Loading...
HomeMy WebLinkAboutBLAIR CONSTRUCTION FT GORDON EISENHOWER HOSPITAL AREA GRAVITY SEWER SYSTEMO93 a PROJECT MANUAL Fort Gordon Privatization Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Department Project No. ICU -0069 PREPARED FOR: AUGUSTA COMMISSION Deke S. Copenhaver, Mayor Betty Beard - District 1 Corey Johnson - District 2 Joe Bowles - District 3 Alvin Mason, Mayor Pro Tern - District 4 Calvin Holland, Sr. - District 5 Joe Jackson - District 6 Jerry Brigham - District 7 Jimmy Smith - District 8 J. R. Hatney - District 9 Don A. Grantham - District 10 Clifford Drew Goins — Interim AUD Director 723 Industrial Park Drive, Suite 2, Evans, GA 30809 /706- 261- 4040/Fax 706 - 2614042 August 2009 PREPARED BY: PROJECT MANUAL FORT GORDON PRIVATIZATION EISENHOWER HOSPITAL AREA GRAVITY SEWER AUD Project No. ICU -0069 AUGUSTA, GA TABLE OF CONTENTS SECTION & TITLE PAGE NUMBERS DIVISION 1 - GENERAL REQUIREMENTS 00100 Advertisement for Bids 00100 -1 thru 00100 -2 00110 Instruction to Bidders 00110 -1 thru 00110 -4 00120 Bid Proposal ----------------------------------------------------------------- 00120 -1 thru 00120 -8 00125 Form of Bid Bond 00125 -1 00130 Notice of Award 00130 -1 00135 Agreement -- _______________ _ ___._______________ 00135 -1 thru 00135 -3 00140 Performance Bond 00140 -1 thru 00140 -2 00145 Labor and Material Payment Bond --------------------------------------------------- 00145 -1 thru 00145 -2 00150 Certificate of Owner's Attorney ............... _ _ 00150 -1 00155 Notice to Proceed 00155 -1 00160 Affidavit of Payment of Claims - _____ ------------------------------------------ _________ 00160 -1 00170 Certificate of Insurance 00170 -1 thru 00170 -2 00450 Form of Qualification of Bidder 00450 -1 thru 00450 -9 01001 General Conditions (Articles 1 — 17) ................................................. 01001 -1 thru 01001 -52 01002 Supplementary Conditions --------------------------------------------------------------- 01002 -1 thru 01002 -11 01010 Summary of Work ..................... .............................. .... .......... .............. 01010 -1 thru 01010 -3 01200 Measurement and Payment__________________________ ______________ ___ ................. 01200-1 thru 01200 -7 01710 Contract Closeout ............... ......... ......... ......... ......... .................01710 -1 thru 01710 -3 01780 Closeout Submittals ......................................... ................................... 01780 -1 thru 01780 -2 01785 Guaranty and Warranty ................ ............................... ........................01785 -1 thru 01785 -2 01800 Submittals 01800 -1 thru 01800 -4 01800 -A Submittal Transmitta! Farm 01800A -1 01800 -B Product Data Transmittal Form --------------------------------------------------------- 0180OB -1 DIVISION 2 - SITE WORK 02110 Site Clearin g.----- - - - - -- --- - - - - -- .............................................................. 02110-1 thru 02110 -4 02120 Demolition 02120 -1 thru 02120 -6 02210 Erosion Control - - - - -- -- - - - - -- 02210 -1 thru 02210 -2 02221 Excavation, Trenching and Backfrll for Utility Systems ---------------------- 02221 -1 thru 02221 -18 02480 Grassing .................. ____ ____ _ ___ ___02480 -1 thru 02480 -4 02513 Asphalt Concrete Paving____ __ ________ -------------------------------- 02 - 1 thru 02513 -5 02666 Water Distribution System__ ____ ............. __ ........................................ 02666 -1 thru 02666 -19 02706 Protective Coating for Rehabilitated Manholes --------------------------------- 02706 -1 thru 02706 -6 02720 02730 Storm Sewage Systems --------- Sanitary Sewers- - 02720 -1 thru 02720 -11 02730-1 thru 02730 -17 - - - -- ------ - ------------------------- - - - - -- ........... --------------- TABLE OF CONTENTS Page 1 _of 2 • Invitation To Bid Sealed bids will be received at this office until 3:00 p.m., Tuesday, October 13, 2009 for furnishing: Bid Item #09 -156 Fort Gordon Eisenhower Hospital Area Gravity Sewer for Utilities Department Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 706- 821 -2422 Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street — Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers exclusively from Augusta Blue Print. The fees for the plans and specifications which are non - refundable is $200.00. Documents may also be examined during regular business hours at the Augusta Builders Exchange, 1262 Merry Street, Augusta, GA 30904; F. W. Dodge Plan Room, 1281 Broad Street, Augusta, GA 30901. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online ( www.augustablue.com ) at no charge through Augusta Blue Print (706 722 -6488) beginning Thursday, August 27, 2009. Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the successful completion of the project. Bidders are cautioned that sequestration of documents through any other source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory Pre -Bid Conference will be held on Tuesday, September 22, 2009 @ 10:00 a.m. in the Procurement Department — Room 605. All questions must be submitted in writing to the office of the Procurement Department by fax at 706-821 -2811 or by mail. No bid will be accepted by fax, all must be received by mail or hand delivered. All questions are to be submitted in writing by Friday, September 25, 2009 by 3:00 p.m. No Bid may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10% Bid bond is required to be submitted in a separate envelope so marked along with the bidders' qualifications; a 100% performance bond and a 100% payment bond will be required for award. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. Please mark BID number on the outside of the envelope. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle August 27, September 3, 10, 17, 2009 Metro Courier September 2, 2009 cc: Tameka Allen Interim Deputy Administrator Drew Goins Utilities Department Jerry Delaughter Utilities Department Stanley Aye Utilities Department r S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 t SECTION 00100 -ADVERTISEMENT FOR BIDS Sealed bids for construction of wastewater system improvements at Augusta, Georgia, hereinafter referred to by project name as: Bid Item # Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta, Georgia will be received by the Augusta Commission, hereinafter referred to as the OWNER at the office of the Director of Purchasing, Room 605, Municipal Building until (a.m.)(p.m.) on ' 200, at which time all bids will be publicly opened and read in the presence of those interested. The work to be done consists of the following generally described items: Approximately 2,300 LF of 15 -inch, 3,800 LF of 12 -inch, 2,900 LF of 10 -inch, and 5,400 LF of 8 -inch gravity sewer, and sixty -two (62) manholes, from the existing Butler Creek Interceptor along Gordon Highway, running along Chamberlain Avenue to Gate 1 of Fort Gordon, splitting, and thence to Eisenhower Hospital and also along Chamberlain Ave to the intersection of Boardman Lake Road. Work also includes the demolition of two sanitary lift stations. Plans and specifications are open for public inspection at the Augusta Purchasing Dept., Room 605 Municipal Building, Augusta, Georgia; and at the following locations: Digital Blueprint/Dodge Room Augusta Builders Exchange Augusta, Georgia Augusta, Georgia Copies of Contract Documents may be obtained at the Augusta Purchasing Department upon a deposit of $100.00 for each set (non - refundable). Bids shall be enclosed in a sealed envelope and addressed as follows: AUGUSTA COMMISSION c/o Director of Purchasing 530 Greene Street Room 605 - Municipal Building Augusta, Georgia 30911 Mark the outside of the envelope as follows: Bid Item # Fort Gordon Privatization Eisenhower Hospital Area Gravity Sewer System • Bids must be accompanied by a Bid Bond secured by a surety company, certified check, or cashier's check in an amount equal to at least 10% of the amount of the bid. A contract ADVERTISEMENT FOR BIDS 00100 -1 S &P Project No. G124 -08-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 SECTION 00110 - INSTRUCTION TO BIDDERS 1.01 GENERAL All proposals must be presented in a sealed envelope, addressed to the Owner. The proposal must be filed with the Owner on or before the time stated in the invitation for bids. Mailed proposals will be treated in every respect as though filed in person and will be subject to the same requirements. Proposals received subsequent to the time stated will be returned unopened. Prior to the time stated any proposal may be withdrawn at the discretion of the bidder, but no proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. 1.02 EXAMINATION OF WORK Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work or the cost thereof under the contract. No oral agreement or conversation with any officer, agent or employee of the Owner, either before or after the execution of the contract, shall affect or modify any of the terms or obligations therein. 1.03 ADDENDA AND INTERPRETATIONS: No interpretation of the meaning of plans, specifications or other prebid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to the Director of Utilities, and to be given consideration must be received at least five days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be sent by certified mail with return receipt requested to all prospective bidders (at the respective addresses furnished for such purposes), not later than three days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. • INSTRUCTION TO BIDDERS 00110 -1 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System • Augusta Utilities Project No. ICU -0069 separate envelope, a FINANCIAL EXPERIENCE AND EQUIPMENT STATEMENT, giving reliable information as to working capital available, plant equipment, and his experience and general qualifications. The Owner may make such investigations as are deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to him all such additional information and data for this purpose as may be requested. The Owner reserves the right to reject any bid if the evidence submitted by the bidder or investigation of him fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Part of the evidence required above shall consist of a list of the names and addresses of not Jess than five (5) firms or corporations for which the bidder has done similar work_ 1.07 PERFORMANCE BOND At the time of entering into the contract, the Contractor shall give bond to the Owner for the use of the Owner and all persons doing work or furnishing skill, tools, machinery or materials under or for the purpose of such contract, conditional for the payment as they become due, of all just claims for such work, tools, machinery, skill and terms, for saving the Owner harmless from all cost and charges that may accrue on account of the doing of the work specified, and for compliance with the laws pertaining thereto. Said bond shall • be for the amount of the contract satisfactory to the Owner and authorized by law to do business in the State of Georgia. Attorneys -in -fact who sign bonds must file with each copy thereof a certified and effectively dated copy of the power of attorney. 1.08 REJECTION OF BIDS: These proposals are asked for in good faith, and awards will be made as soon as practicable, provided satisfactory bids are received. The right is reserved, however, to waive any informality in bidding, to reject any and all proposals, or to accept a bid other than the lowest submitted if such action is deemed to be in the best interest of the Owner. 1.09 SITE AND OTHER AREAS The Site is identified in the Bidding Documents. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by Owner unless otherwise provided in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work is to be obtained and paid for by Contractor. Some easements necessary to complete this Project may not have been obtained by OWNER at Bid time and may not be available until an INSTRUCTION TO BIDDERS 00110 -3 00 ARC PURCHASING r TO: All Bidders Phyllis Mills, Quality Assurance Analyst Drew Golns, Augusta Utilities FROM: Geri Sams tw, M-r Procurement birector DATE: September 23, 2009 SUBJ: Site Visit for Bid Item 09-156 BID ITEM: 09 -156 Fort Gordon Eisenhower Hospital Area Gravity Sewer BID DATE: Tuesday, October 13, 2009 at 3:00 P.M. ADDENDUM NO.1 The site visit will be Wednesday 9/23/09 @ 1:00 p.m. and Thursday 9/24109 @ 10:00 a.m. The following items needs to be submitted to Horace as soon as possible. 1. Name of person /s that will be attending. 2. Vehicle information make, mode and tag number We will then forward the information to Fort Gordon so they will know the purpose of Contractor being on the base. They will need to make sure they have their driller licenses and Car registration when coming on the base. If they have a company logo on a truck Fort Gordon will inform them that they might have to go through Gate 3 to get cleared to enter the base. The email address is h1uke6-auaustaga.goV and the fax is 706 -910 -0539. Horace will meet them at the check point when coming through Gate 3 on the base. Please acknowledge addendum In your submittal END ADDENDUM • Room 605 - 530 Greene Street, Augusta Georgia 3090I (706) 821 -2422 - Fax (706) 821-2811 www.au u gaizov RC$ister at www r(fgTngne f%r C-- L cj - _ ..- Addendum 1 Bid Item #o@ -156 PAMA 1 of 1 TOTAL P.03 �- ��tcaf,a!mcvu' J I G E� - 1 A FAXED /MAILED TO: All Bidders Phyllis Mills, Quality Assurance Analyst Drew Goins, Au sta Utilitie FROM: Geri Sams Procurement Director DATE: October 2, 2009 SUBS: Clarifications to the Specifications and Responses to Vendor Questions BID ITEM: 09 -156 Fort Gordon Eisenhower Hospital Area Gravity Sewer BID DATE: Tuesday, October 13, 2009 at 3:00 P.M. ADDENDUM NO.2 The following items are issued to add to, modify, and clarify the Bidding and Contract Documents. These items shall have full force and effect as the Bidding and Contract Documents, and costs involved shall be included in the bid prices. Bids to be submitted by the specified bid due date shall conform to the additions and revisions listed herein. Acknowledge receipt of this addendum by inserting its number and date in Section 00120, page 7 of the Bid Proposal and returning it with your bid. • r SPECIFICATIONS Section 00120 — Bid Proposal Item No. 1 — Replace page 00120 -5 with Attachment No. 1, Schedule of Unit Prices, page 00120 -5. Section 01200 - Measurement and Payment: Item No. 2 — In Section 01200, add the following paragraph to the end of Paragraph 1.05.D, Item M-4: "Where the gravity sewer main is constructed in existing firebreaks or dirt trails, Contractor shall selectively clear and grub sufficient area to install sewer main as directed by the Field Engineer and ENRO. Where the gravity sewer is constructed in undeveloped areas, Contractor shall clear and grub a 20 -foot wide path centered along the centerline of the sewer main. In open field areas, no clearing or grubbing is required," Item No. 3 — In Section 01200, delete paragraph 1.05.1), Item M -8 in its entirety and replace with: Item M-8 — Demolish and abandon lift stations as follows: 1. Guard House Lift Station: Refer to Drawings C13 and C23. This work shall be accomplished after the Owner has accepted the new gravity sewer line and gravity service has been established. Completely remove manhole, pumps, controls, electrical, and appurtenances. Backfill, compact and restore the area in accordance with the Specifications. 2. Eisenhower Hospital Lift Station: Refer to Drawing C22. This work shall be accomplished after the Owner has accepted the new gravity sewer line and gravity service has been established. Completely remove pumps, controls, electrical, and appurtenances. Remove all exposed concrete to a minimum of 2 -feet below finished grade. Breakup bottom of lift station and fill with a minimum of 4 -feet GAB, with the remainder of fill to be compacted select backfill up to finished grade. Backfill, compact and restore the area in accordance with the Specifications. Room 605 - 530 Greene Street, Augusta Georgia 30901 (706) 821 -2422 - Fax (706) 821-2811 www.augustaLra.gov Addendum 2 Bid Item #09 -156 Register at www.demandubstLtaur.com//sui)vlier for automatic bid notification Page 1 of 2 I• ANSWERS TO BIDDERS QUESTIONS The answers to Bidder's questions are included with this Addendum No.2. Answers to Bidder's questions are for reference only and are not intended to be relied upon as a condition of the contract, unless they are specifically answered by reference to statements within the Contract Documents or issued as an Addendum item. Question #1 Will the concrete rubble by the antenna be removed or are we responsible for it? Answer #1 The area is used by the Fort Gordon for C &D waste storage for potential reuse. The Contractor shall move concrete rubble to side for construction access but it shall not to be used for fill material. Include costs in LS -1, Lump sum construction. Question #2 Is the contractor responsible for clearing the easements for the sewer? Answer #2 See Item No. 2 above under specifications. Question #3 Summary of Work Section 01010, under Scope of Work 1.03 ( #5) states Demo of an existing sanitary lift station adjacent to Gate #1. The drawings don't indicate a lift station in this area but there is a septic system. Do we demo the septic system or is there a lift station? Answer #3 See Item No. 3 above under specifications, Please refer to Drawings C13 and C23. It is our understanding the manhole with T= 367.35 shown near Gate 1 is a small lift station serving only the Guard Shack's sanitary needs. This station should remain operational until service is established for the Guard Shack at which time the lift station can be demolished and the force main capped and abandoned. Cost for demolition of this lift station shall be included in Pay Item M -8. Question #4 Measurement and payment section 01200 has a pay item listed for Demo Item M -8. However, this item does not appear on the schedule of unit prices. Where should we carry the cost for the demo of existing lift station? Answer #4 See Items No. 1 and 3 above under specifications. The second lift station to be demolished is the Eisenhower Hospital lift station shown on Drawing C22, just north of Manhole No. 1 E. List of Attachments: Attachment No. 1 — Specification Section 00120, page 00120 -5 Please acknowledge addendum in your submittal END ADDENDUM Addendum 2 Bid If6m #09 -156 Page 2 of 2 S &P Project No. G124 -08-01 Fort Gordon Eisenhower Hospital Area Gravity Seaver System Augusta Utilities Project No, ICU -0069 SCHEDULE OF UNIT PRICES: • , O URN s knit 3 fd S -33 sanitary es sewer to existing manholes, , _ ... diameter varies ies EA 3 S -61A Jack and Bore 16" diameter steel casing, Minimum wall thickness 0.250 inch, Carrier pipe included, 8" LF 120 diameter SDR 26 sanitary sewer i e,.end seals S -61 B Jack and Bore 16" diameter steel casing, Minimum wall thickness 0.250 inch, Carrier pipe included, 10" diameter SDR 26 sanitary sewer pipe, end LF 164 seals S-62 Flow monitoring station, complete as shown on the Drawings EA 1 WATER MAIN W -22 Replace existing 10" diameter AC water transmission main with new 10" diameter ductile iron water transmission main Class 350, standard LF 70 joint, including H max couplings PAVEMENT STRUCTURES P -2 Graded aggregate base, 10'/ "thick, 7' wide and asphalt patch 2 Y2 " thick, including removal of 2'/2 " SY 31 GAB and placement of bituminous tack coat P -5 4" thick concrete sidewalk, 3000 psi mix SY 158 P -7 4" asphalt pavement driveway replacement SY 13 P -8 24" wide concrete curb and /or gutter removal and replacement (as appropriate and necessary) LF 25 P -11 Dirt Road Replacement to match existing SY 3110 MISCELLANEOUS M -1 Plowable fill CY 4 M -2 Rock excavation CY 100 M-4 Clearing and Grubbing ACRE 2 M -6 Remove & replace 42" storm RCP LF 20 M -8 Demolish Lift Station - Complete EA 2 LUMP SUM LS -1 Lump sum construction (includes but is not limited r —7— I to the listing continued below) LS 1 NOTE TO BIDDERS: FOR A COMPLETE DESCRIPTION OF BID ITEMS REFER TO • THE TECHNICAL SPECIFICATIONS. BID PROPOSAL 00120 -5 S &P Project No, G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System C OP Y Augusta Utilities Project No. ICU -0069 t SECTION 00120 - BID PROPOSAL j �2 AUGUSTA COMMISSION c �LC1 MUNICIPAL. BUILDING eo ��TQtK -Z I a AUGUSTA, GEORGIA 30911 PROJECT TITLE: PORT GORDON PRIVATIZATION EISENHOWER HOSPITAL. AREA GRAVITY SEWER SYSTEM AUGUSTA, GEORGIA BID ITEM NO.: Gentlemen: The undersigned Bidder, herein referred to as singular and masculine, declares the following: 1. The only parties interested in the proposal as principals are named herein; 2. He has carefully examined and fully understands the contract documents, including the drawings and specifications; 3. He understands that information relative to existing structures and underground utilities as furnished to him on the drawings, Contract Documents or by the Augusta Utilities Engineer /Director, carries no guarantee expressed or implied as to its completeness or accuracy and he has made due allowances therefore; 4. He has made a personal examination of the site of the proposed work and has satisfied himself as to the actual conditions and requirements of the work; 5. He agrees to hold the Owner harmless for accidents or damages to property; 6. He will comply with all State and Federal regulations pertaining to but not limited to asbestos containing material removal and disposal, regulations regarding disposal of all debris and OSHA requirements; 7. He will complete the work in a timely manner. The required time of completion is indicated in the Bid Proposal Form; 8. He will maintain the site as clean as possible by not allowing debris to accumulate before making trips to his disposal site. Materials sold for salvage shall not be accumulated on the project site; 9. lie will not burn any materials on site without written approval from proper authorities; and hereby proposes and agrees to furnish all materials, labor, skill, equipment, tools, and other things of every kind and description specified, needed or used for the complete execution of all work covered by and in conformity with the Plans, specifications, and other Contract Documents prepared by Stevenson & Palmer Engineering, Inc and all Amendments and Addenda thereto, for the sums hereinafter stated. c: BID PROPOSAL 00120 -1 SA P Prole No,,G124 F7 &,G8 omEisenllofiver H6spftaf Area Gravity Sewer System ,AUgL3gta S P(Qje5.101'ilcu-0069 is SCHEDULE OF UNIT PRICES: BID PROPOSAL 00120-2 g- ..... . . . . . Fin SANITARY SEWER S-1 A 8" diameter PVC sanitary sewer pipe SDR 26, Depth 0' to 6', including Type 11 (No. 67 stone) LF 109 bedding material S-1 B 10" diameter PVC sanitary sewer pipe SDR 26, Depth 0' to 6', including Type 11 (No. 67 stone) LF 125 bedding material S-IC 12" diameter PVC sanitary sewer pipe SDR 26, Depth 0' to 6', including Type 11 (No. 67 stone) LF 100 2-3:5 bedding material S-2A 8" diameter PVC sanitary sewer pipe SDR 26, Depth 6' to 8', including Type It (No. 67 stone) LF 381 23 3 bedding material S-213 10" diameter PVC sanitary sewer pipe SDR 26, Depth 6' to 8', including Type 11 (No. 67 stone) LF 1060 23 bedding material S-2C 12" diameter PVC sanitary sewer pipe SDR 26 Depth 6' to 8', including Type 11 (No. 67 stone) LF 265 2,3 bedding material S-2D 15" diameter PVC sanitary sewer pipe SDR 26 Depth 6' to 8', including Type If (No. 67 stone) LF 155 - 3 bedding material S-3A 8" diameter PVC sanitary sewer pipe SDR 26, Depth 8' to 10', including Type 11 (No. 67 stone) LF 811 2 bedding material S-313 10" diameter PVC sanitary sewer pipe SDR 26, Depth 8' to 10', including Type 11 (No. 6 stone) 842 2-3 bedding material S-3C 12" diameter PVC sanitary sewer pipe SDR 26, K , Depth 8' to 10', including Type II (No. 67 stone) LF 1332 03 S 31 j6- 9- bedding material S-3D 15" diameter PVC sanitary sewer pipe SDR 26, Depth 8' to 10', including Type 11 67 (No. stone) LF 436 0,2 bedding material S-4A 8" diameter PVC sanitary sewer pipe SDR 26, Depth 10' to 12', including Type 11 (No. 67 stone) LF 877 Z6> bedding material S-413 10" diameter PVC sanitary sewer pipe SDR 26, Depth 10' to 12', including Type 11 (No. 67 stone) LF 207 > -0— � 2- 9, bedding material �3 BID PROPOSAL 00120-2 S&P Project No. G124-08-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No, ICU-0069 SCHEDULE OF UNIT PRICES: • ....... ... .7 -W ...... . . . . . . . ---- S-4C 12' diameter PVC sanitary sewer pipe SDR 26, Depth 10' to 12', including Type 11 (No, 67 stone) LF 754 1 3 fs— 12 bedding material S-413 15" diameter PVC sanitary sewer pipe SDR 26 Depth 10' to 12', including Type 11 (No. 67 stone) LF 420 bedding material S-5A 8" diameter PVC sanitary sewer pipe SDR 26, Depth 12' to 14', including Type 11 (No. 67 stone) LF 383 23 bedding material S-5B 10" diameter PVC sanitary sewer pipe SDR 26, Depth 12' to 14', including Type 11 (No. 67 stone) LF 25 bedding material S-5C 12" diameter PVC sanitary sewer pipe SDR 26, Depth 12' to 14', Including Type If (No. 67 stone) LF 602 bedding material S-5D 15" diameter PVC sanitary sewer pipe SDR 26, Depth 12' to 14', including Type 11 (No. 67 stone) LF 392 bedding material S-6A 8" diameter PCV sanitary sewer pipe SDR 26, Depth 14' to 16', including Type 11 (No. 67 stone) LF 746 beddin material S-613 10' diameter PCV sanitary sewer pi SDR 26, Depth 14' to 16', including Type 11 (No. 67 stone) LF 61 bedding material S-6C 12* diameter PCV sanitary _ sewer sewer pipe SDR 26 , - — - - - - Depth 14' to 16', including Type 11 (No. 67 stone) LF 695 bedding material S--6D 15" diameter PCV sanitary sewer pipe SDR 26, Depth 14'to 16', including Type 11 (No. 67 stone) LF 900 bedding material S-7A 8" diameter PVC sanitary sewer pipe SDR 26, Depth 16' to 18', including Type 11 (No. 67 stone) LF 390 Uedding rnaterial S-7B 10" diameter PVC sanitary — sewer pipe SDR 26, Depth 16' to 18% including Type 11 (No. 67 stone) LF 105 G3 �SrJZ bedding material -7C 12" diameter PVC sanitary sewer pipe SDR 26, Depth 16' to 18', including Type 11 (No. 67 stone) LF 857 bedding material S-8A 8' diameter PVC sanitary sewer pipe SDR 26, Depth 18' to 20', including Type 11 (No. 67 stone) LF 40 bedding material S-813 1 diameter PVC sanitary sewer pipe SDR 26, Depth 18' to 20', including Type 11 (No. 67 stone) LF 225 3 -5 bedding material S-8C 10" diameter PVC sanitary sewer pipe SDR 26, Depth 20' to 22', including Type 11 (No. 67 stone) LF 15 Z 3 /� 2Z I bedding material 2 C -1 iv OG 157 BID PROPOSAL 00120-3 S&P Project No. G124-OMI Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU-0069 SCHEDULE OF UNIT PRICES: • R ME g ..... . 9ff Eg��� MEEK' . . . ......... Rem iggi 0 Iffm h lz. HTI' S--8E 12" diameter PVC sanitary sewer pipe SDR 26, Depth 18' to 20% including Type 11 (No. 67 stone) LF 385 ?13 bedding material S-BF 12' diameter PVC sanitary sewer pipe SDR 26, Depth 20' to 22', including Type It (No. 67 stone) LF 100 03 bedding material S-8G 12 diameter PVC sanitary sewer pipe SDR 26, Depth 22' to 24', including Type 11 (No. 67 stone) LF 80 bedding material S-8H 12" diameter PVC sanitary sewer pipe SDIR 26, Depth 24' to 26' including Type 11 (No. 67 stone) LF 120 5"f bedding material 3 S -9C 12" diameter ductile iron sanitary sewer pipe Class 350, Depth 0' to 6% including Type 11 (No. 67 stone) LF 20 beddin material S-1 GA 8" diameter ductile iron Sanitary sewer pipe Class 350, Depth 6' to 8% including Type 11 (No, 67 stone) LF 22 � bedding materia S_-11C 12' diameter ductile iron sanitary sewer pipe Class 350, Depth 8' to 10', including Type 11 (No. 67 LF 20 stone) bedding material S-1 3A 8" diameter ductile iron sanitary sewer pipe Class 350, Depth 12' to 14% including Type 11 (No. 67 LF 50 stonelbedding ma S-1 3B 10" diameter ductile iron sanitary sewer pipe Class 350 Depth 12' to 14', including Type 11 (No, 67 LF 25 12-5-2- stone) bedding material S• 14A 8" diameter ductile iron sanitary sewer pipe Class 350, Depth 14' to 16% including Type 11 (No. 67 LF 38 stone) bedding material S-15B 10' diameter ductile iron sanitary sewer pipe Class 350 Depth 16' to 18', including Type II (No. 67 LF 74 p stone) bedding material S-20A P re -cast sanitary manho G-A v Ir S T Du -4 1 0 11 A. Type 1, Depth 0' to 6' (48" Diameter) EA 61 A/1 - X S-21A Additional sanitary manhole depth, Type 1, Depth Class 1 (48" Dia.) VF 348 S-27A 48" Diameter sanitary manhole interior protective coating with Spectra-Shield, full system VF 348 S-27B 48" Diameter sanitary manhole interior protective coating with Spectra - Shield, top coat only VF 28 S-28 Outside Drop Piping - Complete EA 1 112 2e- S-30 6 sanitary sewer service, complete �.—. LF 130 . Y 3 - � 5 - � 5'5"��0 --� MM 6_3 BBD PROPOSAL 00120-4 Augusta Utilities Projed No. ICU- SCHEDULE OF UNIT PRICES: • 5 1 2 4 G 0 • NOTE TO BIDDERS: FOR A COMPLETE DESCRIPTION OF BID ITEMS REFER TO THE TECHNICAL SPECIFICATIONS. �31 D PIR 0 P 0—"A L 00120-5 1-5-- NMI -- n -- aw 5 -33 me sanitary sewer to existing manholes, EA 3 diameter varies S-61A Jack and Bore '16" diameter steel casing, Minimum wall thickness 0. 250 inch, Carrier pipe included, 8" LF 120 diameter SDR 26 sanifaa se er pipe end seals S-61 E Jack and Bore 16" diameter steel casing, Minimum !— wail thickness 0. 250 inch, Carrier pipe included, 10" diameter SDR 26 sanitary sewer pipe, end LF 164 seals S-62 Flow monitoring station, complete as shown on the I. EA 35� 2 D r a wings WATER MAIN V J exiiFin6'10 diameter AG water transmission main with new 10" diameter ductile i,' LF 70 water transmission main Class 350, standard -- ir o n int, lncludinq_�yfn, 2?�_ u lin.� I — PAVEMENTSTRUCTURES P-2 Graded aggregate base, 10 Y2 " thick, 7' wide and asphalt patch 2 M, " thick, including removal of 2 1/2 SY 31 e, GAB and placement of bituminous tack coat P-5 4" thick concrete sidewalk, 3000 psi mix SY 158 4" asphalt pavement driveway reptacement SY 13 24" wide concrete curb and/or gutter removal a nd replacement (as appropriate and necas,-cary) LF 25 2_1 P -11 Dirt Road Replacement to match existing SY - 3110 MISCELLANEOUS M i Flowable fill CY 4 CY AcR 100 2 75 r Rock excavation K/1-4 Clearing and Grubbing M-6 1 Remove & replace 42" storm RCP M-8 Demolish Lift Station - Complete LF 20 ;71 LUMP SUM E 2 1-5-1 Lurnp sum construcfion (includes but is not limited to the listing continued below) _ - � •� �..._J • NOTE TO BIDDERS: FOR A COMPLETE DESCRIPTION OF BID ITEMS REFER TO THE TECHNICAL SPECIFICATIONS. �31 D PIR 0 P 0—"A L 00120-5 1-5-- • 0 • S &P Project No. Gi24 -08-0i Fort Go don Eisenhower hiospitar Area GmOly Sewer system • AUgtsta Utilities Projed No. ICU -0069 Bump Sum Construction • Mobilization, Demobilization • Bonds, Insurance • Remove and reset/replace in kind fences, All types • Remove and reset/replace in kind gates, All types • Remove and reset storm sewer, lengths & sizes vary • Remove and reconnect water services, complete • Reconnect sanitary sewer services • Remove and reset signs, Type varies • Remove and reset water sprinkler systems, complete • Remove and reset water valve and /or meters, size varies 0 • Remove and reset yard lamps, Type varies 1 • Remove and reset mailboxes, Type varies J • All Erosion and sediment control (BMP devices, grassing, construction exits, rip -rap, mist. erosion control structures, silt fencing, and all other devices required for conformance to SEC permits) • Traffic control Miscellaneous grading • Permanent grassing • Raise manholes and valves boxes to grade • Remove and reset utility pole anchors and guides and temporary support of utility poles 1. TOTAL BAS` BID FOR ALL UNIT PRICES / ?eve •� �Tv�'�E°� � S��y C�•�� ����'� - �'c Nc< �� (use (figures) 2. Unit Prices have been computed in accordance with Paragraphs 11.9.1 through 11.9.3, inclusive of the General Conditions. 3. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be ^Il� PROPOSAL 00120 -0 • • S &P Project No. G124 -08-01 Fort Gordon Eisenhower hlospilal Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 This Bid Proposal is respectfully submitted by: } Bidder (Print Name) Signature (Owner, Partner or Corp. Officer) Title Address Telephone Number Fax Number If Corporation, affix seal here (SEAL) Ll BID PROPOSAL 00120-8 S &P Project No. G124 -vOB -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No, ICU -0069 4 based on actual quantities provided, determined as provided in the Contract Documents. 4. Bidder acknowledges that discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words, The undersigned agrees that this Proposal may not be revoked or withdrawn after the time is set for the opening of bids but shall remain open for acceptance for a period of sixty (60) calendar days following such time. In case the bidder is given in writing by mail, telegraph, or delivery the Notice of Acceptance of the Bid Proposai.within sixty (60) days after the time for the opening of bids, the undersigned agrees to execute within ten (10) calendar days a Contract (Form of Agreement between Contractor and Owner) for the work for the above- stated compensation and at the same time to furnish and deliver to the Owner a Performance Bond, Payment Bond, Certificate of Insurance, and Contractor Certification forms in accordance with the instruction bound in the Project Manual. The undersigned agrees to commence actual physical work on the site with all adequate force and equipment within ten (10) calendar days from the date to be specified in the Notice to Proceed from the Owner and to complete fully all work within 180 calendar days. it is also agreed that 15 days are included in the specified contract time for adverse weather days based on National Oceanographic and Atmospheric Administration (NOAA) historical data. / VCS 3';'v'­ " Enclosed herewith is a Bid Bond in the amount off s� �yrf% � kefy DOLLARS being not less than 10% of the Base Bid_ Thd Bid Bond must be submitted on the required form provided with the Invitation to Bid. If this Proposal is accepted within sixty (60) days after the date set for the opening of bids and the undersigned fails to execute the Contract within ten (10) calendar days after receipt from the OWNER /Engineer, or if he fails to furnish both a Performance Bond and Payment Bond, the obligation of the Bid Bond will remain in full force and effect and the money payable thereon shall be paid into the funds of the Owner as liquidated damages for such failure; otherwise the obligation of the Bid Bond will be nuli and void. Receipt is acknowledged of the following addenda: Addendum - / (Date) Addendum Z- (Date) Addendum (Date) Addendum Addendum __(Date) (See Next Page for Signatures) BID PROPOSAL 00120 -7 KNOW ALL BY TI -I ESE PRESENTS, That we, Blair Construction, inc., PO Box 770, Evans, Georgia 30 of (hereinafter called the Principal), as Principal, and Western Su rety Company (hereinafter called the Surety).. as Surety are held and firmly bound unto Augus Co mmiss ion, 530 Greene Stre Room 605, Augusta, GA 30911 (hereinater called the Obligee) in the penal sure of 10% of Bid Amount ------------ ' - - - - ----- -- ----------------------- - - - - -- - - - - - - _ Dollars($ 10 %of Bid Amount ) for the payment of which the Principal and the Surety hind themselves, their heirs, executors, administrators, successors and assigns Jointly and severally, firmb by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That \VI IEREAS, the Principal has submitted or is about to submit a proposal to the Obligec on a contract for Eisenhower Hospital Are Gra vity Se Syst em_ NOW, "l HERL:I =ORE, if the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be Specified, enter into the Contract in writing, and give bond, if bond is required, with surely acceptable to the Obligee for the faithful performance of the said Contract, then this obligation shall be void; otherwise to remain in full force and effect. Signed and sealed this 13th - - -^ day of O , 20 09 Witness Blair Construction, Inc., PO Box 770, . Evans, Geor 30809 Principal 'Title Witness West S urety Company n Buck Leigh Attorney -in -Fact $•00531GEEF 10199 �� Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN —FACT Know All Men By "These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in die City of Sioux Palls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Thoinas M Albus, Buck Leigh, Individually of Columbia, SC, its true and lawful Attorneys) -in -Fact with lull power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused those presents to be signet) by its Senior Vice President and its corporate seal to be hereto affixed on this 7th day of July, 2009, �w WESTERN SURETY COMPANY e` •.- .,C p CA k S Vf'a Paul' . 13 n lat, Senior Vice President State of South Dakota ss County of Min On this 7th day of July, 2009, before me personally came Paul T. Brutlat, to me known, who, being by me duly sworn, did depose and say: that lie resides in the City of Sioux Falls, State of South Dakota; that he is die Senior Vice President of WFS'i'I;RN SURETY COMPANY described in and which executed the above instrument; brat he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires ANN NNNNNNNNNNNNNN4NN4NNN. i r D. KRELL r November 30, 2012 i nL NOTARY PUBLIC r SOUTH DAKOTA SEA4 r }NNNNNNNNNNNN�,NNNNNNNNNNf - D. Krell, NoTgry Public CER 'IFICATE 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on die reverse hereof is still in force. In testimony whereof i have hereunto subscribed my name and affixed the seal of the said corporation this 1 3 t:h day of 0 . T 2009 _ WESTERN SURETY COMPANY i W {4pp4ORgJ��iZ 'f �S f A 4 i %P r L. Nelson, Assistant Secretary Form F4280 -09 -06 0 Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following lay -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Pact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. A • 1 S &P Protect No. r124r6 -02 Mains Interceptor Upgrade Replacement Phase II Augusta Utilities Projvct No. 00007 S ECTION 00170 - CERTIFICATE OF INSURANCE This is to certify that National Trus i C ompany (Insurance Company) of A tlanta, G A has issued policies of insurance, as identified (Insurance Co. Address) by a policy number to the insured name below, and that such policies are in full force and effect at this time. Furthermore, this is to certify that these policies meet the requirements described in the Special Conditions of this contract; and its agreed that none of these policies will be canceled or changed- so as to affect this Certificate until ten {10) days after written notice of such cancellation or change has been delivered to (Client & Client Address) 1.1NSURED_ Co In c.