Loading...
HomeMy WebLinkAboutJOHN D STEPHENS INC 1 ,,-) 1/ 1 I I 1 1 I ................ .. ~ , .......,,;/. I 1 1 1 1 1 I....... ( .~ .vj 1 I ntR t\, ~ . l:\f\ Ii \ ~ ~V PROJECT MANUAL kPD ~ I p.s7l:P "/~o~'1 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Department Project No. 00007 PREPARED FOR: AUGUSTA COMMISSION Deke S. Copenhaver. Mayor Betty Beard - District 1 Corey Johnson - District 2 Joe Bowles - District 3 Alvin Mason, Mayor Pro Tern - District 4 Calvin Holland, Sr. - District 5 Joe Jackson - District 6 Jerry Brigham - District 7 Jimmy Smith - District 8 J. R. Hatney - District 9 Don A. Grantham - District 10 Clifford A. Goins - AUD Director, Interim q May 200.8' Nor; IF I PREPARED BY: . . SteveriSon 'Palmer Engineering, Inc. 360 Bay Street, Suite 400/Augusta, Georgia 30901/706-261-4040/Fax 706-261-4042 I PROJECT MANUAL /(PD:I1. I POS$ "ho/01 I I I I I I .l'l -<","",:#'~ I I I I I I I (...,~ ,.~ I Main Interceptor Upgrade Replacement Phase II Augusta Utilities Department Project No. 00007 PREPARED FOR: AUGUSTA COMMISSION Deke S. Copenhaver, Mayor Betty Beard - District 1 Corey Johnson - District 2 Joe Bowles - District 3 Alvin Mason, Mayor Pro Tern - District 4 Calvin Holland, Sr. - District 5 Joe Jackson - District 6 Jerry Brigham - District 7 Jimmy Smith - District 8 J. R. Hatney - District 9 Don A. Grantham - District 10 Clifford A. Goins - AUD Director, Interim q May 200J;Y AfJI) IF I PREPARED BY: StevenSonPahner Engineering, Inc. 360 Bay Street, Suite 400/Augusta, Georgia 309011706-261-4040IFax 706-261-4042 I I I I I I I . I I I I I I I , I PROJECT MANUAL MAIN INTERCEPTOR UPGRADE REPLACEMENT PHASE II AUD .P..ojecfNc).OOO~7 AUGUSTA,GA SECTION & TITLE PAGE NUMBERS DIVISION 1 - GENERAL REQUIREMENTS Advertisement for Bids .....m.mm..mm.m.mm.m..m..........................001 00-1 thru 00100-2 Instruction to Bidders.nm.....m.......mmmm.......................................00110-1 thru 00110-4 Bid ProposaL...n..m....nm....n.m.mm...........m...n...................m..... 00120-1 thru 00120..10 Form of Bid Bondnmmmm........__m.....m.nm....m......m....m.m......... 00125'-1 . Notice of Awardnm..................m...m..mn.nmn.m...........m..mmmnn 00130-1 Agreement..mm......m..............m.mm.m....mm..mm......n.mn...mm.. 00135-1 thru 00135'-3 Performance Bond..m........mm.mmmmmmmmm.mmm.mmu....m..00140-1 thru 00140-2 Labor and Material Payment Bond.m...........m............n..m....n...m..00145-1 thru 00145-2 Certificate of Owner's Attomeymmnm...m...mn....mm.m..............m. 00150-1 Notice to Proceed...mm..........m.m.n........................m.m__m.mm..... 00155-1 Affidavit of Payment of Claims.......m.mmmmmmm..m..nm.....mm... 00160-1 Certificate of Insurance.........m.....m.mnm.m................mn.mmmmn 00170-1 thru 00170-2 Form of Qualification of Bidder.m........................mnm.mm.............. 00450-1 thru 00450-9 General Conditions (Articles 1 -17L.n...mnm__...........................__..01001-1 thru 01001-52 Supplementary Conditions.......m...u...........................m..u....m....... 01 002-1 thru 01002-8 QORE Properly Sciences Job No. U1610, Report No. 35107 ..........Pages-1 thru 39 of 39 01003 Georgia EPD Supplemental General conditions for Federally.......... Assisted State Revolving Loan Fund Construction Contracts...........EPD-1 thru EPD - 25 01003 Davis Bacon Wage Rate Determination GA20080138......................Pages 1 thru 30f3 01004 Georgia EPD Supplemental General Conditions For Federally ........~ I mz,.1.J 13 Assisted State Revolving Loan Fund American Recovery And......... Reinvestment Act of 2009 Construction Contracts ............................ 01010 Summary of Work ........................................................................... ....01 01 0-1 thru 01010-2 01200 Measurement and Payment...........m.u........................m__mm......... 01200-1 thru 01200-7 01710 Contract Closeout ...............................................................................01710-1 thru 01710-3 01780 Closeout Submittals ............................................................. ...............01780-1 thru 01780-2 01785 Guaranty and Warranty.................................................. .....................01785'-1 thru 01785-2 01800 Submittals mn.....m.....u.....mm.mmm.....m..mmmm...mm......mu.u.. 01800-1 thru 01800-4 01800-A Submittal Transmittal Form...mmm.mnmm......mnnm....m................ 01800A-1 01800-B Product Data Transmittal Form.m....m.........................................nm 01800B-1 00100 00110 00120 00125 00130 00135 00140 00145 00150 00155 00160 00170 00450 01001 01002 .k'PO "-I DIVISION 2 - SITE WORK 02110 Site Clearing..m....mmm...........mmm...mn....__m..m...................m... 0211 0-1 thru 02110-4 02120 Demolition...umm.........mmmmm........................m................m....... 02120-1 thru 02120-6 02210 Erosion Control..mm..mu..mmmm.m.....m..mm.m....m.....u....m.m.. 0221 0-1 thru 02210-2 02221 Excavation, Trenching and Backfill for Utility Systems.m_.umm.....n.02221-1 thru 02221-19 TABLE OF CONTENTS Page 1 of 2 I PROJECT MANUAL I I I I I I ..--- I I I I I I I ,. I Main Interceptor Upgrade Replacement Phase II Augusta Utilities Department Project No. 00007 PREPARED FOR: AUGUSTA COMMISSION Deke S. Copenhaver, Mayor Betty Beard - District 1 Corey Johnson - District 2 Joe Bowles - District 3 Alvin Mason, Mayor Pro Tern - District 4 Calvin Holland, Sr. - District 5 Joe Jackson - District 6 Jerry Brigham - District 7 Jimmy Smith - District 8 J. R. Hatney - District 9 Don A. Grantham - District 10 Clifford A. Goins - AUD Director, Interim May 2008' q /l'DP" I PREPARED BY: almer oofmg, me. 360 Bay Street, Suite 400/Augusta, Georgia 309011706-261-4040IFax 706-261-4042 I JUL-07-2009 11:15 ARC PURCHASING 7063124602 P,01/26 530 Greene Street Room 605 Augusta. GA 30901 Phone; 700 821 2422 Fax: 706 821 2811 City of Augusta Procurement Department I I I I I I . I I I I I I I , I Fax To: Stevenson & Palmer Engineering From: Darrell White Fax: 706-261-4042 Date: July 7, 2009 Contact: James Willson. II Pages: 26 Re: Bid Item #09-124, Addendum 1 cc= o Urgent X For Review o Please Comment 0 Please Reply o Please Recycle Comments See Attached Sheets I JUL-07-2009 11:15 7063124602 P.02/26 ARC PURCHAS I NG f!?~~umt ~ .. !3f&s. [gfN't ~ ~ I I I I I I . I I I I I I I " I ~ Mailed TO: All Bidders Phyllis Mills. Quality Assurance Analyst Drew Goins, Augusta Utilities Department Geri Sams W fP' Procurement Director FROM: DATE: SUBJ: Bid ITEM: Bid DATE: June 30. 2009 Clarifications to Specifioations and Responses to Vendor Questions 09-124 Main Interceptor Upgrade. Phase (J for Augusta Utilities Department Tuesday, July 14. 2009 at 3:00 P.M. ADDENDUM NO.1 Bidders on this Project are hereby notified that this Addendum shall be attached to and made part of the above-named Bid Package. The following items are issued to add to, modify, and clarify the Bidding and Contract Documents. These items shall have full force and effect as the Bidding and Contract Documents, and costs involved shall be included In the bid prices. Bids to be submitted by the specified bid due date shall conform to the additions and revisions listed herein. Acknowledge receipt of this addendum by inserting its number and date in Section 00120. page 9 of the Bid Proposal and returning It with your bid. SPECIFICATIONS Cover: Item No_ 1 - Amend the preparation date to read "May 2009.- Table of Contents: Item No. 2 - Under Division 1 - General Requirements. amend the page numbers for Section 01004 to read "Pages ARRA-1 through ARRA-13." Item No.3 - Under Division 2 - Site Work. delete Specffication Section 02705, Protective Coating for Sanitary Sewer Structures. Pages 1 through 4. Required Bid Submission Forms: All Bids must be submitted on the forms provided by the Owner. Bidders shall furnish all the information required by the solicitation. Bids must be signed and the bidder's name typed or printed on the bid sheet and each continuation sheet which requires the entry of information by the bidder. The person Signing the Bid must initial erasures or other changes. Bids signed by an agent shall be accompanied by evidence of that agent's authority. (Bidders should retain a copy of their Bid for their records.) To be responsive, the bidder must submit the following documents with hisfher Bid: Room 605 - 530 Green Street, Augusta Georgia 30911 (706) 821-2422 - Fax (706) 821-2811 Addendum 1 Bid Item #09-124 www.augustaga.gov Page 1 of 10 Register at www.demandstar.com/supplier for automatic bid notifjcation I I I I I I I II I I I I I I I ,. I JUL-07-2009 11:15 ARC PURCHASING 7063124602 P.03/26 '. . . . . (1) Bid Form and any other forms deemed mandatary by the specifications (2) Bid Bond and Certificates (3) Bidder's Qualifications, including a Financial Statement (4) Statement of Non~Discrlmjnation (5) Conflict of Interest (6) Contraotor's Affidavit and Agreement (7) Sub-Contractor's Affidavit (8) Non-Colluslon Affidavit of Bidder/Offeror (9) Non-Collusion Affidavit of Subcontractor (10) Augusta-Richmond County Local Small Business Opportunity Program Forms, i.e., Good Faith Effort and LSB Suboontractor/Sllppller Utilization Plan Item No.4 - Add the following directly after Item (10): (11 ) All DBE Compliance and certification forms included in Section 01003 required of the aPrime Contractor" that must be submitted to EPD prior to commencement of the contract I.e. pages EPD-4 through 12. inclusive, including Six Good Faith Efforts documentation. (12) All -Buy American" requirements and Bid Certifications included in SectIon 01004. i.e. pages ARRA-5 and 6. If the bidder Intends to use products or materials not complying with the Buy American requirements, they shall complete the Waiver Request Application and include it with their bid. Le. page ARRA-8. Section 00110 -Instructions to Bidders: Item NO.5 - In the second paragraph of Paragraph 1.01 General: amend ...., but no proposal may be withdrawn for a period of sixty (60) days after bids have been opened. .... to read as ..... but no proposal may be withdrawn for a period of one hundred and twenty (120) days after bids have been opened, .... All other text remains as stated. Section 00120 - Bid Proposal: Item No.6 - On Page 9, amend the first full paragraph ...., but shall remain open for acceptance for a period of sixty (60) calendar days fOllowing such time." to read as ...", but shall remain open for acceptance for a period of one hundred and twenty (120) calendar days following such time." All other text remains as stated. Item No. 7 - On Page 9, amend the second full paragraph a... the Notice of Acceptance of the Bid Proposal within sixty (60) days after the time for the opening of bids, ... D to read as ...", the Notice of Acceptance of the Bid Proposal within one hundred and twenty (120) calendar days after the time for the opening of bids, ..." All other text remains as stated. Item No. 8 - On Page 9. amend the fifth full paragraph .If this Proposal is accepted within sixty (60) days after the date set for the opening of bids ...t> to read as "If this Proposal Is accepted within one hundred and twenty (120) calendar after the date set for the opening of bids ..," All other text remains as stated, Section 01002 - Supplementary Conditions: Item NO.9 - Add the following immediately after Section 01002, Paragraph 5.5: SC-5.6. Delete Paragraph 5.6 in its entirety and insert the following in its place: SC-5.6 Property Insurance A. Contraotor shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof. This insurance shall: 1. Include the interests of Owner, Contractor, Subcontractors. Engineer, Engineer's Consultants and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents and other consultants and subcontractors of any of them each of whom is deemed to have an Insurable interest and shall be listed as an insured or additional insured listed in Paragraph S0-5.17; Addendum 1 Bid Item #09-124 Page 2 of 10 I I I I I I I . I I I I I I I , I JUL-07-2009 11:16 ARC PURCHASING 7063124602 P.04/26 .; .:." 2. Be written on a BUilder's Risk Rall-rlskR or open peril or special causes of loss policy fonn that shall at least include insurance for physical loss and damage to the Work, temporary buildings, falsework, and materials and equipment in transit and shall insure ag~inst at least the following perils or causes of loss: fire, lightning, extended coverage, theft. vandalism and malicious mischief, earthquake. collapse, debris removal, demolition occasioned by enforcement of laws and Regulations. water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions; 3. InClude expenses incurred in the repair or replacement of any insured property (including but not limIted to fees and charges of engineers and architects): 4. Cover materials and equipment stored at the Site or at another location that was agreed to in writing by OWner prior to being incorporated i.n the Work. provided that such materials and equipment have been included in an Application for Payment recommended by Engineer; 5. Allow for partial utilization of the Work by Owner; 6. Include testing and startup; and 7. Be maintained in effect until final payment Is made unless otherwise agreed to In writing by Owner, Contractor and Engineer with 30 days written notice to each other additional insured to Whom a certificate of Insurance has been issued. 8. Contractor shall be responsible for any deductible or self-insured retention. 9. The polley will not cover Contractor's or Its subcontractor's or supplier's equipment. tools or other property that Is not consumed durIng construction or does not become a part of the Project. Contractor shall bear the expense of any additional policy to cover these items. 10. The policies of insurance required to be purchased and maintained by Contractor in accordance with this Paragraph SC-5.6 shall comply with the requirements of Paragraph 5.9 of the General Conditions. Section 01004 - Georgia Department of Natural Resources, Environmental Protection Division Supplementary General Conditions and Information for Federally Assisted State Revolving Loan Fund. American Recovery and Reinvestment Act (May 27. 2009): Item No. 10 - Include Attachment No.1, pages ARRA-1 through 13, inolusive, in this section. in its entirety. Section 01785 - Guaranty and Warranty: Item No. 11 - In Section 01785. Paragraphs 1.01 A, Band F, amend &Final Completion" to read "Substantial Completion. It Section 01200 - Measurement and Payment: Item No. 12 - In Section 01200. Paragraph1.05.D, Lump Sum Construction. Add the following paragraph to the end of Paragraph 1.05.0. "Payment of the pay item will be measured per month and will be prorated based upon the length of Contract Duration. For example: If the Contract Is for a 365 calendar day period. then the pay item will be 1/12fh of the lump sum amount per month, regardless of actual costs incurred by Contractor. R Item No. 13 - In Section 01200, Paragraph1.05A, SANITARY SEWER. Add the following paragraph immediately after ITEM 8-33. ITEM 5-37 ~ Granular flll for FRPM pipe installation shall be measured in cubic yards and shall consist of the 2~feet depth of. initial backfill indicated on the standard bedding detan. The pay item includes cost for the backfill and installation as well as all transportation and stockp~ing charges. The volume of material iocluded shall be the actual measured GIn-place" volume. The standard trench width used to calculate the volume will be 10 feet. No additional payment shall be made for these Items. Addendum 1 Bid Item 110O-124 Page 3 of 10 I I I I I I I . I I I I I I I ,. I JUL-07-2009 11:16 ARC PURCHASING 7063124602 P.05/26 Section 02705 - Protective Coating for Sanitary Sewer Structures: Item No. 14 - Delete this Specification Section in its entirety. Section 02730 - Sanitary Sewers: Item No. 15 - In the third paragraph of Paragraph 3.05.8 amend "... deflection greater than 5 percent." to read"... deflection greater than 3 percent: Item No. 16 - In the fourth paragraph of Paragraph 3.05.8 amend "... deflection of 5 percent or greater ..... to read " .. . deflection of 3 percent or greater ..." DRAWINGS Item No. 17 - On Sheet C18, add the following to the end of Note 2: "BUILDING DEMOLITION BY THE CllY OF AUGUSTA. CONTRACTOR RESPONSIBLE FOR UTILIlY SHUTOFF COORDINATION AND REMOVAL FROM AREA OF EXCAVATION FOR MAIN INTERCEPTOR." '!tern No. 18 - On Sheet C22: Reference AUD Detail 2, Precast Manhole. Amend Note 5 to read . "COAT INTERIOR CONCRETE SURFACE USING "SPECTRASHIELDG TOP COAT ONLY ON NEW PRECAST MANHOLES. SEE SECTION 02706." Item No. 19 - On Sheet C22: Reference AUD Detail 3. Precast Manhole. Amend Note 5 to read "COAT INTERIOR CONCRETE SURFACE USING "SPECTRASHIELD" TOP COAT ONLY ON NEW PRECAST MANHOLES. SEE SECTION 02706." Addendum 1 Bid Item #09-124 Page 4 of 10 I I I I I I I . I I I I I I I , I JUL-07-2009 11:16 7063124602 P.06/26 ARC PURCHASING ANSWERS TO BIDDERS QUESTIONS The answers to Bidder's questions are Included with this Addendum No.1. Answers to Bidder's questions are for reference only and are not intended to be relied upon as a condition Of the contract, unless they are specifically answered by reference to statements within the Contract Documents or issued as an Addendum item. Question #1 Spec Section 02310 Tunnel Construction: 1.03 A 2 states "Only Contractors and Specialty subcontractors who meet the qualification requirements for micro tunneling or shaft construction as described herein may perform the work.... No qualifications requirements are provided within this section. Answer #1 Tunnel subcontractors shall complete Section 00450 - Form of Qualification of Bidder to demonstrate qualifications requirements for thls project. This form shall be submitted with the Biddcl'$ bid. Experience with past projects similar In nature to this project will be a key indicator of subcontractor's experience to be selected as a responsible Bidder. Please also refer to Section 00700 - General Conditions, Paragraphs 6.8.1 and 6.8.2. Question #2 Within 1.04 and 2.03, the tunnel boring equipment descriptions and requirements provided can be interpreted as applicable to both conventional Earth Pressure Balance (EPB) tunnel boring machines, as well as to Micro Tunnel Boring Machines (MTBM). EPB TBM's are typically man-entry operations in these diameter ranges. Other TBM configurations can achieve very acceptable performance criteria while not technically defined or functioning as EPB. As an example, a conventional soft-ground TBM can be equipped to handle the ground conditions described, without operating in a true EPB mode. At these diameters and drive lengths. conventional man-entry TBM operations will be cost effective when compared with MTBM operations. Additionally, by specifying the use of EPBM and/or MTBM tunnel equipment, rather than providing a performance-based specification, you are limiting the equipment and methodologies available to the contractor. and thus inhibiting OO5t-competitiveness. There are other tunneling solutions applicable to these installations. 3.04 B is a speoification for installing a box culvert by the direct jack method. Similar construction methods are applicable at least to the 1-520 crossing. Please reconsider the;se specifications. Answor #2 Tho Tunnel subcontractor shall comply with the requirements of Section 02310. Alternate, Industry standard, construction tochniquos will be considered by the Engineer after contract award. Bidders are reminded they are responsible for the means and methods, and safety precautions to meet the Intent of the specifications. Question #3 Please clarify the bedding requirements. The bid form indicates Type II bedding for FRPM and PWPE. Bedding details provided on sheet C23 ~ake references to different class beddings, but not types. Is the detail entitled aBedding For Flexible Pipe" the Intended bedding? Answer #3 The reference to Type II bedding is equivalent to Class 2 as indicated on AUD Detail 8. Bedding for Flexible Pipe Is the Intended detail for flexible pipe up to the Inftlal backfill limits. Final compacted backfill shall be per AUD Detail 5 as Indicated on Sheet C23. Addendum 1 Bid Item #09-124 Page 5 of 10 I I I I I I I . I I I I I I I , I JUL-07-2009 11:17 ARC PURCHASING 7063124602 P.07/26 Question #4 Can you provide a Measurement & Payment note regarding Pay Item $-37? Answar#4 See Item No. 13 above. of this Addendum No.1. Question #5 Currently the question cutoff is slated for June 24th, with a bid date of July 14111. Would you consider extendil;1g the time for questions? Also. can you please provide an emall address for questions? Answer #5 No, the last day for questions cannot be extended. No, all questions have to be submitted via fax to the Procurement Department at (706) 821.2811. Question #8 The bedding detail on sheet C23 entitled "Bedding for Aexible Pipe" shows geotextile wrapped around the bedding. In the pre-bid meeting it was mentioned that this will be required as directed by the Owner/Engineer; however there is no provision to pay for this separately. Can you please provide a pay item for this work to level the playing field among Contracwrs'1 Answer #6 As stated In note 1 of the bedding d.il on sheetC23, use of geotextlle wrap shall be used in areas where Class 4 materials are encountered and at dlseretion of engineer. No separate pay Item will be made for this Item. Question #7 It was mentioned in the pre-bid that compaction in all areas above the pipe is to be 100%. Please confirm the intent with compaction. Answer #7 Backfllling and compaction requirements for designated areas shall meet the requlremcmts of Section 02221, excavation, and Trenching & Backfill for utility Systems, Paragraph 3.05.A. Question #8 It was mentioned in the pre-bid meeting that there are no specific minority pis required, just a "Good Faith" effort. The DBE Compliance fonn EPD-4 inoluded in the Bid Documents shows percentage goals. Please clarify. Answer #S Bidders shall read the entire Section 01003, Supplemental General Conditions for Federally Assisted State Revolving Loan Fund Construction Contracts requirements. As stated on page EPD-3, itttle "fair share!; objective is a goal, not a 9YP.1I." Bidders shall also comply with the requirements on pages EPD-11 and 12. See Item NO.4 above, of this Addendum No.1. Question #IS It was mentioned in the pre-bid meeting that additional minority requirements would be prOVided in Addendum #1. If this requires different forms to be submitted with the bid, can you update the list on EPD-3 or provide a new list of fonns to be submitted? Answer #9 No other additional minority requirements have been added as provided in Addendum No.1. Question #10 It was mentioned in the pre-bid that the Owner keeps a list of LSB's. Can you please provide this list? Answer #10 The list Is included as Attachment No.2 of this Addendum No.1. Question #11 Please clarify If the failure to bid Alternate No. 1 would constihJte the bidder as non- responsive, or If this is acceptable. Answer #11 Refer to Section 00100, Instruction to Bidders, Paragraph 1.04. Bidders must quote on all items appearing on the bid forms. Failure to quote on all items may disqualify the bid. Addendum 1 BId Item 4#00-124 Page 6 of 10 I I I I I I I . I I I I I I I , I JUL-07-2009 11:17 7063124602 P.08/26 ARC PURCHASING ~ -'. Question #12 Specification section 02730 3.05 B states that pipe can have deflection up to 5%. Specification section 02731 3.02 7 states that the maximum deflection is to be 3% or less. Please clarify. Answer #12 See Items No. is and 16 above, of this Addendum No.1. Question #13 In the General Conditions Section 4.5 - 4.7 it is stated that the OWNER is responsible for any hazardous materials encountered on site. Will the OWNER accept GENERATOR of record status for hazardous materials encountered? Answer #13 If hazardous materials are encountered on the site, OWNER will coordinate spectflc requirements for the material encountered between the appropriate regulatory agencies and the CONTRACTOR. Question #14 General COnditions Section 13.12 states that the one year warranty period commences once "substantial completion" has been achieved, while in Specification Section 01785 Part 1.01-A states that such warranty commences on year after "tinal completion". Which of these two dates shall be considered for the one year warranty? Answer #14 See Item No. 11 above, of this Addendum No.1. Question #15 During a site visit, it was noticed the presence of several stockpiles near the Messerly Wastewater Treatment Plant area. Who shall be responsible for the removal of these stockpiles in the case these are still there at the time of beginning construction? Answer #15 The stockpfles are the responsibility of the OWner and AUD ProJeGt No. 80130 Contractor. Question #16 How shall the connection to the Messerly Wastewater Treatment Plant be handled, given that It Is In operation twenty four hours a day? Is bypassing our only option to perform this connection? Answer #16 A.UD Project No. 80130 Contractor will Install a sUde gate in the influent structure in order to isOlate flow back into the propo~ B4-inch Main Interceptor. Contractor may be required to pump leakage from the slide gate In order to complete the tie-- In. Question #17 Per Specification Section 02730 Sanitary Sewers, Page 6 Item F-1, the Manhole Frame & Cover is US Foundry 926-US. This specified model is no longer available. Please provide a substitute Manhole Frame and Cover model. Answer #17 The specified frame and cover is a new model recently added by US Foundry. Please contact US Foundry RepresentativG Ms. Sarah Williams at (800) 327-6742 for infonnation and pricing. Question #18 What are the compaction requirements that the contractor will have to meet, during trench backfill? Answer #18 Backfilling and compaction requirements for designated areas shall meet the requirements of Section 02221, Exoavation. and Trenching & Backfill for UtIlity Systems, Paragraph 3.05.A. Question #19 At the pre-bid it was mentioned that 100% compaction would likely be required in all areas. If so, how is the contractor supposed to keep the ground water from saturating the dirt once dewatering operations are concluded? Answer #19 See answer #18. 100% compaction requirements are specific to AUD Detallia on Sheet C23. Contractor must meet the compaction requirements at the time of testing. Addendum 1 Bid Item #09-124 Page 7 af 10 I I I I I I I . I I I I I I I , I JUL -07-2009 11: 17 P.09/26 ARC PURCHASING 7063124602 Question #20 Is the contractor responsible for paying for geotechnical services. in order to verify compaction requirements are met? Answer #20 Please refe.. to Section 02221 - Excavation, Trenching and Backfill for Utility Systems, Paragraph 1.03.B. Soli testing and inspection service for quality control is the responsibility of the Owne... Question #21 Due to the lack of cover for the proposed bore at ROGky Creek, there is a high possibility that the creek may breach into the bore. Can the contraotor open cut the area crossing Rocky Creek or have an alternate line Item added to the bid for an open cut crossing? Answer #21 See Section 01002 - Supplementary Conditions, Paragraph 6.13.A. The U.S. Army Corps Nationwide Pennit (12) permit number 200800163 was approved as a Jack and bore Of'tunneling operation. Any modifications to the crossing will have to be re-approved by the U.S. Army Corps and may be detennined after contract award. Bidders shall provide costing per Bid Item No. S-17A. Question #22 Does the contractor have to JoInt test each joint as the line is laid and pressure test each line once the line has been completed from manhole to manhole? Answer #22 Field testing for leaks is specified under Section 02730 - Sanitary Sewers, Paragraph 3.0S.C. for pipes under 36-inoh diameter. For pipes 36-lnches and larger refer to Section 02730, Paragraph 3.05.G. Question #23 Is filter fabric going to be necessary to bed the pipe? Is so, could you please qualify what conditions will dictate the use of the filter fabric? Answer #23 As stated In note 1 of the bedding detail on Sheet C23, use of geotextUe wrap shall be used in areas where Class 4 materials are en()Ountered and at discretion of engineer. No separate pay Item will be made for this Item. Question #24 According to section 02731-6 item 5 paragraph C it is stated that the required air pressure for testing may be adjusted based on area with known ground water. When is the height of the ground water determined - before, during or after laying the pipe? Answer #24 Presence of ground water will be determined at the time of pipe testing. Question #25 Also in section 02731-6 item 5 paragraph C it is shown that the air test pressure for pipelines installed in areas where ground water is known to exist. According to the example shown. test pressures could approach 8 psi which is greater than the back~ pressure rating for any test plug that we call find; the rating that is shown by Cherne and Lansas (two of the more well known plug manufacturers) for their plugs is 6 psi for pipe this size. It is stated in section 02731-6 Item 5 paragraph A that all plugs shall be shown to be able to hold against back~pressure during testing without bracing or movement of plugs. Will bracing be allowed if the test pressure will be near the limit of the plug(s) pressure rating? What if the test pressure of the pipeline exceeds the test plug(s) back pressure ratings due to ground water conditions? Answer #25 See answers to questions #22 and #24. Question #26 What are the requirements for previous work experience, In order to be qualified to do the project? Answer #26 Bidders shall complete Section 00450 - Fonn of Qualification of Bidder and submit this with their bid. Experience with large diameter flexible piping systems similar in nature to this project will be a key Indicator of Bidder's experience to be selected as a responsible Bidder. Addendum 1 Skillern #09-124 Page8of10 I I I I I I I . I I I I I I I , I JUL-07-2009 11:18 ARC PURCHASING 7063124602 P.10/26 Question #27 Section 02310 (Tunneling Construction), Subsection 1.03 (Design Requirements), paragraph 2 states uOnly Contractors and specialty subcontractors who meet the qualification requirements for micro tunneling or shaft construction as described herein may perform the Work described in this section." In the prebid meeting, Contractors were referred to Section 00450.-1 (Form of Qualification of Bidder) for further information on these requirements. However, this form does not list what specific qualification requirements must be met in order to be allowed to perform this tunneling work. Please provide the specific qualification requirements that must be met in order to perform this work. Answer #27 T\lnnel subcontracton; shall complete SectIon 00450 - Form of Qualification of Bidder to demonstrate qualifications requirements for this project. This form shall be submitted with the Bidders bId. Experience with past projects sImilar in nature to this project will be a key indic:ator of subcontractor's experience to be selected as a responsible Bidder. Please also refer to Section 00700 - General Conditions, Paragraphs 6.8.1 and 6.8.2. Question #28 Regarding site clearing, will burning be allowed on this project? Answer #28 See Section 02110 - Site Clearing, Paragraph 3.02.A. Burning is not pennltted on Owner's property. Question #29 During the dewatering procedure, what will be the requirements pertaining to the disoharge of groundwater? For Instance in the wetland areas where will the dewatered ground water be required to be displaced? Addendum 1 Bid Item #()9-.124 Page 9 of 10 See Section 02221 - Excavation, Trenching and Backfill for Utility Systems, Paragraph 3.02. fCDischarge facilities and wmer quality shall comply with applicable regulations of State and Federal agencies!' Will installing tunnel liner plate be an acceptable method of installing the bores In lieu of jacking the pipe? The T\lnnel subcontractor shall CQmply with the requirements of Section 02310. Alternate. industry standard, construction techniques will be considered by the Engineer after contraGt award. Bidders are reminded they are responsible for the means and methods, and safety precautions to meet the lntent of the speclflcations. What are the local regulations/prooedures regarding disposing of the asbestos pipe? Contractor shall legally dispose of asbestos pipe in accordance with current regulatory requirements. Contractor Is responsible to arrange and dispose of the asbestos pipe at the appropriate facility. Chain of material custody will be required by the Owner. wm the Owner pay for testing? Please refer to Section 02221 - Excavation, Trenching and Backfill for Utility Systems. Paragraph 1.03.8. Soil testing and Inspection service for quality control Is the responsibility of the OWner. The detail shows Geotextile fabric encompassing the pipe bedding. Will this procedure be required for the entire portion of the project, or will it only be required in certain areas? As stated In note 1 of the bedding detail on Sheet C23, use of geotextile wrap shall be used in areas where Class 4 materials are encountered and at discretion of engineer. No separate pay item wiJI be made for this Item. Question #34 The specs indicate that a registered Engineer in the state of Georgia will be required to design the bore plan/shaft support system. Will that apply to this project? Answer f#34 Yes. Answer #29 Question #30 Answer #30 Question #31 Answer #31 Question #32 Answer #32 Question #33 Answer #33 I I I I I I I . I I I I I I I , I General Condition 5.3.6 requires the Contractor purchase insurance for uolaims arising of operation of Laws or Regulations for damages because of bodily injury or death of any person or for damage to property,g Contractor is unaware of this type of coverage. Please advise what type of Insurance Owner is requesting- It Is our und~rstand'ng this may be covered by the comprehensive general liability policy. Refer to Section 01002 - Supplementary Conditions for additional insuranoe requirements. General Condition 5.6 states the Owner shall purchase and maintain property insurance on the Work for the full insurable value on an uall-risk" basis but if not covered by the Owner's polioy the Contraotor shall purchase and maintain property insurance on portions of the Work stored on and off the site or in transit Will the Owner's property policy cover Work In storage on and off the site and in transit? See Item No.9 abo'le. of this Addendum No.1. General COndition 5.9 states the Contractor will be responsible for the deductible amounts on the Owner's property policy. What are the deductible amounts the Contractor will be responsible for? See Item No. 9.abovej of this Addendum No.1. Without further details about the limits, sublimits, deductlbles and covered perils, it is difficult for Contractor to assess 1ts risk of loss for uncovered claims on the Owner's property Policy. Will the OWner provide more details about the property coverage it will provide? See Item No.9 "bove, ofthis Addendum No.1, General Condition 5.13 states the Owner as trustee shall have the power to adjust and settle any loss with the insurers. The Intent appears to be for this clause to apply to the Owner-provided property policy but there is not language to limit this clause to the Owner-provided coverage. Will the Owner clarify this clause by inserting "of insurance required by paragraph 5.6 and 5.7 between "trustee" and "shall have power" in the first line? Where Owner is trustee of the applicable Insurance polir;:y, General Conditions I='aragraph 5,13 shall apply. Special Provisions, Bonds and Insurance, EPD-15 requires the Owner or Contractor as appropriate must acquire flood Insurance. Please advise if the Owner's property policy will Include coverage for flood as required by this clause. There are no Federal Emergency Management Agency (FEMA) flood h3%ard areas Identified within the project area. Flood insurance is not required. Supplementary Condition 5.5 requires the Contra<<Jtor to procure an Owner's Protective Liability policy (OCP) in an amount not less than $2,000,000 for injuries, including accidental death for each occurrence and property damage in the amount not l8$s than $1,000,000 each occurrence and $1,000,000 per Contract aggregate combined single limit. OCP polici8$ are no longer written with split liability limitS in the insurance market. Will the Owner accept an OCP polioy with a $2 million per occurrence/aggregate Iimft? It Is our understanding thIs type of policy is still available and und&rwritten by 50l1'le insurance flnns. List of Attachments: JUL-07-2009 11:18 Question #35 Answer #35 Question #36 Answer ##36 Question #37 Answer #37 Question #38 Answer #38 Question #39 Answer #39 Question #40 Answer #40 Question #41 Answer #41 ARC PURCHAS [NG 7063124602 P.11/26 .. . .. .... Attachment No.1 - Speclf\cation Section 01004, dated 05-27-2009, Pages ARRA-1 through 13 Attachment No.2 - LSBOP Vendor list, Pages 1 through 2 Please acknowledge addendum In your submittal END ADDENDUM Addendum 1 Bid Item #09-124 Page 10 of 10 I JUL-07-2009 11:23 ARC PURCHASING I I I I I I . I I I I I I I , I 7053124502 P.25/26 .. ..,.. : :.:" ':,; ,',; ,:'.':!.,:; ~ DISADVANTAGED BUSINESS ENTERPRISE DEPARTMENT ,_,' _,," ',''[:':~:: : -'oJUle Gentry ":O':'Jt;'-:u'- -l ^ AV' ,. ..... DBE Coordinator We are pleased to present this directory of registered Local Small Business OpportunitY Program businesses. The companies represented in this directory are interested In doing business with you. They have demonstrated their commitment to understanding the state's procurement process. Many of them have attended our vendor's workshop and other training programs we have sponsored In order to gain the awareness which will equip them to compete for bId opportunities. The Augusta-Richmond County Disadvantaged Business Enterprise is striving to be a Iieiison between the local small business community and the procurement process. We also encourage sub-contractlng opportunities and JoInt venturing partnerships. Phone~ 706-667.9793 Fax:706-733~552 Email: custodialsDeCialists@vahoo.com Service: Janitorial Contractor Phone: 706-306-4396 Emall: No 1 impala@hotmall.com Service: ProfessJonalLawn care Phone: 706-737-6255 Fax: 803-643-0074 Email: a-ashreddl",z~ceopleDc.cOn'1 Service: Document Shredding Phone:70~2S-5779 Fax: 706-792-9185 Emall: t1lackson@ieee.orn Service: Electrical Contractor Pbone:706-364-2731 Fax: N/A Emai1: Freedogwoo4@knologv.net Service: Carpentry &, Painting Phone: 706-793-6040 Fax: 706-793-6625 Entail: mmill-.ier@mm-sm..com Service: Supplier, Special Trade Constructio:n. and Janitorial PhoIle: 706-828-6677 Fax: 706-828.6688 Emall: ADCOTECHSERVICESta>BELLSOUTH.NET Service: Heavy Duty Tractor and Trailer Maintenance and repair DisadVlUltaged Business Enterprise Department 501 Greene Stred;- Suire 304 - Augusta, GA30901-4414 (706) 821.2406 - Pax (706) 821-4228 WWW.AUGUSTAGA.GOV Dear Potential Bidder: 1) CSRA Custodial Specialists c/o Mr. Wade Walker 2709 Oakland Avenue Augusta, GA 30909 2) You've Just Been Served c/o Mr. Orlando O'Neal 2021 Golden Road Augusta, GA 30901 3) Aiken &. Augusta Shredding c{o Mrs. Denise Watson 3205 Easy Street Augusta, GA 30904 4) Jackson Electric c/o Tom Jackson & Associates, LLC 2314 Ruby DriVe Augusta, GA 30906 5) Freeman Carpentry & Painting clo Mr. Minus Freeman 2731 MUledgeville Road Augusta, GA 30Sl04 6) M & M Management Services c/o Marlin W. Millender 3114 Augusta Tech Drive Suite 403 Augusta, GA 30906 7) ADCO Tech Service, Inc. c/o Donald Stewart 315 Hale Street Augusta~ GA 30901 I I I I I I I . il il il I II II I , I JUL-07-2009 11:23 7063124602 P.26/26 ARC PURCHASING . .' ~ DISADVANTAGED BUSlNESS ENTERPRISE DEPARTMENT A Yvonne Gentry DBE Coordinator 8) Success Enterprbe, Inc. c/o Mary Ward or DouglCl$ Greene 1611 Cider lane Augusta, GA 30906 Phone:7~993-2577 Fax: 601-643-6511 Email: MARY@SUCCESSENTER.COM or DOUGlASj!i)5UCCESSENTER.COM Service: Contract Services; Marketing Consulting, Website Design, Graphic Arts, L.ogos, Brochures 9) Mr. James Hebbard c/o Automation & Security 2110 Brown Road Hephtibah, GA 30815 phone: 877-513-0085 Emall: automationandsecuritv@li!mail.com services: Construction. alarm/fire system Installations, structural wiling networks, and security cameras 10) Berry Smith Sanitation c/o Be'rry SmIth 1308 New Savannah Road Augusta, GA 30901 Phone:706-72~2001 Fax: 706-124-2019 Services: Contract Services; Trash removal 11) Analyze America Labs c/o Carla Noah 1840 Wrightsboro Road Augusta, GA 30904 Phone: 706-738-3145 Fax:70~738-3218 Ema\l: lab@analvzeamerica.eom Services: Drug Screens and Clinical Specimen r>rocessJllg 12) Southern J. Construction c/o Mr. William Johnson 4619 Shadow Moss Court Augusta, GA 3090G Phone: 706~790-9399 Fax: 706-796~3429 Email: southemwilIDaol.com Service: General Contractor; Home Builder; Remodeling We are hopeful that this directory serves you well. We invite your feedback on how we can Improve your ability to access local small businesses. We would also like you to visit our website at www.aUlwstaRa.R:OV. select DBE Department. Please feel free to contact our office at (706) 821-2406. Thank you for including Local Small Business Opportunity Program in this directory on your bid opportunities. Sincerely, f-~ Yvonne Gentry DBE Coordinator Disadvantaged Business Enterprise Department 501 Greene Street ~ Suite 304 - Augusta. GA 30901-4414 (106) 821-2406-Fax(706) 821-4228 WWW.AUGUSTAGA.OOV TOTAL P.26 I I I I I I I . I I I I I I I , I Invitation To Bid Sealed bids will be received at this office until 3:00 p.m., Tuesday, July 14,2009 for furnishing: Bid Item #09-124 Main Interceptor Upgrade-Phase II for Utilities Department Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 706-821-2422 Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street - Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers exclusively from Augusta Blue Print. The fees for the plans and specifications which are non-refundable is $250.00 Documents may also be examined during regular business hours at the Augusta Builders Exchange, 1262 Merry Street, Augusta, GA 30904; F. W. Dodge Plan Room, 1281 Broad Street, Augusta, GA 30901. Itis the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online (www.auQustablue.com) at no charge through Augusta Blue Print (706 722-6488) beginning Thursday, May 28,2009. Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the successful completion of the project. Bidders are cautioned that sequestration of documents through any other source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory Pre-Bid Conference will be held on Friday, June 19, 2009 @ 10:00 a.m. in the Procurement Department - Room 605. All questions must be submitted in writing to the office of the Procurement Department by fax at 706-821-2811 or by mail. No bid will be accepted by fax, all must be received by mail or hand delivered. All questions are to be submitted in writing by Wednesday, June 24, 2009 by 3:00 p.m. No Bid may be withdrawn for a period of 120 days after time has been called on the date of opening. A 10% Bid bond is required to be submitted in a separate envelope so marked along with the bidders' qualifications; a 100% performance bond and a 100% payment bond will be required for award. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. Please mark BID number on the outside of the envelope. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle Metro Courier cc: Tameka Allen Drew Goins Jerry Delaughter May 28, June 4, 11, 18, 2009 June 3, 2009 Interim Deputy Administrator Utilities Department Utilities Department I SEALED BIDS SELECTION METHOD I I A method for submitting a bid to perform work on a proposed contract. In general, each party interested submits a bid in a sealed envelope, and all such bids are opened at the same time and the most favorable responsible bid is accepted. All bid responses will be retained as property of Augusta-Richmond County. Conditions for use. All contracts of Augusta-Richmond County shall be awarded by competitive sealed bidding except as otherwise provided elsewhere in this article (see S 1-10-45 - Sealed Proposals; 1-10-46- Professional Services; 1-10-47 - Quotations; 1-10-49 - Sole Source Procurement; and 1-10-50 - Emergency Procurements, of this chapter). I I Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. I I . I I Pre-bid conference and addendum. A conference to be conducted by the Procurement Director and using agency head, if appropriate, hearing will be scheduled at least five (5) working days before receipt of bids. While the pre-bid conference is not a requirement, it is strongly recommended and widely used to further acquaint interested bidders with the bid requirements and items to be purchased and vendor input. Any substantive changes to specifications resulting from the pre-bid conference or other vendor/contractor sessions shall be documented in an addendum and communicated to all bidders registered for the procurement action. Bid opening. Sealed Bids shall be opened publicly in the presence of one or more witnesses at the time and place designated in the public notice and invitation for bids. The amount of each bid, and such other relevant information as the Procurement Director deems appropriate, together with the name of each bidder shall be recorded; the record and each bid shall be open to public inspection in accordance with S 1-10-5 (Public Access to Procurement Information). I I I Bid acceptance and bid evaluation. Provided that the bids are delivered to the Procurement Director at the time, place, and under the conditions contained in the Invitation for Bids, the bids shall be conditionally accepted without alteration or correction pending evaluation. Bids shall be evaluated based on the requirements set forth in the invitation for bids, which may include bidder responsiveness, capability and past performance, and criteria to determine acceptability such as inspection, testing, quality workmanship, delivery, and suitability for a particular purpose. Those criteria that will affect the bid price and be considered in evaluation for award shall be objective and clearly measurable, including but not limited to discounts, transportation costs, and total or life cycle costs. The main advantage of using life-cycle costing is that both initial costs and related costs for the life of the item are considered. When the criterion for awarding the contract is based on lowest responsive bidder, it may mean that the contract specifications are just minimally complied with. Selecting of the lowest bidder could result in a higher incidence of maintenance, and down-time could eat up any savings made if the Procurement process considers only the initial cost. Under no circumstance will any bid be accepted by fax or email. All bids must be labeled and received in the Procurement office by the due date and time. There will be no exceptions made for any late, lost by the post office or express carrier. or misdirected submittals. Please be aware that vendors shall be removed from the vendor list for the following reasons: I (1) Declining to offer bids for the period of time listed in specifications. (2) Suspension for the following shall not be for less than three (3) months or more than three (3) years: I , I (a) Failing to satisfactorily meet terms, agreements, or contracts made with the Procurement department or the using agency. (b) Being convicted of criminal offenses in obtaining contracts or convicted of embezzlement, violation of state or federal anti-trust statutes, or any other crime which indicates a lack of business integrity or honesty. I (c) Violating contract provisions or failing to perform without good cause or any other cause which the Procurement Director deems to be so serious as to affect the responsibility of a contractor, including disbarment or suspension from a vendor list by another government entity. I PREFERENCE FOR LOCAL SUPPLIERS AND CONTRACTORS I I I I I . I I I I I I (a) Augusta encourages the use of local suppliers of goods, services and construction products whenever possible. Augusta also vigorously supports the advantages of an open competitive market place. Nothing in this Section shall be interpreted to mean that the City Administrator or Purchasing Director is restricted in any way from seeking formal bids or proposals from outside the Augusta market area. (b) When the quotation or informal bids selection method is used by the Purchasing Director or using agency head to seek firms to quote on Augusta commodity, service and construction products, local firms should be contacted, if possible, first. Then if the Purchasing Director or using agency head believes that there may not be at least three qualified informal bidders, quotes shall be sought from outside the Augusta market area. (c) In the event of a tie of bid (see 1-10-43 (h)), when all otherfactors are equal, the City Administrator is encouraged to select the bid from within the local market area. The City Administrator shall retain the flexibility to make the award of contract to a bidder outside of the local market area if evidence supports collusive bidding in favor of a local source. (d) The local vendor preference policy shall be applied when the lowest local bidder is within 5% or $10,000, whichever is less, of the lowest non-local bidder. The lowest local bidder will be allowed to match the bid of the lowest non-local bidder; if matched, the lowest local bidder will be awarded the contract. For purposes of this section, "local bidder" shall mean a business which: 1) Has had a fixed office or distribution point located in and having a street address within Augusta for at least six (6) months immediately prior to the issuance of the request for competitive bids or request for proposals by Augusta; and 2) Holds any business license required by the Augusta-Richmond County Code and 3) Employs at least one (1) full time employee, or two (2) part time employees whose primary residence is in Augusta, or if the business has no employees, the business shall be at least fifty percent (50%) owned by one or more persons whose primary residence is in Augusta. e) The Purchasing Director shall develop a program to routinely search out local firms that offer products or services which Augusta may purchase and encourage such firms to place themselves on the bidder's list. (f) The Purchasing Director shall work closely with Augusta's Disadvantaged Businesses. (g) Nothing in this section shall be interpreted to mean that the City Administrator may abrogate the provisions of O.C.G.A. 36-10-1 through 36-10-5, Public Works Contracts. This provision of the State Code requires that all County public works contracts of $20,000 or more as defined therein, be publicly advertised before letting out the contract to the lowest bidder. Further, nothing in this section shall be interpreted to mean the City Administrator may abrogate the provisions of the Augusta-Richmond County Code requiring public advertising before letting certain contracts." Section 2. This Ordinance shall become effective upon adoption. Section 3. All Ordinances or parts of Ordinances in conflict with this Ordinance are hereby repealed. Section 4. If any section, provision, or clause of any part of this Ordinance be declared invalid or unconstitutional, or if the provisions of any part of this Ordinance as applied to any particular situation or set of circumstances be declared invalid or unconstitutional, such invalidity shall not be construed to affect portions of this Ordinance not so held to be invalid, or the application of this Ordinance to other circumstances not so held to be invalid. It is hereby declared as the intent that this Ordinance would have been adopted had such invalid portion not be included herein. I , I I BACKGROUND INFORMATION ON VENDORS. I I I I I I . I I I I I The Department Head and/or the Administrator is directed to provide the bid amount as submitted, information concerning the vendor's previous performance, the service and quality of the products offered, the availability of the goods and services when needed, adherence to delivery schedules, and other criteria pertinent to that particular item, on vendors who have submitted bids, proposals, or contracts for the Commission's consideration. The information is to be included in the backup documents for the Commission's consideration in awarding the contract. INSPECTION OF PURCHASES. The Procurement agent in conjunction with the using agency or department head shall inspect, or supervise the inspection of, all deliveries of materials, supplies or contractual services to determine their conformance with the specifications set forth in the pertinent purchase order or contract. The Procurement agent may require chemical and physical tests of samples submitted with bids and samples of deliveries, which examinations are necessary to determine quality of the samples and conformance with specifications. Letting the contract. The contract shall be awarded or let in accordance with procedures set forth herein. Award shall occur with reasonable promptness by appropriate written notice to the lowest responsible and responsive bidder whose bid meets the requirements and criteria set forth in the invitation for bids. In addition to price and other material factors, the Procurement Director, in consultation with the using agency, shall consider the following in the context of award recommendations: (1) The ability, capacity, and skill of the bidder to perform, the contract or provide the services required, (2) The capability of the bidder to perform the contract or provide the service promptly, or within the time specified, without delay or interference, (3) The character, integrity, reputation, judgment, experience, and efficiency of the bidder, (4) The quality of performance on previous contracts, (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract or services, (6) The sufficiency of the financial resources of the bidder relating to his ability to perform the contract, (7) The quality, availability, and adaptability of the supplies or services to the particular use required, (8) The number and scope of conditions attached to the bid by the bidder, and (9) Service availability may be considered in determining the most responsible bid, and the bidders shall be required to submit information concerning their ability to service and maintain the product of the equipment. Award to other than low bidder. When the award is not given to the lowest bidder, a full and complete statement of the reasons for placing the purchase order or other contract elsewhere shall be prepared and signed by the Procurement Director and/or Administrator and made part of the record file for audit proposes. I I , I It is the wish of the Owner that minority businesses are given the opportunity to BID on the various parts of the work. This desire on the part of the Owner is not intended to restrict or lim it com petitive bidding or to increase the cost of the work. The Owner supports a healthy free market system that seeks to include responsible businesses and provide ample opportunity for business growth and development. I Required Bid Submission Forms I I I I I I . I I I I I I I , I All Bids must be submitted on the forms provided by the Owner. Bidders shall furnish all the information required by the solicitation. Bids must be signed and the bidder's name typed or printed on the bid sheet and each continuation sheet which requires the entry of information by the bidder. The person signing the Bid must initial erasures or other changes. Bids signed by an agent shall be accompanied by evidence of that agent's authority. (Bidders should retain a copy of their Bid for their records.) To be responsive, the bidder must submit the following documents with his/her Bid: (1) Bid Form and any other forms deemed mandatory by the specifications (2) Bid Bond and Certificates (3) Bidder's Qualifications, including a Financial Statement (4) Statement of Non-Discrimination (5) Conflict of Interest (6) Contractor's Affidavit and Agreement (7) Sub-Contractor's Affidavit (8) Non-Collusion Affidavit of Bidder/Offeror (9) Non-Collusion Affidavit of Subcontractor (10) Augusta-Richmond County Local Small Business Opportunity Program Forms, Le., Good Faith Effort and LSB Subcontractor/Supplier Utilization Plan The City shall reject any Bid as non-responsive that does not include each of the above documents, fully completed and properly executed. Item No.4 - Add the following directly after Item (10): (11) All CBE Compliance and certification fonns Included in Section 01003 required of the .Prime Contractor" that must be submitted to EPD prior to commencem~nt of the contract. I.e. pages EPD-4 through 12, inclusive, ..Including Six Good Faith Efforts documentation. (12) All -Buy American" requirements and Bid CertifIcations included in SectIon 01004. i.e. pages ARRA-5 and 6. If the bidder Intends to use products or materials not complying with the l3uy American requirements, they shall complete the Waiver Request Application and include it with their bid. i.e. page ARRA-8. A'Pp .~I I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 00100 - ADVERTISEMENT FOR BIDS I I I I I I . I I I I I I I , I Sealed bids for construction of wastewater system improvements at Augusta, Georgia, hereinafter referred to by project name as: Bid Item # Main Interceptor Upgrade Replacement Phase II Augusta, Georgia will be received by the Augusta Commission, hereinafter referred to as the OWNER at the office ofthe Director of Purchasing, Room 605'rvlunicipal Building until (a:m.)(p;m:) on , 200_, at which time all bids will be publicly opened and read in the presence of those interested. The work to be done consists of the following generally described iterns: Approximately 9,000 LF of 84-inch and 5,600 LF of 72:'irichgra"itysanitary from Oem Bowles Road along Doug Barnard Parkway (Spur 56) to the Messerly Wastewater Treatment Plant. Plans and specifications are open for public inspection aftheALJgustaPurchasing Dept, Room 605 Municipal Building, Augusta, Georgia; and at the following locations: Digital Blueprint/Dodge Room Augusta, Georgia Augusta Builders Exchange Augusta, Georgia Copies of Contract Documents may be obtained at the Augusta Purchasing Department upon a deposit of $100.00 for each set (non-refundable). Bids shall be enclosed in a sealed envelope and addressed as follows: AUGUSTA COMMISSION c/o Director of Purchasing 530 Greene Street Room 605 - Municipal Building Augusta, Georgia 30911 Mark the outside of the envelope as follows: Bid Item # Main Interceptor Upgrade Replacement Phase II Bids must be accompanied by a Bid Bond secured by a surety company, certified check, or cashier's check in an amount equal to at least 10% of the amount of the bid. A contract performance and payment bond each in the amount of 100% of the contract amount will be required of the successful bidder. ADVERTISEMENT FOR BIDS 00100-1 I S&P Project No. G124-Q6-02 Main Interceptor Upgrade Replacement Phase" Augusta Utilities Project No. 00007 SECTION 00110 - INSTRUCTION TO BIDDERS I I I I I I . I I I I I I I , I 1.01 GENERAL: All proposals must be presented in a sealed envelope, addressed to the Owner. The proposal must be filed with the Owner on or before the time stated in the invitation for bids. Mailed proposals will be treated in every respect as though filed in person and will be subject to the same requirements. 614€ I#vll9Utb d/lfJ TWeNTY CI~O) Proposals received subsequent to the time stated will be ret ned unopened. trP ~J Prior to the time stated any proposal may be withdrawn at th discretion of the 1> bidder, but no proposal may be withdrawn for a. period of . ) days after bids have been opened, pending the execution of contract with the successful bidder. 1.02 EXAMINATION OF WORK: Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work, the conformationofthe ground, the character, quality and quantity of the facilities needed preliminary band during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work or the cost thereof under the contract. No oral agreement or conversation with any officer, agent or employee of the Owner, either before or after the execution of the contract, shall affect or modify any of the terms or obligations therein. 1.03 ADDENDA AND INTERPRETATIONS: No interpretation of the meaning of plans, specifications or other prebid documents will be made to any bidder orally. . Every request for such interpretation should be in writing addressed to the Director of Utilities, and to be given consideration must be received at least five days prior to the date fixed for the opening of bids. Any and all. such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if iss.ued, .will be sent by certified mail with return receipt requested to allprospecti"ebidders (at the respective addresses furnished for such purposes), not later than three days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. INSTRUCTION TO BIDDERS 0011 0~1 I S&P Project No. G124-D6-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 I I I I I I . I I I I I I I , I separate envelope, a FINANCIAL EXPERIENCE AND EQUIPMENT STATEMENT, giving reliable .information a~ to working.capitalavailable, plant equipment, and his experience and general qualifications. The OWner may make such investigations as are deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to him all such additional information and data for this purpose as may be requested. .The Owner reserves the right to reject any bid if the evidence submitted by the bidder or investigation of him fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Part of the evidence required above shall consist of a list of the names and addresses of not less than five (5) firms or corporations for which the bidder has done similar work. 1.07 PERFORMANCE BOND: At the time of entering into the contract, the Contractor shall give bond to the OWner for the use of the Owner and all persons doing work or furnishing skill, tools, machinery or materials under or for the purpose of such contract, conditional for the payment as they become due, of all just claims for such work, tools, machinery, skill and terms, for saving the Owner harmless from all cost and charges that may accrue on account of the doing of the work specified, and for compliance with the laws pertaining thereto. Said bond shall be for the amount of the contract satisfactory to the Owner and authorized by law to do business in the State of Georgia. Attorneys-in-fact who sign bonds must file with each copy thereof a certified and effectively dated copy of the power of attorney. 1.08 REJECTION OF BIDS: These proposals are asked for in good faith, and awards will be made as soon as practicable, provided satisfactory bids are received. The right is reserved, however, to waive any 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. 1.09 SITE AND OTHER AREAS: The Site is identified in the Bidding Documents. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by Owner unless otherwise provided in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work is to be obtained and paid for by Contractor. Some easements necessary to complete this Project may not have been obtained by OWNER at Bid time and may not be available until an INSTRUCTION TO BIDDERS 00110-3 1 1 1 1 1 1 1 .--..... " . 1 I 1 1 1 1 I" , 1 S&P Project No. G124-06-QZ Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 00120 - BID PROPOSAL AUGUSTA COMMISSION MUNICIPAL BUILDING AUGUSTA, GEORGIA 30911 PROJECT TITLE: MAIN INTERCEPTOR UPGRADE REPLACEMENT PHASE II AUGUSTA, GEORGIA BID ITEM NO.: 09-124 Gentlemen: The undersigned Bidder, herein referred to as singular and masculine, declares the following: 1. The only parties interested in the proposal as principals are named herein; 2. He has carefully examined and fully understands the contract documents, including the drawings and specifications; 3. He understands that information relative to existing structures and underground utilities as furnished to him on the drawings, Contract Documents or by the Augusta Utilities Engineer/Director, carries no guarantee expressed or implied as to its completeness or accuracy and he has made due allowances therefore; 4. He has made a personal examination of the site of the proposed work and has satisfied himself as to the actual conditions and requirements of the work; 5. He agrees to hold the Owner harmless for accidents or damages to property; 6. He will comply with all State and Federal regulations pertaining to but not limited to asbestos containing material removal and disposal, regulations regarding disposal of all debris and OSHA requirements; 7. He will complete the work in a timely manner. The required time of completion is indicated in the Bid Proposal Form; 8. He will maintain the site as clean as possible by not allowing debris to accumulate before making trips to his disposal site. Materials sold for salvage shall not be accumulated on the project site; 9. He will not bum any materials on site without written approval from proper authorities; 10. He will comply with all provisions of the Georgia Environmental Protection Division (EPD) required in order for project costs to be eligible for State Revolving Fund (SRF) funding. Failure on the part of the 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. and hereby proposes and agrees to furnish all materials, labor, skill, equipment, tools, and other things of every kind and description specified, needed or used for the complete execution of all BID PROPOSAL 00120-1 I I I I I I I . I I I I I I I , I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusla UtirJlies Project No. 00007 r--- '\ work covered by and in conformity with the Plans, specifications, and other Contract Documents prepared by Stevenson & Palmer EnoineerinQ. Inc. and all Amendments and Addenda thereto, for the sums hereinafter stated. BASE BID SCHEDULE OF UNIT PRICES: SANITARY SEWER S-3J 72" Diameter fiberglass reinforced polymer mortar pipe, Depth 8' to 10', including Type II (No. 57 stone) bedding material S-3K 84" Diameter fiberglass reinforced polymer mortar pipe, Depth 8' to 10', including Type II (No. 57 stone) bedding material S-4J 72" Diameter fiberglass reinforced polymer mortar pipe, Depth 10' to 12', inCluding Type II (No. 57 stone) bedding material S-4K 84" Diameter fiberglass reinforced polymer mortar pipe, Depth 10' to 12', including Type II (No. 57 stone) bedding material S-5J 72" Diameter fiberglass reinforced polymer mortar pipe, Depth 12' to 14', including Type II (No. fi7 stone) bedding material S-5K 84" Diameter fiberglass reinforced polymer mortar pipe, Depth 12' to 14', including Type II (No. 57 stone) bedding material S-6J 72" Diameter fiberglass reinforced polymer mortar pipe, Depth 14' to 16', including Type II (No. 57 stone) bedding material S-6K 84" Diameter fiberglass reinforced polymer mortar pipe, Depth 14' to 16', including Type II (No. 57 stone) bedding material S-7 J 72" Diameter fiberglass reinforced polymer mortar pipe, Depth 16' to 18', including Type II (No. 57 stone) bedding material S-8J 72" Diameter fiberglass reinforced polymer mortar pipe, Depth 18' to 20', including Type II (No. 57 stone) bedding material .s-11A 8" diameter ductile iron sanitary sewer pipe Class 250, Depth 8' to 10'. including Type II (No. 67 stone) bedding material S-121 42" diameter ductile iron sanitary sewer pipe Class 250, Depth 10' to 12', including Type II (No. 67 stone) bedding material S-14C 12" diameter ductile iron sanitary sewer pipe Class 250, Depth 14' to 16', including Type II (No. 67 stone) bedding material BID PROPOSAL LF 558 LF LF 250 LF . 5334 LF 1425 LF .1740 LF 1540 LF 380 LF 582 LF 30 LF 35 LF 30 LF 15 \?.t~)q.O() ~\llSO.0 <11~.Oo ,- \, 00120-2 I S&P Project No. G124-06-Q2 Main Interceptor Upgrade Replacement Phase I( ~ Augusta Utilities Project No. 00007 BASE BID SCHEDULE OF UNIT PRlCES: I 72" Diameter fiberglass reinforced polymer mortar pipe, Depth 20' to 22', including Type II (No. 57 I stone) bedding material S-16K 72" Diameter fiberglass reinforced polymer mortar LF 180 pipe, Depth 22' to 24', including Type II (No. 57 I stone) bedding material S-16L 72" Diameter fiberglass reinforced polymer mortar LF 310 pipe, Depth 24' to 26', including Type II (No. 57 I stone) bedding material S-17A Direct Jack and Bore 72" diameter, HOBAS Jacking LF 211 Pi e S-17B Direct Jack and Bore 84" diameter, HOBAS Jacking LF 335 I Pi e S-18 Select backfill, GA DOT Type I, Class I & I( CY (Sand/Clay) - Measured by in-place volume. S-30 6" sanitary sewer service, complete EA 8 I S-31b Bulkhead existing sanitary sewer, over 30" EA 8 S-33 Tie new sanitary sewer to existing manholes, EA 6 ---.." diameter varies . S-37 Granular fill for FRPM pipe installation CY S-58A 72" FRPM tee base (straight-thru) with 24" neck, EA inclUding concrete encasement, fiberglass bench, I and cast-in FWC coupling S-58B 72" FRPM tee base (1-miter) with 24" neck, EA 3 including concrete encasement, fiberglass bench, I and cast-in FWC coupling S-58C 72" FRPM tee base (2-miter) with 24" neck, EA 2 including concrete encasement, fiberglass bench, and cast-in FWC coupling I S-58E 84" FRPM tee base (straight-thru) with 24" neck, EA 12 including concrete encasement, fiberglass bench, and cast-in FWC coupling I S-58F 84" FRPM tee base (1-miter) with 24" neck, EA 6 including concrete encasement, fiberglass bench, and cast-in FWC coupling I S-58G 84" FRPM tee base (2-miter) with 24" neck, EA 2 including concrete encasement, fiberglass bench, and cast-in FWC coupling S-58H 84" FRPM tee base (3-miter) with 24" neck, EA 2 I including concrete encasement, fiberglass bench, and cast-in FWC coupling S-59B 48" fiberglass MH risers VF 276 I S-608 Stubout on tee base (invert not at bottom) EA 5 \ S-64 Special Coating for Existing Manholes VF 45 , S-65 Abandonment of eXistmg interceptor .. LS 1 BID PROPOSAL 00120-3 I I I I I I I I . I I I I I I I , I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase n Augusta Utilities Project No. 00007 ('"" BASE BID SCHEDULE OF UNIT PRICES: No.4 surge stone for trench stabilization along New Savannah Road, 1" thick WATER MAIN W-1A 2" diameter PVC water transmission main C 900, LF Class 200 W-6 Miscellaneous pipe fittings and connections LBS 100 W-16 New short side water service, installed, including re- EA 4 connection, complete W-21 Miscellaneous Class A Con~rete CY 300 W-22A Remove a" AC water line and 'replace wI B" DIP, LF 100 Class 350 W-22B Remove 12" AC water line and replace wI 12" DIP, LF 200 Class 350 W-23 Remove and Relocate offset Water main 12" DIP, EA 2 Class 350 standard Joint Special Connecting to AC Water Line PAVEMENT STRUCTURES P-1 Asphalt overlay. type F. 1 W thick, minimum SY \2 ()oo.oo P-2 Graded aggregate base, 10 % · thick, 15' wide and SY " \0, '6"00.00 {'"'''' asphalt patch 4" thick. including removal of 4" GAB l. and placement of bituminous tack coat P-7 4" asphalt pavement driveway replacement SY 520 MISCELLANEOUS M-1 Flowable fill CY 500 M-2 Rock excavation CY 100 M-3 Foundation backfill, GA DOT Type II, for additional CY 2000 unclassified excavation M-4 Clearing and Grubbing ACRE 5 M-7A Remove & replace 15" storm RCP LF 135 M-7B Remove & replace 30" storm RCP LF 90 M-8 Demolish and dispose of existing buildings LF 2 LUMP SUM LS-1 Lump sum construction (includes but is not limited LS 1 to the listing continued below) NOTE TO BIDDERS: FOR A COMPLETE DESCRIPTION OF BID ITEMS REFER TO THE TECHNICAL SPECIFICATIONS. (Lump Sum Construction Next Page) t '\ ~ BID PROPOSAL 00120-4 I I I I I I I .~' I I I I 1 1 I., " r 1 S&P Project No. G124-06-Q2 Main Interceptor Upgrade Replacement Phase II Augusta UbTlties Project No. 00007 Lump Sum Construction · Mobilization, Demobilization · Bonds, Insurance . · Remove and reset/replace in kind fences, All types · Remove and reset/replace in kind gates, All types · Remove and reset storm sewer, lengths & sizes vary · Remove and reconnect water services, complete · Reconnect sanitary sewer services I> Remove and reset signs, Type varies · Remove and reset water sprinkler systems, complete · Remove and reset water valve and/or meters, size varies · Remove and reset yard lamps, TyPe varies · Remove and reset mailboxes, Type varies · All Erosion and sediment control (BMP devices, grassing, construction exits, rip-rap. misc. erosion control structures, silt fencing, and al/ other devices required for confonnance to SEe permits) . . T rafflc control · Miscellaneous grading · Permanent grassing · Raise manholes and valves boxes to grade · Remove and reset utility pole anchors and guides and temporary support of utility poles 1. TOTAL BASE BID FOR ALL UNIT PRICES 8.b~"\ \M\u'lOU 0 >>J.fa t.ltl~ f>Q..l:.Q ~O\ln. l~~ 1--.'\t:;> l~6 \-\u t.J i')~ 1't;.~ DoL.\.An.\. A.N<) 64./\6 D (use words) ($ <6,l<J4- ;2..\O.:tCa (figures) 2. Unit Prices have been computed in accordance with Paragraphs 11.9.1 through 11.9.3, inclusive of the General Conditions. 3. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final .payment for all Unit Price Bid items will be BID PROPOSAL 00120-5 I I I I I I I . I I I I I I I , I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase \I Augusta Utilities Project No. 00007 f"-X ~ 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 Profile Wall Polyethylene (PWPE) pipe in lieu of Fiberglass Reinforced Polymer Mortar (FRPM). pipe based upon the quantities provided in the following unit price table. 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 wHl be the amount added to or deleted from the base Bid IT OWNER selects the Alternate. ALTERNATE NO.1 SCHEDULE OF UNIT PRICES: SANITARY SEWER 72" Diameter fiberglass reinforced polymer mortar pipe, Depth 8' to 10', including Type II (No. 57 LF S-3J stone beddin material 84" Diameter fiberglass reinforced polymer mortar pipe, Depth 8' to 10', including Type II (No. 57 LF S-3K stone beddin material 72" Diameter fiberglass reinforced polymer mortar pipe, Depth 10' to 12', including Type II (No. 57 LF . S-4J stone beddin material 84" Diameter fiberglass reinforced polymer mortar pipe, Depth 10' to 12', including Type II (No. 57 LF S-4K stone beddin material 72" Diameter fiberglass reinforced polymer mortar pipe, Depth 12' to 14', including Type II (No. 57 LF S-5J stone beddin material 84" Diameter fiberglass reinforced polymer mortar pipe, Depth 12' to 14', including Type II (No. 57 LF S-5K stone beddin material 72" Diameter fiberglass reinforced polymer mortar pipe, Depth 14' to 16', including Type II (No.!:i7 LF S-6J stone beddin material 84" Diameter fiberglass reinforced polymer mortar pipe, Depth 14' to 16', including Type II (No. 57 LF S-6K stone beddin material 72" Diameter fiberglass reinforced polymer mortar pipe, Depth 16' to 18', including Type II (No. 57 LF S-7J stone beddin material 72" Diameter fiberglass reinforced polymer mortar pipe, Depth 18' to 20', including Type II (No. 57 LF S-BJ stone beddin material BID PROPOSAL -556 _(0" .Ob -250 l~.~ 0() -380 -582 l.A."2.ISu ($".4.6 -30 . O~ ", 00120-6 I S&P Project No. G124-06.{}2 Main Interceptor Upgrade Replacement Phase II Augusta Umilles Project No. 00007 ALTERNATE NO.1 SCHEDULE OF UNIT PRICES: (~. It. I 72" Diameter profile wall polyethylene. pipe, Depth 14' to 16', including Type II (No. 57 stone) bedding IF I 8-6J-1 material 84" Diameter profile wall polyethylene .pipe, Depth 14' to 16', including Type II (No. 57 stone) bedding LF 380 8-6K-1 material I 72" Diameter profile wall polyethylene pipe, Depth 16' to 18', including Type \I (No. 57 stone) bedding LF 582 S-7J-1 material I 72" Diameter profile wall polyethylene pipe, Depth 18' to 20', including Type 11 (No. 57 stone) bedding LF 30 S-8J-1 material 72" Diameter profile wall polyethylene pipe, Depth 00 20' to 22', including Type \I (No. 57 stone) bedding LF 120 I 8-16J-1 material 72" Diameter profile wall polyethylene pipe. Depth 22'lo 24', including Type II (No. 57 stone) bedding LF 180 I 8-16K-1 material 72" Diameter profile wall polyethylene pipe, Depth 24' to 26', including Type II (No. 57 stone) bedding LF 310 8-16L-1 material . 72" PWPE tee base (straight-thru) with 24" neck, .,'''-;- , including concrete encasement, polyethylene EA 7 " S-58A-1 bench, and caslin 72" PWPE tee base (1-miter) with 24" neck, I including concrete encasement, polyethylene EA 3 8-588-1 bench, and caslin 72" PWPE tee base (2-miter) with 24" neck, including concrete encasement, polyethylene EA 2 I S-58C-1 bench, and caslin 84" PWPEtee base (straight-thru) with 24" neck, including concrete encasement, polyethylene EA 12 S-58E-1 bench and castin I 84" PWPE lee base (1-miter) with 24" neck, including concrete encasement, pOlyethylene EA 6 8-58F-1 bench and caslin I 84" PWPE tee base (2-miter) with 24" neck, including concrete encasement, polyethylene EA 2 S-58G-1 bench, and casUn 84" PWPE lee base (3-miler) wilh 24" neck, I including concrete encasement, polyethylene EA 2 S-58H-1 bench, and caslin 48" PWPE MH risers VF 276 00\ I S-59B-1 1. Alternate 1: I ~ (deduct}6 ~~ Wu wt>lli:1:> Tv ~"'CC{... t'(lJe ($ ItS1 r~1.) t ~i (circle one) words figures ", , .. 1:-(0 () >Po ~b'J ~Mt: 1k~~~ BID PROPOSAL It-hft''rlt. N 1 Ne: A- NY) l.Q Il 0 0 00120-8 I I I I I I I I .--,. I I I I I I I , I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Ulllities Project No. 00007 3. The Lump Sum Bid Price for this Contract will be: 'L e1-l"C'~ ~ UL ~E. E:: l ~ ~" VV\ L w.. lOb.! -c ~ ~ \:1OQt;l1O ~ \oUt. 0 u \...l.A'JU If only Altemate1 isselected:l.'\.i.oo~U.O. "t\-l..~ ~\.\O~ roa."'Ct-($ r:z.'2..,\~4'\ 6...?. Words I i figures b..~r;, c.."l.{ \00 The undersigned agrees that this Proposal may not be revoked or withdrawn after the time is set for the opening of bids but shall remain open for acceptance for a period of s9ay (98f calendar days following such time. \?-p J 'JO In case the bidder is given in writing by mail, telegraph, or delivery the Notice of Acceptance of the Bid Proposal within-s6Ely "days after the time for the opening of bids, the undersigned agrees to execute within ten (10) calendar days a Contract (Fom1 of Agreement between Contractor and Owner) for the work for the above-stated compensation and at the same time to furnish and deliver to the Owner a Perfom1ance Bond, Payment Bond, Certificate of Insurance, and Contractor Certification forms in accordance with the instruction bound in the Project Manual. The undersigned agrees to commence actual physical work on the site with an adequate force and equipment within ten (10) calendar days from the date to be specified in the Notice to Proceed from the Owner and to complete fully all work within 365 calendar days. It is also agreed that 35 days are included in the specified contract time for adverse weather days based on National. Oceanographic and Atmospheric Administration (NOAA) historical data. Enclosed herewith is a Bid Bond in the amount of 10% of Total Bid DOLLARS _($ ) being not less than 10% of the Base Bid. The Bid Bond must be submitted on the required foon provided with the Invitation to Bid. If this Proposal is accepted within ~ days after the date set for the opening of bids and the undersigned fails to execute the Contract within ten (10) calendar days after receipt from the OWNER/Engineer, or if he fails to furnish both a Performance Bond and Payment Bond, the obligation of the Bid Bond will remain in full force and effect and the money payable thereon shall be paid into the funds of the Owner as liquidated damages for such failure; otherwise the obligation of the Bid Bond will be null and void. Receipt is acknowledged of the following addenda: Addendum 1 (Date) 6/30/09 Addendum (Date) Addendum (Date) Addendum (Date) Addendum (Date) (See Next Page for Signatures) BID PROPOSAL .J.; 00120-9 I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Ublltles Project No. 00007 f~""'" ~. This Bid Proposal is respectfully submitted by: I I I John D. Stephens. Inc. Bidder (Print Name) 272 Hurricane Shoals Road. N.E. s(gnature wn r, Partner or. Corp.O er) Mitchell D. Stephens President Lawrenceville, GA 30046 Address Tille 770-972-8000 Telephone Number I I I 770-979-3748 Fax Number If Corporation, affix seal here . (SEAL) It I I r.~' f, '\. I I I I I , I " f " BID PROPOSAL 00120-10 I I I I I I I . I I I I I I I , I .. S&P ProjllCl No. G1~4-<I6-02 Mal" Intercaptor Upgrade Replaeamlllll Phase II "AugU$la Uiililiei. Project No. 0001;11 SECTION 00125 - FORM OF BID BOND KNOW ALL. ~EN Bk~~~ S~ we, the undersigned, *SEE ijELOW , as Pnnclpal. and rJlMPANY OF AMF.RTCA ,'as Surety, are held firmly bound unto, Augusta Commission, as Owner, in the penal sum of: **SEE BELOW DOLLARS ($ ), for the payment of which.. well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administratorsj successors and assigns. Signed, this 14m day of JULY ,2009 . The condition of this Qbligation is such that whereas the Principal has submitted to Augusta Commission, a certain Bid, attached hereto and hereby made a part hereof to enter Into a contract in writing for the construction of Main Interceptor Uograde Reolacement Phase II. NOW, THEREFOR, (a) [f said Bid shall be rejected, or in the altemate, (b) [f said Bid shalf be aocepted and the Principal shall execute and deliver a contract in the Fonn of Contract attached hereto (properly completed in accordance with" said Bid) and shall furnish a bond for his faithful perlbrmanc:e of said contract, and for the payment of all persons perfonning labor or furnishing materials in connection therewith, and shall in all other respects perfonn the agreement created by the acceptance of said Bid, then this Obligation shall be void, othelWise the same shall remain in force and effect; it being expressly understood and agreed that the Iiabifdy of the Surety for any and all claims hereunder shall, in no event" exceed the penal amount of this obligation herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said surety and its Sond shall be in no way impaired or affected by any extension of time within which the Owner may accept such Bid; and said Surely does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set these hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affi?,ed and these presents to be signed by their proper officers, the day and year first set forth abOVE:. JOHN.