 inches thick where compaction is by rollers or vibrators and 4 inches thick where mechanical tamping is required. If sands or poorly graded gravels (either of which contains less than 15 percent passing the No. 200 sieve) are used, they shall be placed fully saturated to prevent bulking. Well graded gravel shall be placed at the optimum moisture content. For all other materials,each layer shall be wetted or dried by aeration to a moisture content within 2 to 4 percent of optimum. ire 3.6 BORROW A. Availability: Where satisfactory materials are not available in sufficient quantity from required excavations, suitable materials shall be obtained from approved off-site borrow areas. r" B. Placement: Borrow material shall be placed and compacted only when approved by ENGINEER and a Licensed Geotechnical Engineer. C. Payment: No separate payment will be made for furnishing and placing approved borrow material. Compensation in full is included in the agreed to price paid for this Project. 3.7 COMPACTION A. Method: Where sands and/or gravels are used for backfill, the material shall be compacted to maximum possible density with a plate-type vibrating compactor of standard manufacture, consisting of a variable speed power unit attached to a vibratory plate. The vibrator may be single or multiple type and shall provide ire sufficient unit pressure on the vibratory plate to obtain maximum density. When the proper moisture content is obtained for all other soils to be used for backfill,they shall be compacted to a density of 95 percent of maximum density or increased as required in pavement areas. Dewberry Engineers Inc.Earthwork for Utilities DDI#50075656 02270-7 fn. Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 B. Moisture: Moisture density relations, specified for materials used for fills and backfill, shall be determined and the degree of compaction controlled (except where otherwise specified) in accordance with the requirements of AASHTO T 99. 3.8 BLASTING 1 A. Blasting can be used if approved by OWNER. B. Blasting, where required, shall be done with care in accordance with all applicable 1Federal, State, and local laws, ordinances, rules and regulations of the authorities having jurisdiction and by skilled and experienced blasters.A blasting permit must be obtained from the Albemarle County Department of Fire & Rescue prior to commencing the work. All Federal, State, and local regulations governing construction safety shall be adhered to and any violation of such regulations shall be deemed the sole responsibility of the Contractor. Proper notification shall be given to the ACSA and the public prior to the commencement of blasting operations. Blasting on Saturdays, Sundays, and holidays will be permitted only with written permission from the ACSA. C. Precautions shall be taken to prevent injury to persons and damage to property. No blasting shall be done within twenty-five (25)feet of any completed work or adjacent to any other structures unless proper precautions are taken. Ends of utility lines adjacent to the blasting area shall be covered to avoid debris and damage. Whenever blasting will be undertaken in the vicinity of an existing utility, it shall only be done with direct "onsite" supervision of the ACSA. Any damage as a result of blasting operations shall be the sole responsibility of the Contractor. 3.9 AGGREGATE A. Gravel Roads, Drives, and Shoulders: Disturbed gravel roads, driveways and shoulders shall be replaced with aggregate stone as specified in VDOT,Section 309, a minimum of 6 inches or equal to the original thickness, whichever is greater. END OF SECTION 02270 P:\ACSA15\50075656\Specs\02270-Earthwork for Utilities.doc Dewberry Engineers Inc. Earthwork for Utilities DDI#50075656 02270-8 Irr Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 SECTION 02500 PAVEMENT PART 1 - GENERAL 1.1 SCOPE OF WORK elli A. The Contractor shall provide all labor, materials, equipment and services necessary for, and incidental to, the construction or repair of all paved areas, as shown on the Drawings, as specified herein and in accordance with the VDOT's Road and Bridge Standards and Specifications (See 2.1 A). PART 2 - PRODUCTS 2.1 ASPHALT CONCRETE PAVEMENT hie A. Asphalt Concrete Pavement shall be in accordance with the requirements of Virginia Department of Transportation"Road and Bridge Specifications",dated January 2007, and "Road and Bridge Standards", dated January 2008, with the latest incorporated revisions, also referred to as the Standard Specifications. B. Pavement shall be furnished as shown on the Drawings, to the following cross- section and in accordance with the Standard Specifications. 1. Dense Graded Aggregate Base Course shall consist of VDOT No. 21 A or 21 B, to the limits and depths shown on the details on the Contract Drawings, kip compacted to a density of at least 95% of maximum dry density as determined by ASTM D 698. 2. Asphalt Concrete Base Course shall consist of BM-25.0 to the limits and thicknesses shown in the details on the Contract Drawings. 3. Asphalt Concrete Surface Course shall consist of SM-9.5A, to the limits and thicknesses shown in the details on the Contract Drawings. PART 3 - EXECUTION lir 3.1 GENERAL aft A. The work includes the removal of existing pavement and the provision of new pavement where trenches, pits, and other excavations are made in the existing pavement. B. Pavement shall be constructed to the finished grades shown on the Drawings or to match existing grade, and shall match and tie into the surrounding pavement in a neat and acceptable manner. B. Subgrades shall be prepared in accordance with Section 02270 — Earthwork for Dewberry Engineers Inc. Pavement DD I#50075656 02500- 1 ir. Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 Utilities and the Standard Specifications.1 C. Asphalt concrete surface courses for paved areas shall not be placed until completion of all earthwork, backfilling, and finish grading. Upon completion,tracked vehicles shall be prohibited from traveling on paving. 3.2 AGGREGATE AND PAVING A. Gravel Roads, Drives, and Shoulders: Disturbed gravel roads, driveways and 1 shoulders shall be replaced with aggregate stone as specified in VDOT,Section 309, a minimum of 6 inches or equal to the original thickness, whichever is greater. B. Open Pavement Cuts: All open cuts through pavement on existing dedicated streets shall be replaced with a minimum of 10"crushed stone#21 B, asphalt concrete BM- 25 minimum 3"or 1-1/2 times the existing pavement thickness,whichever is greater, and bituminous concrete SM-9.5A minimum 1.5", or 1-1/2 times the existing pavement thickness, whichever is greater. C. Paved Drives/Private Streets: Existing paved driveways and undedicated streets that 1 are disturbed shall be paved with bituminous concrete SM-9.5A minimum 2",or equal to its original thickness, whichever is greater END OF SECTION 02500 P:\ACSA15\50075656\Specs\02500-Pavement.doc 1 1 1 1 1 1 Inc. Pavement DDI# EngineersineersDewberry 02500-2 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 i. SECTION 02665 POTABLE WATER SYSTEMS PART 1 - GENERAL i"1.1 RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to work of this section. 1.2 DESCRIPTION OF WORK A. Extent of potable water systems work is indicated on drawings and by requirements of this Section. B. Refer to Division 2 Section, "Earthwork for Utilities", for excavation and backfill required for potable water systems, not work of this Section. 1.3 QUALITY ASSURANCE A. Manufacturer's qualifications: Firms regularly engaged in manufacture of potable water systems materials and products,of types and sizes required,whose products have been in satisfactory use in similar service. B. Codes and Standards: 1. The Virginia Department of Health Waterworks Regulations. 2. American WaterWorks Association (AWWA) 1.4 SUBMITTALS A. Product Data: Submit manufacturer's technical product data and installation iime instructions for potable water system piping and products, in accordance with requirements of Division 1. B. Record drawings: At project closeout, submit record drawings of installed potable water system piping and products, in accordance with requirements of Division 1. C. Maintenance Data: Submit maintenance data and parts lists for potable water system materials and products. Include this data, product data, shop drawings,and record drawings in maintenance manual; in accordance with requirements of Division 1. ii.. PART 2 - PRODUCTS 2.1 PIPE All pipe shall be approved by the Albemarle County Service Authority (ACSA). Unless otherwise approved in writing by the ACSA, all water mains and distribution lines shall be of the material herein listed. The ACSA reserves the right to select the type and/or class Dewberry Engineers Inc. Potable Water Systems DDI#50075656 02665-1 v Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 material which shall be used from the following: A. Ductile Iron Pipe: 1.Ductile iron pipe shall be centrifugally cast pipe manufactured in accordance with AWWA/ANSI C151/A21.51, current revision. The joints shall be push-on type, unless mechanical joints are specified on the plans, in accordance with AWWA/ANSI C111/A21.11, current revision. The pipe shall have an interior cement mortar lining in accordance with AWWA/ANSI C1041A21.4, current revision. 2. The minimum wall thickness for ductile iron pipe shall be of a thickness necessary to safely and effectively install corporation stops. Pipe 8-inches and smaller shall have a minimum wall thickness of 0.31-inches. Pipe 10- inches and larger shall have a minimum wall thickness of 0.34-inches. Pipe shall be manufactured by Griffin Pipe Products, Inc., U.S. Pipe & Foundry Co., Atlantic States Cast Iron Pipe Co., American Cast Iron Pipe Co., or equal. 3. Exposed pipe shall have flanged joints conforming to the requirements of AWWA C111/A21.11, current revision. Bolts shall be high strength cast iron having an ultimate tensile strength of 75,000 psi and a minimum yield point of 45,000 psi. 4. A minimum of 5% of the pipe furnished shall be gauged for roundness full length and so marked. Pressure class of pipe shall be increased if the specific installation warrants it. B. Copper Pipe: 1. All piping 2 inches and smaller shall be copper pipe 2. All copper pipe shall meet the requirements of ASTM B88. Copper pipe for exterior use shall be soft type K. C. Brass Pipe: 1. Brass pipe shall conform to ASTM B-43, current revision, Schedule 40 or 80. 2. Brass pipe shall not be used below ground except for blow-off assemblies. 2.2 PIPE FITTINGS A. DIP Pipe 1. All fittings for DIP Pipe shall be compatible with the pipe specified herein meeting the specifications as included in the above pipe specifications and per AWWA/ANSI C110/A21.10, current revision, or AWWA/ANSI C153/A21.53, current revision. All fittings shall have an interior cement mortar lining in accordance with AWWA/ANSI C104/A21.4, current revision. Fittings shall be manufactured by Tyler (with D.I. T-bolts or Corten steel bolts), Standard International (with Corten steel bolts), Union Foundry Co., Star Pipe Products, Sigma Corporation, or equal. 2.DIP in buildings, tanks, and to a point 5 feet outside these premises shall be flange fitted unless mechanical joints are shown on the Drawings. Dewberry Engineers Inc. Potable Water Systems DDI#50075656 02665-2 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 3. Gaskets shall be of vulcanized natural or vulcanized synthetic rubber,free of porous areas, foreign material or visible defects. Rubber gaskets shall conform to all applicable provisions of AWWA/ANSI C111/A21.11, current revision. Gaskets shall be protected from exposure to excessive heat and cold, direct sunlight, ozone(from electric motors and equipment), oil, grease or other contaminants. Lubricant used to facilitate assembly of joints shall be ir. a non-toxic, tasteless, odorless grease that will not support bacteria. B. Copper Pipe Fittings for exterior use shall be standard water works flare or compression fittings of brass for flared copper pipe and conforming to ANSI B16.26. C. Brass Pipe Brass fittings shall be in accordance with ASTM B16.15 and ASTM B-62. 2.3 PIPE ENCASEMENT Pipe shall be protected with polyethylene encasement. Polyethylene encasement shall conform to AWWA/ANSI C105/A21.5, current revision, with regard to materials used and method of installation. 2.4 IDENTIFICATION li• Refer to Section 02798— Utility Location and Identification. 2.5 VALVES & ACCESSORIES A. Gate Valves 1. Gate valves 2-inch and smaller shall be inside screw, solid bronze, tapered seat, double disc construction, and rated for 200 psi working pressure. 2. Larger gate valves shall be double disc type or resilient seated. The double disc type shall be parallel seat, bronze mounted type with non-rising stems in accordance with ANSI/AWWA C500-, current revision. The resilient seated type shall be non-rising stem, fully encapsulated wedge in accordance with ANSI/AWWA C509, current revision. 3. Gate valves shall be one make and shall open by a counter-clockwise rotation of the valve stem with a 2-inch square operating nut. The operating nut shall be no greater than 3-feet below finished ground. Operating nuts placed greater than 3 feet below finished ground shall be equipped with approved am m The valve shalloperhaveting annut unobstructedextensionsto meet waterthe way whenminimufullydepth opened equalrequireent. in diameter to the nominal valve size. Gate valves installed in access vaults, pumping stations, etc. shall be equipped with handwheels indicating the direction of turn to open or close the valve. Gate valves shall have one "0" ring above and one "O" ring below the stem thrust collar. The thrust collar shall be lubricated with oil to assure positive operation in opening and discharging. jr.., 4. Gate valves fourteen (14) inches and larger shall have a working pressure of no less than 150 psi and test pressure of 300 psi. Four(4) inch to twelve(12) inch gate valves shall have a working pressure of no less than 200 psi and a Dewberry Engineers Inc. Potable Water Systems DDI#50075656 02665-3 ir. Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 test pressure of 400 psi. Gate valves greater than or equal to twelve (12) inches on high pressure systems(greater than 100 psi)shall be provided with gear case and a by-pass. 5. Gate valves shall be manufactured by U.S. Pipe (Metroseal 250 resilient seated gate valve, 4" and larger), American Flow Control (Series 2500 resilient wedge valve, 2" and larger), Kennedy (Ken-Seal II resilient wedge gate valve, 4"and larger), Mueller (Series 2360 resilient wedge gate valve), American AVK (Series 45 resilient wedge gate valve), or approved equal. B. Tapping Valves Tapping valves shall meet the same specifications as gate valves, except they shall have a full, unobstructed opening to receive a full size shell cutter. It shall be a standard mechanical joint type on one end and a flanged joint on the other end. Tapping valves shall be American Flow Control Series 2500, Kennedy Ken-Seal II resilient wedge gate valve(4"and larger), Mueller Series T-2360 resilient wedge gate valve, Clow, or approved equal. C. Tapping Sleeves Tapping sleeves may be split sleeve with mechanical joint type end seals or stainless steel. They shall have the same working and test pressures as noted for the gate valves. Tapping sleeves shall be Mueller Catalog No. H-615,American Flow Control mechanical joint tapping sleeve, Clow, Romac Model SST, or SST III (stainless steel), Ford Model FAST (stainless steel), Power Seal Pipeline Products Corp. Powersleeve Model 3490, or PowerMJ Model 3490MJ, Smith-Blair Inc. Model 663(all stainless steel; mechanical joint outlet option is also approved),Cascade Model CST- EX, or approved equal. D. Valve Boxes 1. Cast iron valve boxes shall be furnished for all buried valves at the locations shown on the Drawings. Valve boxes shall be screw type adjustable cast iron, HS-20 rated, suitable for use under heavy traffic, with 5 '/4 inch inside diameter and flared base. Covers shall be marked"WATER"and bases shall be the round type. Valve boxes shall be coated with bituminous paint on both sides. 2. All valves deeper than 4 feet shall have valve stem extenders pinned at the valve. All valves shall be capable of being operated by a 48 inch valve wrench. All valve boxes shall be placed so as not to transmit shock or stress to other valve and shall be centered and plumb over the operating nut of the valve. 3. Valve boxes shall be adjusted flush with the finish grade. 4. Valve boxes shall be manufactured by Bingham & Taylor (Fig. No. 4906, genuine Buffalo style with standard cover; extensions — Fig. No. 4905-X), Capital Foundry (cast iron screw type Part No. 461S, 562S, 564S, 664S; standard cover with 1-1/2" lip), East Jordan Iron Works (8550 Series, Two Piece Screw Type with 6800 Valve Box Drop Lids), or approved equal. 5. Valve Box Risers shall be manufactured by East Jordan Iron Works (8500, lock-in set screw required), Acheson (valve box adjusting rings, AVAR-10 through AVAR-40), or approved equal. Dewberry Engineers Inc. Potable Water Systems DDI#50075656 02665-4 it Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 E. Corporation Stops 1. At the location indicated on the plans and where directed, corporation stops of sufficient size with quarter-bend couplings, if required, shall be furnished and installed approximately 45 degrees below the top of the pipe in accordance with applicable standards and specifications. All corporation stops shall have ball style valves and have a pressure rating of 300 psi. 2. Corporation stops shall be manufactured by Mueller(Catalog No. B-25000), Ford (Model No. FB600-4), McDonald (Model 4701 B), or approved equal. F. Copper Meter Yokes & Coppersetters 1. All five-eighths (5/8) inch and one (1) inch water meters shall be placed in a horizontal inlet and outlet copper meter yoke. The yoke shall have a multi- purpose connection on the customer side and the supply side. It shall also have a lock-winged ball valve on the supply side and a ball valve on the customer side. Coppersetters shall be installed no less than ten (10) inches or more than fifteen (15) inches from the top of the meter box for meters 1- inch or less. Coppersetters for 5/8-inch and 1-inch water meters shall be restrained vertically in the box with a piece of reinforcing steel passed through the horizontal eye. All 1-1/2-inch and 2-inch water meters shall be placed in a horizontal inlet and outlet copper meter yoke. The yoke shall have FIP threads on the customer side and the supply side. It shall also have 1. a lock-winged ball valve on the supply side and a ball valve on the customer side. Setters for meters greater than one (1) inch and less than three (3) inches shall be installed no less than eighteen (18) inches from the top of the meter vault. Meters three(3) inches and larger shall be installed no less than thirty-six (36) inches from the top of the meter vault. 2. Meter coppersetters shall be Ford Model No VV 72 (5/8"x3/4"), Ford Model No. VV 74 (1"), McDonald Model No. 20-209 WWDD33, 20-412 WWDD44, Ford Model No. VBB77-12B-11-77, Mueller Model No. B-2423 (1-1/2",2"; laying length for meter varies with specific meter size—coordinate with ACSA ii• prior to installation), McDonald Series 20 (horizontal style—1", 5/8"x3/4"; low bypass— 1-1/2" & 2"), or approved equal. G. Service Laterals 1. Copper pipe for lateral connections shall be soft type"k"copper with standard water works flare or compression fittings. 2. Compression/Flared fittings shall be Ford Grip Joint, Mueller Model 110, McDonald 'T" Series, or approved equal. H. Service Saddles Service saddles shall be Romac Style 202S Painted Saddle with stainless steel straps, Ford Style FS202 with wide stainless steel band (4 bolts), Smith-Blair Inc. Model 317 with stainless steel straps, or approved equal. w Concrete Thrust Blocks All fittings, plugs, tees, bends, and reducers shall be sufficiently anchored with concrete thrust blocks. Concrete thrust blocks shall have bearing on undisturbed earth with bearing area no less than detailed in the Contract Drawings. Dewberry Engineers Inc. Potable Water Systems DDI#50075656 02665-5 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 J. Joint Restraint Where indicated on the drawings, mechanical joint restraint device shall have a working pressure of at least 250 psi with a minimum safety factor of 2:1 and shall be EBAA Iron, Inc., Megalug Series 1100, Sigma Corporation Series D-SLDE, Star Pipe Products Series 3000P, Romac RomaGrip, Ford Series 1400, or approved equal. 2.6 METER BOXES A. Meter boxes shall be installed in non-paved areas. The box and lid shall conform to the finished grade after installation. Meter boxes of appropriate size shall be installed around all meter yokes or coppersetters as indicated on the plans. Meter box locations shall be in non-paved areas except as approved by ACSA for the single application. Meter boxes shall be located and installed so as to prevent water, dirt or debris from entering or covering them. If changes in grade at the meter box are made by the owner or customer after initial construction approval,the cost of box adjustment shall be borne by the party responsible for the grade change. B. All meter boxes shall have non-locking cast iron lids and will be used for water meters up to and including one (1) inch in size. Lids shall be provided with 1-3/4 inch hole tapped into the lid. Blind taps or plugs shall be provided to prevent debris from entering the box prior to use. The contractor must ensure a clear 1-3/4 inch opening where the hole is cast into the lid to accommodate a Touch Read sensor. C. Meter boxes (5/8"and 1") shall be Carson 2200 Series (plastic), Bingham &Taylor BTPMS 20x24 Arched Meter Pit with BTA-3C Cast Iron Frame and Cover, or approved equal.I 2.7 WATER SERVICE LATERALS A. Water service laterals shall extend from the main to the property line of the lot or parcel. Water service laterals are to be soft Type "K" copper tubing, installed at a minimum depth of 36-inches from the main line to a meter setting below finished grade. I B. Detached single family and attached single family residential service laterals shall be 1-inch in diameter. Attached single family residential service laterals can also be grouped into a dual service with a shared 1-inch diameter service line. Water service laterals for 1-inch and 2-inch meter installations shall be 2-inch in diameter. C. All one (1) inch and two (2) inch diameter water service laterals, within existing or proposed VDOT right-of-way, shall be installed in casing pipes of appropriate size and material, as approved by the ACSA. D. Meter boxes with meter yokes or coppersetters are to be installed at the end of each service lateral and are to be constructed in such a manner as to prevent conflict with proposed finished grading or other proposed construction such as driveways, drainage ditches, etc. All water service laterals must be well referenced for future location per detail. 2.8 BLOW-OFF ASSEMBLIESI A. Provisions shall be made for blow-offs by means of a regular blow-off assembly or Dewberry Engineersineers Inc. Potable Water Systems DDI#50075656 02665-6 it Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 hydrant assembly, as may be directed by the Albemarle County Service Authority. All pipe work for the blow-off assemblies shall conform in all respects to applicable portions of these specifications and to the plans. Blow-off assemblies shall not be connected directly to any storm drain or sanitary sewer systems. Blow-off assemblies shall be placed behind the curb, and shall be required at all dead-ends. B. Dead-end blow-Off assemblies (type A) shall be installed as shown on the drawings and in accordance with the following specifications: 1. Blow-off lines shall be two (2) inch diameter PVC or brass pipe. A PVC nipple shall be provided at the end of the assembly with a PVC threaded cap. The threads between the nipple and the cap shall be lubricated before installation to allow removal when needed. 2. Gate valves and boxes shall be of the type described in the applicable sections of these specifications. 3.If the grade allows, a two (2) inch diameter drain pipe shall be properly iy,,, installed in the meter box. C. In-line blow-off assemblies (type B) shall be located at major low points in the system as determined by the ACSA. 2.9 AIR RELIEF VALVE ASSEMBLIES ism A. Approved automatic air relief valves shall be installed at the high points in the system. Each assembly shall consist of a corporation stop, riser pipe, ball valve, fittings, and a precast concrete manhole cone section (including frame and cover with the word"WATER"cast on it), or approved equal. Manhole cone section,frame, and cover shall be HS-20 rated for heavy duty traffic. The riser shall be soft Type K copper pipe. Fittings shall be brass or bronze. Gate valves shall be of the type described in this Section. A 1-inch diameter air relief valve shall be used on lines smaller than 12-inches in diameter. A 2-inch diameter air relief valve shall be used on lines equal to or larger than 12- inches in diameter. Air relief valves shall be manufactured by APCO (Model No. 143C: 1", 145C: 2" combination air release valve), CLA-VAL (Model No. 361-CAV: 1", 362-CAV: 2" combination air release valve), Crispin (Model No. UL10: 1", UL20:2"universal air release valve),ARI Valve Model D-040 combination air release valve: 1", 2"), or approved equal. a" B. If the grade allows, a 2-inch drain pipe shall be properly installed in the cone section of the manhole. C. Air relief valve assemblies shall not be connected directly to any storm drain or sanitary sewer systems. 2.10 FIRE HYDRANTS A. Hydrants shall be manufactured in accordance with the most current revision of ANSI/AWWA C502-05 and shall be approved by the National Board of Firei"' Underwriters. Hydrants shall have 6-inch barrel with 5-1/4-inch clear opening through the valve and shall be provided with a 4-1/2-inch pumper connection and(2) 2-1/2-inch ID hose connections. Fire Hydrants shall be manufactured by M&H i`. Model 129, color — safety red), Kennedy (Guardian Model No. K-81A or K-81 A, color— safety red), Clow Medallion (color —safety red), Mueller (Super Centurion 250, color Mueller Red), American Darling (B-84-B-5, color — safety red), or Dewberry Engineers Inc. Potable Water Systems DD I#50075656 02665-7 i. Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 approved equal. B. Fire hydrants shall be installed in such a manner as to provide the proper fire 1 protection as approved by the County's Fire Official to all structures and no hydrant shall be more than 500 feet from any other hydrant measured along the centerline of the public right-of-way, private road, or other applicable access route.The maximum distance to a fire hydrant from any point on a deadend street or road frontage shall be 200 feet. Where new water mains are extended along streets where hydrants are not needed for protection of structures or similar fire problems, fire hydrants shall be provided at a spacing not to exceed 1,000 feet. Generally, fire hydrants shall be placed no closer than 40 feet to any major structures. C. Fire hydrants shall be installed in areas where weep holes are above the prevailing igroundwatertable. Design elevations and the location of drainage structures shall be used to ensure the weep holes of the hydrant are not subject to groundwater immersion. If, during the course of construction, groundwater is observed in the trench,the fire hydrant shall be moved to higher ground and the separation between fire hydrants will be adjusted accordingly. If fire hydrants cannot be placed above groundwater,the weep holes shall be plugged and the hydrant shall be pumped dry. D. Hydrants shall be of the frost-proof and non-flooding type which will not flood in case the barrel or valve stem is damaged, with orifices for draining the hydrant when the valve is closed. A safety flange shall be provided so that the barrel will not break if struck by a vehicle or other object, and the hydrant can be repaired without digging. Hydrants shall have a 42-inch minimum bury and be designed for 150 psi working pressure and 300 psi hydrostatic test pressure. All working parts shall be bronze to bronze. All hydrants shall open counterclockwise and be preceded in the line by a gate valve. The pumper connection shall face the roadway. Fire hydrants shall have a moisture-proof chamber around operating threads filled with USDA H-1 food grade oil or grease which shall lubricate the threads. A. Hydrants shall be set plumb with the invert of the pumper connection no less than eighteen (18) inches and no more than twenty-two (22) inches above grade. The maximum number of allowable hydrant risers for each hydrant is 2. Unless the hydrant location is specifically indicated otherwise, it shall be located so that the center is not less than two (2) nor more than ten (10) feet from the back of the curb of the adjacent street, with the pumper connection facing the street, unless otherwise directed by the Fire Official. The connecting pipe will have the same depth of cover as the distribution mains. The base and back of the hydrant, opposite the pipe connection, shall be firmly blocked against the vertical face of the trench with cast-in-place concrete to prevent the hydrant from blowing off the line. If the character of the soil is such that in the opinion of the ACSA the hydrant cannot be securely blocked, a steel pile shall be used. Not less than seven (7) cubic feet of No. 68 stone shall be placed around the base of the hydrant to ensure drainage. The backfill around hydrants shall be thoroughly compacted to grade line. Hydrants and valves shall have the interiors cleaned of all foreign matter before installation. Stuffing boxes shall be tightened and the hydrant or valve shall be inspected in open and closed positions, to see that all parts are in working condition. Bags shall be tied securely over all fire hydrants as soon as they are installed. These bags shall not be removed until approved by the ACSA. Each new fire hydrant shall be painted, if the ACSA determines the factory finish has been compromised. Paint for hydrant shall be Devoe DP 58106 Dewberry Engineers Inc. Potable Water Systems DDI#50075656 02665-8 1 jrr Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 Safety Red BAR-OX Alkyd Industrial Gloss Enamel). Paint for caps shall be Axon Products, Inc. Silver-White 1440 Alert. B. The threads on the 4-1/2 inch pumper (steamer) connection and on the operating nut shall be National Standard threads. The threads on the hose connections shall be Albemarle County Service Authority standard thread (Charlottesville thread), 3- ir 21/64 inch female, 3-9/32 inch male, eight threads per inch (Gauge 8-322) except for the Scottsville service area which are National Standard threads. All threads shall be thoroughly lubricated with a food grade lubricant. All of the male connections shall have caps and chains. The cap nuts and the operating nut shall be 1-1/2 inch Pentagon and shall open counterclockwise. PART 3 - EXECUTION 3.1 INSPECTION General: Examine areas and conditions under which potable water system's materials and products are to be installed. Do not proceed with work until unsatisfactory conditions have been corrected in a manner acceptable to the Owner. 3.2 INSTALLATION OF IDENTIFICATION Refer to Section 02798. 3.3 INSTALLATION OF PIPE, PIPE FITTINGS, AND ACCESSORIES A. General 1.Installation of pipe,fittings,valves, and associated appurtenances shall be inims accordance with the requirements of the following specifications: Ductile Iron Pipe - ANSI/AWWA C600 2.Every precaution shall be taken to insure that the entire length of pipe is supported evenly with the joints mated securely together. Pipe bedding shall be as specified by the pipe manufacturer. B. Handling 1. Pipe,fittings,valves, hydrants, and accessories shall be loaded and unloaded by lifting with hoists or skidding so as to avoid shock or damage. Under no circumstance shall they be dropped. Pipe shall not be skidded or rolled ii, against pipe already on the ground. Pipe shall be handled so that the coating and lining shall not be damaged. 2. All materials shall be shipped, unloaded, and stored in accordance with the manufacturer's recommendations. All materials shall be handled in such a manner as to avoid damage to the material. When such damage cannot be repaired to the Engineer's satisfaction, the item shall be replaced at the Contractor's expense. The interior of all pipe and accessories shall be kept free from dirt and foreign matter at all times. DewberryEngineers9ineers Inc. Potable Water Systems DD I#50075656 02665-9 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 C. Trench Preparation 1. Trench preparation shall be in accordance with Section 02270 - Earthwork I for Utilities. D. Dewatering 1.Dewatering shall be in accordance with Section 02140 - Dewatering. E. Placement 1.Installation of all piping,fittings,valves, hydrants, and appurtenances shall be to the lines, grades and locations shown on the Contract Drawings. All valve and hydrant stems shall be set plumb. All pipe, fittings, and accessories shall be carefully lowered into the trench using suitable equipment in such a manner as to prevent damage to pipe fittings. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. The pipe or accessories shall be inspected for defects prior to lowering into the trench. Any foreign matter or dirt shall be removed from the interior of pipe before lowering into position in the trench. For waterlines, if dirt that, in the opinion of the Engineer or his designee,will not be removed by the flushing operation enters the pipe, the interior of the pipe shall be cleaned and swabbed as necessary, with a 5 percent hypochlorite disinfecting solution. 2. Every precaution shall be taken to prevent foreign material from entering the pipe while it is being placed in the line. If the pipe-laying crew cannot put the pipe in the trench and in place without getting earth into the pipe, the Engineer may require that before lowering the pipe into the trench, a heavy tightly woven canvas bag of suitable size be placed over each end left there until the connection is to be made to the adjacent pipe. During laying operations, no debris,tools, clothing, or other materials shall be placed in the pipe. When pipe laying is not in progress, the open ends of pipe shall be closed by a watertight plug or other means approved by the Engineer. This provision shall apply during any suspense of work such as the noon hour as well as overnight. If water is in the trench,the seal shall remain in place until the trench is pumped completely dry. 3. The cutting of pipe for inserting valves, fittings, or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe or cement lining and so as to leave a smooth end at right angles to the axis of the pipe. Care shall be taken to avoid damaging the lining of the pipe. Flame cutting of pipe by means of acetylene torch shall not be permitted. F. Tapping Water Mains 1. All tapping on existing mains shall be accomplished with ACSA forces unless otherwise approved. Tap sizes and location shall be as shown on the typical details, appended herein. a. Tapping PVC, Asbestos-Cement or DI Pipe — the following procedures are required when tapping existing PVC, asbestos- cement or ductile iron water mains: 1) Taps shall be located at least eighteen (18) inches from the Dewberry EngineersInc.In Potable Water Systems DDI#50075656 02665-10 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 joint. 2) Tapping procedures shall be in accordance with the manufacturer's published recommendations. 3) Tapping sleeves and valves shall be used on four (4) inch or larger taps. 4) Tapping sleeves shall be subjected to an air test at thirty-five 35) psi for a duration of five minutes, prior to making a tap. The test pressure shall not exceed forty(40) psi in any case. 5) All two (2) inch taps shall be made using saddles. G. Deflection of Pipe Wherever it is necessary to deflect the pipe from a straight line, either in vertical or horizontal plane, to avoid obstructions or to plumb the line for valve installation, or where long radius curves are permitted, the amount of deflection allowed shall not exceed that required for satisfactory jointing of the pipes, as specified by the manufacturer. The following table shall be used as a guideline. In no case shall these limits be exceeded. Longitudinal Deflection of Ductile Iron Pipe Min. Allow. Pipe Per 18' Length Offset per 18' Offset per 20' Size Radius (ft) Length (in.) Length (in.) 4 205 19 21 6 205 19 21 8 205 19 21 i„ 10 205 19 21 12 205 19 21 H. Polyethylene Encasement lor Due to the known corrosive environment of the soils in the project area, the new ductile iron pipe shall be protected with polyethylene encasement. Polyethylene encasement shall conform to AWWA/ANSI C105/A21.5,current revision,with regard to materials used and method of installation. Valve, Fittings, and Fire Hydrants 1. Bracing of Fittings: All tees, valves, fittings, plugs, caps, and fire hydrants shall be substantially braced, blocked and/or anchored to prevent any rim movement by providing adequate reaction backing. This backing shall be a concrete thrust block with a compressive strength of not less than 2500 psi. Backing shall be placed between sold undisturbed earth and the fitting to be ire anchored and shall be so placed that pipe and fitting joints will be accessible for repairs. Mechanical joint restraint shall also be required as indicated on drawings. i" 2.Fitting Installations: Hydrants, valves and valve boxes shall be set plumb, and centered, with valve boxes placed directly over the valves. If possible, valve boxes shall be located outside the area of roads and streets. Valves shall be backfilled with no less than four (4) cubic feet of clean No. 68 stone to a depth six (6) inches above the base of the valve box. Earth fill shall be carefully tamped around the valve box to a distance of four (4) feet on all Dewberry Engineers Inc. Potable Water Systems DDI#50075656 02665-11 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 sides of the box, or to the undisturbed trench face if less than four (4) feet. 3. Cross Anchor Restraints: Wherever it is not practical to use threaded rods to restrain valves on the end of water lines or fire hydrants, cross anchors shall be constructed in accordance with the typical detail Figure W-3C "Cross Anchor Restraints for Valves." Cross anchors shall be installed around 1ductileironpipewhereverthelastvalveonawaterlineisgreaterthansix(6) feet from a mechanical joint tee. Such installations shall include fire hydrant assemblies and ends of transmission mains, where a future extension is possible. 3.4 TESTING A. General 1. All pipe,valves, fittings, and appurtenances shall be tested and inspected for water-tightness and soundness before being accepted in accordance with the requirements specified herein and as directed by the Engineer. 2. All testing shall be done in the presence of the Engineer or his representative. Contractor shall provide all equipment and perform all work required for the purposes. In case any section under test shows leakage in excess of the allowable amount, the Contractor shall make such repairs to the line as are required to bring the loss within the stipulated limits. The first mile or 20%of the total quantity, whichever is less, of waterline shall be tested prior to proceeding with the project. Thereafter, line testing shall be done in increments of one mile or 20% of the total quantity, whichever is less. 3. The Contractor shall be responsible for all costs associated with testing. Reinspection fees are charged for retesting when initial tests fail. Contact the Albemarle County Service Authority for current rate schedules. All testing will be performed in accordance with the ANSI/AWWA C600, current revision. The contractor shall provide the Albemarle County Service Authority with 48 hours notice prior to undertaking any tests. B. Pressure Testing 1. After the pipe has been laid, all newly laid pipe or any valved section thereof shall be subjected to a hydrostatic pressure of at least 200 psi. 2. Test Pressure Restrictions. Test pressures shall: a. Not exceed pipe or thrust restraint design pressure; b. Be of at least 2-hour duration; c.Not vary by more than +/-5 psi; d. Not exceed twice the rated pressure of the valves or hydrants when the pressure boundary of the test section includes closed gate valves or hydrants; e. Not exceed the rated pressure of the valve. Dewberry Engineers Inc. Potable Water Systems DDI#50075656 02665-12 Imo Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 Yr 3.Pressurization Each valved section of pipe shall be filled with water slowly and the specified test pressure shall be applied by means of a pump connected to the pipe in a manner satisfactory to the ACSA. The water and container used to pump up the line to be tested shall be properly disinfected. 4. Air Removal Before applying the specified test pressure, air shall be expelled completely from the pipe, valves, and hydrants. 