(CONTRA CTOR,) 2. ADDRESS PO Box 770, Evans, GA 30809 3. PROJECT NAME: Fort Gordon Eisenhower Hospital Area Gravity S System 4. PROJECT NUMBER: ICU -0069 5. POLICY NUMBER(S): CPPo DATE: 10/13,/2 ISSUED AT: Atlanta, GA AUTHORIZED REPRESENTATIVE Mark Jaynes iNSURANCE COMPANY National Trust Insurance Company ADDRESS 1424 N Brown Rd., Suite 300, Lawrneceville, GA 30043 CERTIFICATE OF INSURANCE 00170 -1 DATE (MfAItlDlYYYY) ACORD,,, CERTIFICATE OF LIABILITY IhISUKANU1= 10/13/2009 PRODUCER (770)246 -8300 FAX (770)246 -8301 THIS CERTIFICATE IS ISSUED AS AMATTER OF INFORMATION. Sutter, McLell & Gil breath, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1424 North Brown Road ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, Suite 300 Lawrenceville, GA 30043 -8107 INSURERS AFFORDING COVERA _- _i NAIC # -- INSURED B air Construction, Inc. and Evans Grading --"� RA Nationa Tr ust Insurance f & Paving, LLC and Southern Asphalt, LLC IINSURERe: FCCT Insuran Co . P. 0. Box 770 IrasuRERa Hanover Ins Evans, GA 30809 'LNSLJRERO: �� —•_ - -.._. __ _ _,__ - INSURER E: rnvvoArrcc • • THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. A LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS- _ —• - - -_ _ LTR NSR D0'l TYPE OF INSURANCE POLICY NUMBER CY POLI — r E-( TIVE DATE (MM10D/YYYY POLICY Offi F ATTON DATE MMIOD/YYYY LIMITS GENERAL LIABILITY ( CPP0004476 02/14/2009 02/14/2010 EACHOCCURRENCE E S 1,000,00 6:d�'FGETtlRFTJTEC� PREMISES Ea cccufence f S 1 00 , 00 ( M X COMMERCIAL GENERAL LIABILITY ! EXP (Any one person) 5 -- -- -- -- 5,00( ---,I I CLAIMS MADE i OCCUR - 1 I A I - ' -- - --- X Explo sion excluded 'E i - - MCD _ & AD INJU _- GENERAL AGGR M — _S — 1 S v 2,0_00,00 I GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS, COMP/OP AGG S 2 ,000,00 ( w — 1 POLICY ,X j 3ECT - -- I LOC I AUTOMOBILE LIABILITY CA 0005458 02/14/2009 ( 02/14/2010 COMBINEDSINGLEUMIT S X ' ANY AUTO I (Ea accident) -.. 1 000 OO _.„_. ._ ......L.._.......! _._.__ I ALL. OWNED AUTO$ BODILY INJURY S A SCHEDULED AUTOS I (Per person) .____..._.:_.__..._.___...._._ X HIRED AUTOS i BODILY INJURY S '- - X NON -0\vVEO AUTOS (Per acmdenl) _._.____._...... _ -.__ , PROPERTY DAMAGE S { I { i (Per accident) GARAGE LIABILITY AUTO ONLY • EA ACCIDENT S OTHER THAN ACC_ S ANY AUTO F AUTO ONLY: AGG S + EXCESS I UMBRELLA LIABILITY UMB0002841 02/14/2009 02/14/2010 EACH OCCURRE $ 5,0 00_,00 AGGREGATE _ _ S 5, 00 R , 00 0 OCCUR CLAIMS MADE _ I - -- ,_,_„— _— .— .,•_._, Y` r .-- - -_r._ I DEDUCTIBLE I f X i RETENTION S 10,00q WORKERS CDfAPENSA TfON 010 - WC08A - 54981 02/14/2009 02/14/2010 E X - 'V RY ' ISMITS TO _L_ER _ A AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNER /fXECUT(V'tY�'7 OFFICER/MEMBER EXCLUDED? L 1 OFFICERS INCLUDED E•L•EAQ(ACCIDEN _._...------ -. ---_ __ S 1 00 __._... 1 000 _j (Mandatory in Nil) f E.L. DISEASE - EA EMPLOYEE] S , ,.00 ... Ir es, c yydes ribe under SPECEAL PROVISIONS ixJOw j 1 E -L. DISEASE . POLICY LIMIT S 1,000, C OTHER i ` IHA4999540 02/14/2009 02/14/2010 m , $310,000 any one ite Leased C 4 & Rented quipment 1 i I $500,000 policy limit DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS roj: Proj #: ICU -0069 Fort Gordon Eisenhower Hospital Area Gravity Sewer Ssytem L.�rt I Irl\.r\ t C nvt_u�rc �.r.r��.� -�-i�, � ���• SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Augusta GA Connn ission REPRESENTATIVES. Room 605, Municipal Building AUTHORIZED REPRESENTATIVE � August, GA 30911 Mark 3a nes CSP /LINDAM / ACORD 25 (2009101) ©1988 -2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD • IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does riot constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. • ACORD 25 (2009109) f S&P Project No. G124 -08-01 Fort Gordon Eisenhower Hospital Area Grav4 Sewer System Augusta Utilities Project No. ICU -0059 SECTION 00450 -FORM OF QUALIFICATION OF BIDDER Name of Bidder 0/� -/ G G Address of Bidder 13 ,-x ;:7 Gentlemen: The signer of this affidavit guarantees the truth and accuracy of all statements and information submitted herein in support of its bid proposal to furnish all materials, equipment, and labor, and to perform all work in accordance with the Contract Documents for: PROJECT The undersigned hereby authorizes and requests any public official, engineer, architect, surety company, bank depository, material or equipment manufacturer or distributor, or any person, firm J or corporation to furnish any pertinent information requested by Owner's Engineer, Stevenson & Palmer Engineering, Inc., deemed necessary to verify the statements made, information submitted, or regarding the standing and general reputation of the applicant. The undersigned has not been disqual as is explained as follows: / by any public agency in the State of Georgia except The undersigned further affirms that, if false information is furnished in support of its bid proposal, it can and will be prosecuted to the fullest extent of the law for perjury. Dated at - 171 �1 �H , this /3 day of 20 Sworn to and subscribed before me this /-- day Name of Organization of e�.� 20 BY: Title of Person Signing (If Corporation, Affix Sea]) NOTARY PUBLIC: r My Commission Expires: FPAT SCOTT DILLARD NOTARY PUBLIC BURKE COUNTY TATE OF GEORGIA mission Expires August 7, 2012 FORM OF QUALIFICATION OF BIDDER 00450-1 S&P Project No. G124-08-•01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU-0069 PART I - STATEMENT OF EXPERIENCE: 1 Legal Name, Address, and Telephone Number* 2) Check one: Corporation.. Partnership_; Individual 3) If a Corporation, state: Date of Incorporation / 2 3 State in which incorporated: / ' Date of Assuming Name and Title of Principal Officers Position 49 If an Out-of-State Corporation, cyrrently authorized to do business in Georgia, give date of such authorization: 4) If Partnership Date of Organization: �`�'/�7 Nature of Partnership (General, Limited, or Association) Names and Addresses of Partners Age of P artner 5) If an Individual, state — Name & Address of Owner: FORM OF QUALIFICATION,OF BIDDER 00450-2 ,3 C] S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No, ICU -0069 6) Enumerate State, County, or other Public Agencies in which your organization is qualified to perform work by some means of prequalification: Agency Trade in Which Qualified Expiration Date Approved Amount 7) Describe your organizational structure, including the number of permanent employees engaged in estimating, purchasing, expediting, detailing, and engineering, field supervision, field engineering, and layout: 8) Give names & data about any construction projects you have failed to complete: (Use extension sheet if necessary) 9) 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 ?6G . If within the last five (5) years, state name of individual, other organization, and reason therefore: oilN 10) Has any officer or partner of your organization ever failed to complete a construction contract handled in his own name? /Z , - If within the last five (5) years, state name of individual, name of owner, and reason therefore: FORM OF QUALIFICATION OF BIDDER 00450 -3 (Use extension sheet if necessary) S &P Project No, G124- 08-0'6 Fort Gordon Eisenhower Hospital Area Gravay Sewer System Augusta Utilities Project No. ICU -0069 1 1) Has your organization, or any officer or partner thereof, ever been party to any criminal litigation as a result of construction methods, costs, etc.? If yes, state case number, case name, and provide pertinent details, including judgment: IN (Attach extension sheet if necessary) 12) Has your organization, or any officer or partner thereof, ever been party to any civil litigation as result of construction methods, costs, etc? /� . If yes, state case number, case name, and provide pertinent details, including judgment: • (Attach extension sheet if necessary) 13) Name all persons with whom you have been associated in the construction business, either as partners or as general business associates in a construction firm, for each of the last five (5) years: 20 20 20 20 20 14) Indicate type of contracting undertaken by your organization and number of years experience: As Prime Contractor: Type: /� -/, No. of Years Type: No. of Years As Subcontractor: Type: No. of Years 3'-' Type: No. of Years i FORM OF QUALIFICATION OF SIDDLR 00450 -4 • CJ S&P Projed No. G ?2446 -02 Nliain interceptor upgrade Replacement P hase JI Augusta UUP ies Proved No. 60007 15) Give any special qualifications of firm members (Registered Engineer, SUrreyol etc.) 16) S °cc,�.t_��, r�n�r!Y�._.. �1� L ��is n2.,_ �,�Fi�nlum�Iul-S OF 15 7si cn r\ ky - � . . t�}Ci,� LPrrti� 1..�_4irn.sC_r!� � kls IIErL tnti 2c��s.. .M.s�f�ic��r- �- �•- 1��a�i�Antrol �ne� A 11 S(,(-Pep viscars- CQnp) nec{ s(�c�ce C'er { - �;ecl List Major Equipment to be Used on this Project and Equipment Condition: 17) Percentage of Work to be Performed with Own f=orces: 18) Name of Proposed Subcontractors with Whom You Intend to Affiliate. (What phase and percentage of work will each subcontractor perform ?) '.._ J -z =0RIM OF QUALIFICATION OF Blf�D` R 00450 -5 . J _luc1�er CYCt� -r� f `AZi i L 'L.ss� ;�c�..._ � I F '.._ J -z =0RIM OF QUALIFICATION OF Blf�D` R 00450 -5 (i) (= 0 ca mm# I= ol 77 'r ei C: 3� 0 < Lj E () m ,g) z < rz - ( D 0) 0 *0 E (D 0 C) 0 cn -, C. C-) 16� IKIRM KMM riom 'a ce (0 LO C Lb CiD O m LL 0 OJ Z 0 oj Jo 6) Cr (i) (= 0 ca mm# I= ol 77 'r ei C: 3� 0 < Lj E () m ,g) z < rz - ( D 0) 0 *0 E (D 0 C) 0 cn -, C. C-) 16� IKIRM KMM riom 'a ce (0 LO C Lb CiD m LL 0 OJ Z 0 oj 6) Cr ti n. c a, C) Cl Loll a) - C C- C Z 0 EM C c Cl o L . 0 0 r - I 0 O C) . (D fA Unn 0, ci. z KIAM mm 0 CK Lt.! 0 0 cLf LL cn 0 -t5 z 0 QL o LL o cn < 0 I.L 0 KIAM mm 0 CK Lt.! 0 0 cLf LL cn 0 z 0 < o LL o cn < 0 I.L 0 cn S&P r��mwuo�2�oanz Ma�/mpmePtoruponuoevp/qou�*xr:xx v ' xvnus�uo�v,p�,�woonoor 22\ What iS the largest contract (dollar costs) ever performed by your organization? Name 0fWork 1) � Total Contract Amount: � Amount 0f Your Contract: - 31a rL 23\ How much time was lost during the last h-vo/2\ years from strikes? Total Man D3yS ___ Total Calendar OaYs: _____ Explain Cause: IT 0 0 S&P Projet N'o, 0124-0� 07_ K4ain Inrerci�plor Uparade Replacement P;l rse II Augusta Uliiities r'roje -i No. 00007 PART E! - GENERAL ;= INANCIAL INFORMATION: Give total contract value of work accomplished by your organization in each of the last three (3) years: 2009 - $ 5 )5 , U.� 2001 - $_k? zoo - z L,�ca Give contract value of work now pending award to your organization: $.�� amount requiring bond if awarded: Give the value of any judgmemts or liens outstanding against your organization: 1) 2) 3) Explain: s Give narnes of Surety Companies & Agent under which you have functioned within the last three (3) Years: 2 00$ 1/,j fSPGL1 l�I_P.{� --- -__ —^- - ----- ��_.___+ I stimate your maxirnUrn bonding capacity; ,$ c-{� _U <.� - nQ(�� °`�_— .------ -• -_ -- I --low much is unencumbered as of this date? Has any Surety Company refused to write you a bond on any construction vrorl;?/2Q If yes explain: � PJJ1 L ! _...- ..___.__. ._--_______..__.— ----- _- .._._- _�____- _....._..�__.. What is the dollar value of the largest project you consider your organization is qualified to rlr-i(' ertake? _.- (U- FND OF SI_CIION • lt. LJi ,.�ri...i: ti 3 i i.71 lJD:.._i • • • • Blair Construction, Inc. P.O. Box 770 Evans, Georgia 30809 Phone (706) 868-1950 COMPANY PROFILE • • In the early 1950's Blair L. Mutimer began the Augusta located company Blair Construction. In 1973 the business was incorporated in the State of Georgia as Blair Construction, Inc. Blair Construction, Inc. has at some time performed grading, paving and/or underground utility construction for most every municipality within a 40 to 50 mile radius of the City of Augusta, GA. The vast majority of our past contracts have been with the two largest area municipalities (City of Augusta and Columbia County). Our dedication to quality, fair pricing, and extensive experience and knowledge of construction practices has rewarded our company with an outstanding and well - respected relationship with all departments within these two municipalities. With over 35 years of operation in the field of heavy construction, Blair Construction, Inc. has obtained vast experience and know -how in all of the following fields: Underground Utilities (Water, Storm, & Sanitary Sewerage) Earthwork and Grading Base Work and Asphalt Paving. Our Company employs approximately 57 persons and has an average annual revenue of around $12,000,000. We currently hold Certificates of Qualifications from both the State of Georgia and the State of South Carolina Departments of Transportation. Fax (706) 868 The key personnel involved in this companies operation are: Name Title /Position Years with Company William R. Mutimer Blair L. Mutimer William R. Mutimer, Jr Blair L. Mutimer, III Stephen D. Sims Patrick S. Dillard Our Insurance Agent is Our Bonding Agent is President Executive Vice President Vice President/Treasurer Vice President/Secretary Comptroller Estimator Mr. Mark Jaynes Sutter, McLellan & Gilbreath, Inc, 1424 North Brown Road, Suite 300 Lawrenceville, GA 30043 -8107 Phone: (770) 246 -8300 Mr. Buck Leigh Albus -Leigh Agency, LLC 9725 Dunbarton Drive Columbia, SC 29223 Phone: (803) 788 -4597 36 36 21 15 12 11 0 Our bonding capacity is currently $20,000,000. For reference, following are all projects we have completed in 2007 and 2008. Projects Completed in 2007 & 2008 Project Name: Benson Roadway Improvements Owner: Augusta Utilities Department (706) 312 -4132 Engineer: One Source Development (706) 863 -8010 Contract Value: $2,339,655.45 Project Name: Columbia County Maintenance Facility Site Work Owner: Columbia County Water & Sewer Department (706) 863 -6928 Engineer: ZEL Engineers, Inc. (706) 724 -5627 Contract Value: $597,535.19 Project Name: Owner: Engineer: Contract Value: Project Name: Owner: Engineer: Contract Value: Fairington Subdivision Sanitary Sewer Improvements Augusta Utilities Department (706) 312 -4132 Southern Partners, Inc. (706) 855 -6000 $6,840,270-22 Diamond Lakes Entrance Road Augusta Engineering Department (706) 796 -5040 Cranston Engineering Group (706) 722 -1588 $530,820.81 Project Name: Pinnacle Place Drainage Improvements Owner: Augusta Engineering Department (706) 796 -5040 Engineer: WR Toole Engineers (706) 722 -4114 Contract Value: $641,111.12 Project Name: iris Street 36" Water Main Extension Owner: Augusta Utilities Department (706) 312 -4132 Engineer: Cranston Engineering Group (706) 722 -1588 Contract Value: $358,098.00 Project Name: Owner: Engineer: Contract Value: Project Name: Owner: Engineer: Contract Value: Summerlin Subdivision, Phase II Santa Monica, LLC (706) 868 -8899 One Source Development (706) 863 -8010 $1,306,994.07 Sumter Landing, Section 4 Jerry Ashmore (706) 868 -5854 James G. Swift & Associates (706) 868 -8803 $800,225.64 Project Name: Lincolnton Sewer Improvements Owner: City of Lincolnton, GA (706) 359 -3239 Engineer: G. Ben Turnipseed Engineers (706) 863 -8800 Contract Value: $447,649.99 Water Line Project Name: Fort Gordon 20" DIP Owner: Augusta Utilities Department (706) 312 -4132 Engineer: ZEL Engineers, Inc. (706) 724 -5627 Contract Value: $793,014.75 Project Name: Mullins Pond & Dam Improvements Owner: Columbia County Water & Sewerage Department (706) 863 -6928 Engineer: WR Toole Engineers (706) 722 -4114 Contract Value: $3,050,257.67 Project Name: Winchester Subdivision Drainage Improvements Owner: Augusta Engineering Department (706) 796 -5040 Engineer: Augusta Engineering Dept. (706) 796 -5040 Contract Value: $241,225.41 Project Name: Disc Golf Course Clubhouse Paving Owner: Columbia County Facility Services (706) 312 -7444 Engineer: None Contract Value: $16,307.70 Project Name: Second Street Lift Station Repairs Owner: Augusta Utilities Department (706) 312 -4132 Engineer: RTW Engineers (706) 828 -8886 Contract Value: $896,192.00 Project Name: Resurfacing Hephzibah McKean Road Owner: Augusta Engineering Department (706) 796 -5040 Engineer: Augusta Engineering Dept. (706) 796 -5040 Contract Value: $329,331.31 Project Name: Merrymont Emergency Roadway Repair Owner: Columbia County Engineering (706) 447 -7600 Engineer: Columbia County Engineering (706) 447 -7600 Contract Value: $64,229.80 Project Name: Fairington Subdivision 12" Water Main Owner: Augusta Utilities Department (706) 312 -4132 Engineer: Southern Partners, Inc. (706) 855 -6000 Contract Value: $322,381.36 Project Name: Bettys Branch Interceptor Sewer Owner: Columbia County Water & Sewerage Department (706) 863 -6928 Engineer: G. Ben Turnipseed Engineers (706) 863 -8800 Contract Value: $769,441.38 Project Name: Lincointon Sewer Improvements Owner: City of Lincointon, GA (706) 359 -3239 Engineer: G. Ben Turnipseed Engineers (706) 863 -8800 Contract Value: $172,833.26 • Project Name: 630 System — 36" DIP Water Main Owner: Augusta Utilities Department (706) 312A132 Engineer: Cranston Engineering Group (706) 722 -1588 Contract Value: $3,558,586.63 Should you have any questions or need any additional information, please do not hesitate to call me. � Sincerely, William R. Mutimer President • Blair Construction, Inc. • P.O. Box 770 Evans, Georgia 30809 Phone (706) 868 Fax (706) 868 -1855 I3IDDEIZS QUALIFICATION STATEMENT with Proposed Subcontractors /Suppliers In the early 1950's Blair L, Mutimer began the Augusta located company Blair Construction. In 1973 the business was incorporated in the State of Georgia as Blair Construction, inc. Blair Construction, Inc. has at some time performed grading, paving and underground utility construction for most every municipality within. a 40 to 50 mile radius of the City of Augusta. The majority of the work Nye perform is either for the City of Augusta or Columbia County. We have an outstanding and well - respected relationship with both these municipalities. Our company employs approximately 53 persons and has an average annual revenue of around 512,000,000. Approximately 80 percent of our work is large diameter underground utilities with the other 20 percent being earthwork and base & paving. Blair Construction, Inc. currently holds a "Certificate Of Qualification (9 2 BL 150)" from the Georgia Department of Transportation with a maximum capacity rating of 540,200,000. As established in past projects with the City of Augusta, we have both the experience and means to perform the subject project to which Nye are bidding. Below are qualified Subcontractors we propose to utilize for this project. • Country Boy Farms for Grassing & Silt Fence • Spectra - Shield Liner of Georgia for Manhole Coatings • ROW Clearing for Clearing & Grubbing Below are qualified Suppliers Nye propose to utilize for this project. • • Reeves Construction • HD Supply of Ferguson • Hanson Precast • USA Aggregates for asphalt & tack for sewer pipe, fittings & castings for precast structures for stone base & bedding Listed on the following page are recent projects of.'similar size and/or nature to which Blair Construction, Inc. has successfully completed. • 1. Rae's Creek Channel Improvements, Phase III City of Augusta, GA Contract Amount: $907,734.80 2. Butler Creek Interceptor Upgrade City of Augusta, GA Contract Amount: $5,400,889.36 3. Ridge Crossing Drainage Improvements Columbia County, GA Contract Amount: $950,067.70 4. Cummings Road Grading and Paving Aiken County, SC Contract Amount: $514,684.84 5. 36" High Service Water Line Columbia County, GA Contract Amount: $318,206.84 6. Highway 25 Wastewater Collection Improvements City of Augusta, GA Contract Amount: $1,096,770.33 7. Kissingbower Road Area Water and SeNver Improvements City of Augusta, GA Contract Amount: $1,633,317.92 8. Spirit Creel: Force Main City of Augusta, GA Contract Amount: $5,485,149.66 9. Olive Road Sanitary SeNver Improvements City of Augusta, GA Contract Amount: 91764,322.37 We appreciate the opportunity to submit our bid on this project and are sure our experience and qualifications will be acceptable. If any other information is needed, please feel free to contact us. Respectfully Submitted: William R. 1vlutimer, ]?resident 1 , .. _".1�� r!.r�.�'J ' / ?/�- "" ►^-r' STA'T'EMENT OT+ NON - DISCRIMINATION The undersigned understands that it is the policy of Augusta - Richmond County to promote full and equal business opportunity for all persons doing business with Augusta - Richmond County. The undersigned covenants that we have notdiscriminated, on the basis of race, religion, gender, national origin or ethnicity, with regard to prime contracting, subcontracting or partnering opportunities. The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable participation of local small businesses on the bid or contract awarded by Augusta - Richmond County. The undersigned further covenants that we have completed truthfully and fully the required forms regarding good faith efforts and local small business subcontractor /supplier utilization. The undersigned further covenants and agrees not to engage in discriminatory conduct of any type against local small businesses, in conformity with Augusta - Richmond County's Local Small Business Opportunity Program. Set forth below is the signature of an officer of the bidding/contracting entity with the authority to bind the entity. The undersigned acknowledge and warrant that this Company has been made aware of understands and agrees to take affirmative action to provide such companies with the maximum practicable opportunities to do business with this Company; That this promise of non - discrimination as made and set forth herein shall be continuing in nature and shall remain in full force and effect without interruption; That the promises of non - discrimination as made and set forth herein shall be and are hereby deemed to be rnade as part of and incorporated by reference into any contract or portion thereof which this Company may hereafter obtain and; That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination as made and set forth herein shall constitute a material breach of contract entitling the City of Augusta to declare the contract in default and to exercise any and all applicable rights remedies including but not limited to cancellation of the contract, termination of the contract, suspension and debarment from future contracting opportunities, and withholding and or forfeiture of compensation due and owing on a contract. PATRICK SCOTT DILLARD Signature of Attesting Party BUR E PUBLIC STATE OF GEORGIA My Commission Expires August 7, 2012 Title of Attesting Party Subscribed and sworn to before me this 13 >H day of �G �� '� , 20 -71' Notary Signature Notary Public NOTARY SEAL My commission expires: _I /Z This form MUST be submitted with bid package. NO Exception will be granted • • CONFLICT OF INTEREST: It shall be unethical for any City of Augusta business or participant directly or indirectly in a procurement contract when the employee or official knows that: (a) the employee or official or any member of the employee's or official's immediate family has a substantial interest or financial interest pertaining to the procurement contract, except that the purchase of goods and services from businesses which a member of the Commission or other City of Augusta employee has a financial interest is authorized as per O.C.G.A. 36 -1 -14, or the procurement contract is awarded pursuant to O.C.G_A. 45 -10 -22 and 45- 10 -24, or the transaction is excepted from said restrictions by O.C.G.A. 45- 10 -25; (b) Any other person, business, or organization with whom the employee or official of any member of an employee's or Official's immediate family is negotiating or has an arrangement concerning prospective employment is involved in the procurement contract. Any employee or official or any member of an employee's or official immediate family who holds a substantial interest or financial interest in a disclosed blind trust shall not be deemed to have a conflict of interest with regard to matters pertaining to that substantial interest or financial interest. 1, (vendor) G�-.� �_. /l�l ��J have read and understand the information contained in the bid specifications Vendor Name: Address 22 City & State G _._ .5 e_-- 90 7 Phone #: __ - / �f :;1 Fax # Signature: tam, -+�,t� V1�..,.,�1� hate: [aid Item Number and Name; /��Gv ��' G /S•�GJv�� `/5 -� j . �, El This form MUST be submitted with bid package. NO Excepfiorn(s) will be granted 0 BidIRFP /RFQ CONTRACTOR AFFIDAVIT AND AGREEMENT By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. 13- 10 -91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeiand Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99 -603], in accordance with the applicability provisions and deadlines established in O.C.G.A 13- 10 -91.. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with Augusta Richmond County Board of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with O.C.G.A 13 -10 -91 on the Subcontractor Affidavit provided in Rule 300- 10- 01 -.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta Richmond County Board of Commissioners at the time the subcontractor(s) is retained to perform such service. E- Verify * User Identification Number Company Name BY: Authorized Officer or Agent (Contractor Signature) Title `J of � Authorized Officer o Agent of Contractor Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF 200 r Notary Public My Commission Expires: Date: l.�l i. 4 1-3 Georgia Law requires your company to have an E- Verify`User Identification Number on or after July 1, 2009. For additional information: State of Georgia httQ::/iwv, dot state ga us /adf /rules /300 10 1. 29f htlos:// www v_ is- dhs_ /Emeloye �== NOTARY SEAL NOTARY PUBLIC BURKE COUNTY STATE of GEORGIA MUST BE RETURNED WITH YOUR SUBMITTAL aA3/�Eli�Wmission Expires August 7, 2012 • OCT-- i 3 -2009 TUE 08 44 M1 E,9X SERVER F f3X NO. 803 3415 5362 1'. 02 BidlR.FPIRFQI C y SUBCONTRACTOR AFFIDAvi By executing this affidavit, the undersigned subcontractor verifies Its compliance with O.C.G "A- 13 - 10 - 91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical parformance of services under a contract with l3 /.ice 4 : ./, l on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* (any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify Information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ((RCA), P.L. 99 -6031, in accordance with the applicability provisions and deadlines established in O. C� G. A 13- 10 -91. /5-3 �a sg E- Verify ` User Identification Number 0 Q) c. -AO. /i • Company Name (/ Date: /D�/31e �� BY: Authorized Officer or Agent (Contractor Signature) pi?Ztc r�U� ✓ ✓ Title of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an E4erlfy`User Identification Number on or after July 1, 2009. 4 /11 1. "CZ Printed Name of Authorized Officer or Agent For additional information: State of Geor(.08 SUBSCRIBED AND SWORN http dol state ga uslndf/r 10 1,pdf BEFOn ME ON THIS TH " https: //v wv.vls- dhs.com /Ernf)loyer lstration DAY OF � f ' 2-00A ulp nd u. Notary Public .., . M Y C O Ission`Ex tres- °.` •DJ r} NOTARY SEAL C MUST BE RETURNED WITH YOUR SUBMITTAL If there are no subcontracting opportunities, pleas® fill out the form (NIA, sign, date and notarize). kay. 6/2610 11 Oct X6.09 04:441 Cl Strickland 5:144962 P•'I SUBCONTRACTOR AFFIDAVIT C • By executing this affidavit, the undersigned sub con tractor verifies its compliance with D.C.G.A.13 -10 - 91, stating affirmatively that the individual, firm, orcorporation which is engaged in the physical performance of services under a contract with on behalf of Augusta Richmond County , Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of worst authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the .United States Department of Homeland Securitylo verify information of newiyhired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L_ 99 -6031, in accordance with the applicability provisions and deadlines established in C. C. G. A 13- 10 -91. E- Verity User Identification Number Comp Name B Authorized cer or Agent (Contractor Signature) Title of orized Officer or Agent of ont actor Printed {dame of Authorized Officer or Agent DL O 1 Date: �C?� SUBSCRIBED AND SWORN 13EFORE ME ON THIS THE AY OF ( �1�_ 200 C( o P lic My.Commission Expir . _ taffy fi u o (3urke�Cou�i . fiear a Georgia Law requires your company to have an E- VerWUser identification Number on or after July 1; 2009. For additional information: State of Georgia htto• / /vvvnn+ dol state ga uslpdfirules /300 10 'J .pdf https : //w w✓ yis -dhs com /C- mployerRtgistration NOTARY SEAL MUST BE RETURNED WITH YOUR SUBMITTAL If there are no subcontracting opportunities, please fill out the form (N /A, sign, date and notarize). Rev. 8126/09 • 0 tJ F I 3 r cn.4 i dCfi v C t, D. -ac. �_'�'- i:l':� ` ;� l ±la.r (fnsi!uit10n ii`c. ! iI I. SUBCONTRACTOR AFI (DAVIT By executing this affidavit, the undersigned .suboontractorverifes its compliance with O.C.G.A• 13- 10 -91, stating affirmatively that the individual, firm, or corporatio which is engaged in the physical performance of seirVices under e contract with _' /�-. �+rt3�rvr� on behalf of Augusta Richmond County Board of Commissioners has registered with and Is participatinq in a federal work authorization program* (any of the electronic varincation of work authorization programs operated by the United States Departmont of Homeland Stouriiy or any equivalent federal work authorization program oparatad by the United States Depari vent of Homeland Saourtly to verify inform, ation of newly hired e mplvyees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.I.._ 99 - 6031, in accordance with the applicability provisions and deadlines established In 0. C. C. A 13- 10 -91. — :�2$3� E- Verify 'User (I dentification Numb Company Nan1� 8Y: Authorize Offtcer or Agent (Gantrnr_tor Si�naturc�) Title of /authorized dffTcor or Agent of contractor Printsd me of AL6boriz_M Offir,-ror Agent W SUBSCRIBED AND SWORN SEFOR �E ON THIS THE DAY OF�'� ° Notary Publly I ly C01))rilission ExOires: Georgia Low requires your cornpanyto t1Qve all E U&ar Idantiflc &tlon Numbcr on or after July t, 2009. For dditional intonation: Stst6 of Georgia fib' a I/&M(.doi. jt(n11 /300 10 d v .vis -di comtErrtralo er ,N — ARY St~AL • PATRICK SCOTT DILLARD NOTARY PUBLIC BURKE COUNTY STATE OF GEORGIA My Commission Expires August 7, 2012 MUST BE RETURNED WITH YOUR SUBIVSiTTAL if there are no subcontracting opportunities, please fill ou^ the form (N /A, sign date and notarlre). G OT 173 G G A In accordance with the Laws of Georgia, the follovring affidavit is required by all vendors NON- COLLUSION AFFIDAVIT OF BIDDER/OFFEROR certify that this bid or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. l agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that p rsuant to O.C_G.A. Section 36-91-21 (d) and (e), has not, by itself or with others, directly or indirectly, prevented or attempted to prevent co petition in such bidding or proposals by any means whatsoever. Affiant further states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. Afflant further states that the said offer of 0�;- � is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or if furnished to any other bidder, that the material shall be at a higher price. Signature of Attesting Party Title of Attesting Party Sworn to and subscribed before me this �3 _ day of C 200. Notary Signature Notary Public: County, Commission Expires: /Z— NOTARY SEAL Failure to properly execute the above affidavit must be considered grounds for rejecting vendor submittal PATRICK SCOTT DILL ]2012 NOTARY PUBLIC BURKE COUNTY STATE OF GEORGIA My Commission Expires August `' ;; OCT- 13 --2009 TUE 09:09 Aid I�AX SERVER FAX NO, B03 3Q5 5362 P. OI ,� In accordance with the Laws of Georgla, the fallowing affidavit is required by all vendors NON - COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, 1 I �� certify that this bird or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without Collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder, Af ii nt further states that pursuant to O,C,C.A. Section 36-91-21'(d) and (o), � D W C_ f Q C , i _ L ("'_, _______ has not, by Itself or with others, directly or indirectly, prevented or attempted Wprevent competition in such bidding or proposals by any means whatsoever. Affiantfurther states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work, 0 Affiant further states that the said offer of 4 - DW Cka vl'r L UC. is bona fide, and that no one has gone to any supplier and attempted to get such person or comps to furnish the materials to the bidder only, or if furnAshed to any other bidder, that the material shall be at a higher price. Signature of Attesting Party nha fifleV Attesting Party Sworn to and subscribed before me this day of , 200 q IJ Notary Signature Notary Public: U�n�1�'e �. c it Igo County: ; O'A - migsT '6a git•es: SIO C I NOTARY.SFAL ~lho above affidavit must be considered grounds for rejecting vendor submittals J W praparly�execute , f s*JT acting opportunities, please fill out the form (write WA, sign, date and notarize). y . flu C. o un r�- BCiy f I' i �iX i`tc �. 1 �,,?1:' : `.. +`..!�.',`.3 .4 =C. %i!43�) i!1.5: .G'i'.I i t'" JC lL 2(�1 +7 5;12 al IS!t rGri >l( Ct1DI • In acuordanco with the taws or Georgis, the feu 6Wng Amdavit ig rmquirad by all vandors NON AFFIDAVIT dF SUBCONTRACTOR 1, ,� /%, % - certify that this bid or proposal is made without prior understanding, agresm t or connect! with any corporation, firm or person submiUing a bid far the same worfc, labor or i}ervica to be done or the suppllc -s, materials or equipment to be furnished and Is in ell respects fair and without collusion or fraud. I understand collusive bidding Is a violation of state and federal law and can result in fines, prison sentences and civil damages awards, i agroe to abide by all conditions of this bid or proposal and oerti U)st l am - riothorizmd to sign this bid or proposal for the bidder. Affant further states that pursuant to O,G.G.A, Section 36 - 21 (d) and (e), 0- r _ _ _ haG not, I?y Itself or with others., direatiy or indirectly, prev ted to competition in such bidding or proposals by any means whatsoever, Atfiantit trther states that (a)he Nas not prevented or a0deavored to prevent anyone from making a bid or offer on the projwt bYanY means whatever, not has Affiant caused or Induced another to withdraw a bid or offer for the work, Aftlflnt further states that the eeld offer of is bona fide, and that no one has gone to any supplier and attampted to get svoh pers or c pany to furnliah the materials to the bidder only, or it furnished to any other bidder, that the material shall be at a higher price. &�_� Signature of A sing Party Title of Aftsting Warty /�` Sworn to and subscribed before me this _ _ day of / cz— Notary Sign .hire DILtARD BLIC Notary Pvbllc: '�� c' U � ��. S � `4 =SCOTT UNTY ORGSA County:..._ � ��� . �� –.... s August 7, 2012 Commission Expirsrs: NOTARY SEAL j ll . .. \ �,0 Failure to properly rxxecute the above affidavit must be cornsloered s' d ; p -q it ' -ewf r Qubmitlals If there are no subcontracting opportunities, pioasa flil out the folb-(.wr a NIA, sigS�, ct 3nd notarize). ���'� ' L��' 'cr • I 1 d C9 0 a zz �-j CL 0. d O cn w z J Ll. Q C' d O O Q � L D z 0 0 U U ca o� i� Q F- .o Q 47 L b N N N .II Q 0 Q. 0 d Ly N C. .1 S �RR S U� a+ C) C u V A V W 4 a E 0 z co U r CL a X h d A oz C � CL E o U ct� C ls3 +�+ N 'Lf � c T� az � Q° w' LL U N � Q.� .Q 4X5 co � U EO � o N � w Q o� �C� o � 0U C y U ,O .L! 7 � Qa a cis p w Y.. w [ U m 0. A > �� �� `t��► �M oxo m� o -j u L � CL N K uj N m M N WO.. O Q x Z a _ \ w o �V l IL a� a� ri 1 � V >, -a CL r v T N y V e, �p v U o S �RR S U� a+ C) C u V A V W 4 a E 0 z co U r CL a X h d A oz C � CL E o U ct� C ls3 +�+ N 'Lf � c T� az � Q° w' LL U N � Q.� .Q 4X5 co � U EO � o N � w Q o� �C� o � 0U C y U ,O .L! 7 � Qa a cis p w Y.. S &P Project No. G124 -0 8-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 SECTION 00130 - NOTICE OF AWARD TO: PROJECT DESCRIPTION: FORT GORDON PRIVATIZATION EISENHOWER HOSPITAL AREA GRAVITY SEWER SYSTEM AUD PROJECT NO. ICU -0069 AUGUSTA, GEORGIA The Owner has considered the Bid submitted by you for the above described WORK in response to its Advertisement for Bids dated , 20 and Information for Bidders. You are hereby notified that you BID has been accepted for items in the amount of You have agreed in your Proposal to execute the Agreement and furnish the required Contractor's Performance and Payment Bond within ten (10) calendar days from the date of this Notice to you'. It you fail tom execute said Agreement and furnish said Bonds within ten (10) days from the date of i this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER'S acceptance of your Bid as abandoned and as forfeiture of your Bid Bond. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the Owner. Dated this day of , 20 Acceptance of Notice Receipt of the above Notice of Acceptance of the Bid Proposal is hereby acknowledged on this day of , 20 Title C7 NOTICE OF AWARD 00130 -1 S &P Project No. G124-08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utif'rties Project No. ICU -0069 6 SECTION 00135 -AGREEMENT THIS AGREEMENT, made on the day of , 20 , by and between AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA COMMISSION, party of the first part, hereinafter called the OWNER, and party of the second part, hereinafter called the CONTRACTOR. WITNESSETH: that the Contractor and the Owner, for the considerations hereinafter named, agree as follows: ARTICLE I - SCOPE OF WORK: The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans and described in the specifications for the project entitled: Fort Gordon Privatization Eisenhower Hospital Area Gravity Sewer System AUD Project No. ICU -0069 Augusta, Georgia_ and in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions hereto attached, which are hereby made a part of this agreement. ARTICLE 11- TIME OF COMPLETION - LIQUIDATED DAMAGES: The work to be performed under this Contract shall be commenced within 10 calendar days after the date of written notice by the Owner or the Contractor to proceed. All work shall be completed within 180 calendar days with all such .extensions of time as are provided for in the General Conditions. it is hereby understood and mutually agreed, by and between the Contractor and the Owner, that the date of beginning, rate of progress and the time for completion of the work to be done hereunder are ESSENTIAL CONDITIONS of this contract. Contractor agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will ensure full completion thereof within the time specified. It is expressly understood and agreed by and between the Contractor and the Owner, that the time for completion of the work described herein is a reasonable time for completion of the same, taking into consideration the average climatic range and construction conditions prevailing in this locality. IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE THE WORK WITHIN THE TIME HEREIN SPECIFIED, then the Contractor does hereby agree, as a part of the consideration for the awarding of this contract, to pay the Owner the sum of Five Hundred Dollars ($ 500.00), not as a penalty, but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day that the Contractor shalt be in default after the time stipulated in the Contract for completing the work. AGREEMENT 00135 -1 S&P Project No. G124 -0 8-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 • The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would, in' such event, sustain, and said amounts shall be retained from time to time by the Owner from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this Contract and the specifications wherein a definite portion and certain length of time is fixed for the additional time is allowed for the completion of any work, the new time limit fixed by extension shall be the essence of this contract. ARTICLE III - PAYMENT: (A) The Contract Sum The Owner shall pay to the contractor for the performance of the Contract the amount as stated in the Proposal and Schedule of Items. No variations shall be made in the amount except as set forth in the specifications attached hereto. (B) Progress Payment On no later than the fifth day of every month, the Contractor shall submit to the Owner's Engineer an estimate covering the percentage of the total amount of the Contract which has been completed from the start of the job up to and including the last working day of the preceding month, together with such supporting evidence as may be required by the Owner and /or the Engineer. This estimate shall include only the quantities in place and at the unit prices as set forth in the Bid Schedule. On the vendor run following approval of the invoice for payment, the Owner shall after deducting previous payments made, pay to the Contractor 90% of the amount of the estimate on units accepted in place. The 10% retained percentage may be held by the Owner until the final completion and acceptance of all work under the Contract. ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT: (A) Upon receipt of written notice that the work is ready for final inspection acceptance, the Engineer shall within 10 days made such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed, he will promptly issue a final certificate, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the Owner within 15 days after the date of said final certificate. (B) Before final payment is due, the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, • except that in case of disputed indebtedness of liens of evidence of payment of all such AGREEMENT 00135 -2 S &P Project No. G124 -OMI Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (C) The making and acceptance of the final payment shall constitute a waiver of all claims by the Owner, other than those arising from unsettled liens, from faulty work appearing within 12 months after final payment, from requirements of the specifications, or from manufacturer's guarantees. It shall also constitute a waiver of all claims by the Contractor except those previously made and still unsettled. (D) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer, so certifies, the Owner shall upon certification of the Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Each payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3) counterparts, each of which shall be deemed an original, in the year and day first mentioned above. • (SEAL) Witness AGREEMENT AUGUSTA, GEORGIA B T ,lChl As its Mayor qhtlty CONTRACTOR:�;r / �' By: xv As its '1 Address. ®_ 6,x 2� c> PERFORMANCE BOND Conforms with The American Institute of Architects A.I.A. document No. A -311 Bond No. 586 72154 KNOW ALL BY THESE PRESENTS: that Blair Construction, Inc., PO Box 770, Evans, Georgia 30809 (Here insert full name and address or legal title of Contractor) as Principal, hereinafter called Contractor, and, Western Surety Company, CNA Plaza, Chicaqo, Illinois 60685 (Here insert full name and address or legal title of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto Augusta - Richmond County Commission, 530 Greene St., Room 605, Augusta, Georgia 30911 (Here insert full name and address or legal title of Owner) as Obligee, hereinafter called Owner, in the amount of Seven Hundred Seventy One Thousand Three Hundred Seventy Eight and 13/ 100------------------------------------------- - - - - -- Dollars ($ 771,378.13 ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated , , entered into a contract with Owner for Fort Gordon Privatization - Eisenhower Hospital Area Gravity Sewer - AUD Project No. ICU -0069 (Here insert full name, address and description of project) in accordance with Drawings and Specifications prepared by Stevenson & Palmer Engineering, Inc., 723 Industrial Park Drive Suite 2, Evans, GA 30809 (Here insert full name and address or legal title of Architect) contract is by reference made a part hereof, and is hereinafter referred to as the Contract. S- 1219 /GEEF 10/99 Page 1 of 2 PERFORMANCE BOND 586 72154 THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said tract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly 1) Complete the Contract in accordance with its terms and conditions, or 2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the r� U Signed and sealed this day of f contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. /, �/,; /-, (Witness) Z 1-/p Blair Construction, Inc., PO Box 7 Evans, Georgia 30809 _ (S,al) (Pi ricipal) s (Title) Western Surety Company, CNA Plaza, Chicago, Illinois 60685 (Witness) r� U (Surety) If r Buck Leigh, Attorney-in- t (Title) S- 1219 /GEEF 10/99 Page 2 of 2 LABOR AND MATERIAL PAYMENT BOND Bond No. 586 72154 Conforms with The American Institute of Architects A.I.A. Document No. A -311 THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT KNOW ALL BY THESE PRESENTS: that Blair Construction, Inc., PO Box 770, Evans, Georgia 30809 (Here insert full name and address or legal title of Contractor) as Principal, hereinafter called Principal, and, Western Surety Company, CNA Plaza, Chicaqo, Illinois 60685 (Here insert full name and address or legal title of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto Augusta- Richmond County Commission, 530 Greene St., Room 605, Augusta, GA 30911 (Here insert full name and address or legal title of Owner) as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Seven Hundred Seventy One Thousand Three Hundred Seventy Eight and 13/100 -------------- Dollars ($ 771,378.13 ). for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated , 2010 , entered into a contract with Owner for Fort Gordon Privatization - Eisenhower Hospital Area Gravity Sewer - AUD Project - No. ICU -0069 (Here insert full name, address and description of project) in accordance with Drawings and Specifications prepared by Stevenson & Palmer Engineering, Inc., 723 Industrial Park Drive Suite 2, Evans, GA 30809 (Here insert full name and address or legal title of Architect) contract is by reference made a part hereof, and is hereinafter referred to as the Contract. S- 1220 /GEEF 10/99 Page 1 of 2 LABOR AND MATERIAL PAYMENT BOND 586 72154 OW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter Zed, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall ain in full force and effect, subject, however, to the following conditions: A claimant is defined as one having a direct contract with the Principal or with a Subcontractor of the Principal for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. 2. The above named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any claimant: a) Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following: the cipal, the Owner, or the Surety above named, within ninety (90) days such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. b) After the expiration of one (1) year following the date on which Principal ceased Work on said Contract, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. Signed and sealed this day of 7 - 1 _ � (Witness) Blair Construction, Inc., PO Box' 0, Evans, Georgia 30809 (Seal) (Principal) (Title) Western Surety Company, CNA Plaza, Chicago, Illinois 60685 (Seal) (Witness) (Surety) Buck Leigh, Attorney in (Title) S- 1220 /GEEF 10/99 Page 2 of 2 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT • Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Thomas M Alhus, Buck Leigh, Individually of Columbia, SC, its true and lawful Attomey(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 8th day of January, 2010. Sua WESTERN SURETY COMPANY P c Ogg EWE4 1^ X \SEA�.� �rM DPM� Paul VFBruflat, Senior Vice President State of South Dakota 1 J j ss County of Minnehaha On this 8th day of January, 2010, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires + X D. KRELL f N 30, 2012 i SEAL NOTARY PUBLIC FAS r SOUTH DAKOTA r �tibtiti SS4ti titi titibvti44 Y4titititi + I&a k4-4qjj D. Krell, NM -y Public CERTIFICATE • I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 7p,/, day of Form F4280 -09 -06 ?mot..... WESTERN SURETY COMPANY W .foPPOgq � y` 1 z 6r. L. Nelson, Assistant Secretary S&P Project No. G124-0"2 Main Interceptor Upgrade Replacement Phase [[ Augusta Utilities Project No. 00007 6 SECTION 00155 - NOTICE TO PROCEED TO: Date: Project: Fort Gordon Privatization Eisenhower Hospital Area Gravity Sewer System AUD Project No. ICU -0069 Augusta, Georgia You are hereby notified to commence work in accordance with the Agreement dated 20 , within ten (10) calendar days following this date, the date first written above, and you are to complete the work within One Hundred and Eighty (180) consecutive calendar days after the date of this notice. The date set for completion of all work is therefore .20 Acceptance of Notice Receipt of the above Notice to Proceed is hereby acknowledged and the same is hereby accepted on this day Of _ - . 20 IN I itle: NOTICE TO PROCEED Title: 00155 -1 • • • ACORD� CERTIFICATE OF LIABILITY INSURANCE DaTE(MMtoorryyY) 10/13/2009 PRODUCER (770)246 -8300 FAX (770)246 -8301 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Sutter, McLell &Gil breath, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1424 North Brown Road ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 300 La wrenceville, GA 3 0043 -8107 INSURERS AFF ORDING COVERA — NAIC # INSURED Blair Construction, Inc. and – Evans Grading - itNS N ational Trust Insurance a L & Paving, LLC and Southern Asphalt, LLC ! INSURERS: FCCI Insuran P. 0. Box 770 INSURERc: Hanover Ins Co. I — Evans, GA 30809 INSURER O: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. — INSR �qDO' - — T POLIbY EFFECTIVE POLICY EXPIRATTON 11 LTR INSR TYPE OF INSURANCE I POLICY NUMBER DATE IMM10DlYYYY DATE MMIOOIYYYY I LIMITS GENERAL LIABILITY CPP0004476 02/14/2009 02/14/2010 I EACHOCCURRENCE I s 1,000,00 X COMMERCIAL GEtaERAL I.IABII.ITY OTJ7TiGE76RENTE PR ( occun dnce _ _S 1 00,00 C _ ------ CLAIMS MApE X OCCUR (MED EXP (Any one person) 5 -_ - 5 - A I PERSONAL 8 AOV INJURY S -- . ,000,00 - X Expl o sion exc I GENERALAGGR _� S 2,000, 1 GENT. AGGREGATE LIMIT APPLIES PER: I PRODUCTS _COMPIOP AGG S 2 , 000 , 00 0 " -T- POLICY X� JC(: I LOC I I AUTOMOBILE LIABILITY CA 0005458 02/14/2009 � 02/14/2010 COMBINED - E LIMIT S X� ANY AUTO (Ea accident) 000 00 _ 1 ,000, 00 0 ALL OVMf:D AUTOS LY INJURY BODIperson) S i (Pe: •---- -- - - - - -- A SCHEDULED AUTOS I _.__._ —.._— -- X HIRED AUTOS BODILY INJURY S - ---- X NON -0OWN AUTOS � (Per acodent) - - - -- - -- PROPERTY DAMAGE S i (Per acodent) GARAGE LIAGILITY I AUTO ON LY - EA ACCIDENT S A —� OTHER THAN EA ACC S ANY AUTO S - AUTO ONLY: AGG f EXCESS I UMBRELLA LIABILITY UMB0002841 02/14/2009 02/14/2010 EACHOCCURR`N S 5_,0 AGGREGATE S 5, OCCUR r CLAIMS MADE L.__ - - S B S --- - - -_ -. S H DEDUCTIBLE X 5 1(),000 WORKERS COMPENSATION 010 - WCOBA - 54981 02/14/2009 02/14/2010 X TORY_INAITS E� _ AND EMPLOYERS' LIABILITY y N • ANY PROPRIETOR /PARTNER/EXECUTIVE - OFFICERS INCLUDED ` _l E.L_EACHACCIDE _ - - - S - 1 A OFFICER/MEMBER EXCLHDicD'� � I L.L. DIJEAJI_ - EA C� +PLV i C 'i 1 , V (� v A n , t /� V V (Mandatory in NH) � IF es, describe under I I I ( E.L. DISEASE -POLICY LI MIT _V S 1 SPECIAL PROVISIONS below j OTHER I IHA4999540 02/14/2009 1 02/14/2010 ( $310,000 any one ite)n Leased & Rented { I $500,000 policy limit C quipment DESCRIPTION OF OPERATIONS I LOCATIONS i VEHICLES t EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS roj: Proj #: ICU -0069 Fort Gordon Eisenhower Hospital Area Gravity Sewer Ssytem rlt.H 1 C r1 Augusta GA Commission Room 605, Municipal Building August, GA 30911 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 _ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Mark Jaynes CSP /LINDAM n i4ua_ , )nnq aroRn CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD r1 LJ IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does riot constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. • • I_TOiTZIML M GENERAL CONDITIONS ARTICLE 1— DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated, which are applicable to both the singular and plural thereof: Addenda- Any changes, revisions or clarifications of the Contract Documents which have been duly issued by OWNER to prospective Bidders prior to the time of opening of Bids. Agreement -The written agreement between OWN ER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Application for Payment -The form accepted by PROFESSIONAL which is to be used by CONTRACTOR in requesting progress or final payments and which is to include such supporting documentation as is required by the Contract Documents. Bid -The offer or proposal of the bidder submitted on the prescribed form setting forth the price(s) for the Work to be performed. Bonds -Bid, performance and payment bonds and other instruments of security furnished by CONTRACTOR and its Surety in accordance with the Contract Documents. Change Order- A document recommended by PROFESSIONAL, which is signed by CONTRACTOR and OWNER, and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement_ Contract Documents -The Agreement: Addenda (which pertain to the Contract Documents); CONTRACTOR's Bid (including documentation accompanying the Bid and any post -Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement; the Bonds; these General Conditions; the Supplementary Conditions; the Plans, Specifications and the Drawings as the same are more specifically identified in the Agreement; Certificates of Insurance; Notice of Award; and Change Order duly delivered after execution of Contract together with all amendments, modifications and supplements issued pursuant to paragraphs 3.3 and 3.5 or after the Effective Date of the Agreement. 10 ' Contract Price -The moneys payable by OWNER to CONTRACTOR under the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). Contract Time -The number of days (computed as provided in paragraph 17.2.1) or the date stated in the Agreement for the completion of the Work. CONTRACTOR- The person, firm or corporation with whom OWNER has entered into the Agreement. COUNTY- Richmond County, Georgia, orAugusta, Georgia, political subdivisions of the State of Georgia, the Augusta- Richmond County Commission, and its authorized designees, agents, or employees. Day- Either a working day or calendar day as specified in the bid documents. If a calendar day should fall on a legal holiday, that day will be omitted from the computation. Legal Holidays: New Year's Day, Martin Luther King Day, Memorial Day, 4th of July, Labor Day, Veterans Day, Thanksgiving Day and the following Friday, and Christmas Day. Defective -An adjective which, when modifying the word Work, refers to Work that is unsatisfactory, faulty or GC -1 Page 1 of 52 Re ieioit Date Assq—t 2001 GENERAL CONDITIONS ARTICLE 1— DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated, which are applicable to both the singular and plural thereof: Addenda- Any changes, revisions or clarifications of the Contract Documents which have been duly issued by OWNER to prospective Bidders prior to the time of opening of Bids. Agreement -The written agreement between OWN ER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Application for Payment -The form accepted by PROFESSIONAL which is to be used by CONTRACTOR in requesting progress or final payments and which is to include such supporting documentation as is required by the Contract Documents. Bid -The offer or proposal of the bidder submitted on the prescribed form setting forth the price(s) for the Work to be performed. Bonds -Bid, performance and payment bonds and other instruments of security furnished by CONTRACTOR and its Surety in accordance with the Contract Documents. Change Order- A document recommended by PROFESSIONAL, which is signed by CONTRACTOR and OWNER, and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement_ Contract Documents -The Agreement: Addenda (which pertain to the Contract Documents); CONTRACTOR's Bid (including documentation accompanying the Bid and any post -Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement; the Bonds; these General Conditions; the Supplementary Conditions; the Plans, Specifications and the Drawings as the same are more specifically identified in the Agreement; Certificates of Insurance; Notice of Award; and Change Order duly delivered after execution of Contract together with all amendments, modifications and supplements issued pursuant to paragraphs 3.3 and 3.5 or after the Effective Date of the Agreement. 10 ' Contract Price -The moneys payable by OWNER to CONTRACTOR under the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). Contract Time -The number of days (computed as provided in paragraph 17.2.1) or the date stated in the Agreement for the completion of the Work. CONTRACTOR- The person, firm or corporation with whom OWNER has entered into the Agreement. COUNTY- Richmond County, Georgia, orAugusta, Georgia, political subdivisions of the State of Georgia, the Augusta- Richmond County Commission, and its authorized designees, agents, or employees. Day- Either a working day or calendar day as specified in the bid documents. If a calendar day should fall on a legal holiday, that day will be omitted from the computation. Legal Holidays: New Year's Day, Martin Luther King Day, Memorial Day, 4th of July, Labor Day, Veterans Day, Thanksgiving Day and the following Friday, and Christmas Day. Defective -An adjective which, when modifying the word Work, refers to Work that is unsatisfactory, faulty or GC -1 Page 1 of 52 ..., Revision Date August 2001 by or for CONTRACTOR to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a Supplier and submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. Specifications -Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. Subcontractor- An individual, firm or corporation having a direct contract with CONTRACTOR or with any other SUBCONTRACTOR for the performance of a part of the Work at the site. Substantial Completion -The Work (or a specified part thereof) has progressed to the point where, in the opinion of PROFESSIONAL as evidenced by PROFESSIONAL's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be used for the purposes for which it is intended, or if there be no such certificate issued, when final payment is due in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as applied to any Work refer to Substantial Completion thereof. Supplementary Conditions- The part of the Contract Documents which amends or supplements these General Conditions, Supplier- A manufacturer, fabricator, supplier, distributor, materialman or vendor. Underground Facilities -All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasement containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems, or water. Unit Price Work- Work to be paid for on the basis of unit prices. Work -The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction, and furnishing documents, all as required by the Contract Documents. Work Change Directive -A written directive to CONTRACTOR, issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by PROFESSIONAL, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.22. A Work Change Directive may not change the Contract Price or the Contract Time but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time as provided in Article 10. Written Amendment -A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non - engineering or non - technical rather than strictly Work- related aspects of the Contract Documents. GC -3 Page 3 of 52 10 1 1 ; Revision Date August 2001 2.7. Before any Work at the site is started, CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions, an original policy or certified copies of each insurance policy (and other evidence of insurance which OWNER may reasonably request) which CONTRACTOR is required to purchase and maintain in accordance with Article 5. Pre - construction Conference: 2.8. Before any Work at the site is started, a conference attended by CONTRACTOR, OWNER, PROFESSIONAL and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in 2.6 as well as procedures for handling Shop Drawings and other submittals, processing applications for payment and maintaining required records. Finalizing Schedules: 2.9. At least ten days before submission of the first Application for Payment, a conference attended by CONTRACTOR, PROFESSIONAL and OWNER and others as appropriate will be held to finalize the schedules submitted in accordance with paragraph 2.6. CONTRACTOR shall have an additional ten (10) calendar days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules are submitted and acceptable to OWNER and PROFESSIONAL as provided below. The finalized progress schedule will be acceptable to OWNER and PROFESSIONAL as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Time, but such acceptance will neither impose on PROFESSIONAL responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from full responsibility therefor. The finalized schedule of Shop Drawing submissions and Sample submissions will be acceptable to PROFESSIONAL as providing a workable arrangement for reviewing and processing the submissions. CONTRACTOR's schedule of values shall be approved by PROFESSIONAL as to form and substance. CONTRACTOR, in addition to preparing an initially acceptable schedule, shall be responsible for maintaining the schedule, including updating schedule. Schedule updates shall include progression of work as compared to scheduled progress on work. Schedule updates shall accompany each pay request. GC -5 Page 5 of 52 I W Revision Date August 2001 As indicated in paragraphs 11.2 and 12.1, Contract Price and Contract Time may only be changed by a Change Order or a Written Amendment. 3.7. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized in one or more of the following ways: 3.7.1. a Field Order (pursuant to paragraph 9.5). 3.7.2. PROFESSIONAL's approval of a Shop Drawing or sample (pursuant to paragraphs 6.24 and 6.26), or 3.7.3. PROFESSIONAL's written interpretation or clarification (pursuant to paragraph 9.4). Reuse of documents: 3.8. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a director indirect contract with OWNER shall have or acquire any title to or OWNERSHIP rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of PROFESSIONAL or PROFESSIONAL's consultant; and they shall not reuse such Drawings, Specifications or other documents (or copies of any thereof) on extensions of the Project or any other project without written consent of OWNER and PROFESSIONAL and specific written verification or adaptation by PROFESSIONAL. GC -7 Page 7 of 52 • performed after direction is provided by the PROFESSIONAL. Physical Conditions- Underground Facilities: Reviai= Date Aaguat 2001 4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or PROFESSIONAL by OWN ER'S of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 4.3.1.1. OWNER and PROFESSIONAL shall not be responsible for the accuracy or completeness of any such information or data; and 4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall have full responsibility for reviewing and checking all such information and data for locating all Underground Facilities shown or indicated in the Contract Documents, for coordination of the Work with the OWNER'S of such Underground Facilities during construction, for the safety and protection thereof as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work, the cost of all of which will be considered as having been included in the Contract Price. 4.3.2. Not Shown orindicated. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of, CONTRACTOR shall, promptly after becoming aware thereof and before performing any Work affected thereby except in an emergency as permitted by paragraph 6.22, identify the OWNER of such Underground Facility and give written notice thereof to that OWNER and to OWNER and PROFESSIONAL. PROFESSIONAL will promptly review the Underground Facility to determine the extent to which the Contract Documents should be modified to reflect and document the consequences of the existence of the Underground Facility, and the Contract Documents will be amended or supplemented to the extent necessary. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of. If the parties are unable to agree as to the amount or length thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. Reference Points: 4.4. OWNER shall provide Engineering surveys to establish reference points for construction which in PROFESSIONAL's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work (unless otherwise specified in the General Requirements), shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to PROFESSIONAL whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. 0 1 GC -9 Page 9 of 52 • ARTICLE 5 -BONDS AND INSURANCE Performance and Other Bonds: ReViSiO Date August 2001 5. 1. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal to the Contract Price as Security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as otherwise provided by Law or Regulation or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds, and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. Licensed Sureties and Insurers; Certificates of Insurance 0.1 5.2.1 All bonds and insurance required by the Contract Documents to be purchased and maintained by CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Georgia to issue bonds or insurance policies for the limits and coverages so required. All bonds signed by an agent must be accompanied by a certified copy of authority to act. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.2.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in 5.3, an original or a certified copy of the complete insurance policy for each policy required, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with 5.3. 5.2.3. If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5. 1, CONTRACTOR shall within five days thereafter substitute another Bond and Surety, both of which must be acceptable to OWNER, CONTRACTOR's Liability Insurance: 5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance and furnishing of the Work and CONTRACTOR's other obligations underthe Contract Documents, whether it is to be performed or furnished by CONTRACTOR, by any Subcontractor, by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable: 5.3.1. Claims under workers' or workmen's compensation, disability benefits and other similar employee benefit acts; 5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; GC -11 • Page 11 of 52 �...... Revision Gate 1 Avgvst 2001 Conditions, and shall include damages, losses and expenses arising out of or resulting from any insured loss or incurred in the repair or replacement of any insured property (including but not limited to fees and charges of PROFESSIONALs,.architects, attorneys and other PROFESSIONALs). If not covered under the "all risk" insurance or otherwise provided in the Supplementary Conditions, CONTRACTOR shall purchase and maintain similar property insurance on portions of the Work stored on and off the site or in transit when such portions of the Work are to be included in an Application for Payment. 5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL AND PROFESSIONAL's consultants in the Work, all of whom shall be listed as insured or additional insured parties. 5.8. All the policies of insurance (or the certificates or other 'evidence thereof) required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least thirty days prior written notice has been given to CONTRACTOR by certified mail and will contain waiver provisions in accordance with paragraph of 5.11.2. 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the Interests of CONTRACTOR, Subcontractors or others in the Work to the extent of any deductible amounts that are provided in the Supplementary Conditions. The risk of loss within the deductible amount will be bome by CONTRACTOR, Subcontractor or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. 5.10. If CONTRACTOR requests in writing that other special insurance be included in the property insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment Prior to commencement of the Work at the site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. Waiver of Rights_ 5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and damages caused by any of the perils covered by the policies of insurance provided in response to paragraphs 5.6 and 5.7 and other property insurance applicable to the Work, and also waive all such rights against the Subcontractors, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds in such policies for losses and damages so caused_ As required by paragraph 6.11, each subcontract between CONTRACTOR and a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of OWNER, CONTRACTOR, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the proceeds of insurance held by OWNER as trustee or otherwise payable under any policy so issued, 5.11.2. OWNER and CONTRACTOR intend that policies provided in response to paragraphs 5.6 and 5.7 shall protect all of the parties insured and provide primary coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insureds or additional insureds, and if the insurers require separate waiver forms to be signed by PROFESSIONAL or PROFESSIONAL's consultant, OWNER will obtain the same, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same. . GC -13 Page 13 of 52 I W� R—isi— Date August 3001 including attorneys' fees, arising out of or resulting from the performance of its Work, provided that any such liability, claim, suit, demand, damage, loss, or expense (a) is attributable to bodily injury, sickness, disease or death, or injury to or destruction of tangible property, including the loss of use resulting therefrom and (b) is caused in whole or in part by an act or omission of CONTRACTOR, any Subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, whether or not it is caused in whole or in part by the negligence or other fault of a party indemnified hereunder. 5.16.2. In any and all claims against OWNER or any of its agents or employees by any employee of CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall not be limited in any way as to the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any SUBCONTRACTOR under workmen's compensation acts, disability benefit acts, or other employee benefit acts. 5.16.3. CONTRACTOR shall indemnify and hold harmless OWNER and anyone directly or indirectly employed by it from and against all claims, suits, demands, damages, losses expenses (including attorneys' fees) arising out of any infringement on patent or copyrights held by others and shall defend all such claims in connection with any alleged infringement of such rights. GC -15 Page 15 of 52 • Revision Date Angost 2001 Substitutes or "Or- Equal" Items: r • 6.7.1. Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other Suppliers may be accepted by PROFESSIONAL if sufficient information is submitted by CONTRACTOR to allow PROFESSIONAL to determine that the material or equipment proposed is equivalent or equal to that named. The procedure for review by PROFESSIONAL will include the following as supplemented in the General Requirements. Requests for review of substitute items of material and equipment will not be accepted by PROFESSIONAL from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall make written application to PROFESSIONAL for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application will state that the evaluation and acceptance of the proposed substitute will not prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which shall be considered by PROFESSIONAL. In evaluating the proposed substitute, PROFESSIONAL may require CONTRACTOR to furnish, at CONTRACTOR's expense, additional data about the proposed substitute. 6.7.2. If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to PROFESSIONAL, if CONTRACTOR submits sufficient information to allow PROFESSIONAL to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedure for review by PROFESSIONAL will be similar to that provided in paragraph 6.7.1 as applied by PROFESSIONAL and as may be supplemented in the Gen- eral Requirements. 6.7.3. PROFESSIONAL will be allowed a.reasonable time within which to evaluate each proposed substitute. PROFESSIONAL will be the sole judge of acceptability and no substitute will be ordered, installed or utilized without PROFESSIONAL's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish, at CONTRACTOR's expense, a special performance guarantee or other surety with respect to any substitute. PROFESSIONAL will record time required by PROFESSIONAL and PROFESSIONAL's consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not PROFESSIONAL accepts a proposed substitute, CONTRACTOR shall reimburse OWNER for the charges of PROFESSIONAL and PROFESSIONAL's consultants for evaluating each proposed substitute. Concerning Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization (including those acceptable to OWNER and PROFESSIONAL as indicated in paragraph 6.8.2) whether initially or as a substitute, against whom OWNER or PROFESSIONAL may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. GC -17 Page. 17 of 52 Revision Date August 2001 1 process will be considered for time extensions only and no damages or additional compensation for delay will be allowed. Laws and Regulations: 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor PROFESSIONAL shall be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR observes that any of the Contract Documents are contradictory to such laws, rules, and regulations, it will notify the Project Manager promptly in writing. Any necessary changes shall then be adjusted by an appropriate Change Order. If CONTRACTOR performs any Work that it knows or should have known to be contrary to such laws, ordinances, rules, and regulations and without such notice to the Project Manager, it shall bear all related costs. Taxes: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. Use of Premises: 6.16. CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract - Documents and other land and areas permitted by Laws and Regulations, rights -of -way, permits and easements. CONTRACTOR shall not unreasonably encumber the premises with construction equipment or other materials or equipment. Any loss or damage to CONTRACTOR's or any Subcontractor's equipment is solely at the risk of CONTRACTOR. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the OWNER or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against OWNER or PROFESSIONAL by any such OWNER or occupant because of the performance of the Work, CONTRACTOR shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of PROFESSIONALS, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party against OWNER to the extent based on a claim arising out of CONTRACTOR's performance of the Work. 6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris or contaminants resulting from the Work. At the completion of the Work, CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by OWNER. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. GC -19 Page 19 of 52 • Revision Date August 3001 6.22. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from PROFESSIONAL or OWNER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give PROFESSIONAL prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If PROFESSIONAL determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Work Change Directive or Change Order be issued to document the consequences of the changes or variations. 6.22.1. CONTRACTOR shall immediately notify PROFESSIONAL of all events involving injuries to any person on the Site, whether or not such person was engaged in the construction of the Project, and shall file a written report on such person(s) and any other event resulting in property damage of any amount within five (5) days of the occurrence. 