Loading...
HomeMy WebLinkAboutBLAIR CONSTRUCTION EXTENSION TO THE WATER SYSTEM AT GATE 4 AT FORT GORDONCONTRACT DOCUMENTS and TECHNICAL SPECIFICATIONS for Extension to the Water System at Gate 4 At Fort Gordon Augusto Utilities Department Project Na. 1CU-0068(FG-88880003) Prepared For: Augusta, Georgia Commission 53() Greene Street Augusta, Georgia 30901 (706) 821-1706 Prepared By: W. R. Toole Engineers, Inc. 1005 Broad Street, Suite 200 Augusta, Georgia 30901 (706) 722-4114 / Fax (706) 722-6219 www.wrtooic.coni Revised .Ianuary 13, 2012 IB -01 GENERAL All proposals must be presented in a sealed envelope, addressed to the Owner. The proposal must be filed with the Owner on or before the time stated in the invitation for bids. Mailed proposals will be treated in every respect as though filed in person and will be subject to the same requirements. Proposals received subsequent to the time stated will be returned unopened. Prior to the time stated any proposal may be withdrawn at the discretion of the bidder, but no proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. IB -02 EXAMINATION OF WORK Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work or the cost thereof under the contract. No oral agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of the contract, shall affect or modify any of the terms or obligations therein. IB -03 ADDENDA AND INTERPRETATIONS No interpretation of the meaning of plans, specifications or other prebid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to Geri A. Sams, Director of Procurement; Procurement Department; Room 605; 530 Greene Street; Augusta, GA 30901 and to be given consideration must be received at least five days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be sent by certified mail with return receipt requested to all prospective bidders (at the respective addresses furnished for such purposes), not later than three days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. IB -04 PREPARATION OF BIDS Bids shall be submitted on the forms provided and must be signed by the bidder or his authorized representative. Any corrections to entries made on bid forms should be initialed by the person signing the bid. Bidders must quote on all items appearing on the bid forms, unless specific directions in the advertisement, on the bid form, or in the special specifications allow for partial bids. Failure to quote on all items may disqualify the bid. When quotations on all items are not required, bidders shall insert the words "no bid" where appropriate. Alternative bids will not be considered unless specifically called for. 1B - 1 SECTION IB INSTRUCTION TO BIDDERS I8-08 REJECTION OF BIDS These proposals are asked for in good faith, and awards will be made as soon as practicable, provided satisfactory bids are received. The right is reserved, however to waive any informalities in bidding, to reject any and all proposals, or to accept a bid other than the lowest submitted if such action is deemed to be in the best interest of the Owner. IB -3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Augusta Commission Municipal Building Augusta, Georgia 30901 Gentlemen: PROPOSAL for EXTENSION TO THE WATER SYSTEM AT GATE 4 - FORT GORDON The undersigned, as bidder, herein referred to a singular and masculine, declares as follows: 1. The only parties interested in the proposal as principals are named herein; 2. He has carefully examined and fully understands the Contract Documents 3. He understands that information relative to existing structures and underground utilities as furnished to him on the drawings, the Contract Documents or by the Augusta Utilities Department, carries no guarantee expressed or implied, as to its completeness or accuracy and he has made due allowances therefore; 4. He has made a personal examination of the site of the proposed work and has satisfied himself as to the actual conditions and requirements of the work; and hereby proposes and agrees that, if the Proposal is accepted he will contract with the Augusta Commission, Georgia, to furnish all machinery, tools, apparatus and other means of construction and to do all work and furnish materials called for in accordance with the requirements of the Director of the Augusta Utilities Department and the true intent of the Contract Documents and that he will take in full payment for each item of work, thereof, the unit or lump sum price applicable to that item as stated in the schedule below. (NOTE: Bidders must bid on each item.) P -1 INN INN MS WM NW immur I — IMO FORT GORDON GATE 4 WATER MAIN EXTENSION P -2 Addendum 1 Bid.ltem #12 -142 W -2B 8" diameter ductile iron water transmission main Class 350, standard joint LF 500 2 � �- /i ` v g. v W -2D 12" diameter ductile iron water transmission main Class 350, standard joint LF 7,674 2 z 22 — 2S3 OO£' ee-' W -2G 18" diameter ductile iron water transmission main C l a s s 300, standard joint LF 21,339 / 3 0 ' W -3A1 4" diameter ductile iron water transmission main Class 350, restrained joint LF 70 a,7 0 --- 7.-...... � W -3A 6" diameter ductile iron water transmission main Class 350, restrained joint LF 40 o� zz `"" _ __ /� ,E3� W -3B 8" diameter ductile iron water transmission main Class 350, restrained joint LF 340 4,y Z. — //� yv E' > W -3D 12" diameter ductile iron water transmission main Class 350, restrained joint LF 2,045 G_,) r-- /5._ 7n ��� W -3G 18" diameter ductile iron water transmission main Class 300, restrained joint LF 3,258 7 g z , '3 8/ � L W -4A Jack and Bore 30" diameter steel casing. Minimum wall thickness 0.469 inch, with I8" diameter, restrained joint ductile iron carrier pipe, end seals, Class 300 included LF 100 /-&-) ! z..,,, /C...?// ___.� W -4B Jack and Bore 36" diameter steel casing. Minimum wall thickness 0.532 inch, with 18" diameter, restrained joint ductile iron carrier pipe, end seals, Class 300 included LF 267 `t'� � . /� ° ° g INN INN MS WM NW immur I — IMO FORT GORDON GATE 4 WATER MAIN EXTENSION P -2 Addendum 1 Bid.ltem #12 -142 W-4C 36" Steel Casing (0.375" tk) at Creek crossing, incld. Restrained joint ductile iron carrier pipe, 18" and end seals 50 , 2 — te W-5 Select backfill, GA DOT Type 1, Class 1 & 11 (Sand/Clay) — Measured by in-place volume CY 9,000 W-6 Miscellaneous pipe fithngs and connections LBS 46,300 7714.gZfi— W-8 Fire hydrant, installed complete with valve, lead pipe, joint restraint, ATV, and blocking EA 30 ..3 /<, ( 7 7 W `10A 6" in-line gate valve, including valve box, installed, complete, open left EA 6 .3 7 -- 4A --) 2? C..4 ...... / .•••*--. W-10B 8" in-line gate valve, including valve box, installed, complete, open left EA 9'2 c,' -- /'.1.3 7 ---- W-10D 12" in-line gate valve, including valve box, installed, complete, open le EA 4 3e..),36) -- — W-10G 18" in-line gate valve, including valve box, installed, complete, open left EA 11 ) W-12B New 18" Flow Meter, including Concrete Vault, Complete EA 7$ 0- vv-12B-E Electrical and Controls - Flow Meter; Complete EA 1 32- e., W-12C New Actuator Valve, including Concrete Vault, 12" Butterfly Valves, Complete EA 1 32. 4-2,2 47 3z4z2 NMI all 11111 win FORT GORDON GATE 4 WATER MAIN EXTENSION P-3 Addendum 1 Bid Item #12-142 - . • 4 911 i �`' .` i t 4 4 r .t - -w i • • ' ._. � +� .... 4 W -13A 1 12 "x12" tapping sleeve, valve, valve box, complete E EA 1 1 ' '-- W 1 18 "x12" tapping sleeve, valve, valve box, complete E EA 1 1 / /2 Z3 3 / /� Z3 3 W -13C 2 24 "x18" tapping sleeve, valve, valve box, complete E EA 1 1 / /7 �/r '/ / /� 0 // '/ W-13D 6 6 "x6" tapping sleeve, valve, valve box, complete E EA 2 2 . Z /// . _ ,,/ c c Z � W - 15 R New 2" Long Side Water Service, Installed, Incld. EA 6 6 7 7/2 C, �' - -� Z ' — 7 � � W -18A M Tie To Existing Water Main; Exist. 6" Main to New 12" / EA 2 2 /��3 79. __ � �3 �� �` p W-18B T Tie Existing Water Main; Exist. 2" Line to New 18" Main E EA 1 1 3 3 0./ � �' / W -18C T Tie Existing Water Main; Exist. 4" Line to New 4" Main E EA 1 1 7 7)/ , 3 3/ "- -- W -20 C Cut and Plug Existing Water Line E EA 1 16 7 / /Z /7-- �--- W -21 M Miscellaneous Class A Concrete C CY j 100 / / / /2 7'4'2 __.-- W-22 N New 2" Double Check Backflow Assembly E EA 6 6 / / &7 — , ,:e3Z7 , • -- -, MIN um FORT GORDON GATE 4 WATER MAIN EXTENSION P -4 Addendum 1 Bid Item #12 -142 all . _ - � ._. _.. � P -1 �y[ 7S •-. _ _ v _...} ,...«. .. _ ._...,._. ..._ Si t ....v._. _..,,_.._ . ... .,. ...=..... ..._. � ! Asphalt overlay, type F, 1 '12 " thick minimum ' «. . s (q t t :�1 SY N ... �j 4 .. a 15,000 //2- P -2A Graded aggregate base, 10 '12 " thick, 7' wide and asphalt patch 2 %2 " thick, including removal of 2 'ix " GAB and placement of bituminous tack coat (Asphalt Overlay Not Included) SY 1,000 es 1 .) 0,: -- P -2B AED Pavement Patch (Asphalt Overlay Not Included) 1,700 `'' ��' P-5 4" Thick Concrete Sidewalk, 3000 psi mix SY 50 P -6A 6" thick Concrete Driveways, 3000 psi mix SY 100 - --- P -7A 2" Asphalt Pavement Driveway Replacement SY 600 /5" -"" P -7B New Gravel Driveway SY 320 P -9A 6 "x24" concrete curb and /or gutter removal and replacement (as appropriate and necessary) LF 60 3 " /.6- -- ,33 `y P -9B 6 "x30" concrete curb and /or gutter removal and replacement (as appropriate and necessary) LF 100 ` ' `' /.-20 --- P-11 Aggregate Surface Course Ton 3,500 - -- M -1 Flowable Fill 200aral /5. Z5 VIII OM MI MI a — ■■s vs elm. FORT GORDON GATE 4 WATER MAIN EXTENSION P -S Addendum 1 Bid Item #12 -142 MI MI MI MB VIII MB MS OM Jim mum FORT GORDON GATE 4 WATER MAIN EXTENSION M-3 M-4 M-5A -5B M-6 LS-1 Foundation backfill, GA DOT Type 11, for additional unclassified excavation CY 2,560 Clearing & Grubbing Chain Link Fence Removal and Replacement, New, Replaced in Kind Woven Wire Fence Lump sum construction (Includes but is not limited to the listing continued below) P-6 ACRE LF LF Jute Mesh Erosion Control Matting SY 32,500 LS TOTAL BID j?J C7 ,100 250 3? ? 0513 5 1 3 2,37 323 Addendum 1 Bid Item #12-142 • MB MI MB O— i• MI • MI � MI ami S FORT GORDON GATE 4 WATER MAIN EXTENSION LUMP SUM CONSTRUCTION: Mobilization, Demobilization Bonds, Insurance Remove and reset fences, all types Remove and reset gates, all types Remove & Reconstruct Headwall / FIumes Remove and reset storm sewer, lengths & sizes vary Storm drain pipe; material and diameter vary Remove and reconnect water services Reconnect sanitary sewer services Reconstruct timber wall, height varies 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 Erosion and sediment control (temporary grassing, construction exits, rip -rap, misc. Erosion control structures) Silt Fence, Type "A" Silt Fence, Type "B' Silt Fence, Type "C" Maintenance, Repair, and Replacement of BMPs Dewatering Traffic Control Reconstruct Dirt Road Sections Miscellaneous grading Permanent Grassing Raise manholes and valve boxes to grade Remove fire hydrants on abandoned mains. Deliver to Owner P -7 Addendum 1 Bid Item #12 -142 The contract covering the construction of all work described above will be completed within 365 consecutive calendar days from the date specified in the "Notice to Proceed" of the Augusta Utilities Department Director. In strict accordance with the contract documents and in consideration of the amounts shown on the bid schedule attached hereto, the undersigned, as bidder, submits the following base bid, totaling: ��i�e � -X nom T�� / ve -7 ef/. ��7 Dollars ($ 3 z37 3a 3 ) subject to reductions, addit6ns and deletions provided herein on the 3 basis of measured quantities of completed work and the prices bid. Bidder further agrees to pay as liquidated damages the sum of $1,000.00 for each consecutive calendar day thereafter. It is understood that the Owner reserves the right to reject any and all proposals or to accept any proposal as deemed to be to the best interest of the Owner. It is also understood that the following addenda as issued during the bid period shall be included as part of the Contract Documents: Addendum Date e � /L The undersigned bidder understands and agrees that should the Owner accept this proposal, the bidder will within ten (10) days from the date of notification of acceptance of his proposal, execute the contract and furnish the Owner with satisfactory performance and payment bond in the amount equal to one hundred percent (100 %) of the total base bid sum. Enclosed herewith is a Bid Bond or Certified Check , in the amount of — 747-r r/�° 9�-�c %r�✓C': 7 4 r, ��'�o� %a: cf 5r" '� '��a��r 7 - j % vc Dollars ($ 3 2-3 73 z ) being not lens than ten (10 %) percent of the total base bid sum.. Should the bidder fail to execute the Contract and furnish the Performance and Payment Bond in case this proposal is accepted, the Owner shall have the right to receive the amount of the bid security as liquidated damages. if the security is a Certified Check it may be cashed by the Owner and the amount received shall become the property of the Owner. If the security is a Bid Bond, the value thereof shall be paid to the Owner by the Surety. Date: > /7 /7 / The undersigned by submittal of this proposal, agrees that the above stated amount is the proper measure of liquidated damages which the Owner will sustain by the failure of the undersigned to execute the Contract and furnish the Performance and Payment Bond. The successful bidder shall have a current Business License. /call f Name of Bidder P -8 ildkuAc,k Signature & Title of Authorized Representative Business Address City and State 0 , : ILP 0/ •., �.. q k t, 4 ) 1 % !9 78 re flair Construction, Inc. P.O. Box 770 Evans, Georgia 30809 Phone (706) 868 -1950 Fax (706) 868 -1855 In the early 1950's Blair L. Mutimer began the Augusta located company Blair Construction. In 1973 the business was incorporated in the State of Georgia as Blair Construction, Inc. Blair Construction, Inc. has at some time performed grading, paving and underground utility construction for most every municipality within a 40 to 50 mile radius of the City of Augusta. The majority of the work we perform is either for the City of Augusta or Columbia County. We have an outstanding and well - respected relationship with both these municipalities. Our company employs approximately 53 persons and has an average annual revenue of around $12,000,000. Approximately 80 percent of our work is large diameter underground utilities with the other 20 percent being earthwork and base & paving. We currently hold Certificates of Qualifications from both the State of Georgia and the State of South Carolina Departments of Transportation. As established in past projects with the City of Augusta, we have both the experience and means to perform the subject project to which we are bidding. Below are qualified Subcontractors we propose to utilize for this project. • H &C Surveying • Southern Asphalt LLC • Anthony Fail • Turpin Boring • Shearer Construction • Country Boy farms • Jisk, Inc. Below are qualified Suppliers we propose to utilize for this project. • Augusta Ready Mix • USA Aggregates • Ferguson Waterworks • McWane Cast Iron • Reeves BIDDERS QUALIFICATION STATEMENT with Proposed Subcontractors /Suppliers for Staking & Layout for asphalt paving for Concrete curbing for Jack & Bore Installations for Cleari for Soil Erosion Measures & Grassing for Electrical for concrete for stone for fittings and valves for Ductile Iron Pipe for Asphalt Listed on the following page are recent projects of similar size and /or nature to which Blair Construction, Inc. has successfully completed. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. Fort Gordon Recreation Area Water & Sewer Augusta Utilities Department Contract Amount: $692,364.00 2. William Few Parkway Roadway Extension Columbia County Engineering Department Contract Amount: $1,804,091.63 3. Ilorsepen Street Sanitary Sewer, Phase 2 -A Augusta Utilities Department Contract Amount: $1,304,780.15 4. Sixth Street Emergency Sewer Replacement Augusta Utilities Department Contract Amount: $562,884.00 5. Reed Creek Force Main Columbia County Water & Sewerage Department Contract Amount: $150,483.33 6. Reed Creek Relief Sewer Columbia County Water & Sewerage Depai tunent Contract Amount: $1,116,474.00 7. AUD 36" Water Main Augusta Utilities Department Contract Amount: $3,540,419.21 8. Meadowbrook Area Utility & Roadway Improvements Augusta Engineering Department Contract Amount: $2,626,662.79 9. Pointe West Drainage Improvements Augusta Engineering Department Contract Amount: $645,589.72 We appreciate the opportunity to submit our bid on this project and are sure our experience and qualifications will be acceptable. If any other information is needed, please feel free to contact us. Respectfully Submitted: Vice President Date: AUGUSTA UTILITIES DEPARTMENT WATER SYSTEM PROJECT - MEASUREMENT AND PAYMENT REVISED MARCH 19, 2004 WATER MAIN ITEMS W -IA through W -3J - All piping line items shall be measured in linear feet and shall include costs for piping and installation, bedding, trench excavation, trench box, dewatering, asphalt cutting, normal joints and gaskets, normal backfill, pressure and leakage testing, pipe sterilization, bacteriological testing, and flushing. No additional payment shall be made for these items. ITEM W -4 - Jack and bore line items shall be measured in linear feet and shall include costs for casing piping, carrier piping, and installation, blasting, asphalt cutting, restrained joints and gaskets, end seals, and norrilal backfill. No additional payment shall be made for these items. ITEM W -5 - Select backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. The volume of material included shall be the actual measured "in- place" volume. The maximum trench width used to calculate the volume will be 7 feet. No additional payment shall be made for these items. ITEM W -6 - Miscellaneous pipe fittings and connections shall be measured in pounds and include costs for all fittings and installation including normal joints and gaskets, mechanical joint restraint, etc., regardless of material. No additional payment shall be made for these items. ITEM W -7 - Transition couplings shall be measured individually (each) and shall include costs for couplings, soil surface preparation, connection to water main, excavation, asphalt /concrete cutting, installation, normal backfill, and testing. No additional payment shall be made for these items. ITEM W -8 - Fire hydrants shall be measured individually (each) and shall include costs for hydrants, soil surface preparation, connection to water main, all associated valves and fittings, concrete pad (if required), excavation, asphalt /concrete cutting, installation, normal backfill, and testing. No additional payment shall be made for these items. ITEMS W -9A through W -I2 - All valve line items shall be measured individually (each) and shall include costs for valves, valve boxes /vaults, manholes, valve extensions, excavation, dewatering, asphalt /concrete cutting, all associated fittings, installation, normal backfill, and testing. No additional payment shall be made for these items. 03 WATER MEASURE & PMT 04 0319 1 OF 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 REVISED MARCH 19, 2004 ITEM P -3 - Asphalt pavement Ieveling shall be measured in tons and shall include costs for all asphalt (regardless of type) used to create a level road surface prior to asphalt overlay as authorized by the project representative. The payment shall be based upon confirmed delivery tickets. No additional payment shall be made for these items. ITEM P4 - Milling shall be measured in square yards and shall include all materials, Iabor, equipment, and material removal and disposal costs. No additional payment shall be made for these items. ITEMS P -5 through P -6 - Concrete sidewalk and driveways shall be measured in square yards and shall include costs for existing sidewalk removal and disposal, 3000 psi concrete, installation, site preparation, formwork, and finishing. Existing concrete shall be removed to the nearest joint as directed by the project representative. No additional payment shall be made for these items. ITEM P -7 - Asphalt driveway replacement shall be measured in square yards and shall include costs for existing asphalt removal and disposal, asphalt, installation, site preparation. 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 -8 - Curb and /or gutter placement shall be measured in linear feet and shall include costs for existing curb and /or gutter removal and disposal, concrete, installation, site preparation, formwork, and finishing. No additional payment shall be made for these items. ITEM P -9 - Curb and gutter removal and replacement shall be measured in linear feet and shall include costs for removal and disposal of existing concrete curb and gutter, concrete, installation, site preparation, formwork, and finishing. No additional payment shall be made for these items. MISCELLANEOUS ITEM M -1 - Flowable fill shall be measured in cubic yards and shall include costs for all materials, labor, equipment, and excess materials. No additional payment shall be made for these items. ITEM M -2 - Rock excavation shall be measured in cubic yards and shall include costs for blasting, labor, equipment, and material removal and disposal. No additional payment shall be made for these items. ITEM M -3 - Foundation backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. Quantities shall be verified by trench volume calculation. No additional payment shall be made for these items. ITEM M -4 - Clearing and grubbing shall be measured in acres and shall include costs for vegetation removal, ,stockpiling, disposal and any required permitting. No additional payment shall be made for these items. ITEM M -5 - Fence removal and replacement shall be measured in linear feet and shall include all costs associated with removal and replacement of the existing fence with new 03 WATER MEASURE & PMT 04 0319 3 OF 4 mimmimm me m — BID BOND KNOW ALL BY THESE PRESENTS, That we, Blair Construction, Inc. of PO Box 770, Evans Georgia 30809 (hereinafter called the Principal), as Principal, and Western Surety Company (hereinafter called the Surety), as Surety are held and firmly bound unto Augusta Commission, 530 Greene Street, Room 605, Augusta, GA 30911 (hereinafter called the Obligee) in the penal sum of 10% of Bid Amount Dollars ($ 10% of Bid Amount ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF TI -IIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for Extension to the Water System at Gate 4 Fort Gordon 0 ,,, ,,,,,,,, ,,, .. NOW. THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within yrtbi f t6y be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the 91)IC+ge; tii(itlfga;tfl performance of the said Contract, then this obligation shall be void; otherwise to remain in full force and effect.: oft; G ' 0 Signed and sealed this 19th day of April , 2012 . "t 1 • 19 78 :•� " ��� :;j; Sfe Blair Construction, Inc. — ���G�L� Prin cipal --�� Witness < -0 le- / \42--e 7,-6. A--4,--„- Title Western Surety Company '7)(C-C.--t- Witness B 6-u� Z._..:—.. 9 ., Buck Leigh ✓ a S S It O P , . — t S- 0053!GEEF 10199 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Buck Leigh, Individually Western Surety Company of Columbia, SC, its true and lawful Attorney(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 23rd day of June, 2011. State of South Dakota County of Minnehaha On this 23rd day of June, 2011, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to he the act and deed of said corporation. My commission expires November 30, 2012 Form F4280 -09 -06 } ss +• , ,‘,•,%% , , , , , , , , , ,•,SS , , , , , ,..... + s D. KRELL s s� NOTARY PUBLIC SQL i s SOUTH DAKOTA s 8 1 +.,..o, , •,•• ,•, + - In Unlimited Amounts - CERTIFICATE WESTERN SURETY COMPANY Paul Bruflat, Senior Vice President D. Krell, No1'Sry Public I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this / 9 f, day of A p [ 21 L 2 O / Z . WESTERN SURETY COMPANY 652 24 14111.771- L. Nelson, Assistant Secretary the CONTRACTOR. ARTICLE 1 - SCOPE OF THE WORK AGREEMENT A - 1 THIS AGREEMENT, made on the S ;. day of , 20k. by and between AUGUSTA, GEORGIA, BY AND THROUQH THE AUGUS A COMMISSION, party of the first part, hereinafter called the OWNER, and , party of the second part, hereinafter called WITNESSETH, that the Contractor and the Owner, for the considerations hereinafter named, agree as follows: The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans and described in the specifications for the project entitled: EXTENSION TO THE WATER SYSTEM AT GATE 4 — FORT GORDON and in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions hereto attached, which are hereby made a part of this agreement. ARTICLE II - TIME OF COMPLETION - LIQUIDATED DAMAGES The work to be performed under this Contract shall be commenced within 10 calendar days after the date of written notice by the Owner or the Contractor to proceed. All work shall be completed within 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 be done hereunder are ESSENTIAL CONDITIONS of this contract. Contractor agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will ensure full completion thereof within the time specified. It is expressly understood and agreed by and between the Contractor and the Owner, that the time for completion of the work described herein is a reasonable time for completion of the same, taking into consideration the average climatic range and construction conditions prevailing in this locality. IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE THE WORK WITHIN THE TIME HEREIN SPECIFIED, then the Contractor does hereby agree, as a part of the consideration for the awarding of this contract, to pay the Owner the sum of One Thousand and 00 /100 - -- ($1,000.00 )Dollars, not as a penalty, but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the Contract for completing the work. (C) The making and acceptance of the final payment shall constitute a waiver of all claims by the Owner, other than those arising from unsettled liens, from faulty work appearing within 12 months after final payment, from requirements of the specifications, or from manufacturer's guarantees. It shall also constitute a waiver of all claims by the Contractor except those previously made and still unsettled. (D) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer, so certifies, the Owner shall upon certification of the Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Each payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3) counterparts, each of which shall be deemed an original, in the year and day first mentioned above. (SEAL) ATTEST• retary Witness AUGUSTA, GEORGIA ( 6IA As its Mayo CONTRACTOR: 1 —/ B / ,( As its A -3 Z .. /7 4 7 4-4-711- 4s % f O.�l Address: -7? / °X 72c, �f7 G ' 40, 4 a a► u r N ++' 1 QPf1L -.Ceir agent*, BBC 9725 Dunbarton Drive Columbia, SC 29223 TEL: 803/788 -4597 FAX: 803/788 -4576 Cell: 803/261 -6582 Email: buckleighnbellsouth.net Date: June 19, 2012 Re: Blair Construction, Inc. Job: Extension to the Water System at Gate 4 Fort Gordon Richmond County, GA This letter gives authorization to Augusta- Richmond County Commission and W.R. Toole Engineers to write in the agreement date on both the performance and payment bonds in the absence of the surety. Upon signing, please send a copy of the signed and dated bonds and power of attorney back to me. Best Regards $4444 eg BuckLeigh File: Undated Bonds PERFORMANCE BOND Conforms with The American Institute of Architects A.I.A. document No. A -311 KNOW ALL BY THESE PRESENTS: that Blair Construction, Inc., PO Box 770, Evans, Georgia 30809 (Here insert full name and address or legal title of Contractor) as Principal, hereinafter called Contractor, and, Western Surety Company, CNA Plaza, Chicago, Illinois 60685 (Here insert full name and address or legal title of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto Augusta Richmond County Commission, 530 Greene St., Room 605, Augusta, GA 30911 as Obligee, hereinafter called Owner, in the amount of Three Million Two Hundred Thirty Seven Thousand Three Hundred Twenty Three and 74/100 Dollars ($ 3,237,323.74 ). for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Bond No. 586 91456 (Here insert full name and address or legal title of Owner) Contractor has by written agreement dated , 2012 , entered into a contract with Owner for Extension to the Water System at Gate 4 Fort Gordon Richmond County, GA (Here insert full name, address and description of project) in accordance with Drawings and Specifications prepared by W. R. Toole Engineers, 1005 Broad Street, Suite 200, Augusta GA 30901 (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. 1 1219/GEEF 10/99 Page 1 of 2 1 I The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed I wner's obligations thereunder, the Surety may promptly remedy e default, or shall promptly 2) Obtain a bid or bids for completing the Contract in accordance ill ith its terms and conditions, and upon determination by Surety of e lowest responsible bidder, or, if the Owner elects, upon etermination by the Owner and the Surety jointly of the lowest sponsible bidder, arrange for a contract between such bidder and wner, and make available as Work progresses (even though there ould be a default or a succession of defaults under the 1 1 1 1 1 1 1 1 1) Complete the Contract in accordance with its terms and I nditions, or 7"// igned and sealed this �2' day of Jh 1 1219/GEEF 10/99 Page 2 of 2 PERFORMANCE BOND 586 91456 I OW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. (Witness) (Witness) contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. 