5.Examination. All exposed pipe, fittings, valves, hydrants, and joints shall be examined carefully during the test. Any damaged or defective pipe, fittings, valves, or hydrants that are discovered following the pressure test shall be repaired or replaced with sound material and the test shall be repeated until it is satisfactory to the ACSA. C. Leakage 1. A leakage test shall be conducted concurrently with the pressure test. iim 2.Leakage defined Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe,or any valved section thereof,to maintain pressure within 5 psi of the specified test pressure after the air in the pipeline has been expelled and the pipe has been filled with water. 3. Allowable leakage a. No pipe installation will be accepted if the leakage is greater than that determined by the following formula: irr L = S * D * Plo.5) 148,000 L = Allowable leakage, in gallons per hour S = Length of line under test, in feet D = Nominal diameter of the pipe, in inches P = Average test pressure, in pounds per square inch (gauge) b. When testing against closed metal-seated valves, an additional leakage per closed valve of 0.0078 gal./hr./in. of nominal valve size shall be allowed. When hydrants are in the test section,the test shall be made against the closed hydrant valve. Dewberry Engineers Inc. Potable Water Systems DDI#50075656 02665-13 ilo Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 4. Acceptance of Installation Acceptance shall be determined on the basis of allowable leakage. If any test of pipe laid discloses leakage greater than the allowable amount, the contractor shall, at his own expense, locate and repair the defective material until the leakage is within the specified allowance. All visible leaks are to be repaired regardless of the amount of leakage. D. Disinfection I 1. General -All waterlines shall be disinfected prior to being placed in operation. Prior to disinfection all waterlines shall be flushed unless the tablet method of disinfection is used. All valves and hydrants shall be operated during this operation. Flushing velocities shall not be less than 2.5 ft/sec. If ductile iron pipe is being used,the water used to flush the waterline should not remain in contact with the waterline for more than 24 hours. Waterlines shall be disinfected in accordance with AWWA C651, current revision. 2. Continuous Feed Method - Potable water shall be introduced into the pipe line at a constant flow rate and protected by an approved backflow prevention device. Chlorine shall be added at a constant rate to this flow so that the chlorine concentration in the water in the so that the chlorine concentration in the water in the pipe is at least 50 mg/I. The chlorinated water shall remain in the pipe line at least 24 hours, after which, the chlorine concentration in the water shall be at least 10 mg/I. All valves and appurtenances shall be operated while the chlorinated water remains in the pipe line. 3. Tablet Method-This method shall not be used if non-potable water or foreign material have entered the lines or if the water temperature is below 5°C 41°F). Tablets of calcium hypochlorite, containing 70 percent available chlorine by weight, shall be placed in each pipe section and in all appurtenances. Enough tablets shall be used to insure that a chlorine concentration of 50 mg/I is provided in the water. They shall be attached by a food grade adhesive to the top of the pipe sections and crushed or rubbed in all appurtenances. The adhesive shall be approved by the Engineer. The velocity of the potable water in the pipe line shall be less than 1 ft./sec. The water shall remain in contact with the pipe for 24 hours and shall have a minimum concentration of 25 mg/I. a. Schedule of Maximum Flow Rates Pipe Diameter Flow Rate Pipe Diameter Flow Rate 4" 40 GPM 14" 500 GPM 6"90 GPM 16" 600 GPM 8" 160 GPM 18" 800 GPM 10" 260 GPM 20" 1000 GPM 12" 350 GPM 24" 1400 GPM b. Number of Hypochlorite Tablets of 5-G Required for Dose of 50 mg/I (based on three and three-quarters grams of 70% available chlorine per tablet): Dewberry Engineers Inc. Potable Water Systems DDI#50075656 02665-14 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 Joint Length Diameter of Pipe ft) inches) 2 4 6 8 10 12 13 or less 1 1 2 2 3 5 18 1 1 2 3 5 6 20 1 1 2 3 5 7 30 1 2 3 5 7 10 40 1 2 4 6 9 14 w c.Grams of HTH Powder required for Dose of 50 mg/I (based on 65% available chlorine in HTH powder): Joint Length Diameter of Pipe ft) inches) 2 4 6 8 10 12 i` 13 0.6 2.5 5.56 9.88 15.45 22.24 18 0.85 2.5 7.69 13.69 21.39 30.80 20 0.95 3.8 8.56 15.21 23.76 34.22 30 1.43 5.7 12.83 22.81 35.65 51.33 40 1.90 7.6 17.11 30.42 47.53 68.44 The cost of all such testing will be the responsibility of the Contractor. All valves and appurtenances shall be operated while chlorinated water is in the pipe line. 4.Disinfection shall include hydrants and other special pipe, taps and fittings used at connections to existing piping.These shall be thoroughly disinfected before installation. Excavation for such connections shall be kept free from water until the connection is completed and great care shall be exercised to prevent contamination of the pipe and connection fittings. 5. Connections - The inside of the existing pipe within three (3) feet of point oflir connection shall be disinfected by spraying with a solution containing not less than 200 mg/I of chlorine immediately before connection is made. On completion of disinfection the piping shall be flushed thoroughly with potable water, and samples shall be taken and tested by a recognized testing laboratory. The water shall be proven safe for human consumption before acceptance of disinfection. Should the samples show the water is unsafe,the i, piping shall be disinfected until satisfactory tests are obtained. 6.Final Flushing - After the retention period, the main shall be flushed of the high chlorine water with potable water until the water leaving the system i" shows a chlorine concentration of less than 1 mg/I or no higher than that prevailing in the water used for flushing. Water with a chlorine concentration greater than 2.0 mg/I shall either be dechlorinated or the high chlorine water ii. shall be discharged directly to sanitary sewer line. 7. Testing - After the lines have been flushed, the waterlines shall be tested in the following methods: ags Dewberry Engineers Inc. Potable Water Systems DDI#50075656 02665-15 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 a. All chlorine residual determinations shall be made using only those methods approved by the Virginia Department of Health. One approved method is the DPD Kit method. b. Two water samples shall be collected at least 24 hours apart for bacteriological testing. The samples shall be collected at regular intervals, not to exceed 2,000 feet throughout the length of pipe. All bacteriological samples collected following disinfection shall be analyzed by a laboratory certified by the Virginia Department of General Services, Consolidated Laboratory Services. The results of these samples must indicate the absence of coliform contamination. If contamination is indicated,then the disinfection procedure must be repeated. 8.It is the Contractor's responsibility to ensure their operations do not contaminate the public water supply. If at any time, the water in the existing system becomes contaminated,they shall be held financially accountable for any corrective action taken by the ACSA. In addition,the Contractor shall be responsible for the cost of defending and settlement of all claims resulting from their negligence, including but not limited to, court costs and attorney's fees. 3.5 ABANDONMENT OF EXISTING WATERLINE A. General: Waterlines to be abandoned shall be permanently disconnected from the remaining system and drained. Waterlines to be abandoned within limits of VDOT right-of-way shall be filled with flowable fill. Details of the abandonment shall be approved by ACSA and VDOT. B.Special Requirements for Cutting Transite (Asbestos Cement) Pipe 1. Special precautions shall be taken preparing and cutting transite asbestos cement) pipe. The EPA has recognized asbestos as presenting a cancer or lung disease health hazard. The EPA in conjunction with the US OSHA have established regulations to address asbestos exposure. 29 CFR 1926.1101 addresses asbestos in the construction industry and 29 CFR 1910.134 addresses the use of respirators approved for use working with asbestos products. Any Contractor working with or around asbestos cement pipe shall be familiar with these regulations. 2. Any employee working on or around asbestos cement pipe shall have had at a minimum EPA's sixteen hour maintenance and custodial training. Any employee performing the cutting operation shall have completed EPA's 4 day Asbestos Abatement Worker training. All cutting work shall be supervised by an EPA certified "Competent Person". c. Work Practices for Asbestos Cement Pipe Operations 1. No chop saws will be used on any materials containing asbestos unless it is equipped with the appropriate hepa filter system. 2. A pressurized sprayer filled with water will be used as needed to keep the asbestos containing material sufficiently wet. 3. The use of compressed air to blow dust off protective clothing, uniforms gDewberryEngineers Inc. Potable Water Systems DDI#50075656 02665-16 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 rrr and tools is prohibited. 4. A catch basin will be placed under the cutting equipment and guillotine saw to catch any contaminated water. 5. All tools and equipment will be cleaned while in the work area while personnel are wearing appropriate protective equipment. 6. All tools and equipment(bits, blades, etc.)will be cleaned and washed in a way to contain water for disposal in an absorbent media or filtered through a 5 micron system and released to atmosphere. 7. All asbestos material, asbestos waste by products, water used for working on asbestos material and cleaning tools and equipment and protective clothing must be properly disposed of in the following manner: a. Determine how much waste needs to be disposed of and choose the appropriate bags. Do not overfill bags. Fill to approximately half full if dealing with water or heavy material. b. Do not place objects in bags that have jagged edges or corners that am, will damage bags. c. Once bag is filled to appropriate level remove as much air from bag while sealing as possible by squeezing or using hepa vac. Hepa vac is preferred method. Once bag is sealed and taped place bag in another bag and repeat air removal and seal and tapping procedure. d. Label bag with appropriate warning label if bags are not identified by manufacturer with proper asbestos label. e. Once bags are securely sealed the bags should be wet wiped with a rag or hepa vacuumed to remove any fibers on bags. f. All bags or containers, or wrapped pipe pieces, must be labeled according to the NESHAP regulations. g. The asbestos-containing waste materials must be transported in a closed container or box from site of removal to storage or disposal facility. h. The material being transported must be labeled with the name of the waste generator or owner, and the location of where waste was generated or removed as per NESHAP regulations. 8. A DOT label is also required and must contain the RQ or Reportable Quantity if over one pound. Waste, asbestos mixture and NA2212 the North American shipping number assigned to asbestos.ism END OF SECTION 02665 P:\ACSA15\50075656\Specs\02665-Potable Water Systems.doc kum rr irk Dewberry Engineers Inc. Potable Water Systems DDI#50075656 02665-17 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 1 I 1 1 1 I NO TEXT THIS PAGE 1 1 I 1 Dewberry Engineers Inc. Potable Water Systems DDI#50075656 02665-18 it Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90% Documents ACSA Project No.:2015-08 SECTION 02798 UTILITY LOCATION AND IDENTIFICATION PART 1 - GENERAL 1.1 SUMMARY The purpose of this Section is to specify the requirements for utility location tape. In general, all utility pipelines shall be marked by appropriately marked metallic tape 12 to 24 inches above the conduit. 1.2 RELATED SECTIONS Intent: The provisions and intent of the AGREEMENT, including the General Conditions, Supplemental Conditions, and other requirements of the Contract Documents apply to the WORK as specified in this Section. WORK related to this Section is described throughout the Specifications. 1.3 REFERENCES Code of Virginia 1.4 SUBMITTALS See Section 01300. 1.5 SEQUENCING The tape wire shall be installed at the same time as the pipeline. PART 2 - PRODUCT ir. 2.1 WARNING AND IDENTIFICATION TAPE Polyethylene plastic and metallic core or metallic-faced, acid-and alkali-resistant, polyethylene plastic warning tape manufactured specifically for warning and identification of buried utility lines. Provide tape on rolls, 3-inch minimum width, color coded as specified below for the intended utility with warning and identification imprinted in bold black letters continuously over the entire tape length. Warning and identification to read, "CAUTION, BURIED (intended service) LINE BELOW" or similar wording. Color and printing shall be permanent, unaffected by moisture or soil. Warning tape shall be manufactured by Allen Systems, Harris Industries, Inc., or approved equal. Warning Tape Color Codes Blue: Water Dewberry Engineers Inc. Utility Location and Identification DDI#50075656 02798- 1 Albemarle County Service Authority July 15, 2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 Warning Tape for Metallic Piping: Acid and alkali-resistant polyethylene plastic tape conforming to the width, color, and printing requirements specified above. Minimum thickness of tape shall be 0.003 inch. Tape shall have a minimum strength of 1500 psi otherwise, and 1250 psi crosswise, with a maximum 350 percent elongation. END OF SECTION 02798 P:\ACSA15\50075656\Specs\02798-Utility Location and Identification.doc 1 1 1 1 1 1 1 Dewberry Engineers Inc. Utility Location and Identification DDI#50075656 02798-2 imp Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 SECTION 02904 SEEDING PART 1 - GENERAL 1.1 SCOPE The work covered by this Section consists of furnishing all plants, labor, equipment, and materials, and in performing all operations in connection with seeding the graded areas, all i11 slopes adjacent to the graded areas; all paving shoulders and slopes and all disturbed or scarred areas, complete in strict accordance with the plans and specifications. I` PART 2 - PRODUCTS 2.1 SEED All seed used shall be in accordance with the requirements of these specifications, Section 604, Seeding of the current edition of the VDOT Road and Bridge Specifications, and the Virginia Erosion and Sediment Control Field Manual. All seed shall be standard, furnished in sealed standard containers. Seed which has become wet, moldy, or otherwise damaged in transit or storage shall not be acceptable. As indicated on the plans,the measures of surface roughening and soil stabilization matting or blankets shall be used on steep slopes to reduce runoff velocity and aid in the establishment of vegetative cover with seeding. 