6.22.2. If PROFESSIONAL determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Change Order will be issued to document the consequences of such action. Shop Drawings and Samples: 6.23. After checking and verifying all field measurements, CONTRACTOR shall promptly submit to PROFESSIONAL for approval, in accordance with the accepted schedule of submittals, all submittals and samples required by the Contract Documents. All submittals and samples shall have been checked by and stamped with the approval of CONTRACTOR and identified as PROFESSIONAL may require. The data shown on orwith the submittals will be complete with respect to dimensions, design criteria, materials and any other information necessary to enable PROFESSIONAL to review the submittal as required. At the time of each submission, CONTRACTOR shall give notice to PROFESSIONAL of all deviations that the submittal or sample may have from the requirements of the Contract Documents. 6.24. PROFESSIONAL shall review and approve submittals and samples. Professional's review and approval shall be only for conformance with the design concept of the Project and compliance with the information given in the Contract Documents. The approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR will make any corrections required by PROFESSIONAL and resubmit the required number of corrected copies until approved. CONTRACTOR's stamp of approval on any submittal or sample shall constitute its representation to PROFESSIONAL and OWNER that CONTRACTOR has determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, and that each submittal or sample has been reviewed or coordinated with the requirements of the Work and the Contract Documents. 6.24.1. No Work requiring a submittal or sample submission shall commence until the submission has been approved by PROFESSIONAL. A copy of each approved submittal and each approved sample shall be kept in good order by CONTRACTOR at the site and shall be available to PROFESSIONAL and OWNER. Any delays associated with the submittal process will be considered fortime extensions only, and no damages or additional compensation for delay will be allowed. 6.24.2. Before submission of each Shop Drawing or sample, CONTRACTOR shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. 6.24.3. At the time of each submission, CONTRACTOR shall give PROFESSIONAL specific written • GC -21 Page 21 of 52 1 0 , R-iai— Date A.q..t 2001 including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them maybe liable, regardless of whether or not it is caused in part by a parry indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such parry. 6.33_ In any and all claims against OWNER, PROGRAM MANAGER or PROFESSIONAL or any of their consultants, agents or employees by any employee of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.32 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor or other person or organization under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. 6.34. The obligations of CONTRACTOR under paragraph 6.32 shall not extend to the liability of PROFESSIONAL, PROFESSIONAL's consultants, agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications- GC-23 i Page 23 of 52 f 1 R-iai— Date Auglat 20GI ARTICLE 8 - -- OWNER'S RESPONSIBILITIES 8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all communications to CONTRACTOR through the PROGRAM MANAGER or PROFESSIONAL. 8.2. In case of termination of the employment of PROFESSIONAL, OWNER shall appoint a PROFESSIONAL against whom CONTRACTOR makes no reasonable objection, whose status under the Contract Documents shall be that of the former PROFESSIONAL. Any dispute in connection with such appointment shall be subject to arbitration. 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and 14.13. 8.4. OWNER's duties in respect of providing lands and easements and providing Engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and in existing structures which have been utilized by PROFESSIONAL in preparing the Drawings and Specifications. 8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property insurance are set forth in paragraphs 5.5 through 5.8. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.3, 8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4. 8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain circumstances. • GC -25 Page 25 of 52 Revieiou Date ' August 2pp1 Rejecting Defective Work: 9.6. PROFESSIONAL will have authority to disapprove or reject Work which PROFESSIONAL believes to be defective and will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.7. In connection with PROFESSIONAL's responsibility for Shop Drawings and samples, see paragraphs 6.23 through 6.29 inclusive. 9.8. In connection with PROFESSIONAL's responsibilities as to Change Orders, see Articles 10, 11 and 12. 9.9. In connection with PROFESSIONAL's responsibilities in respect of Applications for Payment, etc., see Article 14. Determinations for Unit Prices: 9.10. PROFESSIONAL will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. PROFESSIONAL will review with CONTRACTOR PROFESSIONAL's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). PROFESSIONAL's written decisions thereon will be final and binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either OWNER or CONTRACTOR delivers to the other party to the Agreement and to PROFESSIONAL written notice of intention to appeal from such a decision. Decisions on Disputes: 9.11. PROFESSIONAL will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes to the Contract Price or Contract Time will be referred initially to PROFESSIONAL in writing with a request for a formal decision in accordance with this paragraph, which PROFESSIONAL will render in writing within a reasonable time. Written notice of each such claim, dispute and other matter will be delivered by the claimant to PROFESSIONAL and the other party to the Agreement promptly (but in no event later than thirty days after the occurrence of the event giving rise thereto) and written supporting data will be submitted to PROFESSIONAL and the other party within sixty days after such occurrence unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim. 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11, PROFESSIONAL will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity_ The rendering of a decision by PROFESSIONAL pursuant to paragraphs 9.10 and 9.11 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.16) will be a condition GC -27 Page 27 of 52 R —iaion nat, August 2001 ARTICLE 10-- CHANGES IN THE WORK 10.1. Without invalidating the Contract, OWNER may at any time or from time to time order additions, deletions, or revisions in the Work. The OWNER shall provide CONTRACTOR with a proposal request, identifying the Work to be added, deleted or revised. Upon receipt, CONTRACTOR shall promptly submit a written proposal for the changed work prepared in accordance with Articles 11 and 12. If the proposal request calls only for the deletion of Work, the OWNER may order the partial suspension of any Work related to the proposed deletion, in which case CONTRACTOR must cease performance as directed; CONTRACTOR shall not be entitled to claim lost profits on deleted work. All changed Work shall be executed under the applicable conditions of the Contract Documents. 10.2. Additional Work performed by CONTRACTOR without authorization of a Change Orderwill not entitle CONTRACTOR to an increase in the Contract Price or an extension of the Contract Time, except in the case of an emergency as provided in Article 6. The effect of this paragraph shall remain paramount and shall prevail irrespective of any conflicting provisions contained in these Contract Documents. 10.3. Upon agreement as to changes in the Work to be performed, Work performed in an emergency as provided in Article 6, and any other claim of CONTRACTOR for a change in the Contract Time or the Contract Price, PROFESSIONAL will prepare a written Change Order to be signed by PROFESSIONAL and CONTRACTOR and submitted to OWNER for approval. 10.4. In the absence of an agreement as provided in 10.3, OWNER may, at its sole discretion, issue a Work Change Directive to CONTRACTOR. Pricing of the Work Change Directive will be in accordance with • Section 11.3. The Work Change Directive will specify a price, and if applicable a time extension, determined to be reasonable by OWNER. If CONTRACTOR fails to sign such Work Change Directive, CONTRACTOR may submit a claim in accordance with Articles 11 and 12, but CONTRACTOR shall nevertheless be obligated to fully perform the work as directed by the Work Change Directive. 10.5. CONTRACTOR shall proceed diligently with performance of the Work as directed by OWNER, regardless of pending claim actions, unless otherwise agreed to in writing. 10.6. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. GC -29 Page 29 of 52 0 ' • • xeA ig..o ➢ace »uyuse .zoos 11.3.6. Failure on the part of CONTRACTOR to construct any item to plan or authorized dimensions within the specification tolerances shall result in: reconstruction to acceptable tolerances at no additional costs to OWNER; acceptance at no pay; or acceptance at reduced final pay quantity or reduced unit price, all at the discretion of OWNER. Determinations of aggregate monetary change for items identified as lump sum quantities shall be made by OWNER based upon an analysis of the scope of CONTRACTOR's failure to construct to plan or authorized dimensions. Cost of the Work: 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: 11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. 11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. Trade discounts, rebates and refunds and all returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed by Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to CONTRACTOR and shall deliver such bids to OWNER who then determines, with the advice of PROFESSIONAL, which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as CONTRACTOR's Cost of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work. 11.4.5. Supplemental costs including the following: • 11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRAC- TOR's employees incurred in discharge of duties connected.with the Work. 11.4.5.2_ Cost, including transportation and maintenance, of all materials, supplies, equipment, GC -31 Page 31 of 52 • • I• P-i, = Date August 20o1 11.5.3_ Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR'S capital used for the Change Order Work and charges against CONTRACTOR for delinquent payments. 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above) 11.5.5. Costs due to the negliger6ce of CONTRACTOR, any Subcontractor, or anyone directly or indirectly, employed by any of them or for hose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal f materials or equipment wrongly supplied and making good any damage to property. 11.5.6. Other overhead or general and expressly included in paragraph 11.4. CONTRACTOWs Fee: 11.6. CONTRACTOR's Fee al as follows: 11.6.1. a mutually acceptable 11.6.2. a fee based on the foll 11.6.2.1. for costs incurred u fifteen percent, rise costs of any kind and the costs of any item not specifically to CONTRACTOR for overhead and profit shall be determined I fee, or if none can be agreed upon; g percentages of the various portions of the Cost of the Work: paragraphs 11.4.1 and 11.4.2, CONTRACTOR's Fee shall be 11.6.2.2. for costs incurred under paragraph 11.4.3, CONTRACTOR's Fee shall five percent; and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to CONTRACTOR on account of overhead and profit of all Subc ntractors shall be fifteen percent, 11.6.2.3. no fee shall be payable oh the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and 11.3, 11.6.2.4. the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost wil I be the amount of the actual net decrease plus a deduction in CONTRACTOR's Fee by an amount equal to ten percent of the net decrease, and 11.6.2.5. when both additions and credits are involved in any one change, the adjustment in CON - TRACTOR's Fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through 11.6.2.4, inclusive. 11.7. For all changes, CONTRA TOR shall submit an itemized cost breakdown, together with supporting data in such detail and form as prescribed by the Project Manager. When a credit is due, the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease in direct cost as determined by the Project GC -33 Page 33 of 52 • ARTICLE 12 -- CHANGE OF CONTRACT TIME Revision Date Avgvst 2001 12.1. The Contract Time may only be changed by a Change Order. Any request for an extension in the Contract Time shall be made in writing and delivered to PROFESSIONAL and OWNER within seven (7) calendar days of the occurrence first happening and resulting in the claim. Written supporting data will be submitted to PROFESSIONAL and OWNER within fifteen (15) calendar days after such occurrence unless the OWNER allows additional time. All claims submitted by CONTRACTOR for adjustments to the Contract Time must set forth in detail the reasons for and causes of the delay and clearly indicate why the subject delay was beyond CONTRACTOR's control or fault 12.2. If CONTRACTOR is delayed at any time in the performance, progress, commencement, or completion of the Work by any act or neglect of OWNER or PROFESSIONAL, or by an employee of either, or by, any separate CONTRACTOR employed by OWNER, or by changes ordered in the Work, or by labor disputes, fire, unavoidable casualties, utility conflicts which could not have been identified or foreseen by CONTRACTOR using reasonable diligence, or any causes beyond CONTRACTOR's control or fault, then the Contract Time shall be extended by Change Order for such reasonable time as OWNER may determine. CONTRACTOR shall be entitled to an extension of time for such causes only for the number of days of delay which OWNER may determine to be due solely to such causes and only to the extent such occurrences actually delay the completion of the Work and then only if CONTRACTOR shall have strictly complied with all the requirements of the Contract Documents. Provided, however, notwithstanding anything in the Contract Documents to the contrary, no interruption, interference, inefficiency, suspension or delay in the performance, progress, commencement or completion of the Work for any cause whatsoever, including those for which OWNER or PROFESSIONAL may be responsible in whole or in part, shall relieve CONTRACTOR of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONTRACTOR's • sole and exclusive remedy against OWNER for interruption, interference, inefficiency, suspension or delay of any aspect of the Work shall be the right to seek an extension to the Contract Time in accordance with the procedures set forth herein. GC -35 Page 35 of 52 13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests, or approvals by persons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to perform the Work in accordance with the requirements of the Contract Documents. Uncovering Work: 13.8. If any Work required to be inspected, tested or approved is covered prior thereto without the prior written approval of PROFESSIONAL, or if any Work is covered contrary to the request of PROFESSIONAL, the Work shall, if requested by PROFESSIONAL, be uncovered for observation, inspection, testing or approval and replaced at CONTRACTOR's expense. 13.9. If PROFESSIONAL considers it necessary or advisable that covered Work be observed by PROFESSIONAL or inspected or tested by others, CONTRACTOR, at PROFESSIONAL's request, shall uncover, expose or otherwise make available for observation, inspection or testing as PROFESSIONAL may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, CONTRACTOR shall bear all direct and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs), and OWNER shall be entitled to an appropriate decrease in the Contract Price and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction, and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. OWNER May Stop the Work: 13.10. When Work is defective or when CONTRACTOR fails to supply sufficient skilled workmen or suitable materials or equipment or make prompt payments to Subcontractors for labor, materials, or equipment or if CONTRACTOR violates any provisions of these Contract Documents, OWNER may order CONTRACTOR to stop the Work until the cause for such order has been eliminated. However, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party. CONTRACTOR shall have no right to claim an increase in the Contract Price or Contract Time or other damages for a stop work order under this paragraph. Correction or Removal of Defective Work: 13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly, without cost to OWNER and as specified by PROFESSIONAL, either correct the defective Work whether fabricated, installed, or completed, or remove it from the site and replace it with non - defective Work: If CONTRACTOR does not correct such defective Work or remove and replace such defective Work within a reasonable time, as specified in a written notice from PROFESSIONAL, OWNER may have the deficiency corrected. All direct and indirect costs of such correction shall be paid by CONTRACTOR or deducted from payment to CONTRACTOR. CONTRACTOR will also bear the expense of correcting or removing and replacing all Work of others destroyed or damaged by the correction, removal, or replacement of the defective Work. GC -37 Page 37 of 52 Revidiau OdCe Auguat 2— 13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests, or approvals by persons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to perform the Work in accordance with the requirements of the Contract Documents. Uncovering Work: 13.8. If any Work required to be inspected, tested or approved is covered prior thereto without the prior written approval of PROFESSIONAL, or if any Work is covered contrary to the request of PROFESSIONAL, the Work shall, if requested by PROFESSIONAL, be uncovered for observation, inspection, testing or approval and replaced at CONTRACTOR's expense. 13.9. If PROFESSIONAL considers it necessary or advisable that covered Work be observed by PROFESSIONAL or inspected or tested by others, CONTRACTOR, at PROFESSIONAL's request, shall uncover, expose or otherwise make available for observation, inspection or testing as PROFESSIONAL may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, CONTRACTOR shall bear all direct and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs), and OWNER shall be entitled to an appropriate decrease in the Contract Price and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction, and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. OWNER May Stop the Work: 13.10. When Work is defective or when CONTRACTOR fails to supply sufficient skilled workmen or suitable materials or equipment or make prompt payments to Subcontractors for labor, materials, or equipment or if CONTRACTOR violates any provisions of these Contract Documents, OWNER may order CONTRACTOR to stop the Work until the cause for such order has been eliminated. However, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party. CONTRACTOR shall have no right to claim an increase in the Contract Price or Contract Time or other damages for a stop work order under this paragraph. Correction or Removal of Defective Work: 13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly, without cost to OWNER and as specified by PROFESSIONAL, either correct the defective Work whether fabricated, installed, or completed, or remove it from the site and replace it with non - defective Work: If CONTRACTOR does not correct such defective Work or remove and replace such defective Work within a reasonable time, as specified in a written notice from PROFESSIONAL, OWNER may have the deficiency corrected. All direct and indirect costs of such correction shall be paid by CONTRACTOR or deducted from payment to CONTRACTOR. CONTRACTOR will also bear the expense of correcting or removing and replacing all Work of others destroyed or damaged by the correction, removal, or replacement of the defective Work. GC -37 Page 37 of 52 • Revision nate August 2001 and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. Neglected Work by CONTRACTOR 13.15. if CONTRACTOR neglects to execute the Work in accordance with the Contract Documents, including any requirements of the progress schedule, PROFESSIONAL may direct CONTRACTOR to submit a recovery plan and take specific corrective actions including, but not limited to, employing additional workmen and/or equipment, and working extended hours and additional days, all at no cost to OWNER in order to put the Work back on schedule. If CONTRACTOR fails to correct the deficiency or take appropriate corrective action, OWNER may terminate the contract or CONTRACTOR's rightto proceed with that portion of Work and have the Work done. by others. The cost of completion under such procedure shall be charged against CONTRACTOR. A Change Order shall be issued incorporating the necessary revisions in the Contract Documents, including an appropriate reduction in the Contract Price_ If the payments due CONTRACTOR are not sufficient to cover such amount, CONTRACTOR shall pay the difference to OWNER. 13.16. Should CONTRACTOR work overtime, weekends or holidays to regain the schedule, all costs to OWNER of associated inspection, construction management and resident engineers shall be identified to CONTRACTOR and the Contract Price reduced by a like amount via Change Order. GC -39 Page 39 of 52 S Revision 2001 August 2001 Work under paragraph 9.10, and to any other qualifications stated in the recommendation; and that CONTRACTOR is entitled to payment of the amount recommended. However, by recommending any such payment, PROFESSIONAL will not thereby be deemed to have represented that exhaustive or continuous on -site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to PROFESSIONAL in the Contract Documents orthatthere may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or OWNER to withhold payment to CONTRACTOR. 14.6. PROFESSIONAL's recommendation of final payment will constitute an additional representation by PROFESSIONAL to OWNER that the conditions precedent to CONTRACTOR's being entitled to final payment as set forth in paragraph 14.13 have been fulfilled 14.7. PROFESSIONAL may refuse to recommend the whole or any part of any payment if, in PROFESSIONAL's opinion, itwould be incorrect to make such representations to OWNER. PROFESSIONAL may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in PROFESSIONAL's opinion to protect OWNER from loss because: 14.7.1. the Work is defective, or completed Work has been damaged requiring correction or replacement. 14.7.2. the Contract Price has been reduced by Written Amendment or Change Order. • • 14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with paragraph 13.14. or 14.7.4. of PROFESSIONAL's actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.9 inclusive. OWNER may refuse to make payment of the full amount recommended by PROFESSIONAL because claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work or Liens have been filed in connection with the Work or there are other items entitling OWNER to a off -set against the amount recommended, but OWNER must give CONTRACTOR immediate written notice (with a copy to PROFESSIONAL) stating the reasons for such action. Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use, CONTRACTOR shall notify OWNER and PROFESSIONAL in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that PROFESSIONAL issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of the Work to determine the status of completion. If PROFESSIONAL does not consider the Work substantially complete, PROFESSIONAL will notify CONTRACTOR in writing giving the reasons therefor. If PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to PROFESSIONAL as to any GC-41 Page 41 of 52 - Revision Date August 2001 Work is not ready for separate operation by OWNER, PROFESSIONAL will finalize the list of items to be completed or corrected and will deliver such list to OWNER and CONTRACTOR together with a written recommendation as to the division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, utilities, insurance, warranties and guarantees for that part of the Work which will become binding upon OWNER and CONTRACTOR at the time when OWNER takes over such operation (unless they shall have otherwise agreed in writing and so informed PROFESSIONAL). During such operation and prior to Substantial Completion of such part of the Work, OWNER shall allow CONTRACTOR reasonable access to complete or correct items on said list and to complete other related Work. 14.10.3. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. 14.10.4. OWNER, may at its discretion, reduce the amount of retainage subject to Beneficial Occupancy. Final Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed upon portion thereof is complete, PROFESSIONAL will make a final inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such defi- ciencies. • Final Application for Payment. 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of PROFESSIONAL and OWNER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, bonds, certificates or otherevidence of insurance required by 52, certificates of inspection, marked -up record documents and other documents, CONTRACTOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required, (ii) consent of the surety, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of liens and as approved by OWNER, CONTRACTOR may furnish receipts or release in ' full and an affidavit of CONTRACTOR that (i) the releases and receipts include all labor, services, material and equipment for which a lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or supplier fails to furnish such a release or receipt in full, CONTRACTOR may furnish a bond or other collateral satisfactory to OWNER to indemnify OWNER against any lien. 14.12.1. No application for final payment will be accepted by OWNER until approved as- built documents by CONTRACTOR are accepted and approved by PROFESSIONAL. GC-43 Page 43 of 52 • Revision Date Auo..t 2001 acceptance of Work not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents (except as provided in paragraph 14.16). Waiver of Claims: 14.16. The making and acceptance of final payment will constitute: 14.16.1. A waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled liens, from defective Work appearing after final inspection pursuant to 14.11, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 14.16.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. • • GC-45 Page 45 of 52 Revieiw Date A.9—t 2001 CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or forwhich OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct, indirect and consequential costs of completing the Work (including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and arbitration costs) such excess will be paid to CONTRACTOR. If such costs exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such costs incurred by OWNER will be approved as to reasonableness by PROFESSIONAL and incorporated in a Change Order, but when exercising any rights or remedies under this paragraph, OWNER shall not be required to obtain the lowest price for the Work performed. 15.3. In the event OWNER terminates the contract for cause and it is subsequently judicially determined that there was no cause for termination, the termination for convenience provision will be the means for disposition of the balance of the contract obligations. Termination for Convenience 15.4. Upon seven working days' written notice to CONTRACTOR and PROFESSIONAL, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the . Contract. In such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. For completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 15.4.2. For expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. For all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, suppliers and others; and 15.4.4. For reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.5. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. CONTRACTOR May Stop Work or Terminate: 15.6. If through no act or fault of CONTRACTOR, the Work is suspended for a period of more than GC-47 Page 47 of 52 • Revision Date August 2001 ARTICLE 16-- DISPUTE RESOLUTION Ll • 16.1. All disputes arising under this Contractor its interpretation whether involving law or factor both, or extra work, and all claims for alleged breach of contract shall within ten (10) working days of the commencement of the dispute be presented by CONTRACTOR to OWNER for decision. All papers pertaining to claims shall be filed in quadruplicate. Such notice need not detail the amount of the claim but shall state the facts surrounding the claim in sufficient detail to identify the claim, together with its character and scope. In the meantime, CONTRACTOR shall proceed with the Work as directed. Any claim not presented within the time limit specified in this paragraph shall be deemed to have been waived, except that if the claim is of a continuing character and notice of the claim is not given within ten (10) working days of its commencement, the claim will be considered only for a period commencing ten (10) working days prior to the receipt by OWNER of notice thereof. Each decision by OWNER will be in writing and will be mailed to CONTRACTOR by registered or certified mail, return receipt requested, directed to his last known address. 16.2 All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of, or relating to, the Contract Documents or the breach thereof shall be decided under Georgia Law in the Superior Court of Richmond County, Georgia. CONTRACTOR by execution of the Contract consents to jurisdiction and venue in the Superior Court of Richmond County, Georgia, and waives any right to contest same. GC-49 Page 49 of 52 17.6. The Contract Documents are intended by the Parties to, and do, supersede any and all provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13 -11 -1, et seq. In the event any provision of the Contract Documents are inconsistent with any provision of the Prompt Pay Act, this provision of the Contract Documents shall control. 17.7_ Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due Contractor on any sum held as retainage pursuant to the Contract Documents and CONTRACTOR specifically waives any claim to same_ Substitutions: 17.8. Notwithstanding any provision of these general conditions, there shall be no substitutions of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. Sanitary Sewer Overflow Prevention: 17.9. Procedures to Prevent Overflows During Sanitary Sewer Construction: 17.9.1 The CONTRACTOR is hereby notified that the discharge of any untreated wastewater to waters of the State is a violation of Georgia Water Quality Regulations and is prohibited. 17.9.2 The CONTRACTOR will submit an Emergency Response Plan prior to beginning work_ This plan will include a list of key personnel with 24 -hour contact information who will respond during an emergency situation. The ERP will include estimates of mobilization time for a response crew to arrive onsite. Any changes to the Emergency Response Plan will be submitted to the RESIDENT PROJECT REPRESENTATIVE prior to implementation. 17.9.3 In the event bypass pumping is required to facilitate new sewer construction, bypassing plans and supporting calculations must be submitted to the Augusta Utilities Department for review prior to establishment of the bypass. All bypass systems will include complete redundancy in pumping systems, if failure of the primary pumping system could result in a discharge of untreated wastewater to waters of the State. 17.9.4 Bypass pumping will be monitored continuously by a person knowledgeable in pump operation and maintenance if the failure of the bypass pump could result in the discharge of untreated wastewater to waters of the State. 17.9.5 In the event of a discharge of untreated wastewater, the CONTRACTOR will take the following actions: 1. Take immediate steps to eliminate or minimize the discharge of untreated wastewater. 2. Immediately notify the Utilities Department dispatcher (706.796.5000) and the RESIDENT PROJECT REPRESENTATIVE (contact information will be provided at the preconstruction conference). 3. Maintain a chronicle of relevant information regarding the incident including specific actions taken by the CONTRACTOR and estimates of the discharge volume. 17.9.6 The RESIDENT PROJECT REPRESENTATIVE will coordinate notification of the Georgia Environmental Protection Division (800.241.4113) and the Augusta Emergency Management Agency if GC -51 Page 51 of 52 • Revision Date August zoai 17.6. The Contract Documents are intended by the Parties to, and do, supersede any and all provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13 -11 -1, et seq. In the event any provision of the Contract Documents are inconsistent with any provision of the Prompt Pay Act, this provision of the Contract Documents shall control. 17.7_ Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due Contractor on any sum held as retainage pursuant to the Contract Documents and CONTRACTOR specifically waives any claim to same_ Substitutions: 17.8. Notwithstanding any provision of these general conditions, there shall be no substitutions of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. Sanitary Sewer Overflow Prevention: 17.9. Procedures to Prevent Overflows During Sanitary Sewer Construction: 17.9.1 The CONTRACTOR is hereby notified that the discharge of any untreated wastewater to waters of the State is a violation of Georgia Water Quality Regulations and is prohibited. 17.9.2 The CONTRACTOR will submit an Emergency Response Plan prior to beginning work_ This plan will include a list of key personnel with 24 -hour contact information who will respond during an emergency situation. The ERP will include estimates of mobilization time for a response crew to arrive onsite. Any changes to the Emergency Response Plan will be submitted to the RESIDENT PROJECT REPRESENTATIVE prior to implementation. 17.9.3 In the event bypass pumping is required to facilitate new sewer construction, bypassing plans and supporting calculations must be submitted to the Augusta Utilities Department for review prior to establishment of the bypass. All bypass systems will include complete redundancy in pumping systems, if failure of the primary pumping system could result in a discharge of untreated wastewater to waters of the State. 17.9.4 Bypass pumping will be monitored continuously by a person knowledgeable in pump operation and maintenance if the failure of the bypass pump could result in the discharge of untreated wastewater to waters of the State. 17.9.5 In the event of a discharge of untreated wastewater, the CONTRACTOR will take the following actions: 1. Take immediate steps to eliminate or minimize the discharge of untreated wastewater. 2. Immediately notify the Utilities Department dispatcher (706.796.5000) and the RESIDENT PROJECT REPRESENTATIVE (contact information will be provided at the preconstruction conference). 3. Maintain a chronicle of relevant information regarding the incident including specific actions taken by the CONTRACTOR and estimates of the discharge volume. 17.9.6 The RESIDENT PROJECT REPRESENTATIVE will coordinate notification of the Georgia Environmental Protection Division (800.241.4113) and the Augusta Emergency Management Agency if GC -51 Page 51 of 52 • S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System • Augusta Utilities Project No. ICU -0069 SECTION 01002 - SUPPLEMENTARY CONDITIONS SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract and other provisions of the Contract Documents as indicated below. All provisions, which are not so amended or supplemented, remain in full force and effect. The terms used in these Supplementary Conditions will have the meanings indicated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. ARTICLE 1- DEFINITIONS Page GC -1 Add the following language to the end of definition "Contract Documents ": Specifications and Drawings are more specifically identified as follows: 1. Specifications as listed in the table of contents of the Project Manual; 2. Drawings consisting of a cover sheet- and sheets numbered C01 through C29 inclusive, with each sheet bearing the following general title: Fort Gordon . Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Department Project No. ICU -0069 Page GC -2 Add the following definition following the end of definition "Effective Date of the Agreement': ENGINEER — Where used in the specifications, Stevenson & Palmer Engineering, Inc.; 723 Industrial Park Dr, Suite 2; Evans, Georgia 30809. ENGINEER's Consultants for this Project are identified as follows 1. EcoloTech. Page GC -3 Add the following language at the end of definition "Substantial Completion ": Substantial Completion for any portion of the Project shall include backfilling, testing and acceptance by OWNER of the sewer and roadway restoration for their intended use. i SUPPLEMENTARY CONDITIONS 01002 -1 • • S &P Project No. G 1240 8-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0068 d. Reference Drawing C10: Pothole and confirm elevation of 36" RCP stormpipe crossing at Sta 53 +55. Report to Engineer findings to determine if a potential conflict exists. e. Reference Drawing C11: Ensure 42" CMP storm pipe is replaced, with appropriate channel protection, after sewer installation. f. Reference Drawing C22: See Note 1: core drill into existing receiving manhole upstream of sanitary lift station. Rehabilitate manhole using Spectrashield coating. Sequence construction to convey effluent from hospital to the new manhole 1 E by using temporary bypass pumps and piping during rehabilitation of existing manhole 1F. When manhole 1F is placed in service, demolish the existing sanitary lift station. Provide temporary bypass pumping or use a full flow -thru sewer plug, as manufactured by Stemar Equipment and Supply Co., Inc. or Engineer approved or equal, to maintain uninterrupted sanitary sewer flow through the system. g. Notify all utility providers associated with project (see Section 01010) and coordinate construction schedule with utility relocations or temporary support of utilities. 