2012 0 '� • Blair Construction, Inc., PO Box 77 • v T d Georgia 30809 y y '• .att 6� * eal) Buck Leigh, Attorney Yid `�••�.° >ic���� Western Surety Company, CNA Plaza, Chicago, Illinois 60685 (Title) (Seal) (Surety) 1 LABOR AND MATERIAL PAYMENT BOND Conforms with The American Institute of Architects A.I.A. Document No. A -311 Bond No. 586 91456 THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT KNOW ALL BY THESE PRESENTS: that Blair Construction, Inc., PO Box 770, Evans, Georgia 30809 (Here insert full name and address or legal title of Contractor) as Principal, hereinafter called Principal, and, Western Surety Company, CNA Plaza, Chicago, Illinois 60685 (Here insert full name and address or legal title of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto Augusta Richmond County Commission. 530 Greene St., Room 605, Augusta, GA 30911 (Here insert full name and address or legal title of Owner) as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Three Million Two Hundred Thirty Seven Thousand Three Hundred Twenty Three and 74/100 Dollars ($ 3,237,323.74 - ). for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated , 2012 , entered into a contract with Owner for Extension to the Water System at Gate 4 Fort Gordon Richmond County GA (Here insert full name, address and description of project) in accordance with Drawings and Specifications prepared by W. R. Toole Engineers, 1005 Broad Street, Suite 200, Aususta GA 30901 (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. - 1220 /GEEF 10/99 Page 1 of 2 LABOR AND MATERIAL PAYMENT BOND Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following: the Oft rincipal, the Owner, or the Surety above named, within ninety (90) days er such claimant did or performed the last of the work or labor, or urnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to Iihom the materials 1 1 1 1 1 0W, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall emain in full force and effect, subject, however, to the following conditions: i 1. A claimant is defined as one having a direct contract with the rincipal or with a Subcontractor of the Principal for labor, material, or oth, used or reasonably required for use in the performance of the ontract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of l uipment directly applicable to the Contract. 2. The above named Principal and Surety hereby jointly and verally agree with the Owner that every claimant as herein defined, who as not been paid in full before the expiration of a period of ninety (90) ays after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue i n this bond for the use of such claimant, prosecute the suit to final dgment 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 li sts or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any claimant: r igned and sealed this (Witness) (Witness) 1 - 1220 /GEEF 10/99 Page 2 of 2 586 91456 were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. b) After the expiration of one (1) year following the date on which Principal ceased Work on said Contract, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. NA 0 ...... G . P oR = s .AL = 2 = Blair Construction, Inc., PO Box 79i kv 74 r Georgia 30809 . • ••. 4 'p 8 a t" .: j al) • .., ........ ( Prip ry„#* iiu�► ..`. �� '77/ day of , 2012 Western Surety Company, CNA Plaza, Chicago, Illinois 60685 Buck Leigh, Attorney -i (Title) (Seal) (Surety) (Title) Thomas M Albus, Buck Leigh, Individually Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint of Columbia, SC, its true and lawful Attorney(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 8th day ofJanuary, 2010. State of South Dakota County of Minnehaha On this 8th day ofJanuary, 2010, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say' that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires November 30, 2012 Form F4280 -09 -06 } SS ./.444444444444444444444444'} r D, KRELL i _ ` NOTARY PUBLIC G f s �'�3 SOUTH DAKOTA s s $ +44444444444444444444444 CERTIFICATE WESTERN SURETY COMPANY D. Krell, No ary Public Paul . Bruflat, Senior Vice President 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this / / ' day of WESTERN SURETY COMPANY L. Nelson, Assistant Secretary THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY, BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVf1 POLICY NUMBER POLICY EFF (MMIDD/YYYY) POLICY EXP (MM(DD(YYYY) LIMITS A GENERAL — X LIABILITY COMMERCIAL GENERAL LIABILITY INSURED Blair Construction, Inc. Southern Asphalt, LLC Evans Paving and Grading, LLC P. O. Box 770 Evans GA 30809 INSURER B :FCCI Insurance Co. CPP0004476 7 2/14/2012 2/14/2013 EACH OCCURRENCE $ 1,000,000 DAMAGE O RENTED PREMISES (Ea occurrence) $ 100, 000 INSURERF: CLAIMS -MADE OCCUR MED EXP (Anyone person) $ 5,000 X Pollution Liability PERSONAL &ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: 7 POLICY 51C Ff T i LOC PRODUCTS - COMP /OP AGG $ 2,000,000 $ A AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS _ x ,_ SCHEDULED AUTOS NON -OWNED AUTOS CA 0005458 7 2/14 /2012 2/14/2013 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY (Per ( ) $ PROPERTY DAMAGE (Per accident) $ Medical payments $ 5,000 B X UMBRELLA LIAB EXCESSLIAB X OCCUR CLAIMS -MADE UMB0002841 7 2/14/2012 2/14/2013 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 DED 1 X RETENTON$ 10,00C $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N .... Y N/A 010 -WC12A -54981 2/14/2012 2/14/2013 WC STATU- T Y I TORY LIMITS I OER EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 C Leased and Rented Equipment IHA4999540 - 03 2/14/2012 2/14/2013 $310,000 any one item $500,000 policy limit DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Project: Extension to the Water System at GAte 4 Fort Gordon Contract amount: $3,237,323.74 AW ° CERTIFICATE OF LIABILITY INSURANCE 5�15/ZO Y) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Sutter, Mclellan, & Gilbreath, Inc. 1424 North Brown Road Suite 300 Lawrenceville GA 30043 -8107 CONTACT Linda Mitchell CIC NAME: PHONNo,Extt: (770)246 -8300 A/C, No): (770)246 -8301 Mae ,lmitchell@smginsurance.com INSURER(S) AFFORDING COVERAGE NAIL # INsuRERA:National Trust Insurance INSURED Blair Construction, Inc. Southern Asphalt, LLC Evans Paving and Grading, LLC P. O. Box 770 Evans GA 30809 INSURER B :FCCI Insurance Co. INSURERC:HanoVer Insurance Co. 22292 INSURER D : INSURERS: INSURERF: 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 COVERAGES CERTIFICATE HOLDER 7068212811@metrofax.com Augusta GA Commission Room 605, Municipal Building Augusta, GA 30911 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE M Jaynes CSP /LINDAM I ACORD 25 (2010/05) 1NS025 (201005)01 CERTIFICATE NUMBER:2012 -2013 CANCELLATION © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Rev i,;iou Dal: Alt 200) GENERAL CONDITIONS ARTICLE I-- DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated, which are applicable to both the singular and plural thereof: Addenda -Any changes, revisions or clarifications of the Contract Documents which have been duly issued by OWNER to prospective Bidders prior to the time of opening of Bids. Agreement -The written agreement between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Application for Payment -The form accepted by PROFESSIONAL which is to be used by CONTRACTOR in requesting progress or final payments and which is to include such supporting documentation as is required by the Contract Documents. Bid -The offer or proposal of the bidder submitted on the prescribed form setting forth the price(s) for the Work to be performed. Bonds -Bid, performance and payment bonds and other instruments of security furnished by CONTRACTOR and its Surety in accordance with the Contract Documents. Change Order— A document recommended by PROFESSIONAL, which is signed by CONTRACTOR and OWNER, and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. Contract Documents -The Agreement: Addenda (which pertain to the Contract Documents); CONTRACTOR's Bid (including documentation accompanying the Bid and any post -Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement; the Bonds; these General Conditions; the Supplementary Conditions; the Plans, Specifications and the Drawings as the same are more specifically identified in the Agreement; Certificates of Insurance; Notice of Award; and Change Order duly delivered after execution of Contract together with all amendments, modifications and supplements issued pursuant to paragraphs 3.3 and 3.5 or after the Effective Date of the Agreement. Contract Price -The moneys payable by OWNER to CONTRACTOR under the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). Contract Time -The number of days (computed as provided in paragraph 17.2.1) or the date stated in the Agreement for the completion of the Work. CONTRACTOR -The person, firm or corporation with whom OWNER has entered into the Agreement. COUNTY - Richmond County, Georgia, or Augusta, Georgia, political subdivisions of the State of Georgia, the Augusta, Georgia Commission, and its authorized designees, agents, or employees. Day - Either a working day or calendar day as specified in the bid documents. If a calendar day shall fall on a legal holiday, that day will be omitted from the computation. Legal Holidays: New Year's Day, Martin Luther King Day, Memorial Day, 4th of July, Labor Day, Veterans Day, Thanksgiving Day and the following Friday, and Christmas Day. Defective -An adjective which, when modifying the word Work, refers to Work that is unsatisfactory, faulty or GC -1 Page 1 of 52 deficient, does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to PROFESSIONAL's recommendation of final payment, unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion (in accordance with paragraph 14.8 or 14.10). Drawings -The drawings which show the character and scope of the Work to be performed and which have been prepared or approved by PROFESSIONAL and are referred to in the Contract Documents. Effective Date of the Agreement -The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed by the Mayor of Augusta, Georgia. Field Order -A written order issued by PROFESSIONAL that modifies Drawings and Specifications, but which does not involve a change in the Contract Price or the Contract Time. General Requirements - Sections of Division 1 of the Specifications. Laws or Regulations -Laws, rules, regulations, ordinances, codes and /or orders. Notice of Award -The written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. Notice to Proceed -A written notice given by OWNER to CONTRACTOR (with a copy to PROFESSIONAL) fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents. OWNER- Augusta, Georgia, and the Augusta, Georgia Commission. Partial Utilization- Placing a portion of the Work in service for the purpose for which it is intended or for a related purpose) before reaching Substantial Completion for all the Work. PROFESSIONAL -The Architectural /Engineering firm or individual or in -house licensed person designated to perform the design and /or resident engineer services for the Work. PROGRAM MANAGER — The professional firm or individual designated as the representative or the OWNER who shall act as liaison between OWNER and both the PROFESSIONAL and CONTRACTOR when project is part of an OWNER designated program. Project -The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part, as indicated elsewhere in the Contract Documents. Project Area -The area within which are the specified Contract Limits of the improvements contemplated to be constructed in whole or in part under this Contract. Project Manager-The professional in charge, serving OWNER with architectural or engineering services, his successor, or any other person or persons, employed by said OWNER, for the purpose of directing or having in charge the work embraced in this Contract. Resident Project Representative -The authorized representative of PROFESSIONAL as PROGRAM MANAGER who is assigned to the site or any part thereof. Shop Drawings -All drawings, diagrams, illustrations, schedules and other data which are specifically prepared GC -2 Page 2 of 52 Delivery of Bonds: ARTICLE 2- PRELIMINARY MATTERS 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with these Contract Documents. Copies of Documents: 2.2. After the award of the Contract, OWNER shall furnish CONTRACTOR, at no cost, one (1) complete set of the Contract Documents for execution of the work. Additional sets of the project manual and drawings and /or individual pages or sheets of the project manual or drawings will be furnished by OWNER upon CONTRACTOR's request and at CONTRACTOR's expense, which will be OWNER's standard charges for printing and reproduction. Commencement of Contract Time, Notice to Proceed: keVi FI.01 IN3:G AUyU::C "1.00: 2.3. The Contract Time shall commence as established in the Notice to Proceed. A Notice to Proceed may be given at any time after the Effective Date of the Contract. Starting the Project: 2.4. CONTRACTOR shall begin the Work on the date the Contract Time commences. No Work shall be done prior to the date on which the Contract Time commences. Any Work performed by CONTRACTOR prior to date on which Contract Time commences shall be at the sole risk of CONTRACTOR. Before Starting Construction: 2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. CONTRACTOR shall promptly report in writing to PROFESSIONAL any conflict, error, ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from PROFESSIONAL before proceeding with any Work affected thereby. CONTRACTOR shall be liable to OWNER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents, if CONTRACTOR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to PROFESSIONAL and OWNER for review: 2.6.1. an estimated progress schedule indicating the starting and completion dates of the various stages of the Work: 2.6.2. a preliminary schedule of Shop Drawing and Sample submissions, and 2.6.3. a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work which will be confirmed in writing by CONTRACTOR at the time of submission. GC-4 Page 4 of 52 Intent: ARTICLE 3- CONTRACT DOCUMENTS; INTENT, AMENDING, REUSE P.Ov i5l or; a:.:e August 2 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary: what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the State of Georgia. 3.2. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be supplied whether or not specifically called for. When words or phrases which have a well -known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words shall be interpreted in accordance with that meaning. 3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in 3.6 or 3.7, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and the provisions of any such standard, specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents) and the provisions of any such Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). Clarifications and interpretations of the Contract Documents shall be issued by PROFESSIONAL as provided in paragraph 9.4. 3.4. Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 3.5. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in 6.7, CONTRACTOR shall so report to PROFESSIONAL in writing at once and before proceeding with the Work affected thereby and shall obtain a written interpretation or clarification from PROFESSIONAL; however, CONTRACTOR shall not be liable to OWNER or PROFESSIONAL for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof. Amending and Supplementing Contract Documents: 3.6. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 3.6.1. a formal Written Amendment, 3.6.2. a Change Order (pursuant to paragraph 10.3), or GC-6 Page 6 of 52 ARTICLE 4- AVAILABILITY OF LANDS, PHYSICAL CONDITIONS; REFERENCE POINTS Rev 351011 D.Yk PAVVY 111111: Availability of Lands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR. Necessary easements or rights -of -way will be obtained and expenses will be borne by OWNER. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's furnishing these lands, rights -of -way or easements, the CONTRACTOR may make a claim therefore as provided in Articles 11 and 12. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Physical Conditions: 4.2.1. Explorations and Reports: Reference is made to the Supplementary Conditions for identification of those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized in preparing the Contract Documents and those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized in preparing the Contract Documents. 4.2.2. CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any claim against OWNER, PROFESSIONAL, or any of PROFESSIONAL's Consultants with respect to: 4.2.2.1. the completeness of such reports and drawings for CONTRACTOR's purposes, including but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or 4.2.2.2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or 4.2.2,3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. 4.2.3. If conditions are encountered, excluding existing utilities, at the site which are (1) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (2) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, then CONTRACTOR shall give OWNER notice thereof promptly before conditions are disturbed and in no event later than 48 hours after first observance of the conditions. 4.2.4. The OWNER and PROFESSIONAL shall promptly investigate such conditions, and, if they differ materially and cause an increase or decrease in CONTRACTOR's cost of, or time required for, performance of any part of the Work, the OWNER and PROFESSIONAL shall recommend an equitable adjustment in the Contract Price or Contract Time, or both. If the OWNER and PROFESSIONAL determine that the conditions at the Site are not materially different from those indicated in the Contract Documents or are not materially different from those ordinarily found and that no change in the terms of the Contract is justified, the PROFESSIONAL shall notify CONTRACTOR of the determination in writing. The Work shall be GC-8 Page 8 of 52 key i ui on Dot husk's: 2401 4.5 OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractor, Suppliers or anyone else for whom CONTRACTOR is responsible. 4.6 CONTRACTOR shall immediately: (1) stop all work in connection with such hazardous condition and in any area affected thereby (except in an emergency as required by 6.22), and (ii) notify OWNER and PROFESSIONAL (and thereafter confirm such notice in writing). OWNER shall promptly consult with PROFESSIONAL concerning the necessity for OWNER to retain a qualified expert to evaluate such hazardous condition or take corrective action, if any. CONTRACTOR shall not be required to resume Work in connection with such hazardous condition or in any such affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR special written notice (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by CONTRACTOR to be resumed, either party may make a claim therefor as provided in Articles 11 and 12. 4.7 If after receipt of such special written notice, CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then CONTRACTOR may order such portion of the Work that is in connection with such hazardous conditions or in such affected area to be deleted from the Work. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a claim therefor as provided in Articles 11 and 12. OWNER may have deleted such portion of the Work performed by OWN ER's own forces or others in accordance with Article 7. 4.7,1 The provisions of 4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site. GC -10 Page 10 of 52 5.3.3. Claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; 5.3.4. Claims for damages insured by personal injury liability coverage which are sustained (a) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (b) by any other person for any other reason; 5.3.5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; 5.3.6. Claims arising out of operation of Laws or Regulations for damages because of bodily injury or death of any person or for damage to property; and 5.3.7. Claims for damages because of bodily injury or death of any person or property damage arising out of the OWNERSHIP, maintenance or use of any motor vehicle. The insurance required by this paragraph 5.3 shall include the specific coverage's and be written for not less than the limits of liability and coverage's provided in the Supplementary Conditions, or required by law, whichever is greater. The comprehensive general liability insurance shall include completed operations insurance. All of the policies of insurance so required to be purchased and maintained (or the certificates or other evidence thereof) shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER, PROGRAM MANAGER, and PROFESSIONAL by certified mail. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with paragraph 13.12.1n addition, CONTRACTOR shall maintain such completed operations insurance for at least two years after final payment and furnish OWNER with evidence of continuation of such insurance at final payment and one year thereafter. Contractual Liability Insurance: 5.4. The comprehensive general liability insurance required by paragraph 5.3 will include contractual liability insurance applicable to CONTRACTOR's obligations under paragraphs 6.32 and 6.33. OWNER's Liability insurance: 5.5. OWNER shall be responsible for purchasing and maintaining OWNER's own liability insurance, and /or Risk Retention Program, and, at OWNER's option, may purchase and maintain such insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Property insurance: GC-12 Revi aio:: Dole nu9u>r 1. 1447 5.6. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase and maintain property insurance upon the Work at the site to the full insurable value thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall include the interests of OWNER, CONTRACTOR, Subcontractors, PROGRAM MANAGER, PROFESSIONAL and PROFESSIONAL's consultants in the Work, all of whom shall be listed as insureds or additional insured parties, shall insure against the perils of fire and extended coverage and shall include "all risk" insurance for physical loss and damage including theft, vandalism and malicious mischief, collapse and water damage, and such other perils as may be provided in the Supplementary Page 12 of 52 Receipt and Application of Proceeds: 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as trustee for the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. Receipt and Application of Insurance Proceeds 5.13. OWNER, as trustee, shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's exercise of this power. If such objection be made, OWNER, as trustee, shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If required in writing by any party in interest, OWNER as trustee shall, upon the occurrence of an insured Toss, give bond for the proper performance of such duties. Acceptance of Insurance: 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the basis of its not complying with the Contract Documents, OWNER shall notify CONTRACTOR in writing thereof within ten days of the date of delivery of such certificates to OWNER in accordance with paragraph 2.7. If CONTRACTOR has any objection to the coverage afforded by or other provisions of the policies of insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 on the basis of their not complying with the Contract Documents, CONTRACTOR shall notify OWNER in writing thereof within ten days of the date of delivery, of such certificates to CONTRACTOR in accordance with paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional information in respect of insurance provided by each as the other may reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of such insurance purchased by the other as complying with the Contract Documents. Partial Utilization - Property insurance: Indemnification ReViNiim Auues;;: 2( 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10 provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected the changes in coverage neces- sitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or lapse on account of any such partial use or occupancy. 5.16.1. CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER, and its employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and GC-14 Page 14 of 52 wCV :>'. ib:: LatC C.0 i ARTICLE 6-- CONTRACTOR'S RESPONSIBILITIES 6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work, at all times during its progress, a competent resident superintendent, who shall not be replaced without written notice to OWNER and PROFESSIONAL except under extraordinary circumstances, The superintendent will be CONTRACTORSs representative at the site and shall have authority to act on behalf of CONTRACTOR. All communications to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Materials and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours, and CONTRACTOR will not permit evening work or the performance of Work on Saturday, Sunday or any legal holiday without OWNER's written consent given after prior written notice to PROFESSIONAL. 6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals whether temporary or permanent necessary for the execution, testing, initial operation, and completion of the Work as required by the Contract Documents. 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by PROFESSIONAL, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any such instructions will be effective to assign to PROFESSIONAL, or any of PROFESSIONAL's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.14 or 9.15. Adjusting Progress Schedule: 6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the extent indicated in paragraph 2.9 adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. GC -16 Page 16 of 52 6.8.2. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers or other persons or organizations including those who are to furnish the principal items of materials and equipment to be submitted to OWNER prior to the Effective Date of the Agreement for acceptance by OWNER and PROFESSIONAL and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions, OWN ER's or PROFESSIONAL's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of any such Subcontractor, Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case CONTRACTOR shall submit an acceptable substitute, the Contract Price will be increased by the difference, and the cost occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER or PROFESSIONAL of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or PROFESSIONAL to reject defective Work. 6.9. CONTRACTOR shall be fully responsible to OWNER and PROFESSIONAL for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between OWNER or PROFESSIONAL and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of OWNER or PROFESSIONAL to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.11. All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and PROFESSIONAL and contains waiver provisions as required by paragraph 5.11. CONTRACTOR shall pay each Subcontractor a just share of any insurance moneys received by CONTRACTOR on account of losses under policies issued pursuant to paragraphs 5.6 and 5.7. Patent Fees and Royalties: Permits: k& v: R I O;: Ik:1 At:CUHt 7.0 01 6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. CONTRACTOR shall indemnify and hold harmless OWNER and PROFESSIONAL and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses including attorneys' fees and court and arbitration costs arising out of any infringement on patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. 6.13. CONTRACTOR shall obtain and pay for all construction permits, licenses, governmental charges and inspection fees, and all public utility charges which are applicable and necessary for the execution of the Work. All permit costs shall be included in the base bid. Permits, if any, that are provided and paid for by OWNER, are listed in the Supplementary Conditions. Any delays associated with the permitting GC -18 Page 18 of 52 lug u.c. 7.UGi 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger them. Record Documents: 6.19. Contractor shall keep at the site and in good order one record copy of the Contract Documents and all Drawings and Specifications. These documents shall be annotated on a continuing basis to show all changes made during the construction process. These shall be available to PROFESSIONAL and the Project Manager and shall be submitted with the Application for Final Payment. Safety and Protection: 6.20. CONTRACTOR shalt be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall assume all risk of loss for stored equipment or materials, irrespective of whether CONTRACTOR has transferred the title of the stored equipment or materials to OWNER. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1. all employees on the Work and other persons and organizations who may be affected thereby; 6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify OWNERs of adjacent property and of Underground Facilities and utility OWNERs when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or PROFESSIONAL or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CON- TRACTOR). CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and PROFESSIONAL has issued a notice to OWNER and CONTRACTOR in accordance, with paragraph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.21. CONTRACTOR shall designate a responsible member of its organization whose duty shall be the prevention of accidents at the site. This person shall be CONTRACTOR's superintendent unless otherwise designated in writing by CONTRACTOR to the Project Manager. Emergencies: GC -20 Page 20 of 52 notice of each variation that the Shop Drawings or samples may have from the requirements of the Contract Documents, and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted to PROFESSIONAL for review and approval of each such variation. 6.26. PROFESSIONAL will review and approve with reasonable promptness Shop Drawings and samples, but PROFESSIONAL's review and approval will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techniques, sequences or procedures of construction (except where a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 6.27. PROFESSIONAL's approval of submittals or samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has, in writing, called PROFESSIONAL's attention to each such variation at the time of submission and the OWNER has given written approval to the specific deviation; any such approval by PROFESSIONAL shall not relieve CONTRACTOR from responsibility for errors or omissions in the submittals. 6.28. Where a shop drawing or sample is required by the Contract Documents or the schedule of . shop drawings and sample submissions accepted by PROFESSIONAL as required, any related work performed prior to PROFESSIONAL's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. Continuing the Work: indemnification: N :f•1c,:t ))aat<; AuuUg, :60: 6.30. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.6 or as CONTRACTOR and OWNER may otherwise agree in writing. Cleaning Up: 6.31, CONTRACTOR shall maintain the site free from accumulations of waste materials, rubbish, and other debris or contaminants resulting from the work on a daily basis or as required. At the completion of the work, CONTRACTOR shall remove all waste materials, rubbish, and debris from the site as well as all tools, construction equipment and machinery, and surplus materials and will leave the Site clean and ready for occupancy by OWNER. All disposals shall be in accordance with applicable Laws and Regulations. In addition to any other rights available to OWNER under the Contract Documents, CONTRACTOR's failure to maintain the site may result in withholding of any amounts due CONTRACTOR. CONTRACTOR will restore to original condition those portions of the site not designated for alteration by the Contract Documents. 6.32. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER and PROFESSIONAL and their consultants, agents and employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of PROGRAM MANAGER, PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) GC-22 Page 22 of 52 Related Work at Site: ARTICLE 7-- -OTHER WORK iiOV: ti;pl l.ttt�t:v t. 2r03 • 7.1. OWNER may perform other work related to the Project at the site by OW NER's own forces, have other work performed by aided OWNERs or let other direct contracts therefor which shall contain General Conditions similar to these, If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to CONTRACTOR prior to starting any such other work, and, if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. 7.1.2. CONTRACTOR shall afford each utility OWNER and other contractor who is a party to such a direct contract for OWNER, if OWNER is performing the additional work with OWN ER's employees, proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs. CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of PROFESSIONAL and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility OW NERs and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility OWNERs and other contractors. 7.2. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of any such other contractor or utility OWNER (or OWNER), CONTRACTOR shall inspect and promptly report to PROFESSIONAL in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. CONTRACTOR's failure so to report will constitute an acceptance of the other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in the other work. Coordination: 7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions, neither OWNER nor PROFESSIONAL shall have any authority or responsibility in respect of such coordination. GC -24 Page 24 of 52 OWNER's Representative: Visits to Site: Project Representation: Authorized Variations in Work: ARTICLE 9--- PROFESSIONAL'S STATUS DURING CONSTRUCTION lit -V. CJ Bate lWQUst 2:001 9.1. PROFESSIONAL will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of PROFESSIONAL as OWNER's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and PROFESSIONAL. 9.2. PROFESSIONAL will make visits to the site at intervals appropriate to the various stages of construction to observe the premises and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. PROFESSIONAL will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the Work. PROFESSIONAL's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on -site observations as an experienced and qualified design PROFESSIONAL, PROFESSIONAL will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. 9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a Resident Project Representative to assist PROFESSIONAL in observing the performance of the Work. The duties, responsibilities and limitations of authority of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions. If OWNER designates another agent to represent OWNER at the site who is not PROFESSIONAL's agent or employee, the duties, responsibilities and limitations of authority of such other person will be as provided in the Supplementary Conditions. Clarifications and Interpretations: 9,4. PROFESSIONAL shall issue such written clarifications or interpretations of the Contract Documents (in the form of Drawings or otherwise) as may be determined necessary, or as reasonably requested by CONTRACTOR, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If CONTRACTOR believes that a written clarification and interpretation entitles it to an increase in the Contract Price and /or Contract Time, CONTRACTOR may make a claim as provided for in Articles 11 or 12. 9.5. PROFESSIONAL may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Article 11 or 12. GC -26 Page 26 of 52 GC -28 Rovisicm :,..0 gUg::S/ 2 )D) precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter. Limitations on PROFESSIONAL's Responsibilities: 9.13. Neither PROFESSIONAL's authority to act under this Article or elsewhere in the Contract Documents nor any decision made in good faith to exercise such authority shall give rise to any duty or responsibility of PROFESSIONAL to CONTRACTOR, any Subcontractor, any of their agents or employees. 9.14. PROFESSIONAL shall not be responsible for the construction means, methods, techniques, sequences, or procedures or the safety precautions and programs used. PROFESSIONAL shall not be responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. 9.15. PROFESSIONAL shall not be responsible for the acts or omissions of CONTRACTOR, any Subcontractors, any agents or employees, or any other persons performing any of the Work. Page 28 of 52 ARTICLE 11- CHANGE OF CONTRACT PRICE ;2OVi9ion ft.-.tc August :MG) 11,1. The Contract Price constitutes the total compensation (subject to written authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to PROFESSIONAL promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after such occurrence (unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined by PROFESSIONAL in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined by the following procedures: 11.3.1. Designated Unit Price (Field Measure). CONTRACTOR and OWNER recognize and acknowledge that the quantities shown for those items designated in the Bid Proposal as unit price items are approximations prepared by OWNER for bid purposes and that the actual compensation payable to CONTRACTOR for the utilization of such items is based upon the application of unit prices to the actual quantities of items involved as measured in the field and required to complete the Work as originally defined in the Contract Documents. 11.3.2. When it is determined by OWNER that an addition, deletion, or revision to the Work, as defined in these Contract Documents, is required and affects the quantities required for items designed in the Bid Proposal as unit price items, CONTRACTOR and OWNER agree that the compensation payable to CONTRACTOR for such unit price items shall be adjusted accordingly by a Change Order based upon the application of the appropriate unit prices shown in the Bid Proposal to the quantity of the unit price item required to complete the Work as defined in the Contract Documents. 11.3.3. Other Unit Prices. For items not designated in the bid proposal as unit prices, OWNER and CONTRACTOR may establish unit prices as agreed on by Change Order. 11.3.4. Lump Sum. When it is determined by OWNER that an addition, deletion or revision to the Work is required which results in a change in Work designated in the Bid Proposal as a lump sum item, the amount of increase or decrease in the lump sum price shall be established by mutual agreement of the parties. 11.3.5.1f the pricing methods specified in 11.3 are inapplicable, or if the parties are unable to agree on a price for the changed work, a reasonable price for the same shall be established by OWNER in accordance with 11.4 and 11.5. OWNER shall then process a unilateral Change Order, specifying the said reasonable price, in accordance with 11.4 through 11.6. CONTRACTOR shall perform the Work as directed in the GC-30 Page 30 of 52 11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost Tess market value of such items used but not consumed which remain the property of CONTRACTOR. 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of PROFESSIONAL, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof -all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. 11.4.5.6. Losses and damages (and related expenses), not compensated by insurance or otherwise, to the Work or otherwise sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.6) provided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such tosses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's Fee. If, however, any such Toss or damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site. 11.4.5.8. Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work and premiums of property insurance coverage within the limits of the deductible amounts established by OWNER in accordance with paragraph 5.6. 11.5. The term Cost of the Work shall not include any of the following: 11.5.1, Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expeditors, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4 -all of which are to be considered administrative costs covered by CONTRACTOR's Fee. 111.5.2. Expenses of CONTRACTOR's principal area branch offices other than CONTRACTOR's GC-32 Page32of52 decrease in cost will be the amount of the actual net decrease in direct cost as determined by the Project Manager, plus the applicable reduction in overhead and profit. When both additions and credits are involved in any change, the combined overhead and profit shall be calculated on the basis of the net change, whether an increase or decrease. In any event, the minimum detail shall be an itemization of all man -hours required by discipline /trade with the unit cost per man -hour and total labor price, labor burden, equipment hours and rate for each piece of equipment, material by units of measure and price per unit, other costs specifically itemized, plus the overhead and profit markup. Cash Allowances: AL.R.E X00: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of the allowances as may be acceptable to PROFESSIONAL CONTRACTOR agrees that: 11.8.1. The allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site and all applicable taxes; and 11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances. No demand for additional payment on account of any thereof will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by PROFESSIONAL to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. Unit Price Work: 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by PROFESSIONAL in accordance with Paragraph 9.10. 11.9.2, Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item. 11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement and there is no corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes that CONTRACTOR has incurred additional expense as a result thereof, CONTRACTOR may make a claim for an increase in the Contract Price in accordance with Article 11 if the parties are unable to agree as to the amount of any such increase. GC -34 Page 34 of 52 ARTICLE 13-- WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK Warranty and Guarantee: Revit,$C: :i bA1. Au9uNT. 2c 13.1. CONTRACTOR warrants and guarantees to OWNER that all materials and equipment will be new unless otherwise specified and that all work will be of good quality, performed in a workmanlike manner, free from faults or defects, and in accordance with the requirements of the Contract Documents and any inspections, tests, or approvals referred to in this Article. All unsatisfactory Work, all faulty Work and all Work riot conforming to the requirements of the Contract Documents or such inspections, tests, approvals, or all applicable building, construction and safety requirements shall be considered defective. Notice of all defects shall be given to CONTRACTOR by PROFESSIONAL. All defective work, whether or not in place, may be rejected, corrected, or accepted as provided in this Article. Access to Work: 13.2. For the duration of the Work, PROFESSIONAL and its representatives, other designated representatives of OWNER, and authorized representatives of any regulatory agency shall at all times be given access to the Work. CONTRACTOR shall provide proper facilities for such access and observation of the Work and also for any inspection or testing by others. Tests and Inspections: 13.3. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any Work to specifically be inspected, tested, or approved by someone other than CONTRACTOR, CONTRACTOR shall give PROFESSIONAL timely notice of readiness therefore. 13.4. The testing firm(s) (if assigned by OWNER to this Work) and all such inspections, tests, or approvals provided for by OWNER shall be identified in writing by PROFESSIONAL to CONTRACTOR. All other inspections, tests or approvals shall be at CONTRACTOR's expense including additional expenses for inspection and tests required as a result of delays by CONTRACTOR or hours worked in excess of 40 hours per week. For all required inspections, tests, and approvals on any Work prepared, performed, or assembled away from the site, CONTRACTOR will furnish PROFESSIONAL with the required Certificates of Inspection, testing, or approval. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organizations as may be required by law or the Contract Documents. Materials or Work in place that fail to pass acceptability tests shall be retested at the direction of PROFESSIONAL and at CONTRACTOR's expense. 13.5. All inspections, tests or approvals other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to OWNER and CONTRACTOR (or by PROFESSIONAL if so specified). 13.6. If any Work (including the work of others) that is to be inspected, tested or approved is covered without written concurrence of PROFESSIONAL, it must, if requested by PROFESSIONAL, be uncovered for observation. Such uncovering shall be at CONTRACTOR's expense unless CONTRACTOR has given PROFESSIONAL timely notice of CONTRACTOR's intention to cover the same and PROFESSIONAL has not acted with reasonable promptness in response to such notice. GC -36 Page 36 of 52 One Year Correction Period: 13.12. If, after approval of final payment and prior to the expiration of one year after the date of substantial completion or such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents, any Work or materials are found to be defective, incomplete, or otherwise not in accordance with the Contract Documents, CONTRACTOR shall Promptly, without cost to OWNER and in accordance with OWNER's written instructions, either correct such defective Work or if it has been rejected by OWNER, remove it from the Site and replace it with non - defective Work. If CONTRACTOR does not promptly comply with the terms of such instructions, OWNER may have the defective Work corrected, removed, or replaced. All direct, indirect and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys and other professionals) will be paid by CONTRACTOR. Acceptance of Defective Work: 13.13. lf, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to PROFESSIONAL's recommendation of final payment, PROFESSIONAL) prefers to accept it, OWNER may do so. CONTRACTOR shall bear all direct, indirect and consequential costs attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by PROFESSIONAL as to reasonableness and to include but not be limited to fees and charges of engineers, architects, attorneys and other professionals). If any such acceptance occurs prior to PROFESSIONAL's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correct Defective Work: Wsv;siOn i'at, A.ost 2001 13.14. If CONTRACTOR fails within a reasonable time after written notice of PROFESSIONAL to proceed to correct defective Work or to remove and replace rejected Work as required by PROFESSIONAL in accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR falls to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously, to the extent necessary to complete corrective and remedial action. OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees such access to the site as may be necessary to enable OWNER to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of OWNER in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved as to reasonableness by PROFESSIONAL, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11, Such direct, indirect and consequential costs will include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs GC -38 Page 38 of 52 Schedule of Values: Application for Progress Payment: CONTRACTOR's Warranty of Title: ARTICLE 14- PAYMENTS TO CONTRACTOR AND COMPLETION August :.:001 14,1. The schedule of values established as provided in 2.9 will serve as the basis for progress payments and will be incorporated into a form of application for Payment acceptable to Project Manager. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.2. At least twenty (20) calendar days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to PROFESSIONAL for review an application for Payment filled out and signed by CONTRACTOR covering the work completed as of the date of the application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER, Payment is subject to a ten percent (10 %) retainage that will be held until the final payment or acceptance by OWNER, The amount of retainage with respect to progress payments will be as stipulated in the Agreement. 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Review of Applications for Progress Payment: 14.4. PROFESSIONAL will, within ten (10) calendar days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the application to OWNER, or return the application to CONTRACTOR indicating in writing PROFESSIONAL's reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the application. OWNER shall, within thirty -one calendar days of presentation to him of the application for payment with PROFESSIONAL's recommendation of the amount for payment, pay CONTRACTOR amount recom mended. 14.5. PROFESS IONAL's recommendation of any payment requested in an Application for Payment will constitute a representation by PROFESSIONAL to OWNER, based on PROFESSIONAL's on -site observations of the Work in progress as an experienced and qualified design PROFESSIONAL and on PROF - ESSIONAL's review of the Application for Payment and the accompanying data and schedules, that the Work has progressed to the point indicated; that, to the best of PROFESSIONAL's knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price GC -40 Page 40 of 52 provisions of the certificate or attached list. lf, after considering such objections, PROFESSIONAL concludes that the Work is not substantially complete, PROFESSIONAL will, within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing stating the reasons therefor. If, after consideration of OWNER's, objections, PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as PROFESSIONAL believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion, PROFESSIONAL will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities, insurance and warranties. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform PROFESSIONAL prior to PROFESSIONAL's issuing the definitive certificate of Substantial Completion, PROFESSIONAL's aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment. 14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial Utilization: 14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work which (i) has specifically been identified in the Contract Documents, or (ii) OWNER, PROFESSIONAL, and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 14.10.1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees, CONTRACTOR will certify to OWNER and PROFESSIONAL that said part of the Work is substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at anytime may notify OWNER and PROFESSIONAL in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion. If PROFESSIONAL does not consider that part of the Work to be substantially complete, PROFESSIONAL will notify OWNER and CONTRACTOR, in writing, giving the reasons therefore. If PROFESSIONAL considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. OWNER may at anytime request CONTRACTOR, in writing, to permit OWNER to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to PROFESSIONAL and, within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion, and PROFESSIONAL will prepare a list of the item s remaining to be completed or corrected thereon before final GC-42 Page 42 of 52 14.12.2. Notwithstanding any other provision of these contract documents to the contrary, OWNER and PROFESSIONAL are under no duty or obligation whatsoever to any vendor, materials provider, Subcontractor, laborer or other party to ensure that payments due and owing by CONTRACTOR to any of them are or will be made. Such parties shall rely only on CONTRACTOR's surety bonds for remedy of nonpayment by him. CONTRACTOR agrees to defend and resolve all claims made by Subcontractors, indemnifying OWNER and PROFESSIONAL for all claims arising from or resulting from Subcontractor or supplier or material men or laborer services in connection with this project. 14.12.3. General Indemnity: CONTRACTOR shall indemnify OWNER and PROFESSIONAL for any damages sustained, including lost profits, resulting from CONTRACTOR's failure or refusal to perform the work required by these contract documents. Final Payment and Acceptance: R Dave AV9os:: 2001 14.13. If, on the basis of PROFESSIONAL's observation of the Work during construction and final inspection and PROFESSIONAL's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, PROFESSIONAL is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, PROFESSIONAL will, within ten (10) working days after receipt of the final Application for Payment, indicate in writing PROFESSIONAL's recommendation of payment and present the Application to OWNER for payment. At the same time PROFESSIONAL will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of 14.6. Otherwise, PROFESSIONAL will return the application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. After the presentation to OWNER of the application and accompanying documentation, in appropriate form and substance and with PROFESSIONAL's recommendation and notice of acceptability, the amount recommended by PROFESSIONAL will become due and will be paid by OWNER to CONTRACTOR. 14,14. lf, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if PROFESSIONAL so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of PROFESSIONAL and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Contract and if bonds have been furnished as required in Article 5, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to PROFESSIONAL with the application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. CONTRACTOR's Continuing Obligation: 14.15. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by PROFESSIONAL, nor the issuance of a certificate of Substantial Completion, nor any payment by OWNER to CONTRACTOR under the Contract Documents, nor any use or occupancy of the Work or any part thereof by OWNER, nor any act of acceptance by OWNER nor any failure to do so, nor any review and approval of a Shop Drawing or sample submission, nor the issuance of a notice of acceptability by PROFESSIONAL pursuant to paragraph 14.13, nor any correction of defective Work by OWNER will constitute an acceptance of Work not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform GC-44 Page 44 of 52 ARTICLE 15-- SUSPENSION OF WORK AND TERMINATION .. Ai:gusr '2661 OWNER May Suspend Work: 15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and PROFESSIONAL which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. Termination For Cause: 15.2. Upon the occurrence of any one or more of the following events: 15.2. 1. if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code (Title 11, United States Code), as now or hereafter in effect, or if CONTRACTOR takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency; 15.2.2. if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or insolvency; 15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors; 15.2.4. if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under applicable law or under contract, whose appointment or authority to take charge of property of CONTRACTOR is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of CONTRACTOR's creditors; 15.2.5. if CONTRACTOR admits in writing an inability to pay its debts generally, as they become due; 15.2.6. if CONTRACTOR fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as revised from time to time); 15.2.7. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 15.2.8. if CONTRACTOR disregards the authority of PROFESSIONAL; or 15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents, OWNER may, after giving CONTRACTOR (and the surety, if there be one) seven days' written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude GC -46 Page 46 of 52 Ravi Si August 20:11 ninety calendar days by OWNER or under an order of court or other public authority, or PROFESSIONAL fails to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty -one days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may upon seven working days' written notice to OWNER and PROFESSIONAL and provided OWNER or PROFESSIONAL did not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER payment on the same terms as provided in 15.2. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if PROFESSIONAL has failed to act on an Application for Payment within thirty days after it is submitted or OWNER has failed for thirty -one calendar days after it is submitted to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days' written notice to OWNER and PROFESSIONAL stop the Work until receipt of payment of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph are not intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Time or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph. The provisions of this paragraph shall not relieve CONTRACTOR of the obligations under paragraph 6.30 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER. GC -48 Page 48 of 52 Giving Notice: ARTICLE 17- MISCELLANEOUS RcwInioa mace 'I.PFI 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. Computation of Time: 17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.2.2. A calendar day of twenty -four hours measured from midnight to the next midnight shall constitute a day. General: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim should be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. 17.4. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees . and obligations imposed upon CONTRACTOR by paragraphs 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and PROFESSIONAL thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contract Documents will survive final payment and termination or completion of the Agreement. 