~ S~HENS mc. BY: ,~~ L.S. ncipal) Mitchell D. Stephens President SEAL *JOHN D. STEPHENS. mc. **TEN" PER<;:ENT" (10%) OF AMOUNT BID FORM OF BID BOND 00125-1 I I I I I I I I I I I I I I I WARNING; THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ..... TRAVELERSJ POWER OF ATTORNEY Fannington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company S1. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Attorney-In Fact No. Certificate No. 002391699 218488 KNOW ALL MEN BY THESE PRESENTS; That Seaboard Surety Company is a c?rporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, st. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly mganized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are cOrporations duly organized under the laws ~f the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of th'e State of Maryland,. that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Douglas R. Johnson, John P. Langsfeld, Richard A. Gazaway, Sharon G. Dixon, and Lawrence B. Peppers of the City of Atlllnl11 , State of (ji-f'lrgill , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in theuJ?usinesso!,guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or pe,.' . ",anr~(\~ons eedings allowed by law. -<'L "J .~ .~~~ < ~- ~~ ~' r--<;~ 2nd IN WITNESS WHEREOF, the Companies have caused this ins day of April 2007 ..i""'{_. Farmington Casualty Cql!iPap' Fidelity and Guaranty~\r~pC(:' Fidelity and Guaranty Insuft\~~e' Seaboard Surety Company St. Paul Fire and Marine Insurance Company S1. Paul Guardian Insurance Company S1. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company State of Connecticut City of Hartford ss, By: On this the 2nd day of April 2007, before me personally appeared George W. Thompson, who ackn?wledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, ellecuted the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 201 I. 'f(\~ C. j~ '- Marie C. Tetreault, Notary Public 58440-5-07 Printed in U.S.A. I ~. .' I STATEMENT OF NON-DISCRIMINATION I I The undersigned understands that it is the policy of Augusta-Richmond County to promote full and equal business opportunity for all persons doing business with Augusta-Richmond County. The undersigned covenants that we have not discriminated, on the basis of race, religion, gender, national origin or ethnicity, with regard to prime contracting, subcontracting or partnering opportunities. The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable participation of local small businesses on the bid or contract awarded by Augusta-Richmond County. The undersigned further covenants that we have completed truthfully and fully the required forms regarding good faith efforts and local small business subcontractor/supplier utilization. The undersigned further covenants and agrees not to engage in discriminatory conduct of any type against local small businesses, in conformity with Augusta-Richmond County's Local Small Business Opportunity Program. Set forth below is the signature of an officer of the bidding/contracting entity with the authority to bind the entity. The undersigned acknowledge and warrant that this Company has been made aware of understands and agrees to take affirmative action to provide such companies with the maximum practicable opportunities to do business with this Company; That this promise of non-discrimination as made and set forth herein shall be continuing in nature and shall remain in full force and effect without interruption; That the promises of non-discrimination as made and set forth herein shall be and are hereby deemed to be made as part of and incorporated by reference into any contract or portion thereof which this Company may hereafter obtain and; That the failure of this Com pany to satisfactorily discharge any of the promises of nondiscrimination as made and set forth herein shall constitute a material breach of contract entitling the City of Augusta to declare the contract in default and to exercise any and all applicable rights remedies including but not limited to cancellation of the contract, termination of the contract, suspension and debarment from future contracting opportunities, and withholding and or forfeiture of compensation due and owing on a contract. I I I . I I I I I I I , ~aJhd ~(1rd!':&.eV'Q Not;~' Slg;;:cJture ~ Subscribed and sworn to before me this 14th dayof July ,2009. Notary Public \\\\\\UJIIII111l . "\'~l 1. CA~Urirmlssion expires: 2/21/2011 \' ..~c:.~~. . <.9~, .. . .~~'it-\~;"'. <<:"~ : ,..0..... .....,..~..(-:' This form MUST be submitted W.it,g-C[;id 'F!sle. ~:jx6;ePtiOn(S) will be granted ::"7': .. . *: "" ~ 21, ::" ~ "..a}_ 2011 ~;$": ~ '. ~.~Jf.A ..,... '" .~ ~ ..;/V.a....co G ... ~ ~ ~ 0,":':/" .f..."...., ~/, ,:ill ...... ,"Ov.~,... I'lll" FlY pv '!\\\"\ '1111"'lIln"\\~ SEAt I I I I I I I I . I I I I I I ~ I CONFLICT OF INTEREST: It shall be unethical for any City of Augusta business or participant directly or indirectly in a procurement contract when the employee or official knows that: (a) the employee or official or any member of the employee's or official's immediate family has a substantial interest or financial interest pertaining to the procurement contract, except that the purchase of goods and services from businesses which a member of the Commission or other City of Augusta employee has a' financial interest is authorized as per O. C.G .A. 36-1-14, or the procurement contract is awarded pursuanUo O.C.GA 45-10-22 and 45-10-24, or the transaction is excepted from said restrictions by O.C.G.A. 45-10-25; (b) Any other person, business, or organization with whom the employee or official of any member of an employee's or Official's immediate family is negotiating or has an arrangement concerning prospective employment is involved in the procurement contract. Any employee or official or any member of an employee's or official immediate family who holds a substantial interest or financial interest in a disclosed blind trust shall not be deemed to have a conflict of interest with regard to matters pertaining to that substantial interest or financial interest. I, (vendor) John D. Stephens, Inc. contained in the bid specifications. have read and understand the information Vendor Name: John D. Stephens, Inc. Address: 272 Hurricane Shoals Road, N.E. City & State: Lawrenceville, GA 30046 Fax#(77q 979-3748 Signature: Date: 7-14-09 ephens, Presi ent 09-124 Main Interceptor Upgrade Replacement Phase II This form MUST be submitted with bid package. NO Exception(s) will be granted I I I I I I I . I I I I I I I Bid/RFP/RFQ# 09-124 CONTRACTOR AFFIDAVIT AND AGREEMENT By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. 13-10-91, stating affirmatively that the individual, firm, or corporation which is 'contracting with Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program. [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (I RCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O.C.G.A 13-10-91. The undersigned further agrees that, should it employ or contract with any subcontractor( s) in connection with the physical performance of services pursuant to this contract with Augusta Richmond County Board of Commissioners, contractor will secure from such subcontractor( s) similar verification of compliance with O. C. G.A 13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and proyide a copy of each such verification to the Augusta Richmond County Board of Commissioners at the time the subcontractor( s) is retained to perform such service. DLAU4960 E-Verify * User Identification Number John D. Stephens, Inc. Company Name Please Check One 500 or More 100 or more _ 100 or less X Number of Employees Date: 7-14-09 President Title of Authorized Officer or Agent of Contractor v' Vendor with 100 employees or more - must have an E-Verify * User Identification Number Vendor with less than 100 employees - check 100 or less box, fill out the form and return with your submittal. (Georgia Law requires you to have an E-Verify*User Identification Number on or after July 1, 2009.) Mitchell D. Stephens Printed Name of Authorized Officer or Agent v' SUBSCRIBED AND SWORN BEFORE ME ON THIS THE 14th DAY OF July .2009 ~JJ 0 ~lvQQ- Notary Publi 1 ';'1"11 My Co~lll~~M/iIs'l ",,~~ 1~,.~~~1'~ ,.'~S':: <~.~~\SsJ(jNj;t..~~\ , ~.'vO ~..y ~ :.::.. FEe ~.. ~ ..:.:*:~ · "Ut:*= -. 21 - -.. .- - Ijl . ...... ~ ...~ 20114-~': ~ ~. . . . ~ .-:. ..11_0. ~ ~ ..,...:::; ,~-~ · 0.. ~~ ~ Oh....tt9~'... ~ ~ "'I'//I/.:..<I Fly p\,}~\\"," 11!/IIIf1IU\\\\\ SEAL MUST BE RETURNED WITH YOUR SUBMITTAL I I I I I I I . I I I I I I I In accordance with the Laws of Georgia, the folloW\ng affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF BI,DDERlOFFEROR I, Mitchell D. Stephens certify that this bid or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.GA Section 36-91-21 (d) and (e), John D. S'fephens. Inc. has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals byanymeans whatsoever. Affiantfurther states that (s )he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or indw;:eq another to withdraw a bid or offer for the work. Affiantfurther states that the said offer of John D. Stephens. Inc. is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or if furnished to any other bidder, that the material shall be at a higher price. Pre" ident Title of Attestfng Party Sworn to and subscribed before me this 14thdayof ~11<~J, (l,(Mry)~ N tary Si~ureo July 9 ,200_. (Affix corporate seal here, if a corporation) Notary Public: Kathy T. Campbell County: Gwinne t t Commission Expires.: 2/21/2011 SEAL Failure to properly execute the abo~~~'MfMlMl~;,onsidered grounds for rejecting vendor submittal Failure to properly affix a Corporate seal.if"Yo,{~~~~ ~~?~&~~ be considered grounds for rejecting vendor submittal .... ~\SSION,(:o.~..~ ~ .' o~ .....,...-,> . G.. -:,. .. Cj ~'.~ ,. .'~ FEB ~. -;:::. :~ . ~~*= . .- -~ ~ 21, : E ~;.. "'~ 2011 $.: € ';':' A _'.~. ,-~..,.. ;:: ~.'" - ~ · f't'~ G.'" .. ~ ~ "~~/. O~::!.W~'...k,v ~ ",I///I/. ~ Fly ~U ~\\\~ 11/11111111\\'\\' I I I I I I I . I I I I I I I , I '. -~ c: In accordance with the Laws of Georgia. t!'e following affidavlt Is required t)yall vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR r' "-- 1. ]3r-c....1- Ao We.n S certify that this bid or proposal is made without prior understanding, agreement or connection with any corporalion,;f1rm or person submitting a bid for the same work, labor or service to be done or the supplies. materials or equipment to be furnished and is In all respects fair and without colluslQn or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards, I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal, for the bidder. Affia~tfurther states that pursuant to O.C.GA. Section 36-91...21 (d) and (e), . : 'Bonr;8 ~T\..lI'\V'lcl\Ylfa a~~ Ek~c..A... has not, by itself or with others, directly orindlrecUy, preventeCl or attempted t prevent co petition In such bidding or proposals by any means whatsoever. Affiantfurther states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the wor~. Affiantfurther states that the said offer of ~ :3 ~ )115. QQ. is bona fide, and thai no one has gone to any supplier and attempted to get such person or company to fulnlsh the materials to the ~Idder only, or if furnish n ther bidder, that the materla~ shall be at a higher price. Swom to and subscribed before me this /.1.IN day of r-2~ Y: >2?~ Notary ~t;;re ..;J;, y . 2002-. (AffIx corporate seal here, if a corporati~) Notary Public: S;13fa ",: k(7(frS County: ~I'.f ,- , JOE L GIBBS NOT.ABY.PUBUC STA~TEXAS Wi{ COMM.EXP. 07-31 Commission Expires: '7-$/<609 .. Failure to properly execute the above affidavIt must be considered grounds for rejecting vendor submittals If there are no subcontracting opportunltle.s, please fill out the fonn (write N/~ sign. date and notarize). c I '. '" '. Bid/RFP1RFQ #: 00007 SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with a.c.G.A. 13-10-91, stating affiimatively that the individual, firm, or corporation which is engaged In the physical performance of services under a contract with on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the' United States Department of Homeland $ecurityor any equivalent federal work authorization program operated by. the United States Department of Homeland Security to verify information of newly hired employees. pursuant to the Immigration Reform and Control Act of 1986 ({ReA}, P.L. 99-603], In accor4ance with the applicability provisions and deadlines established In O. C. G. A 13-10-91. . Sp8Jq(~Cj E-Verify ... User Identification Number \3ori~ \l-rwm~~~ rR-f".,..v;u.. Com pan Please Check One' 500 or More 100 or more . 100 or less X NUmber of Employees - 7-( ? -~ Date: ;} 6-1 BY: A {.. tractor Signature} Vlci-Pr~cluk C~HJ2 t~~ Title of Authorized Officer/or Agent of Contractor _"&v-~ ezowt:-nS Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THEr.- t3S;dDAYOF ~~ ~ ..... ~ . Notary ublic My Commission Expires: 7-3/... oj ./ Vendorwlth 100 employees or mote - must have an E-Verify'" User Identification .Number -( Vendorwith le56 than 100 employees -check 100 or less box, fill out the form and return with your submittal. (Georgia Law requIres you to ; have an E-Verify"User Identification Number on or after July 1, 2009.) . .200iL JOE L GIBBS NOTARY PUBUC MUST BE RETURNED WITH YOUR SUBMITIAL If there are no subcontracting opportunities, please fill out the fonn (write N1A; sign, date: !!lnd notarize). I I I I I I I I . I I I I I I I Contractor Ackoowledf!cment ofBuv American Requirements The Contractor aclmowledges to and for the benefit of the Owner, the Stale of Georgia, and the United States Environmental Protection Agency that it understands that the goods and services Wlder this AgreemeJat are being funded with monies made available by the federal American RecoveI)' and Reinvestment Act of2009 (ARRA) or me being made available for a project being funded with monies made availabJe 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 (0) the Contractor will provide any further verified information. certification or assurance of compliance with this paragraph, or information necessaxy to support a waiver of the Buy American Requirements, as may be requested by the Owner, the Stale, or the United States Environmental Protection Agency. Nonvilhstanding any other provision of this Agreement, any failure La comply \vith this paragraph by the Contractor shall pennit 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 (incJuding 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 cl..in:ct 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 beneficiaJy and neither this paragraph (nor any other provision of the construction contract necessary to give this paragraph force or effect) shall be amended or waived without the prior written consent of the State. rgy-G}- t-towevtS I VLu...freh~ ~-eJ C-~ PRINTED NAME & TITLE OF AUTBORIZEDREPRESENTAtNE OF CONTRACTOR ORSUBCONTRACfOR '7 - I S ---oC; DATE o . AUTHORIZED REPRESENTATIVE ARRA Special Conditions and Information 5 US100U909SB.l I Bid Certification t I I. Identification of American-made Iron, Steel, and Manufoctured 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 scbedule and consistent with the deadlines prescribed in or required by the bid solicitation. I 2. Veri.fication 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. I 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: I a Identification of and citation to a categorical waiver published by the U.S. Environmental Protection Agencyin the Federal Register that is applicable to such component or components, and an analysis that supports its applicability to the component or components; I b. Verifiable documentation sufficient to the Owner, as required in the bid solicitation or otherwise, that the B idder ha~ sought to secure American-IIUlde components but has determined that such components are not available on the schedule and consistent with the deadlines prescribed in the bid solicitation, \vith assurance adequate for the Bidder under the applicable conditions stated in the bid solicitation or otherwise. I I 4. Information and Detailed Justification Regarding Non- American-made Iron, Stee~ 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, orfurther 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. . I I v-e+ (2,OW-eV\5 PlUNTED NAME & TITL I ---~~ . _.~--------- C:-t // (",^ ('! \. SIGN~ 'u;RE F-A.IITHORIz;ED REPRESENTATIVE {c I-I -3 ~O'1 DATE I I ARRA Special Conditions nnd Information 6 USlDoa 690958.1 I I I I I I I I . I I I I I I I , I .--,.. (,. "t ~ . I "-:"../ :J S&P Project No. <3124-00-02 MaIn Inlerreplor Upgrade Replacement Phase II Augusta Ublilies project No. 00007 SECTION 00450 - FORM OF QUALIFICATION OF BIDDER Gentlemen: The signer of this affidavit guarantees the truth and accuracy of all statements and infonnation . submitted herein in support of its bid proposal to furnish all materials, equipment, and labor. and to perform all work in accordance with the Contract Documents for. PROJECT The undersigned hereby authorizes and requests any public official, engineer, architect, surety company, bank depository, material or equipment manufacturer or distributor, or any person, non . or corporation to furnish any pertinent information requested by Owner's Engineer, Steyenson & Palmer Engineering, Inc., deemed necessary to verify the'statements made, infoonation submitted. or regarding the st~nding and general reputation of the applicant. The undersigned has not been disqualified by any public agency in the State of Georgia except . . as is explained as follows: . . The undersigned further affinns that, if false information is furnished in support of its bid proposal, It can and will be prosecuted to the fullest extent of the. law for pe~ury. Dated ar(-{l>Ua ~/ C?~fuis 13"- day # 20~. Sworn to and subscribed . b~ fuIS.~day Jjam.~ Organization e"''''''''' o 201li. (~ ___~_. ! 1/r:..7 BY: ..{.... -~ l/ lit1~ f Person Signing (it.eOrporation, Affix Seal) ~) 00450-1 FORM OF QUALIFICATION OF BIDDER I S&P Project No. G124-06-02 Main Interceptor Upgl;lde Replacement Phase II Augusta UUrdles Project No. 00007 I I I I I I -- I I I I I I I " I PART I-STATEMENTOF EXPERIENCE: 1". \.. . 1) l&if~~:;;~~L Check one: Corporation ~ Partnership_: Individual 2) 3) If a Corporation, state: 1 n. /Lf ~ Date of Incorporation ~, 'I 4' State in which Incorporated: -rP,WS ~me an. d Titl..e of Principal Officers . ~ ~~;:~'-fcW t:L ) Date of Assuming O..Position '2C() . '2 JC:J.C> I 4) If an Out-of-State Corporation, currently autho~ to do busjn~ss in Georgia, give date of such puthorization: :P\'e.VlmU au..1Y1 c\"1 ~ h.tu ey..ft ~d J I1.D\.t-I6-v~r u.p6Y1 \1(O\1CQ... of- a..~l ) w\ L I :pt.t.~e-. 0. ve..n L..te..- Q+ r-e.-c.u.,.d"hDYl ~~n... If Partnership: t--:>! fk . Date of Organization: 10 \k o Nature of Partnership (General, Limited, or Association): \\lIlY I Names and Addresses of Partners Age of Partner ~)k 5) If an Individual, state -- Name & Address of Owner: W I A- bL)-A- t ) '-...-'" FORM OF QUALIFICATION OF BIDDER 00450-2 I S&P Project No. G124-0fH12 Mailllnlerccplar Upgrade Replacement Phase II Augusta UliIiUes PraJect No. 00D07 I 6) Enumerate State, County, or other Public Agencies in which your organization is qualified to perform 'work by some means of prequalificatlon: I Agency ~t:oT Trade in Which Qualified Expiration Date Approved Amount I 7) I I I 8) Give names & data about l;iny construction projects you have jailed to complete: ND! AP'Pwc>A1?LE . I (Use extension sheet if necessary) 9) Has any officer or partner of your organization ever been an officer or partner of some other organization that fEliled to complete a construction contract? ill. If within the last five (5) years, state name of individual, ather organization, and reason therefore: . t0IA I I I I 10) Has any officer or partner of your organization ever failed to complete a construction contract handled in his own name? 100 If within the last five (5) years, state name of individual, name of owner, and reason therefore: l~ )A- I I , I or'" FORMOF QUALIFICATION OF BIDDER 00450-3 I S&P Project No. G124-05-DZ :Main lnlerceplorUpgrade Replacement Phase II Augusta Uli1itles Project No. 00007 (;. I I I I I I . I I I I I I I , I 11) . Has your organization, or any officer or partner thereof, ever been party to any criminal litigation as a result of construction methods, costs, etc.? ~. If yes, state case number, case name, and provide pertinent details, including judgment: q>J 1 /.\ (A~ach extension sheet if !lecessary) 12) Has your organization, or any officer or partner thereof, ever been party to any.civil litigation as result of construction methods, costs, ete? NO . If yes, state case number, cas~ name, and provide pertinent details, including judgment .N/A-- o (Attach extension sheet if necessary) 13) Name aJI persons with whom you have been associated in the construction business, either as partners or as general business associates in a construction firm, for each of the last fIVe (5) years: 20_ ~~ ~6 20_ 14) Indicate type of contracting undertaken by your organization and number of years experience: . As Prime Contractor: Type: Type: As Subcontractor: Type: Type: No. of Years No. of Years leD No. of Years No. of Years loO ( \ ;,--j FORM OF QUALIFICATION OF BIDDER 00450-4 I I I I I I I . I I I I I I I , I S&P Project No. G12~2 MaIn InterceplorUpgrade Replacement Phase II '7 Augusta Utilities Project No. 00007 15) Give any special qualifications of firm members (Registered Engineer, SUlVeyor, etc.) / )() 00v ~ 16) List Major Equipment to be Used on this Project and Equipment Condition: ,At, f\GU~~ 4~tY1&0 --tv CAf'N. p~ FV. 1-7) Percentage of Work to be Performed with Own Forces: ktl IODGJQ . :) 18) Name of Preposed Subcontractors with Whom You Intend to Affiliate. (What phase and percentage of work will each subcontractor perform?) NDNC "'\ I _.J FORM OF QUALIFICATION OF BIDDER 00450-5 I I I I I I I . I I I I I I I , I i .I = '" U> '" f c: .<D E ~i:; SO N~g qa:.d ~-8Z ~e"g "C"""OJO" (!):3"n: ~.9~ uS~ ~~~ o...E-;;; ~.~g ~ (I):;;'" ~ .lB lI) ~ 0 In \JJ ~ ~ Cl ..... Ll 0 c: ~ ....... 0 U ~ lD c: (\] l1- .Q (/) 0 I/) Q) :z :::s u L- ID 0 ...... C ~ (/) C ~ 0 ..... U Q) CD ID u.. .c .!:: I/) ::i ...... - c :3 .!!2 0 ...J -[;i a c l.L ID ,.-... x- 0 a ID :2 C\l ID ~ l/) 2- 0 t' , u. ~) .; ~. r, ,j CD I (;) '10 V (:) (;) o ..:.. lJ) c ~ Oen en ID '- ...."0 ~<( :i: -g ~ro tTI<1> 13~ .rgz ~ ~ ~2 \ c~ 0> .~ 0 Qt) iJj E +" .!a .c ...... ...... (\] _ _ (1) cO- 0.>' ~1- .t::i c !It E> '0 ...... :::s o ~ '5 'i:I) ..... !D .0 E (1) E ...... ~5 .. 0 E <( ..... '0 C\1 .b c o o r:'1J :::s I/) ttl .c c o .;::; ~ C .ttl ...... u ctl '- ...... t"- o g \l o o '+- o (l) .... ttl o CIS": ,9: 1i5 I/) vcci.ro ;E; ,.0... X ID a. -.J W >- .... o 8 ,c (l) ';::; Q.) 0- 1il c o 15 :::s '- ti c o u * U5 o I I f""' t .) ....-,. .' I I I I I . ) I I I -; I I I '" .@ a- t: OJ E fit:; .!l!'" (i fr2 90::0 "!JJ <D Z 9"Otl ~t!!1ll <r'" ~e- Cl:Ja- ~.9~ 11 B~ a~:; 0.<:- -to 0.. c: " oSm ~ cn:z1q; I , I ""', __..i D ::l ~ Cll (/) 00 0) (J Q) C ~ 0) Q) .r: 00 c: o 'i.ii c 2 @ 0) (/) 2, ...... ~ ~ o .~ .+- ~. '00 1/) Q) .... 't:l ...."0 0)<( ~"tl _c .0) ro .co) wE :gro (!) ;!::: ..c ~ <( c OJ -c:;; ....... Q);:l 00 ~ l'; .0 1.0 2; o U ro .gc ~ o.Q O~ E o - o 2 Cll o ~ U! o o co u... o z o ~ () u: ..J ~ ::::> a u... o ~ ~ o u... ...... ...... 00 :.:J ..-.. ..- N I 9&P Project No. G124-0EHl2 Main Interceptor Upgrade Replacement Phase II . Augusta Utnities Project No. 00007 I I I I I I . I I I I I I I , I 22) What is the largest contract (dollar costs) ever performed by your organization? Name of Work: ~l V~ (IUfM.{.,( I ~~es) Total Contract Amount 6") I C} is) F) 0C1 Amount of Your Contract: :=5 I )C1,J I 50<1 , (\ '-..1 23) How much time was lost during the last two (2). years from strikes? Total Man DaysJV I fr Total Calendar Days: -tl\ Pr- Explain Cause: iN ON G o {" "\ ',J FORM OF QUALiFICATION OF BIDDER 00450-8 I -'- I I In accordance with Iha laws of GeO/yIB, Iho following affidavit Is required by all vendors I NONhCOLLU5.0N AFFIDAVIT OF SUBCONTRACTOR I I, LOR..R'::J_ La.ue:\?, .... cerUfyJhE\IUlls bid or proposal is made wlllloulprior unclerSl~nOlng, agreement orcoOr'lecllonwlllfany cOlporl:jl1c:in,firmorpl3fSOn 5Vbm1Uinga bid forlhe same work,lebor orserylce 10 be dona or thesupplle~, ma\erlalsorequlpmenlto be furnl$hed ana Is In al/ raspects fair and wUholJlcolluslon or fraud. I under!'ill;)nd (;olluslve bidding Is av!olatJonof slale anC/Jederal law and can resultlnnl16S,prisDhsentences and clvlldarnages awards. I agree 10 abide byall condiiionsoflhls bid or proposal and cerUfylhatlam aUll1orlzedlo sign this bid or proposaHor the bidder. Affi~!!! further state.!! that pursuanlto O.C;GASecUon 36-91-21 (d) and (e), ~ .~ S.. . -\;.- ('>,("' '. ... . . .. has 001, by itself or wilh olhers, directly or IndlrecUy, preVBnledor ;lllemplecl' 10 prevenloo01peUIl()n insuchblcfdingor proposals by any meanswhalsoever. AffianlJUrlher slales thai (s )hehas not preven\edoreD.deay~red 10 Prevent anyone from rnal<;ng a bId or l)ffer onlhe pro)eclby any means whatever, nor has Arfianlcaused or Induced ancJlher 16 withdraw a bloor ofFerforl.he\vorl<. Afflantfut1he,rstales thallhe said oHerof~ 'F.r. S.-L~cc' .. Is bona fide, andlhat no one has gone 10 any supplier and attempted logel suc.h parson or cohlpany to. furnish Ihe materl€ilsto the bidder only, or If furnished to anolher bidder, ihallhe male(lal shaIi beata higher prfce. ,--t:_~~ Signa um_oF-Allam! 9 P-artY- /.... \ f', t' ~._.")(l \ es \"\ \O~f'.OI.( '"' e \;;Z. TlUeof AltesUhg Party I I I . I \ ~:: .."...--,.,,;~_. \ ,r--'" Sworn to and sugscribe.dd ,gefore me Ihl.S ~. .A. day of n\~L_A \ U --' 200'1, //) /? f',.<~ -) ~ ->- _//0J?~ /-~1ad/:/ . ' N~ SlgnaluteV __,/ -- I I N~lary Public: (~~D\Z\rc\ L. ~\~\ . rY--,\~ V ' \ County: ~-:\"'O \D Commission Expires:. \\. . ~,,;, \ ~8 ('C~)r-....,P ---- -- c,~.;.-:....t- ) (Afilx corporate seal here, If a corporatJon) I SEAL I Failure to properly exocuta the above affidavit must be Gonsldemo groundg for rejecting vendor suumlllals If them are 110 subcontracting opportui1iUGs, plaaseflll out the form (wrile N/A, sign, date and notarize). I , I I I I I I I I . I I I I I I I , I BidIRFPmr-Q #____--. SUBCONTRACTOR AFI~IDA VIT By executing this affldavlI, lhe undersigned subcontraclor verifies lis compliance with a.C.GA 13"10-91, slallng afflrmatlvely that the Indlvldllal, finTI, or-corporation which Is engaged In the physical petfonnanc8pf s81vlces under a oontract with ... ... . . . , .. on behalf of Augusta Richmond COlJnly Board ofCommlsslonershE!sreglster~p with arid isparUclpallng In a federal work authorization pr()gr!'HT1" [any of the electronlo verl~pElt!QlJof worlt aulhorizatlon programs operated by the United sta~es Department of Home.landSt:icurily or any equivalent federal work 8uUlorization program operated by the UnitedShatj3s D~parlJrlenlqfHor:tJt;!land Security lovariTy information ofnawly hired emplClYBsS, pursuant to the lmmlgrallon Reformalld Control Aot of'19116{[RCA), P.L 99-603), In accordance wlfh the applloablllty provisions and deadlines established In O. C. G. A 13.10-91. ,-~ r''\Q ... \ .\ 0~d\ ,~"'(). . ." E-Verlfy* lJs~r IdentifreaUon;Ntimber S.\-.S. Company aoi PleasB Check One \ ,. 600 or More _ 100 or. more _ '100 or less 2S... Number of Employees Dale:' .':')-\, A\ l \ rs i dCY05 1 BY: Au arid 0 ar. (Agent ( Conltactor..Slfjl)alul'e) r::l~ ,/. :Qp,. ...\ \_ \::..-.."(~n( i'. t )'f' ... '!,i(!P .".... .-'&5::>'06'(\'\ T1Ueof AUI!Jotlzad Offleer or'l\9e'rifofCi:m!iclb!or .l\\'\~ae\ ?h6Ckf\ Printed Name of AuthorIzed Officeror Agent y VendarwiUl100 employees ormore -mus! helVe an E-Verlfy · Ussr ldanUl1callon Number .., Vendorwilh less than 100 employees-cheel! 100 or less box, till Ollt the form anti ra\um wl\h your submlllal. {Goorgla law requlrellYou to hava an E-Veriry'User IdenlllicC'lllon Number on or after July 1, 2009.} SUBSCHI~ED AND SWORN BEFORE MEONTHIS T!dE , 0 ~\~~ pAY OF ~A\l! ~,200_l ./-')./7 /f! :/'0 \ // / /) h7 . l....,.P6.y0b // ~:/.,<7. ~ f:'" q .x~","je% No ary Public v ./ M~mmlp6!PJl EXJ~C53s: rc') . / ';> /'/;/2/)'/,/'" /'-/ dCV'J / /- SEAL MUST BE RETURNEDWIHI YOUR SUBMITTAL If there are no SUboollll'acting opportunities, pleasofill ont tho form (writo N/A; sign, date and notarizo). I I I I I I I . I I I I I I I , I -,....____________>f="""".....__' ...--- .._"...:==~-.-~o-."T~:,...::;.,=";,-~~-,-=--._,-,..,,.~... ",. _, " .'..~~.....,,~~,.~~'~'d-".".>::'..~=..,<,......,,"~""'"i'~*"e<~.-:;~~~~A~~~~~~-:;:r.;l..~~~;;.~;.~~ .; ~. S;ontmctor AclOlOw.k!!ge.Illcut ofllu,v AI)Jeth~lln Requirements 'I1~e Contractor acknowledges to and for the benefit of tJ1C Owner, the BIllie of Georgia, llIId the Uniled Slates Environmenllll IJrotcctioll Agency that il understands Umt the goods 1Uld services under this Agreemenlnfe being funded willi monies mode available by the fe<.lerdl American Recovery and Reinvesllllent Act of2009 (A RRA) or me being made available for II project being funded with monies made available by the federal AlmA and thai suc;;h law COJJtriusprovisiollS cQmmon1ykno\'m as "Buy AmedClU1;" thai requires fill ofl1le iron, steel, and manufactured goocisused ill theptoject be produced inilieUnited States (''Buy Americ!lll Requiremcnls") including iron, steel, and tnanufacturedgoodsprovidcd hy the Contractor pursuant to the constnlcliol1 cODlrnct. TIle Contractor hereby represents and Warrtlllts 10 and for thebenefil pflhe Owner, tbe Slate, and Ule United8tntes that: (II) rhe Contractor has reviewed and underslands the Buy American Requirements; (b) all oftheiron, steel, and Ulanufuctured goods used in the project will bp and/or bav~beenproducedin the United States in II manner tlllltcomplies with the Buy AmencanRequiremcnts, unless a waiveroft.he requirements js apptovcu; and {c} the Conlrnctorwill provide any further verifiedillfonnalion, certification or assu.rance ofcomplinuce with \.his paragrap.h, or infonnalioll DecesSary 10 support a waiverofpJc Blly,AillerlcahE.equiremlmls; as maybe: requested by Ole Owner. IhcState, or the United States Environmental Prolection Agency. Notwithslandingauy oLher provision ofthis Agreementj onyfaihi.relo .complyMlh lhisparog:mphbythe Contractor shallpennil the Owner 01' the Slaleto recover lIS damages against tJmConlraclor any loss, expCllscor cost(fuchJi:!ing without Umi(alion attorney's fees) incwredby the Owner or the Stale resulting from tmYSllcJ1 Billu.rc [lIl~luJlfugwitbout limitntion anyimpaiIment 01' JoM of fUnding, whelhel' in whole orin part, from the Slale or any dinnages owed lo Ule Slaleby Lhe Owner), While the COlltraclor14'lS no direct conlnlclual privity with the Slate, as lI.1ende,rlotQel OWilcr for theJl,lnding pfits project, tJIC Owner find the Conltactor IlgrM that the State is a third-party benefiCirny andneilhertbis pnrograph (nor Hn.YOl:l1cr provision of the cOllstruclioncontractnecessary 10 give this pamgrqph force or effecO shall bClll11ertdedorwniye<hViUlout tbepriorwritlen consenloflhe State. c" \\ ,--;-). " .r --, , ..1_' \ ~ . (: "'-v ~ 'bu"\-- \ \['( '\) ) ~\ ,"" "\ (A\l.C' '\Us." '\ ": J\-' .\' ,0("" ,. \ \.~\..." I & TlTUJ: OF AUI1nOItlZED REPRESENT ATIVE Ol~ CONTRACTOR OR SuncoNTRAcrOR ~ -\\ . '1 ":s--r' '" )..AI..\ \ .., (:,(::t.1 19ATE USll)M 6"iO"c"q.) ARRA SIJecinl Condilious nud 11lformntioIl 5 /1 I ,-._>-~-_. I I I I I I I . I I I I I I I - ,,::'J "Bid CertIficlltioQ I. IdentifiCiltion ofAmclican-l1lflcleIron, Steel, and MODufnctured Goods: Consistent with the temlS oftlJe OWJ1Cr'S bid ;;olicitntion and the provisions of AlUM Section 1605, the Bidder cCltifies that Illis bid reBccts the Bidders be!;t, good faith effort 10 identify domestic sources of iron, steel. find manulact1.1fecl goods for every component c.ontnined in the bid solicitation Wbl~ such American-nlllde components are aWlilahle oulbe schedule and consistent with Uledeadlioes prescribed in or required by llie biel solicitation. 2. Verification ofl1;S. Production: The Bidderccrtifies that nll cOnlponents contained in the bidsolicitlll:iqnthatare AmericaIl-madehave been so ideDti.fiC{~ and iflbis bid is accepted, the 13idder agrees U1.'lt it will provide reasonable, sllfllcient,and timely verification to \be Owner oflbe U.S. production of each component so identified. 3. Document~tiohRegarding Non- Amerl<:an-lllDde Imll, Steel, or Manufactured Goods: Th~ 13iddcu.:ertifies that [oranyt:ol11pc)Oent or components tltatare not American-made Hnd aIr:: so identified if! this i>j~, the Bidder haS includedlnor aUacbedlo this bid one or both of the following, as applicable: ;'I, Identification of and citation to a categorical waiver published by tbeU;S..Environm~lltal Protection Agency in tbeF~eralRegister funt is applicnble to such component orcomponenfs,nndall analysistbnt supports i!sllppUCllbUity to Ule component or components: b. Vedfiable documentation sufficienttothc Owner, as required in the bid sOlicilatipllor{lllle.rwjse;thaUhe Bldderbas sought to secure Alllericllll-Iillldc components buthasdetennined.that such components are notnvllUnble orfthe' sphe(hulUuidcODsistent with the deadlineS prescribedinthebidsollcitatioll, with asswm}ee ad~quilte for the Bidder under the applicable conditions staied illlliebid so.licitlluonor otherwise. 4. InfQrmiluonlJIidDetailedJuslific-ation Regarding Non- A.mcrlcan-made1ron, Sleel,Qf Mauufa~twedGQods:l1lC Biddier.certifies that fOTan,ysuch component or ~ompoDents Owl are nolsoavailabJe, iheBidderhas alsoprovide<l in or allached to this bid iufoIlDotion, including but not limited to tbe verillobJedocumentation andn full description of the bidders ef[ortsto secm"e nny such American-made compDnent or compol)ellts, (hat the Bidder believes:aresUl'fJcient topfovidc lllld as faf as possible constitute tile detailed justiflcal:iOn tl:qui~fora wai"er undel"sectionJ 60,5 wilhrespect to slIch component or componellts. TIle Bidder furtheragi:ct)stllat, iftl1isbid is acccpted,itWm ossisttue Owner in amending, supplementing, or :IMber supporting sucb inforri1ationasxequifed by the Owner tOrt:;quest oucl, LIS applicable, implement Ihe terms of a waiver with respeclloany such component or components. -'\- ..---. . -----l~r)C ~t")r\'..\~\~\ i~\.-^RA:"o--s\{\~\:~ "\-);~~\'cv\"O~\61(. PRINTED N. ( & TITLE OF AUTflOruZEU REPRESENTATIVE OF DID1).ER OR CONTRACtOR c~~ SIGNATURE OF AMr:rr:OrnZlW REPRESENTATJVE -'-<"'- , d- '\ \ ' '":) , T....l"C1 .,...')1..--1"_\ \ ~\ (- v..,..;j DATE \ IISlCoOa '~O?jlj.1 ARRA Spec/Ill Comliliolls nud Infol'Ollltioll 6 ","",,,,,,,'''''''''''''''''.- I I I I I I I . I I I I I I I , I OS/23/2009 09:04 PAGE 02/03 770'3291590 ~ .; .' BldlRFPIRFQ # SUBCONTRAcTOR AFFIDAVIT By executing this affid evit. the undersfgned subcontractor verifies its compllanoe with O. C. G.A. 13-10-91, stating affirmatively that the indMdua 'firm, or 0 'on which is engaged in the physical perronnance of services under a contract with on behalf of Augusta Richmond Counly Board of Commissioners has registered With and participating in a federal work authorfzation prOgram" [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authori2ation program operated by the United States Department of Homeland Security to verify Information of newly hired employe&s, pursuant to the Immigration Refonn and Control Act of 1986 ([ReA), P.L 99-603], in accordance with the applicability provisions and deadflnas established In O. C. G. A 13~1()..91. .t f (t PI.... Checlt One / ~,. User Identification Number 500 or More ~ 100 or more _ 100 or less JL.. Number of Employees r..... C,ft...,.:.. A.'lI.......Q Officer or Agent (Con dor Signature) ~~....-. t #M.T 4,.... i'ltle of. uthorized Officer or Agefl'f of COntractor ' Lt!~ t.."];.,..",,,', Printed Name of AuthorIzed Officer or Agent Dale: # , - ,v- 0'- ",. Vendor with 1 00 Bmployees 01' more - moot hav~ an e.Verify · User IdentlHcation NJJlTlber ,I Vendor with less than 10D employees _ check 100 or less box, nIl out the form tlnd return With your submittal. (Georgie I..aw requires you lo have an E~V$rlfy.User Identification Number on or after July 1, 200e,) SUBSCRII3ED AND SWORN aeFOReMEON~lsr ~~ DAY OF ._ ->200-9.. ~' o bile My CommiSSIon El<pfre$~ 6 S~,"U"",,, :0.....,11:. o~e 'Ai",,, it",. ~ ^~ ........ "0 ~ -1>: ...Yo' ...~It' C k ';". v ~ ti;'~'" ..t,\ I..,.., ~". ~ ,.: ')17.9, .;....o~ ':::fO) '2 ~\ ~.: =-' c:t '. 0,. IJ}: :: : -i ~.i, ~" : : ~~ '.~ ION to: ~:- ~~..~ ,...... ,\CI}~".:SSI""~".:.. ~.:: ~ v", .......:ri.()V~, "'" 0 NNlI" ..,,'" 11"".."",- MUST BE RETURNED WITH YOUR SUBMITTAL If there are nQ subcontracting opportunities, pJease fill out the form (wnle N/A; sign, date and notariza). I I I I I I I . I I I I I I I , I OS/23/2009 09:04 PAGE 03/03 7709291590 "0-:. I r'I accordanoe wIth the Laws of Georgia. the followlng affidavit Is requlreU by all Vendors NON..COLL.USION AFFIDAVIT OF SUBCONTRACTOR I. L ~tt.. J;;.,..,; S' certify that this bid or proposal Is made wfthout prior understanding, agreement or connection with any corporation. firm or person submitting a bid for the same work, labor or service 10 be done or the supplies, materials or equipment to be furnIshed and Is In all respects faIr and without collusion Or fraud. , understeod oolluslve bidding Is a violatioo of state and federal law and can reiult In fines, prison sentences and eivU damages aWards. I agree to abide by all oonditlons of this bid or proposal and certify that I am authorfz:ed to sign this bid or proposal for the bidder. r sta s that pu uant to O,C.G.A. Seellon 36-91"21 (d) and (e). "'" , .. has not, by itself or With others. directly or indIrectly, prevented Qr attempted to prevent co etitlon in $ouch bidding or proposals by any means whatsoever. Affiant further states that ($ }he has not prevented or endeavored to prevent anyone from makIng a bid or offer on the project by any means whatever. nor has Affiant caused or Induced another to withdraw a brd or offer for the work. Is bona fide, and that no one has gone the materi<lls to the bidder .only, or if rYr nd subscribed b~re me thIs &~ay of ~ _ ,2001, (AffIX 1::~r.oorate seal here, if a corporation) "till '''''' ,,,, ...... C "'- ...' .. e.hl" COb',- ...... O~'........ 'T"-#< ~ " ~ ,':"~t4'S~I':'~" U;&... ~ h ".c....., 'r'.~... County: n ~ it \-\Ot.L, ~~\ ~\ ~ ~= =~: .... """ il\'-: Commission Expires; ~ ()- i m ~'Ro 1, · ~ ~j sill -;.5.0....-;., (~t 1(, / ~,: "" ~.' tf ,'1-,' S ~ ~ 'r ',.~t;,t 11 j 1.~.., 6..0~ ~~c:b ......... e.... :!O FaIlure lo properly execute the abov!, affidavit must be ctlns~,;: ~ ecting vendor submittals If there are no subcontracting Opportunitie.s, please fill out th~ N/A. sign, datlil and notarize). N~tary PlJbll~ V\Y1 C ilfWd I I I I I I I I It I I I I I I I r I In accordance wfih IhEt Laws of GeoJgla, !he following affidavit is required by aD vendors NON~COLWStON AFFIDAVIT OF SUBCONTRACTOR I, --=ri;{ m,(.f r M wn certify thall:his bid or proposal is made wflhout prior understanding, agreement or connection WIth anycorporafion. firm or parson submItting a bid for !he sam B walk. labor or service to be done or the SUppJrBS, materials or equIpment to be furnished and Is In all respects fair and wIthout collusion or fraud' undersland collusive bidding Is a vIolation of state and federal law and can result In fines, prison sentences and cIvil damages awards. I agree to abide by all conditions of thIs bid or proposal and certify that I am authorized 10 sign !his bid or proposal for the bidder. Afljal)t further s~ales !hat pursua]! 10 O.C.G.A. Section 36-91-21 (e1) and (e), :>J ~v\)(;(IL. SevV~(:.ec; he. has not, by itself or with others, directly or indirectly, prevented or attempted to preve'nt competlllon in such bidding or proposaJs by any means whatsoever. Affiant further sCales that (s )he has not prevented or endeavored to prevent anyone from making a bid or offer onthe project byany means whatever, nor has Affiant caused or Jncluced another to withdraw a bid or offer for the work. Affiant further states thal the said offer of 1$ ),7;1 q 4-1. &10 Is bona ffde, and !hat no one has gone to any supplier and attempled to gel such person or company to furnish the malerials to the bidder Dnly, or if furnished to any other blader, lhaUhe material shall be at a higher price. - :JOA11M vn rfr1A.) SignatuTe of Attesting Party DIV rSlf.kl ~11anaCle/~ TIlle of Attesling Party .J 01 J~\~ , 200Cf . ~,.... \ t:" It.' : ~ ~ ~.~~ :llt, ~-I. (Affix corporate seal here. If ?boip~trODt '\.. /.....//.... .:::,' :"\ ", N~tayPUblJcJ(~ht T ~Q~( .. County: d; W J 1(1 {1<2ft- ,'.' .~..".. " Commission Expires: fA J-aL11 ( SEAL .. ..~':.:~:.",.,..., . \\\\\\HIIIII//1/ .. '.... ,::' I '. . '" Faitu~o ~&~~~"ihe ~bo~ affidavit must be considered grounds ,for rejeeti~ vendor SUbmltla~ '. lftherea~~~~~ir(~~,o~p~unitias, please fill out the form (wnte N/A, ssgn, date and notanze). .Soo~o :.r-~.'\('" ~ : ':.. ~'. ':::. ~ .~ FEB. CP' :: ~*: 21 =*g -. , ...... :: o.q 2011 ..:s.: i2 - o"'?; ^-XJ..... ~ A"'~/fI. ....0':. r. S '/ - v.. " ~co (;.'v.. ...v ~ 'l/ O~:-!!~. .~'... ~'~ ~// .....<l Fly pU~ \\\.'\ IIII,!;""",,,,\\\\ 7'd .OUI 'SeOI^-le~)jJOMell~ dqn:m R() 9.l Inr QC' J Q-t? JeHU Q I BldlRFP/RFQ #- 0Cf - J :111 I I I I I I . I I I I I I I , I SUBCONTRACTOR AFFIDAVIT By executing this affidavIt, the undersigned subcontractorvarifies its compliance with O. C. G.A. 13-10-91, stating affirmatively thallhe indlvJ!jual, firm. or corporplion which is engaged In the physical performance of setvlces under a conlract with JO\10 D. StepnehS on behalf of Augusta Richmond County Board of Commissioners has registered wIth and is participating In a federal work authorizafion program.... [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Deparbnent of Homeland Security to verify information of newly hired employees, pursuant to the ImmigratIon Reform and Control Act of 1986 ([ReA), P.L. 99-603). in accordance with the appJlcabilflyprovisions and deadlines established In O. C. G. A 13-10-91. E-Verlfy.... User lden1ffication Number 50e~.v<<\L St(V)CeS I nt2-. . I Company Name -rtl;J'n~ IYJ6lJYLJ BY: Authorized Officer or Agent (ConJractor Signature) JVfS}t/l '.17aflCf.~- ntle of Authorized Officer or Ag of Conbaolor - I A ~~ A1e.. tvr WrJ Printed Name of Authorized Omcer or Agent Please Check One ./ 500 or More _ 100 or more _ 1 00 or less-k:::. Number of Emplnyees Date: ~ 7 JF3JOq SUBSCRIBED AND SWORN BEFORE ME ON THIS THE I \ 01 13fu'jOF~.." ~ N~~ My CommissIon ExPlre6tJ2l1 I'I ". Vendor with 1 00 employees o.more - must have an &Verify · User IdanUlicaUon Number ". Vendor wUn less than 1f.lD employees - check 100 or less box, fill out the form and return WlIIl your su~lJI'tlf.I!- ~~G60rglB Law requires you 10 hav~ ~ii"'Ve-riiY~USiV~t1fit:atlon Number on ~$~r~!Y~~RJI):) 1'/1/ .....,.\').,"\ ...... <Y ~ ,$.' '" ':-'~\SSION~....~ ~ .~ "':;- ''''''~ "'-1"'10.'........ ~ .:."' ~~ ..c,'"' ~..\ ~ SEAL ...: --"- . ~. _ : :'~ FEB. (I)'~ *~ "'..../i.... . 61 .- :;:. P"'o ., , .:; :s ~.(>)_ 2011 ~.: _2 -;;:;. '.~ ~..... ~~ 1-d..~4t~OO e~~"'~,~ ~~/?f~~~y. '~0~~'~' 1111'" r ~\\ 11/'"11"\\\\\< MUST BE RETURNED WITH YOUR SUBMITTAL If there are no sUbcontracting opportunities, please fill out the fonn (wrila W/A; sign, date and nDtarize). ~'d ~~/ \i-t / c;-l=lJ ~ 'OUI 'soo!/\JeRwoM6lIR dc;O:OO no ~L Inr I I I I I I I . I I I I I I I r I Bid Certification I. Identification of Amencan-made Iron. Steel, andMannfnclured Goods: Consislent with !he tecmsoftheOwner's bid solicitalion and the provisions of ARRA Section 1605, the Bidder certifies ~t !his bid;n:flects the Bidders best, good 1aith effort to identify domestic SOUICeS ofiron, steel. and manufactured goods for every component contained in. the bid solicitation where such American-made components are available on the schedule and consistent willi the deadlines prescribed:in ot required by the bid solicitation. 2 Verifica1ionofU.S. Production.: The Bidder certifies that all components contained in the bid solicitalion that are American-made bave been. so identi:5ed,. and if this bid is ~cd, the Bidder agrees !bat it will provide reasonable" safficicnt,. and timely vmfication to the Owner of the U.S. production of each component so identified. 3. Documentation Regarding Non- American-made Iron" Steel. or Manufil.clured Goods: The Bidder certifies that for any component or components 1:hat are not American-made and are so identified:in this bid, the Bidder has included in or al:!:acbed tD this bid ODe or lxlth of the following,.as applicable: a. Identification of and citaIion to a categorical waiver published by the U.S. En'Vironmc:nlal Protection Agency in the FederalRegister tbatis applicable to such component or components, and an analysis that suppOItl'l its applicability to the component or components; b. Verifiable documentation sufficient to tbeOvmer. as required in. the bid solicitation orothawise.1hat the Bidder has sought to seco.re .American-made components butbas determined that such components are not available on the schedule and consistent with the deadlines p.cescrlbed in the bid solicitation. with assurance adequate fOT the Bidder under !:be applicable conditions slated in the bid solicitation or oili~ ~ 4. Infunnation and Detailed Justification Reganling Non- American-made.Iron. SreeJ, or Matmfilctured Goods: The Biddercertifies that furany such componentorCOJDpODeDts that are not so available, the Bidderbasalso provided in or attached to this Did information, including but not J.imited 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 o.nd as far as possible constitute the detailedjustification reqlliIed fur 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 Ownerinamending, supplementing, orfurther supporting moo infulJIlauon asrequ.ired by the Owner to request and, as applicable, implement the terms of a waiwr with respect to anysucb component or components. lAMAYL r'ltOON - 1)IVJ S}OtJ ,AiJrNAt:7Cf! - srrevvaac. Sl2JVIIU35dwC . PRINTED NAME & TfILE OF AUl'HORJZED REPRESENTATIVE OF BIDDER OR CONTRACTOR --ram aA m tr.u SIGNATIffiE OF AUTHORIZED REPRESENTATIVE .Jjr3)o1 DATE ARRA Special Conditions and Information 6 USllIOIIfolIWSLI +.,.rl 'OUI 'seOlAJeR)fJOMelIR dOO:!=lO nO 9.L Inr 0<:'10-+>/0-0/0 I I I I I I I . I I I I I I I , I Contractor Acknowled-eement ofBuv American ReQuiremeoB 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 thal1be goods and services under this Agreement are being funded with monies made available by the federal. American R.eooVeIy andR.einvestment Act of2009 (ARRA) or are being made available for a project being funded with monies made available by the :l.edera1.ARRA and that sucb.law contains provisions commonly Icoo-wn BS "Bu.y Americao;"that requires all of the iron, steel, and ImU'll1factured goodsused in the project be produced in the United Stal:c:s ("Buy American Requirements'') including iron, stee~ and manu:fuctured goods provided by the ContractDr pmsuant to the construction cODfIacI.. The Contractor herebyrepreseots and wmants to and for the benefit of the Owner, the Slate, and !he United States that (a) the Conlractor has reviewed and undetstamJs the Buy American Requirements; (b) all oflbe iron. steel, and manufuctured goods used in the project will be anellor have been produced in the United Slates 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 ofcompJianoe with this paragraph, or information necessary to support a waiver of the Buy American Requirements, as may be requested by the Ovm.er, the State, or the United Stales Environmental Protection Agency. Notwitbstanding any other provision oftbis Agreement, any fuilure to comply with this paragraph by the Contractor shall peanit the Owner-or the State to :recover as damages against the Contractor any loss, expense or cost (including without limitation atIomey's fees) incurred by the Owner or the State resulting from any such fiill.nre (including without limitmon any.impaUmCllt Or loss offunding, whetberin whole orin part, from the Stal:e oranydamages owed to the State by the Owner). While the Contractor has no direct oontractuaJ prlvitywith the State. as a lender to the Owner fur the funding of its project:, the Owner and the Contractor agree that the State is a third-party beneficiary and aeitbcr this paragraph (nor any other provision of the construction contract necessary to give this paragraph fixce or effect) shall be amended or waived without the prior wri:tleII consent of the State. ~}1 CVj }1/1 (}IV0 SIGNATURE OF AUTHORIZED REPRESENTATIVE ~ DATE ARRA Special Conditions and Information 5 U5noa~l ,,,rl 'OUI 'saol^-Ja<:::)!jOM811<::: dan:Qn f':n C'I In!" {,,)l' , o-+r , ~_o I 0 I V I , v I I ""' V V oJ ... ~ . v...... ....&...LL. I V........... . ...... - _ '. "" I I I I I I . I I I I I I I , I C': In accordance with tile I.aw& of Gaorgla, ~e roftowlllg CifIlOavlt Is required by all vendor~ ('. '-'" NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, :ftMJ'WI ~w.(rdAJ(.K,j,.Jb /f"i/ eerUl'y that ~s bid or proposal Is made'WlthOut Pri~ und~dlng, agreement or conMOllon wlth anyoorporstion,;f1rm or person submlttlng a bid for the same work, labor or service to be done or the supplIes, materials or equipment. to be furnished an<lis in all respects fair and without coftuslQO or fraud. I understand coIIustve bidding Is a VioIallon of etate and federal taw and can result In fines, prl$on sentences and civil damages a1NSrds. . agree to abide byall conditfons dthls bid or proposal and oertifythall am aulhorlZed to sign thrs bid or proposal.for the bfdder. A~ntfuriher 3 that ~8nt to O.C.G.A. Section 36-e1-21 (d) and (e). : ~ j ~ Iltu {" . I YNtH-I.J( " 'M ( _ has net, by Itself or with others, directly OJ' indfreoUy. prevented ofa !)tee! to preventeompelillon In such blddlng apropossls byanymeans wtm.tsoeVer.Affianlfurlher states tha1(s)he has noI:prevented orGl'ldeavoredtopl'$vent~from making a bldor offeron f.he pro}ectbyany m~ whatever, nor has Afflant caused or Induced apother to withdraw e bid or offer fertile ~ Affiantfurtherstatestllatthesaldofferof J~d:!!:M:11Jt; .~~ IJ~bonafide, and that no one has gone to any wppliel" and attempted to get such person or GOmpal1Y to ful11fsh ihe materials to the bidder only, or If ~2~s~~.aw~~ . Title of Attesting raIt .. :zt~;~;7-aay~ .....\,<,..."";;,,.;; ~N Signature ~ \'t'" .~_. ":l ~.... ;b,r. - .. ::f' ,,-' ~t~~~~ ~ .:; ,-'.:t~~fr..~"':-" - .~':T'~ '..~~.ft~~,,!.......:r~ .............. !~;.::.~J....~S:4? ;'~.,,":":' ~ r. .;::::::;;~~ A;'J.:'~'~>~&~~PubIlC" . 'n1nIly Byrd . :f:;lf.~:~':;~~~~'~:/~/'~j" NclWyP'ubIIo :. i'5'~~'" ....0' ~ ..)l..;.i~"h CoIuI:nbIa County ." ~ ~,...;;.... ~~ .,.I.~ . ~....1!,~~1. ~ II 2111 ::.t./".... ";",,,>:.0 -..<~'.,- .~,';' . 1 ...... . <...\.>;",",:~ -'....;l-~,>... ..;/ .~~..miBSlon expires: :J:~:~::~.::.. ....c:.;:...... .200_. (Affbc e>>rporete seal here. if a Oorporati~n) SEAL Failure to properly execute the above aflldavlt must be eonsldereclglOOndS fot rejecting vendor sUbmittals If there are no subcontnlcting oPPOrtui1lt!e.s. pIeas& flQ out the fonn (write NlA. elgn, date and notarize). c: I I I I I I I . I I I I I I I , I VIIVII,",VV;;:J .J..-z.u.... .1..I1.A. '. BldlRFPJRFq#: 00007 ('" ......... SUBCONTRACTOR AFFIDAVIT By executilJ91hls affidavit, the undersigned subconlnlctorverifles ita compUance with O.C.G.A. 13-1 ()"91, stating affirmatively that the Indlvldual.1lnn. ot:OOl'DOratlonwhtch Is engaged in the physiCal performance of services under a oontmctwlth . on behalf of Augusta Richmond County Board of Commissioners has registered with and Is particlp8ting In a federalwork authOli2:atlon program'" [any of the eleWonio verification of work authorization programs operated by the.'United states Departme.llt of Hometa~. S.aC!,J!:ity or 81\Y equivalent federal work authorization program c)perated by. the United States Department of Homeland Security-to WiiiYlnfi>nnatlOn ofrieWlyhlred emplOyeeS, pursuant to the Immigration Reform and Controt Act of 1986 ({ReA), P.L. 99--603]. In acoor4ance with the apPt~bili1y provi~ons and deadlines estab~ In O. C. G. A 13-10-91. . .I .....-..... Please Check One . ~ 500 or More _ 100 C?" more --,100 or less_ Number of Empl~ (-.' -. ./ Vendorwlth 100 empl~ or more- must have an &Verify" Userld~on Number -( Vendorw1lh Jess than 10D employees - cbeck 100 or '"' bOX, 1IIJ out the fonn and re1um wRh your lll.lbmIttal. (GeoJg\a bVlTaqum you to ; have an E-Verify'"l.Jser Identlfioatlon Numberon oraflerJuly1,2009.) " Date: 7 ' Z - C'OJ . SUBSCRIBED AND SWORN BEFORE ME ON THIS THE ~ OAYOF :..:~ ({J"I .. N .PublIc .-' . ",,\\~.'tl'~~m!8Sion Ires: .,' ,...'.yrY~{ " "',- .. .:!:.;{..~\~~::~..~..t...?Q.~~.,~..:; .. ::;.' ....,.' ~MM..e '. \ :fo{~~.:/i.r.. ~\:.::~ '. ..~. $!':.<> ..20ii:" ~:,)~::.: ;:"-r': r.,. .r,/! . ~....,:a--."~':' -'. "1" ".~:~~:~\."'.'I,,":~,:,:,-",:" ~;."~~...,:. f.::.;,,::. ;."~~ '''~':..' I' ". .', ."")"" ~,,,..,' '~i........~... ~ ,,::,;,',;~~:-~.l~~:L.:F;; ,..... MUST ee. RETURNEDWlTH YOUR ~UBMllTAL If there ar& no eubccntrdng opportunltles_ please fill out the fonn (write HI.&.; sign, data: and notarize). .200_ SEAL 'D1nfty Byrd ~ Pitblo ~County ~"2011 r-' \..-. I 07/13/2009 14: Z!I.FAX 7 Otititi"llHJUtl tlaI'I'.lS U'U<..:.tUUI; C< vv.u",. ~ vV'-' ...."'_ I I GERALD M. ROSS, P.E. CHIEF ENGINEER (404) 656-5277 Depa.rtment Of Transportation State of Georgia- #2 Capito[Squa.Te, S.W. AtUmtaJ GOOTgii! 30334-1002 BUDDY GRATTON, P.E. DEPUTY COMMISSIONER (404) 656-5212 EARL L. MAHFUZ TREASURER (404) 656-5224 I GENA L. ABRAHAM, Ph.D. COMMISSIONER (404) 656-5206 August 21, 2008 BfBiRllllflEllmllnlll 211119 I I I . I I I I I Jeffery Harris Trucking, Inc. P.O. Box 14311 Augusta, GA 30909 In accordance with The Rules and Regulations Governing the Prequalification of Prospective Bidders, you are hereby notified that the Georgia Department of Transportation has assigned the following Registration Rating to you. This Certificate of Registration is effective on the date of issue and cancels and supersedes any Certificates previously issued: ....._aCD1 IInll $U5UIJO CBlTRmDPIRB IIIISlll mo The total amount of incomplete work,' regardless of its location and with whom it is contracted, whether in progress or awarded but not yet begun, shall not exceed the Maximum Capacity Rating. If dissatisfied with the Rating, we direct you to the Appeals Procedures in 9672-5-.08 (1) & (2) and 9672-1-.05, Rules of the State Department of Transportation. If you desire to submit an application at some intermediate period before the expiration of this Certificate, your Rating will be reviewed on the basis of the new application. Sincerely, I /_/'\. . r-/'(' :/~r ___.. ~)'~' ~., .... .\' '\. . I . .,-/; . -.. i \ \ \ . , , Gregort.V...Mayo, PE'~--'" Chairman, Prequalification Committee/Contractors GTM:DCO:mlb I , I I U'/lJ/,UU~ !q:,~ raA (UDDD/~~U~ neU"!...1.0 J..ru\,,;.l\..1.11.5 ~ VVJ.1o. "t:J -.I"" VI ....",... CERTIFICATION BY PROPOSED PRIME CONTRACTOR OR SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY r-:- I This certlllaa1ion is required pursuant to Executive Order 11246. Part 11, Section 203 (b}l (30 F.R- 12319-25). Any bidder OT prospecl\Ve prime contractor. OT any of the proposed subcontractors, shall state as an Inilial part of the bid or negolia6ons of the conltact whether II has participated in any previous contract or subcontract subject to the equal opportunity clausei and..if so, whelher it has filed aU compliance reports due under applicable Instruclions. Where the certlfioatlon indicated that the prime or subcontractor has notfiled a compnancB report clue under applIcable insln.Jction, such. contractor shall be required to submit a compliance report (1) Bld,der)las participated in a previous contract or subcontract subject to the Equal Opportunity Clauss. YES -lL-NO_ I I (2) co~ca RepDrts were required 10 be filed in connection with such contract or subconb"act YES NO -.-:. (If YES, state what reports were flied and with what agency_) I I (3) B~& filed aU compliance reports due under appticable instrucllons, Including SF-i0D (EEO-1 Report). YES NO _ (If NO, please sxplaln in detail.) I The Information above is true and complete to the best of my knowledge and belief. (A willlully false statement is punishable by law - U.S. Gode, T(Ue 18, Section 1001.) ,- ( \ . I (Mf/1lr Id f!:tfl1terL <""" ~1fJl- k N ,h-JAGt..-yt- PRINTED NAME & TiTlE OF AUTHOR1ZED REPRESENTATIVE OF CONTRACTOR OR SUBCONTRACTOR. I 1, 1t/-t77 DATE I I I I EPD.6 . , I , I I 07/13/2009 14:211 FA.! 70tititil~~U;) nC1rr J.~ .LJ U\..;.l\..1.1US. ~ 'Vvu~. "\ I I I I I I -'\ . I I I I I I I , I CERTIRCATJON BY PROPOSED PRIME CONTRACTOR OR SUBCONTRACTOR REGARDING DEBARMENT. SUSPENSION, AND OTHER RESPONSIBLE MATfERS Under Execullve Order 12549 individuals crorganizaUons debarred from parllclpallon 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 reoiplent of a State loan or a conlract (engineering or conslruction) awarded under a loan must complete the following certification (see 40 CPR 3:2.51 0). Tne prospecllve participant certifies to the best of lis la10wledge and belief thalli and its principals; . (a) Are not presenll}' debarred, suspended, proposed for debarment. declared ineligible. or voluntarily excluded Irom covered transacllons by any Federal department or agency. (b) Have not withIn a three yea.r period preceding \hIs proposal been convioted of or had aciviljudgement rendered against !hem for commission of fraud or a criminal offense In connection with obtaining, attempting to obtain, or performing a public (Federal. Slate or local) transaction or contract under a pubRc transacllt;lO; vIolation of Federal or Stale antitrust statutes or commission of embezzlement, !helt, forgery, bribery, falslncaUon or destruction of rBcords, making false statements,. or receiving stolen property; . (o) Are not presently indicated for or otherwise criminally or civlny oharged by a government entity (Federal. Stata or local) with commission of any of the Dffenses enumerated In paragraph (1) (b) of this certification; and (d) Have not within a three year perlod preceding this application/proposal had one or more public transactions (Federal, Slate or local) terminated for cause of default I understand that a false statement on this certification may be grounds for rejection of this proposal or terminatlon of the award. (A willfully false statement Is punishable by Jaw- U.S. Code, Title 18, Seclion 1[)01.) f2-Pt;iW:f 4. f1;~ - tJfItmJ1.11 bl-ls M h fl . PRINTED NAME & TiTLE OF AUTHORIZED REPRESENTATIVE OF CONTRACTOR OR SUBCONTRACTOR u-vhJ- 1~ Itf'-rJ€? DATE _I am unable to certify to the above statements. My explanation is as tollows: EPD-7 3-2~2~ I...... .5 ~ l~ ~ .~ ~-~ j; ~ ~\-l t- ~ ~~. t;~...1 ~ i vi~ '1 ~ Tj E~<t~~ 6'~~~ -SJ~~ J -+ ~ ~ L- j ~ * "-, IJ. ll. Q ~ ~ e (l\\I \ Vi.~ "S ~:: ~~ ~ j:: ~ E $ ~ ~ Q ? f!) --l ~ ~ ~ ~ ~ z: _~ ~ ~ I Z t ~-<i- I 0 ~ ~ ~ ~.; ~ t) ':1 ~ i ~ ~ ~ ~ t~ g~ . -""'~ \J)~...-;:" ~ 1t1)~ tt ~ i::~ .r~ ill ~:%~~E~ rt*~1$~ ~tE z ~ ~. .~ 3 f~ ~ ~ ~~ ~ ~ ~1Sl J~ ~~j~~t~lE ~ ':l 0;\,1\ 'i~ ~g ,Ii: 35 0 1 I-~:t~ ~1S) ~ ~ 0 {1,~; ~bo VI III ::> !6 g ~ '!.... .\) ... u.. (.f..) F <.0 -i I"t cSJ, ~ ~ I.U I c:. u co .l9 (J) C (J) 0 Q) 0 u ... Q) 0 c: !! (J) '3 ctl :g .l!3 0:: Q) Q) .c: (J) 10 c: g '6 d 1:J 1l.:Z ctl g [5 Q) (/J:;:: (J) ..J ~ ::) 0 II> t) ~'g. Q) 0:: 0' ... Cl. (J) ;S OJ c: '6 ... co OJ Q) ... I I ~ ~ (.!) o ~ 0. ~ Z :J I- ~ ~ ~ o 0 0. u.. 0. I- o 0 ~ ~ wU)z 1:J ~1-0 2 (J)~O l;l :JO~ -c: mU.w :f lfj:J 8 < :I: Ii: ~ ~I:::l ~ (J) 0( (I) .- -Iu.Cl\!I ctl 5Q~ i=i 000 ~ -101- ~ ~(.!)~ ~ Z I- C/) ::l ..". ... o 0 0 o 0 ~ c m.9 Zo ::l ~ CI) _ ~ c: :I: 0 o ] i:2 ii5 i5 (J) :J C) :J < .811>1'-'0 .l9"tJ~IllZ !:l5.5l!!l5 OlEII>BII> .a;~ci:i~ 0:: I I =('- ftI III Ell> II) .. _c ftI- U II> o ::l ..Jm I I '" ~-g ....- au ..::: 0.0 01/) u (/J . I I fi... ~Jl :zE ... ::l ..z :a~ iii ~~ t; ~ a.. ::J ~-g .;.: ~: m a ~ c: 0 "CI o ..c". g. Ji <l; 10. ~ ... 0.;; .!!! ~ ii 't:j ~ m rg 5 ~ ~ g r:: c ~ 8 oq; .g (1) .... o III E IV Z I I I I I , I ~ I.) 'J (5 ">t - :z. (J :::z ~3 ~ 1 ~~ ~ ~ 3 ....1...~ ~ .~t?- ~ ~ 3 4 ~ l~ ~ Q J G 6 1 j ;$ t( 1.. o 2: ~ ':l 1 l5 t ~ "'$ \ ~ o J \:f -::t N ...... I . 0'1 o :it "tl iii c ... :3 .... ~ "tl c: <<I Q)CO 1ijC\l "tl~ - I c:~ .9~ (/Jco .0 ~"- z~ .aii': Q) 'l: ... tJl:=O ~ :;; rg 0'1 a~~ o ~ ~~ .Q >< co ....Q)=- ;;::: Q) co .~ .Q tS ] 1;) '. ;t:::3Q) 'e e~ -geO Cl)QI Q) ... C .QCO.... .....ct: ~ U),;;;<B c ~Q)Q) -=:Eg f::!3~ .e1:::>- o . .f!2 Co.,rg ~ Co<: o_ at,) .;.J c:.1!! I::l = 5 ~ ~(,) .r-! C (,) ~ 0 t:: H .8~ Po< :3 CI) (/J~ go Q) to: e Q) .c .... ~ ~ @ ') 0 C3 ~ <( - z. <( "2 ~ "2 ~ Q '.) " ~ ~ :J. ~ - Z Q) "Cl 1\1 H bO P. I=> H o .;.J p. Q) o H Q) .;.J I::l H I::l .r-! t\1 ~ Qi e co z .... U Ql 0' ... Q. e ::I ca C tl) w- u 2. o :2 ~ :z It} \!i ~--;2 ~~ -...;1. ~ 2 ~F '/ ~~ r';) ;l ~rl -..sA :J~ ~~ -:I - . ~ <:l -=z J ~~ ~ ~~ 6 j 'J~ ~ :J ~~ o Z <P 2 . o I::l H ~ Cll I::l Q) ..c: p. Q) .;.J CI.l . A ,g o ...., I ~ is co J!I en l:: en 0 B ~ (I) 0 t: .!!! en :; CO l:l en 0: 0) Q) .c en ro c: o :c :c -0 co Q) en ::l I I o c..z o c: OJ 0 00:;:: ...I]J "0 ~i Q) 0: '[ 0- 00 E 0> c: :0 ..... ro Ol Q) ..... :E ~ (!) ~ 0. ~ Z ::) I- :;: 0:: 0:: o 0 0. I.L. 0. I- o 0 ~ ~ WU)Z -0 ~1-0 2 U:'l~ 0 (.) ::>>00:: .m lDu.w C ..Ju.- 0 ~wi ~ :EEDo. ~ en<~ ;: -Iu.o/:I ~ 5Qo:: - 000 ~ ..J01- .!!! ~C>O is. Z ~ g. ::>> I- ~ o z 0 o 0 ~ C 0.8 z .lXl (.) o ::>> g :a en c :J: 8 o ..c 02 1ij ~ t- en ::) t!l ::>> <x: 1: ~-g - .. OU m= 0.0 000 o 00 I I =('0 111 III E III lJ) .. (Q .5 o In ,.9&1 I I . I I I mo. ~Jj z E o. ::I ..z 'E.! 10 g.,g 1i5 !g!L ::i ~'g ,:..: g: 5 Sf r::: 0"0 o .c". ~ ~ <( !t lS .! {l Q. 'tI c- '" :2 co 19 5 ~ :;: g t: c !! 8 <:( .g rn '0 .. E IV Z I I I I , I ~ o ':) c:s ~ - "'Z ~ ..,. ?i . 1i IT' ~nlT' C{~ \P'" !~~ \SSi~ (fI"" \l:"\$Q ~~5 \9 i 'ii u ~ Ul o :) 0Cl @ o ) G -5 L.. o ..::: $ ':1 :) ~ ~ I{) \I,) 7 ~ 1 j :> ~ ::r ~ ~ -, b @ IJ -:) G ~ o ::) G @ Q ~ <:::s <:t ~ --.... ....... -<.. Jj Z (:. Q :> o \- o :<.. " .l.. ~ .0 :;) Q) \.. o <. ..::t c:'-l .--l I 0"1 o l=l .,-l ttl ;:E:: Qi S co z .... (.) QJ '0' "- Do. . u l=l H ~ m l=l Q) ..c: p., Q) +.J CJ) . A .E o ,..., ~ 'tJ i:ii E ::I .... E '0 C III Q)CO 'SC\I 'tJ~ . I C.... .9~ (I) CO ~~ Z '. S~ ~:!.5 ~'tJCO o QJ 0 tIl.....""l- Q.. ::I C}I ~~N .Q )( co -l::Q)""" ~CDco s:.cl2 -0....<...:- III ~ it; ~Sl.) ~e~ Cf,l0' [J).... .s .oCDc: .. ....;i Q.) -m ~!l1Q} c ..".- [J) ..::~~ ~ S ~ .e~>- .!!2 g, cd ~ a.~ 0.... 0>0 " C ~ - :!:l t: l=l (.) 0 ~ eQ .,-l c" m 0 Cf,l Q) t)~ !-I .c:;:: p.. ::I Cf,l (I)~ gO' E m- e CD .c .... l!::: <:;( -:::::::::..... .L -< ::z ::i () ~ ~ '- <( - .Z H (I) :0.- C (\) C o c. e Do. 1:: Q) 'tl 'tl iii ~ ~ llS C en en --...... ~ <:\ ~ Q :t -:z o 2 o -Z ~ 0 ~ 0.5 0 .,J~,~~~t ~~~~c:Bd ,..~"'<1"2 ":< ~,J~W'~ ~ (~ ~ ,2. ~ l--= I -7 -:> "'1'1 ~ ~ ~ ~ ~ ~cJ <.. r ~<J-..t:~V)~d::~ ~ \1) ~ t r ~....() ~~ cS I.. Ulc:7~ \"> ..... d t<> a C........,~. t ~ 1>d .J Ii; c> <( r:r '-J ~ 1!J C ~ j\ ~-a7- ~ d-f ~~ l..- i ~ ~ ~ Q P. ~ E~ .. t ~ ~ C- \oor \lH..~- f.})Q t-~ ~"""~!-f\"'" ~~ <S) ~..-;:)a ~ \' t" It'> -j.;r~ _'-~.::J " 0 ,go <9 ,.. - ~ \'" ~ -:"/ tJ 'U.... -r<; ~..r. ~~.c ~ c.J r< "1 ~ '5. (l:.~ ~1i1 ~ 1 h ~ C, ~ ~2 ~ 7 ~ ~ j B ~~ j1 ~ ~ ~ 1 J ~\;") ... !n 0 t"' ~ .Jr- 2 (t) 01( <<> LI1 t..!l >l \,,) <\': \os) n ~~ u l~ l~ ~rl ~- \ ~ "- '-!I~ ~V) ~ .\!.J_( ~ :;;l g 2 J to ~ lc -CI:z J ~\~ -.!i ?- .:s ~ X . i ,8~c-o v.> J!'tJ;mz ~ IIlCl:::gL. "" ~O-IllO i E III 0 III .a!~&1::i~ II:: C) -Z o :t i ~ ~ I :t ~ ~ 1) 0 L -<: ~ :2. o :< :a ~ C> o 0:: a. t) ~ ~ z ... :J c.. (/J I- :a ~ 0:: 0::- ~ ft ~ a. I- 'E o 0 m CJ) <C 01 CJ) I- ~ WU)Z "C ~I-O .!l (I,) 0:: 0 (,) :J 0 0:: ]I Dlu.W C ..Iu.- 8 ..I W it Q) ~~~ ~ ..I U. ~ ro (100:: ; S8g .~ ~C)~ l Z 1-0:: (/J :J ..,. ... o 0 0 o 0 ~ o Dl ~ 2:0 :J l!! CJ) ...... :a C :r: 8 o .c i2 ill ~ CJ) :J C) :J <C I I I I I I I . I I I I I I I , I ~ ro (/J (/J Q) (,) Q) C (/J m (/J Q) Q) .c (/J Iii C :€S :c "C ro Q) (/J ::> ~ ~~ ') '? 0 ~ is ,-~ i .llI :1 2- J: 0 J ~ 0 ~ ~ .... r:l 0 a ~ ~ .!!l :l '3 ~~ a I) 0 Ql III ~ a d ~ III j~ ~ \- a:: j ~ :) j i -l 3 :> :$ Q "3 e a -; 3 ":2 -' ci ll..Z Or:; mo <( <( lI.l:;:; o;::t "t <r ~ ..Jg -- - <:::r .s - - --- o III L ~ ~'a. 7... :z.. "2.. :z. -:2 ::z tl =t>- ~1 ~g: lI.l .. <::> 0 ~ iU .~ ~ 'Z C> 0 ~ :i IJ :2 < :t jm ~ ~ J t~ .. .g ~'g 1 -.L " -= 1 o..!J o IJ 6 ~ .;; ~ 4!i -;} m= t .~ 1- ,~ J c.O Q III II> ,2 o(/J !l 13..J ~ '- -; ~ ~ :; ~ IJ ~~ ~ ~ (/J \f) -%:'" :::t: Q... Q. ci ..,. . U lilt>- 0 .l!l"O~..:z gJ6.5~o 0 0 0 0 0 0 ClElI)BlII L ~ -:t. :L p t::> ::J: ~.c:J_~ ;.( ~ L IJlD..J iE fi.. ':J-... E .. 1 ",.t:l J zE ) ~~ ... :2 ~ 1:::1:: ~ ..z ~ ~ eA el :: al R ~~:1) 0.... c.c '2 ~,$1d'l 0 1'" c.o :J ~r 0 IJ ~ :J.c ~ Q :;. ~,~ ~('ll~ <.I ~ cl !go.. (3 ~<I:("' tII ~ <(~ ~<~ .e~ ;J 0"0 ~I ~~ - 0<.9 0 t<: - - C ...19(<\ U III ~! ~ . ~1~ ~ en :2 2. ~i~ "-~ ,.l ;p , I 1" , C 1II 0 2 <<( r o:~~ o f! -~ \~ t~ cB~~ 2~~ U-o ~! ~ 1 ~~"O ;; ,. "0 .t:l"O <r x", ~~ cii< j;)J d.r ~~!: <:), .- i "" ~~!:. .\) ~ r- o:..:i.s - ...J rI ..r. .. .!!! 1 IJ is. Z " c. 1 (;) ~ '&J 1 ...., :2 en E ~ ..0 1: Q ~1 C). 0 l 0 VJ ~ ~ ~ 1. 1 U '" '~ g ~ ~ \6 I-~ 1. - 0 VJ \Il, ~ ~ '5 ~ c ~ ~ a :z 1fl') ~ 0 i .~ ~ 1'.1.. ~ u i 8~ i: .t:l :) ~ ().. ::I ~M If) ~ t; en ~ J <t~ 3 '0 \I} ~. :1 I V) ~ 1- III III ~ .., -0. -'<It <( .JS !O E J <(~ ~r IV <C :r. <:( d. t- III z I U ""r <::t t.:l -<t N .-l I 0'1 o ~ "tJ iii E ~ .... e "C C <0 CD(Q 1ijN "C~ . I c.... .9~ (/)~ oi~ z>< S1f '" 'C ..... ~.!.o Jl!"C~ (.) 1I)"l- ~"SC)l 32 ~~ -Cl >< CO ..c::CD~ ~ II) co ~.Q~ ~ 1;; '. ;l:;I::JQl 'E E~ ~ eO CI) 0 I Ql ': .s -Cl.cC:: ili ,"-....Ql iii~mQ) o "'" - Ql o::;.:!::~ ~ 5 ~ .e~>- o . .!.'l c,..[g ~ c,< 0_ 0)0 ~ c.E Q = t:: Q) UO "d eo -r-! chi ~ 0 c:: H ,g.g p.. ::J CI) U)~ go Q) .... Ill' l!! al .c .... !:!:: Iii u; :::i .... ~ c: o g, e ~ al :g - co r:: o ;:: t: ~ Q) "d t1l H bOH p..H :::> Q) H [J) o t1l ~,.c: p..p.. <1l U ~ H P Q) Q) ~ a Q Q) 0'1 HUO t1l I Q r-1 -<t 'r-! p...-l t1l Q) I ::El~r--. ili E m z 1.) Q) 0' ... D.. U Q H e .a m c C) (j) .8UlC'-0 .lll-og:..:z: ~5.5:g5 V'! OIEUlfllll \\> ~~~::ic: "7 0:: I ~ 1) co .lll C/) 6 ~ 0 o - lD 0 c: !! C/) "5 (ll :g jg 0:: <D lD .c en (ij c: g =a 0 "0 0.% (ll g 5 <D (J):;:: en ....1ll ~ ~l <D 0:: 0' .... 0- (J) ;S Ol c: =a .... co Ol I1l .... I I I ~ ~ (.!) o ~ 0. ~ Z :::I ... :a: ~ ~ o 0 0. I.L. 0. I- o 0 ~ i5 w Z "0 ~f!?o .m (1)0::0 ~ :::I on: E lDu.w 0 ..Ju.- 0 ~wii lD ::;a J:... Do ~ (I) -::;) :> ..J if (I) ro ~Q~ :S s8e ~ ~Ct~ ~ Z 1-0: C/) :::I .., .... o 0 0 o 0 I!! C a:I B %0 ::;) ~ CI) -<-' 2: c: J: 8 o .0 ii:: iil ~ I- U) ::;) G ::;) <( ~ ~-g -- 0'0 ..= c.O oC/) U C/) I I =('0 ClI 01 e III C/) .. _C ca .- U 01 j~ I . I I I ar.. ~..8 z E i~ '[~ Iii go ,g -C/) !g a. 0"1:1 :::i ... C tJ ca ~ gill lii 5 ~ r:: U-c o .c"t1 g. ~<( g: .. 15 .!!! ~ Ii. "0 go CQ rg a ~ :;:; ~ r:: c ~ 8 ~ -El (J) a .. E III Z I I I I , I ~Af.) f & o a ~ :z ~ ~ Jj- ~ ~ ~ ~ 2 t= o ") C3 '0 z ~ -:1 (.) ~ ,0 2 :) ~ ::I.. Q :z ...s z ct-5 "2 :z: ~ ~ 2 "j ~ :::t.. c::. Z ~ :z o 2. J 2.. '~ ~ ~ -3. 'e () d 3 <:I -. ~ ..s ::t ~ 2:: ~ ! ~ j j ~ ::z ~ ::l () \-. ~ S Q <C. - -z '<::S: - :) ~ Cl :2: ~ I 3 r.: g-!t <r- ~ <r:~ '" ~ ~ r' ~r =~~Iil~ 8 ffi~ ~f"". 9,..V\r~ ('I') - r.l '" 1):2 0 ~ Q'II' 1'\ [I'l ~ ~ ~ ....'" \Il<t" ,{) 0 ,..l..<:O d) t"~ ='\9 00Q <..~....~ -t/l Q ~ . - 0:)\9 <Sl <t'> ~ -t , ~ ~ ' ;;. <( ~ *~ ~''''''\-I9'<t:'''''::: t" ~~ Q1 ,; ~ d ~ ~"~ ~ a - ~ ~ t\' ~ ~ .1' ~ ~ ,~ ~ tS>~>t".il"':s:~ l"' <!) ijj . $wJ':' ~ 'l' o \Ii ~ ~'/5' ~.--. ~ 7' 0 q')' ~ a ....o~r~ ~~l/O():z.rPl\)o 0:. *' ~:...~ n:..j5 i- S ~85 r.:8.t; !~.!:. \9 t 3 ';i <~ J :t ~ (_ i:~ c! ~I,- ..t In ~ >- o 1. ~ ~ l- \/I J <( ~ -' I!J 1 J ~ "::I: ~ -1 1J1 >IJ I \5 ,a Q ~ Q ~ ~ Ii: ~ ~ ~ ~ .~ ~\I) ~ \~ 0 ~ 0() J Q1 \-. <:) :l c (5 Q ~ <1 :> o ...-:t N .-l I 0'\ o it 'C iii -=- E :::J .... e "C C III <DO:> 1ijC\l "CC\I ."'t c...... .2>>~ intO ~c:':::l ~t.... Z '. S~ "C <D;:5 tD_ J:l't:JtO 0Q)c:':::l tt1.....""l- n:SC\l ......u~ ~Q)C\I .Q )( 0:> -!::Q)"", ~ Q) to ~J:I~ -g tL. ;l:::S1l> '- E! 0 E: ~ -g eO Cl]ol Il> .... .s .QQ)r:: l--;::Il> ~ ~:a(!) C ""';; ~ -==-c:: g 3 ~ -21:::>- CI] 0 . ~ 8:~ 0_ 0)0 -IJ c~ l:l :c r:: ~ ~8 .,..j c (,) ~ 0 c:: ~ ]~ P4 ::J en In~ go Q) ta. <D ... <D J: .... !!:: <t - ~ ~ ..<. Q) -IJ r.J l:l ~ Q) Q) a -IJ Q) l:l r.J H Cd I ...-l l:l p. .,..j Q) I Cd~ ;:g: Qj E! (ll Z - U Ql 0- ... c.. r.J l:l H III :;.. C Ql C o Q. e 0. 1:: III "C "C in ili ... :s .... III C C) (i). o ~ ..3, -<. & -.,') j ':l 2 l .... ~ J ~ -:::r. () ::.2 a -Z r <r' ~etl ~ <t- ~ [ _ <>l ~p "'-- J g ~..s t. I~ 1. ;Jl ~ 1 :5 J ~ ~ 1 I - ." ....; '. () S lU "e' ~... ~ ... c a. o ::J III 0 Q) E~ ~ .c ..-::t ..... I .5 c"tl N III .- .-l elO ""C ... N I Q) Gl 0"1 (J'J Q. 0 ::l I]) I .0 g\ :il; .8 .... fi ~- g u .......0.:.: e - Q) ... III ... r .... E ~ :p .!!!::JO e I .... om?; '" 0 :::I I]) c> ~ U .... S: (I) ... Cl ..Q N "C ~ 0> ~ e c: I'G I Il. :a "tl (I) co ~ ::l C 1ijC\l U .ra III "C~ Z .5 Q. .- Z OOlll - , lOzc c..... :J j fi aC\l f- (J'J c 6 ._ co .~ ..I 0._ tn(Q I 0:: Il. (.)+:1- 3 0 z 0. ~ij <{o 0..0 c.. -"" ::l ::z z '. Il.- .!!? Q) (1)>< ~~ (J'J ~ I-l tIl =~ .... o III ~ -l-i (I) ... ... I en- 1/1 P-tp.. 0l~0 w::! ~ 1/1 Q) C\]-(Q Z... Gl C'- 0 tJ-l-i 'Z3"Co ..... .5l11Z ti):J c: I-l P C\].!":t' 8 1/1 1/1 ... Q) Q) Q.,:::IC\I :JIX ::J c 0 ~ lO ~ 1/1 -l-i a u' m!!:! .0 P Q) ~(I)i\i . ::l (.).- Gl J- H tJ ...J...J (J'J ~..I>- .Q >< co ...J1l. tn ptOO"I :s(I)~ <ell. tn I-- '_ (I) ,-lP-to S:.Q~ :=:J (I) III Q) I en en c ~ -:t "1:::1....--- I ...J- 'ijj 0 .-l ~ ~ it> <eO:: :::I .2 ai I 'E e~ m r-- uO .:.: :3 e 0'" 7a ... "€:leO ~ -g ~ I'G ~~ e z CIJ 0 I en 'l5~E :t- o ~-:.s I ...... 7a ~.9.g ..... Gl CD .....cc: zz ..... ....(1) :Jo (,.) o ID e 1ii ~1Il(!) 0 u 11. Ou -I III 0 Il. C :is .!!! Q) Om "C "Z =c: C:J l!! EeC: I ~ ...:::10 Zen (I) ~ ot:~ Om .... <;:::;0 :!len .!a .~ Q.'Cf.i J:...J g' 1/1 ~ g.~ 0 0:: 1/1 \l'" at5 02 2! ... - I <.J "tlID Q c-J!! . <:i" ~ ~ ~~ <:1+ .- c: - ~~ 00 . :I et> en IIIZ :J ro ~ 2! ~"'(\T" 1: '. (!) ..... ~0 tJ oCIJ I ::i CI,l Z 0 \ P u c: ::J :-,.c :J. . r H <( cO;. ~.;:.) .Q:2 '. l!"tl _~,s .. :::I CIJ .... e~ 1Il Q) E::. ~':i tIl 0<5 CIl'. 0 p a 0 o Q Q) c I i. ~.s ..c (I) g. ~~I ... ... C'O' ~ .2! l!! C. ~ Co ~~ (I) ~ ::l .c I ~ .... :t:i ... :!:: tii ,S u c :~ , c: E ~ ~ c ~ Ij 0 c: u -:t "2 ..Q ~ ::J ~ ~ . 1I1 :r- ..:> q; '0 !~ z III >. e E ]J c I III a :::I z: 1ii. ( e c 0 .e> (.) cn -----' I I I I I I -AUGUSTA-RICHMOND COUNTY, GEORGIA DOES INOT OPERATE A DBEI MBE OR WBE PROGRAM fUT RATHER PURSUANT TO ITS CODE OF ORDINANCES1 THIS LOCAL GOVERNMENT tPERATES INSTEAD, A LOCAL SMALL BUSINESS IJpPORTUNITY PROGRAM. ...,~ , I I I I I I I I I I I I I I I . I I I I I I I , I ~~ 1IfI//III,. 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 a/l DBE subcontractors. Date 7-14-09 Mit ell D. Stephens, President (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 Owners State Revolving Fund loan contract. (9j~, (Signature of Owner or Owner's rep y4,JY,v S. Cc!1!3~rf~f- o--tPl. '{7>.fl.-- (Printed name and title) Date (((z.,(o /...... \. GENERAL INFORMATION: Owner contact: Owner phone number/em ail: Consulting engineer contact: Consulting engineer phone number/email: Proposed prime contractor: John D. Stephens, Inc. Prime contractor contact: Mitchell D. Stephens Prime contractor phone number/email: 770-972-8000mitchstephens@johndstephens.com Proposed prime contract amount: $ C\ t \:) 4. ~ 'l. \ D . I\. ~ Proposed total DBEIMBE participation: $ ~ 1-'2.1, 1 $'"0 Percentage: _ % Goal: 13.7% Proposed total WBE participation: r; Goal: 7.0% $ Percentage: _% CONTINUED ON NEXT PAGE EPD-4 I I I I I I I -, '. . I I I I I I I ..t. , I Please submit the followlnQ 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 DBElMBEJWBE status. Indicate In writing if no solicitations were made because the contractor intends to I1se 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 soITcitation letters/emaHs, printout of the online solicitations, printouts of online search results, affidavits of publication in newspapers, etc. The prime contractor is strongly encouraged to fof/ow up each written, fax, or em ail solicitation with at least 1 logged phone call. Whenever possible, post solicRation for bids or proposals for a_ minimum of 30 calendar days before the bid or proposal closing 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 Matters. (EPD-7) (7) EPA Form 6100-3 DBE Subcontractor Petformance Form for all DBE subcontracts. (EPD-9) (8) EPA Form 6100-4 DBE Subcontractor Utilization Form for all DBE subcontracts. (EPb-10) END OF DBE COMPLIANCE FORM EPD-5 I I I I I I. I . I I I I I I I r I 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.) EEO-l EEO-1 Joint Reporting Committe Washington, DC 20036-9100 (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.) The 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.) John D. Stephens, Inc. Mitchell D. Stephens, President PRINTED NAME & TITLE OF AUTHORIZED REPRESENTATIVE OF CONTRACTOR OR SUBCONTRACTOR 7-14-09 DATE EPD-6 t. \ . (.-- \ I CERTIACATION BY PROPOSED PRIME CONTRACTOR OR SUBCONTRACTOR REGARDING DEBARMENT. SUSPENSION, AND OTHER RESPONSIBLE MATrERS 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). I I I I 1 I . I I I 1 I 1 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 transactil;m; 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. -......\ I 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.) John D. Stephens. Inc. Mitchell D. Stephens. President PRINTED NAME & TITLE OF AUTHORIZED REPRESENTATIVE OF CONTRACTOR OR SUBCONTRACTOR 7-14-09 DATE _I am unable to certify to the above statements. My explanation is as follows: 1\ , I EPD-7 I I ^ .~ :st OMB Control No; 2090.0030 Approved: 05/01/2008 Approval Expuos: 01/31/2Dll ."--" l. Environmental Protection Ageo.ay Disadvantaged Business Entez:prlse ProgTam DBE Subconh:actor Participation Form I I NAME OF S"9~Cl?NTR.A.CTQR' J~ If#L(LI~ ,fWM,)G II'fC- ADDRESS ,tj{;a)5rJJ:l n CIItf./!L- ~O TELliPHQNENO. 10&, (p~ ,qq OJ; PlUME CO:NTRACfOR NAME PROJECT NAME M~'/I"W.J1l::~ ,.. fJIA Sf.:: .:j: coNTRACT NO, I EMAIL ADDRESS /btttIV)~ A.Jb /, 0;)., c..o fI'I--> I Please use the space below to report any concerns regarding the above EP A-fund ed project ~ reason for ter.m.ination by prime contractor, 1a.l:e paymeot-, eb:.). I r..... , . . I CONTRAcr ITEM NO. ITEM OF WORK OR DESClUl'TION OF SERVICES RECEIVED FROM THEl'R1MB CONrllACTOR AMOUNT 5UBCONTRACIOR WAS PAID BY FlUME CONTRACfOR I ~.~, f?- , P'V f~n {'I'll G ,Uu-t(..) t../.Ir1.- .f1 /..... C- AS~~'" , tl2 r>Jaw-A.'1 ~ /1')1/1--'\ 4i' ~~ 4-~ ,A.~~1fA-t- T {)(L,I,I"f?1....)A'j :$.,(11- ~OG1..A 11 .r I L.L ~&;: ~v e.--4~ /...~I 3(,(7 (70r:?, ~ I I z., ;;?70 ) 00 r J 0 frP . <:D . /?4"ZV'~ } I 2-7q ,,9O,CO I 1-1tl-rrj t7/it!ATJ'*~ /'116 Jt-. TH:1e/Dal:e I '6ubconlruclar is d~"led as D company, .finn, Joint venture, or indhtldual who enters inlo lUl "81eement with n cantmtlor to provide ~ervic:es pUts.....! to an EI'A aw.rd of JiJundDl assistmu;e. ! I EP A FORM 6100-2 (DBE Subconlrnclar P:ut.iciJ'llLion Form) EPD.8 I , I NAME OF SUBCONTRAcrOfu 5Gff([.flL ~~ IW?Jtlr-l6 fl-' '- ADDRESS In/;; ~Ij~ UfIff:t (lp AvbtJ5rA. 6A 30 0 (., TELEPHONE NO. 1/){,# &(,7" 11v 3 PlUME CONTRACTOR N.AME I ..~\ I ^ ~ I I I I I I . I I I I I I I , I CON'IRAcr ITIiMNO. -~\ 4.- ?:>, t~f- I ~-1r e"./ 5~,~ Environmental Protection Agency DMB Conb:'o! No; 2090-0030 Apprl'lved: OS/Olj2110B Approval Expizes: 01/31/2011 Disadvantaged Business EnteIprlse I'rogram DBE Suhconl:rador Performance Form PROJECT NAME MMM IHTEJZ.L.c:;~ flf;t!7.F:1L. DIDjl'ROFOSAL NO. E-MAIL ADDRESS Jb#tf1(lvU4~4 4 tP~IJ'P-?ot""'\ :rrEM OF WORK DR DESCRIPTION OF SERVICES BJD TO PlUME .PRlCE OF WORK SUBMITTED TO PRIME CONTRACTOR 3~~ 0<0 0.00 I 1 2- woo. (Xl I /D fOOrOO I b r'l.&l--f V t..A(l. r" LL tk<1f~ l'h" P-V6U ~ bM7C 10"'1- ---.4 VI A5"~ 4-" A1"f~ (J{L,.'1:l~ ~ ct.AS'-1, ~ ~ (-J-;l>c..Ive 4-? S-j lart . a:n MBE or WBE under EPA's DBE Program? 11 1}-""kJ, IJO 1 'z. 7 fstJ eJ 00. CO Yl:'s_No ~-\y -CA Date ~(~: d<lX\-\~ Title. S a!:ure of 8nbC"onlractor ~~~ IL.{. !3A(i.Jl/::1't- Print Nnn..e 7 ~ 1#- t? 1 Dille. ;;Ibutn Ih'-I MJ.1--f~ Til:Ie 'Sub,onhacl'or is dclU1~tl os II company, firm, joint venture, or lndlvldlJ.lwhc enlErslnlc all agl1!!!ment with a 'OlltrQCIOf 10 provIde services pursuant to en EPA ..ward ofrinat1,ialllSOiS!;lI1ce. EPA FORM 61 00-,3 (OBc SlIbcon1rllclor Perfonnnncc Farm) EPD.9 I I I I I I I . I I I I I I I , I ,. ~ 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 BIDjPROPOSAL NO. 09-124 NAME OF PRIME BIDDERjPROPOSER John D. ,Stephens, Inc. PROJECT NAME Main Interceptor Upgrade Replacement E-MAIL ADDRESS hase II ADDRESS info@johndstephens.com 272 Hurricane Shoals Road, N.E. Lawrenceville, GA 30046 TELEPHONE NO. 770-972-8000 FAX NO. 770-979-3748 The following subcontractorsl will be used on this project: COMPANY NAME, ADDRESS, PHONE TYPE OF WORK TO BE NUMBER, AND E-MAIL ADDRESS PERFORMED ESTIMATE DOLLAR AMOUNT CURRENTLY CERTIFIED ASANMBE OR WBE? J~ Ut\iZ.lZ-\:5. TIe.-V~6 .~(>t-\Al.'" PfNiN.G p, D Bo')<. l'l-~ Il a . A GG~A-r1c; I-\.-.v'-' /'...\c... , AuG.c.lSiA. G.A 60"1.0, ~ j-(~"STWC"-'N.G. c,4@.'illHOi).COI-\ j?--" ~ 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 CPR Part 33 Section 33.302(c). 7-14-09 Date Stephens President 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 EP A award of financial assistance. EP A FORM 6100-4 (DBE Subcontractor Utilization Fonn) ./ EPD-l0 I I I I I I I "\ . I I I I I I 1- ., , I 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 pell1lit, in a way that encourages and facHitates 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 c10sinq date. 3. Consider in the contracting process whether finns competing for large contracts could subcontractwith DBEs. This will include dividing total requirements when economically feasible into smaller tasks or quantities to pennit maximum participation by DBEs in the competitive process. 4. Encourage contracting with a consorlium 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 ofTransporta1ion (DOl), Small Business AdminislJa1ion (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 bv EPA. SBA. or DOT (or by state. local, Tribal. or private entities whose certification criteria match EP A's). DBEs must be certified in order to be counted toward the recipient's MBElWBE 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). The 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 em ail 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 subcontractorfails 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 ofthe action. EPA Forms Nos. 6100-3 and 6100-4 must also be submitted to EPD for new DBE subcontracts. -~ E~D~11 ;.'. -.- I I I I I I I . I I I I I I I , I 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.oa.us/ContractsAdministration/uploads/rptDBE Directory CA New. pdf (404) 656-5323 · U.S. Small Business Administration (SBA) http://dsbs.sba.aov/dsbs/search/dsp dsbs.cfm · Department of Commerce Minority Business Development Agency (MBDA) http://www.ccr.aov · National Association of Minority Contractors (NAMC) htto://www.name-atl.ora Online resources to advertise subcontract opportunities include the following: · U.S. Small Business Administration's SUB-Net (SUB-Net) http://web.sba.oov/subnet (888) 227-2432 · Department of Commerce Minority Business Development Agency (MBDA) http://www.mbda.ao\f Minority newspapers in Georgia can be used to advertise for subcontract opportunities. They include, but are not limited to, the following: · Atlanta Tribune htto://www.atlantatribune.com ,..-, t · Savannah Tribune htto://savannahtribune.com · Georgia latino News htto://aalatinonews.com · Augusta Chronicle http://chronicle.auausta.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 oocumented search of GDOT, SBA, and MBDA directories does not identify 3 potential certified DBEJMBE 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 for bids or proposals for a 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 ~ I I I I I I I . I I I I I I I , I 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 US~008 690958.1 I TABLE OF CONTENTS Instructions & General Requirements........ ........ ............. ....... .................... ........ ............... ......... 3 I Contractor Acknowledgement of Buy American Requirements................... ............... ...... ......... ....... 5 Bid Certification................................ .................................................................................... 6 I Information Checklist for Waiver Request to US EP A....... ......... . ......... ...... .......... . .. . ........ ... . .. ... . ... .. .. 7 Table 1: Foreign and Domestic Construction Materials Price Comparison Worksheet................................. 8 I Defmitions............................................ .................. ........................................ ..................... 9 Implementation of Buy American requirements........... ........ ......... ............ ... ... ............. ......... ...... ..10 I Step-by-Step Waiver process......... ......... .... .............. ............... ...... .......... ............ ......... ...... ..... 11 I I . I I I I I I I r ARRA Special Conditions and Information 2 US~OD8 690958.1 I II I I I I I I . I I I I I I I , I INSTRUCTIONS & GENERAL REOUffiEMENTS These Special Conditions are based on detailed, specific guidance provided by the United States Environmental Protection Agency (US EP A). 