2.2 FERTILIZER Fertilizer shall be 10-10-10 grade, uniform in composition, free flowing and suitable for application with approved equipment, delivered to the site in bags or other convenient containers, each fully labeled, conforming to the applicable State fertilizer laws,and bearing the name, trade name or trade mark, and warranty of the producer. 2.3 LIME Lime shall be ground limestone containing not less than 85 percent of total carbonates and shall be ground to such fineness that at least 50 percent will pass through a 100-mesh sieve j,,, and at least 90 percent will pass through a 20-mesh sieve. Coarser materials will be acceptable provided the specified rates of application are increased proportionately, on the basis of quantities passing the 100-mesh sieve but no additional payment will be made for the increased quantity. The Engineer shall be furnished with duplicate copies of invoices for all fertilizer and lime used on the project. Invoices for fertilizer shall show the grade furnished. Invoices for lime shall show total minimum carbonates and minimum percentages of the material furnished that pass the 100- and 20-mesh sieves. as 2.4 MULCH Mulching material shall meet requirements shown in the organic mulch materials and application rates detail on the plans. Mulch shall not be musty, moldy, caked, decayed or extremely dusty. Dewberry Engineers Inc. Seeding DDI#50075656 02904-1 Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 PART 3 - EXECUTION 3.1 PREPARATION OF SEED BED A. Fertilizer shall be distributed uniformly at a rate of 450 pounds per acre over the 1areastobeseeded, and shall be incorporated into the soil to a depth of at least 3 inches by disking, harrowing, or other methods. Distribution by means of an approved seed drill equipped to sow seed and distribute fertilizer at the same time will be acceptable. Immediately following or simultaneously with the incorporation of the fertilizer, lime shall be incorporated into the soil to a depth of at least 3 inches by disking, harrowing, or other methods. The incorporation of the lime together with the fertilizer may be performed in one operation. Lime shall be applied at a rate of 2 tons per acre. B. Temporary seeding shall be accomplished in the same manner as described in this section. 3.2 PLANTING SEED Seed shall be broadcast either by hand or approved sowing equipment at the rate specified herein. The seed shall be uniformly distributed over the designated areas. Half the seed shall be sown with the sower moving in one direction, and the remainder shall be sown with the sower moving at right angles to the first sowing. The seed shall be covered to an average depth of 1/4 inch by means of a brush harrow, spike-tooth harrow, chain harrow, cultipacker, or other approved device. Broadcast seeding shall not be done during windy weather. If inspection during seeding operation or after there is a show of green indicates that strips wider than the space between the rows planted have been left or other areas skipped,the Engineer may require the sowing of additional seed on these areas. Seed shall be applied per the appropriate rate shown in the erosion and sediment control seeding details on the plans. 3.3 COMPACTING Immediately after the operations specified above have been completed,the entire area shall be compacted by means of a cultipacker, roller, or other approved equipment weighing 60-90 pounds per linear foot of roller. When a cultipacker or similar equipment is used, the final rolling shall be at right angles to the existing slopes to prevent water erosion, or at right angles to the prevailing wind to prevent dust, as required by the Engineer. 3.4 MULCHING Mulch shall be spread over all seeded areas per the appropriate rate shown in the organic mulch materials and application rates detail on the plans. Mulch shall be applied to a uniform depth by an approved method and in such a manner that not more than 10 percent of the soil surface is exposed. 3.5 PROTECTION AND MAINTENANCE The area shall be protected against traffic or other use by erecting barricades immediately after seeding is completed and by placing warning signs on the various areas of a type approved by the Engineer. As indicated on the plans,the measures of surface roughening and soil stabilization matting or blankets shall be used on steep slopes to reduce runoff velocity and Dewberry Engineers Inc. Seeding DDI#50075656 02904-2 ir.Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 rrr aid in the establishment of vegetative cover with seeding. Seeded areas shall be maintained by mowing to the satisfaction of the Engineer. Any areas which do not produce a healthy show of grass shall be reseeded during the next proper season, at the Contractor's expense. 3.6 HYDRO-SEEDING At the Contractor's option, hydro-seeding methods may be used in lieu of previously described methods for the placement of seed. Contractor shall submit proposed method and equipment to the Engineer and Owner for approval. r END OF SECTION 02904 P:\ACSA15\50075656\Specs\02904-Seeding.doc lis in INNirr irr 1rr 111r lir Dewberry Engineers Inc. Seeding DDI#50075656 02904-3 iYr Albemarle County Service Authority July 15,2016 Crozet Phase 3 Water Main Replacement Project 90%Documents ACSA Project No.:2015-08 1 1 1 1 1 1 NO TEXT THIS PAGE1 I 1 I Dewberry Engineers Inc. Seeding DDI#50075656 02904-4 is amo lio lim APPENDIX is l. EMI 1 1 1 1 1 1 1 1 1 NoTEXT THIS PAGE 1 1 1 1 1 1 1 1 1 it GEOTECHNICAL ENGINEERING REPORT Albemarle County Service Authority (ACSA) Crozet Phase 3 Water Main Replacement Project Albemarle County, Virginia Schnabel Reference 16C43002 June 27, 2016 I. Itu W in ism gia Schnabel ENGINEERING 1 Schnabel Celebrating 60 Years ENGINEERING 1956 - 2016 I I June 27, 2016 I Ms. Heather Campbell, PE Dewberry 4805 Lake Brook Drive, Suite 200 Glen Allen,VA 23060 1 Subject: Project 16C43002, Geotechnical Engineering Report,ACSA Crozet Phase 3 Water Main Replacement Project,Albemarle County,Virginia Dear Ms. Campbell: SCHNABEL ENGINEERING, LLC (Schnabel)is pleased to submit our geotechnical engineering report for this project. This study was performed in accordance with our revised proposal dated November 9, 2015 and your authorization on January 29, 2016. 1 SCOPE OF SERVICES Our proposal dated November 9, 2015, defines the scope of this study. Our services include subsurface exploration, field engineering, soil laboratory testing, and development of geotechnical engineering recommendations. The objective of this study is to evaluate the subsurface conditions and provide recommendations for construction of the waterline based on the subsurface exploration performed. Services not described in our agreement are not included in this study. We would be happy to provide additional support services to the design team as the project demands. SITE DESCRIPTION AND PROPOSED CONSTRUCTION The site is located in the town of Crozet, in Albemarle County, Virginia, west of the City of Charlottesville. The site for the proposed water main replacements is west and south of Crozet Park, spanning from Crozet Avenue (Route 240)to Brookwood Road. The project parallels Duvegan Lane, Park Road, Claudius Court, Jamestown Road, and Brookwood Road. Figure 1 at the end of this report includes a Site Vicinity Map. of the replacement of 8-inch, 6-inch,project consists p and 4-inch diameter water mains and associated connections and hydrants to improve system reliability and fire protection. The water main will extend about 4,350 linear feet and will be poly-wrapped ductile iron or PVC. Based on our review of schnabel-eng.com T/434-975-3200 F/434-975-3233 480 Four Seasons Drive/Charlottesville,VA/22901 3 Dewberry ACSA Crozet Phase 3 Water Main Replacement Project drawings provided by your office, the elevations of the proposed water main replacement will vary from about EL 695 ft on Dunvegan Lane to EL 635 ft on Jamestown Road. We obtained the site and project information from the ACSA Capital Improvement Project drawing, and drawings and information provided by Dewberry. SUBSURFACE EXPLORATION AND LABORATORY TESTING PROGRAM We performed a subsurface exploration and field testing program to identify the subsurface stratigraphy underlying the site and to evaluate the geotechnical properties of the materials encountered. This program included test borings. Exploration methods used are discussed below. The appendices contain the results of our exploration. hal Test Borings ire Schnabel's subcontractor, Ayers&Ayers, Inc. drilled 10 test borings under our observation on June 10, 2016. LMC Safety Barricade Corporation provided lane closure and traffic control during the drilling. The Standard Penetration Test(SPT)was performed at selected depths in the borings. Appendix A ir.includes specific observations, remarks, and logs for the borings; classification criteria; drilling methods; and sampling protocols. Figures 2A, 2B, and 2C included at the end of this report indicate the approximate test boring locations. We will retain soil samples up to 45 days beyond the issuance of this it report, unless you request other disposition. Index Testing Ilr. Our laboratory performed tests on selected samples collected during the subsurface exploration. The testing aided in the classification of materials encountered in the subsurface exploration and provided data for use in the development of our recommendations. Index testing included performing natural moisture content, Atterberg Limits, and gradation tests on two jar samples of soil representing Stratum B1. The results of the laboratory tests are included in Appendix B and are summarized for each stratum in the Site Geology and Subsurface Condition section of this report. Selected test results are also shown on the boring logs in Appendix A. SITE GEOLOGY AND SUBSURFACE CONDITIONS Geology Existing geologic data in our files were reviewed including the Geologic Map of Virginia, prepared by the Virginia Division of Mineral Resources in 1993. Based on this review, the project side is underlain by several formations, including the Swift Run and Catoctin Formations, from the middle to late Proterozoic ire periods. The underlying rocks consist of phyllite, metasandstone, metaconglomerate, metabasalt, layered pyroxene granulite, and myonite. Rock was not encountered during our subsurface exploration. 1r.Generalized Subsurface Stratigraphy We have characterized the following generalized subsurface soil stratigraphy based on the boring data presented in Appendix A: June 27,2016 Page 2 Schnabel Engineering, LLC Project 16C43002 2016 All Rights Reserved err Dewberry ACSA Crozet Phase 3 Water Main Replacement Project Ground Cover Eight of the borings were performed in existing roadways and encountered 0.1 to 0.5 ft(1.5 to 6 1 inches)of asphalt typically underlain by crushed stone varying from 0.2 to 0.5 ft(2 to 6 inches) in thickness. In Boring B-05 we did not observe crushed stone below the asphalt. Borings B-1 and B-10 were performed off the edge the roads and we encountered 0.3 ft of rootmat and topsoil and 0.3 ft of crushed stone, respectively. Stratum F: Fill Existing fill was encountered in several borings below the ground cover. We observed about 1.5 ft of fill in B-01, while fill was observed at 5 ft, the limits of our exploration, in Borings B-04, B-08, IandB-09. Fine-grained fill soils of Stratum F consisted of elastic silt (MH)and lean clay(CL), with varying amounts of sand. Coarse-grained fill soils consisted of clayey sand (SC)and poorly- graded sand (SP). In Borings B-08 and B-09 we observed burnt wood fragments and organic odor in the fill material. The natural moisture contents tested were about 18.8, 19.9, and 24.7 percent. Based on the Standard Penetration Tests performed, this stratum is generally stiff consistency and loose to medium dense with N values of 9 to 16. Strata B1 and B2: Residual Soil We encountered residual soils below Stratum F in Boring B-01, while the remaining borings encountered residual soils below the ground cover. The residual materials are derived from the chemical and physical weathering of the underlying formation and were encountered to depths of 5 ft, the limits of our exploration. Stratum B1, the fine-grained component of these soils, consisted of elastic silt(MH), silt(ML), lean clay(CL)and fat clay(CH)with varying amounts of sand. The soils tested were generally of high plasticity with liquid limits of 60 and 79 and plasticity indices of 31 and 43, respectively. The natural moisture contents measured varied from 16.3 to 38.3 percent, with the average of six tests at 29.7 percent. Based on the Standard Penetration Tests performed, this stratum is generally