17.5. CONTRACTOR shall keep adequate records and supporting documentation applicable to this Work and Contract. Said records and documentation shall be retained by CONTRACTOR for a minimum of five (5) years from the date of final completion or termination of this Contract. OWNER shall have the right to audit, inspect, and copy all such records and documentation as often as OWNER deems necessary during the period of the Contract and for a period of five (5) years thereafter provided, however, such activity shall be conducted only during normal business hours. OWNER, during this period of time, shall also have the right to obtain a copy of and otherwise inspect any audit made at the direction of CONTRACTOR as concerns the aforesaid records and supporting documentation. GC -50 Page 50 of 52 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 appropriate. 17.9.7 If, in the opinion of the RESIDENT PROJECT REPRESENTATIVE and the OWNER, the CONTRACTOR is not responding to an emergency situation in an appropriate manner, the Utilities Department will undertake necessary actions to abate an overflow situation. The cost of these actions will be the responsibility of the CONTRACTOR. 17.9.8 Following a discharge of untreated wastewater, a downstream inspection will be conducted by the Utilities Department to assess potential mitigation measures that may be required of the CONTRACTOR. PROGRAM MANAGER: GC -52 12 CV :si Olt DaLt: 1,,,,, 2441 1 7.10 The PROGRAM MANAGER for the project is CH2M HILL, 360 Bay Street, Suite 100 Augusta, GA 30901. The presence or duties of PROGRAM MANAGER's personnel at the construction site, whether as onsite representatives or otherwise, do not make PROGRAM MANAGER or PROGRAM MANAGER's personnel in any way responsible for those duties that belong to OWNER and / or the CONTRACTOR or other entities, and do not relieve the CONTRACTOR or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health and safety precautions required by such construction work. PROGRAM MANAGER and PROGRAM MANAGER's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty of inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the CONTRACTOR(s) or other entity or any other persons at the site except PROGRAM MANAGER's own personnel. The presence of PROGRAM MANAGER's personnel at the construction site is for the purpose of providing to OWNER a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). PROGRAM MANAGER neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. For this AGREEMENT only, construction sites include places of manufacture for materials incorporated into the construction work, and construction contractors include manufacturers of materials incorporated into the construction work Page 52 of 52 SGC -01. OWNER'S LIABILITY & PROPERTY INSURANCE: Sections 5.5, 5.6, 5.7, 5.8, 5.9, and 5.10 of the General Conditions shall be amended as follows: No additional Liability or property insurance will be purchased by the Augusta Commission for this project. Current insurance coverages will remain in effect for the life of this Contract. SGC -02. CONTRACTOR'S LIABILITY INSURANCE: Insurance shall be written with limits of liability shown below or as required by law, whichever is greater: • Commercial General Liability (per occurrence) Each Occurrence $ 1,000,000 • General Aggregate $ 2,000,000 • Products $ 2,000,000 • Personal & Adv Injury $ 1,000,000 • Fire Damage $ 500,000 • Automobile Liability (any auto) Combined Single Limit $ 1,000,000 • Excess Liability (Umbrella) Each Occurrence $ 5,000,000 • Workers Compensation Statutory Limits • Employer Liability $ 1,000,000 SGC -03. SPECIAL HAZARDS: The Contractor's and his Subcontractor's Liability and Property Damage Insurance shall provide adequate protection against the following special hazards: (a) Work within the right -of -ways of the Georgia Highway System and the Augusta, Georgia Road System. (b) Work within easements granted by property owners in connection with the construction of the project. (c) Work in close proximity to existing water lines, power lines, telephone fines, gas lines, other utilities and private structures contiguous to the job site. SGC -04. TESTING LABORATORY: All materials testing and laboratory work, with the exception of the testing related to the NPDES requirements, in connection therewith shall be paid for by the Contractor and approved by the Owner. Owner or Owner's representative may order construction and materials testing at any time deemed proper to control the quality of work. SGC -1 1 claim for damages whatsoever will be allowed by reason of the delay in obtaining the remaining lands and rights -of -way. Should the OWNER be prevented or enjoined from proceeding with the work or from authorizing its prosecution, either before the commencement, by reason of any litigation or by reason of its inability to procure any lands or rights -of -way for the said work, the Contractor shall not be entitled to make or assert any claim for damage by reason of said delay or to withdraw from the contract except by consent of the OWNER; but time for completion of the work will be extended to compensate for the time lost by such delay; such determination to be set forth in writing and approved by the OWNER. SGC -09. ESTIMATE OF QUANTITIES: The estimated quantities of work to be done and materials to be furnished under this contract if shown in any of the documents including the bid are given only for use in comparing bids and to indicate approximately the total amount of the contract and the right is especially reserved except as herein otherwise specifically limited to increase or diminish them as may be deemed reasonably necessary or desirable by the OWNER to complete the work contemplated by this contract and such increase or diminution shall in no way vitiate this contract nor shall any such increase or diminution give cause for claims or liability for damages. SGC -10. EXISTING STRUCTURES AND UTILITIES: The existence and location of structures and underground utilities indicated on the plans are not guaranteed and shall be investigated and verified in the field by the contractor before starting work. The contractor shall be held responsible for any damage to and for maintenance and protection of existing utilities and structures. SGC -11. CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT ITEMS: The contractor shall, immediately after the contract has been awarded, submit to the Augusta Utilities Department Director for his approval, a breakdown showing estimates of all costs apportioned to the major elements of equipment, material and labor comprising the total work included under any of the lump sum items shown in the proposal. These estimates as approved will serve as the basis for estimating of payments due on all progress estimates. SGC -12. PRIOR USE BY OWNER: Prior to completion of the work, the OWNER (by agreement with the Contractor) may take over the operation and /or use of the incomplete project or portions thereof. Such prior use of the facilities by the OWNER shall not be deemed as acceptance of any work or relieve the Contractor from any of the requirements of the Contract Documents. SGC -13. CLEANING UP: The Contractor shall keep the premises free from the accumulation of waste material and rubbish and upon completion of the work, prior to final acceptance of the completed project by the OWNER, he shall remove from the premises all rubbish, surplus materials, implements, tools, etc., and leave his work in a clean condition, satisfactory to the Augusta Utilities Department Director. SGC - 3 1 SGC -18. NPDES — STORMWATER DISCHARGE REQUIREMENTS The Augusta Utilities Department will be responsible for all collecting and monitoring activities as they pertain to the NPDES Regulations. SGC -19. AUGUSTA UTILITIES DEPARTMENT WATER SYSTEM PROJECT MEASUREMENT AND PAYMENT Contractor shall review Water System Project Measurement and Payment standard (Proposal Section) provided by Augusta Utilities Department. SGC -20. AUGUSTA UTILITIES DEPARTMENT STANDARDS AND CONSTRUCTION SPECIFICATIONS; AUGUST 2006; INCLUDING ALL UPDATES & REVISIONS W. R. Toole Engineers, Inc. recommends that each potential bidder secure a copy of the Augusta Utilities Department Standards and Specifications and review prior to project bid. SGC -21. BYPASSING SEWAGE: The Contractor will be required to schedule and coordinate construction sequences and operations and to use temporary construction and other approved methods, which will minimize the bypassing of sewage during construction of the sewer facilities. The diversion of sewerage to open ditches or streams will not be permitted. No separate payment will be made for sewer bypass. SGC -22. GEOTECHNICAL REPORT Contractor shall review geotechnical report (attached) prepared by Graves Engineering. SGC -23. GEORGIA DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATION 150 SPECIAL PROVISION FOR TRAFFIC CONTROL Georgia Department of Transportation Standard Specification Section 150 — Special Provision for Traffic Control is enclosed and forms part of this contract. SGC -24. SUPPLEMENT FOR AUGUSTA UTILITIES DEPARTMENT PROJECT Contractor shall review attached Supplement for Augusta Utilities Department Project. W.R. Toole Engineers, Inc. .tune 30, 2009 -Page 2- Purpose Of Exploration The purpose of this exploration was to obtain specific subsurface data at the site and to provide earthwork recommendations for the proposed project. Site Conditions We conducted a site reconnaissance to observe and document surface conditions at the site. Information gathered was used to help us interpret the subsurface data and to detect conditions which could affect our recommendations. The majority of the easement generally runs adjacent to the roads except for a section along Mirror Lake Road in which the line lines under the abandoned asphalt roadway. These route generally cleared of vegetation and was generally covered with grass or had surface soils exposed. Surface soils exposed consist of a sandy organic topsoil or coastal plain sands. The topography of the route ranges from relatively flat to fairly steeply sloping with a total of approximately 14 feet of topographic relief. Based on the information contained on the 30% Plan and Profile drawings, the existing ground surface elevations along the route range from approximately 250 to 470 feet MSL. The route crosses several drainage features. Surface water was noted at some of these low -lying locations along the route. Site Geologic Conditions The site is located near the fall line which is the contact area of the Upper Coastal Plain Province and the Piedmont Province. The Coastal Plain soils were deposited during inundation by the ancient oceans and consist of random layers of fine sands and silts interbedded with lenses of clay. - The Georgia Piedmont Province is a broad plateau gently sloping from the Blue Ridge Mountains to the Coastal Plain, covering a distance of approximately one hundred miles in this area. Based on published literature, the site is underlain by Coastal Plain sediments consisting of interbedded silts, sands, and clays. These soils overlay residual soils and crystalline rocks of the Piedmont. Subsurface Conditions The subsurface conditions were explored with widely spaced soil test and auger probe borings drilled according to the procedures presented in the appendix. The boring locations and depths were selected by W.R. Toole Engineers, Inc. and Graves Engineering. The soil test boring locations are indicated by 30% drawings station numbers on the attached boring records. The actual field boring locations were determined by our engineer by taped distances from nearby landmarks along the route. Boring elevations were obtained by interpolation between contours on the drawings provided to us. The boring stations and elevations shown in the appendix should be considered accurate only to the degree implied by the method used. We also note that boring B -2 was performed for the adjacent fire station project and also utilized for this exploration. The subsurface conditions encountered at the boring locations are shown on the Test Boring Records in the Appendix. These Boring Records represent our interpretation of the subsurface conditions based on the field logs, visual examination of field samples by an engineer and tests of the field samples. The lines designating the interface between various strata on the Boring Records represent the approximate interface location. In addition, the transition between strata may be gradual. Water levels shown on the Boring Records represent the conditions only at the time of our exploration. W.R. Toole Engineers, Inc. June 30, 2009 -Page 4- At low - lying locations with shallow groundwater, we recommend that 12 to 18 inches of clean stone be utilized for pipe bedding. Compaction of pipe backfill at several locations may be extremely difficult due to the anticipated wet conditions. In addition, wet clayey soils removed from the excavations will require significant drying time prior to reutilization as fill. Therefore, construction platuning should assume that some minor volumes of select stone bedding and initial pipe backfill will be required. Booster Station Foundation Recommendations As stated previously, we understand that a mat foundation will be utilized to support the proposed structure. Mat foundations have the advantage of providing the maximum safety against soil failure due to the reduced foundation pressure derived by spreading the load over a larger area. They also have the advantage of being able to bridge over isolated, near surface, soft areas due to the rigidity of the mat and, therefore differential settlements are minimized. The mat footing foundations will likely bear in firm to very firm virgin sands and can be designed for maximum allowable net bearing pressure of up to 2000 psf, however, our experience indicates that mat contact pressures are generally lower than this because the load is spread over a larger area. The soil parameter used in the analysis and design of mat foundations is the modulus of subgrade reaction(Ks). Based on the data obtained in our exploration, we recommend a design modulus of subgrade reaction of 300 kips per cubic foot. The maximum net allowable bearing pressures recommended are based on our previous experience and correlation's made previously between standard penetration test resistance's and the performance of foundations supported by soils similar to those at this site. It should be noted that the near surface clayey sands encountered at the site are more sensitive to moisture than the loose near surface sands and exposure to the environment may weaken the soils at the mat bearing level. If the bearing soils are softened by surface water intrusion or exposure, the softened soils must be removed from the foundation excavation bottom immediately prior to placement of concrete. If rainfall becomes imminent while the bearing soils are exposed, we recommend that a 2 to 4 -inch thick "mud -mat" of "lean" (2000 psi) concrete be placed on the bearing soils before the placement of reinforcing steel. We recommend that the geotechnical engineer observe the foundation excavation immediately prior to placing concrete. He should compare the soils exposed with those encountered in the soil test borings and document the results. Any significant differences should be brought to the attention of the owners' representative along with appropriate recommendations. The foundation bearing area should be level or suitably benched. It should also be free of loose soil, ponded water and debris prior to the inspection. Compacted Fill Recommendations We recommend that soils to be used as fill be free of debris and have less than 2% by weight fibrous organic material. They should have a liquid limit less than 50 and a plasticity index less than 20. Before filling operations begin, representative samples of each proposed fill material should be collected. The samples should be tested to determine the maximum dry density, optimum moisture content, natural moisture content, gradation and plasticity of the soil. These tests are needed for quality control during compaction and also to determine if the fill material is acceptable. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 W.R. Toole Engineers, Inc. June 30, 2009 -Page 6- Basis For Recommendations The recommendations provided are based in part on project information provided to us and they only apply to the specific project and site discussed in this report. If the project information section in this report contains incorrect information or if additional information is available, you should convey the correct or additional information to us and retain us to review our recommendations. We can then modify our recommendations if they are inappropriate for the proposed project. Regardless of the thoroughness of a geotechnical exploration, there is always a possibility, that conditions between borings will be different from those at specific boring locations and that conditions will not be as anticipated by the designers or contractors. In addition, the construction process may itself alter soil conditions. Therefore, experienced geotechnical personnel should observe and document the construction procedures used and the conditions encountered. Unanticipated conditions and inadequate procedures should be reported to the design team along with timely recommendations to solve the problems created. We recommend that the owner retain Graves Engineering to provide this service based upon our familiarity with the project, the subsurface conditions and the intent of the recommendations. We recommend that this complete report be provided to the various design team members, the contractors and the project owner. Potential contractors should be informed of this report in the "instructions to bidders" section of the bid documents. We wish to remind you that our exploration services include storing the samples collected and making them available for inspection for 60 days. The samples are then discarded unless you request otherwise. We will be happy to discuss our recommendations with you and would welcome the opportunity to provide the additional studies or services necessary to complete this project. We appreciate the opportunity to provide our professional services and look forward to working with you on the remainder of this project and on future projects. If you have any questions concerning this report or wish to have further discussions, please contact us at (706) 651 -9922. Respectfully Submitted, GRAVES ENGINEERING S �01 5TE'* fi . 22223 1 PROFESSIONAL Richard W. Swanson, P.�`\ Principal Engineer / Preside t,? w T Ga. Registration No. 22223 _ T Attachments: Test Boring Records Field and Laboratory Testing Procedures BORING NO. B - 2 • PROJECT: Ft. Gordon Gate 4 Water Main Extention Project LOCATION: Line A, Station 244+10(offset 30'E) - Richmond Co., GRAVES PROJECT NO.: G- 091766 Page 1 of 1 'E COMPLETED: 02/25/02* GROUND SURFACE ELEVATION: 264.5' DRILLING METHOD: 2.25" I.D. AUGER I CO i-Lica3a U.S.C.S. Soil Classification 4 Standard Penetration 10 20 Resistances 40 50 00 70 00 311A 0-6" Topsoil Loose to Firm, Brown -Tan -Red, Slightly Clayey to Clayey, Silty Fine To Medium Sand(SC) Note: 26.7 % passing 200 sieve on sample #1. SS SS SS SS SS IIIIIIIII 08 11 14 i 1 5 Firm, White- Tan -Red, Silty Fine To Medium Sand(SM) 20 25 34 35 40 _ Boring Terminated At 15.0 Feet. No Groundwater Encountered At The Time Of Boring. SS - Split Spoon Sample LL = Liquid Limit PI = Plasticity Index *NOTE - This boring drilled in 2002 for adjacent Fire Station #7. III 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST BORING RECORD GRAVES BVGINEERIAIG SERVICES BORING NO. B4 PROJECT: Ft. Gordon Gate 4 Water Main Extention Project LOCATION: Line A, Station 236 +00(offset 10'SW) - Richmond Co., ,. GRAVES PROJECT NO.: G-091766 Page 1 of 1 DATE COMPLETED; 05/13/09 GROUND SURFACE ELEVATION: 267.5' DRILLING METHOD: 2.25" I.D. AUGER (7�} 1043 U.S.C.S. Soil Classification H3IVM Standard Penetration 0 10 20 2 Resistances 40 60 60 70 80 ' 0 a13Tfa N 05 0" Topsoil Finn, Brown - Sand(SM) Grey -Red, Clayey, .. Silty Fine to Medium SS SS SS SS 18 13 25 27 t { p ff 4 •4.t Very Firm, Tan, Sand(SC) .... Silty Fine to Medium _ ..,.._ •■■• Very Firm, White, Slightly Clayey, Silty Fine to Medium Sand(SM) 10 15.m= 20 25'x' 30* 35-^• 40_ .� - �..... --. Boring Terminated At 10.0 Feet. No groundwater encountered at the time of boring. SS - Split Spoon Sample 1 ■ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST BORING RECORD GRAVES ENGINEERING SERVICES BORING NO. B•6 PROJECT: Ft. Gordon Gate 4 Water Main Extention Project LOCATION: Line A, Station 215 +00(offset 10'SW) - Richmond Co., . GRAVES PROJECT 0- 091766 Page 1 of 1 DATE COMPLETED: 05/13/09 GROUND SURFACE ELEVATION: 264.0' DRILLING METHOD: 2.25" I.D. AUGER [ ('d} H.i.d g U.S.C.S. Soil Classification �OA31 ti31VM Standard Penetration 0 10 20 30 4 Resistances 50 80 70 80 80 3f1 IN - — 0 -3" Topsoil Firm, Tan - Brown, Clayey, Silty Fine to Medium Sand(SC) ►Ip ss ss SS SS 15 11 17 20 Firm, Yellow- Tan -Gray, Slightly Clayey, Fine to Medium Sand(SM) with some organics 15- 2o- 2s— 30 -. 3 5-- Boring Terminated At 10.0 Feet. Groundwater encountered at 7.0 feet at the time of boring. SS - Split Spoon Sample 1 ■ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST BORING RECORD GRAVES ENGINEERING SERVICES BORING NO. B -8 PROJECT: Ft. Gordon Gate 4 Water Main Extention Project LOCATION: Line A, Station 198+00(offset 10'E) - Richmond Co., GRAVES PROJECT NO.: G- 091766 "-- Page 1 of 1 DATE COMPLETED: 05/13109 GROUND SURFACE ELEVATION: 277.0' DRILLING METHOD: 2.25" 1.D. AUGER t7�) g U.S.C.S. Soll Classification 1 g i Standard Penetration 0 10 20 SO 4) Resistances 50 50 Z0 B0110 3/1YVA 05 0" Topsoil Firm, Red -Tan- Brown, Clayey, Silty Fine to Coarse Sand(SM) O a.r 1 C) aS U 0 r. �o C c", O r s. c � Q G=r 1 _ SS SS SS SS 26 21 19 19 \\ Very Stiff, Red - Brown - Yellow, Very Sandy, Clayey Silt(ML) 1 Firm, Yellow, Slightly Clayey, Silty Fine to Coarse Sand(SM) _,. 1.1•■■•■•■■. .�... 10 15'-" 20 25"-' 30— 35'x^ 40...- Boring Terminated At 10.0 Feet. Groundwater encountered at 8.0 feet at the ti . • OI haring. SS - Spit Spoon Sample 1 1 ■ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST BORING RECORD GRAVES ENGINEERING SERVICES BORING NO. B -10 PROJECT: Ft. Gordon Gate 4 Water Main Extention Project LOCATION: Line A, Station 179 +00(offset 20'W) - Richmond Co. GRAVES PROJECT NO.: G- 091766 Page 1. of 1 DATE COMPLETED: 05/I3/09 GROUND SURFACE ELEVATION: 311.0' I DRILLING METHOD: 2.25" I.D. AUGER LA tui Rid_ U.S.G.S. Solt Classification tf3LYM Standard Penetration Resistances 0 10 29 30 40 50 Up 70 80 80 I 3f 1YA 05 , ' j: • 0" Topsoil Firm, Tan -Gray, Silty Fine to CoarseSand(SM) SS SS SS SS 1a 2e 28 36 Very Firm, Tan -Gray, Slightly Clayey, Silty Fine to Coarse Sand(SM) ;�- Hard, White -Gray, Fine Sandy, Clayey .- Silt(MH) - Kaolin .� ... 10 15 — 2 0 —' 25"" 30--- 35--• 40 Boring Terminated At 10.0 Feet. No groundwater encountered at the time of boring. . SS • Split Spoon Sample 1 1 ■ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST BORING RECORD GRAVES ENGINEERING SERVICES BORING NO. B -12 PROJECT: Ft. Gordon Gate 4 Water Main Extention Project LOCATION: Line A, Station 162 +00(At S Hwy. #1 Bore)- Richmond Co., GA, GRAVES PROJECT NO.: _ _: G- 091766 Page 1 of 1 DATE COMPLETED: 05/13/09 GROUND SURFACE ELEVATION: 313.0' DRILLING METHOD: 225" I.D. AUGER ('1 HZd3 g U.S.C.S. Soil Classification lanai LVM Standard Penetration Resistances 0 I D 20 30 40 50 50 70 5000 9n1tn .N 05 10 15 •'�`.ti.w; 20 ..ti 25.... 30— 35 '-° 40 .... 0 -3" Topsoil Firm, Tan -Gray, Silty Fine to Medium Sand(SM) SS 5S SS SS t SS 17 24 19 22 42 31 • • Very Firm to Firtn,Tan- Brown, Slightly Clayey, Silty Fine to Medium Sand(SM) Note: 26.6% Passing 200 Sieve on Sample #2. '' =' . Very Firm, Tan -Gray, Silty Fine to Medium Sand(SM) fly"" ":171,74Sf s , ,,N OP tftitiaV c :OAT? ___• rr.rr ___ - .rrr. Dense, White -Gray, Silty Fine to Coarse Sand(SM) �._. - ..,,., - Boring Terminated At 20.0 Feet. No groundwater encountered at the time of boring. SS - Split Spoon Sample 1 ■ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST BORING RECORD GRAVES FNGWEBW3SERVICES )RING NO. B.14 PROJECT: Ft. Gordon Gate 4 Water Main Extention Project LOCATION; Line Cation 148 +00 - Richmond Co., GA. GRAVES PROJECT .,_.. G- 091.766 Page 1 of .1 DATE COMPLETED: 05/12/09 GROUND SURFACE ELEVATION: 280.0' DRILLING METHOD: 2.25" X.D. AUGER Cu) Kidd soi U.S.C.S. Soil Classification 1 I ' aaldrot Standard 0 t Penetration 20 Resistances 0 40 6 BO 70 90 90 rcron 05 0" Topsoil Firm, Brown, Silty Fine to CoarseSand(SM) SS SS SS SS 11 14 1 s 33 Firm, Tan - Yellow -Gray, Silty Fine to Coarse Sand(SM) Hard, Tan-Gra Fine Sandy, Clayey Silt(ML) 10 15.— 20 -- 25- 30 •"— 35•. 4 0�.a, Boring Terminated At 10.0 Feet. No groundwater encountered at the time of boring. SS - Split Spoon Sample - f , 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST BORING RECORD GRAVES ENGINEERING SERVICES BORING NO. B -16 PROJECT: Ft. Gordon Gate 4 Water Main Extention Project LOCATION: Line A, Station 128 +00 - Richmond Co., GA. GRAVES PROJECT NU.: G- 091766 Page 1 of 1 DATE COMPLETED: 05/12/09 GROUND SURFACE ELEVATION: 294.0' DRILLING METHOD: 2.25" T.U. AUGER CIS) Hid3O U.S.C.S. Soil Classification H^.JLtM Standard Penetration 18 20 3 Resistances AO 50 00. 70 0090 31 VA .N 05 ..,. •,`.t 0 -12" Tan Gray Sand Hard to Very Hard White-Gray, Fine Sand Clayey Silt(MH) - Kaolin Note: 77.2% Passing 200 Sieve on Sample #1, LL=53, PI =21 on Sample #1. ..0 SS Ss SS ss _ 41 52 2 7 39 L Za.1 tf e'se • f vv.. � Vre VI": Vety Firm to Dense, White-Tan-Red, Silty Fine to Medium Sand(SM) • l Q 15 _ 20 2 5 _, 30 r 35 '-"' Boring Terminated At 10.0 Feet. No groundwater encountered at the time of boring. SS - Split Spoon Sample LL - Liquid Limit PI - Plasticity Index 1 1 ■ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST BORING RECORD GRAVES E N G I N E ERIN G S ER V/ C E S BORING NO. B-18 ' PROJECT: Ft. Gordon Gate 4 Water Main Extention Project LOCATION: Line A, Station 98+00(offset 10'NE) - Richmond Co., GA. GRAVES PROJECT NO.: G-091766 Page 1 of 1 DATE COMPLETED: 05/12/09 GROUND SURFACE ELEVATION: 335.0' DRILLING METHOD; 2.25" I.D. AUGER (7A) Hid30I I § U.S.C.S. Soil Classification - anal ti3LVM I Standard Penetration Resistances 0 10 20 30 40 00 80 70 80 00 1 i 3f iVA .N 05 -.10 ••••••••• :::::: ..........- ....,..,.., .........., •.•....,:',',1,. . ., 0-3" Topsoil Loose, Tan, Slightly Silty Fine to Medium Sand(SP-SM) ......._, ......... .......,_ SS SS ss SS 1\411 og 10 24 21 ..--. .........1. Very Firm,Tan-Red-Gray, Slightly Clayey, Silty Fine to Medium Sand(SM) 15... 20 • - 25- 30 - 1 35 " , -- 40 Boring Terminated At 10.0 Feet. No groundwater encountered at the time of boii ng. SS - Split Spoon Sample --. 1 1 1 1 1 - 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST BORING RECORD GRAVES ENGINEERING SERVICES BORING NO. B -20 PROJECT: Ft. Gordon Gate 4 Water Main Extention Project LOCATION; Line A, Station 88 +00(offset 15'NE) - Richmond Co., GRAVES PROJECT NO.. G- 091766 Page 1 of 1 DATE COMPLETED; 05/12/09 GROUND SURFACE ELEVATION: 368.0' DRILLING METHOD: 2.25" I.D. AUGER .�;:,i' 0:.,•;•;. U.S.C.S. Soil Classification 0" Topsoil Firm, Tan -Brown -Red, Slightly Clayey, Silty Fine to Coarse Sand(SM) I EEIL -BA31 VM SS ss SS S5 Standard 0 10 1111 Penetration 20 IIIIIII Resistances 0 40 60 :0 70 00 11111 90 13 13 t s 33 anion 24 05 Firm, Tan - Brown, Slightly Silty Fine to Medium Sand(SP -SM) ._... Dense, Red -Tan, Clayey, Silty Fine to Coarse Sand(SC) 5 20 25 30 35 40 Boring Terminated At 10.0 Feet, No groundwater encountered at the time of boring. SS - Split Spoon Sample III 11111 1 ■ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST BORING RECORD GRAVES ENGJNEERINGSERV10ES BORING NO. B.22 PROJECT: Ft. Gordon Gate 4 Water Main Extention Project LOCATION: Line A, Station 70 +00 - Richmond Co., GA. GRAVES PROJECT LW.. G- 091766 Page 1 of 1 DATE COMPLETED: 05/12/04 GROUND SURFACE ELEVATION: 445.0' i DRILLING METHOD: 2.25" I.D. AUGER (id) ri ace g U,S.C.S. Soil Classification 'BA3, N3LVM Standard Penetration Resistances 0 10 20 90 I0 60 00 70 BO 90 f 3t3IVA 1 0 -3° Topsoil Firm, Brown -Red, Silty Fine to Medium Sand(SM) SS Ss SS SS 13 15 16 17 Firm, Tan -Red, Slightly Silty Fine to Medium Sand(SP -SM) .... 0 10 15•-- 20--' 25"' 30 -- 35 .� r...�.�r Boring Terminated At 10.0 Feet. No groundwater encountered at the time of boring. SS - Split Spoon Sample L 1 ■ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST BORING RECORD GRAVES ENGINEERING SERVICES BORING NO. B - 24 PROJECT: Ft. Gordon Gate 4 Water Main Extention Project LOCATION: Line A, Station 501- 00(offset 15'NE) - Richmond Co., GRAVES PROJECT NO.: 0- 091766 Page 1 of 1 DATE COMPLETED: 05/12/09 GROUND SURFACE ELEVATION: 461.0' 1 DRILLING METHOD: 2.25" 1.D. AUGER I Id) Hie Id U.S.C.S. Soil Classification u Standard Penetration Resistances .0 10 20 ,30 40 50 BO 70 80 B0 wrnen 0" Topsoil Loose, Brown, Silty Fine to Coarse Sand(SM) Note: 14.3% Passing 200 Sieve on Sample #1. ss ss SS SS 06 05 10 11 Loose, Tan, Slightly Silty Fine to Medium Sand(SP -SM) 6 --- -. Firm, Red, Silty Fine to Medium Sand(SM) — — 10 15 20 25 30 35 4 0 Boring Terminated At 10.0 Feet. No groundwater encountered at the time of boring. SS - Split Spoon Sample • 1 ■ ■ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST BORING RECORD GRAVES F-NGINEER1NGSERVICES BORING NO. B -26 PROJECT: Ft. Gordon Gate 4 Water Main Extention Project LOCATION: Line A, Station 30 +00 - Richmond Co., GA. GRAVES PROJECT 0- 091766 Page 1 of 1 DATE COMPLETED: 05/12/09 GROUND SURFACE ELEVATION: 429.0' DRILLING METHOD: 2.25" I.D. AUGER Lid) H1130 g U.S.C.S. Soil Classification taJVM Standard Penetration Resistances o 10 20 30 40 50 6 70 60 50 I 3111VA 05 -- 10 ..r 15° 20 25 ' - 3 0 — 35— 40_ ' 0" Topsoil Loose, Tan -Red, Slightly Silty Fine to Medium Sand(SM) ._„ .... . SS SS SS SS 08 09 08 oe ,, Boring Terminated At 10.0 Feet. No groundwater encountered at the time of boring. • SS - Split Spoon Sample 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST BORING RECORD GRAVES ENGINEERING SERVICES 1 BORING NO.11-28 PROJECT: Ft. Gordon Gate 4 Water Main Extention Project LOCATION: Line A, Station 20 +00(offset 5'E) - Richmond Co., GA. GRAVES PROJECT NO.: 0- 091766 Page 1 of 1 DATE COMPLETED: 05/12/09 GROUND SURFACE ELEVATION: 4433' DRILLING METHOD: 2.25" I.D. AUGER Cif HL g U.S.C.S. Soli Classification Standard Penetration Resistances 0 10 20 50 40 50 -0 70 80 90 fly :: .. 