Loading...
HomeMy WebLinkAboutGARYS GRADING AND PIPELINE CONTRACT -- r() DOCUMENTS - t.94' and 41/69 ( = SPECIFICATIONS < ; /j TECHNICAL , for ``' ,v /, r:7 BUTLER CREEK INTERCEPTOR UPGRADE EAST — PHASE I Augusta Utilities Department Project No. 60107 Revision 1: 04/30/09 Revision 2: 10/16/09 — GA EPD Supplemental GC .x. Prepared For Augusta- Richmond County Commission 530 Greene Street Augusta, Georgia 30911 (706) 821 -1706 ) ' fu , Prepared By: W. R. Toole Engineers, Inc. 1005 Broad Street, Suite 200 Augusta, Georgia 30901 (706) 722 -4114 o_o S 1�RF� No. 030396 '� 44f T Client#: 1323018 16GARYSGRA ACORDr. CERTIFICATE OF LIABILITY INSURANCE DATE (MM ) 010 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: BB &T- Ingram McDaniel & Assoc PHONE 706 647 -8121 FAX 888- 831 -8407 517 North Church Street �A/C -MA No, Ext) (A/c, No): IL ADDRESS: Thomaston, GA 30286 PRODUCER 706 647 -8121 CUSTOMER ID #: INSURER(S) AFFORDING COVERAGE NAIC # INSURED INSURER A Bituminous Casualty Corp 20095 Gary's Grading & Pipeline Company Inc. INSURER B: Rockhill Insurance Company 28053 7437 Highway 81 SW T Property Casualty Co 25674 Monroe, GA 30656 INSURER C : _ p Y Y INSURER D : Chubb Custom Insurance Company 38989 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE AWL SUBR POLICY EFF POLICY EXP LIMITS LTR NSR AND POLICY NUMBER (MM/DD/YYYY) (MMIDD/YYYY) A GENERAL LIABILITY X x CLP3273369B 05/12/2010 05/12/2011 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTE X COMMERCIAL GENERAL LIABILITY PREMISES (Ea occcurrence) $100,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $5,000 X PD Ded:1,000 PERSONAL & ADV INJURY $1,000,000 X includes: X, C & U GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $2,000,000 _ POLICY X PRO- .IFCT LOC A AUTOMOBILE LIABILITY x x CAP3537560B 05/12/2010 05/12/2011 COMBINED SINGLE LIMIT (Ea accident) $ 000,000 X ANY AUTO BODILY INJURY (Per person) $ ALL OWNED AUTOS BODILY INJURY (Per accident) $ SCHEDULED AUTOS DAMAGE X HIRED AUTOS (Per accident) $ r. X NON -OWNED AUTOS $ A UMBRELLA LIAB X OCCUR CUP2582083B 05/12/2010 05/12/2011 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS -MADE AGGREGATE $5,000,000 B DEDUCTIBLE RXSUR000003100 05/12/2010 05/12/2011 $5,000,000 RETENTION $ 10,000 $5,000,000 A WORKERS COMPENSATION WC3537861 05/12/2010 05/12/2011 X WC STATU OTH- AND EMPLOYERS' LIABILITY TORY LIMITS FR ANY PROPRIETOR/PARTNER/EXECUTIVE N E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? n N/A (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 C Install /Builders QT6600540B751TIL10 05/12/2010 05/12/2011 $6,000,000 inst limit leased /rented equ $600,000 limit DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) ** Workers Comp Information **Proprietors /Partners /Executive Officers /Members Excluded: Christopher Opolka, CEO /CFO; Peter Opolka, Secretary; Gary Opolka (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION 10 Days for Non - Payment SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Disadvantaged Business ACCORDANCE WITH THE POLICY PROVISIONS. Enterprise Department 501 Green Street, Suite 304 AUTHORIZED REPRESENTATIVE Augusta, GA 30901 © 1988 -2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) 1 of 2 The ACORD name and logo are registered marks of ACORD #S5548020/M5306951 BB7 AAA • DESCRIPTIONS (Continued from Page 1) D)Pollution Liability - policy number 37312899 - effective 5/12/2010 expiration 5/12/2011 $2,000,000 Aggregate $1,000,000 Occurrence $25,000 deductible Job: BUTLER CREEK INTERCEPTOR UPGRADE EAST- PHASE I Disadvantaged Business Enterprise Department, Owner, Contractor, Subcontractors, Program Manager, Professional and Professional's Consultants are listed as an additional insured with respect to General, Automobile Liability, if required by written contract. A Waiver of Subrogation applies in favor of the Disadvantaged Business Enterprise Department,Owner, Contractor, Subcontractors, Program Manager, Professional and Professional's Consultants as to General and Auto Liability and Workers Compensation. All coverages /extensions of coverage /endorsements are limited to the extent of the policy terms, conditions and exclusions. Insurance is primary non - contributory. AMS 25.3 (2009/09) 2 of 2 #S5548020/M5306951 • 4 �.. JirO l. 7 �FirC 9 'l1Cl! //tl1C /1/ G E, o riNt A (re P17%!14 1iYXer%.r TO: All Bidders Phyllis Mills, Quality Assurance Analyst Drew Goins, Utilities FROM: Geri Sams I P Procurement Director DATE: December 2, 2009 SUBJ: New Bid Dates BID ITEM: 09 -184 Butler Creek Interceptor Upgrade East — Phase 1 NEW OPENING: Wednesday, January, 13, 2010 at 3:00 P.M. ADDENDUM NO. 1 The bid dates for Bid #09 -184 — Butler Creek Interceptor Upgrade East — Phase I has been changed: Mandatory Pre -Bid Date: FROM: Tuesday, December 8, 2009 @ 10:00 a.m. TO: Tuesday, December 15, 2009 @ 10:00 a.m. Last Day to submit questions: FROM: Thursday, December 15, 2009 by 5:00 p.m. TO: Tuesday, December 22, 2009 by 5:00 p.m. Bid Opening Date: FROM: Wednesday, December 30, 2009 at 3:00 p.m. TO: Wednesday, January 13, 2010 at 3 :00 p.m. Please acknowledge addendum in your submittal. END ADDENDUM Room 605 - 530 Greene Street, Augusta Georgia 30901 (706) 821 -2422 - Fax (7004:18arid0 111Bid 09 - 184 Butler Creek Interceptor Phase 1 www.augustaga.gov Page 1 of 1 Register at www.demandstar.com% supplier for automatic bid notification 0 t h 4 t c P • • G. 1 A gia err X. G TO: All Bidders Phyllis Mills, Quality Assurance Analyst Tom Weidmeiier, Utilities Department FROM: Geri Sams 9¢ Procurement Director DATE: December 21, 2009 SUBJ: Clarifications & Changes to Specifications and Responses to Vendor BiD ITEM: BiDS 09 -184 & 09 -185: BUTLER CREEK INTERCEPTOR EAST UPGRADE, PHASE I & II BADE, BID OPENING DATE: January 13, 2010, 3:00 p.m. ADDENDUM NO. 2 This Addendum forms a part of the Contract Documents and modifies the original Bidding noted below. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject Bidder to disqualification, Documents as This Addendum consists of 37 pages including attachments. All Attachments will be se receipt mail along with the full hard copy of addendum 2. nt certified 1. Pre -Bid Meeting Summary A pre -bid meeting was held on Tuesday, December 15, 2009. A brief summary mary of the meeting is noted a. Plans / Contract Documents are to be purchased from Augusta Blueprint; $250 per set b. Contractor to include notarized procurement forms with bid submittal package Attach which includes: (Attachment B o Statement of Non - Discrimination o Non - Collusion Affidavit of Prime o Conflict of Interest form o Contractor Affidavit and Agreement (E- Verify # required) c. WRTE provided project overview and discussed specific Pre -Bid Meeting agenda items. d. Augusta Utilities Department (AUD) discussed inspection and scheduling issues. These i o Contractor actor approval for to request a include; q weekend or holiday work 72 -hours in advance (minimum). o Work within the City of Augusta right -of -way will require coordination and inspection through the Augusta Engineering Department. The cost of inspection by the City of Augusta, Georgia before or after regular working hours, on Saturdays, Sundays, or Augusta, Georgia Legal Holidays, shall be paid for by the Contractor re uirin inspection at a rate of 1 -1/2 times the regular salary q g the for the employer's FICA/Medicare match. Approval f or the inspection outside of normal working hours shall be obtained from the City Engineer forty- Prior to the commencement of work requiring inspection ot de of hours the Contractor shall sign a form which is furnished by Augusta Engineering Department agreeing to pay the overtime. Augusta Engineering Department will bill the Contractor for Payment. Clarifications — Construction and materials testing. a. Augusta Utilities Department will provide the following construction and materials to services. testing Room 605 - 530 Greene Street, Augusta Georgia 30901 (706) 821 -2422 - Fax (706) 821 -281 1 www.aueustaga 91 Register at www.demandstar.com /su lier for automat b not Bid Items #09 -184 & #09 -185 Butler Creek Addendum #2 Page 1 i. Density Testing ii. NPDES Sampling and Monitoring NPDES Monthly Reporting b. All other construction and materials testing, including the testing of construction materials within the City of Augusta right -of -way, will be provided by the Contractor per the Contract Documents. 2. Materials and Alternates a. Centrifugally Cast Fiberglass Reinforced Polymer Mortar (FRPM) Pipe is included as a bid alternate in lieu of ductile iron pipe (DIP) with the noted conditions. A revised bid schedule is included with Addendum No. 2. b. FRPM is not approved for Georgia Department of Transportation right -of -way crossings or railroad crossings for this project. Irregardless of the Owner selected alternative, steel casing pipe installed by jack or bore with DIP carrier pipe is required between: i. Manhole #10A-#11A ii. Manhole #28A - #29A iii. Manhole #64A - #65A iv. Manhole #89A — #90A v. Manhole #97A - #98A c. FRPM technical specifications (Section 02539 -FRPM) and embedment detail are included. No separate payment will be made for the aggregate backfill or non -woven geotextile. d. Pre -cast Manholes i. Pre -cast concrete manholes will be measured and paid for as outlined in the Augusta Utilities Department measurement and payment standards. Additional depth manholes are measured and paid as outlined in the contract documents. ii. Pre -cast manholes may transition from the full height and diameter base section to a minimum of 4 -feet inside diameter. The minimum height of the base section shall provide 6- inches (min.) of vertical separation between the top of the pipe opening and the top of the base section. The transition is to be made by eccentric cone transition section or Engineer approved equal. All pre -cast manholes shall conform to ASTM C -478 and Augusta Utilities Department Standards and Details. iii. Ductile iron transition bases are an acceptable alternative to full diameter manhole base structures, except where Connector manholes or manholes including drop piping are specified. 1. Contractor's attention is directed to the potential for additional manhole invert construction as necessitated by the geometric relationship between the transition base and pipe alignment. 2. Measurement and Payment: No separate payment will be made for ductile transition base structures. e. Manhole Ring and Cover i. Specification 02633SS: DELETE reference to US Foundry Ring and Cover #668 -KL- BWTL. ii. Specification 02633SS: ADD: Ring and cover to be US Foundry Model #926 -US Hinged Ring and Cover with pentagon head bolt camlocking device or Engineer approved equal. 1. Castings shall confiorm to ASTM A48, Class 35B. gray cast iron and AASHTO M -306. Castings to be heavy duty and be made in the USA. 2. Cover to be hinged, automatically securing when opened at 90- degree resting position. 3. Casting to include neoprene T- gasket for water infiltration mitigation. 4. Cover shall include markings noting "SANITARY SEWER ". iii. Contractor to submit to the Owner six (6) locking keys for the cover at project close- out. 3. Contract and Technical Specifications a. Revised Bid Schedule. Revised bid schedules are included with the addendum. Bid Items #09 -184 & #09-1 85 Butler Creek Interceptor East Upgrade Phase I & 11 Addendum #2 Page 2 b. Liquidated damages: REVISE to $1,000 per day. c. Instructions to Bidders: i. DELETE: IB-06. 11 ADD: IB -06; The bidder shall submit with their bid a statement of experience that includes the following information at a minimum. Include Owner information, contract amount, contract calendar days allowed, and contract calendar days used. 1. A list of utility projects completed by your firm in the last 10 -years that included pipe diameters 42- inches and greater. 2. A list of projects completed by your firm in the past 10 -years that required deep trench excavation (in excess of 20.0 feet) for utility installation. Include detailed information regarding the firm's experience with sheet piling and other trenching practices. 3. A list of projects completed by your firm in the past 10 -years that required dewatering. Include the methodology used for the project(s). 4. A list of projects that included the installation of centrifugally cast fibergiass reinforced polymer mortar pipe (FPRM). 5. A list of projects that included the installation of ductile iron pipe in diameters 36" or greater. 6. Project team list including the name and proposed capacity of the primary project teams; e.g., Project Manager, Superintendent, Pipe Foreman, etc. Include information relating to the team member's experience with projects of similar scope and cost. iii. DELETE: IB-09 4. The following responses are provided for Vendor questions: Question 1 Please specify each sheet to be turned in with bid. Answer: Refer to information above. Question 2 Does the Buy American sheet have to be turned in with bid? Answer: Refer to information above. Question 3 Will all stumps have to be removed from entire easement or may they be ground down to existing grade in easement and only removed from trench line? Answer: The contractor shall remove all stumps when clearing and grubbing in the permanent easement. Stumps may be ground even with the existing grade in temporary construction easements. No burning will be permitted. Contractor to confirm clearing limits with Augusta Utilities Department prior to commencing work. Question 4 Will Class 150 ductile iron be considered in lieu of Class 250 as specified for 42" and 48" pipe? Answer: Yes. A revised detailed estimate is attached. Question 5 Can we get copy of railroad permits? Answer: The agreements between the City of Augusta and the respective railroad companies are attached. Question 6 Can we use T- manholes? Answer: Refer to Item #3d, Addendum No. 2. Question 7 Can 10' manholes trans to 5' or 4'? Answer: Refer to Item #3d, Addendum No. 2. Question 8 Who to call about entering Proctor & Gamble property? Bid Items #09 -184 & #09 -185 Butler Creek interceptor East Upgrade Phase 1 & 11 Addendum #2 Page 3 Answer: Refer to the attached Augusta Utilities Department Construction Restrictions document. Question 9 Flow rates for existing sewers? Answer: The October 11, 2005 Sanitary Collection System Modeling Re ort as prepared by Arcadis for the City of Augusta, Georgia shows the modeled peak outflow from the Butler Creek Sewer System to be 15.5 cubic feet per second (cfs). This information is provided for estimating purposes only and shall be field verified prior to construction. The contractor's attention is again directed to General Conditions Section 17.9. Question 10 Can we get copy of any easement requirements? Answer: Refer to the attached Augusta Utilities Department C onstruction Restrictions ns Question 11 Please clarify what the clearing requirements are for the project. Is the contrac allowed to cut the trees and leave the stumps in the ground? for shin grinder? (This is a backhoe looking machine that grinds the trees a in place). use a Answer: Refer to previous question regarding clearing. Question 12 Please clarify how the lump sum pay item is to be distributed. Are we allowed to receive this money all at the front end, do we have to wait until the end of project to receive it, or will the money be distributed evenly over the length of the project? Answer: Refer to the General Conditions, Section 2.6.3, Article 14, and Supplemental General Conditions 11. Question 13 Is there any limitation in the amount of money that the contractor can place in the lump sum bid amount? Is this limited to no more than a certain dollar amount or certain percentage of the project total bid? Answer: Refer to question 11. Question 14 Are we allowed to use Tindall Manhole T- bases? Answer: Refer to the information previously addressed in this addendum. Question 15 What is to be included in the bid item for Manhole Base each? Are the ring & covers included? Invert, boots, cone, cast -in- charge, transition reducer, etc. Is the vertical foot of the base pay item exactly 6 foot or is it based on the height of the actual base provided? Answer: Refer to the information previously addressed in this addendum. Question 16 Are the manholes allowed to be reduced in size to 4 foot diameter above the base ? Answer: Refer to the information previously addressed in this addendum. untt. Question 17 Will the owner be responsible for the charges of the Rail Road including the flagman? Answer: The contractor is responsible for coordinating all work with the respective Railroad, including required Railroad inspections. Question 18 Please provide the Rail Road permit requirements. Answer: Refer to the information previously addressed in this addendum. Question 19 Please provide copy of easement restrictions for property owners. Answer: Refer to the information previously addressed In this addendum. Question 20 How is the contractor to get access to the Proctor & Gamble property? Are there any other properties that will need permission to access? Answer: Refer to the information previously addressed in this addendum. Question 21 Will there be any special requirements that the contract will have to adhere to in order to work on Proctor & Gamble property? Bid Items #09-I 84 & #09 -I 85 Butler Creek Interceptor East Upgrade Phase I & ti Addendum #2 Page 4 Answer: Refer to the information previously addressed in this addendum. Question 22 Is there any requirement to coat the manholes? Answer: Manhole coatings are not included in the project. Question 23 Please clarify what testing the contractor is responsible for? Geotechnical, compaction, air pressure, vacuum, TV testing, etc. If the contractor is responsible for testing then please provide the number of tests or the distance between test or other way for us to quantify the tests needed. Answer: Refer to the testing information previously addressed in this addendum. Testing requirements are outlined in the technical specifications and Augusta Utilities Department standards. Question 24 Please consider providing line items for the erosion control versus adding this to the lump sum quantity. If there are any changes to the work then the owner will be at a disadvantage to negotiate the erosion work. Answer: Erosion control is included in the Lump Sum Construction pay item. Installation, maintenance, and removal of Erosion Control best management practices are to be included. Also refer to Question #11. Question 25 Will the Procurement Director accept a bid that has an unbalanced bid (i.e. penny a line item; a bid that includes a price for a line item that is less tan the actual purchase price for the material)? Answer: Refer to IB -04 and IB -05, General Conditions Section 1 1.9.1 - 11.9.3, and Article 14. Question 26 The bid contains the line item for select backfill. Where is this item installed? Is this an item that will be paid for only at the specific instructions of the inspector? Where will the waste material be hauled to? Will the contractor be required to submit the borrow pip and waste pit for approval? Will the contractor be required to pay for the geotechnical testing to get the import material approved? Answer: a. Refer to Technical Specification Section 02055 Part 1.2A for measurement and payment information relating to select backfill material. b. Waste material / removals shall be removed to a location approved for the respective material as defined by local, state, or federal statutes. Contractor shall provide Owner with documentation verifying approvals. c. Yes. d. Contractor is required to demonstrate that any imported material meets the noted standards. Question 27 Please provide the estimated flow of the existing line for the bypass pumping. Answer: Refer to the information previously addressed in this addendum. Question 28 Will T -Base manholes be approved for use and what diameter riser will be used? Answer: Refer to the information previously addressed in this addendum. Question 29 If T -Base manholes are approved, will the other manholes have reduced size risers and at what height will the transition be allowed? Answer: Refer to the information previously addressed in this addendum. Question 30 Will A-lok gaskets be permitted in lieu of core — n — seal boots? If so, will reduced manhole diameter size be permitted? Answer: No. Rubber boot connections are required. Question 31 Is exterior joint wrap be required? Answer: Exterior joint wrap is not required. Please acknowledge addendum in your submittal END OF ADDENDUM Bid Items #09 -184 & #09 -185 Butler Creek Interceptor East Upgrade Phase I & II Addendum #2 Page 5 BASE BID SCHEDULE OF UNIT PRICES: . Butler Creek Interceptor Upgrade East - Phase 1 Augusta Utilities Department Project No. 60107 ITEM DESCRIPTION UNIT TOTAL UNIT QTY COST COST , y ,' d , '� Yn. 0,./4,0 04 � a s .� ` .�,g 2 ,w'd'.u' ''''1 -. v P y ' s , c ^A7✓: `" ..,.,t4.4'7' r .� I TAR .4',,.,, ,y 7 ""r_t. ," t� `� ,, .k ? S � ;(44e V Sk N ERSYSIL M ,,, xa � , 1 r S-2(' 12" PVC: SANITARY SOLVER PIPE. SDR 35, DEPTH 6' -8', INCLD. TYPE II (NO. 57 STONE) BEDDING MATERIAL [ F ( 890 S -3C 12" PVC SANITARY SEWER PIPE, SDR 35, DEPTH 8' -11?, INCLD. TYPE II (NO. 57 STONE) 1 BEDDING MATERIAL IS 432 S4C 12" PVC SANITARY SEWER PIPE, SDR 35, DEPTH 10' -12', INCLD - TYPE 11(NO. 57STONE) BEDDING MATERIAL LF 25 S -SC 12" PVC SANITARY SEWER PIPE, SDR 35, DE.PTIl I2' -14', INCLD. TYPE II (NO. 57 STONE) BEDDING MATERIAL ) F 70 F I F 18" PVC SANITARY SEWER PIPE, SOR 26, DEPTH 0'-6', INCLD. TYPE 11 (NO. 57 STONE) -� LF 21 BEDDING MATERIAL S 2E [BEDDING MATERIAL ill* PVC SANI VARY N'ER PIPE. SDR 26, DEPT((G' -K', LVCL(7. TYPE II (NO.57STONE) I LF 16 18" PVC S -3E Nt:UI. ING N TERM SEWER PIPE, SDK 26, DEPTH R -I0 INCLD. TYPE II (NC. 57 STONE) LF 30 I I S -3G 24" PVC SANITARY SEWER PIPE, SDR 26. DEPTH K' -I INCLD. TYPE 11 (NO. 57 STONE) BEDDING MATERIAL LF 34 S -4G 24" PVC SANITARY SEWER PIPE. SDR 26. DEPTH I0' -12', INCLD. TYPE II (NO. 57 STONE) r BEDDING MATERAAI. LP (6 S' - °G 24" PVC SANITARY SEWER PIPE. SDR 26. DEPTH 10' -12', INCL TYPE 11 (NO.5" STONE) BEDDING MATERIAL IF 20 5-121 30" DUCTILE IRON SANITARY SEWER PIPE. CLASS 250. DEPTH 10' -12', INCLD. TYPE 11 (NO. r ( I S7 STONE) BEDDING MATERIAL LF 30 1 1 S -18 42" DUCTILE IRON SANITARY SEWER PIPF" ",CLASS 150. DEPTH W-10'. INCLD. TYPE 11 (NO ^ 57 STONE) BEDDING MATERIAL LF KO! I I S -39 42" DUCTILE IRON SANITARY SEWER PIPET, CLASS 150, DEPTH 10' -13', INCLD. TYPE 11 (NO 57 STONE) BEDDING MATERIAL I IS I 3,655 S-40 41" DUCTILE IRON SANITARY SEWER PIPE, CLASS 250. DEPT 12' -14', INCLD. TYPE II (NC) . 57 STONE) BEDDING MATERIAL LF 1.517 S -41 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 14' -1G'. INCLD. TYPE II (NO. Y -_ 57 STONE)BF.DDINGMATERIAL LF 983 S46 40" DUCTILE IRON SANITARY SEWER PIPE. CLASS 150, DEPTH 8' -I0', INCI TYPE 11 (NO. 57 STONE) BEDDING MATERIAL LF 411 S-47 48" DUCTILE IRON SANITARY SEW ER PIPE, CLASS (50. DEPTH 10%1 2% INCLD. TYPE 11 (NO . 57 STONE) BEDDING MATERIAL LF 1274 I I S-48 48" DUCTILE IRON SANITARY SEWER PIPE, ('LASS (5(1, DEPTH 12' -14', INCLD. TYPE; II (NO. 57 STONE) BEDDING MATERIAL l.F 687 r ____ ......___ S-49 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS (50, DEPTH (4' -IG, INCLD. TYPE 11(Np, 57 STUNS) BEDDING MATERIAL LF 44 S -50 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 16' -I K'. INCLD. TYPE II (NO. 57 STONE.) BEDDING MATERIAL 1,F 50 S-51 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS (5)), DF.I'TIl I8' -20', INCLD. TYPE 11 (NO . 57 STONE) BEDDING MATERIAL I.F 794 S-52 48 " DUCTILE IRON SANITARY SEWER PIPE, CI,A55150, DEPTH 2O -22', INCLD. TYPE I I (NO. 57 STONE) BEDDING MATERIAL 1.1: 1,917 I I I P -= Revised Phase I Bid Schedule 12)18109 t'rE�T DESCRIPTION UNIT TOTAL UNIT QTY COST COST S_aa 40" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 22 -24', INCLD. TYPE II (NO. 57 STONE) BEDDING MATERI.AI. LF 193 JACK AND BORE 24" DIA. STEEL CASING, MIN. WALL THICKNESS 0.281 INCH, CARRIER 5 -178 PIPE: INCLUDED, (2" DIA. DUCTILE IRON SAN, SEWER PIP[, CLASS 350, RESTR.AINT;D JOINT, END SEALS 1•F 116 JACK AND BORE 60" DIA. STEEL CASING, MIN. WAL1, THICKNESS 0.841 INCH, CARRIER S-17C 2" DI (PIPE INCLUDED, 4 A. DUCTILE IRON SAN. SEWER PIPE, CLASS 150, RES'T'RAINED JOINT, END SEALS LE 125 JACK AND BORE 72" DIA. STEEL CASING. MIN. WALL. THICKNESS 1.0 INCH- CARRIER PIPE 1 S -171) INCLUDED, 48" DIA. DUCTILE IRON SAN. SEWER PIPE, CLASS 150, RESTRAINED JOINT, END SEALS. LF 247 F -- S -I8 !SELECT BACKFILL, GA DOT TYPE 1 & II (S'.ANDCLAY), MEASURED BY IN -PLACE VULUM11. CY T 10,575 S-2013 IPREC AST SANITARY SEWER MANHOLE (GA DOT STD. 1011A). TYPE 1, DEPTH U' 6' (GU" DIAMETER) 4 EA 5 20 PRECAST SANITARY SEWER MANIIOLE (C H TT-6' (96 i1 DOT STD. 101 IA), TYPE I, DEPTH ' f DIAMI'ER) l E4 26 L• " S -20F IPRECASER)ANITARY SEWER MANHOLE (GA DOT STD. 1111 IA), "TYPE 2, DEPTH 0' -6' (120" FA IR — 5-218 ADDITIONAL SANITARY MANHOLE DEPTH. TYPE 1, DEPTII CLASS I (60" DIA.) \'F 13 5 -21 E j JADDITIONAI. SANITARY MANHOLE DEPTH, TYPE I, DEPTH CLASS I (96" DIA.) 1 VF 17 T S -22H i.AD)DITIONAI. SANITARY MANI IDLE DEPTH, TYPE I, DEPTH CLASS 2 (60" DIA.) T \,-P 22 T J S-22F. (ADDITIONAL SANITARY MANHOLE DEPTH, TYPE 1. DEP'T'H CLASS 2 (96" DIA.) VF 7110 I [ S -268 (ADDITIONAL SANITARY MANHOLE DEPTH. TYPE 1 DEPTH CLASS 2 (120" DIA.) VF 5 1.0 S-26C ADDITIONAL SANITARY MANI IOLE DEPTH. TYPE 2, DEPTII CLASS 3 (120" DIA.) ( VF 150 T S-28A IO[. ITSIDE DROP PIPING (8 " DIA INLET LINE) - COMPLETE I FA 1 S -28C 'OUTSIDE DROP PIPING (18" DIA INLET LINE) - COMPLETE EA I 5-281) 'OUTSIDE DROP PIPING (24" DIA INLET LINE) - COMPLETE T I I T S -29B IDOGI (OUSE! CONNECTOR MANHOLE (or DIA.). INCLD BASE. CONE AND RING; COVER EA 2 S-29C IDOGHOUSE:CONNECTOR MANHOLE (96" DIA.), INCLD BASE. CONE AND RING; COVER EA 1) S -29D (DOGHOUSE CONNECTOR MANHOLE (120" DIA.L INCLD BASE, CONE AND RING i ( 'OVER EA 3 S -30U 4" PVC SANITARY SEWER PIPE, SDR 35, INCLD. TYPE II (NO. 57 STONE) BEDDING MATERIAL ( LF ( 30 ( T S- 0C 14 " PV SAL SANITARY SEWER PIPE, SDR 35. INCLD. TYPE 11 (NO.57 STONE) BEDDING ( ( ) LF S-33 ITIE NEN SANITARY SEWER TO EXIST MANHOLE, DIAMETER VARIES ES EA I 5 -35 (DUCTILE IRON PIPE POLYETHYLENE ENCASEMENT LE 4,247 S -36 MISC. CLASS A CONCRETE CY ( 15 S -54A £ I C' NP AND FILL ,!STING M ANIioi_E, COMPLETE (OFE:SITE MANHOLES) T EA T 34 T I P. 5 Revised Phase I &d Schedule 12/18/09 ITEM DESCRIPTION U \IT UNIT QTY I TOTAL COST OUST P -I (ASPHALT OVERLAY, TYPE F. 2" THICK, MIN. _., SY 140 P-2 GDD AGGREGA BASE `' TIC, 7' WIDE AND API'I' 2 ;:"'THICK, 1 i II.NCLD RAE REMOVAL, of TE 2 ; "( ; A8 ID V AND PI OF BITUM S TAC COAT PATCH SY 35 P 7 12" ASPHALT PAVEMENT DRIVEWAY REPLACEMENT SY 20 r 4. M I r • LOA \ABLC FILL —" CY 70 M -2 ROCK EXCAVATION j111 I CY I 5D I M-3 (FOUNDATION BACKFILL, GA DOT TYPE II. FOR ADDT UNCLASSIFIED EXCAVATION j C'Y 3,600 I M -4 !CLEARING & GRUBBING i I ACRE I 17 I I M - IFEN(E)REMOVAL & REPLACEMENT. NEW, REPLACED IN -KIND (6E7 -HIG11 CHAIN LINK IF I 3(10 I I M 5C IEI NC E R ITll S RAND 8AR8LD W RE) W, RF. j"T -"1611 CHAIN LINK I LF I 3(I I I 1-S-1 LUMP SUM CONS I RUCTION (INCLUDES BUT IS NOT LIMITED TO THE LISTING CONTINUED BELOW) LS I PROJECT TOTAL P.4 Revase l Bid Schedule ised 12!1Ph&09 LUMP SUM CONSTRUCTION: Mobilization, Demobilization Honds,Insurance Gabion Retaining Walls Remove and reset fenny, all types Remove and reset gates, all types Remove and reset storm sewer, lengths & sizes vary Remove and reconnect water services Reconnect sanitary sewer services Remove broken asphalt paving Remove and reset signs, type varies Remove and reset water sprinkler systems, complete Remove and reset fire hydrant Remove and rent water valve and'ur meters, sic varies Remove and rcpt yard lamps, type varies Remove and reset mailboxes, type varies Erosion and sediment control (temporary grassing, eonstruction rip-rap. misc. Erosion coon ot structures) Remove sanitary sewer line, diameter varies Remove sanitary sewer manhole Silt Fence. Type "A' Silt Fence, Type "C" Traffic Control Miscellaneous grading Pcmranent Grassing Dewatering Raise manholes and v Arc boxes to grade 1. TOTAL BASE BID FOR ALL UNIT PRICES (use words) (S (figures) 2. Unit Prices have been computed in accordance with Paragraphs 1 1.9.1 through 11.9.3 inclusive of the General Condition 3. Bidder acknowledges that estimated quantities are not guaranteed, and are soley for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be 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. Revised Phase 1 r -s Hid Schedule 12/18/09 ALTERNATE NO. 1: 1. Alternate No, 1 generally consists of providing Fiberglass Reinforced Polymer Mortar (FRPM) pipe in lieu of Ductile iron Pipe. Bidder shall delete the corresponding pay items and replace them with the Alternate No 1 unit price table. Items not changed remain as stated in the Base Bid Unit Price Table. The price for each Alternate will be the amount added to or deleted from the base [3id if OWNER selects the Alternate. ALTERNATE NO. 1 SCHEDULE OF UNIT PRICES: ITEM DESCRIPTION UNIT QTY UNIT TOTAL. COST COST S-314 42" DUCTILE IRON SANITARY SEW I R PIPE. CLASS 150, DEPTH d' -10'. INCLD, TYPE fl (NO. 57 STONE) BEDDING MATERIAL LF 801 S-39 42" DUCTIL.E IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 10' -12', INCLD. TYPE II (NO. 57 STONE) BEDDING MATERIAL LE. S 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 250, DEPTH 12' -14'. INCLD. TYPE? II (NO. _ 57 STONE) BEDDING MATERIAL LF -1517 5 -41 42" DUCTILE 10014 SANITARY SEWER PIPE, CLASS 150, DEPTH 14•-16', INCLD. TYPE II (NO.I 57 STONE) BEDDING MATERIAL. is -983 S-46 48" DUCTII.E IRON SANITARY SEWER PIPE. CLASS 150. DEPTH 8' -10'. INCLD. TYPE 1I (140. �57 STONE) BEDDING MATERIAL LF 141 I S-4' 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 10' -12', INCLD. TYPE 11 (NO. Si STONE) BEDDING MATERIAL LF -1.274 S-48 48- DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 12'-I4', INCLD. TYPE II (NO. 57 STONE) BEDDING MATERIAL LE -687 S -9 40" DUCTILE IRON SANITARY SEWER PIPE. CLASS 150, DEPTH 14' -16'. INCLD. TYPE 11 (NO. 57 STONE) BEDDING MATERIAL LF .49 S-50 411" DUCTILE IRON SANITARY SEWER PIPE. CLASS 1516 DEPTH 16' -I K. INCLD. TYPE II (NO. '—' 57 STONE) BEDDING MATERIAL LF -W S s ( 48" DUCTILE IRON SANITARY SEWER PIPE, CI.ASS 150, DEPTH 1e -2(1. INCU). TYPE II (140. 1 T 57 STONE) BEDDING MATERIAL. ' -794 S_51 48" DUCTILE. IRON SANITARY SEWER PIPE, C_ASS 150, DEPTH 20' - 22', INCLD. TYPE 11 (NO. 5 STONE HERDING MATERIAL .1 LF - 1,917 5 -53 48" LH)CTILE 111014 SANITARY SEWER PIPE. CLASS 150. DEPTH 22 -24', INCLD. TYPE If (NO. 5? S'rUNEI BEDDING MATERIAL LF -193 S -35 DUCTILE IRON PIPE POLYETHYLENE ENCASEMENT I LF -4,247 5 -314 -8 42" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72. DEPTH 8' -10, INCLD. TYPE 1 ' II 010.57 STONE) BEDDING MATERIAL. LF 801 5 -39 -F 42" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72. DEPTH ((Y -12', INCLD. r TYPE 11(140. 57 STONE) BEDDING MATERIAL LF 1 2.655 S-40-1, 42" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72. DEPTH 12' -14', INCLD. j I TYPE II (140.57 STONE) BEDDING MATERIAL LF 1 117 IL 5 -41 -F 47" FIBERGLASS REINFORCED POLYMER MORTAR PIPE. SN 72, DEPT11 14' -16', INCLD. TYPE II IND. 57 STONE) BEDDING MATERIAL LF 983 5-4.64 48" FIBERGLASS REINFORCED P0I.YIMIER MORTAR PIPE, SN 72, DEPTH 8' -I0'. INCLD. TYPE 11(0 S7 STONE) BEDDING MATL•R!AL 1,1 411 S 47 F 411" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 10' -12'. INCLD. TYPE II (NO. 57 STONE) BEDDING MATERIAL LF - 1.274 - I I S 411 -1' 40" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH I2 INCLD. TYPE II (NO. 57 STONE) BEDDING MATERIAL LF 687 S - 4$" FIBERGLASS REINFORCED POLYMER MORTAR PIPE. SN 72, DEPTH 14' -161, INCLD. TYPE II (510. 57 STONE) BEDDING MATERIAL _ IF I 49 5 -50 -F 48" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72. DEPTH 16' -18', INCLD. y TYPE II (NO. 57 STONE) BEDDING MATERIAL LF 50 S-5 I F 48" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, 514 72. DEPTH I8 -20', INCLD. TYPE II (140. 57 STONE} BEDDING MATERIAL LF 794 S-52 -F 48" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTII 20' -22'. INCLD. TYPE II (NO. 57 STONE) BEDDING MATERIAL LF 1,917 Revised Phase I .P•6_ Bid Schedule 12/18/09 ITEM DESCRIPTION UNIT QTY UNIT TOTAL COST COST S -S3 -F 48" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 22-2d', INCLD. LF 193 TYPE 11 (NO. 57 STONE) BEDDING MATERIAL 1. Altcrnatc 1: (add) (deduct) ($ (circle one) words figures 2. The Lump Sum Bid Price for this Contract will be: if Alternate I is selected: ($ ) words • figures Revised Phase I P-7 Bid Schedule 12118/09 BASE BID SCHEDULE OF UNIT PRICES: Buller Creek Interceptor Upgrade East - Phase 11 Auguste Utilities Department Project No. 60108 ITEM DESCRIPTION UNIT QTY UNIT TOTAL. COST COST fi • e " m � ` ; 51NI 11RY SESS EIL SY S I'EM1I S -IA 8" PVC SANITARY SEWER PIPE. SDR 35. DEPTH 0'-6', INCLD. TYPE 11(80. 57 STONE) ` ('� BEDDING MATERIAL LF I 7(10 S_,, 8" PVC SANITARY SEWER PIPE. SDR 35, DEPTH 6' 4', INCLD. TYPE 11(80. 57 STONE) BEDDING MATERIAL LF 50) 1s 3_i 4 PVC SANITARY SEWER PIPE, SDR 35, DEPTH 8' -10'. INCLD. TYPE 11(NO.57 ( STONNE) BEDDING MATERIAL. IF 100 S-4 8" PVC SANITARY SEWER PIPE. SDR 35, DEPTH 10' -12', INCLD. TYPE 11(80, 57 STONE) BEDDING MATERIAL LF 10 S -10A 8" DIP SANITARY SEWER PIPE. GLASS 350. DEPTH G -8', INCLD. TYPE II (NO. 57 — STONE) BEDDING MATERIAL LF 52 S-11 A 8" DIP SANITARY SEWER PIPE, CLASS 350, DEPTH X' -ID', MCI!). TYPE II (NO. 57 STONE) BEDDING MATERIAL LF ) cO S- I2A 'X" DIP SANITARY' SEYVI:R PIPE, CLASS 35(1, DEPTII 10' -12', INCi.D. TYPE 11(80. 57 STONE) BI 00IN(i MATF.,RIAL LE 70 C: 12" PVC SANITARY SEWER PIPE SDR H X' 35. DEPT-1V, INC'1-D. TYPE II (NO. ISTOVE)BEDUINC.ib1ATERIAL , LF 31 S -3 S-4C I12" PVC SANITARY SEWER PIPE, SDR 35, DEPTH 10'-12'. INCL.!). TYPE II (NO, 57 t STONE) BEDDING MATERIAL_ I. 3- J S -3E 118" PVC SANITARY SEWER PIPE, SDR 26. DEPTII W -10'. INCLD. TYPE II (NO 57 I I ; STONE) BEDDING MATERIAL LF 10 S -4E 18" PVC SANITARY SEWER PIPE, SDR 26, DEPTH I0' -12', INC'[.D. TYPE 11 (80.57 7 STONE) BEDDING MATERIAL LF 10 S -6E STONE) IX" PVC S BIDDING AIATEANITARY SAE RI PIPE. SDR 26. DEPTH 14' -16', INCLD. TYPE 11 (NO. 57 RIAI. LE 10 S-1 0F I1 01? B D ITAR MATERIAL PIPE, CLASS 250, DEPTH 6' -8', INC1,1). TYPE 11(80.57 LF 80 S -1 I F 18" DIP SANITARY SEWER PIPE, CLASS 250, DEPTH 8'- 10',1NCLD. TYPE 11 (NO. 57 ff STONE) BEDDING MATERIAL LF 5 S -37 42" DUCTILE IRON SANITARY SEWER PIPE, ('LASS 150, DEPTH 6- 8',1NCLD. TYPE 11 _,( STONE) BEDDING MATERIAL LF 1221 S -38 4 DUCTILE IRON SANITARY SEWER PIPE, CLASS 150. DEPTH S' -10'. INCLD. TYPE 11 - - - - - -- (80.57 STONE) BEDDING MATERIAL LF 2.780 S-39 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 10-12', INCLD. TYPE i II (80.57 STONE) BEDDING MATERIAL I -F 4,271 S 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 12' -14', INCLD. TYPE III (80.57 STONE BEDDING MATERIAL LE 1,940 S-41 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150. DEPTH 14' -16', INCLD. TYPE 11(80.57 STONE) BEDDING MATERIAL LF 1,238 S -42 1 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 16' -I8 ", INCLD. TYPE 142" DUCTILE 57 STONE) BEDDING MATERIAL_ LF 818 S-43 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 18%20', INCLD. TYPE 11(80.57 STONE) BEDDING MATERIAL LF 903 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 20' -22', INCLD. TYPE S-44 11 (80.57 STONE) BEDDING MATER; II_ 1 •F 604 JACK AND BORE 16" DIA. STEEL CASING, MIN. WALL THICKNESS 0.281 INCA, S -17A CARRIER PIPE INCLUDED, 8" DIA. DUCTILE IRON SAN. SEWER PIPE CLASS 350, LF 65 RESTRAINED JOINT, END SEALS Revised Pease 0 °_ 2 Bid Schedule 12/16/09 ITEM I DESCRIPTION UNIT QTY UNIT TOTAL COST COST ?JACK AND BORE 60" DIA. STEEL CASING. MIN. WALL THICKNESS 0.844 INCH, S -17C ( CARRIER PIPE INCLUDED, 42" D1A. DUCTILE IRON SAN. SEWER PIPE, CLASS 150, L)' 340 (RESTR END SEALS S -IR SELECT BACKFII.L, GA DOT TYPE. I & 11 (SAND/CLAY), MEASURED BY IN- PLACE _ VOLUME CY 16,060 S-20.1 PRECAST SANITAARY SEWER MANHOLE (GA DOT STD. 101IA). TYPE 1, DEPTH 0' -6' I(48 "DIAMETER) E:1 IS S-2013 (60" DlA PRECAST METF, SANI TARY SEWER MANI TOLE (GA DOT STD. 1011A), TYPE I. DEPTH 0'-6' L EA 3 s.200 ?PRE(AST SANITARY SEWER MANHOLE (GA DOT STD. 101IA). TYPE 1, DEPTH 0 -6' �(96" DIAMETER) EA 62 S-21A ADDITIONAL SANITARY MANHOLE DEPTH, TYPE I. DEPTH CLASS 1 Or DIA.) VP 21 J S -21 B (ADDITIONAL SANITARY MANHOLE DEPTH, TYPE I, DEPTH CLASS 1 (60" DIA.) VF 9 S -22A (ADDITIONAL SANITARY MANHOLE DEPTEI, TYPE 1, DEPTH CLASS 2 (4H" DIA.) VF 45 S -326 ADUITIONAL SANITARY MANHOLE DEPTH, TYPE L DEPTH CLASS 2 (60" DIA.) VF 22 S -22E ADDITIONAL SANITARY MANHOLE DEPTH. TYPE 1, DEPTH CLASS 2 (96" DIA.) VF 500 S -22G !ADDITIONAL SANITARY MANHOLE DEPTEI, TYPE I, DEPTII CLASS 3 (96" DIA.) VF 1115 S -25A 'ADDITIONAE. SANITARY MANHOLE DEPTH, TYPE 2. DEPTH CLASS 2 (96" DIA.) VF 15 S (OUTSIDE DROP PIPING (8" DIA INLET LINE) - COMPLETE E 3 S -286 !OUTSIDE DROP PIPING 112" DIA INLET LINE) - COMPLETE EA S 29A II E IOUSE!CONNE_CTORMANHOLE(48 "DIA.). INCLD BASF, CONE AND RING/ EA 7 C OV E R S-2911 (LCOXx;HOR USE! CONNECTOR MANHOLE (60" DIA.), ININCL.() - BASE, CONE AND RING.' VE - S 29C ITT (OUSE i CONNECTOR MANHOLE (96" DIA.), INCLD BASE. CONE AND RING COVE 1 EA 4 S -30A 6" SANITARY SEWER SERVICE, COMPLETE 1 EA 12 I S -3013 4 PVC SANITARY SEWER PIPE, SDR 35.1NCLD. TYPE 11(NO. 57 STONE) BEDDING MATERIAL T LF 3p 1 —.._ ( S -30C I' PVC N , 35, LD. TYPE 0 (NO. 57 STONE) BEDDING MATERIAL LF 45 S-33 (TIE NEW SANTIARY SEWER TO EXIST MANHOLES, DIAMETER VARIES EA S-35 (DUCTILE IRON PIPE POLYETHYLENE ENCASEMENT LF 9,141 T ' S -36 !MISC. CLASS A CONCRETE CY 10 S -54A CAP AND FILL EXISTING MANHOLE. COMPLETE (OFFSITE MANHOLES) EA 44 $-54B ICAP AND FILL EXISTING MANHOLE, COMPLETE (IN ROADWAY SECTION) I EA 3 M - I FIAWABLE FILL CY 75 M -2 ROCK EXCAVATION 1 CY I 100 M-3 FOUNDATION B.ACKFILL, GA DOT TYPE 11 FOR ADDT UNCLASSIFIED 111 EXCAVATION H 4280 Revised Phase II P.3 Bid Schedule 12/18109 ITEM 1 DESCRIPTION UNIT QTY UNIT TOTALt, COST COST M-4 CLEARING & GRURBING ACRE. 18 M 51 (ENCE OVAL & REPLACEMENT, NEW, REPLACED IN -KIND (61•T- IiIGII WOOD �PFRIVACRYFEMENCE) LE 25(1 m 5 FnC(1, REMOVAL & REPLACEMENT, NEW. REPLACED 1N -KIND (6FT -IIIGH CHAIN ILINKFENCE) LE 910 Ls 1 !LUMP SUM CONSTRUCTION (INCLUDES BUT 1S NOT LIMITED TO THE LISTING —` (CONTINUED BELOW) LS 1 PROJECT TOTAL . LUMP SUM CONSTRUCTION: Mobilization, Demobilization Bonds, htsurancc Remove and reset rene�s, all types Remove anal reset gates, all types Remove and reset storm sewer, lengths & sizes vary Remove and reconnect water scr iecs Reconnect sanitary s� : er services Remove broken asphalt paving Reme a and reset signs. type varies Remove and reset water sprinkler systems, complete Rennwc and reset. lire hydrant Remove and reset waav ealve and /or meters, size varies Remove and reset yard lamps, type v aries Remove and rc ,ct mailboxes. type caries Ero i�n and sediment control (temporary grassing. constmclian exits, rip -rap, reuse. Erosion control sttvctures j Remove sanitary sewer line, diameter varies Remove sanitary server manhole Silt Fence, Type "A" Silt Fence, Type "C' Trarfic Control Miscellaneous grading Permanent (;rasing Dvwaterlltg Raise manholes and valve buses to grade Revised Phase II Sid Schedule 12/18109 I. TOTAL BASE BID FOR ALL UNIT PRICES (use words) (S ) (figures) 2. Unit Prices have been computed in accordance with Paragraphs 1 1.9.1 through 11.93 inclusive oldie General Conditions. 3. Bidder acknowledges that estimated quantities are not guaranteed, and are soley for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be 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. ALTERNATE NO. 1: . 1. Alternate No. 1 generally consists of providing Fiberglass Reinforced Polymer Mortar (FRPM) pipe in lieu of'Ductile Iron Pipe. Bidder shall delete the corresponding pay items and replace them with the Alternate No. 1 unit price table. items not changed remain as stated in the Base Bid Unit Price Table. The price for each Alternate will be the amount added to or deleted from the base Bid if OWNER selects the Alternate. ALTERNATE NO. 1 SCHEDULE OF UNIT PRICES: ITEM 1 DESCRIPTION UNIT Q't' \• L4NLT TOTAL COST COST S -37 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 6' -K', INCLD. TYPE iI 1(NO. 57 STONE) BEDDING MATERIAL i_F 1,221 S--- R �42" DUCTILE IRON SANITARY SEWER PiPE, CI.ASS 150. DEPTH 8' -10', INCLD. TYPE 1 — (NO. 57 STONE) BEDDING MATERIAL IF -2,780 �S -39 42" DUCTILE IRON SANITARY SEWER PiPE, CLASS 150- DEPTH 10' -42'. INCLD. TYPE LF � ` 11 (NO. 57 STONE) BEDDING MATERIAL I 1,271 S -4(1 142 DUCTILE IRON SANITARY SEWER PIPE CLASS 150. DEPTH 12'- 14'.1NCI.D. TYPE I I if! (NO.57 STONE) BEDDiNCG A'1ATI RIAL LF -1,940 531 42" DUCTILE IRON SANITARY SEWER PiPE, CLASS 150, DEPTH 14-16', INCLD. TYPE t 11 (NO. 57 STONE) BEDDING MATERIAL LF ),228 S-i' 142" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 16-18', INCLD. TYPE 11(NO.57 STONE) BEDDING MATERIAL IF -8I8 1 42" DUCTILE IRON SANITARY SEWER PIPE. CLASS 150, DEPTH 18' -20'. INCLD. TYPE 11 (NO. 57 STONE) BEDDING MATERIAL LF _903 S -44 42" DUCTILE: IRON SANITARY SER PIPE, CLASS 150. DEPTH 21r -22'. INCLD. TYPE IL (NO STONE) BEDDI MATERIAL LF _6(14 S -35 'DUCTILE IRON PIPE POLYETHYLENE ENCASEMENT l LF -9,041 5 -37 -F 14TYP2" FIBERGLASS E It 57 REINFORCED POLYMMER MORTAR PIPE, SN 72, DEPTH 6' -8', INCLD. (NO. STONF,) BEDDING MATER11L + LF 1.221 S -38 -F 4'_" FIBASS ROLYM MOH 8' -10', INCLD. TYPERGLE A S1 (NO.57 EINF STONE) RCED BE ER MATERIAL. RTAR PIPE, SN 72, DEPT LF 2,780 5 -39 -F 42" FIBERGLASS REINFORCED POLYMER MORTAR PiPE, SN 72, DEPTH 10' -12', — — — - — 1INCLD. TYPE i1(NO.57 STONE) BEDDING MATERIAL ( -F 4,271 S-40-1; 42" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, UEP'EII 12' -14', INCLD. TYPE I1(NO.57 STONE) BEDDING MATERIAL 1 •I' 1,940 S -41 -F 42" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 14' -16', f I IINCI -D. TYPE Li (NO. 57 STONE) BEDDING MATERIAL LF 1,228 S -42 -F 142" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 16' -18', (INCLD. TYPE 11 (NO. 57 STONE) BEDDING MATERIAL LF 818 S-43-4, 42" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72. DEPTH 18' -20'. INCLD. TYPE 11 (NO. 57 STONE) BEDDING MATERIAL 1.F 903 5 44 F 42" FIBERGLASS REINFORCED POLYMER MORTAR PiPE, SN 72, DEPT(' 20' -22', INCLD. TYPE 11 (NO. 57 STONE) BEDDING MATERIAL. LF 604 1. Alternate 1: (add) (deduct) (circle one) (S ) words figures 2. The Lump Sum Bid Price for this Contract will be: If Alternate 1 is selected: (S ) words P a figures Revised Phase II Bid Schedule 12!18109 SECTION 02539 - FRPM CENTRIFUGALLY CAST FIBERGLASS REINFORCED POLYMER MORTAR PIPE FOR DIRECT BURY INSTALLATION - GRAVITY SERVICE PARTI GENERAL 1.1 Section Includes A. Centrifugally Cast Fiberglass Reinforced Polymer Mortar Pipe. 1.2 References A. ASTM D3262 - Standard Specification for "Fiberglass" (Glass- Fiber - Reinforced Thermosetting- Resin) Sewer Pipe. B. ASTM D4161 - Standard Specification for "Fiberglass" (Glass- Fiber- Reinforced Thermosetting- Resin) Pipe Joints Using Flexible Elastomeric Seals. C. ASTM D2412 - Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading. 1.3 Submittals A. Contractor to provide load calculations reflecting the various proposed installed conditions for the specified pipe. These calculations shall be completed by a registered Professional Engineer and shall include buckling resistance, pipe deflection, pipe wall strain cracking and wall crushing load. Calculations to be submitted prior to the pre - construction meeting for Owner review. B. Material data including; a. Proposed pipe material characteristics b. Product shop drawings, including dimensions, wall thickness, and joint specifications. c. Installation, handling, and storage instructions d. Manhole structure connection instructions PART2 PRODUCTS 2.1 Acceptable Manufacturer: Hobas Pipe USA, no substitute without Owner approval. 2.2 Materials A. Resin Systems: The manufacturer shall use only polyester resin systems with a proven history of performance in this particular application. The historical data shall have been acquired from a composite material of similar construction and composition as the proposed product. Section 02539 — FRPM Page 1 B. Glass .Reinforcements: The reinforcing glass fibers used to manufacture the components shall be of highest quality commercial grade E -glass filaments with binder and sizing compatible with impregnating resins. C. Silica Sand: Sand shall be minimum 98% silica with a maximum moisture content of 0.2 %. D. Additives: Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic agents, etc., when used, shall not detrimentally affect the performance of the product. E. Elastomeric Gaskets: Gaskets shall meet ASTM F477 and be supplied by qualified gasket manufacturers and be suitable for the service intended. F. Non -woven geotextile shall meet Georgia Department of Transportation Standard 881.2.05 for non -woven fabrics with a minimum flow rate of 100 gal/min/ft Provide materials approved on GDOT QPL 28. 2.3 Manufacture and Construction A. Pipes: Manufacture pipe by the centrifugal casting process to result in a dense, non- porous, corrosion- resistant, consistent composite structure. B. Joints: Unless otherwise specified, the pipe shall be field connected with fiberglass sleeve couplings that utilize elastomeric sealing gaskets as the sole means to maintain joint water - tightness. The joints must meet the performance requirements of ASTM D4161. Joints at tie -ins, when needed, may utilize stainless steel, gasket - sealed closure couplings. 2.4 Gravity Sewer Main — Direct Bury A. Diameters: The actual outside diameter (42" to 48" I.D.) of the pipes shall be in accordance with ASTM D3262. For other diameters, OD's shall be per manufacturer's literature. B. Lengths: Pipe shall be supplied in nominal lengths of 10 or 20 feet. Actual laying length shall be nominal +1, -4 inches. At least 90% of the total footage of each size and class of pipe, excluding special order lengths, shall be furnished in nominal length sections. C. Pipe to be 42" / 48" nominal diameter; SN 72 stiffness class. D. End Squareness: Pipe ends shall be square to the pipe axis with a maximum tolerance of 1/8". E. Joints: Unless otherwise specified, the pipe shall be field connected with the FWC coupling. The joints must meet the performance requirements of ASTM D4161. Joints at tie -ins, when needed, may utilize gasket - sealed closure couplings. Section 02539 — FRPM Page 2 2.5 Manufacturer's Testing A. Pipes: Pipes shall be manufactured and tested in accordance with ASTM. D3262. B. Joints: Coupling Joints shall meet the requirements of ASTM D4161. C. Stiffness: Minimum pipe stiffness when tested in accordance with ASTM D2412 shall be 72 psi. D. Strain Corrosion: The extrapolated 50 -year strain corrosion value shall not be less than 0.9% as determined in accordance with ASTM D3681 and D3262. 2.6 Customer Inspection A. The Owner or other designated representative shall be entitled to inspect pipes or witness the pipe manufacturing. B. Manufacturer's Notification to Customer: Should the Owner request to see specific pipes during any phase of the manufacturing process, the manufacturer must provide the Owner with adequate advance notice of when and where the production of those pipes will take place. 2.7 Packaging, Handling, and Shipping A. Packaging, handling, and shipping shall be done in accordance with the manufacturer's instructions. PART3 EXECUTION 3.1 Installation A. Pipe Embedment: Trench excavation, subgrade preparation, bedding, pipe installation, and backfilling requirements will be as noted in the contract documents and manufacturer's specifications. The Contractor's attention is directed to the manufacturer's recommendations with respect to the uniform placement of bedding and backfill materials, the use of vertical stabilization measures within the pipe embedment zone, and compaction efforts above the top of the pipe. B. A non -woven geotextile shall be installed along the trench bottom, sides, and over the initial aggregate backfill as shown on the embedment detail for FRPM pipe. Geotextile material shall be identified, stored, and delivered to the project in accordance with manufacturer's specifications. The geotextile shall be cut to proper width prior to placement in the trench and shall be of sufficient length to provide the specified overlap. Longitudinal sections of geotextile may be connected by sewing or overlap. The minimum overlap distance for longitudinal applications is 3.0 -feet. Section 02539 FRPM Page 3 C. Pipe Handling: Use textile slings, other suitable materials or a forklift. No chains or cables shall be used to handle pipe. D. Jointing: 1. Clean ends of pipe and joint components to ensure proper connection. 2. Apply joint lubricant to the bell interior surface and the elastomeric seals. Use only lubricants approved by the pipe manufacturer. 3. Use suitable equipment and end protection to push the pipes together. 4. Do not exceed forces recommended by the manufacturer for coupling pipe. Contractor's attention is directed to the manufacturer's required joining forces for the "FWC" coupling. E. Field Tests: 1. Pipe testing and frequency shall be the responsibility of the contractor and will be completed as directed in the contract documents and Owner's direction. 2. Infiltration / Exfiltration Test: Maximum allowable leakage shall be per Local specification requirements. 3. Low Pressure Air Test: Fiberglass reinforced pipe to be tested as referenced for ductile iron pipe in Section 02539. The contractor is responsible for ensuring that the pipe section to be tested has been backfilied and secured prior to testing. Appropriate thrust restraint, venting, and testing appurtenances are the responsible of the contractor. Pressure testing shall not take place until all deflection testing is complete and approved by the Owner. 4. Individual Joint Testing: For pipes large enough to enter, individual joints may be pressure tested with a portable tester. 5. Deflection: Maximum allowable long -term deflection is 3% of the initial diameter. Deflection tests shall: • Be conducted within 24 -hours of backfilling a section of line. Allowable deflection is 3% at 24- hours. • A second deflection test shall be completed 30 -days following installation and backfilling activities. Allowable deflection 4.0% at 30- days. • The maximum long -term allowable deflection is 5.0 %. Deflection tests shall be completed using a go /no -go mandrel. The mandrel's outside dimension shall be sized to permit no more than the specified allowable deflection. The percent deflection shall be established from the base inside diameter of the pipe. The mandrel shall be approved Section 02539 — FRPM Page 4 by the field inspector or Owner representative prior to use 6. The contractor shall retain a field service representative currently employed by the FRPM pipe manufacturer for quality control purposes for the first 10% of all fiberglass reinforced polymer mortar pipe installed. The contractor shall provide the Owner with daily records and reports from the manufacturer's field representative noting all observed field conditions, installation and testing methods, and other relevant information. The field service representative will not supersede the Owner's stated responsibilities for testing or inspection, nor will the field service representative relieve the Contractor from his responsibilities outlined in the contract documents. Section 02539 — FRPM Page 5 EXISTING GRADE EXCAVATED NATIVE MATERIAL MAY BE REUSED FOR BACKFILL MATERIAL IF PROPERLY HANDLED AND DRIED y BEFORE USE AS BACKFILL. REFER 70 E NOTE #1, THIS DETAIL. PLACE IN 8' -1 m MAX LIFTS AND COMPACT TO 95% Z ° STANDARD PROCTOR. LL U 24 MIN` ¢ OVERLAP NON -WOVEN V GEOTEXTILE ;^ FABRIC sex e ' 1 M N ` 'Y 12 y,I NO. 57 STONE TO 12' (MIN.) ■ + 12 . MIN ABOVE PIPE TOP OF PIPE , 44i .'A, ) ') Y e yz �° <' TOP Of PIPE to SPRINGLINE I -",',.-,;1';'..., �Q UiII'c ' OA 116 r� �` � N Z �,. 011 M+,�, z ,r ' 42' OR 48' FR PM PIPE N H _/, x rh ,t £ v d 0- fia - { 12'MIN BEDDING s o ,' 1 CLASS 1 BEDDING NO. 57 STONE (COMPACTED IN 6' MAX LIFTS) FOUNDATION BACKFILL (GDOT TYPE II FOUNDATION BACKFILL) MAY BE REQUIRED MAY BE REQUIRED. SEE SECTION 11.054. IN ANY EVENT, SUBGRADE TO BE COMPACTED TO 95% STD PROCTOR PRIOR BEDDING PLACEMENT NOTES: 1. THE CONTRACTORS ATTENTION IS DIRECTED TO THE GEOTECHNICAL REPORT, PREPARED BY GRAVES ENGINEERING SERVICES, WHICH IS INCLUDED IN THE CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS. SPECIFIC ATTENTION SHOULD BE DIRECTED TO THE RECOMMENDATIONS REGARDING DEWATERING, UTILITY CONSTRUCTION (LE., EXCAVATING, SHORING, PILING, ECT.) AND BACKFILLING. 2. STANDARD PROCTOR TO BE AS PER ASTM 0 -898. 3. UNIFORM PLACEMENT AND CONSOLIDATION OF AGGREGATE IN THE PIPE BED AND HAUNCHING AREA IS REQUIRED. SPECIFIC CARE SHALL BE TAKEN 70 AVOID VERTICAL AND HORIZONTAL DISPLACEMENT OF THE PIPE DURING CONSTRUCTION REFER TO MANUFACTURERS RECOMMENDATION FOR COMPACTION DENSITIES. 4. CONTRACTOR TO LIMIT MECHANICANIZED COMPACTIVE EFFORTS DIRECTLY OVER THE TOP OF PIPE, UNTIL A MINIMUM 12' COVER IS ESTABLISHED. 5. NON -WOVEN GEOTEXTILE SHALL SERVE AS SEPARATION BETWEEN NATIVE SOILS AND AGGREGATE BEDDING/BACKFILL REFER TO TECHNICAL SPECIFICATIONS. AUD — DETAILS TRENCH EXCAVATION/ BACKFILL DETAIL FOR FIBERGLASS REINFORCED POLYMER MORTAR PIPE NOT TO SCALE ADDENDUM #2 07---.) W R T oole E ng inccig I nc. 1OO5Broa dSt.., Suite200 ■ Augusta, Ga. 30901 • 706.7224114 • 1444441. wifooie.com Engineers • Consultants Planners SHEET 1 rn Co a' N C C N z` y y ++ 0— u)� O O L's r a O C O 0 C f6 0 C O` U N a O + U) O 0 + us U • 0) 0 r L- O N O) O CO co O) C �. O C C C c .0 T O N (/) • E O +, 1 E O „, N a 'C O 1- O_ 0- 0 0 0 t ti O_ O_ O Z T 0 V • X 0 V X O E O O N m n a) O CL W 0 0 0 E O N O --J N a) g c 0 0,) 0- (o io C O. = — > E O E 06 ` m y e `m B. 0 E o ` o V c ,_cc C7m c)c m0 c = c 0 O._ 0 C 0 :- 0 0 T - N -0 0 C 0- 0 O O C Q as co 0 a) C -C Y-C ) '7 f6 E O 7 (6 E .- 0 E c Q 0 2 0 O O co O 0 0 0 O O O 0 0 O O 0 N O W Y , 03 C(3 f = 0 y o E = o y o o 0 o w o o U (/) 0 cc 0 0 u) 0 c 00 0 0 o_ U (1) U (/) vv c a c c 0 0 C c w E E 0 0 Q)) 0 a a 13 W T T T T T T Un _ O C N N N 0 0 0 CD 0) a) 0 E >, T T T T T •■1 n- W V r (� O O ,o- 1'- )) N a 1 ; W N co Z co C1) (0 V. O N o) w 0) (,- r- W 0 0 0 CO CO W r-- ti 7 )- t"- M Z O_ a) H 0 0 7 J U -CI J � C 0) Z a E c 0 E"0 O 0 0 a) ct 0) (. y C 4 0 E 0 O N . @ O U O U O V O 0 Q >. v°) a) (/) m W - o CL 0 o = 0 r CO W Q m c c - o c - o - 0) c o 0 0) CC m 0 0 CC U cc 2 0 O c c Y c c O ° c m m 0 2 C CO i N CO LO M O Z EC O O O O O O d - r c- r - c- 0) 0 O O U d (NI v CO t0 CO a) T (0 m C a 7 co co v co c c N CA I.= r U) o c p L 0) a) a) (0 a' `�- O v- 2 w- U .fl •-• O C a) I- y m a v i o c ,� ._ .� W v CO Z 0) �_ U �. C : ., C 0 N a W c 0 o - .5 2 Cr 2 -' " c 2 T a) c o) a) • N O N E ui (0 O ca - O O a C O- C C ° C L 'C U y C O U U 'V L U a n C C C c 0 N O �"' CA C CD t0 „... 0) 0) ”" U ( - co C O N C C C U Ti a O a) Z' U N N Va v f0 0) w (� C 0 O CU CU C C •a) a 0 ( O O 0- a) 20 0 O C � 0 O> a co N 7 N N a) a) N E U C hi E co f0 E WM It CCdF -a' C _ CCa'{ -a' CC d d'oUCCJ F� 000000000000000000000000 0 00 co a C C C C C C C C C C C C C C C C C C C C C C C C T C C a C to y CO U) N U) U) U) U) U) N 0 U) h U) U) U) U) CO U) U) (A CO CO CO (0 co 0) m m a) 7 „ >. T >. T T T >. T T T T T T T >. >, T T T T >, T T T T >. >. CA O O E C (0 U) U) U) U) Ca U C0 CO 0 U) U) U) U) U) U) U) CO N CO h`� a) W C >. T T > . C T > . >. >. >. >. >. >, T >, C C C C C >. >. >. >. >. >. U Ov(0'O�v O CO N 0 c 0) CV -4- in CO O) N O a 00 00 O) r-- r 0 O) CO 0 CO 0 N CO (t) CO CO 0) N- O) It () co M 0 CO c) (- CO (O (f) CO OD ti 'V 0) '1' In In r N N CO N W CO (D ti O 1" N CO 'V' c CO ti r N `7 r T O N r- N Z CO 0 F- (O co M M co co 6 r` c0 0 CO N co N O) N M r O 0 , MNtiOOMO)a)ti Q) MOr � Q) NO C) O) 0 C� i r` W a0 ti N- c0 ti N- N N- t. co ti O N N. co t` co O) M t` 1 COO d C CO CO C C (O (O CO M CO C CC) v 4- 0 CO 6 (O CO CO (n (O M CO CO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I's 0 0 0 0 N- r- r- nr`r- r- co r-vvr- ti - rr-r- to � COr- z C 0 co T EE as E-1 O O U = Y a) a) Z T _ , N L v a) 0 (0 0 ( 0 0 p n m (0 o (s ._ a 0 U) C U C CO O a) o U fY 2 0 v T t O a c `m -2 y •c .c E rn T3-0 COO o c a 3 c m � (0 0 0 0 E= 0m O W *- 0-C v co v 'O 0 o O -- (ac c m -3 c (o c O . . O O Z u a) m N 0 0 >�- � L o) 3Y V 0 U-)2> � m CO M - ° i(/) a =H - T i ' > H JI- W >-) '> 00 0) u) co ca w L co CO CL 0 � CK CC co Q n a a) ' C v O 'O O v C .? L -CI y T > v v v v v v v v v v .. 1- Y Y - cr. 0 0 c 0 N 0 0 0 E 0 0 0 0 0 0 0 0 0 0 0 0 o cc .. 900001Y0�12'o0 m rn0� 2' Q'W R'w'0' Q' w 3 3 to U) (0 (0 0 O O L . � . 5 U N N N N N N N N N >. U 'co "O O O 0 CO CO (0 (0 c c U c ' c 'c • c • C . c •E . E •c 'E c C a) d 0 0 0000Ce2fr0 0. owli0-n aaaaaa a a. CD O O N 1. N.1 N cO O O .1 N r -) O) CO CO d' N O CO . 