stiff to hard consistency with N values of 11 to 33. Stratum B2, coarse-grained residual soils, consisted of clayey sand (SC)and silty sand (SM). The natural moisture content observed was 29 percent. Based on the Standard Penetration Tests performed, this stratum is generally medium dense with N values of 18 to 23. Laboratory tests performed on samples representing Stratum B1 indicate these soils exhibit a high to very high potential for moisture-related volume change (shrink/swell behavior). Groundwater We did not observe groundwater in the borings. We did not obtain long-term water level readings since the test borings were backfilled upon completion for safety. The groundwater levels on the logs indicate our estimate of the hydrostatic water table at the time of our subsurface exploration. The final design should anticipate the fluctuation of the hydrostatic water table June 27,2016 Page 3 Schnabel Engineering,LLC Project 16C43002 2016 All Rights Reserved Dewberry ACSA Crozet Phase 3 Water Main Replacement Project depending on variations in precipitation, surface runoff, pumping, evaporation, leaking utilities, stream levels, and similar factors. GEOTECHNICAL RECOMMENDATIONS Water Line Bedding and Backfillrr Water line subgrades will consist of existing fill soils and natural soils. These soils are expected to be suitable for support of the water line. Water line subgrades should be evaluated in the field by the Geotechnical Engineer. Unsuitable subgrades should be undercut and backfilled with additional bedding material. In accordance with VDOT Road and Bridge Specifications, Section 302.03(a)2.b, bedding should consist of VDOT No. 25 or 26 aggregate, except where standing or running water is present in the excavation. If standing or running water is present,the pipe bedding material should consist of VDOT No. 57 crushed stone below a 4-inch cap of VDOT No. 25 or 26 aggregate. Water line bedding material should be uniformly compacted and should be at least 4 inches. The water fee line should be backfilled up to the spring line with bedding material. Above the spring line, soils excavated for installation of the water line are generally considered suitable for backfill. Backfill should be placed in loose layers not exceeding 8 inches in thickness and compacted to at least 95% of the maximum Standard Proctor dry density per ASTM D-698 in structural areas (e.g. below pavements)and 90% per ASTM D-698 in non-structural areas. Backfill around the water line should be placed in such a way as to prevent damage to the water line. The use of heavy vibratory rollers should not be permitted until a minimum of 3 ft of backfill has been placed and compacted with the use of light compaction equipment. Water line backfill should consist of material classifying as CH, MH, CL, ML, SC, SM, SP, SW, GC, GM, GP, or GW per ASTM D-2487. Non-organic, on-site soils are expected to meet this criterion. The more highly plastic CH and MH soils should not be used within 2 ft of the pavement subgrade level in structural areas. If off-site borrow soils are needed, they should classify SC, SM, SP, SW, GC, GM, GP or GW per ASTM D-2487. Yr Successful reuse of the excavated, on-site soils as compacted structural fill will depend on the natural moisture content of soils encountered during excavation. We anticipate that moisture conditioning of portions of the on-site soils will be needed before the recommended compaction can be achieved.air CONSTRUCTION CONSIDERATIONS Earthwork The on-site soils are susceptible to moisture changes, will be easily disturbed, and will be difficult to r compact under wet weather conditions. Drying and reworking of the soils are likely to be difficult during wetter winter months. We recommend that the earthwork phases of this project be performed during the warmer, drier times of the year to limit the potential for disturbance of on-site soils. June 27,2016 Page 4 Schnabel Engineering,LLC Project 16C43002 2016 All Rights Reserved Dewberry ACSA Crozet Phase 3 Water Main Replacement Project The contractor should provide site drainage to maintain subgrades free of water and to avoid saturation and disturbance of the subgrade soils and backfill. The contractor should be responsible for reworking of subgrades and compacted structural fill that were initially considered suitable but were later disturbed by equipment and/or weather. Dewatering 1 Groundwater was not encountered during our subsurface exploration. However, groundwater may be encountered. If dewatering is required, we recommend that excavations be dewatered to at least 2 ft below the proposed subgrade elevations. Dewatering by pumping from sumps and/or well points will likely be effective in controlling groundwater infiltration in these portions of the site. Dewatering methods should be the responsibility of the Contractor. Rock Excavation We did not encounter rock during our subsurface exploration. However, conditions encountered during excavation may be different than those observed in the test boring data. Therefore,we recommend the contract documents include a unit price for rock excavation. A sample definition of rock for excavation specifications is provided below: For mass excavation, rock is defined as any material that cannot be dislodged by a Caterpillar 1 Model No. D-8 heavy-duty tractor, or equivalent, equipped with a hydraulically operated, single- tooth power ripper without the use of hoe-ramming or blasting. For trench, footing and pit excavations, rock excavation shall be defined in terms of a Caterpillar Model No. 330 hydraulic excavator, or equivalent. This classification does not include material such as loose rock, concrete, cemented gravel, or other materials that can be removed by means other than hoe- ramming or blasting, but which for reasons of economy in excavating, the Contractor chooses to remove by hoe-ramming or blasting. Rock does not include boulders less than one cubic yard in volume. Boulders larger than one cubic yard in volume will be considered rock for payment purposes. 1 Where the rock cannot be removed with conventional excavation equipment, special means of excavation may be needed. Removal of rock may require the use of blasting, air-powered tools, rock splitters, or large hoe rams. Engineering Services During Construction The engineering recommendations provided in this report are based on the information obtained from the subsurface exploration and laboratory testing. However, conditions on the site may vary between the discrete locations observed at the time of our subsurface exploration. The nature and extent of variations between borings may not become evident until construction begins. To account for this variability, we should provide professional observation and testing of actual subsurface conditions revealed during construction as an extension of our engineering services. These services will also help in evaluating the contractor's conformance with the plans and specifications. Because of our unique position to understand the intent of the geotechnical engineering June 27,2016 Page 5 Schnabel Engineering,LLC Project 16C43002 2016 All Rights Reserved ism Dewberry ACSA Crozet Phase 3 Water Main Replacement Project iiii• recommendations, retaining Schnabel for these services will allow us to provide consistent service throughout the project construction. rr. General Specification Recommendations An allowance should be established to account for possible additional costs that may be required to Imo construct earthwork as recommended in this report. Additional costs may be incurred for a variety of reasons including variation of soil between borings, greater than anticipated unsuitable soils, need for borrow fill material, wet on-site soils, obstructions, rock excavation, temporary dewatering. This report may be made available to prospective bidders for informational purposes. We recommend that the project specifications contain the following statement: Schnabel has prepared this geotechnical engineering report for this project. This report is for informational purposes only and is not part of the contract documents. The opinions expressed if. represent the Geotechnical Engineer's interpretation of the subsurface conditions, tests, and the results of analyses conducted. Should the data contained in this report not be adequate for the Contractor's purposes, the Contractor may make, before bidding, independent exploration, tests and analyses. This report may be examined by bidders at the office of the Owner, or copies may be obtained from the Owner at nominal charge. The contract documents should include the boring data provided in Appendix A. Additional data and reports prepared by others that could have an impact upon the contractor's bid should also be made available to prospective bidders for informational purposes. LIMITATIONS We based the analyses and recommendations submitted in this report on the information revealed by our exploration. We attempted to provide for normal contingencies, but the possibility remains that unexpected conditions may be encountered during construction. This report has been prepared to aid in the evaluation of this site and to assist in the design of the project. It is intended for use concerning this specific project. We based our recommendations on information on the site and proposed construction as described in this report. Substantial changes in loads, locations, or grades should be brought to our attention so we can modify our recommendations as needed. We would appreciate an opportunity to review the plans and specifications as they pertain to the recommendations contained in this report, and to submit our comments to you based on this review. We have endeavored to complete the services identified herein in a manner consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing in the same locality and under similar conditions as this project. No other representation, express or implied, is included or intended, and no warranty or guarantee is included or intended in this report, or other instrument of service. Sri June 27,2016 Page 6 Schnabel Engineering, LLC Project 16C43002 2016 All Rights Reserved iir Dewberry ACSA Crozet Phase 3 Water Main Replacement Project We appreciate the opportunity to be of service for this project. Please call us if you have any questions regarding this report. Sincerely, O tiALTH OF Lr SCHNABEL ENGINEERING, LLC U NOLAND SILMAN y 217 E• Lic.No.050054 Noland M. Silman, PE hoc 44, Project Engineer FSSIONAL 44,,__ 4 p LTH OFj O Lt Jeremy L Mydlinski, PE Senior Associate o JEREMY L.MYDLINSKI Lic.No.033936 NMS:JLM:bhc J NGti Figures ONAL Appendix A: Subsurface Exploration Data 1 Appendix B: Soil Laboratory Test Data 1 1 1 June 27,2016 Page 7 Schnabel Engineering, LLC Project 16C43002 2016 All Rights Reserved FIGURES Figure 1: Site Vicinity Map Figure 2A: Boring Location Plan (Dunvegan Lane, Park Road) aro Figure 2B: Boring Location Plan (Park Road) Figure 2C: Boring Location Plan (Claudius, Jamestown, Brookwood Roads) as rr lu June 27,2016 Schnabel Engineering, LLC Project 16C43002 2016 All Rights Reserved 1...,..-L'. r4.i.;='- ' w t,,,,,,,:r. sig ."`, r, t fie, tY i % e a Thr Ned i Rd -- 4• e.+ f w r a - 4, ---:%,, APPROXIMATE 410r, t v'" t''`'4fi` 4 ' `SITE LOCATION itopp 7 io ice" 4 ft,r' 0.. y. ... .'''': 1*‘' t. wis..ar awY xkt 4' Y.'. r:7 - T b f# t. k fie`. x eft , 'E C t T t't.4"!".,,,'':. 1Ys 1 ; 4 YT" II I t, 4 fi ZI x kt 1 . ii ry x L Cm c Sources: Esri, HERE, DeLorme, USGS, Intermap,increment P Corp.,NRCAN, Esri Japan. METI, Esri China(Hong Kong), Esri(Thailand), Mapmylndia,©OpenStreetMap contributors,and the GIS User Community Source: Esri, DigitalGlobe,GeoEye, Earthstar Geographies,CNES/Airbus DS,USDA, USGS, NOT TO SCALE m 2 eil ACSA CROZET PHASE 3 WATER MAIN REPLACEMENT Schnabel PARK ROAD AND JAMESTOWN ROAD SITE VICINITY ENGINEERING ALBEMARLE COUNTY, VIRGINIA MAP PROJECT NO. 16C43002 FIGURE 1 Schnabel Engineering,2016.All Rights Reserved. wommi Irmo, ispo rl ommili mmowili wrrI immoil mrimmil soma U 0.,,,, D i D ii rrn 0 D EWERMANHOLEOor RM= 666: 18' / m m 1N16= 68 . VE rt, tt 1NV= 880. 22I{ / , f1 _--- ”. IN69 1 PER PIANS BRICKCOLUMNIOZ I ' I v CMP Z I - 0 I- 15" NO_ ItI o I BRK O V J d`, Lc I IIfV= 69226KCOLUMN SEWER MANHOLE RIM=684xOINV= B7. e,,( 24 e( 060I 1 O i' I • I mA, Z S= id 1 d rn'- n SHED a $ N'` a 4 n,)`' mAp g p^+, Z S oti 4 Fstiw 1 0i ? O j F . 1 0 BLDG', 1 it I1 o Gj il ornbs 1 I s R In p20 Qo, e la z g7 c a0 a2 t/ 1 0 VI IF o1 Z2m r2 f. m P6IP"po m L.1,- u Z/ F l L,--,- 6. p,2npcg In Ip B O D D 0 D 7, J ( n WT D m 0 srRE C NY..- o_----, NIGH D D C 0 csnwAltD.Z7 N o u x o o iINV= 678. 6:. TA; r mm m o To$ Mum7 ' a Q ki 16` pgwbs — bCD rn c it g` So: w Z m Z W n 1 2, n' t r X. 5 MANHOLE . m$, NV= 67J, 39 oAi bpA o IA 76. 14' O > a n g 0 1 n g a 15" CMP J 1NV= 671. 191OUT) t J* H g 4 :'' o rv67266 a, ' o o8 aA o ZZ 73 20 fib% 7, 0 5 I. I INV= 674. 01 .- A a D _ U D O p N 2 2 O I N g p ip T A I mo- X 2 2 O I, al fD t, 4+ H V p v p Wpp p z z p______.___®-- — N wZ o L C3 3 Up U Q m p N p biib ' 1' D W t, 2 p nSlpv 0 daub Ron 4 42g.. 0 N A Ws. O P^ r0 c" EWER p Ri] 4 R g AANNOLE Z0Z p O Z ip p RIM= 674. 42' V/ ti ,.. g 4 g I 7NV= 66B. 26'( WT) M r— N I u 0 0 til mr. oi N, c4 0 p o N I p u CD — I 8 1 R$ PU N) E2tm U aoTpo I, 8 Z V co k x g 4 A 0 p N' Z - o 4.--...-:-. t; wm v ROSENKRANS RD o P, Au o m n. 2 o co O Q m' o b z m m u _ _ 6G MATCHLINE SEE SHEET CS o - D 0 azos N u r 0 ° 7 Z 0 cr MATCHLINE - SEE FIGURE 2B u I m o 71 0 wnn2n ', G) L FIc co mx' m U I v ' I, NY- 550 V81C) II5 A C D M 5 4 O in n Z V R 2 a __ 1 o. WV CMP O 2 6 Z N op WV= 660. J6 Zp N D SEWER ( ',`„° „., s 2 O 3 N MANLini F I G ., D 0 dogma limmi Iii..... i Immil imirl li 6011 lissa 6. 04 Loma ..... 11 it.... 11 . ir. ti . 11 11. 10;: amitill i1. 