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 bye-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. Recistration: 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. Access 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 D.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. Wae:e Rate Reauirements: All laborers and mechanics employed by contractors and subcontractors on the proj ect 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 690!158.1 I I I I I I I . I I I I I I I , I (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 Infonnation Checklist for Waiver Request to US EP A, found on page 7; (b) Table 1: Foreign and Domestio Construotion Materials Price Comparison W or.ksheet, found on page 8. (4) Non-domestic goods may not be incozporated into the work until the Owner obtains a fonnal waiver from the US EP A 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: recion4waiver(a),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 bas initiated. Consistent with the direction of the federal Office of Management and Budget Guidance, US EP A 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 U51001690951.1 I I I I I I I . I I I I I I I , I-_H Contractor Acknowled2ement of Buv 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 Reinves1ment Act of2009 (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 mown 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 bas 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 the construction contract necessary to give this paragraph force or effect) shall be amended or waived without the prior written consent of the State. John D. Stephens, Inc. Mitchell D. Stephens, President PRINTED NAME & TITLE OF AUTHORIZED REPRESENTATIVE OF CONTRACTOR OR SUBCONTRACTOR 7-14-09 DATE ARRA Special Conditions and Information 5 US1008 690958.1 I I I I I I I . I I I I I I I r I Bid Certification I. 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 Registerthat 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. John D. Stephens, Inc. Mitchell D. Stephens, President PRINTED NAME & TITLE OF AUTHORIZED REPRESENTATIVE OF BIDDER OR CONTRACTOR 7-14-09 DATE U52008 690958.1 ARM Special Conditions and Information 6 I I I I I I I . I I I I I I I , I Information Checklist for Waiver Reauest to EPA The purpose of this checklist is to ensure that all appropriate and necessary information is submitted to US EP A Please review this checklist carefully and provide all required information. This checklist is for informational purposes only and does not need to be included as part of a waiver application. 1ms may be helpful to include, however, as US EP A 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 constnlction 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 I - 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)? A vailabilitv · 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 VSW08 690958.1 II Table 1: Foreign and Domestic Construction Materials Price Comparison Worksheet I Instructions: To be completed by the prime contractor. In column a), enter all iron, steel, and manufactured goods required 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 lidb fi I SUppJ e i>Y Orellm 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: $ $ I I I I I . I I I I I I , ARRA Special Conditions and Information 8 U51008690958.1 I I I I I I I I . I I I I I I I , I 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, ex.cept 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. I40(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. Satisfactory 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 052008 690958.1 I I I I I I I . I I I I I I I , I Implementation P.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 EP A'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 EP A's intention in developing the approach descnbed here is to effectively and efficiently implement this full range of ARRA requirements. A waiver may be provided if US EP A detennines that: (1) Applying these requirements would be inconsistent with the public interest; (2) hull, 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 EP A 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, fucluding the Buy American Requirement under Section 1605. The full text of this Guidance is at http://edocket.access.gpo.g:ov/2009/TldtlE9-9073.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 incoIporated as an award term of ARRA grants from US EP A In order to implement the Buy American provisions of the ARRA, US EP A bas developed an approach to allow for effective and efficient implementation to allow projects to proceed in a timely manner. The :framework descnbed below will allow assistance recipients to apply for waivers directly to US EP A Pursuant to the ARRA, US EP A 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 US2D08 690958.1 I I I I I I I . I I I I I I I , I 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 EP A. 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 constIuction 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 EP A 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 constnlction has initiated. US EP A strongly recommends, if a waiver is necessary, initiating the request before construction has initiated. Consistent with the direction of the OMB Guidance at S 176.120, US EP A 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 oflack 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.li1:ov .Please include aU 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 US200B 690Jl58.1 I I I I I I I . I I I I I I I , I Evaluation by US EP A 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 descn'bed 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 ofnotm.cation ofissuance 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 EP A's Recovery.gov website. Cross-Agency Coordination Working Group US EP A 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 waiveIS 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 USlO08 690'58.1 I I I I I I I . I I I I I I I , I Special Circumstances Under certain special circumstances, US EP A 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 EP A 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 EP A 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 emaiI 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 EP A 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 EP A 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 EP A 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 EP A may determine it is necessary to issue a national waiver. All national waivers will be issued by US EP A 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 EP A has concluded that any proj ect 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 pUIpose, 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 pUIpose, time, or place, in which case, separate contracts or assistance agreement for ARRA and base funding would carry separate requirements. ARM Special Conditions and Information 13 US1008690958.1 I . ..,Sl'ATEOF<:;EORGIA ~NHANP:EL;,SElcretary of Sta~e Stat~;Ctinstih9t.i(wfud~~rtryl1icensing Bbard" . UtilltyContractor LICENSitNO.", . UCJ00125 I I I 1609838 I I I . I I I I I I I , I , -' -'- . ". "-'- . . , . - - . , . '~ohi1n.. E)tepl1~ns,lI1c. 2.7~'~U11j~,~~"Sh6~ls.' Rd.;N:E.' Lawrericeville GA'30()45.. ,~ . Sl'A'lil OF. GEORGIA KAREN'lIt, 'DEL; Secretary of State . Slate COrtStrUctiOil Iridustry Licensing Board ,. . Utility Contractor : : LICENSE NO. . . . UC300125 John D. Stephens, Inc. 272 HllTIical)e.Shoals Rd., N.E. LawrenceviIle GA30045 John D. Stephens, Inc. 272 Hurricane Shoals Rd., N.E. Lawrenceville GA 30045 I JUL-07-2009 11:23 ARC PURCHASING I I I I I I . I I I I I I I , I 7063124602 P.2S/26 .t.: ... ~..- : '.. .;' .:.. .I,'; ~ DISADVANTAGED BUSINESS ENTERPRISE DEPARTMENT .~ ~,.'. ','i:':~:: : ~o"'''''' ,.._..~ -. '0':' 8.' ......~.1 ^ A l"_ "'~i7 .'" ''''.'' DBECoordblator We are pleased to present this directory of registered Local Small Business Opportunity Program businesses. The companies represented in this directory are interested In doing business with you. They have demonstrated their commitment to understanding the state's procurement process. Many of them have attended our vendor's workshop and other training programs we have sponsored In order to gain thQ awareness which will equip them to compete for bId opportunities. The Atlgusta~R1chmond County Disadvantaged Business Enterprise is strMngto be a liaison betWeen the local small business community and the procurement process. we also encourage sub-contrac.tlng opportunities and Joint venturing partnerships. Phone: 706-667-9793 Fax:706-733~552 Email: custodlalsDeCialistslliJvahoo.cam Service: Janitorial Contractor Phone:70G-3~96 Emall: No1impala@hotmall.com Service: Professional Lawn care Pho"e:7~737-625S Fax:803-643-Q074 Email: a-ashreddlnlZ@>ceopleDc.com Service: Document Shredding phone: 706-825-5773 Fax: 706-792-9185 Emall: t1lackson@ieee.orn Service: Electrical Contractor Phone; 706-364-2731 Fax: N/A Email: Freedo~oo4@.knology.net Service: Carpentry &. Painting Phone: 706-793-6040 Fax: 706-793--6625 Email: mmilJender@mm-sm..oom. Service: Supplier, Special 'trade ConstrucuQJJ. and Janitorial Phone: 706-828-6677 Fax:7~~688 Emall: ADCOTECH$ERVICES@BElLSOUTH.NET Service: Heavy DutY Tractor and Trailer Maintenance and repair Disadvantaged Business Enterprise DepIll'fmeDt 501 Oreene Strcct- Suite 304 - Augusta, GA 30901-4414 (706) 821-2406 - Pax (706) 821-4228 WWW.AUGUSTAGA.GOV Dear Potential Bidder: 1) CSAA Custodial Specialists clo Mr. Wade Walker 2709 Oakland Avenue Augusta, GA 30909 21 You've Just Been Served c/o Mr. Orlando O'Neal 2021 Golden Road Augusta, GA 30901 3) Aiken & Augusta Shredding c/o Mrs. Denise Watson 3205 Easy Street Augusta, GA 30904 4) Jackson Electric c/o Tom Jackson & Associates, tLC 2314 Ruby Dr1ve Augusta. OA 30906 5) Freeman Cmpentry & Painting c/o Mr. Mil1us Fmeman 2731 Milledgeville Road Augusta, GA 30904 6) M &; M Management Services c/o MarIin W. Millemler 3114 Augusta Tech Drive Sllite 403 Augusta, GA 30906 7) ADCO Tech Service, Inc. c/o Donald Stewart 315 Hale Street Augusta~ GA 30901 I JUL-07-2009 11:23 P. 26/26 ARC PURCHAS I NG 7063124602 . .' I I I I I I . I I I I I I I , I . ~ DISADVANTAGED BUSINESS ENTERPRISE DEPARTMENT , :. -..... ;:~: 'I ~ Yvonne Gentry DBE Coordinator 8) Success Enterprise, Inc. c/o Mary Ward or Douglas Greene 1611 Cider lane Augusta, GA 30906 Phone:7~993-2S77 Fax:601~~511 Email: MARY@SUCCESSENTER.COM or DOUGLAStm5UCCESSENTER.COM Service: Contract Services; Marketing COnsulting. Website DesIgn, Graphic Arts, LogoS. Brochures 9) Mr. James Hebbard c/o Automation &. Security 2110 Brown Road Hephltibah, GA 30815 Phone: 877-513-0085 Emall: automationandsecuritvl&lZmail.eom services: ConstruCtIon, afarm/fire system InstallatIons, struc;tural wiring networks, and security cameras 10) Berry Smith Sanitation c/o Berry Smith 1308 New Savannah Road Augusta, GA 30901 Phone:70&-72~2001 Fax: 706-124.2019 Services: Contract Services; Trash removal 11) Analyze America Labs clo Carla Noah 1840 Wrightsboro Road Augusta, GA 30904 Phone:706-738-314S Fax:10~738-3218 Emall: lab@analvzeamerica.eom Services: Drug Screens and Clinical Specimen processIng 12) Southern J. Construction c/o Mr. William Johnson 4619 Shadow Moss Court Augusta, GA 30906 Phone: 106ft790-9399 Fax: 706-796-3429 Email: southernwi@aol.com Service: General Contractor; Home Builder; Remodeling We are hopeful that this directory SiNes you well. We invite your feedback on hew we can Improve your ability to access local small businesses. We would also like you to visit our website at WWW.aUllustaRa.IitOV. select DBE Department. Please feel free to contact our office at (706) 821-2406. Thank you for including Local Small Business Opporttlnlty Program in this directory on your bid opportunities. Sincerely, l1J- ~ Yvonne Gentry DBE Coordinator Disadvantaged Business Enterprise Department 501 Greene Slreet~ Suite 304 - Augusta. GA .30901-4414 (706) 821-2406 - Pax (706) 821-4228 WWW.AUGUSTAGA.GOV TOTAL P.26 I Bid Item #09-124 - Main Interceptor Upgrade Replacement Phase II I I I I I I . I I I I I I I , I GOOD FAITH EFFORT 272 Hurricane Shoals Rd, NE - Lawrenceville, GA 30046 I o :r ~~ ~~ a~ m!O.. ~ :; 11l "" ~ in' 11l ~s:a;-~~?'~~9~~ ~?>~5!:w?>tn5'~<~ S;~-<n>~Vl""OOQf1)~S: .' -I :r ::;: '" 3 ~ n ~ n Ql 2'~3,~~~~'~~~.... ~ ~:J~~~-i9 c(3cJ20 ~'~2~S20~ a~~~ a: gri g[g"a ::J::J S" OQ q. OQ C S/O ~ ~ ~r ~ :;' '"' I -I'" c - ",,:!, !!!.'" o - o:!' mS/O ~ ::? ::; ;:I g 3 3 0> 11l :> ~ !!!. Vl 11l :2 n 11l '" I mnn:r:r:r:r:r>>>> a 0 0 ~ w w w w ~ ~ ~ ~ 6-Qq~E:~~~~-g.~-g.. ::J~~~~~ag~~~~~ n('D(tJ -0-0-0-0 o DJEUOJCJ ~ :S. < < < ~ ~~~~ Gl ~ ... :;- '"' mm~ S ~ ~ 0" 0" 0- :> :> :> nnn 000 a;:; q ~~~ ~g>~ '" '" '" ... ... ... ... ... ... ::i" 5' S' lJQ "" '"' I I I cnmOlO'\O"lOlmmO'lO'lmO\CJ"IcnO'l ..................................................................................................................... r-.,JNNNNtvNNNNNNI'VNN UJwwWUJWWWl.JJWWWWWW ......................................................................................................................... NNNNNNNNNrvNNNNN 888888888888888 \O\DI.D\O\OlDl.Ol.OlDlO\OlO\DlD\D I xxxxxxxxxxxxxxx . I mmO'lmO'lmmOlO"lmmO'lmmm .............................-...-...-............................-....................................... NNNNNNNNNNNNNNN \Dl.O\D\D\D\O\O('oI.OI.D\D\.DOl\O\D ..................................................................-...-............................................. NNNNNtvNNNNNNNNN 000000000000000 000000000000000 W\DlCt.O\D\DlOlOlO\D\D\D\DtOlD I xxxxxxxxxxxxxxx I h;"Z~h;"~,;.or;~~~=,lD ;:to ;:t;:r;:t;+' 5 ;+'0 Xl ;+' 3i533331b3iti~53 mQ'~o:~m@~==CT""~ &~~~~~@.~~~g~ m=fDfDfDm<cocrnrt<tD g8gggg?g5~rbg ~m~C3~~ r3~~~< @'(5@'@@@' ir~nr*~. 333333 3~!~3 ~~~~?~ ~[~[~ ~ ~~~ ~ ~ ~ ~ ~ ~ .., .., .., I:: (1) to (I) c @ 2 @ .-t <' <" <' ~ 11l 11l 11l a. a. a. .0.0.0 c C c ~ g a !b ~ ~ ~€>~ =' ~ VI ~ m ~ .0 fti tD c:: @ =h g.<:;. !" ~ ~ ~ .0 C ~ !" ." .Q. 11l !+ in' '" o o ~ I I I Z 11l < ~ n: lil ,,' t1) a. .0 c ~ !" I , I Gl o !:l o lJl m ~ lJl m n Q 3 '1:1 Ql ::I < '" n Q '1:1 .. 0 .. ... t1) ~ Pi: ... 9 .. ::I .. ... .. A ." :r 0 ::I 11l ... 02- a 6" III ;: ~ n Q ." ::I :r ... C 01 i A :;a 11l .. ~ I GOOD FAITH OUTREACH EFFORTS I I I I I I . I I I I I I I , I Main Interceptor UpQrade Replacement Phase II Bid Item # 09-124 . Sources contacted for list of eligible DBE: Augusta Richmond County Procurement Department Georgia Department of Transportation Office of Contract Administration The MWBE Directory.com . Invitation to Bid Notices placed: Augusta Chronicle Newspaper John D. Stephens, Inc. Website John D. Stephens, Inc. 272 Hurricane Shoals Road, N.E., lawrenceville, GA 30046 I INVITATION TO BID I John D. Stephens, Inc., 272 Hurricane Shoals Rd, NE, Lawrenceville, GA 30046 is soliciting pricing from Certified DBEIMBE/WBE Subcontractors, Vendors & Suppliers for work related to the construction of the Main InterceDtor Uograde-Phase II project for Augusta Utilities Dept in Augusta, GA which bids 7/14/09. Fax your bid for the following scope of work to 770-979-3748 by 7/10/09: Surveying, Onsite & Offsite Hauling, Gravel & Stone Hauling, Clearing, Fencing, Grassing & Erosion Control, Landscaping, Manholes, Concrete & Asphalt Paving & Restoration, and Piping. Please include proof of minority status. Plans and Specifications may be viewed at the Augusta., GA Procurement Dept, 530 Greene St, Rrn 605, Augusta., GA 30911. In an effort to assist all DBE/MBE/WBE companies, plans and specs may be viewed and downloaded at our ftp site at ftp://idsfto.iohndsteohens.com; user name: main; password: interceptor. John D. Stephens, Inc. will break down or combine elements of work into economically feasible units on a case by case basis and negotiate in good faith with anyone requesting such breakdowns. Interested bidders may contact John D. Stephens, Inc. for assistance in obtaining Bonds, Credit Lines and Insurance. We are an Equal Opportunity Employer and will not discriminate against any party submitting a proposal because of race, creed, religion, color, sex, national origin, marital status, physical handicap or sexual orientation. For additional information or questions, contact Jorge Garcia @ 678-244-5624 or jgarcia@johndstephens.com. I I I I The above ad was placed in the Augusta Chronicle Newspaper, legal section, for publication on 6/18/09 and 6/25/09. I . I I I I I I I , I I :d_~~~.~fIN~:~: PIPELINE CONTRACTORS 272 Hurricane Shoals Road, N.E. Lawrenceville, GA 30046 Phone 770-972-8000 Fax 770-979-3748 FAX TRANSMITTAL I I I I I I . I I I I I I I , I To: From Steven Archer John D Stephens, Inc. Fax: Phone: Date: 6/23/09 770-979-3748 678-244-5644 Pages -2- RE: Main Interceptor Upgrade-Phase II John D Stephens, Inc. is soliciting pricing from certified DBE/ MBEIWBE Subcontractors, Vendors & Suppliers for work related to the construction of the Main Interceptor Upgrade-Phase II for Augusta Utilities Department in Augusta, GA, which bids July 14, 2009 at 3:00 P.M. Fax your bid for the following scope of work by July 10, 2009 to 770-979-3748: Onsite & Offsite Hauling, Gravel & Stone Hauling, Clearing, Fencing, Grassing & Erosion Control, Manholes, Concrete & Asphalt Paving & Restoration, Portable Toilets, Utility Location, and Landscaping. Please include proof of minority status. It is your responsibility to familiarize yourself with the contract documents to identify the scope prior to submitting your pricing. See attached Invitation to Bid for viewing Plans and Specifications. In an effort to assist all DBE/MBEIWBE companies, plans and specs may also be viewed and downloaded at our ftp site at ftp:/lidsftp.iohndstephens.com; user name: main; password: interceptor. John D. Stephens, Inc. will break down or combine elements of work into economically feasible units on a case by case basis, and negotiate in good faith with anyone that requests such breakdowns. Interested bidders may contact John D. Stephens, Inc. for assistance in obtaining Bonds, Credit Lines and meeting Insurance requirements. John D. Stephens, Inc., an Equal Opportunity Employer, states that all qualified bids will receive consideration without regard to race, creed, religion, color, sex, national origin, marital status, physical handicap or sexual orientation. ***************************Please fax a response to 770-979-3748. Thank you. *************************** Yes, I will be quoting the following items: No, I am not interested. Company or Individual Responding Phone Number For additional information or any questions, contact Jorge Garcia at 678-244-5624 Or iQarcia@johndstephens.com I :.~ ( Invitation To Bid Sealed bids will be received at this office until 3:00 p.m., Tuesday, July 14,2009 for furnishing: I I I I I I . I I I I I I I ( , I Bid Item #09-124 Main Interceptor Upgrade-Phase II for Utilities Department Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Procurement Department 530 Greene Streel- Room 605 Augusta, Georgia 30901 70lJ..821-2422 Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street - Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers exclusively from Augusta Blue Print. The fees for the plans and specifications which are non-refundable is $250.00 Documents may also be examined during regular business hours at the Augusta Builders Exchange, 1262 Merry Street, Augusta, GA 30904; F. W. Dodge Plan Room, 1281 Broad Street,Augusta, GA 30901. It Is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online (www.au~ustablue.com) at no charge through Augusta Blue Print (706 722-6488) beginning Thursday, May 28, 2009. Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook Issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the successful completion of the project. Bidders are cautioned that sequestration of documents through C!nyother source Is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory Pre-Bid Conference will be held on Friday, June 19, 2009 @ 10:00 a.m. in the Procurement Department - Room 605. All questions must be submitted in writing to the office of the Procurement Department by fax at 706-821-2811 or by mail. No bid will be accepted by fax, all must be received by mail or hand delivered. All questions are to be submitted in writing by Wednesday, June 24, 2009 by 3:00 p.m. No Bid may be withdrawn for a period of 120 days after time has been called on the date of opening. A 10% Bid bond is required to be submitted'in a separate envelope, so marked along with the bidders' qualifications; a 100% perfonnance bond and a: 100% payment bond will be required for award. An invitation for bids shall be Issued by the Procurement Office and shall include specifications prepared In accordance with Article 4 (Product Specifications), andall contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. Please mark BID number on the outside of the envelope. Publish: Augusta Chronicle Metro Courier cc: Tameka Allen Drew Goins Jerry Delaughter May 28, June 4, 11, 18, 2009 June 3, 2009 Interim Deputy Administrator Utilities Department Utilities Department OFFiCIAL BID DOCUMENT Augusta Blueprint ~o~v\ ~. ~~erho'\S\f\~ Set # 11 GERI A. SAMS, Procurement Director II ***%*************************************************************************~~~~~~~~~~~~~~~~~~~~~~~ *_~ P.Ol * ,* TRANSACTION REPORT * * JUN-23-2009 TUE;03:16 PM * * * FOR: JOHN D STEPHENS INC 770 979 3748 * * * * * DP * * * * * * * * II **************************************************************************************************** "/1..tJt,/ o~ I SEND DATE START RECEIVER JUN-23 03:15 PM 97705362232 TX TI ME 1'23" PAGES TYPE 2 FAX TX NOTE OK M* 419 I TOTAL : 1M 238 PAGES: 2 I GeP1 K~~C PDlZ- i. JOHN'D.STEPHENS! INC, . PIPELINE CONTRACtORS Wava'f M~N -"/2..81 - SS-42- W:as~ I K I'\i?-'Tl f-..J. ot-.\ 272 Hurricane Shoals Road, N.E. Lawrencevllle, GA 30046 Phone 770-972-8000 Fax 770-979-3748 FAX TRANSMITTAL \t010-eY'\A1l- I To: Estimating Dept. Jake Martin & Sons I From Steven Archer John D Stephens, Inc. . I Fax: Phone: Date: 770-536-2232 770-531-0014 6/23/09 770-979-3748 678-244-5644 Pages RE: Main Interceptor UPGrade-Phase II I John 0 Stephens, Inc. is soliciting pricing from certified DBEI MBEIWBE Subcontractors, Vendors & Suppliers for work related to the construction of the Main Intereeptor Upgrade-Phase II for Augusta Utilities Department in Augusta. GA, which bids July 14, 2009 at 3:00 P.M. Fax your bid for the following scope of work by July 10,2009 to 770-979-3748: Onsile & Offsite Hauling, Gravel & Stone Hauling, Clearing, Fencing, Grassing & Erosion Control, Manholes, Concrete & Asphalt Paving & Restoration, Portable Toilets, Utility Location, and Landscaping. Please include proof of minority status. It 15 your responsibility to familiarize yourself with the contract documents to Identify the scope prior to submitting your pricing. See attached Invitation to Bid for Viewing Plans and Specifications. In an effort to assist all DBElMBElWBE companies, plans and specs may also be viewed and downloaded at our ftp site at fto:llidsfto.iohndsteohens.com; user name: main; password: interceptor. John D. Stephens, Inc. will break down or combine elements of work into economically feasible units on a case by case basis, and negotiate in good faith with anyone that requests such breakdowns. Interested bidders may contact John D. Stephens, Inc. for assistance In obtaining Bonds, Credit Lines and meeting Insurance requirements. I I I John D. Stephens, Inc., an Equal Opportunity Employer, states that all qualified bids will receive consideration without regard to race, creed, religion, color. sex, national origin, marital status, physical handicap or sexual orientation. I ......-~--Please fax a response to 770-979-3748. Thank you. .....................-.. _ Yes, J will be quoting the following items: _ No, I am not Interested. I , Company or InCUVlchJJlI tlesPOrldtng PllOM NumtJer For aclclltlonallnformatlon or any questions, contact Jorge Garcia at 678.244.5624 Or ioarcia@iohndsteohens.com ~l..C>{ ~ "Al'PH.M-1i/IJIriUD60l\.!.. CD H.. I FOR: JOHN D STEPHENS INC 770 979 3748 I ls B\ DDlt-J.G.. pef2- MAf-1 ~ avJAi2-D~. Se.N.D S0~ JOHN.D.STEPHENS.INC l'lPELJNE CO:NTRACI:ORS I -, I NO l--l. - c...ou......o ';) \ \::>r..J $ Krf'1' 0/1" I j' 272 Hurricane Shoals Road, N.E. LawrencevilJe, GA 30046 Phone 770-972-8000 Fax 770-979-374B FAX TRANSMITTAL ~'vg)) \1:> ~yt :> (j) . I Fax: Phone: Date: RE: Main Interceptor UpQrade-Phase II Estimating Dept. From Steven Archer Clover Construction John D Stephens, Inc. 706-869-9351 nO-979-3748 706-993-1355 678-244-5644 6/23/09 Pages J. To: I John D Stephens, Inc. is soliciting pricing from certified DBE! MBE/WBE Subcontractors, Vendors & Suppliers for work related to the construction of the Main Inf$rc;eptor Upgrade-Phase II for Augusta Utilities Department in Augusta, GA, which bids July 14, 2009 at 3:00 P.M. Fax your bid for the following scope .of work by July 10, 2009 to 770-979.3748: Onslte & Offslte HaUling, Gravel & Stone Hauling, Clearing, Fencing, Grassing & erosion Control, Manholes, Concrete & Asphalt Paving & Restoration, Portable Toilets, Utility Location, and Landscaping. Please include proof of minority status. It is your responsibility to familiarize yourself with the contract documents to ldentify the scope prior to submitting your pricing. See attached Invitation to Bid for viewing Plans and Specifications. In an effort to asslsl all DBElMBEIWBE companies, plans and specs may also be viewed and downloaded at ourflp site at fto:/Iidsftp.iohndsteohens com; user name: main; password: Interceptor. I I John D. Stephens, Inc. will break down or combine elements of work Into economlcany feasible units on a case by case basis, and negotiate in good faith with anyone that requests such breakdowns. Interested bidders may contact John D. Stephens, Inc. for assistance In obtaining Bonds, Credit Lines and meeting Insurance requirements. John D. Stephens. Inc., an Equal Opportunity Employer, states that all qualified bids will receive consideration without regard to race, creed, religion, color, sex, national origin, marital status, physical handicap or sexual orientation. I I ......."****"****............Please fax a response to 770-979-3748. Thank you. ......-................... _ Yes, I will be quotill9 the following items: _ No. I am not interested. I , ~mpany Cf' H\dMclu.' R~f\CIlng pnone Numoor For add'rtIonallnformation or any questions, contact Jorge Garcia at 678-244-5624 Or iaarciat6liohndsteohens.com f'.'\A80WA-R..~S ~ ~OLDG.'{. l\!.e,- I I lKlKlK:KlKJKJKlK lKlK JK lK lKlKlK lKU lKlKlKUlKlK lKlKlK lKlK lKlK lK lKlKlKlKlKlKJIIlKJII JIIUlKJIIJIIlK-"UU -"!I\-"-"Ull-"""11<"" 11<11< 11<11<11< 11<11< II<M <1\<1\"""<1\ <1\<1\~' <1\ .,..<1\<1\'" ""11\11\"'.'."..' "'1)\'.'1' * P,Ol lK 'lK TRANSACTION REPORT )I: )I( JUN-23-2009 TUE;02:57 PM * * )I( FOR: JOHN D STEPHENS INC 770 979 3748 )I: :I( :I( :I( )I( DP * :I( :I( :I( :I( 36S PAGES: 2 * * )I( II **************************************************************************************************** wlw,/cq, - * * * I~ * * I~ SEND DATE START RECEIVER JUN-23 02:58 PM 97708879822 TX TI ME 38/1 PAGES TYPE 2 FAX TX NOTE OK M~ 417 TOTAL : I N,.o-i 61 ~D} M b rei?- V\M}..1efl- 0 P co K- P f\N, l.( . JOHN. D ,BTEPHENSJNC PIPEIJNE CONTRACl'ORS I 272 Hurricane Shoals Road, N.e. Lawrenceville, GA 30046 Phone 770-972-8000 Fax 770-979-3748 FAX TRANSMITTAL I To: Estimating Dept From Chateau Hydroseeding & Grassing Fax: 77()"867-9622 Phone: 770-867-7378 Date: 6/23/09 Pages RE: Main Interceptor UPtlrade-Phase II Steven Archer John 0 Stephens, Inc. . I 770-979-3748 678-244-5644 tJ... I John 0 Stephens, Inc. is soliciting pricing from certified DBE! MBElWBE Subcontractors, Vendors & Suppliers for work related to the construction of the Main Interceptor Upgrade-Phase II for Augusta Utilities Department in Augusta, GA, which bids July 14, 2009 at 3:00 P.M. Fax your bid for the following scope of work by July 10, 2009 to nO-979-3748: Onslte & Offslte Hauling, Gravel & Stone Hauling, Clearing, Fencing, Grassing & Erosion Control. Manholes, Concrete & Asphalt Paving & Restoration, Portable Toilets, Utility Location, and Landscaping. Please Include proof of minority status. It is your responsibifity to famlllarize yourself with the contract documents to Identify the scope prior to SUbmitting your pricing. See attached Invitation to Bid for viewing Plans and Specifications. In an effort to assist all DBElMB!:iWBE companies, plans and specs may also be viewed and downloaded at ourftp site at flD'/Tidsfto.iohndsteohens.oom; user name: main; password: interceptor. I I John D. Stephens. Inc. will break down or combine elements of work Into economically feasible unIts on a case by case basis, and negotiate in good faith with anyone that requests such breakdowns. Interested bidders may contact John D. Stephens, Inc. for assistance in obtaining Bonds, Credit Unes and meeting Insurance requirements. John D. Stephens, Inc., an Equal Opportunity Employer, states that all qualified bids will receive consideration without regard to race, creed, religion, color. sex, national origin, marital status, physical handicap or sexual orientation. I I ...............................Please fax a response to 770-979-3748. Thank you. ..~......._.... _ Yes, I will be quoting the following items: _ No, I am not interested, I , company or Inotw1Ual Rasponcung Phone Number For additional information or any questions, contact Jorge Garcia at 678-244-5624 Or iaarcia!6:ljohndsteohens.com Nor 13 I'C' C)'J ,.,J. C. I 11***********************************************************~**~*******%**~~~~~~~~~~~~~~~~~~~~~~~~~~~ * .______ P. 01 * * TRANSACTION REPORT * * JUN-23-2009 TUE;02:55 PM * * * FOR: JOHN D STEPHENS INC 770 879 3748 * * * * * DP * * * * * 2 * * * II **************************************************************************************************** (p /1Pt! oq - . . ~ . II leIT Mess~6 ;..JOHN;D.-STEPHENSJNC PIPELINE CO:NTR.WTORS SEND * * * I~ * * 1-; l' 41/1 PAGES TYPE 2 FAX TX NOTE OK M~ 416 DATE START RECEIVER JUN-23 02:53 PM 97703238966 TX TI ME TOTAL : 1M 418 PAGES: ON \to I c..8--1A1L. 272 Hurricane Shoals Road, N.C. Lawrenceville, GA 30046 Phone nO-972-8000 Fax no.s79--3748 FAX TRANSMITTAL II I To; Estimating Dept. Swing Construction From Steven Archer John D Stephens, Inc. . II Fax: Phone; Date: 770-323-8966 770-323-1446 6/23/09 770-979-3748 678-244-5644 Pages .!) RE: Main Interceptor UpQrade.Phase II II John D Stephens, Inc_ Is soliciting pricing from certified DBE! MBE/WBE Subcontractors, Vendors & Suppliers for work related to the construction of the Main Inwrceptor Upgrade-Phase" for Augusta Utilities Department in Augusta, GA, whIch bids July 14, 2009 at 3:00 P.M. Fax your bid for the following scope of work by July 10, 2009 to 770-979-3748: C)nslte & Offslte Hauling, Gravel & Stone Hauling, Clearing, Fencing, Grassing & Erosion Control, Manholes, Concrete & Asphalt Paving & Restoration, Portable Toilets. utility Location, and Landscaping. Please include proof of minority status. It is your responsibility to tam 1I1arlze yourself with the contract documents to identify the scope prior to submitting your pricing. See attached Invitation to Bid for viewing Plans and Specifications. In an effort to assist all DBElMBElWBE companies, plans and specs may also be viewed and downloaded at our ftp site at ftll:{/idsfto.lohndsteohens.com; user name: main; password: interceptor. I I John D. Stephens, Inc. will break down or combine elements of work Into economically feasible units on a case by case basis, and negotiate in good faith with anyone that requests such breakdowns. Interested bidders may conlact John D. Stephens, Inc. for assistance In obtaining Bonds, Credit Lines and meeting Insurance requirements. I John D. Stephens, Inc., an Equal Opportunity Employer, states that all qualified bids will receive consideration without regard to race, creed, religion, color, sex, national origin, marital status, physical handicap or sexual orientation. I "'-'~-""""""'''Please fax a response to 770-979-3148. Thank you. ................................ _ Yes, I will be quoting the following Items: _ No, I am not interested. II , Company Of 1n<1lV1C1UaI Hl'lSponalng Phone Numl:lel' For additional information or any questions, contact Jorge Garcia at 618-244-5624 Or loarciala>.iohndsteohens.com I 1**********************************************************l~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ;j( P.01 * * ~_______ TRANSACT I ON REPORT * * JUN-23-2009 TUE ;03: 12 PM * * * FOR: JOHN D STEPHENS INC 770 979 3748 * * * * * M~ DP * * * * * TOTAL : 32S PAGES: 2 * * * 1**************************************************************************************************** Ip 12ft' 0 4 -..- SEND * * * I~ * I~ 32" PAGES TYPE 2 FAX TX NOTE OK 413 DATE START RECEIVER JUN-23 03:12 PM 97704824422 TX TI ME INo~ 1 61 i)Ol'''-'-& . JOHN-D..STEPHENS,INC PIPELINE CONTRACJ'OBS 272 Hurricane Shoals Road, N.E. Lawrenceville, GA 30046 Phone no-972-S000 Fax nO-979-374S FAX TRANSMITTAL I To: Estimating Dept. A&S Paving From Steven Archer John D stephens. Inc. . 1 Fax: Phone: Dale: n0-482-4422 770-482-1597 6/23/09 770-979-3748 678-244-5644 Pages 8. RE: Main Interceptor Uparade-Phase II I John D Stephens. Ine. Is soliciting pricing from certified DBE! MBEM/6E Subcontractors. Vendors & Suppliers for work related to the construction of the Main Interceptor Upgrade-Phase II for Augusta Utlrrties Department in Augusta. GA, which bids July 14, 2009 al3:oo P.M. Fax your bid for tile following scope of work by July 10,2009 to nO-979-374S: Onsite & Offslte Hauling, Gravel 8. Stone Hauling, Clearing, Fencing, Grassing & Erosion Control, Manholes, Concrete & Asphalt paving & Restoration, Portable Toilets, Utility Location. and Landscaping. Please include proof of minority status. Ills your responsibility to familiarize yourself with the contract documents to iclentlfy the scope prior to submilting your pricing. See attached Invitation to Bid for viewing Plans and Specifications. In an effort to assist all D8E1MBEIW8E companies, plans and specs may alsO be viewed and downloaded at ourflp site at ftl2:/ijdsftD.lohndsteot-lens.com: user name: main; password: interceptor. I I John D. Stephens. Inc. will break down or combine elemenls of wor\< Inlo economically feasible units on a case by case basis, and negotiate in good faith with anyone that requests such breakdoWJ1$. Interested bidders may contact John D. Stephens, Ine. for assistance in obtaining Bonds, Credit Lines and meeting Insurance requirements. I John D. Stephens, Inc., an Equal Opportunity Employer, states that all qualified bids will receive consideration without regard to race, creed, religion, color, sex. national origin, marital status, physical handicap or sexual orientation. I .................................-Please fax a response to nO-979-374S. Thank you. ......-..........-... --;/Yes, I will be quoting the following items: ~ No, I <1m not Interested. I , Campa"y or lnQMQU31 RNJ)Ol'lOInG PhOne i'Nmbet For additional information or any questions, contact Jorge Garcia at 678-244-5624 Or iqarclat5>.lohndsteohens.com 1 * :I( JUN-23-2009 TUE;02:51 PM * :I( * * * * * Mi DP * * * * * I ~ TOTAL : 37S PAGES: 2 * * * **************************************************************************************************** I I iI\!t\ !t\!t\-,l:.,l:. ,l:.}f.if. if.!t\!t\!t\ if. if.}f.}f.}f. }f.}f. !II if. !II}f.}f. !II}f. 4\ 4\ 4\ 4\4\4\ 4\ 4\4\11\11\11\11\11\11\11\11\11\11\ "'''' "''''11\11\11\11\11\ 11\11\'" '. ."" "",,,,'.". "",". "",,,,,,,,,,.... .........................,....... . . . . P.. 01 ~ ~' TRANSACT I ON REPORT * * FOR: JOHN D STEPHENS INC 770 979 3748 * * * I~ :I: * SEND DATE START RECEIVER JUN-23 02:50 PM 94047990251 TX TI ME 37/1 PAGES TYPE 2 FAX TX NOTE OK 412 (p/~'i /0'1 JOHN.DI'STEPHENS\ INC PIPEI.JNE CONTRACl'ORS 272 Hurricane Shoals Road, N.E. Lawrenceville, GA 30046 Phone 770-972-8000 Fax 770-979-3748 FAX TRANSMllTAL ,,--- I Wi'u- ~vt.:)16. ~ ID ;)61--1-0 BIO 'S.u\bJLJ\....6 11t' rtlK. I To: . Fax: Phone: Date: Estimatlng Dept. RA Smith Asphalt 404-799-0251 404-799-3332 6/23/09 From Steven Archer John 0 Stephens, Inc. 770-979-3748 678-244-5644 Pages A I RE: Main Interceptor Uparade-Phase II I John 0 Stephens, Inc. Is soliciting pricing from certified DBEI MBElWBE SubcontractoP.l, Vendors & SupplieP.l for work related to the constructlon of the Main Interceptor Upgrade-Phase II for Augusta Utilities Department In Augusta, GA, which bids July 14, 2009 at 3:00 P.M. Fax your bid for the following scope of work by July 10, 2009 to 770-979-3748: Onsite & Offslte Hauling, . Gravel & Stone Hauling, Clearing, Fencing, Grassing & erosion Control, Manholes, Concrete & Asphalt Paving. & Restoration, Portable Toilets, Utility location, and Landscap ing. Please inolude proof of minority status. It Is your responsibility to familiarize yourself with the contract documents to identify the scope prior to submitting your pricing. See attached Invitation to Bid for viewing Plans and Specifications. In an effort to assist all DBElMElEIVV8E companies, plans and specs may also be viewed and downloaded at our ftp site at ftp:ffidsfto.lohndstephens.com: user name; main; password: Interceptor. John D. Stephens, Inc. will break down or combine elements of work into economically feasible unlls on a case by case basis, and negotiate in good faith with anyone that requests such breakdowns. Interested bidders may contact John D. Stephens, Inc. for assistance in obtaining Bonds, Credit Lines and meeting Insurance requirements. I I I John D. Stephens, Inc., an Equal Opportunity Employer, states that all qualified bids will receive consideration without regard to race, cread, religion, color, sex, national origin. marital status, physical handicap or sexual orientation. I ......_..................~Please fax a response to 770-979.3748. Thank you. ................................ _ Yes, I will be quoting the following Items: _ No. I am not interested. I , (;ompany or IndlvldUBI RespondIng Phone Number For additional information or any questions. contact Jorge Garcia at 678-244-5624 Or loarcia@iohndsteDhens com I Jt: >>: :I: :t: * >>: :I: * * * SEND * * NOTE M~ DP * I; DATE START RECEIVER TX TIME PAGES TYPE ; II- JUN-23 02: 49 PM 97702202628 30" 2 FAX TX OK 411 * I~ * * TOTAL 30S PAGES: 2 :t: * * *************>>:******************************************************************>>:******************* I I *)f.)f.IO. If- 1I-II-II-II-iI\II- 11-41 i!\ i!\/I""'" II-lf\lf\iI\lI-iI\ If\iI\ If\iI\iI\iI\iI\iI\JI\iI\ JI\ '. '1'''''1'''''1''1''1'''''''''' "......"..."",.,. ". "..,...."...."....... ........................ . . TRANSACTION REPORT P.01 JUN-23-2009 TUE;04:50 PM FOR: JOHN D STEPHENS INC 770 979 3748 (p/Zq /Dq b L .... /-:) I... ~L'i>o~t''' .1'Uo"'t-- W ~r''1{\..l l::::.- J I ~ ~'-"-"( U- P /rLlI ~. ~uo'f'B : .JOHND,STEPHRNSJNC".. PIPBLINE CONTRACfORS 272 Hurricane Shoals Road, N.E. Lawrenceville. GA 30046 Phone 770-972-BOOO Fax 770-979-3748 FAX TRANSMITTAL 1 ~'(eo ~ --- ~{..s. - = ~ I S .pD r...e J l5\11--l. J-1.L,u..B2-. I To: Estimating Dept. Atlanta Paving and Construction From Steven Archer John D Stephens. Inc. . I Fax: Phone: Date: 770-220-2628 770-220-0228 6/23/09 770-979-3748 678-244-5644 Pages J. RE: Main Interceptor Upgrade-Phase II I John D Stephens, Ine. Is soliciting pricing from certified DBE/ MBE/WBE Subcontractors, Vendors & Suppliers for work related to the construction of the Main Interceptor UpgradiH"haso II for Augusta Utilities Department In Augusta, GA, which bids July 14. 2009 et 3:00 P.M. Fax your bid for the following scope of work by July 10, 2009 to 770-979-3746: Onsite & Offsite Hauling, Gravel & Stone Hauling, Clearing, Fencing, Grassing & Erosion Conll'ol, Manholes, Concrete & Asphalt Paving & Restoretion, Portable Toilets, Utility Location, and Landscaping. Please indude proof of minority status. It Is your responsibility to famlllarize yourself with the contract documents to Identify the scope prior to submitting your pricing. See attached Invitation to Bid for viewing Plans and Specifications. In an effort to assist all PBEiMBE/WBE companies, plans and specs may also be viewed and downloaded at ourftp site at ftp:/Iidsflp.iohndstephens.com; user name; main; password: Interceptor. John D. stephens, Ine, wlll break down or combine elements of work into economically feasible units on a case by case basis, and negotiate In good faith with anyone that requests such breakdowns. Interested bidders may contact John D. Stephens, Inc. for assistance in obtaining Bonds. Credit Lines and meeting Insurance requirements. I I I John D. Stephens, Ine" an Equal Opportunity Employer, states Ihat all qualified bids wiU receive consideration without regard to race, creed. religion, color, sex, national origin, marital status. physical handicap or sexual orientation. I -............_..~.....Please fax a response to 770-979-3748. Thank you. ___u'" .............. _ Yes, I will be quoting the following Items: _ No, I am not interested. I , Company or ItlQIVlOual R.espondlng Phone Number For additional information or any questions, contact Jorge Garcia at 678-244-5624 Or I!=!arcla@johndstephens.com I I ~"'~"'~"')j;"'~JI("',l;"''''''')j;)j;U:)j;)j;''';f.JI\JI(;f.JI(JI(JI\JI(JI\JI\JI\JI\JI\JI\''''''''''''''''''''''''''''''''''''''''''''''''''''''"''''4\1\\1\\1\\1\\1\\1\\1\\1\\1\\'''''' "'''' "'''''''"..,.."''''''"..,,'''',,.,..,.......P: ..oi.....u.....i ~ TRANSACTION REPORT JUN-23-2009 TDE,02:46 PM ~ * * FOR: JOHN D STEPHENS INC 770 979 3748 * :+: :+: :+: * SEND :+: * :+: I ; DATE START RECEIVER TX TIME PAGES TYPE NOTE 11# DP ~ * JUN-23 02:45 PM 97709221252 l'23H 2 FAX TX OK 408 * * * I ~ 2 ! 11\ TOTAL : 1M 238 PAGES: '" * * I **************************************************************************************************** ~/LCf;lvcr I L6f"\ ~A-(;a 010 \JO)~ ::'JOHN D. STEPHENS, INC PIPELINE CONTRACTORS 272 Hurricane Shoals Road, N.E. Lawrenceville. GA 30046 Phone 77D-972-S000 Fax 77D-979-3746 FAX TRANSMITTAL I I To: Estimating Dept Deblew Trucking From Steven Archer John 0 stephens, Inc. . Fax: Phone: Date: 770.922.1252 770-922-1252 6/23/09 770-979-3748 678-244-5644 Pages !J-. I RE: Main InterceDtor UDQrade-Phase II I John D Stephens, Inc. is soliciting pricing from certified PBEl MBElWBE $upcontraclors. Vendors & Sl,lppliel$ for work related to the construction of the Main Interceptor Upgrade-Phase II for Augusta Utilities Department in Augusta. GA. which bids Jl,lly 14, 2009 at 3:00 P.M. Fax your bid for the following scope of work by July 10, 2009 to 77D-979-3746: Onslle & Offsite Hauling, Gravel & Stone Hauling, Clearing, Fencing, Grassing & Erosion CO(ltrol, Manholes, Concrete & Asphalt Paving & Restoration, Portable Toilets, Utility location, and landscaping. Please include proof of minority status. It is your responsibility to familiarize YOI,l~elf with the contract documents to identify the scope prior t<:> submitting your pricing. See attached Invitation to Bid for VieWing Plans and Specifications. In an effort to assist all DI3E1MBENVBE companies, plans and specs may also be viewed and downloaded at ourflp site at ftp:/Iidsfto.iohndsteohens.com: user name: main; password: Interceptor. I I John D. Stephens, Inc. will break down or combine elements of work Into economically feasible units on a case by case basis, and negotiate In good faith with anyone that requests such breal<c:Iowns. Interested bidde~ may contact John D. Stephens, Inc. for assistance in obtaining Bonds, Credit Lines and meeting Insurance requirements. I John D. Stephens. Inc., an Equal Opportunity Employer. states that all qualified bids will receNe consideration without regard to race, creed, religIon, color, sex, national origin, marital status, physical handicap or sexual orientation. I .......................................Please fax a response to 770-979-3748. Thank you. ......._..........,.....,........ _ Yes, I will be quoting the (ollowlng items: _ No. I am not interested. I , COI11ptlny or IncJlVlcIual RespondIng Phone Number For additional information or any questions, contact Jorge Garcia at 678-244-5624 Or iQarcialaliohndstephens.com I I I )t;Jl\)t;.;y..II\Jl\J!\II\II\II\J\\J\\JI,II\I/-JI,I/-Jt;Jl\I/-!f-JI\JI\!l\)f.II\II\!l\!l\I/-Jt;I/-Jt;i/-I/.I/.I/.",,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,"'''''''''''''''''''11\'''11\11\'''11\11\''''''11\11\11\'.''''."''''''''''''''''''''''''''''''''''''''''..'....,.....,..,................ t----..-~ p, 0 1 * .~ TRANSACTION REPORT JUN-23-2009 rUS 02:47 PM ; * * * * * * * DP * * * * * * * * **************************************************************************************************** to 12. q loC[ FOR: JOHN D STEPHENS INC 770 979 3748 SEND DATE START RECEIVER JUN-23 02:47 PM 917066679905 TX TI ME 35/1 PAGES TYPE 2 FAX TX NOTE OK MJf 409 I TOTAL : 35S PAGES: 2 I I Wt~ ~I)~ tne JOHN.H. STEPHENS, lNc PIPELINE CONTRAcroRS 272 Hl.lrricane Shoals Road. N. E. Lawrencevllle, GA a0046 Phone no-972-8000 Fax 770-979-3746 FAX TRANSMITTAL 'R-o~ezo, E>A~ (:1 ,,~) J DIe> - '3 SD~ ~ I W'LA- "5et-\. \) \J\.LeoN8i) f)f\t1 pw~(;& D~ '11 J 109... I To: Estimating Dept. From Steven Archer Jeffery Harris Trucking John D Stephens, Inc. 5A-"-\D J 6..Kt Fax: 706-667-9905 770-979-3748 J~~ LrtNOf'iu.. . Phone: 706-667-9903 678.244-5644 Date: 6/23/09 Pages J.. RE: Main Interceptor Upgrade-Phase II . I I John D Stephens, Inc. is soliciting pricing from certified DBE! MBENVBE Subcontractors, Vendors & Suppliers for work related to the construction of the Main Inten:eptor Upgrade-Phase II for Augusta Utilities Deparbnent in Augusta. GA. which bids July 14. 2009 at 3:00 P.M. Fax your bid for the following scope of work by July 10, 2009 to 770-979-3748: Onslte & Offsite Hauling, Gravel & Stone Hauling. Clearing, Fencing. Grassing & Erosion Control, Manholes, Concrete & Asphalt Paving & Restoration, Portable Toilets, Utility Location, and landscaping. Please Include proof of minority status. It is your responsibility 10 famillarjze yourself with the contract documents to identify the scope prior to submitting your pricing. See attached Invitation to Bid for viewing Plans and Specifications. In an effort to assist all DBEIMBEfWBE companies, plans and specs may also be viewed and downloaded at our flp site at ftp://ldsftp.iohndstephens.com: user name: main; password: interceptor. John D. Stephens, I nc. will break down or combine elements of work into economically feasible units on a case by case basis, and negotiate in good faith with anyone that requests such breakdowns. Interested bidders may contact John D. Stephens, Inc. for assistance in obtaining Bonds, Credit Lines and meeting Insurance requirements. I I I John D. Stephens, Inc., an Equal Opportunity Employer, states that all qualified bids will receive consideration without regard to race, creed, religion, color, sex. national origin. marital status, physical handicap or sexual orientation. I ..............................Please fax a response to 770.97g.3748. Thank you. ~._...............-.... _ Yes. I will be quoting the following items: _ No, I am not interested. I , CompanY' or lndlviduDI Rosponcll.nSl Phone Number For additional Information or any questions, contact Jorge Garcia aI678-244-5624 Or ioarcia(ciliohndsteohens.com I I JK JK JK >>;)j( >>;)j()j( )j()j()j()j()j()j(JI( JI( JI( JI( JI( JI( JI:.)j()j()j( JI()j( * -"JI(!I\ if- JI( JI( JI( if- JI( JI( JI( JI( '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" "'''' '" '" '" if' '" if' '" '" '" if' "'if' if'if' if'''' '" "'''' '" '" '.'.' '" '" '" '" ."" 'I' '.' """ '" .,. ....,. ".." ... .,..,.." ". *<_~. P.01 * * TRANSACTION REPORT * * JUN-23-2009 rUE; 02:44 PM * * * * * lK * * DP * * * * * * * * ***lKlK******************************lKlK*lK*************lK**lK*lK***********lK***********************lK****** &>/~q ID~_ - FOR: JOHN D STEPHENS INC 770 979 3748 I SEND DATE START RECEIVER JUN-23 02:43 PM 96783238303 TX TI ME 49" PAGES TYPE 2 FAX TX NOTE OK Hi 407 I TOTAL : 49S PAGES: 2 I -- JOHN D. STEPHENS. INC PIPELINE CONTRACfORS 272 Hurrieane Shoals Road. N.E. Lawrencevllle, GA 30046 Phone 770-972-8000 Fax 770-979-3748 FAX TRANSMITTAL I W I LA.... ~vof€. lV1~HA- \N i L.\..- C. Au- \./\..6 BAek. I I To: Estimating Oept MAR. Trucking From Steven Archer John D stephens, Inc:. . I Fax: 678-323-8303 Phone: 770-323-1000 Date: 6/23/09 Pages RE: Main Interceptor Upgrade-Phase II 770-979-3748 678-244-5644 !J... I John D Stephens, Inc. is soliciting pricing from certified DBEI MBElWBE Subcontractors, Vendors & Suppliers for work related to the construction of the Main Interceptor Upgrade-Phase II for Augusta Utilities Department in Augusta, GA, whieh bids July 14, 2009 at 3:00 P.M. Fax your bid for the following scope of.work by July 10, 2009 to 770-979-3748: Onsite & Offslte Hauling, Gravel & Stone Hauling. Clearing, Fencing, Grassing & Erosion Control. Manholes, Concrete & Asphalt Paving & Restoration, Portable Toilets, Utility Location, and Landscaping. Please include proof of minority status. It Is your responsibility to familiarize yourself with the contract documenls to identify the scope prior to subm1ttlng your pricing. See attached Invitation to Bid for viewing Plans and Specifications. In an effort to assist ail DBEIMBEJWBE companies, plans and specs may also be viewed and downloaded at our ftp site at ftD:/lidsftD.lohndsteohens.com; user name: main; password: interceptor. John D. Stephens, Inc. will break down or combine elements of work Into economically feasible unils on a case by case basis, and negotiate in good faith with anyone that requests such breakdowns. Interested bidders may conlae! John D. Stephens, Inc. for assistance in Obtaining Bonds, Credit LInes and meeting Insurance requirements. I I I John D. Stephens, Inc., an Equal Opportunity Employer. states that all qualified bids win receive consideration without regard to race, creed. religion, color, sex, national origin. marital status, physical handicap or sexual orientation. I .......-...*""*"**.......Please fax a response to 770-979-3748. Thank you. ..................~......... _ Yes, I wlil be quoting the following items: _ No, I am not interested. I , CompanY or Indrv/(lU3I Rt5po1'lOmg Phone filumbet' For addltlonallnformatlon or any questions. contae! Jorge Garcia at 678-244-5624 Or iaarciatii!iohndsteDhens.com I I JI(;j(JI(;j(;j( JI(;j(;j(JK JI(;j(JI()j(;j()j()j( JK JIi)j()j( ;KJ!:)j(;j()j()j()I( JIi JKJIi !II !II JK!II.II\!II '" '" iI\ iI\ iI\ iI\ iI\ il\iI\iI\ iI\ iI\ iI\ iI\ iI\ If-If- If- il\iI\lt- '" II> "'II> '" II> II> "'''' "'JII II> '" II> II> '" II> 11'.' '" 'I' '1"1' 'I' 'I' '"'I' '" '"'" '" .,. .,....... .,. .,. .,. 00' .,..,. ...... * . p, 01 * * ,~-" TRANSACT I ON REPORT )\( )\( JUN-24-2009 WED; 09:51 AM )\( * * )\( * * * * M# DP * )\( * )\( )\( )\( * * II **************************************************************************************************** FOR: JOHN D STEPHENS INC 770 979 3748 I SEND DATE START RECEIVER JUN-24 09:50 AM 97702344242 TX TI ME I' 13/1 PAGES TYPE 2 FAX TX NOTE OK 422 I TOTAL : 1M 13S PAGES: 2 (p lL ct / DCi. I LePr yte05ttGe \J(() lvetvl A1 L- . ou JOHN.D. STEPHENS. INC, PIPELINE CONTRACCORS -- I 272 Hurricane Shoals Road, N.E. Lawrenceville, GA 30046 Phone n0-972-8000 Fax n0-979-3748 FAX TRANSMITTAL I To: Estimating Dept. Lazarus Trucking From Steven Archer John D Stephens, Inc. . Fax: Phone: Date: 770-234-4242 770-733-8180 6/23/09 770-979-3748 678-244-5644 Pages /A I RE: Main Interceptor Uparade-Phase II I John 0 Stephens, Inc. is soliciting pricing from certified DBEI MBElWBE Subcontractors, Vendors & Suppliers for work related to the construction of the Main Interceptor Upgrade-Phase II for Augusta Utilities Department in Augusta, GA. which bids July 14, 2009 at 3:00 P.M. Fax your bid for the fOllowing scope of work by July 10, 2009 to nO-979-3748: Onsite & Offsite Hauling, Gravel & Stone Hauling, Clearing, Fencing, Grassing & Erosion Control, Manholes, Concrete & Asphalt Paving & Restoration, Portable Toilets, Utility Location, and Landscaping. Please include proof of minority status. It is your responsibility to familiarize yourself with the contract documents to identify the scope prior to submitting your pricing. See attached Invitation to Bid for viewing Plans and Specifications. In an effort to assist all DBElM8E/W8E companies, plans and specs may also be viewed and downloaded at our fIp site at flp:/Iidsflpjohndstephens.com; user name: main; password: interceptor. John D. Stephens, Inc. will break down or combine elements of work Into economically feasible units on a case by case basis, and negotiate in good faith with anyone that requests such breakdowns. Interested bidders may contact John D. Stephens, Inc. for assistance in obtaining Bonds, Credit Lines and meeting Insurance requirements. I I I John D. Stephens, Inc., an Equal Opportunity Employer, states that all qualified bids will receive consideration without regard to race, creed, religion, color, sex, national origin,. marital status, physical handicap or sexual orientation. I ........-.........-Please fax a response to 770-979-3748. Thank you. .........._***.........- _ Yes, I will be quoting the following items: _ No, I am not interested. I 'lmOL; l~d I Company or Individual Responchng Phone Number For additional informalion or any questions, conlact Jorge Garcia at 678-244-5624 Or ioarcia<<iliohndstephens.com 0- ~L\ -C~i I~~~~~~~~~~~~~~~~~~~~~*************~~~~~~~~~~~*~*************~*~***********~~~***~**~*~*~~*~*~**~**** * P,Ol :I: *~ TRANSACTION REPORT :I: JUN-23-2009 TUE;03:11 PM :I: * * * * :I: :I: DP :I: :I: :I: :I: :I: OS PAGES: 0 :I: * * 11**************************************************************************************************** le/lct/O'i.. - .. --- 1_E-f'f' 1--1 ~'5 ,.r-&,. Z FOR: JOHN D STEPHENS INO 770 979 3748 * * * I; * * I; SEND DATE START RECEIVER JUN-23 03:10 PM 97707888820 TX TI ME **'**" PAGES TYPE o FAX TX NOTE BUSY MjI: 408 TOTAL : VtJ ~' /), l..-€ 1-\)'r1'...... : .JOHN D.StEPHENSJNC ., PJPELlNE CONTRACl'ORS I I 272 Hurricane Shoals Road, N.E. LawrenceVllle, GA 30046 Phone 770-972.8000 Fax 770-979-3748 FAX TRANSMITTAL I To: Estimating Dept. Harrell Hauling From Steven Archer John D Stephens, Inc. . Fax: Phone: Date: 770-788-6620 770-788-6220 6/23/09 770-979-3748 67B-2.44-5644 Pages ,J., I RE: Main Interceptor Uparade-Phase 1I I John D Stephens, Ine. is soliciting pridng from certified DBEI MBEJWBE Subcontractors, Vendors & Suppliers for work related to t/'le construetlon of the Main lnwreepmr UpgradlJ-Phase II for Augusta Utilities Department in Augusta, GA, which bids July 14, 2009 at 3:00 P.M. Fax your bid for the fOllowing scope of work by July 10, 2009 to 770..979-3748: Onslte & Offsite HaUnng. Gravel & stone Hauling, Clearing, Fencing, Grassing & Erosion Control, Manholes, Concrete & Asphalt Paving & Restoration, Portable Toilets, Utl1lty location, and Landscaping. Please Include proof of minority status. It is your responsibility to famiHarize yourself With the contract documents to Identify the scope prior to SUbmitting your pricing. See attached Invitation to Bid for viewing Plans and Specifications. In an effort to assist all DBEIMBE/WBE companies, plans and specs may also be viewed and downloaded at our ftp site at fto:/lidsfto.iohndsteohens.com; user name: main; password: interceptor. John D. Stephens, Inc. will break down or combine elements of work into economically feasible units on a case by case basis, and negotiate in good faith with anyone that request!; such breakdowns. Interested bidders may contact John P. Stephens, Inc. for assistance in obtaining Bonds, Credit Unes and meeting Insurance requirements. I I I John D. Stephens, Inc., an Equal Opportunity Employer, states t/'lat all qualified bids will receive consideratIon without regard to race, creed, religion, color, sex, national orl9in, marital status, physical handicap or sexual orientation. I ..----.~Please fax a response to 770-979-3748. Thank you. _.......~..........*" _ Yes,l will be quoting the following Items: _ No, I am not interested. I , COmpany or Il'ldNIduaI Responding Ptloo. "'umbelt For additional information or any questions, contact Jorge Garcia at 678-244-5624 Or loarcia@johndsteohens.com I I **************************************~~~~~~~~~~~~~*************~~**~*~***~~~~~~~~~~~~~~~~~~~~~~~~~~ * P,Ol * * ~ TRANSACT I ON REPORT * * JUN-23-2009 TUE;03:14 PM * * * FOR: JOHN D STEPHENS rNC 770 979 3748 * * * * * DP * * * * * OS PAGES: 0 * * * I **************************************************************************************************** &/2pIID 1 . * * * I~ * I~ SEND DATE START RECEIVER JUN-23 03:13 PM 97707871664 TX TI ME **' **" PAGES TYPE o FAX TX NOTE BUSY M:It 415 TOTAL : --- I Le';FJ f..A;es5rf6 b OlJ VOra::MAi'L.. JOHN,D, STEPHENS. INC PIPELINE CONTRACl'ORS 272 Hurricane Shoals Road, N.J::. Lawrenceville, GA 30040 Phone 770-972-8000 Fax 770-979-3748 FAX TRANSMITTAL I I To: Estimating Oept. ' 0&0 Elliot Enterprise From Steven Archer John 0 Stephens, Inc. . I Fax: Phone: Date: nO-787-1664 678-994-1851 6/23/09 nO-979-3748 678-244-5644 Pages '" RE: Main Interceptor Uparade-Phase II I John D Stephens, Inc. is soliclling pricing from certified DeEJ MBEMlBE Subcontractors, Vendors & Suppliers for work related to the construction of the Main Interceptor Upgrade-Phase II for Augusta Utilities Department in Augusta, GA, which bIds July 14, 2009 at 3:00 P.M. Fax your bid fQrthe following scope of work by JUly 10,2009 to 770-979-3748: Onsite & Offsite Hauling, Gravel & Stone Hauling, Clearing, Fencing, Grassing & Erosion Control, Manholes, Concrete & Asphalt Paving & Restoration, Portable Toilets, Utility Location, and landscaping. Please include proof of minority status. It ili your responsibility to familiarize yourself with the contract documents to identify the scope prior to submitting your pricing. See attached Invitation to Bid for viewing Plans and Specifications. In an effort to assist all DBElMBEIWBE companies, plans and specs may also be vIewed and downloaded at our ftp site at flo:/Iidsfto,iohndsteohens.com; user name: main; password: interceptor. John D. Stephens. Inc. will break down or combine elements of work Into economically feasible units on a case by case basis, and negotiate in good faith with anyone that requests such breakdowns. Interested bidders may eontact John D. Stephens, Inc. for assistance in obtaining Bonds, Credit Lines and meeting Insurance requirements. I I I John D. Stephens, Ine., an Equal Opportunity Employer, states that all qualified bids will receive consideration without regard to race, creed, religion, color, sex, national origin, marital status, physical handicap or sexual orientation. I ..........-..'"'*"-......Please fax a response to 770-979-3748. Thank you. ...--................. _ Yes, I wlll be quoting the following Items: _ No, I am not Interested. I , companv or Im:ll...Jdual ResponDing Fhanl!t Numbtr For additional Information or any questions, contact Jorge Garcia at 678-244-5624 Or loarcia@iohndsteohens.com I I ~lt: It: It: It::t: JK JK JK JK JK JKJK JK JKJK JK JK JKJKJK JK JK JK JK JK Jl(JK JK 1II JK JK JKlII JI\.If- JI\ JI\ '" If- If- If- '" If- "'If- '" JI\ '" it- /I'. /I'. If, it- If, it- /I'. it- it- it- If, If> If> If> Ii' III III Ii' III Ii' 11\ 11\ III '. 'I' 'I'.'~' '1'.' "'I' '1' ." '1' .,..,. .,..,.... .,. P:" 0 I'" ... ..' ..' * L_-----<' TRANSACTION REPORT JUN-23-2009 TUE; 03: 13 PM ! :I: lK lK lK :I: lK DP lK :I: :I: * I :I: TOTAL: OS PAGES: 0 ~ :I: * lKlKlKlKlKlKlKlKlKlKlK**lKlKlKlKlKlKlKlKlKlKlKlKlKlKlK:t:**lKlKlKlKlKlK:t:lK:l:lKlKlKlKlKlK:l:lK:I:*lKlKlK***lK*lKlKlKlKlK*lKlKlKlKlK*lKlK*lKlKlKlKlKlKlKlK*lKlKlKlKlK*****lK*lK:I::I:**:I: I {g {1-'t I b1 .--:---=--- ~ l'-Io1WD1 p ru:.m Vf ~ C,.f)Liv.D ~lD-r (;61tV6 vD\ c.D'\A-i0 FOR: JOHN D STEPHENS INC 770 979 3748 I SEND DATE START RECEIVER JUN-23 03:12 PM 97704830837 TX TI ME u'n" PAGES TYPE o FAX TX NOTE BUSY M:If 414 I ~ JOHN'D. STEPHENSJNC PIl'ELINE CONTRACTORS I 272 Hurricane Shoals Road, N.E. La~encevrne,GA30046 Phone 770-972-8000 Fax 770-979-3748 FAX TRANSMITTAL I To: Estimating Dept. Sly, Sly, & Pittman From Steven Archer John D Stephens, Inc. . I Fax: Phone: Date: 770-483-0837 770-483-0837 6/23/09 770-979-3748 678-244-5644 Pages ~ RE: Main InterceDtor Upgrade-Phase II I John D Stephens, Inc. is SOliciting pricing from certified DBEI MBE/WBE SUbcontractors. Vendors & Suppliers for work related to the construction of the Main InteJ'QGptor Upgrade.Phase II for Augusta Utilities Department In Augusta, GA, which bids July 14, 2009 at 3:00 P.M. Fax your bid for the fOllowing scope of work by July 10, 2009 to 770-979-3748: Onsite & Offslte Hauling, Gravel & Stone Hauling, Clearing, Fencing, Grassing & Erosion Control, Manholes, Concrete & Asphalt Paving & Restoration, Portable Toilets, Utility Location, and Landscaping. Please Include proof of minority status. It Is your responsibility to familiarize yourself with the contract documents to identify the scope prior to submitting your pricing. See attached Invitation to Bid for Viewing Plans and Specifications. In an effort to assist all DBElMBE/WBE companies, plans and specs may also be viewed and downloaded at our tip site at ftp:/lidsflo.iohndsteDhens.com; user name: main; password: interceptor. John D. Stephens, Inc. will break down or combine elements of work into economically feasible units on a case by case basis, and negotiate in good faith with anyone that requests such braakdowns. Interested bidders may contact John D. Stephens, Inc. for assistance in Obtaining Bonds, Credit Lines and meeting Insurance requirements. I I I John D. Stephens, Inc., an Equal Opportunity Employer, states that all qualified bids will receive consideration without regard to race, creed, religion, color, sex. nalional origin, marital status, physical handicap or sexual orientation. I -.-..........-.........Please fax a response to 770-979.3748. Thank you. ................................. _ Yes, I will be quoting the followin9 items: _ No, I am not interested. I , Company 0' InalVlOlJ.l:l t{eepondlng Phone Number For additional information or any questions, contact Jorge Garcia at 678-244-5624 Or ;qarciat<iliohndstephens.com I I :n!C:!()f.:t(:t(JK it: it: it: JK JK JK it: it: JKit: JK JK JK JK JK JKJK:t( JK JK JK;f:;f: UC;t JK JK;t)f.)f.)f.)f. if. if.)f.)f.)f. if. if, if, if, if, if, JI\ if.)f. if. JI\)f.if- JI\ If>. If>. If>. If>. If>. If>. If>. If>. If>. If>. If>. If>. If>. /f\ /f\",",",",",",", IT> IT> IT> II' IT> II' II' ""1""'1' '" ,"," ,."" '" '" '" )f:: P,01 )f:: )K .-.---'. TRANSACTION REPORT JUN-23-2009 TUE;0:3: 17 PM ~ )f:: )f:: )f:: )f:: )f:: )f:: M# DP )f:: )f:: ;j( ;j( I * TOTAL : OS PAGES: 0 ~ )f:: )f:: I )f::)f::)f::)f::)f::)f::)f::)f::)f::)f::)f::)f::)f::)f::)f::)f::)f::)f::)f::)f::*)f::)f::)f::)f::)f::)f::)f::)f::)f::)f::)f::)f::)f::)f::)f::)f::)f::**)f::)f::;j(*)f::)f::)f::;j(;j(**)f::)f::)f::)f::*;j()f::**;j(***)f::)f::***)f::*)f::******)f::)f::*******)f::********)f::*** rJ;1-ct /01 ---- I FOR: JOHN D STEPHENS INC 770 979 3748 SEND DATE START RECEIVER JUN-23 03:18 PM 917088864442 TX TI ME **'U" PAGES TYPE o FAX TX NOTE BUSY 420 I DIfJ I'D ~D- : 'JOHN D.-STEPHENS, me PIPELINE CONTRAcroRS I 272 Hurricane Shoals Road, N.c. Lawreneevllle, GA 30046 Phone 770-972-8000 Fax 770-979--3746 fAX TRANSMITTAL I To: Estimating Dept. Tugaloo Environmental Services From Steven Archer John D Stephens, Inc. . Fax: Phone: Date: 706-886-4442 706-244-0286 6/23/09 770-979-3748 678-244-5644 Pages ~ I RE: Main Interceptor UpQrade-Phase n I John 0 Stephens, Inc. is soliciting pricing from certified DBE! MBEIWBE Subcontractors, Vendors & Suppliers for work related to the construction of the Main Interceptor Upgrade-Phase II for Augusta Utllltles Department in Augusta, GA. which bids July 14, 2009 ilt 3:00 P.M. Fax your bid for the foRowing scope ofworl< by July 10. 2009 to 770-979-3746: Onsile & Offsile Hauling, Gravel & stone Hauling, Clearing, Fencing, Grassing & Erosion Control, Manholes, Concrete & Asphalt Paving & Restoration, Portal;lle Toilets, Utility Location, and Landscaping. Please Include proof of minority status. It Is your responsibility to famllia~e yourself with the contract documents to identify the scope prior to submitting your pricing. See attached Invitation to Bid for Viewing Plans and Specifications. In an effort to assist all DBE!MBElWBE companies, plans and specs may also be viewed and downloaded at ourftp site at fto:/IIdsflo.iohndsteohens.com; user name; main; password: Interceptor. John D. Stephens, Inc. will break down or combine elements of work Into economically feasible units on a case by case basis, and negotiate In good faith with anyone that requests such breakdowns. Interested bidders may contact John D. Stephens, Ine. for assistance In obtaining Bonds, Credit Lines and meeting Insurance requirements. I I I John D. Stephens, Inc., an Equal Opportunity Employer, states that al qualified bids will receive consideration without regard to race, creed, religion, color, sex, national origin, marital status, physical handicap or sexuill orientation. I ..__........~..Please fax a response to 770-979-3748. Thank you. -............................... _ Yes. I will be quoting the following items: _ No, I am not Interested. I , (.;ompany or InctJvt(JlJBt ReSpot\Cllng Phone Number For additional information or any questions, contact Jorge Garcia at 678-244-5624 Or ioarcial8llohndsleohens. com Bj6~TI0tPad-@...WlNo:s~e~. Nd1. I I JOHN D. STEPHENS, INC. 272 HURRICANE SHOALS ROAD, NE LAWRENCEVllLE, GEORGIA 30045 OFFICE 770-972-8000 FAX 770-979-3748 I I I I I I . I I I I I I I , I EEO Policy Statement The hiring policy of John D. Stephens, Inc. is that we hire, promote and train competent people, regardless of race, color, religion, sex, age, handicap, national origin, disability or veteran status. It is the Policy of the company to comply with all executive orders and to make this intention clear to all individuals and any agency supplying employees to this company. Applicants and employees will be treated equally in consideration of advancements, transfer, promotion, benefits and compensation. All Vietnam era veterans, specially disabled veterans and persons with disabilities are invited to identify themselves as such to the EEO Officer. This invitation is to be voluntarily provided and will be kept confidential. The company policy on firing or layoff employees is the same as that of hiring. Mitchell D. Stephens President Laura Dickey EEO Officer I JOHN D. STEPHENS, INC. 272 HURRICANE SHOALS ROAD, NE LAWRENCEVILLE, GEORGIA 30045 OFFICE 770-972-8000 FAX 770-979-3748 I AFFIRMATIVE ACTION PROGRAM I PURPOSE I 1. The principal goal of our program is to ensure equal employment opportunity for minorities and females, and to ensure and maintain a working environment free of harassment, intimidation and coercion at all places of employment. I 2. John D. Stephens, Inc. has adopted the following Affirmative Action Program to be instituted in order to comply with Title VII of the Civil Rights Act of 1964 entitled Equal Employment Opportunity and to comply with Executive Order 11246 and subsequent orders, if any. I POLICY I 1. John D. Stephens, Inc. is committed to nondiscrimination in hiring and employment. Applicants will be considered without regard to sex, national origin, age, race, color, religion, disability or veteran status. Employees will be treated equally in consideration of advancements, including transfer, promotion, benefits and compensation. Disabilities caused by pregnancy will be treated like any other temporary disability under health insurance, and sick leave plans. Nondiscrimination has always been practiced by John D. Stephens, Inc. and will continue to be our policy. . I 2. In addition to nondiscrimination, John D. Stephens, Inc. will actively seek to employ persons who have historically been denied the opportunity to participate on an equal basis in the business community. We will encourage and cooperate with our clients, subcontractors, suppliers and authorized agencies to promote the training, employment and advancement will of females and minority groups be awarded without regard to characteristics not relating to actual qualifications and/or requirements. I RESPONSIBILITIES I 1. To oversee the implementation of these policies John D. Stephens, Inc. has appointed Jennifer Butler as Equal Employment Opportunity Officer. I 2. The responsibilities of the E.E.O. Officer include, but are not limited to, the following duties: I a. The development and implementation of policies. b. The dissemination of the Company's policies both internally and externally. c. Monitoring and reporting to the Chairman and other supervisory personnel the latest developments in the areas of affmnative action. d. Identifying and overcoming roadblocks to nondiscrimination and affirmative action. e. Periodically discussing the Company's goals and accomplishments in the areas of equal opportunity with John D. Stephens, Inc. managerial staff. f. Conducting orientation lectures for all new managerial employees to ensure familiarity with the Equal Employment Opportunity Policy. I I , I I AFFIRMATIVE ACTION PROGRAM John D. Stephens, Inc. Page2 I DISSEMINATION OF POLICY I 1. I I I I . I I I I I 2. I I , I Internal- The Company will: a. b. c. d. Review this policy in semi-annual management and supervisory meetings. Enact this policy in all hiring and employment procedures. Attest to the Company's policy of nondiscrimination and affirmative action in job interviews. Periodically review and update the policy with all employees responsible for hiring and/or supervising personnel, and any other employees in a position to transmit or enhance John D. Stephens, Inc. Affirmative Action Program. Post on all jobsite and office bulletin boards John D. Stephens, Inc.'s Affirmative Action Program. Consider in evaluating job performance the effectiveness of managerial and supervisory personnel in the implementation of the Company's policies. Assign inexperienced minorities and female personnel to on-the-job training work, when such work is available. Maintain a current file of names, addresses, and telephone numbers of each minority or female applicant or agency referral and record the reason if such a person is not employed. Notify the Compliance Director when recruitment sources fail to supply minority persons or women requested. Encourage present minority and female employees to recruit other minority persons and women and where reasonable provide after school and vacation employment to minority and female youths. Review on each job all employees' work for job progression and promotional opportunities without discrimination. Ensure that seniority, work assignments, and job classifications are not used to promote discriminatory practices. Ensure that all facilities and company activities and programs are nonsegregated. Document all Affirmative Action activities so as to show results obtained and that good faith actions have been taken. Document and maintain a record of all solicitation of others for sub-contracts from minority or female construction contractors and suppliers. Contribute to or utilize Training Programs which include minorities and females. Supply management leadership in recruiting and promoting females and minorities. Equitably administer and validate any employment prerequisites such as education and/or testing. Conduct a review, no less than annually, of all supervisors' adherence to and performance under John D. Stephens, Inc.'s Equal Employment Opportunity Policies and Affirmative Action goals. Conduct a review, no less than biannually, of the Company's effectiveness in meeting goals and timetables. e. f. g. h. i. j. k. I. m. n. o. p. q. r. s. 1. External - The Company will: a. Disseminate the Contractor's E.E.O. policy to referral agencies and training programs, requesting their cooperation. Maintain a current list of minority and female job applicants, recruitment sources and community organizations and provide written notification to the same when seeking employees. The Company shall maintain a record of these individuals' and organizations' responses. Direct recruitment efforts for minorities and female persons both oral and written to community organizations and institutions that are likely to have such persons. b. c. I AFFIRMATIVE ACTION PROGRAM John D. Stephens, Inc. Page 3 I I d. Provide written notification to and discuss this policy with other contractors and subcontractors with which John D. Stephens, Inc. does or anticipates doing business. e. Place employment advertising with media with high minority and female audiences. f. Place emphasis on our status as an Equal Opportunity Employer in all solicitations. g. Assign, if possible, two or more women to each construction project. I UTlLlZA TlON ANALYSIS AND PROCEDURES IN THE EVENT OF UNDERUTlLlZA nON I I. John D. Stephens, Inc. will periodically evaluate the Company's utilization of females and minorities with regard to their availability. I 2. In job categories where John D. Stephens, Inc. should fail to utilize females or minorities with parity to their availability for employment the Company shall: d. Intensify recruitment efforts through media and referral sources likely to attract females and/or minorities. Evaluate present employees with consideration to their capability andlor availability to assume or be trained for positions currently deficient in females andlor minorities. Encourage all supervisors to advocate to females and/or minorities in their employ the opportunity for advancement within the Company. Seek to refill vacated positions with females or minorities. Target the deficient job categories for discussion in managerial meetings. Ensure that selection of employees shall be based solely on job qualifications. a. I b. . I c. e. f. SUMMARY I John D. Stephens, Inc. reaffirms herewith our dedication to the principles and objective underlying this Equal Employment Opportunity and Affirmative Action Program. I This company recognizes the adverse effect on society when individuals and/or group are the victims of discrimination totally unrelated to their capabilities. The company further recognizes that the effective reversal of the effects of discrimination is contingent on the active implementation ofthe aforestated program. I We encourage all clients, associates, subcontractors, suppliers and employment agencies to actively prescnbe to a policy of equal employment and affirmative action procedures. I Acknowledged By Date I I , John D. Stephens, Inc. Company Mitchell D. Stephens, President I I NOTICE OF AWARD DATE: 1010712009 I CONTRACTOR: John D. Stephens, Inc. I ADDRESS: 272 Hurricane Shoals Lawrencevllle CIty Georgia SIBI8 30045 ZIp Code I. PROJECT: 80300007 Main Interceptor Phase II PROJECT NO: 803QQ007 I At a meeting of the Augusta-Richmond County Commission held on 101Q6/2009 you were awarded a Contract for the above noted Project. I Enclosed please find 0 copies of the Contract Documents for your execution. Please complete the I pages, affixing signatures, dates, notary and/or corporate seals, etc. where necessary and retuni to this office 10 days from the date of this letter, excluding legal Holidays. The Certificate of Insurance must be complete. . I Power of Attorney must be submitted in triplicate; an original and two copies is pennissible. Very truly yours, Joe Holland. Please note that this is to notify you of the Award by Commission (docs attached) but contract documents have not been sent with the NOA at this time. They will be sent to you soon. At that time we Will ask you for insurance cuments and other me as applicable to the project for Contract document execution. October , IIl1l19 I I ngilleer R...."'.... uf UIho NOTICE (IF AWARD Is hereby KIcnoll'1edged tIIIa, 11I6 19 t:h dBJ of JOHN D. STEPHENS. INC. ~ Contrac:tor .~ Please sign and return one copy of this Notice Of Award Acknowledgement to: Augusta Utilities Deparbnenl Attn: Joe Holland, Construction Management 360 Bay Street, Suite 180 Augusta, GA 30901 Mitchell D. Stephens, President Tille I I I I , I I I I I I I I . I I I I I I I , I .. S&P Project No. G124-06-o2 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 00135 - AGREEMENT THIS AGREEMENT, made on the day of , 20 _' by and between AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA COMMISSION, party of the first part, hereinafter called the OWNER, and ( \ohn 'D C)t-(" F-e~, Ivy, , party of the second part, hereinafter called the CONTRACTOR. WITNESSETH: that the Contractor and the Owner, for the considerations hereinafter named, agree as follows: ARTICLE I - SCOPE OF WORK: The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans and described in the specifi~tions for the project entitled: Main Interceptor Upgrade Replacement Phase" Augusta, Georgia. and in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions hereto attached, which are hereby made a part of this agreement. ARTICLE" - TIME OF COMPLETION - LIQUIDATED DAMAGES: The work to be performed under this Contract shall be commenced within 1 0 calendar days after the date of written notice by the Owner or the Contractor to proceed. All work shall be completed within 365 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 bedppe 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 describe.d..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 Tho~sand Dollars ($1 ,000.00), not as a penalty, but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in defaUltafter the time stipulated in the Contract for completing the work. AGREEMENT 00135-:1 I l- I I I I I I . I I I I I I I ~ l1..{l..~{D\ S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 (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. have executed this Agreement in three (3) n original, in the year and day first mentioned AUGUSTA, G~O.RG~ ( By: c9 J.,?( , . A t,N.... ~~ its Mayor ,.\\' :1U\\ \ l ' ./ (SEAL) IJ ATTEST: / Witness /)~ J&(,<~, 5lfL (SEAL) ,ATTEST: Address:()l9 liUYVI( One f)J;LCc!s R:J Ne l(IJ,>ye:ncf VII It, QA 3OcACt:) Witness AGREEMENT 00135-3 I ~ I I I I I I II I I I I I I I r I BOND 11105322440 S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 00140 - PERFORMANCE BOND THIS BOND IS EXECUTED TOGETHER WITH ANOTHER BOND IN FAVOR OF THE OWNER AS OBLIGEE CONDITIONED UPON PERFORMANCE OF THE CONTRACT. KNOW ALL MEN BY THESE PRESENTS: That JOHN D. STEPHENS , INC. , as Principal, hereinafter called Contractor and TRAVELERS CASUALTY AND SURETY COMPANY, a corporation organized , OF AMERIC.'\ an existing under the laws of the State of CT , with its principal office in the City of HARTFORD ,State of CT , as Surety, . hereinafter called Surety, are held and firmly bound ~nto Augusta Commission, as Obliaee herejnafter called Owner in the penal amount EIGHl. MILLION ONE HUNDRED FOUR l.HOUSA~lIars , TWO HUNDRED TEN A~~ ~6~100 ($ 8,104,210.46 ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents for the faithful performance of a certain written agreement. WHEREAS, Contractor has by said written agreement dated entered into a contract with the Owner for Main Interceptor Upgrade Replacement Phasell,in accordance with the drawings and specifications issued by Stevenson & Palmer Engineering, Inc., which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, the condition of this obligation is such that if the Contractor shall promptly faithfully perform the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever the Contractor shall be, and declared by the Owner to be in default under the Contract, the Owner having performed the Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Contract in accordance with the terms and conditions, or 2. Obtain a bid or bids for completing the Contract in accordance with the terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the Contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth. in the first paragraph hereof. The term "balance of the contract price" as used in this paragraph, shall mean the PERFORMANCE BOND 00140-1 I ~ I I I I I I II I I I I I I I , I BOND 1/105322440 S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 00145 - LABOR AND MATERIAL PAYMENT BOND THIS BOND IS EXECUTED TOGETHER WITH ANOTHER BOND IN FAVOR OF THE OWNE.R AS OBLIGEE CONDITIONED UPON PERFORMANCE OF THE CONTRACT. KNOW ALL MEN BY THESE PRESENTS: That JOHN D. STEPHENS, INC. , as Principal, hereinafter called Contractor and TRAVELERS CASUALTY AND SURET,Ya corporation organized and existing COMPf.NY OF .\!1ERIC.^. under the laws of the State of CT , with its principal office in the City of HARTFORD , State of CT , as Surety, hereinafter called Surety, are held and firmly bound unto Augusta Commission, as Obligee, hereinafter called the Owner, to{GJ~eM~:EtI80doJkerm.f'k~kDcl~811~ntpHo1fs~ein below defined in the amount of TWO HUNDRED TEN AND 1,6/100 Dollars ($8 . 104.210.46 ) for the payment whereof Contractor and Surety bind. themselves, their. heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the Contractor has by written agreement dated entered into a contract with Owner for construction of Main Interceptor Upqrade ReplacementPhase II, in accordance with drawings and specifications issued by Stevenson & Palmer Enqineerinq, Inc.,which contract is by reference made a part hereof,and is hereinafter referred to as the Contract. NOW, THEREFORE, the condition of this obligation is such that if the Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and materials used or as reasonably required to use in the performance of the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 1. A claimant is defined as one having a direct contract with the Contractor or with a subcontractor for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed as to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. 