3. Construct and pressure test all pipes and manholes commencing with MH- 1 B through MH -13B (inclusive) and Pipes 1B through Pipe 13B (inclusive) , including crossing under Boardman Lake Road. a. Reference Drawing G13: Jack and Bore underneath Chamberlain Ave at Gate 1. Pothole and verify location of underground telephone and fiber optic lines at main gate. b. Reference Drawing C14: Pothole and confirm location of 18" watermain and 2" sanitary force main which are to remain in service. c. Reference Drawing C15: Confirm location of underground telephone lines and fiber optic lines crossing the proposed sanitary sewer alignment in the vicinity of the proposed manhole 11B. Also pothole and verify the location of the gas line to remain in service at approximately Sta 24 +00. 2. Reference Drawing C16: See Note 1: verify invert elevation of existing manhole 14B. Confirm location of 10" and 20" water mains to remain in service. Core drill into existing manhole and provide connection to seal manhole watertight. Sequence construction such that influent from upstream is conveyed to the existing manhole downstream of 14B by using temporary bypass pump and discharge line, or to manhole 13B (if run B has already been accepted into service). Provide temporary bypass pumping or use a full flow -thru sewer plug, as manufactured by Stemar Equipment and Supply Co., Inc. or Engineer approved or equal, to maintain uninterrupted sanitary sewer flow through the system. a. Reference Drawing C23: Once Run A and Run B have been accepted into service, connect the Gate 1 Guard House sewer lateral to manhole 113, connect service station building lateral to manhole 713, connect SUPPLEMENTARY CONDITIONS 01002 -3 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 1. Contractor may request an extension of Contract Times in accordance with Article 10 of the General Conditions if Owner is unable to secure easements within 30 days after the effective date of the Agreement. 2. Requests for a change in Contract Price for areas that have been identified as unavailable at time of Bid and may impact Contractor's work production will not be considered. B. The following easements, with Property Identification Number (PIN), have construction restrictions associated with the execution of the easement: 1. Georgia Power High Voltage Transmission Line Right -of -Way, located parallel to Gordon Highway along Butler Creek, crossing Chamberlain Ave at entrance ramp to Fort Gordon's Gate 1. Contact property owner prior to entering property. Replace landscaping in -kind. 2. Georgia Power High Voltage Line Easement, serving power substation adjacent to Eisenhower Hospital. Contact property owner prior to entering property. Replace landscaping in -kind. Physical Conditions: SC -4.2.1 Add the following new paragraphs immediately after Paragraph 4.2.1.: A. In the preparation of Drawings and Specifications, Engineer or Engineer's Consultants relied upon those reports of explorations and tests of subsurface conditions at or contiguous to the Site; and those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities). Copies of reports and drawings itemized below that are not included with Bidding Documents maybe examined at the office of Augusta Utilities Department, 360 Bay Street, Suite 180 during regular business hours. 1. Butler Creek Water and Sewer Extension for Augusta Utilities Department. Prepared by Associated Planning & Research, Inc. June 1994, consisting of drawing #9 and #10. All of the information in such drawings constitutes "technical data" on which CONTRACTOR may rely. ARTICLE 5 — BONDS AND INSURANCE Licensed Sureties and Insurers; Certificates of Insurance: SC- 5.2.1. Add the following new paragraph immediately after Paragraph 5.2.1.: A. In order to determine financial strength and reputation of insurance carriers, all companies providing the coverages required shall have a financial rating not lower than XI and a policyholder's service rating no lower than B+ as listed in A.M. Best's Key Rating Guide, current edition. Certificates of insurance shall note A.M. Best's Rating. Companies with ratings lower than B +:XI will be acceptable only upon written consent of OWNER. SUPPLEMENTARY CONDITIONS 01002 -5 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 • b. Each Occurrence: $5,000,000 B. Automobile Liability under Paragraph 5.3.7. of the General Conditions: 1. Bodily Injury: Each person $1,000,000 Each Accident $1,000,000 2. Property Damage: Each Accident $1,000,000 3. Or a Combined Single Limit of: $2,000,000 4. Include applicable No-Fault coverages. 5. Include all owned vehicles, non -owned vehicles, and hired vehicles. Contractual Liability Insurance: SC -5.4. Add the following new paragraphs immediately after Paragraph 5.4._ A. The Contractual Liability coverage required by Paragraph 5.4. of the General Conditions shall provide a. Bodily Injury: Each Accident Contract Aggregate b. Property Damage: Each Accident Contract Aggregate coverage for not less than the following amounts: $1,000,000 $2,000,000 $1,000,000 $2,000,000 OWNER's Liability Insurance: SC -5.5. Delete Paragraph 5.5. in its entirety and insert the following in its place: 5.5. CONTRACTOR shall procure and maintain during the Contract Times a separate OWNER's and CONTRACTOR's Protective (OCP) Liability Insurance in the name of OWNER in an amount not less than $2,000,000 for injuries, including accidental death for each occurrence, and property damage in an amount not less than $1,000,000 each occurrence and $1,000,000 per Contract aggregate combined single. limit. Stevenson & Palmer Engineering, Inc. shall be named on the policy as an additional insured. SC -5.6. Delete Paragraph 5.6 in its entirety and insert the following in its place: 5.6 Property Insurance A. Contractor shall purchase and maintain property insurance upon the Work at • the Site in the amount of the full replacement cost thereof. This insurance shall: SUPPLEMENTARY CONDITIONS 01002 -7 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System • Augusta Utilities Project No. ICU -0069 2. Stevenson & Palmer Engineering, Inc. 3. EcoloTech. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES Permits: SC -6.13. Add the following new paragraphs immediately after Paragraph 6.13. A. OWNER has secured or will secure the following permits, approvals and licenses and has paid or will pay any associated charges and fees. CONTRACTOR shall pay all inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. 1. Soil Erosion Control Permit. 2. Stormwater Discharge Permit. 3. Nationwide Permit (12) Permit Number: 4. Environmental Protection Division Permit. 5. Georgia Department of Transportation Utilities Encroachment Permit. B. OWNER has submitted applications for the following permits, approvals, and licenses. CONTRACTOR is responsible for and shall pay for any associated charges and fees for the applications. CONTRACTOR shall pay all inspection fees necessary for the prosecution of the Work which are applicable at the time of Bids, or if there are no Bids, on the Effective Date of the Agreement. 1. No permits have been secured other than those listed in Paragraph 6.13.A. Use of Site Premises: SC -6.16. Add the following language at the end of the last sentence of Paragraph 6.16.: A. CONTRACTOR is responsible to ensure that all activities required to perform the Work are confined to the limits of OWNER's property and easements established for the Work. Permanent structures placed outside the limits of OWNER's property or defined permanent easements shall be relocated as necessary at no additional change in Contract Price. B. CONTRACTOR is responsible for protection and /or removal of existing structures (e.g., mailboxes, sheds),. shrubs, trees, etc. as indicated on the plans and in the signed easement agreements. The. Contractor shall pay close attention to the conditions of each signed agreement and conduct work accordingly, and shall not enter property for which an agreement has not been signed. SUPPLEMENTARY CONDITIONS 01002 -9 • S &P Project No. G12408 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0469 ENGINEER, ENGINEER's Consultants, or PROGRAM MANAGER on account of any such damage or Claim. C. If CONTRACTOR is delayed at any time in performing or furnishing Work by any act or neglect of a separate contractor, and OWNER and CONTRACTOR are unable to agree as to the extent of any adjustment in Contract Times attributable thereto, CONTRACTOR may make a Claim for an extension of times in accordance with Article 12. An extension of the Contract Times shall be CONTRACTOR's exclusive remedy with respect to OWNER, ENGINEER, ENGINEER's Consultants, and PROGRAM MANAGER for any delay, disruption, interference, or hindrance caused by any separate contractor. This paragraph does not prevent recovery from OWNER, ENGINEER, ENGINEER's Consultant, or PROGRAM MANAGER for activities that are their respective responsibilities. ARTICLE 12 — CHANGE OF CONTRACT TIME Change of Contract Times: SC -12.2. Add the following new paragraph immediately after Paragraph 12.2.: • A. The Contract Time includes allowances for normal amounts of inclement weather. Extensions of time shall be granted only under cases of abnormal weather conditions or other conditions outlined in Article 12 of the General .Conditions. All requests for time extension shall be made in writing to the PROFESSIONAL not more than fifteen (15) days after the occurrence of the delay. Otherwise, no extension will be granted during the Contract Times for such delay. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION Application for Progress Payments: SC- 14.2.Add the following new paragraphs immediately after Paragraph 14.2.: A. To expedite the approval of requests for partial payment, CONTRACTOR shall submit with his request for progress payment the following: 1 A copy of the Progress Schedule marked to indicate the Work performed during the pay application period. 2. An outline of time lost due to any event giving rise to a request for an extension of Contract Time. 3. An itemized list of on -site materials stored for which payment is being claimed. This list shall be accompanied by the supplier's invoices indicating the material costs and proof of continued insurance certificates. Payment for materials stored shall be subject to the same retainage provisions as for work completed. SUPPLEMENTARY CONDITIONS 01002 -11 • S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 SECTION 01010 — SUMMARY OF WORK PART 1 - GENERAL 1.01 SECTION INCLUDES A. Location of Work B. Scope of Work C. Protection of Owner, agents of the Owner, workmen, and the public D. Project Utility Sources 1.02 PROJECT LOCATION Along Chamberlain Road, from Gordon Highway to Gate 1 of Fort Gordon, splitting and thence running west cross country to the Eisenhower hospital and environs, as well as south paralleling Chamberlain Ave to Boardman Lake Road. • 1.03 SCOPE OF WORK A. Major Components of New Construction: 1. Sanitary Sewer Gravity Main - approx. 2,300 LF of 15 -inch, 3,800 LF of 12- inch, 2,900 LF of 10 -inch, 5,400 LF of 8 -inch gravity sewer, and sixty -two (62) manholes. 2. Connection to Existing Butler Creek Sewer Interceptor 3. Connection to Existing Sanitary Sewer at Boardman Lake road. 4. Jack and Bore Under Chamberlain Rd at Gate 1 5. Demolition of Existing sanitary Lift Station Adjacent to Gate 1. 6. Demolition and Abandonment of Existing Sanitary Lift Station Adjacent to Eisenhower Hospital. B. Ancillary construction: 1. Grading, Drainage and Landscaping 2. Erosion Control and Hardscape 3. Underground utility relocation and coordination 7 1.04 PROTECTION OF THE OWNER AGENTS OF THE OWNER WORKMEN AND THE PUBLIC A. The Contractor and the Superintendent are requested to carefully read the Articles of the General Conditions relating to protection of the Owner, agents of the Owner, workmen, and the public, such as Insurance, Indemnity, Licenses, Permits, Compliance with Laws, Ordinances and Regulations, Safety Warning Signs and Barricades, Public Conveniences, Sanitary Provisions, etc. This request is made to stress the importance of safe prosecution of the work, and does not imply that the Contractor and his Superintendent should not be completely familiar with all Articles of the General Conditions and all other SUMMARY OF WORK 01010 -1 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System e Augusta Utilities Project No. ICU -0069 PART 2 - EQUIPMENT - (NOT USED) PART 3 - EXECUTION - (NOT USED) END OF SECTION 01010 • SUMMARY OF WORK 01010 -3 S &P Project No. G124 -0 8-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System e Augusta Utilities Project No. ICU -0069 SECTION 01200 - MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 SUMMARY This section contains procedures for measuring work performed by the contractor and subsequent payment of that work. It also contains descriptions related to measurement and payment. 1.02 SECTION INCLUDES A. Descriptions B. Lump Sum Payment Items C. Unit Price Payment Items D. Cash Allowances 1.03 DESCRIPTIONS • A. The Bid lists each item of the Project for which payment will be made. No payment will be made for any items other than those listed in the Bid. B. Required items of work and incidentals necessary for the satisfactory completion of the work which are not specifically listed in the Bid, and which are not specified in this Section to be measured or to be included in one of the items listed in the Bid, shall be considered as incidental to the work. All costs thereof, including Contractor's overhead costs and profit, shall be considered as included in the lump sum or unit prices bid for the various Bid items. The Contractor shall prepare the Bid accordingly. C. Work includes furnishing all plant, labor, equipment, tools and materials, which are not furnished by the Owner and performing all operations required to complete the work satisfactorily, in place, as specified and as indicated on the Drawings. D. Measurement of an item of work will be by the unit indicated in the Bid. E. Final payment quantities shall be determined from the record drawings. The precision of final payment quantities shall match the precision shown for that item in the Bid. F. Payment will include all necessary and incidental related work not specified to be included in any other item of work listed in the Bid. MEASUREMENT AND PAYMENT 01200 -1 r" S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 including mobilization, demobilization, inspection, video tape copies, and field reports. No additional payment shall be made for these items. ITEMS S -20A through S -20F — Pre -cast manholes shall be measured individually (each) and shall include costs for manholes, excavation, dewatering, asphalt cutting, collars and boots, grouting and /or other connections, installation, normal backfill, and vacuum testing as specified. Manhole vacuum testing shall include all costs for testing equipment, testing labor, mobilization, demobilization, and reporting. Manholes failing testing shall be re- tested at Contractor's expense. Repairs to failing manholes shall be made external to the manhole utilizing a method approved by the Augusta Utilities Department. No additional payment shall be made for these items. ITEMS S -21A through S -21F. S -22A through S -22F. S -24 through S -25 - Additional sanitary manhole depth line items shall be measured by vertical foot and shall include costs for excavation, dewatering, and backfill as specified by type and class. No additional payment shall be made for these items. • ITEMS S -27A and S -27B — Rehabilitating existing and interior protection of new manholes shall be measured by vertical foot and shall include costs for surface preparation, bypass flow control, and all materials and labor as specified. Rehabilitated manholes shall receive the "full system," while new manholes shall receive the "top coat" only. No additional payment shall be made for these items. ITEM S -28 — Outside drop piping shall be measured individually (each) and shall include the costs for all items associated with the drop manhole detail, exclusive of the manhole or manhole extensions. No additional payment shall be made for these items. ITEM_ S -30 - Sanitary sewer connections shall be measured individually (each) and shall include costs for 6 -inch PVC piping precast concrete valve ring with rebar, PVC twist -.off plug, mainline tee, fitting, cleanout, excavation, dewatering, asphalt/concrete cutting (including service markings), installation, normal backfill, aggregate base and asphalt pavement repair, and property restoration. No additional payment shall be made for these items. ITEM 8 -33 - Sanitary sewer manhole tie -ins shall be measured individually (each) and shall include costs for cutting /coring of existing manholes, collars, rubber boots, any required gaskets, excavation, dewatering, soil stabilization, asphalt cutting, and normal backfill. No additional payment shall be made for these items. ITEM S -61 - Jack and bore line items shall be measured in linear feet and shall include costs for temporary pits, temporary shoring and bracing, casing piping, carrier piping, installation, blasting, asphalt cutting, restrained joints and gaskets, end seals, and normal backfill. No additional payment shall be made for these items. IN MEASUREMENT AND PAYMENT 01200 -3 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 ITEM M -2 - Rock excavation shall be measured in cubic yards and shall include costs for blasting, labor, equipment, and material removal and disposal. No additional payment shall be made for these items. ITEM M -3 - Foundation backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. Quantities shall be verified by trench volume calculation. No additional payment shall be made for these items. ITEM M -4 - Clearing and grubbing shall be measured in acres and shall include costs for vegetation removal, stockpiling, disposal and any required permitting. No additional payment shall be made for these items. ITEM M -7 — Remove and replace 15" storm RCP shall be measured in linear feet and shall include all materials, labor, equipment and excess materials required for removal and disposal of existing pipes, site preparation, shoring /sheeting /bracing, dewatering and bypass pumping, piping installation and backfill as specified for type of pipe. All work shall be performed under supervision by Augusta Department of Public Works and Engineering. No additional payment shall be made for these items. ITEM M -8 — Demolish and dispose of existing buildings shall be measured individually (each) and shall include costs for complete demolition and removal from site along with legal disposal of all materials in accordance with federal, state and local regulations. No additional payment shall be made for these items. E. LUMP SUM CONSTRUCTION: ITEM LS -1 - Lump sum construction includes, but is not limited to, the items described in the bid schedule. No separate or additional payment shall be made for these items. Payment of the pay item will be measured per month and will be prorated based upon the length of Contract Duration. For example: If the Contract is for a 365 calendar day period, then the pay item will be 1/12 of the lump sum amount per month, regardless of actual costs incurred by Contractor. 1.06 CASH ALLOWANCES A. General 1. The Contractor shall include in the Bid Total all allowances stated in the Contract Documents if any. These allowances shall cover the net cost of the services provided by a firm selected by the Owner. The Contractor's handling costs, labor, overhead, profit and other expenses contemplated for the original allowance shall be included in the items to which they pertain and not in • allowances. MEASUREMENT AND PAYMENT 01200 -5 S &P Project No. G124 -08-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 SECTION 01710 — CONTRACT CLOSEOUT PART GENERAL 1.01 DESCRIPTION A. Contract closeout is the process that recognizes Substantial Completion, the transition of plant operations to the Owner, and Final Completion. As the Work nears. Substantial Completion, sequences of activities and their responsibilities need to be identified, planned, scheduled, and effectively implemented to facilitate a smooth completion of the overall project. B. This section defines the process by which the transition from construction to plant operations will be effected. Terms, roles, responsibilities, and actions will be identified herein. 1.02 SECTION INCLUDES A. Releases From Agreements B. Substantial Completion C. Punch List D. Final Acceptance and Ready for Final Payment 1.03 RELEASES FROM AGREEMENTS A. Furnish Owner written releases from any and all subcontractors or suppliers, or the like, who performed Work or supplied labor, materials, and /or services pursuant: B. In the event Contractor is unable to secure written releases, inform the Owner of the reasons: 1. Owner or its representatives will examine the site and /or Work, and Owner will direct Contractor to complete Work that may be necessary to satisfy terms of the agreement. 2. Should Contractor refuse to perform this Work, Owner reserves the right to have it done by separate contract and deduct the cost of same from the Contract Price, or require the Contractor to furnish a satisfactory Bond in a sum to cover legal claims for damages. 3. When Owner is satisfied that Work has been completed in agreement with the Contract Documents and terms of easements, the right is CONTRACT CLOSEOUT 01710 -1 - S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 immediately upon Substantial Completion. The overall Contract duration is based upon a 60 -day period following the contractual date for Substantial Completion to establish the contractual date for Final Completion. Late delivery of Substantial Completion shall not revise the Final Acceptance date. Assessment of liquidated damages for late Substantial Completion shall not relieve assessment of liquidated damages for Final Acceptance should Final Acceptance be established beyond the contractual completion date. 1.06 FINAL ACCEPTANCE A. Final Acceptance is as addressed in Articles 14.13 and 14.14 of the General Conditions. B. Completion of all punchlist tasks /requirements is required prior to the Work being eligible for declaration as finally accepted. C. All record documents must be submitted to and accepted by the Engineer prior to the Work being eligible for declaration as finally accepted. D. All releases must be submitted to and accepted by the Engineer prior to the Work being eligible for declaration as finally accepted. PART 2 - PRODUCTS (Not Used) PART 3 — EXECUTION (Not Used) END OF SECTION 01710 CONTRACT CLOSEOUT M 01710 -3 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 SECTION 01780 — CLOSEOUT SUBMITTALS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Project Record Documents. 1.02 RECORD DOCUMENTS A. Project Record Documents: Record documents shall be submitted prior to Final Application for Payment. B. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. 6. Manufacturer's instruction for assembly, installation, and adjusting. • C. Ensure entries are complete and accurate, enabling future reference by. D. Store record documents separate from documents used for construction. E. Record information concurrent with construction progress. F. Specifications: Legibly mark and record at each product section description Of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and modifications. G. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish first floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract drawings. • CLOSEOUT SUBMITTALS 01780 -1 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 SECTION 01785 - GUARANTY AND WARRANTY PART 1 - GENERAL 1.01 PROJECT WARRANTY A. The Contractor shall guarantee all materials and equipment furnished and Work performed for a period of one year from the date of Final completion. B. The Contractor shall warrant and guarantee for a period of one year from the date of Final Completion of the Work, that the completed Work is free from all defects due to faulty products or workmanship. The Contractor shall promptly make such corrections as may be necessary by reason of such defects. The Owner will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments or other work that may be made necessary by such defects, the Owner may do so and charge the Contractor the cost thereby incurred. The Performance Bond shall remain in full force and effect throughout the warranty period. C. The Contractor shall not be obligated to make replacements which become necessary because of ordinary wear and tear, or as a result of gross negligence operation or maintenance, or as a result of improper work or damage by • another Contractor or the Owner, or to perform any work which is normally performed by a maintenance crew during operation. D. The Contractor shall, at Contractor's own expense, furnish all labor, materials, tools and equipment required and shall make such repairs and removals and shall perform such work or reconstruction as may be made necessary by any structural or functional defect or failure resulting from neglect, faulty workmanship or faulty materials, in any part of the Work performed by the Contractor. Such repair shall also include refilling of trenches, excavations or embankments which show settlement or erosion after backfilling or placement. E. Except as noted on the Drawings or as specified, all structures such as embankments and fences shall be returned to their original condition prior to the completion of the Contract. Any and all damage to any facility not designated for removal, resulting from the Contractor's operations, shall be promptly repaired by the Contractor at no cost to the Owner. F. The Contractor shall be responsible for all road and entrance reconstruction and repairs and maintenance of same for a period of one year from the date of Final Completion. In the event the repairs and maintenance are not made immediately and it becomes necessary for the owner of the road to make such repairs, the Contractor shall reimburse the owner of the road for the cost of such repairs. • GUARANTY AND WARRANTY 01785 -1 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 SECTION 01800 - SUBMITTALS 1.01 GENERAL Submittals covered by these requirements include manufacturers' information, shop drawings, test procedures, test results, samples, requests for substitutions, and miscellaneous work - related submittals. Submittals shall also include, but not be limited to, all mechanical, electrical and electronic equipment and systems, materials, reinforcing steel, fabricated items, and piping and conduit details. The Contractor shall furnish all drawings, specifications, descriptive data, certificates, samples, tests, methods, schedules, and manufacturer's installation and other instructions as specifically required in the Project Manual to demonstrate fully that the materials and equipment to be furnished and the methods of work comply with the provisions and intent of the contract documents. 2.01 CONTRACTOR'S RESPONSIBILITIES The Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall assure that the material, equipment or method of work shall be as described in the submittal. The Contractor shall certify that all features of all products conform to the specified requirements. Submittal documents shall be clearly edited to indicate only those items, models, or series of equipment, which are being submitted for review. All extraneous materials shall be crossed out or otherwise obliterated. The Contractor shall ensure that there is no conflict in each case where his submittal may affect the work of another contractor or the Owner. The Contractor shall coordinate submittals among his subcontractors and suppliers. The Contractor shall coordinate submittals with the work so that work will not be delayed. He shall coordinate and schedule different categories of submittals, so that one will not be delayed for lack of coordination with another. No extension of time will be allowed because of failure to properly schedule submittals. The Contractor shall not proceed with work related to a submittal unit the submittal` process is complete. This requires that submittals for review and comment shall be returned to the Contractor stamped No Exceptions Taken or Make Corrections Noted. The Contractor shall certify on each submittal document that he has reviewed the submittal, verified field conditions, and complied with the contract documents. The Contractor may authorize in writing a material or equipment supplier to deal directly with the Engineer or with the Owner with regard to a submittal. These dealings shall be limited to contract interpretations to clarify and expedite the work. SUBMITTALS 01800 -1 6A S &P Project No. G124 -08-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 B. DEVIATION FROM CONTRACT If the Contractor proposed to provide material, equipment, or method of work which deviates from the project manual, he shall indicate so under "deviations" on the transmittal form accompanying the submittal copies. C. SUBMITTAL COMPLETENESS Submittals which do not have all the information required to be submitted, including deviations, are not acceptable and will be returned without review. 5.01 REVIEW PROCEDURE A. GENERAL • Submittals are specified for those features and characteristics of materials, equipment, and methods of operation which can be selected based on the Contractor's judgment of their conformance to the specified requirements. Other features and characteristics are specified in a manner which enables the Contractor to determine acceptable options without submittals. The review procedure is based on the Contractor's guarantee that all features and characteristics not requiring submittals conform as specified. Review shall not extend to means, methods, techniques, sequences or procedures of construction, or to verifying quantities, dimensions, weights or gages, or fabrication processes (except where specifically indicated or required by the project manual) or to safety precautions or programs incident thereto. Review of a separate item, as such, will not indicate approval of the assembly in which the item functions. When the contract documents require a submittal, the Contractor shall submit the specified information as follows: 1. Six copies of all submitted information shalt be transmitted with submittals for review and comment. 2. Unless otherwise specified, five copies of all submitted information shall be transmitted with submittals (product data) for information only. B. SUBMITTALS FOR REVIEW AND COMMENT Unless otherwise specified, within thirty (30) calendar days after receipt of a submittal for review and comment, the Engineer shall review the submittal and return two copies to the Contractor. The returned submittal shall indicate one of the following actions: • 1. If the review indicates that the material, equipment or work method complies with the project manual, submittal copies will be marked No Exception Taken. In this event, the Contractor may begin to implement the work method or incorporate the material or equipment covered by the submittal. SUBMITTALS 01800 -3 01800 -A SUBMITTAL TRANSMITTAL FORM • DATE: SUBMITTAL NO.: TO: CONTRACT NO.: SPEC. SECTION: FROM: ATTENTION: • THE FOLLOWING MATERIAL IS TRANSMITTED FOR SUBMITTAL REVIEW NO. DATE COPIES DESCRIPTION /EQUIPMENT NO. WE HAVE VERIFIED THAT THE MATERIAL TRANSMITTED HEREIN IS IN COMPLIANCE WITH THE SPECIFICATIONS with no exceptions except for the following deviations NO. DEVIATION ❑ NO EXCEPTION D MAKE CORRECTIONS TAKEN NOTED ❑ REJECTED ❑ REVISE AND RESUBMIT Checking is only for general conformance with the design concept of the project and general compliance with the information given in the contract documents. Any action shown is subject to the requirements of the plans and specifications. Contractor is responsible fora Dimensions which shall be confirmed and correlated at the job site: fabrication processes and techniques of construction: coordination of his work with that of any other trades and the satisfactory performance of his work. STEVENSON & PALMER ENGINEERING, INC. Date: By: VVlN i.\IlV 1 VI \v V1_1 "ilv - S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 SECTION 02110 - SITE CLEARING PART 1 - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary Conditions and Division -1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK A. Site clearing work includes but is not limited to: ■ Protection of existing trees. ■ Removal of trees and other vegetation. • Topsoil stripping. • Clearing and grubbing. • Removing above -grade improvements. ■ Removing below -grade improvements. 1.03 JOB CONDITIONS A. Traffic Conduct site clearing operations to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities. Do not close or obstruct streets, walks or other occupied or used facilities without permission from authorities having jurisdiction. B. Protection of Existing Improvements Provide protections necessary to prevent damage to existing improvements indicated to remain in place. Protect improvements on adjoining properties and on Owner's property. Restore damaged improvements to their original condition, as acceptable to parties having jurisdiction. C. Protection of Existing Reference Points Maintain and protect all benchmarks, monuments, and other reference points. Any reference point damaged or destroyed as a result of the SITE CLEARING 02110 -1 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 stones, and other object over 2" in diameter, and without weeds, roots, and other objectionable material C. Strip Topsoi Strip topsoil to whatever depths encountered in a manner to prevent intermingling with underlying subsoil or other objectionable material. Remove heavy growths of grass from areas before stripping. D. Stockpile Topsoil Stockpile topsoil in storage piles where directed. Construct storage piles to freely drain surface water. Cover storage piles if required to prevent wind -blown dust. • E. Disposal Dispose of unsuitable or excess topsoil same as waste material, herein specified. F. Clearing and Grubbing_ Clear site of trees, shrubs and other vegetation, except for those indicated to be left standing. Completely remove stumps, roots, and other debris protruding through ground surface. Use only hand methods for grubbing inside drip line of trees indicated to be left standing. G. Removal of Improvements: Remove existing above -grade and below -grade improvements necessary to permit construction, and other work as indicated. Abandonment or removal of certain underground pipe or conduits may be shown on mechanical or electrical drawings, and is included under work of those sections. Removal of abandoned underground piping or conduit interfering with construction is included under this section. 3.02 DISPOSAL OF WASTE MATERIALS: A. Burninq on Owner's Property Burning is not permitted on Owner's property. SITE CLEARING 02110 -3 1 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 SECTION 02120 - DEMOLITION PART 1 - GENERAL 1.01 RELATED DOCUMENTS Construction Plans and general provisions of Contract, including General and Supplementary Conditions and Division -1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK A. Extent of demolition work is indicated on the Construction Plans. B. Demolition includes all operations necessary for demolition of the existing structures, foundations and utilities as shown. C. Remove debris, rubbish and other materials resulting from demolition operations from the site. Transport and legally dispose of materials off site. • 1.03 SUBMITTALS A. Schedule Submit schedule indicating proposed methods and sequence of operations for demolition work to Owner's Representative for review prior to commencement of work. include coordination for shut -off, capping, and continuation of utility services as required, together with details for dust and noise control protection. The procedures shall provide for safe conduct of the work, careful removal and disposition of materials specified to be salvaged, protection of property which is to remain undisturbed, coordination with other work in progress, and timely disconnection of utility services. The submittal shall include a detailed description of the methods and equipment to be used for each operation, and the sequence of operation. B. Provide detailed sequence of demolition and removal work to ensure uninterrupted progress of Owner's on -site operations. C. Coordinate with Owner's continuing occupation of portions of existing building /site, with Owner's partial occupancy of completed new addition /site. 1.04 JOB CONDITIONS A • DEMOLITION Occupancy Owner will be continuously occupying areas of the building /site immediately adjacent to areas of selective demolition. Conduct selective demolition work in manner that will minimize need for 02120 -1 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 N. Remove protections at completion of work. O. Damages Promptly repair damages caused to adjacent facilities by demolition work at no cost to Owner. P. Traffic Conduct selective demolition operations and debris removal in a manner to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities. Q. Do not close, block or otherwise obstruct streets, walks or other occupied or used facilities without written permission from authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. R. Explosives Use of explosives will not be permitted unless otherwise noted. S. Utility Services Maintain existing utilities indicated to remain, keep in service, and protect against damage during demolition operations. T. Do not interrupt existing utilities serving occupied or used facilities, except when authorized in writing by authorities having jurisdiction. Provide • temporary services during interruptions to existing utilities, as acceptable to governing authorities. U. Environmental Controls Use water sprinkling, temporary enclosures, and other suitable methods to limit dust and dirt rising and scattering in air to lowest practical level. Comply with governing regulations pertaining to environmental protection. V. Do not use water when it may create hazardous or objectionable conditions such as ice, flooding, and pollution. W. NESHAP Compliance The Contractor is responsible for being aware of and complying with the National Emission Standard for Hazardous Air Pollutants ( NESHAP) Section 112 of the Federal Clean Air Act regarding asbestos. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.01 INSPECTION • Prior to commencement of demolition work, inspect areas in which work will be performed. Photograph existing conditions to structure surfaces, DEMOLITION 02120 -3 ■ • S &P Project No. G124 -08-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 C. Locate demolition equipment throughout structure and promptly remove debris to avoid imposing excessive loads on supporting walls, floors or framing. D. All existing structures shall be completely removed where denoted on the Plans. All foundations and slabs shall be broken up and removed from the site. Sidewalks, curbs, gutters, streets and street light bases shall be completely removed. It is not anticipated that piling will be encountered under any of the structures to be removed; however, where piling are encountered they shall be removed to a point three feet below existing ground. E. When approved in writing by the Engineer and when authorized by the proper authorities, the Contractor may dispose of such debris by burning on the Project site provided all requirements set forth by the governing authorities are met. The authorization to burn shall not relieve the Contractor in any way from damages which result from the Contractor's .operations. On easements through private property, the Contractor shall not bum on the site unless written consent is also secured from the property owner, in addition to authorization from the proper authorities. F. Demolish foundation walls to a depth of not less than 12" below existing ground surface. Demolish and remove below -grade wood or metal construction. Break up below -grade concrete slabs. G. For interior slabs on grade, use removal methods that will not crack or structurally disturb adjacent slabs or partitions. Use power saw where possible. H. Completely fill below -grade areas and voids resulting from demolition work. Fill pump station wetwell and abandoned manholes with controlled density fill, cap and plug gravity sewers and force main lines to be abandoned with controlled density fill. Provide fill consisting of approved earth, gravel or sand, free of trash and debris, stones over 6" diameter, roots or other organic matter. I. If anticipated mechanical, electrical or structural elements which conflict with intended function or design are encountered, investigate and measure both nature and extent of the conflict. Submit report to Owner's Representative in written, accurate detail. Pending receipt of directive form Owner's Representative rearrange selective demolition schedule as necessary to continue overall job progress without delay. 3.04 SALVAGE MATERIALS 0 DEMOLITION Salvage Items Where indicated on the Plans as "Salvage- Deliver to Owner", carefully remove indicated items, clean, store and turn over to Owner and obtain receipt: 02120 -5 S &P Project No. G124 -OM1 Fart Gordon Eisenhower Hospital Area Gravity Sewer System • Augusta Utilities Project No. ICU -0069 SECTION 02210 - EROSION CONTROL PART 1 - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Special Conditions, and Division -1 Specification Sections apply to work of this section. 1.02 DESCRIPTION OF WORK Under this section shall be included all measures both temporary and permanent to control erosion and sedimentation, and protect all surface waters and property both on and off site. This shall include all labor, materials and equipment necessary to meet the requirements of this Section. 1.03 EROSION AND SEDIMENTATION ACT - DEFINED It is the intent of this Specification that the Project and the Contractor comply with all applicable requirements of the Erosion and Sedimentation Act of 1975 and the Richmond County Soil Erosion Ordinance. The Manual for Erosion and Sediment Control in Georgia further defines practices • and requirements. The Contractor is responsible for maintaining all sediment and erosion control measures on the project site during construction. The Contractor is responsible for any damage caused due to failure to implement these requirements. A Soil Erosion and Sedimentation Control Permit has been obtained by the Owner so that periodic inspections may be made by the County. The Contractor is to cooperate with the person performing these inspections. 1.04 COORDINATION WITH CONTRACT PLANS A Soil Erosion and Sedimentation Control Plan is included in the Contract Documents and is to be implemented as a part of the procedures necessary to implement requirements of the Act and Ordinance. PART 2- PRODUCTS Not applicable to this specification section. PART 3 - EXECUTION 3.01 IMPLEMENTATION Implementation of the requirements of the Act is based on the following principles: EROSION CONTROL 02210 -1 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU-0069 SECTION 02221 - EXCAVATION TRENCHING AND BACKFILL FOR UTILITY SYSTEMS PART 1 - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary Conditions and Division -1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK A. Work Includes • The excavation, trenching and backfilling required for all underground utility systems. • Utility systems include sanitary sewers, storm sewers, water piping and force mains. B. Definition "Excavation" consists of removal of material encountered to subgrade elevations indicated and subsequent disposal of materials removed. 1.03 QUALITY ASSURANCE A. Codes and Standards Perform excavation work in compliance with applicable requirements of governing authorities having jurisdiction. B. Testing and Inspection Service: Owner will engage soil testing and inspection service for quality control testing during earthwork operations. 1.04 JOB CONDITIONS A. Site Information Data on indicated subsurface conditions are not intended as representations or warranties of accuracy or continuity between soil borings. It is expressly understood that Owner will not be responsible for interpretations or conclusions drawn therefrom by Contractor. Data are made available for convenience of Contractor. EXCAVATION, TRENCHING& BACKFILL FOR UTILITY SYSTEMS /Rev. 1/04 02221 -1 S &P Project No. G124 -08-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 C A the work of the Contractor, the interruption shall be a minimum and shall be scheduled in advance with the Engineer and the Utility Owner. The Contractor shall restore all facilities interfered with to their original condition or acceptable equivalent. The cost of such restoration or damage caused directly by his work shall be paid for by the Contractor and shall be included in the prices bid for the items to which it pertains. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult utility owner immediately for directions. Cooperate with Owner and utility companies in keeping respective services and facilities in operation. Repair damaged utilities to satisfaction of utility owner. Do not interrupt existing utilities serving facilities occupied and used by Owner or others, during occupied hours, except when permitted in writing by Engineer and then only after acceptable temporary utility services have been provided. Provide minimum of 48 -hour notice to Engineer, and receive written notice to proceed before interrupting any utility. Use of Explosives Do not bring explosives on to site or use in work without prior written permission from authorities having jurisdiction. Contractor is solely responsible for handling, storage, and use of explosive materials when their use is permitted. Protection of Persons and Property Barricade open excavations occurring as part of this work and post with warning lights. Operate warning lights as recommended by authorities having jurisdiction. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by earthwork operations. Perform excavation within drip line of large trees to remain by hand, and protect the root system from damage or dry-out to the greatest extent possible. Maintain moist condition for root system and cover exposed roots with burlap. Paint root cuts of 1" diameter and larger with emulsified asphalt tree paint. EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS /Rev. 1/04 02221 -3 S &P Project No. G1240 8-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 sheeting and bracing shall be prepared and certified by a licensed professional engineer. The plan shall include drawings and design calculations of the proposed shoring, sheeting and bracing, and documentation showing details of the coordination and approval of shoring, sheeting and bracing by the Engineer. Approval of the detailed plan shall be obtained from the Owner prior to starting the work. The plan shall be modified as required to meet field conditions, and the modifications shall be approved prior to use. PART 2 - PRODUCTS 2.01 SOIL MATERIALS A. Definitions 1. Satisfactory soil materials are defined as those complying with ASTM D2487 soil classification groups GW, GP, GM, SM, SW and SP. 2. Unsatisfactory soil materials are defined as those complying with ASTM D2487 soil classification groups MH, CH, OL, OH and PT. Excavated soils that are too wet to compact shall not be classified unsuitable due to high moisture content alone B. Coarse Granular Bedding Crushed stone or pea gravel, clean and graded, 95 to 100 percent of which shall pass a 3/4 inch sieve with 95 to 100 percent retained on a No. 4 sieve. C. Embedment Materials for Flexible Piping Systems These materials are grouped into categories according to their suitability for this application: 1. Class I. Angular 6 to 40 mm (1/4 to 1 -1/2 inches), graded stone including a number of fill materials that have regional significance such as coral, slag, cinders, crushed stone, and crushed shells. 2. Class II. Coarse sands and gravel with maximum particle size of 40 mm (1 -1/2 inches), including variously graded_ sands and gravel containing small percentages of fines, generally granular and non- cohesive, either wet or dry. Soil types GW, SP, SW and SP are included in this class. 3. Class 111. Fine sand and clayey gravel, including fine sands, sand -clay mixtures, and gravel -clay mixtures. Soil types GM, GC, SM and SC are included in this class. 4. Class IV. Silt, silty clays and clays including inorganic clays, and silts of • medium to high plasticity; and liquid limits. Soil types MH, ML, CH and EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS /Rev. 1/04 02221 -5 S &P Project No. G124 -08-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 3. Rock payment lines are limited to the following: In pipe trenches, 6" below invert elevation of pipe and 2 ft. wider than inside diameter of pipe, but not less than 3 ft. minimum trench width. 4. Unauthorized excavation consists of removal of materials beyond indicated subgrade elevations or dimensions without specific direction of Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be at Contractor's expense. Excavation in excess of the depth required for manholes and other structures shall be corrected by placing a subfoundation of 1500 psi concrete, at no additional expense to the Owner. Elsewhere, backfill and compact unauthorized excavations as specified for authorized excavations of same classification, unless otherwise directed by Engineer. C. Removal of Unsuitable Materials When excavation has reached required sub -grade elevations, notify Engineer who will make an inspection of conditions. Should over depth excavation be necessary to remove unsuitable material and to replace with satisfactory material, the Contractor will be paid for this work in accordance with item in the Bid Schedule for removal and replacement of unsuitable material, based on the following requirements: 1. When the trench is excavated to the plan depth or as required by these Specifications, and soft or other material not suitable for bedding purposes is encountered in the trench, the Contractor shall immediately notify the Engineer for inspection and measurement of the unsuitable material to be removed. 2. No over -depth excavation or backfilling of the over -depth excavated trench shall start until proper measurements of the trench have been taken by the Engineer for determination of the quantity in cubic yards of unsuitable material excavated. 3. No payment will be made for any over - depth excavation of soft unstable material due to the failure of the Contractor to provide adequate means to keep the trench dry. 4. No payment will be made for any over -depth excavation of the unsuitable material and replacement not inspected and measured by the Engineer prior to excavation. • EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS /Rev. 1/04 02221 -7 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 shown. Where elevations of the invert or center -line of a pipe are shown at the ends of a pipe, the pipe shall be installed at a continuous grade between the two elevations. K. Over Excavation Excavation in excess of the depth required for proper shaping shall be corrected by bringing to grade the invert of the ditch with compacted coarse, granular material at no additional expense to the Owner. Bell holes shall be excavated to relieve bells of all load but small enough to insure that support is provided throughout the length of the pipe barrel. All protective systems for trenches shall conform to Section 1926.652, 29 CFR Part 1926, Final Rule, printed in the October 31, 1989 issue of the Federal Register. If trenches are excavated to widths in excess of those specified, or if the trench walls collapse, the pipe shall be laid in accordance with the next better class of bedding at the expense of the Contractor. Trenches shall be maintained in a safe condition to prevent hazardous conditions to persons working in or around the trench. Trenches 5 feet in depth or greater shall be protected in accordance with OSHA, 29 CFR Part 1926 pp 45895 - 45991. The top portion of the trench may be excavated with sloping or vertical sides to any width which will not cause damage to adjoining structures, roadways, Utilities, etc. The bottom of the trenches shall be graded to provide uniform bearing and support each section of the pipe on undisturbed soil at every point along its entire length, except for the portions of the pipe sections excavated for bell holes and for the sealing of pipe joints. Bell holes and depressions for joints shall be dug after the trench bottom has been graded and in order that the pipe rests upon the trench bottom for its full length and shall be only of such length, depth and width for making the particular type of joints. Maintain sides and slopes of excavations in safe condition until completion of backfilling. L. Shoring and Bracing The sides of the excavation shall be securely held in place with suitable bracing and shoring wherever necessary to prevent caving. In addition, bracing, shoring, sheeting, etc. shall be in accordance with all applicable State and Federal Occupational Safety and Health Administration (OSHA) requirements. Shoring shall be removed as the work and backfilling operations progress. • EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS /Rev. 1/04 02221 -9 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 The Contractor shall accept all responsibility for damage to the work of this Contract due to floods and water pressures and other water damages and shall accept all risks of floods and other events which may occur. All water discharged by pumping operations shall be discharged so as not to interfere with work under this Contract or with existing structures and operations. Water from dewatering operations shall be conveyed to the existing drainage features, using piping and pumping facilities provided by the Contractor. Route of dewatering pipe shall be subject to the Engineer's review. Discharge facilities and water quality shall comply with applicable regulations of State and Federal agencies. Dewatering operations shall be uninterrupted and continuous during the course of the worts so as not to endanger any construction in place or to present a hazard to workmen in and around the site. The Contractor shall take all measures necessary including, but not limited to, standby equipment and constant attendance to insure that the dewatering system remains operational and effective throughout the period of time that it is required. No water shall be allowed to run over any uncompleted portions of the work. No units of the work shall be constructed under water. The cost of dewatering shall be included in the price bid for the item of work for which it is required. 3.03 FLEXIBLE PIPE BEDDING Unless otherwise directed by the Owner, Engineer or Project Field Representative, the Contractor shall bed all flexible sewer pipe as shown on the bedding detail on the plans. The trench bottom shall be constructed to provide a firm, stable and uniform support for the full length of the pipe. Bell holes shall be provided at each joint to permit proper joint assembly and alignment. Any part of the trench bottom excavated below grade shall be back-filled to grade and shall be compacted as required to provide firm pipe support. When an unstable subgrade condition is encountered which will provide inadequate pipe support, and /or where very soft or very loose soils with blow counts less than 2 are encountered, alternate bedding shall be used as detailed in the plans. Acceptable bedding and pipe zone backfill materials are gravel or crushed rock (GW, GP, GW -GC, GW GM, GP -GC, GP -GM) and sand or sand - gravel mixtures (SW, SP, SW -SC, SW-SM, SP -SC, SP -SM). Flexible pipe shall be bedded true to line and grade with uniform and continuous support from a firm base in accordance with ASTM D2321 as modified herein. Blocking shall not be used to bring the pipe to grade. EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS /Rev. 1/04 02221 -11 S &P Project No. G124-08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 D. Borrow Backfill Borrow backfill will be required if there is not sufficient suitable material available from other parts of the work to backfill the trenches. Borrow backfill from approved borrow pits shall be used. Only those soils in the borrow pits that meet the specified requirements for suitable material shall be used. 3.05 BACKFILLING A. Backfilling Backfilling consists of placing suitable materials removed during the excavation into the excavated areas, placing embedment materials and compacting the same to a density equal to or greater than what exists before excavation or as specified herein. Under backfilling operations is also included removal of excess materials and debris from the site, leveling all depressions caused by operation of equipment and maintaining the backfilled areas until accepted by the Owner. All backfill material shall be free of stones, concrete and clay lumps larger • than 1/3 cubic foot. Roots, stumps and rubbish which will decompose will not be permitted in the backfill. Back fi ll material shall have its moisture content corrected, as may be necessary before being placed in the trench to bring the moisture content to approximately "optimum" for good compaction. Any rock, stone, concrete, clay lumps larger than 1/3 cubic foot in volume, rubbish and debris shall be removed from the site and disposed of by the Contractor in a lawful manner. Backfilling operations in this work are referred to herein as Backfilling at the Pipe Zone, Type "A" and Type "B" Backfilling in the excavated areas below parts of proposed structures shall be referred to hereinafter as Type "A" Backfilling. Where trenches cross or extend under structures or into present roadways, future roadways or parking areas as shown on the Plans, the backfilling shall be referred to hereinafter as Type "A" Backfilling. Backfilling in all other areas shall be referred to hereinafter as Type "B" Backfilling. B. Backfilling at the Pipe Zone Throughout the entire construction, backfilling at the pipe zone shall include bedding and shall be as follows: Backfill material shall be placed below, EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS /Rev. 1/04 02221 -13 • S &P Project No. G124 -0 8-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 specified hereinbefore under Type "A" Backfilling. After the pipe or other utility is placed, backfilling shall proceed as specified hereinbefore following the requirements specified under "Backfilling at the Pipe Zone ", 'Type "A" Backfilling ", and "Type "B" Backfilling" as applicable. 3.07 CONSTRUCTION ALONG HIGHWAYS STREETS AND ROADWAYS A. Excavation. Trenching and Backfilling Operations Excavation, trenching and backfilling along highways, streets and roadways shall be in accordance with the applicable regulations of the State Highway Department with reference to construction operations, safety, traffic control, road maintenance and repair. B. Protection of Traffic Provide suitable signs, barricades and lights for protection of traffic, in locations where traffic may be endangered by construction operations. All signs removed by reason of construction shall be replaced as soon as condition which necessitated such removal has been cleared. No highway, street or roadway shall be closed without first obtaining permission from the proper authorities. C. Construction Operations The Contractor shall construct all work along highways, streets and roadways using the following sequence of construction operations, so as to least interfere with traffic. A suggested traffic control plan is presented on the Drawings. Contractor shall submit its plan prior to start of construction, and may present modifications to this suggested plan: 1. Stripping_ Where the pipe line is laid along road shoulders, sod, topsoil and other material suitable for shoulder restoration shall be stripped and stockpiled for replacement. 2. Trenching, Laving and Backfilling. Excavate trenches, install pipe line and backfill. The trench shall not be opened any further ahead of pipe laying operations than is necessary for proper laying operations. Trenches shall be progressively backfilled and consolidated and excess material removed immediately. 3. Shaping. Immediately after completing backfilling operation, reshape any damage to cut and fill slopes, side ditch lines, and replace top soil, sod and any other materials removed from shoulders. EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS /Rev. 1/04 02221 -15 • S &P Project No. G124 -08-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 surface outside trench limits to the original condition, the cost of which shall be included in the price bid for the utility line. 3.10 WALKS DRIVES CONCRETE CURB AND GUTTER Walks and drives removed or damaged during the course of construction shall be replaced with Class "A' Concrete at the same thickness as removed. They will be cut to a neat edge with a masonry saw after backfilling and compacting trench in 6 inch layers to a density not less than 98 percent at ± 2 percent of optimum moisture content as determined by the Standard Proctor Test. Concrete curb and gutter sections removed or damaged during the course of construction shall be replaced in full sections with concrete having a compressive strength of at least 3,000 psi. 3.11 GRADING A. General Uniformly grade areas within limits of work under this section, including adjacent transition areas. Smooth finished surface within specified tolerances, compact with uniform levels or slopes between points where elevations are indicated, or between such points and existing grades. B. Lawn or Unpaved Areas Finish areas to receive topsoil to within not more than 0.10' above or below required subgrade elevations. C_ Walks: Shape surface of areas under walks to line, grade and cross - section, with finish surface not more than 0.10' above or below required ' subgrade elevation. D. Pavements Shape surface of areas under pavement to line, grade and cross - section, with finish surface not more than 1/2" above or below required subgrade elevation. • E. Compaction After grading, compact subgrade surfaces to the depth and indicated percentage of maximum or relative density for each area classification. EXCAVATION, TRENCHING& BACKFILL FOR UTILITY SYSTEMS /Rev. 1/04 02221 -17 S &P Project No. G12408 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 SECTION 02480 - GRASSING PART 1 - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Special Conditions, and Division -1 Specification Sections apply to work of this section. 1.02 DESCRIPTION OF WORK Extent of grassing includes all lawn areas disturbed by construction operations. For roads under state jurisdiction, grassing on the right -of -way shall meet the requirements of the Department of Transportation Standard Specifications. 1.03 SUBMITTALS A. Fertilizer When the amount of grassing exceeds one acre, samples shall be taken and analyzed for pH, calcium, magnesium and soil fertility needs. The analyses shall be the basis for determining the composition and application rate of the fertilizer and possible varieties of grass. The results of these tests shall be submitted to the Engineer. B. Seed Manufacturer's data shall be submitted to the Engineer on grass seed and fertilizer before the materials are delivered to the project site. PART 2 - PRODUCTS 2.01 TOPSOIL Topsoil shall be natural soil of the region, free from lumps, clay, toxic substance, sticks, debris, vegetation, stones over one -inch in maximum dimension, and suitable for growing grass. 2.02 FERTILIZER A. Fertilizer shall be of such composition that when uniformly applied it will furnish not less than the following quantities of available plant food per 1,000 square feet: Nitrogen ..................... 0.8 pounds • Phosphoric Acid ........ 0.8 pounds Potash ________________ 0.8 pounds GRASSING 02480 -1 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 PART 3 - EXECUTION 3.01 TOPSOIL Topsoil shall be placed four inches to six inches deep over all areas to be grassed, using salvaged topsoil to the extent possible and topsoil from off -site borrow to supplement that salvaged. Topsoil shall be spread over the areas to be grassed and shall be fine graded so as to be suitable for sowing. 3.02 FERTILIZER All areas to be grassed shall have fertilizer applied as specified or determined by the soil analyses. 3.03 SEED A. Application Seeds are to be sown by a mechanical spreader either hand operated or machine operated. Seeding equipment shall be such as will continuously mix the seeds to prevent segregation. Seed shall be applied at a minimum rate of 60 /lbs /acre. B. Soil Preparation Immediately before seeding, the soil should be properly prepared for seeding. Immediately after the seed has been sown, the entire area shall be raked lightly and rolled lightly to pack the soil firmly around the seed. GRASSING 02480 -3 ■ % by Weight of:. % by Weight of . % by Weight of Seed Kind 1 Each Seed Kind Pure Live Seed Pure Live Seed' it1 Mixture 2 of. each Kind 3 in Mixture .4 Domestic Rye Grass (Lolium Mulifflorum) 50 88 66.00 Bermuda(Unhulled) (Cynodon dactylon) 25 82 11.50. Bermuda (Hulled) (Cynodon dactylon) 25 82 11.50 Total Pure Live Seed In Mixture Weed Seed, 89.00 Not to Exceed 1 % by 1.00 Weight Other than 10.00 Weed & Pure Live Seed, Max. TOTAL 100.00 PART 3 - EXECUTION 3.01 TOPSOIL Topsoil shall be placed four inches to six inches deep over all areas to be grassed, using salvaged topsoil to the extent possible and topsoil from off -site borrow to supplement that salvaged. Topsoil shall be spread over the areas to be grassed and shall be fine graded so as to be suitable for sowing. 3.02 FERTILIZER All areas to be grassed shall have fertilizer applied as specified or determined by the soil analyses. 3.03 SEED A. Application Seeds are to be sown by a mechanical spreader either hand operated or machine operated. Seeding equipment shall be such as will continuously mix the seeds to prevent segregation. Seed shall be applied at a minimum rate of 60 /lbs /acre. B. Soil Preparation Immediately before seeding, the soil should be properly prepared for seeding. Immediately after the seed has been sown, the entire area shall be raked lightly and rolled lightly to pack the soil firmly around the seed. GRASSING 02480 -3 ■ S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 SECTION 02513 - ASPHALT CONCRETE PAVING PART 1 - GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provisions of Contract, including General and Special Conditions and Division -1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK Extent of asphalt concrete paving work is shown on drawings. Saw- cutting of edges of existing pavement is specified in Section 21.10, "Site Clearing ". 1.03 SUBMITTALS A. Material Certificates Provide copies of materials certificates signed by material producer and Contractor, certifying that each material item complies with, or exceeds, • specified requirements. 1.04 QUALITY ASSURANCE A. Codes and Standards Comply with State highway or transportation department standard specifications, latest edition, and with local governing regulations if more stringent than herein specified. 1.05 SITE CONDITIONS A. Weather Limitations Apply prime and tack coats when ambient temperature is above 50 deg. F (10 deg. C), and when temperature has not been below 35 deg. F (1 deg. C) for 12 hours immediately prior to application. Do not apply when base is wet or contains an excess of moisture. Construct asphalt concrete surface course when atmospheric temperature is above 40 deg. F (4 deg. C), and when base is dry. Base course may be placed when air temperature is above 30 deg. F ( -1 deg. C) and rising. B. Grade Control • Establish and maintain required lines and elevations. ASPHALT CONCRETE PAVING 02513 -1 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 PART 3 - EXECUTION 3.01 SURFACE PREPARATION A. Loose Material Remove loose material from compacted sub -base surface immediately before applying herbicide treatment or prime coat. Proof roll prepared sub -base surface to check for unstable areas and areas requiring additional compaction. Notify Contractor of unsatisfactory conditions. Do not begin paving work until deficient sub -base areas have been corrected and are ready to receive paving. B. Prime Coat Apply at rate of 0.20 to 0.50 gal per sq. yd., over compacted subgrade. Apply material to penetrate and seal, but not flood, surface. Cure and dry as long as necessary to attain penetration and evaporation of volatile. • 3.02 PLACING MIX A. General Place asphalt concrete mixture on prepared surface, spread and strike -off. Spread mixture at minimum temperature of 225 deg. F (107 deg. C). Place inaccessible and small areas by hand. Place each course to required grade, cross- section, and compacted thickness. B. Paver Placing Place in strips not less than 10' wide, unless otherwise acceptable to Engineer. After first strip has been placed and rolled, place succeeding strips and extend rolling to overlap previous strips. Complete base course for a section before placing surface course. C. Joints Make joints between old and new pavements, or between successive days' work, to ensure continuous bond between adjoining work. Construct joints to have same texture, density and smoothness as other sections of asphalt concrete course. Clean contact surfaces and apply tack coat. • ASPHALT CONCRETE PAVING 02513 -3 f S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 3.05 FIELD QUALITY CONTROL A. General Test in -place asphalt concrete courses for compliance with requirements for thickness and surface smoothness. Repair or remove and replace unacceptable paving as directed by Engineer. B. Thickness In -place compacted thickness will not be acceptable if exceeding following allowable variation from required thickness: 1. Base Course 1/2 ", plus or minus. 2. Surface Course 1/4 ", plus or minus. 3. Surface Smoothness Test finished surface of each asphalt concrete course for smoothness, using 10' straightedge applied parallel with, and at right angles to centerline of paved area. Surfaces will not be acceptable if exceeding the following tolerances for smoothness. 4. Base Course Surface 1/4 ". 5. Wearing Course Surface 3/16 ". 6. Crowned Surfaces Test with crowned template centered and at right angle to crown. Maximum allowable variance from template, 1/4 ". Check surface areas at intervals as directed by Engineer. END OF SECTION 02513 ASPHALT CONCRETE PAVING 02513 -5 S&P Project No. G124 -08-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 SECTION 02530 - ULTRASONIC FLOWMETER AND ACCESSORIES PART 1 - GENERAL 1.01 DESCRIPTION OF WORK Furnish all materials, labor, and equipment to properly install ultrasonic flowmeter, metering, manhole, Palmer - Bowlus Flumes, and related accessories at the locations shown on the plans or as directed by the Engineer for the proper completion of the work included under this contract whether shown expressly on the plans or implied by other requirements. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 02730 - Sanitary Sewers B. Section 11206- Palmer - Bowlus Flumes C. Section 11210- Metering Manholes 1.03 SUBMITTALS Complete product data and engineering data, including shop drawings, shall be submitted to the Engineer in accordance with the requirements of Section 01800 of the • Contract Documents. PART 2 - PRODUCTS 2.01 MANUFACTURER A. The product shall be the MODEL 4210 FLOW METER and ULTRASONIC LEVEL SENSOR as manufactured by TELEDYNE ISCO, INC. B. NO SUBSTITUTIONS WILL BE ALLOWED. C. There shall be furnished a recording, totalizing open channel flow meter suitable for portable or fixed -site monitoring. An ultrasonic sensor shall be used to measure level. 2.02 ULTRASONIC SENSOR A. The sensor shall consist of a single ultrasonic transducer housed in a rugged, watertight, dust - tight, submersible, corrosion resistant (self - certified NEMA 4X) wall - mounted Xenoy plastic enclosure. The sensor shall include a. temperature probe to automatically compensate for air temperature changes. The sensor shall automatically adjust its gain in response to echo strength to maximize performance in the presence of steam, foam, and turbulence. The • sensor shall include variable blanking distance to ignore echoes from within a programmable distance from the sensor. ULTRASONIC FLOWMETER AND ACCESSORIES 02530 -2 ■ S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 polycarbonate window for viewing the LCD and printer without opening the enclosure. An internal, easily replaceable, rechargeable desiccant canister shall keep the inside of the flow meter free of moisture. F. The flow meter shall contain a tactile keypad and a 2 line, 80 character, backlit alphanumeric liquid crystal display (LCD). The LCD shall visually prompt the user through the programming sequence. The LCD shall display level, flow rate, and total flow, from a YSI 600 in user - selectable units of measure. The totalizer on the LCD shall be resettable_ The LCD shall display the signal strength from the ultrasonic sensor to aid in installation and troubleshooting. G. The internal data storage memory in the flow meter shall have a capacity of 80,000 bytes, divided into up to 12 user - defined partitions. Each partition shall be programmable to store level, flow rate, rainfall, pH or dissolved oxygen, temperature, sample data, or pH, dissolved oxygen, conductivity, or temperature, from a YSI 600. Timing for the data storage shall be selectable in 1, 2, 5, 10, 15, 30, 60, or 120 minute intervals. Each partition shall be programmable to operate in either rollover, slate or triggered slate mode. Triggering events in slate mode shall be selectable from level or flow rate from a YSI 600. The internal data storage memory in the flow meter shall be programmed using a software program on an IBM PC or compatible computer. The software shall also retrieve stored data from the flow meter, and generate graphs and reports from stored data. The computer shall communicate with the flow meter using a direct RS -232 connection. 2.04 OPTIONS A. The flow meter shall include a non - resettable, mechanical totalizer. B. The flow meter shall include an input for a tipping bucket rain gauge that tips every 0.01 inch (0.25 mm) or 0.004 inch (0.1 mm) of rainfall C. The flow meter shall include (3) internal isolated analog outputs. Each output shall be programmable to output level and flow rate from a YSI 600. The analog outputs shall be programmable to output 4 to 20 mA or 0 to 20 mA, and the outputs shall be averaged on a programmable time interval of 0, 15, 30 or 60 seconds. The flow meter shall allow the analog outputs to be manually controlled to test the operation of connected equipment. D. The flow meter shall include an external 4 to 20 mA output interface. The interface shall be programmable to output level and flow rate from a YSI 600. E. The flow meter shall have 2 form C relays with user - selectable trip points based on flow rate ULTRASONIC FLOWMETER AND ACCESSORIES 02530 -4 S &P Project No. G124 -08-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 SECTION 02666 - WATER DISTRIBUTION SYSTEM PART 1 —GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provisions of Contract, including General and Supplementary Conditions and Division -1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK: A. Extent of water distribution systems work is indicated by requirements of this section. B. Refer to Division -2 section "Excavation, Trenching and Backfilling for Utility Systems" for excavation and backfill required for water distribution systems, except that backfilling in the pipe zone shall be terminated 2 inches.above the pipe until completion of preliminary testing. C. Refer to Division -3 sections for concrete work required for water distribution systems; not work of this section. D. Refer to Division -15 section "Potable Water Systems" for interior building systems including interior piping, fixtures, and equipment; not work of this section. 