1 O c0 CO N O O CO 0) M 0 r r M r 0) r N N 0) v N c0 r - r. 0 0 M CO Cr) 2 U . — e- O O 0 0 O .4- O N- 1` 0) 'I' 0) 0) O) 0) 0) 0) CO CO O CO I CE LE NNNNNNNMNMMM . - O M O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 o o o (0 o o o o �t `7 0 o o 0 0 0 0 0 0 0 0 O c 4 CO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O i . i i i t (C �C Oti— NOCnt`r` O CV CV Z rtoco or-- O'cY r co CO- NN• - 00 N NN 000 W r a � N N N N M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O 0 0 000 0000 c M C o00 M00 0 0 00 00 0 O 00 11 - 1111 1111111111111111111 I NNNNNNNNNNNMMM 't .1t sr• •1 '1'1 'cl " 1 ' Nr Tr d' CC MMMMMMMMMMMMMM .1 1 1 . 1 .t th .1 x.1.1 . 1 V' a r N rn 0 0 N N N 0 C7) N C) (1) - 0) @ Z 0 d. w C N U Q T co co -c ID :CS O Z 0 0 0 0 0 0 co n C C C C C C C E N N N C)) (1) H W D.. >. T >. O N Cn N Cn Cn Cn Q) C >. >. >, T T co M�1 a_ W CO CO CO v Cn CO CO CO N t- (0 CO CO CV CO CV CO CO CO CV Z 'V' N CV CD M O Q CV ti r CO 0) CO C/) co co co CO CD CD 000000 O J J J -C N C Cti u_ u_ 2 a Z m in a) c o � d m a) c a C/D O w » CO CO tq Cq C[f O � O � >,tn o 1 0)0)° 2)0 co U 2 w a o 0 w Q m1 - c ) - 0 (13 0 (13 00 W J > T T O C C C V C L C L CO M 0 0 CV 0Cn CO CV ' CA CO CO CO O 0 0 0 0 0 O i C O 0 0 0 O O O F . N- CD COO CV CO Z U CV MM0000 W E 0 0 0 0 0 O Q' V' mo d' tt �t 0. • C C h • c tii • 0 . • . .. . . Book 01212:1938 Augusta - Richmond County 2009012183 04/08/2009 11:01:26.00 , \..1 A ' i \ \ \ \ \ , ‘,.„ \ , „ .../ , \ e' s k 1 . , •', 1 1 1 -..% ,,-, , '411, - a - '4 ■ \ 1 : r . 2, , / r pg ; 1 1 ------------- ---....„ ...... ! 1 1 1 • • • '' • \ ' I • •., • • Nt • \ 1,..,. • si ' a.AN ' : . -• --;:,-71 . • \ ,,.., • • 1 : \ '',. w • t\ • . . . \ k - 1 -. ' ---- ----- k "r -- t c t--o'S ai- ----------- .-. NORFOLK 1.-.,.. - ,= . - ::.._.,._:___E:st L.:km :__ , n ...... = ........___ - [.: - ------ -- - • ft-11 A r - \- ._________... - _ .... --- ,,,,,;•• - _-rti-.7,-- ^13 - - :_r ii._: = - - - - .7 7.7=__ .riii - 1: .. .... 6„ . ... SOUTHERly -Itt-t-,-=,..---, ---- : RAILROAD .. . , .. , _ _ , „,...., ,,, _ . ; . 3 .,,,,.. t ....-_,,,- .....: - ‘,., ,-., . Ifill--grt"...."'''' yay.v4r 8 • it ---ts -- ---1 ...-..=_=.7._ .1\- . ::4111111ET*.,:. :zr 111•'\ir.„1.1p--- i-.'" • --.- -'' . all1 ' 143 ,---.,.: ..,......::::::.,::::,-----:,....- ------:--,y,::- .,- :77....;":-...!'■•.:;: _..:%-:.::::.......-; -.: :_-,..,--_-.:- .._ , 1 k • • . ..3.„...:::. '7 ...,.., ., \ ,,,„.• 1 • ••••••:: "-:;'*; , \ -"--- --.15 3,=:" - - -' ., i '.,;°•;.. ....--- ''' ' -e‹.2,:;:-.5-e;":5:•,"::::::"---;;- - "-- ; ' 1.. ..r .. . -.--'" ._,... -....-- • . - \ ‘ -,-..,----- ......-::,:....:.:... _ \ tk \ 1 5 \/ .,,,,„.....-..- -._ ...... ,- -- \ —1,77" - : --- ........ ..., ., \ - "‘ .•Ik• T. t...... , \ \: \ ■ r ''j • •fn $4,a' •.. 4 . , ' ,. \ % \ 1:,..V+. " ‘..- • s • 1 -••■••-i: os-. / ',.. 2 .. • 1 \ tk{i'''''' 'i : ' \ \ ."%t ', o •, • 7:, •. ' '1 I a \ '''8 LOCATION; CROSSING #732969N oR *2,800 LF SOUTH OF MARVIIN GRIFFIN ROAD / flik■ PLAN ( ,_1 .,. 0303118 ,get 1/4.v...? ' 44 c" A V I 1".20' 1 T )- W R Tools Eng.ili eers, In •A,,,,G. 30901 • 70•£72Z4 (14 • •••••monbols4on• Engineers • Consultants • Planners • SHEET 1 OF 2 Filed in this office: os/Z 6 Augusta - Richmond County • 04/08/2009 11:01:28.00 ELAINE C JOHNSON Clerk of Superior Court • unoQ JouadnS jo 41910 NOSNHOr O 3NIH•13 00 '9S:C0 :l l 6007. _. .. . nluno0 puow of n..bny U Z{ - elsn6ny :aoliio slgl u! paled 6218 .2// •Z 30 l 133HS SJauueld s1 • slaaul6u3 ya�9gM.......� • H /ITll1tl! ' gAX •"J •• ✓ • 00,41.5'#'A..9A1G1 �uI sraazrr� wool 2I�1a ..1, b Wild 0V021 .IZINIHd • AO HLnoS d1 s9T NZCL4CLd 0NISS0a0 !N0LLtl00I I. t. g , " lit 4 i \ 1 t 1. q 1 W , 1 • 1 p I - i-- , h w i�M 2W I 1,....4i, 1 :' o ZVI a.. -:c, ION i•'•; ,. 1 I : 1,-,-1 I. •Z I'' . , 1.1 F 1, • __ g 1 rNESHALL]0S _ - --y 1 !ii o_�_ _ 1 1 7 3 - _ � l .-1111 R . ' i' '" X7OZEOI�I _ _: _: �. -._ r a� — i 1 1 ... ; ' . I " ....`1 o- M- fZO -1TY dY/I A 1 �' t — J 4 t 10 I . `h -. % vI9a03o d0 3L 1S 4./N % i. u '` 1 t i" ! I 1 r ' ! V. ; ' 1 1 000 1 ': i'I I ; u •zwx .i ei ,1,� 3 ; �... 1 I en o 1 S 1 1` '• 1V I nc i I L • " 1 1 g g I •MfN 1 G N�'"d.,e Ipen. x. 1 • • :j i ��, I � . 9 • 00 6O0Z/80/b0 t8 6 - " O60OZ • . A1unoO puowtonA - eIsnfinv 4h6 :1...Z1.o Moog r Book 01212:1933 usta - Richmond County 2009012183 04/08/20,.,, 11:01:26.00 $0.00 EASEMENT 11111111111111111111111111111111111 1111 2009012183 Augusta - Richmond County Ogi (13 After recording, return to • Augusta Utilities Department Norfolk Southern Activity Number: 1108126 Attn: Land Acquisition • 360 Bay Street, Suite 180 Augusta, GA 30901 (706) 312 4143 DEED OF EASEMENT tk THIS INDENTURE, made and entered into this t day of 2009, by and between CENTRAL OF GEORGIA RAILROAD COMPANY, corporation o ganized and existing under the laws of the State of Georgia, whose mailing address is Three Commercial Place, Norfolk, Virginia 23510, Grantor, and AUGUSTA, GEORGIA, a Political Subdivision of the State of Georgia, Grantee: WI"I NESSETH: That the said Grantor, for and in consideration of the sum oloplemm ealialk and other valuable consideration paid by Grantee to Grantor, the receipt whereof is hereby acknowledged, does by these presents, GRANT unto Grantee, a 21 foot wide permanent easement in perpetuity, or right of way, for the construction, operation, mainte ce and removal of a forty-eight (48) inch ductile iron sanitary naft sewer pipeline contained within a seventy-two (72) inch steel casing pipe in, under and across the land as hereier described, being situated at or near Augusta, Richmond County, Georgia, to wit PERMANENT EASEMENT: All that strip, piece or parcel of land situate, lying and being in Richmond County, Georgia, and being more particularly described as follows: (At Crossing #732969H, +/ 2,800 LF South of Marvin Griffin Road in Augusta, Georgia) commence at construction station 64 +00, thence turn left and travel 5 feet to the Point Of Beginning; thence turning and traveling S 60 °- 38' -58' W for a distance of 85.31 feet to a point; thence turning and traveling N 40 ° - 01' - 06" W for a distance of 20.35 feet to a point; thence turning and traveling N 60 °- 38' -58" E for a distance of 90.02 feet to a point; thence turning and traveling S 26 °- 39' -26" E for a distance of 20.02 feet back to the point of beginning. Said permanent easement contains 1,753.29 square feet (0.048 Ac.) as substantially shown on a plan prepared by W.R. Toole Engineers, Inc., dated January 21, 2009, and marked Exhibit "A ", a copy of which is attached hereto and by reference incorporated herewith. SUBJECT, however, to such easements and restrictions as may appear of record or as may be apparent from an examination of the premises. RESERVING, however, unto Grantor its affiliates, subsidiaries, parent corporations, successors, assigns, licensees and lessees the right to continue to maintain, repair, renew and operate a railroad and appurtenances Book 01212:1939 Augus' Richmond County 2 pp 0 0 09 �� 0 � t 1 1 21184 04/08/200911:0..4.00 2009012184 Augusta - Richmond C my ©12 193 After recording, return to Augusta Utilities Department Attn: , Suite Norfolk Southern Activity Number: 11.08127 36 Land Street, Suite 180 Augusta, GA 30901 (706) 312 4143 DEED OF EASEMENT THIS INDENTURE, made and entered into this L- 'clay of between CENTRAL OFGEORGIA 2009, byand GOAD COMPANY, organized and existing laws of the State of Georgia, whose mailing address is Three Commercial Place, Norfolk, V ia 355io1 , Gran the AUGUSTA, GEORGIA, a Political Subdivision of the State of Georgia, Grantee Grantor, and WITNESSETH: That the said Grantor, for and in consideration of the sum o "and other valuable consideration paid by Grantee to Grantor, the receipt whereof is hereby acknowledged, �Y ged, does by these presents, GRANT unto Grantee, a 20 foot wide permanent easement in perpetuity, or right of way, for the construction, operation, lnaintenance and removal of a forty -two (42) inch ductile iron sanitary sewer pipeline contained within a sixty (6o) inch steel casing pipe in , under and across the land as hereinafter g)?Pe described, being situated at or near Augusta, Richrnond County, Georgia, to wit: PERMANENT EASEMENT: All that strip, piece or parcel of land situate, lying and being in Richmond County, Georgia, and bein more particularly described as follows: g (At Crossing #734132N, +/- 85 LF South of Phinizy Road in Augusta, Georgia) commence at construction station 182 +88.00, thence turn left and travel 5 feet to the Point Of Beginning; thence turning and traveling N 66 °- 55' -11" W for a distance of 59.98 feet to a point; thence turning and traveling N 23 °- 32' -45" E for a distance of 20.00 feet to a point; thence turning and traveling S 66 °- 55' -11" E for a distance of 59.98 feet to a point; thence turning and traveling S 23 °- 32' -39" W for a distance of 20.00 feet back to the point of beginning. Said permanent easement contains 1,199.61 square feet (0.028 Ac.) as substantially shown on a plan prepared by W.R. Toole Engineers, Inc., dated January 21, 2009, and marked Exhibit "A ", a copy of which is attached hereto and by reference incorporated herewith. SUBJECT, however, to such easements and restrictions as may appear of record or as may be aPA arent from an examination of the premises. • RESERVING, however, unto Grantor its affiliates, subsidiaries, parent corporations, successors, assigns, licensees and lessees the right to continue to maintain, repair, renew and operate a railroad and appurtenances PP antes • Book 01212:1940 Augusta - Richmond County 20090 .184 04/08/2009 11:03:56.00 across the easement area and to construct such additional track(s) and other railroad facilities across said easement area and to maintain, repair, renew and operate the same as in the judgment of Grantor, its affiliates, subsidiaries, parent Corporations, successors, assigns, Licensees and/or lessees may be requisite. RESERVING, further, unto Grantor, its affiliates, subsidiaries, parent corporations, successors, assigns, licensees and/or lessees the right to install, construct, locate, maintain, repair and renew any fiber optic communications lines and associated structures and facilities related thereto across, under or over said easement area and to maintain, repair, renew and operate the same as in the judgment of Grantor, its affiliates, subsidiaries, parent corporations, successors, assigns, licensees and/or lessees may be requisite. TO HAVE AND TO HOLD the above described easement unto Grantee, its successors and assigns, so long as it or they may require the same for the purposes granted; PROVIDED, however, that this conveyance is made by Grantor upon the following conditions: 1. Grantor shall not be required to assume any expense in connection with or incident to any construction, maintenance, use or repair of any facilities located within said easement area and shall be exempt from any and all charges, costs or assessments of any kind or character on account of the construction, maintenance, use or repair of any facilities located within said easement area under and across the aforesaid parcel of land or adjacent property of Grantor. 2. If, at any time, the easement herein granted or any part thereo required by Grantee, its successors or assigns, for the purposes which granted, the same shall terminate and Grantee, its successors or assigns, shall execute such instruments as now provided or as may be hereinafter provided by law to clear title to the aforesaid property. 3. Upon termination of the easement for any reason, Grantee shall properly fill in the pipes so that proper support for Grantor's facilities is maintained. 4. Grantor's Division Engineer at Atlanta, Georgia, advance upon the property. � shall be given at least seventy -two (72) hours' dvance notice before entry P pr perty. The Division Engineer is Mr. L. G. Bobbitt, Jr., whose telephone number is (404) 529 -1387. 5. All reasonable care shall be exercised and such precautions taken as said Division Engineer, or his authorized representative, may deem necessary to protect Grantor's facilities and operations. Grantor reserves the right to place watchmen, flagmen, inspectors and supervisors for protection purposes during the operations hereunder and the expense thereof, including the expense of any material furnished, shall be promptly paid by Grantee upon receipt of Grantor's bill therefore. In addition to direct wage and material cost, such expense shall include, but shall not be limited to, cost of supervision, traveling expenses, Federal Railroad d Retirement and Unemployment yment Taxes, vacation allowances and all other expense incidental thereto. S. (a) Without limiting in any manner the liability and obligations assumed by Grantee under Book C' '2:1941 Augusta - Richmond County 2009tr i 2184 04/08/200911:03:56.00 any other provision of this Agreement, and as additional protection to Grantor, Grantee shall, at its expense, p a the Risk Financing Fee set forth in subparagraph (iii) below and shall procure and maintain with insurance y companies satisfactory to Grantor, the insurance policies described in subparagraphs (i) and (ii). (i) Prior to commencement of installation or maintenance of the Facilities or entry on Grantor's property, Grantee, and its contractor if it employs one, shall procure and maintain for the course of said installation and maintenance, a general liability insurance policy naming Grantor both as a certificate holder and as an additional insured, and containing products and completed operations and contractual liability coverage, with a combined single limit of not less than $2,000,000 for each occurrence. Subject to Grantor's approval, Grantee may self - insure its obligation as required by this subparagraph (i). (ii) Prior to commencement of any subsequent maintenance of the Facility during the term of this Agreement, Grantee, or its contractor if it employs one, shall furnish Grantor with an original Railroad Protective Liability Insurance Policy naming Grantor as the named insured and having a limit of not less than a combined single limit of $2,000,000 each occurrence and $6,000,000 aggregate. Subject to Grantor's approval, Grantee may self - insure its obligation as required by this subparagraph (ii). (iii) Upon execution of this Agreement, Grantee shall pay Grantor a Risk Financing Fee of $ 1,000.00 to provide for such supplemental insurance (which may be self- insurance) as Grantor, in its sole discretion, deems to be necessary or appropriate. (b) All insurance required under preceding subsection (a) shall be underwritten by insurers and be of such form and content as may be acceptable to Grantor. Prior to commencement of installation or maintenance of the Facilities or any entry on Grantor's property, Grantee, or its contractor if it employs one, shall: Furnish to Grantor's Risk Manager, Three Commercial Place, Norfolk Virginia 23510- 2191(or such other representative and/or address as subsequently given by Grantor to Grantee in writing), for approval, the original policy described in subsection (a)(ii) and a certificate of insurance evidencing the existence of a policy with the coverage described in subsection (a)(i). 7. No drainage conditions shall be created or allowed to exist which would be adverse to Grantor's property. 8. A minimum clearance of fifteen (15) feet from the centerline of the nearest track shall be pYi maintained at all times for any material, equipment or vehicles of Grantee occu n o authorized in w Superintendent by Grantor or Grantor's Su g Grantor's property unless 9. Grantee will construct and maintain the pipelines, at its expense, in such a manner as will not interfere with the operations of Grantor or endanger persons or property of Grantor, and in accordance with (a) plans and specifications prescribed by Grantor, (b) applicable governmental regulations or laws, and (c) applicable specifications adopted by the American Railway Engineering Association when not in conflict with plans, specifications or regulations mentioned in (a) nd } (b) above. • • Book 01212:1' Augusta - Richmond County 2009012104 04/08/2009 11:03:56.00 Accepted, this �4a � 7 day of AA A - gal 2009. AUGUSTA, GEORGIA 4 B Deke Coppenhaver As Its Mayor • cc • Attest /14 Z � {:ti. • As It Clerk of Commission + SIGNED, SEALED AND DELIVERED In the presence of • AISPet '. 'ICJ i? / .1 lid r NdtarycRWblic, Columbia County, Georgia - M Cammisa July 27, 2010 (SEAL) DEC -31 -2009 13 55 ARC PURCHASING P.03/06 f / ,.wuseorer�s�,y G t- .cr• A s.J c� TO: All Bidders Phyllis Mills, Quality Assurance Analyst Tom Weidmeier, Utilities Department FROM: Geri Sams Procurement irect DATE: December 31, 2009 SUBJ: Clarifications 8 Changes to Specificatlens and Responses to Vendor Questions BID ITEM: BIDS 09-184 & 09 -185: BUTLER CREEK INTERCEPTOR EAST UPGRADE, PHASE I &III BID OPENING DATE: January 13, 2010, 3:00 p.m. ADDENDUM NO. 3 This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents as noted below. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject Bidder to disqualification. Contract Document • REV1SE: Augusta Utilities Department (AUD) Detail 18 as follows: Asphalt Overlay thickness shall be 1.5- inches after specified compaction. Asphalt mix for overlay shall be 12.5mm Superpave asphalt as noted in Technical Specification Section 02740. Revision is applicable to the information Included in Technical Specification Section 02740. P 3KQues i/E Question 1: The invitation to bid for these project pages 1 -13 contains information regarding preference for local suppliers and contractors, Page 3 of 13. Please confirm, as was stated in the pre -bid conference that this section does not apply to this project. Answer. The local vendor preference is not applicable for the two above mentioned projects. Question 2: Please confirm that pages 6 of 13, 7 of 13, and 8 of 13 are to be submitted with the bid. Answer. These pages are to be submitted along with your bid submittal and properly executed with an E- Verify Number. Question 3: Please confirm Page 9 of 13 & 10 of 13 are NOT to be submitted with the bid — as subcontractors are not always identified on bid day. Answer: Pages 9 of 13 & 10 of 13 are not to be submitted with your bid submittal. But will be required by the successful awarded vendor for each respective bid item. Question 4: Please confirm that Pages 11 —13 of 13 are not to be submitted with the bid. These are to be submitted within 5 days after receipt of letter of recommendation. Answer: Pages 11 -13 of 13 are not to be submitted with your bid submittal. But will be required b the successful awarded vendor for each respective bid item. y Room 605 - 530 Greene Street, Augusta Georgia 30901 (706)821-2422 - Fax (706) 821 -2811 www.augustana,gov Register at www.demanar com/suoplier for automatic bid notification DEC -31 -2009 13:55 ARC PURCHASING P.04/06 Question 5: Please confirm that item IB-06 in Instruction to bidders is not applicable to this project. It was stated at the pre -bid conference the bid is to be awarded based on lowest qualified bidder. How will "qualifications" be determined? Answer. Refer to Addendum #2 Question 6: Please confirm IB-09 that CH2M Hill is the program manager for the project. Answer: Refer to Addendum #2 Question 7: Please confirm page P -1 thru P -11 inclusive are to be submitted with the bid. Answer: Refer to City of Augusta, Georgia documents provided at Pre -Bid meeting. Question 8: Please confirm the page after P -11 labeled "employee conflict of interest" is to be submitted with bid. Answer: Refer to Addendum #2 Question 9: Please confirm revolving loan fund paper work EPD1 - EPD26 is NOT required to be submitted with bid. Answer: Revolving loan fund paperwork EPD1 - EPD26 is required to be submitted with your bid submittal Question 10: Please confirm ARRA paperwork 1 -13 Is NOT required to be submitted with the bid. Answer: ARRA paperwork 1 -13 is required to be submitted with your bid submittal. Question 11: Please clarify that NPDES requirements/fees are handled by the owner. Answer: Refer to Addendum #2 Question 12: Please confirm compaction testing and concrete testing wil be paid for by the owner. Answer. The owner will provide soli density and concrete testing. Question 13: Clearing is at Contractor's discretion, but the bid form, Phase 1, indicates 17 Acres. Will actual clearing be measured in the field? Answer: Yes Question 14: Sheet 2.8A, Phase I Indicates a scale of 1"-20'. Is this correct? Answer: The correct scalo for Sheet 2.8A (Phase Q is 1-Inch = 40 -feet. Question 15: Sheet 3.11 B, Phase 1 has no construction exit. Will the contractor be permitted to enter from Dixon Road? Answer: The contractor may enter the construction easement from Dixon Airline Road. Refer to the Construction Limitations provided with Addendum #2. The contractor is responsible for installation and maintenance of erosion control best management practices concurrent with construction activities. Question 16: Can a deduct be given by the bidder if both phases are awarded to that bidder? If so, how much contract time will be allowed? And how win the bid form be altered? Answer No. The projects are let as two individual projects and shall be bid as such. Bid Items #09 -184 & #09 -185 Butler Creek Interceptor East Upgrade Phase 1 & 11 DEC -31 -2009 13 55 ARC PURCHASING P.05/06 Question 17: If the fiberglass reinforced Pipe is added to the bid schedule as an alternate please identify at least 2 manufacturers so competitive bids may be obtained. Answer: Refer to Addendum #2. Question 18: Currently the project requires CL250 ductile iron pipe in a Type 5 trench. However. CL150 is sufficient for depths of cover up to 32" for 42" and 33" for 48" in the trench type shown in the bid documents (see attached supporting documentation). We respectfully request that we be able to bid on CL150. Answer: Refer to Addendum #2. Question 19: Is the Messerly Plant ready to receive flow so that we could connect at 10 +00 and divert flows to the plant instead of installing a stub -out? Answer: No. Question 20: For Phase I. bid items S-4G and S -5G are equivalent. Answer; REVISE: Pay Item S -5G description as follows; 24" PVC SANITARY SEWER PiPE, SDR 26, DEPTH 1244 INCLD. TYPE II (NO. 57 STONE) BEDDING MATERIAL Question 21: For Phase Ii. was 18" PVC Sanitary Sewer Pipe 12' -14" intentionally omitted? Answer: REVISE: Pay Item S-6E description as follows: 18" PVC SANITARY SEWER PIPE, SDR 26, DEPTH 7E, INCLD. TYPE 11 (NO. 57 STONE) BEDDING MATERIAL Question 22: For Phase i, sheet 2.7 — there is a 4" PVC Sewer Line coming into a manhole that is to be abandoned. Is this line dead? Answer: It is understood that the 4-inch line has been abandoned. However, It is the responsibility of the contractor to verify existing conditions prior construction. Question 23: For both Phases, please confirm that AUD — Detail 5 is the Intended bedding detail for this project, all pipe types and sizes (and not Typical Trench detail shown on Sheet 1.7). Answer: The typical trench detail shown on Sheet 1.7 is not applicable to either protect. Question 24: As brought up in the pre -bid meeting, please disclose all stipulations for working near the railroad ROW's, including any flagging and inspecting requirements and their associated rates. Answer Refer to Addendum #2. Question 25: Please confirm that stumps will have to be removed within the permanent easement. as discussed in the pre -bid meeting_ Answer: Refer to Addendum #2. Question 26: Please confirm what materials testing will be the responsibility of the Contract. Answer: Refer to Addendum #2. Question 27: is it the owner's intention to obtain 95% compaction above the pipe zone through the non- structural areas? If so, does the item M -3 cover the import and export of select fill? Answer: The noted backfill densities shall be provided along the entire project alignment. The use of select backflq material (Pay Item S -18) will be as directed by the Owner as project conditions require. Refer to Technical Specification Section 02055 and the Included Geotechnical Report. Bid Itvms #09 -I 84 & #09-3 85 Butler Crock Interceptor East Upgrade Phase I & 11 DEC -31 -2009 13 55 ARC PURCHASING P . 06/06 Question 28: Are chippings from the clearing operation to be removed from the site? Or can they be used for temporary erosion control? Answer: Wood wastes from clearing activities may be used as an erosion control best management practice. Use and application shall be as outlined in the Manual for Erosion and Sediment Control in Georgia, latest edition. Question 29: On Phase I, at station 81+00, at the 12n spur line, can the jack & bore be eliminated and changed to an open cut? Also along the spur line there is a lot of concrete debris, is this to remain or is it for the contractor to remove? Answer. Construction shall be per the construction plans. The noted debris shall remain, unless the Contractor deems it to be in conflict with construction and removes it an his own accord and at his own cost. Question 30: Have all easements and permits been acquired? If so can these be made available? Answer: Refer to Addendum #2. Question 31: When Is the anticipated notice to proceed? Answer: At this time, it is the Intent of the Owner to proceed with construction at the earilest available opportunity. However, an exact notice to proceed date is not known. Question 32: Can the bidders be allowed to dig some test pits along the route in non - residential areas? Answer Augusta Utilities Department will not permit test pit explorations prior to bid. Question 33: The question has been asked as to whether Tindall T- series manholes will be allowed. The answer refers to Item 3d of the addendum, and specifies Ductile Iron Transition bases. This is not the same thing. Will Tindall T Series Manholes be allowed with the noted exception of the connector and drop manhdes? Answer: Tindall T- Serles base, Foley Products ductile iron transition base, or Engineer approved equal are approved with the previously noted exceptions. Please acknowledge addendum in your submittal END OF ADDENDUM ra:.1 lre...n 4en• 1 0 n o_ urn . n a- In .• .. - . — TOTAL P.06 DEC -31 -2009 13:54 ARC PURCHASING P.02/06 530 Greene Street Roam 605 Augusta GA 30901 Prone: 7os, 242 City of Augusta Fax 706 ezi 2e11 Procurement Department Fax To: See Below Irons Gen A. Sams F Date: December 31, 2009 Contact Pages: 6 (including Cover Pages) Bid Item 09-184 Butler Creek Interceptor Re: Upgrade East -- Phase I Addendum 2 & CC: Bid Item 09-185 Butler Creek Interceptor & Bid Item 09 -185 Butler Creek Interceptor Upgrade East --- Phase II Addendum 3 X Urgent © For Review ❑ Please Comment ❑ Please Reply 0 Please Recycle Comments Reynolds Inc- Jason Stanley 1- 770 - 969 -4363 John D. Stephens Inc. Dean St Clair 1- 770479-3748 W. L Halley Ashley Quinn 1- 678-441 -9424 Stack Inc. Chris Graham 1- 770 -964 -7889 McClam & Associates Rusty McCIam 1-603+345.5362 Trak South Jamie Coaxum 706- 434 -2701 Tindall Matt Goodner 1- 803 -366 -1043 Blair Construction William Murtimer, Jr. 706 - 868 -1855 Don Moorhead Construction Kevin Morehead 1- 864-338 -1444 . Foley Product Bob Palmer 1- 770 - 254 -2223 Ruby Collins Mike Laseten 1- 770 - 432 -8236 Gamey Construction Greg Harris 1-770-754-4144 Garys Grading & Pipeline Suzanne Pent' 1- 770 -267 -1270 DEC -31 -2009 1 54 ARC PURCHASING P . 01/06 3 Morgan Contracting Gary Gartner 1-850- 537 -4690 S.J. Louis Construction Eric Melvin 1- 320 - 253 -3533 Dodge Room Linda Btackston 706- 733-9992 AUD Joe Holland 706 - 312 -4123 Augusta DBE Yvonne Gentry 706 -821 -4228 Ferguson Waterworks Rob Wren 706- 855 -7204 Mabus Brothers Construction Jeff Cooper 706- 722 -7521 U. S. Pipe Vickie Davis 1-678-376-4919 Construction Perfected Bob Long 803- 593 -3993 AUD Gerald WaII 706-312 -4123 Arnerican Cast Iron Pipe Scott Ayers 1 -770- 381 -3688 D & S Utilities Bob McClam 1- 803 - 345 -5362 Tommy Griffin Plumbing Jason Waldrop 1- 478.471 -8195 L-J Inc Randall McClain 803 -827 -9188 Southern Site Design Lee Jeffcoat 706-855 -7649 MST Construction Frank Taylor 1- 478 -274 -8211 Eagle Utility Benny Hi hfleld Y g 1-706-769-1638 Augusta Blueprint Trei Williams 706- 722 -8935 AUD Tom Weidmeier 706-312 -4123 John Walker Inc Scott Stalnaker 1- 478 -474 -3197 Rockdale Pipeline Charlotte Garrett 1 -678- 562 -3000 Strickland & Sons Pipeline Bill Musso 1- 770-535 -2248 Oscar Renda Contracting Will Johnston 1-817- 491-4483 W. R Toole Tom Dunaway 706- 722 -6219 Hobas Dan Davis 1-281-821-7715 • • • JAN -05 -2010 1 50 ARC PURCHASING 7063124602 P.03i06 1 r r" " , g2reveivotemesse.*zarkstarze � ;r i 7 ;tl /� } .r. : am„ f 06.004 ' TO: All Bidders Phyllis Mills, Quality Assurance Analyst Toni Weidmeier, Utilities Department FROM: Geri Sams +ittii, AV% Procurement Director DATE: January 5, 2010 SUBJ: Clarifications & Changes to Specifications BID ITEM: BIDS 09-184 & 09 -185: BUTLER CREEK INTERCEPTOR EAST UPGRADE, PHASE I &II • BID OPENING DATE: January 13, 2010, 3 :00 p.m. ADDENDUM NO. 4 This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents as noted below. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject Bidder to disqualification. Construction Restrictions • REPLACE: All the pages (1 for the above mentioned section with the current pages which are attached to this addendum. Please acknowledge addendum in your submittal END OF ADDENDUM Room 605 - 530 Greene Street. Augusta Georgia 30901 (706) 821-2422 - Fax (706) 821 -2811 www.augustaga.gov Register at www_demandstar.com/suoplier for automatic bid notification JAN-05-2010 11:50 ARC PURCHASING 7063124602 P.04/06 ca E 1 c ta-mmJ J 1 i y s _, . , o ..■ - - � f -, 1 z EX' E as w 5 = ; -a m i I 1 $ 0 o— 11 1 1 WI m 0 N ct g n 9 5, a Z w _ 1 g f ? I*: I w 1 ? 1 i 0 - 1 -,1 0 g I li 1 :OD V n -- —' g g o g gOA q I 1 1.? ,rReim ifs, w am K ,. g)' st °& s-- �! 4 E al VIP gaq,0 II 1 f l' AO VI:ii 7 3 9 d n t . u H v o � � 6 3 bI <D m 9 11 lig n! w w r g JAN -05 -2010 11:50 ARC PURCHASING 7063124602 P.05i06 "'6 P j '.p ; Y _f .fir y n �` 1 (�,� (�f • gb b Y _gg0 a o' °09b ii ......„..= V N _.N0 : ,1 g N 1 Z 9 -6 _ qi g iiiPi g i w Q g b bo a , 1 c1m ►r_a8, m N8t4g� roN -.4 Yi m V) �Q ill. {� # w► ud G m 2T- 2MII T IFIREREg M Ft m SA a 4 1 4 0 Rla �. a a i 0 °' rE S , w ag FE 1 c l ‚ij'fI o. f? a W if . 3 w c y = a m n 1 a Q e. .r z 00 " �01�Q 0O H OPOD� 4 i •. 0 a i �j Nye y � -jr 1.1 II I IIIIIIIIIIIIIIIIIIIIIIIIii ■ 4 ,,.. c38 1 3833 88, I g 38 83388338888o888Ya, l • im 4 1 a 1 f 11111 1 - ;lila . 2 ,- 3 . a ..,arg @i- wag$ Q al $ W� .a n . '0-s -g s. ref N itTlaf 1g i a 1 f - 4= 2 ! 'VI 0 ''a W m s g a 1 m g JAN -05 -2010 11 51 ARC PURCHASING 7063124602 P.06/06 'i 17 $ $ i -4. i. i /ryy iE N P Z $ • • _..,,.., . �. �a b u o b ,' 4 4 i F r m 0 m cn CO ligtii 0 vat-Hp a� 0m= y sticgggeri x=.1 33 ' Q m Q m V V to: ii y SZ a H E VttA 4 v W m GTj. E 1n Italia 0 iiiiiiii esssaslfs I 2 1 8 m i N to a TOTAL P.06 • 2 a ■ U • 1 sMs Q v INDEX FOR CONTRACT DOCUMENTS Title Pages Instruction to Bidders IB1 - IB3 Proposal P1 - P11 Employee Conflict of Interest Form 1 Bid Bond BB1 - BB2 Agreement Al - A3 Performance Bond PFB1 - PFB2 Payment Bond PYB1 - PYB2 General Conditions GC1 - GC52 Supplemental Conditions SGC1 - SGC5 • Geotechnical Report • GA EPD Supplemental General Conditions • American Recovery & Reinvestment Act Special Conditions & Information Technical Specifications: A. Section 01330 - Submittal Procedures 1 - 4 B. Section 02055 - Soils- Structural 1 - 2 C. Section 02060 - Aggregate 1 - 2 D. Section 02221 - Selective Demolition 1 - 2 E. Section 02230 - Clearing & Grubbing 1 F. Section 02241 - Dewatering 1 - 5 G. Section 02316 - Rock Removal 1 - 2 H. Section 02324 - Trenching 1 - 6 1 S 02A 116 B Jacking R. T C`onit 1 5 1. Section � VLTTV - Boring, �y, du u - Jacking � �,. Tunneling w i. v v. � ..... ..v 1 v J. Section 02539 - Sanitary Sewage Systems 1 - 4 (including Polyethylene Encasement Specifications) 1 - 8 K. Section 02633 - Storm Sewer Drainage Structures 1 - 3 L. Section 02633SS - Sanitary Manholes, Frames & Covers 1 - 3 M. Section 02721 - Aggregate Base Course 1 - 2 N. Section 02740 - Flexible Pavement Structures 1 - 4 O. Section 02750 - Concrete Construction 1 - 2 P. Section 02760 - Flowable Fill Material 1 - 2 Q. Section 02822 - Fence Removal and Replacement, New, Replaced In -Kind 1 - 2 R. Section 02924 - Grassing and Mulching 1 - 3 SECTION IB INSTRUCTION TO BIDDERS IB -01 GENERAL All proposals must be presented in a sealed envelope, addressed to the OWNER. The proposal must be filed with the OWNER on or before the time stated in the invitation for bids. Mailed proposals will be treated 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 120 days after bids have been opened, pending the execution of contract with the successful bidder. IB -02 EXAMINATION OF WORK Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work; the conformation of the ground; the character, quality and quantity of the facilities needed preliminary to and during the prosecution of the work; the general and local conditions; and all other matters which can in any way affect the work or the cost thereof under the contract. No oral agreement or conversation with any officer, agent, or employee of the OWNER, either before or after the execution of the contract, shall affect or modify any of the terms or obligations therein. IB -03 ADDENDA AND INTERPRETATIONS No interpretation of the meaning of plans, specifications or other pre -bid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to the Geri A. Sams, Director of Purchasing; Purchasing Department; Room 605; 530 Greene Street; Augusta, GA 30911 and to be given consideration must be received at least ten days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be sent by facsimile or U.S. mail to all prospective bidders (at the respective addresses furnished for such purposes), not later than five days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. IB -04 PREPARATION OF BIDS Bids shall be submitted on the forms provided and must be signed by the bidder or his authorized representative. Any corrections to entries made on bid forms should be initialed by the person signing the bid. Bidders must quote on all items appearing on the bid forms, unless specific directions in the advertisement, on the bid form, or in the special specifications allow for partial bids. Failure to quote on all items may disqualify the bid. When quotations on all items are not required, bidders shall insert the words "no bid" where appropriate. Alternative bids will not be considered unless specifically called for. Telegraphic bids will not be considered. Modifications to bids already submitted will be allowed if submitted by telegraph prior to the time fixed in the Invitation for Bids. Modifications shall be submitted as such, and shall not reveal the total amount of either the original or revised bids. IB -1 Bids by wholly owned proprietorships or partnerships will be signed by all OWNERs. Bids of corporations will be signed by an officer of the firm and his signature attested by the secretary thereof who will affix the corporate seal to the proposal. NOTE: A 10% Bid Bond is required in all cases. IB -05 BASIS OF AWARD The bids will be compared on the basis of unit prices, as extended, which will include and cover the furnishing of all material and the performance of all labor requisite or proper, and completing of all the work called for under the accompanying contract, and in the manner set forth and described in the specifications. Where estimated quantities are included in certain items of the proposal, they are for the purpose of comparing bids. While they are believed to be close approximations, they are not guaranteed. It is the responsibility of the CONTRACTOR to check all items of construction. In case of error in extension of prices in a proposal, unit bid prices shall govern. IB -06 BIDDER'S QUALIFICATIONS The bidder shall submit with their bid a statement of experience that includes the following information at a minimum. Include Owner information, contract amount, contract calendar days allowed, and contract calendar days used. 1. A list of utility projects completed by your firm in the last 10 -years that included pipe diameters 42- inches and greater. 2. A list of projects completed by your firm in the past 10 -years that required deep trench excavation (in excess of 20.0 feet) for utility installation. Include detailed information regarding the firm's experience with sheet piling and other trenching practices. 3. A list of projects completed by your firm in the past 10 -years that required dewatering. Include the methodology used for the project(s). 4. A list of projects that included the installation of centrifugally cast fiberglass reinforced polymer mortar pipe (FPRM). 5. A list of projects that included the installation of ductile iron pipe in diameters 36" or greater. 6. Project team list including the name and proposed capacity of the primary project teams; e.g., Project Manager, Superintendent, Pipe Foreman, etc. Include information relating to the team member's experience with projects of similar scope and cost. IB -07 PERFORMANCE BOND At the time of entering into the contract, the CONTRACTOR shall give bond to the OWNER for the use of the OWNER and all persons doing work or furnishing skill, tools, machinery or materials under or for the purpose of such contract, conditional for the payment as they become due, of all just claims for such work, tools, machinery, skill and terms, for saving the OWNER 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. IB -2 IB -08 REJECTION OF BIDS These proposals are asked for in good faith, and awards will be made as soon as practicable, provided satisfactory bids are received. The right is reserved, however to waive any informalities in bidding, to reject any and all proposals, or to accept a bid other than the lowest submitted if such action is deemed to be in the best interest of the OWNER. 18 -3 PROPOSAL for BUTLER CREEK INTERCEPTOR UPGRADE EAST — PHASE I Augusta Commission Municipal Building Augusta, Georgia 30911 Gentlemen: The undersigned, as bidder, herein referred to a singular and masculine, declares as follows: 1. The only parties interested in the proposal as principals are named herein; 2. He has carefully examined and fully understands the Contract Documents 3. He understands that information relative to existing structures and underground utilities as furnished to him on the drawings, the Contract Documents or by the Augusta Utilities Department, 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; and hereby proposes and agrees that, if the Proposal is accepted he will contract with the Augusta Commission, Georgia, to furnish all machinery, tools, apparatus and other means of construction and to do all work and furnish materials called for in accordance with the requirements of the Director of the Augusta Utilities Department and the true intent of the Contract Documents and that he will take in full payment for each item of work, thereof, the unit or lump sum price applicable to that item as stated in the schedule below. (NOTE: Bidders must bid on each item.) P -1 BASE BID SCHEDULE OF UNIT PRICES: Butler Creek Interceptor Upgrade East - Phase I Augusta Utilities Department Project No. 60107 ITEM DESCRIPTION UNIT QTY UNIT TOTAL COST COST S -2C 12" PVC SANITARY SEWER PIPE, SDR 35, DEPTH 6-8', INCLD. TYPE II (NO. 57 STONE) LF 890 $25.00 $22,250.00 BEDDING MATERIAL S -3C 12" PVC SANITARY SEWER PIPE, SDR 35, DEPTH 8' -10', INCLD. TYPE II (NO. 57 STONE) LF 432 $30.00 $12,960.00 BEDDING MATERIAL 5 -4C 12" PVC SANITARY SEWER PIPE, SDR 35, DEPTH 10' -12', INCLD. TYPE II (NO. 57 STONE) LF 25 $50.00 $ 1,250.00 BEDDING MATERIAL S -SC 12" PVC SANITARY SEWER PIPE, SDR 35, DEPTH 12' -14', INCLD. TYPE II (NO. 57 STONE) LF 70 $55.00 $3,850.00 BEDDING MATERIAL S -1E 18" PVC SANITARY SEWER PIPE, SDR 26, DEPTH 0' -6', INCLD. TYPE II (NO. 57 STONE) LF 21 $55.00 $1,155.00 BEDDING MATERIAL S -2E 18" PVC SANITARY SEWER PIPE, SDR 26, DEPTH 6' -8', INCLD. TYPE II (NO. 57 STONE) LF 16 $55.00 $880.00 BEDDING MATERIAL S -3E 18" PVC SANITARY SEWER PIPE, SDR 26, DEPTH 8' -10', INCLD. TYPE II (NO. 57 STONE) LF 30 $60.00 $1,800.00 BEDDING MATERIAL S -3G 24" PVC SANITARY SEWER PIPE, SDR 26, DEPTH 8' -10', INCLD. TYPE II (NO. 57 STONE) LF 34 $70.00 $2,380.00 BEDDING MATERIAL S -4G 24" PVC SANITARY SEWER PIPE, SDR 26, DEPTH 10' -12', INCLD. TYPE II (NO. 57 STONE) LF 16 $75.00 $1,200.00 BEDDING MATERIAL S-5G 24" PVC SANITARY SEWER PIPE, SDR 26, DEPTH 12' -14', INCLD. TYPE II (NO. 57 STONE) LF 20 $75.00 $1,500.00 BEDDING MATERIAL S -12I 30" DUCTILE IRON SANITARY SEWER PIPE, CLASS 250, DEPTH 10' -12', INCLD. TYPE II (NO. 57 LF 30 $270.00 $8,100.00 STONE) BEDDING MATERIAL S -38 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 8' -10', INCLD. TYPE II (NO. 57 LF 801 $185.00 $148,185.00 STONE) BEDDING MATERIAL S -39 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 10' -12', INCLD. TYPE II (NO. 57 LF 2,655 $190.00 $504,450.00 STONE) BEDDING MATERIAL S-40 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 250, DEPTH 12' -14', INCLD. TYPE II (NO. 57 LF 1,517 $195.00 $295,815.00 STONE) BEDDING MATERIAL 5 -41 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 14' -16', INCLD. TYPE II (NO. 57 LF 983 $200.00 $196,600.00 STONE) BEDDING MATERIAL S-46 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 8' -10', INCLD. TYPE II (NO. 57 LF 411 $240.00 $98,640.00 STONE) BEDDING MATERIAL S 47 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 10' -12', INCLD. TYPE II (NO. 57 LF 1,274 $240.00 $305,760.00 STONE) BEDDING MATERIAL S-48 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 12' -14', INCLD. TYPE II (NO. 57 LF 687 $240.00 $164,880.00 STONE) BEDDING MATERIAL S-49 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 14' -16', INCLD. TYPE II (NO. 57 LF 49 $245.00 $12,005.00 STONE) BEDDING MATERIAL S-50 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 16' -18', INCLD. TYPE II (NO. 57 LF 50 $250.00 $12,500.00 STONE) BEDDING MATERIAL 5 -51 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 18' -20', INCLD. TYPE II (NO. 57 LF 794 $270.00 $214,380.00 STONE) BEDDING MATERIAL S-52 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 20' -22', INCLD. TYPE II (NO. 57 LF 1,917 $295.00 $565,515.00 STONE) BEDDING MATERIAL Revised Phase 1 P - 2 Bid Schedule 12/18/09 ITEM DESCRIPTION UNIT QTY UNIT TOTAL COST COST S -53 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 22' -24', INCLD. TYPE II (NO. 57 LF 193 $300.00 $57,900.00 STONE) BEDDING MATERIAL JACK AND BORE 24" DIA. STEEL CASING, MIN. WALL THICKNESS 0.281 INCH, CARRIER PIPE S -17B INCLUDED, 12" DIA. DUCTILE IRON SAN. SEWER PIPE, CLASS 350, RESTRAINED JOINT, END LF 116 $400.00 $46,400.00 SEALS JACK AND BORE 60" DIA. STEEL CASING, MIN. WALL THICKNESS 0.844 INCH, CARRIER PIPE S -17C INCLUDED, 42" DIA. DUCTILE IRON SAN. SEWER PIPE, CLASS 150, RESTRAINED JOINT, END LF 125 $1,250.00 $156,250.00 SEALS JACK AND BORE 72" DIA. STEEL CASING, MIN. WALL THICKNESS 1.0 INCH, CARRIER PIPE S -17D INCLUDED, 48" DIA. DUCTILE IRON SAN. SEWER PIPE, CLASS 150, RESTRAINED JOINT, END LF 247 $1,450.00 $358,150.00 SEALS. S -18 SELECT BACKFILL, GA DOT TYPE I & II (SAND /CLAY), MEASURED BY IN -PLACE VOLUME CY 10,575 $2.00 $21,150.00 S 20B PRECAST SANITARY SEWER MANHOLE (GA DOT STD. 1011A), TYPE 1, DEPTH 0' -6' (60" EA 4 $2,000.00 $8,000.00 DIAMETER) S -20C PRECAST SANITARY SEWER MANHOLE (GA DOT STD. 1O11A), TYPE 1, DEPTH 0' -6' (96" EA 26 $2,850.00 $74,100.00 DIAMETER) S -20F PRECAST SANITARY SEWER MANHOLE (GA DOT STD. 1011A), TYPE 2, DEPTH 0' -6' (120" EA 18 $3,250.00 $58,500.00 DIAMETER) S -21B ADDITIONAL SANITARY MANHOLE DEPTH, TYPE 1, DEPTH CLASS 1 (60" DIA.) VF 13 $90.00 $1,170.00 S -21E ADDITIONAL SANITARY MANHOLE DEPTH, TYPE 1, DEPTH CLASS 1 (96" DIA.) VF 17 $90.00 $1,530.00 S -22B ADDITIONAL SANITARY MANHOLE DEPTH, TYPE 1, DEPTH CLASS 2 (60" DIA.) VF - 22 $90.00 $1,980.00 S -22E ADDITIONAL SANITARY MANHOLE DEPTH, TYPE I, DEPTH CLASS 2 (96" DIA.) VF 700 $90.00 $63,000.00 S -26B ADDITIONAL SANITARY MANHOLE DEPTH, TYPE 2, DEPTH CLASS 2 (120" DIA.) VF 150 $90.00 $13,500.00 S -26C ADDITIONAL SANITARY MANHOLE DEPTH, TYPE 2, DEPTH CLASS 3 (120" DIA.) VF 150 $90.00 $13,500.00 S -28A OUTSIDE DROP PIPING (8" DIA INLET LINE) - COMPLETE EA 1 $1,500.00 $1,500.00 S -28C OUTSIDE DROP PIPING (18" DIA INLET LINE) - COMPLETE EA 1 $5,500.00 $5,500.00 S -28D OUTSIDE DROP PIPING (24" DIA INLET LINE) - COMPLETE EA 1 $9,000.00 $9,000.00 S -29B DOGHOUSE / CONNECTOR MANHOLE (60" DIA.), INCLD BASE, CONE AND RING / COVER EA 2 $5,000.00 $10,000.00 S -29C DOGHOUSE / CONNECTOR MANHOLE (96" DIA.), INCLD BASE, CONE AND RING / COVER EA 11 $7,500.00 $82,500.00 S -29D DOGHOUSE / CONNECTOR MANHOLE (120" DIA.), INCLD BASE, CONE AND RING / COVER EA 3 $10,000.00 $30,000.00 S -30B 4" PVC SANITARY SEWER PIPE, SDR 35, INCLD. TYPE II (NO. 57 STONE) BEDDING MATERIAL LF 30 $12.00 $360.00 S -30C 6" PVC SANITARY SEWER PIPE, SDR 35, INCLD. TYPE 11 (NO. 57 STONE) BEDDING MATERIAL LF 14 $15.00 $210.00 S -33 TIE NEW SANITARY SEWER TO EXIST MANHOLE, DIAMETER VARIES EA 1 $12,500.00 $12,500.00 S -35 DUCTILE IRON PIPE POLYETHYLENE ENCASEMENT LF 4,247 $2.00 $8,494.00 S -36 MISC. CLASS A CONCRETE CY 15 $200.00 $3,000.00 S -54A CAP AND FILL EXISTING MANHOLE, COMPLETE (OFFSITE MANHOLES) EA 34 $1,000.00 $34,000.00 Revised Phase 1 P - s Bid Schedule 12/18/09 ITEM DESCRIPTION UNIT QTY UNIT TOTAL COST COST P -1 ASPHALT OVERLAY, TYPE F, 2" THICK, MIN. SY 140 I $9.00 $1,260.00 P 2 GRADED AGGREGATE BASE 10 'A " THICK, 7' WIDE AND ASPHALT PATCH 2 'A " THICK, SY 35 $44.00 $1,540.00 INCLD REMOVAL of 2 ' " GAB AND PLACEMENT OF BITUM TACK COAT P -7 12" ASPHALT PAVEMENT DRIVEWAY REPLACEMENT SY 20 $22.00 $440.00 i .,r, eka`Y ,- 0; _ � , , x ) x, ` ''t f "1' 3 b t :r -. M -1 FLOWABLE FILL CY 70 $115.00 $8,050.00 M -2 ROCK EXCAVATION CY 50 I $40.00 $2,000.00 M -3 FOUNDATION BACKFILL, GA DOT TYPE II, FOR ADD'T UNCLASSIFIED EXCAVATION CY I 3,600 I $22.00 $79,200.00 M -4 CLEARING & GRUBBING ACRE 17 $4,225.00 $71,825.00 M -5B FENCE REMOVAL & REPLACEMENT, NEW, REPLACED IN -KIND (6FT -HIGH CHAIN LINK LF 300 $22.00 $6,600.00 FENCE) -ir FENCE REMOVAL & REPLACEMENT, NEW, REPLACED IN -KIND (6FT -HIGH CHAIN LINK LF 30 $30.00 $900.00 FENCE WITH 3 STRAND BARBED WIRE) , '- E I x x a . `4' 7 " *, f i s, , '. 5 s .1 a �: ; .� 4.4 ie' r. LS -1 LUMP SUM CONSTRUCTION (INCLUDES BUT IS NOT LIMITED TO THE LISTING CONTINUED LS 1 $235,500.00 $235,500.00 BELOW) g > t PROJECT TOTAL t''',a sJ " 1. Revised Phase 1 a -4 Bid Schedule 12/18/09 LUMP SUM CONSTRUCTION: Mobilization, Demobilization Bonds, Insurance Gabion Retaining Walls Remove and reset fences, all types Remove and reset gates, all types Remove and reset storm sewer, lengths & sizes vary Remove and reconnect water services Reconnect sanitary sewer services Remove broken asphalt paving Remove and reset signs, type varies Remove and reset water sprinkler systems, complete Remove and reset fire hydrant Remove and reset water valve and/or meters, size varies Remove and reset yard lamps, type varies Remove and reset mailboxes, type varies Erosion and sediment control (temporary grassing, construction exits, rip -rap, misc. Erosion control structures) Remove sanitary sewer line, diameter varies Remove sanitary sewer manhole Silt Fence, Type "A" Silt Fence, Type "C" Traffic Control Miscellaneous grading Permanent Grassing Dewatering Raise manholes and valve boxes to grade 1. TOTAL BASE BID FOR ALL UNIT PRICES Four Million Fifty -five thousand five hundred sixty -four and 000 /100 ($4,055,564.00) (use words) (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 soley for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be 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. Revised Phase I P - e Bid Schedule 12/18/09 ALTERNATE NO. 1: 1. Alternate No. 1 generally consists of providing Fiberglass Reinforced Polymer Mortar (FRPM) pipe in lieu of Ductile Iron Pipe. Bidder shall delete the corresponding pay items and replace them with the Alternate No. 1 unit price table. Items not changed remain as stated in the Base Bid Unit Price Table. The price for each Alternate will be the amount added to or deleted from the base Bid if OWNER selects the Alternate. ALTERNATE NO. 1 SCHEDULE OF UNIT PRICES: ITEM DESCRIPTION UNIT QTY UNIT TOTAL COST COST S -38 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 8' -10', INCLD. TYPE II (NO. 57 LF -801 $185.00 -$148,185.00 STONE) BEDDING MATERIAL S -39 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 10' -12', INCLD. TYPE II (NO. 57 LF -2,655 $190.00 $504,450.00 STONE) BEDDING MATERIAL S -40 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 250, DEPTH 12' -14', INCLD. TYPE II (NO. 57 LF -1,517 $195.00 -$295,815.00 STONE) BEDDING MATERIAL 5 -41 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 14' -16', INCLD. TYPE II (NO. 57 LF -983 $200.00 $196,600.00 STONE) BEDDING MATERIAL S-46 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 8' -10', INCLD. TYPE II (NO. 57 LF -411 $240.00 $98,640.00 STONE) BEDDING MATERIAL S 47 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 10' -12', INCLD. TYPE II (NO. 57 LF -1,274 $240.00 - $305,760.00 STONE) BEDDING MATERIAL S 48 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 12' -14', INCLD. TYPE II (NO. 57 LF -687 $240.00 -$164,880.00 STONE) BEDDING MATERIAL S-49 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 14' -16', INCLD. TYPE II (NO. 57 LF -49 $245.00 $12,005.00 STONE) BEDDING MATERIAL S-50 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 16' -18', INCLD. TYPE II (NO. 57 LF -50 $250.00 $12,500.00 STONE) BEDDING MATERIAL S-51 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 18' -20', INCLD. TYPE II (NO. 57 LF -794 $270.00 $214,380.00 STONE) BEDDING MATERIAL S -52 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 20' -22', INCLD. TYPE II (NO. 57 LF 1,917 $295.00 $565,515.00 STONE) BEDDING MATERIAL S -53 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 22' -24', INCLD. TYPE II (NO. 57 LF -193 $300.00 $57,900.00 STONE) BEDDING MATERIAL S -35 DUCTILE IRON PIPE POLYETHYLENE ENCASEMENT LF -4,247 $2.00 - $8,494.00 5 -38 -F 42" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 8' -10', INCLD. TYPE II LF 801 $185.00 $148,185.00 (NO. 57 STONE) BEDDING MATERIAL S -39 -F 42" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 10' -12', INCLD. TYPE II LF 2,655 $190.00 $504,450.00 (NO. 57 STONE) BEDDING MATERIAL 5 -40 -F 42" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 12' -14', INCLD. TYPE II LF 1,517 $195.00 $295,815.00 (NO. 57 STONE) BEDDING MATERIAL 5 -41 -F 42" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 14' -16', INCLD. TYPE II LF 983 $205.00 $201,515.00 (N0. 57 STONE) BEDDING MATERIAL 5 -46 -F 48" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 8' -10', INCLD. TYPE II LF 411 $220.00 $90,420.00 (NO. 57 STONE) BEDDING MATERIAL S -47 -F 48" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 10' -12', INCLD. TYPE II LF 1,274 $220.00 $280,280.00 (NO. 57 STONE) BEDDING MATERIAL S -48 -F 48" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 12' -14', INCLD. TYPE II LF 687 $220.00 $151,140.00 (NO. 57 STONE) BEDDING MATERIAL S -49 -F 48" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 14' -16', INCLD. TYPE II LF 49 $225.00 $11,025.00 (NO. 57 STONE) BEDDING MATERIAL 5 -50 -F 48" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 16' -18', INCLD. TYPE II LF 50 $230.00 $11,500.00 (NO. 57 STONE) BEDDING MATERIAL 5 -51 -F 48" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH I8' -20', INCLD. TYPE II LF 794 $250.00 $198,500.00 (NO. 57 STONE) BEDDING MATERIAL 5 -52 -F 48" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 20' -22', INCLD. TYPE II LF 1,917 $275.00 $527,175.00 (NO. 57 STONE) BEDDING MATERIAL Revised Phase I P -6 Bid Schedule 12/18/09 ITEM DESCRIPTION UNIT QTY UNIT TOTAL COST COST S -53 -F 48" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 22' -24', INCLD. TYPE II LF 193 $285.00 $55,005.00 (NO. 57 STONE) BEDDING MATERIAL 1. Alternate 1: (add) (deduct) One hundred ten thousand one hundred fourteen and 00 /100 ($- 110,114.09 (circle one) words figures 2. The Lump Sum Bid Price for this Contract will be: If Alternate 1 is selected: Three million nine hundred forty -five thousand four hundred fifty and 00/100 - -- {$3,945,450.00) words figures Revised Phase 1 P -7 Bid Schedule 12/18/09 PV G U S Ty REVISED MARCH 19, 2004 W •T 4 ' , ; 51 9 CORGI' AUGUSTA UTILITIES DEPARTMENT SANITARY SEWER PROJECT - MEASUREMENT AND PAYMENT SANITARY SEWER ITEMS S - 1A through S - 16I - All piping line items shall be measured in linear feet and shall include costs for piping, bedding and installation, trench excavation, trench box, dewatering, asphalt cutting, normal joints and gaskets, normal backfill, infiltration and exfiltration testing, mandrel pulling, and CCTV camera inspection as required. Camera inspection shall include all costs for closed circuit camera inspection of the sanitary sewer system, including mobilization, demobilization, inspection, video tape copies, and field reports. No additional payment shall be made for these items. ITEM S - 17 - Jack and bore line items shall be measured in linear feet and shall include costs for 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. ITEM S - 18 - Select backfill shall be measured in cubic yards for both Types I and II and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. The volume of material included shall be the actual measured "in- place" volume. The standard trench width used to calculate the volume will be 7 feet. No additional payment shall be made for these items. ITEM S - 19 - Miscellaneous pipe fittings and connections shall be measured in pounds and include costs for all fittings and installation except normal joints and gaskets regardless of material. No additional payment shall be made for these items. ITEMS S - 20A through S - 20F and S - 23 - 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. P-6 SAN SEWER MEASURE & PMT 04 03 19.DOC REVISED MARCH 19, 2004 ITEMS S - 26A through S - 26F - Sanitary sewer exterior manhole joint wrapping shall be measured individually and shall include the costs for wrapping material and installation. No additional payment shall be made for these items. ITEMS S - 27A through S - 27F - Sanitary sewer interior protective coating shall be measured by the vertical foot of manhole and shall include the costs for coating material and installation. No additional payment shall be made for these items. ITEM S - 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 - 29 - Dog house /connector manholes shall be measured individually (each) and shall include the costs for excavation, dewatering, asphalt cutting, pipe cutting, collars and boots, grouting and / or other connections, installation, and normal backfill. The costs for the base section, first riser, cone section, and ring and cover shall be included within this line item. Additional depth manhole sections shall be included within the appropriate manhole line item. 