2. The above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety days after the day on which the last of such claimant's work or labor was done or performed, or materials was furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any claimant, LABOR AND MATERIAL PAYMENT BOND 00145-1 POWER OF ATTORNEY WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ~ TRAVELERSJ Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company Attorney-In Fact No. 218488 St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 002899598 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Douglas R. Johnson, John P. Langsfeld, Richard A. Gazaway, Sharon G. Dixon, and Lawrence B. Peppers of the City of Atlanta , State of Georgia , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their lmsiness of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or perlJ}i1t~din anYi1-l:\tions ofp1'I?ceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this f April :Z007 ~o ,. Farmington .Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company State of Connecticut City of Hartford ss. seals to be hereto affixed, this 2nd St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company .....~~....... (;;~:~~~~~~~;\~\ \ :J,~\S:EJl~./l j .......;;... :=~'-:'~,:~o/ ~~:P By: . 2nd April 2007 On thIS the day of , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. y Commission expires the 30th day of June, 2011. 58440-5-07 Printed in U.S.A. "\f\w c. j~ '" Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER I S&P Project No. G124-06-Q2 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 00150 - CERTIFICATE OF OWNER'S ATTORNEY I I I I I I . I I I I I I I , I I, the undersigned , the authorized and acting legal representative of Augusta Commission do hereby certify as follows: I have examined the attached Contract(s) and Surety bonds and the manner of execution thereof, and I am of the opinion that each of the aforesaid agreements has been duly executed by the proper parties thereto acting through their duly authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective parties named thereon; and that the foregoing agreements constitute valid and legally binding obligations upon the parties executing the same in accordance with the terms, conditions and provisions thereof. (Signature) Date: CERTIFICATE OF OWNER'S ATTORNEY 00150-1 I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 00155 - NOTICE TO PROCEED I I I I I I . I I I I I I I , I TO: Date: Project: Main Interceptor Upgrade Replacement Phase II Augusta, Georgia You are hereby notified to commence work in accordance with the Agreement dated J 20_. within ten (10) calendar days following this date, the date first written above, and you are to complete the work within Three Hundred and Sixty Five (365) consecutive calendar days after the date of this notice. The date set for completion of all work is therefore J 20_. By: Title: Acceptance of Notice Receipt of the above Notice to Proceed is hereby acknowledged and the same is hereby accepted on this day of .20_. By: Title: NOTICE TO PROCEED 00155-1 I S&P Project No. G124-06-o2 Main Interceptor Upgrade Replacement Phase II Augusta UtiUties Project No. 00007 SECTION 00160 - AFFIDAVIT OF PAYMENT OF CLAIMS I I I I I I . I I I I I I I , I (CONTRACTOR) THIS DAY appeared before me, , a Notary Public, in and for I and being by me first duly sworn states that all subcontractors and suppliers of labor and materials have been paid all sums due them to date for work performed or material furnished in the performance of the contract between: (OWNER) (CONTRACTOR), dated Main Interceptor UpQrade Replacement Phase II. and , 20_, for the construction of CONTRACTOR BY: TITLE: DATE: SEAL OF CONTRACTOR (If a Corporation) Subscribed and sworn to before _ day of , 20_. My commission expires on the _ day of ,20 . NOTARY PUBLIC (NOTARY SEAL) AFFIDAVIT OF PAYMENT OF CLAIMS 00160-1 I ~ I I I I I I I . I I I I I I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 00170 - CERTIFICATE OF INSURANCE This is to certify that IV (\ \t": kx",:> I (YJCIll{)lt~ CCfflp:l r~ (~e (t+toe hec0 (Insurance Company) of ":X'" r Cr%\c'\yrl has issued policies of insurance, as identified (Insurance Co. Address) by a policy number to the insured name below, and that such policies are in full force and effect at this time. Furthermore, this is to certify that these policies meet the requirements described in the Special Conditions of this contract; and its agreed that none of these policies will be canceled or changed so as to affect this Certificate until ten (10) days after written notice of such cancellation or change has been delivered to (II\, ~ cJ' At':)U:4sh (Client & Client Address) . 1. INSURED.kh (\ veTte' ph( tY) ,\ 1'1- (CONTRACTOR)... ..D. . _ 2. ADDRESS f:;il~-:2 +ll;\iV\ (Ctn-Q. G)-C"Cl\,",) ??O\)JE U:,tu.:'ve('LeVI I Ie, E::Y\ cc.-c:4Ct:) 3. PROJECT NAME: Main Interceptor UpQrade Replacement Phase II 4. PROJECT NUMBER: 00007 5. POLICY NUMBER(S): ;;;J~)({!'-SPS ;I \ IL~=) ~=>)l{l;;;3 ;t%~-y+ DATE: r';eJ.o 15 INSURANCE COMPANY ISSUED AT: AUTHORIZED REPRESENTATIVE o(~-ll- l-tt~(~'nc-"') /k1(~Ll - ADDRESS 1?o. rrox .;J)qo ~/(lV-C+tO/Gi\ ?l~)~ CERTIFICATE OF INSURANCE 00170-1 I I 11JOHNSTE ACORD", INSURANCE BINDER DATE I 12/15/09 THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. DUCER Pl1gN~o Ext: 770-664-6818 COMPANY BINDER # F..e~ No' 888-827-9870 BINDER8364928 EXPIRATION DATE I CODE: AGENCY CUSTOMER ID: INSURED SUB CODE: AM PM 01/15/11 12:01 AM NOON I BB& T -Huffines Russell P.O. Box 2190 Phone - 770-664-6818 Alpharetta, GA 30023 I 385083 City of Augusta, GA 530 Greene Street, Room 605 Augusta, GA 30901 THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY PER EXPIRING POLICY #: DESCRIPTION OF OPERATIONSNEHICLES/PROPERTY (Including Location) Loc#1: Main Interceptor Upgrade - Phase II, Augusta, GA I COVERAGES TYPE OF INSURANCE COVERAGE/FORMS DEDUCTIBLE COINS % AMOUNT PROPERTY CAUSES OF LOSS - D BROAD D SPEC I - BASIC - GENERAL LIABILITY EACH OCCURRENCE $ 2000000 I - COMMERCIAL GENERAL LIABILITY g~~~J ~~EMISES $ I CLAIMS MADE [K] OCCUR MED EXP (Anyone person) $ X Owners PERSONAL & ADV INJURY $ - I Protective See Spec. Conditions/Other Coverages GENERAL AGGREGATE $ 2,000,000 - RETRO DATE FOR CLAIMS MADE: PRODUCTS - COMP/OP AGG $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO BODILY INJURY (Per person) $ ALL OWNED AUTOS BODILY INJURY (Per accident) $ I-- SCHEDULED AUTOS PROPERTY DAMAGE $ I-- HIRED AUTOS MEDICAL PAYMENTS $ I I-- NON-OWNED AUTOS PERSONAL INJURY PROT $ I-- UNINSURED MOTORIST $ $ I AUTO PHYSICAL DAMAGE DEDUCTIBLE U ALL VEHICLES D SCHEDULED VEHICLES ACTUAL CASH VALUE R COLLISION: STATED AMOUNT $ OTHER THAN COL: OTHER ~GE LIABILITY AUTO ONLY - EA ACCIDENT $ I - ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ I ~ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: SELF-INSURED RETENTION $ WC STATUTORY LIMITS I WORKER'S COMPENSATION EL EACH ACCIDENT $ AND EMPLOYER'S LIABILITY EL DISEASE - EA EMPLOYEE $ EL DISEASE - POLICY LIMIT $ I SPECIAL ** Continued From Additional Interests Section ** FEES $ CONDITIONSI $ OTHER TAXES COVERAGES (See attached Spec Conditions/Other Covs page.) ESTIMATED TOTAL PREMIUM $ LIMITS Stevenson & Palmer Engineering, Inc. Augusta, GA MORTGAGEE LOSS PAYEE LOAN # X ADDITIONAL INSURED A:3RT-:RErrT~~ I ACORD 75 (2001/01) 1 of 3 #418690 NOTE: IMPORTANT STATE INFORMATION ON REVERSE SIDE MMM @ ACORD CORPORATION 1993 I I I I I I I I I CONDITIONS This Company binds the kind(s) of insurance stipulated on the reverse side. The Insurance is subject to the terms, conditions and limitations of the policy(ies) in current use by the Company. This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company stating when cancellation will be effective. This binder may be cancelled by the Company by notice to the Insured in accordance with the policy conditions. This binder is cancelled when replaced by a policy. If this binder is not replaced by a policy, the Company is entitled to charge a premium for the binder according to the Rules and Rates in use by the Company. Applicable in California When this form is used to provide insurance in the amount of one million dollars ($1,000,000) or more, the title of the form is changed from "Insurance Binder" to "Cover Note". Applicable in Delaware The mortgagee or Obligee of any mortgage or other instrument given for the purpose of creating a lien on real property shall accept as evidence of insurance a written binder issued by an authorized insurer or its agent if the binder includes or is accompanied by: the name and address of the borrower; the name and address of the lender as loss payee; a description of the insured real property; a provision that the binder may not be canceled within the term of the binder unless the lender and the insured borrower receive written notice of the cancel- lation at least ten (10) days prior to the cancellation; except in the case of a renewal of a policy subsequent to the closing of the loan, a paid receipt of the full amount of the applicable premium, and the amount of insurance coverage. Chapter 21 Title 25 Paragraph 2119 Applicable in Florida Except for Auto Insurance coverage, no notice of cancellation or nonrenewal of a binder is required unless the duration of the binder exceeds 60 days. For auto insurance, the insurer must give 5 days prior notice, unless the binder is replaced by a policy or another binder in the same company. Applicable in Nevada Any person who refuses to accept a binder which provides coverage of less than $1,000,000.00 when proof is required: (A) Shall be fined not more than $500.00, and (B) is liable to the party presenting the binder as proof of insurance for actual damages sustained therefrom. I ACORD 75 (2001/01) 2 of 3 #418690 I SPECIAL CONDITIONS/OTHER COVERAGES (Cont. from page 1) Continued from General Liability Section ** verage: ADDITIONAL INTERESTS - ENGINEERS, ARCHITECTS, SURVEYORS rm #: CG2031 Coverage: Owners & Contractors Protective Form #: CG0009 Coverage: Absolute Asbestos Exclusion Form #: CGT478 Coverage: Employment Related Practices Exclusion Form #: CG2951 Coverage: Lead Liability Exclusion Form #: CGD076 Coverage: Nuclear Energy Liability Exclusion Form #: IL0021 Coverage: Exclusion-Absolute Pollution Form #: CGD317 Coverage: Silica or Silica Mixed Dust Exclusion Form #: CGD358 Coverage: War Liability Exclusion Form #: CG0063 verage: Fungi or Bacteria Exclusion rm #: CG3131 AMS 75.4 (2001/01) 3 of 3 #418690 I I Client#: 385083 11JOHNSTE ACORDTM CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) 12/15/2009 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A: Travelers Indemnity Company INSURER B: North River Insurance Company INSURER c: Phoenix Insurance Company INSURER D: Travelers Property Casualty Co of Am INSURER E: Charter Oak Fire Insurance Company I COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I D POLICY EFFECTIVE LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD A GENERAL LIABILITY DTC08206L265 X E.L. EACH ACCIDENT $500,000 E.L. DISEASE - EA EMPLOYEE $500,000 E.L. DISEASE - POLICY LIMIT $500,000 $3,000,000 Job Site Leased & Rented $450,000 Per Item PRODUCER BB& T -Huffines Russell Box 2190 one - 770-664-6818 I Alpharetta, GA 30023 INSURED I John 0 Stephens Inc 272 Hurricane Shoals Road NE Lawrenceville, GA 30046 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE ~ OCCUR PO Oed: $5,000 XCU - Explosion x X Collapse Underground MED EXP (Anyone person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG LOC DT8108206L26 01101/09 01/01/10 COMBINED SINGLE LIMIT (Ea accident) X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS X NON-OWNED AUTOS BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) AUTO ONLY - EA ACCIDENT OTHER THAN AUTO ONLY: EXCESS/UMBRELLA LIABILITY D CLAIMS MADE 5520130695 EACH OCCURRENCE AGGREGATE 01/01/09 01/01/10 $0 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below OTHER Install Fltr Equipment DTNUB8206L26 01101/10 01/01/09 QT6607383L733TI QT6607383L733TI 12/31/08 12/31/08 12/31/09 12/31/09 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE: G124-06-02, Main Interceptor Upgrade - Phase II for Utilities Department City of Augusta Georgia, and including all elected and appointed officials, all employees and volunteers, all boards, commissions, and/or authorities and their board members, employees and volunteers, Stevenson & Palmer Engineering Inc, CH2M Hill, EcoloTech and QORE Property Sciences are named as additional insureds as regards general liability. CANCELLATION NAIC# 25658 21105 25623 25674 25615 LIMITS $1 000000 $300 000 $5 000 $1 000000 $2 000 000 $2 000 000 $1,000,000 $ EA ACC AGG $ $ $ $15000000 $15000 000 $ $ $ City of Augusta, GA Procurement Department Attn: Geri A Sams 530 Greene Street, Room 605 Augusta, GA 30901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL -30.... DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE .- LSMA @ ACORD CORPORATION 1988 I ACORD 25 (2001/08) 1 of 2 #S4363275/M3989463 I I I IMPORTANT I If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). I 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). I I DISCLAIMER I The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. I I I I I I I ACORD 25-5 (2001/08) 2 of2 #54363275/M3989463 I I I I I I I .-~' I I I I I I I , I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Ub1i6es Project No. 00007 SECTION 00450 - FORM OF QUALIFICATION OF BIDDER Name of Bidder John D. Stephens, Inc. Address of Bidder 272 Hurricane Shoals Road, N. E., Lawrenceville, GA 30046 To: Augusta, GA Commission 530 Green~ Street - Room 605 Augusta, GA 30901 Gentlemen: The signer of this affidavit guarantees the truth and accuracy of all statements and information submitted herein in support of its bid proposal to furnish all materials, equipment, and labor, and to perform all work in accordance with the Contract Documents for: PROJECT Main Interceptor Upgrade-Phase II The undersigned hereby authorizes and requests any public official, engineer, architect, surety company, bank depository, material or equipment manufacturer or distributor, or any person, firm or corporation to furnish any pertinent information requested by Owner's Engineer, Stevenson & Palmer Engineering, Inc., deemed necessary to verify the statements made, information submitted, or regarding the standing and general reputation of the applicant. The undersigned has not been disqualified by any public agency in the State of Georgia except as is explained as follows: None The undersigned further affirms that, if false information is furnished in support of its bid proposal, it can and will be prosecuted to the fullest extent of the law for perjury. Dated at 272 Hurricane Shoals Rd,N.Ejlthis 14th day of July ,20~. Sworn to and subscribed before me this 14th day of July , 20...Q.2... John D. Stephens, Inc. BY: Tit f Person Signing \,\\\\\\l'''' .. "Il!/I/ (If orporation, Affix Seal) NOTARY PUBHC: (' ...s~" 1d~~;1p';:'/..;.... Mitchell D. Stephens, President ~~A J (11a1,{^.~.~(~~ION~..~'~ ~ 1); ,~:'yO ~.~("" ~ My Commission Expir~s* :'~ FEB. ~~ ~. 2/21/2011:::: 21, : * ~ % '..~ 2011 ~.... ;; , , ~J:O"''f!roo G.4'~ S:'. FORM OF QUALlFICA TI~,~ ~rrJrli;'KQ,"'\\~ 00450-1 'II/ I'1T ~.:\\\ lflt,,,, mnn\\ I I I I I I I . I I I I I I I , I \ . ~ .' S&P Project No. G124-06-o2 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 r \. PART 1- STATEMENT OF EXPERIENCE: 1) Legal Name, Address, and Telephone Number: John D. Stephens. Inc. 272 Hurricane Shoals Road, N.E. Lawrenceville, GA 30046 770-972-8000 770-979-3748 Fax 2) Check one: CorporationXX; Partnership_; Individual 3) If a Corporation, state: Georgia Date of Incorporation l!'Hl.Qfifi State in which incorporated: Georgia Date of Assuming Position Name and Title of Principal Officers . Mitchell D. Stephens, President, Treas, Secretary Jennifer Butler, Assistant Corporate Secretary 1-1-06 7-11-05 If an Out-of-State Corporation, currently authorized to do business in Georgia, give date of such authorization: (". '" 4) If Partnership: Date of Organization: Nature of Partnership (General, Limited, or Association): Names and Addresses of Partners AgeofParlner 5) If an Individual, state - Name & Address of Owner: / , \ FORM OF QUALIFICATION OF BIDDER 90450-2 I I I I I I I ..-. <.. .. I I I I I I I , I S&P Project No. G124-06-<l2 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 6) Enumerate State, County, or other Public Agencies in which your organization is qualified to perform Work by some means of prequalification: Agency Trade in Which Qualified Approved Amount Expiration Date PLEASE SEE ATTACHED. 7) Describe your organizational structure; inCluding the number of permanent employees engaged in estimating, purchasing, expediting, detailing, and engineering, field supervision, field engineering, and layout: PLEASE SEE ATTACHED. (Use extension sheet if necessary) 8) Give names & data about any construction projects you have failed to complete: None (Use extension sheet if necessary) 9) Has any officer or partner of your organization ever been an officer or partner of some other organization that failed to complete a construction contract?~. If within the last five (5) years, state name of individual, other organization, and reason therefore: 10) Has any officer or partner of your organization ever failed to complete a construction contract handled in his own name?~. If within the last five (5) years, state name of individual, name of owner, and reason therefore: -f'" FORM OF QUALIFICATION OF BIDDER 00450-3 I I I I I I I . I I I I en I c: Cl> :;:; UJ UJ 0 :J c: c Cl> ~ Cl> 0 I UJ UJ :J c c: ~ Cl> Cl> .c .~ Q...J :;:; I .e L-:J U) 0" .. Cl> ci u.. , C1S .- L- .5 c .... .c c: 0 o c: -, O:J I lfl X en c :;:; lfl :.::i c o :;:; ~ iIi '6> <l.l 0::: <l.l l/) C <l.l t.) lfl :.::i I <l.l lfl C <l.l t.) :.::i I~ :;:; :::>= = = = = = = = = = = = = = = -0 <l.l - 'E c :::> 0 0 0 ...... 0 0 (j) 0 0 0 ...... 0 ...... ...... ...... ...... ...... ...... 0 ...... ...... ...... ...... .... 0 0 0 0 0 0 0 0 0 0 0 0 ~ N ~ ~ ~ ~ N N ~ ~ ~ ~ N ~ ~ ~ -- -- -- -- 0 ...... 0 ...... '<t .... I'- ...... .... 0 0 C") C") z C") C") z ...... ...... ~ z ~ C") C") z C") .... -- -- -- -- -- -- -- -- -- -- co '<t 00 '<t 00 '<t N C") 0 C") '<t N ...... .... (j) .... <( 0 LQ LQ C") 00 '<t co N (j) C") '<t 0 '<t ...... C") C") 0 ~ 00 00 LQ (j) N C") ~ N 0 ~ (j) C") 00 ...... '<t I'- ~ (j) (") co C") Z N 0 Z l() (") I'- 00 Z C") co Z N N 0 I'- .... (") ...... I'- I'- I'- 0 l() 0 ~ ...... N () () N .... .... .... 0 :::> :::> 0 0 () I'- N <( .....J CD L.l.. <( ~ ~ (!) (1J c (1J c ~ :J ,5 :J ,5 (1J 0 0 e :5 c () '2: e () <l.l lJ) :J (1J ~ (1J <l.l Cl (1J 0 - (1J lJ) lJ) .... E (1J () (1J Q) c '00 () 0 (1J () l/) (1J :> lfl (1J "!5> (1J (1J c .c -0 c :!& lJ) .s:::; ro Iii .s:::; <l.l lfl 'c - (1J .... c "00 - c (1J .0 .c "C 0 1:: .!!2 c '~ lJ) (1J ~ 0 '~ :J lJ) C :J C >< Q) -< 0 <l.l 0 ~ 0 :J 0 <l.l <l.l S <( () u:: (!) (!) .....J Z I- 0: CJ) l- I- :> .... C :J o E <C 'C III > e Q. Q. <C c o :P III Ill.... L. III 'Q.C )( W 'II: d ::i ~ C :J o o Q) .... III .... tn I I I I I . ~ u I z ~ ~ '" 00. I z u ~ z == 0 ~ ~ ~ ~ 0 E-l < 0 ("f') ...... ("f') ...... ("f') V) N ...... ...... "<t N ("f') V) 00. N . ~ I ~ z z < = 0 0 ~ I ~ 0 CI) I-< 0 "Ed .5 ~ I 1;; 8 (1) ~ I-< --- 0 CI) ...... ~ I-< CI) CI) ..... I-< --- (1) ';l CI) (1) ~ (1) 5 ..... ...... i I-< CI) C) (1) I 0 I-< (1) ~ "'Cl (1) j:l.. 0 !:l en ~ ~ 00 - ~ (1) C) en C) ..... S' :5 .~ I-< CI) ~ I-< (1) CI) 0 I-< 0 d5 ';l I-< ...... p:.:j (1) C) "Ed (1) I-< i3 I-< ~ I-< .~ I u (1) (1) I-< 0 ...... u j:l.. ~ !E .."..., (1) !:l I-< 2 g. (1) ..g (1) ::l ..8 (1) ..... ~ j:l.. ::l ~ 0 ....... 0 0 0.- 00 0 ~ j:l:.; u 00 U E-< I I I ~ I I I I I I . I I I I I I I , I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta U61ities Project No. 00007 [7" '- 11) Has your organization, or any officer or partner thereof, ever been party to any criminal litigation as a result of construction methods, costs, etc.? No . If yes, state case number, case name, and provide pertinent details, including judgment: (Attach extension sheet if necessary) 12} Has your organization, or any officer or partner thereof, ever been party to any civil litigation as result of construction methods, costs, etc? No . If yes, state case number, case name, and provide pertinent details, including judgment: /0, { \ (Attach extension sheet if necessary) 13) Name all persons with whom you have been associated in the construction business, either as partners or as general business associates in a construction firm, for each of the last five (5) years: 20 08 Mitchell D. Stephens 20~ II 20 06 " 20 05 John D. Stephens, Michael D. Stephens, Mitchell D. Stephens 20~ II " " 14) Indicate type of contracting undertaken by your organization and number of years experience: 0 As Prime Contractor: Type: As Subcontractor: Type: Type: Water, Sewer & Type: Storm Pipe Installation No. of Years Mass Rock Excavation No. of Years 35 Mass Rock Excavation No. of Years 35 Water, Sewer & No. of Years 43 Storm Pipe Installation 43 i \. FORM OF QUALIFICATION OF BIDDER 00450-4 I S&P Project No. G124-00-Q2 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 15) Give any special qualifications of firm members (Registered Engineer, Surveyor, etc.) PLEASE SEE ATTACHED. I I I I I I ..-<. . . I I I I I I I , 16) List Major Equipment to be Used on this Project and Equipment Condition: Komatsu PC 400 . Komatsu PC 1100, Komatsu PC 300, Komatsu PC 600,Excavators Komatsu WA 470, Komatsu WA 500, Komatsu WA 280 Loaders, Komatsu D-61 Dozers, Thompson 6" Pumps, Komatsu C110 Trucks, Generators & Electric Pumps All equipment is owned and maintained in top condition and available as needed for this project. 17) Percentage of Work to be Performed with Own Forces: 90% 18) Name of Proposed Subcontractors with Whom You Intend to Affiliate. (What phase and percentage of work will each subcontractor perfonn?) See attached Bid Form. FORM OF QUALIFICATION OF BIDDER 00450-5 I I I I j tf.l tf.l en en CJ) en tf.l ~ ~ ~ ~ ~ ~ ~ 0 0 0 ~ 0 0 0 :>< :>< :>< :>< :>< :>< 0'1 0'1 00 1.0 (1") lr) lr) I ...... ...... ...... N (1") (1") (1") I OJ) l::1 I .- 1-< - 0 ~ 0 == l::1 .- = gf I 0 I:il l7.l = - 0 0 0 J,.; 0 .- 5 u u ~ ... :> 5 l::1 ~ ~ E-< E-< U E-< 0 u I:il I:il I:il 'C 'C 'C ~ := U U I U 0 0 0 p., ~ p., . 0 "l:l CI:l CI:l CI:l CI:l &j >:: l7.l ~ (:Q (:Q (:Q co I:il I:il == 0 ."", d d I ....... e': 0 0 "5 '"0 ~ l::1 ~ 0 ."", d d - .- 'C e': 1-< 1-< ~ I = 0 0 d d 0 ~ OJ) g. g. 01 ttI ~ 0 ~ ~ "g CI:l CI:l l::1 ........ ........ d :;;s :;;s 0 0 ~ ~ = ..... d I 0 0 ..... t> .S ..... '"0 U 1-< 'C 8 ~ .... .U) 0 Q) 0 0 ..... 0 <'-l '0' ..,..... g. ~ 0 ~ 1-< 1-< 0 1-< 1-< 0 0 ~ p... p... CI:l CI:l p:., p:., I - - en ~ I l::1 ] p., p... m 0 0 l::1 ,-.., ~ ..... 1-< 0 CJ) 0 rr.J 0 .- m ] - ] ..Q .rJ ~ - ::3 Q u rg u I <: 0 u 0 - 0 t5 ......., U 1-< - co 0 :;;s co JI ] ~ ~ '"0 bO 0 U .- 1-< 2 ..... ~ 0 :> ~ 0 'C c3 0 0 ..... ..... I rr.J co Q E-< rr.J , I I I I I I I I . I I I I I I I , I Ql en '" .c: 0- C Ql Iii..... 00 ",0 N -g.8 90::0 q~= ~~! ~ :3" ct 4.s~ 0.. => ~~s '~.!1~ O-.ECIi ~~ 5, <n:::E~ ..... lJl C o CG Ua:: (I) co. g~ CG -~ C CG ~ o ~ ..-.... O~ a ~ J; L. (-- (I) c ~ 0 fI) fI) Q) ... "0 ..."0 Q.)<( :g"O ._ C ~CG W .(1) :;::,E o m 2z :c 0 .... ()) <(..... CD c()) I 0 0) 1O 'w E "" Q.) 0 0 DO 0 ..... ~s c 0 ~ CG -0 2: e! ..... Q.) c "0 0 c: U ~ ..... lJl 0 (, m m ..c ... ..... c: c 0 0 :;:; 0 CG 15 N 'c 2 m ro 0 .l!3 (/) ~ UJ 0 lJl 0 ro (I) '- ... Cl ..... "0 ........ C -0 e:- m 0 <( 0 m u. c "0 Ul 0 c: (/) lJl 0 <D Z :;:; CG (/) 0 0 Q) Q) (l.) 0 ::s E-o c .... !;{ ..... m-o H ~ (/) c z<( p.. ....... g 0 _0"0 <D 0 <D U. (I) o.....c: ..c ~ <DOCG (/) ..c '0 ~ Q) c ..... ..... Q:cE 0 :J fI) 'w 0 ::J ,+-oCG ooz c (l.) U. (l.)(I) - 0 EE x- ......... (I) :2 0 CG'- m N zD: lJl a: :J 0 I '-' u.. " " = ... ~ o >> ..- o (/) ... <D .0 E Q) E ca"': .e- t) (/) ot: .... coo.m .- 0 x Q) 0.. w>- '+- o ()) o c Q) 'C (l.) 0. X cD g ()) ; +J o i= ::s '- +-' lJ) C o o Q) ..... ro +-' (j) -. CD ~ cD . [/) ~ [/) ga p ~ u ~ E-l ~ r:r:1 r:r:1 [/) r:r:1 [/) ~ r:r:1 H p.. (I) E CG z I John D. Stephens, Inc. 272 Hurricane Shoals Road, NE Lawrenceville, GA 30046 Mitchell D. Stephens President I I I I I I . I I I I I I I , I Education: BS iii Civil Engineering Technology, Southern Polytechnic State University Professional Affiliations: Georgia Utility Contractors Association National Utility Contractors Association Registrations: Holds utility contractors. licenses in Alabama, Arkansas, Georgia, North Carolina, South Carolina, Tennessee, Virginia, West Virginia. Relevant Experience and Responsibilities: Mr. Stephens has been with the company since 1990 and has paid his dues in the field as a laborer, equipment operator, grading foreman and field engineer. As President Mitch is responsible for the company's projects in the Southeastern USA. His responsibilities include overall project management, client and sub-contractor liaison, field supervision, estimating, value engineering and analysis and scheduling. Relevant Projects: -:Reuse Pipeline & Diffuser to Lake Lanier-Contract 2 & Associated Road Improvements, Gwinnett County, GA 27,021 LF of 72" Steel Pipe Reuse Water, 4,000 LG of 6"-16" DIP Waterline, 3,698 LF of 8" DIP Gravity Sewer - Contract $26,253,585, Scheduled completion is June, 2009 -72" Reuse and 36" Level Creek Force Main, Gwinnett County, GA 5,500 If of 72" Steel, 720 If of 48" DIP, 10,180 If of36" DIP Pipe - Contract $5,786,016. _ SR 124 Utility Relocation, Snellville, GA 23,000 If of 36" to 6" DIP water line and associated services, contract $2,110,792. _ 48" PCCP Replacement Lanier Filter Plant to Duluth Pumping Station, 11,000 If of 48" DIP Design Build, contract $2,500,000. -O.H. Ivie Pipelme, Midland-Odessa, TX: Installed 156 miles of 53" and 60" PCCP-- contract $75,902,458. -North Fork Peachtree Creek Relief Sewer, DeKalb County, GA: Installation of 25,200 If of 42",48" and 54" RCP sanitary sewer - contract $8,889,963. -Lake Gaston Water Supply Pipeline, City of Virginia Beach, V A: Installation of 254,310 If of 60" DIP and PCCP - contract $48,759,444. -Beaver Ruin Force Main, Gwinnett County, GA: Installation of 66,900 If of 36", 42" and 48" DIP - contract $16,283,759. -Rockdale County Transmission Main, Rockdale County, GA: Installation of 81,800 If of 30" and 42" DIP - contract $12,686,608. Professional References: Don Hafner, Gwinnett County Dept of Water Resources - (678) 376-7126 Hussein Khorramzadeh, Gwinnett County Dept of Water Resources - (678) 376-7128 Wayne Phelps, City of Virginia Beach - (804) 427-8035 I John D. Stephens, Inc. 272 Hurricane Shoals Rd, NE Lawrenceville, GA 30046 Brian Beaubien Project Manager and Estimator I I I I I I . I I I I I I I , I Education: BS in Civil Engineering, Georgia Institute of Technology Registrations: Engineer in Training, State of Tennessee Relevant Experience and Responsibilities: Mr. Beaubien joined the company in 2002, and brings 11 years of experience in estimating, project engineering and management, in a variety of heavy civil projects including sewer rehabilitation by trenchless technologies, wastewater and water treatment plant construction, landfill development and closure, and pipeline construction for water, sewer, and stormwater systems. His responsibilities include estimating and project management, client and sub-contractor liaison, field supervision, value engineering, analysis and scheduling. Relevant Projects: - Sycamore Road Improvements with Associated 60" & 72" Pipelines, Gwinnett County, GA, Project Manager for the installation of 16,400 LF of 60" Steel Pipe- Potable Water and 8,733 LF of 72" Steel Pipe Sewer Line. Contract - $17,345,247.31, completed in November, 2008. Owner is Gwinnett County Department of Water Resources, 684 Winder Highway, Lawrenceville, GA, James Henderson (678) 376- 6758. - Sycamore Road Safety Alignment, Buford, GA; Project Manager for the installation of 2,650 LF of 72" Steel Pipe, Raw Water Main. Water Line work was incorporated with road realignment (by others). - Contract $2,602,285.00, completed February 2007. Owner is Gwinnett County Department of Water Resources, 684 Winder Highway, Lawrenceville, GA, Lynn Smarr (678) 376-7114. - Cherokee County WSA Old Hwy 5 Sanitary Sewer Lift Station and Force Main, Woodstock, GA; Project Manager for the installation of 22,920 LF of 16" and 18" Force Mains, 21,670 LF of Sanitary Sewer from 6" thru 24" Diameters, and 1 5,400 GPM Lift Station. - Contract $6,874,937.60, completed in April, 2005. Owner is Cherokee County Water and Sewerage Authority, 320 West Main Street, Canton, GA (770)479-1813 - Nancy Creek Interceptor Sewer, Bartow County, GA; Project Manager for the installation of31,020 LF of8" to 30" DIP - Contract $3,266,344.58, completed in 360 days, allowed 540 days, completion date was May, 2005. Owner is Bartow County Water System, 135 West Cherokee Avenue, Cartersville, GA (770) 387-5002 -Harris Creek Gravity Sewer, Forsyth County, GA; Project Manager for the installation of 9,500 If of 36" DIP - contract $2,500,000, change orders extended contract by 3 days, completed on schedule in March, 2005. Owner is Forsyth County, 118 Castleberry Rd, Cumming, GA (770)888-8872. Professional References: Luiz cavalcanti, Gwinnett County Dept of Water Resources - (678) 376-6742 Barry Lucas, Forsyth County Dept of Water & Sewer - (770) 781-2160 ext 2793 Bill Livingston, Welker & Associates/PBS&J - (770) 422-1902 I John D. Stephens, Inc. 272 Hurricane Shoals Road, NE Lawrenceville, GA 30046 Steven J. Archer Project Manager and Estimator I I I I I I . I I I I I I I , I Education: BS in Civil Engineering Technology, Southern College of Technology Relevant Experience and Responsibilities: Mr. Archer brings to the company over 15 years of experience in estimating, project engineering, design and management. He has worked on a variety of projects for which his duties included evaluation of grading plans to facilitate proper drainage, route, and design. His responsibilities include estimating, project management, design, scheduling and value engineering and analysis. Relevant Projects: -Design/Build 36" Water Main along Spot Road, Forsyth County, GA 27,800 LF of 36" DIP - Contract $5,385,000.00 (2008) -Peachtree Industrial Blvd Sewer Extension, Buford, GA 8,500 LF of 12" DIP- Contract $1,490,188.50 (2008) -Bramlett Shoals at Shoal Creek 48" PCCP Replacement, Gwinnett County, GA 2,295 LF of 48" DIP, 1,575 LF of 12" DIP - Contract $2,174,346.00 (2008) -I-85/SR316 Water and Sewer Replacement Project; Gwinnett County, GA Gravity Sewer: 590 LF of 16" DIP, 2,120 LF of 12" DIP, 1,341 LF of8" DIP Water Main: 2,200 LF of 16" DIP, 325 LF of 12" DIP 1,250' of 16" water main suspended from the new Old Norcross Bridge. Coordinated all work with property owners and C. W. Matthews during the construction of the New I-85/SR316 Interchange. Contract $5,016,874.00 (2007) - Yellow River Force Main, Phase III; Gwinnett County, GA 10,500 LF of36" DIP - Contract $2,916,962.75 (2006) -Rockbridge Road Water Main Relocation; Gwinnett County, GA 5,000 LF of 12" DIP - Contract $714,946.00 (2005) -Mulberry Force Main & Gravity Sewer; Gwinnett County, GA Force Main: 15,000 LF of 16" DIP (2006) Gravity Sewer: 6,870 LF of 12"-24" DIP - Contract $2,240,470.65 -The Parks at Stonecrest, Residential Development; DeKalb County, GA (2007) Gravity Sewer: 43,972 LF of 8"-10" DIP/PVC Force Main: 2,000 LF of 4" DIP Water Line: 47,832 LF of 8" DIP Storm Sewer: 38,005 LF of 18"-60" RCP/CMP Pump Station 843 Lots Developed - Contract $12,657,634.00 Professional References: Luiz Cavalcanti, Gwinnett County Dept of Water Resources - (678) 376-6742 Manoj Bhimani, Gwinnett County Dept. of Water Resources - (678) 376-7117 Donna Kukarloa, Forsyth County - (770) 781-2163 Kent Brooks, Kellogg Brooks Development - (770) 722-5342 I John D. Stephens, Inc. 272 Hurricane Shoals Road, NE Lawrenceville, GA 30046 George C. (Chris) Powell Field Superintendent I I I I I I . I I I I I I I , I Relevant Experience and Responsibilities: Mr. Powell was hired by John D. Stephens, Inc. as an equipment operator in 1986. He was subsequently promoted to his current position ofField Superintendent. Chris' responsibilities include the onsite, hands-on operation of his projects and assigning and managing the people, equipment and the progress of the project. Relevant Projects: -Middle Settingdown/Lower Squattingdown Creek Gravity Sewer, Forsyth County, GA; 28,210 LF of 8" to 30" DIP - Contract $5,464,050.08. (2006) -Old Federal Rd Pump Station/Brewton Creek Gravity Sewer, Forsyth County, GA; 2,699 LF of 14" to 24" DIP and Pump Station - Contract $1,293,716.00. (2006) -Upper Squattingdown Creek Gravity Sewer, Forsyth County, GA; 12,000 LF of 12" DIP, 3,200 LF of 16" DIP - Contract $2,303,425.00. (2006) -Old Hwy 5 Sanitary Sewer Lift Station and Force Main, Woodstock, GA; 22,920 LF of 16" to 18" DIP Force Mains, 21,670 LF of6" to 24" DIP Sanitary Sewer and 15,400 GPM Lift Station. - Contract $6,874,937.60. (2005) -Nancy Creek Interceptor Sewer, Bartow County, GA; 31,020 LF of8" to 30" DIP- Contract $3,266,344.58. (2005) -Ivy Creek Sanitary Sewer Interceptor Replacement, Gwinnett County, GA; 3,190 LF of 54" DIP, 3,300 LF of 16" HDPE fused for Bypass Pumping - Contract $1,540,006.75. (2003) -Harris Creek Gravity Sewer, Forsyth County, GA; 9,500 LF of36" DIP - Contract $2,500,000.00. (2005) -48" PCCP Replacement Lanier Filter Plant to Duluth Pumping Station, Gwinnett County, GA; 11,000 LF of 48" DIP Design Build Contract $2,500,000.00. (2004) -120" Raw Water Main, Charlotte-Mecklenberg, NC; 28,355 LF of 120" Steel - Contract $29,562,503.00. (2000) -Buford-Lawrenceville 78" Water Transmission Main, Gwinnett County, GA; 57,175 LF of78" Steel and 48" DIP - Contract $27,338,371.00. (1999) -Upper Nancy Creek Relief Sewer, DeKalb County, GA; 19,200 LF of 6", 24" and 30" DIP - Contract $2,154,911.00. (1996) -Olympic Field Hockey Centre, Fulton County, GA; 2,660 LF of 30" to 120" RCP, Bypass Pumping required - Contract $3,549,947.10. (1995) Professional References: Luiz Cavalcanti, Gwinnett County Dept of Water Resources - (770) 678-6742 Kathy Freeze, Charlotte-Mecklenberg Utility Department - (704) 399-2551 Neo Chua, DeKalb County Public Works - (404) 371-2874 Donna Kukarloa, Forsyth County- (770) 888-8872 I John D. Stephens, Inc. 272 Hurricane Shoals Road, NE Lawrenceville, GA 30046 David C. Steffes Field Superintendent I I I I I I . I I I I I I I , I Education: BS Civil Engineering, Southern Technical Institute Relevant Experience and Responsibilities: Mr. Steffes brings 20 years of experience managing utility projects. As Field Superintendent, David is responsible for supervising projects in the Atlanta Metro market. His responsibilities include tracking daily production, scheduling material deliveries and coordinating with the owner and subcontractors. Relevant Projects: -Bramlett Shoals at Shoal Creek 48" PCCP Replacement, Gwinnett County, GA; 2,295 LF of 48" DIP, 1,575 LF of 12" DIP - Contract $2,174,436.00. (2007) -Central Supply Reinforcement, Cherokee County, GA; 17,400 LF of36" DIP- Contract $3,771,390.00. (2006) -Nancy Creek Interceptor Sewer, Bartow County, GA; 31,020 LF of8" to 30" DIP- Contract $3,266,344.58.00. (2005) -72" Reuse & 36" Level Creek Force Main, Gwinnett County, GA; 5,500 LF of 72" Steel, 720 LF of 48" DIP, 10,214 LF of36" DIP - Contract $5,786,015.82. (2004) .48" PCCP Replacement Lanier Filter Plant to Duluth Pumping Station-Design Build, Gwinnett County, GA 11,000 LF of 48" DIP - Contract $2,500,000.00. (2004) -Old Hwy 5 Sanitary Sewer, Lift Station & Force Main, Cherokee County, GA; 18,623 LF of 16" DIP, 3,934 LF of 18" DIP, 20,319 ofLF 10-24" DIP/PVC- Contract $6,874,938.00. (2005) -Ivy Creek Sanitary Sewer Interceptor Replacement, Gwinnett County, GA; 3,190 LF of 54" DIP, 3,300 LF of 16" HDPE fused for Bypass Pumping - Contract $1,540,006.75. (2003) -Westland Force Main and Reuse Line, Oconee County, GA; 28,002 LF of 8" C900, 28,002 LF of6" C900 - Contract $1,351,694.50. (2005) Professional References: Don Hafner, Gwinnett County Public Utilities - (770) 822-5006 Hussein Khorrarnzadeh, Gwinnett County Public Utilities - (770) 822-5405 Curtis Bokey, Forsyth County - (770) 781.2234 I John D. Stephens, Inc. 272 Hurricane Shoals Road, NE Lawrenceville, GA 30046 George A. (Tony) McCullers Foreman I I I I I I . I I I I I I I , I Relevant Experience and Responsibilities: Mr. McCullers was hired by John D. Stephens, Inc. as an equipment operator in 1974 and was subsequently promoted to Job Foreman. Tony's responsibilities include the on-site, hands-on operation of his projects and assigning and managing the people, equipment and the progress of the project. Relevant Projects: -Bramlett Shoals at Shoal Creek 48" PCCP Replacement. Gwinnett County, GA 2,295 LF of 48" DIP, 1,575 LF of 12" DIP - Contract $2,174,346.00 (2008) - Level Creek Force Main, Contract 2, Gwinnett County, GA 32,000 LF of 36" DIP - Contract $10,926,120.60 (2007) -North Gwinnett 30" & 48" Transmission Main Phase II, Gwinnett County, GA 15,740 LF of 48" DIP, 6,485 LF of30" DIP, 220 LF of 6"-16" DIP - Contract $7,465,404.60 (2007) -36" Force Main Yellow River to Beaver Ruin Phase III, Gwinnett County, GA 10,500 LF of36" DIP - Contract $2,916,962.75 (2006) -Old Highway 5 Sanitary Sewer, Cherokee Co, GA 22,920 LF of 16"-18" DIP Force Main, 21,070 LF of 10".24" DIP Gravity Sewer - Contract $6,874,937.60 (2005) -SR 124 Utility Relocation, Snellville, GA 23,000 LF of 36" to 6" DIP water line and associated services - Contract $2,069,213.90 (2004) -48" PCCP Replacement Bramlett Shoals Road, Gwinnett County, GA 17,502 LF of 48" DIP - Contract $3,948,980.75 (2003) -Alcovy River Force Main, Gwinnett County, GA 7,900 LF of 48" DIP, 50,400 LF of 36" DIP - Contract $10,087,809.02 (2003) -RivercliffSubdivision 8" Replacement, Gwinnett County, GA 8,818 LF of8" DIP- Contract $609,080.89 (2002) -Rockdale County Transmission Mains, Rockdale County, GA 81,800 LF of 30"-42" DIP - Contract $12,464,651.81 (2001) -Beaver Ruin Force Main, Gwinnett County, GA 26,000 LF of 48" DIP, 28,000 LF of 42" DIP, 12,900 LF of 36" DIP - Contract $16,283,759.00 (2000) Professional References: Richard Crowe, Gwinnett County Dept of Water Resources - (678) 376-7107 Mark Ruprecht, Gwinnett County Dept of Water Resources - (678) 376-7112 Kent Wilson, Gwinnett County Dept of Water Resources - (678)376-7102 I John D. Stephens, Inc. 272 Hurricane Shoals Road, NE Lawrenceville, GA 30046 Steve Brownlee Foreman I I I I I I . I I I I I I I , I Relevant Experience and Responsibilities: Mr. Brownlee was hired by John D. Stephens, Inc. as an equipment operator in 1974 and was subsequently promoted to Job Foreman. Tony's responsibilities include the on-site, hands-on operation of his projects and assigning and managing the people, equipment and tlle progress of the project. Relevant Projects: -Peachtree Industrial Blvd Sewer Extension, Buford, GA 8,500 LF of 12" DIP- Contract - $1,490,188.50 (2008) -24" Mineral Springs Road Water Main Design Build, Gwinnett County, GA 17,200 LF of24" DIP - Contract $2,150,000.00 (2007) -Level Creek Force Main, Contract 2, Gwinnett County, GA 32,000 LF of 36" DIP - Contract $10,926,120.60 (2007) -I-85/SR 316 Water and Sewer Replacement Project, Gwinnett County, GA 2,050 LF of 16" DIP Water Main; 4,020 LF of 8"-16" DIP Gravity Sewer - Contract $5,016,874.00 (2007) -36" Force Main Yellow River to Beaver Ruin Phase III, Gwinnett County, GA 10,500 LF of36" DIP - Contract $2,916,962.75 (2006) -Upper Squattingdown Creek Gravity Sewer, Forsyth County, GA 3,200 LF of 16"- 18" DIP, 12,000 LF of 12" DIP - Contract $2,303,425.01 (2006) -SR 124 Utility Relocation, Snellville, GA 23,000 LF of 36" to 6" DIP water line and associated services - Contract $2,069,213.90 (2004) -48" PCCP Replacement Bramlett Shoals Road, Gwinnett County, GA 17,502 LF of 48" DIP - Contract $3,948,980.75 (2003) -Alcovy River Force Main, Gwinnett County, GA 7,900 LF of 48" DIP, 50,400 LF of 36" DIP - Contract $10,087,809.02 (2003) -Rockdale County Transmission Mains, Rockdale County, GA 81,800 LF of 30"-42" DIP - Contract $12,464,651.81 (2001) -Beaver Ruin Force Main, Gwinnett County, GA 26,000 LF of 48" DIP, 28,000 LF of 42" DIP, 12,900 LF of 36" DIP - Contract $16,283,759.00 (2000) Professional References: Richard Crowe, Gwinnett County Dept of Water Resources - (678) 376-7107 Mark Ruprecht, Gwinnett County Dept of Water Resources - (678) 376-7112 Kent Wilson, Gwinnett County Dept of Water Resources - (678)376-7102 I ~ - o ~ .. '" to a.. I I I I I I , !fi1.~1 u 0 c'"", z rx: cflfjJ -. en ..,~{ en ..J < lt~\ Z < (!) '''', W 0 .B~ J: J: w~l o.en::llQ:\ l:!w>~ enzw- .< \-; O u u"~..J - z'..,., zrx:w~ J: rx: rx: If)~ o E s: i&..~ .., ... <I: ""M ~ -JI . I I I I I I I , I OZ wQ !;ilu ::5..J -0. "'::5 eno Wu o ..- o N ::i ::J .., z o i= 0. C2 u en w o U) c: Ul al E :; ~ al~o .<::>- OUl.... enl5 .... ~ ~ i ,9 ..!l! v : o't-U)CX) ::J O?'<t ~""'22 c: C._ .r:::. omc...... uElll&. t.IT ... U ~ ... z o u o o ci o o ci o o N t.IT <"l U) 0> <0 U)eD '<tt- rx: 01* ffi s1UgrD z 03:<= ~.<::(!)-U So c::g.v ::JJ:VO 8ti>~fi ~"Ov(f.) -e:O ~5 ffi ~ c:>'-co '?;~ ~~ (!)<O-Jrx: (f.) rx: w w z 13 z w <"l U) 0> <0 LO~ rx: ~&5 si1UgrD 03:<c I~.c: (!)-U e::g.v ::JIvo OL.,=..c U v';;; 0 t-g8W ~>ii'E c:>.....<<I '?;~ ~~ (!)<O-JO:: 10 0'11: .., iD U) (f.) Z o <c w :2 -J W 5w0 W(!)rx: Io::O g:5~... 00u..~~<5 ZOwrx: " owS....:":' j::0wZ5 0~(f.)80 :;)Z>- u O::w...-J_ ......_<(v (f.)z>:;)~ 5 <c ~ ~ '?; 0:2(!)<((!) w ::5 <( z ... u w .., o rx: 0. o Ci N 26 ::J .., <J) "Oc: V .- _Ul ::J E al~ .<::$ o Ul (f.) 3: 00 !!! e: ~' g..!l!~ g'O U) ~.....2 5'~ ~ 0E<o o <0 M <"l U) ci <"l 0> <<i t.IT <"l U) 0> <0 U)eD '<tt- rx: 0!2. S(;g~ ~1<5:g e::g .v ::JIvo 8ti>~fi ~-g~(f.) ~>ii"E C>L..m '?; ~ ~ ~ (!)<O-Jrx: S <"l U) 0> <0 1O~ 0:: ~1&5 siUgrD 03:<(1::0: ~~<-:~ ::JIvo 8Q)~fi ::::-g8UJ ~> ii'E C:>i-ttJ '~~ ~ ~ (!)<O-Jrx: N <0 U) o ~ ~ ... :;) Z OwO W(!)0 5rx:~ (f.):5~<( oOu..Z(!) Z 0 <( . OW(f.).i i=~~5 0<(<(0 :;)Z:20 O::wrx:~ ......wv (f.)Z e: Z - !;i .S 8~s0 OJ o o N ..: v .0 ~ o u..u.. ..J..J 00 00 U)oo cS~ N ll.o. 00 <ON <"l~ ro N 00 ~ 6 <"l ~ " EI7 <J) v N iE N :;::; N :;) m ~"O<O~ E~""'~ ~1D&:l0 ~32JgNt::: .g~~~~ m oe:::: 0 (,) c3~e,g~ -0100> ~1ijg1ij ~ ~. .c: .,....c: E 00U)0<( S d8 ~ .5(t) ~ . v U) U)~ M JMJJ ~ 'o~' I~ gOt-o UJ-c'C'""'It:. <(roNe: -g1l.~Jg Ul.sl0.!!! E12z'd ~,gcD:2 ~015~ ~'C'""''=..c: ,5~ l1! ~ ~~0"" 0> OJ U) o w (f.) <( I 0. rx:z l:!<c <(2 SZ ...Q0 ~~Z $~cD J:(f.)~ ...z.9 ::><(~ orx:l1! (f.)"'U o ..- o N e: ro .., u.u..u.. ....J -J....J 0000 <000 0><0(0 <<i66 ll.o.o. 000 <ONCe <"l~~ o o cO t- N N t- o U) EI7 1: '0 U) .., N iii ~ l5 g (5C\1Q1 'gEt=0'E;;l; a::2~CI)ro~ C~~$CCCN e~ g ~3!~ vv::cv'-~ "Oiiioo"O~(b ~$8l~~co s ti <0 .= t- v ~ ~4)'C'""'~ o~g&l 2Ci5OJ~ oOVN~ ~v0~ 3l:S(f.)~ ~ ~.!!!"~ Cl~:S;~ ~~~~ (3~c9~ o o <0 Z o en en ~ en(f.) z... ~Zu "'~en <( w - ..->e: wog enrx:ti> <(0.-0 ii2~ I I I I I I I .' I I I I I I I , I = III '" l'II J::. a. 1: III E.... 13o l'IIO N -g-g 90:0 (DIlIZ 9"Ot) v~1lI '" 1:710" ~~a: Od~ z'Q.= tiflS aJ....::J Cj'1Il I.o.c.s a.-1I.l a. c :J a!j'iij0l CI)::?:~ '- (1) c :: o ~ CO (\) w w ~ "0 "0 ID~ (\)"0 CC '5> Cl:i CQ) WE 13m (\)z ~ .c o -< C Ol -w C (\) ::l 00 E ~ r-- I o LO "'" o o . o ~ ::J:l u <tl E-t E-t <tl ~ ~ ~ m II) II) Q) u Q) C ~ ...... <D <D .c II) C o 'w c (\) X (\) (\) II) :::> ---- a::: W o o en LL o Z o ~ o LL :J ~ :::> a LL o 2 0::: o LL (\) ..c ...... C "0 (\) ...... JQ E o o II) co .c c o :p co .!:::! c m ...... o co .l:;c C 0 0-- OID E o u ~ Cf.l <tl ~ H p.., Lf- o 2 co Ow U) ~ U "0 ~ U C lIJ co 85 (1)'- E"O co "0 z<( 0......"0 ......oc o (\) <tl ~-o Q) ......'-E 5 a... co o'Oz (\) <D E E ";:: m CL~ o :;::; U ::l '- ...... U) c o u (\) ..c ...... ........ lIJ ::J ......... <<- N I .. - o T'" .. '" OJ Q. I I I I I ~tol . . '<t ~~gl'" _ ('I), u)~<( 1m C5 ~ ....,._ :I::I:W .~ ~ ~'.I....'....'.:.. '00, -z O::w 0::0:: I \l~~. I I I I I I , I ..J <( :z u: '<t o o ~ <0 o ..- :z o i= 0- 0:: (,) m c u.. u..:Ju..LJ, ...I<of-'-' 1'-1'-1'- ffl o.~ ~ ~~~N 0. ~BB~ ~~ - I 1M~~io ~ I- (,) ~ I- :z o (,) o 0> ..; N 0) <0 o ~ 0:: W :z 3: o N ~ I'- ~~ tt>-~~ O~:(~ ~.g,:9~ c:.- .. (/) i5::~> OID>,!!! :I:l-gflu :g 5> e:: ~ c:::>~c ,- '<t;;: 0 ~?5~& ~ s 0:: W W :z (!j :z W N '<t I'- .0<0 '<t' 0<0 :::l >-o~ 0-11l<'> O;;:<t:$ ~~ Cl lO cl.9 .- ;:,:c ID"", OL--:O U~~~ :I:lle 0 e:: ~F> e::~ cP ~I..L ';E '<t ;;: !:l Cl?5~Ui ~~ ":l .0 ~ W ::J!: <t: Z I- o W ., o 0:: 0. :z o ~ o o ITj<( o::Cl >-~ !::; e:: ;d5 ~~ ~:g .-'e:: ffi~ '<t o o N .0. ~ ~:J~ 888 Cii ~.o. N ;;: '<t ~ ~B5B 11ls... _ ~N~Co ~ ~ eg. <0 '<t ~ .0 :::l ;:~ 0- iV' g <0 O;;:<t:~ ~~:91'- 5:faft::.. 00 ~ i1:1l!! CD> 0 :I:l"gfl.Ql ~5>:ijS2 5;; ~ ~. ~~ ~~i U) .0 '<t ~r:;: o'<t Er iV'g <0 ~~;'1;S .::; C)V,..... e:: - .1'- ;:,:I:ID~ 00 ~= l!! CD> 0 :I:l-gfl.Ql ~15> :ii1S2 5~ ~~ ~ ?5 ~ .~ <0 '<t '<t ~ 0- 0:: UJ ~<t: ;::Cl u..,..- ::.:::'-C UJ3 ~p ~~ <(e:: 05 :c;;: U)Cl .0 o o N B ~ ~ 5 u.. ..J o I'- o_ N B~ e:: .. ~o-o t: ::> - - 'm ~ Cl E :2~~~u) 2l I '> I g &~~~ti o <0 r-: C") 0> ~ I'- to ~ C") ..- to <t: '7 ~Qi ~ >l!!'<t~ ~U5 (; S S:::c:0('.. 5iiiC")t:. O:2<t:E IDiiiCl~ ~CDC::l1l eSB(5 1!~~== OC")~OO '/) o N o 0 N ~ ..- I ID N o~ ~ e::~ S "'oiol:: IDo ~ ~~~g 00-0_ lil >-C") ~ f/)~11l <(.5 <t: Cl,.::; O/l 11l -I-' Ciio.:llle ~8~.€ S~~~ I'- '<t '<t lfC!i .o~W :>; >- ~ <t: e:: ~ -~ :r->-u ""O::ID :::!<t:ID 1-'"'" :;0 o "':: ~ ..J<t:~ OU)"" g ~ 0> :;;; C"l ~ o o o .,.: ..- B to '<t o o ci o o ci o .0 li .o'<t '<tC"l 01'- ~ >,0'9 g.t1lC"l<o ~~;'1;~ c .Q>v rb ;:,i:,glO 0....-:: ~~~€ -e::oE :g~:ij:n' E~~:::: ~~~ ~. S ti .E~ :g 1t:>1~ .0 ffiO- :b "5~or-lO I,.~ t1l ::; ,. 1"'...100 1clll!!C"l::::: f/)o<(~ ID E ,n ~ CQ)'-'-:: ~ i) ",:2 e::Cl:!l>- EQ~o~ ~?5z~ to ~ 5 1;e WI-'<t: 15 ~ '/) <t: oct~ Cl :50::~0~ O-UJ ..Je:: WI-'''':::;;:' 0::r;!:-'iii8 '- Qi l.!:!:!~:; ~ Z ":J'- eod'",UJ;;: '<t.::J..IOCl .0 o o N is. <t: u.. ..J C"l C") to ~ f1;: o co o .0 ..; <0 o r<i N ;$ <0 I'- <0 >- J, ~co~ ..- . Cl.o 0 -0 'O..c::C"l ,E'E<(5 ffi~~~ o "Ec: >-8.E! l'O G~~~ U) g gJo 0 :ijg ;! ti~.m<o::r Ffl~~~ - ~ -0 co '8~8C')B gEN$> :> 0 I,J ~ 0/l0 g>.c:0- ~~~:2g> ~~~c5(5 .0 .0 '<t ~ o 0::>- ~~ ~~ u..~ 0:: _ ~'E ~~ I'- o o N .c: o m :2 u.. ...I u.. .0 ..J 0 N 0 I'- - C 0>. ~ ID ~ 0- g- '-' u.. ~:2 ID'-> :J Nr,,2e:: ~ ~ ~.E 8 a; ~ :) ,g .... .'!1 11l o. e:: I'- 0:: t1l f/)W I~N.:i'<t U5 o~. ~n '-D..O ..J 50 80:= CD:::: <0 c.e ('t') co ..- ~ ro L.J .- ~c!>~~v~co~ci: o o ~ <0 r..: l.O <0 N -;;; l.O CD N j~ ~ :::i - I alal<o~ E~~~ .@logR <t: ~ J'-. iii~C!i-B Glo 0 l3 a:: Sm :g~~~ l5~~~ ::Q S g. 0 o t:: (5 '7 !!,~ ~ e::t= N sa.. 0 ~~ ::::: gl.g~:g 01"-' 8 l'O c~C"l~ ~~C!i~ g-~ . ~ Q)os~ >e- ;:, ,3 'N c5 $ O'l .0 '<t I- U) UJ 0:: o ~ g en !;( i~ w~ ~D I 1O ~ 1() ~ 1O 1() ~ ... ..J !:2 0 0 0 0 0 0 .... <( 0> N 0 N N " - . 0 Z ~ 0; N Z? ~ N u: iO cS ~ oj ~ .. ~ N 0 ::> 0> 0 CD <"> ~ <( .. I:l. <Ii e LL <II '" ~~ , E.lij Q) Iii .... E 0. 00 2 ii: 00 E <II ~ rDrD Z .... .... 3: ~ NN 0 :J LL 0 0 ~ I ...I LL ~:J e Cl ~ 2 b LL e::Q) j:: ...I '" n;.5 0 Q) l!! 5 ,::; .m ...I g D- o 1() 0 ~ Ui <II lflO/l 0 0 ~ :a..J 1O N ~~ .:! ii: <"> <O_ N ::> ~ .~ f! 0 '2 ~ a>Q) 0 r-: ~ w lCi~ '" @~ 0 0'" ci ~ ~ ..t 0> <0 ....::> ~ lI) .8 e .8 e() Oa> W g Q) l/l ~D- u..0:: I 0 ~ Q: a> l/l Q: 00 D- ~~ l/l e:: ::> - ~ ~ % 0 0 l!! 0 .i':' 0. <Xl 00 0 00 0. U 0 mOl l/l .g s: 0.1'7 (.)(.) g -v b N' ~ e co <11- N io Co io e:: ::> 0, o1lg Co <0 N N ~<Xl ::l ~ <"> -v <"> I 0 g 0 0 0 a 1O <A- a a 0 a 1() I'- I- ~ ~ to c:i ~ ..t N 0 0 -v a a Ol ~ ~ Ol Ol 0 a <0. eD ..t ai ~ I I- 3:_ 1() t; a -v ;;:; 1() 0;_ Z ~ \i ~ <">. 0 ~ ;;; ~ 0 I W Zeo g o6~ .... N 'E I'- ZO:::o E a a> I'- 3: I'- a> ~ -:.mM 2 cD I'- ~ 00 E 'ci I m..J<( l/l N N 00 0. ~ :b ~ Q) 0 1()1'- 1O~ (') 00 1()-v ~~ 1O 1() Z<(Cl ::l 00 C!;~ -vI'- 0/1 ~ 00 '<t(') (') '<t ';) wO ~ e 0' Zl 01'- oQ 0 ::I:::I:W 0::: .... ~ ~~ ;:J 01'- 1r 0<0 lii oor g~ il;'t e e to ~ 0 :n D-cn..J W a> 0- >- (')<0 >- <">~ ~ '<to ~ >. "'f >- (') Z ~ <( 0<0 m 0 m j! 01'- m <II m ~I ww=' (')<"> 0 ! <(';:' ! ~~ 3: <(I'- LL <Ii <Il I'-~ 3: ~I S: 01'- mOl . ~::i [ij :> a> <(0 Z. Cl_ ~ .i':' (')(Il .i':' ~ ClC? <Il Ic6 Q) ~ (') .i':' .c: 0 Q) Cl ~ .i':' ~ Cl '0 0 8:sr ~ c Z. .>c: Cl!:: e :E e *,,0 ~ ~~ e ~ _<Xl in .~ e:: ~ o!:2~~ e e ::> ~,g ::> e ::> ~~ ~ () 0 <">0 ::> m ::> -0. ~ lii ~ ~ s:~ ::l 8 :J ~ <II -v 0 .... E <Il ~E ~ ~~ (Il 0 s: 't!:li1ii!1 8 3 >e> 0 Q) 0.. ~ <(>. <Il 5 .~8 ~ '0 Q)<Il ~15 0 ~ g'~ 'al f! Iii ~& 'al '0 Q) e:: gco q; e:: ~ e:: ~~ Q) ~ 0 CO 0:;:) S:c ~ $: Q) ~ ~ ~ E OJ ~ '0 C!? e:: e:: ~~ e:: C e:: e:: <Il OJ e OJ 6- ..,::1:<( OJ OJ e:: e:: l!!e:: E2 C e e:: e:: a ~E e:: ~ I ~..J 1:: 1O 1::e:: ~ '<t 3: OJ ~ '<t 3: (Il '" 00 ~ '<t ~~ 0 1:: <II to .~ '<t e:: ~ <"> ~~ <Xl ~Ci5 00 <IIt5 0 ::>0 00 j~ 0 <II e:: I'- 6~ 00 <II ~ Cl <0 <0 u.. ~ 00 to 0 0- u:: N <0 ...I :2 m ~ ~ m S: m '/) s I 0 1O <( g 0 I I'- 0 ~~ a cD 08 0 0:: ~ (') a 1O 0 W ow ~~ lON .5(') 0 to-v Ci5 I'- to W 1O -v~ Ci5 to -v(') <">0 ~ ~ Z ~z ~ ~ g~ 01'- d ~ ~ 01'- ,j <00> ti ,}, <:5 :;:) 0' 0 ,j ('),}, OC9 0 lOa 0 ~ ~~ >- iii >- >- (')<0 m >. 0:: N' l/l ~ oo~ m ~~ ~ ~ I'- m 0:: o>N <II (')<0 () ,(') l/l Z <: ~ <(C? <( m 0 3: ~t? N-v <( I W Cl Ci N-v E 'E g9 fc:s ~ NlO re 'S ~l/l .i':' I~ Cl~ 0/1 .i':' ~ ~~ 0/1 Cl .g <">1'- Cl e ~ 0 e:: (')~ C I .3: -<0 l/l I'- e :E _00 OJ l/l l/l ~i rg 0 ::> ,mo ::> ::I: ~i:! OJ ~ <(l/l ::l ~~ m Cl (')1'- OJ ~ ~ ~~ {3 ~ -.0 0 Cii E .>c: ClE 0 ~ e e E 'S: e> () ~ .- ,.. c <(..... > <Il 0 iii:E e 0 <II >. OJ Q) '0 ~o <II ~ <Ii~ 0 e Cl~ <II <II - <II l/l 0 ~ e:: gm ~ e -, e ~~ Cl ~ -, .c: l/l"O Q) co 2~ <Il ~ Q) ~ e <Ii m ~<( Q) ~ -co <Ii m e<( Q. e:: l!! CD e:: l!!.>c: e 1::e I Ol @.g e 3: > e (J) 1O o~ e:: ~~ Iii ~ <11._ a> 1O f2 g 0 1() ~ -v .~ '<t 3:e >. -v ~~ .~ to 0>> >. ~ Q) a ~o:: <Xl (Il2 00 (Il <II <II ~ ~~ Q) 1() ~~ ~ ~~ 0- to <0 ...1m <0 ...I co ~ -v g'll: N -v 1O 0> ~ N ~ to to <0 to 00 -v -v '<t -v -v -v -v I 'i 0:: W 0:: 0:: $: ~ 0 ~ ~ lli 0:: 0- ~ 's: W W ~ ~ ~ Z Z I 2 ~ 3 0 ~ <( L;j <( >- 0:: () 5 j:: :2 Z ~ @l ~<( (2<( co I- ~ ~<( () ~ w w~ 0 ~ r 0 <( >.Cl ~ ~~ ClCl W J: () I- W Cl Cl w - mz:; ~ I- ~% 0:: ~z:; Z 0:: =z:; .., m z:; ~ m.i':' ~ o...i':' 0 ~ 0 ~ ~ 0 0/15 3g u.. we:: 0:: W e aJ8 We 0 ~ -::> 0 W5 m5 0:: ::l Cl 0::::> ~ <(0 ~ 0:: D- () 0 iJ] ffi =0 (){3 ~. :au ~ ~8 5 ~~ ~g ...I I-~ <(~ TI~ ~ ~ <(OJ g~ ~~ ...I o::~ ~ $2 :.:: 0::>. -g; 0 0. i j . e ~~ () ...15 O::m 12 ~I~ ~ 8 Ze I ~ m8l ~8 ~ ~0 <(0 Co ~ ~ ~, ~8 :eLL -V CO 50 <(0 I .... '0 M III '" .. Co I I I I I .~~. 000. Za::O -:(I)C'? I (I) ..J <C Z<CCI wOo :I::I:W a..(I)..J WW:::! .~~~" :I: a:: a:: I Q~~I I I I I I I I ..J <C Z u: ~ o N to ~ ii'i Z o i= a.. ii o (I) W o ~~:J~~ 00000 LOO'<tC')O> '<;t'<;tO>tO...... rvu5r;~- ~ 9:9:~~9: OOuoo 10 COO"rO __NN("') fll- l- o i:i I- Z o o ~ LO o r.i to '<;t ~ a:: W Z 3: o N ...... to to C') r:b ~ to _ to (I).~ R x ~g!:::-~ >. ",r'l III C') - E:'~.g to r:: III '- ::J..c ro~ !,.~ Q) ..:x: ~ r-':;;g~<<i ~~E~""" f!tOEr::R ~::881'-- IJ a:: W W Z c; Z W o og g ~~ ;h 0(1) ~ ~"OC')6 ~o::~r--~ _M'EOt:::.u.. "" oC') r::N ::l]j<(lil?i3 E-uC).2"i ~~:i~~ "'(/) 0 >.~ Q)LOOCO ~;! 0 ; r::: '<;tZO ~~ ~ '<t W :ii: <C Z I- o W "") o a:: a.. Z --SO:: ZOW ~O?; o~~~... ->-0 1= I- . ==s>f ~g 5 :J..Ia:: (..J r5w ~ oS f! ~g5~ LO o o ~ ~ ~ "0 III Ul III U e: U. W"" ....J III r:: -1)1 o~l!!w o u- ~ e: U NO o..::! r--O~ ~a..:Jg _ LO_ OIt)U ~~~m ~ ~ 0; ~ '<;t g~ ;;? >.g cb ~ III r-- x r;,~<(~~ -ClCltOr-- 5 J: .u!D i:: 8 9i '$;S~ Ql;:: ~'E~ 23: ~(/)~ s:'<t~:t::~ t918j~tO (/) o o o LOtO o (Scb E 0C') . C')~ x 01 <(Olll ~ C1~u. c: -c ..-e ~ i:\1!>~lIlO> ~iIi'> all( 15(l)~1ll~ '(ji ~ r::::: to .-a..~.~_ UO~SO l!!o lIl.!!l:::: Q..v-lU........ ~ '<;t W (/) :J W a:: ffi<( I-C) z~ We: O::J ~8 <(t1 ~E ~0 to o o ~ C<; :J....J gg 1'-. ~ ~O> ~3 ~'o o o o '<;t O. 0; ~ ~ to to C') r:b ~ <Xl U508 ~.'<;tr-- x gt:.lIl <')-LL :;.~...:gM r::'-......"t:CO ::J~C)1ll~ 0.!!1 ~-S t')I ~'lilc.~a; ~B.E ~...... f!<Xl E r::R ~::88r-- (/) o dg g c~ ~ ,j(/) ~ ~ rei C') IS '!! p:: en r-- x ~ E g It:: ~ ""OMe:N ::l~ <( lil?i3 EtlC).2"t ~;Jl:l~~ ",en o'~ en ~~ ~ Eo lIl~~~:::: o LO Z ~ ~ a::<( frC) ~~ ~8 ~~ Of! ....Jo Ou. to o o ~ ~ en U.LLLLU. ....J::J....J....J LOOO'<;tr:: Wol 0 N 0 to It) to <0 ._ m 9:Q..9:9:U5 ooo~E ~~~~cr o LO Lri r::: c<i en N.. ;;; N I'-- to <0 <'1 r:b ~ to :no~ . '<;t r-- x ~Or--lIl TO LL ~""C')lIl ~. 0 M c.....<("t:<D ::J~C)lIl~ o ~ ...;'5 C'}I U(j) c:'~oo ~ lll'E ml'-- f!O E EO o~ ::J 01:: u.~oo (/) o o og ~ "=('t) ~ ,jm ~ o . :Z~~Rx <('!'O......lIl ollog~~ lfl~<(~o E-uC).E!;f' ~~ ur~~ "'(/) :g ;:>, en 1~1l) e ~16 m~ 0 m:::: J:'<;tzo o U; ~ ~ ~5 ii6 ol::a::<( O:::>WC) ~~~~ W-(/)o Cl~i:O ~Q>:{:i Cl!;:<(~ cn;; ffi ~ <0 o o ~ to ~ <:i5 u.u. ....J....J 00 00 O.N N - .....<'1 a.. a.. 55 NCo ~~ o Lri N '<;t ri o M N (,h N I'- to "? M to ~ co _ co (1)05 .,j;gr--x o::ot::-lIl -E ~~ g ~ ::J~C)~N 8 ~Igi,=l"!' ...s::~.=~CO ~oEE~=- __co c:...J ~::8gr-- (/) o o og ~ =('1) ~ JU5 ~ ~-oCt)- Ulo::enR x <('Eg~~ olloC')r::~ ltl]j<(~?i3 E-uC).2"i ~~ u).5;~ "'(/) ~~O> ~LO~Eo m~omt- :I:'<;tZOl.;. N U; Zo:: Sw Os 8w z(/)<( ~~c:: <(>..". ::l~e: (1,n 5 Ul'-'O ffiill~ a..WUl a.. 0:: 0 :JOu. to o o ~ N ~ N ~ U. ..J o o '<t ..... ~ 0.. 5 Co M r-- N o 0> M. r::: r-- c<i (,h M .... co <( '7 (/)- 0> s~'<t~x ~U5C;o~ r::r::or--'<;t 5'iijM r--It) O:ii:<(E~ 3l'lilC)~~ ~~c~~ e>.BC)~ 1ll0r::_R c3~~ffir-- [!2 S o o N ~ 2 ~ ':; en (/) '7 .uo~x U <0 '<;t III .!!!05u. a..gr--to >, t:.~ ~<(:t::lri .><: C) (l) , iii -'E ~ ;;Ba..~8l'<;t (/) g 'C .0 R ~~~~r-- to U; W Z o UJ (/) <( 5:<( >-I-C) ~~~ 0..:;Ee: :Jw5 (/)00 ....JO::lll ~Olll 1-u.t5 zZ'- UJjjJ~ 00::0 ...... o " o ~ ~ -- U) U. ....J LL.u.u.u.R ....J....J....J..J'<;t 0000 000...... MO>'<tM .. - .. .. c: NNC')U)._ (jj r:: 9:9:9:9:5 00001- OtoN"rCo MC')~LOO> o o o ~ ~ N '<;t M ai (,h m U) to _ to ~ ~ ::>MLO ::>U)en ON ~ l~ g ~ ~ s~~e:~ ;>,""'-'lIlLO c .'21.c g~ 5J:gJ:~ o<!ig~o; ~LOOt"'" ~$tl2R :I:~:;E(/)t:. (j) <0 <0 "0 to III "? o ~ ~'; ~~~ C')16 ..0> Ol'-lO :;Eu. <'1r--tO oll::l <(I~~ C)UOC)e:LO .!!1~~ni~~ al en III cl>,;:' o .q ;t: co i to- ~~c75~C)_ '" ~ LO N J: ~o.. WI- Wz 0::- 00:: I-W<( :JSC) ZW.,,: ....J(/)..". <(>-r:: So:: 5 o::~o w_ ~ a..z 2' a..<(lll :J(/):I: I co I'- Q I'- CD 0 I'- I'- ..J 0 0 0 0 0 .... 0 0 0 0 N 0 0" ... <I: ~ ~ ~ ~ 0 N ; 0 Z .&: N 'OJ- u:: ~ S ~ E! 00 ~ '" ,- to <0 l:ll I'- r:: ,- <0 :!E .. :!E 0. ~ LL. -l "OUl Ej 0> "0 C I'- Ql 5 ~ <0 ~ LL. ~ ",<0 ~ Ul ~~ ~Q) z "OE ~ J~ -l LL.LL. 0 .8 LL. 0 a.~ I Ql L.. (1) of!! LL.LL. LL. -l..J i= Q) .&: 'S; O~ ~8 -l t-- U 1ii u <0 "0 0 co o:::g -l..J LL. -l 00 a. Ul CI) lJ, e: ;!"<t 0 cD 00 -l 0 mN ~ N 0 ~ >1l ro o..i..: > 0 '" I'- oll 'ffi ';itD 0 ... ",N '" 0 N 0 e Ql e "r= "'Ol fIl (1) <0'"-: N. eN lf) ,9 E' 0 E N'<t e ""~a. <0 1ii ~ N W f.!2 1'5 ' ~ Ol- e:; ~ Ul (1) ~ 'iii ti Ul &,1 ~ Cl)0 CI) mOo 0 ~ a ~& (1) !!! :!Eo. I 2 2 Ul'<t ~~ a. ~= "r L..::l Z 0.0. a. lii 1::;1; lii c L.. Ul ~ 5 ,- ~ a.~ 55 iD5 U55 (1)e: 'J 0 'S; 5 e iii' e 'Cij ~'- ~g - iV_I <O::l ~ m= 0 0 (1)ro ~~ 0 (o'-N "r 1Il ... ioN s~ NN 0 Eio 0 E Ul E LL. ....C>.... N CDU5 C> ,- ~ Co 1'-.... I '" 0 0 0 ~ 8 ~ 0 <0 '" 0 C! I- CD 0 N ..t N 0 0 ..t I'- '" I'- "'" ~ ~ 0 '<t N co 0 "<t ei r-: cD ei 0 0 .0 I() I I- ei ei "<t I() <; I'- Z CD N t--. I() 0 "<t ~ .0 N 0 l% '::; Ii ~ ~ 0 ~ ER- I W ZeD 0 ci c:i ~ I() ~ I'- 0 I'- zO::o ,.., I'- co -:(/)M <Xl <0 0 <0 N co C .;, 0> '" "'" I CI)..J<I: < ",I'- '" 0 L() ~ iti'ii I'- I'- '" I() I'- I()"" z<l:C> "<t'" '<t ";- "<t ,- 0 '<t CD '<t"" wO .. 0::: ~ 0 eo ~ 0 co ~>, 0 <D l!! ~ I~ - m 0 <D 0";- :I::I:W 0 I'- 0 0 co w '9 :::> . in 0 I'- :::> I~ 0 co W >, '" >, '" I'- '" [:;~ "'~ I'- C a. M a. M [:;~ a.(/)..J <0 CDx <0 MX MO "'x ww= Z 0 ~ ~ 'i~ 0 ~ ~ eo~ o~ ~ 0(0 t--l!eo (1) s. 0'" 0 :;: <I: 105 <0 0 :;: <I: I-z> 3: >, ~ >, eoLL. 20. Ole: E W MM ;>; E C> I'-LL. Z, I~ C> leoLL. 0 c :E :;:1'- Ol 1'-1'- 1:2>> CD~ lii ... 0<0 l!! o~ ~~ 1'-1'- . ~~~I ~ e: J: ~ fe.r:: III ge III e ~ e ~ l!eo r: '" ~r: '" '" ~ ~ 0 ::l ~ "'0 '" J: ::l :I: ~ 8 8iD ~I'- ~ c u <(;:::!: 0 ~ID 0 ~ s; OlCD ~ 'S; t::CD s; ~~ e ~I.~ <0 e 0 di 'S; 0 di 'S; t::CD 0:: W . Q)~ <0' I~cb <0' zo:::o:: ~ 1Il ~ (1) ECO ~"O 1Il 0 ~ a. ~ C>.~ ~ "0 l!l ~ "0 Q) Ere :1::::>3: ,5 u e 0 CI)[:; - e 0 EI'- e '" 0 e: =1'- e: 0 1Il e ~~ (1) ~ e ~ '~ e Cl)M ~ CI) N .W - "- ,5 roro Q) ~ e ~~ Q) ~ e Cl)M Q:I:<( e 3: l!! e l!! l!! 5"0 0 e !!! e: 1Il e ~~ e: ..c:~ eeo 0 2 0 ?: co. e e ~ e:eo ~ :;: ""~ :;: ""- ~ I"Q. :;: Q)co N..J. ~ ;1; ~ "<t '-'<t e:1'- Ol '<t -> <OUl ';E '<t ~I'- ";E '<t ~I'- I .... :i5~ co 5 ~CD 0Ji III .:f!eo 0 M 'S '" <0 <:3 Q) I() :;;:(1) co <0 :!E!eo co III -lCD N . CD -l CD -l co CI) 00 0 '" <(-l C> CD -l C> CD -l s: S "/) w ~ I W CI) ~ I 0 I() I() 0 I'- t-- "'" m ,0 0 (1) I , co 2 co 00 0:: Ie co 00 0 0 W N 'S ~ EM co :Bo 0 ~M I() 0 '" ~ m W "<t CI) , U5 '(3 .... I'- ~ 0> 0 , 'i z 0 eo 0 cb ~N 0 '" w U5 0 ~ 0 l "<t j M 0 N I,~ co (5 a. >, M t-- >, M I'- 0 .!. '<t"" I() Ul "0 M mx t N ~~ <0 cox ~ MX 0 I() X ",,,;, ol~ 0:: 0> 0> Z 0 ~ <( ~<O <( ~<O ~ 1'-<0 ON Ul 0 ~<O 0 W luLL. coLL. a. 1Il MI() NO <( "E 0 12LL. iD 0 oLL. I ~ C> ~ ..c: C> LL. ,2: 81~ Ol :;:1'- Cl 1'-1'- .&:~ ON Ul "'" e: m <>1l .8 '" I'-N 1Il a. M 1'-0 e: f:i: ai e: J: ~ CD.... Oro ~ !:::.fJ !!! 0 <(I~ <0 ,g 0 M... 0 e: t::..... ::l ,gr: :::I ~I'- C>O I() Ul (1) <( '2 ~ <( 8 0 roE '" c Q) 1Il 32 UlN .5~ ~ ~ t::CD c t-- ro 0 C> E'i C> '~ E''9 0 S; 01)0 cO ~co ~ ailt::: <0 ~ N <(e: E 0 e: e: <0' ~~ c>"E w ~ lIlCO ~ l!l ECD >e ~ 1Il ~ X <0 <0 iii <OM .!!! iii €CD e: 0 00[:; e oll~ > 1Il ~Q) .0 ..., .&: ~SJ Ul o'<t Q) e Q) e: CI)[:; l!! - 0 Ul ?: Ul e: ~ ~ I- ..0- "- 00 lllO W e e e 0"'" l!! e: l!! 1Il E<O 0 lI) e Q)~ e 500 -"'l() ~ E~ ~ 0 ce: ~ ~~ 0 EO I ~ :;: ~'e ~ ~ l6'<t 0> roJ: Z 0 '" ~ 00 l!! 0 0 "'" ~ -I'- M ~"5 '<t 0> 0 co III III ~!eo a. ~ J:= 1Il C1I 0 01'- III M ~!::: ~co 00:: C( ~t::. <:3 a.: CD w~ <0 -l N OW 0 <(..., J: '<t z wt::. a. l() z ~~ 0 N '" "<t I'- <Xl 0 N N N N N '" L() I() L() l() '" I() I() I- >- I 0:: 0 CI) I- @ W ~ 0 l- Ii 0 -l W = <( W ~ ~ Z 3]<( ..., ~ =! w 0 C> 0 CoCl) 0 ~ 0 5 ..J ~ "'"~ 1-- 0:: >- a. I- W W 0 W ..J ~ ~~ 01- W I :iE J: J: ~ I- ~a. 0::: ~ ~ 0 ~ zz LL. <I: 0 :'5 0 ~~ Oz 0' <( Z CI) W CI) M~~ <(w CI)<( I- oll ~~ <>1l g, W ~ 0::<( wI- 0:: :!E<( ~ -lZ , 0 z 0 WC> OW W wC> Oc> W Z 0:: ~>; ~f ~:: I- 01;:>; C5~ Q w <(,i. 0 w >-:!E ~ .., ~g 0 Oc ow :'5c 0 I- 0 ~ 0 LL. (/)5 w C> O:::e: 0:: 0 Z Z ~5 ~ a.'" w'" ~ 5P ~ <>1l w8 ~8 0::: <(<( CD wo 0::0 a. :::> iQ :::>0 ~~~ 0 ~C> .... 0:::0 00 0:: ~l Z~ ~ -~ '" 0::::;;: I- w W ~~ -l :!E'a; ~ w I- W zQ) !!:! ::2Ej 0:: w~ <(e: Z Z Z S <(~ o::~c: =! LL. we: C/) S,5 ~'~ ~ ~~ C( z";E ~I=~ C> ';E !:f t::,lg in 0 g w ~ "\' lli0 I 0 :!E w <(C> <>1lC> <( CI)<( (/)C> I .... .... o on .. Cl .. Cl.. I I I I I z I Cl<> :~m ~~g " -~~ ui~(!)~ zUJw~ wW...J J:z...J o..~> ~ow UJ~o . 0:: Z ~~~ J J:NS: 0,...< -:IN..J I . I I I I I I I , I II I ...J < Z u:: co o o N .0 Ql U- Z o i= 0.. ~ o UJ W Cl U-U- ~~ 00 NM NN, ..- (j)(j) Ql Ql U5(j) NN I'-'<t 117 I- o i2 I- Z o o (() co o o o .0 M en 117 0:: W Z s: o .?; "g .s::: '5 co <-Qi ~ cog" ~ S~~1tJ~~ .l':!O OOU- ]lo~g!:::~ ml.?i rn ~ '-' M :2:'- Ql (!) !!!. '9 I () E co' m 8~8lgo..~ :8 I- 0 .!!! ~ 10 o"UCO (:a Cl)f'-... 0~~:2C51'- (I) ~ 0:: W W Z (5 Z W o ~ ~. ~ :; ~ c)5 .;, O~lO'<t 'Er-gM x *Ci5gR~ e: . I'- ,'12 "0 ~ ~ 1:3 e:~(!)QlO ~.Q ni:E'? ~:E::::~<<; lIl(l)~",,1'- e:lO III 0""'" .s:::1'-~~0 cXffi<(c3l:: ~ .0 W :2: ~ Z I- o W -:l o 0::: 0.. N J: 0.. :i < o ~ W w 0::: O~ (!)(!) 0,;. ~'E: >-::> 0:::0 00 ~.c 2"8 J:() I'- e '<t ~ U- ~ M V I'- 0.. Ci 00 v N I': c; o ci o co 117 I'- ;:::. (() <.b I'- .0 ~ V.s:::co ::l 8(1)1'- o..~M~~ O~<NlIl ~IE (!). ~ ~ ::J:C~o..- 8~:::.s:::1'- ~~~<.b ~.5 g.5 ~ ~S l!! $~ '3 till ~ ~~ (!) (() ~ J: ;!f! (I) "0 M 0::: (() ~ &l cjg m o.:~ v ,,-:J C\l ~ ~ I~o ;;!;~u- I~ Ql 0 N (l)cu ~ ('i) ~ to :E: 0 CD (") -glil~(]-E~ ~~6 nim~ QllOQl'EQl~ ~r::=5~i09 J:lOOO<O~ (() M LO I- o O::Z~ wOO Si=O::: WOo.. (l)WI- >-UJZ O:::I-~< ~:'SW(!) Z u- 0 I _. < 0::: :'S1.a (1)00..5 ~I-wo wfuo:::o Woo::::!:: O:::o:::w~ Ow::>c: S I- ::> .- zws: UJ(!) I'- o o N 25 ~ ..- ..- U- ~ o o o N M 0.. Ci <0 M o (() o N ..- cD N Ol ci Eii- I'- ..- I'- (() eD I'- ~ $ ::l 8 !O 0.. ~M ~ os:< III 1,.,.s:::(!)""U- Ii: ~ . ~ :3 5 41,g0l (,)Ci;'>otr? ::::"OQlOO(() Ql .5 g"O ~ 2sero '-VS:13~ 0~~oc(() 00 o o <0 V <0 en ~ "0 .,.!. I~~~ ~ IE-: C') u- ~gRl8 1'-<0 13<e:~ O(!)e:LO '" 1Il . III M 'Oo..,fl(!) v 1ll00e:;>oo ~~~('(Jt--. <N~(!)t:::. Ol C') .0 Z <( :2: w o < g5 (!) U- ~ [DNg wl-o 0:::00 O~:::: ml-~ >Z.5 ~80 co o o N .0 Ql u- Ql u-Itl ~e: 0'- Olllc: lOO.Q "':E~ o 0 Q..+JQj Ci~O::: . :'::. 00 eo(l)UJ o <0 cO <0 N ~ o co 117 o o "0 <0 W co 15 ~ "E! <00> Itl ~6x o QlOI'-Itl CO ~ M It:::. U- z.-lij<rno 5>(!)~8l 0< . Ql I'- 0i2E!:2:d> e:'-.8Qlo .sU- rnlPJ~ ~~~oR i3~~~1'- (I) M N 0> M , I'- "Oo~~ Itl"- .......u- ~o~~..- oO:::Mven OQl ..:...<0 U)""~Qi'i ollmvt:!::: Qi 0.. g ~:::. t:~oe:~ c3&l:!11c3::!. o V .0 x w ~ 0.. :2 o o ~ o~< Oo:::(!) J: 0 . gs"* sw"E! w!::.~ Z(I)O::: I'- o o ~ I'- ~ '<t U- ~ o o N ,.: ..- 0.. Ci "" N o o o o o ci .0 ..- N 117 I'- ;:::. (() eD I'- LO ~ V eo o I'- ~ ~g ~ I~ ~ (] "" ~ 1:-- ..~~ 5=::~,giB OQl>(I)o. ::::"0 Ql (() fl).= g"'C~ ~ S ~ m I~ ,- v s: 13 ~ 0~~oc<o S o o cJM e:- -(I) o o <0 ~ g~~ ~ cnO(i)N ~O:::~I~ ~ "Ooou- oil (:;M!:::N "'Q;<'-o E~C)E~ .!!Jl! :i.:g~ ujUJO<Ol !llOlj::::O m~ 0 Sf'. J:vZOOt:::. M V .0 00 <~ 0- o:::::l 00 CO C)Z z~~ OC(l)C) o..W..: UJO.;:::; ~Zc: ~-~ <0 :2:0 ~o:::~ -We: :2:1-e: ",,~'3 N;>C) Ol o o N ~ N '" I Cii ~ _~ ii:i1ii- ~.- E~Itle:o.. (:; (:;Ig ~~3l ccn,-Q):J- ~~]i~~UJ "O..2~"'ltloll iil~.9~O/S~ .se:",iO~o "0 al Blo'm 0.. ,213:g",-E&, lU)og.=~!J &~~E.eg o o (') Ol o .0 co' 117 M .0 Ol (() .oeD v"- 0::: o~ ;> >oeo ;>ItlMI'- OS:<<O .f;~C)-U 5J:al~ 8Qi'$13 ::::-g~UJ Ql .- e:"O 2$ ~ Co '3 till ~~ C)(()~O::: ~ S M .0 Ol <0 lo~ vl~ 0::: Oeo sii;g!O o s: <( I'=- ~~~~ ::>J:QlO 8Qi'$13 ~-g~Cf.) Ql.- e:"O 25~(u ';: till ~ ~ C)(()~o::: eo v .0 (I) w 000 >~I- O:::~O ~:2C2 ",,0:::1- .....wz <c..- S 0 < WoC) ~OO...J~ >-oll<e: oo:::::l~ zWzo wl-ZO C)<(<(:::: o:::Sz~ Wo:::<.5 :2:0ZS: wU-OC) 0> ,. 0 o. ~.,.. ~ U- ~ u- 0 ..J 0 Qi o. fillijco ;;;go.. 0:::- IDO Q:~<o 9E~ ~&!~ o 0> r-.: N N ~ <0 o ~ <0 ~ ;:::. .oeD '<tl'- 0::: oM S ii;'g OJ' 0:> I'- 1.2' 1: ~ ~ 'ES .~ ~J:~s: 8Gi:S;~ ::::-g~o CD.- c: 0 2 S @ .S: .- v ~ > 3coltlQl C)<o~~ (I) (() LO ;:::. cJ~ .}, 5Z ~ ~1if eo~ .= ~ ;; 0 (j;_ o:::!.. Ql (I) M e: ,~I~ <.g e: ~8C)_-g WWMItl(l) ~:8~~~ "t:co::J:;:;C 0....-(1)<< u; .0 0::: w ~:2: (1)< I'- 00::: 0 <C)~d> OOW~.... 0:::0:::w3a (1)0.. 0::: co I- 0 I..: 8Z~O:::E O:::WO:::~~ 0:2:00..8 ~~~~:!:: z:'S~o:::~ 00..<~.5 5~itz0 I .... '0 <D .. Ol .. ll- I I I I I W ZIO uci~ zCX:O -:enM en..J< Z<e> wO . :J::r:W a..en..J' W ..J ...WS; en:iw 'UU C_Z ZCX:W :r:CX:CX: O:J> ..,~S to- N I . I I I I I I I , I .J <c z u:: 00 o o N e: ro ..., z o i= a.. ii: U en W c ~ ~.!: 0r--1:l ~coro oo~ Cl >- a..a..U ()Uo CX:CX:O _ 0 Coor-.:- O><">N .... ... () ~ ... Z o U o o .:f 10 CO -.i N C"l N ... 0:: W Z ~ o 1: ~ E o () ..... Q) ~ o a. <( Cl en 0:: W W Z Ci z w o o ~ 2 . ~ :2 u r-- .Et" Q) 1!i:J~- .!: 8 g .~ lii!!!,<,,>oo :g co' < e: 1'21 'E <9 ~ e: Q) __ W:J:C1l1ll I~o <: ~ e:1OC1lu .3~~~ ~~ C"l 10 10 W :iiE < z ... () w .., o cx: a.. z o i= ~ en m :J en w ::> z W > <t:<c ~Cl z . _C1l <9<: o::.!!! 5:< r-- o o ~ ~ N ~ u..u.. ...J...J ll) 10 r--o> ll) N ~N 0.0. 00 NCo ~v o o <ri v C'l I -.i r-- ..- N ... N O'l r-- O'l cb N V '>I' C'l C"l N V r-- co 10' '>I'CO 0:: 88. $:iU'<">cox c;;: r-- C1l i~<3;;::: ::JJ:a>C'T"'" o -C1ll'- ()lii's;..Q~ ::::-g8~~ :g~5i8<"> '!:'>I'3:NOO 0ffij31O e: :J o .s:: ni () 1: ~ $: 10 O'l '>I' N I U; 0> o o coO V 0;> U oCO e: 0<"> In' C"l~ X Ii <(0 III e: <91::::; ai~J!i~~ a:~=s:~,,? g~~~~ :f& CO ~ (; ~ !;!o'~..e!? ~ . CO 0 I- o.o....Jml'- ll) 10 l!} I- ...JZ <(W 02 :r:W en() 1-:5 <(a. enW<( ...J 0:: '" <(a."" 00>: :J:Oe: eno.:J ~&:'8 WV::::: ...J~Q) 2We: ~~.~ moCl co o o N ;;r ~ ~ u.. ...J o o l!} <ri' a. o Co o 10 <ri ID CO <ri' V ~ ~ u; r-- CO iU' ~ ;;:co~~ ~~ou.. .- ~ I::: CO 1:l:c<">......l'- .... "'0 c: 0') .E '- ex: '- ,..... ~~C>~N ....:J ~ <"> ....m1:l O'l Oo....c:I~ i-o.g~o 5~ci5asl::: en o o o "'f gJo l'- [:0 :; Q)C'l >Cll COx d<""IDlOro .E~~~.u.. ~ _ ..0::> l{) -g(J)8C'l~~ o EE"-<( >'1' $: N<9~~ o :Jr-- oI:lOe:.c:'~V ~ll);Q::;x<o li:l~'5'5.9!1O ~Nmo<( ID ll) ll) c ~ m ...J <( ii: I-Z ~O Ow Zz -W WI- WX<( ~WCl :cO:: - OW1:l <($.E WW:J o.enm eo o o !:::! CO N (;; u.. ...J o o o ..0 ~ a. o "" 10 o ll) N o r-- ai 0> CO ai ... ~ O'l 100> '>I'ID 0:: 8cb $ iU'<">1:; X !~ ;;: <( w.f <: ~Cl_1O l'- :J :c (J) :::::-;::: 8(D~~~ :::::-g~o~ <l).-e:()<,,> E$ ~ L..I~ .;:;;;~*~ Cl CO ...J a. I!e. en o o dC') 8 .5(;5 (0 0-0 ~ g~<,,>~ UlO::O'l~x <('E812.f oI:lOO')r--N lll'ii <c <';;0 E~<9~~ ~~ vj.{g~ vjen:g<t:o> ~U')t;~o tO~o8r:: :C'>l'zen r-- l!) l!} I- () W - ..., '>1'0 100:: ~o.<t: zO::<9 ~~'" :Cwe <9 en 5 i:1i~O 0::<(::::: WI-:g $ z.!: 0<(;;: ...JenCl eo o o N S ~ u..u. ...J...J 0<,,> 00') V_r-- ID - ~co (j}(j) (J)Q) USe;; ON IDl'- ~ C'l r--: '>I' N ui ;;t; r-.:- ~ CO l!} l'- ID cb r-- ll)C"l '>I'I~ ^" oeo ...... ol'- $1iU'<">I!e. X 0;;:<e:C1l ~.s::ClOU. e::2> l!!l'- :J:C~~;::: ()O~=e:ID (1)><1>1 ~-g~:c~ (J).- e: <"> ~$ ~ lll~ '-'>I'~EOO 0ffij~1O $ (J) Uo 0 .~~ ~ Sen j, g>~::J:x 't:~O CO :Ec[g:2:; .~ .9! <( r-- Oi e: gCl.!: "'f WC1l ..eID cn.t:~O~ gl-e()~ f!!~l:E:2 ~&l~~r-- o CD 10m W en~ !zu:l wQ: 20. ~~ Or-- o::oI:l 0.= <( 2~<9 00 -.:: o::w-g w!;(:J 0::-0 o()O 20::::: <t:en~ o ~ .!: ~~0 CO o o ~ It) ~ ~ ll. ...J o o eo r-.:- N a. o Co <"> o o o o o ui eo <"> ui ... N r-- <"> eo ~ '1' Q) co :=:: CX) ~05 -o~r-- x o::gl:::.f ~~<~16 :J.8ClIllN o Q) ~ I (,);; :::I~ .s:: ::l.!: ~ ~ :;,()EIll..... l!! E~o O~:::Iot- u..~uo'- $ o o d CD .5 a~ (.) ~r:::~ g <">I~u.. ~~<3~g oI:l..... - ~ L-U).!!2 ~ I .!~3=~ lllOC1l(/) Ol'- .s:: (J)O~ U It) .!: :t:: 12 &~~~l'- C'l l'- 10 z= -oI:l <(- 2w 0:: en W<t: !;(:C $~ - <(<C l5l0Cl o a.:: >: ...J"'~ -Oe: ::>0.:J ~rn8 t5Cl..,; _z >-- enOf!! W...JO o<cu.. 0> o o N 00 ;;r <ll ~ .E~ Q) -.:: (I) cnjBcn :Jill::., ~$'5 u..lL.~ ...J...JCl N 8 ll....J 00 r-.:--.i::g No.ID $ori -= n. enID- N~~ l'-COCO 10 N Lri co 10 ri <n N CD N ... N '>I' r-- co 10' '>I'CD or-- 0::_0!2, $ ii1<">CO o;;:<(r-- z.J:: e - c, Cl .- 5J:a)"1: 8lii~J:! :::::-g~~ ~55i~ e: > ~ ';:~~'~ <9ID...J...J ~ o 0 o 0 ...... 0> en j, ~~::J: ~8i6 0.C')r-- .!!!<t:,l::: g Cl .!: C1l -..e ~.I-i::~O o eu f!! ~ l: E ~&l~~ co CD ll) ~ o @ I- 2 ffiol:l~ rnNO :JI-a.:: ll.uo. !:!:<(2 00::- oI:ll-o<t: w5Ci<9 ~c.;>o::.i- u:lffifils 0._1-0 a:z<(u wSuil ~~g~ w<crn'l: O::.J<(Cl I en en .... ..J a a - <I': a a 0 Z ~ ~ .... u: r- co .. N N tl> ;:;; N '" a. Z I 0 u. u. i= -J -J 0.. a a ~ en a LO 0 Il'i ri en W I c 0.. 0.. 0 0 N '=t ~ N I 6't en a M LO I- eD ..; 0 r- M [2 m. m. I ?- M N z a co 0 ri ffl U ffl I W ..c: z(/) :; . ci~ <I': ~ex:g I ,~ LO r- "":enM co Ol C') I '! <<l co in ..- en-J<I': I z<l':(l) .... r- == r- Q) co Q) "0 co wO " ex: en cD en 0:: <Dr- :I::I:W W s: "0 NN ~ ..-~ o..en..J <<l 00 ww:::! z 0:: <D~ Q; or- 5: m 812 :E MC I-z> :l:l ~ en D5 . en<l':W 0 .~ e: Mr- <1':'" 'UU Ol 0 '" (3iD s: r::: 05 C_z :2 C Q) 0 ~ cE zex:w (I] e: 0 :I: ex: ex: "0 ro .e: D5 I~JJ 0 0 Ole: e: 0:;)5: '0 aJ ~~ 0 LO ...,:I:<I': .D a ~ N e:_ ~-J .D I~ <D 'C t:: M "So I 0 <D Ol Q) C1l ..- 00 N 0 (3 ..- :2~ z ..- oen 5: (f) I 00 <D a I a r- EM ~ ex: a OJ . M m W ~ OJ ..- cD W 2 N e: 2 r-o I '5 z "5 '<t '5 "5 oC (3 en (f) COM 0 (J) N~ Q) No Z Ci 0 Mm W == NO (5 I "0 Mr- <<l -JI;:;' lii "0 ~r- '" ~ U..I"~ 0 r::: ~in C1l 0 e: C C1l '" "0 E =C1l 0€ 0 Q) oS;:: r::: E .., "0 m (I] " r:::0 r::: (I] (l]J: c a: g e: ~ J: C.><: m I "E .><:0 e a (1].... ..- 0'" m -(I] O~ (I] Ol aJ en ~:2 ..., co .., .., ~~ co LO en LO LO I W z :J ill 0.. W c:: W W 0:: ?: 0:: I :a: W :I: ~!;( ~ I- <I': t> z ll:ls: I- O::s: 0 ~(3 , 0 W ~~ 0:: ~;>; ..., ill 0 0 0:: > Oc 0:: -J -~ a: 0" 0.. >- ~0 -,0 0:: s: -,0 0 O::c: 0 1t5 ~ wo -J en- -' I-~ I g W@ ill :JQ) J: 0::0 >- Oz I I I I I I I . I I I I I I I , I S&P Project No. G124-06-02 Main Interceptor UP9lade Replacement Phase II Augusta UlJ1ities Project No. 00007 r", ~, . 22) What is the largest contract (dollar costs) ever performed by your organization? Name of Work: a.H. Ivie Pipeline Total Contract Amount: $ 7 6 .000 , 000 Amount of Your Contract: $76,000,000 23) How much time was lost during the last two (2) years from strikes? Total Man Days -0- Total Calendar Days: -0- Explain Cause: ( { ~ . FORM OF QUALIFICATION OF BIDDER 00450-8 I I 1 I I I I .~.~ I I I I I I I" , I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 PART ll- GENERAL FINANCIAL INFORMATION: 1) Give total contract value of work accomplished by your organization in each of the last three (3) years: 2Ou.a. - $ 54.906.633 20ll.. - $ 57 , 939 ,083 20 06 - $ 45,437,645 2) Give contract value of work now pending award to your organization: $ -0- N/A State amount requiring bond if awarded: $ 3) Give the value of any judgments or liens outstanding against your organization: $ None Explain: 4) Give names of Surety Companies & Agent under which you have functioned within the last three (3) years: 2008 Travelers Casualty & Surety Co of America; First Horizon Ins Agency Inc. 200~ " 2006 " " " 5) Estimate your maximum bonding capacity: $ 175 ,000 , 000 + How much is unencumbered as ofthis date? $ 100,000,000 approx. 6) Has any Surety Company refused to write you a bond on any construction work? No If yes, explain: 7) . What is the dollar val ue of the largest project you consider your organization is qualified to undertake? . $ 175,000,000 END OF SECTION FORM OF QUALIFICATION OF BIDDER 00450-9 I I I I I I I . I I I I I I I , I JOHN D. STEPHENS, INC. Equipment List Equipment # Description Year Trucks 11-1223 FORD F450 SUPER DUTY 1992 11-1251 357 PETERBUIL T - FUEL TRUCK 2000 11-1293 DODGE 3500 4WD - MOBILE DRILL 2001 11-1402 379 PETERBUIL T WHITE - LO-BOY 2002 11.1425 CHEVROLET 2500 4WD 2002 11-1429 DODGE 3500 - WELDING 2002 11-1464 CHEVROLET 2500 4WD 2003 11-1477 FREIGHTLlNER 2004 11-1476 FORD CREW CAB 2004 11-1493 CHEVROLET PICKUP 2004 11-1495 2005 DODGE - SAFETY TRUCK 2005 11-1570 CHEVROLET 2500 2005 11-1605 FORD F-250 PICKUP 2005 11-1593 CHEW 2500 4WD 2005 11-1607 CHEVY 2500 2005 11-1615 2005 DODGE 1500 2005 11-1635 F450 SERVICE TRUCK 2006 11-1647 2006 FREIGHTLlNER 2006 11-1646 2006 FREIGHTLlNER 2006 11-1649 2006 FREIGHTLlNER 2006 11-1650 2007 2500 DODGE 2007 11-1652 2007 FORD F-250 CHAD 2007 11-1656 2008 DODGE RAM 2500 ST 2006 11-1657 2008 DODGE RAM CC 3500 2006 11-1665 200724' FLAT BED STERLING 2007 11-1666 2007 FORD F-250 2007 11-1667 2007 DODGE RAM 3500 2007 11-1680 2007 DODGE RAM 3500 2007 11-1663 2007 MACK TRUCK - FUEL TRUCK 2007 11-1684 2008 DODGE RAM 1500 2008 11-1686 2008 FORD F-250 SO CREW CAB 2006 11-1692 2008 FORD F-250 SUPER CAB 4X4 2006 11-1719 2008 CHEVROLET 1500 2006 11-489 F7000 WATER TRUCK 1966 Off Road Trucks 8-634 CAT D25C ROCK TRUCK 6-867 CAT D25C ROCK TRUCK 8-1636 Komatsu Truck 8-1668 MST 2500 8-1674 TEREX ARTICULATED TRUCK TA27 2005 8.1675 TEREXARTICULATED TRUCK TA27 2005 All Equipment is owned and operated bv John D. Steohens. Inc. Maintained in superior condition and available as needed for this oroiect. Page 1 I I I I I I I . I I I I I I I , I JOHN D. STEPHENS, INC. Equipment List Equipment # OeserloUon Year Excavators 12-1226 PC120-6 PLATE TAMP 12-1420 KOMATSU PC35 12-1445 KOMATSU PC400 12-1456 200LC-6 KOMATSU HAMMER 12-1467 PC1100 EXCAVATOR 12-1480 PC210LC-7K 12-1496 PC 400LC-7 12-1497 PC 35MR-1 12-1498 PC 400LC-7L 12-1499 PC 400LC-7L 12-1621 Pc 220 LC-7 12-1632 PC 200 LC-7 12-1654 DX420LC DOOSAN 12-1673 PC400LC-7EO EXCAVATOR 12-1678 PC600LC-8 12-1679 PC220LC-8 12-1681 PC200LC-8 12-1682 PC200LC-8 12-1691 PC400LC-8 12-1693 PC400LC-8 12-1696 PC160LC-7EO 12-1697 PC138USLC-8 12-819 PC400LC-3 SHOVEL 12-1700 PC 300LC-7EO 12-1701 PC220LC-8 Rubber Tire Back Hoes 13-1129 416CIT CAT BACKHOE 13-1157 CAT BACKHOE 4X4 13-1167 CAT BACKHOE 13-1177 CAT BACKHOE Track Loaders 14-1140 CAT 953LGP 14-1718 KOMATSU CD30-1 SKID STEER Loaders 15-1481 WA 380 LOADER 15-1482 WA 380 LOADER 15-1485 WA320 LOADER 15-1490 WA470 KOMATSU LOADER 15-1492 WA380H LOADER 15-1645 JD 544J ARTICULATED LOADER 15-1646 JD 624J ARTICULATED LOADER 15-1662 KOMATSU WA500-6 15-1670 WA380-5L LOADER 15-651 WA350 LOADER Farm Tractors 16-1145 3930 FORD TRACTOR 16-1146 3930 FORD TRACTOR Dozers 17-559 D31P DOZER 17-1263 D65EXL-12 DOZER 17-1448 KOMATSU D61PX 17-1473 D61PX -12 17-1488 D31P-20 17-1634 D41P DOZER 17-1637 D41P DOZER 17-1671 D61PX-12 17-1277 D21-A 17-1694 D61EX-15 DOZER Page 2 I I I I I I I . I I I I I I I , I JOHN D. STEPHENS, INC. Equipment List Equipment # Description Year Welders 20-1 032 LINCOLN WELDER RANGER 8 20-1253 MILLER WELDER 225D 20-1433 MILLER 301 D WELDER JOSE 20-1653 MILLER TRAILBLAZER 302 DIESEL 20-569 MILLER WIRE WELDER 20-668 MILLER WIRE WELDER Air ComDressor 21-1209 AIR COMPRESSOR INGERSOL 21-1235 INGERSOLL RAND AIR C 21-1466 INGER SOL RAND T30 21-1479 INGERSOLL RAND COMP P18WJD 21-1550 EMGLO PORTABLE AC 21-1686 AIR COMPRESSOR INGERSOL 21-1689 ASD 30 175 PSI 460 AIR COMPRESSOR 21-725 AIR COMPRESSOR GARD-DENV 21-726 AIR COMPRESSOR GARD-DENV 21-728 AIR COMPRESSOR GARD-DENV 21-797 AIR COMPRESSOR INGERSOL 21-968 INGERSOL RAND T30 Rock Drills 22-1611 ROCK DRILL INGERSOL ECM590 22-1663 MOBILE B31 DRILL RIG 22-1664 FURUKAWA 900ES 22-1669 ROCK DRILL ECM660 IV 2007 22-1676 FURUKAWA HCR 1200 ED ROCK DRILL 22-1687 FURUKAWA HYD 900ES ROCK DRILL 22-1690 FURUKAWA HCR 900ES ROCK DRILL Air Tools 23-1538 MW ROCK DRILL 23-1539 1 R MX90 JACK HAMMER 23-1551 MW ROCK DRILL 23-209 1 RMX90 JACK HAMMER 23-247 GARDENER DENVER JACK HAMMER 30LB 23-302 IR MX90 JACK HAMMER 23-303 GARDENER DENVER JACK HAMMER 23-341 APT JACK HAMMER MODEL #180 23-586 CP 1240 JACK HAMMER 23-653 GARDENER DENVER JACK HAMMER 23-654 CP AIR SPADE Water PumDS 24-1014 WATER PUMP GODWIN DPC300 24-106 MUD HOG PARTS 24-1233 WATER PUMP RICE HYDR 24-1274 WATER PUMP THOMPSON V456 24-1643 THOMPSON WATER PUMP 24-1658 GODWIN PUMP 24.1659 GODWIN PUMP 24-1660 CH&E 55A31 SRHM 24-1661 CH&E 55A31 SRHM 24-1722 THOMPSON PUMP 24-212 WATER PUMP MUD HOG 24-773 WATER PUMP 55AQS 24-774 WATER PUMP MUDHOG 24-776 WATER PUMP MUD HOG 24-779 WATER PUMP TEST DPH3B 24-780 WATER PUMP THOMPSON 6V224 24-781 WATER PUMP THOMPSON 6V225 24-783 THOMPSON VACUUM PUMP 6V227 24-784 WATER PUMP THOMP VAC 6V228 Page 3 I I I I I I I . I I I I I I I , I JOHN D. STEPHENS, INC. Equipment List EaulDment # DescrlDtlon Year 24-785 WATER PUMP THOMPSON 6V229 Electric PumDs 26-1531 ELECTRIC WATER PUMP 3" TSURUMI 26-1532 ELECTRIC WATER PUMP 4" TSURUMI 26-1533 ELECTRIC WATER PUMP 4" FLYGHT 26-1534 ELECTRIC WATER PUMP 3" TSURUMI 26-1536 ELECTRIC WATER PUMP 3"TSURUMll0311311 26-1546 ELECTRIC WATER PUMP 4" TSURUMI 8690143 26-1568 ELECTRIC WATER PUMP 4"TSURUMI10078399 26-1698 ELECTRIC WATER PUMP 4" TSURUMI 26-1699 ELECTRIC WATER PUMP 3" TSURUMI 26-327 ELECTRIC WATER PUMP TSURUMI610041214 26-509 ELECTRIC WATER PUMP 3" TSURUMI 26-637 ELECTRIC WATER PUMP 4" FL YGHT 26-657 ELECTRIC WATER PUMP 4" FL YGHT 26-721 ELECTRIC WATER PUMP 3" FL YGHT 26-739 ELECTRIC WATER PUMP 3" TSURUMI 26-878 ELECTRIC WATER PUMP 4" TSURUMI Comoaction Eauioment 28-1176 VIBRATORY ROLLER SD100 28-1224 815 F COMPACTOR 28-1579 MQ JUMP JACK MT65H 28-1644 INGERSOL RAN SD45D ROLLER 28-553 WACKER PACKER 28-554 WACKER PACKER Plate Comoactor 29-719 ALLIED HI-PAC COMPAC 29-1715 STANLEY PLATE TAMP 29-1716 TRAMAC PLATE TAMP - Laser Beams 31-1004 GL2500 AGl LAZER 31-1005 GRADElIGHT LAZER 2500 31-1006 AGL 2500 LAZER 31-1007 AGL 2500 LAZER 31-1039 GL2500 AGl LAZER 31-1721 PIPER 200 LAZER PiDe/Chain Saws 33-1000 STIHL CHAIN SAW MS 250 33-1011 8TIHL CHAIN SAW MS 290 33-1055 T8700 33-1125 STIHL T8 420 33-1510 STIHL T8700 SAW 33-1511 SOKKIA 320 33-1512 STIHL TS700 PIPE SAW 33-1513 STIHL 039 CHAIN SAW 33-1515 STIHL TS 510 PIPE SAW 33-1559 STIHL BT75 POLE SAW 33-1563 STIHL 029 CHAIN SAW 33-690 D.W. TRANSIT l T8 300P 33-741 STIHL TS 700 SAW 33-899 HUSKY 246 CHAIN SAW 20" 33-938 STIHL 180C Page 4 I I I I I I I . I I I I I I I , I JOHN D. STEPHENS, INC. Equipment List Eauloment # Descriotlon Year Gas Detectors 33-1516 CROWCON CR2 33-1522 CROWCON 33-1523 BW GAS DETECTOR GA4 33-1524 CROWCON 33-1525 BW GAS DETECTOR GN2. 33-1526 BW GAS DETECTOR GA5 33-1527 BW GAS DETECTOR GA7 33-1528 CROWCON 33-1545 CROWCON 33-1572 BW GAS DETECTOR GAB Generators 33-1489 GENERATOR (NEWI 33-1518 HONDA GENERATOR 33-1581 COLEMAN 1850 GENERATOR 33-1651 GENERATOR 33-942 BURCO GENERATOR 33-943 BURCO GENERATOR 33-944 BURCO GENERATOR 33-945 BURCO GENERATOR 33-946 BURCO GENERATOR Brooms 33-1070 WALDON SWEEPMASTER B 1993 33-1231 WALDON SWEEPMASTER B 1991 33-681 WALDON SWEEPMASTER B Survev EauiDment 33-1020 LIETZ 115 LEVEL TRANSIT 33-1123 TOP CON AT22A LEVEL 33-1459 NIKON AC-25 LEVEL 33-1503 SOKKIA 301 TRANSIT 33-1504 LIETZ 115 TRANSIT 33-1505 TOPCON AG-30B TRANSIT 33-1506 TOPCON ATG6 LEVEL 33-1562 NIKON AC-25 LEVEL 33-1564 SOKKIA C32 LEVEL 33-1565 LIETZ 81 LEVEL 33-1574 TOPCON AT-G6 LEVEL 33-1575 SOKKIA 301 TRANSIT 33-1576 SOKKIA B2C 33-1577 PENT AX TH20C 33-670 TOP CON LEVEL AT -F6 33-671 LIETZ 301 TRANSIT 33-887 TOPCON LEVEL AT G-1 33-975 SOKIA LEVEL B21 Page 5 I I I I I I I . I I I I I I I , I JOHN D. STEPHENS, INC. Equipment List EQuipment # Descril'ltlon Year Misc. Tools 33-1018 METROTECH 810 PIPE LOCATOR 33-1056 WHITEMAN MORTAR MIXE 33-1065 SCHONSTEDT MAGNETIC LOCATOR 33-1105 AMERICAN 20-50 BORIN 33-1155 KUBOTA MOWER F2400 33-1254 KAWASAKI MULE 33-1275 OKADA HYDRAULIC HAMM 33-1285 LITTLE BEAVER AUGER 33-1286 EDCO 16" FLOOR SAW 33-1287 EDCO 16" FLOOR SAW 33-1288 EDCO 14" FLOOR SAW 33-1517 GENERAL EP 8 BLOWER 33-1520 GENERAL EP 8 BLOWER 33-1521 MUELLER B-1 00 TAP MACHINE 33-1537 GENERAL EP8 BLOWER 33-1538 HOMELlTE GAS BLOWER 33-1540 GENERAL EP8 BLOWER 33-1541 MUELLER 0-5 TAP MACHINE 33-1542 MUELLER 0-5 TAP MACHINE 33-1543 MUELLER B-101 TAP MACHINE 33-1552 CHERNIE AIR TEST KIT 33-1553 WACKER CONC VIBRATOR 33-1558 CONDE' MH TEST KIT 33-1578 GENERAL BLOWER EP8 33-1595 BUSH HOG PULVERIZER PVS720 2005 33-1613 FUEL TANK WI AIR COMPRESSOR 33-1633 MARLOW FUEL PUMP 2AM32 33-1672 PVS840 BUSHHOG PUL VIRIZER 33-1695 KUBOTA TRACTOR AND MOWER 33-1702 200 GAL FUEL TANK 33-1703 250 GAL FUEL TANK 33-1704 250 GAL FUEL TANK 33-1705 250 GAL FUEL TANK 33-1706 10000 GAL FUEL TANK 33-1707 JRB ROOT RAKE WA 380 33-1708 PEMBERTON BOOM 33-1709 KENKO PIPE CLAMP 36" DIP 33-1710 PC200 GRAPPLE 33-1711 FARM TRACTOR DISK 33-1712 CONCRETE BUCKET 33-1713 CONCRETE BUCKET 33-1714 GRIZZLY 33-1717 250 GAL TANK FROM TRAILER 33-1723 PC 200 DOZER BLADE 33-431 NEW YORK BLOWER 33-550 PEMBERTON ROOT RAKE 33-730 12" BLOWER 33-840 JDS Winch 33-841 KENT HYDRAULIC HAMME 33-886 METROTECH PIPE LOCAT 33-948 SCHONSTEDT PIPE LOCA 33-979 GRUNDOMAT PIERCING T Page 6 I I I I I I I . I I I I I I I , I JOHN D. STEPHENS, INC. Equipment List Eaujoment # Descrlotlon Year Buckets 36-9704 PC120-32" BUCKET 36-9708 PC 600-48" BUCKET 36-9709 EX400-84" BUCKET 36-9710 PC220-42" BUCKET 36-9711 PC 400-24" BUCKET 36-9712 PC 200-60" BUCKET SMOOTH MOUTH 36-9714 DOOSAN-48" BUCKET 36-9715 PC 300-60" BUCKET 36-9716 416B-24" BUCKET 4-4TOO01 36-9717 PC 300-67" 36-9718 416B-24" HD BUCKET 5-4TOO01 36-9719 PC 160 - 60" smooth 36-9720 PC 1100-96" BUCKET 36-9721 PC 200 BUCKET 54" 36-9722 GEITH 400 BUCKET 42: 36-9724 oc 200 24" 36-9725 PC220-36" BUCKET 36-9726 PC400-54" BUCKET 36-9727 T AKEUCHI-1 0" BUCKET 36-9730 200-84" BUCKET SMOOTH MOUTH 36-9731 416-24" BUCKET 36-9732 PC400-60" BUCKET 36-9733 EX550-84" BUCKET 36-9734 ESCO 36" MISC BUCKET 36-9735 PC200-48" 36-9736 PC300-71" BUCKET 36-9740 PC200-42" BUCKET 36-9742 PC300-96" BUCKET 36-9743 PC400-72" BUCKET 36-9746 416B-24" BUCKET 36-9747 WA420 CAT SIDE DUMP 36-9749 PC400-48" BUCKET 36-9750 PC 400-72" BUCKET 36-9752 PC450-42" BUCKET 36-9754 PC300-67" BUCKET 36-9756 PC300-48" BUCKET 36-9757 PC 600-72" BUCKET 36-9759 HINGE BUCKET 70" 36-9762 PC220-72" BUCKET 36-9763 PC220-52" BUCKET 36-9764 PC40Q-54" BUCKET 36-9765 PC30Q-84" BUCKET 36-9766 PC220-54" BUCKET 36-9767 PC400-90" BUCKET 36-9768 PC220-30" BUCKET 7-P160 36-9769 PC 1100 BUCKET 72" 36-9772 PC220-30" BUCKET 36-9776 PC 300 BUCKET 3D" 36-9780 PC 400 BUCKET 42" 36-9783 PC400-84" BUCKET CLE 36-9784 PC1100-48" BUCKET 36-9787 PC 400 BUKET 54" 36-9790 400 SHOVEL BUCKET 36-9794 PC400-48" BUCKET 36-9796 PC 400 BUCKET 48" Solit Buckets 40-67-45 Solit Bucket 40-109-72 Split Bucket 40-100-82 Solit Bucket 40-94-30 Solit Bucket 40-70-44 Split Bucket 40-132-96 Solit Bucket Page 7 I I I I I I I . I I I I I I I , I JOHN D. STEPHENS, INC. Equipment List Equipment # Description Year Gravel Boxes 37-9801 GRAVEL BOX 8'X13'6"X 37-9802 GRAVEL BOX 5'6"X11'6 37-9803 GRAVEL BOX 10'X13'2"WI PULL BAR 37-9804 GRAVEL BOX 6'X10'X4' 37-9805 GRAVEL BOX 11'X14'X6 37-9806 GRAVEL BOX 8'-8" YELLOW DUMP BED 37-9807 GRAVEL BOX 7'-6" ALLISON BODY 37-9808 GRAVEL BOX 8' WI PULL BAR GREY Trench Boxes 38-9901 TRENCH BOX-NON ADJUS 28x4.5x6 38-9902 TRENCH BOX-NON ADJUS 28x5x6 38-9903 TRENCH BOX-NON ADJUS 28x4.5x6 38-9907 TRENCH BOX-NON ADJUS 28x4.5x6 38-9908 TRENCH BOX-NON ADJUS 3Ox7x8 38-9909 TRENCH BOX-NON ADJUS 10x4x8 38-9910 TRENCH BOX-NON ADJUS 45x6.5x9 38-9911 TRENCH BOX-NON ADJUS 28x5.5x8 38-9912 TRENCH BOX-NON ADJUS 28x7xl1.5 38-9914 TRENCH BOX-NON ADJUS 15x4x8 38-9915 TRENCH BOX-NON ADJUS 8x3x6 38-9916 TRENCH BOX-NON ADJUS 6x8x4.5 38-9917 TRENCH BOX-NON ADJUS 13xl0x6 38-9918 TRENCH BOX-NON ADJUS IOX11x8 38-9919 TRENCH BOX-ADJUSTABL tunnel boxes 38-9920 TRENCH BOX-NON ADJUS MH Box 12x10x8 38-9922 TRENCH BOX-NON ADJUS MH Box Beam & Plate 38-9923 TRENCH BOX-NON ADJUS 28x3x6 38-9924 TRENCH BOX-NON ADJUS 28x6x10 38-9925 TRENCH BOX-NON ADJUS 14x4.5x8 38-9926 TRENCH BOX-NON ADJUS tunnel boxes 38-9927 TRENCH BOX-NON ADJUS tunnel boxes 38-9928 TRENCH BOX-NON ADJUS MH Box 10x7xl0 38-9929 TRENCH BOX-NON ADJUS MH Box 10x7xl 0 38-9930 TRENCH BOX-NON ADJUS 14x4.5x8 38-9931 TRENCH BOX-NON ADJUS M07071279 38-9932 TRENCH BOX-NON ADJUS M07071280 Rollers 39-00-57-14 DITCH ROLLER ROLL HEIGHT 14 39-00-69-14 DITCH ROLLER ROLL HEIGHT 14 39-00-81-10 DITCH ROLLER HEIGHT 14" 39-125-168-81 PIPE ROLLER HEIGHT 81" 39-39-105-42 PIPE ROLLER HEIGHT 42" 39-41-66-42 PIPE ROLLER HEIGHT 42" 39-42-66-51 PIPE ROLLER 39-44-101-43 PIPE ROLLER iPAm HEIGHT 43" 39-47-72-45 PIPE ROLLER HEIGHT 45" 39-55-78.52 PIPE ROLLER ROLL HEIGHT 52 39-67-92-64 PIPE ROLLER HEIGHT 64" 39-72-96-62 PIPE ROLLER HEIGHT 62" 39-76-100-66 PIPE ROLLER 39-76-100-82 PIPE ROLLER HEIGHT 82" 39-90-170-41 PIPE ROLLER HEIGHT 41" 39-96-119-76 PIPE ROLLER (PAD) HEIGHT 76" 39-84-60 PIPE ROLLER ADJUSTABLE 84" TO 60" 39-00-72 DITCH ROLLER 72" WIDE 39-00-60 DITCH ROLLER 60" WIDE 39-00-45 DITCH ROLLER 45" WIDE 39-72-30 PIPE ROLLER ADJUSTABLE 72 TO 30 39-144-65 PIPE ROLLER 39-52-52 PIPE ROLLER 39-164-116 PIPE ROLLER Page 8 I I I .1609838 .. I I I . I I I I I I I , ,,',STATE':OFG:EORGIA . l<ARENIIANDEL;, Secl'etary of State .. 