11 MATCHLINE SEE SHEET C4 MATCHLINE - SEE FIGURE 2A o 0 0 x A re, f C0DII 1 _',;,', ' _ 1IN,. Y3NC., I51I5PC334 H t Ili INV- 66036 2 P Fri ., 11 2 8,, SEWER 1. 10 MANHOLE co m ss— — -- ss— -- R134. 661. 70' X 0 wv- e,.. 588 4, iniv- 55. 2.. zrouo t t, I rs.) Z INVA,, 658. 13 1, R 6 I 0— C 0 k. ,N? 0, 0 t' ip' ,,,,'•.: 1 2 i' 2 ' 1 I t -, a INV= 6601W- 0 1 Z g`, 9;. R 11 t t., V LIE.01 1- , z- 1g 0, 1, N •-, 8 t,,,,,, r- n n ,.. r 1 15 CMP iNV= 658. 27 2 R Z1?p. ..° t, 11111 4., SEWERMANHOLE St-* En RIAI,• 647. 53. ll'' E( MANHOLE I64, 4640. 66rIN) RIM- 6544, INV- 635 6 IN1/4- 640, 61( OLIT) 1 z , 41N) P ; INV646. 0- INV33644. 8W CCI3 1[': la m Li% z NI in..._-. n: Ill ig INV- 653. 90 8 15- CAN, AL lip z ft VV=. 655. 22 0 UM. 1 ID > 0 R. 1 u CD 8 COI—m X C.)0 H 12 x 173 N i—> M M__, M - 0---' r- 0 t, OD>0 c.--(-)> C> rii u) 7 • — F . Z m I m m of H 0 z m ItAl= 673. 19_ W at • ..' 1 2] Z xi 1r CMP 53 0 INV, 67477 1, oo o Z 01 TW% 7 8, 7 13 ( C, 0 a Z Za) ell1VM VSJV P, u- 0 -- - a3ivrn vsov c c, 0-0 03 7' 0 I 8._ ezp 0 0) r- 0 0 4, 0 0 5649 til A) 0, PARCEL 0561X- 00- 00- 00400 X- W CD I WALTER CLARENCE MORRIS CD i 8- m 0 1 JOYCE S MORRIS A Z 08. 607 PG. 034 1 C> c, N 2.`, • I 0 0 I— ( i) CD 1 Z - 0 H 0) iI 13 1 a f0 a SE 0 CD CD 0 la 1 1 D Z FP- CD a 70 0 1 i— 0 Co 0 *H 0- Z > CD 0 fs14' O 71 D ta.) co C a 0) Z z r ) 11.... o 1... 1 fir.; _ rte. L.. r 1.. d _ r.. rl lin. ri ii.... ill ` o& ii... W1 a.... i 6..... 11 ..,.. J .. w o..... ii o 1 i a I Baa.. II Ho o rn x0 m gm Ia e0 F"$ o u , q, L. c.,NxsoU 2 M 7 m \ Y1 - -' 1 l''''8.,.% a s I a Ili Oco m t $ m \ \ " T" t O X M-- X M x_____,„, 1 0— Z yol X M B11+ G. O S MANNOL1 US _ lir C= 69V- 64. 06' 0 O X C 1U> JNV 643 99( S£) I NV 643. 87'( 0° 7 v s 1 a; g m< o ' pp $ opp O$' mv y w T 6 W. rnx AOl m A „, I b g9 gbb0 J r O 8 mem I1 A N 1 moo Ao p wRRN I Z8b 1', 9N= 654. 21' b N Vy r''`''' ASPHALT DRIVE A O1 c k N I I+ P, IF _ 15' CMP O L06b Ij b i INv= 6, 55. OD' • p g. o m u gea I A t Ia SEn ,' own,, • '$ m 1 p?.? RIM 6579J' Y A I 0 r my- 645. 63m 1 N p r.,-, o UNV= 645 52'( 0° 7) I I I 0 I I II 1 X01. I e. ., ybi N I I NV= 658. 28' P. P 10'' I I - ASPHALT DRIVE r I SEVER V 15' CAM O I I MANHOLE d: PI NV 656. 73' filL, ASPHALT DRIVE . 4.: 4; i' I y 97, a"" h o cr10i 1' p INV- 655. 83'( 5V S, 1` q II,.. 10 V t INV- A645. 86'( NE) O 42? O INV,--- 645 741007 ASPHALT DRIVr A 14 W p U D q 1 ASPHAfT Ri I poi I A I t5 DRNE P' 1. 21 1 NmpON A INV= 654. ELX • 1 ';'. 2 pnO41 1 Op p 0 a ASPHALT DRIVE f M ... 15" CMP : I'On2m 0 V, 2 b / NV-. 652. 57 I" p A u 20 N( t Qiq 1 I" N III INV= 657. 54^-.. a 0i., T vo 75 CMP Z In INV= 64L9T. 79' >( p pa m Z 2 J O V 10 I m T o ASPHALT ORM , m w 2 m° p v. mAp Z N t F I Z w y rn / NW643. 1, 1'._ O n' rp C a b 4 I Pq 15" CMP — 2`" o ° t2aa u t W • ASPHALT ORAE i s In, o INV- 647. 75' O' 1%' 0' z PiP m I. v WA m S IYCR D n g a 7 1 u l MANHOLE T I^ r C R/ Mc662. 93' N 0) W n 2 $ I p 2 N fl I NV= 654: 61"( OUT) 7 03 mgrpb D v ° D VD- w,,- gnu O O opi ASPHAL.' i i __. 1INV- 638. 02. ,*' p I Y. cpn a yq o N I I MANHOLE ro Dia ASPFIALT DRAT b a p`" i RlM= 667. 06' 33D> N NN. FA I IMa637221 g Lii 0 IAN- 647. 14; 0N) 3: 1 m aON O m a^, y HNV 646. 91'( DU mZm aC I J a k- n r- 0 u$ 8 SBH Net g' D= g 1' O Ilo al' P- C7 D woo t ,azm m W 2 1 i o I m m m i ASPHALT Dr- i , a O > Fill, INV- 631. 12• b G ' a ti 15- CMP A7. 8 N ASPHALT DRIVE P e n V A Z M IV= 62. 72' I ruZX Pa° oN 5 0 D I'';' K g W Dov. 1, 420. 74' • 0 Z v e 2 v 1 Tl m i r IN_ V- fi2J. 85' g i n m I oU _ _ pp_ fi MATCHLINE SEE SHEET C7 UOI. 0 7q Z e xgm N J p2r p N JAoN D co 22 AsH-:.. 00(, Pii 0 g M'= 63127' gp T ASPIMEE DRIVE' . g f 1 NV- 637. 98' p Z r GRAVEL c T s-- a UA 0 fir,' S • H g ._. _ c I n / off i • i , I 45500 S506 PARCE D: I CO D m PARCEL 05600 00- 0B- 07500 PARCEL 05 60 0- 00- OB- 01400 05:;! 8081; c00- 00- OB- 0] 300 O 1 MICHAEL& EMILY GAR/ N TREAS4 MAXWELL I p 1 O 0. 6 2069, RC. 76 58 57f, PC: 525 60 W W£ FK5 ny.. N O g t4D T WEEKS H0 W ( I WB717 PG. 34S. _ _ HDLG ID' Z 1 1 Il= 651. 74' W n 644. 9111N) 71 co 644B8'( OUTj nIt CD mo lNV- 63666• to Is. 1 Z v AOvp 634. v i m TA 1 ti 4,-,. 1416 0 I N z 0 li: 4. r I' p, u 1 y ow S SEWER Z 1 ' S O. A°° n IS IL MANHOLE R 3 p I XX( M) O i' y' - MI 1 .. _ ._ .. - F IN- OUTJ Fl Q g 1 1 Acv. IG - r 7 Z7 1 - W, tlR00 2_ 9_-- 1.. 11/ 4 1?., co Z * oo ', ,, o O ci) L I 4- c., P ' / # 55, 0, 0,...., 90$,,-, 01 I^ PALRHR4eB Z D R00ERTWBA36 P- I, N,' A rno _ O 1, o aFa_ a w 7 W D CO 1,,m/ c N5571 p PARCoE00200 5505PARCELD. Y '" PE- 32FOLETT 4 Z G N o N O DB 13A5MENTRPOOAUiTi HO0M5£ 609..- 50 0 m O I O O APPENDIX A SUBSURFACE EXPLORATION DATA Subsurface Exploration Procedures General Notes for Subsurface Exploration Logs Identification of Soil Boring Logs, B-1 through B-10 rr. ims ir. tie Irayr r• is ir. June 27,2016 Schnabel Engineering, LLC Project 16C43002 2016 All Rights Reserved it SUBSURFACE EXPLORATION PROCEDURES Test Borings—Hollow Stem Augers The borings are advanced by turning a continuous flight auger with a center opening of 2%or 3% inches. A plug device blocks off the center opening while augers are advanced. Cuttings are brought to the m surface by the auger flights. Sampling is performed through the center opening in the hollow stem auger, by standard methods, after removal of the plug. Usually, no water is introduced into the boring using this procedure. ir. Standard Penetration Test Results The numbers in the Sampling Data column of the boring logs represent Standard Penetration Test(SPT) results. Each number represents the blows needed to drive a 2-inch O.D., 1%-inch I.D. split-spoon sampler 6 inches, using a 140-pound hammer falling 30 inches. The sampler is typically driven a total of 18 or 24 inches. The first 6 inches are considered a seating interval. The total of the number of blows for the second and third 6-inch intervals is the SPT"N value." The SPT is performed according to ASTM D1586. i"" Soil Classification Criteria The group symbols on the logs represent the Unified Soil Classification System Group Symbols (ASTM ir. D2487)based on visual observation and limited laboratory testing of the samples. Criteria for visual identification of soil samples are included in this appendix. Some variation can be expected between samples visually classified and samples classified in the laboratory. Residual soils are derived through the in-place physical and chemical weathering of the underlying rock. Disintegrated rock is defined as residual material with SPT N values between 60 blows per foot and i., refusal. Refusal is defined as an N value of 50 blows for a penetration of one inch or less. Disintegrated rock and refusal were not encountered on this project. Pocket Penetrometer Results The values following "PP=" in the sampling data column of the logs represent pocket penetrometer readings. Pocket penetrometer readings provide an estimate of the unconfined compressive strength of fine-grained soils. Boring Locations and Elevations rum Borings were located using sub-meter GPS equipment. Approximate boring locations are shown on Figures 2A through 2C. Ground surface elevations at the boring locations were obtained from the site topographic plan and are indicated on the boring logs. Locations and elevations should be considered no more accurate than the methods used to determine them. w Imo June 27,2016 Schnabel Engineering, LLC Project 16C43002 2016 All Rights Reserved it GENERAL NOTES FOR SUBSURFACE EXPLORATION LOGS 1. Numbers in sampling data column next to Standard Penetration Test(SPT)symbols indicate blows required to drive a 2-inch O.D., 1%-inch I.D. sampling spoon 6 inches using a 140 pound hammer falling 30 inches. The Standard Penetration Test(SPT) N value is the number of blows required to drive the sampler 12 inches, after a 6 inch seating interval. The Standard Penetration Test is performed in general accordance with ASTM D1586. 2. Visual classification of soil is in accordance with terminology set forth in "Identification of Soil." The ASTM D2487 group symbols (e.g., CL)shown in the classification column are based on visual observations. 3. Estimated water levels indicated on the logs are only estimates from available data and may vary with precipitation, permeability of the soil, site topography, and other factors. 4. Refusal at the surface of rock, boulder, or other obstruction is defined as an SPT resistance of 50 blows for 1 inch or less of penetration. Refusal was not observed during this exploration. 5. The logs and related information depict subsurface conditions only at the specific locations and at the particular time when drilled or excavated. Soil conditions at other locations may differ from conditions occurring at these locations. Also, the passage of time may result in a change in the subsurface soil and water level conditions at the subsurface exploration location. 6. The stratification lines represent the approximate boundary between soil and rock types as obtained from the subsurface exploration. Some variation may also be expected vertically between samples taken. The soil profile, water level observations and penetration resistances presented on these logs have been made with reasonable care and accuracy and must be considered only an approximate representation of subsurface conditions to be encountered at the particular location. 7. Key to symbols and abbreviations: X S-1, SPT Sample No., Standard Penetration Test 5+10+1 Number of blows in each 6-inch increment LL Liquid Limit MC Moisture Content(percent) PL Plastic Limit PP Pocket Penetrometer Reading (tsf) Passing#200 Percent by weight passing a No. 200 Sieve I June 27,2016 Schnabel Engineering,LLC Project 16C43002 2016 All Rights Reserved fr ior IDENTIFICATION OF SOIL I. DEFINITION OF SOIL GROUP NAMES(ASTM D2487) SYMBOL GROUP NAME Coarse-Grained Soils Gravels— Clean Gravels GW WELL GRADED More than 50%retained More than 50%of coarse Less than 5%fines GRAVEL on No.200 sieve fraction GP POORLY GRADED retained on No.4 sieve GRAVEL Coarse,3/ 4'to 3"Gravels with fines GM SILTY GRAVEL bra Fine, No.4 to 3/ 4' More than 12%fines GC CLAYEY GRAVEL Sands—50%or more of coarse Clean Sands SW WELL GRADED Fraction passes No.4 sieve Less than 5%fines SAND imp Coarse, No. 10 to No.4 SP POORLY GRADED Medium, No.40 to No. 10 SAND Fine, No.200 to No.40 Sands with fines SM SILTY SAND More than 12%fines SC CLAYEY SAND Fine-Grained Soils Silts and Clays— Inorganic CL LEAN CLAY 50%or more passes Liquid Limit less than 50 ML SILT the No.200 sieve Low to medium plasticity Organic OL ORGANIC CLAY ORGANIC SILT Silts and Clays— Inorganic CH FAT CLAY Liquid Limit 50 or more MH ELASTIC SILTbre Medium to high plasticity Organic OH ORGANIC CLAY ORGANIC SILT Highly Organic Soils Primarily organic matter,dark in color and organic odor PT PEATw.r II. DEFINITION OF SOIL COMPONENT PROPORTIONS(ASTM D2487) Examples ars Adjective GRAVELLY 30%to<50%coarse grained GRAVELLY LEAN CLAY Form SANDY component in a fine-grained soil CLAYEY 12%to<50%fine grained SILTY SAND SILTY component in a coarse-grained soil With" WITH GRAVEL >15%to<30%coarse grained FAT CLAY WITH GRAVEL WITH SAND component in a fine-grained soil WITH GRAVEL >15%to<50%coarse grained POORLY GRADED GRAVEL WITH SAND WITH SAND component in a coarse-grained soil WITH SILT 5%to<12%fine grained POORLY GRADED SAND WITH SILT WITH CLAY component in a coarse-grained soil III.GLOSSARY OF MISCELLANEOUS TERMS SYMBOLS Unified Soil Classification Symbols are shown above as group symbols. A dual symbol"=' indicates the soil belongs to two groups. A borderline symbol"I"indicates the soil belongs to two possible groups. rl. FILL Man-made deposit containing soil, rock and often foreign matter. PROBABLE FILL Soils which contain no visually detected foreign matter but which are suspect with regard to origin. MOISTURE CONDITIONS Wet, moist or dry to indicate visual appearance of specimen. COLOR Overall color,with modifiers such as light to dark or variation in coloration. rr June 27,2016 Schnabel Engineering, LLC Project 16C43002 2016 All Rights Reserved it Schnabel TEST Project: ACSA Crozet Water Main Phase 3 Boring Number: B-01 E v r E t a h BORING Park Road and Jamestown Road Contract Number: 16C43002 fs LOG Albemarle County,Virginia Sheet: 1 of 1 Contractor: Ayers&Ayers, Inc. Groundwater Observations Powhatan,Virginia Date Time Depth Casing Caved Contractor Foreman: M.White aro Encountered 6/10 ---Dry -- -- Schnabel Representative: P.Young Equipment: CME-45B(Truck) Completion 6/10 --Dry --- -- Method: 2-1/4"I.D.Hollow Stem Auger Casing Pulled 6/10 2.5' Hammer Type: Safety Hammer(140 Ib) lir Dates Started: 6/10/16 Finished: 6/10/16 Location:See Location Plan it Ground Surface Elevation: 698±(ft) Total Depth: 5.0 ft DEPTH MATERIAL DESCRIPTION SYMBOL ELEV STRA SAMPLING TESTS REMARKSft) ft) TUM DEPTH DATA its 0.3 -\Rootmat and topsoil 697.7 S-1,SPT PP =1.25 tsf FILL FILL,sampled as elastic silt with sand; FILL REC 10",56% 1.5 -\moist,brown,contains mica 696.5 ELASTIC SILT WITH SAND;moist,S-2,SPT MC=27.8% RESIDUUM reddish brown,contains mica 4+9+10 PP =1.25 tsf MH B1 - - REC=8",44% S-3,SPT PP =1.50 tsf tor 9+9+10 REC=12",67% 5.0— 693.0 5 Bottom of Boring at 5.0 ft. Boring terminated at selected depth. Boring backfilled with cuttings and crushed stone upon completion. Boring offset 10 ft SE of design location due to site restrictions. cD oi 0 fr few m a Iur a fur CC o 0 cn O 0 I Schnabel6 TEST Project: ACSA Crozet Water Main Phase 3 Boring Number: B-02 F r BORING Park Road and Jamestown Road Contract Number: 16C43002 LOG Albemarle County,Virginia Sheet: 1 of 1 Contractor: Ayers&Ayers,Inc. Groundwater Observations Powhatan,Virginia Date Time Depth Casing Caved Contractor Foreman: M.White Encountered 6/10 --Dry -- -- Schnabel Representative: P.Young Equipment: CME-45B(Truck) Completion 6/10 --Dry -- -- Method: 2-1/4"I.D.Hollow Stem Auger Casing Pulled 6/10 --3.0' Hammer Type: Safety Hammer(140 Ib) Dates Started: 6/10/16 Finished: 6/10/16 Location:See Location Plan Ground Surface Elevation: 675±(ft) Total Depth: 5.0 ft DEPTH MATERIAL DESCRIPTION SYMBOL ELEV STRA SAMPLING TESTS REMARKS ft) ft) TUM DEPTH DATA1 0.1 1.5 inches 674.9 RESIDUUM 0.3 674.7 S-1,SPT MC=16.3% Crushed stone;2 inches 7+6+6 PP =3.75 tsf IELASTICSILTWITHSAND;moist, REC=9",50% brown,contains mica S-2,SPT PP =4.50 tsf Change:reddish brown MH B1 13+8+18 REC=8.5",47% s-3,SPT PP =4.50 tsfIX\g+12+21 REC=13",72% 5.0 670.0 5 Bottom of Boring at 5.0 ft.IBoringterminatedatselecteddepth. Boring backfilled with cuttings and crushed stone upon completion. za Boring offset 7 ft W of design location due to site restrictions. 