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, and property restoration. No additional payment shall be made for these items. ITEM S - Cut and plug sewers shall be measured individually (each) and shall include costs for cutting of existing pipelines, plugging of existing pipelines, excavation, dewatering, asphalt /concrete cutting, and normal backfill. No additional payment shall be made for these items. ITEM S - 32 - Cut and plug manholes shall be measured individually (each) and shall include costs for cutting of existing manholes, plugging of existing manholes, excavation, dewatering, asphalt /concrete cutting, and normal backfill. No additional payment shall be made for these items. ITEM S - 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 - 34 - AC water main crossings shall be measured individually (each) and shall include costs for AC pipe cutting, excavation, ductile iron piping, sleeves, backfill, and property restoration. No additional payment shall be made for these items. ITEM S - 35 - Ductile iron pipe polyethylene pipe encasement shall be measured in linear feet and shall include costs for pipe wrap materials and installation. No additional payment shall s be made for these items. ITEM S - 36 - Concrete pipe encasement shall be measured in cubic yards and shall include costs for concrete, installation, excavation, dewatering, soil stabilization, pipe stabilization, asphalt cutting, and normal backfill. No additional payment shall be made for these items. P -7 SAN SEWER MEASURE & PMT 04 0319.DOC REVISED MARCH 19, 2004 PAVEMENT STRUCTURES ITEM P - 1- Asphalt overlay shall be measured in square yards and shall include costs for asphalt materials and installation, temporary striping and permanent striping (replaced in kind), and markers (both temporary and permanent). No additional payment shall be made for these items. ITEM P - - Aggregate base (10 thick) and asphalt patch (2 1 /2' thick) shall be measured in square yards and shall include costs for all aggregates (regardless of type), 2 " graded aggregate base removal and disposal, bituminous tack coat, asphalt, installation, excavation, striping (both temporary and permanent), and markers (both temporary and permanent). The square yardage calculation shall be based upon a standard width of seven (7) feet for payment purposes. No additional payment shall be made for these items. ITEM P - - Asphalt pavement leveling shall be measured in tons and shall include costs for all asphalt (regardless of type) used to create a level road surface prior to asphalt overlay as authorized by the project representative. The payment shall be based upon confirmed delivery tickets. No additional payment shall be made for these items. ITEM P4 - Milling shall be measured in square yards and shall include all materials, labor, equipment, and material removal and disposal costs. No additional payment shall be made for these items. ITEMS P - through P - Concrete sidewalk and driveways shall be measured in square yards and shall include costs for 3000 psi concrete, installation, site preparation, formwork, and finishing. Existing concrete shall be removed to the nearest joint as directed by the project representative. Payment shall included all removal and disposal costs. No additional payment shall be made for these items. ITEM P - - Asphalt driveway replacement shall be measured in square yards and shall include costs for asphalt, installation, and site preparation, including necessary subgrade preparation, base removal, and base installation. Existing asphalt shall be removed to the nearest joint as directed by the project representative. No additional payment shall be made for these items. ITEM P - - Curb and /or gutter placement shall be measured in linear feet and shall include costs for concrete, installation, site preparation, formwork, and finishing. Payment shall included all removal and disposal costs. No additional payment shall be made for these items. ITEM P - - Curb and gutter removal and replacement shall be measured in linear feet and shall include costs for removal and disposal of existing concrete curb and gutter, concrete, installation, site preparation, formwork, and finishing. Payment shall included all removal and disposal costs. No additional payment shall be made for these items. MISCELLANEOUS ITEM M - Flowable fill shall be measured in cubic yards and shall include costs for all materials, labor, equipment, and excess materials. No additional payment shall be made for these items. P -8 SAN SEWER MEASURE & PMT 04 0319.DOC REVISED MARCH 19, 2004 ITEM M - - 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 - - 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 M4 - 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 -5 - Fence removal and replacement shall be measured in linear feet and shall include all costs associated with removal and replacement of the existing fence with new materials of like quality as necessary for sanitary sewer installation. No additional payment shall be made for these items. 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. P -9 SAN SEWER MEASURE & PMT 04 03 19.DOC The contract covering the construction of all work described above will be completed within 240 consecutive calendar days from the date specified in the "Notice to Proceed" of the Augusta Utilities Department Director. In strict accordance with the contract documents and in consideration of the amounts shown on the bid schedule attached hereto, the undersigned, as bidder, submits the following base bid, totaling: Dollars ($ ) subject to reductions, additions and deletions provided herein on the basis of measured quantities of completed work and the prices bid. Bidder further agrees to pay as liquidated damages the sum of $9,000.00 for each consecutive calendar day thereafter. It is understood that the Owner reserves the right to reject any and all proposals or to accept any proposal as deemed to be to the best interest of the Owner. It is also understood that the following addenda as issued during the bid period shall be included as part of the Contract Documents: Addendum Date The undersigned bidder understands and agrees that should the Owner accept this proposal, the bidder will within ten (10) days from the date of notification of acceptance of his proposal, execute the contract and furnish the Owner with satisfactory performance and payment bond in the amount equal to one hundred percent (100 %) of the total base bid sum. Enclosed herewith is a Bid Bond or Certified Check in the amount of Dollars ($ ) being not less than ten (10 %) percent of the total base bid sum. Should the bidder fail to execute the Contract and furnish the Performance and Payment Bond in case this proposal is accepted, the Owner shall have the right to receive the amount of the bid security as liquidated damages. If the security is a Certified Check it may be cashed by the Owner and the amount received shall become the property of the Owner. If the security is a Bid Bond, the value thereof shall be paid to the Owner by the Surety. The undersigned by submittal of this proposal, agrees that the above stated amount is the proper measure of liquidated damages which the Owner will sustain by the failure of the undersigned to execute the Contract and furnish the Performance and Payment Bond. The successful bidder shall have a current Business License. P -10 • The Owner is an Equal Opportunity Employer. ( r fir 4. R (, /ha. .rdei dXe Namd of Bidder ' Signature & Titl- of Autho ed V P ceo Representative r1-134 Business Address b irmrbt (IA (3Cs.t.s6(.4 City and State Date: )-I 3 ) P41 EMPLOYEE CONFLICT OF INTEREST: It shall be unethical for any Augusta, GA 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 Augusta, GA 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 officials 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 any 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 orfinancial interest. USE OF CONFIDENTIAL INFORMATION 1 -10 -15 It shall be unethical for any Augusta, GA County employee or official to knowingly use confidential information for actual or anticipated personal gain, or for the actual or anticipated gain for any other person. !// r +r 4 L:. J ,� Name: � # / j � Date: V3 / O J Title: Vac E P.R E S ,I D E N 7 Company: GARyS GRADXNG PIPELINE co. I NC, THIS SHEET is REQUIRED TO BE IN SUBMITTAL. • ( RSY'. `� 6 , DING AND PIPELINE CO 7434E ffl AY 81 MONgOR,. GEORGIA 30656 PRONE 770 - 267-0$25 FAX 770 -267 -1270 STATEMENT OF EXPERIENCE_ - . M -06 1. See attachment 2. See allachment 3. See attachment 4 None 5. See attachment 6.. See attachment to 0 1n a .- w ° - ° - - _ ' H pO� O Q Z� - ���w w W }Q >C F w - < OZ O. Z a W ? c od no wW� �� a wZU � = K aa� wzZaa� . j .,I• -.A -1U ozoW� a � ° zZ aa�F �Fa ��w °w r ~ i, w Wmir a 0? � oroLL p (y Q O LL' r O O Z a 0 a--06m F J° a p Z S w � U Q aU `N w�z °Z u. Z0 2 N J a t JLL m uaO eD Z U 3aw LL v> o m„ LLz w O V LLOW 0 O 0 .- ''00= �WQ 0 = LL0 C 7 a �vJ JO� N3F �Q F O �N a'K Q � ° }U �jO Om LLa O W a Q J• - JOU > W C WO Z U < -.W OZ LL (5 Z op Y w -.38 a m p U F - ' awv� a w zOU .*r pig W- 9 g °a F U z a� °w wm aw za d w O - N W � w a g,= az ° Q w 0,,< z a s oW° 1 J � D W 0= vi n K W p2UZ Zg J� Z HQK OW--< aWWUI- W ?OFJ3 ZZYa J 2 m 0 � - � U = Qd a a� az vm° aZ v °° �`� m �W ° a o��' 5�1�iZ MJ z 0 o x a -W zm2Oa ' _60w< z° .� 1" wm w a O >WW�U O� °W R- J LLa } a w0 F a `m U w Ow z 2 a Z � zQ Z Z° SZmK �?~ O ¢ w W Q��a i oI > N - y °�"'rn �z mw.-1.0m OZZ ZIA�aZ M 1 p=j a°pz '�3 Z2 D - o W LLZI - OJ 3 W U Z W O�W 2 mNO of Q � O� V, ° 1,1 1 a 1- pUOU ° wp � U 0 :<0 O2 0 a w j 0 - Z o N �O� - W w� � U Z z3 a ? w i Q - wcc z,J rc zwm� r-SU - . 1 g -o ? h� U w as zOm j ao UWaW z3N�o U co a J } } Q Q ��C[ a t =, W O Z LL 2 W LL LL Z z } 0 a Y z rc �U (( w � 00 w w Q m '-Oz U' ^ O YO. (9 6 N W QN 8 W u Z i � 03 oz W y cc F z 88pp y Ne a ; N b ll C O it n O N l7 b T Y N bib,. w v. C �� �t7 o " . R - E C C N N ^a� N EO, O mA O co aa a aa a a a- a a a s C �-a a ac�c " o 6 E eeee e e ee a e >e�e a e - a aa Y 42.0" o ° i v 4w co m mb o � ' Q �e e o �e S 1 g N N t7 a C Q C o ° 8 8 3 m $ 3 y fl a < m - ^ ]g N N N N N N N N 4 . O N N N Q W N E r o W C W W 0 7 U s M ° ' S 0 1.- O o co Us iE �j gg S aZ S ' CI n m 2 U = W N N N N VI y O I- ? 9 R 4 q ti Z Z if 13' 2 Z Y ^ Z 1u a °re � > Q N d m � z w•-• � 1 0 N } U , 0 o �[7 Z v 0 W, LLI (7^ m o } Q n y � W n Z xo 1-,, Y-0.00 aa'7 W Y w m J �� J aUo, p� c, W p M 2 U o d co ' O N tO W ..;ice tR ; t0 F M . zz"?T 1-U,,, as °a v y1 W ° m Q W W m W Vlll www W dip r J .,, LL N 3 U' UO-i z a'1 a'zj Zan zmn a0 j W 0 Z �F- QO ° W it Y 2 a' g 2 > OO O - U Z Q a n U° 6°::: _ CO CO 2 1 W Q. 0 » � 0 0 . a "zQ U 05 1--in a w e w U C7 0 w U - 0 0 m a H Z u V z W Y W� Y }WIo }K Y M ig$ K 8 JN a. . b u 2zco 0$ 21- 2�, � -I I? re— Z T W O 0 9 0Q� 0 ) 1 9 O Y � W0 Z' U T WW N b y So I- W g z W 2 ^ W - S n O� W n _ow w u- Q � 0 a W �WW Z p w� q ko � o mm 00 kc� z 0,� 0 � � zm U1- z z m �H 0 z (0 Uaw� O c o pa ? ' o ��_ ? O Z p M 0od zed 00 re • o� a 0° a 0° 0 ° U a 0 00 Ways m 0 2 Q c . ›- W w z k , E Z Q z Z m Z _ z 0 Z Z m K z z 0 3 >.. z Sv �0 0 m c 0 i • c 3° � � mc°,o Qm =p O U ' 0 0 •,00 U W 0 2 y } W} W 1- zw 0 < F a' W W w =r KK W rem Ulcer). I-1: C 0)- �. Z F 0 W3 w } 0 re Q j O F 3 U W 3 U W U U y W 3J Z a W O Q W Vi = W a U y V K K d Z S1-z W .az@ 1-� QW NU 0 QZW 01)1 W 1- F U W W 1-Oay �av, LLtA FW- p, o�C O� �Zw QZ F W0 �L Dz w m m N JN Z O � LL 0 NN m <a col- = Oa -I W Y I .r- O K a 0 3 ? _ W O W z °<-J a¢ J O Z¢ --I Z Z d N O. J 2 LL O Q W J a OQ m H Q$ W H 3 n)2� dKQ ° z wpO¢O �K 3 W W O ZN W E 2.2 ,- N i O� S W - m Z W S W Z LL Z J ¢ J w W wog; W Q o w o >a¢ ~rz W� � Jd a_° K Wore ¢ - W 3 Q Z ,o I50 3 O z 3w c p i u i sm m w w o» � 0 W O W S W U W m0: O -K m U Wm O_ O F - LLmZ LLJCI . Omcc p;WZ cowl- awLJZOZ m WF co LL � U{-D O z2u CCD„."'-' F w W Z JO5 U0O LL -J Z w J2w -Z O Z0° > 1,90 WwJOF O - 3 OU wa Q m Op w JF - O- E- WW -0 m mom¢ off- O z WE o mR * io i > _ ZO W }m'o O2 ce02m WW m' - v j U' Opo!Zm ' O W M2 z Or a °�Ut°oma W 00200 5 2 �wo 5XQW O o (.')� > n'ZZ6. O� �a J W mZmU 'Z O LL _ o wOR• U' aP 1 -w D0. ¢ > tn� qZ pP�w 0LLOWO 3 co Q UiK c�J CO' 0: ZQzpo LL o ° � vO��Va?a m�UW ZOO �w o Qo w 0 �y �c7 011;02 0 o -ct o02 0 1 1 O $ e 0 0 �ww� o p z m � zO �O � a��� N e D LL > 0_w0)Um Q z 00z o Z 1-y o l a v aw e ��o ° z ° °� ° P ro °pO NI- 0W LLZNF az =�¢�W Z 0 r'OMz <20 WO�¢ N O: w w vo )01 ¢O C) UmF z • y LL U0- Owz O zYOft�� � w°8 w aUW w0 J(U OR'0: pOMee X0_ U LL - ow OW m ZD Z K(7 >w1- O ° p Z O d a S m w o: O LL' w ?W p zrc o a oQ OpOk- U. Z°wU Z o w 0_ < 0 a v a a H O y S � Q O O w f- V$ V O p o F O - UV O NZ Z W U w W W w0Z F N fLF D �aJ < cc O ¢ p O ! - U i _ D -10 W Sm JO J Je 7 LL U 0 032 P.< �U mF0 a 0 w 3 � g �LL ~ V V ; 5 NO p W Z Zw< Z~ O N W ~ Z¢J � U . z a w Z z O: m ^ U �m� 0 ooO p U0_ g UUaw z O U 3 - a z WN 0 O W Z 3w U o a w o > ca > D g OZ U' O ~ w LL O f rF" U' (0 0 O U P O ' (w p p w t0 o 3 a a WW 4m W c9 < m a '�' 0 a z 1 pp cc r OO ,Qy, 1 ' $ b • $ O OC g $ N 0 I0 e Q O0$ GG Q :11''' of e ' / - S :L� m � g X w II a a a_ a 0 -a.0.11 0 - a s a. Cr. a a 51„1 a a g a p O 1— e e e ee P epe , ee pee te e e 0 w bPN• bbb am ao ,- - a b e e C Q NN ^^ P ^ NMO Nr0 <^ ^ bfn ^^ b r7 a N' O < x CL p 3 m 8 8 , 8 8, 8 8 8 8 8 3 A K A 4 w Nm $ w W m Y $ r $ m a b P 0 0 N r A b g - r O N V Q. N H N M N M N N N A Q r A O 0 0 w 0) 3.- 0 r Q; N a 0 .87 g o N . . r 0 u w a n 2 N N M U 2 Z Z J 1)) R R 3 m P L (qy c g 4 4 4 3 q O. J LL ¢ LL -, L v $ � °$ > Y c N " W >Z r 0 g O o wl- 2 ^ 0 ? ° < m w"' �� m ' 4 >Z " 1 05 20w >m mm >-(01--w_ fD Z W Q OOO N ! > Roo -.? m ¢�.., OOy O 6• y � m >Y m m20<„, w2OQ N h CC 0 o> f J'�fA � ° 1-'0 a wd 0 / �� Jerry ow e n g 0.1 P- �� 3 'm ¢6 i n _. -' tUm t(40 w as on m 0 ea (6.,;:i = Z)F ZAP ma OXW O ` 5`> ° 'vi a E wa z c,� Zap Zo CO ¢U' ¢ J UO yw yw- i i 3p 3p5 Ym Peg c[4 ww =Q� �a� a U OU OU ¢ Qw Qw g '' m , u) o co a 4 wg Zm O$ z rn o o- ze' ze' co Q ` • ° - w � cPr' O ¢w � W{{�� P � Q `��q� 3 ' Z � � ' •j ' ° ' WWW) (1) 05 >" �L IL 400. 0 =N O - m ow 3 S �a LLO ° CC co F wo J� % w 4. ? W � m� at, N O'� m� w w6- ww U , Y Y O O 20 2t ZO Vt.) "-co , off do O W v wo O f" 3S ?m Zm >0 c01-1- >W p m z O z O YD Zth Zed cc c g i ma 0 � 0 F ew 0 < m Wm s ¢o 30 30 1- Fk 2 Q -' U U (7 U 1- W ¢ O W o a m > O W re W W x0 gQ Z Z � wo o 0 Wn Y3 Z n Z O 0 00 �� 0 wO 00 =o 'U >0 �o Y 0 re v CC re Y0 O V 0 W �2W�� O 1 zp a> F> F > 0 W 0ZZ ›, O w z z y W J 6 c 0 ¢ z w z a Q W F Q W 1,-L- U CO m x g m W K LL' LU J 5 3 Ja O Z G1 Z W U 2 U � w� w W �=� (0 Z w ( I � ¢ m W¢m U < m > ~ Qm a. <m m U .3 U m m 3 m CO m z O 1 a - ° m m m LL GARY'S GRADING & PIPELINE CO., INC. 7434 HIGHWAY 81 MONROE, GEORGIA 30656 (770) 267 -0825 Butler Creek Interceptor East Upgrade Phase I & II Addendum No. 2, 3c.ii 6. — PROPOSED PROJECT TEAM PROPOSED PROJECT MANAGER SUZANNE PERRY, P.E. Sue has worked extensively on all types of projects in several states. She worked on the engineering side of design and inspection, before making the transition to working for contractors. Sue has great knowledge of contract administration as well as field experience. It is not often that you find a professional engineer with her educational background and complex experience of having worked on both sides of engineering (owner /engineer and contractors) with a great common sense approach to pipeline contracting. Sue handles estimating, contract administration, & field coordination on various projects for GGPC. She is a great asset in facilitating all phases of construction. Sue's direct supervisor with our company is Vice President, Chris Opolka. His contact numbers are: Office (770) 267 -0825; Mobile (678) 878 - 7314. PROPOSED SUPERINTENDENT REGGIE FA Reggie previously worked in various locations on the east coa from Maine to the Virgin Islands. He has operated and supervised pipeline installation on large diameter cross- country pipelines and in tight plant construction situations. Reggie has been with GGPC for over 10 years committed to the company's sanitary projects. These are often the projects with deep and wet conditions where Reggie's skill can be witnessed. PROPOSED PIPE FOREMAN ANTHONY STONE Anthony started with GGPC as a laborer on a pipeline crew over 10 years ago while still in High School. Fortunately the foreman he was working for immediately saw his talent for operating equipment and very soon was running his own crew. Anthony skills have been focused on GGPC's large diameter sanitary projects and he is often brought on to other foremen's' projects to assist in river crossings. His common sense approach helps the jobs run smoothly and results in a quality product for the owner. BID ,BOIPR KNOW ALL MEN BY THESE PRESENTS, that we the undersigned Gary's Grading & Pipeline Co., Inc. as Principal and Berkley Regional Insurance Company as Surety, are hereby held and firmly bound unto the Augusta Commission, Georgia, as OWNER in the penal Burn of Ten Percent (10 %) of Bid - -- for the payment of which, well and truly made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this 13th day of January 20 The condition of the above obligation is such that whereas the Prindpal has submitted to the Augusta Commission a certain bid, attached hereto and hereby made a part . hereof to enter into a contrail in writing for the Slitter Creek interceptor Upatade East — Phase 1 Protect. NOW. THEREFORE, (a) if said Bb than be rejected or in the alternate, (b) if said bid shall be accepted and the principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said bid) and shall furnish a bond brills faithful performance of said contract and for the payment of all persons performing tabor or furnishing materials in connection therewith and shall in all other respects perform the agreement created by the acceptance of said bid. then this obligation shalt be void, othentrise the same shalt remain In force and effect; it being expressly understood and agreed that the liablity of the Surety for any and ail claims hereunder shalt, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of time within which the Owner may Accept such Did; and said Surety does hereby waive notice of any such extension. 884 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the date and year first set forth above. Gary's Grading Pipelin Co., Inc. BY' &Z'�' - L'l', (L.S.) Berkley Regional Insurance Company 3u: , ; Mar ret e ers, Porfre n -fact JMPORTA • Surety les executing bonds must appear on the Treasury Departnrenrs most current fist (Circular 67O as = • ed) and be authorized to Transact business In the state where the project le located. • 2 No. 198d POWER OF ATTORNEY BERKLEY REGIONAL INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY REGIONAL INSURANCE COMPANY (the "Company "), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Urbandale, Iowa, has made, constituted and appointed, and does by these presents make, constitute and appoint: Richard W. Naylor, Margaret S. Meyers, W. Wesley Hamilton, Jr., Teresa A. Garren, F. Anderson Phillips, Robert M. Seymour, John H. Earl or Lynda L. Bowling of Graham - Naylor Agency, Inc. of Marietta, GA its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation - shall cxceed Fifty Million and 00 /100 Dollars ($50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following - resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on August 21, 2000: "RESOLVED, that the proper officers of the Company are hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on - behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and further `` RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, g , gnizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and further - v RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power _ of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, rY Y g, gnizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though • manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or • persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be • such at the time when such instruments shall be issued." • IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its J( corporate seal hereunto affixed this 61 day of L, , 2009. Attest: ,__---- Berkley �ance Company (Seal) By B -- Ira S. Lederman Robert P. Cole - Senior Vice President & Secretary Senior Vice President • WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE ` BERKLEY" SECURITY PAPER. STATE OF CONNECTICUT ) _ ) ss: COUNTY OF FAIRFIELD ) Sworn to before me, a Notary Public in the State of Connecticut, this L day of C - , 2009, by Robert P. Cole and Ira S. Lederman who are sworn to me to be the Senior Vice President, and the Senior ice President and Secretary, respectively, of Berkley Regional Insurance Company. r ,:=a EILEEN b�AI_l..EEN ,G'ti.e .., /- '.GG- ..zz NO'TA T `' ' ' Notary Public, State of Connecticut MY COMMISSION SPIRE; JUNE 2012 D' ' CERTIFICATE I, the undersigned, Assistant Secretary of BERKLEY REGIONAL INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company, this 13711day of , A Q/ 0 (Seal) -,.....,. , e, � Steven Coward AGREEMENT THIS AGREEMENT, made on the J day of , 2010 , by and between AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA C MISSION, party of the first part, hereinafter called the OWNER, and Gary Grading & Pipeline Co ', Inc. party of the second part, hereinafter called the CONTRACTOR. WITNESSETH, that the Contractor and the Owner, for the considerations hereinafter named, agree as follows: ARTICLE I - SCOPE OF THE WORK The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans and described in the specifications for the project entitled: Butler Creek Interceptor Upgrade East — Phase I and in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions hereto attached, which are hereby made a part of this agreement. ARTICLE II - TIME OF COMPLETION - LIQUIDATED DAMAGES The work to be performed under this Contract shall be commenced within 10 calendar days after the date of written notice by the Owner or the Contractor to proceed. All work shall be completed within 240 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 One thousand and 00/100 ($1,000.00) Dollars, not as a penalty, but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the Contract for completing the work. A -1 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 Ownerwithin 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 disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. A -2 • • (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. ` o AUGUSTA, EORGIA (SE41 r '• 61;-.2 ® 10A By: L 41 • - � �: 0 4 As its Mayor f )\t° APL � e ri• • -s . ® f • / 1996 • of W itnes* xo > CONTRACTOR: Gary's Grading & Pipeline Co., Inc. (SEAL) By: ' /�` l�l As its Ant :� • ATTEST: P Address: AA' Secretary \\(o (--a k 'ACN.Pap • Witn -ss A -3 go/u1> A.10, d`Sc�S"/ 9 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS; that Gary`s Grading & Pipeline Co., Inc. (Name of Contractor) 7434 Highway 81 Monroe, GA 30656 (Address of Contractor) a , hereinafter called Principal, and - , gionai Insurer ; c », a 4 /m. m i e e Sure 3 (Ad dress' o Suret i hereinafter called Surety, are held and firmly bound unto the Augusta Commission, Municipal Building, Augusta, Georgia 30911, hereinafter called OWNER, in the penal sum of dollars ($ 7`. 6 0 ) in lawful money of the United States, for the payment of which sum well and trul to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER, dated day of , 20 , a copy of which is hereto attached and made a part hereof for the construction of the Butler Creek Interceptor Upgrade East — Phase I Project. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said contract during the original term thereof and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety and during the one year guaranty period and if he shall satisfy all claims and demands incurred under such contract and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so and shall reimburse and repay the Owner all outlay and expense which the OWNER may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to work to be performed thereunder or the specifications accompanying the same shall be in any way affect its obligation on this bond and it does hereby waive notice of any such change extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. PROVIDED FURTHER, that no final settlement between the OWNER and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PFB -1 Rug Ms/. LsQN e,r7,9 F IN WITNESS WHEREOF, this instrument is executed in (number) of counterparts, each of which shall be deemed an original this day of , 20 _ ATTEST Gary's Grading & Pipeline Co WC. `� �� Principal (Principal Secretary By .a.1 yeli.A Ad (s) (SEAL) 7434 Highwd as o� rinci al Monroe, GA 30656 (Witness a t rincipal) 14b4 + 431 / 1 _ A la/! (�l�i tal tiSt attt S urety i AT ST: 7 A By 7 ._ .' iA !%L _ ' , Attor► - in -f. t 4 (Su Y) L. Lynda Bawiingi Attorney-in-Fact (SEAL) 1355 Tara Mill R4., B 1 Cpl' .(� `(• �� � / c ef4.7 1 Wetness asqo Surety NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute bond. IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and authorized to transact business in the state where the project is located. PFB -2 /J© /J®. o /S S/ ? PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that Gary's Grading & Pipeline Co, Ittc : (Name of Contractor) t 7434 Highway 81 Monroe, GA 30656 (Address of Contractor) a /� „/dam ® rj'j, %, hereinafter called Principal (Corporation, Partnership or Individual) and e l rtni Insurance Comp ' 412 Mt. Kernble Ave. (Name of Surety) Suite 310N Morristown, NJ 07960 (Address of Surety) hereinafter called Surety, are held and firmly bound unto the Augusta Commission, Municipal Building, Augusta, Georgia 30911, called Owner in the penal sum of o — -Z"/ ,Lib A/ FF r_T rJF)Osi4/J F E f f UAID&_ S Sfrky ' Fe//Adollars ($ 'yJJ U SS (6 z-f: no ) in lawful money of the United States, for the payment of which sum well end truly to be made, we bind ourselves, successors, assigns, jointly and severally, firmly by these presents. The Condition of this obligation is such that whereas the Principal entered into a certain contract with the Owner dated the day of , 20 , a copy of which is hereto attached and made a part hereof for the construction of: Butler Creek Interceptor Upgrade East — Phase I Project NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, contractors and corporations furnishing material for or performing labor in the prosecution of the work provided for in such contract and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such work and all insurance premiums on said work and for all labor performed in such work whether by subcontractor or otherwise, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED FURTHER, that the Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the specifications. PROVIDED FURTHER, that no final settlement between the OWNER and the Contractor shall abridge the right of any beneficiary hereunder whose claim may be unsatisfied. PYB -1 IN WITNESS WHEREOF, this instrument is executed in 3 (number of copies) counterparts, each one of which shall be deemed an original, this the day of , 20 Gary's Grading & Pipeline Co., Inc,'' ATTEST Principal fden Wil Principal Secretary 7434 Highway 81 Monroe, GA WISP (SEAL) TOE' ` -iI /05Q, Witness -s to Principal i l N4 eta c6 I Monroe ,Y'iotp Berkley Regional insurance Company ATT ST Surety �/ S urety Lynda L. Bowli ,, By / _: ,_�/ i/ ... i , /' , caret* e yers a W (SEAL) 1355 � : • .� 3 ., �1 a�" 1 �i - tila4 CA . . _s .z - %'Witnee as to Suety x ..,, ._..11 1355 Terre ^' 41 p Mill Rd., , 14 54 4 "7 -54:7 NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute bond. IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. PYB -2 No. 198d POWER OF ATTORNEY • • • BERKLEY REGIONAL INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY REGIONAL INSURANCE COMPANY (the "Company "), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Urbandale, Iowa, has made, constituted and appointed, and does by these presents make, constitute and appoint: Richard W. Naylor, Margaret S. Meyers, W. Wesley Hamilton, Jr., Teresa A. Garren, F. Anderson Philips, Robert M. Seymour, John H. Earl or Lynda L. Bowling of Graham - Naylor Agency, Inc. of Marietta, GA its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00 /100 Dollars ($50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on August 21, 2000: "RESOLVED, that the proper officers of the Company are hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued." IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this Le day of , 2009. Attest: Berkley al I ance Company (Seal) By By Ira S. Lederman Robert P. Cole Senior Vice President & Secretary Senior Vice President WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPER. STATE OF CONNECTICUT ) ) s s : COUNTY OF FAIRFIELD ) Sworn to before me, a Notary Public in the State of Connecticut, this L day of , 2009, by Robert P. Cole and Ira S. Lederman who are sworn to me to be the Senior Vice President, and the Senior ice and Secretary, respectively, of Berkley Regional Insurance Company. EILEEN KILLEEN NOTAi Notary Public, State of Connecticut MY COMMISSION EAPIKS JUNE 30,2012 CERTIFICATE I, the undersigned, Assistant Secretary of BERKLEY REGIONAL INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company, this day of (Seal) Steven Coward Revision Date August 2001 GENERAL CONDITIONS ARTICLE I-- DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated, which are applicable to both the singular and plural thereof: Addenda -Any changes, revisions or clarifications of the Contract Documents which have been duly issued by OWNER to prospective Bidders prior to the time of opening of Bids. Agreement -The written agreement between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Application for Payment -The form accepted by PROFESSIONAL which is to be used by CONTRACTOR in requesting progress or final payments and which is to include such supporting documentation as is required by the Contract Documents. Bid -The offer or proposal of the bidder submitted on the prescribed form setting forth the price(s) for the Work to be performed. Bonds -Bid, performance and payment bonds and other instruments of security furnished by CONTRACTOR and its Surety in accordance with the Contract Documents. Change Order- - A document recommended by PROFESSIONAL, which is signed by CONTRACTOR and OWNER, and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. Contract Documents -The Agreement: Addenda (which pertain to the Contract Documents); CONTRACTOR's Bid (including documentation accompanying the Bid and any post -Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement; the Bonds; these General Conditions; the Supplementary Conditions; the Plans, Specifications and the Drawings as the same are more specifically identified in the Agreement; Certificates of Insurance; Notice of Award; and Change Order duly delivered after execution of Contract together with all amendments, modifications and supplements issued pursuant to paragraphs 3.3 and 3.5 or after the Effective Date of the Agreement. Contract Price -The moneys payable by OWNER to CONTRACTOR under the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). Contract Time -The number of days (computed as provided in paragraph 17.2.1) or the date stated in the Agreement for the completion of the Work. CONTRACTOR -The person, firm or corporation with whom OWNER has entered into the Agreement. COUNTY- Richmond County, Georgia, or Augusta, Georgia, political subdivisions of the State of Georgia, the Augusta- 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 shall fall on a legal holiday, that day will be omitted from the computation. Legal Holidays: New Year's Day, Martin Luther King Day, Memorial Day, 4th of July, Labor Day, Veterans Day, Thanksgiving Day and the following Friday, and Christmas Day. Defective -An adjective which, when modifying the word Work, refers to Work that is unsatisfactory, faulty or GC -1 Page 1 of 52 • Revision Date August 2001 deficient, does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to PROFESSIONAL's recommendation of final payment, unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion (in accordance with paragraph 14.8 or 14.10). Drawings -The drawings which show the character and scope of the Work to be performed and which have been prepared or approved by PROFESSIONAL and are referred to in the Contract Documents. Effective Date of the Agreement -The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed by the Mayor of Augusta, Georgia. Field Order -A written order issued by PROFESSIONAL that modifies Drawings and Specifications, but which does not involve a change in the Contract Price or the Contract Time. General Requirements- Sections of Division I of the Specifications. Laws or Regulations -Laws, rules, regulations, ordinances, codes and /or orders. Notice of Award -The written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. Notice to Proceed -A written notice given by OWNER to CONTRACTOR (with a copy to PROFESSIONAL) fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents. OWNER- Augusta, Georgia, and the Augusta- Richmond County Commission. Partial Utilization - Placing a portion of the Work in service for the purpose for which it is intended or for a related purpose) before reaching Substantial Completion for all the Work. PROFESSIONAL -The Architectural/Engineering firm or individual or in -house licensed person designated to perform the design and /or resident engineer services for the Work. PROGRAM MANAGER — The professional firm or individual designated as the representative or the OWNER who shall act as liaison between OWNER and both the PROFESSIONAL and CONTRACTOR when project is part of an OWNER designated program. Project -The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part, as indicated elsewhere in the Contract Documents. Project Area -The area within which are the specified Contract Limits of the improvements contemplated to be constructed in whole or in part under this Contract. Project Manager -The professional in charge, serving OWNER with architectural or engineering services, his successor, or any other person or persons, employed by said OWNER, for the purpose of directing or having in charge the work embraced in this Contract. Resident Project Representative -The authorized representative of PROFESSIONAL as PROGRAM MANAGER who is assigned to the site or any part thereof. Shop Drawings -All drawings, diagrams, illustrations, schedules and other data which are specifically prepared GC -2 Page 2 of 52 Revision Date August 2001 ARTICLE 2- PRELIMINARY MATTERS Delivery of Bonds: 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with these Contract Documents. Copies of Documents: 2.2. After the award of the Contract, OWNER shall furnish CONTRACTOR, at no cost, one (1) complete set of the Contract Documents for execution of the work. Additional sets of the project manual and drawings and /or individual pages or sheets of the project manual or drawings will be furnished by COUNTY upon CONTRACTOR's request and at CONTRACTOR's expense, which will be OWNER's standard charges for printing and reproduction. Commencement of Contract Time, Notice to Proceed: 2.3. The Contract Time shall commence as established in the Notice to Proceed. A Notice to Proceed may be given at any time after the Effective Date of the Contract. Starting the Project: 2.4. CONTRACTOR shall begin the Work on the date the Contract Time commences. No Work shall be done prior to the date on which the Contract Time commences. Any Work performed by CONTRACTOR prior to date on which Contract Time commences shall be at the sole risk of CONTRACTOR. Before Starting Construction: 2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. CONTRACTOR shall promptly report in writing to PROFESSIONAL any conflict, error, ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from PROFESSIONAL before proceeding with any Work affected thereby. CONTRACTOR shall be liable to OWNER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents, if CONTRACTOR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to PROFESSIONAL and OWNER for review: 2.6.1. an estimated progress schedule indicating the starting and completion dates of the various stages of the Work: 2.6.2. a preliminary schedule of Shop Drawing and Sample submissions, and 2.6.3. a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work which will be confirmed in writing by CONTRACTOR at the time of submission. GC -4 Page 4 of 52 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 Revision Date August 2001 ARTICLE 3- CONTRACT DOCUMENTS; INTENT, AMENDING, REUSE Intent: 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary: what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the State of Georgia. 3.2. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be supplied whether or not specifically called for. When words or phrases which have a well -known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words shall be interpreted in accordance with that meaning. 3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in 3.6 or 3.7, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and the provisions of any such standard, specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents) and the provisions of any such Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). Clarifications and interpretations of the Contract Documents shall be issued by PROFESSIONAL as provided in paragraph 9.4. 3.4. Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 3.5. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in 6.7, CONTRACTOR shall so report to PROFESSIONAL in writing at once and before proceeding with the Work affected thereby and shall obtain a written interpretation or clarification from PROFESSIONAL; however, CONTRACTOR shall not be liable to OWNER or PROFESSIONAL for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof. Amending and Supplementing Contract Documents: 3.6. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 3.6.1. a formal Written Amendment, 3.6.2. a Change Order (pursuant to paragraph 10.3), or GC -6 Page6of 52 Revision Date August 2001 3.6.3. a Work Change Directive (pursuant to paragraph 10.4). As indicated in paragraphs 11.2 and 12.1, Contract Price and Contract Time may only be changed by a Change Order or a Written Amendment. 3.7. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized in one or more of the following ways: 3.7.1. a Field Order (pursuant to paragraph 9.5). 3.7.2. PROFESSIONAL's approval of a Shop Drawing or sample (pursuant to paragraphs 6.24 and 6.26), or 3.7.3. PROFESSIONAL's written interpretation or clarification (pursuant to paragraph 9.4). Reuse of documents: 3.8. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER shall have or acquire any title to or OWNERSHIP rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of PROFESSIONAL or PROFESSIONAL's consultant; and they shall not reuse such Drawings, Specifications or other documents (or copies of any thereof) on extensions of the Project or any other project without written consent of OWNER and PROFESSIONAL and specific written verification or adaptation by PROFESSIONAL. GC -7 Page 7 of 52 Revision Date August 2001 ARTICLE 4- AVAILABILITY OF LANDS, PHYSICAL CONDITIONS; REFERENCE POINTS Availability of Lands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR. Necessary easements or rights -of -way will be obtained and expenses will be borne by OWNER. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's furnishing these lands, rights -of -way or easements, the CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Physical Conditions: 4.2. Explorations and Reports: Reference is made to the Supplementary Conditions for identification of those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized in preparing the Contract Documents and those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized in preparing the Contract Documents. 4.2.2. CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any claim against OWNER, PROFESSIONAL, or any of PROFESSIONAL's Consultants with respect to: 4.2.2.1. the completeness of such reports and drawings for CONTRACTOR's purposes, including but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or 4.2.2.2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or 4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. 4.2.3. If conditions are encountered, excluding existing utilities, at the site which are (1) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (2) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, then CONTRACTOR shall give OWNER notice thereof promptly before conditions are disturbed and in no event later than 48 hours after first observance of the conditions. 4.2.4. The OWNER and PROFESSIONAL shall promptly investigate such conditions, and, if they differ materially and cause an increase or decrease in CONTRACTOR's cost of, or time required for, performance of any part of the Work, the OWNER and PROFESSIONAL shall recommend an equitable adjustment in the Contract Price or Contract Time, or both. If the OWNER and PROFESSIONAL determine that the conditions at the Site are not materially different from those indicated in the Contract Documents or are not materially different from those ordinarily found and that no change in the terms of the Contract is justified, the PROFESSIONAL shall notify CONTRACTOR of the determination in writing. The Work shall be GC -8 Page 8 of 52 Revision Date August 2001 performed after direction is provided by the PROFESSIONAL. Physical Conditions- Underground Facilities: 4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or PROFESSIONAL by OWNER'S of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 4.3.1.1. OWNER and PROFESSIONAL shall not be responsible for the accuracy or completeness of any such information or data; and 4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall have full responsibility for reviewing and checking all such information and data for locating all Underground Facilities shown or indicated in the Contract Documents, for coordination of the Work with the OWNER'S of such Underground Facilities during construction, for the safety and protection thereof as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work, the cost of all of which will be considered as having been included in the Contract Price. 4.3.2. Not Shown or Indicated. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of, CONTRACTOR shall, promptly after becoming aware thereof and before performing any Work affected thereby except in an emergency as permitted by paragraph 6.22, identify the OWNER of such Underground Facility and give written notice thereof to that OWNER and to OWNER and PROFESSIONAL. PROFESSIONAL will promptly review the Underground Facility to determine the extent to which the Contract Documents should be modified to reflect and document the consequences of the existence of the Underground Facility, and the Contract Documents will be amended or supplemented to the extent necessary. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of. If the parties are unable to agree as to the amount or length thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. Reference Points: 4.4. OWNER shall provide Engineering surveys to establish reference points for construction which in PROFESSIONAL's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work (unless otherwise specified in the General Requirements), shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to PROFESSIONAL whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material: GC -9 Page 9 of 52 Revision Date August 2001 4.5 OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractor, Suppliers or anyone else for whom CONTRACTOR is responsible. 4.6 CONTRACTOR shall immediately: (i) stop all work in connection with such hazardous condition and in any area affected thereby (except in an emergency as required by 6.22), and (ii) notify OWNER and PROFESSIONAL (and thereafter confirm such notice in writing). OWNER shall promptly consult with PROFESSIONAL concerning the necessity for OWNER to retain a qualified expert to evaluate such hazardous condition or take corrective action, if any. CONTRACTOR shall not be required to resume Work in connection with such hazardous condition or in any such affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR special written notice (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by CONTRACTOR to be resumed, either party may make a claim therefor as provided in Articles 11 and 12. 4.7 If after receipt of such special written notice, CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then CONTRACTOR may order such portion of the Work that is in connection with such hazardous conditions or in such affected area to be deleted from the Work. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a claim therefor as provided in Articles 11 and 12. OWNER may have deleted such portion of the Work performed by OWNER's own forces or others in accordance with Article 7. 4.7.1 The provisions of 4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site. GC -10 Page 10 of 52 Revision Date August 2001 ARTICLE 5 -BONDS AND INSURANCE Performance and Other Bonds: 5.1. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal to the Contract Price as Security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as otherwise provided by Law or Regulation or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary 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 5.2.1 All bonds and insurance required by the Contract Documents to be purchased and maintained by CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Georgia to issue bonds or insurance policies for the limits and coverages so required. All bonds signed by an agent must be accompanied by a certified copy of authority to act. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.2.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in 5.3, an original or a certified copy of the complete insurance policy for each policy required, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with 5.3. 5.2.3. If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.1, CONTRACTOR shall within five days thereafter substitute another Bond and Surety, both of which must be acceptable to OWNER. CONTRACTOR's Liability Insurance: 5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance and furnishing of the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed or furnished by CONTRACTOR, by any Subcontractor, by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable: 5.3.1. Claims under workers' or workmen's compensation, disability benefits and other similar employee benefit acts; 5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; GC -11 Page 11 of 52 Revision Date August 2001 5.3.3. Claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; 5.3.4. Claims for damages insured by personal injury liability coverage which are sustained (a) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (b) by any other person for any other reason; 5.3.5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; 5.3.6. Claims arising out of operation of Laws or Regulations for damages because of bodily injury or death of any person or for damage to property; and 5.3.7. Claims for damages because of bodily injury or death of any person or property damage arising out of the OWNERSHIP, maintenance or use of any motor vehicle. The insurance required by this paragraph 5.3 shall include the specific coverage's and be written for not Tess than the limits of liability and coverage's provided in the Supplementary Conditions, or required by law, whichever is greater. The comprehensive general liability insurance shall include completed operations insurance. All of the policies of insurance so required to be purchased and maintained (or the certificates or other evidence thereof) shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER, PROGRAM MANAGER, and PROFESSIONAL by certified mail. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with paragraph 13.12. In addition, CONTRACTOR shall maintain such completed operations insurance for at least two years after final payment and furnish OWNER with evidence of continuation of such insurance at final payment and one year thereafter. Contractual Liability Insurance: 5.4. The comprehensive general liability insurance required by paragraph 5.3 will include contractual liability insurance applicable to CONTRACTOR's obligations under paragraphs 6.32 and 6.33. OWNER's Liability Insurance: 5.5. OWNER shall be responsible for purchasing and maintaining OWNER's own liability insurance, and /or Risk Retention Program, and, at OWNER's option, may purchase and maintain such insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Property Insurance: 5.6. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase and maintain property insurance upon the Work at the site to the full insurable value thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall include the interests of OWNER, CONTRACTOR, Subcontractors, PROGRAM MANAGER, PROFESSIONAL and PROFESSIONAL's consultants in the Work, all of whom shall be listed as insureds or additional insured parties, shall insure against the perils of fire and extended coverage and shall include "all risk" insurance for physical loss and damage including theft, vandalism and malicious mischief, collapse and water damage, and such other perils as may be provided in the Supplementary GC -12 Page 12 of 52 Revision Date August 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 borne by CONTRACTOR, Subcontractor or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. 5.10. If CONTRACTOR requests in writing that other special insurance be included in the property insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. Waiver of Rights: 5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and damages caused by any of the perils covered by the policies of insurance provided in response to paragraphs 5.6 and 5.7 and other property insurance applicable to the Work, and also waive all such rights against the Subcontractors, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds in such policies for losses and damages so caused. As required by paragraph 6.11, each subcontract between CONTRACTOR and a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of OWNER, CONTRACTOR, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the proceeds of insurance held by OWNER as trustee or otherwise payable under any policy so issued. 5.11.2. OWNER and CONTRACTOR intend that policies provided in response to paragraphs 5.6 and 5.7 shall protect all of the parties insured and provide primary coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insureds or additional insureds, and if the insurers require separate waiver forms to be signed by PROFESSIONAL or PROFESSIONAL's consultant, OWNER will obtain the same, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same. GC -13 Page 13 of 52 Revision Date August 2001 Receipt and Application of Proceeds: 5.12. Any insured Toss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as trustee for the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. Receipt and Application of Insurance Proceeds 5.13. OWNER, as trustee, shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's exercise of this power. If such objection be made, OWNER, as trustee, shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If required in writing by any party in interest, OWNER as trustee shall, upon the occurrence of an insured Toss, give bond for the proper performance of such duties. Acceptance of Insurance: 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the basis of its not complying with the Contract Documents, OWNER shall notify CONTRACTOR in writing thereof within ten days of the date of delivery of such certificates to OWNER in accordance with paragraph 2.7. If CONTRACTOR has any objection to the coverage afforded by or other provisions of the policies of insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 on the basis of their not complying with the Contract Documents, CONTRACTOR shall notify OWNER in writing thereof within ten days of the date of delivery, of such certificates to CONTRACTOR in accordance with paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional information in respect of insurance provided by each as the other may reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of such insurance purchased by the other as complying with the Contract Documents. Partial Utilization - Property Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10 provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected the changes in coverage neces- sitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or lapse on account of any such partial use or occupancy. Indemnification 5.16.1. CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER, and its employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and GC -14 Page 14 of 52 Revision Date August 2001 expenses, including attorneys' fees, arising out of or resulting from the performance of its Work, provided that any such liability, claim, suit, demand, damage, Toss, 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 August 2001 ARTICLE 6-- CONTRACTOR'S RESPONSIBILITIES 6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work, at all times during its progress, a competent resident superintendent, who shall not be replaced without written notice to OWNER and PROFESSIONAL except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CONTRACTOR. All communications to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Materials and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours, and CONTRACTOR will not permit evening work or the performance of Work on Saturday, Sunday or any legal holiday without OW NER's written consent given after prior written notice to PROFESSIONAL. 6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals whether temporary or permanent necessary for the execution, testing, initial operation, and completion of the Work as required by the Contract Documents. 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by PROFESSIONAL, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any such instructions will be effective to assign to PROFESSIONAL, or any of PROFESSIONAL's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.14 or 9.15. Adjusting Progress Schedule: 6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the extent indicated in paragraph 2.9 adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. GC -16 Page 16 of 52 Revision Date August 2001 Substitutes or "Or- Equal" Items: 6.7.1. Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other Suppliers may be accepted by PROFESSIONAL if sufficient information is submitted by CONTRACTOR to allow PROFESSIONAL to determine that the material or equipment proposed is equivalent or equal to that named. The procedure 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 6.8.2. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers or other persons or organizations including those who are to furnish the principal items of materials and equipment to be submitted to OWNER prior to the Effective Date of the Agreement for acceptance by OWNER and PROFESSIONAL and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions, OWNER's or PROFESSIONAL's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of any such Subcontractor, Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case CONTRACTOR shall submit an acceptable substitute, the Contract Price will be increased by the difference, and the cost occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER or PROFESSIONAL of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or PROFESSIONAL to reject defective Work. 6.9. CONTRACTOR shall be fully responsible to OWNER and PROFESSIONAL for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between OWNER or PROFESSIONAL and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of OWNER or PROFESSIONAL to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.11. All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and PROFESSIONAL and contains waiver provisions as required by paragraph 5.11. CONTRACTOR shall pay each Subcontractor a just share of any insurance moneys received by CONTRACTOR on account of losses under policies issued pursuant to paragraphs 5.6 and 5.7. Patent Fees and Royalties: 6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. CONTRACTOR shall indemnify and hold harmless OWNER and PROFESSIONAL and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses including attorneys' fees and court and arbitration costs arising out of any infringement on patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. Permits: 6.13. CONTRACTOR shall obtain and pay for all construction permits, licenses, governmental charges and inspection fees, and all public utility charges which are applicable and necessary for the execution of the Work. All permit costs shall be included in the base bid. Permits, if any, that are provided and paid for by OWNER are listed in the Supplementary Conditions. Any delays associated with the permitting GC -18 Page 18 of 52 Revision Date August 2001 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. 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger them. Record Documents: GC -19 Page 19 of 52 Revision Date August 2001 6.19. Contractor shall keep at the site and in good order one record copy of the Contract Documents and all Drawings and Specifications. These documents shall be annotated on a continuing basis to show all changes made during the construction process. These shall be available to PROFESSIONAL and the Project Manager and shall be submitted with the Application for Final Payment. Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall assume all risk of loss for stored equipment or materials, irrespective of whether CONTRACTOR has transferred the title of the stored equipment or materials to OWNER. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1. all employees on the Work and other persons and organizations who may be affected thereby; 6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify OWNERs of adjacent property and of Underground Facilities and utility OWNERs when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or PROFESSIONAL or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CON- TRACTOR). CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and PROFESSIONAL has issued a notice to OWNER and CONTRACTOR in accordance, with paragraph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.21. CONTRACTOR shall designate a responsible member of its organization whose duty shall be the prevention of accidents at the site. This person shall be CONTRACTOR's superintendent unless otherwise designated in writing by CONTRACTOR to the Project Manager. Emergencies: 6.22. In emergencies affecting the safety or protection of persons or the Work or property at the site or 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 GC -20 Page 20 of 52 Revision Date August 2001 change in the Contract Documents is required because of the action taken in response to an emergency, a Work Change Directive or Change Order be issued to document the consequences of the changes or variations. 6.22.1. CONTRACTOR shall immediately notify PROFESSIONAL of all events involving injuries to any person on the Site, whether or not such person was engaged in the construction of the Project, and shall file a written report on such person(s) and any other event resulting in property damage of any amount within five (5) days of the occurrence. 6.22.2. If PROFESSIONAL determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Change Order will be issued to document the consequences of such action. Shop Drawings and Samples: 6.23. After checking and verifying all field measurements, CONTRACTOR shall promptly submit to PROFESSIONAL for approval, in accordance with the accepted schedule of submittals, all submittals and samples required by the Contract Documents. All submittals and samples shall have been checked by and stamped with the approval of CONTRACTOR and identified as PROFESSIONAL may require. The data shown on or with the submittals will be complete with respect to dimensions, design criteria, materials and any other information necessary to enable PROFESSIONAL to review the submittal as required. At the time of each submission, CONTRACTOR shall give notice to PROFESSIONAL of all deviations that the submittal or sample may have from the requirements of the Contract Documents. 6.24. PROFESSIONAL shall review and approve submittals and samples. Professional's review and approval shall be only for conformance with the design concept of the Project and compliance with the information given in the Contract Documents. The approval of a separate item as such will not 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 for time extensions only, and no damages or additional compensation for delay will be allowed. 6.24.2. Before submission of each Shop Drawing or sample, CONTRACTOR shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or 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 notice of each variation that the Shop Drawings or samples may have from the requirements of the Contract Documents, and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted to PROFESSIONAL for review and approval of each such variation. 6.26. PROFESSIONAL will review and approve with reasonable promptness Shop Drawings and GC -21 Page 21 of 52 Revision Date • August 2001 samples, but PROFESSIONAL's review and approval will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techniques, sequences or procedures of construction (except where a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 6.27. PROFESSIONAL's approval of submittals or samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has, in writing, called PROFESSIONAL's attention to each such variation at the time of submission and the OWNER has given written approval to the specific deviation; any such approval by PROFESSIONAL shall not relieve CONTRACTOR from responsibility for errors or omissions in the submittals. 6.28. Where a shop drawing or sample is required by the Contract Documents or the schedule of shop drawings and sample submissions accepted by PROFESSIONAL as required, any related work performed prior to PROFESSIONAL's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. Continuing the Work: 6.30. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.6 or as CONTRACTOR and OWNER may otherwise agree in writing. Cleaning Up: 6.31. CONTRACTOR shall maintain the site free from accumulations of waste materials, rubbish, and other debris or contaminants resulting from the work on a daily basis or as required. At the completion of the work, CONTRACTOR shall remove all waste materials, rubbish, and debris from the site as well as all tools, construction equipment and machinery, and surplus materials and will leave the Site clean and ready for occupancy by OWNER. All disposal shall be in accordance with applicable Laws and Regulations. In addition to any other rights available to OWNER under the Contract Documents, CONTRACTOR's failure to maintain the site may result in withholding of any amounts due CONTRACTOR. CONTRACTOR will restore to original condition those portions of the site not designated for alteration by the Contract Documents. Indemnification: 6.32. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER and PROFESSIONAL and their consultants, agents and employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of PROGRAM MANAGER, PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. GC -22 Page 22 of 52 Revision Date August 2001 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 Page 23 of 52 Revision Date August 2001 ARTICLE 7-- -OTHER WORK Related Work at Site: 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, have other work performed by aided OWNERs or let other direct contracts therefor which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to CONTRACTOR prior to starting any such other work, and, if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. 7.1.2. CONTRACTOR shall afford each utility OWNER and other contractor who is a party to such a direct contract for OWNER, if OWNER is performing the additional work with OWNER's employees, proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs. CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of PROFESSIONAL and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility OWNERs and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility OWNERs and other contractors. 7.2. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of any such other contractor or utility OWNER (or OWNER), CONTRACTOR shall inspect and promptly report to PROFESSIONAL in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. CONTRACTOR's failure so to report will constitute an acceptance of the other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in the other work. Coordination: 7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions, neither OWNER nor PROFESSIONAL shall have any authority or responsibility in respect of such coordination. GC -24 Page 24 of 52 Revision Date August 2001 ARTICLE 8---OWNER'S RESPONSIBILITIES 8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all communications to CONTRACTOR through the PROGRAM MANAGER or PROFESSIONAL. 8.2. In case of termination of the employment of PROFESSIONAL, OWNER shall appoint a PROFESSIONAL against whom CONTRACTOR makes no reasonable objection, whose status under the Contract Documents shall be that of the former PROFESSIONAL. Any dispute in connection with such appointment shall be subject to arbitration. 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and 14.13. 8.4. OWNER's duties in respect of providing lands and easements and providing Engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and in existing structures which have been utilized by PROFESSIONAL in preparing the Drawings and Specifications. 8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property insurance are set forth in paragraphs 5.5 through 5.8. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.3. 8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4. 8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain circumstances. GC -25 Page 25 of 52 Revision Date August 2001 ARTICLE 9 - -- PROFESSIONAL'S STATUS DURING CONSTRUCTION OWNER's Representative: 9.1. PROFESSIONAL will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of PROFESSIONAL as OWNER's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and PROFESSIONAL. Visits to Site: 9.2. PROFESSIONAL will make visits to the site at intervals appropriate to the various stages of construction to observe the premises and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. PROFESSIONAL will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the Work. PROFESSIONAL's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on -site observations as an experienced and qualified design PROFESSIONAL, PROFESSIONAL will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. Project Representation: 9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a Resident Project Representative to assist PROFESSIONAL in observing the performance of the Work. The duties, responsibilities and limitations of authority of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions. If OWNER designates another agent to represent OWNER at the site who is not PROFESSIONAL's agent or employee, the duties, responsibilities and limitations of authority of such other person will be as provided in the Supplementary Conditions. Clarifications and Interpretations: 9.4. PROFESSIONAL shall issue such written clarifications or interpretations of the Contract Documents (in the form of Drawings or otherwise) as may be determined necessary, or as reasonably requested by CONTRACTOR, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If CONTRACTOR believes that a written clarification and interpretation entitles it to an increase in the Contract Price and /or Contract Time, CONTRACTOR may make a claim as provided for in Articles 11 or 12. Authorized Variations in Work: 9.5. PROFESSIONAL may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Article 11 or 12. GC -26 Page 26 of 52 Revision Date August 2001 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 Revision Date August 2001 precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter. Limitations on PROFESSIONAL's Responsibilities: 9.13. Neither PROFESSIONAL's authority to act under this Article or elsewhere in the Contract Documents nor any decision made in good faith to exercise such authority shall give rise to any duty or responsibility of PROFESSIONAL to CONTRACTOR, any Subcontractor, any of their agents or employees. 9.14. PROFESSIONAL shall not be responsible for the construction means, methods, techniques, sequences, or procedures or the safety precautions and programs used. PROFESSIONAL shall not be responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. 9.15. PROFESSIONAL shall not be responsible for the acts or omissions of CONTRACTOR, any Subcontractors, any agents or employees, or any other persons performing any of the Work. GC -28 Page 28 of 52 Revision Date August 2001 ARTICLE 10 -- CHANGES IN THE WORK 10.1. Without invalidating the Contract, OWNER may at any time or from time to time order additions, deletions, or revisions in the Work. The OWNER shall provide CONTRACTOR with a proposal request, identifying the Work to be added, deleted or revised. Upon receipt, CONTRACTOR shall promptly submit a written proposal for the changed work prepared in accordance with Articles 11 and 12. If the proposal request calls only for the deletion of Work, the OWNER may order the partial suspension of any Work related to the proposed deletion, in which case CONTRACTOR must cease performance as directed; CONTRACTOR shall not be entitled to claim lost profits on deleted work. All changed Work shall be executed under the applicable conditions of the Contract Documents. 10.2. Additional Work performed by CONTRACTOR without authorization of a Change Order will not entitle CONTRACTOR to an increase in the Contract Price or an extension of the Contract Time, except in the case of an emergency as provided in Article 6. The effect of this paragraph shall remain paramount and shall prevail irrespective of any conflicting provisions contained in these Contract Documents. 10.3. Upon agreement as to changes in the Work to be performed, Work performed in an emergency as provided in Article 6, and any other claim of CONTRACTOR for a change in the Contract Time or the Contract Price, PROFESSIONAL will prepare a written Change Order to be signed by PROFESSIONAL and CONTRACTOR and submitted to OWNER for approval. 10.4. In the absence of an agreement as provided in 10.3, OWNER may, at its sole discretion, issue a Work Change Directive to CONTRACTOR. Pricing of the Work Change Directive will be in accordance with Section 11.3. The Work Change Directive will specify a price, and if applicable a time extension, determined to be reasonable by OWNER. If CONTRACTOR fails to sign such Work Change Directive , CONTRACTOR may submit a claim in accordance with Articles 11 and 12, but CONTRACTOR shall nevertheless be obligated to fully perform the work as directed by the Work Change Directive. 10.5. CONTRACTOR shall proceed diligently with performance of the Work as directed by OWNER, regardless of pending claim actions, unless otherwise agreed to in writing. 10.6. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. GC -29 Page 29 of 52 Revision Date August 2001 ARTICLE 11- CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensation (subject to written authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to PROFESSIONAL promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after such occurrence (unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined by PROFESSIONAL in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined by the following procedures: 11.3.1. Designated Unit Price (Field Measure). CONTRACTOR and OWNER recognize and acknowledge that the quantities shown for those items designated in the Bid Proposal as unit price items are approximations prepared by OWNER for bid purposes and that the actual compensation payable to CONTRACTOR for the utilization of such items is based upon the application of unit prices to the actual quantities of items involved as measured in the field and required to complete the Work as originally defined in the Contract Documents. 11.3.2. When it is determined by OWNER that an addition, deletion, or revision to the Work, as defined in these Contract Documents, is required and affects the quantities required for items designed in the Bid Proposal as unit price items, CONTRACTOR and OWNER agree that the compensation payable to CONTRACTOR for such unit price items shall be adjusted accordingly by a Change Order based upon the application of the appropriate unit prices shown in the Bid Proposal to the quantity of the unit price item required to complete the Work as defined in the Contract Documents. 11.3.3. Other Unit Prices. For items not designated in the bid proposal as unit prices, OWNER and CONTRACTOR may establish unit prices as agreed on by Change Order. 11.3.4. Lump Sum. When it is determined by OWNER that an addition, deletion or revision to the Work is required which results in a change in Work designated in the Bid Proposal as a lump sum item, the amount of increase or decrease in the lump sum price shall be established by mutual agreement of the parties. 11.3.5. If the pricing methods specified in 11.3 are inapplicable, or if the parties are unable to agree on a price for the changed work, a reasonable price for the same shall be established by OWNER in accordance with 11.4 and 11.5. OWNER shall then process a unilateral Change Order, specifying the said reasonable price, in accordance with 11.4 through 11.6. CONTRACTOR shall perform the Work as directed in the GC -30 Page 30 of 52 • Revision Date August 2001 Change Order. 11.3.6. Failure on the part of CONTRACTOR to construct any item to plan or authorized dimensions within the specification tolerances shall result in: reconstruction to acceptable tolerances at no additional costs to OWNER; acceptance at no pay; or acceptance at reduced final pay quantity or reduced unit price, all at the discretion of OWNER. Determinations of aggregate monetary change for items identified as lump sum quantities shall be made by OWNER based upon an analysis of the scope of CONTRACTOR's failure to construct to plan or authorized dimensions. 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. GC -31 Page 31 of 52 Revision Date August 2001 11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of PROFESSIONAL, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof -all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. 11.4.5.6. Losses and damages (and related expenses), not compensated by insurance or otherwise, to the Work or otherwise sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.6) provided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's Fee. If, however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site. 11.4.5.8. Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work and premiums of property insurance coverage within the limits of the deductible amounts established by OWNER in accordance with paragraph 5.6. 11.5. The term Cost of the Work shall not include any of the following: 11.5.1. Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expeditors, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4 -all of which are to be considered administrative costs covered by CONTRACTOR's Fee. 11.5.2. Expenses of CONTRACTOR's principal area branch offices other than CONTRACTOR's GC -32 Page 32 of 52 Revision Date August 2001 office at the site. 11.5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR'S capital used for the Change Order Work and charges against CONTRACTOR for delinquent payments. 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). 11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly, employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. 11.5.6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. CONTRACTOR's Fee: 11.6. CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 11.6.1. a mutually acceptable fixed fee, or if none can be agreed upon; 11.6.2. a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, CONTRACTOR's Fee shall be fifteen percent, 11.6.2.2. for costs incurred under paragraph 11.4.3, CONTRACTOR's Fee shall five percent; and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to CONTRACTOR on account of overhead and profit of all Subcontractors shall be fifteen percent, 11.6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and 11.3, 11.6.2.4. the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in CONTRACTOR's Fee by an amount equal to ten percent of the net decrease, and 11.6.2.5. when both additions and credits are involved in any one change, the adjustment in 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, CONTRACTOR shall submit an itemized cost breakdown, together with supporting data in such detail and form as prescribed by the Project Manager. When a credit is due, the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net GC -33 Page 33 of 52 Revision Date August 2001 decrease in cost will be the amount of the actual net decrease in direct cost as determined by the Project Manager, plus the applicable reduction in overhead and profit. When both additions and credits are involved in any change, the combined overhead and profit shall be calculated on the basis of the net change, whether an increase or decrease. In any event, the minimum detail shall be an itemization of all man -hours required by discipline /trade with the unit cost per man -hour and total labor price, labor burden, equipment hours and rate for each piece of equipment, material by units of measure and price per unit, other costs specifically itemized, plus the overhead and profit markup. Cash Allowances: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of the allowances as may be acceptable to PROFESSIONAL CONTRACTOR agrees that: 11.8.1. The allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site and all applicable taxes; and 11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances. No demand for additional payment on account of any thereof will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by PROFESSIONAL to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. Unit Price Work: 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by PROFESSIONAL in accordance with Paragraph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item. 11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement and there is no corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes that CONTRACTOR has incurred additional expense as a result thereof, CONTRACTOR may make a claim for an increase in the Contract Price in accordance with Article 11 if the parties are unable to agree as to the amount of any such increase. GC -34 Page 34 of 52 Revision Date August 2001 ARTICLE 12 -- CHANGE OF CONTRACT TIME 12.1. The Contract Time may only be changed by a Change Order. Any request for an extension in the Contract Time shall be made in writing and delivered to PROFESSIONAL and OWNER within seven (7) calendar days of the occurrence first happening and resulting in the claim. Written supporting data will be submitted to PROFESSIONAL and OWNER within fifteen (15) calendar days after such occurrence unless the OWNER allows additional time. All claims submitted by CONTRACTOR for adjustments to the Contract Time must set forth in detail the reasons for and causes of the delay and clearly indicate why the subject delay was beyond CONTRACTOR's control or fault. 12.2. If CONTRACTOR is delayed at any time in the performance, progress, commencement, or completion of the Work by any act or neglect of OWNER or PROFESSIONAL, or by an employee of either, or by any separate CONTRACTOR employed by OWNER, or by changes ordered in the Work, or by labor disputes, fire, unavoidable casualties, utility conflicts which could not have been identified or foreseen by CONTRACTOR using reasonable diligence, or any causes beyond CONTRACTOR's control or fault, then the Contract Time shall be extended by Change Order for such reasonable time as OWNER may determine. CONTRACTOR shall be entitled to an extension of time for such causes only for the number of days of delay which OWNER may determine to be due solely to such causes and only to the extent such occurrences actually delay the completion of the Work and then only if CONTRACTOR shall have strictly complied with all the requirements of the Contract Documents. Provided, however, notwithstanding anything in the Contract Documents to the contrary, no interruption, interference, inefficiency, suspension or delay in the performance, progress, commencement or completion of the Work for any cause whatsoever, including those for which OWNER or PROFESSIONAL may be responsible in whole or in part, shall relieve CONTRACTOR of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONTRACTOR's sole and exclusive remedy against OWNER for interruption, interference, inefficiency, suspension or delay of any aspect of the Work shall be the right to seek an extension to the Contract Time in accordance with the procedures set forth herein. GC -35 Page 35 of 52 Revision Date August 2001 ARTICLE 13-- WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK Warranty and Guarantee: 13.1. CONTRACTOR warrants and guarantees to OWNER that all materials and equipment will be new unless otherwise specified and that all work will be of good quality, performed in a workmanlike manner, - free from faults or defects, and in accordance with the requirements of the Contract Documents and any inspections, tests, or approvals referred to in this Article. All unsatisfactory Work, all faulty Work and all Work not conforming to the requirements of the Contract Documents or such inspections, tests, approvals, or all applicable building, construction and safety requirements shall be considered defective. Notice of all defects shall be given to CONTRACTOR by PROFESSIONAL. All defective work, whether or not in place, may be rejected, corrected, or accepted as provided in this Article. Access to Work: 13.2. For the duration of the Work, PROFESSIONAL and its representatives, other designated representatives of OWNER, and authorized representatives of any regulatory agency shall at all times be given access to the Work. CONTRACTOR shall provide proper facilities for such access and observation of the Work and also for any inspection or testing by others. Tests and Inspections: 13.3. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any Work to specifically be inspected, tested, or approved by someone other than CONTRACTOR, CONTRACTOR shall give PROFESSIONAL timely notice of readiness therefore. 13.4. The testing firm(s) (if assigned by OWNER to this Work) and all such inspections, tests, or approvals provided for by OWNER shall be identified in writing by PROFESSIONAL to CONTRACTOR. All other inspections, tests or approvals shall be at CONTRACTOR's expense including additional expenses for inspection and tests required as a result of delays by CONTRACTOR or hours worked in excess of 40 hours per week. For all required inspections, tests, and approvals on any Work prepared, performed, or assembled away from the site, CONTRACTOR will furnish PROFESSIONAL with the required Certificates of Inspection, testing, or approval. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organizations as may be required by law or the Contract Documents. Materials or Work in place that fail to pass acceptability tests shall be retested at the direction of PROFESSIONAL and at CONTRACTOR's expense. 13.5. All inspections, tests or approvals other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to OWNER and CONTRACTOR (or by PROFESSIONAL if so specified). 13.6. If any Work (including the work of others) that is to be inspected, tested or approved is covered without written concurrence of PROFESSIONAL, it must, if requested by PROFESSIONAL, be uncovered for observation. Such uncovering shall be at CONTRACTOR's expense unless CONTRACTOR has given PROFESSIONAL timely notice of CONTRACTOR's intention to cover the same and PROFESSIONAL has not acted with reasonable promptness in response to such notice. GC -36 Page 36 of 52 Revision Date August 2001 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 Date August 2001 One Year Correction Period: 13.12. If, after approval of final payment and prior to the expiration of one year after the date of substantial completion or such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents, any Work or materials are found to be defective, incomplete, or otherwise not in accordance with the Contract Documents, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions, either correct such defective Work or if it has been rejected by OWNER, remove it from the Site and replace it with non - defective Work. If CONTRACTOR does not promptly comply with the terms of such instructions, OWNER may have the defective Work corrected, removed, or replaced. All direct, indirect and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys and other professionals) will be paid by CONTRACTOR. Acceptance of Defective Work: 13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to PROFESSIONAL's recommendation of final payment, PROFESSIONAL) prefers to accept it, OWNER may do so. CONTRACTOR shall bear all direct, indirect and consequential costs attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by PROFESSIONAL as to reasonableness and to include but not be limited to fees and charges of engineers, architects, attorneys and other professionals). If any such acceptance occurs prior to PROFESSIONAL's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correct Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice of PROFESSIONAL to proceed to correct defective Work or to remove and replace rejected Work as required by PROFESSIONAL in accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR falls to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously, to the extent necessary to complete corrective and remedial action. OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees such access to the site as may be necessary to enable OWNER to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of OWNER in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved as to reasonableness by PROFESSIONAL, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. Such direct, indirect and consequential costs will include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs GC -38 Page 38 of 52 Revision Date 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 right to proceed with that portion of Work and have the Work done by others. The cost of completion under such procedure shall be charged against CONTRACTOR. A Change Order shall be issued incorporating the necessary revisions in the Contract Documents, including an appropriate reduction in the Contract Price. If the payments due CONTRACTOR are not sufficient to cover such amount, CONTRACTOR shall pay the difference to OWNER. 13.16. Should CONTRACTOR work overtime, weekends or holidays to regain the schedule, all costs to OWNER of associated inspection, construction management and resident engineers shall be identified to CONTRACTOR and the Contract Price reduced by a like amount via Change Order. GC -39 Page 39 of 52 Revision Date August 2001 ARTICLE 14- PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values: 14.1. The schedule of values established as provided in 2.9 will serve as the basis for progress payments and will be incorporated into a form of application for Payment acceptable to Project Manager. Progress payments on account of Unit Price Work will be based on the number of units completed. Application for Progress Payment: 14.2. At least twenty (20) calendar days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to PROFESSIONAL for review an application for Payment filled out and signed by CONTRACTOR covering the work completed as of the date of the application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER. Payment is subject to a ten percent (10 %) retainage that will be held until the final payment or acceptance by OWNER. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. CONTRACTOR's Warranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Review of Applications for Progress Payment: 14.4. PROFESSIONAL will, within ten (10) calendar days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the application to OWNER, or return the application to CONTRACTOR indicating in writing PROFESSIONAL's reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the application. OWNER shall, within thirty -one calendar days of presentation to him of the application for payment with PROFESSIONAL's recommendation of the amount for payment, pay CONTRACTOR amount recommended. 14.5. PROFESSIONAL's recommendation of any payment requested in an Application for Payment will constitute a representation by PROFESSIONAL to OWNER, based on PROFESSIONAL's on -site observations of the Work in progress as an experienced and qualified design PROFESSIONAL and on PROF - ESSIONAL's review of the Application for Payment and the accompanying data and schedules, that the Work has progressed to the point indicated; that, to the best of PROFESSIONAL's knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price GC -40 Page 40 of 52 Revision Date 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 or that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or OWNER to withhold payment to CONTRACTOR. 14.6. PROFESSIONAL's recommendation of final payment will constitute an additional representation by PROFESSIONAL to OWNER that the conditions precedent to CONTRACTOR's being entitled to final payment as set forth in paragraph 14.13 have been fulfilled. 14.7. PROFESSIONAL may refuse to recommend the whole or any part of any payment if, in PROFESSIONAL's opinion, it would be incorrect to make such representations to OWNER. PROFESSIONAL may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in PROFESSIONAL's opinion to protect OWNER from loss because: 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 provisions of the certificate or attached list. If, after considering such objections, PROFESSIONAL concludes that the Work is not substantially complete, PROFESSIONAL will, within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing stating the reasons therefor. If, after consideration of OWNER's, objections, PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as PROFESSIONAL believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion, PROFESSIONAL will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities, insurance and warranties. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform PROFESSIONAL prior to PROFESSIONAL's issuing the definitive certificate of Substantial Completion, PROFESSIONAL's aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment. 14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable acccss to complete or correct items on the tentative list. Partial Utilization: 14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work which (i) has specifically been identified in the Contract Documents, or (ii) OWNER, PROFESSIONAL, and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 14.10.1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees, CONTRACTOR will certify to OWNER and PROFESSIONAL that said part of the Work is substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and PROFESSIONAL in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion. If PROFESSIONAL does not consider that part of the Work to be substantially complete, PROFESSIONAL will notify OWNER and CONTRACTOR, in writing, giving the reasons therefor. If PROFESSIONAL considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. OWNER may at any time request CONTRACTOR, in writing, to permit OWNER to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to PROFESSIONAL and, within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion, and PROFESSIONAL will prepare a list of the items remaining to be completed or corrected thereon before final payment. If CONTRACTOR does not object in writing to OWNER and PROFESSIONAL that such part of the GC -42 Page 42 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 Occu pancy. Final Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed upon portion thereof is complete, PROFESSIONAL will make a final inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such defi- ciencies. Final Application for Payment: 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of PROFESSIONAL and OWNER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance required by 5.2, certificates of inspection, marked -up record documents and other documents, CONTRACTOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required, (ii) consent of the surety, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of liens and as approved by OWNER, CONTRACTOR may furnish receipts or release in full and an affidavit of CONTRACTOR that (i) the releases and receipts include all labor, services, material and equipment for which a lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or supplier fails to furnish such a release or receipt in full, CONTRACTOR may furnish a bond or other collateral satisfactory to OWNER to indemnify OWNER against any lien. 14.12.1. No application for final payment will be accepted by OWNER until approved as -built documents by CONTRACTOR are accepted and approved by PROFESSIONAL. 14.12.2. Notwithstanding any other provision of these contract documents to the contrary, OWNER and PROFESSIONAL are under no duty or obligation whatsoever to any vendor, materials provider, Subcontractor, laborer or other party to ensure that payments due and owing by CONTRACTOR to any of GC -43 Page 43 of 52 Revision Date August 2001 them are or will be made. Such parties shall rely only on CONTRACTOR's surety bonds for remedy of nonpayment by him. CONTRACTOR agrees to defend and resolve all claims made by Subcontractors, indemnifying OWNER and PROFESSIONAL for all claims arising from or resulting from Subcontractor or supplier or material men or laborer services in connection with this project. 14.12.3. General Indemnity: CONTRACTOR shall indemnify OWNER and PROFESSIONAL for any damages sustained, including lost profits, resulting from CONTRACTOR's failure or refusal to perform the work required by these contract documents. Final Payment and Acceptance: 14.13. If, on the basis of PROFESSIONAL's observation of the Work during construction and final inspection and PROFESSIONAL's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, PROFESSIONAL is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, PROFESSIONAL will, within ten (10) working days after receipt of the final Application for Payment, indicate in writing PROFESSIONAL's recommendation of payment and present the Application to OWNER for payment. At the same time PROFESSIONAL will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of 14.6. Otherwise, PROFESSIONAL will return the application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. After the presentation to OWNER of the application and accompanying documentation, in appropriate form and substance and with PROFESSIONAL's recommendation and notice of acceptability, the amount recommended by PROFESSIONAL will become due and will be paid by OWNER to CONTRACTOR. 14.14. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if PROFESSIONAL so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of PROFESSIONAL and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is Tess than the retainage stipulated in the Contract and if bonds have been furnished as required in Article 5, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to PROFESSIONAL with the application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. CONTRACTOR's Continuing Obligation: 14.15. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by PROFESSIONAL, nor the issuance of a certificate of Substantial Completion, nor any payment by OWNER to CONTRACTOR under the Contract Documents, nor any use or occupancy of the Work or any part thereof by OWNER, nor any act of acceptance by OWNER nor any failure to do so, nor any review and approval of a Shop Drawing or sample submission, nor the issuance of a notice of acceptability by PROFESSIONAL pursuant to paragraph 14.13, nor any correction of defective Work by OWNER will constitute an acceptance of Work not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents (except as provided in paragraph 14.16). GC -44 Page 44 of 52 Revision Date August 2001 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 Revision Date August 2001 • ARTICLE 15-- SUSPENSION OF WORK AND TERMINATION OWNER May Suspend Work: 15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and PROFESSIONAL which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. Termination For Cause: 15.2. Upon the occurrence of any one or more of the following events: 15.2. 1. if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code (Title 11, United States Code), as now or hereafter in effect, or if CONTRACTOR takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency; 15.2.2. if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or insolvency; 15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors; 15.2.4. if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under applicable law or under contract, whose appointment or authority to take charge of property of CONTRACTOR is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of CONTRACTOR's creditors; 15.2.5. if CONTRACTOR admits in writing an inability to pay its debts generally, as they become due; 15.2.6. if CONTRACTOR fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as revised from time to time); 15.2.7. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 15.2.8. if CONTRACTOR disregards the authority of PROFESSIONAL; or 15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents, OWNER may, after giving CONTRACTOR (and the surety, if there be one) seven days' written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude GC -46 Page 46 of 52 Revision Date August 2001 CONTRACTOR from the site and take possession of the Work and of all CONTRACTORS tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct, indirect and consequential costs of completing the Work (including but not limited to fees and charges of PROFESSIONALs, architects, 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 ninety calendar days by OWNER or under an order of court or other public authority, or PROFESSIONAL fails to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty-one days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may upon seven working days' written notice to OWNER and PROFESSIONAL and provided OWNER or PROFESSIONAL did not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER payment on the same terms as provided in 15.2. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if PROFESSIONAL has failed to act on an Application for Payment within thirty days after it is submitted or OWNER has failed for thirty -one calendar days after it is submitted to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days' written notice to OWNER and PROFESSIONAL stop the Work until receipt of payment of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph are not intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Time or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph. The provisions of this paragraph shall not relieve CONTRACTOR of the obligations under paragraph 6.30 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER. GC -48 Page 48 of 52 Revision Date August 2001 ARTICLE 16 -- DISPUTE RESOLUTION 16.1. All disputes arising under this Contract or its interpretation whether involving law or fact or both, or extra work, and all claims for alleged breach of contract shall within ten (10) working days of the commencement of the dispute be presented by CONTRACTOR to OWNER for decision. All papers pertaining to claims shall be filed in quadruplicate. Such notice need not detail the amount of the claim but shall state the facts surrounding the claim in sufficient detail to identify the claim, together with its character and scope. In the meantime, CONTRACTOR shall proceed with the Work as directed. Any claim not presented within the time limit specified in this paragraph shall be deemed to have been waived, except that if the claim is of a continuing character and notice of the claim is not given within ten (10) working days of its commencement, the claim will be considered only for a period commencing ten (10) working days prior to the receipt by OWNER of notice thereof. Each decision by OWNER will be in writing and will be mailed to CONTRACTOR by registered or certified mail, return receipt requested, directed to his last known address. 16.2 All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of, or relating to, the Contract Documents or the breach thereof shall be decided under Georgia Law in the Superior Court of Richmond County, Georgia. CONTRACTOR by execution of the Contract consents to jurisdiction and venue in the Superior Court of Richmond County, Georgia, and waives any right to contest same. • GC -49 Page 49 of 52 Revision Date August 2001 ARTICLE 17- MISCELLANEOUS Giving Notice: IWO 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. Computation of Time: 17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.2.2. A calendar day of twenty -four hours measured from midnight to the next midnight shall constitute a day. General: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim should be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. 17.4. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and PROFESSIONAL thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contract Documents will survive final payment and termination or completion of the Agreement. 17.5. CONTRACTOR shall keep adequate records and supporting documentation applicable to this Work and Contract. Said records and documentation shall be retained by CONTRACTOR for a minimum of five (5) years from the date of final completion or termination of this Contract. OWNER shall have the right to audit, inspect, and copy all such records and documentation as often as OWNER deems necessary during the period of the Contract and for a period of five (5) years thereafter provided, however, such activity shall be conducted only during normal business hours. OWNER, during this period of time, shall also have the right to obtain a copy of and otherwise inspect any audit made at the direction of CONTRACTOR as concerns the aforesaid records and supporting documentation. GC -50 Page 50 of 52 Revision Date August 2001 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 2001 appropriate. 17.9.7 If, in the opinion of the RESIDENT PROJECT REPRESENTATIVE and the OWNER, the CONTRACTOR is not responding to an emergency situation in an appropriate manner, the Utilities Department will undertake necessary actions to abate an overflow situation. The cost of these actions will be the responsibility of the CONTRACTOR. 17.9.8 Following a discharge of untreated wastewater, a downstream inspection will be conducted by the Utilities Department to assess potential mitigation measures that may be required of the CONTRACTOR. PROGRAM MANAGER: 17.10 The PROGRAM MANAGER for the project is CH2M HILL, 360 Bay Street, Suite 100 Augusta, GA 30901. The presence or duties of PROGRAM MANAGER's personnel at the construction site, whether as onsite representatives or otherwise, do not make PROGRAM MANAGER or PROGRAM MANAGER's personnel in any way responsible for those duties that belong to OWNER and / or the CONTRACTOR or other entities, and do not relieve the CONTRACTOR or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health and safety precautions required by such construction work. PROGRAM MANAGER and PROGRAM MANAGER's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty of inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the CONTRACTOR(s) or other entity or any other persons at the site except PROGRAM MANAGER's own personnel. The presence of PROGRAM MANAGER's personnel at the construction site is for the purpose of providing to OWNER a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). PROGRAM MANAGER neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. For this AGREEMENT only, construction sites include places of manufacture for materials incorporated into the construction work, and construction contractors include manufacturers of materials incorporated into the construction work GC -52 Page 52 of 52 SUPPLEMENTAL GENERAL CONDITIONS INDEX SGC -01. Owner's Liability and Property Insurance SGC -02. Contractor's Liability Insurance SGC -03. Special Hazards SGC -04. Testing Laboratory SGC -05. Surveys SGC -06. Progress Payments SGC -07. Drawings SGC -08. Rights -of -Way SGC -09. Estimate of Quantities SGC -10. Existing Structures and Utilities SGC -11. Contractor's Breakdown of Lump Sum Payment Items SGC -12. Prior Use by Owner SGC -13. Cleaning Up SGC -14. Maintenance of Traffic SGC -15. Maintenance of Access SGC -16. Erosion Control and Restoration of Property SGC -17. Bypassing Sewage SGC -18. Safety and Health Regulations SGC -19. NPDES — Stormwater Discharge Requirements SGC -20. Geotechnical Report SGC -21. Augusta Utilities Department Sanitary Sewer Project Measurement and Payment SGC -22. Augusta Utilities Department Design Standards and Construction Specifications; August 2006 SGC -23. Supplemental General Conditions for Federally Assisted State Revolving Loan Fund Construction Contracts SGC -24. American Recovery and Reinvestment Act Special Conditions and Information SGC -01. OWNER'S LIABILITY & PROPERTY INSURANCE: Sections 5.5, 5.6, 5.7, 5.8, 5.9, and 5.10 of the General Conditions shall be amended as follows: No additional liability or property insurance will be purchased bythe Augusta Commission for this project. Current insurance coverages will remain in effect for the life of this Contract. SGC -02. CONTRACTOR'S LIABILITY INSURANCE: Insurance shall be written with limits of liability shown below or as required by law, whichever is greater: • Commercial General Liability (per occurrence) Each Occurrence $ 1,000,000 • General Aggregate $ 2,000,000 • Products $ 2,000,000 • Personal & Adv Injury $ 1,000,000 • Fire Damage $ 500,000 • Automobile Liability (any auto) Combined Single Limit $ 1,000,000 • Excess Liability (Umbrella) Each Occurrence $ 5,000,000 • Workers Compensation Statutory Limits • Employer Liability $ 1,000,000 SGC -03. SPECIAL HAZARDS: The Contractor's and his Subcontractor's Liability and Property Damage Insurance shall provide adequate protection against the following special hazards: (a) Work within the right -of -ways of the Georgia Highway System and the Augusta - Richmond County Road System. (b) Work within easements granted by property owners in connection with the construction of the project. (c) Work in close proximity to existing water lines, power lines, telephone lines, gas lines, other utilities and private structures contiguous to the job site. SGC -04. TESTING LABORATORY: All materials testing and laboratory work, with the exception of the testing related to the NPDES requirements, in connection therewith shall be paid for by the Contractor and approved by the Owner. SGC -05. SURVEYS: The Engineer will provide horizontal control points and benchmarks for vertical control. The Contractor will provide surveying for construction stake -out. SGC -1 SGC -06. PROGRESS PAYMENTS: Section 14.2 of the General Conditions shall be amended as follows: Payments will be made to the Contractor by the 15th of the month completed the previous month. This agreement is intended by the Parties to, and does, supersede any and all provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13 -11 -1, et seq. In the event any provision of this Agreement is inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement shall control. Not withstanding 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 this Agreement and Contractor specifically waive any claim to same. Contractor to submit all pay request information to Augusta Utilities Department (Owner). SGC -07. DRAWINGS: The Engineer will furnish to the Contractor all copies of drawings reasonably necessary for the execution of the work. Location of all features of the work included in the Contract are indicated on the Contract Drawings. The following drawings comprise the plans for this contract: Sheet No. Title 1.0 Cover 1.1 - 1.2 Sheet Index 1.3 General Notes 1.4 - 1.8 Augusta Utility Dept. Details 1.9 Detail Estimate 2.0 - 2.23 Plans and Profiles 3.0 ES & PC Cover Sheet 3.1 — 3.2 CMP Notes & Details 3.3 Drainage Basin Map 3.4 Soils Map 3.5 - 3.14 ES & PC Plans SGC -08. RIGHTS -OF -WAY: The OWNER will furnish all land and rights -of -way necessary for the carrying out of this contract and the completion of the work herein contemplated and will use due diligence in acquiring said land and rights -of -way as speedily as possible. But it is possible that all lands and rights -of -way may not be obtained as herein contemplated before construction begins, in which event the contractor shall begin his work upon such land and rights -of -way as the OWNER may have previously acquired and no claim for damages whatsoever will be allowed by reason of the delay in obtaining the remaining lands and rights -of -way. Should the OWNER be prevented or enjoined from proceeding with the work or from authorizing its prosecution, either before the commencement, by reason of any litigation or by reason of its inability to procure any lands or rights -of -way for the said work, the Contractor shall not be entitled to make or assert any claim for damage by reason of said delay or to withdraw from the contract except by consent of the OWNER; but time for completion of the work will be extended to compensate for the time lost by such delay; such determination to be set forth in writing and approved by the OWNER. SGC -2 SGC -09. ESTIMATE OF QUANTITIES: The estimated quantities of work to be done and materials to be furnished under this contract if shown in any of the documents including the bid are given only for use in comparing bids and to indicate approximately the total amount of the contract and the right is especially reserved except as herein otherwise specifically limited to increase or diminish them as may be deemed reasonably necessary or desirable by the OWNER to complete the work contemplated by this contract and such increase or diminution shall in no way vitiate this contract nor shall any such increase or diminution give cause for claims or liability for damages. SGC -10. EXISTING STRUCTURES AND UTILITIES: The existence and location of structures and underground utilities indicated on the plans are not guaranteed and shall be investigated and verified in the field by the contractor before starting work. The contractor shall be held responsible for any damage to and for maintenance and protection of existing utilities and structures. SGC -11. CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT ITEMS: The contractor shall, immediately after the contract has been awarded, submit to the Augusta Utilities Department Director for his approval, a breakdown showing estimates of all costs apportioned to the major elements of equipment, material and labor comprising the total work included under any of the lump sum items shown in the proposal. These estimates as approved will serve as the basis for estimating of payments due on all progress estimates. SGC -12. PRIOR USE BY OWNER: Prior to completion of the work, the OWNER (by agreement with the Contractor) may take over the operation and /or use of the incomplete project or portions thereof. Such prior use of the facilities by the OWNER shall not be deemed as acceptance of any work or relieve the Contractor from any of the requirements of the Contract Documents. SGC -13. CLEANING UP: The Contractor shall keep the premises free from the accumulation of waste material and rubbish and upon completion of the work, prior to final acceptance of the completed project by the OWNER, he shall remove from the premises all rubbish, surplus materials, implements, tools, etc., and leave his work in a clean condition, satisfactory to the Augusta Utilities Department Director. SGC -14. MAINTENANCE OF TRAFFIC: In any work within the public right -of -way, the contractor shall provide adequate warning and protection for pedestrian and vehicular traffic from any hazard arising out of the contractor's operations and will be held responsible for any damage caused by negligence on his part or by the improper placing of or failure to display danger signs and road lanterns. All traffic lanes, sidewalks and driveways will be kept open and clear at all times except as provided below. The contractor shall not block traffic on any street more than 30 minutes or such other time as the agency having jurisdiction may specify, without written permission from such agency. Before leaving the work each night, it shall be placed in such condition as to cause the least possible hazard therefrom. Should the contractor fail SGC -3 to comply with the provisions of this paragraph, the Owner may, with his own forces, provide signs, flagmen, barricades and /or lanterns, to reduce or eliminate hazards, construct substitute passageways or clear the pavement and deduct the cost thereof from sums due to the contractor. SGC -15. MAINTENANCE OF ACCESS: The Contractor will be required to maintain access to business establishments during all times they are open for business, to churches, schools and other institutions during the time they are open and to all residential and other occupied buildings or facilities at all times. Bridges across open trenches and work areas will be required to provide vehicular and pedestrian access. Bridges with handrail protection will be required for crosswalks at street intersections. It is recognized that it will be necessary to remove bridges and to block cross traffic while equipment is in operation. The Contractor shall, however, plan and pursue this operations so as to minimize the time that direct entrance is blocked. SGC -16. EROSION CONTROL AND RESTORATION OF PROPERTY: The Contractor will be required to schedule his work and perform operations in such a manner that siltation and bank erosion will be minimized during all phases of construction. Contractor shall utilize Best Management Practices (BMP's) as defined within the Manual of Erosion & Sediment Control in Georgia at all times. Prior to establishing permanent grass cover, contractor shall provide temporary grass and mulch on any disturbed areas as per Georgia Department of Transportation