0" Topsoil Loose, Tan -Brown -Red, Slightly Silty Fine to Medium Sand(SM) SS SS SS SS 09 08 08 07 ! I 0 15*-- 20 25 30- 35- 0 _.. r... Boring Terminated At 10.0 Feet. No groundwater encountered at the time of boring. SS - Split Spoon Sample 1 ■ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST BORING RECORD GRAVES ENG!WEERING SERVICES BORING NO. B - 30 PROJECT: Ft. Gordon Gate 4 Water Main Extension Project LOCATION: Line A, Station 0 +75(at S Lane Ave. Bore) - Richmo nd Co., GA. GRAVES PROJECT : 0- 091766 Page 1 of 1 DATE COMPLETED: 05/12109 GROUND SURFACE ELEVATION: 448.0' DRILLING METHOD: 2.25" I.D. AUGER DEPTH (Ft.) U.S.C,S. Soil Classification E3A31 tEt VM i Standard Penetration 0 4 0 2' 30 4 Resistances 50 60 70 BO 00 3f1TO'A ..N 05 - 0" Topsoil Loose, Red - Brown, Silty Fine to Medium Sand(SM) SS SS SS SS SS 09 06 07 08 13 • Loose, Tan, Slightly Silty Fine to Medium Sand(SP-SM) Firm,Red-Tan, Silty Fine to Medium Sand(SM) 15 20 -- 25 "'^ 30 - 35 - 40 a.. _ Boring Terminated At 15,0 Feet. No groundwater encountered at the time of boring. SS - Split Spoon Sample 1 ■ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST BORING RECORD GRAVES ENGINEERING SERVICES BORING NO. B - 32 PROJECT: Ft. Gordon Gate 4 Water Main Extention Project LOCATION: Line B, Station 08 +00 - Richmond Co., GA. GRAVES PROJECT G- 091766 Page 1 of 1 DATE COMPLETED: 05/12/09 GROUND SURFACE ELEVATION: 458.0' DRILLING METHOD: 2.25" I.D. AUGER LH U.S.C.S. Soil Classification 1YM Standard Penetration 0 10 20 $ Resistances 40 50 60 10 80 90 3 rIYA 05 .; 0 -3" Topsoil Loose, Tan -Brown -Red, Silty Fine to Medium Sand(SM) Note: 12.9% Passing 200 Sieve on Sample #4. SS SS SS SS 07 08 00 09 10 15- 20 " - ' 25 - 30 ^- 35-- 40 Boring Terminated At 10.0 Feet. No groundwater encountered at the time of boring. SS - Split Spoon Sample 1 ■ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST BORING RECORD GRAVES ENGINEERING SERVICE'S BORING NO. B -34 PROJECT: Ft. Gordon Gate 4 Water Main Extention Project LOCATION: Line B, Station 27 +50 - Richmond Co., GA, GRAVES PROJECT : G- 091766 Page 1 of 1 DATE COMPLETED; 05112/09 GROUND SURFACE ELEVATION: 427.0' DRILLING METHOD: 2.25" I.D. AUGER ( "13) Hld3 U,S.C,S. Soil Classification YM Standard Penetration Resistances 0 10 20 30 40 00 80 70 0 90 1 3t1TJA .N Q5 ,_, 10 .; :r","' ' 0'•3 Topsoil Loose, Tan, Silty Fine to Medium Sand(SM) SS SS SS sS 09 09 10 11 1110,,,., Loose, Tan, Slightly Silty Fine to Medium Sand(SP -SM) • .... Firm, Red, Silty Fine to Medium Sand(SM) 15-* 20^ 25-- 30 - 35-- . 40 Boring Terminated At 10.0 Feet. No groundwater encountered at the time of 1 boring. SS - Split Spoon Sample • • 1 ■ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST BORING RECORD GRAVES ENGINEERING SERVICES BORING NO. B -36 PROJECT: Ft. Gordon Gate 4 Water Main Extention Project LOCATION: Line B, Station 47+00(offset 10'S) - Richmond Co., GRAVES PROJECT ; G- 091766 Page 1 of 1 DATE COMPLETED: 05/12109 GROUND SURFACE ELEVATION: 335.0' DRILLING METHOD: 2.25" I.D. AUGER i ('t3} H1d30 U.S.C.S. Soli Classification 'en31 aalvea Standard Penetration 0 10 2 Resistances i 90 40 50 60 70 80 90 an1vn .0 05 -... 0" Topsoil Loose, Tan -Red, Silty Fine to Medium Sand(SSM) ....- SS SS SS SS i i 09 0 8 13 13 10 r........ ........ .�.., Firm,Tan- Gray - White, Slightly Clayey, Silty Fine to Coarse Sand(SM) ..... - 15* 20 25 30 •-• 35--. 40 Boring Terminated At 10.0 Feet. No groundwater encountered at the time of baring. SS - Split Spoon Sample 1 ■ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST BORING RECORD GRAVES ENGINEERING SERVICES BORING NO. B - 38 PROJECT: Ft. Gordon Gate 4 Water Main Extention Project LOCATION: Line B, Station 67 +30(offset l0'S) - Richmond Co., GRAVES PROJECT : G- 091766 Page 1 of 1 DATE COMPLETED: 05/12/09 GROUND SURFACE ELEVATION: 333.0' DRILLING METHOD: 2.25" I.D. AUGER �(z3F HId3a1 g U.S.C.S. 5011 Classification 'HA31 kl31VM Standard Penetration Resistances 10 20 30 40 50 50 70 B0 80 3111VA N as -. " .. 0" Topsoil Loose, Tan -Red, Silty Fine to Medium Sand(SM) •.. SS SS SS SS _ t 0 08 07 08 10 10 15 • 20 r••• 25— 30 •••• 35— 40 ,.... Boring Terminated At 10.0 Feet. No groundwater encountered at the time of boring. SS - Split Spoon Sample 1 ■ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST BORING RECORD GRAVES ENG/NEERVVG SERVICES BORING NO. B -40 • PROJECT: Ft. Gordon Gate 4 Water Main Extention Project LOCATION: Line B, Station 85+00 - Richmond Co., GA. GRAVES PROJECT 0- 091766 Page I. of 1 DATE COMPLETED: 05/12/09 GROUND SURFACE ELEVATION: 432.5' I DRILLING METHOD: 2.25" T.D. AUGER hd3 HJd3c1 g U.S.C.S. Soil Classification I -Dial I Standard Penetration Resistances 10 20 30 40 so SO 70 ao 00 L 3frrciA .N os --Y 10 • 0" Topsoil Loose, Red- Brown. Silty Fine to Medium Sand(SM) SS SS Ss SS 1 07 08 11 10 Loose to Firm, Tan -Red, Slightly Silty Fine to Medium Sand(SP -SM) ..... — 5... 20 25 .... 30— 35 ••••• 40 ..., — .....r... ,....... Boring Terminated At 10.0 Feet, No groundwater encountered at the time of boring. SS - Split Spoon Sample ,_. �,.._, 1 ■ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOIL TEST BORING RECORD GRAVES ENGINEERING SERVICES 1 Revised: June 1, 2011 Revised: August 1, 2011 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION Section 150-- Traffic Control 150.01 GENERAL I This section as supplemented by the Plans, Specifications, and Manual on Uniform Traffic Control Devices (MUTCD) shall be considered the Temporary Traffic Control (TTC) Plan. Activities shall consist of furnishing, installing, maintaining, and removing necessary traffic I signs, pedestrian signs, barricades, lights, signals, cones, pavement markings and other traffic control devices and shall include flagging and other means for guidance and protection of vehicular and pedestrian traffic through the Work Zone. This Work shall include both maintaining existing devices and installing additional devices as necessary in construction work I zones. When any provisions of this Specification or the Plans do not meet the minimum requirements I of the MUTCD, the MUTCD shall control. The 2009 Edition of the MUTCD shall be in effect for the duration of the project. I The needs and control of all road users (motorists, bicyclists and pedestrians within the highway right -of -way and easements, including persons with disabilities in accordance with the Americans with Disabilities Act of 1990 (ADA), Title II, Paragraph 35.130) through a Temporary Traffic Control (TTC) zone shall be an essential part of highway construction, utility work, 1 maintenance operations and management of traffic incidents. The Worksite Traffic Control Supervisor (WTCS) shall have a copy of Part VI of the MUTCD and I the Contract on the job site. Copies of the current MUTCD may be obtained from the FHWA web page at httrI/ /mutcd.fhwa.dot.gov. I A. WORKER SAFETY APPAREL All workers, including emergency responders, within the right -of -way who are exposed either to traffic (vehicles using the highway for purpose of travel) or to work vehicles and I construction equipment within the TTC zone shall wear high - visibility safety apparel that meets the Performance Class 2 or 3 requirements of the ANSI /ISEA 107 -2004 publication entitled "American National Standard for High - Visibility Safety Apparel and Headwear ", or I equivalent revisions, and labeled as meeting the ANSI 107 -2004 standard performance for Class 2 or 3 risk exposure. Emergency and incident responders and law enforcement personnel within the TTC zone may wear high - visibility safety apparel that meets the 1 performance requirements of the ANSI /ISEA 207 -2006 publication entitled "American National Standard for High - Visibility Public Safety Vests ", or equivalent revisions, and 1 1 CERTIFIED WORKSITE TRAFFIC CONTROL SUPERVISOR ADDITIONAL REQUIREMENTS FOR INTERSTATE AND LIMITED ACCESS HIGHWAYS; In addition to the requirements above, the WTCS shall have a minimum of one year's experience directly related to work site traffic control in a supervisory or responsible capacity. The WTCS shall be currently certified by the American Traffic Safety Services Association (ATSSA) Work Site Traffic Supervisor Certification program or the National Safety Council Certification program. Any work performed on the interstate or limited access highway right -of -way that requires traffic control shall be supervised by the Certified Worksite Traffic Control Supervisor. No work requiring traffic control shall be performed unless the certified WTCS is on the worksite. Failure to maintain a Certified Worksite Traffic Control Supervisor on the work will be considered as non - performance under Subsection 150.08. The WTCS shall perform, as a minimum, weekly traffic control inspections on all interstate and limited access highways, The inspection shall be reported to the Engineer on a TC -1 report. The Engineer will furnish a blank copy of the TC -1 report to the Contractor prior to the beginning of any work on the interstate or limited access right -of -way. C. TRAFFIC CONTROL DEVICES All traffic control devices used during the construction of a project shall meet the Standards utilized in the MUTCD, and shall comply with the requirements of these Specifications, Project Plans, and Special Provisions. All devices shall be tested at NCHRP Test Level III. Reference is made to Subsections 104.05, 107.07, and 107,09. D. REFLECTORIZATION REQUIREMENTS All rigid fluorescent orange construction warning signs (black on fluorescent orange) shall meet the reflectorization and color requirements of ASTM Type VII, VIII, IX or X regardless of the mounting height. Portable signs which have flexible sign blanks shall meet the reflectorization and color requirements of ASTM Type VI. Warning signs (W3 -1a) for stop conditions that have rumble strips located in the travelway shall be reflectorized with ASTM Type IX fluorescent yellow sheeting. All other signs shall meet the requirements of ASTM Type III or IV except for "Pass With Care" and "Do Not Pass" signs which may be ASTM Type I unless otherwise specified. CHANNELIZATION DEVICES: Channelization devices shall meet the requirements of ASTM Type III or IV high intensity sheeting. E. IMPLEMENTATION REQUIREMENTS No work shall be started on any project phase until the appropriate traffic control devices have been placed in accordance with the Project requirements. Changes to traffic flow 3 Advanced notification requirements to the Contractor to suspend work will be according to the events and the time restrictions outlined below: Incident management No advanced notice required Threatening /Inclement weather 24 hours Holidays. sporting events, Three (3) calendar days unfavorable conditions If the work is suspended, the Contractor may submit a request for additional contract time as allowed under Section 108. The Department will review the request and may grant additional contract time as justified by the impact to the Contractor's schedule. Compensation for loss of productivity, rescheduling of crews, rental of equipment or delays to the Contractor's schedule will not be considered for payment. Additional contract time will be the only consideration granted to the Contractor. H. SEQUENCE OF OPERATIONS Any Sequence of Operations provided in this Contract in conjunction with any staging details which may be shown in the plans, is a suggested sequence for performing the Work. It is intended as a general staging plan for the orderly execution of the work while minimizing the impact on pedestrian facilities, mainline, cross - streets and side streets. The Contractor shall develop detailed staging and temporary traffic control plans for performing specific areas of the Work including but not limited to all traffic shifts, detours, bridge widenings, paces, or other activities that disrupt traffic or pedestrian flow. The Engineer may require detailed staging and TTC plans for lane closures or disruption to pedestrian facilities. These plans shall be submitted for approval at least two weeks prior to the scheduled date of the activity. Activities that have not been approved at least seven (7) days prior to the scheduled date shall be rescheduled. Where traffic is permitted through the work area under stage construction, the Contractor may choose to construct, at no additional expense to the Department, temporary on -site bypasses or detours in order to expedite the work. Plans for such temporary bypasses or detours shall be submitted to the Engineer for review and approval 30 calendar days prior to the proposed construction. Such bypasses or detours shall be removed promptly when in the opinion of the Engineer; they are not longer necessary for the satisfactory progress of the Work. Bypasses and detours shall meet the minimum requirements of Sulgsection 150.02.13.4. As an option to the Sequence of Operations in the Contract, the Contractor may submit an alternative Sequence of Operations for review and approval. Alternate Sequence of Operations for pedestrian facilities shall be in compliance with the MUTCD and ADA. Pedestrian needs identified in the preconstruction phase shall be included in the proposed alternate plan. The Department may consider the Contractor's alternate Sequence of Operations as a Value Engineering Proposal as defined by SuOsectian._101.08. A twenty calendar days lead time for the Department's review shall be given to this submission so that a decision on its acceptability can be made and presented at the Preconstruction 150.02 TEMPORARY TRAFFIC CONTROL (ITC) ZONES: A. DEVICES AND MATERIALS: In addition to the other provisions contained herein, work zone traffic control shall be accomplished using the following means and materials: 1. Portable Advance Warning Signs Portable advance warning signs shall be utilized as per the requirements of the temporary traffic control plans. All signs shall meet the requirements of the MUTCD and shall be NCHRP 350 crashworthy compliant. 2. Arrow Panels Portable sequential or flashing arrow panels as shown in the Plans or Specifications for use on Interstate or multi -lane highway lane closure only, shall be a minimum size of 48" high by 96" wide with not less than 15 lamps used for the arrow. The arrow shall occupy virtually the entire size of the arrow panel and shall have a minimum legibility distance of one mile. The minimum legibility distance is that distance at which the arrow panel can be comprehended by an observer on a sunny day, or clear night. Arrow panels shall be equipped with automatic dimming features for use during hours of darkness. The arrow panels shall also meet the requirements for a Type C panel as shown in the MUTCD. The sequential or flashing arrow panels shall not be used for lane closure on two -lane, two -way highways when traffic is restricted to one -lane operations in which case, appropriate signing, flaggers and when required, pilot vehicles will be deemed sufficient. The sequential or flashing arrow panels shall be placed on the shoulder at or near the point where the lane closing transition begins. The panels shall be mounted on a vehicle, trailer, or other suitable support. Vehicle mounted panels shall be provided with remote controls. Minimum mounting height shall be seven feet above the roadway to the bottom of the panel, except on vehicle mounted panels which should be as high as practical. For emergency situations, arrow display panels that meet the MUTCD requirements for Type A or Type B panels may be used until Type C panels can be located and placed at the site. The use of Type A and Type B panels shall be held to the minimum length of time possible before having the Type C panel(s) in operation. The Engineer shall determine when conditions and circumstances are considered to be emergencies. The Contractor shall notify the Engineer, in writing, when any non - specification arrow display panel(s) is being used in the work. 3. Portable Changeable Message Signs Portable changeable message signs meeting the requirements of Section 632 and the MUTCD. Any PCMS in use that is not protected by positive barrier protection shall be delineated by a minimum of three drums that meet the requirement of Subsection 150.05.A.1. The drum spacing shall not exceed a maximum of ten (10') feet as shown in Detail 150 - PCMS. When the PCMS is within twenty (20') feet of the opposing traffic flow, the trailing end of the PCMS shall be delineated with a minimum of three drums spaced in the same manner as the approach side of the PCMS. 7 Each signal face shall have at least three lenses. The lenses shall be red, yellow, or green in color and shall give a circular type of indication. All lenses shall be twelve (12 ") inches nominal in diameter. A minimum of two signal faces shall face each direction of traffic. A minimum of one signal head shall be suspended over the roadway travel lane in a manner that will allow the bottom of the signal head housing to be not less than seventeen (17') feet above and not more than nineteen (19') feet above the pavement grade at the center of the travel lane. The second signal head may be located over the travel lane with the same height requirements or the second signal head may be located on the shoulder. When the signal head is located on the shoulder the bottom of the signal head housing shall be at least eight (8') feet but not more than (15') feet above the pavement grade at the center of highway. Advance warning signage and appropriate pavement markings shall be installed as part of the temporary signal operation. The signals shall be operated in a manner consistent with traffic requirements. The signals may be operated in timed -mode or in a vehicle- actuated mode. The signals shall be interconnected in a manner to ensure that conflicting movements cannot occur. To assure that the appropriate operating pattern including timing is displayed to the traveling public, regular inspections including the use of accurate timing devices shall be made by the Worksite Traffic Control Supervisor. If at any time any part of the system fails to operate within these requirements then the use of the signal shall be suspended and the appropriate flagging operation shall begin immediately. The Worksite Traffic Control Supervisor (WTCS) shall continuously monitor the portable traffic control signal to insure compliance with the requirements for maintenance under the MUTCD. The signal shall be maintained in a manner consistent with the intention of the MUTCD, with emphasis on cleaning of the optical system. Timing changes shall be made only by the WTCS. The WTCS shall keep a written record of all timing changes. The portable temporary signal shall have two power sources and shall be capable of running for seven calendar days continuously. The Contractor shall have an alternate temporary traffic control plan in the event of failure of the signal. 9. RUMBLE STRIPS Rumble strips incorporated into the work shall meet the requirements of Section 129 and the MUTCD. Existing rumble strips that are positioned in the traveled way to warn traffic of a stop condition shall be reinstalled based on the following requirements: INTERMEDIATE SURFACES: Intermediate surfaces that will be in use for more than forty -five (45) calendar days shall have rumble strips reinstalled on the traveled way in the area of a stop condition. Non - refundable deductions in accordance with Sialsection_150.08 will be assessed for any intermediate surface in place for greater than 45 days without rumble strips. Failure to comply with the above time and quantity restrictions shall be considered as non - compliance under Subsection 150.08. 11. STOP SIGN REGULATED INTERSECTIONS: For intersections that utilize stop sign(s) to control the flow of traffic and to restrict the movement of vehicles, the stop sign(s) shall be maintained for the duration of the work or until such time that the stop condition is eliminated or until an interim or permanent traffic signal can be installed to provide proper traffic control. The traffic signal shall be installed and properly functioning before the removal of the existing stop sign(s) is permitted. If the existing intersection is enhanced traffic control features such as stop bars, double indicated stop signs, oversized signs, advanced warning stop ahead signs, rumble strips on the approaches or flashing beacons located overhead or on the shoulders then these features shall be maintained for the duration of the project or until the permanent traffic control plan has been implemented. Whenever the staging of the work requires that the traveled -way be relocated or realigned the Contractor shall reinstall all enhanced traffic control features noted above on the newly constructed sections of the work. The cost of relocating the stop bars, stop signs, advanced warning signs, the rumble strips and the flashing beacons shall be included in the price bid for Lump - Sum - Traffic Control unless individual pay items are included in the contract for rumble strips and /or flashing beacons. When pay items are included in the contract for rumble strips or flashing beacons then these items will be paid per each. When staging requires the relocation or realignment of an existing stop condition it may be necessary to consider the addition of enhanced traffic control features even though none existed at the original location. Horizontal and vertical alignment changes at a new location may have decreased or restricted sight distance or the stop condition may occur sooner than in the previous alignment. If these conditions occur then the Engineer and /or the WTCS should consider additional measures to enhance the motorist's awareness of the changes even though the staging plans may not address enhanced features. Stop signs should be a minimum of 36 inches for interim situations. The use of 48 inch stop signs may be warranted under project specific conditions. Flags may be used on interim /permanent stop signs that are mounted at seven (7') feet in height for a short duration in order to direct additional attention to a new or relocated stop sign(s). Flags should not be used for durations exceeding two weeks unless unusual or site specify conditions warrant a longer period of time. The use of Type "A" flashing red light(s) attached to the stop sign(s) may be appropriate during the same period that the flags are in use to increase attention. The use of rumble strips and /or portable changeable message signs may be considered. The use of new rumble strips, where none previously existed, shall have the prior approval of District Traffic Operations before being included as part of the temporary traffic control plan. The message(s) displayed on any PCMS shall have the prior approval of the Engineer and the message(s) shall be included as part of the TTC plan for the interim staging. The placement of any additional interim ground - mounted signs and posts or stop bars shall be considered as incidental to the price bid for Lump Sum - Traffic Control. The installation of rumble strips, flashing beacons or the use of Portable Changeable 11 The restrictions above apply to all shifts, lane closures, on-site detours and off site detours whether shown in the contract or proposed by the Contractor. It shall be the responsibility of the Contractor to verify that these minimum requirements have been met before proceeding with any phase of the Work. Two-lane two-way roadways may have temporary horizontal restrictions of less than sixteen (16) feet provided a flagger operation for one-way traffic is utilized to restrict access to the work area by over-width loads. The minimum horizontal clearance shall be restored before the flagging operation is removed. c. Highway Work Zone: All sections or segments of the roadway under construction or reconstruction shall be signed as a Highway Work Zone except non-state highway two-lane two-way resurfacing projects. Two conditions can be applied to a Highway Work Zone. Condition 1 is when no reduction in the existing speed limit is required. Condition 2 is when worksite conditions require a reduction of the speed limit through the designated Work Zone. Properly marking a Highway Work Zone shall include the following minimum requirements: 1. NO REDUCTION IN THE EXISTING POSTED SPEED LIMIT IN HIGHWAY WORK ZONE: a) Signage (Detail 150 shall be posted at the beginning point of the Highway Work Zone warning the traveling public that increased penalties for speeding violations are in effect. The HWZ-2 sign shall be placed a minimum of six hundred (600') feet in advance of the Highway Work Zone and shall not be placed more than one thousand (1000') feet in advance of the Work Zone. If no speed reduction is required it is recommended that the HWZ be placed at 750 feet from the work area between the ROAD WORK 500 FT. and the ROAD WORK 1000 FT. signs. HWZ signs shall be placed at intervals not to exceed one mile for the length of the project. HWZ-2 signs should be placed on the mainline after all major intersections except State Routes. State Routes shall be signed as per the requirements for intersecting roadways below. b) The existing speed limit shall be posted at the beginning of e Work Zone. Existing Speed Limit signs (R2-1) shall be maintained. c) INTERSECTING ROADWAYS: Intersecting state routes shall be signed in advance of each intersection with the Work Zone with a HWZ:2 sign to wam motorists that increased fines are in effect. AM other intersecting roadways that enter into a designated Highway Work Zone may be signed in advance of each intersection with the Work Zone. When construction equipment and personnel are present in the intersection on the mainline of a mufti-lane roadway, the intersecting side roads shall be signed in advance with HWZ signs. As soon as the work operation clears the intersection the signage may be removed. d) Sign HWZ shall be posted at the end of the Highway Work Zone indicating the end of the zone and indicating that increased penalties for speeding violations are no longer in effect. 13 Reduced speed zones shall, as a minimum, be signed as per laetail_ Interim signs shall meet the requirements of Subsection 150.03 D. Additional signs may be necessary to adjust for actual field conditions. When a pilot vehicle is used on a two-lane two -way roadway the speed limit should not be reduced. For special conditions specific to the work, on two -lane two -way roadways or multi -lane highways, the contractor may reduce the posted speed limit with the prior approval of the Engineer. 5. MILLED SURFACE RESTRICTIONS: Unless modified by the special conditions, a milled surface on any asphaltic concrete surface shall not be allowed to remain open to traffic for a period of time that exceeds thirty (30) calendar days. 6. INSTALLATION /REMOVAL OF WORK AREA SIGNAGE: No payment will be made for Traffic Control -Lump Sum until the Work has actually started on the project. The installation of traffic control signage does not qualify as the start of work. Advanced warning signs shall not be installed until the actual beginning of work activities. Any permanent mount height signs installed as the work is preparing to start shall be covered until all signs are installed unless all signs are installed within seven (7) calendar days after beginning installation. All temporary traffic control devices shall be removed as soon as practical when these devices are no longer needed. When work is suspended for short periods of time, temporary traffic control devices that are no longer appropriate shall be removed or covered. Ail construction warning signs shall be removed within seven (7) calendar days after time charges are stopped or pay items are complete. If traffic control devices are left in place for more than ten (10) calendar days after completion of the Work, the. Department shall have the right to remove such devices, claim possession thereof, and deduct the cost of such removal from any monies due, or which may become due, the Contractor. PUNCHLIST WORK: Portable signs shall be utilized to accomplish the completion of all punchlist items. The portable signs shall be removed daily. All permanent mount height signs shall be removed prior to the beginning of the punchlist work except "Low/Soft Shoulder" signs and any signs that have the prior written approval of the Engineer to remain in place while the punchlist work is in progress. Failure to promptly remove the construction warning signs within the seven (7) calendar days after the completion of the Work or failure to remove or cover signs when work is suspended for short periods of time shall be considered as non- performance under Subsection 150.08. 