0 00 I N'0 0 0N w w1- 1- 0Iw 0azzoCO Calm wN 2 a z am ww1-a wI0 00 N 0UI 0OJ 0z K coF coww1- I rin Schnabel TEST Project: ACSA Crozet Water Main Phase 3 Boring Number: B-03 NEE. 1. BORING Park Road and Jamestown Road Contract Number: 16C43002 r LOG Albemarle County,Virginia Sheet: 1 of 1 Contractor: Ayers&Ayers,Inc. Groundwater Observations Powhatan,Virginia Date Time Depth Casing Caved Contractor Foreman: M.White am Encountered 6/10 ---Dry -- --- Schnabel Representative: P.Young Equipment: CME-45B(Truck) Completion 6/10 --Dry -- --- Mionethod: 2-1/4"I.D.Hollow Stem Auger Casing Pulled 6/10 -- 1.0' Hammer Type: Safety Hammer(140 Ib) Wa Dates Started: 6/10/16 Finished: 6/10/16 Location:See Location Plan Ims Ground Surface Elevation: 663±(ft) Total Depth: 5.0 ft DEPTH MATERIAL DESCRIPTION SYMBOL ELEV STRA SAMPLING TESTS REMARKSft) ft) TUM DEPTH DATA is 0.4 _Asphalt;5 inches 662.6 RESIDUUM 0.8 -Crushed stone;4 inches 662.2_ 9 12+ 7 PP =4.50 tsf FAT CLAY WITH SAND;moist,brown, B1 REC=8",44% contains mica CH S-2,SPT LL=60 4+5+6 PL=29 REC=10",56% MC=28.8% 3.5 _ CLAYEY SAND;moist,brown with 659.5 S-3,SPT Passing am mottles of gray SC B2 - - 7+12+11 200=82.7 REC=13",72% PP =2.75 tsf 5.0 SANDY FAT CLAY;moist,light gray CH 658.0 B1 5 and brown rr. tD Bottom of Boring at 5.0 ft. o Boring terminated at selected depth. Boring backfilled with cuttings and crushed stone upon completion. r• o Boring offset 10 ft W of design location due to site restrictions. O Co'00Nw tiro 5 H afCoN IMO w m 0U a I w axa z N 2 W a wCo VS 2" 0 g.0M 0Um 0OJ U'z E0 Colir H 0 w H I Schnabel TEST Project: ACSA Crozet Water Main Phase 3 Boring Number: B-04 BORING Park Road and Jamestown Road w r E r ,, r;- Contract Number: 16C43002 LOG Albemarle County,Virginia Sheet: 1 of 1 Contractor: Ayers&Ayers,Inc. Groundwater Observations Powhatan,Virginia Date Time Depth Casing Caved Contractor Foreman: M.White Encountered 6/10 ---Dry --- -- Schnabel Representative: P.Young Equipment: CME-45B(Truck) Completion 6/10 --Dry -- -- Method: 2-1/4"I.D.Hollow Stem Auger Casing Pulled 6/10 ---1.5' Hammer Type: Safety Hammer(140 Ib) Dates Started: 6/10/16 Finished: 6/10/16 Location:See Location Plan Ground Surface Elevation: 654±(ft) Total Depth: 5.0 ft DEPTH MATERIAL DESCRIPTION SYMBOL ELEV STRA SAMPLING TESTS REMARKS ft) TUM DEPTH DATAI 0.5 _ Asphalt;6 inches 653.5 FILL 1.0 Crushed stone;6 inches c). 653.0 0+6 9T FILL,sampled as clayey sand;moist,1REC=s",50% grayish brown with speckles of black, Q S-2,SPT MC=19.9% contains mica F 8+5+6 FILL - - - - REC=8.5",47% S-3,SPTIjj5+8+4 REC=13",72% 5.0 649.0 5 Bottom of Boring at 5.0 ft.1Boringterminatedatselecteddepth. N Boring backfilled with cuttings and crushed stone upon completion. Boring offset 6 ft SW of design location due to site restrictions. 0 0 I 0 0 N H Ia ww II-I0 J m zz2 0 CD of wm 2 a z f XwI— w 0 re00 0 0 SI 0OJ CDz E 0m 1- coN W H Schnabel TEST Project: ACSA Crozet Water Main Phase 3 Boring Number: 8-05 r E E BORING Park Road and Jamestown Road Contract Number: 16C43002 LOG Albemarle County,Virginia Sheet: 1 of 1 Contractor: Ayers&Ayers, Inc. Groundwater Observations Powhatan,Virginia Date Time Depth Casing Caved Contractor Foreman: M.White Schnabel Representative: P.Young Encountered 6/10 ---Dry Equipment: CME-45B(Truck) Completion 6/10 --Dry Method: 2-1/4"I.D.Hollow Stem Auger Casing Pulled 6/10 2.5' Hammer Type: Safety Hammer(140 Ib) it Dates Started: 6/10/16 Finished: 6/10/16 Location:See Location Plan rr Ground Surface Elevation: 677±(ft) Total Depth: 5.0 ft DEPTH MATERIAL DESCRIPTION SYMBOL ELEV STRA SAMPLING TESTS REMARKSft) ft) TUM DEPTH DATA ire 0.5 - Asphalt;5.5 inches III676.5 RESIDUUM SANDY SILT;moist,brown,contains S-1,SPT PP =4.50 tsf weathered rock fragments 10 REC=g REC11",61% Change:contains lean clay pockets ML B1 S-2,SPT MC=36.2% 6+12+18 PP =4.50 tsf REC=10",56% 3.5 ELASTIC SILT WITH SAND;moist, 673.5 S-3,SPT 410. reddish brown,contains mica MH X16+16+17 REC=1",6% 5.0— 672.0 5 Bottom of Boring at 5.0 ft. it Boring terminated at selected depth. Boring backfilled with cuttings and crushed stone upon completion. I Boring offset 5 ft SE of design location due to site restrictions. 01 0 9r 5 b a be O OO U faia OJ O Q1 F Schnabel TEST Project: ACSA Crozet Water Main Phase 3 Boring Number: B 06 BORING Park Road and Jamestown Road12EF Contract Number: 16C43002 LOG Albemarle County,Virginia Sheet: 1 of 1 Contractor: Ayers&Ayers,Inc. Groundwater Observations Powhatan,Virginia Date Time Depth Casing Caved Contractor Foreman: M.White Encountered 6/10 --Dry --- -- Schnabel Representative: P.Young Equipment: CME-45B(Truck) Completion 6/10 --Dry -- -- Method: 2-1/4"I.D.Hollow Stem AugerCasing Pulled 6/10 --2.5' Hammer Type: Safety Hammer(140 Ib) Dates Started: 6/10/16 Finished: 6/10/16 Location:See Location Plan Ground Surface Elevation: 652±(ft) Total Depth: 5.0 ft DEPTH MATERIAL DESCRIPTION SYMBOL ELEV STRA SAMPLING TESTS REMARKS ft) ft) TUM DEPTH DATA 0.2 Asphalt;2.5 inches 651.8 RESIDUUM 0.5 6515S-1,SPT PP =2.25 tsfCrushedstone;4 inches 4+3+8 SANDY LEAN CLAY;moist,orangish B1 REC=11",61% brown,contains mica s-2,SPT PP =2.25 tsf REcREC14",78%j3.5 648.5 CLAYEY SAND;moist,reddish brown 3,SPT MC=29.0% with speckles of white SC B2 X 6 S+ s+10 REC=14",78% 5.0 647.0 5 Bottom of Boring at 5.0 ft. w Boring terminated at selected depth. N Boring backfilled with cuttings and crushed stone upon completion. 0 6 of I,- or0 CO00 WI- I:.2 WI- I-1J m Zx CO 0 ofwCOaxCL z 2 CCWI- I- WI0 CL0 0 M 0 0 C7OJ 0Z_ 0m I- wI- 1 r. Schnabel TEST Project: ACSA Crozet Water Main Phase 3 Boring Number: B-07 E =BORING Park Road and Jamestown Road Contract Number: 16C43002 LOG Albemarle County,Virginia Sheet: 1 of 1 Contractor: Ayers&Ayers,Inc. Groundwater Observations Powhatan,Virginia Date Time Depth Casing Caved Contractor Foreman: M.White is Encountered 6/10 --Dry -- Schnabel Representative: P.Young Equipment: CME-45B(Truck) Completion 6/10 --Dry -- -- Method: 2-1/4"I.D.Hollow Stem Auger Casing Pulled 6/10 2.0' Hammer Type: Safety Hammer(140 Ib) irr Dates Started: 6/10/16 Finished: 6/10/16 Location:See Location Plan irr Ground Surface Elevation: 650±(ft) Total Depth: 5.0 ft DEPTH MATERIAL DESCRIPTION SYMBOL ELEV STRA SAMPLING TESTS REMARKSft) ft) TUM DEPTH DATA 0.1 r 0.4 Asphalt; 1.5 inches 757 649649. 9. 9 LL=79 RESIDUUM Crushed stone;4 inches 8++g6 S + 6 SPT ML= 36 MC=38.3% ELASTIC SILT;moist,reddish brown, MH B1 REC=10",56% %Passing contains mica 200=95.8S-2,SPT 3.0 - 647.0 REC s,50% PP -2.50 tsf SILTY SAND;moist,orangish brown, contains mica SM - - 62 - _ 7+8+10 REC=11",61% 5.0 645.0 5 Bottom of Boring at 5.0 ft. eisb Boring terminated at selected depth. Boring backfilled with cuttings and crushed stone upon completion. oi at N iw w m a. aim 0 a N O0J OCOrig mw Yn Schnabel TEST Project: ACSA Crozet Water Main Phase 3 Boring Number. B-08 E ` BORING Park Road and Jamestown Road Contract Number: 16043002 LOG Albemarle County,Virginia Sheet: 1 of 1 Contractor: Ayers&Ayers,Inc. Groundwater Observations Powhatan,Virginia Date Time Depth Casing Caved Contractor Foreman: M.White Encountered 6/10 --Dry -- --- Schnabel Representative: P.Young Equipment: CME-45B(Truck) Completion 6/10 ---Dry -- -- Method: 2-1/4"I.D.Hollow Stem Auger Casing Pulled 6/10 --3.0' Hammer Type: Safety Hammer(140 Ib) Dates Started: 6/10/16 Finished: 6/10/16 Location:See Location Plan Ground Surface Elevation: 640±(ft) Total Depth: 5.0 ft 11 DEPTH MATERIAL DESCRIPTION SYMBOL ELEV STRA SAMPLING TESTS REMARKS 00 ft) TUM DEPTH DATA 0.2 Asphalt;2.5 inches 639.8 FILL 0.5 - Crushed stone;4 inches 639.5 g+s- 1SPT MC= 3.50 t FILL REC=B",44% PP =3.50 tsf FILL,sampled as sandy lean clay;4 moist,reddish brown and gray, S-2,SPT 2.5 contains mica 637.5 F 5+4+5 REC=10",56% FILL,sampled as clayey sand;moist, black,contains burnt wood,and FILL .S-3,SPT organic odor 4. 3+3+7gREC=13",72% 5.0 Change:dark brownish gray 4.4. .35.0 5 Bottom of Boring at 5.0 ft. Boring terminated at selected depth. Boring backfilled with cuttings and crushed stone upon completion. N O I H Iow CI zZ I00 M w QIa z f awi- w 0 IYU N0 M U co OOJ 0z E 0 m 1- ww w F Schnabel TEST Project: ACSA Crozet Water Main Phase 3 Boring Number: B-09 NEER r,c BORING Park Road and Jamestown Road Contract Number: 16C43002 LOG Albemarle County,Virginia Sheet: 1 of 1 Contractor: Ayers&Ayers, Inc. Groundwater Observations Powhatan,Virginia Date Time Depth Casing Caved Contractor Foreman: M.White two Encountered 6/10 --DrySchnabelRepresentative: P.Young Equipment: CME-45B(Truck) Completion 6/10 ---Dry Method: 2-1/4"I.D.Hollow Stem Auger Casing Pulled 6/10 — 1.0' Hammer Type: Safety Hammer(140 Ib) Yr Dates Started: 6/10/16 Finished: 6/10/16 Location:See Location Plan 1rr Ground Surface Elevation: 645±(ft) Total Depth: 5.0 ft DEPTH MATERIAL DESCRIPTION SYMBOL ELEV STRA SAMPLING TESTS REMARKSft) ft) TUM DEPTH DATA e• 0.2 Asphalt;2.5 inches m.x.ar 644.8 FILL 0.5 yj 644.5 S-1,SPTCrushedstone;4 inches 16+7+8 FILL,sampled as clayey sand;moist, REC=s 50% Owreddish gray and brown,contains rock FILL S-2,SPT MC=18.8%fragments 7+7+9 i REC=10",56% 3.8 FILL,sampled as poorly graded sand; FILL641.5 641.2 - S-3,SPT it moist,black,contains burnt wood 4+a+5 5.0 FILL,sampled as clayey sand;moist, FILL :.. . 40.0 5 REC=15",83% grayish brown,contains organic odor yBottom of Boring at 5.0 ft. Boring terminated at selected depth. Boring backfilled with cuttings and crushed stone upon completion. 0O6 0 0 m xU 2a i1M C7 of a Ir N t6 8 U U C7 0 O aim 17) Ir Schnabel TEST Project: ACSA Crozet Water Main Phase 3 Boring Number: B-I BORING Park Road and Jamestown Road 0 E E Contract Number: 16C43002III6LOGAlbemarleCounty,Virginia Sheet: 1 of 1 li Contractor: Ayers&Ayers,Inc. Groundwater Observations Powhatan,Virginia Date Time Depth Casing Caved Contractor Foreman: M.White Encountered 6/10 ---Dry -- --- Schnabel Representative: P.Young Equipment: CME-45B(Truck) Completion 6/10 ---Dry -- --- i Method: 2-1/4"I.D.Hollow Stem Auger Casing Pulled 6/10 --1.5' II Hammer Type: Safety Hammer(140 Ib) Dates Started: 6/10/16 Finished: 6/10/16 Location:See Location Plan Ground Surface Elevation: 652±(ft) Total Depth: 5.0 ft 1 DEPTH MATERIAL DESCRIPTION SYMBOL Eft STRA SAMPLING TESTS REMARKS ft) TUM DEPTH DATA 0.3 —\Crushed stone;3 inches 651.7 RESIDUUM ELASTIC SILT WITH SAND;moist, S-1,SPT 11+8+20 reddish brown,contains mica REC=11",61% S-2,SPT MC=30.8% MR B1 7+10+12 REC=14",78% Change:orangish brown T-3,SPT 1+11+12 REC=14",78% 5.0 647.0 5 Bottom of Boring at 5.0 ft. a, Boring terminated at selected depth. Boring backfilled with cuttings and crushed stone upon completion. a) Boring offset 4 ft from design location due to site restrictions. 0 0 F.-0 op 0 NW1— c_Mw1— ai- 0 J mQz Om U WmQ2D. Z 2 CLIVI— w 0 Ce0 0 0 OOJ OZ Fc O m 1- m w 1- r APPENDIX B SOIL LABORATORY TEST DATA r Summary of Laboratory Tests lr Gradation Curves Atterberg Limits Ito aim r. air rr rr ir. r.+ w June 27,2016 Schnabel Engineering,LLC Project 16C43002 2016 All Rights Reserved ism m e- N GAMS OOZ' ON ' 0 K C c Buissed% a) rim S.:Q C L mem Ob' oN Lo 7 co, r. 6 0 V rn. Buissed% ( NI a) z u) alCC z OM E 0 ` _°- c ay CO - u c * c m$•_ W ana! S 4' 0N o 0 z M U) it' Om O peuie; ab% o o L ? a V `' IT's cu 4-, cu c0Igli3U Om xepui io; seed in- M NQX E CO co loo QdQ Run Oilseed N co da.oL Ilio Will pmbn m Ira vmm ajn; Slow oo C Uc jein; eN co M CC c it cna)C O wn; e4S m m t,maa)JDm U_ Imo d 1) C O Ww C a) y oc W a O ils I co 2 L N a O = U w E w Lill Ili,- Z d 0 Qc it ON 2 2 c d 0 cop F I Ltiy 3 co U CC c H m c 3 i go 0 Q72 I V O Ura LoU I- U 3 m cu U_ Ew N G a C13U N C J a) OZ Ea v 1 Ilar I. U) Do Z 0 co C CO co f) ToN C- pp O 11/ 1 . 1)„ c C V NU. iO d CO c0 21 > iso E Sw N03 n w N o Fo f,N CO co cr) co U 0 CU RI 0 O CO a) U j O r c . N co M A C O • OOo CI) pZ m m Oz 9l/ EZ/ 9 10O7Z 40 800Z 31V1dW31 viva 139VNHOS fdO' E 3SVHd NIVIN UMW_ MONO- Z00£ 4O9I ANVWWf1S EIV1 OIWVNAO it U.S.SIEVE OPENING IN INCHES I U.S.SIEVE NUMBERS I HYDROMETER 6 4 3 2 1.5 13/4 1/23/8 3 A 6 610 1416 20 30 40 50 60 100140 200 100 I I I I I 95 90 r1r 85 80 75 70 65 I— 60 0 L7.1 55 ire 50 ce 45 rie Z 40 U 35 Lua 30 25 20 15 10 5 0 100 10 1 0.1 0.01 0.001e, GRAIN SIZE IN MILLIMETERS COBBLES GRAVEL SAND SILT OR CLAY coarse fine coarse medium fine N Specimen Sample Description LL PL PI Cc Cu a • B-03 2.0 ft FAT CLAY WITH SAND(CH),contains mica,brown 60 29 31 So a X B-07 0.0 ft ELASTIC SILT(MH),reddish brown 79 36 43 — ire 0_a0 1. ii Specimen Test Method D100 D60 D30 D10 %Gravel %Sand %Silt %Clay B-03 2.0 ft ASTM D422 4.75 0.0 17.3 82.7 m B-07 0.0 ft ASTM D422 4.75 0.0 4.2 95.8 w O 0 0GRADATION CURVES ACSA Crozet Water Main Phase 3SchnabelProject: Park Road and Jamestown Road ENGINEERING Albemarle County, Virginia Contract: 16C43002 80 CL CH 60 40 20 CL-ML ML MH 0 0 20 40 60 80 100 LIQUID LIMIT PLOTTED DATA REPRESENTS SOIL PASSING NO.40 SIEVE Specimen LL PL PI Fines Description B-03 2.0 ft 60 29 31 83 FAT CLAY WITH SAND(CH),contains mica,brown IZ B-07 0.0 ft 79 36 43 96 ELASTIC SILT(MH),reddish brown C NCD NN O ODO N U' of a f NO ATTERBERG LIMITS Schnabel Project: ACSA Crozet Water Main Phase 3 Park Road and Jamestown Road 03 ENGINEERING Albemarle County,Virginia Contract: 16C43002