'stai6~GbriSt{QctiQriIridu.~ttybc:e~sing BO~fd . ""', :Vtiiit}r'Contra:Ctof '. LICENIi;E.'NO>" ,UC300125 .,. . <'~9hn));. $.teph~~,Iri.c. . 212'HUrri~arie:Sh6als Rd,'RE. . ':.:,'-". --', ",: .; ..:.. '",'.. ":'. ..: ,,', . ::t;a~~~ceYillci G.A,-~0045 ExJ?l:RATtONDA.$ :--04/30/2011 .;". ,Adiye . '::':'.7 ...... STA'fii:OF.GEORGIA :KARENH!~ 'UEL, Secretary of State -State Construclion Iridustry Licensing Board , '. Utility Contractor .' LICENSE NO'. . UC300125 John D. Stephens, Inc. 272 Hiirrici1I;le.Shoals Rd.,N.E. I,.awrenceville GA30'045 John D. Stephens, Inc. 272 Hurricane Shoals Rd., N.E. Lawrenceville GA 30045 EXPIRATION DATE - 04/30/2011 Active .' I I Revision Date August. 2001 I GENERAL CONDITIONS ARTICLE I--DEFINITIONS I I I 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 thereot 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. I Bid-The offer or proposal ofthe bidder submitted on the prescribed form setting forth the price(s) for the Work to be performed. I Bonds-Bid, performance and payment bonds and other instruments of security furnished by CONTRACTOR and its Surety in accordance with the Contract Documents. . I Change Order- A document recommended by PROFESSIONAL, which is signed by CONTRACTORarfd 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. I I 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 tothe 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 pursuantto 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). I I I I , Contract Time-The number of days (computed as provided in paragraph 172.1) 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 shoulcl1'all 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 I I Revision Date August 20()]. I by or for CONTRACTOR to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a Supplier and submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. I Specifications-Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. I Subcontractor- An individual, firm or corporation having a direct contract with CONTRACTOR or with any other SUBCONTRACTOR for the performance of a part of the Work at the site. I Substantial Completion-The Work (or a specified part thereof) has progressed to the point where, in the opinion of PROFESSIONAL as evidenced by PROFESSIONAL's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be used for the purposes for which it is intended, or if there be no such certificate issued, when final payment is due in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as applied to any Work refer to Substantial Completion thereof. I Supplementary Conditions- The part of the Contract Documents which amends or supplements these General Conditions. I Supplier- A manufacturer, fabricator, supplier, distributor, materialman or vendor. . I Underground Facilities-All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasement containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems, or water. Unit Price Work- Work to be paid for on the basis of unit prices. I Work-The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor'and furnishing and incorporating materials and equipment into the construction, and furnishing documents,all as required by the Contract Documents. I Work Change Directive-A written directive to CONTRACTOR, issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by PROFESSIONAL, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.22. A Work Change Directive may not change the Contract Price or the Contract Time but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issu~~ Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time as provided in Article 10. I I Written Amendment-A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non~engineering or non-technical rather than strictly Work-related aspects of the Contract Documents. I I , GC-3 Page 3 of 52 I I Revision Date August 2001 I 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 ofinsurance\vhich OWNER may reasonably request) which CONTRACTOR is required to purchase and maintain in accordance with Article 5. I Pre-construction Conference: I ..2.8. Befor~ any VVorkatthesite 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 referTed to in 2.6 as well as procedures for handling Shop Drawings and other submittals, processing applications for payment and maintaining required records. , . - - . I FiniJlizing Scheclules: 2.9 .Atl~astten dc:iysbefor~~ubmissibn. bfthe .first Application for Payment, a conference attended by CONTRACTOR, PROFESSIONAL and OWNER ahd others as appropriate will be held to finalize the schedul~s submitted in accClrdance with Raragr~ph 2.6.C.oNTRACTOR shall have an additional ten (10) <:(2f.end(1f d~x~to .make c;orTecti6ns.andadjustrtlents and to. complete and resubmit the. schedules:..No progress payment shall be. made to SONTRACTORuntil the schedules are submitted and ac;cept(1bleto OWNSR. ~nd PROFSSSIOf'.Jjl.L. ~s provided below. The fin(1lized progress schedule will be accept(19le to OWNER anciPROFE?SIOf'.JAL. ~spr()viding.(1norderly.progression of the Work to compfetior wit~ir. any ~pecinedMile!)tones~rici...the 9ontr(1ct.Ti~e,~ut sUfh.a~ceptance will neither impose6n PROFESSlqNAL respcmsibiHty for the!)equen9ing,sch~duli~g or progr~ss of the Work nor interfere with orreli~v~ c;Of'.JTf}ACT()RfrClIll full resporisibilityither~for.The finalized schedule of Shop Drawing sUbmi~sions.~nd Sample submissions will be acceptable to PROFESSIONAL as providing a workable arrangEll11ent for reviewing and processing the submissions. CONTRACTOR's schedule of values shall be approved by PROFESSIONAL as to form and substance. .... .... CbNTRA9TOR, inadai~iont()preparingahinitiallyacceptable schedule, shaU be responsible for ~ail'1tainingtheschedule, il1c1uding updatingsfhedule. ~chedule updates shall include progression of work as compared to scheduled progresS on work. SchedulEfupciates shall accompany each pay request . I I . I I I I I I I , GC-5 Page 5 of 52 I I Revision Date August 2001 I 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. I 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. PROFE$SlbNAL's approval ofa 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). I I Reuse of documents: I 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 contr,u;t 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 theseal of PROFESSIONAL or PROF~SSIONAL's consultant; t:ind they shall not reuse such Drawings; Specifications or other documents (or copies of any thereof) on extensio~s of the Project or any other project without written consent of OWNER and PROFESSIONAL and specificwritteh verification or adaptation by PROFESSIONAL I . I I I I I I I , GC-7 Page 7 of 52 I I Revision DatI! August 20Q1 I performed after direction is provided by the PROFESSIONAL. Physical Conditions-Underground Facilities: I 4.3.1. Shown or Indicated: The informatiori and data shown or indicated in the Contract Documents with respect to existing Underground Faciliti~sat 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.()WNER "md PROFESSIONAL shall not be responsible for the accuracy or completeness of any such information or data; and 4.3.1.2. Thecost()fall()f the following will be iricluded.iri the Contract Price and CONTRACTO~shall havefull responsibility forreviewing and?hecking~lI~u?hinf()rmation and datafor locating all U~derground Facilities shown or indicated in the Contra?t Documents, for coordination ()ftheWork withtheOWNE~'Sof such U~derground ~ai::ilities dUringconstru.ction, for the safety and protection thereof as. provided in para~raph 6.20 and repairing any damage thereto resulting from the Work, the cost of all bf which will beccinsidered as having been included in the Contract Price. 4.3.2. Not Shown or IhdicatffcJ.. .'fari UndergroOndF acilityis uncOvered or revealEldat orc()ntigOous to the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not reaso~ablyhavebe~n ~xpec;ted ~ob~.awareof,.... CONT~CTO~.shall,proinptly~fterbecolTling aV\l~re thereof and before performing anyWorka~ected t~erebyexcept in an emergency as permitted by paragraph 6.22, identify the OWNER ofslJch. Underground FaciHt}fand gi\feV\lr~en notice ther~of tothat OWNER~nd to OWNER and PROFESSIONAL..PR()FESSI()NAL V\lillpromptlyreviel/ith.e Und~r~ro~nd Fadlity.to .(jet~rm.ine the ejdent to which the Co~t~act Documentssho~ld be modifiedto retIe?t anddo?ument theco~seguences of the existenceoft~elJnd~rgr()(md Facility, andthElGontractDoc:u~~nt~will be~men(jed or~upplement~(jto the extentnecessary~ During such time, CONTRACTOR shall be responsible forthesafety.andprote?tion of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be allowed an increase in the ContradPriceor an extensi.on of the C()ntract Time,. or both, to the extent that they are .attributable to the existence of any Underground Facility that l/i8snot shown or indicated intheContr~ctDocume~tsand wh.i?h 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. I I I I . I I I Reference Points: I 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. I I I , GC-9 Page 9 of 52 I I Revision Date .1\Ug1J.5t 2D01 I ARTICLE 5-BONDS AND INSURANCE I Performance and Other Bonds: I 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 . Supplement~ry Conditions. All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documerits 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 BOhds signed by an agent must be accompanied by a certified copy of the authority to act. I I Licensed Sureties and Insurers; Certificates of Insurance I 5.2.1 All bonds and insurance requiredby the Contract Documents to be purchased andm~intairi.ed by CONTRACTOR shall be obtained from surety or insurance companies that are duly licensedor autho~2::ed in the State of Georgia to issue bonds orInsurance policies for the limits andcoverag~s s? required. Allb?nds signed by an agent must be accompanied by a certified copy of authority to act. Such surety and insur~nce companies shall also meet such additional requiremerits and qualifications as may be provided in the Supplementary. Conditions. 5.2.2. CONTRACTOR shall deliver to OWNER, with Copies to each additional insured identifi~c1rri 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. . I I 5.2.3. If the surety on any Bond furnished by CONTRACTOR is declared bankrupt orbecollles insolvent or its right to do business is terniinated 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. I 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 orindirectly 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 cithef?imilar employee benefit acts; .. 5.3.2. Claims for damages because of bodily injury, occupatiohal sickness or disease, orcleatl"l of CONTRACTOR's employees; I I I I , GC-11 Page 11 of 52 I I. Revision Date August ::1:001 I 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. I I 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. I 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. I 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 mairitainitat the purchaser's own expense. I .. I 5.10. If CONTRACTOR requests in writing that other special insurance be included in the property insurance policy, OWNER shall, if possible, indude 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. I Waiver of Rights: I 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 namedas 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 ncimedas 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 td 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. I I I I , GC-13 Page 13 of 52 I I Revision Date: August 2001 I including attorneys' fees, arising out of or resulting from the performance of its Work, provided that any such liability, claim, suit, demand, damage, loss, or expense (a) is attributable to bodily injury, sickness, disease or death, or injury to or destruction of tangible property, including the loss of use resulting therefrom and (b) is caused in whole or in part byan~ct or omission of CONTRACT()R, any Subcontractor, anyone directly or indirectly employed by any of them, ora~yone for whos~ acts any of them may be liable, whether or not it is caused in whole or in part by thenegligemceor other fault ofa party indemnified hereunder. . 5.16.2. In any and all daimsagainst ()WNER orCin)' of its agents or employees by any employee of CONTRACTOR, any SUBCONTRACTOR,anyone direCtly()r indirectly employed by any ofthem, 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 anySUBCONTRACTOR under workmen's compensation acts, disability benefit acts, or other employee benefit acts. 5.16:3. C;ONTRACTORshall inderr1nifyand h?IH harmles~ OWNER and anyone directly orindirectty ernployed 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. I I I I I . I I I I I I I , GC-15 Page 15 of 52 I I Revision Dat.e AUguBt JOQi I Substitutes or "Or-Equal" Items: I 6.7.1. Whenever materials ar equipment are specified or described in the Cantract Dacuments by using the name af a proprietary item orthe name af a particular Supplier, the naming afthe item is intended to establish the type, functian and quality required. Unless the name is followed by words indicating that no. substitutian is permitted, materials ar equipment of other Suppliers may be accepted by PROFESSIONAL if sufficient informatian is submitted by CONTRACTOR to allow PROFESSIONAL to determine that the material ar equipment propased is equivalent or equal to. that named. The pracedure far review by PROFESSI()NAL will include the fallawing as supplemented in the General ReqUirements. Requests far review of substitute items af material and equipment will nat be accepted by PROFESSIONAL fram anyone atherthan CONTRACTOR If CONTRACTOR wishes to. furnish aruse a substitute. item of material ar equipf1'1ent, CONTRACTOR shall make written application to. PROFESSIONAL for acceptance thereof, . certifying that the propased 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 applicatian will state that the evaluatian and acceptance ofthe proposed substitute will not prejudice CONTRACTOR's achievement af Substantial Completion an time, whetheror not acceptance ofthe substitute for use in the Work will require a change in any of the CantractDacuments (ar in the provisions of any?t.her direct contract with OWNER for work on the Praject) to adapt the design. to. the proposed substitute . ~~d whether or nat incorporation or use of the substitute in connection with the Work is subject to. payment of any license fee ar royalty. All variatians af the proposed substitute fram that specified will be identified in the applicatian and available maintenance, repair and replacement service will be indicated. The applil:atianlNill also. cantain an itemized estimate af all casts that will result directly arindirectly fram acceptance af such substitute, including costs af redesign and claims of other contractors affected by the resulting change, all of which shall be considered by PROFESSIONAL. In evalLJatingthe propased substitute, PROFESSIONAL may require CONTRACTOR to. furnish, at CONTRACTOR's expense, additional data abaut the propos~ substitute. I I I I .. I I 6.7.2. If a specific means, method, technique, sequence ar procedure of construction is indicatedinor required by the Cantract Documents, CONTRACTOR may furnish or utilize a. substitute means, .methad, sequence, technique or pracedure of cons tructi an acceptable to. PROFESSIONAL, if CONTRACTORsubrnits sufficient informatian to allow PROFESSIONAL to. determine that the substitute praposed is equivalentta that indicated ar 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. I 6.7.3. PROFESSIONAL will be allowed a reasonable time within which to. evaluate each proposed substitute. PROFESSIONAL will be the sole judge af 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 ar 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.. P~OFESSION.A.Lvvill record time required by PROFESSIONAL and PROFESSIONAL'scansultants in evaluating substitutians propased by CONTRACTOR and in making changes inthe Contract Dacuments accasioned thereby: Whether or not PROFESSIONAL accepts a proposed substitute, CONTRACTOR shall reimbutseOWNERfar the charges of PROFESSIONAL and PROFESSIONAL's consultants for evaluating each proposed substitute. I I Concerning Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall nat em play any Subcantractar, Supplier orother persan ar 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 reasanableabjectian. CONTRACTOR shall not be required to emplay any Subcontractor, Supplier ar ather person or organizatianta furnish ar perfarm any of the Wark against whom CONTRACTOR has reasanable abjectian. GC-17 I I , Page 17 of 52 I I Revision Date AUgust 2001 I process will be considered for time extensions only and no damages or additional compensation for delay will be allowed. Laws and Regulations: I 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor PROFESSIONAL shall be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. I 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. I I Taxes: I 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: I 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 OWNE~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. DLiring 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. Atthe completion ofthe Work, CONTRACT()R 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 t()Origihal condition all property not designated for alteration by the Contract Documents. . I I I I I I , GC-19 Page 19 of 52 I I Revision Date August. 200~ I 6.22. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from PROFESSIONAL or OWNER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give PROFESSIONAL prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If PROFESSIONAL determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Work Change Directive Dr Change Order be issued to document the consequences of the changes or variations. I I 6.22.1. CONTRI\CTOR 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. I 6.22.2. If PROFESSIONAL determines that a change in the Contract Documents is required because ofthe action taken by CONTRACTOR in response to such an emergency, a Change Order will be issued to document the consequences of such action. I Shop Drawings and Samples: I 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, CONTEACTOR shall give notice to PROFESSIONAL of all deviations that the submittal or sample may have from the requirements of the Contract Documents. . I I 6.24. PROFESSIONAL shall review and approve submittals and samples. Professional's review and approval shall be only for conformance with the design concept of the Project and compliance with the information given in the Contract Documents. The approval of a separate item as such will not indicate approval oHhe assembly in which the item functions. CONTRACTOR will make any corrections required by PROFESSIONAL and reE;ubmit 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 constructioncriteria, materials, catalog numbEirs, 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 submissio~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 witll the submittal process will be considered for time extensions only, and no damages or additional compensation for delay will be allowed. I I I I 6.24.2. Before submission of each Shop Drawing or sample, CONTRACTOR shCi,1I have deterl11ined 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 Df'awingor sample with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. ' I , 6.24.3. At the time of each submission, CONTRACTOR shall give PROFESSIONAL specifiC:Vlfritten GC-21 Page 21 of 52 I I Revision Date August 2001 I 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 indirectlyernployed 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 causedinpart by a party indemnified. hereunder or arises by or is imposed by Law and Regulations regardlessofthenegligeneeof any such party. . . . . 6_.33._IP anyahd all dailllsagainst O\NNER,\ROGRAM MANAGE~()rPR()FESSIONAL or any of their consultants, agents or employees byanyemployeeofC()NTRAC,-OR, any Subcontractor, any person or organization. directly or indkeCtlyemployed by ahyofthem to perform or furnish. any of the Work. or anyone for Whose acts any of them may be liable, the indemnification obligation under parl:igraph 6;32 shallnot be lil'l'lited 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 orga~izCltion under workers' or workmen's compensation acts~disability benefit acts or other employee benefit acts. . .. 6~34. Theohl.igations. of tONTRACT()Rundefparagtaph6.32'shall not extend.to'. the liabilitY of PROFESSIONAL; PROFESSIONAL's consyltants,agentsor.emploYE3esarising. out ofthepreparationor approval of maps, draWings, opinions, reports, surveys, Change Orders, designs or specifi,cations~ I I I I I . I I I I I I I , GC-23 Page 23 of 52 I I ReviGion Date August. 2001 I ARTICLE 8-0WNER'S RESPONSIBILITIES I 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 PRO~~SSIONALagainst 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. I I 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. I '. '8.4.0WN~R's dLJtjes'inre~PElc;tofprovidinglandsand easements and providing Engineering surveys to. establish reference points are'set forth in paragraphs4.1 and 4.4. Paragraph4.2 refers to OWNER's identifying and . making available to CONTRACTOR c?piesof reports of explorations and tests of subsurface conditions at tMsiteandinexisting structures Which have beeni.Jtilized by PROFESSIONAL in preparing the Drawings and Specifications; . . 8.5. OWNER's responsibilities' in .' respeCt6fplJrc:hasing' and maintaining liability and property insurance are set forth in paragraphs 5.5 through 5.8. I 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.3. . I 8.7. . OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4. . . 8.8:lnconnectionwith (jVvNER's right to stopvvorkofsllspend Work; see paragraphs 13.10 and 15.FParagraph'15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain circumstances. I I I I I I , GC~25 Page 25 of 52 I I Revision Date August 2001 I Rejecting Defective Work: I 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. I Shop Drawings, Change Orders and Payments: I 9.7. In connection with PROFESSIONAL's responsibility for Shop Drawings and samples, see paragraphs 6.23 through 6.29 inclusive. I 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. I Determinations for Unit Prices: ." I 9.10. PROFESSIONAL will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. PROFESSIONAL will review with CONTRACTOR PROFESSIONAL's 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. I Decisions on Disputes: I 9.11. PROFESSIONAL will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the 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. I I I 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 I , Page 27 of 52 I I Revision Date August 2001 I ARTICLE 10--CHANGES IN THE WORK I 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 a.s directed; CONTRACTOR shall not be entitled to claim lost pr~fjts on deleted work. All changed Work shall be executed under the applicable conditions of the Contract Documents. . 10.2. Additional Vl/ork performed by CONTRACTqRwithout authorization of a Change Order will not entitle CONTFU\CTOR to ~n increase in the Contract Price or an extension of the Contract Time, except in the case of anemergency as provided in Article 6. The effect ofthis paragraph shall remain paramount and shall prevail irrespective of any conflicting provisions contained in these Contract Documents. 10.3: Upon agreementasto changes in the Work to be performed,Work: perforrned in an emergency as provided In Article 6, and any ()ther claim of CONTRACTOR for a change in the Contract Timeorthe 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 WorkGhange Directive to CONTRACTOR. . Pricing of the Work Change Directive will be in accordance with Section11.3. The Work Change Directive will specify a price,~nd if applicable a time extension, determined to be reasonable by OWNER If CONTRACTOR fails to sign such Work Change Directive, CONTRACTOR lT1ay 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 ofthe 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 scopeoftheWorkor the provisions of the Contract Documents (including, but not limited to, Contract Price or ContraCt Time) is required by the provisions of any BOr'ld to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. I I I I I ........\ I I I I I I , GC-29 Page 29 of 52 I I Revision Date AuguGt 2001 I 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. I I Cost of the Work: I 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: I I . I I I I 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. I 11.4.5. Supplemental costs including the following: 11.4.5.1. The proportion of necessary transportation, travel and subsistence expehses of CONTRAc,- TOR's employees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, GC-31 I I , Page 31 of 52 I I Revision Dat.e August 2001 I 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. I 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). I 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. . I 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. I CONTRACTOR's Fee: I 11.6. CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: . I 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, I 11.6.2.2. for costs incurred under paragraph 11.4.3, CONTRACTOR's Fee shall five percent; and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to CONTRACTOR on account of overhead and profit of all Subcontractors shall be fifteen percent, I 11.6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and 11.3, I 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 I 11.6.2.5. when both additions and credits are involved in anyone 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. I 11.7. For all changes, CONTRACTOR shall submit an itemized cost breakdown, together with supporting data in such detail and form as prescribed by the Project Manager. When a credit is due, the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease in direct cost as determined by the Project I , GC-33 Page 33 of 52 I I RevisiOn Date August 2001 I ARTICLE 12--CHANGE OF CONTRACT TIME I 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. Writtensllpporting data will be submitted toPROFESSIONAL and OWNER 1Nithin fifteen (15) calendar days after such occurrence unless the OWNER allows additiorial time. . All claims sub~itted 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. I I . .... .< 12.2: IfCONTRAC,-ORi~ delayeda(cmy time in the performance, progress, commencememt,pr completion ottheWork by any actor neglect of OWNERor PROFESSIONAL, or by an employee of either, or by any separate CONTRACTOR employed by OWNER, or by changes ordered in the Work, or bylCibor 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 controlorfault, th~n the Contract Time shall be extended by Change Order for such reasonable time as OWNER may determine. CONTRACTOR shall be .e.n~itIed to an extension of time for such causes only forthe number of days of delay which OVVNERmay determine to be. due solely to such causes and only to the extent such occurr.ences actuallydelay thecompletionofthe Workandthen only if CONTRACTOR shall have strictly complied with.all the requirements of the Contract Documents. . Provided, however, notwithstanding. anything in the C()ntract 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 ,^,hich OWNER or PROFESSIONAL may be responsible in whole or in part, shall relieve CONTRACTOR of its duty to perform or give riseto any right todamages or a(jditional compensation from OVVNER. CONTRACTOR's sole and exclusive remedy against OWNER forinterruption, interference,inefficiency, suspension or delay of any aspecfof the Work shall be the right to seek an extension to the Contract Time in accordance with the procedures set forth herein. I I . I I I I I I I , GC-35 Page 35 of 52 I I Revision Date August 2001 I 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. I Uncovering Work: I 13.8. If any Work required to be inspected, tested or approved is covered prior thereto without the prior written approval of PROFESSIONAL, or if any Work is covered contrary to the request of PROFESSIONAL, the Work shall, if requested by PROFESSIONAL, be uncovered for observation, inspection, testing or approval and replaced at CONTRACTOR's expense. . 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 PROFESSIONAlinay 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 (includingbutnot limited to fees and charges of PROFESSIONAls, architects, attorneys and other PROFESSIONAls),cmd 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. . I I I . I I OWNER May Stop the Work: 13.10. When Work is defective or when CONTRACTOR fails to supply sufficient skilled workmerior 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. I Correction or Removal of Defective Work: I 13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly, without cost toO\IVNER 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 CONTRACTORdoesnot 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 CONTRACT()~. 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_ I I I , GC-37 Page 37 of 52 I I Revision Date August 2001 I and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work: CONTRACTOR shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. I Neglected Work by CONTRACTOR 13.15. If CONTRACTOR neglects to.execute the Work in accordance with the Contract Documents, including any requirements ofthe 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 onschedufe. .If CONTRACTOR fails to correct the ~eficiency or take appropriate corrective a~tion, 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 ChangeOrdet shall beissuedincorpotatihg the necessary revisions in the Contract Documents, includingan appropriate reduction in the Contract Price. Ifthe 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 toregain the schedule; all costs to OWNER of associated inspection,cdnstructioh management and resident engineers shall be identified to CONTRACTOR and the Contract Price reduced by a like amount via Change Order. I I I I . I I I I I I GC-39 I , Page 39 of 52 I I Reviciol1 Date August. :'2001 I I 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 offinal 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: I I I I 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. . I 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 ofthe occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.9 inclusive. I 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. .. I Substantial Completion: I 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 (exceptfor items specifically listed by CONTRACTOR as incomplete) and request that PROFESSIONAL issLJea 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 <i 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 ariy I I I , GC-41 Page 41 of 52 I I Revision Dat.e August 2001 I 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 betweenOWNER.and CONTRACTOR with respect to security, operation, safety, maintenance, utilities, insurance, \l\farrantie~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 part6f 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 Benefidal Occupancy . I I I I I Final Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work oran.agreeduponportion thereof is complete, PROFESSIONAL will make a final inspection with OWNER and CONTRACTOR anc:J'A'i11 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 toremed}fsuch'defi- ciencies. I Final Application for Payment: 14.12. After CONTRACTOR has completed all such corrections tothesatisfacti6n: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, COf\jTRj,\CT()Rrnay make application for final payment following the procedure for progress payments. The ~naIApplic:ation for Payment shall be accompanied (except as previously delivered) by: (i) all document~tion.caUed.for in the Contract Documents, including but not limited to the evidence of insurance required, (ii) consentof thesu[ety; if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OVVNER)of all liens arising out of or filed in connection with the Work. In lieu of such releases or waivers?f liens and as approved by OWNER, CONTRACTOR may furnish receipts or release in full andal1affidCivitof CONTRACTOR that (i) the releases and receipts include all labor, services, material and equipme;nt for ,^,hich 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 hav~.~~e;11 paid or otherWise satisfied. If any Subcontractor or supplier fails to furnish such a release or receiptin.fu.ll, CONTRACTOR may furnish a bond or other collateral satisfactory to OWNER to indemnify OWNER against any lien. . I I I I 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. I I , GC-43 Page 43 of 52 I I Revision Date August ::1001 I 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). I Waiver of Claims: I 14.16. The making and acceptance affinal payment will constitute: 14.16.1. Awaiver 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 I 14.16.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. I I . I I I I I I I , ! I I GC-45 Page 45 of 52 I Revision Date August 2001 I CONTRACTOR from the site andtake possessionofth~Work and ofCiIlCONTRACTO~'s tools, appliar:tces, construction equipment and machinery at the site and use the same to th.e full extentthey could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversiOn),inCOrporat~in the"Yo~k~1I materials and equipment stored at the site or fo~which OWNE~has paid CONTRACTOR but whichCire .st()~ed elsewhere, and finish the Work as. OWNER may deem expedient. In s~~h case CONTRACTOR~h~lInot be entitled to receive any further payment until the "York is finished. If the unpaidbalance of the Con~ct Price exceeds the direct, indirect and consequential costsof.completing the Work (including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONl\Lsar:td court and arbitrCition 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 .wHI be approved a~ to reasonableness by PROFESSIONAL and incorporated in a Change Order, but wh~~exercising any rights or remedies under this paragraph, OWNER shall not be required to obtain the lowest price for the Work performed. I I I I 15.3. In the event OWNER terminates the contract for Calise and it is subseqGently 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. I Termination for Convenience . I 15.4. Upon seven working days' written notice to CONTRACTOR and PROFESSIONAL, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Contract. In such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. For completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; I 15.4.2. For expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; I 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. I 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. I 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. I CONTRACTOR May Stop Work or Terminate: I , 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 I I Revh:ion Dat.e ]\uguGt. 2001. I I I 16.1. All dls~uteS ~risi"9~der !hlseontract ",its Interpreta\lOn whether involving law or fact or both, or exm' vrork, and~1I claims f()faIl5,ged br""cl] of cOntract shall _in ten (10) working daYS oflile comm",!"'ment of thedi"P"'" b,e """"...,d OXC""!T1<Ac:TOR fO OWNEIHor decision. All pap"'" ""rtaining to claims shall be filed in qUadruplicate. Such .-.oIi,"" "~ not _i1!he amount of !he claim bu\ shall state the facts surrounding the claim In sufficient detail fO identifY the claim, together with its character and scope. In the meantime, CONTRACTOR shall proceed _ the Work as directed, MY claim not presented within the fime IImil specitied In this paragraph shall be deemed fO have been waived, except that ff the claim is of a c<>,",n~ing ch~r~:""r ~nd "~ti"" 0/ th" c1ai~ Is n<>\ ghle~ ;"'th'n ten (10) working days of its commencement, the claim ~II be .",,,,,dered only fora periOd commencing ten (10) working days prior fO the receipt by p",""ER of,n.o1icetl1ereo/. ~, """,,s.lon 'J;'OY'l"E'R will be In writing and will be mailed to CONTRACTOR OX registered or certified rnail,return receipt requested, directed to his last known address. . ARTICLE 16--DISPUTE RESOLUTION I I I 16.2 . All claims, d1~es llpd olhar,!P'""'rs In question between OWNER and CONTRACTOR arising' Out of, or relating to, !he Contiacl Documents or the breaCh thereof shall be decided under Georgia Law In the Superior Court of Richmond Coun!y, Georgia CONTRACTOR OX execution Of the Commcl consents fO juris<foction and venue In the Superior Court o!Richmond County, Georgia, and waIveS any right fO contest same. . I I I I I I GC-49 Page 49 of 52 I r I I Revision Date August 2001 I 17.6. The Contract Documents are intended by the Parties to, and do, supersede any and all provisions ofthe 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. I I 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 retain age pursuant to the Contract Documents and CONTRACTOR specifically waives any claim to same. Substitutions: I 17.8. Notwithstanding any provision of these general conditions, there shall be no substiMions of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. I Sanitary Sewer Overflow Prevention: 17.9. Procedures to Prevent Overflows During Sanitary Sewer Construction: I .. . .. 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. . I 17.9.2 The CONTRACTOR wiU submit an Emergency Response Plan prior to beginning work. This planwill include a list of key personnel with 24-hour contact information who will respond during an emergency situCiticm. 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. I 17.9.3 In the event bypass pumping is required to facilitate new sewer construction, bypassing plans and supportirig calculations must be submitted to the Augusta Utilities Department for review prior to est~blishment of the bypass. AU bypass systems will include cbmplete redundancy in pumping systems, .if failure ofthe primary pumping system could result in a discharge of untreated wastewater to waters of the State. . I 17.9.4 Bypass pumping will be monitored continuously by a person knowledgeable in pump operaticln and maintenance if the failure of the bypass pump could result in the discharge of untreated wastewater to waters of the State. I 17.9.5 In the event of a discharge of untreated wastewater, the CONTRACTOR will take the foll()lIVing actions: 1. Take immediate steps to eliminate or minimize the discharge of untreated wastewater. 2. Immediately notify the Utilities Department dispatcher (706.796.5000) and the RESIDENT PROJECT REPRESENTATIVE (contact information will be provided at the preconstruction conference) . 3. Maintain a chronicle of relevant information regarding the incident including specific actions taken by the CONTRACTOR and estimates of the discharge volume. I I 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 I , Page 51 of 52 I I I I I I I I . I I I I I I I P I S&P Project No. G124..o6-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 01002 - SUPPLEMENTARY CONDITIONS SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract and other provisions of the Contract Documents as indicated below. All provisions, which are not so amended or supplemented, remain in full force and effect. The terms used in these Supplementary Conditions will have the meanings indicated in the General Conditions. Additional terms used in these Supplementary Cohditions have the meanings indicated below, which are applicable to both the singular and plural thereof. ARTICLE I - DEFINITIONS Page GC-1 Add the following language to the end of definition "Contract Documents": Specifications and Drawings are more specifically identified as follows: 1. Specifications as listed in the table of contents of the Project Manual; 2. Drawings consisting of a cover sheet and sheets numbered. C01 through C28, inclusive, with each sheet bearing the following general title: Main Interceptor Upgrade Replacement Phase II Augusta Utilities Department Project No. 00007 Page GC-2 Add the following definition following the end of definition "Effective Date of the Agreemenf': ENGINEER - Where used in the specifications, Stevenson & Palmer Engineering, Inc.; 360 Bay Street, Suite 400; Augusta, Georgia 30901. ENGINEER's Consultants for this Project are identified as follows: 1. EcoloTech. 2. QORE Property Sciences. Page GC-3 Add the following language at the end of definition II Substantial Completion": Substantial Completion for any portion of the Project shall include backfilling, testing and acceptance by OWNER of the sewer or water main system for their intended use. SUPPLEMENTARY CONDITIONS .. ..01002-"1 I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 b. DO NOT REMOVE the existing slide gate at this time. 4. Insure and coordinate with the JB Messerly Project (80130) that the84~inch sanitary sewer may be placed in service and the existing 72-inch sanitary sewer may continue to be maintained in concurrent service with the. 84-inch sanitary sewer. 5. Construct and pressure test Pipe 1 A and tie-in to the existing 84-inch sanitary sewer as part of the JB Messerly Project (80130). 6. Place new 72- and 84-inch sanitary sewer (Phase II) in service by removing the existing slide gate on the 72-inch sewer into the existing frame of the 63-inch sanitary sewer. 7. Reference Drawing C18: Construct new 12-inch sanitary sewer tie-in from existing MH-16 to new MH-30. Install permanent bulkheads and rehabilitate MH-16. Provide temporary bypass pumping or use a full flow- thru sewer plug, as manufactured by Stemar Equipment and Supply Co., Inc. or Engineer approved or equal, to maintain uninterrupted sanitary sewer flow through the system. 8. Reference Drawing C14: Construct new 42-inch sanitary sewer tie-in from existing MH-13 to new MH-13. Install permanent bulkheads and rehabilitate MH-13. Provide temporary bypass pumping or use a full f1ow-thru sewer plug, as manufactured by Stemar Equipment and Supply Co., Inc. or Engineer approved or equal, to maintain uninterrupted<sanitary sewer flow through the system. 9. Reference Drawing C12: Construct new 8-inch sanitary sewer tie-in from existing MH-10 to new MH-17. Install permanent bulkheads and rehabilitate MH-10. Provide temporary bypass pumping or use a full flow-thru sewer plug, as manufactured by Stemar Equipment and Supply Co., Inc. or Engineer approved or equal, to maintain uninterrupted sanitary sewer flow through the system. 10. Reference Drawing C05: Construct new 8-inch sanitary sewer tie-in from existing MH-3 to new MH-3. Install permanent bulkheads and rehabilitate MH-3. Provide temporary bypass pumping or use a full f1ow-thru sewer plug, as manufactured by Stemar Equipment and Supply Co., Inc. or Engineer approved or equal, to maintain uninterrupted sanitary sewer flow through the system. 11. Complete abandonment of existing 72-inch interceptor sewer. I I I I I I . I I I I I I I r I SC-2.7 Add the following new paragraphs immediately after Paragraph 2.7.: A. OWNER reserves the right to request complete copies of policies if deemed necessary to ascertain details of coverage not provided by the certificates. Such policy copies shall be "originally signed copies"and so designated. SUPPLEMENTARY CONDITIONS ...01 OOZ..3 I I I I I I I . I I I I I I I , I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 8. PIN 099-0-076-00-0; 1560 N Savannah Rd, Rhodes Enterprises, Inc. Contact property owner prior to entering property. Replace landscaping in-kind. Maintain business access at all times. 9. PIN 099-0-077-00-0; 1562 N Savannah Rd, Rhodes Enterprises, Inc. Contact property owner prior to entering property. Replace landscaping in-kind. Maintain business access at all times. 10.PIN 111-0-005-00-0; 1594 Doug Barnard Pkwy, ML South Augusta, Inc. Contact property owner prior to entering property. Replace landscaping in-kind. 11. PIN 111-0-005-01-0; 1570 N Savannah Rd, Rhodes Enterprises, Inc. Contact property owner prior to entering property. Replace landscaping in-kind. 12.PIN 124-0-006-01-0; 1630 Doug Barnard Pkwy, Savannah Construction Services, Inc. Contact property owner prior to entering property. Replace landscaping in-kind. 13. PIN 124-0-008-00-0; 1620 Doug Barnard Pkwy, Department of Transportation, State of Georgia. Contact property owner prior to entering property. Replace landscaping in-kind. 14. PIN 124-0-006-00-0; ADDRESS, OWNER/BUSINESS NAME. Contact property owner prior to entering property. Replace landscaping in-kind. 15. Southern Natural Gas Easement. Contact property owner prior to entering property. Replace landscaping in-kind. Physical Conditions: SC-4.2.1 Add the following new paragraphs immediately after Paragraph 4.2.1.: A. In the preparation of Drawings and Specifications, Engineer or Engineer's Consultants relied upon those reports of explorations and tests of subsurface conditions at or contiguous to the Site; and those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities). Copies of reports and drawings itemized below that are not included with Bidding Documents may be examined at the office of Augusta Utilities Department, 360 Bay Street, Suite 180 during regular business hours. 1. Main Interceptor Upgrade, Phase I for Augusta Utilities Department, Project No. 60115. Prepared by Stevenson & Palmer Engineering, Inc. August, 2006, consisting of 37 drawings. All of the information in such drawings constitutes "technical data" on which CONTRACTOR rnay rely. 2. Main Interceptor - Rocky Creek to Treatment Plant, Contract B, Project No. WPC-GA-79. Prepared by Zimmerman, Evans and Leopold Consulting Engineers, June, 1963, consisting of 12 drawings. All of the information in such drawings constitutes "technical data" on which CONTRACTOR may rely. 3. Main Interceptor - Rocky Creek to Dan Bowles Road, Contract C, Project No. WPC-GA-79. Prepared by Zimmerman, Evans and Leopold Consulting SUPPLEMENTARY CONDITIONS 01002-5 I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 The "technical data" on which CONTRACTOR may rely on are the test boring records. I I I I I I . I I I I I I I , I ARTICLE 5 - BONDS AND INSURANCE Licensed Sureties and Insurers; Certificates of Insurance: SC-5.2.1. Add the following new paragraph immediately after Paragraph 5.2.1.: A In order to determine financial strength and reputation of insurance carriers, all companies providing the coverages required shall have a financial rating not lower than XI and a policyholder's service rating no lower than B+ as listed in AM. Best's Key Rating Guide, current edition. Certificates of insurance shall note. A M. Best's Rating.CorTlpanies with ratings lower than B+:XI will be acceptable only upon written consent 'of OWNER. B. All bonds and insurance coverages shall be with sureties or insurance companies that are acceptable to OWNER. SC-5.2.2. Add the following. new paragraph immediately after Paragraph 5.2.2.: A OWNER reserves the rights to request complete copies of policies if deemed necessary to ascertain details of coverage not provided by the certificates. Such policy copies shall be "originally signed copies" and so designated. B. All insurance certificates shall include an endorsement stating the following: 1. Sixty (60) days advan~eVlfritten notice of cancellation, non-renewal, reduction, and/or material change shall be sent, by Certified Mail, to the ENGINEER at 360 Bay Street, Suite 400, Augusta, GA 30901. CONTRACTOR's Liability Insurance: SC-5.3.1. Add the following new paragraphs immediately after Paragraph 5.3.1.: A Workers' Compensation, and related coverages under Paragraph 5.3.1. of the General Conditions: 1. State: 2. Applicable Federal (Le., Longshoreman's): 3. Employer's Liability: Statutory Statutory $1,000,000 SC-5.3.7. Add the following new paragraphs immediately after Paragraph 5.3.7.: A CONTRACTOR's General Liability under Paragraphs 5.04 A3. through A6. of the General Conditions which shall include completed operations and SUPPLEMENTARY CONDITIONS 01002-7 I I I I I I I . I I I I I I I , I Section 01002 - Supplementary Conditions: Item No.9 - Add the following immediately after Section 01002, Paragraph 5.5: SC-5.6. Delete Paragraph 5.6 in its entirety and insert the following in its place: SC-5.6 Property Insurance A. Contraotor shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof. This insurance shall: 1. Include the interests of Owner, Contractor. Subcontractors, Engineer. Engineer's Consultants and any other indIVIduals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees. agents and other consultants and subcontractors of any of them each of whom is deemed to have an Insurable interest and shall be listed as an insured or additional insured listed in Parag/'aph SC-5.17; --=",Addendum 1 BId Item#Q9..124 Page 2 of 10 2. Be written on a Builder's Risk Ifall-rlsk" or open peril or special causes of loss polioy fonn that shall at least include insurance for physiealloss and damage to the Work, temporary bundings, falsework, and materials and equipment in transit and shall Insure agEJinst at least the follOWing perUs or causes of 11).: fire, lightning, extended OQverage, theft, vandalism and malicious mischref, earthquake, coflapse, debris removal, demolition occasioned by enforcemellt of laws and Regulations, water damage, and such other perils 0( causes of loss as may be specifically required by the Supplementary Conditions: 3. Include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. Cover materials and equipment stored at the Site or at another location that was agreed to in writing by OWner prior to being incorporated tn the Work. provided that such materials and equipment have been included in an Application for Payment recommended by Engineer; 5. Allow for partial utilization of the Work by Owner; 6. Include testing and startup; and 7. Be maintained in effect until final payment Is made unless otherwise agreed to In writing by Owner, Contractor and Engineer with 30 days written notice to each other addItional insured to whom a cerffficate of Insurance has been issued. 8. Contractor shall be responsible for any deduetible or setf-insured retention. 9. The polley Will not cover Contractor's or Its subcontractor's or supplier's equipment. tools or other property that Is not consumed during construction or does not become a part of the Project. Contractor shall bear the expense of any additional pOlicy to cover these items. 10. The policies of insurance required to be purchased and maintained by Contractor in accordance wrth this Paragraph Sc-5.6 shalt comply With the requirements of Paragraph 5.9 of the General COnditions. I I I I I I I . I I I I I I I , I S&P Project No. G124-D6-D2 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 5.5. CONTRACTOR shall procure and maintain during the Contract Times a separate . OWNER's and CONTRACTOR's Protective (OCP) Liability Insurance in the name of OWNER in an amount not less than $2,000,000 for injuries, including accidental death for each occurrence, and property damage in an amount not less than $1,000,000 each occurrence and $1,000,000 per Contract aggregate combined single limit. Stevenson & Palmer Engineering, Inc. shall be named on the policy as an additional insured. ~ !%P.., Additional Insureds: SC-5.17. Add the following new paragraphs immediately after Paragraph 5.16.3.: 5.17. The identity of the additional insureds that are to be included on CONTRACTOR's General Liability insurance policies are: 1. City of Augusta, Georgia, and including all elected and appointed officials, all employees and volunteers, all boards, commissions, and/or authorities and their board members, employees, and volunteers. 2. Stevenson & Palmer Engineering, Inc. 3. CH2M Hill. 4. EcoloTech. 5. QORE Property Sciences. ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES Permits: SC-6.13. Add the following new paragraphs immediately after Paragraph 6.13.: A. OWNER has secured or will secure the following permits, approvals and licenses and has paid or will pay any associated charges and fees. CONTRACTOR shall pay all inspection fees necessary for the prosecution bf the Work which are applicable at the time of opening of Bids, or, if there .are.no Bids, on the Effective Date of the Agreement. . 1. Soil Erosion Control Permit. 2. Stormwater Discharge Permit. 3. Nationwide Permit (12) Permit Number: 200800163 4. Environmental Protection Division Permit. 5. Georgia Department of Transportation Utilities Encroachment Permit. B. OWNER has submitted applications for the following permits, approvals, and licenses. CONTRACTOR is responsible for and shall pay for any associated charges and fees for the applications. CONTRACTOR shall pay all inspection SUPPLEMENTARY CONDITIONS 01002-9 I I I I I I I . I I I I I I I P I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase /I Augusta Utilities Project No. 00007 CONTRACTOR shall promptly attempt to settle with such other contractor by agreement, or to otherwise resolve the dispute by arbitration or at law. B. CONTRACTOR, shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold. harmless OWNER, ENGINEER, ENGINEER's Consultants, PROGRAM MANAGER... and the officers, directors, partners, employees, agents and other. consultants and subcontractors of each and any of them fromahdagainst alFclaims,c6sts, losses, and damages (including, but not limited to, fees and charges of engineers, 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 separate contractor against OWNER, ENGINEER,. ENGINEER's Consultanfs, or the PROGRAM MANAGER to the extent said claim is based on or arises out of CONTRACTOR's performance. of the Work.' Sh6uld a separate contractor cause damage to the Work or property of CONTRACTOR or should the performance of work by any separatecohtractoratthe'Site give rise to any other Claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER, ENGINEER, ENGINEER's ConsUltahts, or PROGRAM MANAGERbr permit any actiohagainsfany ofthem to be maintained and ,continued in its name or for its benefitin any court 61' before any arbiter which seeks to impose liability on or to recover darnclges from OWNER, ENGINEER, ENGINEER's Consultants, or'. PROGRAM MANAGER on account of any such damage or Clairtl. C. If CONTRACTOR is delayed afan{timein perforrTlingor furnishing Work by any actor. negl~ct of. a separate contractof, and OWNER and CONTRACTOR are unable to agree as to the extent of any adjustment in Contract Times attributable thereto, CONTRACTOR may make a Claim for an extension of times in accordance with Article 12. An extension of the Contract Times shall be CONTRACTOR'sexclLlSive rernedywithrespect to OWNER, ENGINEER, ENGINEER's . Consultants, a~d PROGRAM MANAGER for any delay, disruption, interference, or hindrance caused by any separate contractor. This paragraph does not prevent recovery from OWNER, ENGINEER, ENGINEER's Consultant, or PROGRAM MANAGER for activities that are their respective responsibilities. ARTICLE 12 -CHANGE OF CONTRACT TIME Change of Contract Times: SC-12.2. Add the following new paragraph immediately after Paragraph 12.2.: A. The Contract Time includes allowances for normal amounts of inclement weather. Extensions of time shall be granted only under cases of abnormal weather conditions or other conditions outlined in Article 12 of the General SUPPLEMENTARY CONDITIONS 01002:..11 I I I I I I I . I I I I I I I P I Prepared for: Stevenson & Palmer Engineering 360 Bay Street, Suite 400 Augusta, Georgia 30901 Prepared by: OGRE Property Sciences 645 B Frontage Road Augusta, Georgia 30907 QGRE Job No. U1610, Report No. 35107 December 14, 2007 REPORT OF SUBSURFACE EXPLORATION MAIN INTERCEPTOR UPGRADE PHASE /I AUGUSTA~RICHMOND COUNTY, GEORGIA I Q 0 R E'M PI\OPERTY SCIENCES I I I I I I . I I I I I I I P I December 14, 2007 Mr. James A. Wilson, II, P.E. Stevenson & Palmer Engineering 360 Bay Street, Suite 400 Augusta, Georgia 30901 Re: Report of Subsurface Exploration Main Interceptor Upgrade, Phase II Augusta, Richmond County, Georgia OORE Job No. U1610, Report No. 35107 QORE, Inc. has completed soil test borings and laboratory tests for the referenced project in accordance with our proposal No. 02693R dated April 16, 2007 and revised October 24, 2007 as authorized by Mr. James A. Willson, II, P.E. on October 31, 2007. Additional scope to cut pavement cores is also included in this report in accordance with our supplemental proposal (02693a) dated November 20, 2007 as authorized by Mr. James A. Willson, II, P.E. on November 20, 2007. The purposes of the exploration were to obtain subsurface data so that we could evaluate general rock and groundwater levels, and general earthwork procedures. This report describes our understanding of the project, the subsurface conditions encountered, and our recommendations. The scope of our services did not include an environmental assessment or investigation for the presence of hazardous or toxic materials in the soil or groundwater. PROJECT INFORMATION The site is located in Richmond County, just east of Doug Barnard Parkway. This project consists of the installation of approximately 13,000 linear feet of new 84-inch and 72-inch sanitary sewer line. The new sanitary sewer will start at the Messerly Waste Water Treatment Plant and ~ie into the Main Interceptor Phase I, at Dan Bowles Road. The proposed new line will follow along the existing sanitary line with an offset of not less than 10 feet east. The existing line traverses along the western edge of Phinizy Swamp to approximately 1500 feet south of the intersection of Doug Barnard Parkway and Lumpkin. Road. At this point the line stays in Doug Barnard's eastern right-of-way until it reaches Dan Bowles Road. The depth of the bottom of the pipe will range from approximately 9 feet to 24 feet below existing grades with most depths being between 10 and 15 feet. Two areas, and 645 B Frontage Road Augusta. Georgia 30907 (706) 855-2060 fax (706) 855-20 II I Main Interceptor Upgrade, Phase II aORE Job No. U1610. Report No. 35107 December 14, 2007 Paqe 3 LABORATORY TESTING I I I I I I . I I I I I I I r I The samples obtained during the exploration were transported to our laboratory for engineering review, visual classification, and testing. The purposes of this review were to check the field descriptions, visually estimate the relative percentages of the soil's constituents (sand, clay, etc.), and observe evidence of soil origin. Laboratory testing, consisting of grain size analysis and Atterberg limits, was performed on three selected samples. Five samples were selected by our geotechnical professional for pH tests. The results for these tests are presented in the Laboratory . Test Data in the Appendix. SITE AND SUBSURFACE CONDITIONS SITE CONDITIONS The site is located in the Savannah River flood plain, generally along the west side of the Phinizy Swamp. The terrain is generally flat with only about 20 feet of fall from the north end to the south end for a distance of more than two miles. From the south end, (station 0+00) to approximate station 60+00 the alignment is within a few feet of standing water and "wetlands" limits indicated on the drawings. From approximate station 70+00 to the north end of the project, the alignment runs along the Doug Barnard Parkway right of way. From Rock Creek (approximate station 90+00) for a distance of about 200 to 300 feet south, the alignment runs through standing water and Cypress trees. In addition to Rock Creek, the proposed alignment crosses at least two other areas of standing water. From about station 105+00 to 125+00 the proposed alignment passes between several businesses and Doug Barnard Parkway, and crosses several paved areas. GEOLOGY Augusta lies along the Fall Line, which is the boundary between the Piedmont and Coastal Plain physiographic provinces. Soils in the Piedmont have been formed by the in-place mechanical and chemical weathering of the parent metamorphic and igneous rock. The soils in the Coastal Plain province are primarily sedimentary (alluvial) in nature, having been deposited through the actions of the Atlantic Ocean, rivers, and streams. The soils at the project site are more recent alluvial deposits of the Savannah River and some Coastal Plain formations. These deposits are composed of sands, silts and clays. I Main Interceptor Upgrade, Phase II OORE Job No. U1610, Report No. 35107 December 14, 2007 Paqe 5 GROUNDWATER I I I I I I . I I I I I I I P I Groundwater was encountered in all of the borings and ranged in depth from 3.5 to 17 feet below the ground surface. Measured groundwater levels are indicated on the Test Boring Records. Where groundwater was measured only at the time of drilling, stabilized groundwater depths may be higher than those shown on the test rig records. The Augusta area has been under draught conditions for the past year, Because groundwater is affected by rainfall, future groundwater levels may be encountered at depths different from those identified in our borings. LIMITATIONS OF CONCLUSIONS AND RECOMMENDATIONS This report has been prepared for the exclusive use of Stevenson & Palmer Engineering and their client for specific application to the Main Interceptor Phase II project. Our conclusions and recommendations have been prepared using generally accepted standards of geotechnical engineering practice in the State of Georgia. No other Warranty is expressed or implied. aORE, Inc. is not responsible for the conclusions, opinions, or recommendations of others based on these data. Our conclusions and recommendations are based on the conceptual project information furnished to us, the data obtained from this subsurface exploration, the assumptions outlined herein, and our past experience. They do not reflect variations in the subsurface conditions which are likely to exist between our borings and in unexplored areas of the site resulting from the inherent variability of the subsurface conditions in this geologic region as wef! as past land use and fill placement. If such variations become apparent during construction, it will be necessary for us to re-evaluate our conclusions and recommendations based upon on-site observation of the conditions. If the overall design, location, or elevation of the proposed sewer line is changed, the recommendations contained in this report must not be considered valid unless the changes are reviewed by our firm and our recommendations modified or verified in writing. When the design is finalized, we should be given the opportunity to review the revised plans and applicable portions of the project specifications. This review will allow us to check whether these documents are consistent with the intent of our recommendations. Field observations, monitoring, and quality assurance testing during earthwork and foundation installation are an extension of the geotechnical design. We recommend that the owner retain these services and that we be allowed to continue our involvement in the project through these phases of construction. Our firm is not responsible for interpretation of the data contained in this I Main Interceptor Upgrade, Phase II QORE Job No. U1610. Report No. 35107 December 14,2007 Page 7 I I I I I I . I I I I I I I P I shallow sumps. Areas where more permeable sand soils are encountered, wells or well point systems will likely be required. In some areas, the bottom of the excavation may be more than 10 feet below the present groundwater level. Boring data indicate that silty sands or sandy silt will be present in some areas at the foundation level. If exposed below the groundwater level, these soils will be loosened or even become "quick", losing their ability to support foundations. Therefore, in locations where manholes or pump stations are located and the predominate soils are sands, groundwater should be lowered and maintained at least 3 feet below the proposed bearing level to permit foundation excavation and construction without disturbing the foundation soils. Fill Placement The trenches should be backfilled and brought to their design subgrade levels with structural fill. Structural fill is defined as inorganic natural soil with maximum particle size ofi inc:h.and amaximum .. " ,., .". . plasticity index of 20. Structural fill should be placed in relatively thin (4'::t68-inch)layers and compacted to at least 95 percent of the soil's maximum dry density as determined bY the standard Proctor compaction test The. upper i-foot of all structural fill beneath pavements should be compacted to at least 9a percent of its standard Proctor maximum dry density. In remote, undeveloped areas where some subsidence may be tolerated, fill may be compacted to at least 85 percent of the soil's maximum dry density as determined by the standard Proctor compaction test. The sand soils (classifications SM, SP, SW-SM, SP-SM, and possibly SC) can be used as a source of structural fill. However, the clayey sand (SC) may require significant drying to achieve satisfactory compaction. In our opinion, the clay, silt, and organic soits (CL, CH, ML, CL-Ml, Ol, and OH) should not be used for backfill. We recommend budgeting for imported structural fill to replace these soils. Field Density T estinq We recommend that density testing be performed on a full-time basis during placement of structural fill beneath roadways and structures. Part-time testing may suffice in grassed or undeveloped areas. During full-time density testing, the test frequency can be determined by our personnel based on the area to be tested, the equipment used, and construction schedule. A suggested part-time testing frequency is one test every 200 to 250 linear feet of fill in the trenches. Tests should be performed at vertical intervals of 2 feet or less as the fill is being placed. We recommend density testing by a technician working under the direction of our project engineer. I APPENDIX I I I I I I . I I I I I I TEST BORING RECORDS LABORATORY TEST REPORTS PROCEDURES ASFE -INFORMATION ABOUT GEOTECHNICAL ENGINEERING REPORT I I C SnQ R En. BORING No:SB1 TEST BORING RECORD SCIENCES I PROJECT: Main Interceptor Phase " JOB NO: U1610 I REPORT NO: 35107 I PROJECT LOCATION: Augusta-Richmond County, Georgia .. ELEVATION: 122 . BORING STARTED: 11/12/2007 BORING COMPLETED: 11/12/2007 I DRILLING METHOD: HSA EQUIPMENr'TYPE: CME 550 HAMMER: Rope and Cathead GROUNDWATER: 'Sl- 10.0ATD .y 8.5 delayed measurement BORING DIAMETER (IN): 6 SHEET 1 OF 1 Remarks: Boring Location: Sta 3+15 offset 40' left Boring locations and elevations are estimated from plans provided and should be conSidered approximate. I .. G ELEV. DEPTH (FT.) (FT.) MATERIAL DESCRIPTION Qp l S tsf STANDARD PENETRATION RESISTANCE (N) 10 2G 30 40 50 80 70 80 801 BLOWS 16" I, 122.0 '- 0 Topsoil (8 inches) :t,:~':~ ~ 121.2 loose, light brown silty fine to medium SAND (SM) .' '. . ' 118.5 Loose, tan clayey fine to r:nedium SAND (SC) with ',::,X some mica -5- ",~ , , .,~ :~':X , . ''-- ~ 113.5 Soft, white silty CLAY (CL-ML) Sl.. -10- 4 4.7-8 I I 108.5 . Very soft, dark brown PEAT (PT) , 'X I, ,I '--' 5-8-9 / 6-7-9 f 2-3-5 / . 1-0-1 . I I -15- ~ I I, \' ,\ I, I -20- .- Very soft, dark brown organic CLAY (OH) ,.. , : I, " 103.5 ~ 1-0-1 98.5 .. Very loose, gray silty fine to medium SAND (SM) with mica .... Boring terminated at 25 feet. -:':,'1\/ ...:I^ \ 2.3.3 I .. I P 97.0 I- 25 I I C SH9~ R Eâ„¢ BORING NO: ... SB3 TESTBORING RECORD SCIENCES I PROJECT: Main Interceptor Phase II PROJECT LOCATION: Augusta-Richmond County, Georgia JOB NO: U1610 REPORT NO: 35107 I ELEVATION: 122 DRilLING METHOD: HSA GROUNDWATER: "5l.. 9.0 ATD BORING STARTED: 11/12/2007 EQUIPMENT TYPE: CME 550 I Remarks: Boring Location: Sta 23+20 offset 60'Jeft Boring locations and elevations are estimated from plans provided and should be considered approximate. BORING COMPLETED: 11 f12/2007 HAMMER: Rope and Cathead SHEET 1 OF 1 I G ELEV, DEPTH (FT.) (FT.) MATERIAL DESCRIPTION Qp l S Isf STANDARD PENETRATION RESISTANCE (N) BLOWS f6' I to 20 30 40 50 8D 108D90'0 122.0 0 121.2 . 5 Sandy Topsoil (8 inches) Firm, brown silty fine SAND (8M) 5-7-8 I 118.5 7-7-9 5-6-9 I "5l.. 113.5 Firm, gray silty CLA Y (CL-ML) 2-3-4 10 I I 2-2-3 15 103.5 I I 20 Very loose, gray silty fine to medium SAND (SM) with mica 1-2-2 I 2-2-2 I r 97.0 25 Boring terminated at 25 feet. I I C SPES R E". BORING NO: SBS TEST BORING RECORD SCIENCES I PROJECT: Main Interceptor Phase II PROJECT LOCATION: Augusta-Richmond County, Georgia JOB NO: U1610 REPORT NO: 35107 I ELEVATION: 120 DRILLING METHOD: HSA GROUNDWATER: 5;l10.0 ATD BORING STARTED: 11/12/2007 EQUIPMENT TYPE: CME 550 I Remarks: Boring location: Sta 43+20 offset 50' left .... . . Boring locations and elevations are estimated from plans provided and should be considered approximate. BORING COMPLETED: 11/12/2007 HAMMER: Rope and Cathead SHEET 1 OF 1 I G ELEV. DEPTH MATERIAL DESCRIPTION (FT.) (FT.) Qp L S Isf STANDARD PENETRATION RESISTANCE (N) 10 20 3D .40 60 8(170809010 BLOWS 16" I 120.0 0 119.4 Sandy topsoil, 8 inches Very firm, mottled gray and brown clayey fine to medium SAND (SC) orange silty CLAY (Cl) 9 - 15- 19 I . I 5 12 - 17- 18 114.0 Very stiff, mottled gray 6 - 7 - 14 111.5 5;l 10 Soft to firm, dark gray plastic CLAY (CH) with silt and some sand Samples from 8.5 to 15 feet contained small pieces of vegetation. 2-3-4 I I 15 1-1-3 I I 2-2-4 100.0 20 Boring terminated at 20 feet. I I r 25 I I I I I I I I . I I I I I I I , I C SPES R E'"' SCIENCtl BORING NO: SB7 TEST BORING RECORD PROJECT: Main Interceptor Phase II JOB NO: U1610 I REPORT NO: 35107 PROJECT LOCATION: Augusta-Richmond County, Georgia ELEVATION: 118 BORING STARTED: 11/12/2007 BORING COMPLETED: 11/12/2007 DRILLING METHOD: HSA EQUIPMENT TYPE: CME 550 HAMMER: Rope and Cathead GROUNDWATER: 'Sl- 8.0 ATD :t. 4.0delayedineasuremElOt BORING DIAMETER (IN): 6 T SHEET 1 OF 1 Remarks: Boring Location: Sta 54+40 offset 110'Ieft Boring locations and elevations are estimated from plans provided and should be considered approximate. .. STANDARD PENETRATION G ELEV, DEPTH MATERIAL DESCRIPTION L S Qp RESISTANCE (N) BLOWS (FT.) (FT.) Isf 16" 0 I> 20 30 ~o 50 60 10 aogQ10 118.0 -0 Very loose to loose, gray clayey fine to medium SAND .:.X (SC) \ .. 1-2-1 ". '-----' . . . :t. :"~ . ::.:.X 3-4-5 -5- . '-----' 112.0 Stiff, mottled orange and gray sandy CLAY (CL) , 2-4-6 'Sl- 109.5 , Firm, dark brown and black organic silty plastic CLAY. . 6 2-4-4 -10- (OH) 106.0 . Loose, gray clayey silty fine SAND (SC-SM) . ~ 1 :"'X 2-2-3 103.0 -15 Boring terminated at 15 feet. -20- -25- --- I I I I I I I . I I I I I I I P I C SPE~ BORING NO: SB9 R E'" TEST BORING RECORD S C I ENe E S PROJECT: Main Interceptor Phase II JOB NO: U1610 I REPORT NO: 35107 PROJECT LOCATION: Augusta-Richmond County, Georgia ELEVATION: 119 BORING STARTED: 11/12/2007 BORING COMPLETED: 11/12/2007 .. DRILLING METHOD: HSA EQUIPMENT TYPE: CME 550 HAMMER: Rope and Cathead GROUNDWATER: 'Sl- 5.0 ATD .y. 3.5 delayed measurement BORING DIAMETER (IN}:6 SHEET 1 OF 1 Remarks: Boring Location: Sta 67+70 offset 1DO'Ieft Boring locations and elevations are estimated from plans provided and should be considered approximate. . STANDARD PENETRATION G ELEV. DEPTH MATERIAL DESCRIPTION L S Qp RESISTANCE (N) BLOWS (FT.) (FT.) tsf /6" 0 '0 '0 36 40 60 eo 70 80~10 119.0 1-0 Sandy Topsoil (6 inches) '~X 118.4 1/ 5-6-8 Loose to firm, tan silty fine to medium SAND (SM) :.:"0.......: : -!. . . / :':. ---, 'Sl- :"X 6-4-2 f-5- :,":'.,----, 113.0 Soft, gray and brown plastic CLAY (CH) 2-2-2 ~ 1-1-1 -10- 105.5 . . ... Loose, gray silty fine SAND (8M) with mica :"X .'. 3-2-3 104.0 -15 .. .. :0.::: Boring terminated at 15 feet. -20- -25- . .. I I I I I I I . I I I I I I I , I ~ SPeS: BORING NO: S B 11 R E'M SClcNC!\ TEST BORING RECORD PROJECT: Main Interceptor Phase \I JOB NO: U1610 I REPORT NO: 35107 PROJECT LOCATION: Augusta-Ftichmond County, Georgia ELEVATION: 126 BORING STARTED: 11/13/2007 BORING COMPLETED: 11/13/2007 DRILLING METHOD: HSA EQUIPMENT TYPE: CME 550 HAMMER: Rope and Cathead GROUNDWATER: Ii-11.0ATD .y. 9.0 delayed measurement BORING DIAMETER (IN): 6 SHEET 1 OF 1 Remarks: Boring Location: Sta 87+90 offset35'Ieft Boring locations and elevations are estimated from plans provided and should be considered approximate. ELEV. DEPTH Qp STANDARD PENETRATION BLOWS G (FT,) (FT.) MATERIAL DESCRIPTION L S tsf RESISTANCE (N) 16" 0 I. 2. 30 ... 50 &0 7. 800010 12s:~ f-O ,Sandy topsoiil (2 inches) I ~ Very loose to loose, highly variable, tan, gray, and T 6-4-4 black silty sand with some gravel. Pieces of asphalt encountered from approximately 3 1/2 to 6 feet. Z 13 - 4 - 2 '-5- X 2-2-2 ~ 118.0 Very loose, dark gray and tan, clayey fine to medium .Y. ' c-- SAND (SC) .....X 1-2-2 -10- -:. '-- \ Ii- ' , ~' 112.5 ~':. Firm, light gray fine to medium SAND with silt (SP-SM) ~ , 2-6-7 f-15 - " " ,. 107.5 Loose, gray dayey fine SAND (SC) 'X 2-4-6 -20- ", '----' , . I 103.0 loose, tan silty fine SAND (SM) :X 1-2-3 101.0 -25 Boring terminated at 25 feet. I I I I I I I I I I I I I I I P I CSn~ BORING NO: 5813 R E'M TEST BORING RECORD s C 1 E ... C E S PROJECT: Main Interceptor Phase II JOB NO:. U1610 I REPORT NO: 35107- PROJECT LOCATION: Augusta-Richmond County. Georgia .. ELEVATION: 124 . .. 11/13/2007 BORING COMPLETED: 11/13/2007 BORING STARTED: DRilLING METHOD: HSA EQUIPMENT TYPE: CME 550 HAMMER: Rope and Cathead GROUNDWATER: ..'Sj. 5.OAlO .!. 4.0 delayed measurement BORING DIAMETER (IN): 6 SHEET 1 OF 1 Remarks: Boring Location: Sta 95+55 . Boring locations and. elevations are estimated from plans provided and should. be Considered approximate. .... STANDARD PENETRATION G ELEV. DEPTH MATERIAL DESCRIPTION L S Qp RESISTANCE (N) BLOWS (FT.) (FT.) Isf /6" 0 10 20 ;lO .so 50 GO 70 809010 12H -0 "Topsoil (2 inches) ::X / . ~ 8-11- Firm. brown silty fine to medium SAND (SM) .: '-- 1/ 10 . : .!. 120.5 . . Firm, black organic clayey SAND (OL) =X i 2-2-6 'Sj. -5- '-- - X ~ 2-3-3 - '-- \ 116.0 Loose to firm, grayish tan fine SAND (SP) ":-.' X 1\ ",0" r 6-9-6 ~ 10- ":.::'. '-- .' .... . . '.' .. ..... :';':- . ;":'X ~ 2-3-5 -15- :.,:;- .... .... . . '. , . . ';.::.- .. ... ..... ...X 2-4-6 104.0 -20 Boring terminated at 20 feet. I- 25 - .... I C Sn2 R ElM TEST BORING RECORD BORING NO: 5815 S C I ENe E \ I PROJECT: Main Interceptor Phase II PROJECT ~OCATION: Augusta.Richmond County, Georgia I ELEVATION: 125 DRILLING METHOD: HSA GROUNDWATER: 'Sl- 12.0 ATD BORING STARTED: 11/13/2007 EQUIPMENT TYPE: CME 550 BORING COMPLETED: 11/13/2007 HAMMER: Rope and Cathead SHEET 1 OF 1 I JOB NO: U1610 Remarks: Boring Location: Sta 113+80 Boring locations and elevations are estimated from plans provided and should be considered approximate. I MATERIAL DESCRIPTION G I Hll:9 0 Gravel (3 inches) Firm, gray silty fine to medium SAND (SM) I 121.0 Stiff to very stiff, mottled light Ian and brown sandy CLAY (CL) It I 5 116.5 Stiff, gray silty CLAY (CL) I 10 'Sl- I 112.0 So~, gray plastic CLAY (CH) 15 I 107.0 Loose, tan silty medium to .coarse SAND (SW-SM) with gravel I 105.0 20 Boring terminated at 20 feet. I I , 25 I Qp L S tsf STANDARD PENETRATION RESISTANCE (N) 10 20 30 co 5(1 at '10 B0901 BLOWS /6" 8-8-8 5-7-9 4-6-8 6-7-7 1-1-2 2-4-4 I I I I I I I . I I I I I I I P I C SPEQ BORING NO: 5817 R E'M TEST BORING RECORD SCIENCES PROJECT: Main Interceptor Phase II JOB NO: U1610 I REPORT NO: 35107 PROJECT LOCATION: Augusta-Richmond County, Georgia ELEVATION: 124 BORING STARTED: 11/13/2007 BORING COMPLETED: 11/13/2007 DRILLING METHOD: HSA . . CME 550 HAMMER: Rope and Cathead . EQUIPMENT TYPE: GROUNDWATER: . '51-13:0 ATD BORING DIAMETER (IN): 6 I SHEET 1 OF 1 Remarks: Boring Location: Sta 126+00 offsel45' right Boring locations and elevations are estimated from plans provided and should be considered approximate.. . STANDARD PENETRATION G ELEV. DEPTH MATERIAL DESCRIPTION L S Qp RESISTANCE (N) BLOWS (FT.) (FT.) Isf 16" 0 ,. 20 30 .u. 50 8070&0801 ~21;9 -0 t\Topsoil (2 inches) / .. .. .:X 1 8 - 12 - Firm to very firm, gray and tan silty fine SAND (SM) 13 with mica . . '-- ',..- )( 7-9-10 -5- '. '-- .~ :'X J 6-7-9 . '-- ... '. 115.5 Stiff, gray silty CLAY (CL-ML) 4-5-5 I- 10- '51- 110.5 Firm, dark gray silty fine SAND (SM) with clay, wood .:~ .. pieces, and mica ~ 3-3-3 -15- '. r---' 105.5 . ...... < .. .. .. ....... Loose, tan fine SAND (SP-SM) with silt and mica IX 3-4-6 104.0 -20 .. Boring terminated at 20 feet. I- 25 - .... I I I I I I I ......'.....,'.'. '> ~, ~--_/ I I I I I I I p........./ ~. I SUMMARY OF LABORATORY-TESTING Main InterceptoJ:' Phase n Augusta-Rich~ond County, Georgia QQRE Job No.U16.t~. Report No: 3.5107 December 14, 2007 Percent Passing ....#200.Sieve pH ClasSification uses Depth (ft.) Liquid Limit PI 4.3 62 34 8813 8.5-10 5.5 8814 8.5-10 >50 CH 52 25 8816 68 CL-ML '" 8817 4.6 CL-ML '" "'Denotes visual classification I I I I t- 0:= o c.. w a:: .t- 00 W t- Z ON t=..~ ~ .:a ... -In rx:~ t-_ 00 - C w !::::! 00 z <( a:: C> I I I .. \. .,.~' I I I I I I I p' . ~ ~ m U Z ~ ~ C; u ~ 0 .. .. " :: a 0 " L I flil ~ ...J W rr 0:::0:::1- O~Z OCO t: n. en m<l:<l: t"lZZ u => ~O ~ ~ ~ o :::l:E ~ !;CO: ~">-"/E 6:~ !:.....Illw "'z oiOoa..>~ U:::l g:ci~~!:: u.u. (/)wo::w~~OO (/) 3: 0 ...J 0:: - u.: u.: 1-!:!:!u.a..C)rnu.u. WW>O:::E .zwwOW Ww<a.._ 0 :Eo::a..rnrnu.()() ...... o U Q) 1-<l;1- o Z2Z c:, ..- d z W .....I wa.. ~.~ OUJ ......b ~~ ~cci ..- = w . en"> ~ 'w ::r:0..J a..zw 0::1-- 00::::r 1-01- a.. a.. a.. wWw 00::0 0::: W I- Z -0 Z..- -<0 <{..-"'<t"'<t ~ ::HO co ~ o w 0: .. :::l:E I-:E~ !:!Z o~ en Oll) :Eo a> .>< !J~ ~(/) aaaa~8 oQ)c 'V"'""'Nv('o'(-N ~ .~ g? ~ ~ d d ci ci ci ci d W(/)OMMZZZZZZZ ! I ! ~ 1 . ; ", , -'-~---'-l"-""'I'~""'."""'M"'r'-""-'-~~--'-"---!"'-'~" -"'~;'-'._'-'--"'l---"-"'---~-"- --.......-:- -..-..-.l.---.--...T........---.r----....'.-.-..---T.u.....--..;-.. -.....-.;........' u.....~..__..,..u_u._;........_ ~:~:~~-~~=!.::~-.~:~:::i:::~:~::~.~~.l~:::-::~::::~~.~=::=t:=:~.:.i.-..~::..:~~=:::~=~~.:::... : g ~:=:::~~r~:::~~~q~:~~~~l:~:.~~~l=~:~.~:~~~~ ~~~.:~::.=r~~~~:=f=:.::~~f~:~-:-- ~~~L:j~l=I~[r~LJ=E I , ;.! ! , I ! .i ~ . i 1 ; ! Ii: I - -E}~E~Ei~E2~~EE~ ..~=:.~~L~==~l~~=..~l~:~~.~=:=~r:~~~=~=:.=t~=-~=-=1~===~.~=:-=.=t-=:::~.=F::::~ --.--!~--._._-I-~.~.:..---1-.,M_:~-.-i-~.--,_.--...f-'..-.--..-;---.--T-~...--._..:.-.....---.,.:..---._.- 0 ~:~~::r.~:.~~.~]~:~:~::~~~=~~j:=~:4=:=:-~l.~~~.::1'.~~~:'1:::::~1:~~~- ~ : I' i ! ! i ! Ii j ; ii" 1 I j' I .-1 : ! I i I i i Ii: i I i I : ._____.L__..__J.._....._.J____j.. 1___:.....__.1......___.1_____ j___.___ ..---r..-1--u--.~------...!:------..t.-..+-.-----r.-u-.i--..--....-.r.-----.. ; I ; . ; I I ! : [~i~~~~~~~~~~~-jf~~ o l- X rn ~ .lH~13M AS ~3NI.:l % >- :3 () cot--cot--t--t--t--t--t--t--t--t-- 000000000000 0.02000000000 wW<(wwwwwwwww (/)0-'000000000 c~~~~~~~~~~~~ CD E c- .g. t--WIOt--CONM....<O W R~~~~8~~~ ~a -81::~~g~~;:?~ ~~ zn:U:U:U:U:U:U:~U: ~ J: lO w> co co co co co co co co co I-<(C")o(/)(/)(/)(/)(/)(/)(/)U)(/) "Ow<o COCOalalCOlIlalmr;o e lU ni.!!? -c: to CDU 10 :E ':~-.:'~-' . 0 .-...".....z : W __.!... C> ! W """T-- ...I ..........;...- rn w z u: !:i ii5 w Z u:: I- <( 0 ~ !l W Z Z u: CI ::> Z Z is <: w ::::l rn ~ :;? ~ o >< W <00 oZ 'E ~ 0 .!::_ Z ::: U .. <l; 3: - :E en o~:E~ Z<o= <l; ..J t"l (I) enCl..O Q) c: c;::; ..Zz cioo ;z z~ii:~ 0 !::Oo::"': i= W..~g~~ ~ ~dC>ww..J:Eu: zzzii08::Een 0:: ...J::::l-rn mill :E-ao< OOO<O_r..J ..,..,lllrnrn..Joo lo " W' zS: u: ...I it w ~ C) w:' U) . a:: (5N () l> UJ en m Ir <( o u a ~ a '" a r-- a '" a II> o ... a co '" I"" r.E -' Ie I.Q In; o I:::: I'~ Ie. (/) It) ICD ('[ 0. .-..;.-.-...-....,.. .__.~_..-.._.. ~. o d o o o g a .... o. o o d o~ o '" ~ W N en ;z ~ Cl I -' [I ill a:: 'll:C I <( OC~I- U'l <( <( Z DCOZ Il:l Z Z 01- 0:: (/) >- ::i 0 I I I I- ~ o 0- W ~ I- CJ) W I- Z o ;:: :::J CO - e::: I- CJ) C UJ !:::! CJ) z <( e::: C) I I I .- I I I I I I <J ::> U, U W~ tr_ ::>:: ~~ III > 0 ~ ;: a3 W ~ ~. ~ Ua3Ce..~ U::> ~ C ~ ~ _ .. 11. 11. U)ill~W~~o.o. U);:O-'~ '11. 11. l-~u.e..C)enu.u. W>~:E ,WWW WWW<(e..~OO :;~e..U)enu.ou r-... o I (,} 1-<(1- ~ ZZZ I ("') .... C'l C'l -.:t 0.. ~ I- 00 <( d z w -' we.. !;(~ aU) ~ o W ~:: t;::...J (5ou :E~ (D<(ffi ....zu: Z ::> ~ x W C ~ ~ >- -..:) >-~:EU <(I-:ac:: ...J en ,Ill U:5~~ lije..c ~ c:: oS .c !!l e! 0> <( "'Z I P IW ~ ,. z z u ci Q Q ,. Z 'iVI ~ Z ~ li: ~ Q I-l-ol u !:: 0 0:: t-=" ~ ~ w e..Oo~ " ~ "'= .. .... -' en - ..... O~ "" 'C)ww-':Eii: :~~~O:~~~~ rYo COa315:;-OOC<( V~ QQlXI~en::iCid I r--io o~ ..... to to . ("')("') ..... = ill . CfJ"> <( 'W :x: 0-, a..Zw OCI-- O~:I: 1-01- a..o..e.. www o~c a:: ill I- Z -0 z.... - <0 <i....coco :2::>mco COI'-COI--I'-I'-I'-I'-I'-I'-I--I'- 000000000000 a..UZUUUUU()UUU WW<(WWWiJJWWWWW CIlO--'OOOOOOOOO c~~:g~~::!~;!~~~;! <II E Q. .~ I'- ro lD I'- ro N M ..... lD W f2~*~lt)~~~:g ~o '7~;:~~gg)g~~ ; ~ z Er u: u: u: u: U:'LL ~u: gj :r: lD W> co co co co co co co co co I-<(MO(fJCIl(fJCIlCll(fJCIlCllCll "CW(l) COallOCDalCDCDlllCD C III ilj~ Ot ~ ;p - -'" ~~! . ~ ~ t: ~ ~ ~ ~ ~ ~ ~ ....~_._..._...i....1...__.n... ~~~~~ciciciddci,ci I I ~ LU ~ 0 M ,M Z Z, zz 7 Z z, : 1 l I ~ ~iiti~I~~~=-~t~l~- i : i i !' I I I ! ......--!-~---1--._.-~-~ ----....-!-...-..--~-;..---~1---..--.1- -.'--.i'-'---'~-'!----' ~ ~-:-:--i=-E~1=L~~l~-I=r=[~[: :~:~t~~~tt~-t:=}~ttt-t~~ ~ ~ ~ =:==:~~f::~=~~~l:==1=~~:=F~~~'~f~~~':.~I:~.=~~l====r:~=~f:=-~= "' ~, ~t-==:~=r:r-f.~r~:r=:=~F1--:-~ I ' . I . I , I . ~. :-'-:~F-- :i:-:-::--r: :-:T~.:*:i-::-:j-: -::--:f---:-:-:-t:-:-:- 8 . =~=f~~-L~~F~:~~~~J,~-::~Ef-f~ ~ 3~:l]~;I~~~~~~~t~. 8 w' ' I ! I ! ! I ! ! 0 z ~ ~: !. Ie: ~~::tJ=Li=j==L:tJ=+=- ~ ~ i. ! ~.. ; Ii. I J 1 ~ ~'~~'~~~~.~~~::1:=~.~~+~~~~~~~~.:~~..~{~:~l:=':::~:~~l~:.:::~~'~~f~~~.~~.'