Standards and Specifications, Section 163. Any areas disturbed during the course of construction shall be restored to a condition equal or better than the original condition, as determined by Augusta Utilities Department and /or Engineer. SGC -17. BYPASSING SEWAGE: The Contractor will be required to schedule and coordinate construction sequences and operations and to use temporary construction and other approved methods, which will minimize the bypassing of sewage during construction of the sewer facilities. The diversion of sewerage to open ditches or streams will not be permitted. SGC -18. SAFETY AND HEALTH REGULATIONS: The Contractor shall comply with the Department of Labor Safety and Health Regulations for construction promulgated under the Occupational and Health Act of 1970 and under Section 107 of the Contract Work Hours and Safety Standards Act. SGC -19. NPDES — STORMWATER DISCHARGE REQUIREMENTS The Augusta Utilities Department will be responsible for all collecting and monitoring activities as they pertain to the NPDES Regulations. SGC -20. GEOTECHNICAL REPORT Contractor shall review geotechnical report (attached) prepared by Graves Engineering. SGC -4 SGC -21. AUGUSTA UTILITIES DEPARTMENT SANITARY SEWER PROJECT MEASUREMENT AND PAYMENT Contractor shall review Sanitary Sewer Project Measurement and Payment Standard (Proposal Section) provided by Augusta Utilities Department. SGC -22. AUGUSTA UTILITIES DEPARTMENT DESIGN STANDARDS AND CONSTRUCTION SPECIFICATIONS; AUGUST 2006 W. R. Toole Engineers, Inc. recommends that each potential bidder secure a copy of Augusta Utilities Department Standards and Specifications and review prior to project bid. SGC -23. Supplemental General Conditions for Federally Assisted State Revolving Loan Fund Construction Contracts Contractor shall review attached Georgia Department of Natural Resources Environmental Protection Division, Supplemental General Conditions for Federally Assisted State Revolving Load Fund Construction Contracts dated December 1, 2008. SGC -24. American Recovery and Reinvestment Act Special Conditions and Information Contractor shall review attached Georgia Department of Natural Resources Environmental Protection Division, Special Conditions and Information for Construction Contracts Funded Under the American Recovery and Reinvestment Act through Federally Assisted State Revolving Loan Funds in the State of Georgia dated May 27, 2009. SGC -5 1220 W. Wheeler Parkway Suite F ENGINEERING SERVICES, INC. Augusta, GA 30909 (706) 651 -9922 April 3, 2007 W.R. Toole Engineers, Inc. P.O. Box 600 Augusta, Georgia 30903 ATTENTION: Mr. Tom Dunaway SUBJECT: Report of Geotechnical Exploration East Butler Creek Sanitary Sewer Interceptor Upgrade Richmond County, Georgia Graves Engineering Project No. G- 071515 - Gentlemen: Graves Engineering Services, Inc. is pleased to submit this report of our exploration services for the proposed project. Our services were provided in accordance with your authorization of our proposal number P- 071119. This report presents a review of the information provided to us, a discussion of the site and subsurface conditions, and our earthwork recommendations. The appendix contains the results of our field and laboratory testing. Project Information The project consists of the East Butler Creek Sanitary Sewer Interceptor Upgrade project in Richmond County, Georgia. The sewer line project starts from near the intersection of Butler Creek and Lexington Road and extends approximately 25,000 linear feet to the east to the sewage treatment plant located on Doug Barnard Parkway. The routes cross 3 major roads and two Norfolk Southern Railroads. The gravity main is to be constructed of 42 to 48 -inch ductile iron pipe to within 5 to 25 feet of existing grades. We understand that most of the road and railroad crossings are planned to be bored and jacked such that the pavement and rail sections will remain intact. The route is shown on preliminary plan drawings prepared by and provided to us by W.R. Toole Engineers, Inc.. The route had been surveyed and the manhole locations were staked in the field. Purpose Of Exploration The purpose of this exploration was to obtain specific subsurface data at the site and to provide earthwork recommendations for the proposed project. W.R. Toole Engineers, Inc. April 3, 2007 -Page 2- Site Conditions We conducted a site reconnaissance to observe and document surface conditions at the site. Information gathered was used to help us interpret the subsurface data and to detect conditions which could affect our recommendations. The main easement generally runs adjacent or parallel to Butler Creek and to Phinizy Road in the central section of the route. The topography of the route is rolling with approximately 55 feet of topographic relief. Based on the information contained on the preliminary Plan and Profile drawings, the existing ground surface elevations along the route range from approximately 129 to 180 feet MSL. The route extends through several drainage ditch and low -lying areas. Surface water was noted at numerous locations along the route and generally corresponds to the locations of drainage areas, Butler Creek and associated low- lying(wetland ?) areas. Sections of the site are located just off roadways(Deans Bridge Road, Phinizy Road, Peach Orchard Road and Georgia Highway #56) or railroad easements and these areas are generally cleared of vegetation and were covered with gravel, grassed or had surface soils exposed. Surface soils exposed consist of a sandy organic topsoil or coastal plain sands and silts. The remaining portions of the route extend through areas that are lightly to heavily wooded with brush, hardwoods and pine. Some clearing was performed to provide access to boring locations. Site Geologic Conditions The site is located near the fall line which is the contact area of the Upper Coastal Plain Province and the Piedmont Province. The Coastal Plain soils were deposited during inundation by the ancient oceans and consist of random layers of fine sands and silts interbedded with lenses of clay. The Georgia Piedmont Province is a broad plateau gently sloping from the Blue Ridge Mountains to the Coastal Plain, covering a distance of approximately one hundred miles in this area. Based on published literature, the site is underlain by Coastal Plain sediments consisting of interbedded silts, sands, and clays. These soils overlay residual soils and crystalline rocks of the Piedmont. Subsurface Conditions The subsurface conditions were explored with widely spaced soil test borings drilled according to the procedures presented in the appendix. The boring locations and depths were selected by Graves Engineering and are indicated by station and manhole number on the attached boring records(no boring map provided). The actual field boring locations were determined by our field crew from staked locations on the route. Boring elevations were obtained by interpolation between contours on the drawing provided to us. The boring elevations shown in the appendix should be considered accurate only to the degree implied by the method used. W.R. Toole Engineers, Inc. April 3, 2007 -Page 3- The subsurface conditions encountered at the boring locations are shown on the Test Boring Records in the Appendix. These Boring Records represent our interpretation of the subsurface conditions based on the field logs, visual examination of field samples by an engineer and tests of the field samples. The lines designating the interface between various strata on the Boring Records represent the approximate interface location. In addition, the transition between strata may be gradual. Water levels shown on the Boring Records represent the conditions only at the time of our exploration. A total of 29 soil test borings were drilled along the route to depths ranging from 10 to 25 feet below the ground surface. The soil test borings revealed a subsurface profile generally consisting of typical coastal plain deposits of interbedded sands and clayey silts. These soils were encountered to the boring termination depths. The surficial layer consisted of loamy and sandy, organic topsoils. The surficial layer was generally encountered to a depths ranging from 2 to 18 inches below the ground surface. The coastal plain soils typically consisted of sands with varying fine grained particle content(SP to SC) interbedded with fine grained clayey silts. The sandy soils were generally very loose to very firm in consistency with standard penetration resistance's ranged from 3 to 27 blows per foot with an average of approximately 13. The coastal plain clayey silts were recorded to be generally soft to very stiff in consistency with standard penetration resistance's of 3 to 25 blows per foot recorded. Borings B -1, B -13, and B -28 encountered lenses of a soft to firm, fine sandy, clayey silt( "muck" with layers of fiberous organics(peat)) at depths ranging from 6 to 12 feet. Standard penetration resistance's ranged from 3 to 6 blows per foot. Groundwater Conditions • Groundwater was encountered in the borings at depths ranging from 1.0 to 16.0 feet at one to several days after drilling. In silty sands the water levels can usually be determined accurately near the time of drilling. In fine grained soils and clayey sands, it may take several days for water levels to stabilize. In addition, fluctuations in the groundwater level can occur due to variations in rainfall, evaporation, { construction activity, surface runoff, and other site specific factors. The highest groundwater levels are generally encountered in early spring and the lowest in late summer. Utility Construction Considerations Based on our review of the project drawings, the sanitary sewer piping(gravity flow) will be installed to depths ranging generally from 5 to 25 feet. Some deep cuts are to be extended below the groundwater level and are located in areas with relatively clean(slightly silty to silty) fine to coarse sands. This may require wellpoint dewatering as the excavation proceeds(please see the construction water control section of this report). The soils encountered in all areas of the route that were explored should be amiable to excavation with normal excavation equipment. We do not anticipate that any significant difficult excavation will be encountered. We recommend that the excavations be shored, sloped or benched as required to provide stability and a safe work environment. For the soils encountered, we recommend that cut slopes of 2H:1 V be utilized. This may require a wide temporary easement at some locations. Heavy construction equipment and materials removed from the excavations should not be placed within 5 to 10 feet of the top of the excavation. All excavations should comply with applicable local, state and federal safety regulations including the current OSHA Excavation and Trench Safety Standards. It is our understanding that these regulations are strictly enforced and if they are not closely followed, the owner and contractor could be liable for substantial penalties. { W.R. Toole Engineers, Inc. April 3, 2007 -Page 4- i Since preliminary plans call for the pipe at several locations to be installed below the groundwater table, we recommend that 12 to 18 inches of clean stone be utilized for pipe bedding in wet areas. Compaction of pipe backfill at several locations may be extremely difficult due to the anticipated wet conditions. In addition, wet silty and clayey soils removed from the excavations will require significant drying time prior to reutilization as fill. Therefore, construction planning should assume that significant volumes of select stone bedding and initial pipe backfill will be required. Compacted Fill Recommendations We recommend that soils to be used as trench backfills be free of debris and have less than 2% by weight fibrous organic material. They should have a liquid limit less than 60 and a plasticity index less than 25. Before filling operations begin, representative samples of each proposed fill material should be collected. The samples should be tested to determine the maximum dry density, optimum moisture content, natural moisture content, gradation and plasticity of the soil. These tests are needed for quality control during compaction and also to determine if the fill material is acceptable. We have conducted laboratory testing and visually inspected soil samples obtained from the site. We expect that most of the sands and silts encountered in the borings are acceptable for use as compacted backfilI. Some of the soils near borings B -1, B -13 and B -28 may not be acceptable for use as compacted fill due to organic content. In addition, as stated previously, wet soils(especially clayey soils) removed from the excavations may require significant drying time prior to reutilization as fill. We recommend that all compacted fill be constructed by spreading acceptable soil in loose layers not more than 10 inches thick. The fill should be compacted in thin lifts to at least 95 percent of the Standard Proctor maximum thy density (ASTM D -698). The upper 12 inches of fill beneath pavements should be compacted to at least 100 percent of the Standard Proctor maximum dry density . The moisture content of the fill soils should be maintained within +3 and -3 percentage points of the optimum moisture content as determined from the Proctor compaction test. This provision may require the contractor to dry the soils during periods of wet weather or wet the soils during the hot summer months. We recommend that the backfill placement and compaction be observed and documented by the geotechnical engineer. Significant deviations, either from specifications or good practice, should be brought to the attention of the owner's representative, along with appropriate recommendations. At least one field density test should be performed for every 100 to 200 linear feet of trench for each lift. Retaining Structures We understand that sheetpiling may be utilized as shoring for the excavations for the bore and jack pits. The sheetpiling will act as a below grade walls when the pits are excavated. These sheetpile walls must be designed to resist soil pressures imposed on them. Walls which are permitted to rotate at the top, such as sheetpiling walls, should be designed to resist "active" lateral earth pressure. Typically, a top rotation of about 1 inch per 10 feet height of wall is sufficient to develop active pressure conditions in soils similar to those encountered at the site. To account for the active" lateral pressures of retained earth, we recommend that the temporary retaining system design assume that the soils behind the bracing system will apply a triangular stress distribution based on the excavation depth and the following strength parameters for the natural soils at this site: • W.R. Toole Engineers, Inc. April 3, 2007 -Page 5- ANGLE of INTERNAL MATERIAL UNIT WEIGHT(PCF) FRICTION(Degrees) COHESION(PSF) Firm SW -SM 115 33 0 Very Loose SP -SM 95 27 0 Loose SP -SM 100 29 0 Very Loose SM 95 25 0 Loose SM 100 27 0 Firm SM 110 29 0 Very Firm SM 115 30 0 Dense SM 120 32 0 Loose SC 105 28 150 Firm SC 115 30 300 Very Firm SC 120 32 700 V.Soft Clayey ML 85 10 100 Soft Clayey ML 90 11 300 Firm Clayey ML 95 12 800 Stiff Clayey ML 100 13 1500 Very Stiff Clayey ML 105 15 3000 The compacted mass unit weight of the soil should be used with the above soil parameters to calculate the corresponding earth pressure coefficients and lateral earth pressures. The above values are actual anticipated values and do not contain any safety factors. If dewatering systems are not provided, then the walls should be designed to resist the full hydrostatic head in addition to the lateral earth pressures in areas below the water table. The lateral pressures developed by surcharge loads from slopes, heavy construction equipment, stored material, stockpiled soils, etc. near the top of the excavation must be added to the lateral soil stresses to determine the horizontal loads which must be resisted. In addition, transient loads imposed on the walls by construction equipment during construction should be considered. Excessively heavy equipment (that could impose temporary excessive pressures or long term excessive residual pressures against the constructed walls) should not be allowed within about 5 feet (horizontally) of the walls. Construction Water Control We expect that groundwater control will be required for most of the alignment due to the presence of shallow groundwater. In areas where shallow excavations extend only a few feet below the groundwater level, groundwater can likely be removed from the excavation as it proceeds. This has been done effectively on similar projects by means of pumping from low areas as the excavation proceeds. However, since some of the excavations will extend several feet below the groundwater level in sandy soils, we anticipate that a wellpoint dewatering system may be required at these locations. Wellpoints are small diameter wells that are jetted or driven into the soil(at 3 to 10 foot spacings depending upon soil type) and are placed in straight lines along the area to be drained. They are connected at the top to a horizontal suction pipe called a header and then connected to pump specifically designed for dewatering work. The wellpoints may require staging at various levels as the excavation proceeds to provide the required drawdown of the water table. We recommend that the design of the dewatering system be performed by a specialty contractor that is experienced with similar conditions. We also recommend that pumping continue until the trench is completely backfilled such that backfilling can be completed in as dry a condition possible. . W.R. Toole Engineers, Inc. April 3, 2007 -Page 6- I Basis For Recommendations The recommendations provided are based in part on project information provided to us and they only apply to the specific project and site discussed in this report. If the project information section in this report contains incorrect information or if additional information is available, you should convey the P , Y Y correct or additional information to us and retain us to review our recommendations. We can then modify our recommendations if they are inappropriate for the proposed project. Regardless of the thoroughness of a geotechnical exploration, there is always a possibility that conditions between borings will be different from those at specific boring locations and that conditions will not be as anticipated by the designers or contractors. In addition, the construction process may itself alter soil conditions. Therefore, experienced geotechnical personnel should observe and document the construction procedures used and the conditions encountered. Unanticipated conditions and inadequate procedures should be reported to the design team along with timely recommendations to solve the problems created. We recommend that the owner retain Graves Engineering to provide this service based upon our familiarity with the project, the subsurface conditions and the intent of the recommendations. We recommend that this complete report be provided to the various design team members, the contractors and the project owner. Potential contractors should be informed of this report in the "instructions to bidders" section of the bid documents. We wish to remind you that our exploration services include , storing the samples collected and making them available for inspection for 60 days. The samples are then discarded unless you request otherwise. We will be happy to discuss our recommendations with you and would welcome the opportunity to provide the additional studies or services necessary to complete this project. We appreciate the opportunity to provide our professional services and look forward to working with you on the remainder of this project and on future projects. If you have any questions concerning this report or wish to have further discussions, please contact us at (706) 651 -9922. Respectfully Submitted, <'= yy GRAVE ENGINEERIN ERV IG S ° l v d5 ----- J' 4' 3 r . - i, ' „.,�t:tY3 4"' „,,.„.. , ....: Richard W. Swanson, P.E '; N Principal Engineer / President r .', <; w .„ Ga. Registration No. 22223 Attachments: Test Boring Records Field and Laboratory Testing Procedures GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO. B -1 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: At Bore On East Side of Doug Barnard - Richmond Co., Ga. Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: .03/09/07 GROUND SURFACE ELEVATION: 129' DRILLING METHOD: 3.25" I.D. AUGER U.S.C.S. Soil Classification Standard Penetration Resistances Z 0 - 0 10 20 30 40 50 80 70 8080 0 -3" Topsoil Firm, Gray -Tan, Clayey, Silty Fine to Medium Sand(SC) ss 16 • o s --- SS 19 Firm, Black, Fine Sandy, Clayey Silt(ML) \\""k Gray -Tan, Fine Sandy, - Clayey Silt(ML) SS 09 10 SS 15 • 15 ^� �� SS 11 Loose to Firm, Gray, Slightly Silty Fine to Coarse Sand(SW -SM) 2O ;:';;':;::. Note: 8.9% Passing 200 Sieve on Sample #6. SS 10 SS 17 Boring Terminated At 25.0 Feet. Groundwater encountered at 18 feet the time of boring and at 15.0 feet at 3 -days after boring. 30 - SS - Split Spoon Sample 35- 40_ GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO. B -2 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 10 +00(at MH #l0a) - Richmond Co.; Georgia Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/08/07 GROUND SURFACE ELEVATION: 131' DRILLING METHOD: 3.25" I.D. AUGER U.S.C.S. Soil Classification a Standard Penetration Resistances z W 3 > O 0 10 20 30 4D 5 60 70 8 90 0 -3" Topsoil Very Stiff, Gray -Tan -Red, Fine Sandy, Clayey Silt(ML) SS i s o s SS 21 Firm, Tan -Gray, Silty Fine to Medium Sand(SM) SS 12 Firm to Stiff, Gray -Tan, Fine Sandy, Clayey 10 Silt(ML) SS 06 Note: 69.3% Passing 200 Sieve on Sample #4. '! LL =49, PI =18 on Sample #4. • ti \ 1 5 �� SS 11 .:`. Firm to Very Firm, Gray, Slightly Silty Fine to Medium Sand(SP -SM) 20 SS 16 • 25 ..r SS ' 21 Boring Terminated At 25.0 Feet. Groundwater encountered at 13.5 feet the time of boring and at 11.5 feet at 4 -days after boring. 30 --• SS - Split Spoon Sample LL - Liquid limit PI - Plasticity Index 35- 40 •,_ GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO. B -3 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 20 +00(at MH#12A) - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/08/07 GROUND SURFACE ELEVATION: 134' DRILLING METHOD: 3.25" I.D. AUGER W U.S.C.S. Soil Classification 3 Standard Penetration Resistances z O 0 10 20 3 40 5 60 70 80 00 0 -2" Topsoil Firm, Tan, Silty Fine to Medium Sand(SM) sS 13 os SS 75 St to Very Stiff, Gray -Tan, Fine Sandy, SS 14 Clayey Silt(ML) i o SS 20 Very Firm, Tan -Gray, Clayey, Silty Fine to 5 : Coarse Sand(SC) Ss 24 Vey St r ff, Gray - White -Tan, Fine Sandy, 20 \ e Cla Silt(ML) ) SS 20 • : Very Loose, Tan - Red -Gray, Silty Fine to :• Medium Sand(SM) • 25 SS 04 Boring Terminated At 25.0 Feet. Groundwater encountered at 14 feet the time of boring and at 12.0 feet at 4 -days after boring. 30 - SS - Split Spoon Sample 35- 40 GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO. B -4 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 30 +00(at MH #14A) - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/08/07 GROUND SURFACE ELEVATION: 125.5' DRILLING METHOD: 3.25" I.D. AUGER U.S.C,S. Soil Classification 4 r Standard Penetration Resistances a 0 0 10 20 30 40 50 60 70 80 90 0 -4" Topsoil Firm, Gray - Tan - Brown, Very Clayey, Silty Fine Sand(SC) with some ML seams SS 13 Note: 47.1% Passing 200 Sieve on Sample #1. SS 16 Loose, Gray -Tan -Red, Fine to Medium Sand(SP) SS 09 o — SS 06 7 Stiff, Gray, Fine Sandy, Clayey Silt(ML) , `� \` 5 _ _ SS 12 Boring Terminated At 15.0 Feet. Groundwater encountered at 6 feet the time of boring and at 4.5 feet at 4 -days after boring. 20 SS - Split Spoon Sample 25 - 30 - 35- 4 0 .... GRAVES SOIL TEST BORING RECORD FNGNEERlNGSERVICES BORING NO. B -5 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 35 +20(Near MH #16A) - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G - 071515 DATE COMPLETED: 03/09/07 GROUND SURFACE ELEVATION: 127.0' DRILLING METHOD: 3.25" I.D. AUGER w W U.S.C.S. Soil Classification 3 Standard Penetration Resistances z a 0 10 2 30 40 SO 60 70 80 90 0 -6" Topsoil •. Loose to Very Loose, Tan - Brown -Gray, Silty Fine Sand(SM) SS 07 v • • 05 -- '•'•'• • = S S 03 Loose, Gray, Slightly Silty Fine Sand(SP -SM) with ML seams SS 07 10- SS 10 `ti:.\ Stiff, Gra Yellow -Brown Fine Sand : " Clayey Silt(ML) Y. -•"' ss 411 10 Boring Terminated At 15.0 Feet. Groundwater encountered at 5 feet the time of boring and at 4.0 feet at 3 -days after boring. 20 - SS - Split Spoon Sample 25- 30 1 35- ' 40__ - - - - - GRAVES ► • SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO. 8 - 6 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 49a -85(at MH #23A) - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/09/07 GROUND SURFACE ELEVATION: 130.0' DRILLING METHOD: 2.25" 1.D. AUGER U.S.C.S. Soil Classification Standard Penetration Resistances Z p 0 10 20 30 4 50 60 70 80 90 0-6' Topsoil Firm, Gray, Slightly Clayey, Silty Fine Sand(SM) SS 12 Firm, Gray Fine Sand(SP) 11\ 05 —, SS i s • SS Firm to Very Firm, Gray -White -Tan, Clayey, o _ Silty Fine to Medium Sand(SC) SS 18 i 5 SS 16 • 20'-- - -.. SS 27 Boring Terminated At 20.0 Feet. Groundwater encountered at 5 feet the time of boring and at 4.0 feet at 3 -days after boring. 25 - SS - Split Spoon Sample 30 -- 35- • 40 _ - GRAVES SOIL TEST BORING RECORD ENGINEERINGSERVICES BORING NO. B -7 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 59 +00(East of MH #28A) - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/09/07 GROUND SURFACE ELEVATION: 133.0' DRILLING METHOD: 3.25" 1.D. AUGER Q I g U.S.C.S. Soil Classification Q Standard Penetration Resistances z us c9 3 0 10 20 10 40 50 60 70 8090 0 -6" Topsoil Firm, Tan -Brown to Gray, Silty Fine to Medium Sand(SM) SS 15 Note: 27.9% Passing 200 Sieve on Sample #1. 05 SS 15 :•• Loose, Yellow -Brown -Tan, Clayey, Silty Fine 09 Sand(SC) Ss t o SS 0 9 • `- Firm, Gray - White, Silty Fine Sand(SM) ss , 18 Boring Terminated At 15.0 Feet. Groundwater encountered at 7 feet the time of boring and at 5.0 feet at 3 -days after boring. 20 -- SS — Split Spoon Sample • 25 30-- 35.— t 40 — • GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO. B -8 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 69 +08(at MH #33A) - Richmond Co., Georgia Page 1 of 1 GR AVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/09/07 G ROUND SURFACE ELEVATION: 136.5' DRILLING METHOD: 3.25" I.D. AUGER U.S.C.S. Soil Cl assification Standard Penetration Resistances z 0 10 20 30 40 50 60 70 8090 0 -3" Topsoil Firm, Tan - Brown - Red -Gray, Silty Fine to Coarse Sand(SM) SS 22 05 SS 27 Firm, Gray - Tan -Red, Slightly Silty Fine to r Medium Sand(SP -SM) SS 19 10-- SS 17 Loose, Gray, Slightly Silty Fine to Coarse Sand(SW -SM) 15 _ SS 06 Boring Terminated At 15.0 Feet. Groundwater encountered at 7 feet the time of boring and at 5.0 feet at 3 -days after boring. 20 SS - Split Spoon Sample 25' 3 0 -- 35 40 ._ GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO. B -9 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 79 +00(West of MH #40A) - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/09/07 GROUND SURFACE ELEVATION: 138.0' DRILLING METHOD: 325" LD. AUGER 0. U.S.C.S. Soil Classification Standard Penetration Resistances Z w 0 10 20 30 40 50 60 70 80 90 0 -3" Topsoil Firm to Stiff, Gray - White, Fine to Medium Sandy, Clayey Silt(ML) ss 07 SS 09 Nir Loose, Gray, Silty Fine Sand(SM) SS : oose, Tan -Red -Gray, Slightly Silty Fine to 0 . Medium Sand(SP -SM) sS 15 SS 111 1111111 1111111 Boring Terminated At 15.0 Feet. Groundwater encountered at 7 feet the time of boring and at 6.0 feet at 3 -days after boring. 20 — SS - Split Spoon Sample 25 30- 1111111 35 4 0 _ GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO, B - PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 90 +00(West of MH #45A) - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/12/07 GROUND SURFACE ELEVATION: 139.5' DRILLING METHOD: 3.25" I.D. AUGER a U.S.C.S. Soil Classification c . c0 Standard Penetration Resistances . 0 0 10 20 30 40 50 60 70 80 90 0 -4" Topsoil Loose, Brown -Tan, Clayey, Silty Fine to - Coarse Sand(SC) with gravel SS 09 05 SS 09 • Loose, Brown- Tan -Red, Slightly Silty Fine to Ilm o� :: Coarse Sand(SW -SM) SS Loose, Gray- White, Slightly Silty Fine to SS 05 s 10 — Medium Sand(SM) with ML seams 15 — — SS Il 1111111 09 Boring Terminated At 15.0 Feet. Groundwater encountered at 6 feet the time of boring and at 4.5 feet at 2 -days after boring. 20 SS - Split Spoon Sample 25 30 — 35— 40 0 _. — , GRAVES SOIL TEST BORING RECORD ENGINEERING SEROCES BORING NO. B -11 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 99 +00(West of MH #52A) - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/12/07 GROUND SURFACE ELEVATION: 146.5' DRILLING METHOD: 3.25" I.D. AUGER g U.S.C.S. Soil Classification Standard Penetration Resistances z w 3 0 10 20 30 40 50 60 70 60 90 0 -6" Topsoil Firm, Tan - Brown, Fine to Coarse Sand(SW) ss 12 Note: 3.9% Passing 200 Sieve on Sample #2. os SS 1 ``;�ti`` Stiff, Gray - Tan - White, Fine Sandy, Clayey Silt(ML) 'v 14 5S 1p �y� SS 15 \\ i s\\\\ 1 5 SS o s Boring Terminated At 15.0 Feet. Groundwater encountered at 8 feet the time of boring and at 7.0 feet at 2 -days after boring. 20 SS - Split Spoon Sample 25 — 3 0 -- 35 -- 4 0 _,_ GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO. B -12 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 109 +54(at MH #58A) - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/12/07 GROUND SURFACE ELEVATION: 146.0' DRILLING METHOD: 3.25" I.D. AUGER U.S.C.S. Soil Classification a Standard Penetration Resistances z w c9 3 > 0 10 20 30 40 50 60 70 80 90 0 - 3 " Topsoil Loose to Firm, Tan -Gray, Slightly Silty Fine to SS 11 Medium Sand(SP -SM) 05 ., SS 0 SS_ 10 10 SS 1 2 15 SS 16 20 — -- SS , 13 Boring Terminated At 20.0 Feet. Groundwater encountered at 7 feet the time of boring and at 5.5 feet at 2 -days after boring. 25 SS - Split Spoon Sample 30 35 40 GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO. B -13 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 111 +19(at MH #59A) - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/12/07 GROUND SURFACE ELEVATION: 150.0' DRILLING METHOD: 3.25" I.D. AUGER F S t1 W .S.C.S. Soil Classification 3 Standard Penetration Resistances i 0 10 20 30 40 5 80 70 8090 > 0 -6" Topsoil Firm, Tan - Brown -Red, Clayey, Silty Fine to Medium Sand(SC) SS • 15 05 - SS 17 Firm, Gray -Tan, Fine Sandy, Clayey Silt(ML) '! SS 06 Soft, Dark Grey - Black, Fine Sandy, Clayey 70 Silt(ML) with heavy organics(peat) ss _ � � 04 Firm, Gray -Tan, Fine Sandy, Clayey Silt(ML) �� with clean sand seams 15 - ` , ti SS 06 20 � ss • 06 Boring Terminated At 20.0 Feet. Groundwater encountered at 8.5 feet the time of boring and at 6.0 feet at 2 -days after boring. 25 SS - Split Spoon Sample 30 -- 35 40 GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES I BORING NO. 844 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 120 +00(East of MH #63A) - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/12/07 GROUND SURFACE ELEVATION: 158.0' DRILLING METHOD: 3.25" I.D. AUGER ',x-7 Q J l3 U.S.C.S. Soil Classification 3 q Standard Penetration Resistances z w 0 10 20 30 40 50 60 70.60 90 0 -4" Topsoil :. : : : :. Firm, Tan -Red, Slightly Clayey, Silty Fine to Medium Sand(SM) ss 14 05 SS 16 Firm,Gray- Brown, Clayey, Silty Fine to Medium Sand(SC) with ML seams SS Very Firm, Tan -Gray -Red, Slightly Silty Fine ::;:: to Medium Sand(SP -SM) Ss 11111111 2 ••` Very Stiff, Gray -Tan -Red, Fine Sandy, Clayey Silt(ML) 5 Note: 75.6% Passing 200 Sieve on Sample #6 SS 22 LL =49, PI =20 on Sample #6. .r .... 20 R` . - ss 25 Boring Terminated At 20.0 Feet. No groundwater encountered at the time of boring. Groundwater encountered at 16.0 feet at 2 -days after boring. 25 " - SS - Split Spoon Sample 1111111 30- 35- 1 40 _,,, GRAVES SOIL TEST BORING RECORD ENGINEER!NGSERVICES BORING NO. B -15 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 128+50(East of MH #66A) - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/12/07 GROUND SURFACE ELEVATION: 150.0' DRILLING METHOD: 3.25" I.D. AUGER U.S.C.S. Soil Classification Standard Penetration Resistances Z ❑ 0 10 20 30 40 50 60 70 8050 0 -3" Topsoil : Firm to Loose, Tan -Gray, Slightly Silty Fine to Medium Sand(SP -SM) ss 11 os — SS 09 Firm, Gray -Tan, Fine Sandy, Clayey Silt(ML) SS 08 10 Loose to Firm, Gray -Tan, Silty Fine SS 08 Sand(SM) with ML seams 15 ss 11 Boring Terminated At 15.0 Feet. Groundwater encountered at 13 feet the time of boring and at 12.0 feet at 2 -days after boring. ; 20 SS - Split Spoon Sample 25 30 - P 35 IC I 40 4 GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO. B -16 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 135 +69(Just East of MH #70A) - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/13/07 GROUND SURFACE ELEVATION: 152.0' DRILLING METHOD: 3.25" I.D. AUGER sE U.S.C.S. Soil Classification Standard Penetration Resistances a O 0 10 20 30 40 50 60 70 80 90 0 -4" Topsoil Loose, Gray- Tan- Brown, Very Clayey, silty Fine to Coarse Sand(SC) SS 07 Note: 43.2% Passing 200 Sieve on Sample #2. 05 SS 09 Stiff CO Firm, Brown Gray, Fine Sandy, SS 08 Clayey Silt(ML) 10 --^``\ SS 09 V k. •N 15 ti \• _ SS 06 Boring Terminated At 15.0 Feet. Groundwater encountered at 13 feet the time of boring and at 12.0 feet at 1 -day after boring. 20— SS - Split Spoon Sample 25 — 30- 35— 40_ ' - - - GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES ' r BORING NO. B -17 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 147 +00(East of MH #73A) - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/13/07 GROUND SURFACE ELEVATION: 158.0' DRILLING METHOD: 3.25" I.D. AUGER r U.S.C.S. Soil Classification 3 Standard Penetration Resistances 2 0 0 10 20 30 40 50 60 70 90 0 -6" Topsoil Firm,Tan -Red, Slightly Clayey, Silty Fine to Medium Sand (SM) SS 11 05 _ SS 14 Firm,Tan -Red, Slightly Silty Fine to Medium Sand(SP -SM) SS • a 10 _ _ SS • 14 Boring Terminated At 10.0 Feet. No groundwater encountered at the time of boring or at 1 day after boring. 15- SS - Split Spoon Sample • 20 25 3 0 - 35- 40 GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO. B -18 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 156 +80(West of MH #75A) - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/13/07 GROUND SURFACE ELEVATION: 158.0' DRILLING METHOD: 3.25" I.D. AUGER U.S.C.S. Soil Classification Standard Penetration Resistances z w c.9 3 > 0 1 20 30 40 5 60 70 80 90 0 -6" Topsoil :'•;• Firm,Tan -Red, Slightly Silty Fine to Medium Sand(SP -SM) with gravel SS 16 Note: 10.1% Passing 200 Sieve on Sample #1 os — SS 18 Firm, Gray, Fine to Medium Sand(SP) SS 14 • 10 — _ $S 13 • Boring Terminated At 10.0 Feet. Groundwater encountered at 7 feet the time of boring and at 6.5 feet at 1 -day after boring. 15— SS — Split Spoon Sample 20 -- 25 -- 30- 35-- 40— i i • GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO. B -19 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade 1 LOCATION: Station 162- 50(West of MH #78A) - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/13/07 GROUND SURFACE ELEVATION: 1603' DRILLING METHOD: 3.25" I.D. AUGER ~ a U.S.C.S. Soil Classification 3 Standard Penetration Resistances Z IT' 10 20 30 40 50 60 70 8090 ) 0 -6" Topsoil : '. :• Firrn,Pink -Gray, Very Clayey, Silty Fine Sand (SC) SS 1 >>\V�\ Stiff, Gray - White, Fine Sandy, Clayey \` ;.' Silt(ML) `. :' • * SS 12 :• Firm,Red -Tan, Slightly Silty Fine to Medium : :•:; Sand(SP -SM) Boring Terminated At 10.0 Feet. Groundwater encountered at 8 feet the time of boring and at 6.5 feet at 1 -day after boring. 15— SS - Split Spoon Sample { 1111111 2 0 -- I 1111111 25 — I I 30 — 35— 40 _ GRAVES SOIL TEST BORING RECORD ENGINEERINGSall/ICES BORING NO. B -20 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 167 +60(Just west of MH #80A) - Richmond Co., Ga. Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/13/07 GROUND SURFACE ELEVATION: 162.5' I DRILLING METHOD: 3.25" I.D. AUGER a. h U.S.C.S. Soil Classification Standard Penetration Resistances us 0 0 10 20 30 40 50 60 70 80 90 0 -3" Topsoil `''• Firm, Tan - Brown -Red, Slightly Clayey, Silty Fine to Medium Sand(SM) SS 19 os SS 16 Firm, Gray -Tan, Silty Fine Sand(SM) ss 13 Note; 19.4% Passing 200 Sieve on Sample #4. 10 SS 13 Firm, Tan, Fine to Medium Sand(SP) 15 ''' ._. SS • 13 Boring Terminated At 15.0 Feet. Groundwater encountered at 9 feet the time of boring and at 8.0 feet at 1 -day after boring. 20 SS - Split Spoon Sample 25 ^ 30 --- 35-- 40._ • GRAVES SOIL TEST BORING RECORD ENG!NEER!NGSERVICES 1 BORING NO. B -21 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 168 +50(at MH #81A) - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/13/07 GROUND SURFACE ELEVATION: 164.5' DRILLING METHOD: 3.25" I.D. AUGER W 8 U.S.C.S. S oil Classification S tandard Penetration Resistances z p 0 10 20 30 40 50 60 70 80 90 - :-.\ \ *� 0-18" Topsoil \ ,'\ \ Stiff, Gray-White, Fine Sandy, Clayey Silt(ML) ss • 15 \ Note: 83.2% Passing 200 Sieve on Sample #2. _`' \ SS 15 05 ti, \ ` \ \, \ \ \� Firm, Tan -Gray -Red Fine Sand(SP) ss 12 10 SS 13 ■ 15 _ _, SS 11 Boring Terminated At 15.0 Feet. Groundwater encountered at 13.5 feet the time of boring and at 11.0 feet at 1 -day after boring. zo — SS - Split Spoon Sample 25 . 30 — _ 35— 40 _ i GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO. B -22 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 176 +50(East of MH #84A) - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/13/07 GROUND SURFACE ELEVATION: 170.0' DRILLING METHOD: 3.25" I.D. AUGER CZ • 5.2 F i U.S.C.S. Soil Classification a Standard Penetration Resistances z i O 0 10 20 30 4 5 60 70 80 90 0 -6" Topsoil :•: Firm, Red- Brown -Tan, Slightly Silty Fine to Medium Sand(SP -SM) SS 15 05 SS 19 SS 1s 10\� Stiff, Gray- White -Tan, Fine Sandy, Clayey Silt(ML) SS 14 \ "� ` SS • 13 ■ 15 ` — Firm, Gray, Slightly Silty Fine to Medium : :.: Sand(SP-SM) 20 ..._ SS • 12 Boring Terminated At 20.0 Feet. Groundwater encountered at17.0 feet at the time of boring and at15.5 feet at 1 -day after boring. 25 SS - Split Spoon Sample 30 35 40 _ ,, GRAVES SOIL TEST BORING RECORD EIVGINEERIIVG SERVICES BORING NO. B -23 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 185 +40(at MI-1#88A) - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/13/07 GROUND SURFACE ELEVATION: 173.5' DRILLING METHOD: 3.25" I.D. AUGER 0. U.S.C.S. Soil Classification Standard Penetration Resistances w O 0 10 20 30 40 50 60 70 80 90 0 -3" Topsoil Firm, Tan -Red, Slightly Clayey, Silty Fine to Medium Sand(SM) ss 14 Stiff to Very Stiff, Gray - White, Fine Sandy, Clayey Silt(ML) 05 $$ 15 SS 1s Firm to Very Firm,Gray -Tan, Fine Sand(SP) 10 . SS 23 'v is S 27 SS Loose, Gray, Clayey, Silty Fine Sand(SC) 20 --- — SS , 07 Boring Terminated At 20.0 Feet. Groundwater encountered at 17.0 feet at the time of boring and at14.0 feet at 1 -day after boring. 25 SS - Split Spoon Sample 30 35 • 40 _ GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO. B -24 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 187 +08(at MH #89A) - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/13/07 GROUND SURFACE ELEVATION: 171.5' DRILLING METHOD: 3.25" 1.D. AUGER g U.S.C.S. Soil Classification a Standard Penetration Resistances Z ❑ 0 10 20 30 40 SO 60 70 80 90 0 -3" Topsoil Firm, Tan - Brown, Slightly Silty Fine to Medium Sand(SP -SM) sS 12 05 ` SS 20 Firm to Very Firm, Gray -Tan, Fine to �► ::: Medium Sand(SP) with ML seams SS 18 • 10 — SS 21 \�� Firm, Gray -Tan, Fine Sandy, Clayey Silt(ML) 15 - : \ \` with clean sand seams ss 07 Loose, Gray -Tan, Silty Fine to Medium Sand(SM) 20 -- _ SS • 07 Boring Terminated At 20.0 Feet. Groundwater encountered at 7.0 feet the time of boring and at 6.5 feet at 1 -day after boring. 25 - SS - Split Spoon Sample 30 - 35- 40 GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO. B -25 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 196 +00(East of MH #93A) - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/14/07 GROUND SURFACE ELEVATION: 163.1' DRILLING METHOD: 3.25" I.D. AUGER u iii Soil Classification < Standard Penetration Resistances z 4 w to 3 O 0 10 20 30 40 50 60 70 8090 0 -3" Topsoil Loose,Brown -Tan, Silty Fine to Medium Sand (SM) SS 09 ._ • Very Loose to Loose,Tan -Gray Fine to .. Coarse Sand(SW) with gravel ss 03 SS Stiff, Gray - White, Fine Sandy, Clayey 09 Silt(ML) with sand seams 10 — — SS o s Boring Terminated At 10.0 Feet. Groundwater encountered at 4 feet the time of boring and at 3 feet at 1 -day after boring. 15— SS - Split Spoon Sample 20 — 25 30 — 35— 40 • GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO. B -26 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 206- 1-00(East of MH #97A) - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/14/07 GROUND SURFACE ELEVATION: 166.0' DRILLING METHOD: 3.25" I.D. AUGER O J W a � � U.S.C.S. Soil Classification 3 � � Standard Penetration Resistances Z 0 0 10 20 30 40 50. 60 70 80 90 0 -4" Topsoil Finn, Gray -Tan, Slightly Silty Fine to Coarse Sand(SW -SM) with gravel SS 16 05-- SS 11 Loose, Tan -Gray, Slightly Silty Fine to Medium Sand(SP -SM) SS 08 •• :• : :• : :•. Loose to Firm, Grey, Clayey, Silty Fine to SS 05 10 — Medium Sand(SC) 15 _ .. SS 12 Boring Terminated At 15.0 Feet. Groundwater encountered at 2 feet the time of boring and at 1.5 feet at 1 -day after boring. 20 — SS - Split Spoon Sample ' II 40 • f . GRAVES SOIL TEST BORING RECORD ENGINEERINGSERUICES BORING NO. B -27 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Station 213 +40(Near MH #101A) - Richmond Co., Georgia = Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/14/07 GROUND SURFACE ELEVATION: 168.0' DRILLING METHOD: 3.25" I.D. AUGER g U.S.C.S. Soil Classification Standard Penetration Resistances z W 0 '� > 0 10 20 30 40 50 80 70 80 90 0 -6" 'Topsoil Firm to Loose,Red -Tan, Silty Fine Sand(SM) SS 12 SS 05- = 08 Loose,Gray -Tan, Clayey, Silty Fine to Medium Sand(SC) SS 09 10 SS 09 Boring Terminated At 10.0 Feet. Groundwater encountered at 6 feet the time of boring and at 4.5 feet at 1 -day after boring. 15- SS - Split Spoon Sample 20 f 25 30 - 35- i 40` - - GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO. B -28 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Offset 40 feet north of Station 233 +00 - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/14/07 GROUND SURFACE ELEVATION: 175.0' DRILLING METHOD: 3.25" I.D. AUGER Q U.S.C.S. Soil Classification a Standard Penetration Resistances z w O 0 10 20 30 40 50 6 70 80 90 0 -6" Topsoil Loose,Tan- Brown, Silty Fine to Medium Sand (SM) SS 07 , ` Firm to Soft, Dark Brown-Grey, Fine Sandy, - ` r.,\ Clayey Silt(ML) with organic(peat) layers SS \ \ .\,,,, . \ \ \:\ s ,\\\ \\ SS 03 : . Firm,Gray Fine to Coarse Sand(SW) with gravel 10 — SS 13 _ Boring Terminated At 10.0 Feet. Groundwater encountered at 4 feet the time of boring and at 3 feet at 1 -day after boring. 15` SS - Split Spoon Sample 20 -- - • 25 - 30- 35- - 40 _ , GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO. B -29 PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: Near MH #1 I6A - Richmond Co., Georgia Page 1 of 1 GRAVES PROJECT NO.: G- 071515 DATE COMPLETED: 03/14/07 GROUND SURFACE ELEVATION: 180.0' DRILLING METHOD: 3.25" I.D. AUGER U.S.C.S. Soil Classification a Standard Penetration Resistances z 3 • w c� > Q ,0 10 20 30 4 50 60 70 80 90 0 -3" Topsoil Firm, Tan - Brown, Silty Fine to Medium Sand(SM) ss 16 Firm, Gray -Tan, Slightly Clayey, Silty Fine os -- Sand(SM) ss 13 Note: 26.1% Passing 200 Sieve on Sample #3. ss 11 10 ^..;:; Firm, Red -Tan, Slightly Silty, Fine to Coarse ss 16 Sand(SW -SM) 1 s '' SS 17 Boring Terminated At 15.0 Feet. Groundwater encountered at 8 feet the time of boring and at 7.5 feet at 1 -day after boring. 20 SS — Split Spoon Sample 25 30 — 35— 40 FIELD AND LABORATORY TESTING PROCEDURES SOIL TEST BORINGS Soil sampling and penetration testing were performed in general accordance with ASTM D 1586. The borings were made by mechanically twisting a continuous steel flight hollow stem auger into the soil. At regular intervals, soil samples obtained with a standard 1.4 inch I.D., two inch O.D., split - barrel sampler. The sampler was first seated six inches to penetrate any Ioose cuttings, then driven an additional foot with blows of a 140 -pound hammer falling 30 inches. The number of hammer blows required to drive the sampler the final foot was recorded as the "penetration resistance ". The penetration resistance, when properly evaluated, is an index to the soil strength and foundation supporting capability. Representative portions of the soil samples, obtained from the sampler, were placed in glass jars and transported to our laboratory. In the laboratory, the samples were examined by an engineer to verify the driller's field classifications. Test Boring Records are attached, graphically showing the soil descriptions and penetration resistances. PERCENT FINES For this test, each sample was dried and then washed over a No. 200 sieve. The percentage of soil by weight passing the No. 200 sieve is the "Percent Fines" (the portion of the sample in the silt and clay size range). This test was conducted in general accordance with ASTM D 1140. Materials finer than the number 200 sieve were suspended in water and the grain size distribution computed from the time rate of settlement of the different size particles. These tests were similar to those described by ASTM ID 421 and D 422. The test results are summarized on the enclosed Soil Test Boring Records. LIQUID AND PLASTIC LIMITS Liquid Limit and Plastic Limit tests aid in the classification of the soils and provide an indication of the soil behavior with moisture change. The Plasticity Index is bracketed by the Liquid Limit (LL) and the Plastic Limit (PL). The Liquid Limit is the moisture content at which the soil will flow as a heavy viscous fluid, as determined in accordance with ASTM D 423. The Plastic Limit is the moisture content at which the soil begins to lose its plasticity, as determined in accordance with ASTM ID 424. The data obtained are summarized on the enclosed Soil Test Boring Records. GRA 1220 W. Wheeler Parkway Suite F ENGINEERING SERVICES, INC. Augusta, GA 30909 (706) 651 -9922 August 8, 2007 W.R. Toole Engineers, Inc. P.O. Box 600 Augusta, Georgia 30903 ATTENTION: Mr. Tom Dunaway SUBJECT: Addendum to Report of Geotechnical Exploration East Butler Creek Sanitary Sewer Interceptor Upgrade Richmond County, Georgia Graves Engineering Project No. G- 071515A Gentlemen: Graves Engineering Services, Inc. is pleased to submit this addendum to our report of our exploration services for the proposed project. Our additional services were provided in accordance with your verbal authorization. The project consists of the East Butler Creek Sanitary Sewer Interceptor Upgrade project in Richmond County, Georgia. Graves Engineering recently conducted a geotechnical exploration for the subject project. The results of our geotechnical exploration are contained in our report no. G- 07515, dated April 3, 2007. We understand that the section of the sewer line near the existing sewage treatment plant located on Doug Barnard Parkway has been realigned to the north. An additional boring was requested in this area due to the nature of the boring and jacking operations for the Doug Barnard Parkway crossing. Extensive excavation (20 -21' deep) is required very near the roadway for connection to an existing sewer line. We understand that vertical trench stabilization measures will be provided by sheet piling or other approved methods. The new route is shown on preliminary plan drawings prepared by and provided to us by W.R. Toole Engineers, Inc.. This area of the new route had not been surveyed at the time of our field work. The subsurface conditions were explored with one additional soil test boring drilled according to the procedures presented in the appendix. The boring location and depth were selected by Graves Engineering and are indicated by station and manhole number on the attached boring records(no boring map provided). The actual field boring locations were determined by our engineer by taped distances from existing site features. Boring elevations were obtained by interpolation between contours on the drawing provided to us. The boring location and elevation shown in the appendix should be considered accurate only to the degree implied by the method used. I W.R. Toole Engineers, Inc. August 8, 2007 -Page 2- The soil test boring revealed a subsurface profile generally consistent with those encountered previously(consisting of typical coastal plain deposits of interbedded sands and clayey silts). These soils were encountered to the boring termination depth. The surficial layer consisted of a sandy organic topsoil. The surficial layer was encountered to a depth of 6 inches below the ground surface. The coastal plain soils typically consisted of sands with varying fine grained particle content(SW to SC) interbedded with fine grained clayey silts. The sandy soils were generally loose to very firm in 1 consistency with standard penetration resistance's ranging from 8 to 21 blows per foot. The coastal plain clayey silts were recorded to be generally stiff to very stiff in consistency with standard penetration resistance's of 9 to 22 blows per foot recorded. Groundwater was encountered in the boring at a depth 16.0 feet at one day after drilling. In silty sands ( the water levels can usually be determined accurately near the time of drilling. In fine grained soils and clayey sands, it may take several days for water levels to stabilize. In addition, fluctuations in the groundwater level can occur due to variations in rainfall, evaporation, construction activity, surface runoff, and other site specific factors. The highest groundwater levels are generally encountered in early spring and the lowest in late summer. We have reviewed our original report recommendations and feel they are applicable to this location also. We anticipate that construction water control per our original report will be required at this location. We will be happy to discuss our recommendations with you and would welcome the opportunity to provide the additional studies or services necessary to complete this project. We appreciate the opportunity to provide our professional services and look forward to working with you on the remainder of this project and on future projects. If you have any questions concerning this report or wish to have further discussions, please contact us at (706) 651 -9922. Respectfully Submitted, GRAVES NGINEERING SERVICES; .INC. „/ I i { .` '0 Le ` k z j `0 Richard W. Swanson, P.E. V uf. it Principal Engin / Preside .:, _NOr�.c: '' Ga. Registration No. 22223 w - 9A; Attachments: Additional Test Boring Record Field and Laboratory Testing Procedures . . GRAVES SOIL TEST BORING RECORD ENGINEERING SERVICES BORING NO. B - PROJECT: East Butler Creek Sanitary Sewer Interceptor Upgrade LOCATION: New Station 11 +35 - Near MH #1 la - West Side of Doug Barnard Page 1 of 1 GRAVES PROJECT NO.: G- 071515 • DATE COMPLETED: 07131/07 GROUND SURFACE ELEVATION: 129.0' [ DRILLING METHOD: 3.25" I.D. AUGER W U.S.C.S. Soil Classification 3 Standard Penetration Resistances z O 0 10 20 30 40 50 60 70 90 90 0 -6" Topsoil Very Firm,Gray- Tan - Brown, Clayey, Silty Fine to Medium Sand(SC) SS • 21 — Very Stiff to Stiff, Gray -Tan, Fine Sandy, 05 Clayey Silt(ML) SS / - 22 • SS 13 10 SS 09 Firm, Gray, Slightly Silty Fine to Coarse 15 Sand(SW -SM) with thin SC seams SS 14 Note: 5.2% Passing 200 Sieve on Sample #5. 20 SS , 11 j i F Gray, Fine to Coarse Sand(SW) 25 SS 15 Firm, Tan - Brown -Gray -Red, Silty Fine to 30 . Coarse Sand(SM) with thin SC seams SS 15 ::::„:„...., Note: 18.3% Passing 200 Sieve on Sample #8. Loose to Firm, Tan - Brown, Fine to .__. 