1.03 QUALITY ASSURANCE: A. Codes and Standards 1. Local Code Compliance Comply with applicable portions of local codes and regulations of local utility company pertaining to selection and installation of water distribution system materials and products. 1.04 DAMAGE TO WATER SYSTEM: Damage to any part of the water system by the Contractor, or subcontractors, that is repaired by Water Department forces shall be charged to the Contractor on the basis of time and material, plus 30 percent for overhead and administration. 1.05 SUBMITTALS: A. Affidavit of Compliance: • Submit manufacturer's affidavit that all materials delivered comply with this specification and the cited standard specifications. WATER DISTRIBUTION SYSTEM 02666 -1 S &P Project No. G124-08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 pipe. materials used in potable water systems. Where more than one type of materials or products are indicated, selection is Installer's option. Provide pipes of one of the following materials, of weight/class indicated. Provide pipe fittings and accessories of same material and weight/class as pipes, with joining method as indicated. PVC : PVC pipe 6 inch to 12 inch diameter shall conform to AWWA C900, or AWWA C905 for 14" to 36 ", Class 200, SDR -14, with cast iron equivalent outer diameters, and gasket bell ends with elastomeric gaskets, shall , be allowed for water mains 6" through 10" (solvent weld joints are not permitted). Ductile -Iron Pipe AWWA C151, with cement mortar lining complying with AWWA C104; thickness according to AWWA C150, Laying Condition 2, Class 50 minimum unless otherwise indicated. For water mains 6" through 16 ", DIP Pressure Class 350 shall be allowed. For water mains 18" throughout 24 ", DIP Pressure Class 300 shall be allowed. Joints conforming to AWWA C111, push -on -type unless otherwise indicated. a. Fittings Ductile -iron, exterior one mil petroleum asphaltic seal coat AWWA C110; mechanical joint type, cement lined and seal coated, AWWA C104. b. Restrained Joints and fittings shall be located where shown on the Plans and /or specified. Restraints shall be incorporated in the design of the joint follower gland or be incorporated in the push-on-joint pipe. 1 Joint Follower Gland Type The restraint mechanism shall consist of a plurality or individually activated gripping surfaces to maximize restraint capability. Glands shall be manufactured of ductile iron conforming to ANSI /AWWA A21.11/C111 and ANSI /AWWA A21.531C153 of latest revision. Twist -off nuts, sized same as tee -head bolts, shall be used to insure proper actuating of restraining devices. The mechanical joint restraint shall have a working pressure of at least 150 psi with a minimum safety factor of 2:1 and shall be EBBA Iron MEGALUG or equal. 2. Push -on Joint Type The restraint shall be an integral cast spigot retainer ring or spigot retainer bar welded to the pipe with a follower retainer ring. Push -on- joint type restraint shall be capable of resisting a thrust due an internal test pressure of 150 psi minimum. c. Polyethylene Tube for encasement of ductile iron pipe shall conform to • the requirements of AWWA C105, Type I, Class C, Grade E -1, black, with a minimum, thickness of 8 mils. WATER DISTRIBUTION SYSTEM 02666 -3 S&P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 standard operating nut and operator suitable for buried conditions. Gearing and material requirements shall conform to requirements of Section 12.2 of AWWA C504. Operators shall be self - locking to hold in any position. All operators shall be designed to be opened or closed with a force of not more than 40 pounds. All valves shall open -left if installed south of Gordon Highway (SRID); or open -right if installed north of Gordon Highway. Available Manufacturers Subject to compliance with requirements, manufacturers offering butterfly valves which may be incorporated in the work include, but are not limited to, the following: Dezurik Valve Co. Inc. Keystone Valve; Div. of Keystone International Inc. Pratt Valve Co. U.S. Pipe Metro -Seal C. Check Valves Provide as indicated, swing check valves, AWWA C508, 150 psi working pressure. Provide iron body, cast -iron disc, bolted cap. Available Manufacturers Subject to compliance with requirements, manufacturers offering check valves which may be incorporated in the work include, but are not limited to, the following: Dresser Mfg.; Div. of Dresser Industries. Kennedy Valve; Div. of ITT Grinnell Valve Co. Inc. Stockham Valves and Fittings Inc. D. Two Inch Ball Valves Shall be designed for a working pressure of not less than 200 psi. End connections shall be flanged or threaded. Available Manufacturers Subject to compliance with requirements, manufacturers offering check valves which may be incorporated in the work include, but are not limited to, the following: Ford Meter Box Company, Inc., B41 -777. 2.04 HYDRANTS A. General Physical characteristics and compositions of various metal used in hydrant components shall meet the requirements as specified in AWWA C502 -80, or latest revision for dry barrel break -away type. Hydrants shall be suitable for a working pressure of 150 psi and shall be hydrostatically factory tested to 300 psi. Hydrants shall be manufacturer's current model design and construction. All units to be complete, including joint assemblies. WATER DISTRIBUTION SYSTEM 02666 -5 S &P Project No. G124 -08-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 and the operating shaft shall be provided with disconnectable joints. Bury depth shall be cast on barrel of hydrant. H. Operating Stop and Nut Hydrant shall have a positive stop feature to permit opening of hydrant without over travel of stem. Operating nut shall be bronze, 1 -1/2 inch, point to flat, pentagon. I. Bolts and Nuts Bolts and nuts shall be corrosion resistant. J. Inlet Bottom inlet of hydrant shall be provided with restrained joint connection as specified and shall be 6 -inch nominal diameter. K. Direction of Opening The hydrant shall close to the right or clockwise and the hydrant shall open to the left or counterclockwise. • L. Coatings All portions of hydrant, inside and outside, except exterior portion above ground level, shall be covered with two coats of asphalt varnish applied in accordance with AWWA C502 latest revision. The exterior portion of hydrant above ground level shall be painted with two coats of best grade red primer paint. After the hydrant has been accepted and placed in service, the exterior, above ground portion of the hydrant shall be painted with two coats of approved yellow hydrant enamel. M. Joint Assemblies Complete joint assemblies consisting of gland, gasket, bolt and nut shall be furnished. N. Inspection and Affidavit Hydrants furnished under this specification shall be subject to inspection and approval by the OWNER, who, if required, shall have full access to manufacturer's facilities for inspection and observation of tests. Manufacturer is also required to furnish the OWNER with an affidavit of compliance with specifications covering all materials and test procedures relating to construction of the hydrants. • WATER DISTRIBUTION SYSTEM 02666 -7 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 if G. Thrust Blocks Concrete, 3,000 psi. H. Corporation Stops Quick tap corporation stop. Available Manufacturers Subject to compliance with requirements, manufacturers offering corporation stops which may be incorporated in the work include, but are not limited to, the following: Ford Meter Box Company, Inc., F1000. I. Curb Stops Curb stop shall be one inch size or as shown on the Plans. Available Manufacturers Subject to compliance with requirements, manufacturers offering curb stops which may be incorporated in the work include, but are not limited to, the following: Ford Meter Box Company, Inc. B -11 -444. J. Water Combination Air Valves Water combination air valves shall be 2 -inch size unless noted otherwise. Body shall be close grained cast iron with all internal parts and float of stainless steel. The valves shall be capable of venting air from the pipeline while the pipeline is. pressurized. The water combination air valve shall be single body, double orifice design. Available Manufacturers Subject to compliance with requirements, manufacturers offering combination air valves which may be incorporated in the work include, but are not limited to, the following: APCO Model 145C Empire Figure No. 940 K. Cast Iron Valve Box Cast iron valve box shall be a three piece adjustable screw cast iron type. The valve box shall have a 5 -1/4 inch shaft diameter. Each valve box shall be adjustable for a minimum cover of 3 feet. The flanged base of the valve box shall be at least six (6) inches above the pipe. Extension pieces will be required for additional depth over valves. The cover shall be cast iron and marked "Water." WATER DISTRIBUTION SYSTEM 02666 -9 S &P Project No, G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 PART 3 - EXECUTION 3.01 INSPECTION A. 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 manner acceptable to Installer. Pipe, fittings, valves, hydrants and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the project by the Installer. They shall at all times be handled with care to avoid damage. In loading and unloading, they shall be lifted by hoists or slid or rolled on skidways in such a manner as to avoid shock. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground pipe, fittings and valves shall be stored with their ends covered with polyethylene sheet or other suitable material to prevent the entrance of foreign material into the pipe or fittings prior to laying. In distributing the material at the site of the work, each piece shall be unloaded opposite or near the place where it is to be laid in the trench. Coated pipe shall .be handled in such a manner that a minimum of damage to the coating will result. Damaged coating shall be repaired. Pipe shall be placed on the site of work parallel with the trench alignment and with bell ends facing the direction in which the work will proceed unless otherwise directed. The interior of all pipe, fittings, and other accessories shall be kept free from dirt and foreign matter at all times. Valves and hydrants before installation shall be drained and stored in a manner that will protect them from damage by freezing. All pipe and fittings, valves and hydrants shall be carefully lowered into the trench piece by piece by means of derrick, ropes or other suitable tools or equipment in such a manner as to prevent damage to the pipe or pipe coating. Under no circumstances shall pipe or accessories be dropped into the trench. Before lowering and while suspended, cast iron pipe shall be inspected for defects and rung with a light hammer to detect cracks. Any defective, damaged or unsound pipe shall be rejected. All foreign matter or dirt shall be removed from the inside of the pipe before it is lowered into its position in the trench and it shall be kept clean by approved means during and after laying. Care shall be taken to prevent dirt from entering the joint space. At all times when pipe laying is not in progress, the open ends of the pipe shall be closed by approved means and no trench water shall be permitted to enter the pipe. • WATER DISTRIBUTION SYSTEM 02666 -11 J S &P Project No. G124 -08-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 C. Ductile -Iron Pipe Install in accordance with AWWA C600 "Standard for Installation of Ductile - Iron Water Mains and Their Appurtenances ". D. Polyvinyl Chloride Pipe Install in accordance with manufacturer's installation instructions. E. Depth of Cover A minimum cover over the top of the pipe of 3 feet from the proposed paving subgrade, shoulder or finished grade shall be provided_ 3.04 INSTALLATION OF HYDRANTS AND ACCESSORIES A. Hydrants Hydrants shall be set at such elevations that the connecting pipe will have the same depth of cover as the distribution mains. The connecting pipe shall be ductile iron pipe. The hydrants shall be set on a base of concrete not less than 4 inches thick and 16 inches square. The back of the hydrant opposite the pipe connection, shall be firmly wedged by a poured -in -place concrete thrust block against the vertical face of the trench to prevent the hydrant from blowing off the line. The base of the hydrant shall be wrapped or oiled to prevent bond between thrust blocks and hydrants. Hydrants and valves shall have the interior cleaned of all foreign matter before installation. Not less than 1 cubic foot of broken stone shall be placed around the base of the hydrant. Place a bag over hydrant to indicate its not being in service until after the water main is put in service. B. Water Service Connections Service lines shall be connected to 4 inch and larger mains with corporation stops. Connections to mains smaller than 4 inches shall be made with a rigid connection. Plugged tees or crosses for future connections shall be installed where shown on the Plans. A house service connection shall be provided to vacant lots and the exact location marked on the curb with a "W ". The mark shall be made on the vertical face of the curb and shall be a minimum of 1/4 inch deep made with a branding iron. Where services are provided at locations without curb a 2" x 4" 30- inches long pressure treated flag stake painted white shall locate the end of the lateral. Minimum cover of 24 inches shall be provided until a short transition to 12 inches depth at the water meter. Each water service shall be inspected and approved by the Engineer before any backfill is placed. WATER DISTRIBUTION SYSTEM 02666 -13 S &P Project No_ G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No_ ICU -0069 B. Hydrostatic Tests The Contractor shall provide all necessary equipment and shall perform all work required in connection with the tests. Each section shall be tested by hydrostatic pressure of 200 pounds per square inch or 1.5 times the operating pressure, whichever is greater. Each section shall be slowly filled with potable water, with adequate chlorine residual, care being taken to expel all air from the pipes. If necessary, the pipe shall be tapped at high points to vent the air. The required pressure as measured at the point of lowest elevation shall be applied for not less than 4 hours and all pipe, fittings, valves, hydrants and joints shall be carefully examined for defects_ All defective joints shall be repaired or replaced to the satisfaction of the Engineer. There shall be a preliminary water main test and a final pressure test prior to final acceptance. C. Leakage Test A leakage test shall be conducted after the pressure test has been satisfactorily completed. Testing procedures will meet or exceed AWWA C600 (latest version) requirements. The duration of the leakage test shall be 4 hours and during the test the main or section of main under test shall be subjected to a pressure of 200 psi, 1.5 times the working pressure, based on the lowest point in the line or section under test, and connected to the elevation of the test gauge. Leakage is defined as the quantity of water to be supplied into the newly laid pipe or any valved section thereof, necessary to maintain the specified leakage test pressure after the air has been expelled and the pipe has been filled with water at the test pressure. No pipe installation will be accepted until the leakage is less than the number of gallons per hour as determined by the formula. L= SxDx(P) 133,200 L = allowable leakage in gallons per hour S = length of pipe tested in feet. D = the nominal diameter of the pipe in inches P = the average test pressure during the leakage test in pounds per square inch gauge. Should any test of pipe laid disclose leakage greater than the above specified. The Contractor shall at his own expense locate and repair the defective joints until leakage is within the specified allowance. This test shall be made after the installation of the soil cement base and prior to the installation of bituminous concrete if pavement is to be placed over the water main. WATER DISTRIBUTION SYSTEM 1 02666 -15 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 (comparable to commercial products known as "Perchloron ", "H.T.H. ", "Maxochlor", etc.). 3. Chlorinated lime is a powder and is available in 12 ounce cans and 110 pound drums. The chlorine content varies from 24 percent to 33 percent. Chlorinated lime is also known as chloride of lime and as bleaching powder. Liquid chlorine may be applied to water mains by means of a solution feed chlorinating device or the gas may be fed directly from the cylinder provided it is equipped with proper devices for regulating the rate of flow and the effective diffusion of gas within the pipe. The former method is preferable to the direct feed method. High test calcium hypochlorite or chlorinated lime must be prepared as a water mixture for introduction into the water mains. Either powder should first be made into a paste and then thinned to about one percent chlorine solution. This requires the following proportions of powder to water: Prepare a one percent chlorine solution in a wooden or plastic barrel and permit solids to settle. Apply the clear supernatant solution to the main through a rubber hose either by gravity, siphonage, injection, or by pumping_ The application of small amounts of dry hypochlorite or chlorinated lime to each length of pipe as it is laid will not be permitted After the new lines have been properly cleaned, sterilized, and flushed the Contractor shall take two or more successive sets of samples at 24 hour intervals and be tested by a State approved private lab. The results shall indicate bacteriologically satisfactory water. Copies of the lab tests shall be submitted to the Engineer. The Engineer shall be notified 24 -hours before samples are taken so he can observe the sampling. The Engineer will arrange for the regulatory agency inspection. Lines will not be placed in operation until agency approval and Engineer directs Contractor to do so. WATER DISTRIBUTION SYSTEM 02666 -17 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 E. The permanent connection to the new system must be made with clean materials. The connection may be made with either solid or split cast iron or ductile iron sleeves. Any connection with stainless steel or similar metal full circle clamps is prohibited. Once the connection has been made the new system must be flushed using water from the existing system to insure adequate flow and velocity into the new water system. F. If a wet tap is required, the Contractor will be responsible for preparing the site. This preparation includes the excavation and installation of the tapping sleeve. The Contractor will make available a lifting device for the tapping machine and at least a 100 CFM Air Compressor to power the tapping machine. The City will provide the tapping machine and one man to operate the unit. All taps will be made by the City Water Distribution Department unless authority has been granted in writing by the Water Distribution Superintendent for a private firm to perform the wet tap for a particular new main. If there are any questions regarding this procedure please contact the City Engineering and /or the Water Distribution Department. 3.10 MEASUREMENT AND PAYMENT • Payment will be made for water lines and appurtenances as described in Section Y pP 01200. END OF SECTION 02666 ■ • WATER DISTRIBUTION SYSTEM 02666 -19 S &P Project No. G124-08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 SECTION 02706 — PROTECTIVE COATING FOR REHABILITATED MANHOLES PART 1 - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary Conditions and Division -1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK: Extent of protective coating work is indicated on drawings and schedules, and by requirements of this section. The work described within details a complete program for manholes. This section details the methods, procedures, materials and equipment as required to produce "A Total System for Manholes_' . The completed system will provide a corrosion resistant liner that restores walls to original surface levels and eliminates water infiltration and exfiltration. 1.03 REFERENCES A. ASTM 4541 -Adhesion B. ASTM D412 - Tensile Strength (PSI) C. ASTM D412 - Elongation ( %) D. ASTM D2240 - Tear Strength (PLI) E. ASTM D1737 - Hardness F. ASTM D1737 - Flexibility (1/8 mandrel) G. ASTM 4060 - Taber Abrasion (mg loss) H. CIGMAT Evaluation (UH 96 -7) of Spectrashield Liner System for Wastewater Concrete and Clay Brick Facilities. University of Houston Department of Civil Engineering: December 1996 1.04 QUALITY ASSURANCE A. The manufacturer and /or applicator of the total liner system of manholes shall be a company that specializes in the design, manufacture or installation of corrosion protection systems for manholes. Applicator shall be completely trained in leak repair, surface preparation and corrosion materials application on manholes. Corrosion materials /products shall be suitable for installation in a severe hydrogen sulfide environment without any deterioration to the liner. B. The applicator shall be trained and certified by the manufacturer for the handling, mixing, application and inspection of the liner system as described herein. PROTECTIVE COATING FOR REHABILITATED MANHOLES ■ 02706 -1 S&P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 expressly disclaimed. Liability is limited to and shall not exceed the purchase price paid. PART 2 — PRODUCTS 2.01 AVAILABLE MANUFACTURERS: A. Subject to compliance with requirements, manufacturers offering products which may be incorporated in the work include, but are not limited to, the following: 1. SPECTRASHIELD, by CCI Spectrum, Inc. 2.02 _ MATERIALS AND EQUIPMENT A. The materials to be utilized in the lining of manholes shall be designed and manufactured to withstand the severe effects of hydrogen sulfide in a wastewater environment. Manufacturer of corrosion protection products shall have long proven experience in the production of the lining products utilized and shall have satisfactory installation record. B. Equipment for installation of lining materials shall be high quality grade and be as recommended by the manufacturer. C. The lining system to be utilized for manhole structures shall be a multi- component stress skin panel liner system as described below: 1. Liner. Installation Liner Moisture barrier Modified Polymer Surfacer Polyurethane /Polymeric blend foam Final corrosion barrier Modified polymer 2. Modified polymer shall be sprayable, solvent free, two- component polymeric, moisture /chemical barrier specifically developed for the corrosive wastewater environment. Modified Polymer Typical Chemical Analysis: "A" Component Viscosity, 77 F, cps., ASTM D -1638: 450 Physical State: Liquid Color: Clear to amber Hygroscopicity: Reacts with water PROTECTIVE COATING FOR REHABILITATED MANHOLES 02706 -3 S &P Project No. G124 -08-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 Typical Physical Properties Density, nominal, core, Ibs /ft ASTM D -1622 @ 74° F: 4 -10 Compression Strength, ASTM D -1621 @74° F parallel rise; PSI: 90 -150 Closed Cell Content, % - ASTM 1940 @ 74° F: Over 95 Shear Strength, PSI — ASTM C -273 @ 74° F: 225 -250 4. Total thickness of multi- component stress panel liner shall be a minimum of 500 mils. PART 3 - EXECUTION 3.01 INSPECTION A. Applicator shall take appropriate action to comply with all local, state and federal regulations including those set forth by OSHA, EPA, the Owner and any other applicable authorities. B. Prior to conducting any work, perform inspection of structure to determine need for protection against hazardous gases or oxygen depleted atmosphere and the need for flow control or flow diversion. C. Submit plan for flow control or bypass to owner /engineer for approval prior to . conducting the work. D. New Portland cement structures shall have endured a minimum of 28 days since manufacture prior to commencing installation of the liner system. 3.02 SURFACE PREPARATION A. Conduct surface preparation program to include monitoring of atmosphere for hydrogen sulfide, methane, low oxygen or other gases, approved flow control equipment, and surface preparation equipment. B. Surface preparation methods may include high pressure water cleaning, hydro blasting, abrasive blasting, grinding, detergent water cleaning and shall be suited to provide a surface compatible for installation of the liner system. C. Surface preparation method shall produce a cleaned, abraded and sound surface with no evidence of laitance, loose concrete, brick or mortar, contaminants or debris, and shall display a surface profile suitable for application of liner system. PROTECTIVE COATING FOR REHABILITATED MANHOLES 02706 -5 S&P Project No. G12408 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 SECTION 02720 - STORM SEWAGE SYSTEMS PART 1 - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary Conditions and Division -1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK A_ Extent of storm sewage systems work is indicated on drawings. and schedules, and by requirements of this section. B. Refer to Division -2 section "Excavation, Trenching and Backfill For Utility Systems" for excavation and backfill required for storm sewage systems; not work of this section. C. Refer to Division -3 sections for concrete work required for storm sewage systems; not work of this section. 1.03 QUALITY ASSURANCE A. Manufacturer's Qualifications Firms regularly engaged in manufacture of storm sewage system's products of types, materials, and sizes required, whose products have been in satisfactory use in similar service for not less than 5 years. B. Installer's Qualifications Firm with at least 3 years of successful installation experience on projects with storm sewage work similar to that required for project. C. Codes and Standards All storm drainage - related work including, but not limited to, removal and replacement of storm sewer pipe, removal and replacement of existing curb & gutter or headwall, and regrading of an existing drainage ditch, shall be performed in accordance with City of Augusta Public Works Department standards and specifications. Contractor is responsible for coordinating approval by Augusta Public Works Department. STORM SEWAGE SYSTEMS 02720 -1 S&P Project No. G124o8-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 � B. Ductile Iron Pipe ANSI /AWWA C151/A21.51, Latest Revision, Class 50 minimum with ANSI/AWWA C111/A21.11, latest revision push -on type joints. 1. Fittings ANSI /AWWA C111/A21.51, Latest Revision, Mechanical -Joint Type.. 2. Special Coupling for Connecting to Fiberglass Manholes Shall be specially fabricated steel couplings as manufactured by Smith - Blair, Type 411 steel couplings (or equal) with: Sleeve thickness x Length: 3/8" x 7 ", ASTM A -53 Pressure: Gravity Line content: Sanitary sewer Coating: Epoxy painted Followers: Ductile Iron, A -536 Bolts: 304 stainless steel Gaskets: BUNA N, NSF 61 C. Reinforced Concrete Pipe Pipe greater than 12 shall be ASTM C 76, Class III. 1. Fittings Reinforced concrete, same strength as adjoining pipe, tongue -and- groove gasketed joints complying with ASTM C 443. D. Concrete Pipe Pipe smaller than 12" shall be ASTM C 14, Class 2 non - reinforced concrete pipe. 1. Fittings Concrete, same strength as adjoining pipe, tongue- and - groove gasketed joints complying with ASTM C 443. E. Acrylonitrile- Butadiene - Styrene (ABS) Sewer Pipe ASTM D 2751, SDR 35 for 3 ", 4 ", and 6 "; and SDR 42 for 8 ", 10" and 12 ". 1. Fittings ABS, ASTM D 2751, solvent cement joints complying with ASTM D 2235 or elastomeric joints complying with ASTM D 3212 using gaskets complying with ASTM F 477. F. Polyvinyl Chloride (PVC) Sewer Pipe ASTM D 3033, Type PSP, SDR 35; or ASTM D 3034, Type PSM, SDR 35. 1. Fittings PVC, ASTM D 3033 or D 3034, solvent cement joints complying with ASTM D 2855 using solvent cement complying with ASTM D 2564; or elastomeric STORM SEWAGE SYSTEMS 02720 -3 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System • Augusta Utilities Project No. ICU -0069 Circular Pipe Pipe Diameter Thickness Thickness Corrugation Gauge 15" 2 -2/3 x 1/2 .060" 2 -2/3 x 1/2 16 18" to 24" 12 .075" 2 -2/3 x 1/2 14 30" to 36" 35"x24" .105" 2 -2/3 x 1/2 12 30" to 36" .164" .075" 3 x 1 14 42' to 54" 2 -2/3 x 1/2 .135" 2 -2/3 x 1/2 10 42" to 54" 12 .075" 3 x 1 14 48" to 72" 81 "x58" .105" 3 x 1 12 Pipe Arch Span -Rise Thickness Corrugation Gauge 17 "x13 .075" 2 -2/3 x 1/2 14 21 "x15" to 24 "x18" .105" 2 -2/3 x 1/2 12 28 "x20" .135" 2 -2/3 x 12 10 35"x24" .135" 2 -2/3 x 1/2 10 42 "x29" to 49 "x33" .164" 2 -2/3 x 1/2 8 57 "x38" to 71" to 47" -164" 2 -2/3 x 1/2 8 57 "x38" to 71 " to 47" .105" 3 x 1 12 71 "x47' to 77" x 52" .105" 3 x 1 12 81 "x58" .135" 3 x 1 10 D. Joints: Joints shall be made utilizing one piece connecting bands with at least 6 inches of rubber, neoprene or mastic gaskets. The connecting bands shall be 0.060 inch thick and fastened with at least 4 bolts. Width of bands shall conform to the following schedule: Circular Pipe 02720 -5 STORM SEWAGE SYSTEMS S &P Project No. G124 -08-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 Provide precast reinforced concrete catch basins as indicated. B. Basin Precast reinforced concrete, 48" diameter, flat slab top, base riser section with integral floor or as detailed on the drawings. C. Steps Ductile -iron or aluminum, integrally cast into catch basin sidewalls. D. Frame and Grate Cast or Ductile -iron, 26" diameter flat grate, heavy -duty complying with F.S. RR -F-621 and ASTM A220. E. Pipe Connectors Resilient, complying with ASTM C 923. 2.05 Riprap: The stone used for stone slope protection shall be sound, rough, dense and resistant to the action of air and water and satisfactory to the Engineer. The stone shall have a density of not less than 150 pounds per cubic foot. Neither the breadth nor the thickness of any piece of stone shall be less than one -third of its length. The stone will be subject to inspection on delivery and if found to be improper gradation or quality, it will be rejected. The stone shall consist of quarry run sizes, graded as specified below: Stone Slope Protection PART 3 - EXECUTION 3.01 INSTALLATION OF IDENTIFICATION STORM SEWAGE SYSTEMS 02720 -7 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 E. Corrugated Pipe Install in accordance with the manufacturer's installing recommendations and in accordance with the "Handbook of Steel, Drainage and Highway Construction Products ", published by the American Iron & Steel Institute. F. Cleaning Piping Clear interior of piping of dirt and other superfluous material as work progresses. Maintain swab or drag in line and pull past each joint as it is completed. In large, accessible piping, brushes and brooms may be used for cleaning. Place plugs in ends of incompleted conduit at end of day or whenever work stops. Flush lines between manholes if required to remove collected debris. G. Joint Adapters Make joints between different types of pipe with standard manufactured adapters and fittings intended for that purpose. H. Interior Inspection Inspect piping to determine whether line displacement or other damage has occurred. Make inspections after lines between manholes, or manhole locations, have been installed and approximately 2' of backfill is in place, and again at completion of project. If inspection indicates poor alignment, debris, displaced pipe, infiltration or other defects, correct such defects, and reinspect. 3.03 PRECAST CONCRETE MANHOLES A. General Place precast concrete sections as indicated. Where manholes occur in pavements, set tops of frames and covers flush with finish surface. Elsewhere, set tops 3" above finish surface, unless otherwise indicated. B. Installation: Install in accordance with ASTM C 891. STORM SEWAGE SYSTEMS 02720 -9 S &P Project No. G124-08-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Ublities Project No. ICU -0069 The slope protection shall be placed in such a manner as to produce a reasonable well - graded mass of material with the minimum practicable percentage of voids, and shall be constructed within the limits and to the lines, grades, and sections shown on the Plans. A tolerance of plus 6 inches or minus 3 inches from the limits shown on the Plans will be allowed in the finished surface on the slope protection except that the extreme of this tolerance shall not be continuous over an area greater than 100 square feet_ Materials shall be placed in horizontal layers starting on the riverward edge of the section and worked up the slope. Dumping down the slope will not be permitted. Materials shall not be dropped .form a height greater than 3 feet. Any damage to the slope due to the fault of the Contractor shall be repaired at no expense to the OWNER. 3.08 BACKFILLING A. Genera Conduct backfill operations of open -cut trenches closely following laying, jointing, and bedding of pipe, and after initial inspection and testing are completed. END OF SECTION 02720 STORM SEWAGE SYSTEMS 02720 -11 S &P Project No. G124 -08-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 SECTION 02730 - SANITARY SEWERS PART 1 - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary Conditions and Division -1 Specification sections, apply to work of this section_ 1.02 DESCRIPTION OF WORK A. General Extent of sanitary sewer work is indicated on drawings and schedules, and by requirements of this section. Refer to Division -2. Section 02221 "Excavation, Trenching and Backfilling for Utility Systems" for excavation and backfill required for sanitary sewers; not work of this section. Refer to Division -3 , Sections for concrete work required for sanitary sewers; not work of this section. • 1.03 QUALITY ASSURANCE A. Manufacturer's Qualifications Firms regularly engaged in manufacture of sanitary sewer system's products of types, materials, and sizes required, whose products have been in satisfactory use in similar service for not less than 5 years. B. Installers Qualifications Firm with at least 3 years of successful installation experience on projects with sanitary sewage work similar to that required for project. 1.04 SUBMITTALS A. Product Data Submit manufacturer's technical product data and installation instructions for sewage system materials and products. B. Certification Each length of pipe shall be marked with the following information: • Manufacturer, Size, PVC Cell Classification, Type PSM, SDR, PVC Gravity Sewer Pipe ASTM D3033; D3034, F679 or F789 and Code Number. SANITARY SEWERS 02730 -1 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 Depth Type Less than 3' Ductile Iron ................... ....... T to 10' SDR26 Greater than 10 SDR 26 B. Ductile Iron Pipe Ductile iron pipe shall be epoxy -lined and conform to ANSI 21.51 (latest version) with thickness in accordance with ANSI 21.50 (latest version) for laying condition Type 2, Class 350 for 12" and smaller pipe and Class 200 for 14" and larger pipe. 1. Joints ANSI A21.11, push -on type unless otherwise shown. 2. Coatings and Linings All ductile iron pipe and fittings shall be bituminous coated on the outside and lined with Protecto 401 Ceramic Epoxy in the inside. a. Coating on the outside shall be an asphaltic coating approximately 1 mil thick. The finished coating shall be continuous, smooth, neither brittle when cold or sticky when exposed to the sun, and shall be strongly adherent to the pipe. b. Protecto 401 Ceramic Epoxy interior lining shall conform to ASTM E- 96 -66, ASTM B -117, ASTM 6 -95, ASTM D- 714 -87. The interior of the pipe shall receive 40 mils nominal dry film thickness of Protecto 401. Lining application, inspection, certification, handling and surface preparation of the area to receive coating shall be in accordance with the Protecto 401 manufacturer specification and requirements. C. Polvvinvi Chloride (PVC) Sewer Pine: Polyvinyl chloride plastic shall be manufactured from virgin resin and conform to ASTM D -3034 (latest revision) for pipe sizes 15" and smaller, and ASTM F -679 (latest version) for pipe sizes 18" and larger, with minimum classification of SDR -35 solid wall. All pipe shall be suitable for use as a gravity sewer conduit and shall be green in color. Provisions must be made for contraction and expansion at each joint with a rubber ring. 1. Joints for PVC Pipe - Shall be integral wall bell and spigot with a rubber ring gasket. The joints shall conform to ASTM D -3212 latest revision and the gaskets shall conform to ASTM F -477 latest revision. SANITARY SEWERS 02730 -3 S&P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 2.03 SANITARY SEWER MANHOLES A. General Provide precast reinforced concrete sanitary manholes and /or fiberglass- reinforced polymer manholes as indicated on the plans. B. Precast Shall be constructed in accordance with ASTM C -478 and conform to the details on the project drawings. Bell and spigot surfaces shall be smooth, accurately formed, and provide a loose, sliding fit, with a clearance between the bell and spigot of not more than 1/6 inch. 1. Joints - Shall be tongue and groove sealed with flexible gaskets or mastic sealant. Gaskets shall be O -Ring or Type A or B 'Tylox" conforming to ASTM C-443 and mastic shall be "Ram -nek ", or equivalent, with primer. The primer shall be applied to all contact surfaces of the manhole joint at the factory in accordance with the manufacturer's instructions. 2. Steps - Shall be non - corrosive aluminum alloy equivalent to Neenah R- 1982-W or polypropylene equivalent to M.A. Industries, Type PS -1 or PS -1 -PF. The steps shall be installed at the manhole factory and in accordance with the recommendations of the step manufacturer. Manholes will not be acceptable if steps are not installed accordingly, and properly aligned vertically. 