~=~~~~:' M ~~=~~f~~~~~~f~~~f:~=~E=~~t~=~: ~'~~E~1~~~~f~~~~~:~::~"~~~=~~::=~ ... U) w Z ii: o I- :I: en ~ IHOl3M A8 H3NI.:I % ; a ..{-z ~ w .._.:_. C) , w .._-'.... -I ..._..~._.. III ,= E l;:j I t: I.Q 1m <.> I"" I'~ ,0. (/) I~ I~ d2' a.. .-~..-4._._. i W N a; o o ~ z ~ C) o o .... 6.. o o ci 00 o en o .., o '" ~ o <0 o .... o <0 o ." o ..,. I ) C ATTERBERG LIMITS ( ASTM 0 4318 ) ~ Q 0 R E~ , i. 0 I" [ l'T " $ C II N C I: , A JOB NAME : STEVENSON & PALMER ENGINEERING, INC. d~ CLIENT : MAIN INTERCEPTOR PHASE II .~ :~~Y: JOB NO. : U1610 IREPORT NO. : 35107 I DATE 23-Nov-07 'r :..--- BORING I PIT NO. : B14 ] DEPTH I ELEV. : 8.5-10' (SAMPLE NO. : - PERFOMEC BY: CDR SAMPLE LOCATION : B14 SAMPLE TYPE: Split Barrel SOIL DESCRIPTION : orav plastic CLAY MOISTURE, % : NT LIQUID LIMIT, % : 52 IPLASTlC LIMIT.% : 27 I PLASTICITY INDEX. 25 FINES, % : >50% CLASSIFICATION ; plastic CLAY IUSCS : CH AASHTO : NT LIQUID LIMIT - (THE WATER CONTENT. IN PERCENT, OF A SOIL AT THE AR81TRARIL Y DEFINED BOUNDARY BETWEEN THE LIQUID AND PLASIC STATES OR AT WHICH SOIL FLOWS FOR A DISTANCE OF 13 MM AT THE BASE OF GROOVE WHEN SUBJECTED TO 25 BLOWS) PLASTIC LIMIT - (THE WATER CONTENT, IN PERCENT, OF A SOIL AT THE BOUNDARY BElWEEN THE PLASTIC AND SOLID STATES OR AT WHICH SOIL CAN NO LONGER BE DEFORMED BY ROLLING INTO 3.2 MM DIAMETER THREADS WITHOUT CRUMBLING) - LIQUID LIMIT TRIALS PLASTIC LIMIT TRIALS TEST NO. : 1 2 NA NA NA 1 2 ... NA NA CO NT AINER NO. 13 2 NA NA NA 10 14 NA NA NUMBER OF BLOWS 23 23 NA NA NA NA NA .NA NA WT;WET SOIL + CAN (GRAMS) 25.01 24.19 NA NA NA 27.48 27.77 NA NA WT, DRY SOIL + CAN ( GRAMS) 21.56 20.97 NA NA NA 24.76 25.02 NA NA WT. OF WATER ( GRAMS) 3.45 3_22 NA NA NA 2.72 2.75 NA NA -_ WT, OF CONTAINER (GRAMS) 15.02 14.83 NA NA NA 14.92 14.92 NA NA iWT;OF DRY SOIL ( GRAMS 6.54 6.14 NA NA NA 9.84 10.10 NA NA WATER CONTENT. (%) 52.75 52.44 NA NA NA 27.64. 27.23 NA NA 65.0 - --_._-....._~ ~--_... ------ --.-- ------ -- -- -. .-- -_._--~..._-- -.._-- -- --..--- - --. -- - 1--- _._-_.._------~ .-------.----- _._----~ ~-._.- --.. ---- -"~- -- --- ---.-----------.--.--- .-- 1-- _._-~-- --.-- c_ ---.. ...-.. .-..--1- ~ -_._-----..._~~~-- '---'-'~---"-- ----- -..---. '--- --- -- ~- -- -~-------~._-_.~--. --- .------ - ..... -- 0 - ----------.--...-.- 1------- --.-----. ---. - "-- --- --- - ---.-.-------.-. ---- ,-"-'- --- --- -.. -- -- -. .-.- 60.0 I- -~'----'-'---'-- ---- '~-"--"-- -'--'~ --- - - ---. --- ----.---.- --- -.- -- -.- - .- -- -. -- Z ----.-...--..,.--. -.-..-----. - I-- i- ---.-.------ -.- .---- .-- w -..-------...-...--- ,,------ "..-- -- I- ----..---------.- .-,,-_._- .-- -..- I- __..___..____n_____ ----..-- ---- I- --- --------- ---- .C-- Z 55.0 0 --.....-.....--.y-...-- -- --.-.- ---_.- -..-.. - 1- - - ------...---- - -- --_. --- -.. -- - -- .~-_. (,) .~----.-......._.._..._-.....'-. --....-...- --._- n_____ ..-..- - -..--------- :::~:t~ - - -.-----...----..---.- -...........--.---- ....---- --- -.- -..-------.-... - .- w .-----.---..----- .----.---- ---- -- .-----.-..--..- --~ .- 50.0' 0:: --.- - ..-- . ..-- ... --. - - -- -- ...- '-'- "-'- - - -- --,- --- -- - -- :;) -..-----..-..---.------ .-..-----.. -- --- I- -...- -- -- ----------- -- ----- ---- - I- -----..----.-.-.-- ___n__",__ -.- - ----.-.-.-...-.- - --- (J) --.--..-.-- .~---- ,,- ----------- - -- ~- (5 45.0 .- "'- -._-.. -- . - y" - .- . . I- . - .. 1- -- - '~'- :!: --...-y.........- ----- --.--' -- -- -- - -.---.------.--- ---- --- --- "..- -- -- -----...-- ------ 1'- --.--.----------. 1----- '-- _..-- --- -.- --- -...-...y.---- -.-----.---- -._- --.- ---- I- -----.-.-.-.-..... -'- "-- -- 40.0 1 10 25 100 NUMBER OF BLOWS, N . MATERIALS AND TESTING EQUIPMENT PLASTICITY INDEX M&TE J.D. TYPE CALIBRATION DATE (THE RANGE OF WATERCONTENT OVER WHICH A SOIL LLD-3 Grooving Tool 07-Sep-08 BEHAVES PLASTICALLY OR THE NUMERICAL DIFFERENCE .. LLD-4 LL Machine 01-May-08 BETWEEN THE LIQUID LlMITAND THE PLASTIC LIMIT) } OVEN-1 Cabinet Oven 05-Jan-08 .. [LL-PL] . ARC120 Electronic Scale 13-Sep-08 PI,%: 25 "A" LINE: 23.36 I I I I I I . I I I I I I I , I I . ~ ATTERBERG LIMITS (ASTM D 4318 ) 0i Q 0 R E~ ,. lit 0 , I k T Y C G II ~ eft JOB NAME : STEVENSON & PALMER ENGINEERING, INC. , ~I CLIENT : MAIN INTERCEPTOR PHASE II EDBY: JOB NO. : U1610 REPORT NO. : 35107 I DATE : 13-Dec-07 'U'JL BORING I PIT NO. : 818 DEPTH I ELEV. : 3.5-5' ISAMPLE NO. : - PERFOMED BY : CDR SAMPLE LOCATION : B18 SAMP LE TYPE: Split Barrel SOIL DESCRIPTION : gray and orange mottled plastic SILT MOISTURE, % : NT LIQUID LIMIT, % : 56 PLASTIC LIMIT,% : 35 IPLASTICITY INDEX. 21 FINES I % : >50% CLASSIFICATION : plastic SILT IUSCS : MH MSHTO : NT LIQUID LIMIT - (THE WATER CONTENT, IN PERCENT. OF A SOIL AT THE ARBITRARILY DEFINED BOUNDARY BETWEEN THE LIQUID AND PLASIC STATES OR AT WHICH SOil FLOWS FOR A DISTANCE OF 13 MM AT THE BASE OF GROOVE WHEN SUBJECTED TO 25 BLOWS) PLASTIC LIMIT - (THE WATER CONTENT, IN PERCENT. OF A SOil AT THE BOUNDARY BETWEEN THE PLASTIC AND SOLID STATES OR AT WHICH SOIL CAN NO LONGER BE DEFORMED BY ROLLING INTO 3.2 MM DIAMETER THREADS WITHOUT CRUMBLING) LIQUID LIMIT TRIALS PLASTIC LIMIT TRIALS TEST NO. : 1 2 NA NA NA 1 2 NA NA CONTAINER NO. 12 21 NA NA NA 29 5 NA NA NUMBER OF BLOWS 25 24 NA NA NA NA NA NA NA wr. WET SOil + CAN (GRAMS) 33.74 32.85 NA NA NA 29.21 25.86 NA NA wr. DRY SOIL + CAN ( GRAMS) 27.16 26.40 NA NA NA 25.56 23.12 NA NA wr.OFWATER{GRAMS) 6.58 6.45 NA NA NA 3.65 2.74 NA NA wr.OFCONT~NER(GRAMS) 15.28 14.84 NA NA NA 15.17 15.30 NA NA iwr. OF DRY SOIL ( GRAMS) 11.88 11.56 NA NA NA 10.39 7.82 NA NA WATER CONTENT, ('Yo) 55.39 55.80 NA NA NA 35.13 35.04 NA NA 65.0 .--.------.-..- _...__.~...., .-." --"--.- --.---- '--- _.. -- .- - -..-.--.-.----....- ".,-.-.-."- ._- -........_- ..----.-.. ---- ---- --. .-.~ -'-' ~ ------ --........--.. -.~..._..._- --.....-- --.-... .-.- -- ._- .'- .._____..._....._~._._... .........A.._. -..-. --- ......-...--.-- ---.-" -.-.. --- -- -- -.... e ....--.-----.--.-...-...-.. .-..- ....__........._~-~ _....~._...~.- --............ .....-.... ............ __M.' --- ...~.- -...--.---....-........-.,.....-- ._u..__ ---- --.---..- ----- -..--- -._- ....... _.-- ....... ~ -~..--._--_._-_._- --.------ ---.- _n_ --- .....-- .- --- -...---.........--.--...- -'- ----- -------- --- .-...... .._-.. 0"'- -~.- --- I- 60.0 Z W ._-----_.----._--- -..........-.-- -.---.,.- ...._.....M. -.-.- .-- ...--. --- -- ---.---..-.---.,..--.,.-- ---- - --.._-- ._..__'_' 0- I- -.----..-.--.----.--.,- ______...u..._.."._ -...--.- ...--- .--..-. --- --- - - .--..----.--.----- .-......... -- _._.._..~- ---- .---- --- .-.. ...-. .-- Z ._.._~.._---....,.-._....__.. _...~....-.-_......._.- --- --'--" -.. -.-'" -.- _.- - ---...."..---....-.-- ------ --- -.............- - ---- -- .----- .'-- .-- 0 --._.------- --. --.--.-. 1-,- - -.- -- - -----..-..--..-- ---.-._~ ...-,,_.~ _m..__ --- ..-- - -- ......... -.- (j 55.0 W ..-~._...-._-- -.-.-.-- __n___ ---.-.-- --- ---.... - m____ ---.. ---- ...,.-.---- --- .-..- --- ...- -- ..- 0:: --.-..--.......---,-".-...-.- ........-.-.---....- --.-......- __m"'___ -.-- ....,.- ....... --. .- ---..-.........--.--....-.......-.....- -..--- --.--- -----.-.- _.n_'_ --- .....-- ,....-- -. -- ::l ----.---.-.---.-- ---.-.- ----- .-.----- ____.n -...- ---.. --- -----.-.--.,.--..-...--- -"'-'''--- ----- ----.- ---.-.- .-- --- -". -- - I- -.._-----_.-._-. ------.- ------ ---- -- ._- --- - - -_._-_.._-.-......~_..._.- --.-- - -.-...--- --- --- 1-- -- -- - tJ) 50.0 (5 -.---...-.--. -.-- .--...-- .--..-- --...- - -- - - -----.----.-.--...---- -'--- .-- ,---- .--.-. - -.-.---..------.-.-..-.-.-- .--.-..-..---- .-.-....- -.-.-... -'- -.. - -- .- --..---.---...----. -- --- --"-~-' ,- _..- -- .-- .--- .--- :E .---..---.-----.--.- --...-----.....- -....-...-..- '--'-'--- ,--.- -.--. -- -.- .- -..-..---..-.... ._--".- -.-- --- ._-~-- -.-- -..- ---- ._- -- ______.._.___..____..___m__ ._--..-..--_.... -'--'-.- -_._- -.-- --. ..-. 1.- -- --.-.,...--.-.-----.--. --- -.. ..-.- ,--.- -- --..-. -- .-- -- 45.0 1 10 25 100 NUMBER OF BLOWS, N MATERIALS AND TESTING EQUIPMENT PLASTICITY INDEX M&TE 1.0. TYPE CALIBRATION DATE (THE RANGE OF WATER CONTENT OVER WHICH A SOIL LLD-3 Grooving Tool 07-Sep-08 BEHAVES PLASTICALLY OR THE NUMERICAL DIFFERENCE LLD-4 LL Machine 01-May-08 BETWEEN THE LIQUID LIMIT AND THE PLASTIC LIMIT) OVEN-1 Cabinet Oven 05-Jan-08 [LL-PL] ARC120 Electronic Scale 13-Sep-08 PI,%: 21 "A" LINE: 26.28 I I I I I I . I I I I I I I P I I I I I I I I It I I I I I I I P I .. '.," INTRODUCTION · OORE Property Sciences performs tests in general accordance with' the American Society for Testing and Materifls (ASTM) or the Unite9~t~t~s~rJ1iY9omsOf Engineers procedures. . These procequres. are generaUyrecognized asth~ba~i~ fo<uniforrnity~ll(fconsistency. of test results, in. .. the g~otechnical. engineering profession.. Allwork.. i~ initiated ~nd ... s~pervised by qualified engine~r~;x Skilled.. technicians trainE}d.in.eith~r~B'-rv1{)rPprpsi~roceduresperform our tests. ..... Our equipment is well maintained, and our laboratory equipment is calibrated at least yearly. Subsequent portions of this Appendix present briefly describe of our testing procedures. Where applicable, we have referenced these procedures to either ASTM or the Corps of Engineers standards, which contain specific descriptions of apparatus, procedures, reporting, etc. Annual Book of ASTM Standards, Section 4, Volumes 4.08 and 4.09: Soil and Rock. American Society for Testing and Materials, Latest Edition EM 1110-2-1803. Subsurface Investiqations. Soils, Chapter 3. U.S. Army Corps of Engineers, 1972. EM 1110-1-1801. Geoloaicallnvestioations. U.S. Army Corps of Engineers, 1978. EM 1110-2-1907. Soil Samplina. U.S, Army Corps of Engineers, 1972. EM 1110-1-1802. Geophysical Exploration. U.S. Army Corps of Engineers, 1979. EM 1110-2.;.1906, Laboratorv Soils Testina. U.S, Army Corps of Engineers, 1970. I I I I I I I . I I I I I subsurface conditions revealed during construction. The geotechnical engineer who developed your report cannot assume responsibility or liability for the reports recommendations if that engineer does not perform construction observation. A Geotechnical Engineering Report Is Subject to Misinterpretation Other design leam members' misinterpretation of geotechnical engineering reports has resulted in cosily problems. Lower that risk by having your geo- technical engineer confer with appropriate members of the design team after submitting the report, Also retain your geotechnical engineer to review perti- nent elements of the design team's plans and specifications. Contractors can also misinterpret a geotechnical engineering reporl Reduce that risk by having your geotechnical engineer participate in prebid and preconstruction conferences, and by providing construction observation. DO Not. Redraw the Engineer1s Logs Geotechnical engineers prepare final boring and testing logs based upon their interpretation of field logs and laboratory data. To prevent errors or omissions, the logs included in a geotechnical engineering report should never be redrawn for inclusion in architectural or other design drawings. Only photographic or electronic reproduction is acceptable, but recognize that separating logs from the report can elevate risk. Give Contractors a Complete Report and Guidance Some owners and design prolessionals mistakenly believe they can make contractors liable for unanticipated subsurtace conditions by limiting what they provide for bid preparation. To help prevent cosily problems, give con- tractors the complete geotechnical engineering report, but preface it with a clearly written letter of transmittal. In that letter, advise contractors that the report was not prepared for purposes 01 bid development and that the report's accuracy is limited; encourage them to confer with the geotechnical engineer who prepared the report (a modest lee may be required) and/or to conduct additional sludy to obtain the specific types of information they need or prefer. A prebid conference can also be valuable. Be sure contrac- tors have sufficient time to perform additional study. Only then might you be in a position to give contractors the best information available to you, while requiring them to at least share some of the financial responsibilities stemming from unanticipated conditions. Read Responsibility Provisions Closely Some clients, design professionals, and contractors do not recognize that geotechnical engineering is far less exact than other engineering disci- plines. This lack of underslanding has created unrealistic expectations that have led to disappointments, claims, and disputes, To help reduce the risk of such outcomes, geotechnical engineers commonly include a variety of explanatory provisions in their reports, Sometimes labeled "limitations" many of these provisions indicate where geotechnical engineers' responsi- bilities begin and end, to help others recognize their own responsibilities and risks. Read these provisions closely. Ask questions. Your geotechnical engineer should respond fully and frankly. Geoenvironmental Concerns Are Not Covered The equipment techniques, and personnel used to perform a geoenviron- mental study differ significantly lrom those used to perform a geotechnical study. For that reason, a geotechnical engineering report does not usually relate any geoenvironmental findings, conclusions, or recommendations; e.g., about the likelihood of encountering underground storage tanks or regulated contaminants. Unanticipated environmental problems have led to numerous project failures. II you have not yet obtained your own geoen- vironmental information, ask your geotechnical consultant for risk man- agement guidance. Do not rely on an environmental report prepared for someone else. Obtain Professional Assistance To Deal with Mold Diverse strategies can be applied during building design, construction, operation, and maintenance to prevent significant amounts of mold from growing on indoor surfaces. To be effective, all such strategies should be devised for the express purpose of mold prevention, integrated into a com- prehensive plan, and executed with diligent oversight by a professional mold prevention consultant. Because just a small amount of water or moisture can lead to the development of severe mold infestations, a num- ber 01 mold prevention strategies focus on keeping building surfaces dry. While groundwater, water infiltration, and similar issues may have been addressed as part of the geotechnical engineering study whose findings are conveyed in this report, the geotechnical engineer in charge of this project is not a mold prevention consultant: none of the services per- formed in connection with the geotechnical engineer's study were designed or conducted for the purpose of mold preven- tion. Proper implementation of the recommendations conveyed in this report will not of itself be sufficient to prevent mold from growing in or on the structure involved. Rely, on Your ASFE.Member Geotecbncial Engineer lor Additional Assistance Membership in ASFEffHE BEST PEOPLE ON EARTH exposes geotechnical engineers to a wide array of risk management techniques that can be of genuine benefit for everyone involved with a construction project. Confer with you ASFE-member geotechnical engineer for more inlormation. I I r I ASFE THE BEST PEOPLE ON EARTH 8811 Colesville Road/Suite G106, Silver Spring, MD 20910 Telephone: 301/565-2733 Facsimile: 301/589-2017 a-mail: info@asje.org www.asla.org Copyright 2001/ by ASFE, 11Ic. DupliCIltion, reproduction, or copying of this document, in whole or In part, by any means whatsoever. is slrictly prohibited, except V>71h ASFE's speciric written permission. Excerpting, quoting, or otherwise extracling wording from this document is permitted only with the express written permission of ASFE, and only lor purposes 01 scholarly researcll or book review. Only members or ASFE may use this document as a complement to or as an element of a geotechnical engineering report, Any other firm, individual, or of her entity that so uses this document without being an ASFE member could be committing negligent or intentional (fraudulent) misrepresentation. IIGER08041.0MRP I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 01003 I I I I I I . I I I I I I I P I GEORGIA DEPARTMENT OF NATURAL RESOURCES ENVIRONMENTAL PROTECTION DIVISION SUPPLEMENTARY GENERAL CONDITIONS FOR FEDERALLY ASSISTED STATE REVOLVING LOAN FUND CONSTRUCTION CONTRACTS I I I I I I I . I I I I I I I P I GEORGIA DEPARTMENT Of.N~lJJRAL R.~~9URCES 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. EPO':1 I INSTRUCTIONS & GENERAL REQUIREMENTS It is the policy ()f the State Revolving Loan Fund (SRF) to promote a "fair share" of subagreement awards to small, minority, and womencowned 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. I The Prime Contractor must submit the followina items to the Owner: I 1) DBECompliance 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) I 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) I 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) I I 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 DBEsubcontractor's submittal to EPD's DBE Coordinator (to be forwarded to EPA's DBE Coordinator). (Page EPD-8) . I 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) . I 6) EP A 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) I 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 15th day of the month following the reporting period (October-March, April-December). (Page EPD-14) I 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. I The Owner must submit this information for EPD review and concurrence to: I 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) gayneILhill@dnr.state.ga.us I P EPD-3 I I (1) List of all committed and uncommitted subcontractors by trade, incfuding company name, address, telephone number, contact person, dollar amount of subcontract, and DBE/MBElWBEstatus. Indicate in writing if no solicitations were made because the contractor intends to use only its own forces to accomplish the work. I (2) Proof of certification by EP A; 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. I (3) Documentation of solicitation effort for prospective DBE firms, such as fax confirmation sheets, copies of solicitation letters/em ails, printout of the online solicitations, printouts of online search results, affidavits of publication in newspapers,etcc 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 closing date. I (4) Justification for not selecting a certified DBE subcontractor that submitted a low bid for any subcontract area. I (5) Certification By Proposed Prime Contractor or Subcontractor Regarding Equal Employment Opportunity. (EPD-6) I (6) Certification By Proposed Prime or Subcontractor Regarding Debarment, Suspension, and Other Responsible Matters. (EPD-7) (7) EPA Form 6100-3 DBE Subcontractor Performance Form for all DBE subcontracts. (EPD-9) I (8) EPA Form 6100-4 DBE Subcontractor Utilization Form for all DBE subcontracts. (EPD-10) . I I I I I I I P END OF DBE COMPLIANCE FORM EPD~5 I I 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 foUowingcertification (see40 CFR 32.510). I The prospective participant certifies to the best of its knowledge and belief that it and its principals; I (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactioris by any Federal department or agency. 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, forge'ry, bribery, falsification or destruction of records, making false statements, or receiving stolen property; Are not presently indicated for or otherwise criminally or civilly charged. bya government entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1) (b) of this certification; and I (b) I I (c) I (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. . I I 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 I I SIGNATURE OF AUTHORIZED REPRESENTATIVE DATE I _I am unable to certify to the above statements. My explanation is as follows: I I I , EPD-7 I I OMB Control No: Approved: Approval Expires: 2090-0030 05/01/2008 01/31/2011 ... Environmental Protection Agency I Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form I NAME OF SUBCONTRACTORl PROJECT NAME I ADDRESS BID/pROPOSAL NO. I TELEPHONE NO. E-MAIL ADDRESS I PRIME CONTRACTOR NAME ITEM OF WORK OR DESCRIPTION.oF SERVICES BID TO PRIME PRICE OF WORK SUBMIITED TO PRIME CONTRACTOR CONTRACT ITEM NO. I . I I Currently certified as an MBE or WBE under EPA's DBE Program? _ Yes _ No I Date Signature of Prime Contractor I Print Name Title I Signature of Subcontractor Date I Print Name Title I , 'Subcontractor is defined asa company, firrri, joint venture, or individual who enters into ari.agreemerit with a contractor to provide seIVices pursuant to an EP A award of financial assistance. EPA FORM 6100-3 (DBE Subcontractor Performance Form) EPD~9 I I I I I I I I . I I I I I I I , I SIX GOOD FAITHEFORTS 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 1hem 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 1he requirements permit, in a way that encourages and facilitates participation by DBEs in 1he competitive process. This includes. whenever oossible. DOstina solicitation for bids or proposals for a minimum of 30 calendar dayS before the bid or proposal c10sina date. 3. Consider in the contracting process whether firms competing for large contracts could subcontract with DBEs, This will include dMding total requirements when economically feasible into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process. 4. Encourage contracting wi1h a consortium of DBEs when a contract is too large for one of these firms to handle individually. 5. Use 1he resources, services, and assistance of the Department ofTransportation (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 mustbe certified by EPA. SBA. or DOT (or by state. local. Tribal. or private entities whose certification criteria match EP A'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). The 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 ofthe 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 ofthe action. EPA Forms Nos. 6100-3 and 6100-4 must also be submitted to EPD for new DBE subcontracts. EPD-11 I I I I I I I .3 I I I I I I I CHANGES TO SUBCONTRACTORS FORM 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. 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 effortfoi-prospective DBE firms, such as fax confirmation sheets, copies of solicitation letters/em ails, 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 I 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. Constructioll 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. I (c) I (d) The Manual for Erosion and Sediment Control in Georoia 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. I (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. I (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. EPD,EPA,andGEFAshall have access to the site and the project work at all times to monitor locincontract compliance and for audit purposes. I (g) I 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: I 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; I 3. Payment bond equal t01 00 percent of the contract price. Bonds must be obtained from companies holding. Certificates of Authority as acceptable sureties, issued by the U.S. Treasury. . I 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. I SPECIAL NOTICE TO BIDDERS I 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 exceed $10,000.00). The bidder understands and agrees that "affirmative action" as used herein shall constitute a good faith effort to achieve and maintain minority employment in each trade in the on-site workforce used on the project. I EPD-15 I I I I I I I I . I I I I I I I 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) (ii) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); 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 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). (iv) 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 $1 0,000 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. 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. 4. 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. 7. 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 extensive as the following: EPD-17 I I I I I I I . I I I I I I I 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 action 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 finn debarred from Government contracts pursuant to Executive Order 11246. The Contractor sha.1l carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, tennination 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. 12. 13. The Contractor, in fulfilling its obligations under these specification, shall implement specific affinnative 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 I I I I I I I .. I I I I I I I 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 Budgetunder OMB control number 1225-0140.) (2) Withholding. The EP A 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 EP A 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 coritain 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 equivalents thereof of the types described in section 1 (b) (2) (B) of the Davis-Bacon Act), daily and weekly number of hours worked, 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 OMS 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. Government 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 setforth in Regulations, 29 CFR Part 3; EPD-21 I I I I I I I . I I I I I I ~ I 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 contracfby 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 '1aborers" 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 compensation 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 $1 0 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 Administrator 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 Budget under OMB control numbers 1215-0140 and 1215-0017.) EPD-23 (INSERT WAGE RA TE DETERMINA TION). I I I I I I I . I I I I I I Wage Rates are county specific for Heavy Construction and can be found at: htto:/ /www.ooo.aov/davisbacon/oa.html EPD-25 I I Page 10f3 GENERAL DECISION: GA20080138 01/02/2009 GA138 I Date: January 2, 2009 General Decision Number: GA20080138 01/02/2009 State: Georgia I Construction Type: Heavy County: Richmond County in Georgia. I Modification Number o 1 Publication Date 09/26/2008 01/02/2009 I * ELEC1579-002 10/01/2008 Rates Fringes I I ELECTRICIAN Electrical contracts over $2.5 million................$ 24.15 Electrical contracts under $2.5 million............ ....$ 22.13 8.78 8.44 ENGI0474-002 07/01/2008 . Rates Fringes I Operating Engineers: Bulldozer and Forklift (under 15 tons) ......... ....$ 20.72 Forklift (15 tons and over).$ 22.55 10.70 10.70 I * PAIN1756-002 04/01/2008 Rates Fringes I PAINTER: Brush, Roller and Spray. . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 15.35 5.46 SUGA2008-050 08/06/2008 I Rates Fringes CARPENTER. . . . . . . . . . . . . . . . . . . . . . . . $ 13. 00 0.00 I CEMENT MASON/CONCRETE FINISHER...$ 11.99 0.00 I IRONWORKER, REINFORCING..........$ 11.50 2.04 LABORER: Common or General......$ 7.45 0.00 LABORER: Pipelayer..............$ 13.06 3.56 OPERATOR: Backhoe/Excavator. ....$ 11.68 0.00 I http://frWebgate.access.gpo.gov/cgi:'binfgetdoc:cgi?dbname=Davis-Bacon&docid=GA200:..,.. .5/6/2009 I Page 3 of3 I have responsibility for the Davis-Bacon survey program. If the r1:!sponse from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. I 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: I I Branch of Construction Wage Determinations Wage and Hour Division u.s. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 I 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). W,ci te to: I .. Wage and Hour Administrator u.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 I The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project dE~scription, area practice material, etc.) that the requestor considers relevant to the issue. I I 3..) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (I'ormerly the Wage Appeals Board). Write to: I I Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 I 4..) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION I , I http://frwebgate.access.gpo.gov/cgi-binlgetdoc.cgi?dbnarne=Davis-Bacon&docid=GA200... 5/6/2009 I S/l.P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 01004 I I I I I I . I I I I I I I , I GEORGIA DEPARTMENT OF NATURAL RESOURCES ENVIRONMENTAL PROTECTION DIVISION SUPPLEMENTARY GENERAL CONDITIONS FOR FEDERALLY ASSISTED STATE REVOLVING LOAN FUND AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 CONSTRUCTION CONTRACTS I JUl-07--2009 11: 19 ARC PURCHASING 7063124602 P.12/26 AJMERICAN RECOVERY AND REINVESTl\1ENT ACT SPECIAL CONDITIONS AND INFORMATION I I I I I I . I I I I I I GEORGIA DEPARTMENT OF NATURAL RESOURCES ENVIRONMENTAL PROTECTION DIVISION SPECIAL CONDITIONS AND INFORMATION FOR CONSTRUCTION CONTRACTS FUNDED UNDER THE AMERICAN RECOVERY AND REINVESTMENT A.CT THROUGH THE FEDERALLY ASSISTED STATE REVOLVING LOAN FUNDS IN THE STATE OF GEORGIA May 27, 2009 Folltnving is the standard language that must be u,.corptJrate4 iniQ C()nstI'Uctk>n con.trlld documents and in all solicitations for offers and bids f07 all conMrUctioll cohtracts or subcontracts to be funded by the American RecoVt!1'Y and ReinvestmentAct through the FederalJy-assisted State Revolving Fund in the State ofGe.orgitz and information regarding these Special Contlitions. The requirements in these SpecUd Conditions shall not relieve the pllrtidptmts in this project 01 responsibility to meet IUfJ' requirements of other portions of the cohStrUction contract or of other agencies, whether these other requirements are more or less stringent. The requirements in these Special Conditions must be satisfied in ol'derfor work to be funde4 thl'Ough the American Recovery IUId Reinvestment Act. ARRA Special Conditions and Information 1 us;wo'~l I I JUL-07-2009 11:19 ARC PURCHAS I NG 712163124602 P. 13/26 TABLE OF CONTENTS ; '~stroetiODS & General ReqQiremeu.ts.... ...... ...... ....... ............ ...... ..... ......... ...... ......... ......... ......... 3 Contractor Acknowledgement of Buy American Reqnirem.ents........................................................ 5 I Bid Certi:6c:a..tIoll..".. .".... .... ................... ... ..... ............... ..... ......". ......" ............... .... .... ......"........ ............. iII.~" 6 Inform.ation CheeJdist for Waiver-Rectu.est to us EPA.. ... ...................................................................1 I Table 1: Foreign andDomestie Construction Materials Price Comparison Worksheet................................. 8 Definitions.. ...... ..... ........ ....... ............"...... ........... ......"".. ............... ......."....... ... ... ....... ..-...... ..." ....... ..... 9 I Im.p1ementa.tion of Buy Anlerican req,uirem.ents.......... .......... ... ... ... ... ........ .......... .... .........u,............lO I Step-by-Step Waiver process.... ........ ,... ......... ....... ... ...... I. ...,.. ................... ........... ................ ... ......... 11 I I . I I I ~ I I ARRA Special Conditions and Information 2 U&llO& '9lI9$8.1 I I ARC PURCHAS ING 7063124602 P. 14/26 JUL-07-2009 11:19 INSTRUCTIONS & GENERALREOI1IREMENTS ~ese Special Conditions are based on detailed, specific guidance provided by the United States Environmental ./1tection Agency (US EP A). Public Law 111-5, the "American Recovmy and Reinvestment Act" (ARRA). inoludes n:quirements 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 requiIements and "Buy American" provisions, which require recipients of .ARRA funds to use iron. steel. and manufitctured goods that are produced in the United States ofAm.erlca. Ins project that is only partially funded through the ARRA. the ARRArequirements will apply to all parts of the project. Failure to comply with these rCquirem.entS will prevent the disbursement of ARRA funds to the Owner. I I I I I I . I I I I I I Pawoll ReBOrn: The prime contractor must submit electronic Copies of certified weekly payrolls for the prime contlaCtor and for .all subcontractors. These must be submitted bye-mail in apdffom1atto the Owner's representative and then fmwarded. to the Georgia Enviromnenta1Protection Division's (GAEPD's) ConstmctionManagen1ent UDitproject engineer. These ID.11St be submitted each month for the peri,od covered by the pritne contraCtor's cummt paynumt request, and are required for funds to be endorsed fortbis period. The payroll records must inolude all infonnation required by the SRF Sllpplemental General Conditions. The Owner must also m::iintain complete payroll records and make these available for inspection and audit Reeistratton: The contractor shall register with theCePtral Contractor Registration database or complete other registration requirements as determined by the Director of the Office QfManagement and Budget. "~ees8 of Offices of Insnector General to Certain Records and gm'Plovees: Any representative of an appropriate inspector general appointed under Section 3 or 80 of the Inspector General Act of 1978 (S U.S.C. App.) is authorized: (1) to examine anyrecords of the contractor or any of its subcontractor.> 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. Walle Rate Reaoirementi: All laborers andmeehanics employed by contractors and subcontractors on thepl'Oject shall be paid wages atzates 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. Buv American Recndrements: (1) The prime contractor is required to comply with the Buy American provisions in these special conditions. The Owner is required to verify COD1pliance 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 lDformation 3 1lll28Oa 6911953.1 I I 7063124602 P. 15/26 JUL-07-2009 11:19 ARC PURCHASING (2) The prime contractor or apparent low bidder is required to submit signed copies of the ~ Acknowledgement of Buy American Requirements (page 5) and of the Bid Certification (page 6) to the Owners represeatative forverl1ication. Prior to the initial disbursement of ARRA funds for this contract, the Ownerwill be required to submit signed copies of these to GA EPD's Construction Management Unit (3) If the prime contractorproposes to use iron,. sted, ormanufactu.red goods that are notproduced in the United States of America, then it must submit to the Owner. (a) Documentation required by the Information ChPdrl;q for Waivec Request to US EPA. fuund on. page 7; (b) Table 1: Foreign and Domestic Construction Materials Price Comparison WOItsheet, tbund on page 8. (4) Non-domestic goods maynot be incorporated intotbework until the Owner obtains a formal wai.verfrom the US EP A to allow these goods to be used in this project. In order to apply for a project waiver, the Owner must emai1 the request in the fonn of a Word document (.doc) to the US EPA Region 4 waiver email addtess: region4waiverov..AJa.gov . It must fDc1ude 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 stmngly IeCQmmends initiating the request before const:ruction has initiated. Consistent with the direction of1hefederal Ofti.ce ofManagemt:nt and Budget Guidance, US EP A will expectxequests mbmitted afterthe signing of the constroction contract to include an expJanatiOll ofwhytherequestW8S submit:tcd at that late date. I I I I I I . I I I I I I ~ I (6) Definitions and detailed explanation of Buy Anierican provisions and the waiver process are included in these Special Conditions, starting on page 9. ARRA Special Conditions and Inf01".D1stion 4 US2OII! 69O!lAl I 706312461212 P.16/26 JUL-07-2009 11:2121 ARC PURCHASING ContraFtm' AcImOWl~enf OI_JSDY ADlenean .LUmlURlW-=IlUl! . . ~ " The Con1IaCtor acla10wlcdges to and for the benefit of the OWner, the State of Georgia, and the United States Enviromnental Protection Agency that it understands that the goods and services under this Agreement ate being funded with monies made - -jilable by the federal American RecoveJ'Yand Reinvesttnent Act of2009 (ARRA) or are being made available for a project LIding funded with monies made available by the federal ARRA and that such Jaw cont$ns provisioDs commcm1y known as "Buy American;" that reqoim; aU of the iron. steel, and ~ goods used in the project be produced in the United States ("Buy American RequiRments") hduding iron, steel, and manufactured goods provided by the Conttactotpursuant to the constmctioo. contmct The Contractor bm:by .lep!esents and wattants to and fortb.e benefit of the Owner, the State, and the United Stares that: (a) the Con1mctor has reviewed and underst8nds the Buy American RequirementB: (b) aU oftbe iron, steel, and m8"11-fR1JtuIed goods used in the project will be and/or have been produced in the United States in a tn.aDDer'that <<DDplics with the Buy AmP.l'i~ R.equiremeots, unless a waiver of the requirements is approved; and (c) the Contractor will provide any ti.uther verified information, certification or assurance of compliance with this paragraph, or infonnation necessary to support a waiver of the Buy American Requirements, as may be requested by the Owner, the State. or the United States Environmen1Dl Protection Agency. I I I I I I .' I I I I I I I , I Notwitbstanding any other provision oftbis Agreement, any failure to oomplywith tbis paragmph by the Contractor shall pennit the Owner or the State to xeoover as damages against the Contractor any loss, expense or cost (including without limitAtion attomey's fees) incurred by the Owner or the State resulting from any such failute (including withaut 1imitati.on. any impairment or loss offimding. whether in whole or in part, fi:om the State or any damages owed to the State bytbe Ownec). 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 1biJ:d-party beneficiary and neither this pcuagraph (nor any other provision of the constru.ction contract necessary to give this plmlgIClPh force or effect) shall be amended or waived without the prior written - ~t of the State. PRINTED NAME & TITLE OF AUTHORIZED REPRESENTATIVE OF CONTRACTOR OR SUBCONTRACTOR SIGNATURE OF AUTHORIZED REPRESENTATIVE DATE ARM Special Conditions and Information 5 tI!2OOI ~ I I I I I I I . I I I I I I I JUL-07-2009 11:20 Bid Certification 7063124602 P.17/26 ARC PURCHAS ING ,. .... 1. Identification of American-made Iron, Steel, and Manu:fact\Ired Goods: Consiste.ntwith thet.emJS of the Ownefs bid solicitation and the provisions of ARRA Section 1605, the Bidder certifies that this bid:reflects the BiddeI's best. good faith effort to identify domestic sources of~ steel, and manuta.ctured goods for every component contained in the bid solicitation where such American-ma.de components are available on the schedule and consistent with the deAdlines prescribed in or required by the bid solicitation. 2. Verlfication ofU.S. Production.: The Bidder certifies that all components containedin the bid solicitation that are American-made have been so identified. and jfthis bid is accepted, the Bidder agrees that it will provide reasonable, sufficient, and time1;y verification to the Owner of the U.S. production of each (lOID.pOnent so identified. 3. DocumentatiOl1Regan:1ingNon.-Amerlcan-madelroD, Steel. orManu1acturedGoods: TheBiddercertifiestbat for any component or components that ace not .American-made and are so identified in this bid, the Bidder bas included in or attached to this bid one or both oftbe following, as applicable: a. Identification of and citation to a categorical waiver published by the U.S. Environmental Protection Agency in the FederalRegisterthat is applicable to such C011JPOD.el1t 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 otberwise, that the Bidder has sought to secute American-made components but has detennined that such components are not available on the schedule and CODSistent with tb.e deadlines prescribed in the bid solicitation, with assrmmce adequate for the Bidder under the applicable conditions stated in the bid solicitation or otherwise. 4. Information and Detailed Justifi.c:ationRegarding Non- American-made Iron. Stee~ or ~s:m11-A.c:tured Goods: The Bidder certifies that for any such component or oomponeJl.f$ that are not so available, the Bidder has alsoprovided in or attached to this bid information, including but not limited to the verifiable documentation aud a full description of the bidder's efforts to secure any su.chAm.erican-made component orcornponents, 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 COIllponents. The Bidder further agrees that, if this bid is accepted, it will assistthe Owner in amending, supplementing. or further suppOrting such infoIma1ion as required by the Ownerto:request and. as applicable. implement the terms ofa waiver with respect to any such component or components. PRINTED NAME & TITLE OF AUTHORIZED REPRESENTATIVE OF BIDDER OR CONTRACfOR SIGNATURE OF AUTHORIZED REPRESENTATIVE DATE ARRA Special Conditions and Information 6 V~009Al I JUL-07-2009 11:20 !=IRC PURCHFlSING 7063124602 P. 18/26 Jnformation Checldist for Waiver Recmest to EPA ; ..." The pwpose of this checklist is to ensure that all ~e and necessary infonnation is submitted to US EP A. Please :review this checklist carefully and provide aIl~ infonnation. This Checldist is for iD;fmmatiomll purposes only and ... ..18 not need to be included as part of a waiver application. This may be helpful to include. however, as US EP A will ~ /i.ew based 011 a similar checklist. I I I I I I . I I I I I I I , I general . Waiver request includes the following mfonnmon: ~ Description of the foreign and doInestic construCti.o.n materials - UnitofJ}1eaSU1'e Quantity Price - TUne of deliwry or availability _ Location of the constro.ction 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 insttuclions in this contract ~ Assistance recipient made a good f8itb." effort to solicit bids for domestic construction matcri~!;/manufac1med goods, as demonstrated by language in requests for pmposals, contmcts, and communications with the priIne contractor ~ . Waiver request inclu.des the following info.r.IMtion: _ 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 scription of the process for identifying suppliers and a list of contacted suppliers _ Does the Tot3l Domestic Project Cost indicated in column (d) oftbe Price Comparison Worksheet exceed the Total Foreign Project Cost indicated in column (e) by mOre than 25% of the value in column (e)? A'D"51bilttv . 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 reaoonable number of domestic suppliers indicating availability/delivery date for constructi.on JD81;erials . _ Documentation of the assistance recipient's efforts to find available domestio 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 infounation. 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 excexpts 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..a.vai1ability of the domestic construction materials for which the waiver is sought _ .If available, information about other waiver-requests for the materials descnbed in this waiver request for compatable projects ARRA Special Conditions and Information 7 t1S11lO8 69Ol158.1 I ARC PURCHAS I NG 7063124602 P. 19/26 . aadDomestic: Cons1nlction Materials Prlee Comparison Worksheet - ;:., lDstnlcU.ons: To be completed :y the prime contractor. In column a), enter an troUt steel, and manufac:tured goods -~uired to build the project a designed. In coIulDn b) enter the co. estimate for each component Bll supplied by jnestiC sources. In colmnn enter the cost estimate for each component for wbich ",men are requested, as su lied tor soarees. JUL-07-2009 11:21 I I I I I I . I I I I I I I , I (a) Material Unit of Measure Quantity (b) Price - Domestic Material (include all deJiverycoststothe construction site (0) Price - Foreign M.aterial (including all delivery costs to the constr:UCti011 site (d) TotalDomestic Project Cost: (e) Total Foreign Project Cost: s s ARRA Special Conditions and Information 8 USZl108 ti9Gf9.1 I JUL-07-2009 11:21 pefinidom ARC PURCHASING 7063124602 P.20/26 .; :.. I I I I I I . I I I I I I I , I The following terms are critical tQ the interpIetation and implementation oftb.e Buy American provisions of the ARRA and apply to the process described in these documents: o~: An alloy that includes at least 50 peteeIlt iron, between ,02 aDd 2 penxmt carbon. and. mayinclu.de other elements. Production in. the United States o(the iron or steel used in the project teqUires that alllll8tl1lfa,etur processes must take place in the United States. except meUUlurgical processes involving refinement of steel additives. These requirea1e:Dts do not spplyto iron or steel used as components or subcomponents of ID8Illl&ctured goods used in the project (This and the following de11niti.on were drawn ti:oD1 the OMS Guidance of April 3, 2009, at 176.70(a)(2)(i1) and 176.14O{a).) Man'llfactured Good: '"Mam1factmed good" .means a good brought to the construction site for incoIpo1ati.on into the building or work: that bas becn- (1) P.rocessed into a specific ~ and shape; or (2) Combined with other raw material to create a material that has ditfeDmt properties than the properties of the individual raw ml:Jl"erial~ There is no requirement with regard to the origin of components or subcomponentS in manufactured goods. as long as the ~ of the goods QCCI1I$ in the United States. Reasonably AvaDable QuantltJ: The quantity ofixon. steel, or the Ielevmrt~ 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 plaos and design. Satisfactory Ql1aJity: The quality of iron, steel. or the relevant manufactm:ed good as specified in the project plans and designs. "jsistance Recipient: The OWner - a bonuwer or recipient that receives funding from a State CWSRF or DWSRF program. ARRA Special Conditions and Information 9 US20CIlI fi~.l I JUL-07-2009 11:21 Imolementation ARC PURCHASING 7063124602 P. 21/26 .; = . PL. 111-5. the "A.n:1er:i.can Recovery and Reinvestmen.t Act of2009" (AnA), provides significant levels offunding for States to finance high priority fufrastructure projects needed to ensure clean water and safe drinking water, The Act also ;"~~udes "Buy An1erican" provisions in section 1605 that require Clean Water State Revolving Loan Fund (CWSRF) and _lnking Water State Revolvin.g Loan Fund (DWSRF) assistance recipients of these ARRA funds to use domestic iron, steel and manufactured goods that are produced in the United States. I I I I I I . I I I I I I I , I US EP A's foremost expectatioJil. is that assistance recipients will use American iron, steel and manufactured goods throughout their ARRA-:fi.w.ded projects. Section 1605 also, however. sets forth certain circumstances under which a federal agency may detem1ine to waive Buy American requireo1ents. In additio~ Section 1605 requires the Buy American requirements to be applied consistent with U.S. obligations under inter.r1ational agreeD1ents. With.xegmd to these international agreements, however, based on discussions with OMB officials and OMB's "Updated 1mp1eTnP-nHltion Quidan.ce," this provision only applies to direct p1.'OCllteIXlt2 by the entities listed in the appendix of OMB's Iitterim Final ~ or the Federal govemment, and 00es not apply to procurement initiated by local entities (SRF i!lSWsmce IeCipients) in GeoJ:gia. US EP A's intention in developing the app.roaoh descnbed here is to effectively and effi.cienilyimplemeD1 this twl range of ARRA ~ A waiver may be provided if US EPA dett"Jm'lmes tbat: (1) Applying these requiren1ents would be inconsistent with the public interest; (2) lron. steel, and the relevant manufact1.u'ed goods are not produced in the United States in sufficient and :reasonably available quantities and of a satisfactory quality; or (3) Inclusion ofiron, steel. and ~ goods produced in the United States will increase the cost of the overall project by mOle than 25 pereent. )his requirement has been included as a grant condition in an US EP A capita1iza1ion grants, and will be a condition in all loan and grant agreements provided by States to local recipients. On April 23, 2009, the Office ofM'anagement and Budget (OMB) issued Jmerim Final Guidance for sevem1 aspects of ARRA, iDcluding the Buy Am.eri.cau Requin:ment under Section 1605. 1he full text oftbis Guidance is at !\tql:l/edocketaccess.~.l!ovl2009/pdflE9-9013.pdt: Definitions herein have inCOlpOI3led the relevant text :from the OMB Gilldance, and theteml and condition specified in the OMB Guidance at 176.140 (page 18454) will be incorporated as an award teml of ARRA grants from US EP A In OJ:der to implement the Buy AnJmcan provisions of the ARR.A, US EP A bas developed an approach to allow for effective and efficient implementation to allow projects to proceed in a timely manner. The framewoik: described below will allow assistance recipients to apply for waivers directly to US EP A Pun;ua:nt to the ARRA, US EP A has the respons1Dility to make :findings and determinations 8$ to the issuance of waivers to the Buy A1nerican provisions. ARRA Special Condltlolls and Information 10 USUlO8 69095&1 I ARC PURCHAS I NG 706312461212 P.22/26 JUL-12I7-212109 11:22 Step-Bv..steD Waive!' froc:esS '. - .. .... Application by AssistaDce Redpimt F~h local enti1ythat receives Al.tRA water infrasl;ructlu' financial assistance is required by section 1605 of the ARRA to use .nerican made iron. steel. and manufactured goods in the constIuCtion of its project. However. if it is one of the entities Iisted in the appendbc to Appencllix 9 of the OMB Updated Implementing Guidance (none ofwbich are in Georgia). it nmst allow for the use of iron, steel, Qr manufactured goods from a countty covered by a relevant itItemational agreemmt. If that is DOt. possible. or if the recipieDt falls under one of the categories below. the xecipimt mayyequest a waiver. Until a waiver is granted by US EP A, the Buy American requirements stand, except as noted above with. respect to ccmrtries covered by interrlAiinnal ~ts. I I I I I I . I I I I I I I , I The waiverpIOCeSS begins with the SRF assistance recipient In order to fu16.11 the requircmcnts of the ARRA. tbfi assi~ce recipient must in good faith design the project (where app1icable) and solicit bids fur oonstmction with AD1erican made ~ steel. and manufactured goods. It is essential that the assistmcerecipient include t.he ARRA's Buy AIJ1erican termS in any request for proposals or solicitations forbids, and in all contracts (seepage 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 oftbree cao.diti.ons is met: (1) Iron, steel, and manufactured goods are not produced in the United S1ates in sufficient and reasonably available quantities and of a satisfuctory quality; (2) Inclusion of iron. steel, and manu:factu.ted goods produced in the United States wiD increase the cost of the overall project by more tban 25 percent; or (3) Applying the Buy Ameri~ requirements of.ARRA would be inconSistent with the public interest. US EP A 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 (manufactuzed goods) that are not produced.in sufficient quantities domestically, or. second, after evaluation by prospective bidders and their consultation with suppliers '.etennines that iron, stee4 or ~cb1red goods as required by the design are not produced in sufficie.nt quantities domestically. An assistance recipieot could poteD.tiallyrequest 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 EP A strongly recommends, if a waiver is necessary, initiating the request before construction has iT1iti~ted Consisteoi with the direction of the OMB Guidance at ~ 176.120. US EP A will expect that requests submitted a:fter the signing of the consttuction. contract win include an explanation of why the request was subnlitted at that late date. Late submisskms that ate based on the grounds of tack ot1reasonably foreseeable circumstmces that led to the request, where snffic::iently documented, will be considered as if timely ~ed. 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 firitb. cotnpllimce with the Buy American provision. according to the grounds set forth in ARRA and in applicable federal guidance and infoonatiQn. ~ Proper and sufficient documen1iation DJUSt be provided by the assistance.recipient.. A ch.eQkJjst detai.1ing the !}pes of info:rmation :required for a waiver to be processed is included on page 7. Additionally. it is strongly enCCluraged that assistance Ieci;pients hold pxe-bid confuJ:ences with potentl81 bidders. A pre-bid conference can help to identi'fY'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 wOtm the recipient on. complil,ttlce 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@e.pa..gov .Please include all of the info:nnati.on as shown in the checldist on page 7. The Regional office will send a copy to the State contact. ARRA Special Conditions and Information 11 \JS%1IOIIli!I09S8.1 I ARC PURCHAS ING 7063124602 P.23/26 JUL-07-2009 11:22 EvaJnatiOD by US EPA Regional Ofiices ' ." After receiving an application f~ waiver of the Buy American provisions. 1he Regional of1ice will use the checklist on page 7 to ....q~P.rmlne whether the application properly and adequately documeots and justifies the statuto1'y basis cited for the waiver - that it :quantitatively and qualitatively sufficient - and to detennine whether or not to grant the waiver. The checkJist provides mfurmation to the Region with JJegatd to a waiver on the basis ofunavailability of a product or material. or of substantial cost increases. I I I I I I . I I I I I I I , I Iu the event that the Regional office in consultation with the Office of Regional Counsel (ORC) finds that adequate documentation and justitication!has been submitted, the Regional A.dministrat.or may grant a waiver to the assistance recipient. In any event, the Regibn should notify the assistance recipient that a waiver request has been approved or denied no later than 2 weeks from the date ofreceipt of a complete waiver request. Qnmting such a waiver is a 5-step process: (1) Evaluation - After receiving an application for waiver of the Buy American provisions, the Regional offi.c::e must use a checldist shui1ar to that fou.nd on page 7 to detem1ine whether the application. properly and adequately documents and justifies the statuto1'y basis cited for the waiver - that it is quantitatively and qualitatively sufficient - and to detemrlne whether or not to grant the waiver. (2) Coordination - No later tfu!n 3 days prior to the submission of a notification of a proposed waiver approval to the Assistant Administiator f~ the Office of Administmtion. and lli:sourceS Management (OARM) for C()D.CIl.I'Iel1 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 notificati.on. (3) Concurrence - Prior to apptoving a project waiver, the Regional.A.d:ministnrtor must obtain the con.cummce of the Assistant Administrator for OARM, as required by the Adminis1mtor's March 31, 2009 delegation of approval au1h.orlty for exceptions (waivers) to the 1;equirements of ARRA section. 1605(a). (4) Sigoa1nre 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 o$ce of notification of issuance of waiver in the Fedeml Register. When notitication of the issuanCe of a waiver is published in the Federal Registert the Regional office should send appropriate information to Headquarters for a link to the Federal Register notice to be posted on EP A's Recovery.gov website. Cross-Agency Coordination Working Group US EP A 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 ovexsight of the national waiver process through consultation, quality control, and direction. as necessmy to clarify and resolve policy issues raised on waive.r requests. (2) To identify the potential for appropriate national or (U.S. geographical) regio~ categorical waivers to be issued based on similar circumstances identified in the detailed justifications for a waiver or waivers. Suoh categorical waiv~ 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 detailedjustifica1ions available or developed. .ARRA.. Special Conditions and Information 12 US28lII69OlI58.1 I ARC PURCHASING 7063124602 P.24/26 JUL-07-2009 11:22 SpeclaJ Orcumstances Under certain special ciramlstances, US EP A may grant a waiver of the Buy American provisions under the authority to waive \~ provisions if application ofsuch provbions would be inconsistent with the public interest A detennination 1x> gr.aut a .,aver of the Buy American provisiODS based solely on in.consistency with the public interest (as a\1thorized under .ARRA sectiOtl160S(b)(l)) must be made with US EP A Office ofWat.er consultation due to the possible national implications of such a waiver, except in anyparti.cular categories of "public interest" cases forwbich US EPAhas defined in mllti.,nal iDfomm1ion. policy, or guidan(:e the applicable oonditioos and the specific clements of the individual justification that must be provided. For the Regional office to consider these types of waiver requests, it must find that the conditinns defined in the national in:limnati.on, policy, or guidauce, and that the e1eme.o.ts, in scope and detail. of the information provided 1x> justiiY the request, are both present as required. If these are both present, the Regional office can then determine whetberthe justification offered is sufficieut, widtin. the terms set forth in the applicable info.t:matiou, policy, or guidance, to grant the waiver. This application will be sent to the satne email address as mentioned above, however the requester should indicate in the subject line that the request is for a public interest waiver. I I I I I I . I I I I I I I , I Natioual Waiven US EP A reserves the right to issue natinual waivers that may apply to partirn1lar classes of A~dmtee recip;P.nt~ particular classes of projects, or particular categories of iron, steel. or manu:fuctured goods. As stated in the discussion of the "Cross.. Agency Coordination Worldng GroIJp." above; US EP A tD.llY develop national or (U.S. geographic) regional categorical waivers through the identification bytbat Worldng Group of similar ciJ:cuu1stBnces in the deI3i1ed justifications presented to one or more Regions in a waiver request or requests. US EPAmayissue a national waiver based on poJicydecisions regarding the public's interest or a detennination that a particular item is not produced domestically in reasonably available quantities or of a sufficient quality. In such cases, US EP A may det:ennine it is necessary to issue a national waiver. All national waivcn will be issued by 11S EP A Headquarters. . Split Funding Based on their intended use plans many States intend to fund projects with "split" funding, fi:omARRA and the base SRF program. Based on the ARRA language in section 1605, which requires that American iro~ steel, and manufactured goods be used in any project receiving ARRA:fuoding, US EPA has conoluded that anyproject 1hat is fimded 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 nUIIlber of contracts or assistance agreements involved so long as all contIacts and assistance agreements awarded are closely related in purpose, time and place. This precludes the intentional splittiDg of ARRA projects into separate and smaller con:IIaCtS or assistance agreements to avoid BUy Am.ericatl coverage on some portion of a larger project, particulady where the activities are integrally and proximately related to the whole. However, there are many situations in which major construction activities are clearlyundertaken: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 sepm:ate requirements, ARRA Special Conditions and Information 13 US2.I08 ~1 I I I I I I I . I I I I I I I , I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 01010 - SUMMARY OF WORK PART 1 - GENERAL 1.01 SECTION INCLUDES: A. Location of Work B. Scope of Work C. Protection of Owner, agents of the Owner, workmen, and the public D. Project Utility Sources 1.02 PROJECT LOCATION: From Dan Bowles Road along. Doug Barnard Parkway (Spur 56) to the Messerly Wastewater Treatment Plant. 1.03 SCOPE OF WORK: A. Major Components of New Construction: 1. Sanitary Sewer Gravity Main - approx. 9,000 LF of 84-inch and 5,600 LF of 72-inch gravity sanitary 2. Connection to Existing Wastewater Treatment Plant Pipe Stub 3. Connection to Existing Phase I Pipe Stub 4. Jack and Bore Under Rocky Creek and Bobby Jones Expressway (1-520) . B. Ancillary construction: 1. Grading, Drainage and Landscaping 2. Erosion Control and Hardscape 3. Underground utility relocation and coordination 1.04. PROTECTION OF THE OWNER, AGENTS OF THE OWNER, WORKMEN AND THE PUBLIC: A. The Contractor and the Superintendent are requested to carefully read the Articles of the General Conditions relating to protection of the Owner, .. agents of the Owner, workmen, and the public, such as Insurance, Indemnity, Licenses, Permits, Compliance with Laws, Ordinances and Regulations, Safety Warning. Signs and Barricades, Public Conveniences, Sanitary Provisions, etc. This request is made to stress the importance of safe prosecution of the work, and does not imply that the Contractor and his Superintendentshouldmotbe completely familiar with all Articles of the General Conditions and all other provisions of the Contract Documents. Under the terms and Conditions of the Contract, the Engineer shall not be required to act as Safety Engineer or Safety Supervisor since such responsibility remains solely with the Contractor, who, in the prosecution of his work, is bound by the requirements of "Safety and Health Regulations for Construction Occupational Safety and Health Administration, SUMMARY OF WORK 01010-1 I S&P Project No. G124-06..Q2 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 01200 - MEASUREMENT AND PAYMENT I I I I I I . I I I I I I I , I PART 1 - GENERAL 1.01 SUMMARY: This section contains procedures for measuring work performed by the contractor and subsequent payment of that work. It also contains descriptions related to measurement and payment. 1.02 SECTION INCLUDES: A. Descriptions B. Lump Sum Payment Items C. Unit Price Paymerit Items D. Cash Allowances 1.03 DESCRIPTIONS: A. The Bid lists each item of the Project for which payment will be made. No payment will be made for any items other than those listed in the Bid. B. Required items of work and incidentals necessary for the satisfactory completion of the work which are not specifically listed in the Bid, and which are not specified in this Section to be measured or to be included in one of the items listed in the Bid, shall be considered as incidental to the. work. All costs thereof, including Contractor's overhead costs and profit, shall be considered as included in the lump sum or unit prices bid for the various Bid items. The Contractor shall prepare the Bid accordingly. C. Work includes furnishing all plant, labor, equipment, tools and materials, which are not furnished by the Owner and performing all operations required to complete the work satisfactorily, in place, as specified and as indicated on the Drawings. D. Measurement of an item of work will be by the unit indicated in the Bid. E. Final payment quantities shall be determined from the record drawings. The precision of final payment quantities shall match the precision shown for that item in the Bid. Payment will include all necessary and incidental related work not specified to be included in any other item of work listed in the Bid. MEASUREMENT AND PAYMENT 01200-1 I S&P Project No. G124-0S-QZ Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 I I I I I I .. I I I I I I I , I 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 temporary pits, temporary shoring and bracing, casing piping, carrier piping, installation, blasting, asphalt cutting, restrained joints and gaskets, end seals, and normal backfill. No additional payment shall be made for these items. itP5> i$ I ..- ~ pc, 01zoe-7 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 alltransportation and stockpiling charges. The volume of material included shall.. bef the actual measured "in-place" volume. The standard trench width used to calculate the volume will be 10 feet. No additional paYl11ent shall be made for these items. ITEM S~30 - Sanitary sewer connections shall be measured individually (each) and shall include costs for 6-inch PVC piping, precast concrete valve ring with rebar, PVC twist-off plug, mainline tee, fitting, cleanout, excavation, dewatering, asphalt/concrete cutting (including service markings), installation, normal backfill, aggregate base and asphalt pavement repair, and property restoration. No additional payment shall be made for these items. . ITEM S-31 8 - Bulkhead existing sewers shall be measured individually (each) and shall include costs for bulkheading of existing pipelines, 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. .')' ITEMS S-58A throuQh S~58H - All tee based manholes shall be measured individually (each) and shall include costs for structures and instClllation, trench excavation, trench box, dewatering, asphalt cutting, normal joints and gaskets, normal backfill, manhole steps, ring and cover, infiltration and exfiltration testing, manhole testing, 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. No additional payment shall be made for these .items. ITEM S-598 - Fiberglass manhole risers shall be measured in vertical feet and shall include costs for excavation, dewatering, backfill as specified by type, steps, and ring & cover. No additional payment shall be made for these items. ITEMS S-608 - Stubouts on tee base manholes shall be measured individually (each) and shall include cost for fabrication by FRPM tee base manhole manufacturer, excavation, dewatering, and backfill as required to install the tee- base manhole with stubout. No additional payment shall be made for these items. MEASUREMENT AND PAYMENT o 1200~3 I S&P Project No. G124-06-Q2 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 I I I I I I .' I I I I I I I , I ITEMS W-23 - Remove and relocate offset water main items shall be measured individually (each) and shall include costs for removing and disposal of AC water main, new DIP piping, fittings and installation, trench excavation, trench box, dewatering, asphalt cutting, normal joints and gaskets, AC special joint connections, normal backfill, pressure and leakage testing, pipe sterilization, bacteriological testing, and flushing. No additional payment shall be made for these items. C. 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-2 - Aggregate base (10 W' thick) and asphalt patch (4" thick) shall be measured in square yards and shall include costs for all aggregates (regardless of type), 4" 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-7 - Asphalt driveway replacement shall be measuredifl,~g!Jare yards and shall include costs for removal of existing driveway, saw. cutting,...8sphalt, 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-11 - Dirt driveway replacement shall be measured in square yards and shall include costs.. for removal of existing driveway, installation, and site preparation, including necessary subgrade preparation, base removal, and base installation. No additional payment shall be made for these items. MISCELLANEOUS: ITEM M-1 - Flowable fill shall be measured in cubic yards and shall include costs for all materials, lab~r, equipment, and excess materials. No additional payment shall be made for these items. ITEM M-2 - Rock excavation shall be measured in cubic yards and shall include costs for blasting, labor, equipment, and material removal and disposal. No additional payment shall be made for these items. ITEM M-3 - Foundation backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. Quantities shall be verified by trench volume calculation. No additional payment shall be made for these items. MEASUREMENT AND PAYMENT 01200...5 I I I I I I I . I I I I I I I , I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 2. Submit results of services provided which verify required results. PART 2 - PRODUCTS - (NOT USED) PART 3 - EXECUTION - (NOT USED) END OF SECTION 01200 Section 01200 - Measurement and Payment: ~#.l Item No. 12 - In Section 01200. Paragraph1.05.D, Lump Sum Construction. Add the following paragraph to the end of Paragraph 1.05.0. "Payment of the pay item wilJ be measured per month and wRI be prorated based upon the length of Contract Duration. For example: If the Contract Is for a 365 calendar day period, then the pay item will be 1/12th of the lump sum amount per month, regardless of actual costs incurred by Contractor." Item No. 13 - In Section 01200, Paragraph1.05.A, SANITARY SEWER. Add the following paragraph immediatefy after ITEM S-33. IWD #-1 ITEM S-37 ~ GranUlar flff for FRPM pipe installation shall be measurecf in cubic yards and shall consist of the 2-feet depth of initial backfill indicated on the standard bedding detaJl. The pay item includes cost 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 10 feet. No additional payment shall be made for these Items. MEASUREMENT AND PAYMENT 01200-7 I S&P Project No. G124-0S-Q2 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 01710 - CONTRACT CLOSEOUT I I I I I I .... I I I I I I I , I PART 1 - GENERAL 1.01 DESCRIPTION: A. Contract closeout is the process that recognizes Substantial Completion, the transition of plant operations to the Owner, and Final Completion. Asthe Work nears Substantial Completion, sequences of activities and their responsibilities need to be identified, planned, scheduled, and effectively implemented to facilitate a smooth completion. of the overall project. B. This section defines the process by which the transition from construction to plant operations will be effected. Terms, roles, responsibilities, and actions will be identified herein. 1.02 SECTION INCLUDES: A. Releases From Agreements B. Substantial.Completion C. Punch List D. Final Acceptance and Ready for Final Payment 1.03 A. Furnish Owner written releases from any and all subcontractors or suppliers, or the like, who performed Work or supplied labor, materials, and/or services pursuant. . B. In the event Contractor is unable to secure written releases, inform the Owner of the reasons: . . 1. Owner oritsrepresentatives will examine the site and/or Work, and Owrierwill direct Contractor to complete Work that may be necessary to satisfy terms of the agreement. . - - , . 2. Should Contractorretusetd perf6nnthisWork, Owner reserves the right to have it done by separate contract and deduct the cost of same from the Contract Price,or require the Contractor to furnish a satisfactory Bond in a sum to cover legal claims for damages. . , " . WhemOwner is satisfied that Work has been completed in agreement with the Contract Documents arid terms of easements, the right is CONTRACT CLOSEOUT 01710-1 I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 immediately upon Substantial Completion. The overall Contract duration is based upon a 60-day period following the contractual date for Substantial Completion to establish the contractual date for Final Completion. Late delivery of Substantial Completion shall not revise the Final Acceptance date. Assessment of liquidated damages for late Substantial Completion shall not relieve assessment of liquidated damages for Final Acceptance should Final Acceptance be established beyond the contractual completion date. I I I I I I . I I I I I I I , I 1.06 FINAL ACCEPTANCE: A. Final Acceptance is as addressed in Articles 14.13 and 14.14 of the General Conditions. B. Completion of all punchlist tasks/requirements is required prior to the Work being eligible for declaration as finally accepted. C. All record documents must be submitted to and accepted by the Engineer prior to the Work being eligible for declaration as finally accepted. D. All releases must be submitted to and accepted by the Engineer prior to the Work being eligible for declaration as finally accepted. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01710 CONTRACT CLOSEOUT 01710-3 I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 01780 - CLOSEOUT SUBMITTALS I I I I I I . I I I I I I I , I PART 1 - GENERAL 1.01 SECTION INCLUDES: A. Project Record Documents. 1.02 RECORD DOCUMENTS: A. Project Record Documents: Record documents shall be submitted prior to Final Application for Payment. B. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. 6. Manufacturer's instruction for assembly, installation, and adjusting. C. Ensure entries are complete and accurate, enabling future reference by. D. Store record documents separate from documents used for construction. E. Record information concurrent with construction progress. F. Specifications: Legibly mark and record at each product section description of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and modifications. G. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish first floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract drawings. CLOSEOUT SUBMITTALS 01780-1 I S&P Project No. G124-0S-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 01785 - GUARANTY AND WARRANTY I I I I I I . I I I I I I I , I 1.01 PROJECT WARRANTY: A. The Contractor shall guarantee all materials and equipment furnished and Work performed for a period of one year from the date of Rnat completion. S'1J1i~'l"II%L A:or.> 111 S'...8.~'''''- B. The co;~tor shall warrant and guarantee for a period of one year from the date of Completion of the Work, that the completed Work is free from all defects due to faulty products or workmanship. The Contractofshall promptly make such corrections as may be necessary by reason of such defects. The Owner will give notice of observed defects with reasonable promptness. In th~ event that the Contractor should fail to make such repairs, adjustments or other work that may be made necessary by such defects, the Owner may do so and charge the Contractor the cost thereby incurred. The Performance Bond shall remain in full force and effect throughout the warranty period. C. The Contractor shall not be obligated to make replacements which become necessary because of ordinary wear and tear, or as a result of gross negligence operation or maintenance, or as a result of improper work or damage by another Contractor or the Owner, or to perform any work which is normally performed by a maintenance crew during operation. D. The Contractor shall, at Contractor's own expense, furnish all labor, materials, tools and equipment required and shall make such repairs and removals and shall perform such work or reconstruction as may be made necessary by any structural or functional defect or failure resulting from neglect, faulty workmanship or faulty materials, in any part of the Work performed by the Contractor. Such repair shall also include refilling of trenches, excavations or embankments which show settlement or erosion after backfilling or placement. E. Except as noted on the Drawings or as specified, all structures such as embankments and fences shall be returned to their original condition prior to the completion of the Contract. Any and all damage to any facility not designated for removal, resulting from the Contractor's operations, shall be promptly repaired by the Contractor at no cost to the Owner. S...r.S1l9M7At... jrl1\) ~ I F. ntractor shall be responsible for all road and entrance reconstruction epairs and maintenance of same for a period of one year from the date of Completion. In the event the repairs and maintenance are not made immediately and it becomes necessary for the owner of the road to make such repairs, the Contractor shall reimburse the owner of the road for the cost of such repairs. GUARANTY AND WARRANTY 01785';:1 I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 01800 - SUBMITTALS I I I I I I . I I I I I I I , I 1.01 GENERAL: Submittals covered by these requirements include manufacturers' information, shop drawings, test procedures, test results, samples, requests for substitutions, and miscellaneous work-related submittals. Submittals shall also include, but not be limited to, all mechanical, electrical and electronic equipment and systems, materials;reinforcing steel, fabricated items, and piping and conduit details. The Contractor shall furnish all drawings, specifications, descriptive data, certificates, samples, tests, methods, schedules, and manufacturer's installation and other instructions as specifically required in the Project Manual to demonstrate fully that the materials and equipment to be furnished and the methods of work comply with the provisions and intent of the contract documents. 2.01 CONTRACTOR'S RESPONSIBILITIES: The Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall assure that the material, equipment or method of work shall be as described in the submittal. The Contractor shall certify that all features of all products conform to the speCified requirements. Submittal documents shall be clearly edited to indicate only those items, models, or series of equipment, which are .". being submitted for review. All extraneous materials shall be crossed out or otherwise obliterated. The Contractor shall ensure that there is no conflict in each case where his submittal may affect the work of another contractor or the Owner. The Contractor shall coordinate submittals among his subcontractors and suppliers. The Contractor shall coordinate submittals with the work so that work will not be delayed. He shall coordinate and schedule different categories of submittals; so that ohe will not be delayed for lack of coordination with another. No extension of time will be allowed because of failure to properly schedule submittals. The Contractor shall not proceed with work related to a submittal unit the submittal process is complete. This requires that submittals for review and comment shall be returned to the Contractor stamped No Exceptions Taken or Make Corrections Noted. The Contractor shall certify on each submittal document that he has reviewed the submittal, verified field conditions, and complied with the contract documents. The Contractor may authorize in writing a material or equipment supplier to deal directly with the Engineer or with the Owner with regard toa submittal. These dealings shall be limited to contract interpretations to clarify and expedite the work. SUBMITTALS 01800-1 I I I I I I I . I I I I I I I , I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 B. DEVIATION FROM CONTRACT: If the Contractor proposed to provide material, equipment, or method of work which deviates from the project manual, he shall indicate so under "deviations" on the transmittal form accompanying the submittal copies. C. SUBMITTAL COMPLETENESS: Submittals which do not have all the information required to be submitted, including deviations, are not acceptable and will be returned without review. 5.01 REVIEW PROCEDURE: A. GENERAL: Submittals are specified for those features and characteristics of materials, equipment, andrnethods of operation which can be selected based on the Contractor's judgment of their conformance to the specified requirements. Other features and characteristics are specified in a manner which enables the Contractor to determine acceptable options without submittals. The review procedure is based on the Contractor's guarantee that all features and characteristics not requiring submittals conform as specified. Review shall not extend to means, methods, techniques, sequences or procedures of construction, or to verifying quantities, dimensions, weights or gages, or fabrication processes (except where specifically indicated or required by the project manual) or to safety precautions or programs incident thereto. Review of a separate item, as such, will not indicate approval of the assembly in which the item functions. When the contract documents require a submittal, the Contractor shall submit the specified information as follows: 1. Six copies of all submitted information shall be transmitted with subrnittals for review and comment. 2. Unless otherwise specified, five copies of all submitted information shall be transmitted with submittals (product data) for information only. B. SUBMITTALS FOR REVIEW AND COMMENT: Unless otherwise specified, within thirty (30) calendar days after receipt of a submittal for review and comment, the Engineer shall review the submittal and return twb copies to the Contractor. The returned submittal shall indicate one of the following actions: 1. If the review indicates that the material, equipment or work method complies with the project manual, submittal copies will be marked No Exception Taken. In this event, the Contractor may begin to implement the work method or incorporate the material or equipment covered by the submittal. SUBMITTALS 01800-3 I DATE: TO: 01800-A SUBMITTAL TRANSMITTAL FORM SlJBMITTAL No.: CONTRACT NO.: SPEC. SECTION: FROM: I ATTENTION: I NO. THE FOLLOWING MATERIAL IS TRANSMITTED FOR SUBMITTAL REVIEW DATE COPIES DESCRIPTION/EQUIPMENT NO. I I I WE HAVE VERIFIED THAT THE MATERIAL TRANSMITTED HEREIN IS IN COMPLIANCE WITH THE SPECIFICATIONS _ with no exceptions _ except for the following deviations NO. DEVIATION I . I I CONTRACTOR'S SIGNATURE I o NO EXCEPTION 0 MAKE CORRECTIONS TAKEN NOTED o REJECTED OREVISEANDRESlJBMIT Checking is only for general conformance with the design concept of the project and general compliance with the information given in the contract documents. Any action shown is subject to the requirements of the plans and specifications. Contractor is responsible for: Dimensions which shall be confinned and correlated at the job site: fabrication processes and techniques of construction: coordination of his work with that of ariyothertrades and the satisfactory performance of his work. I I I STEVENSON & PALMER ENGINEERING, INC. Date: By: I , I I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 02110 - SITE CLEARING I I I I I I .: I I I I I I I , I PART 1 - GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provisions of Contract; including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK: A. Site c1earinq work includes, but is not limited to: · Protection of existing trees.. · Removal Of trees and other vegetation. · T ops6ilstnpping. · Clearing and grubbing. · Removing above~rade improvements. · Removing below~grade improvements. 