3s Coarse Sand(SW) SS _ 08 Boring Terminated At 40.0 Feet. f Groundwater encountered at18.0 feet at the P. time of boring and at 16.0 feet at 1 -day after li ! ,t, 40 boring. — _ SS ii . .. - - 11 FIELD AND LABORATORY TESTING PROCEDURES I i SOIL TEST BORINGS Soil sampling and penetration testing were performed in general accordance with ASTM D 1586. { The borings were made by mechanically twisting a continuous steel flight hollow stem auger into the soil. At regular intervals, soil samples obtained with a standard 1.4 inch I.D., two inch O.D., split- barrel sampler. The sampler was first seated six inches to penetrate any loose cuttings, then driven an additional foot with blows of a 140 -pound hammer falling 30 inches. The number of hammer blows required to drive the sampler the final foot was recorded as the "penetration resistance ". The penetration resistance, when properly evaluated, is an index to the soil strength and foundation supporting capability. Representative portions of the soil samples, obtained from the sampler, were placed in glass jars and transported to our laboratory. In the laboratory, the samples were examined by an engineer to verify the driller's field classifications. Test Boring Records are attached, graphically showing the soil descriptions and penetration resistances. PERCENT FINES For this test, each sample was dried and then washed over a No. 200 sieve. The percentage of soil by weight passing the No. 200 sieve is the "Percent Fines" (the portion of the sample in the silt and clay size range). This test was conducted in general accordance with ASTM D 1140. Materials finer than the number 200 sieve were suspended in water and the grain size distribution computed from the time rate of settlement of the different size particles. These tests were similar to those described by ASTM D 421 and D 422. The test results are summarized on the enclosed Soil Test Boring Records. . ► . { AUGUSTA- RICHMOND COUNTY GEORGIA COUNTY, DOES NOT OPERATE A DBE, MBE OR WBE PROGRAM BUT RATHER PURSUANT TO ITS CODE OF ORDINANCES, THIS LOCAL GOVERNMENT OPERATES INSTEAD, A LOCAL SMALL BUSINESS OPPORTUNITY PROGRAM. RAM. ANY LANGUAGE INCLUDED HEREIN THAT VIOLATES OR IS INCONSISTENT WITH THE MARCH 14, 2007 COURT ORDER IN THE CASE, THOMPSON WRECKING, INC. V. AUGUSTA, GEORGIA, CIVIL ACTION NO. 1:07 -CV -019, IS VOIDABLE BY THE AUGUSTA, GEORGIA GOVERNMENT. GEORGIA DEPARTMENT OF NATURAL RESOURCES ENVIRONMENTAL PROTECTION DIVISION SUPPLEMENTAL GENERAL CONDITIONS FOR FEDERALLY ASSISTED STATE REVOLVING LOAN FUND CONSTRUCTION CONTRACTS December 1, 2008 Following is the standard language that must be incorporated into construction contract documents and in all solicitations for offers and bids for all construction contracts or subcontracts in excess of $10,000 to be funded by the Federally- assisted State Revolving Fund in the State of Georgia. The requirements in these Supplemental General Conditions shall not relieve the participants in this project of responsibility to meet any requirements of other portions of this construction contract or of other agencies, whether these other requirements are more or less stringent. The requirements in these Supplemental General Conditions must be satisfied in order for work to be funded with the State Revolving Fund. EPD -1 TABLE OF CONTENTS instructions & General Requirements 3 DBE Compliance Form 4 Certification Regarding Equal Employment Opportunity 6 Certification Regarding Debarment, Suspension, & Other Responsible Matters 7 EPA Form 6100 -2 DBE Subcontractor Participation Form 8 EPA Form 6100 -3 DBE Subcontractor Performance Form 9 EPA Form 6100 -4 DBE Subcontractor Utilization Form 10 Six Good Faith Efforts 11 Resources for Identifying DBE Subcontractors 12 Changes to Approved Subcontractors Form 13 DBE Semiannual Report Form 14 Special Provisions 15 Equal Employment Opportunity (EEO) Notice 16 Construction Contract Specifications (Executive Order 11246) 17 Davis Bacon and Related Acts 20 Wage Rate Determination 25 EPD -2 INSTRUCTIONS & GENERAL REQUIREMENTS 't is the policy of the State Revolving Loan Fund (SRF) to promote a "fair share" of subagreement awards to small, minority, and women -owned businesses for equipment, supplies, construction, and services. Compliance with these contract provisions is required in order for project costs to be eligible for SRF funding. The "fair share" objective is a goal, not a quota. Failure on the part of the apparent successful bidder to submit required information to the loan recipient (Owner) may be considered by the Owner in evaluating whether the bidder is responsive to bid requirements. The Prime Contractor must submit the following items to the Owner: 1) DBE Compliance Form. The Owner must submit this information to the Georgia Environmental Protection Division (EPD) to demonstrate compliance with the DBE requirements. EPD concurrence is recommended prior to award of the construction contract and is required prior to commencement of any SRF- funded construction. (Pages EPD -4 &5) 2) Certification Regarding Equal Employment Opportunity. This form is required for the prime contractor and for all subcontractors. The prime contractor's form should be submitted with the DBE Compliance Form and the subcontractors' forms should be submitted as the subcontracts are executed. (Page EPD -6) 3) Certification Regarding Debarment, Suspension, & Other Responsible Matters. This form is required for the prime contractor and for all subcontractors. The prime contractor's form should be submitted with the DBE Compliance Form and the subcontractors' forms should be submitted as the subcontracts are executed. (Page EPD -7) 4) EPA Form 6100 -2 DBE Subcontractor Participation Form. This form gives a DBE subcontractor the opportunity to describe the work the DBE subcontractor received from the prime contractor, how much the DBE subcontractor was paid, and any other concerns the DBE subcontractor might have. The prime contractor must provide this form to each DBE subcontractor for the DBE subcontractor's submittal to EPD's DBE Coordinator (to be forwarded to EPA's DBE Coordinator). (Page EPD -8) 5) EPA Form 6100 -3 DBE Subcontractor Performance Form. This form captures an intended DBE subcontractor's description of work to be performed for the prime contractor and the price of the work. This form is to be provided by the prime contractor to each DBE subcontractor and submitted with the DBE Compliance Form. (Page EPD -9) 6) EPA Form 6100 -4 DBE Subcontractor Utilization Form. This form captures the prime contractor's intended use of an identified DBE subcontractor and the estimated dollar amount of the work. This form is to be completed by the prime contractor and submitted with the DBE Compliance Form. (Page EPD -10) 7) Changes to Subcontractors Form. If any changes, substitutions, or additions are proposed to the subcontractors included in previous EPD concurrences, the Owner must submit this information to EPD for prior concurrence in order for the affected subcontract work to be eligible for SRF funding. (Page EPD -13) 8) DBE Semiannual Report. The Owner must submit this information to the EPD no later than the 15 day of the month following the reporting period (October — March, April— December). (Page EPD -14) 9) Certified Payrolls. These should be submitted to the Owner at least monthly for the prime contractor and all subcontractors. The Owner must maintain payroll records and make these available for inspection. The Owner must submit this information for EPD review and concurrence to: Georgia Environmental Protection Division Engineering & Technical Support Program Attention: Gaynell Hill, DBE Coordinator 4220 International Parkway, Suite 101 Atlanta, Georgia 30354 (404) 362 -2629; (404) 675 -6246 (fax) gaynell_hill @dnr.state.ga.us EPD -3 DBE COMPLIANCE FORM PLEASE NOTE: ALL INFORMATION OUTLINED ON THIS FORM IS REQUIRED FOR DBE COMPLIANCE. THE PROPOSED PRIME CONTRACTOR AND OWNER SHOULD ENSURE THAT THIS INFORMATION IS COMPLETE PRIOR TO SUBMITTAL. Loan Recipient: SRF Loan Number: CERTIFICATIONS: I certify that the information submitted on and with this form is true and accurate and that this firm has met and will continue to meet the conditions of this construction contract regarding DBE solicitation and utilization. I further certify that criteria used in selecting subcontractors and suppliers were applied equally to all potential participants and that EPA Forms 6100 -2 and 6100 -3 were distributed to all DBE subcontractors. Date (Prime Contractor signature) (Printed name and title) I certify that I have reviewed the information submitted on and with this form and that it meets the requirements of the Owner's State Revolving Fund loan contract. Date (Signature of Owner or Owner's representative) (Printed name and title) GENERAL INFORMATION: Owner contact: Owner phone number /email: Consulting engineer contact: Consulting engineer phone number /email: Proposed prime contractor: Prime contractor contact: Prime contractor phone number /email: Proposed prime contract amount: $ Proposed total DBE /MBE participation: $ Percentage: % Goal: 13.7% Proposed total WBE participation: $ Percentage: % Goal: 7.0% CONTINUED ON NEXT PAGE EPD-4 Please submit the following with the DBE COMPLIANCE FORM: (1) List of all committed and uncommitted subcontractors by trade, including company name, address, telephone number, contact person, dollar amount of subcontract, and DBE /MBE/WBE status. Indicate in writing if no solicitations were made because the contractor intends to use only its own forces to accomplish the work. (2) Proof of certification by EPA, SBA, DOT (or by state, local, Tribal, or private entities whose certification criteria match EPA's) for each subcontractor listed as a DBE, MBE, or WBE. (3) Documentation of solicitation effort for prospective DBE firms, such as fax confirmation sheets, copies of solicitation letters /emails, printout of the online solicitations, printouts of online search results, affidavits of publication in newspapers, etc. The prime contractor is strongly encouraged to follow up each written, fax, or email solicitation with at least 1 logged phone call. Whenever possible, post solicitation for bids or proposals for a minimum of 30 calendar days before the bid or proposal dosing date. (4) Justification for not selecting a certified DBE subcontractor that submitted a low bid for any subcontract area. (5) Certification By Proposed Prime Contractor or Subcontractor Regarding Equal Employment Opportunity. (EPD -6) (6) Certification By Proposed Prime or Subcontractor Regarding Debarment, Suspension, and Other Responsible - Mutters. (EPD -7) (7) EPA Form 6100 -3 DBE Subcontractor Performance Form for all DBE subcontracts. (EPD -9) (8) EPA Form 6100 -4 DBE Subcontractor Utilization Form for all DBE subcontracts. (EPD -10) END OF DBE COMPLIANCE FORM EPD -5 CERTIFICATION BY PROPOSED PRIME CONTRACTOR OR SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY This certification is required pursuant to Executive Order 11246, Part II, Section 203 (b), (30 F.R. 12319 -25). Any bidder or prospective prime contractor, or any of the proposed subcontractors, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due under applicable instructions. Where the certification indicated that the prime or subcontractor has not filed a compliance report due under applicable instruction, such contractor shall be required to submit a compliance report. (1) Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. YES NO (2) Compliance Reports were required to be filed in connection with such contract or subcontract. YES NO (If YES, state what reports were filed and with what agency.) (3) Bidder has filed all compliance reports due under applicable instructions, including SF -100 (EEO -1 Report). YES - NO (If NO, please explain in detail.) .'he information above is true and complete to the best of my knowledge and belief. (A willfully false statement is punishable by law — U.S. Code, Title 18, Section 1001.) PRINTED NAME & TITLE OF AUTHORIZED REPRESENTATIVE OF CONTRACTOR OR SUBCONTRACTOR SIGNATURE OF AUTHORIZED REPRESENTATIVE DATE EPD -6 CERTIFICATION BY PROPOSED PRIME CONTRACTOR OR SUBCONTRACTOR REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBLE MATTERS Under Executive Order 12549 individuals or organizations debarred from participation in Federal Assistance Programs may not receive an assistance award under federal program or sub - agreement there under for $25,000 or more. Accordingly each recipient of a State loan or a contract (engineering or construction) awarded under a loan must complete the following certification (see 40 CFR 32.510). The prospective participant certifies to the best of its knowledge and belief that it and its principals; (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency. (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicated for or otherwise criminally or civilly charged by a government entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1) (b) of this certification; and (d) Have not within a three year period preceding this application /proposal had one or more public transactions (Federal, State or local) terminated for cause of default. ' understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award. (A willfully false statement is punishable by law — U.S. Code, Title 18, Section 1001.) PRINTED NAME & TITLE OF AUTHORIZED REPRESENTATIVE OF CONTRACTOR OR SUBCONTRACTOR SIGNATURE OF AUTHORIZED REPRESENTATIVE DATE I am unable to certify to the above statements. My explanation is as follows: EPD -7 OMB Control No: 2090 -0030 Approved: 05/01/2008 Art Approval Expires: 01/31/2011 U: Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Participation Form NAME OF SUBCONTRACTOR' PROJECT NAME ADDRESS CONTRACT NO. TELEPHONE NO. EMAIL ADDRESS PRIME CONTRACTOR NAME Please use the space below to report any concerns regarding the above EPA - funded project (e.g., reason for termination by prime contractor, late payment, etc.). AMOUNT CONTRACT ITEM OF WORK OR DESCRIPTION OF SERVICES RECEIVED FROM SUBCONTRACTOR ITEM NO. THE PRIME CONTRACTOR WAS PAID BY PRIME CONTRACTOR Subcontractor Signature Title /Date 'Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100 -2 (DBE Subcontractor Participation Form) EPD -8 OMB Control No: 2090 -0030 Approved: 05/01/2008 Approval Expires: 01/31/2011 r Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form NAME OF SUBCONTRACTORS PROJECT NAME ADDRESS BID/PROPOSAL NO. TELEPHONE NO. E -MAIL ADDRESS PRIME CONTRACTOR NAME CONTRACT ITEM OF WORK OR DESCRIPTION OF SERVICES BID TO PRICE OF WORK ITEM NO. PRIME SUBMITTED TO PRIME CONTRACTOR Currently certified as an MBE or WBE under EPA's DBE Program? Yes No Signature of Prime Contractor Date Print Name Title Signature of Subcontractor Date Print Name Title 'Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100 -3 (DBE Subcontractor Performance Form) EPD -9 OMB Control No: 2090 -0030 Approved: 05/01/2008 Approval Expires: 01/31/2011 Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form BID/PROPOSAL NO. PROJECT NAME NAME OF PRIME BIDDER/PROPOSER E -MAIL ADDRESS ADDRESS TELEPHONE NO. I FAX NO. The following subcontractorsi will be used on this project: COMPANY NAME, ADDRESS, PHONE TYPE OF WORK TO BE ESTIMATE CURRENTLY NUMBER, AND E -MAIL ADDRESS PERFORMED DOLLAR CERTIFIED AMOUNT AS AN MBE OR WBE? I certify under penalty of perjury that the forgoing statements are true and correct. In the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302(c). Signature of Prime Contractor Date Print Name Title 'Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100 -4 (DBE Subcontractor Utilization Form) EPD -10 SIX GOOD FAITH EFORTS These good faith efforts are required methods to ensure that DBEs have the opportunity to compete for procurements funded by EPA financial assistance dollars. Such good faith efforts are described as follows: 1. Ensure DBEs are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities. This will include placing DBEs on solicitation lists and soliciting them whenever there are potential sources. 2. Make information on forthcoming opportunities available to DBEs and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process. This includes, whenever possible, posting solicitation for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date. 3. Consider in the contracting process whether firms competing for large contracts could subcontract with DBEs. This will indude dividing total requirements when economically feasible into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process. 4. Encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually. 5. Use the resources, services, and assistance of the Department of Transportation (DOT), Small Business Administration (SBA), and the Minority Business Development Agency of the Department of Commerce (MBDA). 6. If the Contractor awards subcontracts, it must take the steps described in items (1) through (5) listed above. Please note that DBEs, MBEs, and WBEs must be certified by EPA, SBA, or DOT (or by state, local, Tribal, or private entities whose certification criteria match EPA's). DBEs must be certified in order to be counted toward the recipient's MBE/WBE accomplishments. Depending upon the certifying agency, a DBE may be classified as a DBE, a Minority Business Enterprise (MBE), or a Women's Business Enterprise (WBE). he documentation of these good faith solicitation efforts must be detailed in order to allow for satisfactory review. Such documentation might include fax confirmation sheets, copies of solicitation letters /emails, printouts of the online solicitations, printouts of online search results, affidavits of publication in newspapers, etc. The prime contractor is strongly encouraged to follow up each written, fax, or email solicitation with at least 1 logged phone call. The prime contractor must employ the Six Good Faith Efforts to subcontract with DBEs, even if the prime contractor has achieved its fair share objectives. If a DBE subcontractor fails to complete work under the subcontract for any reason, the prime contractor must notify the Owner in writing prior to any termination and must employ the six good faith efforts described above if using a replacement subcontractor. Any proposed changes from an approved DBE subcontractor must be reported to the Owner and to EPD on the Changes to Approved Subcontractors Form prior to initiation of the action. EPA Forms Nos. 6100 -3 and 6100 -4 must also be submitted to EPD for new DBE subcontracts. EPD -11 RESOURCES FOR IDENTIFYING DBE SUBCONTRACTORS Resources for identifying DBE subcontractors to directly solicit include the following: • Georgia Department of Transportation (GDOT) http: / /tomcat2. dot. state .g_a.us /ContractsAdministration /uploads /rptDBE Directory CA New.pdf (404) 656 -5323 • U.S. Small Business Administration (SBA) http: / /dsbs.sba.gov /dsbs /search /dsp dsbs.cfm • Department of Commerce Minority Business Development Agency (MBDA) http: / /www.ccr.gov • National Association of Minority Contractors (NAMC) http://www.namc-atl.orq Online resources to advertise subcontract opportunities include the following: • U.S. Small Business Administration's SUB -Net (SUB -Net) http://web.sba.gov/subnet (888) 227 -2432 • Department of Commerce Minority Business Development Agency (MBDA) http: / /www.mbda.gov Minority newspapers in Georgia can be used to advertise for subcontract opportunities. They include, but are not limited to, the following: • Atlanta Tribune http: / /www.atlantatribune.com • Savannah Tribune http: / /savannahtribune.com • Georgia Latino News http: / /galatinonews.com • Augusta Chronicle http: / /chronicle.auqusta.com NOTES: (1) The prime contractor shall use the necessary resources to identify and directly solicit no less than 3 certified DBE /MBE firms and 3 WBE firms to bid in each expected subcontract area. If a diligent and documented search of GDOT, SBA, and MBDA directories does not identify 3 potential certified DBE /MBE firms and 3 potential certified WBE firms, then the prime contractor shall post an advertisement in at least 1 of the other online or print resources. Whenever possible, post solicitation forbids or proposals fora minimum of 30 calendar days before the bid or proposal closing date. (2) Expenditures to a DBE that acts merely as a broker or passive conduit of funds, without performing, managing, or supervising the work of its subcontract in a manner consistent with normal business practices may not be counted. (3) The prime contractor should attempt to identify and first solicit DBEs in the geographic proximity of the project before soliciting those located farther away. (4) In addition, you may contact EPD's DBE Coordinator, Gaynell Hill, at (404) 362 -2629 for assistance. EPD -12 CHANGES TO SUBCONTRACTORS FORM Loan Recipient: SRF Loan Number: CERTIFICATIONS: 1 certify that the information submitted on and with this form is true and accurate and that this firm has met and will continue to meet the conditions of this construction contract regarding DBE solicitation and utilization. 1 further certify that criteria used in selecting subcontractors and suppliers were applied equally to all potential participants. Date (Prime Contractor signature) (Printed name and title) I certify that I have reviewed the information submitted on and with this form and that it meets the requirements of the Owner's State Revolving Fund loan contract. Date (Signature of Owner or Owner's representative) (Printed name and title) GENERAL INFORMATION: 1) If an approved subcontractor is terminated or replaced, please identify this company and briefly state reason. (2) For new or additional subcontractors, list name, trade, address, telephone number, contact person, dollar amount of subcontract, and DBE status. (3) Attach proof of certification by EPA, SBA, DOT (or by state, local, Tribal, or private entities whose certification criteria match EPA's) for each subcontractor listed as a DBE, MBE, or WBE. (4) Attach documentation of solicitation effort for prospective DBE firms, such as fax confirmation sheets, copies of solicitation letters /emails, printouts of the online solicitations, printouts of online search results, affidavits of publication in newspapers, etc. The prime contractor is strongly encouraged to follow up each solicitation with at least 1 logged phone call. Whenever possible, post solicitation for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date. '5) Provide justification for not selecting a certified DBE subcontractor that submitted a low bid for any subcontract area. END OF DBE CHANGES TO SUBCONTRACTORS FORM EPD -13 DBE SEMIANNUAL REPORT FORM This form must be completed by recipients of federal financial assistance for procurement of supplies, equipment, construction or services. SRF loan recipients are required to submit this report to EPD by the 15th of the month following the period ended. SEMIANNUAL REPORT FORM 1. YEAR 2. REPORTING PERIOD (Check appropriate box) ❑ (October- March) ❑ (April- September) 3. DEPARTMENT OF NATURAL RESOURCES 4. LOAN RECIPIENT (Name, Address and Telephone) ENVIRONMENTAL PROTECTION DIVISION ATTENTION: DBE COORDINATOR 4220 INTERNATIONAL PARKWAY, SUITE 101 ATLANTA, GEORGIA 30354 TELEPHONE NUMBER (404) 362 -2629 FAX (404) 675 -6246 5. LOAN RECIPIENT (OWNER) PHONE: 6. TYPE OF FEDERAL FINANCIAL 7. SRF LOAN NUMBER REPORTING CONTACT ASSISTANCE PROGRAM (Check one) CWSRF DWSRF 8. TOTAL CONSTRUCTION CONTRACT AMOUNT 9. ACTUAL DOLLAR AMOUNT PAIDTO MBE/WBE SUBCONTRACTORS THIS PERIOD $ MBE $ WBE NEGATIVE REPORT ($0) 10. RECIPIENT'S MBE/WBE GOALS 11. TOTAL DOLLARS SPENT THIS PERIOD MBE $ WBE $ MBE 13.7 % WBE 7.0 % NON MBE/WBE $ TOTAL $ 12. NAME & TITLE OF AUTHORIZED 13. SIGNATURE OF AUTHORIZED 14. DATE REPRESENTATIVE OF LOAN RECIPIENT REPRESENTATIVE OF LOAN RECIPIENT. (OWNER). MBE/WBE PAYMENTS MADE DURING PERIOD NAME & ADDRESS of DBE (SUB)CONTRACTOR (indicate if MBE or WBE firm) TOTAL DOLLAR AMOUNT PAID & DATE PAID $ DATE EPD -14 SPECIAL PROVISIONS (a) The prime contractor is required to pay its subcontractors no more than 30 days from the prime contractor's receipt of payment from the Owner. (b) Sewer line and water line crossing of all roads and streets shall be done in accordance with the Georgia Department of Transportation (D.O.T.) Policies and Procedures and must comply with the Ga. D.O.T. Standard Specifications, Construction of Roads and Bridges, 1993 Edition. (c) Construction shall be carried out so as to prevent bypassing of wastewater flow and to prevent interruption of drinking water treatment during construction. EPD must receive written notification prior to any reduction in the level of treatment and must approve all temporary modifications to the treatment process prior to the activity. (d) The Manual for Erosion and Sediment Control in Georgia shall be used for erosion and sediment control on the construction site. The owner shall obtain a land disturbing activity permit before commencing construction. Erosion and sedimentation control measures shall be installed prior to initiation of construction activity to minimize silt and soil erosion during construction. Disturbed areas shall be restored to original or better condition. (e) Use of Chemicals: All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer reactant or of other classification, must show approval of either EPA or USDA. Use of all such chemicals and disposal of residues shall be in conformance with instructions. (f) It is the duty of the Contractor, the Owner and the Engineer to insure the construction of the project, including the letting of contracts in connection therewith, shall comply with all applicable laws and regulations and requirements of the United States of America or any agency thereof, the State of Georgia or any agency thereof, territorial, or any local government laws or political subdivision and ordnances to the extend that such requirements do not conflict with Federal laws and this subchapter. (g) EPD, EPA, and GEFA shall have access to the site and the project work at all times to monitor loan contract compliance and for audit purposes. BONDS AND INSURANCE Bonding requirements for Contracts of $100,000 or less are contained in the General Conditions. Bond requirements of contracts in excess of $100,000 are: 1. Bid guarantee equivalent to five percent of the bid price. The bid guarantee shall consist of a firm commitment such as a certified check or bid bond submitted with the bid. 2. Performance bond equal to 100 percent of the contract price and; 3. Payment bond equal to 100 percent of the contract price. Bonds must be obtained from companies holding Certificates of Authority as acceptable sureties, issued by the U.S. Treasury. Insurance requirements are contained in the General Conditions. In addition to the insurance required, the owner or the contractor, as appropriate, must acquire any flood insurance made available by the Federal Emergency Management Agency as required by 40 CFR 30.600 (b), if construction will take place in a flood hazard area identified by the Federal Emergency Management Agency. The Owner's requirements on Flood Insurance are contained in the Special Conditions Section of the Contract Documents. SPECIAL NOTICE TO BIDDERS By the submission of this bid, each bidder acknowledges that he understands and agrees to be bound by the equal opportunity requirements of EPA regulations (40 CFR Part 8, particularly Section 8.4 (b)), which shall be applicable throughout the performance of work under any contract awarded pursuant to this solicitation. Each bidder agrees that if awarded a contract, it will similarly bind contractually each subcontractor. In implementation of the foregoing policies, each bidder further understands and agrees that if awarded a contract, it must engage in affirmative action directed at promoting and ensuring equal employment opportunity in the workforce used under the contract (and that it must require contractually the same effort of all subcontractors whose subcontracts 'xceed $10,000.00). The bidder understands and agrees that "affirmative action" as used herein shall constitute a good faith effort . achieve and maintain minority employment in each trade in the on -site workforce used on the project. EPD -15 EQUAL EMPLOYMENT OPPORTUNITY NOTICE NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL OPPORTUNITY (EXECUTIVE ORDER 11256) 1. The Offeror's or Bidder's attention is called to the Equal Opportunity Clause which is included in the nondiscrimination Provision and Labor Standards, EPA Form 5720 -4 and the Standard Federal Equal Employment Opportunity (EEO) Construction Contract Specifications set forth herein. 2. The goals for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Goals for minority participation for each trade 13.7% Goals for female participation for each trade 7.0% (Insert goals for each year) (Insert goals for each year) These goals are applicable to all the Contractor's construction work (whether or not it is Federal or Federally assisted) performed in the covered area. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60 -4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minority and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractors is goals shall be a violation to the contract, the Executive Order and the regulations in 41 CFR Part 60 -4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Environmental Protection Division, Engineering and Technical Support Program within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area which the contract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the "covered area" is (insert description of the geographical area where the contract is to be performed giving the state, county and city, if any). EPD -16 Construction Contract Specifications (Executive Order 11246) EEO Specifications: 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Program, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form, 941. d. "Minority" includes: (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7(a) through (p) of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. The Contractor is expected to make substantially uniform progress toward its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications. Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the non - working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as EPD -17 extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the ContractorOs obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizationsE responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off -the- street applicant and minority or female referral from a with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore, along with whatever actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the ContractorDs efforts to meet is obligations. e. Develop on- the -job training opportunities and /or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trained programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources complied under 7(b) above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on -site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60 -3. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. EPD -18 n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations 7(a) through (p). The efforts of a contractor association, joint contractor - union, contractor - community, or other similar group of which the contractor is a member and participant may be asserted as fulfilling any one or more of its obligations under 7(a) through (p) of these Specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non - minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specification, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60 -4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation, if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). EPD -19 Davis -Bacon and Related Acts Labor Standards Provisions for Federally Assisted Contracts Wage Rates are county specific for Heavy Construction and can be found at: http:/ /www.qpo.gov /davisbacon /ga.html Section 5.5 Contract provisions and related matters. (a) The Administrator of the U.S. Environmental Protection Agency (EPA) requires the contracting officer to insert in full in any contract in excess of $2,000 which is entered into for the actual construction, alteration and /or repair, including painting and decorating, of a public building or public work, or building or work financed in whole or in part from Federal funds or in accordance with guarantees of the EPA or financed from funds obtained by pledge of any contract of a Federal agency to make a loan, grant, or annual contribution and which is subject to the labor standards provisions of any of the acts listed in section 5.1, the following clauses: (1) Minimum wages. (I) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not Tess often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at the time of payment computed at rates not Tess than those contained in the wage determination of the Secretary of Labor which attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1 (b) (2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a) (1) (iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage letermination for the classification of work actually performed, without regard to skill, except as provided in section 5.5 (a). (4). . aborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (a) (1) (ii) of this section) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii) (A) The contracting officer shall require that any class of laborers or mechanics including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The classification is utilized in the area by the construction industry; and (2) Except with respect to helpers as defined in 29 CFR 5.2 (n) (4), the work be performed by the classification requested is not performed by a classification in the wage determination; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (4) With respect to helpers as defined in 29 CFR 5.2 (n) (4), such a classification prevails in the area in which the work is performed. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration (W &H, ESA), U.S. Department of Labor, Washington, DC 20210. The Administrator W &H, ESA, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215- 0140.) (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the EPD -20 recommendation of the contracting officer, to the Administrator W &H, ESA for determination. The Administrator W &H, ESA, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215 - 0140.) (D) The wage rate (including fringe benefits where appropriate) determination pursuant to subparagraphs (1) (B) or (C) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reason anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for meeting the obligations under the plan or program. (Approved by the Office of Management and Budget under OMB control number 1225 - 0140.) (2) Withholding. The EPA shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federal assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the EPA may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and Basic Records. (I) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and Social Security Number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash 'quivalents thereof of the types described in section 1 (b) (2) (B) of the Davis -Bacon Act), daily and weekly number of hours ,vorked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a) (1) (iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1 (b) (2) (B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB control 1215 -0140 and 1215 - 0017.) (ii) (A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the owner. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5.5 (a) (3) (I) of regulations, 29 CFR Part 5. This information may be submitted in any form desired. Optional Form 347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029 - 005 - 00014 -1), U.S. Govemment Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB control number 1215 - 0149.) (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under section 5.5 (a) (3) (I) of 29 CFR Part 5 and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other then permissible deductions as set forth in Regulations, 29 CFR Part 3; EPD -21 (3) That each laborer or mechanic has been paid not Tess than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form 347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a) (3) (ii) (B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (a) (3) (I) of this section available for inspection, copying, or transcription by authorized representatives of the U.S. EPA or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the EPA may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and Trainees (I) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an _ >__ _ apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater then the ratio permitted to the contractor as to entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In additions, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator W &H, ESA determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at Tess than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the U.S. Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. (5) Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which re incorporated by reference in this contract. (6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5 (a) (1) through (10) and such other clauses as the U.S. EPA may by appropriate instructions require, and also a clause requiring the EPD -22 subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of Eligibility. (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3 (a) of the Davis -Bacon Act or 29 CFR 5.12 (a) (1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3 (a) of the Davis -Bacon Act or 29 CFR 5.12 (a) (1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. (b) Contract Work Hours and Safety Standards Act. The Administrator, EPA shall cause or require the contracting officer to insert the following clauses set forth in paragraph (b) (1), (2), (3), and (4) of this section in full in any contract subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by section 5.5 (a) of this title. As used in this paragraph, the terms "laborers" and "mechanics" include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work in excess of forty hours in such workweek unless such laborer or mechanic receives :ompensation at a rate not less than one and one -half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b) (1) of this section the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b) (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek or forty hours without payment of the overtime wages required by the clause set forth in paragraph (b) (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The U.S. EPA shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b) (2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b) (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b) (1) through (4) of this section. In addition to the clauses contained in paragraph (b), in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in section 5.1, the Administrator of EPA shall cause or require the contracting officer to insert a clause requiring that the contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hours worked, deductions made, and actual wages paid. Further, the ■dministrator of EPA shall cause or require the contracting officer to insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection, copying, or transcription authorized by representatives of the U.S. EPA and the Department of Labor, and the contractor or subcontractor will permit such representative to interview employees during working hours on the job. (Approved by the Office of Management and EPD -23 Budget under OMB control numbers 1215 -0140 and 1215 - 0017.) EPD -24 LABOR STANDARDS INTERVIEW FORM APPROVED OMB NUMBER 9000-0089 Public reporting burden for this collection of information is estimated to average 15 minutes per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the FAR Secretariat (VRS), Office of Federal Acquisition Policy, GSA, Washington, DC 20405, and to the Office of Management and Budget, Paperwork Reduction Project (9000 -0089), Washington, DC 20503. CONTRACT NUMBER EMPLOYEEDS NAME (Last, First, M.I.) NAME OF PRIME CONTRACTOR EMPLOYEEOS ADDRESS (Street, City, State, ZIP Code) NAME OF EMPLOYER WORK CLASSIFICATION WAGE RATE SUPERVISOROS NAME (Last, First, M.I.) (Check Below) YES NO DO YOU WORK OVER 8 HOURS PER DAY? DO YOU WORK OVER 40 HOURS PER WEEK? ARE YOU PAID AT LEAST TIME AND A HALF FOR OVERTIME HOURS? - - ARE YOU RECEIVING ANY CASH PAYMENTS FOR FRINGE BENEFITS REQUIRED BY THE POSTED WAGE DETERMINATION DECISION? WHAT DEDUCTIONS OTHER THAN TAXES AND SOCIAL SECURITY ARE MADE FROM YOUR PAY? HOW MANY HOURS DID YOU WORK ON YOUR LAST WORK DAY BEFORE THIS INTERVIEW? HOURS WHAT DATE (Y Y MMDD) WAS THAT? WHAT TOOLS DO YOU USE? WHEN DID YOU BEGIN WORK ON THIS PROJECT (Y Y MMDD)? I HAVE READ THE ABOVE AND CERTIFY IT TO BE CORRECT TO THE BEST OF MY KNOWLEDGE. EMPLOYEE'S SIGNATURE DATE (Y Y MMDD) INTERVIEWER'S SIGNATURE DATE (Y Y MMDD) INTERVIEWER'S COMMENTS WORK EMPLOYEE WAS DOING WHEN INTERVIEWED IS EMPLOYEE PROPERLY CLASSIFIED AND PAID? (IF ADDITIONAL SPACE IS NEEDED, USE COMMENTS SECTION) ❑ YES 0 NO ARE WAGE RATES AND POSTERS DISPLAYED? D YES ONO FOR USE BY PAYROLL CHECKER IS ABOVE INFORMATION IN AGREEMENT WITH PAYROLL DATA? DYES NO COMMENTS DATE OF CHECK NAME OF CHECKER (Last, First, M.I.) JOB TITLE SIGNATURE (Y Y MMDD) NSN 7540 -01- 268 -0632 EXPIRATION DATE: 3-31-93 1445 -102 STANDARD FORM 1445 (REV. 12 - 90) Previous edition is usable. Prescribed by GSA - FAR (48 CFR) 53222(g) GPO: 1993 0 - 151 -245 EPD -25 (INSERT WAGE RATE DETERMINATION) Wage Rates are county specific for Heavy Construction and can be found at: http: / /www.gpo.gov /davisbacon /ga.html EPD -26 A 4.15 %0 1 V 4 GENERAL DECISION: GA20080080 02/08/2008 GA80 Da.,: February 8, 2008 General Decision Number: GA20080080 02/08/2008 Superseded General Decision Number: GA20070080 State: Georgia Construction Types: Heavy Dredging • Counties: Georgia Statewide. HOPPER DREDGE CONSTRUCTION PROJECTS Modification Number Publication Date 0 02/08/2008 SUGA1993 -002 05/24/1993 Rates Fringes Self - Propelled Hopper Dredge, Drag Tender $ 8.21 WELDERS - Receive rate prescribed for craft performing or ttion to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour J. I_vi Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the D s -Bacon survey program. If the response from this initial cc. _act is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, e' ) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION GENERAL DECISION: GA20080082 07/24/2009 GA82 Da : July 24, 2009 General Decision Number: GA20080082 07/24/2009 Superseded General Decision Number: GA20070082 State: Georgia Construction Type: Heavy Dredging Counties: Georgia Statewide. DREDGING CONSTRUCTION PROJECTS GEORGIA (West of the Aucilla and Ocmulgee Rivers within the boundaries of the Mobile District of the Corps of Engineers) Modification Number Publication Date 0 02/08/2008 1 07/25/2008 2 07/24/2009 * SUGA1990 -020 02/15/1990 Rates Fringes Derrick Operator $ 7.25 Dr - Operator $ 7.25 Dredge 16" and Over Deckhand $ 7.25 Dredge tender operator $ 7.25 Fireperson $ 7.25 First assistant engineer $ 7.25 Leverperson $ 7.25 Oiler $ 7.25 Second assistant engineer $ 7.25 Shoreperson $ 7.25 Third assistant engineer $ 7.25 Truck driver $ 7.25 Dredge Under 16" Deckhand $ 7.25 Dredge tender operator $ 7.25 Leverperson $ 7.25 Oiler $ 7.25 Hydraulic Dredge First cook $ 7.25 Handyperson $ 7.25 Janitor, cabin person $ 7.25 Second cook $ 7.25 Marsh Buggy Dragline, Oiler $ 7.25 Mc. n Buggy Dragline, Operator $ 7.25 1 445V h. V1 J WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On .,urvey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage 1 tt,V .J VL J payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3., if the decision of the. Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 4.45v i MS ✓ GENERAL DECISION: GA20080083 10/03/2008 GA83 D. _.c October 3, 2008 General Decision Number: GA20080083 10/03/2008 Superseded General Decision Number: GA20070083 State: Georgia Construction Type: Heavy Dredging DREDGING Counties: Georgia Statewide. STATEWIDE DREDGING CONSTRUCTION PROJECTS GEORGIA (East of the Aucilla and Ocmulgee Rivers within the Jacksonville & Savannah Districts of the Corps of Engineers). Modification Number Publication Date 0 02/08/2008 1 10/03/2008 * ENGI0025 -002 10/01/2008 Rates Fringes Dredging : CLASS A $ 25.85 6.40 +a CLASS B1 $ 22.80 6.40 +a CLASS B2 $ 22.30 6.40 +a CLASS Cl $ 20.80 6.30 +a CLASS C2 $ 19.80 6.30 +a CLASS D(a) $ 14.89 6.20 +a CLASS D $ 16.85 6.20 +a Hydraulic Dredges Under 20" Cook $ 8.11 1.73 +b Deckhand $ 7.77 1.73 +b Engineer $ 9.59 1.73 +b Launchman $ 8.19 1.73 +b Leverman $ 10.03 1.73 +b Mate $ 8.82 1.73 +b Mess Cook $ 7.71 1.73 +b Messman & Janitor $ 7.53 1.73 +b Oiler & Fireman $ 8.11 1.73 +b Shoreman $ 7.82 1.73 +b Spider Barge Operator $ 8.68 1.73 +b Spill Barge Operator $ 8.68 1.73 +b Welder $ 9.79 1.73 +b CLASSIFICATIONS: CLASS A: Leverman, Operator. CLASS Bi: Licensed Tug Operator over 1000 HP, Derrick Operator, Spider /Spill Barge Operator, Timber Fork 'rator, Dozer Operator, Engineer, Blaster /Driller, Fill acer, Electrician. CLASS B2: Licensed Boat Operator, Certified Welder. CLASS Cl: Mate, Drag Barge Operator, Welder, Assistant Fill Placer, Steward. LASS C2: Boat Operator. SS D: Shoreman, Deckhand, Rodman, Scowman, Cook, Messman, L_per,- Janitor. LASS D(a): Drill Oiler. FOOTNOTE: a. New Year's Day, Good Friday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. Vacation Contribution of 7% of straight time rate multiplied by the total hours worked. b. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day. Plus Vacation contribution of 7% of straight time pay for all hours worked. INCENTIVE PAY : (Add to Hourly Rate) Operator (NCCCO License /Certification) $0.50; Licensed Tug Operator over 1000 HP (Assigned as Master) USCG licensed Master of Towing Vessels (MOTV) $1.00; Licensed Boat Operator (assigned as lead boat captain) USCG licensed boat operator $0.50; Engineer (QMED and Tankerman endorsement or licensed engineer (USCG) $0.50; Oiler QMED and Tankerman endorsement (USCG) $0.50; All classifications Tankerman endorsement only (USCG) $0.50; Deckhand or Mater AB w /Lifeboatman only (USCG) $0.25; Welder (ABS certification) $0.50 7E�_LRS - Receive rate prescribed for craft performing Dperation to which welding is incidental. 7nlisted classifications needed for work not included within the scope of the classifications listed may be added after sward only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates Listed under the identifier do not reflect collectively Bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can pe: * an existing published wage determination * a survey underlying a wage determination * Wage and Hour Division letter setting forth a position on wage determination matter * a conformance (additional classification and rate) ruling 1 K�V J VL J On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Re Inal Office for the area in which the survey was conducted be..ase those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the it -ested party's position and by any information (wage pa data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION . u5%.‘ a v .J GENERAL DECISION: GA20080138 07/03/2009 GA138 July 3, 2009 General Decision Number: GA20080138 07/03/2009 State: Georgia Construction Type: Heavy County: Richmond County in Georgia. Modification Number Publication Date 0 09/26/2008 1 01/02/2009 2 05/29/2009 3 07/03/2009 ELEC1579 -002 10/01/2008 Rates Fringes ELECTRICIAN Electrical contracts over $2.5 million $ 24.15 8.78 Electrical contracts under $2.5 million $ 22.13 8.44 * ENGI0474 -002 07/01/2009 Rates Fringes Operating Engineers: Bulldozer and Forklift (under 15 tons) $ 21.47 11.55 Forklift (15 tons and over) $ 23.30 11.55 PAIN1756 -002 04/01/2009 Rates Fringes PAINTER: Brush, Roller and Spray $ 19.90 7.20 SUGA2008 -050 08/06/2008 Rates Fringes CARPENTER $ 13.00 0.00 CEMENT MASON /CONCRETE FINISHER $ 11.99 0.00 IRONWORKER, REINFORCING $ 11.50 2.04 LABORER: Common or General $ 7.45 0.00 LT "(ER: Pipelayer $ 13.06 3.56 OPERATOR: Backhoe /Excavator $ 11.68 0.00 1 1.1.6V L V1 J OPERATOR: Crane $ 20.00 0.00 OF 'TOR: Grader /Blade $ 14.16 0.27 OPERATOR: Loader $ 13.65 1.78 OPERATOR: Piledriver $ 10.63 0.48 OPERATOR: Trackhoe $ 11.00 1.10 OPERATOR: Roller $ 9.75 0.19 TRUCK DRIVER $ 10.82 0.00 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)). In the listing above, the "SU" designation means that rates 1= 'd under the is .cifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in he matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices hz re _onsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described 1 .1 va ✓ in 2.) and 3.) should be followed. 'Alit.. regard to any other matter not yet ripe for the formal ?rocess iescribed here, initial contact should be with the Branch of 2onstruction Cage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 ?.) If the answer to the question in 1.) is yes, then an Interested party (those affected by the action) can request review and -econsideration from :he Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR 'art 7) . Trite to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 'he request should be accompanied by a full statement of the r. ested )az,y's position and by any information (wage payment data, )roj ect lescription, area practice material, etc.) that the requestor 'onsiders elevant to the issue. .) If the decision of the Administrator is not favorable, an nterested arty may appeal directly to the Administrative Review Board formerly the age Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 .) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION AMERICAN RECOVERY AND REINVESTMENT ACT SPECIAL CONDITIONS AND INFORMATION GEORGIA DEPARTMENT OF NATURAL RESOURCES ENVIRONMENTAL PROTECTION DIVISION SPECIAL CONDITIONS AND INFORMATION FOR CONSTRUCTION CONTRACTS FUNDED UNDER THE AMERICAN RECOVERY AND REINVESTMENT ACT THROUGH THE FEDERALLY ASSISTED STATE REVOLVING LOAN FUNDS IN THE STATE OF GEORGIA May 27, 2009 Following is the standard language that must be incorporated into construction contract documents and in all solicitations for offers and bids for all construction contracts or subcontracts to be funded by the American Recovery and Reinvestment Act through the Federally- assisted State Revolving Fund in the State of Georgia and information regarding these Special Conditions. The requirements in these Special Conditions shall not relieve the participants in this project of responsibility to meet any requirements of other portions of the construction contract or of other agencies, whether these other requirements are more or less stringent The requirements in these Special Conditions must be satisfied in order for work to be funded through the American Recovery and Reinvestment Act. ARRA Special Conditions and Information 1 US2008 690958.1 TABLE OF CONTENTS 'nstructions & General Requirements 3 Contractor Acknowledgement of Buy American Requirements 5 Bid Certification 6 Information Checklist for Waiver Request to US EPA 7 Table 1: Foreign and Domestic Construction Materials Price Comparison Worksheet 8 Definitions 9 Implementation of Buy American requirements 10 Step -by -Step Waiver process. 11 ARRA Special Conditions and Information 2 OS2008 690958.1 INSTRUCTIONS & GENERAL REQUIREMENTS These Special Conditions are based on detailed, specific guidance provided by the United States Environmental ,'rotection Agency (US EPA). Public Law 111 -5, the "American Recovery and Reinvestment Act" (ARRA), includes requirements in addition to those normally required for the regular State Revolving Fund (SRF) programs, which are found in the SRF Supplemental General Conditions. The Special Conditions include additional payroll reporting requirements and "Buy American" provisions, which require recipients of ARRA funds to use iron, steel, and manufactured goods that are produced in the United States of America. In a project that is only partially funded through the ARRA, the ARRA requirements will apply to all parts of the project. Failure to comply with these requirements will prevent the disbursement of ARRA funds to the Owner. Payroll Reports: The prime contractor must submit electronic copies of certified weekly payrolls for the prime contractor and for all subcontractors. These must be submitted by e-mail in a pdf format to the Owner's representative and then forwarded to the Georgia Environmental Protection Division's (GA EPD's) Construction Management Unit project engineer. These must be submitted each month for the period covered by the prime contractor's current payment request, and are required for funds to be endorsed for this period. The payroll records must include all information required by the SRF Supplemental General Conditions. The Owner must also maintain complete payroll records and make these available for inspection and audit. Registration: The contractor shall register with the Central Contractor Registration database or complete other registration requirements as determined by the Director of the Office of Management and Budget. \ccess of Offices of Inspector General to Certain Records and Employees: Any representative of an appropriate inspector general appointed under Section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.) is authorized: (1) to examine any records of the contractor or any of its subcontractors that pertain to, and involve transactions relating to, the construction contract or subcontract; and (2) to interview any officer or employee of the contractor regarding such transactions. Wage Rate Requirements: All laborers and mechanics employed by contractors and subcontractors on the project shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with Subchapter IV of Chapter 31 of Title 40, United States Code. Buy American Requirements: (1) The prime contractor is required to comply with the Buy American provisions in these special conditions. The Owner is required to verify compliance as a condition of funding through the ARRA. Failure on the part of an apparent successful bidder to submit required information to the Owner may be considered by the Owner in evaluating whether the bidder is responsive to bid requirements. ARRA Special Conditions and Information 3 US2008 690958.1 (2) The prime contractor or apparent low bidder is required to submit signed copies of the Contractor Acknowledgement of Buy American Requirements (page 5) and of the Bid Certification (page 6) to the Owner's representative for verification. Prior to the initial disbursement of ARRA funds for this contract, the Owner will be required to submit signed copies of these to GA EPD's Construction Management Unit. (3) If the prime contractor proposes to use iron, steel, or manufactured goods that are not produced in the United States of America, then it must submit to the Owner: (a) Documentation required by the Information Checklist for Waiver Request to US EPA, found on page 7; (b) Table 1: Foreign and Domestic Construction Materials Price Comparison Worksheet, found on page 8. (4) Non - domestic goods may not be incorporated into the work until the Owner obtains a formal waiver from the US EPA to allow these goods to be used in this project. In order to apply for a project waiver, the Owner must email the request in the form of a Word document (.doc) to the US EPA Region 4 waiver email address: region4waiver @epa.gov . It must include all of the information as shown in the checklist on page 7 of these documents. The Regional office will send a copy to the State contact. (5) If a waiver is necessary, US EPA strongly recommends initiating the request before construction has initiated. Consistent with the direction of the federal Office of Management and Budget Guidance, US EPA will expect requests submitted after the signing of the construction contract to include an explanation of why the request was submitted at that late date. (6) Definitions and detailed explanation of Buy American provisions and the waiver process are included in these Special Conditions, starting on page 9. ARRA Special Conditions and Information 4 US2008 690958.1 Contractor Acknowledgement of Buy American Requirements The Contractor acknowledges to and for the benefit of the Owner, the State of Georgia, and the United States Environmental Protection Agency that it understands that the goods and services under this Agreement are being funded with monies made available by the federal American Recovery and Reinvestment Act of 2009 (ARRA) or are being made available for a project being funded with monies made available by the federal ARRA and that such law contains provisions commonly known as "Buy American;" that requires all of the iron, steel, and manufactured goods used in the project be produced in the United States ( "Buy American Requirements ") including iron, steel, and manufactured goods provided by the Contractor pursuant to the construction contract. The Contractor hereby represents and warrants to and for the benefit of the Owner, the State, and the United States that: (a) the Contractor has reviewed and understands the Buy American Requirements; (b) all of the iron, steel, and manufactured goods used in the project will be and /or have been produced in the United States in a manner that complies with the Buy American Requirements, unless a waiver of the requirements is approved; and (c) the Contractor will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the Buy American Requirements, as may be requested by the Owner, the State, or the United States Environmental Protection Agency. Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Owner or the State to recover as damages against the Contractor any loss, expense or cost (including without limitation attorney's fees) incurred by the Owner or the State resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, from the State or any damages owed to the State by the Owner). While the Contractor has no direct contractual privity with the State, as a lender to the Owner for the funding of its project, the Owner and the Contractor agree that the State is a third -party beneficiary and neither this paragraph (nor any other provision of le construction contract necessary to give this paragraph force or effect) shall be amended or waived without the prior written consent of the State. PRINTED NAME & TITLE OF AUTHORIZED REPRESENTATIVE OF CONTRACTOR OR SUBCONTRACTOR SIGNATURE OF AUTHORIZED REPRESENTATIVE DATE ARRA Special Conditions and Information 5 US2008 690958.1 Bid Certification 1. Identification of American-made Iron, Steel, and Manufactured Goods: Consistent with the terms of the Owner's bid solicitation and the provisions of ARRA Section 1605, the Bidder certifies that this bid reflects the Bidder's best, good faith effort to identify domestic sources of iron, steel, and manufactured goods for every component contained in the bid solicitation where such American -made components are available on the schedule and consistent with the deadlines prescribed in or required by the bid solicitation. 2. Verification of U.S. Production: The Bidder certifies that all components contained in the bid solicitation that are American -made have been so identified, and if this bid is accepted, the Bidder agrees that it will provide reasonable, sufficient, and timely verification to the Owner of the U.S. production of each component so identified. 3. Documentation Regarding Non- American -made Iron, Steel, or Manufactured Goods: The Bidder certifies that for any component or components that are not American -made and are so identified in this bid, the Bidder has included in or attached to this bid one or both of the following, as applicable: a. Identification of and citation to a categorical waiver published by the U.S. Environmental Protection Agency in the Federal Register that is applicable to such component or components, and an analysis that supports its applicability to the component or components; b. Verifiable documentation sufficient to the Owner, as required in the bid solicitation or otherwise, that the Bidder has sought to secure American -made components but has determined that such components are not available on the schedule and consistent with the deadlines prescribed in the bid solicitation, with assurance adequate for the Bidder under the applicable conditions stated in the bid solicitation or otherwise. 