60" " .. 40 " 26" ...... _.. 48" HWZ -2 COLORS TOP PANEL LEGEND 8, BORDER - BLACK (NON -REFL) BACKGROUND - FLUORESENT ORANGE (ASTM TYPE VII, VIII. IX or X) MIDDLE & BOTTOM PANELS LEGEND B. BORDER - BLACK (NON -REFL) BACKGROUND -- WHITE (ASTM TYPE III OR IV REEL SHEETING) NOTES: 1. ALL HWZ -2 SIGN PANELS SHALL BE RIGID. 2. THE SIZE OF THE HWZ-2 SIGN SHALL NOT BE REDUCED FOR USE ON TWO -LANE ROADWAYS. 17 w 11 ......,.i -' 5 " 3 " i 4" 6" 3 '4" MARGIN 1 BORDER 3" RADIUS 6" SER. "C" 1 BAR 6" SER. "C" Ii 3 6 6" SER. "C l i i 6" 6" SER. "C" 3 ,, ... i " 1 1 /4" BAR i : 4" 4" SER. „D„ 1 4" SER. "D" C. LANE CLOSURES: 1. Approval /Restrictions All lane closures of any type or duration shall have the prior approval of the Engineer. a. The length of a lane closure shall not exceed two (2) miles in length excluding the length of the tapers unless the prior approval of the Engineer has been obtained. The Engineer may extend the length of a lane closure based upon field conditions however the length of a workzone should be held to the minimum length required to accomplish the Work. Lane closures shall not be spaced closer than one mile. The advanced warning signs for the project should not overlap with the advanced warning signs for lane shifts, lane closures, etc. b. Lane closures that require same direction traffic to be split around the Work Area will not be approved for roadways with posted speeds of 35 mph or greater, excluding turn lanes. c. For Interstate, Limited Access and Multi -lane Divided Highways, a Portable Changeable Message Sign (PCMS) shall be placed one (1) rnile in advance of a lane closure with a message denoting the appropriate lane closure one mile ahead. The Portable Changeable Message Sign (PCMS) shall be placed on the outside shoulder in accordance with Detail 150 -PCMS. This is in addition to the other traffic control devices required by Standard 9106. 2. Removal Of Lane Closures To provide the greatest possible convenience to the public in accordance with Subsection 107.07, the Contractor shall remove all signs, lane closure markings, and devices immediately when lane closure work is completed or temporarily suspended for any length of time or as directed by the Engineer. All portable signs and portable sign mounting devices shall be removed from the roadway to an area which will not allow the sign to be visible and will not allow the sign or sign mounting device to be impacted by traffic. 3. Exit And Entrance Ramps On multilane highways where traffic has been shifted to the inside lanes, the exit and entrance ramps shall have channelization devices placed on both sides of the ramp. This requirement will apply to any situation where traffic is shifted to contra flows or inside staging lanes to facilitate reconstruction work in the vicinity of exit and entrance ramps. The temporary ramp taper length shall be greater than, or equal to, the existing taper length. Interim EXIT gore signs shall be placed at the ramp divergence. The "EXIT OPEN" sign shown in Figure TA -42 of the MUTCD shall be utilized. For exit ramps, channelization device spacing shall be decreased to 10 feet for 200 feet in advance of the temporary gore, and be decreased to 10 feet for the first 100 feet of the temporary gore. 4. Lane Drop /Lane Closure The first seven (7) calendar days of any lane closure shall be signed and marked as per Standard 9106 or 9107. However, lane closures that exist for a duration longer than seven (7) calendar days may be signed and marked as per the details in Standard 9121, provided the prior approval of the Engineer is obtained. The approved lane drop 19 1 1 72* 'T *- SIGN TYPE "e' FLASHING LIGNI ON YRAFfIC SID 33" S1DW NALL NAVE SLACK LEGEND AND OCADFR Ek ORANGE REFLECYORIZED BACKGROUND DETAIL 5D-A 21 ITEWPORARY POSE MOUNIED/ 12" 1 1" MARGIN ilq" BORDER 3• RADIUS 12 sER. 12'S 12 S.R. ° C . CSER,-"c" 3. ENCROACHMENTS ON THE TRAVELED -WAY The Worksite Traffic Control Supervisor (WTCS) shall monitor the work to ensure that all the rocks, boulders, construction debris, stockpiled materials, equipment, tools and other potential hazards are kept clear of the travelway. These items shall be stored in a location, in so far as practical, where they will not be subject to a vehicle running off the road and striking them. K. PEDESTRIAN CONSIDERATIONS All existing pedestrian facilities, including access to transit stops, shall be maintained. Where pedestrian routes are closed, alternate routes shall be provided. Closures of existing, interim and final pedestrian facilities shall have the prior written approval of the Engineer. When existing pedestrian facilities are disrupted, closed or relocated in a TTC zone, the temporary facilities shall be detectable and shall include accessibility features consistent with the features present in the existing pedestrian facility. Pedestrian facilities are considered improvements and provisions made to accommodate or encourage walking. Whenever a sidewalk is to be closed, the Engineer shall notify the maintaining agency two (2) weeks prior to the closure. Prior to closure, detectable barriers (that are detectable by a person with a visual disability traveling with the aid of a long cane), as described by the MUTCD, shall be placed across the full width of the closed sidewalk. Barriers and channelizing devices used along a temporary pedestrian route shall be in compliance with the MUTCD. Temporary Traffic Control devices used to delineate a Temporary Traffic Control zone pedestrian walkway shall be in co mpliance with Subsection 150.01.E. Temporary Traffic Control devices and construction material shall not intrude into the usable width of the pedestrian walkway. Signs and other devices shall be placed such that they do not narrow or restrict any pedestrian passage to less than 48 inches. A pedestrian walkway shall not be severed or relocated for non - construction activities such as parking for construction vehicles and equipment. Movement by construction vehicles and equipment across designated pedestrian walkways should be minimized. When necessary, construction activities shall be controlled by flaggers. Pedestrian walkways shall be kept free of mud, loose gravel or other debris. When temporary covered walkways are used, they shall be lighted during nighttime hours. When temporary traffic barrier is used to separate pedestrian and vehicular traffic, the temporary barrier shall meet NCHRP -350 Test Level Three. The barrier ends shall be protected in accordance with Georgia Standard 4960. Curbing shall not be used as a substitute for temporary traffic barriers when temporary traffic barriers are required. Tape, rope or plastic chain strung between temporary traffic control devices are not considered as detectable and shall not be used as a control for pedestrian movements. The WTCS shall inspect the activity area daily to ensure that effective pedestrian TTC is being maintained. The inspection of TTC for pedestrian traffic shall be included as part of the TC -1 report. 23 Temporary walkways shall be constructed and maintained so there are no abrupt changes in grade or terrain that could cause a tripping hazard or could be a barrier to wheelchair use. The contractor shall construct and maintain the walkway to ensure that joints in the walkway have a vertical difference in elevation of no more than one quarter (1/4 ") of an inch and that the horizontal joints have gaps no greater than one half (1/2 ") of an inch. The grade of the temporary walkway should parallel the grade of the existing walkway or roadway and the cross slope should be no greater than 2 %. A width of sixty (60 ") inches, if practical, should be provided throughout the entire length of any temporary walkway. The temporary walkway shall be a minimum width of forty eight inches (48 "). When it is not possible to maintain a minimum width of sixty inches (60 ") throughout the entire length of temporary walkway, a sixty inch (60 ") by sixty inch (60 ") passing space should be provided at least every two hundred feet (200 Ft.), to allow individuals in wheelchairs to pass. Temporary walkways shall be constructed on firm subgrade. Compact the subgrade according to Section 209. Furnish and install any needed temporary pipes prior to constructing any walkway to ensure positive drainage away from or beneath the temporary walkway. Once the walkway is no longer required, remove any temporary materials and restore the area to the original conditions or as shown in the plans. b. Temporary Curb Cut Wheelchair Ramps Temporary curb cut wheelchair ramps shall be constructed in accordance with Section 441 and Detail A -3. Ramps shall also include a detectable warning surface in accordance with Detail A -4. Other types of material for the construction of the temporary curb cut wheelchair ramps, including the detectable warning surface, may be used provided the contractor can provide documentation that the material to be used meets the requirements of the "Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities (ADAAG) ". When a wheelchair ramp is no longer required, remove the temporary materials and restore the area to existing conditions or as shown in the plans. For the items required to restore the area to original conditions or as shown in the plans, measures for payment shall be covered by contract pay items. If pay items are not included in the contract, then payment for these items shall be included in Traffic Control -Lump Sum. c. Temporary Audible Information Device Temporary audible information devices, when shown in the plans, shall be installed in compliance with the "Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities (ADAAG) ". The devices shall be installed in accordance with the manufacturer's recommendations. Prior to installation, the contractor shall provide the engineer with a set of manufacturer's drawings detailing the proper installation procedures for each device. When no longer required, the devices shall remain the property of the contractor. 25 The Contractor shall make every effort to eliminate the use of interim signs as soon as the Work allows for the installation of permanent signs. All existing illuminated signs shall remain lighted and be maintained by the Contractor. Existing street name signs shall be maintained at street intersections. B. CONFLICTING OR NON - APPLICABLE SIGNS Any sign(s) or portions of a sign(s) that are not applicable to the TTC plan shall be covered so as not to be visible to traffic or shall be removed from the roadway when not in use. The WTCS shall review all traffic shifts and changes in the traffic patterns to ensure that all conflicting signs have been removed. The review shall confirm that the highest priority signs have been installed and that signs of lesser significance are not interfering with the visibility of the high priority signs. High priority signs include signs for road closures, shifts, detours, lane closures and curves. Any signs, such as speed zones and speed limits, passing zones, littering fines and litter pick up, that reference activities that are not applicable due to the presence of the Work shall be removed, stored and reinstalled when the Work is completed. Failure to promptly eliminate conflicting or non - applicable signs shall be considered as non - performance under Subsection 1150.0£3. C. REMOVAL OF EXISTING SIGNS AND SUPPORTS The Contractor shall not remove any existing signs and supports without prior approval from the Engineer. All existing signs and supports which are to be removed shall be stored and protected if this material will be required later in the work as part of the TTC plan. If the signs are not to be utilized in the work then the signs will become the property of the Contractor unless otherwise specified in the contract documents. D. INTERIM GUIDE, WARNING AND REGULATORY SIGNS Interim guide, warning, or regulatory signs required to direct traffic and pedestrians shall be furnished, installed, reused, and maintained by the Contractor in accordance with the MUTCD, the Plans, Special Provisions, Special Conditions, or as directed by the Engineer. These signs shall remain the property of the Contractor. The bottom of all interim signs shall be mounted at least seven (7') feet above the level of the pavement edge when the signs are used for long -term stationary operations as defined by Section 6G.02 of the MUTCD. Special Conditions under Subsection 150.11 may modify this requirement. Portable signs may be used when the duration of the work is less than three (3) days or as allowed by the special conditions in Subsection 150.11. Portable signs shall be 27 The road name of the exit or route shield shall be placed on the exit gore sign. 3. Interim Overhead Guide Sign Structures Interim overhead special guide sign structures are not required to be lighted unless specifically required by the Plans. If lighting is required the sign shall be lighted as soon as erected and shall remain lighted, during the hours of darkness, until the interim sign is no longer required. The Contractor shall notify the Power Company at least thirty (30) days prior to desired connection to the power source. 4. Permanent Special Guide Signs The installation of new permanent special guide signs and the permanent modification or resetting of existing special guide signs, when included in the contract, shall be accomplished as soon as practical to minimize the use of interim special guide signs. If lighting is required by the Plans, all new permanent overhead special guide signs shall be lighted as soon as erected. F. MATERIALS- INTERIM SIGNS: 1. Posts Permanent mounting height of seven (7') feet- Posts for all interim signs shall meet the requirements of Section 911 except that green or silver paint may be used in lieu of galvanization for steel posts or structural shape posts. Within the limits of a single project, all metal posts shall be the same color. Wood posts are not required to be pressure treated. Ground mounted sign(s) greater than nine (9) square feet shall be mounted on two posts. Interim posts may be either metric or English in dimensions. Posts for all interim signs shall be constructed to yield upon impact unless the posts are protected by guardrail, portable barrier, impact attenuator or other type of positive barrier protection. Unprotected posts shall meet the breakaway requirements of the "1994 AASHTO Standard Specifications for Structural Support for Highway Signs, Luminaries and Traffic Signals ". Unprotected interim posts shall be spliced as shown in Uetail 150 :F unless full length unspliced posts are used. Unprotected post splices will not be permitted any higher than four inches above the ground line to lessen the possibility of affecting the undercarriage of a vehicle. Installation of posts may require establishment of openings in existing pavements, islands, shoulders etc. 2. Sign Blanks And Panels- Permanent mounting height of seven (7') feet - All sign blanks and panels shall conform to Scection__912 of the Specifications except that blanks and panels may be ferrous based or other metal alloys. Type 1 and Type 2 sign blanks shall have a minimum thickness of 0.08 inches regardless of the sign type used. Alternative sign blank materials (composites, poly carbonates, fiberglass reinforced plastics, recycled plastics, etc.) shall have a letter of approval from the Office of Materials and Research for use as interim construction signs before these materials are allowed to be incorporated into the work unless these rigid sign blanks are currently approved as a crashworthy sign blank material under QPL 34. The back side of sign panels shall be painted orange to prevent rust if other metals are used in lieu of aluminum. Plywood blanks or panels will not be permitted. The use of flexible signs will not be permitted for permanent mount height signs. Interim blanks and panels may be either metric or English in dimensions. 3. Portable Sign Mounting Devices, Portable Sign Blanks- All portable sign mounting devices and sign blanks utilized in the work shall be NCHRP 350 Test Level III compliant. All portable sign mounting devices and sign blanks shall be from the Qualified Products List. Any sign or sign mounting device shall have an identifying decal, logo, or manufacturer's stamping that clearly identifies the device as NCHRP 350 compliant. The required decal, logo or manufacturer's stamping shall not be displayed on the message face of the sign. The Contractor may be required to provide certification from the Manufacturer as proof of NCHRP 350 compliance. All portable signs shall be mounted according to height requirements of Subsection 15Q.03_D. G. SIGN VISIBILITY AND OFFSETS All existing, interim and new permanent signs shall be installed so as to be completely visible for an advance distance in compliance with the MUTCD. Any clearing required for maintaining the line of sight to existing, interim or permanent signs shall be done as part of the requirements of the TTC plan. The clearing shall include any advance warning signs, both interim and permanent, that are installed as a part of the work including advance warning signs that are installed outside the limits of the project. Any sign installed behind W -beam or T -beam guardrail with non - breakaway posts shall be installed with the leading edge of the sign a minimum of four feet and three inches (4'3 ") behind the face of the guardrail with five feet (5') of clearance being desirable. Limbs, brush, construction equipment and materials shall be kept clear of the driver's line of sight to all signs that are part of the TTC plan. H. ADVANCE WARNING SIGNS: 1. All Type Of Highways Advance warning signs shall be placed ahead of the work area in accordance with Part VI of the MUTCD and shall include a series of at least three advance road work (W20 -1) signs placed at the termini of the project. The series shall have the legend ROAD WORK (1500 FEET, 1000 FEET, AND 500 FEET). 3] When the temporary traffic control zone already has advanced warning (W20 -1) signs installed the W20 -1 signs required for lane closures under Standard 9106 should be eliminated. RAMP WORK ON LIMITED ACCESS HIGHWAYS: The workzone shall not be signed for the entire length of the mainline of a limited access highway when only short individual worksites, interchange or ramp work is being performed. When work is restricted to ramp reconstruction or widening activities, the advance warning signs on the mainline section of the limited access highway shall be limited to the use of portable advance warning signs. These portable advance warning signs shall only be utilized when work activity is within the gore point of the ramp and the mainline traveled way or work is active in the accel /decel lane adjacent to the mainline traveled way. Portable advance warning signs (W20 -1; 1500ft. /1000 ft. /500ft.) shall be installed on the traveled way of the limited access highway when the above conditions are present. The advance warning signs shall be installed only in one direction where work is active. All portable signs shall be double indicated. When work is not active, the ramp work shall be advanced warned by the use of a single 48 inch X 48 inch "RAMP WORK AHEAD" sign along the right shoulder of the mainline traveled way prior to the beginning of the taper for the decel lane. The "RAMP WORK AHEAD" sign shall be mounted at seven (7') feet in height. Differences in elevation shall be in compliance with the requirements of Subsection 150_06 prior to the removal of the portable (W20 -1) advanced warning signs from the mainline. The G20 -1 sign shall be eliminated on limited access highways when the work involves only ramp work, bridge reconstruction, bridge painting, bridge joint repairs, guardrail and anchor replacement or other site specific work which is confined to a short section of limited access highway. I. PORTABLE CHANGEABLE MESSAGE SIGN Unless specified as a paid item in the contract the use of a portable changeable message sign will not be required. When specified, a portable changeable message sign (PCMS) shall meet the minimum requirements of Section 632 and the MUTCD. The maximum amount of messages allowed to be flashed on one PCMS is two phases (flashes). The language and the timing of the messages shall comply with the MUTCD and Section 632. When used as an advanced device the PCMS should typically be placed ahead of the construction activities. If the PCMS is used as a substitute for another device then the requirements for the other device apply. 1 FLASHING BEACON The flashing beacon assembly, when specified, shall be used in conjunction with construction warning signs, regulatory, or guide signs to inform traffic of special road conditions which require additional driver attention. The flashing beacon assembly shall be installed in accordance with the requirements of Section 61 33 washers), erection and maintenance of the signs in the bid price for Traffic Control - Lump Sum. The Contractor shall maintain the signs until final acceptance. The Department will remove the signs. LAU /LAR PROJECTS SHOULDER BUILDING NOT INCLUDED IN THE CONTRACT: The Contractor will furnish, install and maintain LOW/SOFT SHOULDER signs (yellow with black borders, ASTM Type III or IV) at the appropriate spacing, until Final Acceptance of the project by the Department. After Final Acceptance by the Department the signs will become the property and responsibility of the local government. M. BUMP SIGNAGE: MULTI -LANE DIVIDED HIGHWAYS: A bump sign (W8 -1) shall be utilized when a transverse joint in the pavement structure has a vertical difference in elevation of three quarters (3/4 ") of an inch or greater in depth with no horizontal taper to ramp the traffic from one elevation to the other. This condition typically occurs at approach slabs during pavement milling operations and at transverse joints in asphaltic pavement lifts. TWO -LANE TWO -WAY HIGHWAYS: A bump sign (W8 -1) shall be utilized when a transverse joint in the pavement structure has a vertical difference in elevation that exceeds one and three quarters (1 -3/4 ") inches in depth with no horizontal taper to ramp the traffic from one elevation to the other. This includes utility and storm drainage repairs that require concrete placement for patching and /or steel plating. The (W8 -1) sign shall be placed sufficiently in advance to warn the motorist of the condition. N. PEDESTRIAN SIGNAGE: Appropriate signs as described in the MUTCD shall be maintained to allow safe passage of pedestrian traffic or to advise pedestrians of walkway closures (Refer to MUTCD Figures TA -28 and TA -29 for guidance). Advance closure signing should be placed at intersections rather than midblock locations so that pedestrians are not confronted with midblock work sites that will induce them to attempt skirting the work site or making a midblock crossing. Signs and other devices mounted lower than seven (7) feet above the temporary pedestrian walkway shall not project more than four (4) inches into the accessible pedestrian facilities. Signs and other devices shall be placed such that they do not narrow any pedestrian passage to less than 48 inches. 35 REMOVAL: Markings no longer applicable shall be removed in accordance with Subsection 656.3.05. THE ELIMINATION OF CONFLICTING PAVEMENT MARKINGS BY OVERPAINTING WITH UNAPPROVED PAINT OR ANY TYPE OF LIQUID ASPHALT IS NOT ACCEPTABLE. INTERMEDIATE SURFACE: Interim markings shall be removed by methods that will cause minimal damage to the pavement surface while also ensuring that traveling public will not be confused or misdirected by any residual markings remaining on the intermediate surface. The use of approved black -out tape and black -out paint (manufactured for the sole purpose of covering existing pavement markings) may be permitted on some interim surfaces, provided the results are satisfactory to the Engineer. FINAL SURFACE: No interim paint or thermoplastic markings will be permitted on any final surface unless the interim' markings are in alignment with the location of the permanent markings and the interim marking will not interfere or adversely affect placement of the permanent markings. The proposed method of removal for layout errors that require markings to be removed From the final surface shall have the prior approval of the Engineer. Any damage to the final pavement surface caused by the pavement marking removal process shall be repaired at the Contractor's expense by methods acceptable and approved by the Engineer. Subsection 400.3.06.0 shall apply when corrective measures are required. The use of black -out tape or black- out paint will not be permitted under any circumstance to correct layout errors on any final surface. Traffic shifts that are done on the final surface shall be accomplished using interim traffic marking tape that can be removed without any blemishing of the final surface. Interim traffic marking tape shall be used on any of the following final surfaces; asphaltic concrete, Portland cement concrete, and bridge deck surfaces. The contractor may propose alternate traffic markings and removal methods on the final surface. Submitted proposals shall include the type of material, method of removal and a cost comparison to the traffic marking tape method. Prior to any approval, the contractor shall field demonstrate to the satisfaction of the Engineer that the proposed traffic markings can be removed without any blemishing of the final surface. If the proposal is determined to be acceptable, a supplemental agreement will be executed prior to the installation of the proposed alternate traffic markings. The supplemental agreement shall denote the type of traffic marking materials, method of removal and any cost and /or time savings to the Department. The Department will not consider or participate in any cost increase that may result from implementing the proposed alternate method. PAY FACTOR REDUCTION FOR ASPHALTIC CONCRETE FINAL SURFACES When the correction of an error in the layout of the final pavement markings requires the final surface to be grounded, blemished, scarred, or polished the pay factor shall be reduced to 0.95 for the entire surface area of the final topping that has a blemish, polished or a scarred surface. The reduced pay factor shall not be confined to only the width and length of the stripe or the dimensions of the blemished areas, the whole roadway surface shall have the reduced pay factor applied. The area of the 37 1. Interstate Highways Retro-reflective raised pavement markers (RPM's) shall be placed and /or maintained on intermediate pavements surfaces on all interstate highways that are open to traffic. This includes all resurfacing projects along with widening and reconstruction projects. The spacing and placement shall be as required for MULTI -LANE DIVIDED HIGHWAYS. 2. Multi -Lane Divided Highways Retro - reflective raised pavement markers (RPMs) shall be placed and /or maintained on intermediate pavement surfaces on all multi -lane divided highways that are opened to traffic when these roadways are being widened or reconstructed. Two lane -two way roadways that are being widened to a multi- lane facility, whether divided or undivided, are included in this provision. Projects consisting primarily of asphalt resurfacing items or shoulder widening items are excluded from this requirement. The RPMs shall be placed as follows: a. SUPPLEMENTING LANE LINES 80 foot center on skip lines with curvature less than three degrees. (Indudes tangents) 40 foot centers on solid lines and all lines with curvature between three degrees and six degrees. 20 foot centers on curves over six degrees. 20 foot centers on lane transitions or shifts. b. SUPPLEMENTING RAMP GORE LINES 20 foot centers, two each, placed side by side. c. OTHER LINES As shown on the plans or directed by the Engineer. 3. Other Highways On other highways under construction RPMs shall be used and /or maintained on intermediate pavement surfaces as follows: a. SUPPLEMENTING LANE LINES AND SOLID LINES 40 foot centers except on lane shifts. (When required in the Plans or Contract.) 20 foot centers on lane shifts. (Required in all cases.) 39 zones shall be identified by using post or portable mounted DO NOT PASS regulatory signs (R4 -1 24" x 30 ") at the beginning and at intervals not to exceed 1 /2 mile within each no- passing zone. A post or portable mounted PASS WITH CARE regulatory sign (R4 -1 24" x 30 ") shall be placed at the end of each no- passing zone. Post mounted signs shall be placed in accordance with the MUTCD. Portable signs shall conform to the requirements of the MUTCD and shall be NCHRP 350 compliant. Portable signs shall be secured in such a manner to prevent misalignment and minimize the possibility of being blown over by weather conditions or traffic. On new location projects and on projects where either horizontal or vertical alignments has been modified, the location of No- Passing Zones will be identified by the Engineer. c. EDGELINES 1) Bituminous Surface Treatment Paving Edgelines will not be required on intermediate surfaces (including asphaltic concrete leveling for bituminous surface treatment paving) that are in use for a period of less than 60 calendar days except at bridge approaches, on lane transitions, lane shifts, and in such other areas as determined by the Engineer. On the final surface, edgelines shall be placed within 30 calendar days of the time that the final surface was placed. 