1.03 JOB CONDITIONS: A. T raffle: Conduct site clearing operations to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities; Do not close or obstruct streets, walks or other occupied or used facilities without permission from authorities having jurisdiction. B. Protection of Existinq Improvements: Provide protections neCessary to prevent damage to existing improvements indicated tdtemain in place.i Protect improvements on .adjoil1ingproperties and On Owner's property . Restore damaged improvements to their original condition, as acceptable to parties having jurisdiction. C. Protection of Existinq Reference Points: Maintain and protect...allbenchrnarks, monuments, and other reference points. Any reference point damaged ... or destroyed as a result of the SITE CLEARING 02110~1 I S&P Project No. G124-Q6-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 stones, and other object over 2" in diameter, and without weeds, roots, and other objectionable material. I I I I I I . I I I I I I I , I C. Strip Topsoil: Strip topsoil to whatever depths encountered in a manner to prevent intermingling with underlying subsoil or other objectionable material. Remove heavy growths of grass from areas before stripping. D. Stockpile Topsoil: Stockpile topsoil in storage piles where directed. Construct storage piles to freely drain surface water. Cover storage piles if required to prevent wind-blown dust. E. Disposal: Dispose of unsuitable or excess topsoil same as waste material, herein specified. F. Clearinq and Grubbinq: Clear site of trees, shrubs and other vegetation, except for those indicated to be left standing. Completely remove stumps, roots, and other debris protruding through ground surface. Use only hand methods for grubbing inside drip line of trees indicated to be left standing. G. Removal of Improvements: Remove existing above-grade and below-grade improvements necessary to permit construction, and other work as indicated. Abandonment or removal of certain underground pipe or conduits may be shown on mechanical or electrical drawings, and is included under work of those sections. Removal of abandoned underground piping or conduit interfering with construction is included under this section. 3.02 DISPOSAL OF WASTE MATERIALS: A. Burninq on Owner's Property: Burning is not permitted on Owner's property. SITE CLEARING 02110-3 I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 02120 - DEMOLITION I I I I I I . I I I I I I I , I PART 1 - GENERAL 1.01 RELATED DOCUMENTS Construction Plans and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1_02 DESCRIPTION OF WORK A. Extent of demolition work is indicated on the Construction Plans. 8. Demolition includes all operations necessary for demolition of the existing structures, foundations and utilities as shown. C. Remove debris, rubbish and other materials resulting from demolition operations from the site. Transport and legally dispose of materials off site. 1.03SUBMITT ALS A. Schedule: Submit schedule indicating proposed methods and sequence of operations for demolition work to Owner's Representative for review prior to commencement of work. Include coordination for shut-off, capping, and continuation of utility services as required, together with details for dust and noise control protection. The procedures shall provide for safe conduct of the work, careful removal and disposition of materials specified to be salvaged,.. protection of property which is to remain undisturbed, coordination with other work in progress, and timely disconnection of utility services. The submittal shall include a detailed description of the methods and equipment to be used for each operation, and the sequence of operation. 8. Provide detailed sequence of demolition and removal work to ensure uninterrupted progress of Owner's on-site operations. C. Coordinate with Owner's continuing occupation of portions of existing building/site, with Owner's partial occupancy of completed new addition/site. A. Occupancy: Owner will be continuously occupying areas of the building/site immediately adjacent to areas of selective demolition. Conduct selective demolition work in manner that will minimize need for DEMOLITION 02120..1 I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 N. Remove protections at completion of work. I I I I I I . I I I I I I I , I O. Damaqes: Promptly repair damages caused to adjacent facilities by demolition work at no cost to Owner. P. Traffic: Conduct selective demolition operations and debris removal in a manner to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities. Q. Do not close, block or otherwise obstruct streets, walks or other occupied or used facilities without written permission from authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. R. Explosives: Use of explosives will not be permitted unless otherwise noted. S. Utility Services: Maintain existing utilities indicated to remain, keep in service, and protect against damage during demolition operations. 1. Do not interrupt existing utilities serving occupied or used facilities, except when. authorized in writing. by. authorities having. jurisdiction. Provide temporary services during interruptions to existing utilities, as acceptable to governing. authorities. U. Environmental Controls: Use water sprinkling, temporary enclosures, and other suitable methods to limit dust and dirt rising and scattering in air to lowest practical level. Comply. with governing regulations pertaining to environmental protection. v. Do not use water when it may create hazardous or objectionable conditions such as ice, flooding, and pollution~ W. NESHAP Compliance: The Contractor is responsible for being aware of and cOmplying with the National Emission Standard for Hazardous Air Pollutants (NESHAP) Sectiol1112 ofthe Federal Clean Air Act regarding asbestos. PART 3 - EXECUTION Prior to commencement of demolition work; inspectareas in which work will be performed. Photograph existing conditions to structure surfaces, DEMOLITION 02120':3 I S&P Project No. G124-oa-02 Main Interceptor Upgrade Replacement Phase 1/ Augusta Utilities Project No. 00007 C. Locate demolition equipment throughout structure and promptly remove debris to avoid imposing excessive loads on. supporting walls, floors or framing. I I I I I I . I I I I I I I , I D. All existing structures shall be completely removed where denoted on the Plans. All foundations and slabs shall be broken up and removed from the site. Sidewalks, curbs, gutters, streets and street light bases shall be completely removed. It is not anticipated that piling will be encountered under qny of the structures to be removed; however, where piling are encountered they shall be removed to a point three feet below existing ground. E. When approved in writing by the Engineer and when authorized by the proper authorities, the Contractor, may dispose of such debris by burning on the Project site provided all requirements set forth by the governing authorities are met. The authorization to burn shall not relieve the Contractor in any way from damages which. result .. from.. the Contractor's operations. On easements through private property, the Contractor shall not burn on the site unless written consent is also secured from the property owner, in addition to authOrization from the properauthorities. F. Demolish foundation walls to a depth of notless than 12"below existing ground surface. Demolish and remove below-grade wood or metal construction. Break up below-grade concrete slabs. G. For interior slabs on grade; use removalmethdds that will not crack or structurally disturb adjacent slabs or partitions. Use power saw where possible. H. Completely fill below-grade areas and voids resulting from demolition work. Provide fill consisting of approved earth, gravel or sand, free of trash and debris, stones over 6" diameter, roots or other organic matter. I. If anticipated mechanical, electrical or structural elements which conflict with intended function or design are encountered, investigate and measure both nature and extent of the conflict. Submit report to Owner's Representative in written, accurate detail. Pending receipt of directive form Owner's Representative rearrange selective demolition schedule as necessary to continue overall job progress without delay. 3.04 SALVAGE MATERIALS A. Salvaqe Items: Where indicated on the Plans as "Salvage-Deliver to Owner", carefully remove indicated items, clean, store and turn over to Owner and obtain receipt. B. Historic artifacts, including cornerstones and their contents, commemorative plaques and tables, antiques, and other articles of historic DEMOLITION 02120-5 I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase /I Augusta Utilities Project No. 00007 SECTION 02210 - EROSION CONTROL I I I I I I . I I I I I I PART 1 - GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provisions of the Contract, including General and Special Conditions, and Division-1 Specification Sections apply to work of this section. 1.02 DESCRIPTION OF WORK: Under this section shall be included all measures both temporary and permanent to control erosion and sedimen~ation,and protect aU surface waters and property both on and offsite... This shall include all. labor, materials and equipment necessary to meet the requirementsofthis Section. 1.03 EROSION AND SEDIMENTATION ACT - DEFINED: It is the intent of this Specification that the Project and the Contractor cornply with all applicable requirements of the Erosion and Sedimentation Act of 1975 and the Richmond county Soil Erosiorl0rdinance. The Manual. for Er~sion Clnd. SedirT1entSontr~1 in Ge~rgiafurtherdefines practices and requirements. TheContractorisTesp~nsiblefor maintaining all sediment and erosion controlmea~~res.~n th~ project sitElduringconstruction. The CCJn~actor is responsible for any damag~ ca~s~ddueto failure to .impleITl~nt these requirements. A Soil. Erosion and Sedimentation Control Permit ha~ beep.. obtained by the Owner so that periodic inspections may be made by.the County. The Contractor is to cooperate with the person performing these inspections. 1.04 COORDINA TIONWlTHCbNTRACT PLANs: A Soil Erosion and Sedimentation Control Plan is included in the Contract Documents and is to be implemented asa .pafr of the procedures necessary' to implement requirements of the Act and Ordinance. PART 2 - PRODUCTS Not applicable to this specification section. PART 3 - EXECUTION 3.01 IMPLEMENTATION: Implementation of the requirements of the Act is based on the following principles: EROSION CONTROL 02210-1 I I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 02221 - EXCAVATION. TRENCHING AND BACKFILL FOR UTILITY SYSTEMS I I I I I I . I I I I I I I P I PART 1 - GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK A. Work Includes: . The excavation, trenching and backfilling required for all underground utility systems. · Utility systems include sanitary sewers, storm sewers, Water piping and force mains. B. Definition: "Excavation" consists of removal of material encountered to subgrade elevations indicated and subsequent disposal of materials removed. 1.03 QUALITY ASSURANCE: A. Codes and Standards: Perform excavation work in ..compliance with applicable requirements of governing authorities having jUrisdiction. B. Testinq and Inspection Service: Owner will engage soil t~~ting and inspection service for quality control testing during earthwork operations. 1.04 JOB CONDITIONS: A. Site Information: Data on indicated slJbsurfa~cdnditions are riot intended as representations or warranties of accu~acy or continuity between soil bearings. It is expressly understood that Own~r win not be responsible for int~rpretations or conclusions drawn ther~from by Contractor. Data are made available for convenience of Contractor. EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS/Rev. 1/04 022212:1 I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 the work of the Contractor, the interruption shall be a minimum and shall be scheduled in advance with the Engineer and the Utility Owner. The Contractor shall restore all facilities interfered with to their original condition or acceptable equivalent The cost of such restoration or damage caused directly by his wo'rk shall be paid for by the Contractor and shall be included in the prices bid for the items to which it pertains. I I I I I I . I I I I I I I r I Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult utility owner immediately for directions. Cooperate with Owner and utility companies in keeping respective services and facilities in operation. Repair damaged utilities to satisfaction of utility owner. Do not interrupt existing utilities serving facilities occupied and used by Owner or others, during occupied hours, except when permitted in writing by Engineer and then only after acceptable temporary utility services have been provided. Provide minimum of 48-hour notice to Engineer, and receive written notice to proceed before interrupting any utility. C. Use of Explosives: Do not bring explosives on to site or use in work without prior written permission from authorities having jurisdiction. Contractor is solely responsible for handling, storage, and use of explosive materials when their use is permitted. D. Protection of Persons and Property: Barricade open excavations occurring as part of this work and post with warning lights. Operate warning lights as recommended by authorities having jurisdiction. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by earthwork operations. Perform excavation within drip limf6f large trees to remain by hand, and protect the root system from damage or dry-out to the greatest extent possible. Maintain moist condition for root system and cover exposed roots with burlap. Paint root cuts of 1" diameter and larger with emulsified asphalt tree paint. EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS/Rev.1/04 0222l-3 I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 1.05 SUBMITTALS: I I I I I I . I I I I I I Contractor shall submit a shoring, sheeting and bracing plan for all roadway cuts adjacent to Gordon Lake West ponds prior to construction. The plan for shoring, sheeting and bracing:shall be prepared and certified bya licensed professional engineer. The plan shall include drawings and design calculations of the proposed shoring, sheeting and bracing, and documentation showing details of the coordination and approval of shoring, sheeting and bracing by the Engineer. Approval of the detailed plan shall be obtained from the Owner prior to starting the work. The plan shall be modified as required to meet field conditions, and the modifications shall be approved prior to use. PART 2 - PRODUCTS 2.01 SOIL MATERIALS: A. Definitions: 1. Satisfactory soil materials are defined as those complying with ASTM 02487 soil classification groups GW, GP, GM, SM, SWand SP. 2. Unsatisfactory soil materials are defined as those complying with ASTM 02487 soil classification groups MH, CH, OL, OH and PT. Excavated soils that are too wet to compact shall not be classified unsuitable due to hiQh moisture content alone. B. Coarse Granular BeddinQ: Crushed stone or pea gravel, clean and graded, 95 to 100 percent of which shall pass a 3/4 inch sieve with 95 to 100 percent retainedon a No.4 sieve. C. Embedment Materials for Flexible PipinQ Systems: These materials are grouped into categories according to their suitability for this application: 1. Class I. Angular 6 to 40mm(1/4 to 1-1/2 inches),graded stone including a number Of fill materials that have regional significance such as coral, slag, cinders, crushed storie, and crushed shells. 2. Class II. Coarse sands and gravel with maximum particle size of 40 mm (1";1/2 inches), including variously graded sands and gravel containing small percentages of fines, generally granular and non-cohesive, either wet or dry.' Soil types GW, SP;SWand SP are included in this class. EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS/Rev.l/04 02221-5 I I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 excess of 10'-0" in width and pits in excess of 30'-0" in either length or width are classified as open excavation. I I I I I I t I I I I I I I ~ I Do not perform rock excavation work until material to be excavated has been cross-sectioned and classified by Engineer. Such excavation will be paid on basis of contract conditions relative to changes in work. 3. Rock payment lines are limited to the following: In pipe trenches, 6" below invert elevation of pipe and 2 ft. wider than inside diameter of pipe, but not less than 3 ft. minimum trench width. 4. Unauthorized excavation consists of removal of materials beyond indicated subgrade elevations or dimensions without specific direction of Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be at Contractor's expense. Excavation in excess of the depth required for manholes and other structures shall be corrected by placing a subfoundation of 1500 psi concrete, at no additional expense to the Owner. Elsewhere, backfill and compact unauthorized excavations as specified for authorized excavations of same classification, unless otherwise directed by Engineer. C. Removal of Unsuitable Materials: When excavation has reached required sub-grade elevations, notify Engineer who will make an inspection of conditions. Should over depth excavation be necessary to remove unsuitable material and to replace with satisfactory material, the Contractor will be paid for this work in accordance with item in the Bid Schedule for removal and replaCement of unsuitable material, based on the following requirements: 1. When the trench is excavated to the plan depth or as required by these Specifications, and soft or other material not suitable for bedding purposes is encountered in the trench, the Contractor shall immediately notify the Engineer for inspection and measurement of the unsuitable material to be removed~ 2. No over-depth excavation or backfilling of the over-depth excavated trench shall start until proper measurements of the trench have been taken by the Engineer for determination of the quantity in cubic yards of unsuitable material excavated. EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS/Rev.l/04 02221-7 I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 I. Pilinq Excavated Materials: I I I I I I I I I I I I I I P I All excavated material shall be piled in a manner that will not endanger the work and that will avoid obstructing roadways. J. Aliqnment and Grade: Trenches shall be excavated on the alignments shown on the Plans, and to the depth and grade necessary to accommodate the pipes at the elevations shown. Where elevations of the invert or center-line of a pipe are shown at the ends of a pipe, the pipe shall be installed at a continuous grade between the two elevations. K. Over Excavation: Excavation in excess of the depth required for proper shaping shall be corrected by bringing to grade the invert of the ditch with compacted coarse, granular material at no additional expense to the OWner. Bell holes shall be excavated to relieve bells of all load but small enough to insure that support is provided throughout the length of the pipe barrel. All protective systems for trenches shall conform to Section 1926.652, 29 CFR Part 1926, Final Rule, printed in the October 31, 1989 issue of the Federal Register. If trenches are excavated to widths in excess of those specified, or if the trench walls collapse, the pipe shall be laid in accordance with the next better class of bedding at the expense of the Contractor. Trenches shall be maintained in a safe condition to prevent hazardous conditions to persons working in or around the trench. Trenches 5 feet in depth or greater shall be protected in accordance with OSHA, 29 CFR Part 1926 pp 45895-45991. The top portion of the trench may be excavated with sloping or vertical sides to any width which will not cause damage to adjoining structures, roadways, utilities, etc. The bottom of the trenches shall be graded to provide uniform bearing and support. each section of the pipe on undisturbed soil at every point along its entire length, except for the portions of the pipe sections excavated for bell holes and for the sealing of pipe joints. Bell holes and depressions for joints shall be dug after the trench bottom has been graded and in order that the pipe rests upon the trench bottom for its full length and shall be only of such length, depth and width for making the particular type of joints. Maintain sides and slopes of excavations in safe condition until completion of backfilling. EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS/Rev. 1/04 02221:..9 I S&P Project No. G124-o6-02 Main Interceptor Upgrade Replacement Phase" Augusta Utilities Project No. 00007 3.02 DEWATERING AND PROTECTION AGAINST WATER: I I I I I I .' I I I I I I I P I The Contractor shall remove water from the site and shall lower the ground water level as necessary to complete the excavations to the required depths and so that all required work can be accomplished in the dry. The Contractor shall do such well construction, well pointing, sheeting, ditching, and pumping, and shall construct necessary drains, channels and sumps to keep his excavations and new structures clear of groundwater, storm water or sewage and to keep his construction areas dry during the progress of the work. Adequate measures and protection shall be provided by the Contractor to protect his work from damage from uplift due to ground water, storm water, or flood water. Any damages which may result shall be the Contractor's responsibility. The Contractor shall accept all responsibility for damage to the work of this Contract due to floods and water pressures. and other water damages and shall accept all risks of floods and other events which may occur. All water discharged by pumping operations shall be discharged so as not to interfere with work under this Contract or with existing structures and operations. Water from dewateringop~ra!io~sishalrbe conveyed to the'existing drainage features, using pipinganq pumping facilities provided by the Contractor. Route of dewatering pipe shall be subject to the Engineer's.review. Discharge facilities and water quality shall comply with applicable regulations of State and Federal agencies. Dewatering operations shall be uninterrupted and continuous during the course of the work so as not to endanger any construction in place or to present a' hazard to workmen in and around the site. The Contractor shall take all measures necessary including, but not limited to, standby equipment and constant attencjance to insure that the dewatering system remains operational and effective throughout the period of time that it is required. No water shall be allowed to run over any uncompleted portions of the work. No units of the work shall be constructed under water. The cost of dewatering shall be included in the price bid for the item of work for which it is required. 3.03 FLEXIBLE PIPE BEDDING: Unless otherwise directed by the Owner, Engineer or Project Field Representative, the Contractor shall bed all flexible sewer pipe as shown on the bedding detail on the plans. The trench bottom shall be.. c6nstructedto provide a finn, stable and uniform support for the full length of the pipe. Bell holes shall be provided at each joint to permit proper joint assembly and alignment. Any part of the trench bottom EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS/Rev.l/04 02221..:11 I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 C. Overwidth Excavation: I I I I I I It I I I I I I I P I If trenches are excavated to widths in excess of those specified below, or if trench walls collapse, pipe shall be laid in accordance with the requirement for at least the next better class of bedding at the expense of the Contractor. D. Borrow Backfill: Borrow backfill will be required if there is not sufficient suitable material available from other parts of the work to backfill the trenches. Borrow backfill from approved borrow pits shall be used. Only those soils in the borrow pits that meet the specified requirements for suitable material shall be used. 3.05 BACKFILLING: A. Backfillinq: Backfilling consists of placing suitable materials removed during the excavation into the excavated areas, placing embedment materials and compacting the same to a density equal to or greater than what exists before excavation or as specified herein. Under backfilling operations is also included removalofexcess materials and debris from the site, leveling all depressions caused by operation of equipment and maintaining the backfilled areas until accepted by the Owner. All backfill material shall be free of stones, concrete and clay lumps larger than 1/3 cubic foot. Roots, stumps and rubbish which will decompose will not be permitted in the backfill. Backfill material shall have its moisture content corrected, as may be necessary before being placed in the trench to bring the moisture content to approximately "optimum" forgood compaction. Any rock, stone, concrete, clay lumps larger than 1/3 cubic foot in volume, rubbish and debris shall be removed from the site and disposed of by the Contractor in a lawful manner. Backfilling operations in this work are referred to herein. as Backfilling at the Pipe Zone, Type "A" and Type "B". Backfilling in the excavated areas below parts of proposed structures shall be referred to hereinafter as Type "A" Backfilling. Where trenches cross or extend under structures or into present roadways, future roadways or parking areas as shown on the Plans, the backfilling shall be referred to hereinafter as Type "A" Backfilling. EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS/Rev. 1/04 02221c.:13 I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 3.06 . UTILITY CONSTRUCTION IN OTHER EXCAVATION: I 1 1 I I I It I I I I I I I. ~ I Where utilities are required to be constructed in areas also requiring excavation and backfill for other work, coordinate the work so that the parts come together properly and<the construction of the various parts can be done without damage to other parts. Place bedding which will form bearing for pipes, using suitable material and shaping to the lower 1/3 of the pipe to provide uniform and continuous bearing. Compaction of backfill material which will form bearing shall be equal to that specified hereinbefore under Type "A" Backfilling. After the pipe or other utility is placed, backfilling shall proceed as specified hereinbefore following the requirements specified under "Backfilling at the Pipe Zone", "Type "A" Backfilling", and ''Type "B" Backfilling" as applicable. 3.07 CONSTRUCTION ALONG HIGHWAYS, STREETS AND ROADWAYS: A. Excavation, Trenchino and Backfillino Operations: Excavation, trenching and backfilling along highways, streets and roadways shall be in accordance with the applicable regulations of the State Highway Department with reference to construction operations, safety, traffic control, road maintenance and repair. B. Protection of Traffic: Provide suitable signs, barricades and lights for protection of traffic, in locations where traffic may be endangered by. construction operations. All signs removed by reason of construction shall be replaced as soon as condition which necessitated such removal has been cleared. No highway, street or roadway shall be closed without first obtaining permission from the proper authorities. C. Construction Operations: The Contractor shall construct all work along highways, streets and roadways using the following sequence of construction operations, so as to least interfere with traffic. A suggested traffic control plan is presented on the Drawings. Contractor shall submit its plan prior to start of construction,and may present modifications to this suggested plan: 1. Stripping. Where the pipe line is laid along road shoulders; sod, topsoil and other material suitable for shoulder restoration shall be stripped and stockpiled for replacement. 2. Trenchino, Lavino and Backfillino. Excavate trenches, install pipe line and backfill. The trench shall not be opened any further ahead of pipe laying operations than is necessary for proper laying operations. EXCAVATION, TRENCHING & BACKFILL FOR UTILllY SYSTEMS/Rev.1/04 02221-15 I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 Settlement in trenches shall be refilled with crushed stone or gravel, and such maintenance shall continue until replacement of pavement. I I I I I I It I I I I I I I P I 2. Where utility lines are constructed on unpaved streets, roads or easements, the top 18 inches of soil shall be stripped and windrowed separate from the excavation from trenches. After the line has been installed and the backfill completed within 18 inches of the original grade, the salvaged surfacing shall be replaced. This work shall be considered as general clean up along with the removal of surplus excavated materials from the site and the restoring of the surface outside trench Iimitsto the original condition, the cost of which shall be included in the price bid for the utility line. 3.10 WALKS, DRIVES, CONCRETE CURB AND GUTTER: Walks and drives removed or damaged during the course of construction shall be replaced with Class "A" Concrete at the same thickness as removed. They will be cutto a neat edge with a rnasonry saw after bac:kfilling and compacting trench in 6 inch layers to a density not less than 98 percent at.:!: 2 percent of optimum moisture content as determined by the Standard Proctor Test. Concrete curb and gutter sections removed or damaged during the course of construction shall be replaced in full sections with concrete having a compressive strength of at least 3,000 psi. 2.11 GRADING: A. General: Uniformly grade areas within limits of work under this section, including adjacent transition areas. Smooth finished surface within specified tolerances, com pad with . uniform. levels Or slopes between. points where elevations are indicated, or between such points and existing grades. B. Lawn or Unpaved Areas: Finish areas to receive topsoil to within not more than 0.10' above or below required subgrade elevations. C. Walks: Shape surface of areas under walksto line,wade and cros,s;s,~ction, with finish surface not more than 0.10'. above or below required subgrade elevation. EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS/Rev.lI04 02221-17 I S&P Project No. G124-06-02 IAain Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 work for which it is required. The bid prices in the proposal will be paid for those specific items stated in this Section 02221. I I I I I I t".. I I I I I I I r I END OF SECTION 02221 EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS/Rev.1I04 02221-19 I S&P Project No. G124-0a-D2 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 02310 - TUNNELING CONSTRUCTION I I I I I I It I I I I I I I ~ I PART 1 - GENERAL 1.01 SECTION INCLUDES: A. This Section includes providing all labor, material, and equipment required for installing sewerage pipe using the jack and bore or micro tunneling method of construction, as shown on the Drawings and specified herein. 1.02 RELATED SECTIONS: A. Section 02730, Ductile Iron Pipe Jacking Pipe and HDPE Carrier Pipe. B. Section 02733, Fiberglass Reinforced Polymer Mortar Jacking Pipe. 1.03 DESIGN REQUIREMENTS: A. Performance Requirements: CONTRACTOR shall be responsible for the design, means and methods, and selection of all equipment required to successfully tunnel or jack and bore piping in the locations as indicated on the Drawings. 1. CONTRACTOR shall be allowed the use of various construction methods for shaft sinking, provided CONTRACTOR can demonstrate to the satisfaction of ENGINEER that the proposed methods will complete the Project in accordance with the Specifications, applicable codes, and Project Schedule. 2. Only CONTRACTORS and specialty subcontractors who meet the qualification requirements for micro tunneling or shaft construction as described herein may perform the Work described in this Section. 3. The Fiberglass Reinforced Polymer Mortar Pipe carrier piping to be installed under Bobby Jones Expressway (1-520) is anticipated to be installed using the jack and bore method. Casing pipe is not required for this installation. a. Construction of this work shall be in accordance to GDOT Standard Specifications and approved permit application. 4. The Fiberglass Reinforced Polymer Mortar Pipe carrier piping to be installed under Rocky Creek is anticipated to be installed using the jack and bore method. Casing pipe is not required for this installation. a. Construction of this work shall be in accordance to GDOT Standard Specifications and approved permit application. B. Desiqn of Shafts: CONTRACTOR is responsible for the design and construction of tunneling, jack and bore shafts, and launching and receiving pits. The design shall take into account, as a minimum: initial support systems TUNNELING CONSTRUCTION 02310-1 I S&P Project No. G124-o6-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 dewatering operation in a manner, which will protect adjacent structures and facilities, rests solely with CONTRACTOR. The cost of repairing any damage to adjacent structures and restoration of facilities shall be the responsibility of CONTRACTOR. 1. CONTRACTOR shall be responsible for the . means and methods. of dewatering shafts and tunnels. Shafts shall be free of flowing or standing water during construction. 2. Convey groundwater seepage and any other inflow of water in temporary piping to a settling pond or other facility for removal of sediment and turbidity before discharge to a storm sewer or other surface water drainage course. Dewatering systems shall be designed and constructed so as to prevent washing of native or in situ materials into the face of the tunnel excavation. 3. Dispose of groundwater in accordance with all applicable local, state and federal regulations. Obtain discharge permits from local or state authorities, if required. 4. Refer to Section 02221, Excavation, Trenching & Backfill for Utility Systems for additional requirements. I I I I I I . I I I I I I I P I D. The shaft and dewatering system designs shall incorporate the groundwater and soil conditions indicated in the Geotechnical Report to prevent heaving of the shaft bottoms. CONTRACTOR shall demonstrate in the shaft design that the groundwater conditions have been considered and taken into consideration in the design. E. DewaterinQ Pumps: Dewatering pumps shall be provided by CONTRACTOR and shall consist of maintaining all power, primary and standby pumps, appurtenances and temporary piping required to maintain dewatering operations. CONTRACTOR shall provide the necessary number of primary pumps to provide firm capacity of flow. CONTRACTOR shall provide a standby pump at the site in case one of the primary pumps fail during dewatering operations. 1. All pump engines shall be equipped with noise suppression devices to keep noise to a minimum and comply with local Noise Ordnances. F. DewaterinQ PipinQ: The conveyed fluid shall flow through an enclosed pipe that is adequately sized to handle the dewatered flow at the pumping rate selected by CONTRACTOR. Piping may be temporary piping consisting of HOPE, PVC, or other material recommended by manufacturer's representative. The pipe shall be located in such manner as not to damage private or public property or create nuisance or public menace: 1. Dumping or free flow of flow on private property; gutters, streets, sidewalks, or into sanitary sewers is prohibited. TUNNELING CONSTRUCTION 02310-3 I S&P Project No. G124-D6-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 20. Contingency plans for handling obstructions, which stop the progress of the tunnel boring machine. I I I I I I It I I I I I I I ~ I C. The methods proposed shall provide for immediate, continuous, and adequate support of the grClund, adjacent structures, and other facilities. D. CONTRACTOR shall be responsible for the design of the casing pipe and the jacking and receiving shafts. Design submittals, sealed bya registered professional engineer in the State of construction, shall be required for the shafts and casing pipe. The design submittals shall include contingencies for dealing with joint repair and blowout/quickening of the excavation base due to encountering grouhdwaterconditions. E. ENGINEER's review. of the submitted material shall in no way relieve CONTRACTOR from its responsibility for meeting the performance and design requirements and providing a satisfactory installation meeting the requirements specified herein. PART 2 '- PRODUCTS 2.01 MATERIALS: A. FittinQs: Pipe installed by jacking, either carrier or casing, shall be provided with bentonite and/or grout fittings. The size, number, location, spacing, and design of these fittings shall be included in the submittal. Fittings shall be attached to the pipe in a manner'thatwill not materially affect the strength of the pipe. Plugs forsealing the fittings shall be provided by CONTRACTOR and shall be capable of withstanding all external and internal pressures and loads without leaking. B. Lubricant: shall be refined, processed natural high swelling montmorillonite clay or other product as approved by ENGINEER as necessary to produce satisfactory lubrication and earth s.upport. C. Grout: Grout for displacing oentClnitef and filling the voids between the carrier pipe to casing pipe or the soil shall consist of Portland cement, water, and f1uidifiers as.. required. to produceJa satisfactory pumpable grout with a minimum 28-daycompressive.strength of a minimum of 500 psi. 2.02 A. The carrier piping to be installed under Bobby Jones Expressway (1-520) and Rocky Creek shall be made using carrier piping as specified in Section 02733, Fiberglass Reinforced Polymer Mortar Jacking Pipe. TUNNELING CONSTRUCTION 02310'-5 I S&P Project No. G124-o6-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 1. Line and grade shall be controlled by a guidance system that relates the actual position of the tunnel boring equipment to a design reference (Le. by a laser beam transmitted from the jacking shaft along the center line of the pipe to a target mounted in the shield). The design reference shall be located such that it is not affected by jacking operations. I I I I I I - I I I I I I I , I G. No gasoline-powered equipment shall be permitted in the tunneling or shaft operations. Diesel, electrical or air-powered equipment shall be permitted, subject to applicable federal and state regulations. Any diesel engines used shall be equipped with scrubbers. Provide noise control on all equipment to comply with local Noise Ordinances. H. Thrust Blocks: Use thrust blocks for pipe jacking that are properly designed and constructed. Position thrust blocks normal to the proposed pipe alignment. Thrust blocks shall be designed by CONTRACTOR to support the maximum obtainable jacking pressure developed by the main jacking system. Special attention shall be taken when setting the pipe guide rails in the jacking shaft to ensure correctness of the alignment, grade, and stability. If a concrete thrust block or treated soil zone is used, concrete or other materials shall have attained the required design strength before jacking begins. 2.04 COMPONENTS: A. Electrical System: Power systems and electrical equipment installations shall be in conformance with applicable portions of the National Electrical Code (NEC). All systems and equipment shall be suitable for installation in wet locations. All metallic parts shall be properly grounded. Power circuits shall be separate from lighting and ventilating circuits. The site shall have standby . generators of sufficient capacity to operate at least the lighting and ventilating systems. The standby generators shall be operated at not less than weekly intervals to ensure their performance and reliability. The standby power shall automatically and immediately provide power to the lighting and ventilating system. In lieu of standby generator for lights, CONTRACTOR may use emergency battery lights in the tunnel. B. Liqhtinq: All work areas, including all shafts, pits, and tunnel sections under construction, shall be lighted with a sufficient number of electric lights to ensure proper safety, work, and inspection. Lighting of the surface work areas during "after dark" operations shall berequired. All lighting shall be thoroughly insulated and shall be kept separate from power circuits. Communications: A three-way voice communications system and an independent electric bell or buzzer system between any manned location within the tunnel, the shaft bottom, and the ground surface shall be installed and kept in operation at all times. TUNNELING CONSTRUCTION 02310-7 I S&P Project No. G124-o6-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 B. Provide security fencing or barricades around the entire perimeter of the work area to restrict unauthorized entry into the work area. Install a shaft cover when the work area is not in use or not continuously patrolled by security personnel. 1. When installing through an existing manhole, the input and output pipe openings shall be enlarged sufficiently to accommodate to the maximum 00 size of the bursting device. At no time shall the bursting device and/or the installation process place undue stress on the existing manhole opening surface. 2. Manhole inverts, benches and channels shall be reconstructed back to original conditions after the new pipe is installed. I I I I I I - I I I I I I I P I C. Backfill and seal all the shaft openings when they are no longer required. Remove shaft support from the ground surface to five feet below the ground surface when backfilling the shaft. Remove shaft support from within two feet of the pipe where it exits the back side of the shaft to a trenched installation. 1. Place CLSM in the shafts to the limits shown and as required. 2. Discharge from truck mounted drum type mixer into trench. 3. Place in lifts as necessary to prevent uplift (flotation) of new and existing facilities. 4. Fill the lower section of shaft as required. D. Backfill the shafts above the limits of CLSM in as specified herein. 3.03 TUNNELING: A. CONTRACTOR's equipment and procedures shall be suitable to successfully jack a pipe under all soil conditions, as described in the Geotechnical Report, without damage to the pipe or initial tunneling or significant loss of ground. Procedures which result in pipe damage or significant ground loss shall be discontinued and immediate action shall be taken by CONTRACTOR to remedy the operation and adjusted to comply with the performance requirements herein specified. B. Inability of CONTRACTOR to complete a tunneling run without exceeding the maximum unit hydraulic pressure as stated in the design submittal shall be cause for CONTRACTOR to modify the tunneling operation such that the maximum unit hydraulic pressures are not exceeded, or to suspend tunneling in that run, and to install intermediate tunneling stations. C. Once jacking commences, CONTRACTOR shall jack continuously in each run, with maintenance stoppages not to exceed 8 hours per day. This requirement may be modified if CONTRACTOR submits to ENGINEER, for prior approval, methods and details that shall prevent "freezing" of the pipe and ensure that the heading is stable at all times. Wherever there is a condition which, in the TUNNELING CONSTRUCTION 02310-9 I S&P Projed No. G124-o6-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 5. Remove earth displaced by the culvert through the interior by hand, by auger, or other acceptable means. 6. Do not excavate material in excess of the outside dimensions of the box. 7. Coordinate with manLJfacturerofthepipe regarding allowable loadings to prevent damaging piping. ContractOr shall not. be reimbursed for piping damaged by boring and jacking operations. I I I I I I It I I I I I I I ~ I C. Pipe sections shall be jacked as excavation progresses so that no length of excavated tunnel is exposed at any time. The lead end of the pipe behind the shield or tunnel boring machine shall at all times be enclosed and sealed in the "tail" of the machine. D. Apply lubricant under pressure using a manifold pIping system within the tunnel to lubricate the pipe. Continuously pump the lubricant throughout the pipe jacking operation. Pumps shall be capable of pumping at a minimum pressure at the injection point greater than the hydrostatic pressure and not so great as to cause blowout. E. After the pipe has been installed, displace the lubricant and fill all voids in the space between excavation and pipe barrel with grout applied under pressure. Grout pressure shall be sufficient to displace the lubricant. Control the grouting operation to ensure that the pipe sections remain in place within the specified alignment and grade tolerances. After grouting has been completed, the grout holes shall be plugged and the interior of the pipeline finished to a smooth, even surface and watertight condition as recommended by pipe manufacturer. F. Slurry and grouting pressure shall be controlled by CONTRACTOR to avoid pipe damage, damage to adjacent structures, or heaving of the ground surface. 3.05 INSTALLATION TOLERANCES: A. Grade and Aliqnment Tolerances: of the pipe initial tunnel lining shall comply with the following such that a continuous slope is maintained, and no portion of the alignment slope is flat or reversed: 1. Maximum departure from established grade shall not exceed a total of 1 inch. 2. Maximum departure from established line shall not exceed 3 inches. 3. The return to line and grade shall not exceed 1 inch in 25 feet. B. Ground Movement at Railroad Tracks and Roadwavs: shall be limited to less than %-inch. Repair any damage to tracks, utilities, buildings and street pavement at no additional change in Contract Price. TUNNELING CONSTRUCTION 02310-11 I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 02480 - GRASSING I I I I I I ~.. I I I I I I I ~ I 1.01 RELATED O.OCUMENTS: Orawings and general provisions of the Contract, including General and Special Conditions, and. DivisiOn-1 Specification Sections apply to work of this section. 1.02 OESCRIPTIONOF WORK: Extent of grassing includes all lawn areas disturbed by construction operations. For roads under state jurisdiction, grassing on the right-of-way shall meet the requirements of the Department of Transportation Standard Specifications. 1.03 A. Fertilizer: Wheh'the .amouritofgr~ssing.exceedsone acre, samples shall be taken and analyzed. for pH, calcium, magnesium and soil fertility needs. The analyses shall be the basis for determining the composition and application rate ofthefertiliz~r andp~~~ible .varieties of grass. The results of these tests shall be. submitted to the Engineer. B. Seed: Manufacturer's data shall be submitted to the Engineer on grass seed and fertilizer before the materials are delivered to the project site. PART 2 - PROOUCTS 2.01 TOPSOIL: Topsoil shall be natural soil of the region, free from lumps, clay, toxic substance, sticks, debris, vegetation, stones over one-inch in.. maximUm dimension, and suitable for growing grass. . 2.02 FERTILIZER: A. Fertilizer shall be of such composition that when uniformly applied it will furnish not ..Iess ,... than the following quantities of. available plant food per 1 i 000 square feet: Nitrogen.....................0.8 pounds Phosphoric Acid........0.8 pounds GRASSING 02480.:.1 I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 . %byWeight()f.. l"el.iveSeed': iiliMilduhf4.. : I I I I I I ~. I I I I I I I ~ I 88 66.00 50 25 82 11.50 11.50 25 82 Total Pure Live Seed In Mixture Weed Seed, Notto Exceed 1 % by Weight Other than Weed & Pure Live Seed. Max. 89.00 1.00 10.00 TOTAL 100.00 PART 3.-EXECUTION 3.01 TOPSOIL: . Topsoil shall be placed four inches to six inches deep over all areas to be grassed, using salvaged topsoil to the extent possible and topsoil from off-site borrow to supplement that salvaged. Topsoil shall be spread over the areas to be grassed and shall be fine graded so asto be suitable for sowing. 3.02 FERTILIZER: All areas to be grassed shall have fertilizer applied as specified or determined by the soil analyses. 3.03 SEED: A. Application: Seeds are to be sown by a mechanical spreader either hand operated.or machine operated. Seeding equipment shall be such as will continuously mix the seeds to prevent segregation. Seed shall be applied at a minimum rate of 60Ilbs/acre. B. Soil Preparation: GRASSING 02480-3 I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 02513 - ASPHALT CONCRETE PAVING I I I I I I It I I I I I I I ~ I PART 1 - GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provisions of Contract, including General and Special Conditions and Division-1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK: Extent of asphalt concrete paving work is shown on drawings. Saw-cutting of edges of existing pavement is specified in Section 2110, "Site Clearing". 1.03 SUBMITTALS: A. Material Certificates: Provide copies: of materials certificates signed by material producer and Contractor, certifying that each rnaterial item complies with, or exceeds, specified requirements. 1.04 QUALITY ASSURANCE: A. Codes and Standards: Comply with State highway or transportation department standard specifications, latest edition, and with local governing regulations if more stringent than herein specified. 1.05 SITE CONDITIONS: A. Weather Limitations: Apply prime and tack coats when ambient temperature is above 50 deg. F (10 deg. C), and when temperature, has not. beenbelow 35 deg. F (1 d~g. C) for 12 hours immediately prior to applicatiOn. Do not applywhEm base is wet or contains an excess of moisture. Construct asphalt concrete surface"cbursewhenatrllospheriCfernperature is above 40 deg. F (4 deg. C), and when base is dry. Base course may be placed when air temperature isab6ve 30 deg. F (-1 deg. C) and rising. ASPHALT CONCRETE PAVING 02513'::1 I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 PART 3 - EXECUTION I I I I I I ~" I I I I I I I ~ I 3.01 SURFACE PREPARATION: A. Loose Material: Remove loose material from compacted sub-base surface immediately before applying herbicide treatment or prime coat Proof roll prepared sub-base surface to check for unstable areas and areas requiring additional compaction. Notify Contractor of unsatisfactory conditions. Do not begin paving work until deficient sub-base areas have been corrected and are ready to receive paving. B. Prime Coat: Apply at rate of 0.20 to 0.50 gal. per sq. yd., over compacted subgrade. Apply material to penetrate and seal, but not flood, surface. Cure and dry as long as necessary to attain penetration and evaporation of volatile. 3.02 PLACING MIX: A. General: Place asphalt concrete mixture on prepared surface, spread and strike-off. Spread mixture at minimum temperature of 225 deg. F (107 deg. C). Place inaccessible and small areas by hand. Place each course to required grade, cross-section, and compacted thickness. B. Paver Placinq: Place in strips not less than 10' wide, unless otherwise acceptable to Engineer. After first strip has been placed and rolled, place succeeding strips and extend rolling to overlap previous strips. Complete base course for a section before placing surface course. C. Joints: Make joints between old and new pavements, or between successive days' work, to ensure continuous bond. between adjoining work. Construct joints to have same texture, density and smoothness as other sections of asphalt concrete course. Clean contact surfaces and apply tack coat ASPHALT CONCRETE PAVING 02513-3 I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 3.05 FIELD QUALITY CONTROL: I I I I I I It I I I I I I I P I A. General: Test in-place asphalt concrete courses for compliance with requirements for thickness and surface smoothness. Repair or remove and replace unacceptable paving as directed by Engineer. B. Thickness: In-place compacted thickness will not be acceptable if exceeding following allowable variation from required thickness: 1. Base Course: 1/2", plus or minus. 2. Surface Course: 1/4", plus or minus. 3. Surface Smoothness: Test finished surface of each asphalt concrete course for smoothness, using 10' straightedge applied parallel with, and at right angles to centerline of paved area Surfaces will not be acceptable if exceeding the following tolerances for smoothness. 4. Base Course Surface: 1/4". 5. WearinQ Course Surface: 3/16". 6. Crowned Surfaces: Test with crowned template centered and at right angle to crown. Maximum allowable variance from template, 1/4". Check surface areas at intervals as directed by Engineer. END OF SECTION 02513 ASPHALT CONCRETE PAVING 02513-5 I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 02666 - WATER DISTRIBUTION SYSTEM I I I I I I ~... I I I I I I I ~ I PART 1 - GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provIsions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OFWORK: A. Extent of water distributionsvstel1ls work is indicated by requirements of this section. B. Refer to Division-2 section "Excavation, Trenching and Backfilling for Utility Systems"iforexcavation and backfill required for water distribution systems, except thatbackfilling in the pipe zone shall be terminated 2 inches above the pipe until completion of preliminary testing. C. Refer to Divi,sion-3. sections for concrete work required for water distribution systems; not work of this section. O. Refer to Division-15 section "Potable Water Systems" for interior building systems including interior piping, fixtures, and equipment; not work of this section. 1.03 QUALITY ASSURANCE: A. Codes and Standards: 1. Local Code Compliance: Comply with applicable portions of local codes and regulations of local utility company pertaining to selection and installation of water distribution system materials and products. 1.04 DAMAGE TO WATER SYSTEM: Damage to any part of the water system by the Contractor, or subcontractors, that is repaired by Water Department forces shall be charged to the Contractor on the basis of time andmaterial/iplus 30 percent for overhead and ... 'administration. WATER DISTRIBUTION SYSTEM 02666-1 I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 I I I I I I ~........ I I I I I I I P I Valve operators shall be equipped with adjustable stop-limiting devices for both the open and closed position. Valves. shall be equipped with a 2" standard operating. nut and. operator .suitable for buried conditions. Gearing and material requirements shallcon.form to requirements of Section 12.2 of AWWAC504.. Operators .shall be..self~locking to hold in any position. All operators shall be designed to be opened or closed with a force of not more than 40 pounds. All valves shall open-left if installed south of Gordon Highway (SRI D); or open-right if installed north of Gordon Highway. Available Manufacturers: Subject to compliance with requirements, manufacturers offering butterfly valves which may be incorporated in the work include, but are not limited to, the following: Pratt Valve Co. DezlJrik ValvEfCo. Inc. Keysf6neValVe; Div.()fKeysfone International Inc. C. Check Valves: Provide as indicated, swing check valves, AWWA C508, 150 psi working pressure. Provide iron body, cast-iron disc, bolted cap. Available... Manufacturers: .... Subject.. to compliance with. requirements, . manufacturers offering check.valves which may be incorporated in the work include, but are not limited to, the following: Dresser Mfg.; Div. of Dresser Industries. Kennedy Valve; Div. of ITT Grinnell Valve Co. Inc. Stockham Valves and Fittings Inc. D. Two Inch Ball Valves: Shall be designed for a working pressure of not less than 125 psL End connections shall be flanged or threaded. Available Manufacturers: Subject to compliance with requirements, manufacturers offering check valves which may be incorporated in the work include, but are not limited to, the following: Ford Meter BoxCompariy, Inc., B41-777. 2.04 HYDRANTS: A. General: Physicalcharaderisti~and. compositions of various metal usedin hydrant components shall meet the requirements as specified in AWWA C502-80, or WATER DISTRIBUTION SYSTEM 02666:'5 S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 struck. Where bury depth of hydrant exceeds 6 feet, the barrel and operating shaft shall be furnished in 6 foot lengths. The barrel joints shall be flanged and the operating shaft shall be provided with disconnectable joints. Bury depth shall be cast on barrel of hydrant. I I I I I I It I I I I I I I ~.. I H. Operatinq Stop and Nut: Hydrant shall have a positive stop feature to permit opening of hydrant without over travel of stem. Operating nut shall be bronze, 1-1/2 inch, point to flat, pentagon. I. Bolts and Nuts: Bolts and nuts shall be corrosion resistant. J. Inlet: Bottom inlet of hydrant shall be provided with restrained joint connection as specified and shall be 6-inch nominal diameter. K. Direction of Ooeninq: The hydrant shall close to the right or clockwise and the hydrant shall open to the left or counterclockwise. L. Coatinqs: All portions of hydrant, insidecilid outside' except exterior portion above ground level, shall be covered with t'vvo GO~ts of asphalt varnish applied in accordance with AWWA C502 latest revision, The exterior portion of hydrant above ground level shall be painted with two coats of best grade red primer paint. After the hydrant has been accepted and placed in service; the exterior, above ground portion of the hydrant shall be painted with two coats of approved yellow hydrant enamel. M. Joint Assemblies: Complete joint assemblies consisting of gland, gasket, bolt and nut shall be furnished. N. Inspection and Affidavit: Hydrants furnished under this specification shall be subject to inspection and approval by the OWNER, who, if required, shall have full access to manufacturer's facilities for inspection and observation of tests. Manufacturer is also required to furnish the OWNER with an affidavit of compliance with WATER DISTRIBUTION SYSTEM 02666::'7 S&P Project No. G124-06-o2 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 F. Cast Iron Washers: I I I I I I t I I I I I I I ~ I Gray-iron, ASTM A 126. G. Thrust Blocks: Concrete, 2,500 psL H. Quick tap corporation stop. Available Manufacturers: Subject to compliance with requirements, manufacturers offering corporation stops which may be incorporated in the work include, but are not limited to, the following: Ford Meter Box Company, Inc., F1000. I. Curb Stops: Curb stop shall be one inch sizeoras shown on the Plans. Available Manufacturers: Subject.. to compliance with requirements, manufacturers offering curb stops which may be incorporated in the work include, but are not limited to, the following: Ford Meter Box Company, Inc. B-11-444. J. Water Combination Air Valves: Water combination air valves shall be 2-inchsize unless noted otherwise. Body shall be close grained cast. iron with all internal parts and float of stainless steel. The valves shall be capable of venting air from the pipeline while the pipeline is pressurized. The water combination air valve shall be single body, double orifice design. Available Manufacturers: Subject tocornpliance with requirements, manufacturers offering combination air valves which may be incorporated in the work include, but are not limited to, the following: APCO Model 145C Empire Figure No. 940 WATER DISTRIBUTION SYSTEM 02666':'9 S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 Examine areas and conditions under which potable water system's materials and products are to be installed. Do not proceed with work until unsatisfactory conditions have been corrected in manner acceptable to Installer. I I I I I I t I I I I I I I ~ I Pipe, fittings, valves, hydrants and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the project by the Installer. They shall at all times be handled with care to avoid damage. In loading and unloading, they shall be lifted by hoists or slid or rolled on skidways in such a manner as to avoid shock. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe alreadybnthe ground pipe, fittings and valves shall be stored with their ends covered with polyethylene sheet or other suitable material to pre.ven. t.. the. en..t......r. a. n..c...e.. of for. e. ign material into.... tho ...e.... pip.e... .. or fittings prior to laying. In distributing the material at the site of the work, each piece shall be unloaded opposite or near the place where it is to be laid in the trench. Coated pipe shall be handled in such a manner that a minimum of damage to the coating will result Damaged coating shall be repaired. Pipe shall be placed on the site ofwork parallel with the trench alignment and with bell ends facing the direction in whichthe work will proceed unless otherwise directed. The interior of all pipe, fittings, and other accessories shall be kept free from" dirt. and foreign matter. at ...all times. Valves and. hydrants before installationshall be drained and stored in a"manner that will protect them from damage by freezing. All pipe and fittings, valves and hydrants shall be carefully lowered into the trench piece by piece by means of derrick, ropes or other suitable tools or equipment in such a manner as to prevent damage to the pipe or pipe coating. Under no circumstances shall pipe or accessories be dropped into the trench. Before lowering and while suspended, cast iron pipe shall be inspected for defects and rung with alight hammer to detect cracks. Any defective, damaged or unSound pipe shall be rejected. All foreign matter or dirt shall be removed from the inside of the pipe before it is loWered into its position in the trench and it shall be kept clean by approved means during and after laying:.Careshall be taken to prevent dirt from entering the joint space. At all times when pipe laying is not in progress, the open ends of the pipeshall be closed by approved means and no trench water shall be permitted to enter the pipe. 3.02 INSTALLATION OF IDENTIFICATION: A. General: All water mains and water service laterals located within public easements/rights-of-way shall have a #14 gauge insulated single strain copper wire installed directly on top of the water line. The wire shall be secured to the pipe with tape or other approved method. Where water service WATER DISTRIBUTION SYSTEM 02666.:.11 I S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 E. Oepth of Cover: I I I I I I It I I I I I I I ~ I A minimum cover over the top of the pipe of 3 feet from the proposed paving subgrade, shoulder or finished grade shall be provided. 3.04 INSTALLATION OF HYDRANTS AND ACCESSORIES: A. Hvdrants: Hydrants shall be set at such elevations that the connecting pipe will have the same depth of cover as the distribution mains. The connecting pipe shall be ductile iron pipe. The hydrants shall be set on a base of concrete not less than 4 inches thick and 16 inches square. The back of the hydrant opposite the pipe connection, shall be firmly wedged by a poured-in-place concrete thrust block against the vertical face of the trench to prevent the hydrant from blowing off the line. The base of the hydrant shall be wrapped or oiled to prevent bond between thrust blocks and hydrants. Hydrants and valves shall have the interior cleaned of all foreign matter before installation. Not less than 1 cubic foot of broken stone shall be placed around the base of the hydrant. Place a bag over hydrant to indicate its not being in service until after the water main is put in service. B. Water Service Connections: Service lines shall be connected to 4 inch and larger mains with corporation stops. Connections to mains smaller than 4 inches shall be made with a rigid connection. Plugged tees or crosses for future connections shall be installed where shown on the Plans. A house service connection shall be provided to vacant lots and the exact location marked on the curb with a "W". The mark shall be made on the vertical face of the .curb and shall be a minimum of 1/4 inch deep made with a branding iron. Where services are provided at locations without curb a 2" x 4" 3D-inches long pressure treated flag stake painted white shall locate the end of the lateral. Minimum cover of24 inches shall be provided until a short transition to 12 inches depth at the water meter. Each water service shall be inspected and approved by the Engineer before any backfill is placed. Water service laterals shall be installed to the property line of all lots along streets and rights-of-way in which water main is constructed or to a distance of 5 feet from the building line for apartments, condominiums, or other uses besides subdivision lots unless otherwise directed by the Engineer. WATER DISTRIBUTION SYSTEM 02666..;13 S&P Project No. G124-o6-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 I I I I I I ~. I I I I I I I ~ I hydrostatic pressure of 200 pounds per square inch or 1.5 times the operating pressure, whichever is greater. Each section shall be slowly filled with water, care being taken to expel all air from the pipes. If necessary, the pipe shall be tapped at high points to vent the air. The required pressure as measured at the point of lowest elevation shall be applied for not less than 2 hours and all pipe, fittings, valves, hydrants and joints shall be carefully examined for defects. All defective joints shall be repaired or replaced to the satisfaction of the Engineer. There shall be a preliminary water main test and a final pressure test prior to final acceptance. C. A leakage test shall be conducted after the pressure test has been satisfactorily completed. The duration of the leakage test shall be2 hours and during the test the main or section of main under test shall be subjected to a pressure of 150 psi based on the lowest point in the line or section under test, and connected to the elevation of the test gauge. Leakage is defined as the quantity of water to be supplied into the newly laid pipe Or any valved section thereof, necessary to maintain the specified leakage test pressure after the air has been expelled and the pipe has been filled with Water at the test pressure. No pipe installation will be accepted until the leakage is less than the number of gallons per hour as determined by the formula.' L = S x 0 x (P) 1/2 133,200 L = allowable leakage in gallons per hour S = length of pipe tested in feet. D = the nominal diameter of the pipe in inches P = the average test pressure during the leakage testin pounds per square inch gauge. . Should any test of pipe laid disclose leakage . greater . than the above specified. The Contractor shall at his own expense locate and repair the defective joints until leakage is within the specified allowance. This test shall be made after the installation of the soil cement base arid prior to the installation of bituminous concrete if pavement is to be placed over the water main. 3.08 A Clecminq and Disinfection of Water Distribution SyStem: All water mains must be cleaned, disinfected and the water passihg through them must show by laboratory tests safe results before the'system can be placed in service. Disinfection of all water lines shall be in accordance with WATER'DISTRIBUTION SYSTEM 02666-15 ! ~ S&P Projed No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 Chlorinated lime is also known as chloride of lime and as bleaching powder. Liquid chlorine may be applied to water mains by means of a solution feed chlorinating device or the gas may be fed directly from the cylinder provided it is equipped with proper devices for regulating the rate of flow and the effective diffusion of gas within the pipe. The former method is preferable to the direct feed method. I I I I I ~ I i i I I I I ~ I High test calcium hypochlorite or chlorinated lime must be prepared as a water mixture for introduction into the water mains. Either powder should first be made into a paste and then thinned to about one percent chlorine solution. This requires the following proportions of powder to water: Prepare a one percent chlorine solution in a wooden or plastic barrel and permit solids to settle. Apply the clear supernatant solution. to the main through a rubber hose either by gravity, siphonage, injection, or by pumping. The application. of small. amounts of dry hypochlorite or chlorinated lime to each length of pipe as it is laid will not be permitted. After the new lines have been properly cleaned, . sterilized, and flushed the Contractor shall take two or more successive. sets of samples at 24 hour intervals and be tested by a State approved private lab. The. results shall indicate bacteriologically satisfactory water. Copies of the lab tests shall be submitted to the Engineer. The Engineer shall be notified 24-hours before samples are taken so he can observe the sampling. The Engineer will arrange for the regulatory agency inspection. Li~es will not be placed in operation until agency approval and Engineer directs Contractor to do so. B. Disinfection of Water Mains: Flush and disinfect in accordance with AVl/WA C601 "Standard for Disinfecting Water Mains". . WATER DISTRIBUTION SYSTEM 02666-17 S&P Project No. G124-o6-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 machine and at least a 100 CFM Air Compressor to power the tapping machine. I I I I I I - I I I I I I I ~ I The City will provide the tapping machine and one man to operate the unit. All taps will be made by the City Water Distribution Department unless authority has been granted in writing by the Water Distribution Superintendent for a private firm to perform the wet tap for a particular new main. If there are any questions regarding this procedure please contact the City Engineering and/or the Water Distribution Oepartment. 3.10 MEASUREMENT AND PAYMENT: Payment will be made for water lines and appurtenances as described in Section 01200. END OF SECTION 02666 WATER DISTRIBUTION SYSTEM 02666-19 ~ S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 ,kPP it.j DE l.-t I€ D SECTION 02705- PROTECTIVE COATING FOR SANITARY SEWER STRUCTURES PART 1 - GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK: Extent of Drotective coating work is indicated on drawings and schedules, and by requirements of this section. This specification shall cover all work, materials, labor and equipment to restore structural integrity, provide corrosion resistance to concrete and other masonry structures subjected to severely corrosive environment; and stop inflow, infiltration in wet wells, lift stations; and trunk line manholes. 1.03 QUALITY ASSURANCE: A. References: ~ This section contains references to the following documents. They are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. .... Reference ASTM C 78. Test Method for Flexural Strength of Concrete ASTM C 109 Test Method for Compressive Strength of Hydraulic Mortars Test Method For Length Change Of Hardened Hydraulic Cement Mortar And Concrete Test Method For Tensile Strength Of Chemical Resistant Mortar, Grouts And Monolithic Surfacings Precast Reinforced Concrete Manhole Sections ASTM C 157 ASTM C 307 ASTM C 478 ASTM C 580 Test Method For Flexural Strength And Modulus Of Elasticity Of Chemical Resistant Mortars, Grouts, Monolithic Surfacings And Pol mer Concretes Test Method For Bond Strength Of Epoxy-Resin Systems Used With Concrete By Slant Shear ASTM C 882 ~/ PROTECTIVE COATING FOR SANITARY SEWER STRUCTURES 02705-1 S&P Project No. G124-D6-02 1 Main Interceptor Upgrade Replace ent Phase II Augusta Utilities Project No. 00007 2.02 PIPES AND PI IE FITTINGS: A. General: I Water lines ldisturbed/uncovered during construction shall be replaced with ductile iron ripe, including appropriate fittings/couplings. All work shall be coordinated with the Augusta Utilities Department. Provide sizes matching piping and ~quipment connections; provide fittings of materials which match pipe materials used in potable water systems. Where more than one type of materials or lroducts are indicated, selection is Installer's option. S. :::i:e pip Is O.f one of the following materials, of weigh.t/class indicated. Provide PiP~ fittings and accessories of same material and weight/class as pipes, with j ining method as indicated. I I I I I I - I I I I I I I ~ I Ductile-Iron i e: AWWA C151, with cement mortar lining complying with AWWA C10 ; thickness according to AWWA C150, Laying Condition 2, Class 50 minimum unless otherwise indicated. Joints conforming to AWWA C111, push-on...typ unless otherwise indicated. a. Fittin s: Ductile-iron, exterior one mil petroleum asphaltic seal coat AWW C110; mechanical joint type, cement lined and seal coated, AWW C104. b. Restr ined Joints and fittings shall be located where shown on the Plans and/or specified. Restraints shall be incorporated in the design of the r' oint follower gland o. r b. e. incorporated in the PUSh-on.. -. joint pipe. 1. Joint Follower Gland Tvpe. The restraint mechanism shall I consist of a plurality or individually activated gripping surfaces to maximize restraint capability. Glands shall be manufactured of I ductile iron conforming to ANSIIAWWA A21.11/C111 and ANSIIAWWA A21.53/C153 of latest revision. Twist-off nuts, sized same as tee-head bolts, shall be used to insure proper actuating of restraining devices. The mechanical joint restraint shall have a working pressure of at least 150 psi with a I minimum safety factor of 2: 1 and shall be EBBA Iron MEGALUG or equal. 2. Push-on Joint Tvpe. The restraint shall be an integral cast spigot retainer ring or spigot retainer bar welded to the pipe with a follower retainer ring. Push-on-joint type restraint shall be capable of resisting a thrust due an internal test pressure of 150 psi minimum. WATER DISTRIBUTIO SYSTEM 02666:...3 ~ S&P Project No. G124-06-02 Main Interceptor Upgrade Replacem nt Phase II Augusta Utilities Project No. 00007 Bond Strerlgth to Concrete I ASTM C-78 __....ooo..mmm.......mmm:.m.850 psi or ASTM C-293 ..ooommm..m__.....ooommJ ,200 psi ASTM. C-882m.mm:mm.........:...:.:....1 ,600 psi or ASTM C-952.........m.m.__..m.......__..__...232 psi or ASTM G-478 m....mm...........Cbncrete Failed I I Color I Light i B. Structural feoair Materials The patch~' gmaterialshall be Portland Cement based hydraulic cement, a self-bondi g fiber reinforced calcium aluminate cement ora qUick setting cemenlitio s material 10 restore the structural integrity of eXi~,tinq masonry and concr te structures. The patching material shall have ... the following minimum roperties: ASTM C-109 1 Day..mm.__..........mmm.mmm.m.m..m.........1 ,400 psi 28 Days.... ...... ......... ........... ..... ..............._. ......5,500 psi - DensitY I ..... .i Shrinkaget at 90%) I I ASTM C-596...mm.mm.mm.m.........m..0.08% " 0.0% or A TSM C-157:........................................................+.05 105 PCF The infiltra~ion material shall be a rapid setting cementitiousor a premixed Portland c ment based hydraulic cement. The repairing cement shall be non-sh~inki g, no.nmeta~lic and non-corrosive and sh.aU be used to stoP. I~Cl.~S and active ater Infiltration. ......... .... PART 3 - EXECUTION I I 3.01 AREA PREPARAtJill!: The structural su aces to receive protective coating must be free of laitance, dust, loose particles, oi s, grease, chemical contaminants and previously applied paints ~... .. . i.. PROTECTIVE COATING ROR SANITARY SEWERSTRUCTURES 02705::'3 I I I I S&P Project No. G124-o6-02 I Main Interceptor Upgrade Replacem nt Phase II Augusta Utilities Project No. 00007 SECTION 02706- PRO ECTIVE COATING FOR REHABILITATED MANHOLES - I PART 1 - GENERAL 1.01 RELATED DocuIMENTS: Drawings and Igeneral provIsions of Contract, including General and Supplementary C nditions and Division-1 Specification sections, apply to work of this section. 1.02 Extent of rotecti e coatin work is indicated on drawings and schedules, and by requirements of this section. The work described within details a complete program for manholes. This section details the methods, procedures, materials and equipment 1 required to produce A Total System for Manholes . The completed syste will provide a corrosion resistant liner that restores walls to original surface Ie els and eliminates water infiltration and exfiltration. 1.03 REFERENCES: - A. ASTM 4541 - dhesion B. ASTM 0412 - ensile Strength (PSI) C. ASTM 0412 - longation (%) D. ASTM 02240 Tear Strength (PLI). E. ASTM 01737 Hardness F. ASTM 01737 Flexibility (1/8 mandrel) G. ASTM 4060 - aber Abrasion (mg loss) H. CIGMAT Evalt,ation (UH 96-7) of Spectrashield Liner System for Wastewater Concrete andrPlay Brick Facilities. University of Houston Department of Civil Engineering: Lfecember 1996 1.04 QUALITY ASSU~~: A. The manUfact~rer and/or. applicator of th.. .e. .totalliner system of manh.ole. s shall be a compan~ that specializes in the design, manufacture or installation of corrosion Pro~ction systems for manholes. Applicator shall be completely trained in leak repair, surface preparation. and corrosion materials application on manholes. orrosion mate~ials/produ~ts shall be suit~ble !orinstalla.tion in a severe hydr gen sulfide environment Without any detenoratlon to th~..llner. B. The apPlicat) shall be trained and certified by the manufacturer for the handling, miXi~9, application and inspeCtion of the liner system as described herein. r I PROTECTIVE COA T1N1 FOR REHABILITATED MANHOLES 02706:':1 S&P Project No. G124-06-02 Main Interceptor Upgrade Replacem nt Phase II Augusta Utilities Project No. 00007 - expressly disclai ed. Liability is limited to and shall not exceed the purchase price paid. I PART 2 - PRODUCTS 2.01 AVAILABLE MA UFACTURERS: A. Subject to c mpliance with requirements, manufacturers offering products which may b, incorporated in the work inClude, but are not limited to, the following: J' 1. SPECT HIELD, byCCI Spectrum, Inc. 2.02 MATERIALS AN EQUIPMENT: J A. The materials to be utilized in the lining of manholes shall be designed and manufactured1.' to withstand the severe effects of hydrogen sulfide in a wastewater e~vironment. Manufacturer of corrosion protection products shall have long pro~en experience in the production of the lining products utilized and shall hav~ satisfactory installation record. B. Equipment fo~J installation of lining materials shall be high quality grade and be as recom ended by the manufacturer. C. The lining sy tem to be utilized for manhole structures shall be a multi- component st ess skin panel liner system as described below: 1. Liner. I Installation Liner Moisture b~rrier Modified Polymer Surfacer f Polyurethane/Polymeric blend foam Final corro.. ion barrier Modified polymer 2. Modified ~Olymer shall be sprayable, solvent free, two-component polymeric, I moisture/chemical barrier specifically developed for the corrosive Jastewater environment. Modified P Iymer Typical Chemical Analysis: "An Com 0 ent Viscosi , 7r F, cps., ASTM 0-1638: Physic~1 State: Color: Hygros opicity: 450 Liquid . Clear to amber Reacts withvvater ~ PROTECTIVE COATINt FOR REHABILITATED MANHOLES I 0270613 S&P Project No. G124-06-02 Main Interceptor Upgrade Replacem nt Phase II Augusta Utilities Project No. 00007 - Processin A Syst m / B System, volume ratio: 1.00 /1.00 ical Ph sical Pro erties Oensi ,nominal, core, Ibs/ft3 ASTM -1622 @ 740 F: 4-10 comprtSSion Strength, ASTM 0-1621 @740 F parallel rise; PSI: 90-150 Closed Cell Content, % - ASTM 940 @ 740 F: Over 95 Shear ~trength, PSI - ASTM f-273 @ 740 F: 225-250 4. Total thickhess of multi-component stress panel liner shall be a minimum of 500 mil . PART 3 - EXECUTION 3.01 INSPECTION J A. Applicator sh II take appropriate action to comply with all local, state and federal regula ions including those set forth by OSHA, EPA, the Owner and any other app icable authorities. 3.02 B. Prior to cond cting any work, perform inspection of structure to determine need for prote tion against hazardous gases or oxygen depleted atmosphere and the need or flow control or flow diversion. C. Submit plan f~r flow control or bypass to owner/engineer for approval prior to conducting thl' work. O. New Portland cement structures shall have endured a minimum of 28 days since manufa ture prior to commencing installation of the liner system. SURFACE PREPkRATION A. Conduct SUrfa~e preparation program to include monitoring of atmosphere for hydrogen sulfi e, methane, low oxygen or other gases, approved flow control equipment, an surface preparation equipment. B. Surface prep ration methods may include high pressure water cleaning, hydro blasting abrasive blasting, grinding, detergent Water cleaning and shall be suited to pr vide a surface compatible for installation of the liner system. J I PROTECTIVE COATIN4 FOR REHABILITATED MANHOLES I I 02706:'5 S&P Project No. G124-06-02 j Main Interceptor Upgrade Replacem nl Phase II Augusta Utilities Project No. 00007 I B. Visual inspec1ion shall be made by the Owner/Engineer. Any deficiencies in the finished Iliner system shall be marked and repaired according to the procedures sI forth by Manufacturer. C. The sewer sy tem may be returned to full operational service as soon as the final inspectio has taken place. ~. END OF SECTION 027 6 t ~ PROTECTIVE COATIN FOR REHABILITATED MANHOLES 02706-7 S&P Project No. G124-o6-02 Main Interceptor Upgrade Replacem nt Phase II Augusta Utilities Project No. 00007 ~. SECTION 02720 - STO M SEWAGE SYSTEMS PART 1 - GENERAL 1.01 RELATED DOCUMENTS: I Drawings and gen!al provisions of Contract, including General and Supplementary Conditions and DiV~(On-1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OFIWORK: I A. Extent of storm Isewa e s stems work is indicated on drawings and schedules, and by requirem nts of this section. B. Refer to Divisi n-2 section "Excavation, Trenching and Backfill For Utility Systems" for ex avation and backfill required for storm sewage systems; not work ofthis section. C. Refer to Divisio -3 sections for concrete work required for storm sewage systems; not work of this ection. ~. A. Manufacturer's Firms regularly ngaged in manufacture of storm sewage system's products of types, materialsj and sizes required, whose products have been in satisfactory use in similar se\Vice for not less than 5 years. I B. Installer's Qualifi~tions: I Firm with at lea t 3 years of successful installation experience on projects with storm sewage w rk Similar to that required for project. C. All storm drain ge-related work including, but not limited to, removal and replacement of torm sewer pipe, removal and replacement of existing curb & gutter or head all, and regrading of an existing drainage ditch; shall be performed in ccordance with City of Augusta Public Works Department standards and I specifications. Contractor is responsible for coordinating approval by Augusta Public Works Department. ~. . I I I STORM SEWAGE SYSTE~S I 02720-1 I I SOP Pro;" No. G124-<1&-02 I Main Interceptor Upgrade RePlacem~nt Phase II Augusta Utilities Project No. 00007 ~ B. 151/A21.51, Latest Revision, Class 50 minimum with 11/A21.11, latest revision push-on type joints. 