4. Information and Detailed Justification Regarding Non- American -made Iron, Steel, or Manufactured Goods: The Bidder certifies that for any such component or components that are not so available, the Bidder has also provided in or attached to this bid information, including but not limited to the verifiable documentation and a full description of the bidder's efforts to secure any such American -made component or components, that the Bidder believes are sufficient to provide and as far as possible constitute the detailed justification required for a waiver under section 1605 with respect to such component or components. The Bidder further agrees that, if this bid is accepted, it will assist the Owner in amending, supplementing, or further supporting such information as required by the Owner to request and, as applicable, implement the terms of a waiver with respect to any such component or components. PRINTED NAME & TITLE OF AUTHORIZED REPRESENTATIVE OF BIDDER OR CONTRACTOR SIGNATURE OF AUTHORIZED REPRESENTATIVE DATE ARRA Special Conditions and Information 6 US2008 690958.1 Information Checklist for Waiver Request to EPA The purpose of this checklist is to ensure that all appropriate and necessary information is submitted to US EPA. Please review this checklist carefully and provide all required information. This checklist is for informational purposes only and oes not need to be included as part of a waiver application. This may be helpful to include, however, as US EPA will review based on a similar checklist. General • Waiver request includes the following information: — Description of the foreign and domestic construction materials — Unit of measure — Quantity — Price — Time of delivery or availability — Location of the construction project — Name and address of the proposed supplier — A detailed justification for the use of foreign construction materials _ Waiver request is submitted according to the instructions in this contract _ Assistance recipient made a good faith effort to solicit bids for domestic construction materials /manufactured goods, as demonstrated by language in requests for proposals, contracts, and communications with the prime contractor Cost • Waiver request includes the following information: — Price Comparison Worksheet shown in Table 1 — Relevant excerpts from the bid documents used by the contractors to complete the Price Comparison Worksheet – Supporting documentation indicating that the contractor made a reasonable survey of the market, such as a description of the process for identifying suppliers and a list of contacted suppliers _ Does the Total Domestic Project Cost indicated in column (d) of the Price Comparison Worksheet exceed the Total Foreign Project Cost indicated in column (e) by more than 25% of the value in column (e)? Availability • Waiver request includes the following supporting documentation necessary to demonstrate the availability, quantity, and /or quality of the materials for which the waiver is requested: — Supplier information or pricing information from a reasonable number of domestic suppliers indicating availability/delivery date for construction materials — Documentation of the assistance recipient's efforts to find available domestic sources, such as a description of the process for identifying suppliers and a list of contacted suppliers. — Project schedule By item, list schedule date and domestic delivery quote date or other relevant information. Based on materials delivery/availability date indicated in supporting documentation, will the materials be unavailable when they are needed according to the project schedule? — Relevant excerpts from project plans, specifications, and permits indicating the required quantity and quality of construction materials — Waiver request includes a written statement from the prime contractor confirming the non - availability of the domestic construction materials for which the waiver is sought _ If available, information about other waiver requests for the materials described in this waiver request for comparable projects ARRA Special Conditions and Information 7 US2008 690958.1 Table 1: Foreign and Domestic Construction Materials Price Comparison Worksheet Instructions: To be completed by the prime contractor. In column a), enter all iron, steel, and manufactured goods •equired to build the project as designed. In column b) enter the cost estimate for each component as supplied by domestic sources. In column c) enter the cost estimate for each component for which waivers are requested, as supplied by foreign sources. (a) Material Unit of Measure Quantity (b) Price — Domestic (c) Price — Foreign Material (include all Material (including all delivery costs to the delivery costs to the construction site) construction site) (d) Total Domestic (e) Total Foreign Project Cost: Project Cost: $ $ ARRA Special Conditions and Information 8 US2008 690958.1 Definitions The following terms are critical to the interpretation and implementation of the Buy American provisions of the ARRA and apply to the process described in these documents: Steel: An alloy that includes at least 50 percent iron, between .02 and 2 percent carbon, and may include other elements. Production in the United States of the iron or steel used in the project requires that all manufacturing processes must take place in the United States, except metallurgical processes involving refinement of steel additives. These requirements do not apply to iron or steel used as components or subcomponents of manufactured goods used in the project. (This and the following definition were drawn from the OMB Guidance of April 3, 2009, at 176.70(a)(2)(ii) and 176.140(a).) Manufactured Good: "Manufactured good" means a good brought to the construction site for incorporation into the building or work that has been- - (1) Processed into a specific form and shape; or (2) Combined with other raw material to create a material that has different properties than the properties of the individual raw materials. There is no requirement with regard to the origin of components or subcomponents in manufactured goods, as long as the manufacture of the goods occurs in the United States. Reasonably Available Quantity: The quantity of iron, steel, or the relevant manufactured good is available or will be available at the time needed and place needed, and in the proper form or specification as specified in the project plans and design. atisfactory Quality: The quality of iron, steel, or the relevant manufactured good as specified in the project plans and designs. Assistance Recipient: The Owner - a borrower or recipient that receives funding from a State CWSRF or DWSRF program. ARRA Special Conditions and Information 9 US2008 690958.1 Implementation '.L. 111 -5, the "American Recovery and Reinvestment Act of 2009" (ARRA), provides significant levels of funding for States to finance high priority infrastructure projects needed to ensure clean water and safe drinking water. The Act also includes "Buy American" provisions in section 1605 that require Clean Water State Revolving Loan Fund (CWSRF) and Drinking Water State Revolving Loan Fund (DWSRF) assistance recipients of these ARRA funds to use domestic iron, steel and manufactured goods that are produced in the United States. US EPA's foremost expectation is that assistance recipients will use American iron, steel and manufactured goods throughout their ARRA - funded projects. Section 1605 also, however, sets forth certain circumstances under which a federal agency may determine to waive Buy American requirements. In addition, Section 1605 requires the Buy American requirements to be applied consistent with U.S. obligations under international agreements. With regard to these international agreements, however, based on discussions with OMB officials and OMB's "Updated Implementation Guidance," this provision only applies to direct procurement by the entities listed in the appendix of OMB's Interim Final Guidance or the Federal government, and does not apply to procurement initiated by local entities (SRF assistance recipients) in Georgia. US EPA's intention in developing the approach described here is to effectively and efficiently implement this full range of ARRA requirements. A waiver may be provided if US EPA determines that: (1) Applying these requirements would be inconsistent with the public interest; (2) Iron, steel, and the relevant manufactured goods are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; or (3) Inclusion of iron, steel, and manufactured goods produced in the United States will increase the cost of the overall project by more than 25 percent. This requirement has been included as a grant condition in all US EPA capitalization grants, and will be a condition in all loan and grant agreements provided by States to local recipients. On April 23, 2009, the Office of Management and Budget (OMB) issued Interim Final Guidance for several aspects of ARRA, including the Buy American Requirement under Section 1605. The full text of this Guidance is at http: / /edocket. access .gpo.gov /2009 /pdf/E9- 9073.pdf Definitions herein have incorporated the relevant text from the OMB Guidance, and the term and condition specified in the OMB Guidance at 176.140 (page 18454) will be incorporated as an award term of ARRA grants from US EPA. In order to implement the Buy American provisions of the ARRA, US EPA has developed an approach to allow for effective and efficient implementation to allow projects to proceed in a timely manner. The framework described below will allow assistance recipients to apply for waivers directly to US EPA. Pursuant to the ARRA, US EPA has the responsibility to make findings and determinations as to the issuance of waivers to the Buy American provisions. ARRA Special Conditions and Information 10 US2008 690958.1 Step -By -Step Waiver Process Application by Assistance Recipient Each local entity that receives ARRA water infrastructure financial assistance is required by section 1605 of the ARRA to use American made iron, steel, and manufactured goods in the construction of its project. However, if it is one of the entities listed in the appendix to Appendix 9 of the OMB Updated Implementing Guidance (none of which are in Georgia), it must allow for the use of iron, steel, or manufactured goods from a country covered by a relevant international agreement. If that is not possible, or if the recipient falls under one of the categories below, the recipient may request a waiver. Until a waiver is granted by US EPA, the Buy American requirements stand, except as noted above with respect to countries covered by international agreements. The waiver process begins with the SRF assistance recipient. In order to fulfill the requirements of the ARRA, the assistance recipient must in good faith design the project (where applicable) and solicit bids for construction with American made iron, steel, and manufactured goods. It is essential that the assistance recipient include the ARRA's Buy American terms in any request for proposals or solicitations for bids, and in all contracts (see page 5 for sample contract language). The assistance recipient may seek a waiver at any point before, during, or after the bid process if one or a combination of three conditions is met: (1) Iron, steel, and manufactured goods are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; (2) Inclusion of iron, steel, and manufactured goods produced in the United States will increase the cost of the overall project by more than 25 percent; or (3) Applying the Buy American requirements of ARRA would be inconsistent with the public interest. US EPA believes that most waivers will likely come forward at two points in a project: first, based on the design where the assistance recipient identifies key materials (iron and steel) or equipment (manufactured goods) that are not produced in sufficient quantities domestically, or, second, after evaluation by prospective bidders and their consultation with suppliers determines that iron, steel, or manufactured goods as required by the design are not produced in sufficient quantities domestically. An assistance recipient could potentially request waivers at either or both points in the project. It is also possible to request a waiver after bids are opened or after construction has initiated. US EPA strongly recommends, if a waiver is necessary, initiating the request before construction has initiated. Consistent with the direction of the OMB Guidance at § 176.120, US EPA will expect that requests submitted after the signing of the construction contract will include an explanation of why the request was submitted at that late date. Late submissions that are based on the grounds of lack of reasonably foreseeable circumstances that led to the request, where sufficiently documented, will be considered as if timely submitted. Late requests that are based on grounds that the assistance recipient would be reasonably expected to foresee will, before consideration of the underlying waiver request, be subject to a balancing. This balancing will consider whether the public interest in expeditious construction under ARRA does or does not outweigh the need for full, timely, and good faith compliance with the Buy American provision according to the grounds set forth in ARRA and in applicable federal guidance and information. Proper and sufficient documentation must be provided by the assistance recipient. A checklist detailing the types of information required for a waiver to be processed is included on page 7. Additionally, it is strongly encouraged that assistance recipients hold pre -bid conferences with potential bidders. A pre -bid conference can help to identify iron, steel, and manufactured goods needed to complete the project as described in the plans and specifications that may not be available from domestic sources and the need to seek a waiver prior to bid, and can help inform the recipient on compliance options. In order to apply for a project waiver, the assistance recipient should email the request in the form of a Word document (.doc) to the Region 4 waiver email address: region4waiver @epa.gov .Please include all of the information as shown in the checklist on page 7. The Regional office will send a copy to the State contact. ARRA Special Conditions and Information 11 US2008 690958.1 Evaluation by US EPA Regional Offices After receiving an application for waiver of the Buy American provisions, the Regional office will use the checklist on page 7 to determine whether the application properly and adequately documents and justifies the statutory basis cited for the waiver - that it is quantitatively and qualitatively sufficient - and to determine whether or not to grant the waiver. The checklist provides information to the Region with regard to a waiver on the basis of unavailability of a product or material, or of substantial cost increases. In the event that the Regional office in consultation with the Office of Regional Counsel (ORC) finds that adequate documentation and justification has been submitted, the Regional Administrator may grant a waiver to the assistance recipient. In any event, the Region should notify the assistance recipient that a waiver request has been approved or denied no later than 2 weeks from the date of receipt of a complete waiver request. Granting such a waiver is a 5 -step process: (1) Evaluation - After receiving an application for waiver of the Buy American provisions, the Regional office must use a checklist similar to that found on page 7 to determine whether the application properly and adequately documents and justifies the statutory basis cited for the waiver - that it is quantitatively and qualitatively sufficient - and to determine whether or not to grant the waiver. (2) Coordination - No later than 3 days prior to the submission of a notification of a proposed waiver approval to the Assistant Administrator for the Office of Administration and Resources Management (OARM) for concurrence, the Region must notify the Cross - Agency Coordination Working Group described below that a waiver review is complete, along with a copy of the proposed notification. (3) Concurrence - Prior to approving a project waiver, the Regional Administrator must obtain the concurrence of the Assistant Administrator for OARM, as required by the Administrator's March 31, 2009 delegation of approval authority for exceptions (waivers) to the requirements of ARRA section 1605(a). (4) Signature of waiver approval by the Regional Administrator - As soon as the waiver is signed and dated, the Region must notify the State and assistance recipient. This should take place no later than 2 weeks after the receipt of a complete waiver request from an assistance recipient. (5) Publication by Regional office of notification of issuance of waiver in the Federal Register. When notification of the issuance of a waiver is published in the Federal Register, the Regional office should send appropriate information to Headquarters for a link to the Federal Register notice to be posted on EPA's Recovery.gov website. Cross - Agency Coordination Working Group US EPA will establish a national coordination working group composed of representatives from its Offices in the two SRF programs, and from the Regions. This group will have two principal functions: (1) To provide oversight of the national waiver process through consultation, quality control, and direction as necessary to clarify and resolve policy issues raised on waiver requests. (2) To identify the potential for appropriate national or (U.S. geographical) regional, categorical waivers to be issued based on similar circumstances identified in the detailed justifications for a waiver or waivers. Such categorical waivers may be based on one or a combination of the grounds for a waiver specified in ARRA section 1605(b), as may be appropriate to the detailed justifications available or developed. ARRA Special Conditions and Information 12 US2008 690958.1 Special Circumstances Under certain special circumstances, US EPA may grant a waiver of the Buy American provisions under the authority to waive such provisions if application of such provisions would be inconsistent with the public interest. A determination to grant a waiver of the Buy American provisions based solely on inconsistency with the public interest (as authorized under ARRA section 1605(b)(1)) must be made with US EPA Office of Water consultation due to the possible national implications of such a waiver, except in any particular categories of "public interest" cases for which US EPA has defined in national information, policy, or guidance the applicable conditions and the specific elements of the individual justification that must be provided. For the Regional office to consider these types of waiver requests, it must find that the conditions defined in the national information, policy, or guidance, and that the elements, in scope and detail, of the information provided to justify the request, are both present as required. If these are both present, the Regional office can then determine whether the justification offered is sufficient, within the terms set forth in the applicable information, policy, or guidance, to grant the waiver. This application will be sent to the same email address as mentioned above, however the requester should indicate in the subject line that the request is for a public interest waiver. National Waivers US EPA reserves the right to issue national waivers that may apply to particular classes of assistance recipients, particular classes of projects, or particular categories of iron, steel, or manufactured goods. As stated in the discussion of the "Cross - Agency Coordination Working Group," above, US EPA may develop national or (U.S. geographic) regional categorical waivers through the identification by that Working Group of similar circumstances in the detailed justifications presented to one or more Regions in a waiver request or requests. US EPA may issue a national waiver based on policy decisions regarding the public's interest or a determination that a particular item is not produced domestically in reasonably available quantities or of a sufficient quality. In such cases, US EPA may determine it is necessary to issue a national waiver. All national waivers will be issued by US EPA Headquarters. Split Funding Based on their intended use plans many States intend to fund projects with "split" funding, from ARRA and the base SRF program. Based on the ARRA language in section 1605, which requires that American iron, steel, and manufactured goods be used in any project receiving ARRA funding, US EPA has concluded that any project that is funded in whole or in part with ARRA funds, must comply with the Buy American provisions. A "project" consists of all construction necessary to complete the building or work regardless of the number of contracts or assistance agreements involved so long as all contracts and assistance agreements awarded are closely related in purpose, time and place. This precludes the intentional splitting of ARRA projects into separate and smaller contracts or assistance agreements to avoid Buy American coverage on some portion of a larger project, particularly where the activities are integrally and proximately related to the whole. However, there are many situations in which major construction activities are clearly undertaken in segregable phases that are distinct in purpose, time, or place, in which case, separate contracts or assistance agreement for ARRA and base funding would carry separate requirements. ARRA Special Conditions and Information 13 US2008 690958.1 TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS A. Section 01330 — Submittal Procedures 1 - 4 B. Section 02055 — Soils- Structural 1 — 2 C. Section 02060 — Aggregate 1 — 2 D. Section 02221 — Selective Demolition 1 — 2 E. Section 02230 — Clearing & Grubbing 1 F. Section 02241 — Dewatering 1 — 5 G. Section 02316 — Rock Removal 1 — 2 H. Section 02324 — Trenching 1 — 6 I. Section 02446 — Boring, Jacking & Tunneling Conduits 1 — 5 J. Section 02539 — Sanitary Sewage Systems 1 — 4 (Including Polyethylene Encasement Specifications) 1 — 8 K. Section 02633 — Storm Sewer Drainage Structures 1 — 3 L. Section 02633SS — Sanitary Manholes, Frames & Covers 1 — 3 M. Section 02721 — Aggregate Base Course 1 - 2 N. Section 02740 — Flexible Pavement Structures 1 — 4 O. Section 02750 — Concrete Construction 1 — 2 P. Section 02760 — Flowable Fill Material 1 — 2 Q. Section 02822 — Fence Removal and Replacement, New, Replaced In -Kind 1 — 2 R. Section 02924 — Grassing and Mulching 1 — 3 SECTION 01330 SUBMITTAL PROCEDURES PART 1 GENERAL 1.1 SECTION INCLUDES A. Submittal procedures. B. Construction progress schedules. C. Proposed products list. D. Product data. Shop drawings. F. Samples. G. Design data. H. Test reports. I. Certificates. J. Manufacturer's instructions. K. Manufacturer's field reports. L. Erection drawings. M. Construction photographs. 1.2 SUBMITTAL PROCEDURES A. Transmit each submittal with Engineer accepted form. B. Sequentially number transmittal forms. Mark revised submittals with original number and sequential alphabetic suffix. C. Identify Project, Contractor, subcontractor and supplier; pertinent drawing and detail number, and specification section number, appropriate to submittal. D. Apply Contractor's stamp, signed or initialed certifying that review, approval, verification of products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with requirements of the Work and Contract Documents. Submittal Procedures 01330 - 1 E. Schedule submittals to expedite Project, and deliver to CH2M Hill, Attn: Mr. Jim Rush, 360 Bay Street, Suite 100, Augusta, GA 30901. Coordinate submission of related items. F. For each submittal for review, allow 15 days excluding delivery time to and from Contractor. G. Identify variations from Contract Documents and product or system limitations which may be detrimental to successful performance of completed Work. H. Allow space on submittals for Contractor and Engineer review stamps. I. When revised for resubmission, identify changes made since previous submission. J. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report inability to comply with requirements. K. Submittals not requested will not be recognized or processed. 1.3 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial schedules within 10 days after date established in Agreement. After review, resubmit required revised data within 10 days. B. Submit revised Progress Schedules with each Application for Payment. C. Distribute copies of reviewed schedules to Project site file, subcontractors, suppliers, and other concerned parties. D. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in schedules. E. Indicate estimated percentage of completion for each item of Work at each submission. F. Revisions To Schedules: 1. Indicate progress of each activity to date of submittal, and projected completion date of each activity. 2. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. 3. Prepare narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect including effect of changes on schedules of separate contractors. Submittal Procedures 01330 - 2 1.4 PROPOSED PRODUCTS LIST A. Within 15 days after date of Notice to Proceed, submit list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.5 PRODUCT DATA A. Product Data: Submit to Engineer for review for limited purpose of checking for conformance with information given and design concept expressed in Contract Documents. B. Submit number of copies Contractor requires, plus one (1) copy for Engineer and one (1) copy for Owner. C. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. D. Indicate product utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. 1.6 SHOP DRAWINGS A. Shop Drawings: Submit to Engineer for review for limited purpose of checking for conformance with information given and design concept expressed in Contract Documents. B. Indicate special utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. C. When required by individual specification sections, provide shop drawings signed and sealed by professional engineer responsible for designing components shown on shop drawings. 1. Include signed and sealed calculations to support design. 2. Submit drawings and calculations in form suitable for submission to and approval by authorities having jurisdiction. 3. Make revisions and provide additional information when required by authorities having jurisdiction. 1.7 TEST REPORTS A. Submit for Engineer's knowledge as contract administrator or for Owner. Submittal Procedures 01330 -3 B. Submit test reports for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.8 CERTIFICATES A. When specified in individual specification sections, submit certification by manufacturer, installation /application subcontractor, or Contractor to Engineer, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Engineer. 1.9 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification sections, submit printed instructions for delivery, storage, assembly, installation, start -up, adjusting, and finishing, to Engineer for delivery to Owner in quantities specified for Product Data. B. Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation. 1.10 MANUFACTURER'S FIELD REPORTS A. Submit reports for Engineer's benefit as contract administrator or for Owner. B. Submit report in duplicate within 5 days of observation to Engineer for information. C. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION Submittal Procedures 01330 - 4 SECTION 02055 SOILS - STRUCTURAL PART 1 GENERAL 1.1 SUMMARY A. Section includes structural subsoil backfill materials. 1.2 UNIT PRICES - MEASUREMENT AND PAYMENT A. Soils - Structural: Per cubic yard, loose measure. NOTE: Backfill material for sanitary sewer, storm sewer or water main will not be paid for separately. Should existing conditions warrant the importing and placement of select material, in addition to the select backfill material noted in each respective embedment detail, then this work will be paid for per cubic yard as noted above, but only at the direction of Owner. 1.3 REFERENCES A. American Society for Testing and Materials: 1. ASTM D698 - Test Methods for Moisture - Density Relations of Soils and Soil- Aggregate Mixtures, Using 5.5Ib Rammer and 12 inch Drop. 2. ASTM D2487 - Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System). 3. ASTM D2922 — Standard Test Methods for Density of Soil and Soil - Aggregate in Place by Nuclear Methods (Shallow Depth). 4. ASTM D3017 — Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). 1.4 SUBMITTALS A. Materials Source: Submit name of imported materials source. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with Georgia Department of Transportation Standards. Soils- Structural 02055 - 1 PART 2 PRODUCTS 2.1 SOIL MATERIALS A. Soil Type S1: 1. Structural 2. Graded. 3. Free of lumps larger than 2 inches, rocks larger than 1 inch, and debris. 4. Conforming to Georgia Department of Transportation Standards and Specifications Section 810, Class IA1, A2). 2.2 SOURCE QUALITY CONTROL A. Testing and Analysis of Subsoil Material: Perform in accordance with ASTM D698. ASTM D2922. ASTM D3017. B. If tests indicate mate rials do not meet specified requirements, change material and retest. C. Provide materials of each type from same source throughout the Work. PART 3 EXECUTION 3.1 STOCKPILING A. Stockpile materials on site at locations designated by Engineer. B. Stockpile in sufficient quantities to meet Project schedule and requirements. C. Separate differing materials with dividers or stockpile apart to prevent mixing. D. Prevent intermixing of soil types or contamination. E. Direct surface water away from stockpile site to prevent erosion or deterioration of materials. 3.2 STOCKPILE CLEANUP A. Remove stockpile, leave area in clean and neat condition. Grade site surface to prevent free standing surface water. Grass as necessary. END OF SECTION Soils- Structural 02055 - 2 SECTION 02060 AGGREGATE PART 1 GENERAL 1.1 SUMMARY A. Section includes aggregate materials for subgrade stabilization and pipe bedding /backfill. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. #57 Stone (Aggregate Type Al) (For pipe bedding /backfill). 1. Basis of Measurement: No separate measurement. 2. Basis of Payment: No separate payment. B. Foundation Backfill, GA DOT Type II, for Additional Unclassified Excavation (Aggregate Type A2) (As directed by Engineer or AUD representative). 1. Basis of Measurement: Per cubic yard. 2. Basis of Payment: No additional payment shall be made for these items. 1.3 REFERENCES A. AASHTO M147 (American Association of State Highway and Transportation Officials) - Materials for Aggregate and Soil- Aggregate. B. ASTM C136 - Method for Sieve Analysis of Fine and Coarse Aggregates. C. ASTM D698 - Test Method for Moisture - Density Relations of Soils and Soil - Aggregate Mixtures, Using 5.5Ib Rammer and 12 inch Drop. D. ASTM D2167 - Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method. E. ASTM D2487 - Classification of Soils for Engineering Purposes. F. ASTM D2922 - Test Method for Density of Soil and Soil- Aggregate in Place by Nuclear Methods (Shallow Depth). G. ASTM D3017 — Test Method for Moisture Content of Soil and Soil- Aggregate in Place by Nuclear Methods (Shallow Depth). H. ASTM D4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. Aggregate 02060 - 1 PART 2 PRODUCTS 2.1 COARSE AGGREGATE MATERIALS A. Coarse Aggregate Type Al (Pipe Bedding and Backfill Material): #57 Stone conforming to Georgia Department of Transportation Standard Specifications, Section 800. B. Coarse Aggregate Type A2: GA DOT Type II Foundation Backfill material conforming to Georgia Department of Transportation Standard Specifications, Section 812.2.02. 2.2 SOURCE QUALITY CONTROL A. Aggregate Material - Testing and Analysis: Perform in accordance with Georgia Department of Transportation Standard Specifications. B. If tests indicate materials do not meet specified requirements, change material or material source and retest. C. Provide materials of each type from same source throughout the Work. PART 3 EXECUTION 3.1 STOCKPILING A. Stockpile materials on site at locations designated by Engineer. B. Stockpile in sufficient quantities to meet Project schedule and requirements. C. Separate differing materials with dividers or stockpile apart to prevent mixing. D. Direct surface water away from stockpile site so as to prevent erosion or deterioration of materials. E. Contractor to provide "rock box" that "follows" the progress of construction so that aggregate can be stored and placed with minimal waste. 3.2 STOCKPILE CLEANUP A. Remove stockpile, leave area in clean and neat condition. Grade site surface to prevent free standing surface water. Grass as necessary. END OF SECTION Aggregate 02060 - 2 SECTION 02221 SELECTIVE DEMOLITION PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Disconnecting and capping designated utilities. B. Related Sections: 1. Section 02230 - Site Clearing. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Cap, fill and abandon existing sanitary sewer manhole — offsite manholes. 1. Basis of Measurement: Per each. 2. Basis of Payment: Includes all work necessary, including materials, labor and equipment to complete and receive approval of task. 1.3 SCHEDULING A. Schedule Work in a manner that allows for installation, testing and approval of new line prior to demolition work on existing line. PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.1 PREPARATION A. Notify affected utility companies (i.e. Norfolk Southern Railroad, Georgia Power, etc.) before starting work and comply with their requirements. B. Mark location of abandoned manhole on redline plans. C. Prevent movement or settlement of adjacent structures. Provide bracing and shoring. Selective Demolition 02221 - 1 3.2 DEMOLITION REQUIREMENTS A. Conduct demolition to minimize interference with adjacent structures. B. Cease operations immediately when adjacent structures appear to be in danger. Notify Engineer. Do not resume operations until directed. 3.3 DEMOLITION A. Refer to detail in construction plans for capping, filling and abandonment of existing manhole. B. For existing manholes in Georgia Power easement Contractor shall cap, fill and abandon manholes flush with existing grade. C. Stabilize areas disturbed by work in accordance with ES & PC plans and specifications. END OF SECTION Selective Demolition 02221 - 2 SECTION 02230 CLEARING & GRUBBING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Removing surface debris. 2. Removing trees, shrubs, and other plant life. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Clearing and Grubbing: 1. Basis of Measurement: Per acre. 2. Basis of Payment: Include costs for vegetation removal, stockpiling, disposal and any required permitting. PART 2 Not Used. PART 3 EXECUTION 3.1 PROTECTION A. Locate, identify, and protect utilities that remain, from damage. B. Protect trees, plant growth, and features designated to remain. C. Protect bench marks, survey control points and existing structures from damage or displacement. 3.2 TREE REMOVAL A. Limit clearing and grubbing to easement areas designated on plans. Do not clear or grub more area than is need for successful completion of work. 3.3 REMOVAL A. Remove debris, rock, and extracted plant life from site. END OF SECTION Clearing & Grubbing 02230 - 1 SECTION 02241 DEWATERING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Dewatering system. 2. Surface water control system. 3. Monitoring wells. 4. System operation and maintenance. 5. Water disposal. R Related Sections: 1. Section 02324 - Trenching 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Dewatering: No separate payment. 1.3 REFERENCES A. ASTM International: 1. ASTM C33 - Standard Specification for Concrete Aggregates. 1.4 DEFINITIONS A. Dewatering includes the following: 1. Lowering of ground water table and intercepting horizontal water seepage to prevent ground water from entering excavations and trenches. 2. Reducing piezometric pressure within strata to prevent failure or heaving of excavations and trenches. 3. Disposing of removed water. B. Surface Water Control: Removal of surface water within open excavations. 1.5 SYSTEM DESCRIPTION A. Provide dewatering and surface water control systems to permit Work to be completed on dry and stable subgrade. 1. Install well points or other approved methods to dewater. B. Furnish standby equipment stored at Project site and ready for immediate use upon failure of dewatering equipment. Dewatering 02241 - 1 1.6 PERFORMANCE REQUIREMENTS A. Design dewatering systems to: 1. Relieve hydrostatic pressures in confined water bearing strata below excavation to eliminate risk of uplift or other instability of excavation. 2. Prevent Toss of fines, quick condition, or softening of foundation subgrade. 3. Maintain stability of sides and bottoms of excavations and trenches. B. Design surface water control systems to: 1. Collect and remove surface water and seepage entering excavation. 1.7 SUBMITTALS A. Section 01330 - Submittal Procedures: Requirements for submittals. B. Shop Drawings: 1. Indicate dewatering system layout, well depths, well screen lengths, dewatering pump locations, pipe sizes and capacities, grades, filter sand gradations, surface water control devices, valves, and water disposal method and location. 2. Indicate primary and standby power system location and capacity. 3. Include detailed description of dewatering and monitoring system installation procedures and maintenance of equipment. 4. Include description of emergency procedures to follow when problems arise. C. Product Data: Submit data for each of the following: 1. Dewatering Pumps: Indicate sizes and capacities. 2. Pumping equipment for control of surface water within excavation. 1.8 CLOSEOUT SUBMITTALS A. Project Record Documents: Record actual locations and depths of capped wells and piping abandoned in place. 1.9 QUALITY ASSURANCE A. Comply with authorities having jurisdiction for the following: 1. Drilling and abandoning of wells used for dewatering systems. 2. Water discharge and disposal from pumping operations. 1.10 QUALIFICATIONS A. Installer: Company specializing in performing work of this section with minimum 5 -years documented experience and responsible for design, operation, and maintenance of dewatering system. 1. Assume sole responsibility for dewatering and surface water control systems and for loss or damage resulting from partial or complete failure Dewatering 02241 - 2 of protective measures and settlement or resultant damage caused by ground water control operations. 1.11 COORDINATION A. Coordinate work to permit the following construction operations to be completed on dry stable substrate. 1. Trenching for utilities specified in Section 02324. B. Coordinate work with railroad companies, utility companies, etc. when working adjacent to existing infrastructure. PART 2 PRODUCTS 2.1 DEWATERING EQUIPMENT A. Select dewatering equipment to meet specified performance requirements. PART 3 3.1 EXAMINATION A. Verify existing conditions before starting work. B. Conduct additional borings and investigations to supplement subsurface investigations as required to complete dewatering system design. C. Request underground utilities to be located and marked within and surrounding construction areas 3.2 PREPARATION A. Protect existing improvements from damage caused by dewatering operations. Provide outfall protection at system discharge point to prevent erosion. 3.3 DEWATERING SYSTEM A. Install dewatering system in accordance with shop drawings. B. Locate system components to allow continuous dewatering operations without interfering with installation of permanent Work and existing public rights -of -way, roadways, embankments, adjacent buildings, structures, and improvements. C. Drill wells in sizes and to depth indicated. Provide temporary surface casing when required to stabilize soil while advancing well. D. Perform work under supervision of Registered Geotechnical Engineer in the State of Georgia at locations shown on plans. Dewatering 02241 3 3.4 SURFACE WATER CONTROL SYSTEM A. Provide ditches, berms, and other devices to divert and drain surface water from excavation area as specified. B. Divert surface water and seepage water within excavation areas away from work. C. Control and remove unanticipated water seepage into excavation. 3.5 SYSTEM OPERATION AND MAINTENANCE A. Operate dewatering system continuously until backfilling is complete. B. Provide 24 -hour supervision of dewatering system by personnel skilled in operation, maintenance, and replacement of system components. C. Conduct daily obsery tion of dew sys and monitoring sys M required repairs and perform scheduled maintenance. D. Fill fuel tanks before tanks reach 25 percent capacity. E. Start emergency generators at least twice each week to check operating condition. F. When dewatering system cannot control water within excavation, notify Engineer and stop excavation work. 1. Supplement or modify dewatering system and provide other remedial measures to control water within excavation. 2. Demonstrate dewatering system operation complies with performance requirements before resuming excavation operations. G. Modify dewatering and surface water control systems when operation causes or threatens to cause damage to new construction, existing site improvements, adjacent property, or adjacent water wells. H. Correct unanticipated pressure conditions affecting dewatering system performance. 3.6 SYSTEM REMOVAL A. Remove dewatering and surface water control systems after dewatering operations are discontinued. 3.7 FIELD QUALITY CONTROL A. After dewatering system is installed, perform pumping test to determine when selected pumping rate lowers water level in well below pump intake. Adjust pump speed, discharge volume, or both to ensure proper operation of each pump. Dewatering 02241 - 4 B. Monitor and record the following, daily, until steady state conditions occur. Then monitor and record conditions twice each week. 1. Average discharge flow rate for each deep well, eductor header, and well point. C. Observe existing adjacent buildings, structures, and improvements daily to detect movement in comparison to original elevations during dewatering operations. Coordinate work with Geotechnical Engineer and railroad entity as applicable. 1. Notify Engineer immediately of measured movement. D. Submit initial installation reports to Project Inspector including the following: 1. Installation and development reports for well points and pumps. 2. Initial dewatering flow rates. E. Submit weekly monitoring reports to Project Inspector including the following: 1. Dewatering flow rates. - =_ 2. Maintenance records for dewatering and surface water control systems. END OF SECTION Dewatering 02241 - 5 • SECTION 02316 ROCK REMOVAL PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Removing rock discovered during excavation. B. Related Sections: 1. Section 02324 - Trenching: Trenching and backfilling for utilities. iIT PRICE MEASUREMENT �+ r-11 Ar-1.IT ARID PAYMENT 1 . UIVI 1 f'RIIrG - IVICHJIJRCIVICIV 1 HIV V P/-'t 1 rvluV 1 A. Rock Excavation: 1. Basis of Measurement: Per cubic yard of rock excavated. 2. Basis of Payment: Includes costs for blasting, labor, equipment, and material removal and disposal. 1.3 REFERENCES A. Augusta Utilities Department Standards and Specifications — August 2006. 1.4 DEFINITIONS A. Rock: Solid mineral material with volume in excess of 1/3 cu yd. PART 2 PRODUCTS NOT USED PART 3 EXECUTION 3.1 EXAMINATION A. Verify site conditions and note subsurface irregularities affecting Work of this section. 3.2 PREPARATION A. Identify required lines, levels, contours, and datum. Rock Removal 02316 - 1 3.3 ROCK REMOVAL BY MECHANICAL METHOD A. Excavate and remove rock by mechanical method. 1. Drill holes and use expansive tools, wedges, mechanical disintegration compound to fracture rock. B. Cut away rock at bottom of excavation to form level bearing. C. Remove shaled layers to provide sound and unshattered base for pipe foundations. D. Remove excavated materials from site. E. Correct unauthorized rock removal with Aggregate Type A2 placed and compacted in 6 -inch lifts. 3.4 ROCK REMOVAL BY EXPLOSIVE METHODS A. Contractor is prohibited from using any removal method involving explosives or explosive devices for rock removal. 3.5 FIELD QUALITY CONTROL A. Request visual inspection of foundation bearing surfaces by Augusta Utilities Department Inspector before installing subsequent work. END OF SECTION Rock Removal 02316 - 2 SECTION 02324 TRENCHING PART 1 GENERAL 1.1 SUMMARY A Section includes excavating trenches for utilities; compacted fill from top of utility bedding to subgrade elevations; and backfilling and compaction. The contractor's attention is also directed to the Geotechnical Report, as prepared by Graves Engineering, regarding trenching, excavating and dewatering activities. B Related Sections: 1. Section 02060 - Aggregate. 2. Section 02539 - Sanitary Sewage Systems. 3. Section 02630 — Storm Drainage. 4. Section 02760 — Flowable Fill Material 1.2 UNIT PRICE — MEASUREMENT & PAYMENT A No separate payment for excavating, trenching or backfilling activities. 1.3 REFERENCES A ASTM C136 - Method for Sieve Analysis of Fine and Coarse Aggregates. B ASTM D698 - Test Methods for Moisture - Density Relations of Soils and Soil- Aggregate Mixtures, Using 5.5 lb Rammer and 12 inch drop. C ASTM D1556 - Test Method for Density of Soil in Place by the Sand -Cone Method. D ASTM D2167 - Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method. E ASTM D2922 - Test Methods for Density of Soil and Soil- Aggregate in Place by Nuclear Methods (Shallow Depth). F ASTM D3017 - Test Methods for Moisture Content of Soil and Soil- Aggregate Mixtures. 1.4 DEFINITIONS A Utility: Any buried pipe, duct, conduit, or cable. 1.5 FIELD MEASUREMENTS A Verify field measurements prior to fabrication. Trenching 02324 - 1 1.6 COORDINATION A Verify Work associated with lower elevation utilities is complete before placing higher elevation utilities. PART 2 PRODUCTS 2.1 FILL MATERIALS A Fill Type S1: As specified in Section 02055. B Fill Type S2: As specified in Section 02760 (Flowable Fill Material). C Aggregate Type Al: As specified in Section 02060. PART 3 EXECUTION 3.1 LINES AND GRADES A Grades 1. Pipes shall be laid true to the lines and grades indicated. 2. The grade alignment of the pipe shall be maintained by the use of a string line parallel with the grade line and vertically above the centerline of the pipe. This line shall be established on level batter boards at intervals of not more than 25 feet. Batter boards shall span the trench and be rigidly anchored to substantial posts driven into the ground on each side of the trench. Three adjacent batter boards must be set before laying pipe to provide a check on the grades and line. Elevation and position of the string line shall be determined from the elevation and position of offset points or stakes located along the pipe route. Pipe shall not be laid using sidelines for line or grade. 3. As an alternative means of establishing alignment and grade, a "Laser - Beam" instrument may be utilized with a competent operator. B Location of Pipe Lines: 1. The location and approximate depths of the proposed pipelines are shown on the Drawings. 2. The Engineer reserves the right to make changes in lines, grades, and depths of pipelines and manholes when such changes are necessary. 3.2 PREPARATION A Identify required lines, levels, contours, and datum locations. B Protect plant life, lawns, and other features remaining as a portion of final landscaping. C Protect bench marks, existing structures, fences, sidewalks, paving, and curbs from excavating equipment and vehicular traffic. Trenching 02324 - 2 D Maintain and protect above and below grade utilities which are to remain. E Cut out soft areas of subgrade not capable of compaction in place. Backfill with Type Al material (Section 02060) and compact. Type A2 material (Section 02060) may be placed and compacted in wet areas at the direction of the Engineer or AUD field representative. 3.3 EXCAVATING A Excavate subsoil required for utilities to tie -in location. B Cut trenches sufficiently wide to enable installation and allow inspection. Remove water or materials that interfere with Work. C Do not interfere with 45 degree bearing splay of foundations. D Hand trim excavation. Hand trim for bell and spigot pipe joints. Remove loose matter. E Remove lumped subsoil, boulders, and rock up to 1/3 cubic yard, measured by volume. F Correct over excavated areas with Type Al material and compact (6 -inch thick lift — max.). G Stockpile excavated material in area designated on site and remove excess material not being used, from site. 3.4 TRENCHING A Excavations: 1. Excavation shall be dug so that the pipe can be laid and jointed properly. The trench shall be made so that the pipe can be laid to the alignment and depth as shown on the Drawings, and it shall be excavated only so far in advance of pipe laying as permitted by the Engineer. The excavation shall not be more than 16 inches wider at the bottom than the outside diameter of the pipe or structure. If there is no interference with construction, or adjacent property, and if soil permits, the Contractor at his own expense shall be permitted to slope the sidewalls of the excavation starting at a point 2 feet above the top of pipe. 2. The trench shall be excavated to the depth required so as to provide a uniform and continuous bearing and support for the pipe on bedding material at every point between joints, except where pipe slings or other lifting tackle are withdrawn. 3. Excavation Below Grade: a) Where excavation indicates that the subsurface materials at the bottom of the trench are in a loose or soft state, the Contractor shall be advised to excavate to a depth where suitable material is encountered, as directed by the Engineer. Trenching 02324 - 3 b) Where the bottom of the trench has been excavated by mistake to a greater depth than required, the Contractor shall refill this area using approved material. No additional compensation shall be given to the Contractor. Refilling with earth to bring the bottom of the trench to the proper grade will not be permitted. 4. Excavation within 24 inches of existing utilities shall be governed by specifications of the Owner of the respective utility. The Contractor shall obtain these specifications and follow the same at no extra cost. B Trenching in Advance of Pipe Laying: The trench for the pipe lines shall not be opened for a distance of more than 200 linear feet at any one time, unless authorized by the Engineer. Contractor shall not leave any trench open at the end of a working day, unless special conditions warrant as determined by the Engineer. If approved by Engineer, any portion of trench left open shall be covered with a steel plate or barricaded so that traffic, pedestrians or adjacent residents cannot encounter area. 3.5 SHEETING AND BRACING A General 1. Sheeting and bracing of all excavations shall conform to the latest statutes of the State of Georgia governing safety of workers in the construction industry. When necessary, in the opinion of the Engineer or Contractor, adequate sheeting and bracing shall be installed to prevent ground movement that may cause damage or settlement to adjacent structures, pipelines and utilities. Any damage due to settlement because of failure to use sheeting or because of inadequate bracing, or through negligence or fault of the Contractor in any other manner, shall be repaired at the Contractor's expense. 2. Sides of trenches in unsuitable, loose or soft material, five feet or more in depth, shall be shored, sheeted, braced, sloped, or otherwise supported by means of sufficient strength to protect employees working within them. B Sheeting Requirements: 1. Where excavations are made with vertical sides which require supporting, the sheeting and bracing shall be of sufficient strength to sustain the sides of the excavations and to prevent movement which could in any way injure the Work, or adjacent structures, or diminish the working space sufficiently to delay the Work. Special precautions shall be taken where there is additional pressure due to the presence of other structures. 2. It shall be the Contractor's responsibility to select sheeting and bracing of sufficient dimensions and strength to adequately support the sides of trenches and excavations. The Contractor shall provide a bracing /shoring design, prepared and stamped by a Registered Professional Engineer in the state of Georgia, to the AUD for review prior to beginning construction. 3. Timber sheeting shall conform in quality to select structural Douglas Fir lumber and shall be sound, live timber, free from sap, large checks, Trenching 02324 - 4 shakes, loose or decayed knots, worm holes, and other imperfections which may impair its strength or durability. 4. In wet excavation grooved sheeting shall be used to prevent passage of soil. Any voids between sheeting and face of excavation shall be filled with suitable material rammed in place. 5. Sheeting and bracing shall be removed before the completion of the Work, unless otherwise directed in writing by the Engineer. Sheeting which is left in place shall be cut off 18 inches below the original ground surface or as directed by the Engineer. Untreated wood will not be allowed to be left in place. 3.6 BACKFILLING A Backfill trenches to contours and elevations with unfrozen fill materials. B Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen, or spongy subgrade surfaces. C I Fill S F__. bedding elevation (top of bedding material), place � Soil rm Type .� I. From pipe bedding e i t lcvauvii �w vi uiru�.+ material), w place and compact material in equal continuous layers as specified within the drawings. D Employ a placement method that does not disturb or damage, utilities in trench. E Maintain optimum moisture content of fill materials to attain required compaction density. F Remove surplus fill materials from site. G Leave fill material stockpile areas completely free of excess fill materials. 3.7 TOLERANCES A Top Surface of Backfilling Under Paved Areas: Plus or minus 1/2 inch from required elevations. B Top Surface of General Backfilling: Plus or minus 1 inch from required elevations. 3.8 FIELD QUALITY CONTROL A Compaction testing will be performed in accordance with ASTM D698. B If tests indicate Work does not meet specified requirements, remove Work, replace, compact, and retest. C Frequency of Tests: 1 test / 200 I.f. / 2 feet of backfill. D Provide owner and Engineer with testing documentation and results. Trenching 02324 - 5 3.9 PROTECTION OF FINISHED WORK A Reshape and re- compact fills subjected to vehicular traffic during construction. 4.1 SCHEDULE A Sanitary Sewer 1. Refer to Augusta Utilities Department Detail #5. 2. Excavate and prepare subgrade. Place Aggregate Type A2 as required. Install pipe bedding in 6" maximum lifts and compact. Install pipe. Cover pipe and bedding with Type S1 (place in 6" maximum lifts and compact to 95% standard proctor) to a point 24" above top of pipe. Install select backfill material (Type S1) in 10" maximum lifts to 24" above top of pipe. Select material to be compacted (per lift) to 95% standard proctor. Native material can be used (if approved by Engineer or AUD field representative) from this point to grade if dried and prepared as recommended in the geotechnical report. If Engineer or AUD representative do not approve native material, then continue placement and compaction of select backfill material as previously noted. END OF SECTION Trenching 02324 - 6 SECTION 02446 BORING, JACKING, AND TUNNELING CONDUITS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Casing pipe. 2. Carrier pipe. B. Related Sections: 1. Section 02539 - Sanitary Sewage Systems. 1.2 MEASUREMENT AND PAYMENT 1. Basis of Measurement: Per linear foot. 2. Basis of Payment: Includes costs for casing piping, carrier piping, installation, asphalt cutting, restrained joints and gaskets, end seals, and normal backfill. 1.3 REFERENCES A. American Association of State Highway and Transportation Officials: 1. AASHTO M133 - Standard Specification for Preservatives and Pressure Treatment Processes for Timber. 2. AASHTO T180 - Standard Specification for Moisture - Density Relations of Soils using a 4.54 -kg (10 -Ib) Rammer and a 457 -mm (18 -in.) Drop. B. American Society for Testing and Materials: 1. ASTM A36/A36M - Standard Specification for Carbon Structural Steel. 2. ASTM A53 - Standard Specification for Pipe, Steel, Black and Hot - Dipped, Zinc - Coated, Welded and Seamless. 3. ASTM A307 - Standard Specification for Carbon Steel Bolts and Studs, 60 000 PSI Tensile Strength. 4. ASTM A449 - Standard Specification for Quenched and Tempered Steel Bolts and Studs. 5. ASTM A569/A569M - Standard Specification for Steel, Carbon (0.15 Maximum, Percent), Hot - Rolled Sheet and Strip Commercial Quality. 6. ASTM C404 - Standard Specification for Aggregates for Masonry Grout. 7. ASTM D698 - Standard Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft- Ibf /ft3 (600 kN- m /m3)). 8. ASTM D1557 - Standard Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort (6,000 ft- Ibf /ft3 (2,700 kN- m/m3)). 