2) All Other Types of Pavement Edgelines will not be required on intermediate surfaces that are in use for a period of less than 30 calendar days except at bridge approaches, on lane transitions, lane shifts, and in such other areas as determined by the Engineer. On the final surface, edgelines shall be placed within 14 calendar days of the time that the surface was placed. 2. Multi -Lane Highways — With No Paved Shoulder(S) Or Paved Shoulder(S) Four Feet Or Less a. UNDIVIDED HIGHWAYS (INCLUDES PAVED CENTER TURN LANE) 1) Centerlines and No- Passing Barrier -Full Pattern centerlines and no- passing barriers shall be restored before opening to traffic. 2) Lanelines- Interim skip (broken) stripe as described in Subsection 1.50.04E. J..a. may be used for periods not to exceed three calendar days. Skiplines are not permitted in lane shift areas. Solid lines shall be used. 3) Edgelines- Edgelines shall be placed on intermediate and final surfaces within three calendar days of obliteration. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 F. MOBILE OPERATIONS When pavement markings (centerlines, lane lines, and edgelines) are applied in a continuous operation by moving vehicles and equipment, the following minimum equipment and warning devices shall be required. These devices and equipment are in addition to the minimum requirements of the MUTCD. 1. All Roadways All vehicles shall be equipped with the official slow moving vehicle symbol sign. All vehicles shall have a minimum of two flashing or rotating beacons visible in all directions. All protection vehicles shall have an arrow panel mounted on the rear. All vehicles requiring an arrow panel shall have, as a minimum, a Type B panel. All vehicle mounted signs shall be mounted with the bottom of the sign a minimum height of forty-eight inches (48 ") above the pavement. All sign legends shall be covered or removed from view when work is not in progress. 2. Two - Lane Two - Way Roadways a. Lead Vehicles The lead vehicle may be a separate vehicle or the work vehicle applying the pavement markings may be used as the lead vehicle. The lead vehicle shall have an arrow panel mounted so that the panel is easily visible to oncoming (approaching) traffic. The arrow panel should typically operate in the caution mode. b. Work Vehicles The work vehicle(s) applying markings shall have an arrow panel mounted on the rear. The arrow panel should typically operate in the caution mode. The work vehicle placing cones shall follow directly behind the work vehicle applying the markings. c. Protection Vehicles A protection vehicle may follow the cone work vehicle when the cones are being placed and may follow when the cones are being removed. 3. MULTI -LANE ROADWAYS A lead vehicle may be used but is not required. The work vehicle placing cones shall follow directly behind the work vehicle applying the markings. A protection vehicle that does not function as a work vehicle should follow the cone work vehicle when traffic cones are being placed. A protection vehicle should follow the cone work vehicle when the cones are being removed from the roadway. Protection vehicles shall display a sign on the rear of the vehicle with the legend PASS ON LEFT (RIGHT). INTERSTATES AND LIMITED ACCESS ROADWAYS: A protection vehicle shall follow the last work vehicle at all times and shall be equipped with a truck mounted attenuator that is certified for impacts not less than 62 mph in accordance with NCHRP350 Test Level Three (3). 43 Posted Speed Limit, MPH Lane Width 9 Feet Lane Width 10 Feet Lane Width 11 Feet Lane Width 12 Feet Maximum Drum Spacing in Tapers, (Feet) Minimum Taper Length (L) in Feet 20 60 70 75 80 20 25 95 105 115 125 25 30 135 150 165 180 30 35 185 205 225 245 35 40 240 270 295 320 40 45 405 450 495 540 45 50 450 500 550 600 50 55 495 550 605 660 55 60 540 600 660 720 60 65 585 650 715 780 65 70 630 700 770 840 70 75 675 750 825 900 75 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TABLE 150 -1 If site conditions require a longer taper then the taper shall be lengthened to fit particular individual situations. The length of shifting tapers should be at least jh L. The length of a closed lane or lanes, excluding the transition taper(s), shall be limited to a total of two (2) miles. Prior approval must be obtained from the Engineer before this length can be increased. Night time conditions: When a merge taper exists into the night all drums located in the taper shall have, for the length of the taper only, a six (6 ") inch fluorescent orange (ASTM Type VI, VII, VIII, IX or X) reflectorized top stripe on each drum. The top six -inch stripe may be temporarily attached to the drum while in use in a taper. The Engineer may allow the fluorescent orange reflectorized six (6 ") inch top stripe on each drum in a merging taper to remain in place during daylight hours provided there is a lane closure(s) with a continuous operation that begins during one nighttime period and ends during another nighttime period. All drums that have the six -inch top stripe permanently attached shall not be used for any other conditions. Multiple Lane Closures: (a) A maximum of one lane at a time shall be closed with each merge taper. (b) A minimum tangent length of 2 L shall be installed between each individual lane closure taper. 4) LONGITUDINAL CHANNELIZATION: Drums shall be spaced as listed below for various roadside work conditions except as modified by 45 2) APPLICATION: For longitudinal channelizing only, cones will be permitted for daylight closures or minor shifts. (Drums are required for all tapers.) The use of cones for nighttime work will not be permitted. Cones shaft not be stored or allowed to be visible on the worksite during nighttime hours. d. BARRICADES DESIGN: Type III barricades shall meet the minimum requirements of the MUTCD and shall be reflectorized as required in Subsection 150.01.[. The Contractor has the option of choosing Type III barricades from the Qualified Products List or the Contractor may utilize generic barricades that are approved by the Federal Highway Administration (FHWA). When barricades have been specifically crash tested with signs attached, the contractor has the responsibility to attach the signs as per the manufacturer's recommendations to ensure crashworthiness. If signs are attached to generic barricades or to barricades from the Qualified Products List (QPL) that have not been crash tested with signs attached then the responsibility for crashworthiness and the liability for mounting these signs to the barricades are assumed by the Contractor and the Contractor shall certify that the barricades are crashworthy under FHWA workzone guidelines for NCHRP 350 crashworthy compliance. Any generic barricades used in the work shall be stamped or stenciled to show compliance with NCHRP 350. The use of Type I and Type II barricades will not be permitted. 1) APPLICATION: Type III barricades shall be placed as required by the plans, the Standards, and as directed by the Engineer. All signs mounted on barricades shall be mounted to comply with the requirements of the MUTCD and NCHRP 350 Test Level III. NCHRP 350 crashworthy compliance may require that rigid signs be mounted separate from the Type III barricade. When a barricade is placed so that it is subject to side impact from a vehicle, a drum shall be placed at the side of the barricade to add target value to the barricade. e. WARNING LIGHTS: 1) DESIGN: All warning lights shall meet the requirements of the MUTCD, 2) APPLICATION (a) Type A low- intensity flashing lights shall be used as shown in the Plans, the Standards, and as directed by the Engineer. Flashing lights are not required for advance warning signs in Subsection 1 (b) Type C Steady -Burn fights shall be used as shown in the Plans, the Standards, and as directed by the Engineer. Steady -burn lights are not required on drums for merging tapers that exist into the night. 47 . DESCRIPTION This work consists of the furnishing, installation, maintenance and removal or Temporary Guardrail Anchorage- Type 12 used for Portable Barrier or temporary guardrail end treatment. 2. MATERIALS Materials used in the Temporary Guardrail Anchorage- Type 12 shall meet the requirements of Subsection 6412 of the Specifications and current Georgia Standards and may be new or used. Materials salvaged from the Project which meet the requirements of Standards may be utilized if available. The use of any salvaged materials will require prior approval of the Engineer. • CONSTRUCTION Installation of the Temporary Guardrail Anchorage- Type 12 shall conform to the requirements of the Plans, current Georgia Standards and Subsection 641.3 of the Specifications. Installation shall also include sufficient additional guardrail and appurtenances to effect the transition and connection to Temporary Concrete Barrier as required by the details in Georgia Standard 4960. 150.06 DIFFERENCES IN ELEVATION BETWEEN TRAVEL LANES AND SHOULDERS (SEE SUBSECTION 150.06.G FOR PROJECTS CONSISTING PRIMARILY OF ASPHALTIC CONCRETE RESURFACING ITEMS) Any type of work such as paving, grinding, trenching, or excavation that creates a difference in elevation between travel lanes or between the travelway and the shoulder shall not begin until the Contractor is prepared and able to continuously place the required typical section to within two inches (2") of the existing pavement elevation. For any areas that the two inches minimum difference in elevation cannot be accomplished the section shall be healed as shown in Detail 150 If crushed stone materials are used to provide a healed section no separate payment will be made for the material used to heal any section. The Contractor may submit a plan to utilize existing pay items for crushed stone provided the plan clearly demonstrates that the materials used to heal an area will be incorporated into the work with minimal waste. Handling and hauling of any crushed stone used to heal shall be kept to a minimum. The Engineer shall determine if the crushed stone used to he& meets the specifications for gradation and quality when the material is placed in the final location. A maximum of sixty (60) calendar days shall be allowed for conditions to exist that require any section or segment of the roadway or ramp to continue to require a healed section as described by Detail 150 Failure to meet this requirement shall be considered as non-performance of Work under Subsection 150.08. When trenching or excavation for minor roadway or shoulder widening is required, all operations at one site shall be completed to the level of the existing pavement in the same work day. 49 in writing stating the conditions and reasons that have prevented the Contractor from complying with the time limitations. The Contractor shall also outline a plan detailing immediate steps to complete the work. Failure to correct these conditions on the first calendar day that conditions will allow corrective work shall be considered as non-performance of Work under Subsection 150.08. 2. Differences in Elevation Between Asphalt Travelway and Paved Shoulders Differences in elevation between the asphalt travelway and asphalt paved shoulders shall not be allowed to exist beyond the maximum durations outlined below for the conditions shown in Details 150 150 and 150 Detail 150-B conditions shall not be allowed for more than 24 hours. A single length that does not exceed 1000 feet in total length may be left open for periods not to exceed 48 hours provided the Contractor can demonstrate the ability to continuously pave in a proficient manner. Prior approval of the Engineer shall be obtained before any section is allowed to exceed 24 hours. Any other disturbed shoulder areas shall be healed as in Detail 150 Detail 150 conditions will not be allowed for more than 48 hours. Detail 150 conditions will not be allowed for more than 30 calendar days. Detail 150 conditions will not be allowed for more than 60 calendar days. Failure to meet these requirements shall be considered as non-performance of Work under Subsection 150.08. C. PORTLAND CEMENT CONCRETE Work adjacent to a Portland Cement Concrete traveled way which involves the following types of base and shoulders shall be accomplished according to the time restrictions outlined for each type of base or shoulder. Traffic control devices shall be in accordance with Subsection 150.05. 1, Cement Stabilized Base Work adjacent to the traveled way shall be healed as per Detail 150 within forty-eight (48) hours after the seven (7) calendar day curing period is complete for each section placed. During the placement and curing period, traffic control shall be in accordance Detail 1501 2. Asphaltic Concrete Base When an asphaltic concrete base is utilized in lieu of a cement stabilized base the asphaltic concrete base shall be healed as per Detail 150 within forty-eight (48) hours after the placement of each section of asphaltic concrete base. For the first forty eight hours traffic control shall be in compliance with Detail 150 3. Concrete Paved Shoulders Concrete paved shoulders shall be placed within sixty (60) calendar days after the removal of each section of existing shoulder regardless of the type of base 51 that traffic is exposed to a difference in elevation condition. The following restrictions and limitations shall apply: 1. Differences in Elevation of Two (2") Inches or Less The shoulder may remain open when workers are not present. When workers are present the shoulder shall be closed and the channelization devices shall meet the requirements of Subsection 150.05. The difference in elevation on the shoulder shall remain for a maximum period of fourteen (14) calendar days. 2. Differences in Elevation Greater Than Two (2") Inches The shoulder shall be closed. The shoulder closure shall not exceed twenty-four (24) hours in duration unless the Special Conditions in Subsection 150.11 modifies this restriction or the Engineer allows the work to be considered as a continuous operation. Failure to meet these requirements shall be considered as non-performance of Work under Subsection 150.08. F. MODIFICATIONS TO TIME RESTRICTIONS The Contractor may propose any alternate temporary traffic control plan that utilizes a portion of the travel lane as a "buffer space". This buffer space may allow for an enhanced work area that will allow for the placement of materials to proceed at a pace that could not be achieved with the time restriction requirements outlined in Subsections 150.06.A, 150.06.8, and 150.06.C. The Contractor may propose modified time restrictions based on the use of the buffer space. Any proposed modifications in the time duration allowed for the differences in elevations to exist shall be reviewed by the Engineer as a component of the overall TTC plan. No modifications shall be made until the proposed plan is accepted by the Engineer. The Engineer shall have no obligation to consider any proposal which results in an increase in cost to the Department. For the travel lane described in each of the Details 150 150 and 150 it is presumed that the pavement marking edgeline (yellow or white solid stripe) is located at the very edge of the travel lane surface. A buffer space (temporary paved shoulder) that utilizes a portion of the travel lane should be six (6') feet in width desirable but shall not be less than four (4') feet in width. Any remaining travel lane(s) shall not be less than ten (10') feet in width. Modifications to drum spacing shown in the details above will not be allowed. If the proposed shifting of the traffic to obtain a buffer space and maintain a minimum travel lane(s) of ten (10') feet requires the use of any existing paved shoulders then the cost of maintenance and repair of the existing paved shoulder(s) shall be the responsibility of the Contractor. The Contractor is responsible for the costs of maintenance and repairs even if the existing paved shoulder(s) is to be removed in a later stage of the work. Existing shoulders that have rumble strips shall have the rumble strips removed before the shoulder can be utilized as part of the travel lane. The cost of the removal of the rumble strips shall be done at no cost to the Department even if the shoulder is to be removed in a later stage of the work. 53 Location of drums when Elevation Difference exceeds 4 inches. Drums spaced at 20 foot intervals. Note: If the travel way width is reduced to less than 10 feet by the use of drums, vertical panels shall be used in lieu of drums. New Construction 4 ELEVATION DIFFERENCE GREATER THAN 4 INCHES DETAIL 150-13 Drums spaced at 40 foot intervals. Location of drums when Elevation Difference is 2+ inches to 4 inches. Travel Lane 6 inches s: Travel Lane ELEVATION DIFFERENCE 2+ to 4 inches DETAIL 150 -C 55 150.07 FLAGGING AND PILOT CARS: A. FLAGGERS Flaggers shall be provided as required to handle traffic, as specified in the Plans or Special Provisions, and as required by the Engineer. B. FLAGGER CERTIFICATION All flaggers shall meet the requirements of the MUTCD and shall have received training and a certificate upon completion of the training from one of the following organizations: National Safety Council Southern Safety Services Construction Safety Consultants Ivey Consultants American Traffic Safety Services Association (ATSSA) Certifications from other agencies will be accepted only if their training program has been approved by any one of the organizations listed above. Failure to provide certified flaggers as required above shall be reason for the Engineer suspending work involving the flagger(s) until the Contractor provides the certified flagger(s). Flaggers shall have proof of certification and valid identification (photo I.D.) available any time they are performing flagger duties. C. FLAGGER APPEARANCE AND EQUIPMENT Flaggers shall wear high - visibility clothing in compliance with Subsection i.50.01.A. The apparel background (outer) material color shall be fluorescent orange -red, fluorescent yellow- green, or a combination of the two as defined in the ANSI standard. The retroreflective material shall be orange, yellow, white, silver, yellow - green, or a fluorescent version of these colors, and shall be visible at a minimum distance of one thousand (1000) feet. The retroreflective safety apparel shall be designed to clearly identify the wearer as a person. They shall use a Stop /Slow paddle meeting the requirements of the MUTCD for controlling traffic. The Stop /Stow paddles shall have a shaft Length of seven (7) feet minimum. The Stop /Slow paddle shall be retro - reflectorized for both day and night usage. In addition to the Stop /Slow paddle, a flagger may use a flag as an additional device to attract attention. This flag shall meet the minimum requirements of the MUTCD. The flag shall, as a minimum, be 24" inches square and red or red /orange in color. For night work, the vest shall have reflectorized stripes which meet the requirements of the MUTCD. D. FLAGGER WARNING SIGNS Signs for flagger traffic control shall be placed in advance of the flagging operation in accordance with the MUTCD. In addition to the signs required by the MUTCD, signs at regular intervals, warning of the presence of the flagger shall be placed beyond 57 $40,000,000 $ $3,000 150.09 MEASUREMENT A. TRAFFIC CONTROL When listed as a pay item in the Proposal, payment will be made at the Lump Sum price bid, which will include all traffic control not paid for separately, and will be paid as follows: When the first Construction Report is submitted, a payment of 25 (twenty -five) percent of the Lump Sum price will be made. For each progress payment thereafter, the total of the Project percent complete shown on the last pay statement plus 25 (twenty -five) percent will be paid (less previous payments), not to exceed one hundred (100) percent. When no payment item for Traffic Contro / -Lump Sum is shown in the Proposal, all of the requirements of Section 150 and the Temporary Traffic Control Plan shall be in full force and effect. The cost of complying with these requirements will not be paid for separately, but shall be included in the overall bid submittal. B. SIGNS When shown as a pay item in the contract, interim special guide signs will be paid for as listed below. All other regulatory, warning, and guide signs, as required by the Contract, will be paid for under Traffic Control Lump Sum or included in the overall bid submitted. 1. Interim ground mounted or interim overhead special guide signs will be measured for payment by the square foot. This payment shall be full compensation for furnishing the signs, including supports as required, erecting, illuminating overhead signs, maintaining, removing, re- erecting, and final removal from the Project. Payment will be made only one time regardless of the number of moves required. 2. Remove and reset existing special guide signs, ground mount or overhead, complete, in place, will be measured for payment per each. Payment will be made only one time regardless of the number of moves required. 3. Modify special guide signs, ground mount or overhead, will be measured for payment by the square foot. The area measured shall include only that portion of the sign modified. Payment shall include materials, removal from posts or supports when necessary, and remounting as required. C. TEMPORARY BARRIER 59 Temporary curb cut wheelchair ramps are measured as the actual number formed and poured, complete and accepted, which shall include all necessary materials, equipment, labor, site preparation, maintenance and removal. No additional payment will be made for sawing existing sidewalk and removal and disposal of removed material for temporary wheelchair ramp construction. No additional payment will be made for constructing the detectable warning surface. L. TEMPORARY AUDIBLE INFORMATION DEVICE Temporary audible information devices are measured as the actual number furnished and installed in accordance with the manufacturer's recommendations, which shall include all necessary materials, equipment, labor, site preparation, maintenance and removal. Each temporary audible information device will be paid for only one time regardless of the number of times it's reused during the duration of The Work. These devices shall remain the property of the Contractor. 150.10 PAYMENT: When shown in the Schedule of Items in the Proposal, the following items will be paid for separately. Item No. 150. Traffic Control Lump Sum Item No. 150. Traffic Control, Solid Traffic Stripe _ Inch, (Color) per Linear Mile Item No. 150. Traffic Control, Skip Traffic Stripe _ Inch, (Color) per Linear mile Item No. 150, Traffic Control, Solid Traffic Stripe, Thermoplastic Inch, (Color) per Linear Mile Item No. 150. Traffic Control, Skip Traffic Stripe, Thermoplastic Inch, (Color) per Linear Mile Item No. 150. Traffic Control, Pavement Arrow with Raised Reflectors per Each Item No. 150. Traffic Control, Raised Pavement Markers -All Types. per Each Item No. 150. Interim Ground Mounted Special Guide Signs per Square Foot Item No. 150. Interim Overhead Special Guide Signs per Square Foot Item No. 150. Remove & Reset Existing Special Guide Signs, Ground Mount, Complete in Place per Each Item No. 150. Remove & Reset, Existing Special Guide Signs, Overhead, Complete in Place per Each Item No. 150, Traffic Control, Portable Impact Attenuator per Each Item No. 150. Traffic Control, Pavement Markers, Words and Symbols per Square Foot Item No. 150. Traffic Control, Pavement Arrow (Painted) with Raised Reflectors per Each Item No. 150. Traffic Control, Workzone Law Enforcement per Hour 61 I.) Defective pricing SUPPLEMENT TO PROJECT To the extent that the pricing provided by CONTRACTOR is erroneous and defective, the parties may, by agreement, correct pricing errors to reflect the intent of the parties. 2.) Specified excuses for delay or non - performance CONTRACTOR is not responsible for delay in performance caused by hurricanes, tornadoes, floods, and other severe and unexpected acts of nature. In any such event, the contract price and schedule shall be equitably adjusted. 3.) Termination of the contract for default Failure of the CONTRACTOR, which has not been remedied or waived, to perform or otherwise comply with a material condition of the Agreement shall constitute default. Augusta, Georgia may terminate this contract in part or in whole upon written notice to the CONTRACTOR pursuant to this tern. 4.) Prohibition against continient fees There shall be no contingent fees allowed under this contract. -5.)- An acknowledgement by all parties contracting with Augusta, Georgia as follows: "Contractor acknowledges that this contract and any changes to it by amendment, modification, change order or other similar document may have required or may require the legislative authorization of the Board of Commissioners and approval of the Mayor. Under Georgia law, Contractor is deemed to possess knowledge concerning Augusta, Georgia's ability to assume contractual obligations and the consequences of Contractor's provision of goods or services to Augusta, Georgia under an unauthorized contract, amendment, modification, change order or other similar document, including the possibility that the Contractor may be precluded from recovering payment for such unauthorized goods or services. Accordingly, Contractor agrees that if it provides goods or services to Augusta, Georgia under a contract that has not received proper legislative authorization or if the Contractor provides goods or services to Augusta, Georgia in excess of the any contractually authorized goods or services, as required by Augusta, Georgia's Charter and Code, Augusta, Georgia may withhold payment for any unauthorized goods or services provided by Contractor. Contractor assumes all risk of non- payment for the provision of any unauthorized goods or services to Augusta, Georgia, and it waives all claims to payment or to other remedies for the provision of any unauthorized goods or Local Small Business: In accordance with Chapter 10B of the AUGUSTA, GA. CODE, Contractor expressly agrees to collect and maintain all records necessary to for Augusta, Georgia to evaluate the effectiveness of its Local Small Business Opportunity Program and to make such records available to Augusta, Georgia. The requirements of the Local Small Business Opportunity Program can be found at www.augustaga.gov. in accordance with AUGUSTA, GA. CODE § 1- 10- 129(d) (7), for all contracts where a local small business goal has been established, the contractor is required to provide local small business utilization reports. Contractor shall report to Augusta, Georgia the total dollars paid to each local small business on each contract, and shall provide such payment affidavits, regarding payment to subcontractors as may be requested by Augusta, Georgia. Such documents shall be in the format specified by the Director of small business opportunities, and shall be submitted at such times as required by Augusta, Georgia. Failure to provide such reports within the time period specified by Augusta, Georgia shall entitle Augusta, Georgia to exercise any of the remedies set forth, including but not limited to, withholding payment from the contractor and /or collecting liquidated damages. SIGNATURES ON FOLLOWING PAGE] IN WITNESS WHEREOF, the parties hereto have executed this Agreement in four (4) counterparts, each of which shall be deemed an original, in the year and day first mentioned above. OWNER: AUGUSTA, GEORGIA By: c . � ---._ By: y• The Honorable Deke S. Copenhaver Lena J. Bo Mayor Clerk of t Date: 7 / ( 2-- Date: APPROVED AS TO FARM: By: , / 4,iipt Attorney 7/2 5 /12 Date: CONTRACTOR: Name: Title: Date: Blair Construction, Inc. B Z/a/�i----- William R. Mutimer Jr. Vice President 6 -19 -12 DEPARTMENT APPROVAL: By: Thomas D. Wiedmeier Director, Augusta Utilities Department Date: B Name: Title: Date: Corp. Secretary 6 -19 -12 ATTEST: SEAL Blair L. Mutimer III BEAD'' r : d F ,,s • � 10741 ' .:. Civil: TECHNICAL SPECIFICATIONS A. Section 01330 — Submittal Procedures 1 - 4 B. Section 02055 - Soils - Structural 1 - 2 C. Section 02060 - Aggregate 1 - 2 D. Section 02221 - Selective Demolition 1 - 2 E. Section 02230 - Clearing & Grubbing 1 - 2 F. Section 02324 - Trenching 1 - 6 G. Section 02446 - Boring, Jacking and Tunneling Conduits 1 - 5 H. Section 02512 - Site Water Distribution 1 -13 ■ Rosemont 8750WA Specifications 1 - 32 Section 02516 - Disinfection of Water Distribution 1 - 5 J. Section 02721 - Aggregate Base Course 1 - 3 K. Section 02740 - Flexible Pavement Structures 1 - 4 L. Section 02750 - Concrete Construction 1 - 4 M. Section 02760 - Flowable Fill Material 1 - 2 N. Section 02822 - Fence Removal & Replacement, New, Replaced In -Kind 1 - 3 0. Section 02924 - Grassing and Mulching 1 - 3 Electrical: P. Section 16000 - General 1 - 9 Q. Section 16010 - Lighting and Power Panelboards 1 - 3 R. Section 16015 - Fuses 1 S. Section 16020 - Raceways 1 - 5 T, Section 16030 - Conductors 1 - 3 U. Section 16040 - Outlets 1 - 2 V. Section 16050 - Wiring Devices & Device Plates 1 - 3 W. Section 16060 - Lighting Fixtures & Lamps 1 - 2 X Section 16100 - Pull Boxes & Junction Boxes & Fittings 1 Y. Section 16110 - Grounding 1 - 4 Z. Section 16120 - Equipment Identification 1 AA. Section 16220 - Construction Reviews Inspection & Testing 1 - ? E. Schedule submittals to expedite Project, and deliver to Augusta Utilities Department, Attn: Mr. Stan Aye, 360 Bay Street, Suite 180, Augusta, GA 30901. Coordinate submission of related items. F. For each submittal for review, allow 15 days excluding delivery time to and from Contractor. G. Identify variations from Contract Documents and product or system limitations which may be detrimental to successful performance of completed Work. H. Allow space on submittals for Contractor and Engineer review stamps. 