1. IIAVWVA C111/A21.51, Latest Revision, Mechanical-Joint Type. 2. Iin for Connectin to Fiber lass Manholes: Shall be specially fabricated s el couplings as manufactured by Smith-Blair, Type 411 steel couplings (0 equal) with: Sleeve ickness x Length: 3/8" x 7", ASTM A-53 Pressu e: Gravity Line co tent: Sanitary sewer Coatin : Epoxy painted Follow rs: Ductile Iron, A-536 Bolts: 3P4 stainless steel Gasket~: BUNA N, NSF 61 i C. Reinforced Con rete Pi e: ~ Pipe greater tha 12" shall be ASTM C 76, Class III. 1. Fittinqs: R6inforced concrete, same strength as adjoining pipe, tongu&-and-grodve gasketed joints complying with ASTM C 443. I D. Concrete Pipe: Pipe smaller tha 12" shall be ASTM C 14, Class 2 non-reinforced concrete. pipe. 1. Fittinqs: Co crete, same strength as adjoining pipe, tongue-and-groove gasketed joints omplying with ASTM C 443. E. F. ASTM 0 3033, ype PSP, SDR 35; or ASTM D 3034, Type PSM, SDR 35. 1. Fittinqs: PV ,ASTM D 3033 or 0 3034, solvent cement joints complying with ASTM 0 2855 u ing solvent cement complying with ASTM D 2564; or elastomeric ~ I I STORM SEWAGE SYSTE~S I .. 02720-3 t ! S&P Project No. G124-06-02 r Main Interceptor Upgrade Replacem nt Phase II Augusta Utilities Project No. 00007 Circular Pipe 15" .060" 2-213 x 1/2 16 18" to 24" .075" 2-213 x 1/2 14 30" to 36" .105" 2-213 x 1/2 12 30" to 36" .075" 3x1 14 42" to 54" .135" 2-2/3 x 1/2 10 42" to 54" .075" 3x1 14 48" to 72" .105" 3x1 12 Pipe Arch 14 12 ..10 10 8 8 12 12 10 :G'6trLJg~ti61"1 . 2-213 x 1/2 2-213 x 1/2 2-213 x 12 2-2/3 x 1/2 2-213 x 1/2 2-213 x 1/2 3x1 3x 1 3x1 - Sparl-~i 17"x13 21"x15" to 2 "x18" . 28"x20' 35"x24' 42"x29" to 4 "x33" 57"x38" to 71' to 47" 57'x38" to 71' to 47' 71"x47' to 77 x 52" 81 "x58" D. Joints: I Joints shall be lade utilizing one piece connecting bands W.. ith at le.ast 6 inches of rubber, neopre~~ or mastic gaskets. The connecting bands shall be 0.060 inch thick and fasteJl1ed with at least 4 bolts. Width of bands shall conform to the follOwing Schedt: I Circular Pipe 15" to 18" 24" 30" to 36" 42" to 60" 12" 12" 15" 18" ~ I STORM SEWAGE SYST~MS 02720-5 I S&P Projed No. G124-06-02 I Main Interceptor Upgrade Replacem nt Phase II Augusta Utilities Project No. 00007 I Provide precas~ reinforced concrete catch basins as indicated. B. Basin:. I Precast reinfor4ed concrete, 48" diameter, flat slab top, base riser section with integral floor or rs detailed on the drawings. C. Steps: Ductile-iron or Jluminum, integrally cast into catch basin sidewalls. I ~ D. Cast or OuctilJ-iron, 26" diameter flat grate, heavy-duty complying with F.S. RR-F-621 and ASTM A220. E. 2.05. Riprap: ~ The stone used for stone slope protection shall be sound, rough, dense and resistant to the action of air nd water and.. satisfactory to the Engineer. The stone shall have a density of not Ie s than 150 pounds per cubic foot Neither the breadth nor the thickness of any pi ce of stone shall be less than one-third of its length. The stone will be subject to nspection on delivery and if found to be improper gradation or quality, it will be "jected. The stone shall consist of quarry run sizes, graded as speCified. below: ... ..i...i..~~t~:~!i~f'iI~~!:\I\.I~.i~.l1t;;..;<... SmallerthantheGiVell Size. ... ~ I STORM SEWAGE SYST~MS 02720-'7 S&P Project No. G124-06-02 Main Interceptor Upgrade Replace ent Phase II Augusta Utilities Project No. 00007 ~ E. Install in accor ance with the manufacturer's installing recommendations and in accordance wi h the "Handbook of Steel, Drainage and Highway Construction Products", publ shed by the American Iron & Steel Institute. F. Clear interior 0 piping of dirt and other superfluous material as work progresses. Maintain swab r drag in line and pull past each joint as it is completed. In large, acce4ible piping, brushes and brooms may be used for cleaning. I . Place plugs in ends of incompleted conduit at end of day or whenever work stops. Flush lines be een manholes if required to remove collected debris. - Make joints be een different types of pipe with standard manufactured adapters and fittings inte ded for that purpose. H. Interior Insoectibn: Inspect piping to determine whether line. displacement or other damage has occurred. Make.irispectio 5 after Iirles between manholeS; or manhole locations, have.been installed and a proxirnately 2' of backfill is in place, and. again at completion of project. If inspection in icates poor alignment, debris, displaced pipe, infiltration or other defects, correct such defects, and reinspect. 3.03 PRECAST CONC ETE MANHOLES: A. General: , Place precastlconcrete sections. as. indicated. Where manholes.. occur in pavements, se tops of frames and covers flush with finish surface. Elsewhere, set tops 3" abo e finish surface, unless otherwise indicated. B. Installation: - Install in accordance with ASTM C 891. STORM SEWAGE SYSTtMS 02720:.9 S&P Project No. G124-o6-02 1 Main Interceptor Upgrade Replace enl Phase II AugustaUtililies Project No. 00007 The slope pr1tection shall be placed in such a manner as to produce a reasonable w II-graded mass of material with the minimum practicable percentage of oids, and shall be constructed within the limits and to the lines, grades, and se tions shown on the Plans. A tolerance of plus 6 inches or minus 3 inches from t' e limits shown on the Plans will be allowed in the finished surface on the slope rotection except that the extreme of this tolerance shall not be continuous ove an area greater than 100 square feet Materials shall be placed in horizontal la ers starting on the riverward edge of the section and worked up the slope. Du ping down the slope will not be permitted. Materials shall not be dropped form height greater than 3 feet. Any damage to the slope due to the fault of the Con ractor shall be repaired at no expense to the OWNER. ~ 3.08 BACKFILLING: A General: Conduct backfill operations of open-cut trenches closely following laying, jointing, and bedding of pipe, and after initial inspection and testing are completed. - END OF SECTION 027t I - STORM SEWAGE SYST MS 02720-11 S&P Project No. G124-06-02 Main Interceptor Upgrade Replacem nt Phase II Augusta Utilities Project No. 00007 - SECTION 02730 - SANI ARY SEWERS PART 1 - GENERAL 1.01 I RELATED DOCU Drawings and ge eral provisions of Contract, including General and Supplementary Conditions and Di ision-1 Specification sections, apply to work of this section. 1.02 DESCRIPTION 0 A. General: Extent of nita sewer work is indicated on drawings and schedules, and by require ents of this section: Refer to 0 vision-2 Section 02221: "Excavation, Trenching and Backfilling for Utility ~ystems" for excavation and backfill required for sanitary sewers; not work ofl this section. Refer to. ivision-2 Section 02731:. "Fiberglass Reinforced Pipe" for the requireme1ts of manufacturing FiberglassReinforced Polymer Mortar Pipe. - Refer to Di~ision-2: SectiOn02732:"Fiberglass Reinforced.Manholes" for the requireme ts of manufacturing Fiberglass Reinforced Polymer Mortar Tee Base Man oles. Refer to Di ision-3, Sections for concrete work required for sanitary sewers; not work 0 this section. 1.03 QUALllY ASSU~: A. Manufactu ler's Qualifications: B. Firms regu arly engaged in manufacture of sanitary sewer system's products of types, 'I aterials, and sizes required, whose ProdUC. ts have been in satisfacto~ use in similar service for not less than 5 years. Installers ~ualificatiOns: Finn with fleas! 3 yea[S ofsuccessfi1i. installation experience on projects with sanitar sewage work similar to that required for project. I I I - SANITARY SEWERS 02730-1 S&P Project No. G124-06-02 j Main Interceptor Upgrade Replacem nt Phase" Augusta Utilities Project No. 00007 Available I Manufacturers: Subject to compliance with requirements, manufactu ers offering identification markers which may be incorporated in the work in lude, but are not limited to, the following: . Allen Systems, Inc. · Emed Co., Inc. . Seton Name Plate Corp. ~ 2.02 FITTINGS: General: Unless sti:ed otherwise the type of pipe shall be: eth ~ Lesp than 3'................m........Ductile Iron 3' t 10'.................................. SDR35 or FRP as indicated Gre ter than 10'...................SDR 21 or FRP as indicated. B. - Ductile iro pipe shall be epoxy-lined and conform to ANSI 21.51 (latest version) w th thickness in accordance with ANSI 21.50 (latest version) for laying con. ition Type 2, Class 350 for 12" and smaller pipe and Class 200 for 14" andllarger pipe. 1. Joints: ~NSI A21.11, push-on type unless otherwise shown. -I 2. Coatin9s and Lininqs: All ductile iron pipe and fittings shall be bitumineus coated on the outside and lined with Protecto 401 Ceramic Epoxy i1n the inside. a. coat~ng on the.outside shall be an asphaltic.coating approximately 1 mil hick. The finished coating shall be continuous, smooth, neither britt e when cold or sticky when exposed to the sun, and shall be stro I gly adherent to the pipe. b. protcto 401 Ceramic Epoxy interior lining shall conform to ASTM E-9 -66, ASTM B-117, ASTM 6-95, ASTM 0-714-87. The int rior of the pipe shall receive 40 mils nominal dry film thickness of protfto 401. Lini~g application, inspectio~, certifi~ation,handli~g and su ace preparation of the area to recelvecoatmg shall be In accord nce with the Protecto 401 manufacturer specification and require ents. - SANITARY SEWERS 02730:"3 S&P Project No. G124-o6-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 ~ 3. Coatin s and Linin s: All ductile iron pipe and fittings shall be bitumin us coated on the outside and lined with Protecto 401 Ceramic Epoxy in the inside. a. Co "ling on the outside shaU be an asphaltic coating approximately 1 ~il thick. The finished coating shall be continuous, smooth, neitter brittle when cold or sticky when exposed to the sun, and sha I be strongly adherent to the pipe. b. Pro ecto 401 Ceramic Epoxy interior lining shall conform to ASTM E-9!-66, ASTM B-117, ASTM 6-95, ASTM 0-714-87. The int rior of the pipe shall receive 40 mils nominal dry film thickness of Prot$cto 401. Lining application, inspection, certification, handling and surtace preparation of the area to receive coating shall be in accord~nce with the Protecto 401 manufacturer specification and requirerents. E. Fiber lass Re nforced Pi e: See Section 02731 ~ F. 01 eth lene HDPE Pi e: HOPE, in sizes from 4- to 60-inch pipe, shall conform 0 ASTM D3350 and Plastic Pipe Institute (PPI) PE3408 with cell classification if 345464C, D or E and SDR rating of 21, unless indicated otherwise on he drawings. The dimensional and performance. characteristics shall conform 0 the requirements of ASTM F714. Manufacturer shall provide a product supply ng a minimum Hydrostatic Design Basis of 1,600 psi at 73.4 deg. F. Pipe shall b butt fused in accordance to manufacturer's written procedures. The pipe shal be manufactured by PolyPipe, inc. or Engineer approved or- equal. 2.03 A. General: Flrovide precast reinforced concrete sanitary manholes and/or fiberglass-reinforced polymer manholes as indicated on the plans. B. Precast: hall be constructed in accordance with ASTM C-478 and conform to the details on the project drawings. Belland spigot surfaces shall be sooth, accurately formed, and provide a loose, sliding fit, with a clearance etween the bell and spigot of not more than 1/6 inch. 1. Joints J Shall be tongue and groove sealed w. ith f1.eXible gaskets or mastic sealant. Gaskets shall be O-Ring or Type A or B ''Tylox'' confor ing to ASTM C-443 and mastic shall be "Ram-nek", or eqUiVal~1 nt, with primer. The primer shall be applied to all contact surface of the manhole joint at the factory in accordance with the manufa turer's instructions. ~ SANITARY SEWERS 02730-5 S&P Projed No. G124-06-02 t Main Interceptor Upgrade Replacem t Phase II Augusta Utilities Project No. 00007 G. Pi e Conn ctors: ~ For precas manholes - Resilient, complying with ASTM C 923. For fibergl ss reinforced manholes, see section 02732. PART 3 - EXECUTION 3.01 INSTALLATION F IDENTIFICATION: A. General: 3.02 During bac~-fimngltop-soiling of sanitary sewage systems, install continuous undergrou~?-type plastic line marker, located directly over buried line at 6" to a" below fi~ished grade. FPIPE AND FITTINGS: A. General: Install pi pi g in accordance with governing authorities having jurisdiction, re more stril1genfrequirements are indicated. - B. i Inspect piptng beforeinstalhation to. detect apparent defects: Mark defective materials w th white paint and promptly remove from site. C. Lav Pipe: D. Lay Pipin~^reginning at low point of system, true to grades and alignment indicated, _fth unbroken continuity of invert. Bell Ends: I Place bell ~ridS or:~ro6ve ends of ~i~ing. faci~9 upstream. Gaskets: I .I.n. s. t.... a... ..I..I.........g.a.......s.... k.. .... .........t.s........... in...... .8... ....c.... ...cordance with..... ma~u~acturer'.s recom.mefl?ations for use of lubricant ,cements, and other special Installation requirements. Ductile Ifon~: i Install in adcordance with 1994 DIPRA, "Installation Guide to Ductile Iron Pipe". I I I I I E - SANITARY SEWERS 02730'-7 S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 ~ 3.03 SANITARY MANHOLES: The following installation procedures are for precast concrete manholes. For fiberglass-reinforced manhole tee-bases, see section 02732. A. General: Place precast concrete sections as indicated. Where manholes occur in pavements, set tops of frames and covers flush with finish surface. Elsewhere, set tops 3" above finish surface, unless otherwise indicated. B. Installation: Install in accordance with ASTM C 891. C. Rubber Joint Gasket: Provide rubber joint gasket complying with ASTM C 443 at joints of sections. o. Stone Beddinq: - ...} Precast manholes shall be bedded on not less than 6 inches of compacted crushed stone. The crushed stone shall extend not less than 6 inches outside the walls of the manhole and under the entire length of pipe within the excavation for the manhole. E. Drop Manholes: Drop manholes shall be built at the locations and in conformance with the details shown where the difference in ';invert elevation between incoming pipe and manhole invert is more that 2 feet. The drop pipe shall be the same size as the influent sewer. Payment for drop manholes will be made at the unit prices for the various depths stated in the Proposal, and shall include all necessary pipe, pipe fittings, concrete encasement of drop pipe, extension of manhole base slab and compacted crushed stone under sewer spanning the manhole excavation. 3:04 CONCRETE ENCASEMENT OFPIPE: Where called for on the Plans. sewer pipe shan be completely encased with concrete. The trench shall first be excavated not less than 6 inches below the bell of the pipe and the pipe laid to the line and grade on concrete blocking. Concrete shall then be placed to the full width of the trench, but in no case less than 6 inches from the pipe bell on either side of the trench, and to a height of not less than 6 inches above the top of the pipe bell. No backfill material shall be placed in the trench for a period of at least 24 hours after the concrete encasement has been t SANITARY SEWERS 02730~9 S&P Project No. G124-o6-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 ~ The Contractor, at his option, may air test the sanitary sewer line before backfilling to aid the Contractor in checking for any defects. The testing for acceptance and compliance with the contract specifications will be performed after. backfilling has been. completed. If the line does not. meet or exceed the test requirements, the Contractor shall make repairs to the line as necessary, and shall retest the line at no additional cost to the Owner. The. procedure for conducting a.n air test shan be as follows: 1. Clean the pipe section (manhole to manhole reach of sewer) being ~ested. by . propelli~g.. a.~nug-fittinginflated ... ball, ..or. other adequate method, through the pipe with water> It is important that the pipe be thoroughly wetted .if consistent r~sults are .to be expected. 2. Plug all pipe outlets with pneumatic plugs. The pneumatic plugs shall be able to resist internal testing pressures without requiring external bracing. Give special attention to laterals. 3. Introduce air slowly to the section of pipe under evaluation until the internal air pressure is raised to 4.0 psig plus any increase required by a high groundwater level. ~. 4. Allow the air pressure to stabilize. Air may be added slowly to maintain a pressure between 3.5 and 4.0 psig for two minutes. 5. After the stabilization period, when the pressure reaches exactly 3.5 psig, the stopwatch is started, and when the pressure reaches exactly 2.5 psig the stopwatch is stopped. 6. If the time required for a one pound pressure drop is not less than the allowable time for the pipe section under test to lose air, the section shall pass the leakage test. 7. All persons conducting an air test must be made aware of the fact that an air test may be dangerous if improperly conducted. 8. Air Testing Table: Table 1 will be used to determine the required test duration for the section of line being tested. Tables 1. Explanation of Tables a. Column A: Nominal diameter of pipe (any pipe material). b. Column B: Minimum duration of air test regardless of length of line segment being tested. (e.g., 250 feet of 8" PVC: test duration 3 min. 47 sec.) ~ SANITARY SEWERS 02730.::11 ~. ~. ::: - 4l <b '" .c 0. C 4l EI'- ~g N -g-f5 9-0:: 0 CO,4l Z 0."'0 _ ~"'~.~ .,-: Co e Cl::Jo. 0<.9 ~ 3a.~ ~.~5 '~-'~ 19 (1.;._(1] ~':-;~ g, CIl2<( ..- I o (") l'- N o UJ ...J en j:5 W 0::: ::J C/) C/) W 0:: (") 0... 0 LLO~ 0~<jT C/) ..- Cl)Wo:: aNo ~C/)LL 0::0::0 oow LLLLI- OLO<{ wC'iO 0:::00 ::JI-Z O(9w w-o... 0::C/)- 0...0... WLOLL ~MO I-~:r: ZOI- 00::(9 I-LLZ <{ UJ o ...J LL o UJ 0... C/) q::: 0 LO V q::: 0 0 v U <D q::: l/I 0 .!: LO .s C") c ~ q::: 0 -'= 0 en 0 C") d :5 q::: -0) Wc 0 ~<D LO ...J N l... .E OJ q::: E 0 1= 0 c N .Q 1ii u q::: l;:: .13 0 OJ LO Cl. ..-- en q::: 0 0 ..-- 0-,= 4-__ -OJ o)u OEcOJ ~i=!11~ ::; . CD 0) .....cE E- U c .E ~ E::I "1-- :s ~~ ..::: 'EOJc_ iil:~ ::IE'~ ~ ~ ~2 1-61/1 I _<DEl..._ ~.e-.~ 2 c O-OOJ= C")NNv cnN..--(Ol'-vl'-l'-C") vLO LO..--vLOvOLO..--..--LOOLONNO ~MLriO:iNoO:iCri~,;,tOcDLriLrir=-.: ..--NNC")LO(OOOcn..--C")LO ..-- ..- ..- C")"-VVVOOOOVLONC")ovN(O LOLOOLONvC")LOC")v..--..-C")NC") ~NLrir=-.:.;..:t-:M,;,tLrir=-.:~cDNOCri ..-..-NC")vLOI'-COONC") ~~..- C")O(OLOCOLO(ONC")Ocnvvcncn LOLONLOvC")NC")LOC")..-Nv..-O ~N,;,tcDCriLriNoCrioNLriCrit.ciN ..-NMMLO(oI'-OOON ..-- ..-- C")OCO(OC")..-v..-..-(OLOoolb(ON LO LO V LO C") N ..- ..- ..- ..- N. C") LO ..- V ~ N M Lri O:i M Cri cD ,;,t M M. ,;,t cD 0 ,;,t ..-..-NC")vLO(Ol'-cnO ..- OO..--cnOV..-N(OVLO Mal'- I'- 00, 0 0 v C") 0 C") LO 0 ..- ..- LO LO V LO 0 "- ." .. .. -. ." ". .. .. .. ...."".. ....-(O..--CO(OvC") v LOI'- ..- N C") V 1'-..-..- N N C") ~.LO (0 I'- 00 C")OI'-C")N~cnI'-OO..-I'-(oI'-..-OO LOLOv~~LOvNvLOC")LO..-..-v ~NM,;,tLriO:iNr=-.:NO:iLriM';":oCri ..--..-NNC")~LO(o(o C")OI'-MOLOI'-LOI'-OOC")O'lOOcn..-- LOLO~~~OC")OLOC")~"--NON ';":NM,;,tLrir=-.:CriMr=-.:~cDNO:iLriN ..--..-NNMC")vLO C")OI'-C")O~OLOVLOOOC")O'll'-v LOLO~v~OC")LONNvC")C")LOLO ';":NM;,fLrit-:O:iCri';":;,ft-:';":LriCi,;,t ..-..--..--NNC")M ...J...J...J...J...J...J...J...J...J...J...J...J...J...J...J OI'-OI'-O'l..--(oLOI'-C")C")(o~vO'l O'lN(oOOOI'-~C")C")LOOONOOLOC") ..-~I'-..--I'-(oOONOO(o(oO'lC")OO . . ....:...:Ne0t.cicricx:iciNt.cio:ici ..--r--r-~N 1'-00COO'lO'lO'lC")vcnOOON<D..-1'- O'lO'lO'lMO'lLOM..-O'lOOOOI'-(oCOLO LO(Y')NN"(""--r--r-~ C")OI'-C")OLOOLOOLOOLOOLOO LOLOV~~OMLONv..-MONLO ~NM,;,tLrit-:O:iCri~N,;,tLrit-:O:iCri oc- ~ ..- ~ 't"- or- ..- ~(oOOONi.OOO""VI'-OMCOO'lN ..--..--..-..--NNNMMMMv "<i (0 LO I I'- LO LO Cl. Cl. -l/I c .Q ]! rn 1il c OJ Cl. c: .... OJ ~ <D (J) ~ Z 0) c ~ OJ r- l...- <D 'w l/I E ro 0:: N I'- O'l ..- 'C Cl. <C ~ ci z -.i" v o > ro c l... ::I o J U. () 0- S E o l... '+- !11 ..a ro I- t"? ..- 1 o t"? l'- N o CJ) 0::: W S w CJ) >- a: <( !:: Z <( CJ) S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 - G. Visual Inspection and Individual Joint Testinq , Pipes 36 inches and larger in diameter shall be visually inspected and air tested at each joint using a CHERNE Air LoC@ Joint Tester (or equal approved by Augusta Utilities Department). Joint acceptance testing shall be conducted in accordance with ASTM C 1103, Standard Practice for Joint Acceptance Testing of Installed Precast Concrete Pipe Sewer Lines. The test is intended to indicate whether or not the joints have been properly constructed. The joint to be tested is to be covered on the inside of the pipe by a ring with two end element sealing tubes. Air or water, at low pressure, is introduced through a connection on the ring, into the annular space between the ring and the joint, to a specified pressure. Once the pressure has stabilized, the amount of air, or water loss in a specified time lapse determines the acceptability of the joint. The test is a go/no go test. To ensure consistent results, the joint and the interior joint surface should be free of debris, and the interior surface should be wetted. The use of compressed air may be dangerous if the sewer line is not properly prepared, and proper procedures are not followed. It is imperative that all pressures be relieved completely, prior to loosening the test apparatus for removal. The lines pressuring the two element sealing tubes are to be separate from the lines that pressurize the void. All recommendations and procedures stated by the apparatus manufacturer should be followed. To reduce hazards and avoid over- pressurization, the line pressurizing the void volume should include a pressure relief device. E. Manhole Testinq Tee-base manholes, located along the FRPM pipe, shall be tested concurrently with testing of the pipe, and in accordance with 3.050 Visual. Inspection and Individual Joint Testinq of this section. All other manholes shall be free from visible leakage and vacuum tested as described below in this subsection, prior to acceptance. Plugging all inlets and outlets: Plug all inlets and outlets, excluding the manhole top access, using pneumatic or mechanical plugs. Plugs shall be rated for the pressure required in the test. The Engineer or Authorized Engineers representative shall be notified at least 48 hours before tests are conducted. , Testing Equipment and Procedure: Contractor is to furnish all necessary testing equipment and perform tests in a manner satisfactory to the Engineer. Provide an arrangement of testing equipment which will provide observable and accurate measurements of air leakage under specified conditions. Gauges for the vacuum testing shall be calibrated with a standardized testing gauge prior to testing. The calibration shall either be witnessed by the Engineer or Certified as being calibrated by licensed calibration technician. SANITARY SEWERS 02730:"15 S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 ~. Defects such as high and low spots, joint separations, offset joints, chipped ends, cracked or damaged pipe, infiltration points and debris in lines shall be corrected by the contractor, at his expense. For joint separations, low spots, and chipped ends, the following maximum acceptable limits shall apply. . Joint Separations - % inch · Low Spots - % inch maximum depth for pipes less than or equal to 12 inches in diameter; 1 inch maximum depth for pipes greater than 12 inches in diameter. . Chipped Ends - % inch 1. The complete job is ready for television inspection when the following work has been completed: J .. a. All sewer pipelines are installed and backfilled b. All structures are in place, all channeling is complete and pipelines are accessible from structures c. All other underground facilities, utility piping and conduits are installed d. Final street subgrade and/or trench backfill is complete and ready for asphaltic concrete paving. e. Pipelines to be inspected have been preliminary balled and flushed or cleaned with a high pressure cleaner. f. Final air test has been completed and approved. 2. When the above work is complete, the Contractor shall arrange for the television inspection. 3. The Contractor shall notify the Augusta Utilities Department in writing 24 hours prior to the scheduled date of the television inspection. 4. After conditions "a" thru "f as outlined in "1" above are met, the entire job will be initially televised and videotaped in the presence of the Augusta Utilities Department. Water shall be introduced into the pipeline as approved by the Augusta Utilities Department. The tapes and reports shall be delivered to the. Augusta Utilities Department immediately after completion of the television inspection. 5. Videotapes will be %-inch VHS format magnetic tape and the audio and video portions will be free of electrical interference and. excessive background noise. J 6. The audio report shall be recorded by the operating technician on the videotapes as they are being produced and shall include the location of the sewer, the names and numbers of the manholes involved, the direction of travel and a description of all lateral locations and conditions in the sewer line as they are encountered. SANITARY SEWERS 02730-17 ~ S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 02731 - FIBERGLASS REINFORCED POLYMER MORTAR PIPE 1.01 DESCRIPTION: Fiberglass Reinforced Polymer Mortar (FRPM) Piping Systems are designed for gravity sewer applications for sanitary sewer systems, storm sewers and industrial applications. 1.02 REFERENCE SPECIFICATIONS: This specification references American Society of Testing and Materials (ASTM) standard specifications, which are made a part hereof by such reference and shall be the latest edition and revision thereof. ASTM 04161 Standard Specification for "Fiberglass" (Glass-Fiber- Reinforced Thermosetting-Resin) Sewer Pipe Standard Specification for "Fiberglass" (Glass-Fiber- Reinforced Thermosetting-Resin) Pipe Joints Using Elastomeric Seals. . Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel Plate Loading. ASTM D2412 ~ 1.03 SUBMITTALS: A. Contractor shall submit load and pipe calculations confirming selected pipe behavior. Load calculations shall include, but not limited to, buckling resistance, pipe deflection, pipe wall strain cracking and wall crushing load. All design calculations shall be sealed by a Registered Professional Engineer of the state where the work is being performed. B. Product data submittals to include the following are as a minimum: 1. Details of the proposed pipe. 2. Details of proposed manholes. 3. Properties, strengths, etc. of the pipe. 4. Joint detail drawing, including maximum interior joint gap opening, in the deflected position and in the straight alignment. 5. Instructions on storage,handling, transportation, and pipe installation. 6. Standard catalog sheets. 7. Gasket type and composition showing ability to withstand the chemicals and conditions within sanitary sewers. 8. Pipe laying schedule. 9. Connections to all proposed structures including water stop. ~ FIBERGLASS REINFORCED POLYMER MORTAR PIPE 02731-1 S&P Project No. ~124-Q6-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 ~ 2.03 GRAVITY SERVICE - DIRECT BURY INSTALLATION A. Pipes: Manufacture pipe by the centrifugal casting process to result in a dense, non-porous, corrosion-resistant, consistent composite structure. The pipes shall be manufactured in accordance with ASTM 03262. 1. The actual outside diameter for 18- to 48-inch pipes shall be equivalent to ductile iron pipe of the same size in accordance with ASTM 03262. For pipes greater than 48-inch diameter, outside diameter shall be as indicated in manufacturer's literature. 2. Pipe shall be supplied in nominal lengths of 20 feet. Actual laying length shall .be nominal plus 1 to minus 4 inches. At least 90 percent of the total footage of each size and class of pipe, excluding special order lengths, shall be furnished in nominal length sections. 3. Minimum wall thickness shall be Class SN 46. or stated design thickness ,whichever is greater. 4. Pipe ends shall be square to the pipe axis with a maximum tolerance of 1/8-inch. ~ B.Joints: Unless otherwise specified, the pipe shall be field connected with fiberglass sleeve couplings that utilize elastomeric sealing gaskets made of EPDM rubber compound as the sole means to maintain jointwatertightness. The joints must meet the performance requirements of ASTM 04161. Joints at tie-ins, when needed, may utilize fiberglass,gasket.:.sealed closure couplings. 1. Where pipe is connected to ductile iron pipe; joints shall be as detailed on the Drawings, in accordance with manufacturer's recommendations. C. Fittings: Flanges, elbows, reducers, tees, wyes, laterals and other fittings shall be capable of withstanding all operating conditions when installed. They may be contact molded or manufactured from mitered sections of pipe joined by glass-tiber-reinforced overlays. 1. Ductile iron pipe fittings as specified in Section 02720, Storm Sewage Systems, may be used. 2.04 GRAVITY SERVICE - JACKING INSTALLATION A. Pipes: Manufacture pipe by the centrifugal casting process to result in a dense, non-porous, corrosion-resistant, consistent composite structure: The pipes shall be manufactured in accordance with ASTM 03262. 1. The actual outside diameter for 18- to 48-inch pipes shall be equivalenttb ductile iron pipe of the same size in accordance with ASTM 03262. For pipes greater than 48-inch diameter, outside diameter shall be as indicated in manufacturer's literature. 2. Pipe shall be supplied in nominal lengths of 20 feet. Actual laying length shall be nominal plus 1- to minus 4-inches. At least 90 percent of the total - FIBERGLASS REINFORCED POLYMER MORTAR PIPE 02731-3 S&P Project No. G124-D6-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 ~ B. Pipe Handlino: Use of slings, ropes or forklift is recommended. Do not use chains or cables. C. Jointino: 1. Thoroughly clean the pipe bell coupling grooves and rubber gaskets to ensure no dirt is present. 2. Apply a pipe lubricant to the pipe ends and gaskets. Use only the lubricant supplied by the manufacturer. 3. Use suitable methods to push or pull the pipes together without damaging the pipes. Do not exceed forces recommended by the manufacturer for coupling the pipe. 4. Join pipes in straight alignment then deflect to required angle. Maximum deflection angle shall not exceed 3/4 degrees, unless otherwise permitted by the manufacturer. 3.02 FIELD TESTING: A. Infiltration/Exfiltration Test: Maximum allowable leakage shall not exceed local specification requirements. B. Low Pressure Air Test: After completing backfill of a section of gravity sewer line, conduct a Line Acceptance Test using low pressure air. The test shall be performed using the below stated equipment, according to state procedures and under the presence of ENGINEER with 48 hours advanced notice provided. 1. Pneumatic plugs shall have a sealing length equal to or greater than the diameter of the pipe to be inspected. 2. Pneumatic plugs shall resist internal bracing or blocking. 3. All air used shall pass through a single control panel. 4. Three individual hoses shall be used for the following connections: a. From control panel to pneumatic plugs for inflation. b. From control pan~1 to sealed line for introducing the low pressure air. c. From sealed line to control panel for continually monitoring the air pressure rise in the sealed line. 5. Procedures: a. All pneumatic plugs shall be seal tested before bein~;f used in the actual test installation. One length of pipe shall be laid On the ground and sealed at both ends with the pneumatic plugs to be checked. Air shall be introduced into the plugs to 25 psi. The sealed pipe shall be pressurized to 5 psL The plugs shall hold against this pressure without bracing and without movement of the plugs out of the pipe. b. After a manhole to manhole reach of pipe has been backfilled and cleaned and the pneumatic plugs are checked/by the above procedure, the plugs shall be placed in the line ateach manhbleand inflated to 25 psi. Low pressure air shall be introduced into this sealed line until the internal air pressure reaches 4 psi greater than the average back - ~ FIBERGLASS REINFORCED POLYMER MORTAR PIPE 02731-5 S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 ~ 6. Individual Joint Testing: For pipes 36-inch and larger; individual joints may be pressure tested with a portable joint tester. Individual joint testing shall be conducted in accordance with Section 02730, Sanitary Sewers. 7. Deflection - Maximum allowable long-term deflection shall not exceed 3 percent of the initial diameter. END OF SECTION 02731 J - FIBERGLASS REINFORCED POLYMER MORTAR PIPE 02731-7 S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 - SECTION 02732 - FIBERGLASS REINFORCED POLYMER MORTAR MANHOLE (FRPM) PART 1 - GENERAL 1.01 DESCRIPTION OF WORK: A. Section includes fiberglass reinforced polymer mortar manhole tee bases. 1.02 REFERENCES: A. ASTM 03753 - Standard Specification for Glass-Fiber-Reinforced Polyester Manholes and Wetwells B. ASTM 03262 - Standard Specification' for "Fiberglass" (Glass-Fiber- Reinforced Thermosetting Resin) Sewer Pipe C. ASTM 04161 - Standard Specification for "Fiberglass" (Glass-Fiber- Reinforced Thermosetting Resin) Pipe Joints Using Flexible Elastomeric Seals D. ASTM 02412 - Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel Plate Loading - 1.03 SUBMITTALS: A. Product Data: Submit manufacturer's technical product data and installation instructions for manhole system materials and products. C. Shop Drawings: Submit shop drawings for manhole systems, showing materials, size, locations, and inverts. Include details of manhole layers, segmented manholes, manhole bottoms, bench areas, and stub-outs alldconnections. 2.01 MANUFACTURERS A. Acceptable Manufacturers: Subject to compliance with requirements, manufacturers offering products which may be incorporated in the work include, but not limited to, the following: 1. L.F. Manufacturing, Inc. - FIBERGLASS REINFORCED POLYMER MORTOR MANHOLES 02732....1 S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 G. Stubouts and Connections: Where indicated on Drawings, stubout or connection pipe must be performed by sanding, priming, and using resin fiber-reinforced hand lay-up. The resin and fiberglass shall be the same type and grade as used in the fabrication of the fiberglass manhole. Inserta-Tee fittings may be requested and installed per manufacturer's instructions. Kor-N-Seal boots may be installed by the manhole manufacturer using fiberglass reinforced pipe stubouts for the Kor-N-Seal boot sealing surface. H. Manhole Bottom: Fiberglass manholes will be required to have resin fiber- reinforced bottom. Oeeper manholes may require a minimum of two fiberglass channel stiffening supports. All fiberglass manholes manufactured with a fiberglass bottom will have a minimum 3-inch wide anti-flotation ring. The manhole bottom shall be a minimum of % inch thick. I. Fiberqlass enclosed invert and bench area: A fiberglass enclosed invert and bench area shall be installed in the manhole by the manufacturer. The invert will be formed using a non:.corrosive material and completely enclosed in a minimum 1/4-inch layer of fiberglass chop. J. Heiqht Adiustment: Fiberglass manholes must have the ability to be height adjustable with the use of a concrete height adjustment ring. Height adjustment can be made as a field operation without the use of uncured resins or fiberglass lay-ups. Fiberglass manholes must maintain all load and soundness characteristics required by AS.T.M. 03753 after height adjustment has occurred. K. Interior Access: All manholes shall be designed so that a ladder or step system can be supported by the installed manhole. 1. All manholes risers shall have steps constructed from non-corrosive aluminum alloy equivalent to Neenah R-1982-W or polypropylene equivalent to M.A Industries, Type PS-1 or PS-1-PF. The steps shall be installed at the factory and in accordance with the recommendations of the step manufacturer. Manholes will not be acceptable if steps are not installed accordingly, and properly aligned vertically. Manwav Reducer: Manway reducers will be concentric with respect to the larger portion of the manhole diameters through 60 inches. Larger manholes may have concentric or eccentric manway reducer openings. Cover and Rinq Support: The manhole shall provide an area from which a concrete grade ring or brick can be installed to accept a typical metal ring FIBERGLASS REINFORCED POLYMER MORTOR MANHOLES 02732:.3 S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 C. Wall Thickness: Fiberglass manholes 48" in diameter and up to 20 feet in depth will have a minimum wall thickness of 0.3125 inches. Fiberglass manholes 48" in diameter and 20 feet to 30 feet in depth will have a minimum wall thickness of 0.5 inches. O. Diameter Tolerance: Tolerance of inside diameter shall be +/- 1% of required manhole diameter. E. Load Ratinq: The complete manhole shall have a minimum dynamic-load rating of 16,000 Ibs.(HS-20) when tested in accordance with AS.T.M. 37538.4 (note 1). To establish this rating the complete manhole shall not leak, crack, or suffer other damage when load tested t040,000 Ibs. and shall not deflect vertically downward more than 0.25 inch at the point of load application When . loaded tel24,OOO Ibs. 1. Where manholes are located within 10-feet of the edge or under the roadway, they shall be c:apableofwithstanding HS-20 load rating. F. Stiffness: The manhole cylinder shall have the minimum pipe-stiffness values shown in the table below when tested in accordance with ASTM D3753, 8.5 (note 1 ); LENGTH.;..FT. 3 -6.5 7 - 12.5 13 - 20.5 21 - 25.5 26 - 35 F/AY - PSI 0,75 1.26 2.01 3.02 5.24 G. Soundness: In order to determine soundness, the manufacturer shall apply an air or water pressure test to the manhole test sample. Test pressure shall not be lessthan3psig or greater than 5 psig. While holding at. the established pressure, inspect the entire manhole for leaks. Any leakage throiJ'gh the laminate is cause for failure of the test. Refer to ASTM D3753, 8.6. H. Chemical Resistance: The fiberglass manhole and all related components shall be fabricated from corrosion proof material suitable for atmospheres containing hydrogensulfide.anddilute sulfuric acid as well as other gases associated with the wastewater collection system. FIBER.GLASS REINFORCED POLYMER MORTOR MANHOLES 02732-5 S&P Projed No. G124-o6-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Projed No. 00007 lowered into the wet concrete and brought to plumb; Pour reinforced concrete over the anti-flotation flange. The concrete shall be a minimum of one foot deep and two feet from outside wall of the manhole. More concrete may be required in high water tablef areas. In high water table areas you should consultyolJr Engineer for backfill requirements. B. Internal Bottom Channel Stiffeninq Supports: Manholes with internal bottom. FRP Channel stiffening supports will require that concrete be poured on the inside.. of the manhole to a depth equal . to that of the stiffening support. This is typically 4 - 6 inches. This is NOT required on manholes that have a factory installed integral fiberglass bench and invert area. C. Concrete Encasement of Tee Base: After assembly to the line pipe, encase the tee base in concrete to support the riser structure and to prevent distortion of the tee base from overburden loads. 1. Tee base manholes shall be encased with concrete as shown in the plans. The trench shall first be excavated not less than 6 inches below the manhole and the tee base laid to the line and grade on concrete blocking. 2. Concrete shall then be placed to the full width of the trench, but in no case less than 6 inches from the manhole on either side of the trench, and to a height so that only the indicated length of the riser neck remains exposed. 3. No backfill material shall be placed in the trench for a period of at least 24 hours after the concrete encasement has been placed. ~. D. Load Ratinq: After the manhole is set, risers that require load rating shall be reinforced in the field by the Contractor in accordance with Manufacturer's instructions. This may include installation of reinforced concrete or precast adjustment rings in order to achieve load ratings. Manufacturer's Representative shall inspect the load rated application for conformance to their requirements prior to roadway or finished surface placement. 3.03 BACKFILL: A. Backfill Material: Unless shown otherwise on drawings and approved by the engineer, sand, crushed stone, or pea gravel shall be used for backfill around the manhole for a minimum distance of one foot from the outside surface and extending from the bottom of the excavation to the top of the reducer section. Suitable material chosen from the excavation may be used for the remainder of the backfill. The material chosen shall be free of large lumps or clods, which will not readily break down under compaction. This material will be subject to approval by the engineer. ~ FIBERGLASS REINFORCED POL YMERMORTOR MANHOLES 02732-'-7 S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 02733 - FIBERGLASS REINFORCED POLYMER MORTAR JACKING PIPE PART 1 - GENERAL Section includes fiberglass reinforced polymer mortar jacking pipe. 1.01 REFERENCES: A. ASTM 03262 - Standard Specification for "Fiberglass" (Glass-Fiber- Reinforced Thermosetting Resin) Sewer Pipe. B. ASTM 04161 - 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 PART 2 - PRODUCTS 2.01 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 B. Glass Reinforcements: The reinforcing glass fibers used to manufacture the components shall be of highest quality COrl1 mercia I 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 effect the performance of the product E. Elastomeric Gaskets: Gaskets shall meet ASTM F477 and be supplied by qualified gasketmahufaCturersandbe.. suitable for the service intended. 2.02 MANUFACTURE AND GONSTRUCTION: A. Pipes: ManufaCture pipe by the centrifugal casting process to result in a dense, nonporous, corrosion-resistant, consistent composite structure. FRPM JACKING PIPE 02133::'1 S&P Project No. G124-06-o2 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 2.05 OWNER INSPECTION: A. The Owner or other designated representative shall be entitled to inspect pipes or witness the pipe manufacturing. B. 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. 2.06 PACKAGING, HANDLING AND SHIPPING: Packaging, handling and shipping shall be done in accordance with the manufacturer's instructions. PART 3 -INSTALLATION 3.01 GENERAL: The installation of pipe and fittings shall be in accordance the plans and specifications and the manufacturer's requirements. 3.02 PIPE HANDLING: Use textile slings, other suitable materials or a forklift. Use of chains or cables in not recommended. 3.03 JOINTING: Clean ends of the pipe and joint components. Apply joint lubricant to the bell interior surface and the elastomeric seals. Use only lubricants approved by the pipe manufacturer. Use suitable equipment and end protection to push the pipes together. Do not exceed forces recommended by the manufacturer for joining or pushing pipe. 3.04 FIELD TESTS: All field testing shall be in accordance with Section 02730 of these specifications. 3.04 MEASUREMENT AND PAYMENT: Measurement and payment for items provided under this Section shall be in accordance with Section 01150. END OF SECTION 02733 ~ FRPM JACKING PIPE 02733-3 S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 02734 - PROFILE WALL POLYETHYLENE PIPE PART 1 - GENERAL 1.01 DESCRIPTION: Profile Wall Polyethylene Piping Systems are designed for gravity sewer applications for sanitary sewer systems, storm sewers and industrial applications. A. This specification section is only to be used as part of Alternative NO.1. 1.02 REFERENCE SPECIFICATIONS: This specification references American Society of Testing and Materials (ASTM) standard specifications, which are made a part hereof by such reference and shall be the latest edition and revision thereof. ASTM 02321 Standard Practice for Underground Thermoplastics Pipe for Sewers and Flow A lications. Specification for Polyethylene (PE) Large Diameter Profile Wall SeWer and Drain Pipe. Specification for Polyethylene Plastics Pipe and Fittings Materials. ASTM F894 ASTM 03350 ISO 9001 :2000 Quality management systems- Requirements 2.01 ACCEPTABLE MANUFACTURER: Subject to compliance with requirements, manufacturers offering fiberglass reinforced polymer pipe which may be incorporated into the work, but are not limited to, the following: A. Weholite. B. No "or equals" or substitutions will be permitted for this Project. . A. The pipe shall only be manufactured from a high density polyethylene material which meets or exceeds the minimum cell classification requirements for base materials as specified in ASTMF894 when classified in accordance with ASTM 03350. Manufacturer shall certify that the materials used to manufacture pipe and fittings meet these requirements. PROFILE WALL POLYETHYLENE PIPE 02734-'1 S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 E. The pipe shall be homogenous throughout and free from visible cracks, holes, foreign inclusions or other injurious defects. The pipe shall be as uniform as commercially practical in color, opacity, density and other physical properties. 2.04 JOINING AND CONNECTING A. Joints between profile cut 'end treatments' on pipes and fittings shall be made in the field, by the pipe manufacturer's 'joining technicians' using appropriate extrusion welding procedures. Each individual performing welding must be acknowledged by the Manufacturer as having the necessary skills to undertake the work. B. Surface Preparation: Areas to be joined shall be dean and dry. The pipe ends to be welded must Rave a 9Qo weld bevel (450 on abutting faces) with a depth that is a minimum of 1.5 times the thickness of the pipe wall that is being welded. When a pipe is cut to length on site, the weld bevel preparation shall be part of the preparation for welding;. The weld bevel may be produced using a router or by grinding. All surfaces that Will receive extrusion weld material shall be abraded using a hand scraper or grinder to remove surface oxidation that may have occurred subsequent to the weld bevel preparation. C. Weldinq Methods: 1. 'Manual' 10 weld only. D. Manual Extrusion Weldinqon ID: 1. External band clamps may be used to assist with pipe alignment. The external clamp shall be .placed by the contractor under the direction of the KWH Pipe joining technicians. Temporary internal braces or jacks may also be used to assist with pipe wall alignment. Pipe ends shall be positioned to align the notches and to provide the maximum amount of surface contact between adjacent pipe faces while minimizing or eliminating the space between pipe ends. Welding is completed by KWH Pipe joining technicians using the manual extrusion welding procedure recommended by the pipe manufacturer on the inside bevel that follows the profile winding. E . Joininq of FittinQs: Fittings - including Wyes; Tees, Elbows and other custom fittings, shall be produced at the manufacturer's facilities. On site joining shall be carried out as described above, A. PE Manholes: Pipe shall be welded to PE manholes by manLlal extrusion welding techniques on both the outer diameter of the manhole and the inner diameter of the manhole. PE manholes may be pre-benched in the PROFILE WALL POLYETHYLENE PIPE 02734-3 S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 codes. All necessary precautions shall be taken to ensure a safe working environment. E. Foundation and Grade: Pipe shall be laid on astable foundation that provides continuous support to the pipe. Unstable trench bottom soils shall be removed and a 6" bedding of Class 'IB' or bettermaterial as defined in ASTM D2321, shall be placed as a bedding base (foundation). Excess groundwater shall be removed from the trench before laying the bedding and pipe. A trench cut in rock or stony soil shall be' excavated to. 6 " below pipe bOttom grade, and brought back to grade with Class 'iB' or better material/ All protrusions, boulders and large stones shall be remOved. The bedding shall be graded to the required slope before placing the pipe in the trench. Where bedding must be removed for pipe jointalighment and joining purposes, the bedding shall be replaced and compacted in accordance with the contract requirements. F. Pipe placement and Aliqnment Pipe is to be placed by the contractor to grade and the ends aligned as described in' Part 2. G. Primary Backfill: Primary Backfillinaterial soil type and particle size shall be Class 'IA' to Class' 'IV-A' as described in ASTMD2321 and as limited by Table 2 in that standard,oras described in the contract dOcuments. The primary backfill shall be placed and cOmpacted in6"L 12" lifts to at least 85% Standard Proctor Density or to such other higher density-aS required by the project engineers to enable the design sOil stiffness value to be obtained. The primary backfill shall eXtend b'at least 6" above the pipe crown. During backfillingandcompactihg; care shall be taken to ensure the haunch areas below the spring-line are completely free of voids. H. Final Backfill: Final backfill shall be placed and compacted to finished grade as required by the contract documents. Native soil may be used provided the soil is free of debris, stones, boulders, clumps, etc larger than 3" in their largest dimension up to a height of 24" above the top of the pipe. 3.02 FIELD TESTING: A Infiltration/Exfiltration Test Maximum allowable leakage shall not exceed local specification requirements. B. Low Pressure Air Test After completing backfill of a section of gravity sewer line, conduct a Line Acceptance Test using low pressure air. The test shall be performed using the below stated equipment, according to state procedures and under the presence of ENGINEER with 48 hours advanced notice provided. 1. Pneumatic plugs shall have a sealing length equal to or greater than the diameter of the pipe to be inspected. 2. Pneumatic plugs shall resist internal bracing or blocking. PROFILE WALL POLYETHYLENE PIPE 02734::..5 S&P Project No. G124-06-o2 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 Pipe Diameter In Inches Minutes 18 8.5 20 9.4 24 11.5 30 14.2 36 17.0 42 19.8 48 22.7 54 25.5 60 28.3 63 29.7 66 31.2 69 32.6 72 34.0 84 39.6 Time in minutes = 0.472 D o = Diameter of pipe in inches. c. In areas where ground water is known to exist, the CONTRACTOR shall install capped pipe adjacent to the top of one of the sewer lines. This shall be done at the time the sewer line is installed. Immediately prior to the performance of the Line Acceptance Test, the ground water shall be determined by removing the pipe cap, and a measurement of the height in feet of water over the invert of the pipe shall be taken. The height in feet shall be divided by 2.3 to establish the pounds of pressure that will be added to all readings. L For example, if the height of water is 11-1/2 feet, then the added pressure will be 5 psL This increases the 3.5 psi to 8.5 psi, and the 2.5 psi to 7.5 psL The allowable drop of one pound and the timing remain the same. d. If the installation fails to meet this requirement, CONTRACTOR shall, at their expense, determine the source of leakage. CONTRACTOR shall then repair or replace all defective materials and/or workmanship_ 6. Individual Joint Testing: For pipes 36-inch and larger; individual joints may be pressure tested with a portable joint tester. Individual joint testing shall be conducted in accordance with Section 02730, Sanitary Sewers. 7. Deflection - Maximum allowable long-term deflection shall not exceed 3 percent of the initial diameter. END OF SECTION 02734 PROFILE WALL POLYETHYLENE PIPE 02734-7 S&P Project No. G124-o6-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 1.01 DESCRIPTION OF WORK: A The intent of this document is to specify appropriate design procedures, material specifications and fabrication methods for HOPE manhole structures. 1. This specification section is only to be used as part of Alternative No. 1. 1.02 REFERENCES: This document references the following standard ASTM specifications, which are made a part hereof by such reference and shall be the latestedition and revision. ASTM 01759 Standard Practice for Design of HOPE Manholes for Subsurface Applications. ASTM F894 Specification for Polyethylene (PE) Large Diameter Profile Wall Sewer and Drain Pipe. ASTM F714 Standard Practice or Polyethylene (PE) Plastic Pipe (SDR- PR) Based on Outside Diameter. ISO 9001 :2000 Quality management systems - Requirements 1.03 SUBMITTALS: A Product Data: Submit manufacturer's technical product data and installation instructions for manhole system materials and products. C. Shop Orawinqs: Submit shop drawings for manhole systems, showing materials, size, locations, and inVerts, Include details of manhole layers, segmented manholes, manhole bottoms, bench areas, and stub"'-olJtsarld COnnections. PROFILE WALL POLYETHYLENE MANHOLES (HOPE) 02135-1 S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 l 1. When more than 1 length of riser pipe is used to fabricate the riser, the termination of the helically wound profile that forms the pipe shall be manufactured with a 300 plated end cut. 2_ The pipe shall have a minimum Ring Stiffness Class of 250 Lb./Ft as defined in ASTM F894. 3. The pipe shall be manufactured in such a manner that the pipe is available in lengths from 3-60 feet. A variety of lengths are available to accommodate installation, storage or varying ground conditions. Unless otherwise stated, the standard laying length shall be 50 feet (15 meters). Each standard and random length of pipe in compliance with ASTM F894 shall be clearly marked as such as required by the standard. 4. The pipe shall be homogenous throughout and free from visible cracks, holes, foreign inclusions or other injurious defects. The pipe shall be as uniform as commercially practical in color, opacity, density and other physical properties. 2.03 DESIGN REQUIREMENTS A. Manholes shall be designed in accordance with the requirements of ASTM 01759. The design shall be based on the site conditions identified on the project drawings and / or as identified by the owner. 2.04 FACTORY FABRICATION REQUIREMENTS: A. Manholes shall be factory fabricated to ensure consistency in product assembly. B. All joints in riser pipe sections shall be formed by extrusion welding along the helical 'profile Gut' joints. Unless otherwise specifically noted on the contract documents, the profile winding shall be cut and.. sealed at a 900 angle, prior to extrusion welding of adjacent sections, to prevent flow along the pipe wall helix. C. All joints in solid wall pipe shall be by fusion welding unless specifically stated otherwise on the contract dOcuments. D. All joints between the HDPE base plate, manhole' base slope sections, manhole riser pipe, and mainline pipe extensions, shall be by extrusion welding. All extrusion welds shalrcontormto the requirements of the contract documents and WPS KWH01 (or equivalent). E. MarkinQ and Identification: Each manhole shall be marked on the inside and outside with the following information: 1. Manufacturer's name or trademark. 2. Manufacturer's factory location. PROFILE WALL POLYETHYLENE MANHOLES (HOPE) 02735'-3 . S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utitities Project No. 00007 PART 3 -INSTALLATION 3.01 A Do not drop or impact the manhole. Manhole may be lifted by inserting a 4"x4"x30" timber into the top of manhole with cable attached or by a sling or"choker" connection around the center of manhole, lift as required. Use of chains or cables in contact with the manhole surface is prohibited. 3.02 INSTALLATION: A. Closed Bottom Manhole Installation: Bottom of excavation should be compacted to 95% Standard Proctor Density. Manholes with diameters less than 60 inches and depths less than 12 feet, require a base of 6 inches of crushed stone. Manholes with depths of 1 0 feet and greater, and diameters of at least 48 inches should have a poured reinforced concrete base at least one foot deep and at least two feet larger than fiberglass manhole outside diameter. The manhole shall be lowered into the wet concrete and broughtto plumb. Pour reinforced concrete over the anti-flotation flange. The concrete shall beaminimum of one foot deep and two feet from outside wall of the manhole. More concrete may be required in high water table areas. In high water table areas consult manufacturer's engineer for backfill requirements. R Internal Bottom Channel StiffeninCl Supports: Manholes with internal bottom channel stiffening supports. will.. require that concrete be poured on the inside of the manhole to a depth equal to that of the stiffening support. This is typically 4 - 6 inches. This is NOT required on manholes that have a factory installed integral bench and invert area. C. Concrete Encasementof Tee Base: After assembly to the line pipe, encase the tee base in concrete to support the riser structure and to prevent distortion of the tee base from overburden loads. 1. Tee base manholes shall be encased with concrete as shown in the plans. The trench shall first be excavated not less than 6 inches below the manhole and the tee base laid to the line and grade on concrete blocking. 2. Concrete shall then be placed to the full width of the trench, but in no case less than 6 inches from the manhole on either side of the trench, and to a height so that only the indicated length of the riser neck remains exposed. 3. No backfill material shall be placed in the trench for a period of at least 24 hours after the concrete encasement has been placed. PROFILE WALL POLYETHYLENE MANHOLES (HDPE) 02735'-5 S&P Project No. G124-06-o2 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 SECTION 03310 - CONCRETE WORK PART 1 - GENERAL 1.01 RELATED DOCUMENTS: Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.02 SUMMARY: Extent of concrete work is shown on drawings. 1.03 SUBMITTALS: A. Product Data: Submit data for prop~etary. materials and items, including reinforcement and forming accessories, admixtures, patching compounds, waterstops, joint systems, curing compounds, and others as requested by Engineer. B. Shop Drawinqs: Reinforcement: Submit original shop drawings for fabrication, bending, and placement of concrete reinforcement. Comply with. ACI315 "Mclnual of Staridard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, diagrams of bent bars, arrangement of concrete reinforcernent. Include special reinforcement required for openings through concrete structures. C. Laboratory Test Reports: Submit laboratory test reports for concrete materials and mix design test. 1.04 QUALITY ASSURANCE: A. Codes and Standards: Comply with provisions of following codes, specifications, and standards, except where more stringent requirements are shown or specified: ACI 301 "Specifications for Structural Concrete for Buildings". ACI305 "Hot Weather Concreting-ACl305R (Rev. 1982)." ACI315 "Details and Detailing of Concrete Reinforcement." ~ CONCRETE WORK 03310-1 S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 C. Forms for Unexposed Finish Concrete: Plywood, lumber, metal, or other acceptable material. Provide lumber dressed on at least 2 edges and one side for tight fit D. Forms for Cvlindrical Columns and Supports: Metal, fiberglass reinforced plastic, or paper or fiber tubes. Construct paper or fiber tubes of laminated plies using water-resistant adhesive with wax-impregnated exterior for weather and moisture protection. Provide units with sufficient wall thickness to resist loads imposed by wet concrete without deformation. E. Form Coatinqs: Provide commercial formulation form-coating compounds that will not bond with, stain, nor adversely affect concrete surfaces, and will not impair subsequent treatments of concrete surfaces. F. Form Ties: Factory-fabricated,. adjustable-length, .. removable.. or snap.. off metal.form ties, designed to prevent form deflec:tion~nd.. topreventspalling concrete upon removal. Provide units which will leave no metal closer than 1-1/2" to surface. Provide ties which, when removed, will leave holes not larger than 1" diameter in concrete surface. 2_02 REINFORCING MATERIALS: A. Reinforcinq Bars: ASTM A615, Grade 60, deformed. B. Welded Wire Fabric: ASTM A 185,vvelded steel vvlretabric. C. Supports for Reinforcement: Bolsters, chairs, spacers, and otherdeyj(:esfofsp~cing;supporting,and fastening reinforcing bars andwelde9 wirefabricinplace. Use wire bar type supports complying with CRSlspecifications. 1. For slabs-on-qrade, use supports with sand plates or horizontal runners where base material will not support chair legs. ~ CONCRETE WORK 03310-3 S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 F. Water-Reducinq Admixture: ASTM C494, Type A, and containing not more than 0.1 percent chloride ions. 1. Available Products: Subject to compliance with requirements, products which may be incorporated in the work include, but are not limited to, the following: "WRDA Hycol"; W.R. Grace. "PSI N"; Gifford-Hill/American Admixtures "Eucon WR-75"; Euclid Chemical Co. "Polyheed 907"; Master Builders. "Plastocrete 160";SikaChemical Corp. "Chemtard"; Chem-Masters Corp. "Pro-Kete-N"; Protex Industries, Inc. G. Prohibited Admixtures: Calcium chloride thyocyanatesor admixtures containing more than 0.1 percent chloride ions are not permitted. H. Fibrous Reinforcement: Collated, fibrillated, polypropylene fibers for secondary reinforcement of concrete slabs. 1. Available Products: Subject to compliance with requirements, products which may be incorporated in the work include, but are not limited to, the following: "Forta CR"; Forta Corp. "Fibermesh"; Fiberrriesh, Inc. 2.04 RELATED MATERIALS: A. Waterstops: Provide waterstops where shown. . AlsO provide waterstops in. all expansion joints and in construction joints as required to make structures watertight. Provide 6-inch high polyvinylchlon?eWaterst9ps. ....Polyvinylchloride waterstops of expansion joints shall be ce~terb~lbtypee~ualto.No. 7Gby W.R. Grace and Company, No. 9380LBbySon~ebo/11~Co~tech;R~~-6316 by BoMetals, Inc. or equal and as specified... Polyvinyl. chloridewaterstops for construction joints shall be NO.3 by W.R. Grace and Company, No. 4316 by Sonnebom-Contech, FR- 6316 by BoMetals, Inc., or equal, and as specified herein. Polyvinyl chloride waterstops have the following properties: CONCRETE WORK 03310-5 S&P Project No. G124-06-o2 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 "Sonogrout"; Sonneborn-Rexnord. "Euco-NS"; Euclid Chemical Co. "Supreme"; Gifford-Hill/American Admixtures. "Crystex"; L & M Const. Chemical Co. "Sure-Grip Grout"; Dayton Superior Corp. "Horngrout"; AC. Horn, Inc. "Five Star Grout"; U.S. Grout Corp. E. Liquid type membrane-forming curing compound complying with ASTM C309, Type I, Class A Moisture loss not more than 0.055gr.lsq.cm. when applied at 200 sq ft.lgal. 1. Available Products: Subject to compliance with reqUirernents, products which may be incorporated in the work include, but are notlimited to, the following: "Masterseal"; Master Builders. "Clear Seal"; AC. Horn, Inc. "Sealco 309"; Gifford-Hill/American Admixtures. "J-20 Acrylic Cure"; Dayton Superior. "Sealkure"; Toch Div. - Carboline. "Kure-N-Seal"; Sonneborn-Rexnord. "Klearseal"; Setcon Industries~ "LR-152"; Protex Industries. "Hardtop"; Gifford-Hill. F. Bondinq Compound: Polyvinyl acetate or acrylic base. 1. Available Products: Subject to compliance with requirements, products which may be incorporated in the work include, but are not limited to, the following: 2. Polyvinvl Acetate (Interior On Iv): "Euco Weld"; Euclid Chemical Co. "Weldcrete"; Larsen Products Corp. 3. Acrylic or Styrene Butadiene: "J-40 Bonding Agent"; Dayton Superior Corp. "Everbond"; L & M Construction ChemiCals: "Hornweld"; AC. Horn, Inc. "Sonocrete"; Sonneborn-Rexnord. "Acrylic Bondcrete"; The Burke Co. CONCRETE WORK 03310-7 S&P Project No. G124-00-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 F. Admixtures: 1. Use water-reducino admixture or high range water-reducing (super plasticizer) in concrete as required for placement and workability. 2. Use non-chloride acceleratino admixture in concrete slabs placed at ambient temperatures below 50 deg F (10 deg C). 3. Use hiqh-ranqe water-reducinq admixture in pumped concrete, concrete for industrial slabs, architectural concrete, parking structure slabs, concrete required to be watertight, and concrete with water/cement ratios below 0.50. 4. Use air-entraininq admixture in exterior exPosed concrete, unless otherwise indicated. Add air-entraining admixture at. manufacturers prescribed rate to result in concretea.tpointof placement having total air content with a tolerance of plus-or -minUs 1-1/2 percent within following limits: 5.0 percent (moderate exposure); 6.0 percent (severe exposure) 3/4" max. aggregate. 5. Use admixtures for wa.ter..reducing and set-control in strict compliance with manufacturer's directions. G. Slump Limits: Proportion and design. rnixes to. result in concrete slump at point of placement as follows: Ramps, slabs, and sloping'surfaces: Reinforced foundation systems: 3". Other concrete: Notrnore than 3". Not less than 1" and not more than Not less than 1" nor more than 4". 2.06 CONCRETE MIXING: A Comply with requirements of ASTM C 94, and as herein specified. During hot weather, or under conditions contributing to rapid setting of concrete, a shorter mixing time than specified in ASTM C 94 may be required. ~ CONCRETE WORK 03310-9 S&P Project No. G124-06-o2 Main Interceptor Upgrade Replacement Phase" Augusta Utilities Project No. 00007 F. Exposed Corners and Edoes: Chamfer exposed comers and edges as indicated, using wood, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. G. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses, and chases from trades providing such items. Accurately place and securely support items built into forms. H. Cleaninq and Tiohteninq: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before concrete is placed. Retightening forms and bracing after concrete placement is required to eliminate mortar leaks and maintain proper alignment. 3.03 VAPOR RETARDER INSTALLATION: A. Following leveling and tamping of granular base for slabs on grade, place vapor retarder sheeting with longest dimension parallel with direction of pour. B. Lap joints 6" and seal with appropriate tape. C_ After placement of moisture barrier, cover with granular material and compact to depth as shown on drawings. A. Complv with Concrete Reinforcing Steer Institute's recommended practice for "Placing Reinforcing Bars", for details and methods of reinforcement placement and supports, and as herein specified. Avoiding cutting or puncturing vapor retarder during reinforcement placement and concreting operations. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials which reduce or destroy bond with concrete. C. Accuratelv position, support, and secure reinforcement against displacement by formwork, construction, or concrete placement operations. Locate and support reinforcing by metal chairs, runners, bolsters, spacers, and hangers,asrequired. ~ CONCRETE WORK 03310-11 ~. S&P Project No. G124-06-o2 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 G. Contraction (Control) Joints in Slabs-on-Ground: Construct contraction joints in slabs-on-ground to form panels of patterns as shown. Use saw cuts 1/8" x 1/4 slab depth or inserts 1/4" wide x 1/4 of slab depth, unless otherwise indicated. H. Contraction Joints: Form contraction joints by inserting premolded plastic, hardboard or fiberboard strip into fresh concrete until top surface of strip is flush with slab surface. Tool slab edges round on each side of insert. After concrete has cured, remove inserts and clean groove of loose debris. Contraction joints in unexposed floor slabs may be formed by saw cuts as soon as possible after slab finishing as may be safely done without dislodging aggregate. If joint pattern not shown, provide joints not exceeding 15' in either direction and located to conform to bay spacing wherever possible (at column centerlines, half bays, third-bays). I. Joint Sealant Material: ~- Joint sealant material is specified in Division-7 sections of these specifications. 3.06 PREPARATION OF FORM SURFACES: Clean re-used forms of concrete matrix residue, repair and patch as required to return forms to acceptable surface condition. Coat contact surfaces of forms with a form-coating compound before reinforcement is placed. Thin form-coating compounds only with thinning agent of type, amount, and under conditions of form-coating compound manufacturer's directions. Do not allow excess form-coating material to accumulate in forms or to come into contact with in-place concrete surfaces against which fresh concrete will be placed. Apply in compliance with manufacturer's instructions. Coat steel forms with a non-staining, rust-preventative form oil or otherwise protect against rusting. Rust-stained steel formwork is not acceptable. 3.07 CONCRETE PLACEMENT: A Pre-placement Inspection: ~ CONCRETE WORK .03310-13 ~ S&P Project No. G124-06-o2 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 F. Placina Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation, within limits of construction joints, until the placing of a panel or section is completed. G. Concrete: Consolidate concrete during placing operations so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. H. Slab Surfaces: Bring slab surfaces to correct level with straightedge and strike off. Use bull floats or darbies to smooth surface, free of humps or hollows. Do not disturb slab surfaces prior to beginning finishing operations. I. Reinforcinq: Maintain reinforcing in proper position during concrete placement operations. J. Cold Weather Placinq: ~ Protect concrete work from physical damage or reduced strength which could be caused by frost, freezing actions, or low temperatures, in compliance with ACI 306 and as herein specified. 1 ~ When air temperature has fallen to or is expected to fall below 40 degF (4 deg C), uniformly heat water and. aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F (10 deg C), and not more than 80 deg F (27 deg C) at point of placement. 2. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3. Do not use calcium chloride, salt, and other materials containing antifreeze agents or chemical accelerators, unless otherwise accepted in mix designs. K. When hot weather conditions exist that would seriously impair quality and strength of concrete, place concrete in compliance with ACI 305 and as herein specified. 1. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90deg F (32 deg C). Mixing water may be chilled, or chopped ice may be used to control temperature provided water equivalent of ~ CONCRETE WORK 03310-15 ~. S&P Project No. G124-06-o2 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces occurring adjacent to formed surfaces, strike-off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. 3.09 MONOLITHIC SLAB FINISHES: A. Float Finish: Apply float finish to monolithic slab surfaces to receive trowel finish and other finishes as hereinafter specified, and slab surfaces which are to be covered with membrane or elastic waterproofing, membrane or elastic roofing, or sand-bed terrazzo,. and as otherwise indicated. ~. After screeding, . consolidating, and leveling concrete slabs, do not work surface until ready for floating. Begin floating when surface water has disappeared or when concrete has stiffened sufficiently to permit operation of power-driven floats, or both, Consolidate surface with power-driven floats, or by hand-floating if area is small or inaccessible to power units. Check and level surface plane to tolerances of F 18 - F15. Cufdbwnhigh spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to a uniform, smooth, granular texture. B. Trowel Finish: Apply trowel finish to monolithic slab surfaces to be exposed-to-view, and slab surfaces to be covered with resilient flooring, carpet, ceramic or quarry tile, paint, or other thin film finish coating system. C. Trowelinq: After floating, begin first trowel finish operation using a power-driven trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over surface. Consolidate concrete surface by final hand-troweling operation, free of trowel marks;.uniform in texture and appearance, and with surface leveled to tolerances.of F20 ..;;;. F 17. Grind smooth surface defects which would telegraph through applied floor covering system. D. Non-Slip Broom Finish: Apply non-slip broom finish to exterior concrete. platforms, steps, and ramps, and elsewhere as indicated. ~ CONCRETE WORK 03310-17 ~ S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 manufacturers directions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. Do not use membrane curing compounds on surfaces which are to be covered with coating material applied directly to concrete, liquid floor hardener, waterproofing, dampproofing, membrane roofing, flooring (such as ceramic or quarry tile, glue-d6wrfcarpet), painting, and other coatings and finish materials, unless otherwise acceptable to Engineer. C. Curinq Formed Surfaces: Cure formed concrete surfaces, including undersides of beams, supported slabs, and other similar surfaces by moist curing with forms in place for fullcurillgperiod or until forms are removed. If forms are removed, continue curing by methods specified above, as applicable. D. Curinq Unformed Surfaces: Cure unformed surfaces, such as. slabs, floor topping, and other flat. surfaces by application of appropriatecuringrnethod. ~ Final cure concretesorfaces to receive liquid floor hardener or finish flooring by use of moisture-retaining cover, unless otherwise directed. E. Sealer and Dustproofer: Apply a second coat of specified curing and sealing compound only to surfaces given a first coat. 3.11 REMOVAL OF FORMS: A. Formwork not supportinq weiqht of concrete, such as sides of beams, walls, columns, and similafparts ofthe work, may be removed after cumulatively curing at not less than50degF (10deg C) for 24 hours after placing concrete, provided concrete is sufficiently<hardto not be damaged by form removal operations, and provided curing and protection operations are maintained. B: Formwork supportinq weiqht of concrete, such as beam soffits, joists, slabs, and other structural elements, may not be removed in less than 14 days and until concrete has attained design minimum compressive strength at 28 days. Determine potential compressive strength of. in-place concrete by testing field-cured specimens representative of concrete location or members. ~ CONCRETE WORK 03310-19 ~ S&P Project No. G124-06-o2 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 Repair and patch defective areas with cement mortar immediately after removal of forms, when acceptable to Engineer. Cut out honeycomb, rock pockets, voids over 1/4" in any dimension, and holes left by tie rods and bolts, down to solid concrete but, in no case to a depth of less than 1". Make edges of cuts perpendicular to the concrete surface. Thoroughly clean, dampen with water, and brush;.coat the area to be patched with specified bonding agent. Place patching mortar after bonding compound has dried. 1. For exposed-to-viewslJrfaces, blend white Portland cement and standard Portland cement so that, when... dry, patching mortar ..will match color surrounding. Provide test areaS at inconspicuous location to verify mixture and color match before proceeding with patching. Compact mortar in place and strike-off slightly higher than surrounding surface. B. Repair of Formed Surfaces: ~ Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of Engineer. Surface defects,assuch, include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets; fins and other projectionsonsuITace; and stains and other discolorations that cannot be removed by cleaning. Flush out fOnTl tie holes; fill With dry pack mortar, or precast cement cone plugs secured in place with bonding agent. 1. Repair concealed formed surfaces, where possible, that contain defects that affect the durability of concrete. If defects cannot be repaired, remove and replace concrete. C. Test unformed surfaces, such as monolithic slabS, for.smoothness and verify sur- face plane to tolerances specified for each surface and finish. Correct low and high areas as herein specified. Test unformed surfaces sloped to drain for trueness of slope, in addition to smoothness using a template having required slope. 1. Repair finished unformed surfaces that contain defects which affect durability of concrete. Surface defects, as such, include crazing, cracks in excess of 0.01" wide or which penetrate to reinforcement or completely through non-reinforced sections regardless of width,. spalling, pop-outs, honeycomb, rock pockets, and other objectionablecohditions. 2. Correct hiqh areas in unformed surfaces by grinding, after concrete has cured at least 14 days. ~ CONCRETE WORK 03310-21 - S&P Project No. G124-06-02 Main Interceptor Upgrade Replacement Phase II Augusta Utilities Project No. 00007 F. Compressive Strenqth Tests: Standard 6-inch diameter compression test cylinders shall be made in the field and tested in the laboratory in accordance with ASTM C31, C39 and C172. Test cylinders shall be made in forms provided by the testing laboratory. 1. Advance tests of the concrete shall be made. Six standard 6-inch compression cylinders, 3 to be tested in 7 days and 3 at 28 days, shall be made with the proportioning and m8terials proposed to be used for each of the principal mixes required for the work: The 'slump shall not be less than the greatest slump expected to be used in the structure for each otthe mixes. The tests made on the aggregates, as required above, may be made a part of these tests, if suitably referenced on the reports, which shall be issued for 7 and 28 day tests. These tests shall be repeated, ifnecessary,because of changes in material or unsatisfactory results. The advance. testing may be waived at the request of the Contractor and with the Engineer's approval if the concrete is being produced by an established ready-mix plant with suitable records of mixes and testing and if the plant certifies that it will continue to use the same materials involved in the recorded testing. ~ 2. During the progress of the work, and for each different mix of concrete, a set of three standard 6-inch concrete cylinders shall be made and tested for each and every day's operation (or 8-hour shift) where more than 5 cubic yards of concrete are placed. Make an additional set of three cylinders for each additional 50 cubic yards of concrete where more than 50 cubic yards are placed in one day (or 8-hour shift). The Contractor shall be responsible for seeing that these cylinders are made; cast the cylinders if testing laboratory personnel are not available. The cylinders of each set shall be molded from the same sample of concrete and tested, one at 7 days and one at 28 days. If high-early strength cement is used, then the tests shall be made at 3 and 7 days instead of at 7 and 28 days. 3. If any test cylinder shows a strength of less than that required at 28 days, then the concrete represented by such cylinder shall be further tested in accordance with Article 17.3 of ACI 301, except that Paragraph 17.3.2.3 shall not apply. If such further tests show a compressive strength less than required, then the concrete shall be rejected and shall be replaced with new work at the specified strength by the Contractor at his own expense. 4. Test results will be reported in writing to Engineer, Structural Engineer and Contractor within 24 hours after tests. Reports of compressive strength tests shall contain the project identification name and number, date of concrete placement, name of concrete testing service, concrete type and class, location of concrete batch in structure, design compressive strength at 28 days, concrete mix proportions and materials; compressive breaking strength and type of break for both 7 -day tests and 28-day tests. ~ CONCRETE WORK 03310-23 -,,- k".,.' ',._,"y)' . ) ,j