3. Leaks - No leaks in the manhole will be acceptable.. All repairs made from inside the manhole shall be made with mortar composed of one part Portland cement and two parts clean sand; the mixing liquid shall be straight bonding agent equivalent to "Acryl 60 ". '1 • • Precast concrete, of concentric cone, eccentric cone, or flat slab top type, as indicated. E. Base Precast concrete, with base riser section and separate base slab, or base riser section with integral floor, as indicated. F. Frame and Cover Ductile -iron, 26" diameter cover, heavy -duty, indented top design, with lettering at least 2" high cast into top reading "SEWER ", Neenah R -1642, Clow F -3210 or equal. Offsite manholes shall have precast manhole cones with cast in place frame for bolt -on watertight cover. SANITARY SEWERS 02730 -5 S&P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 G. Plastic Pipe Install in accordance with manufacturer's installation recommendations, and in accordance with ASTM D 2321. I. Cleaning Piping Clear interior of piping of dirt and other superfluous material as work progresses. Maintain swab or drag in line and pull past each joint as it is completed. In large, accessible piping, brushes and brooms may be used for cleaning. Place plugs in ends of uncompleted conduit at end of day or whenever work stops. Flush lines between manholes if required to remove collected debris. J. Joint Adapters Make joints between different types of pipe with standard manufactured adapters and fittings intended for that purpose. • K. Close Open Ends Of concrete or masonry utilities with not less than 8 thick brick masonry bulkheads. L. Close Open Ends of Piping With threaded metal caps, plastic plugs, or other acceptable methods for size and type material being closed. Wood plugs are not acceptable. M. Interior Inspection All sewer pipes, manholes and appurtenances shall be inspected by the Engineer and the Contractor. Inspection shall include lamping each sewer segment from manhole to manhole. If inspection indicates poor alignment, debris, displaced pipe, infiltration, or other defects, correct such defects, and re- inspect. 3.03 SANITARY MANHOLES The following installation procedures are for precast concrete manholes. SANITARY SEWERS 02730 -7 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 3.05 FIELD QUALITY CONTROL A. Testing and Cleaning Before acceptance of the sewer lines, they shall be tested and cleaned. Where obstruction is met, the Contractor shall be required to clean the sewers by means of rods or swabs or other instruments. The pipe line shall be straight and show a uniform grade between manholes. The Contractor shall notify the Engineer when the sewer lines have been cleaned and are ready for inspection. The Engineer in cooperation with the Contractor and the Owner will agree upon a date when all parties will be present and make the inspection and perform the tests specified hereinafter. B. Test for Deflection When PVC Sewer Pipe is used, the Contractor will be required to perform a deflection test. The deflection may be checked by one of two techniques. One of these is through the use of a specially designed deflectometer which when pulled through a sewer section automatically measures and records at frequent intervals the pipe's vertical and horizontal diameters. The other technique is to use a "go, no -go" mandrel, or stick for 63" and larger pipe, which is sized to such dimension that it will not "go" when encountering a deflection greater than 5 percent. This type of mandrel, as well as a deflectometer, must be of such design as to minimize the possibility of its being hung up in the pipe by silt or other residues. If a deflection of 5 percent or greater is encountered, the Contractor shall repair the pipe as necessary, wait 30 days, and retest that portion of the pipe repaired. The cost of the deflection tests and any required repairs shall be included in the appropriate bid item and no separate payment will be made for them. C. Testing for Leaks All sanitary sewer pipes shall be tested for leakage by the low pressure air method or other method submitted by the Contractor and approved by the SDR. 1. Use ASTM C 924 for Testing Concrete Pipe Sewer Lines. 2. Use ASTM F 1417 for Plastic (PVC, FRPM, FRB, HDPE, etc.) Gravity Sewer Lines. 3. Use ASTM C 828 for Vitrified Clay Pipe Lines. The Contractor, at his option, may air test the sanitary sewer line before back-filling to aid the Contractor. in checking for any defects. The testing for acceptance and compliance with the contract specifications will be performed after backfilling has been completed. If the line does not meet or exceed the SANITARY SEWERS 02730 -9 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU-0069 not present (Table 1): test duration -- 1.709 (250) = 427.25 sec. = 7 min. 8 sec.) e. Column E: Duration of air test for given incremental lengths of line. 2. Use of Tables: Table 1 is based on an air loss rate of 0.003 cfm /sf of internal surface area. Use for line installations where ground water and subsequent infiltration is not present. In the event that ground water and infiltration is present, Table 2 shall be used. SANITARY SEWERS 02730 -11 U O C E C O .0 O 0 _ r- O N O Z O LL Cf ti OJT O C LLI Z J Q C) Od LlJU' N FW- ~ Q� �5U o 0 O Z J .0 W � N J O Lv E_ F- C O . U U N d CO O Ln O O O LO M O O co O LO N O O N O LO r C7 O r L Q . C N E N N F- _ i °'LC�E U W o 2 - N j- J E O C .� m.E�E - U 2 EF- '� of (DEL„ Q ° m a c U O rn Q N _Q CL U E C(F 0- N m . ❑ N Q d N CO CD 76 C O CD c F- Q a) Lq cn N L IL O J O N U U ( d . N . C O E E O U O x O ti m Z E O v .Q (6 F- C'7 O M ti N O U) 0' W W Cn F- Z Q U) 1 0t1 Ct C1pMIt- MMnM0 d NN VMO6 M(Dr I- L) OI`OONCAOCO0 rrNIYLOI- ON(DMM r r r r N (D N a0 O7 tl- CD co 00 O N O r I- d"V'Od �Mr'It NNNO MLOOLONLO< - M LONNLO - r rNMLnCD67c r T T CV 0ONT0MNO I- M MM C "T M LO 0 O117O 'T LOMctN M Lb C6 CM W - " - - 6O - ii O6 rrMtt(DIl- 0Ntorl- MCDC004 LONt-TN"00 O V'gML,O0 V NNMLOT L() M C(7 t� T r. 00 00 N O0 C0 C0 C7> M � )0M0NLO r r r Cl) N LO LOMhaOI-- NIT 00 V Mrr0ML000 " ' co CNN&)6N6ON M6I-�OrN(MvLOtiw (0 - 'ct - MCD "T V ITMNNIgMLOMV r-TM M LO 6 4 6 CD N TTNcl) V L(7I-M0 WO V MOOMOT 0MM U) V IT M N N T T r r r N M LO MLOt� W r��CDd' T TrNM V LL7 (D I` (D O ct 0 0 0 0 0 C` r I- 0 t- M N N T O LO ;t L g M O T Mtn ti C� r �j ti 67 N C10 lO M T J J J J J J J J J J J J J O.'d'OIq ONNOct00NM MMNi- MOLOM' MCOd•MM Cl? aDti rNMLOh0MI -LL70 r r r N N M h 00 0(1 OmOM "It mmON(D OMMMOLt7MrMMMti0 LO M N N c -c - e- r 0O 'IT q3 gMNrO M LC3 !� 0 N LO M r d �- N N N M M ,Y' CD M C0 N M M CV NNOMmm S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 evacuate the manhole to five pounds per square inch (5 psigv) or (10 inches Hg). Close the inlet / outlet valve and monitor the vacuum for the test period specified on the following table. The manhole will be considered acceptable if the vacuum drops less than one half pound per square inch (0.5 psigv) or (1 inch Hg) within the given test time. DEPTH Time Time FEET Seconds Seconds 48- inch diameter 60 -inch diameter 8 20 26 10 25 33 12 30 39 14 35 46 16 40 52 18 45 59 20 50 65 22 55 72 24 59 78 26 64 85 28 69 91 30 74 98 Time Seconds 72 -inch diameter 33 41 49 57 65 73 81 89 97 105 113 121 Time of Testing: The vacuum test shall be conducted after all the pipes and manholes have been backfilled, all final grading is complete, and the base layer of asphalt has been spread. Repairs: Repair or replace and retest, in a manner approved by the Engineer, any manhole not meeting the vacuum test requirements, at no cost to the Owner. Subsequent Failure: Infiltration of groundwater, following a successful vacuum test as specified, should be considered good evidence that the original test was in error or that subsequent failure of the manhole has occurred. The Contractor will correct such failures in a manner approved by the Engineer and at no cost to the Owner should this occur within the 1 - year warranty period. F. T.V. Inspection In the event of problems encountered during pressure testing or visual inspection, prior to acceptance of any sanitary sewer line, six -inch and larger lines shall be inspected internally by television as outlined below at the Contractor's expense, if required by the AUD. Defects such as high and low spots, joint separations, offset joints, chipped ends, cracked or damaged pipe, infiltration points and debris in lines shall be • corrected by the contractor, at his expense. For joint separations, low spots, and chipped ends, the following maximum acceptable limits shall apply. SANITARY SEWERS 02730 -15 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System . Augusta Utilities Project No. ICU -0069 8. The Contractor will be notified in writing by the Augusta Utilities Department of any deficiencies revealed by the television inspection that will require repair. If corrective work is indicated and the Contractor wishes to view videotapes, he shall contact the Resident Project Representative to set a time for viewing with the Augusta Utilities Department. 9. Corrective work shall be done by the Contractor at his expense. 10. Those portions of the pipeline system that have been corrected shall be re- televised and videotaped at the Contractor's expense and the tapes and reports delivered to the Resident Project Representative. 11. The procedure outlines in conditions "1" thru °7" above will be repeated until all deficiencies observed by television inspection have been corrected to the complete satisfaction of the Resident Project Representative. 12. All videotapes and reports shall become the property of the Augusta Utilities Department. G. Final Visual Inspection A final visual inspection will be made by the Augusta Utilities Department to ensure that there is no ground water intrusion into the sanitary sewer system. If ground water intrusion is discovered by Augusta Utilities, corrective work shall be performed by the Contractor at his expense. H. Connection To Existing Sanitary Sewer Systems Temporary plugs, brick, mortar, or other approved devices shall be installed on all sewer projects at points of connection to existing facilities. The plugs shall remain in place until completion of the testing as covered in Sub- section 3.06 of this specification. These plugs, intended to prevent water and /or debris from entering the existing system, shall be installed and removed in the presence of the Resident Project Representative. The system shall be cleaned prior to plug removal. 3.06 MEASUREMENT AND PAYMENT Measurement and payment for items provided under this Section shall be in accordance with Section 01200. END OF SECTION 02730 SANITARY SEWERS 02730 -17 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 SECTION 03310 - CONCRETE WORK PART GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary Conditions and Division -1 Specification sections, apply to work of this section. 1.02 SUMMARY Extent of concrete work is shown on drawings. 1.03 SUBMITTALS A. Product Data Submit data for proprietary materials and items, including reinforcement and forming accessories, admixtures, patching compounds, waterstops, joint systems, curing compounds, and others as requested by Engineer. B. Shop Drawings; Reinforcement Submit original shop drawings for fabrication, bending, and placement of concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, diagrams of bent bars, arrangement of concrete reinforcement. Include special reinforcement required for openings through concrete structures. C. Laboratory Test Reports Submit laboratory test reports for concrete materials and mix design test. 1.04 QUALITY ASSURANCE A. Codes and Standards Comply with provisions of following codes, specifications, and standards, except where more stringent requirements are shown or specified: ACI 301 "Specifications for Structural Concrete for Buildings ". ACI 305 "Hot Weather Concreting -ACI 305R (Rev. 1982)." ACI 315 "Details and Detailing of Concrete Reinforcement." CONCRETE WORK 03310 -1 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 D. Forms for Cylindrical Columns and Supports Metal, fiberglass reinforced plastic, or paper or fiber tubes. Construct paper or fiber tubes of laminated plies using water - resistant adhesive with wax - impregnated exterior for weather and moisture protection. Provide units with sufficient wall thickness to resist loads imposed by wet concrete without deformation. E. Form Coatings Provide commercial formulation form - coating compounds that will not bond with, stain, nor adversely affect concrete surfaces, and will not impair subsequent treatments of concrete surfaces. F. Form Ties Factory- fabricated, adjustable-length, removable or snap off metal form ties, designed to prevent form deflection and to prevent spacing concrete upon removal Provide units which will leave no metal closer than 1 -1/2° to surface. Provide ties which, when removed, will leave holes not larger than 1" diameter in concrete surface. 2.02 REINFORCING MATERIALS • A. Reinforcinq Bars ASTM A615, Grade 60, deformed. B. Welded Wire Fabric ASTM Al 85, welded steel wire fabric. C. Supports for Reinforcement Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Use wire bar type supports complying with CRSI specifications. 1. For slabs -on- grade use supports with sand plates or horizontal runners. where base material will not support chair legs. 2. For exposed -to -view concrete surfaces, where legs of supports are in contact with forms, provide supports with legs which are plastic protected (CRSI, Class 1) or stainless steel protected (CRSI, Class 2). 2.03 CONCRETE MATERIALS • CONCRETE WORK 03310 -3 S &P Project No. G124-08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 "Eucon WR -75 "; Euclid Chemical Co. "Polyheed 907"; Master Builders. "Plastocrete 160 "; Sika Chemical Corp. "Chemtard ", Chem - Masters Corp. "Pro- Kete -N "; Protex Industries, Inc. G. Prohibited Admixtures Calcium chloride thyocyanates or admixtures containing more than 0.1 percent chloride ions are not permitted. H. Fibrous Reinforcement Collated, fibrillated, polypropylene fibers for secondary reinforcement of concrete slabs. 1. Available Products Subject to compliance with requirements, products which may be incorporated in the work include, but are not limited to, the following: "Forta CR "; Forta Corp. "Fibermesh "; Fibermesh, Inc. 2.04 RELATED MATERIALS • A. Waterstops Provide waterstops where shown. Also provide waterstops in all expansion joints and in construction joints as required to make structures watertight. Provide 6 -inch high polyvinyl chloride waterstops. Polyvinyl chloride waterstops of expansion joints shall be center bulb type equal to No. 7C by W.R. Grace and Company, No. 9380LB. by Sonneborn - Contech, RCB -6316 by BoMetals, Inc. or equal and as specified. Polyvinyl chloride waterstops for construction joints shall be No. 3 by W R. Grace and Company, No. 4316 by Sonnebom - Contech, FR -6316 by BoMetals, Inc., or equal, and as specified herein. Polyvinyl chloride waterstops have the following properties: Tensile Strength (ASTM D412) 2000 psi min. Ultimate Elongation (ASTM D412) 350 Percent min. Low Temperature Brittleness (ASTM D746) -35 Degrees F. B. Granular Base Evenly graded mixture of fine and coarse aggregates to provide, when compacted, a smooth and even surface below slabs on grade, where shown. C. Vapor Retarder CONCRETE WORK 03310 -5 S &P Project No. G124 -08-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 Liquid type membrane - forming curing compound complying with ASTM C309, Type 1, Class A. Moisture loss not more than 0.055 gr. /sq. cm. when applied at 200 sq ft. /gal. 1. Available Products Subject to compliance with requirements, products which may be incorporated in the work include, but are not limited to, the following: "Masterseal; Master Builders. "Clear Seal "; A.C. Horn, Inc. "Sealco 309"; Gifford -Hill /American Admixtures. "J -20 Acrylic Cure "; Dayton Superior. "Sealkure "; Toch Div. - Carboline. "Kure-N -Seal; Sonneborn - Rexnord. "Klearseal "; Setcon Industries. "LR -152 "; Protex Industries. "Hardtop "; Gifford -Hill. E. Bonding Compound Polyvinyl acetate or acrylic base. 1. Available Products Subject to compliance with requirements, products which may be incorporated in the work include, but are not limited to, the following: 2. Polyvinyl Acetate (Interior Only) "Euco Weld'; Euclid Chemical Co. "Weldcrete "; Larsen Products Corp. 3. Acrylic or Styrene Butadiene "J-40 Bonding Agent"; Dayton Superior Corp. "Everbond"; L & M Construction Chemicals. "Hornweld "; A.C. Horn, Inc. "Sonocrete "; Sonneborn - Rexnord. "Acrylic Bondcrete "; The Burke Co. "SBR Latex "; Euclid Chemical Co. "Daraweld C "; W.R. Grace G. Epoxy Adhesive ASTM C881, two component material suitable for use on dry or damp surfaces. Provide material 'Type ", "Grade ", and "Class" to suit project requirements. 1. Available Products Subject to compliance with requirements, products which may be incorporated in the work include, but are not limited to, the following: CONCRETE WORK 03310 -7 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System . Augusta Utilities Project No. ICU -0069 4. Use air - entraining admixture in exterior exposed concrete, unless otherwise indicated. Add air - entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having total air content with a tolerance of plus -or -minus 1 -1/2 percent within following limits: 5.0 percent (moderate exposure); 6.0 percent (severe exposure) 3/4" max. aggregate. 5. Use admixtures for water - reducing and set- control in strict compliance with manufacturer's directions. G. Slump Limits Proportion and design mixes to result in concrete slump at point of placement as follows: Ramps, slabs, and sloping surfaces: Not more than 3 ". Reinforced foundation systems: Not less than 1" and not more than 3 ". Other concrete: Not less than 1" nor more than 4 ". 2.06 CONCRETE MIXING A: Ready -Mix Concrete • Comply with requirements of ASTM C 94, and as herein specified. During hot weather, or under conditions contributing to rapid setting of concrete, a shorter mixing time than specified in ASTM C 94 may be required. PART 3 - EXECUTION 3.01 GENERAL Coordinate the installation of joint materials and vapor retarders with placement of forms and reinforcing steel. 3.02 FORMS A. Maintenance Design, erect, support, brace, and maintain formwork to support vertical and lateral, static, and dynamic loads that might be applied until such loads can be supported by concrete structure. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation, and position. Maintain formwork construction tolerances complying with ACI 347. B. Design e CONCRETE WORK 03310 -9 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 3.03 VAPOR RETARDER INSTALLATION A. Fallowing leveling and tamping of granular base for slabs on grade, place vapor retarder sheeting with longest dimension parallel with direction of pour. B. Lap joints 6" and seal with appropriate tape. C. After placement of moisture barrier, cover with granular material and compact to depth as shown on drawings. 3.04 PLACING REINFORCEMENT A. Comply with Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars ", for details and methods of reinforcement placement and supports, and as herein specified. Avoiding cutting or puncturing vapor retarder during reinforcement placement and concreting operations. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials which reduce or destroy bond with concrete. • C. Accurately position support, and secure reinforcement against displacement by formwork, construction, or concrete placement operations. Locate and support reinforc- ing by metal chairs, runners, bolsters, spacers, and hangers, as required. D. Place reinforcement to obtain at least minimum coverages for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. E. Install welded wire fabric in as long lengths as practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset end laps in adjacent widths to prevent continuous laps in either direction. 3.05 JOINTS A_ Construction Joints Locate and install construction joints as indicated or, if not indicated, locate so as not to impair strength and appearance of the structure, as acceptable to Engineer. CONCRETE WORK 03310 -11 S &P Project No. G12408 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 If joint pattern not shown, provide joints not exceeding 15' in either direction and located to conform to bay spacing wherever possible (at column centerlines, half bays, third- bays). 1. Joint Sealant Material Joint sealant material is specified in Division -7 sections of these specifications. 3.06 PREPARATION OF FORM SURFACES Clean re -used forms of concrete matrix residue, repair and patch as required to return forms to acceptable surface condition. Coat contact surfaces of forms with a form - coating compound before reinforcement is placed. Thin form - coating compounds only with thinning agent of type, amount, and under conditions of form - coating compound manufacturer's directions. Do not allow excess form - coating material to accumulate in forms or to come into contact with in -place concrete surfaces against which fresh concrete will be placed. Apply in compliance with manufacturer's instructions. 0 , Coat steel forms with a non - staining, rust - preventative form oil or otherwise protect against rusting. Rust - stained steel formwork is not acceptable. 3.07 CONCRETE PLACEMENT A. Pre - placement Inspection Before placing concrete, inspect and complete formwork installation, reinforcing steel, and items to be embedded or cast -in. Notify other crafts to permit installation of their work; cooperate with other trades in setting such work. Moisten wood forms immediately before placing concrete where form coatings are not used. Apply temporary protective covering to lower 2' of finished walls adjacent to poured floor slabs and similar conditions, and guard against spattering during placement. B. General Comply with ACl 304 "Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete ", and as herein specified. Deposit concrete continuously or in layers of such thickness that no concrete will be placed on concrete which has hardened sufficiently to cause the formation of seams or planes of weakness. If a section cannot be placed continuously, provide construction CONCRETE WORK 03310 -13 S &P Project No. G124 -0 8-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 Protect concrete work from physical damage or reduced strength which could be caused by frost, freezing actions, or low temperatures, in compliance with ACI 306 and as herein specified. 1. When air temperature has fallen to or is expected to fall below 40 deg F (4 deg C), uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F (10 deg C), and not more than 80 deg F (27 deg C) at point of placement. 2. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3. Do not use calcium chloride, salt, and other materials containing antifreeze agents or chemical accelerators, unless otherwise accepted in mix designs. K. Hot Weather Placing When hot weather conditions exist that would seriously impair quality and strength of concrete, place concrete in compliance with ACI 305 and as herein specified. 1. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 deg F (32 deg C). Mixing water may be chilled, or chopped ice may be used to control temperature provided water equivalent of ice is calculated to total amount of mixing water. Use of liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcing steel with water-soaked, burlap if it becomes too hot, so that steel temperature will not exceed the ambient air temperature immediately before embedment in concrete. 3. Fog spray forms, reinforcing steel, and subgrade just before concrete is placed. 4. Use water - reducing retarding admixture (Type D) when required by high temperatures, low humidity, or other adverse placing conditions. 3.08 FINISH OF FORMED SURFACES A. Rough Form Finish For formed concrete surfaces not exposed -to -view in the finish work or by other construction, unless otherwise indicated. This is the concrete surface having texture imparted by form facing material used, with tie holes and defective areas repaired and patched and fins and other projections exceeding 1/4" in height rubbed down or chipped Off. B. Smooth Form Finish • CONCRETE WORK 03310 -15 S &P Project No. G124-08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 B. Trowel Finish Apply trowel finish to monolithic slab surfaces to be exposed -to -view, and slab surfaces to be covered with resilient flooring, carpet, ceramic or quarry tile, paint, or other thin film finish coating system. C. Troweling After floating, begin first trowel finish operation using a power -driven trowel Begin final troweling when surface produces a ringing sound as trowel is moved over surface. Consolidate concrete surface by final hand - troweling operation, free of trowel marks, uniform in texture and appearance, and with surface leveled to tolerances of F 20 - F 17. Grind smooth surface defects which would telegraph through applied floor covering system. D. Non -Slip Broom Finish Apply non -slip broom finish to exterior concrete platforms, steps, and ramps, and else- where as indicated. Immediately after float finishing, slightly roughen concrete surface by brooming with fiber bristle broom perpendicular to main traffic route. Coordinate required final finish with Engineer before application. 3.10 CONCRETE CURING AND PROTECTION A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Start initial curing as soon as free water has disappeared from concrete surface after placing and finishing. Weather permitting, keep continuously moist for not less than 7 days. Begin final curing procedures immediately following initial curing and before concrete has dried. Continue final curing for at least 7 days in accordance with AC1 301 procedures. Avoid rapid drying at end of final curing period. B. Curing Methods Perform curing of concrete by curing and sealing compound, by moist curing, by moisture- retaining cover curing, and by combinations thereof, as herein specified. 1. Provide moisture curing by following methods: CONCRETE WORK 03310 -17 • S &P Project No. G124 -08-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No_ ICU -0069 Apply a second coat of specified curing and sealing compound only to surfaces given a first coat. 3.11 REMOVAL OF FORMS A. Formwork not supporting weight of concrete such as sides of beams, walls, columns, and similar parts of the work, may be removed after cumulatively curing at not less than 50 deg F (10 deg C) for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form removal operations, and provided curing and protection operations are maintained. B. Formwork supporting weight of concrete such as beam soffits, joists, slabs, and other structural elements, may not be removed in less than 14 days and until concrete has ` attained design minimum compressive strength at 28 days. Determine potential compressive strength of in -place concrete by testing field -cured specimens repre- sentative of concrete location or members. C. Form facing material may be removed 4 days after placement, only if shores and other vertical supports have been arranged to permit removal of form facing material without loosening or disturbing shores and supports. 3.12 RE -USE OF FORMS Clean and repair surfaces of forms to be re -used in work. Split, frayed, delaminated, or otherwise damaged foram facing material will not be acceptable for exposed surfaces. Apply new form coating compound as specified for new formwork. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joint to avoid offsets. Do not use "patched" forms for exposed concrete surfaces, except as acceptable to Engineer. 3.13 MISCELLANEOUS CONCRETE ITEMS A. Filling-In: Fill -in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of other trades is in place. Mix, place, and cure concrete as herein specified, to blend with in -place construction. Provide other miscellaneous concrete filling shown or required to complete work. B. Curbs Provide monolithic finish to interior curbs by stripping forms while concrete is still green and steel - troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. CONCRETE WORK 03310 -19 S &P Project No. G124 -0 8-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 herein specified. Test unformed surfaces sloped to drain for trueness of slope, in addition to smoothness using a template having required slope. 1. Repair finished unformed surfaces that contain defects which affect durability of concrete. Surface defects, as such, include crazing, cracks in excess of 0.01" wide or which penetrate to reinforcement or completely through non - reinforced sections regardless of width, spalling, pop honeycomb, rock pockets, and other objectionable conditions. 2. Correct high areas in unformed surfaces by grinding, after concrete has cured at least 14 days. 3. Correct low areas in unformed surfaces during or immediately after completion of surface finishing operations by cutting out low areas and replacing with fresh concrete. Finish repaired areas to blend into adjacent concrete. Proprietary patching compounds may be used when acceptable to Engineer. 4. Repair defective areas except random cracks and single holes not exceeding 1" diameter, by cutting out and replacing with fresh concrete. Remove defective areas to sound concrete with clean, square cuts and expose reinforcing steel with at least 3/4" clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding compound. Mix patching concrete of same materials to provide concrete of same type or class as original concrete. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. 3.14 QUALITY CONTROL TESTING DURING CONSTRUCTION A. Testing The Owner will employ a testing laboratory to perform tests and to submit test reports. Sampling and testing for quality control during placement of concrete may include the following, as directed by Engineer. B. Sampling Fresh Concrete ASTM C 172, except modified for slump to comply with ASTM C 94. C. Slump ASTM C 143; one test at point of discharge for each day's pour of each type of concrete; additional tests when concrete consistency seems to have changed. D. Air Content CONCRETE WORK 03310 -21 1 S &P Project No. G124 -08-01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 4. Test results will be reported in writing to Engineer, Structural Engineer and Contractor within 24 hours after tests. Reports of compressive strength tests shall contain the project identification name and number, date of concrete placement, name of concrete testing service, concrete type and class, location of concrete batch in structure, design compressive strength at 28 days, concrete mix proportions and materials; compressive breaking strength and type of break for both 7 -day tests and 28 -day tests. G. Nondestructive Testing Impact hammer, sonoscope, or other nondestructive device may be permitted but shall not be used as the sole basis for acceptance or rejection. H. Additional Tests The testing service will make additional tests of in- place concrete when test results indicate specified concrete strengths and other characteristics have not been attained in the structure, as directed by Engineer. Testing service may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. Contractor shall pay for such tests when unacceptable concrete is verified. END OF SECTION 03310 CONCRETE WORK 03310 -23 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 SECTION 11210 - METERING MANHOLES PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. Metering manholes. 1.02 RELATED SECTIONS A. Drawings and general provisions of the Contract, including General and Special Conditions, and Division -1 Specification Sections apply to work of this section. B. Section 03301 — Cast -in -place concrete 1.03 REFERENCES A. ASTM C 581 — Practice for Determining Chemical Resistance of Chemical Thermosetting Resins Used in Glass -Fiber Reinforced Structures Intended for Liquid Service. B. ASTM D 638 — Standard Test Method for Tensile Properties of Plastics. C. ASTM D 695 - Test Methods for Compressive Properties of Rigid Plastics. D. ASTM D 790 — Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. E. ASTM D 2583 — Test Method for Indentation Hardness of Rigid Plastics by Means of a Barcol Impressor. F. ASTM D 2584 — Test Method for ignition Loss of Cured Reinforced Resins. G. ASTM D 3753 — Standard Specification for Glass -Fiber Reinforced Polyester Manholes. H. AASHO H -20 — Axial Loading. 1.04 SUBMITTALS A. Submit under provisions of Section 01800. B. Product Data: Test results of representative fiberglass reinforced plastic laminate. C. Shop Drawings: Show: 1. Critical dimensions, jointing and connections, fasteners and anchors. 2. Materials of construction. 3. Sizes, spacing, and location of structural members, connections, attachments, openings, and fasteners. 4. Color(s). D. Samples: 8 -inch square sample of representative fiberglass reinforced • plastic laminate. E. Manufacturer's installation instructions. METERING MANHOLES 11210 -1 S &P Project No. G12408 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 r 6. Integral fiberglass ladder bolted and glassed to the manhole wall with 1 1/2 inch by 1 1/2 inch pultruded fiberglass rungs with a photoluminescent high visibility non -slip top surface and reinforced with threaded T -304 5/6 inch diameter stainless steel rods. 7. Integrally molded inlet and outlet PVC or fiberglass pipe laminated to both the interior and exterior surfaces of the manhole. 8. Flexible PVC boots with stainless steel bands to connect 15" manhole pipe stubs to proposed pipe. 9. A 3/4 inch thick expanded polystyrene bead board shall be supplied to place under the manhole on the concrete slab. 10. A four (4) inch FRP integral mounting flange shall be molded to the base of the manhole barrel for anchoring to the manhole to the concrete slab. 11. An OSHA approved Confined Space Entry" sign shall be applied to the interior surface of the manhole above the first ladder rung (H -20 type) or on the underside of the manhole top (dome top and aluminum hatch types). 12. One (1) 2 inch NPT coupling to facilitate the installation of sample or bubble tubing, electrical power, or other cabling into the manhole. Run sample lines and electrical lines in separate conduits. C. Materials 1. The resins used shall be unsaturated, supplier certified, isophthalic polyester resins. Mixing lots of resin from different manufacturers or "odd - lotting" of resins shall not be permitted. Quality assurance records on the resin shall be maintained. Non - pigmented resin is required to allow for light or "sand" color of manhole surface in order to facilitate easy from grade interior inspection. U.V. inhibitors shall be added directly to the resin to prevent photo- degradation 2. 15 mil Isophthalic U.V. resistant gel coat on all exterior surfaces 3. Reinforcing materials shall be high performance commercial grade with a coupling agent that will provide a suitable bond between the glass reinforcement and the resin. 4. The manhole laminate shall consist of multiple layers of glass matting and resin. The surface exposed to the sewer / chemical environment shall be resin rich and shall have no exposed fibers. 5. The flume laminate shall be a minimum of 3/16 thick, with those portions of the flume extending outside the manhole sufficiently thickened and reinforced as necessary to withstand the forces of the intended application. 6. Tensile strength (ASTM D 638): 14,000 PSI. 7. Flexural strength (ASTM D 790)_ 25,000 PSI. 8. Flexural modulus (ASTM D 790): 1,000,000 PSI. 9. Barcol hardness (ASTM D 2583): 40. i 10. Stiffness (ASTM D2412): . Manhole Length (ft.) PSI METERING MANHOLES 11210 -3 S &P Project No. G124 -08 -01 Fort Gordon Eisenhower Hospital Area Gravity Sewer System Augusta Utilities Project No. ICU -0069 • PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that the flume dimensions are correct and project conditions are suitable for installation. Do not proceed with installation until condition deficiencies have been corrected. 3.02 INSTALLATION A. Install products in accordance with engineer's instructions, plans, blueprints, etc, local codes, and' in a manner consistent with the installation instruction and recommendation of the manufacturer. B. Ensure that the product is installed plumb and true, free of twist or warp, within the tolerances specified by the manufacturer and as indicated in the contract documents. C. Nylon or fabric slings should be used in conjunction with a spreader bar to lift or move the manhole. D. UNDER NO CONDITIONS SHOULD CHAINS OR CABLES BE USED. E. Excavate an area large enough to contain the manhole and the concrete pad while allowing for sufficient space to allow for a safe work environment. F. Follow all OSHA requirements for open trench construction. G. Pour a pad of sufficient width and length to support all of the manhole, the flume, and the connecting piping. The thickness of the pad shall be as indicated on the plans. The surface of the pad should be troweled and level to one - eighth (1/8) inch. H. Clean the concrete slab of all sharp objects and debris before laying the foam pad provided with the manhole. I. If PVC boots are provided, install them on the manhole pipe stubs before lowering the manhole into the opening. J. Lower the manhole onto the pad. K. Drill holes in the foam and concrete pads to accept the stainless steel anchor bolts L. Check to ensure that the flume is level from side to side and from front to back, adjust the pad and anchor bolts as necessary. M. Connect and secure piping. DO NOT LUBRICATE THE PVC BOOTS IF PROVIDED. N. Grout under all section of the manhole above the slab. O. Backfill with pea gravel, 1/4 inch to 3/4 inch in diameter, using uniform lifts of no more than 12 inches. P. WARNING: METERING MANHOLES MAY BE CLASSIFIED AS CONFINED SPACE ENTRY LOCATIONS. CONSULT ALL APPROPRIATE LOCAL, STATE, AND FEDERAL REGULATIONS BEFORE ENTERING. • METERING MANHOLES 11210 -5 •