9. ASTM D2922 - Standard Test Method for Density of Soil and Soil - Aggregate in Place by Nuclear Methods (Shallow Depth). Boring, Jacking, and Tunneling Conduits 02446 - 1 10. ASTM D3017 - Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). C. American Wood - Preservers' Association: 1. AWPA C1 - All Timber Products - Preservative Treatment by Pressure Process. D. American Welding Society: 1. AWS D1.1 - Structural Welding Code - Steel. E. National Utility Contractors Association: 1. NUCA - Pipe Jacking & Microtunneling Design Guide. 2. NUCA - Trenchless Excavation Construction Equipment & Methods Manual. F. Georgia Department of Transportation Standard Specifications for Construction of Transportation Systems, 2001 Edition. G. Georgia Department of Transportation Utility Accommodation Policy and Standards, 1988 Edition. 1.4 SUBMITTALS A. Manufacturer's Certificate: Certify products meet or exceed requirements. 1.5 CLOSEOUT SUBMITTALS A. Project Record Documents: Record actual locations of casing or tunnel liner, carrier pipe and invert elevations. B. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 1.6 QUALITY ASSURANCE A. Perform work in accordance with Georgia Department of Transportation Standard Specifications Section 615. 1.7 QUALIFICATIONS A. Installer: Company specializing in performing work of this section. 1. Work Experience: Include projects of similar magnitude and conditions. 2. Furnish list of references upon request. 1.8 DELIVERY, STORAGE, AND HANDLING A. Provide temporary end caps and closures on piping and fittings. Maintain in place until installation. Boring, Jacking, and Tunneling Conduits 02446 - 2 B. Protect piping systems from entry of foreign materials and water by temporary covers, completing sections of work, and isolating parts of completed system. C. Accept system components on site in manufacturer's original containers or configuration. Inspect for damage. D. Use wooden shipping braces between layers of stacked pipe. Stack piping lengths no more than 3 layers high. E. Store field joint materials indoors in dry area in original shipping containers. F. Support casing and carrier pipes with nylon slings during handling. 1.9 ENVIRONMENTAL REQUIREMENTS A. Conduct operations so as not to interfere with, interrupt, damage, destroy, or endanger integrity of surface or subsurface structures or utilities, and landscape in immediate or adjacent areas. 1.10 FIELD MEASUREMENTS A. Verify elevations of existing work prior to excavation and installation of casing. 1.11 COORDINATION A Coordinate pipe marker sign location with Railroad representative in field. B Coordinate work with Georgia Department of Transportation and City of Augusta Engineering Department where crossing Georgia Department of Transportation or City right -of -way. PART 2 PRODUCTS 2.1 CASING AND JACKING PIPE MATERIALS A. Furnish materials in accordance with Georgia Department of Transportation Standard Specifications, Section 615 and Section 847.2.02. 2.2 CARRIER PIPE MATERIALS A. Sanitary Sewer Main; Ductile Iron — refer to Section 02539. B. Casing Spacers: Casing spacers are to be 12- inches wide, stainless steel. 1. Cascade, CCS -ER 2. BWM, BWM -SS -12 3. Engineer approved equal Boring, Jacking, and Tunneling Conduits 02446 - 3 2.3 GROUT AND COVER MATERIALS A. Soil Backfill for Trench Approaches and Pits to Finish Grade: Soil Type S1 as specified in Section 02055. B. Seal at Pipe Ends: No bricks will be accepted. Pull-on or wrap around end seals to be: 1. Cascade 2. BWM 3. Engineer approved equal 2.4 ACCESSORIES A. All accessories required to complete Jacking and Boring of pipe shall meet the requirements of Georgia Department of Transportation Standard Specifications, Section 615. PART 3 EXECUTION 3.1 EXAMINATION A. Verify connection to existing piping system size, location, and invert elevations are in accordance with Drawings. 3.2 PREPARATION A. Identify required lines, levels, contours and datum locations. B. Locate, identify and protect utilities indicated to remain from damage. C. Coordinate any utility relocation with respective utility companies. D. Protect plant life, lawns and other features remaining as portion of final landscaping. E. Protect benchmarks, survey control points, existing structures, fences, sidewalks, paving and curbs from excavating equipment and vehicular traffic. 3.3 DEWATERING A. Intercept and divert surface drainage precipitation and groundwater away from excavation through use of dikes, curb walls, ditches, pipes, sumps or other means. B. Develop substantially dry subgrade for prosecution of subsequent operations. C. Comply with Georgia Department of Transportation and the manual for Erosion and Sediment Control in Georgia requirements for dewatering to any Boring, Jacking, and Tunneling Conduits 02446 - 4 watercourse, prevention of stream degradation, and erosion and sediment control. 3.4 PITS OR APPROACH TRENCHES A. Excavate approach trenches or pits in accordance with drawings, as site conditions require. B. Ensure casing entrance face as near perpendicular to alignment as conditions permit. C. Establish vertical entrance face at least 1 foot above top of casing. 3.5 CASING AND CARRIER PIPE INSTALLATION A. Pipe jacking and boring to be performed as per Georgia Department of Transportation Standard Specifications, Section 615. B. Casing spacers to be placed at 10 -foot intervals along carrier pipe. Additionally, one spacer shall be placed 2 -feet from each end of the casing. 3.6 FIELD QUALITY CONTROL A. Registered Geotechnical Engineer shall observe / monitor work as specified in plans. B. Compaction Testing: In accordance with ASTM D698. C. When tests indicate Work does not meet specified requirements, remove Work, replace and retest. D. Frequency of Compaction Testing: Backfill of excavation pits to be tested as follows: 1 test / 3 feet of backfill. 3.7 REMOVAL OF FACILITIES AND CONTROLS A. Remove temporary facilities for casing installation and jacking operations. END OF SECTION Boring, Jacking, and Tunneling Conduits 02446 - 5 SECTION 02539 SANITARY SEWAGE SYSTEMS 1 GENERAL 1.1 SUMMARY A. Section includes sanitary sewerage drainage piping, fittings, accessories, bedding and connection of sanitary drainage system to existing sewers. B. Related Sections 1. Section 02060 — Aggregate: Pipe Bedding 2. Section 02241 - Dewatering 3. Section 02324 - Trenching 4. Section 02446 — Boring- Jacking and Tunneling Conduits 5. Section 02633SS — Sanitary Manholes, Frames, and Covers 1.2 UNIT PRICE — MEASUREMENT AND PAYMENT A. Sanitary Sewer Pipe; Depths vary, refer to Bid Schedule; PVC or DIP: 1. Basis of Measurement: Per linear foot for each depth classification. 2. Basis of Payment: Shall include costs for piping and installation, trench excavation, trench box, dewatering, asphalt cutting, normal joints and gaskets, normal backfill, infiltration and exfiltration testing, mandrel pulling, and CCTV camera inspection as required. Camera inspection shall include all costs for closed circuit camera inspection of the sanitary sewer system, including mobilization, demobilization, inspection, videotape copies, and field reports. B. 6" Sanitary Sewer Service - Complete: 1, Basis of Measurement: Per each. 2, Basis of Payment: 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, and property restoration. C. Ductile Iron Pipe Polyethylene Encasement: 1 Basis of Measurement: Per linear foot. 2 Basis of Payment: Shall include costs for pipe wrap materials and installation. 1.3 REFERENCES A. ANSI /AWWA C104/A21.4 — American National Standard for Cement Mortar Lining for Ductile Iron Pipe and Fittings for Water. B. ANSI /AWWA C150/A21.50 — American National Standard for the Thickness Design of Ductile Iron Pipe. C. ASTM A674 — Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water and Other Liquids. Sanitary Sewage Systems 02539 - 1 D. ANSI /ASTM D698 - Test Methods for Moisture - Density Relations of Soils and Soil- Aggregate Mixtures, Using 5.5 lb Rammer and 12 inch drop. E. ANSI /ASTM D2321 - Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe. F. ANSI /ASTM D3034 - Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. G. ASTM D2922 - Test Methods for Density of Soil and Soil- Aggregate in Place by Nuclear Methods (Shallow Depth). H. ASTM D3017 - Test Methods for Moisture Content of Soil and Soil- Aggregate Mixtures. I. ASTM F477 — Rubber Gaskets for Polyvinyl Chloride (PVC) pipe. J. ASTM A746 — Standard Specification for Ductile Iron Gravity Sewer pipe. � � for Rubber-Gasket _,. i...a �.,:.. i.... 1'1....1;1.. K. ANSI/A21.11 — American National Standard ioi RubbeI-Gasket Joints for Ductile Iron Pressure Pipe and Fittings. L. DIPRA — Ductile Iron Pipe Research Association. 1.4 DEFINITIONS A. Bedding: Fill placed under and beside the pipe; prior to subsequent backfill operations. 1.5 FIELD MEASUREMENTS A. Verify that field measurements and elevations are as indicated. 1.6 COORDINATION A. Coordinate the Work with existing sanitary sewer system. Existing 30 -inch RCP main line to remain in service until new main is tested and approved. 2 PRODUCTS 2.1 SEWER PIPE MATERIALS A. Plastic Pipe: • 12" Diameter and Smaller Diameter: ANSI /ASTM D3034, Type SDR35, Poly (Vinyl Chloride) (PVC) material; bell and spigot style with rubber gasket (ASTM F477). • Pipe Diameter Greater than 12" Diameter: ASTM D -3034, SDR 26 pipe. B. Ductile Iron Pipe: Epoxy lined conforming to AWWA C151 /ANSI A21.51, bell and spigot style with push -on joints conforming to ANSI /AWWA C111/ A21.11. Sanitary Sewage Systems 02539 - 2 42" and 48" diameter to be Class 250. Pipes 16" diameter and smaller to be Class 350. Approved Standard Joint Pipe Systems: US Pipe Tyton joint, American Pipe Co. Fastite Joint or Engineer approved equal. ii. Approved Restrained Joint Pipe Systems: US Pipe TR Flex, American Pipe Co. Flex -Ring or Engineer approved equal. iii. Approved Epoxy Lining: Protecto 401 or Engineer approved equal. 2.2 BEDDING MATERIALS A. Bedding: #57 stone meeting Georgia Department of Transportation Standard Specifications Section 800. 2.3 POLYETHYLENE ENCASEMENT A. "Poly-Wrap": Refer to supplemental specification prepared by Corrpro Companies, inc., for Polyethylene Encasement specifications. 3 EXECUTION 3.1 EXAMINATION A. Verify that trench cut is ready to receive work and excavations, dimensions, and elevations are as indicated on drawings. 3.2 PREPARATION A. Dewater sewer alignment in advance of proposed work. B. Correct over excavation with coarse aggregate Type A2, as specified in Section 02060. C. Remove large stones or other hard matter which could damage pipe or impede consistent backfilling or compaction. D. Compact subgrade prior to placement of bedding. 3.3 BEDDING A. Excavate pipe trench in accordance with Section 02324 for Work of this section. Hand trim excavation for accurate placement of pipe to elevations indicated. B. Place bedding material at trench bottom. C. Maintain optimum moisture content of bedding material to attain required compaction density. 3.4 INSTALLATION - PIPE Sanitary Sewage Systems 02539 - 3 A. Install pipe, fittings, and accessories in accordance with Augusta Utilities Department Standards and Specifications. B. Lay pipe to slope gradients noted on drawings; with maximum variation from true slope of 1/8 inch in 10 feet. C. Refer to Section 02324 for trenching requirements. Do not displace or damage pipe when compacting backfill. D. Refer to Section 02633 for manhole requirements. 3.5 INSTALLATION — POLYETHYLENE ENCASEMENT A. Encase (single wrap) ductile iron pipe as noted in the schedule below: • Stations: 53 +42 to 65 +47 • Stations: 80 +97 to 108 +00 • Stations: 123 +56 to 126 +95 3.6 FIELD QUALITY CONTROL A. Request inspection prior to and immediately after placing bedding. B. Compaction testing will be performed in accordance with ASTM D698. C. If tests indicate Work does not meet specified requirements, remove Work, replace and retest at no cost to Owner. D. Frequency of Tests: 1 test / 200 I.f. trench / 2 feet of backfill. E. Infiltration /Exfiltration Leakage Test: Use low pressure air test as per UNI Bell Specifications, UNI- 8 -6 -98. Reference: uni- bell.org /literature.php F. Deflection Test: For PVC sewer mains, deflection tests should be conducted using a go /no -go mandrel. The mandrel's outside dimension shall be sized to permit no more than 5.0 percent deflection. The percent deflection shall be established from the base inside diameter of the pipe. The mandrel shall be approved by the field inspector or Owner representative prior to use. 3.7 PROTECTION OF FINISHED INSTALLATION A. Protect pipe and cover from damage or displacement until backfilling operation is in progress. B. All clean -outs shall be installed to finished grade. END OF SECTION Sanitary Sewage Systems 02539 - 4 POLYETHYLENE ENCASEMENT SPECIFICATION FOR DUCTILE IRON PIPE POLYETHYLENE ENCASEMENT FOR DUCTILE IRON PIPE IN DESIGNATED WETLANDS AUGUSTA UTILITIES BUTLER CREEK INTERCEPTOR UPGRADE EAST PART 1 GENERAL 1.01 SECTION INCLUDES A. Polyethylene encasement that may be part of the corrosion protection system as indicated in Summary of Work. B. Specifications for materials and installation of polyethylene encasement for pipe, valves, fittings, and other appurtenances in d-� ductile or cast iron systems. 1.02 MEASUREMENT AND PAYMENT A. Unit Prices- Linear Foot: Include cost of polyethylene encasement per Linear Foot for pipes and fittings to be encased. 1.03 REFERENCES A. ASTM D 149 — Standard Test Method for Dielectric Breakdown Voltage and Dielectric Strength of Solid Electrical Insulating Materials at Commercial Power Frequencies. B. ASTM D 882 — Standard Test Method for Tensile Properties of Thin Plastic Sheeting. C. ASTM D 1709 — Standard Test Methods for Impact Resistance of Plastic Film by the Free- Falling Dart Method. D. ASTM D 1922 — Standard Test Method for Propagation Tear Resistance of Plastic Film and Thin Sheeting by Pendulum Method. E. ASTM D 4976 — Standard Specification for Polyethylene Plastics Molding and Extrusion Materials. F. ANSI /AWWA C600 — Standard for Installation of Ductile -Iron Water Mains and Their Appurtenances. G. ANSI /AWWA C105/A21.5 - Polyethylene Encasement for Ductile -Iron Pipe Systems. CORRPRO COMPANIES, INC. Page 1 of 8 POLYETHYLENE ENCASEMENT SPECIFICATION FOR DUCTILE IRON PIPE 1.04 SUBMITTALS A. Product Data: Submit product data for proposed film, and tape or plastic tie straps for approval. All film to be used in accordance with this standard specification shall be manufactured from virgin polyethylene, shall not be recycled and shall be purchased new for the project, clean, sound and without defects. B. Samples: Submit samples of polyethylene tube and/or sheet for approval. Provide one sample of tube for each pipe diameter and one sample of each sheet material to be used. Samples shall be a minimum of 10 square feet of standard production material. C. Quality Assurance Plan: Submit quality assurance plans for film manufacturing and field application. a. Film Manufacturing: The manufacturer of polyethylene film for corrosion protection encasement of ductile iron pipe shall have a verifiable quality control system to assure that film is produced from only virgin polyethylene and that it complies with all requirements of this specification:. Documentation of Quality Control procedures and test results shall be submitted and shall be made available for inspection for at least one year. A current ISO certificate may be used in lieu of other quality control documentation. b. Field Application: The contractor shall develop, and submit for approval, a comprehensive Quality Assurance Plan for installation of polyethylene encasement. Address all aspects of material and pipe handling, bedding, preparation of pipe surface, film installation and anchoring, service taps and backfill. Include written procedures to be used by installers. D. Manufacturer's Certification: Submit polyethylene film manufacturer's certification of compliance with this Section. The polyethylene film manufacturer shall provide a notarized statement from an officer of the company that the film meets the inspection and all applicable material specifications of this specification. The manufacturer's statement of compliance must be verifiable. Statements from distributors or contractors shall not be accepted in lieu of a statement from the original manufacturer of the polyethylene film. E. Installer Qualifications: Polyethylene encasement shall only be installed by qualified persons who have been trained in the proper procedures described in Part 3 of these specifications. F. Qualified Persons: Qualified persons shall be those that have had training and experience in the installation of polyethylene encasement for corrosion protection of ductile iron pipe. Such persons may be qualified by the Ductile Iron Pipe Research Association, ductile iron pipe manufacturers or engineering /inspection firms who offer training courses in the proper method(s) of installation. Proof of qualifications shall be submitted with the shop drawings and shall be provided to project inspectors upon request. CORRPRO COMPANIES, INC. Page 2 of 8 POLYETHYLENE ENCASEMENT SPECIFICATION FOR DUCTILE IRON PIPE 0 PART 2 PRODUCTS 2.01 MATERIALS A. Polyethylene Film: Tubular or sheet form without tears, breaks or defects, conforming to the following requirements. 1. High - Density, Cross - Laminated, Polyethylene: High — density, cross - laminated polyethylene film manufactured from virgin polyethylene material conforming to the following: a. Raw Material. Raw materials to meet the requirements of ASTM D 4976: 1. Group: 2 (Linear) 2. High - density: 0.940 to 0.960 g /cm 3. Volume Resistivity: 10 ohm -cm minimum b. Physical Properties: Physical properties of finished film to be as follows: 1. Tensile Strength: 6,300 psi. minimum in machine and transverse direction (ASTM D 882) 2. Elongation: 100 percent minimum in machine and transverse direction (ASTM D 882) as measured using rubber lined grips. 3. Dielectric Strength: 800 volts /mil thickness minimum (ASTM D 149) 4. Impact Resistance: 800 grams minimum (ASTM D 1709 Method B) 5. Propagation Tear Resistance: 250 grams force minimum in machine and transverse direction (ASTM D1922) c. Thickness: High- density, cross - laminated polyethylene film shall have a minimum thickness of 0.004 in. (4 mils). d. Color: Supply white polyethylene film with a minimum 2 percent hindered -amine ultraviolet inhibitor. Where a color other than white is required for purposes of identification, it shall comply with the raw material and physical property requirements of this specification, shall not be manufactured with pigments containing controlled substances, and shall not degrade under ultraviolet exposure during storage and while on the project site. CORRPRO COMPANIES, INC. Page 3 of 8 POLYETHYLENE ENCASEMENT SPECIFICATION FOR DUCTILE IRON PIPE e. Polyethylene Tube and Sheet Size: For push -on joint pipe, polyethylene tube and sheet sizes to conform to the following: Nominal Pipe Diameter Minimum Polyethylene Width -- Inches Inches Flat Tube Sheet 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 2. Large Bell Circumferences: Where bell ends of the pipe are larger than the tube or sheet sizes listed above, use sufficiently large tubes or sheets to cover the joints 3. Marking: The polyethylene film shall be clearly marked every two feet with the following information: a. Manufacturer's name or trademark b. Year of manufacture c. ANSI /AWWA C105/A21.5 d. Minimum film thickness and material type (HDCLPE or LLDPE) e. Applicable range of nominal pipe diameter size(s) f. Warning — Corrosion Protection — Repair Any Damage Letters and numerals used for marking items "a" through "e" shall not be less than 1 inch in height and item "f' shall not be less than 1 1/2 inches in height. B. Polyethylene Tape: Provide 1 '/2 -inch wide, plastic- backed, adhesive tape for fitting and anchoring the encasement. Acceptable tapes are Fulton No. 355, Polyken No. 900, Scotchwrap No. 50, or other approved tape. Fulton Tie Strips are an approved alternative to tape. For patching or repairing the polyethylene film, use only polyethylene tape. CORRPRO COMPANIES, INC. Page 4 of 8 POLYETHYLENE ENCASEMENT SPECIFICATION FOR DUCTILE IRON PIPE PART 3 EXECUTION 3.01 PREPARATION A. Remove lumps of clay, mud, and cinders from pipe surface prior to installation of polyethylene encasement. Prevent soil or embedment material from becoming trapped between pipe and polyethylene. B. Fabric slings and padded forks shall be used for transport of wrapped pipe. Chains or cables shall not be used. Do not damage the polyethylene encasement. C. For installations below water table or in areas subject to tidal actions tube form polyethylene encasement shall be used. Completely seal both ends of the polyethylene tube with adhesive tape at joint overlap. Circumferentially wrap with tape or plastic tie straps every two feet along the barrel. 3.02 INSTALLATION A. Tubular Type (Method A): 1. Cut polyethylene tube to a length approximately 2 feet longer than pipe section. Slip tube around pipe, centering tube to provide 1 -foot overlap on each adjacent pipe section. Bunch accordion - fashion lengthwise until it clears pipe ends. 2. Make shallow bell hole at joints to facilitate installation of polyethylene tube completely around pipe. Lower pipe into trench and make up pipe joint with preceding section of pipe. Methods other than bell holes shall be allowed, provided the polyethylene tube completely encases the pipe joints, including a minimum overlap of 1 -foot. 3. After assembling pipe joint, make overlap of polyethylene tube. Pull bunched polyethylene from preceding length of pipe, slip it over end of adjoining length of pipe, and secure in place. Then slip end of polyethylene from adjoining pipe section over end of first wrap until it overlaps joint at end of preceding length of pipe. Secure overlap in place. 4. For each pipe length, take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold with tape at quarter points. Avoid a tight fit to prevent stretching the polyethylene where it bridges irregular surfaces, such as bell and spigot joints, restrained and bolted joints, and fittings; and to prevent damage to film during backfilling. The length of tape to secure wrap shall be no less than 1 -foot. 5. Repair cuts, tears, punctures, or other damage to polyethylene. Proceed with installation of next section of pipe in same manner. CORRPRO COMPANIES, INC. Page 5 of 8 POLYETHYLENE ENCASEMENT SPECIFICATION FOR DUCTILE IRON PIPE B. Tubular Type (Method B): 1. Cut polyethylene tube to a length approximately 1 foot shorter than pipe section. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points; secure ends. 2. Make shallow bell hole at joints to facilitate installation of polyethylene tube completely around pipe. Lower pipe into trench and make up pipe joint with preceding section of pipe. Methods other than bell holes shall be allowed, provided the polyethylene tube completely encases the pipe joints, including a minimum overlap of 1 -foot. 3. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold with tape at quarter points. Avoid a tight fit to prevent stretching the polyethylene where it bridges irregular surfaces, such as bell and spigot joints, restrained and bolted joints, and fittings; and to prevent damage to film during backfilling. The length of tape to secure wrap shall be no less than 1 -foot. 4. Before making up joint, slip 4 -foot length of polyethylene tube over end of preceding pipe section, bunching in accordion - fashion lengthwise. After completing joint, pull 4- foot length of polyethylene over joint, overlapping polyethylene previously placed on each adjacent section of pipe by at least 1 foot; make each end snug and secure. 5. Repair cuts, tears, punctures, or other damage to polyethylene. Proceed with installation of next section of pipe in same manner. C. Sheet Type (Method C) — Applicable to Valves, Tees, Elbows and Other Fittings Only: 1 Cut polyethylene sheet to a length approximately 2 feet longer than pipe section. Center length to provide 1 -foot overlap on each adjacent pipe section, bunching sheet until it clears pipe ends. Wrap polyethylene around pipe so that sheet circumferentially overlaps top quadrant of pipe. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 2. Lower wrapped pipe into trench and make up pipe joint with preceding section of pipe. Make shallow bell hole at joints to facilitate installation of polyethylene. After completing joint, make overlap and secure ends. 3. Repair cuts, tears, punctures, or other damage to polyethylene. Proceed with installation of next section of pipe in same manner. D. Installation in Directional Drilled Bore: CORRPRO COMPANIES, INC. Page 6 of 8 POLYETHYLENE ENCASEMENT SPECIFICATION FOR DUCTILE IRON PIPE 1. Install as described in 3.02A. Tubular Type (Method A) with the exception that the polyethylene encasement overlap must face away from the pull direction to avoid the under film accumulation of drilling mud and other foreign matter. 2. Attach pulling head to spigot end of the leading pipe length. 3. Securely anchor the polyethylene tube to the end of the barrel of the leading pipe length by continuously taping the leading two feet of the barrel with overlapping tape wrap. Anchor the first wraps of tape directly on to the barrel of the pipe and extend the continuous taping on to the polyethylene encasement. For the remainder of the leading pipe length, overlap circumferential wraps of tape every one foot. 4. The drilling fluid and cuttings shall not enter under the polyethylene tube during the pull back or other operations. At assembled joints, the polyethylene overlap shall always have the forward pipe's polyethylene tube overlap the next following pipe's tube. The polyethylene on both sides of the joint shall be secured with circumferential wraps of tape or plastic tie straps. 5. Continue process by wrapping tape on each side of successive joints and every two feet along barrel. E. Pipe- shaped Appurtenances: Cover bends, reducers, offsets, and other pipe- shaped appurtenances with polyethylene in same manner as pipe. F. Odd - shaped Appurtenances: When it is not practical to wrap valves, tees, crosses, and other odd - shaped pieces in tube, wrap with flat sheet or split length of polyethylene tube by passing sheet around appurtenance and encasing it. Make seams by bringing edges together, folding over twice, and taping down. Tape polyethylene securely in place at valve stem and other penetrations. G. Openings in Encasement: Create openings for branches, saddles, service taps, blowoffs, air valves, and similar appurtenances by making an X- shaped cut in polyethylene and temporarily folding back film. After appurtenance is installed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene, with tape. H. Hydrant Drain Relief: For hydrant relief holes and similar orifices, apply 3 wraps of tape completely around the polyethylene encased pipe, then, with a utility knife, cut a hole in the tape and polyethylene that is 1 -inch larger in diameter than the orifice /opening. I. Direct Service Taps: For direct service taps, apply 3 wraps of tape completely around the polyethylene encased pipe to cover the area where the tapping machine and chain will be mounted. After the tapping machine is mounted, install the corporation stop directly through the tape and polyethylene. After the direct tap is completed, the entire circumferential area shall be closely inspected and repaired as needed. CORRPRO COMPANIES, INC. Page 7 of 8 POLYETHYLENE ENCASEMENT SPECIFICATION FOR DUCTILE IRON PIPE J. Service Connections: Wrap service lines of copper and other dissimilar metals with polyethylene or suitable dielectric tape for a minimum clear distance of 3 feet away from the cast or ductile iron pipe. Surface preparation and method of application shall follow tape manufacturer's written instructions. K. Junctions between Wrapped and Unwrapped Pipe: Where polyethylene- wrapped pipe joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for at least 3 feet. Secure end with circumferential turns of tape. L. Installation of Pipe through Casings: Polyethylene encasement shall be used for pipe through casings. Use a single layer of polyethylene film. Casing spacers (insulated type) and casing end seals shall be installed. Do not damage the polyethylene film where these devices are attached to the pipe, over the encasement. 3.03 REPAIRS Repair any cuts, tears, punctures, or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around pipe to cover damaged area, and secured in place. 3.04 BACKFILL Prevent damage to the polyethylene wrap when placing backfll. Assure backfill material is free from cinders, refuse, boulders, rocks, stones, or other material that could damage the polyethylene. Follow AWWA C600 for backfilling. 3.05 QUALITY ASSURANCE A. Freedom from Defects: All polyethylene film shall be clean, sound and free from defects. B. Inspection: All parts of this Section are subject to inspection by the owner or its designated representative. C. Non - Compliance: The Contractor will correct any deficiencies in materials or installation at his expense, including excavating the pipe subsequent to backfilling and re- installing the polyethylene wrap. END OF SECTION CORRPRO COMPANIES, INC. Page 8 of 8 SECTION 02633 STORM SEWER DRAINAGE STRUCTURES PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Storm Sewer drainage structures. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Safety End Section: 1. Basis of Measurement: To be included in the lump sum construction item. 2. Basis of Payment: Includes construction, installation, excavating, forming and sealing pipe inlets and outlets and backfilling and compacting around structure to subgrade elevation. 1.3 REFERENCES A. ACI (American Concrete Institute) 318 - Building Code Requirements for Reinforced Concrete. B. ACI (American Concrete Institute) 530 - Building Code Requirements for Masonry Structures. C. ASTM C497 - Test Method for Concrete Pipe, Manhole Sections, or Tile. D. ASTM C913 - Precast Concrete Water and Wastewater Structures. E. ASTM C923 - Resilient Connectors Between Reinforced Concrete Manhole Structures and Pipes. F. Georgia Department of Transportation Standards and Specifications. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with Georgia Department of Transportation Standards and Specifications and as indicated on construction drawings. 1.5 DELIVERY, STORAGE AND HANDLING A. Comply with precast concrete manufacturer's instructions for unloading, storing and moving precast drainage structures. B. Store precast drainage structures to prevent damage to Owner's property or other public or private property. Repair property damaged from materials storage. Storm Sewer Drainage Structures 02633 - 1 C. Mark each precast structure by indentation or waterproof paint showing date of manufacture, manufacturer, and identifying symbols and numbers shown on Drawings to indicate its intended use. PART 2 PRODUCTS 2.1 STORM DRAIN PIPE A. Pipe to be reinforced concrete pipe, Class III, meeting ASTM C -76, including all revisions. B. Joints: Pipe joints to be bell and spigot type with 0-ring gasket in accordance with ASTM C443. PART 3 EXECUTION 3.1 EXAMINATION A. Verify items provided by other sections of Work are properly sized and located. B. Verify built -in items are in proper location, and ready for roughing into Work. C. Verify excavation for manholes is correct. 3.2 PREPARATION A. Coordinate placement of inlet and outlet pipe or duct sleeves required by other sections. B. Do not install structures where site conditions induce loads exceeding structural capacity of structures. C. Inspect precast concrete structures immediately prior to placement in excavation to verify structures are internally clean and free from damage. Remove and replace damaged units. 3.3 INSTALLATION • A. Excavation and Backfill: 1. When groundwater is encountered, prevent accumulation of water in excavations. Place drainage structures in dry trench. 2. Where possibility exists of watertight structure becoming buoyant in flooded excavation, anchor structure to avoid flotation. 3. Assure structure is constructed on a prepared subgrade, compacted to 95 percent standard proctor. 3.4 INSTALLATION - DRAINAGE STRUCTURES A. Safety End Section: Safety end section shall be concrete and meet Georgia Department of Transportation Standard 1122. Storm Sewer Drainage Structures 02633 - 2 3.5 FIELD QUALITY CONTROL A. Compaction Testing: In accordance with ASTM D698 to density specified in Section 02324. B. When tests indicate Work does not meet specified requirements, remove Work, replace and retest. 3.6 PROTECTION OF FINISHED WORK A. Protect structure and cover from damage or displacement until backfilling operation is in progress. 1. Take care not to damage or displace pipe and joints during construction of pipe supports, backfilling, testing, and other operations. 2. Repair and replace structure or existing pipe that is damaged or displaced from construction operations. END OF SECTION Storm Sewer Drainage Structures 02633 - 3 SECTION 02633SS SANITARY MANHOLES, FRAMES, AND COVERS 1 GENERAL 1.1 SUMMARY A Section Includes: 1. Sanitary sewer manholes and accessories. B Related Sections: 1. Section 02324 - Trenching. 2. Section 02539 — Sanitary Sewer Systems. 1. UNIT PRICE — MEASUREMENT AND PAYMENT A. Sanitary Sewer Manhole (Type 1 or 2), Depth 0' -6' (Diameter varies): 1. Basis of Measurement: Per each. 2. Basis of Payment: 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. B. Additional Sanitary Manhole Depth, Type 1 Depth, Classes 1 -3: 1. Basis of Measurement: Per vertical foot. 2. Basis of Payment: Shall include costs for excavation, dewatering, and backfill as specified by type and class. Refer to Georgia Department of Transportation Standard Specifications — Section 668.4 for additional depth manhole depth classification. C. Dog House / Connector Manhole (Diameter varies), including base, cone and ring /cover: 1. Basis of Measurement: Per each. 2. Basis of Payment: Shall include the costs for excavation, dewatering, asphalt cutting, pipe cutting, collars and boots, grouting and / or other connections, installation, supporting or bracing existing pipe, and normal backfill. The costs for the base section, first riser, cone section, and ring and cover shall be included within this line item. Additional depth manhole sections shall be included within the appropriate manhole line item. No additional payment shall be made for these items. Sanitary Manhole Frames, and Covers 02633SS - 1 D. Outside Drop Piping — Complete: 1. Basis of Measurement: Per each. 2. Basis of Payment: Shall include the costs for all items associated with the drop manhole detail (AUD Detail #1), exclusive of the manhole or manhole extensions. 1.3 REFERENCES A ACI (American Concrete Institute) 530 - Building Code Requirements for Masonry Structures. B ASTM A48 - Gray Iron Castings. C ASTM A536 - Ductile Iron Castings. D ASTM C39 Test M fnr Compressive Ctrennth of cy!inrirlca! concrete V /'w � Ivy vela - Test Met! v. v..�... vvv..... .. y ... ..� . . .. . . ..� . Specimens. E ASTM C62 - Building Brick (Solid Masonry Units Made from Clay or Shale). F Georgia Department of Transportation Standard Specifications for Transportation Systems, 2001 Edition. G Augusta Utilities Department Standards and Specifications. 1.4 QUALITY ASSURANCE A Perform Work in accordance with plans and specifications. 2 PRODUCTS 2.1 MANHOLES, FRAMES, AND COVERS A Ring and cover to be US Foundry Model #668- KL -BWTL (Bolted Water Tight) — no ventilation holes, or Engineer approved equal. B Ring to be precast into cone section of manhole. Contractor is responsible for coordinating such work with precast manufacturer. C Mortar and Grout: Conform to Georgia Department of Transportation Standard Section 834.03 Mortar and Grout. Sanitary Manhole Frames, and Covers 02633SS - 2 2.2 COMPONENTS A Sanitary Manhole Construction: Conforming to Augusta Utilities Department Standards, detail #13.05 as shown in construction plans. B Connector Manhole Construction: Refer to construction plans. 3 EXECUTION 3.1 EXAMINATION A Verify items provided by other sections of Work are properly sized and located. B Verify that built -in items are in proper location, and ready for roughing into Work. l r t: for manhoes t 1. Verily excavation Dui manholes is correct. 3.2 PREPARATION A Coordinate placement of inlet and outlet pipe or duct sleeves as required. B Do not install structures under site conditions known to result in loads heavier than that for which the structure was designed. 3.3 INSTALLATION A Excavation and Backfill: 1. Excavate for manholes and drainage structures in accordance with Section 02324 in the location and to depth shown. Provide clearance around the sidewalis of the structure as required for construction. 2. If groundwater is encountered, prevent accumulation of water in excavations. Place manholes or drainage structures in a dry trench. 3. Where the possibility exists of a watertight structure becoming buoyant in a flooded excavation, take necessary steps to avoid flotation of the structure. END OF SECTION Sanitary Manhole Frames, and Covers 02633SS - 3 SECTION 02721 AGGREGATE BASE COURSE PART 1 GENERAL 1.1 SUMMARY A. Section includes aggregate base course for placement under asphalt at roadway patches. B. Related Sections: 1. Section 02740 — Flexible Pavement Structures 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Graded Aggregate Base Course (as base course for roadway patch): 1. Basis of Measurement: No separate measurement. 2. Basis of Payment: No separate payment. 1.3 REFERENCES A. AASHTO T180 (American Association of State Highway and Transportation Officials) - Moisture - Density Relations of Soils Using a 10-lb Rammer and an 18- in. Drop. B. ASTM D698 — Standard Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft- Ibf /ft3 (600 kN- m /m3)). C. ASTM D1557 - Test Methods for Moisture - Density Relations of Soils and Soil- Aggregate Mixtures Using 10 lb Rammer and an 18 inch Drop. D. ASTM D2167 - Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method. E. ASTM D2922 - Test Methods for Density of Soil and Soil- Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D3017 - Test Methods for Moisture Content of Soil and Soil- Aggregate Mixtures. PART 2 PRODUCTS 2.1 MATERIALS A. Graded Aggregate Base Course shall be as specified with Georgia Department of Transportation Standard Specifications, Section 310. Aggregate Base Course 02721 - 1 PART 3 EXECUTION 3.1 EXAMINATION A. Verify substrate has been inspected, gradients and elevations are correct and is dry. 3.2 PREPARATION A. Correct irregularities in substrate gradient and elevation by scarifying, reshaping and re- compacting. B. Do not place fill on soft, muddy or frozen surfaces. 3.3 AGGREGATE PLACEMENT A. Spread aggregate over prepared subgrade to the specified compacted thickness for roadway patches. B. Place aggregate in maximum 4 inch layers and compact to specified density. C. Level and contour surfaces to elevations and gradients indicated. D. Add small quantities of fine aggregate to coarse aggregate as appropriate to assist compaction. E. Add water to assist compaction. If excess water is apparent, remove aggregate and aerate to reduce moisture content. F. Use mechanical tamping equipment in areas inaccessible to compaction equipment. 3.4 TOLERANCES A. Tolerances shall be as specified within Georgia Department of Transportation Standard, Section 310. 3.5 FIELD QUALITY CONTROL A. Compaction testing will be performed in accordance with ASTM D698 (standard proctor). B. If tests indicate Work does not meet specified requirements, remove Work, replace and retest. 3.6 SCHEDULES A. Under Asphalt Pavement (Roadway Patch): 1. Compact graded aggregate base in 4 inch maximum lifts to 100 %. END OF SECTION Aggregate Base Course 02721 - 2 SECTION 02740 FLEXIBLE PAVEMENT STRUCTURES PART 1 GENERAL 1.1 SUMMARY A Section includes asphaltic concrete paving and paint striping for roadway patches and asphalt driveways. B Related Sections: 1. Section 02721 — Aggregate Base Course 1.2 UNIT PRICE — MEASUREMENT AND PAYMENT A. Asphalt Overlay, (12.5 mm Super 2" TK: 1. Basis of Measurement: Per Square Yard. 2. Basis of Payment: Shall include costs for asphalt materials and installation, temporary striping and permanent striping (replaced in kind), and markers (both temporary and permanent). No additional payment shall be made for these items. B. Roadway Patch (Graded Aggregate Base, 10.5" TK, 7' Wide and Asphalt Patch 2.5" TK) including Removal of 2.5" Graded Aggregate Base and Placement of Bituminous Tack Coat.: 1. Basis of Measurement: Per Square Yard. 2. Basis of Payment: shall include costs for all aggregates (regardless of type), 2 " graded aggregate base removal and disposal, bituminous tack coat, asphalt, installation, excavation, striping (both temporary and permanent), and markers (both temporary and permanent). The square yardage calculation shall be based upon a standard width of seven (7) feet for payment purposes. No additional payment shall be made for these items. C. 2" Asphalt Pavement Driveway Replacement: 1. Basis of Measurement: Per Square Yard. 2. Basis of Payment: shall include costs for asphalt, installation, and site preparation, including necessary subgrade preparation, base removal, and base installation. Existing asphalt shall be removed to the nearest joint as directed by the project representative. No additional payment shall be made for these items. 1.3 REFERENCES A. Georgia Department of Transportation Standard Specifications — Construction of Roads and Bridges. Flexible Pavement Structures 02740 - 1 B. Augusta Utilities Department Standards and Specifications, latest edition. 1.4 SUBMITTALS Product Data: Submit product information and mix design. 1.5 QUALITY ASSURANCE 1. Perform Work in accordance with Georgia Department of Transportation standards. 2. Mixing Plant: Conform to Georgia Department of Transportation standards. 3. Obtain materials from same source throughout. 4. Maintain one copy of each document on site. 5. Work must be coordinated in advance with City of Augusta, Georgia Engineering Department. PART 2 PRODUCTS 2.1 MATERIALS A. Asphalt Cement: In accordance with Georgia Department of Transportation Standard Specifications Section 400 — Hot Mix Asphaltic Concrete Construction, Section 820.01 — Asphalt Cement, and associated sections. B. Aggregate for Wearing Course Mix: In accordance with Georgia Department of Transportation Standard Specifications Sections 802.02 and 802.03. C. Fine Aggregate: In accordance with Georgia Department of Transportation Standard Specifications Sections 802.01 and 802.03. D. Mineral Filler: In accordance with Georgia Department of Transportation Standard Specifications Sections 883.01. E. Bituminous Prime Coat (as necessary): In accordance with Georgia Department of Transportation Standard Specifications Section 412 — Bituminous Prime Coat. F. Bituminous Tack Coat: In accordance with Georgia Department of Transportation Standard Specifications Section 413 — Bituminous Tack Coat. G. Paint Striping: In accordance with Georgia Department of Transportation Standard Specification, Section 652 — Paint Traffic Strip. Flexible Pavement Structures 02740 - 2 2.2 ASPHALT PAVING MIX A Use dry material to avoid foaming. Mix uniformly. B Binder Course: 19mm Asphalt (2.5" TK) - in accordance with Georgia Department of Transportation Standard Specifications Section 400. C Surface Course: 12.5mm superpave asphalt — in accordance with Georgia Department of Transportation Standard Specifications Section 400. 2.3 SOURCE QUALITY CONTROL AND TESTS A. Submit proposed mix design of each class of mix for review prior to beginning of Work. B. Ali asphait compaction testing will be as per Georgia Department o f Transportation Methods GDT 39 or GDT59. C Frequency of Compaction Tests: One (1) test per cut/patch, at locations directed by Augusta Utilities Department representative. Provide compaction reports to Engineer. Binder course and surface course are both to be tested. PART 3 EXECUTION 3.1 EXAMINATION A Verify gradients and elevations of base are correct. 3.2 PREPARATION — TACK COAT A Apply tack coat in accordance with Georgia Department of Transportation Standard, Section 413. B Application rate of tack coat: 0.05 gal /sy. 3.3 PLACING ASPHALT PAVEMENT A Install Work in accordance with Georgia Department of Transportation standards. B Place to compacted thickness identified in construction plans. C Compact pavement by rolling to 97% of theoretical maximum density. Do not displace or extrude pavement from position. Hand compact in areas inaccessible to rolling equipment. Flexible Pavement Structures 02740 - 3 D Perform rolling with consecutive passes to achieve even and smooth finish without roller marks. E Assure smooth transition from new pavement surface to existing pavement surface. 3.4 PAINT STRIPING A Contractor is responsible for replacing all paint striping in kind, as required. B Install Work in accordance with Georgia Department of Transportation Standard Section 652. Replace all disturbed paint striping in kind in accordance with Georgia Department of Transportation standards. C Contractor shall not install traffic striping that contains lead. 3.5 TOLERANCES A All tolerances to conform to Georgia Department of Transportation Standard Specifications Section 400 and associated sections. 3.6 PROTECTION OF FINISHED WORK A Immediately after placement, protect pavement from mechanical injury for 24 hours or until surface temperature is less than 140 degrees F. 3.7 SCHEDULES A Asphalt Pavement (Binder Course, 19mm): Install 2 1/2" thick. Asphalt to be installed on roadway patch (graded aggregate base, 10.5" TK, 7' wide and asphalt patch 2.5" TK, including removal of 2.5" graded aggregate base and placement of bituminous tack coat): Refer to Augusta Utilities Department `Road Cut' detail. B Asphalt Overlay (Surface Course — 12.5mm): 2" thick asphalt course to be compacted to 97% theoretical maximum density as determined by Georgia Department of Transportation Standards. Tack coat area to be paved prior to placing surface course overlay to limits noted on plans. C Asphalt Pavement (Driveway Reconstruction): 2.0" — 12.5mm thick asphalt course to be compacted to 97% theoretical maximum density as determined by Georgia Department of Transportation Standards. END OF SECTION Flexible Pavement Structures 02740 - 4 SECTION 02750 CONCRETE CONSTRUCTION PART 1 GENERAL 1.1 SUMMARY A. Section includes concrete materials, driveways. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Miscellaneous Class A Concrete Construction: 1. Basis of Measurement: Per cubic yard. 2. Basis of Payment: Shall include costs for concrete, installation, excavation, dewatering, subgrade preparation and stabilization, pipe stabilization, asphalt cutting, and normal backfill. 1.3 REFERENCES A. ACI 304 (American Concrete Institute) - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. B. ASTM C33 - Concrete Aggregates. C. ASTM C94 - Ready Mix Concrete. D. ASTM C150 - Portland Cement E. ASTM C260 - Air - Entraining Admixtures for Concrete. F. ASTM C309 - Liquid Membrane - Forming Compounds for Curing Concrete. G. ASTM C494 - Chemical Admixtures for Concrete. H. Georgia Department of Transportation Standard Specifications for Construction of Roads and Bridges. I. Augusta Utilities Department Standard Specifications, latest edition. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with Georgia Department of Transportation Standard Specifications Section 441 and 500 and as specified on drawings. PART 2 PRODUCTS 2.1 FORM MATERIALS A. Form Materials: As specified in Georgia Department of Transportation Standard Specifications, Section 500. Concrete Construction 02750 - 1 2.2 CONCRETE MIX A. Mix and deliver concrete in accordance with Georgia Department of Transportation Standard Specifications, Sections 441 & 500. B. Miscellaneous Class A concrete to be as per Georgia Department of Transportation Standard Specifications, Section 500, Class A — 3000 psi. PART 3 EXECUTION 3.1 EXAMINATION A. Verify compacted subgrade is acceptable and ready to support paving and imposed loads. B. Verify gradients and elevations of base are correct. 3.2 PREPARATION A. Sawcut existing pavements where required on a straight line to assure a smooth, uniform edge for placement of new paving. B. Prepare existing subgrade and compact to 98% Standard Proctor (ASTM D698). Undercut and replace unsuitable areas with Aggregate Type A2. 3.3 FORMING A. Forms shall be assembled, placed and maintained as per Georgia Department of Transportation Standard Specifications, Sections 441 and 500. 3.4 PLACING CONCRETE A. Place concrete in accordance with Georgia Department of Transportation Standard Specifications, Sections 441 and 500. 3.5 FINISHING A. Miscellaneous Class A concrete shall be broom finished or other Engineer approved method, shovels, etc. as to provide an approximately flat surface. Where used to fill existing manhole to new invert elevation coordinate work with invert construction. Invert to be smooth across entire width of manhole. 3.6 PROTECTION A. Immediately after placement, protect pavement from premature drying, excessive hot or cold temperatures, and mechanical injury. B. Do not permit pedestrian or vehicular traffic over pavement for 7 days minimum after finishing. END OF SECTION Concrete Construction 02750 - 2 SECTION 02760 FLOWABLE FILL MATERIAL PART 1 GENERAL 1.1 SUMMARY A Section includes the basic requirements for furnishing and placing flowable fill (controlled low strength material). B Related Sections: 1. Section 02750 — Concrete Construction. 1.2 REFERENCES A Georgia Department of Transportation Standard Specifications for the Construction of T ransporiation Systems, 2001 Editions. B Augusta Utilities Department Standard Specifications, latest edition. 1.3 UNIT PRICE — MEASUREMENT AND PAYMENT 1. Basis of Measurement: Per cubic yard. 2. Basis of Payment: Shall include costs for all materials, labor, equipment, and excess materials. 2 PRODUCTS 2.1 MATERIALS A All materials used in the production of flowable fill shall be in compliance with Georgia Department of Transportation Standard Specifications. B Concrete Mix: Refer to mix design shown in construction plans. PART 3 EXECUTION 3.1 EXAMINATION A Verify utility lines are installed to correct line and grade. Assure subgrade is properly compacted. 3.2 PLACING CONCRETE A Discharge flowable fill directly from the truck into the area to be filled, unless otherwise directed. Flowable Fill Material 02760 - 1 3.3 FINISHING A Finish with a square shovel. 3.4 PROTECTION A Material will self - consolidate. Flowable fill displaces any extra water not needed for maximum density. Make any provisions necessary for this "bleed water" to run -off and away from the surface of hardened fill. END OF SECTION Flowable Fill Material 02760 - 2 SECTION 02822 FENCE REMOVAL AND REPLACEMENT, NEW, REPLACED IN -KIND PART 1 GENERAL 1.1 SUMMARY A. Section includes all materials, labor and equipment for existing fence removal and replacement with new fence, in -kind. 1.2 UNIT PRICE MEASUREMENT AND PAYMENT A. Fencing (All Sizes & Types, Replaced In- kind): 1. Basis of Measurement: Per Linear Foot. 2. Basis of Payment: Shall include all costs associated with removal and replacement of the existing fence with new materials of like quality as necessary for sanitary sewer installation. 1.3 REFERENCES A. Augusta Utilities Department Standard Specifications, Latest Edition. B. Georgia Department of Transportation Standards and Specifications. 1.4 SUBMITTALS A. Product Data: Submit data on fabric, posts, accessories, fittings and hardware, prior to construction. B. Manufacturer's Installation Instructions: Submit installation requirements for fence and gate posts, fabrics, gates, and accessories. 1.5 QUALITY ASSURANCE A. Perform installation in accordance with Georgia Department of Transportation Standards and Specifications and manufacturers specifications. B. Contractor shall plan required work in advance as to provide a minimum of 2- weeks of Owner /Engineer material submittal review. Fence Removal and Replacement, New, Replaced In -Kind 02822 —1 PART 2 PRODUCTS 2.1 MATERIALS AND COMPONENTS A. Removed fencing shall be replaced with new materials, as necessary, using materials of like quality (i.e. chain -link for chain -link, wood for wood, etc). PART 3 EXECUTION 3.1 SCHEDULE A. Contractor shall coordinate construction activities with removal, resetting or replacement of all fences. B. Contractor is required to provide temporary fencing as necessary for protection of private property, pets, etc. No section of removed fence shall be left "unfenced" at any time. END OF SECTION Fence Removal and Replacement, New, Replaced In -Kind 02822 —2 SECTION 02924 GRASSING AND MULCHING PART 1 GENERAL 1.1 SUMMARY A. Section includes preparation of subsoil; hydroseeding; mulching; fertilizer; and maintenance. B. Related Sections: 1. Section 02311 - Grading. 2. Section 02324 — Trenching. 1.2 UNIT PRICE — MEASUREMENT AND PAYMENT Grassing l_hing to paid for within lump construction bid item. 17fc15Slf I� and I I IU t ll III Ili W be polu I VI vviU L il I lump I sul i i wi �Su u�,�iv� � bid ��c� � �. 1.3 DEFINITIONS A. Weeds: Include Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning Glory, Rush Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass, Canadian Thistle, Nutgrass, Poison Oak, Blackberry, Tansy Ragwort, Bermuda Grass, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will, Bindweed, Bent Grass, Wild Garlic, Perennial Sorrel, and Brome Grass. 1.4 MAINTENANCE SERVICE A. Maintain seeded areas immediately after placement until grass is well established, as defined by land disturbance (NPDES, etc.) regulations and the Manual for Erosion & Sediment Control in Georgia, and exhibits vigorous growing condition. B. Maintain mulched area as to assure all disturbed areas are completely covered with mulch. 1.5 REFERENCES A Georgia Department of Transportation Standards and Specifications. B Manual of Erosion and Sediment Control in Georgia. PART 2 PRODUCTS 2.1 TEMPORARY SEED MIXTURE A Seed Mixture: 1 See seed mixture shown on Soil Erosion Control Detail sheet. Grassing & Mulching 02924 - 1 2.2 ACCESSORIES A Lime: As noted in Manual for Erosion and Sediment Control in Georgia, latest edition. B Fertilizer: Recommended for grass; of proportion necessary to eliminate any deficiencies of topsoil to the following proportions: Nitrogen 10 percent, phosphoric acid 10 percent, soluble potash 20 percent. C Water: Clean, fresh and free of substances or matter capable of inhibiting vigorous growth of grass. PART 3 EXECUTION 3.1 EXAMINATION A Verify prepared soil base is ready to receive the Work of this section. 3.2 PREPARATION OF SUBSOIL A Prepare sub -soil to eliminate uneven areas and low spots. Maintain lines, levels, profiles and contours. Make changes in grade gradual. Blend slopes into level areas. B Remove foreign materials, weeds and undesirable plants and their roots. Remove contaminated sub -soil. C Scarify subsoil to depth of 3 inches where topsoil is to be placed. Repeat cultivation in areas where equipment, used for hauling and spreading topsoil, has compacted sub -soil. 3.3 HYDROSEEDING A Hydroseeding is an acceptable method of grassing /mulching. Georgia Department of Transportation Standard Specification Section 700.3.05.F will govern hydroseed applications. B Apply fertilizer, mulch and seeded slurry with hydraulic seeder at specified rate within one hour after being combined in hydroseeder. C After application, apply water with fine spray immediately after each area has been hydroseeded. Saturate to 4 inches of soil and maintain moisture levels two to four inches. D For areas inaccessible to hydroseed apparatus, contractor to refer to Georgia Department of Transportation Standards and Specifications, Section 700 for seeding applications. Grassing & Mulching 02924 - 2 3.4 MULCHING A Apply mulch per Georgia Department of Transportation Standard Section 163. Mulch shall meet requirements set forth in Georgia Department of Transportation Standard Specifications, Section 893 for Grassing and Erosion Control. 3.5 SCHEDULE A Grassing: All disturbed areas are to be grassed. Permanent grassing will be accepted when "final stablization" is achieved as defined in the Georgia EPD NPDES Regulations; "100% of soil surface is uniformly covered in permanent vegetation with a density of 70% or greater..." B Temporary Mulching: Mulch shall be applied to all disturbed areas to a thickness of 3 inches. Mulch shall be maintained until permanent grassing is established. END OF SECTION Grassing & Mulching 02924 - 3