1. When revised for resubmission, identify changes made since previous submission. J. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report inability to comply with requirements. K. Submittals not requested will not be recognized or processed. 1.3 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial schedules within 10 days after date established in Agreement. After review, resubmit required revised data within 10 days. B. Submit revised Progress Schedules with each Application for Payment. C. Distribute copies of reviewed schedules to Project site file, subcontractors, suppliers, and other concerned parties. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in schedules. E. Indicate estimated percentage of completion for each item of Work at each submission. F. Revisions To Schedules: 1. Indicate progress of each activity to date of submittal, and projected completion date of each activity. 2. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. 3. Prepare narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect including effect of changes on schedules of separate contractors. Submittal Procedures 01330 -2 B. Submit test reports for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.8 CERTIFICATES A. When specified in individual specification sections, submit certification by manufacturer, installation /application subcontractor, or Contractor to Engineer, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Engineer. 1.9 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification sections, submit printed instructions for delivery, storage, assembly, installation, start -up, adjusting, and finishing, to Engineer for delivery to Owner in quantities specified for Product Data. B. Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation. 1.10 MANUFACTURER'S FIELD REPORTS A. Submit reports for Engineer's benefit as contract administrator or for Owner. B. Submit report in duplicate within 5 days of observation to Engineer for information. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. Not Used. END OF SECTION Submittal Procedures 01330 - 4 1 PART 2 PRODUCTS 1 2.1 SUBSOIL MATERIALS I A. Type S1: 1. Structural 2. Graded. I 3. Free of lumps larger than 2 inches, rocks larger than 1 inch, and debris. 4. Conforming to Georgia Department of Transportation Standards and Specifications Section 810, Class IA1, A2. 1 2.2 SOURCE QUALITY CONTROL A. Testing and Analysis of Soil Materials: Perform as specified in accordance with 1 ASTM D698. ASTM D2922. ASTM D3017. B. If tests indicate materials do not meet specified requirements, change material 1 and retest. C. Provide materials of each type from same source throughout the Work. PART 3 EXECUTION 1 3.1 STOCKPILING A. Stockpile materials on site at locations designated by Engineer. 1 B. Stockpile in sufficient quantities to meet Project schedule and requirements. I C. Separate differing materials with dividers or stockpile apart to prevent mixing. D. Prevent intermixing of soil types or contamination. 1 E. Direct surface water away from stockpile site to prevent erosion or deterioration of materials. 1 3.2 STOCKPILE CLEANUP A. Remove stockpile, leave area in clean and neat condition. Grade site surface to 1 prevent free standing surface water and stabilize. 1 END OF SECTION 1 1 Soils- Structural 1 02055 - 2 PART 2 PRODUCTS 2.1 COARSE AGGREGATE MATERIALS A. Coarse Aggregate Type Al: GA DOT Type II Foundation Backfill material conforming to Georgia Department of Transportation Standard Specifications, Section 812.2.02. Coarse Aggregate Type A2: GA DOT Graded Aggregate Base Course material conforming to Georgia Department of Transportation Standard Specifications, Sections 310 and 815. Refer to Section 02721 — Aggregate Base Course. C. Coarse Aggregate Type A3: GA DOT Aggregate Surface Course as per Standard Specification Section 318. 2.2 SOURCE QUALITY CONTROL A. Aggregate Material - Testing and Analysis: Perform in accordance with Georgia Department of Transportation Standard Specifications. B. If tests indicate materials do not meet specified requirements, change material or material source and retest. C. Provide materials of each type from same source throughout the Work. PART 3 EXECUTION 3.1 STOCKPILING A. Graded aggregate base course materials used for roadway construction shall not be stockpiled prior to placement. B. Stockpile materials for use as driveway and parking area surfaces on site at locations designated by Engineer. C Stockpile in sufficient quantities to meet Project schedule and requirements. D. Separate differing materials with dividers or stockpile apart to prevent mixing. E. Direct surface water away from stockpile site so as to prevent erosion or deterioration of materials. 3.2 STOCKPILE CLEANUP A. Remove stockpile, leave area in clean and neat condition. Grade site surface to prevent free standing surface water. Grass as necessary. END OF SECTION Aggregate 02060 - 2 C. Conduct operations with minimum interference to public or private accesses. Maintain protected egress and access from adjacent areas at all times. D. Sprinkle Work with water to minimize dust. Provide hoses and water connections for this purpose. 3.3 DEMOLITION A. Disconnect, cap and identify designated utilities within project area. B. Assure line, grade and cross - section are maintained. C. Continuously clean -up and remove demolished materials from site. Do not allow materials to accumulate on the site. D. Do not burn or bury materials on site. Leave site in clean condition. E. Do not disturb utilities that are to remain active, in- place. F. Remove existing fire hydrants that are located along existing water mains to be capped /abandoned. Deliver hydrants to a location along the project alignment for Owner pick -up. Coordinate work in advance with Owner, prior to cap and abandon work. END OF SECTION Selective Demolition 02221 - 2 1 1 1 1 1 1 1.2 1 1 1 1 1 1 1 1 1 1 1 1 PART 1 GENERAL 1.1 SUMMARY SECTION 02324 TRENCHING A. Section includes excavating trenches for utilities; compacted NI from top of utility bedding to subgrade elevations; and backfilling and compaction. B. Related Sections: 1. Section 02060 - Aggregate. 2. Section 02512 — Site Water Distribution 3. Section 02760 — Flowable Fill Material UNIT PRICE — MEASUREMENT & PAYMENT A. No separate payment for trenching or standard backfi ling activities, unless otherwise noted. 1.3 REFERENCES A. ASTM C136 - Method for Sieve Analysis of Fine and Coa se Aggregates. B. ASTM D698 - Test Methods for Moisture - Density Relations of Soils and Soil- Aggregate Mixtures, Using 5.5 lb Rammer and 12 inch Drop. C. ASTM D1556 - Test Method for Density of Soil in °lace by the Sand -Cone Method. D. ASTM D2167 - Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method. E. ASTM D2922 - Test Methods for Density of Soil and Soil- Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D3017 - Test Methods for Moisture Contenr of Soil and Soil - Aggregate Mixtures. G. Augusta Utilities Department Standards and S pecifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. 1.4 DEFINITIONS A. Utility: Any buried pipe, duct, conduit, or cable. 1.5 FIELD MEASUREMENTS A. Verify field measurements prior to fabrication. Trenching 02324 - 1 3.3 EXCAVATING A. Excavate subsoil required for utilities to tie -in location. B. Cut trenches sufficiently wide to enable installation and allow inspection. Remove water or materials that interfere with Work. C. Do not interfere with 45 degree bearing splay of foundations. D. Hand trim excavation. Hand trim for bell and spigot pipe joints. Remove loose matter. E. Remove lumped subsoil, boulders, and rock up to 1/3 cubic yard, measured by volume. F. Correct over excavated areas with Type Al material and compact (6 -inch thick lift — max.). G. Stockpile excavated material in area designated on site and remove excess material not being used, from site. 3.4 TRENCHING A. Excavations: 1. Excavation shall be dug so that the pipe can be laid and jointed properly. The trench shall be made so that the pipe can be laid to the alignment and depth as shown on the Drawings, and it shall be excavated only so far in advance of pipe laying as permitted by the Engineer. The excavation shall not be more than 16 inches wider at the bottom than the outside diameter of the pipe or structure. If there is no interference with construction, or adjacent property, and if soils permit, the Contractor at his own expense shall be permitted to slope the sidewalls of the excavation starting at a point 2 feet above the top of pipe. 2. The trench shall be excavated to the depth required so as to provide a uniform and continuous bearing and support for the pipe on bedding material at every point between joints, except where pipe slings or other lifting tackle are withdrawn. 3. Excavation Below Grade: a) Where excavation indicates that the subsurface materials at the bottom of the trench are in a loose or soft state, the Contractor shall be advised to excavate to a depth where suitable material is encountered, as directed by the Engineer or Owner. b) Where the bottom of the trench has been excavated by mistake to a greater depth than required, the Contractor shall refill this area using approved material. No additional compensation shall be given to the Contractor. Refilling with earth to bring the bottom of the trench to the proper grade will not be permitted. 4. Excavation within 24 inches of existing utilities shall be governed by specifications of the Owner of the respective utility. The Contractor shall obtain these specifications and follow the same at no extra cost. Trenching 02324 - 3 3.6 BACKFILLING A. Backfili trenches to contours and elevations with unfrozen fill materials. B. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen, or spongy subgrade surfaces. C. Soil Fill Type S1: From pipe foundation elevation, place and compact material in equal continuous layers as specified within the drawings. D. Flowable Fill: See heading 4.1 (Schedule) of this section. E. Employ a placement method that does not disturb or damage, utilities in trench. F. Maintain optimum moisture content of fill materials to attain required compaction density. G. Remove surplus fill materials from site. H. Leave fill material stockpile areas completely free of excess fill materials. 3.7 TOLERANCES A. Top Surface of Backfilling Under Paved Areas: Plus or minus 1 /2 inch from required elevations. B. Top Surface of General Backfilling: Plus or minus 1 inch from required elevations. 3.8 FIELD QUALITY CONTROL A. Compaction testing will be performed in accordance with ASTM D698 or ASTM D2922. B. If tests indicate Work does not meet specified requirements, remove Work, replace, compact, and retest. C. Frequency of Tests: 1 test / 100 I.f. / 1.5 feet of backfill. Top 12- inches of backfill to be compacted to 100% Standard Proctor. Provide owner with testing documentation and results. 3.9 PROTECTION OF FINISHED WORK A. Reshape and re- compact fills subjected to vehicular traffic during construction. Trenching 02324 - 5 PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Casing pipe. 2. Carrier pipe. SECTION 02446 BORING, JACKING, AND TUNNELING CONDUITS B. Related Sections: 1. Section 02512 — Water Distribution Systems. 1.2 MEASUREMENT AND PAYMENT A. Jack and Bore, 30" diameter steel casing: 1. Basis of Measurement: Per linear foot (Pay Items: W -4A). 2. Basis of Payment: Shall include costs for casing piping, carrier piping, installation, asphalt cutting, restrained joints and gaskets, end seals, and normal backfill. B. Jack and Bore, 36" diameter steel casing: 1. Basis of Measurement: Per linear foot (Pay Items: W -4B). 2. Basis of Payment: Shall include costs for casing piping, carrier piping, installation, asphalt cutting, restrained joints and gaskets, end seals, and normal backfill. 1.3 REFERENCES A. American Association of State Highway and Transportation Officials: 1. AASHTO M133 - Standard Specification for Preservatives and Pressure Treatment Processes for Timber. 2. AASHTO T180 - Standard Specification for Moisture- Density Relations of Soils using a 4.54 -kg (10 -Ib) Rammer and a 457 -mm (18 -in.) Drop. B. American Society for Testing and Materials: 1. ASTM A36/A36M - Standard Specification for Carbon Structural Steel. 2. ASTM A53 - Standard Specification for Pipe, Steel, Black and Hot - Dipped, Zinc - Coated, Welded and Seamless. 3. ASTM A307 - Standard Specification for Carbon Steel Bolts and Studs, 60 000 PSI Tensile Strength. 4. ASTM A449 - Standard Specification for Quenched and Tempered Steel Bolts and Studs. 5. ASTM A569/A569M - Standard Specification for Steel, Carbon (0.15 Maximum, Percent), Hot- Rolled Sheet and Strip Commercial Quality. 6. ASTM C404 - Standard Specification for Aggregates for Masonry Grout. Boring, Jacking, and Tunneling Conduits 02446 - 1 1.7 QUALIFICATIONS A. Installer: Company specializing in performing work of this section. 1. Work Experience: Include projects of similar magnitude and conditions. 2. Furnish list of references upon request. 1.8 DELIVERY, STORAGE, AND HANDLING A. Provide temporary end caps and closures on piping and fittings. Maintain in place until installation. B. Protect piping systems from entry of foreign materials and water by temporary covers, completing sections of work, and isolating parts of completed system. C, Accept system components on site in manufacturer's original containers or configuration. Inspect for damage. D. Use wooden shipping braces between layers of stacked pipe. Stack piping lengths no more than 3 layers high. E. Store field joint materials indoors in dry area in original shipping containers. F. Support casing and carrier pipes with nylon slings during handling. 1.9 ENVIRONMENTAL REQUIREMENTS A. Conduct operations so as not to interfere with, interrupt, damage, destroy, or endanger integrity of surface or subsurface structures or utilities, and landscape in immediate or adjacent areas. 1.10 FIELD MEASUREMENTS A, Verify invert elevations of existing work prior to excavation and installation of casing. PART 2 PRODUCTS 2.1 CASING AND JACKING PIPE MATERIALS A. Furnish materials in accordance with Georgia Department of Transportation Standard Specifications, Section 615 and Section 847.2.02. B. Casing spacers to be stainless steel, 12" wide. Approved products are: 1. Cascade, CCS -ER 2. BWM, BWM -SS -12 3. Engineer approved equal Boring, Jacking, and Tunneling Conduits 02446 - 3 3.3 DEWATERING A. Intercept and divert surface drainage and groundwater away from excavation through use of dikes, curb walls, ditches, pipes, sumps or other means. B. Develop substantially dry subgrade for prosecution of subsequent operations. C. Comply with Georgia Department of Transportation and the manual for Erosion and Sediment Control in Georgia requirements for dewatering to any watercourse, prevention of stream degradation, and erosion and sediment control. 3.4 PITS OR APPROACH TRENCHES A. Excavate approach trenches or pits in accordance with drawings, as site conditions require. B. Ensure casing entrance face as near perpendicular to alignment as conditions permit. C. Establish vertical entrance face at least 1 foot above top of casing. 3.5 CASING AND CARRIER PIPE INSTALLATION A. Pipe jacking and boring to be performed as per Georgia Department of Transportation Standard Specifications, Section 615. B. Spacers to be positioned as centered and restrained in the casing pipe. Casing spacers to be placed at 10 -foot intervals along carrier pipe. Additionally, one spacer shall be placed 2 -feet from each end of the casing. 3.6 FIELD QUALITY CONTROL A. Compaction Testing: In accordance with ASTM D698 / ASTM D2922. B. When tests indicate Work does not meet specified requirements, remove Work, replace and retest. C. Frequency of Compaction Testing: Backfill of excavation pits to be tested as follows: 1 test / 3 feet of backfill / pit. 3.7 REMOVAL OF FACILITIES AND CONTROLS A. Remove temporary facilities for casing installation and jacking operations. END OF SECTION Boring, Jacking, and Tunneling Conduits 02446 - 5 G. Tapping Sleeve, Valve, Valve Box, Complete: 1. Basis of Measurement: Each (Pay Item: W -13A: 12 "x12 "). Each (Pay Item: W -13B: 18 "x12 "). Each (Pay Item: W -13C: 24"x18"). Each (Pay Item: W -13D: 6 "x6 "). 2. Basis of Payment: Shall include costs for sleeve, valve, associated hardware, valve boxes, temporary plugging /draining of pipeline, excavation, dewatering, asphalt /concrete cutting, installation, normal backfill, and testing. No additional payment shall be made for these items. H. Flowmeter, 18" Complete, Concrete Vault, and Bypass, Complete 1. Basis of Measurement: Per Each, Complete (Pay Item W -12B). 2. Basis of Payment: Shall include all costs for meter and appurtenances, concrete vault, monitoring devices, SCADA ready equipment, valves, valve boxes /vaults, valve extensions, excavation, dewatering, asphalt /concrete cutting as a pplicable, bypass pipe and fittings, installation, normal backfill, and testing. No additional payment shall be made for these items. Fence and gates will be paid for separately through pay item M -5A. Electrical work including control panel and lighting are paid through pay item W- 12B -E. Electrical and Controls - Flowmeter; Complete 1. Basis of Measurement: Per Each, Complete (Pay Item: W- 12B -E) 2. Basis of Payment: Shall include all costs for all Electrical, Control, and Lighting related work, including coordination and testing. J. Actuator Valve, including Concrete Vault, 12" Butterfly Valves, Bypass Piping, Complete 1. Basis of Measurement: Per Each, Complete (Pay Item: W -120) 2. Basis of Payment: Shall include all costs for actuator valve and appurtenances, including concrete vault, connections, fittings, butterfly valves, valve boxes, valve extensions, excavation, dewatering, asphalt / concrete cutting as applicable, installation,- normal backfill, and testing. No additional payment will be made for these items. Electrical work including control panels, SCADA ready connections, lighting, etc. are paid through Pay Item W- 12C -E. K. Electrical and Controls - Actuator Valve; Complete 1. Basis of Measurement: Per Each, Complete (Pay Item: W- 12C-E) 2. Basis of Payment: Shall include all costs for all Electrical, Control, and Lighting related work, including coordination and testing. L. 36" Steel Casing at Creek Crossing, including Restrained Joint Ductile Iron Carrier Pipe, 18" diameter, and end seals 1. Basis of Measurement: Per linear foot (Pay Item: W -4B / W -4C). 2 Basis of Payment: Shall include costs for casing piping, carrier piping, installation, trenching and excavation, stream diversion, bypass pumping, dewatering, asphalt cutting, restrained joints and gaskets, end seals, and normal backfill M. New 2" Long Side Water Service, Installed, Incld. Reconnection, Complete 1. Basis of Measurement: Per Each (Pay Item: W -15) 2. Basis of Payment: Shall include costs for piping, gate valves, valve boxes, pressure reducing valve assembly, vault and cover, complete, water meter connection, dewatering, asphalt /concrete cutting (including Site Water Distribution 02512 - 2 11. ASTM A307 - Standard Specification for Carbon Steel Bolts and Studs; 60,000 psi tensile strength. 12. ASTM A563 — Standard Specification for Carbon and Alloy Steel Nuts. 13. ANSI /AWWA C105/A21.5 American National Standard for Polyethylene Encasement for Ductile Iron Pipe Systems. 14. ANSI /AWWA C150/A21.50 -96 1996 or latest version, American National Standard for Thickness Design of Ductile Iron Pipe. 15. ANSI /AWWA C509 -94 1994 or latest version Resilient- Seated Gate Valves for Water - Supply Service (includes addendum C509a -95) 16. ANSI /AWWA C550 -90 1990 or latest version Protective Epoxy Interior Coating for Valves and Hydrants F. Underwriters Laboratories Inc.: 1. UL 246 - Hydrants for Fire - Protection Service. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with Augusta Utility Department Standards and Specifications, latest edition. 1.5 SUBMITTALS A. Pipe Shop Drawings /Construction Submittals: 1. Shop Drawings: Marking plan and details of standard pipe section showing dimensions, pipe joints, fitting and special fitting pressure rating and thickness, size, coating and lining data. Plan shall confirm joint restraint plan for both horizontal and vertical applications. 2. Field Hydrostatic Testing Plan: Submit at least 15 days prior to testing and at minimum, include the following: a. Testing dates. b. Piping systems and section(s) to be tested. c. Method of isolation. d. Method of conveying water from source to system being tested. e. Calculation of maximum allowable leakage for piping section(s) to be tested. 3. Certifications of Calibration: Approved testing laboratory certificate if pressure gauge for hydrostatic test has been previously used. If pressure gauge is new, no certificate is required. B. Fire Hydrant: 1. Hydrant — submittal to confirm the following material requirements. a. Break flange or safety top type. b. Nominal 5 -1/4 -inch main valve opening with 6 -inch bottom connections. c. Conform to AWWA C502. d. Two 2 -1/2 -inch hose nozzles. e. One 4 -1/2 -inch pumper nozzle. f. Operating Nuts: 1 -1/2 -inch National Standard pentagon nut. g. Mechanical joint inlet connection. h. Yellow above ground line. i. Integral Davidson Anti- Terrorist Valve. Site Water Distribution 02512 - 4 B. Steel Casing Pipe - Creek Crossing 1. Diameter: 36 ", 0.532" tk. Steel Casing pipe 2. Furnish materials in accordance with Georgia Department of Transportation Standard Specificaitons, Section 615 and Section 847.2.02 2.2 WATER SERVICE LINES: A. Copper Tubing: ASTM B88, Type K, annealed; 1" Diameter (Residential) / 2" Diameter (Commercial): 1. Service saddle to be ductile iron double strap type. 2. Corporation stops to be Ford or Engineer approved equivalent with a taper thread inlet and flared copper outlet. 2.3 GATE VALVES A. Valves must conform to AWWA C509 (latest version), unless otherwise noted. All valves to be open left. 12" and 18" gate valves to be gear operated, including grease case. B. Manufacturers: (6" — 18 ") U.S. Pipe Metro - Seal 250 Resilient Seated Gate Valve or Engineer approved equal. C. Valve Box (Screw Type): Tyler / Union 6850 series, M & H E -2702, Mueller H10364 or Engineer approved equal. Provide extensions, as required. Cast "water" on valve box cover. 2.4 BUTTERFLY VALVES A. Valve must conform to AWWA C504 (latest revision). B. Manufacturers: Dezurik Water Controls — Val -Matic Series 2000 or Engineer approved equal. C. Valve Box (Screw Type): Tyler / Union 6850 series, M & H E -2702, Mueller H10364 or Engineer approved equal. Provide extensions, as required. Cast "water" on valve box cover. 2.5. PRESSURE REDUCING VALVE A. Pressure Reducing Valve - Individual Service Line 1. Pressure reducing valve (PRV) to be 2" diameter, 125# flanged design conforming to ANSI standards for flange thickness and drilling and wall thickness of body and caps. . 2. Valve to be constructed of first class grey iron conforming to ASTM A -126 Class B with bronze or stainless steel trim. 3. Manufacturer: Ross Valve model 23WR or Engineer approved equal. 2.6 ACTUATOR VALVE A. Manufacturer / Model: EIM — Flowserve QX -5 or Engineer approved equal. Refer to enclosed cut sheet. 2.7 FLOWMETER A, Manufacturer: Rosemount Model 8750WA or Engineer approved equal. B. Flowmeter remote monitoring device to be Rosemount Model 8750WA32 C. Refer to enclosed manufacturer specifications (Rosemount 8750WA Magnetic Flowmeter System for Water and Wastewater Industries, dated January 2009). D. Flowmeter to include 316L stainless steel grounding rings. Site Water Distribution 02512 - 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 B. Individual Pressure Reducing Valve Vault: 1. Manufacturer /Model: Carlson Industries, LLC Model H3048 with steel cover, or Engineer approved. Equal. 2. Bottom Extension: Model H3048 -9X. 3. Steel cover to have work "water" cast on ft. PART 3 EXECUTION 3.1 EXAMINATION A. Verify all existing utilities as to their location and invert elevation. B. Inspect pipe and fittings to ensure no cracked, broken, or otherwise defective materials are being used. 3.2 PREPARATION A. Cut pipe ends square, ream pipe and tube ends to full pipe diameter, remove burrs. B. Remove scale and dirt on inside and outside before assembly. C. Prepare pipe connections to equipment with flanges or unions. D. Trench Grade: 1. Grade bottom of trench by hand to specified line and grade, with proper allowance for pipe thickness and pipe base, when specified. Trench bottom shall form a continuous and uniform bearing and support for pipe between bell holes. 2. Before laying each section of pipe, check grade and correct irregularities found. Grade may be disturbed for removal of lifting tackle. E. Bell (Joint) Holes: At each joint, dig bell holes of ample dimensions in bottom of trench, and at sides where necessary, to permit joint to be made properly and to permit easy visual inspection of entire joint. 3.3 BEDDING A. Excavate and backfill pipe trench in accordance with Section 02324. Allow for aggregate pipe bedding where specified, or field required. 3.4 INSTALLATION — PIPE A. General: 1. Provide and use proper implements, tools, and facilities for safe and proper prosecution of Work. 2. Lower pipe, fittings, and appurtenances into trench, piece by piece, by means of a crane, slings, or other suitable tools and equipment, in such a manner as to prevent damage to pipe materials, protective coatings and linings. 3. Do not drop or dump pipe materials into trench. B. Maintain separation of water main from sanitary sewer piping in accordance Augusta Utility Department Standards and Specifications, unless otherwise shown in plans. Site Water Distribution (17!",1') - G. Line and Grade: 1. Minimum Pipe Cover: 4 feet, unless otherwise indicated. 2. Deviations exceeding 6 inches from specified line or 1 inch from specified grade will not be allowed without express approval of Engineer. 3. Pipeline sections that are not installed to elevations shown or installed as approved by Engineer shall be reinstalled to proper elevation. 4. Pipeline sections to be installed within manufacturer's minimum joint deflection tolerance. H. Thrust Restraint: 1. Restrained joints only. Use of thrust blocking will not be allowed as restraint unless specifically identified on plans and approved by the Owner and Engineer. 3.5 HYDROSTATIC TESTING A. Pipeline Hydrostatic Test: 1. General: a. Notify Owner in writing 5 days in advance of any testing. Perform testing in presence of Owner or Engineer b. Test newly installed pipelines. Using water as test medium, pipes shall successfully pass a leakage test prior to acceptance. c, Furnish testing equipment and perform tests in manner satisfactory to Owner and Engineer. Testing equipment shall provide observable and accurate measurements of leakage under specified conditions. d. Isolate new pipelines that are connected to existing pipelines. e. Conduct tests on entire pipeline after trench has been backfilled. Testing may be done prior to placement of asphaltic concrete or roadway structural section. f. Contractor may, if field conditions permit and as determined by the Owner, partially backfill trench and leave joints open for inspection and conduct an initial service leak test. Hydrostatic test shall not, however, be conducted until backfilling has been completed. g. Owner shall provide gauge for pipeline hydrostatic test. h. Contractor shall not work on sections of the successfully tested line without the Owner's representative present. 2. Procedure: a. Maximum filling velocity shall not exceed 0.25 foot per second, calculated based on the full area of pipe. b. Expel air from pipe system during filling. Expel air through air release valve or through corporation stop installed at high points and other strategic points, c. Test pressure shall be one and a half times system operating pressure, but in no case less than 200 psi as measured at low point of pipeline. d. Apply and maintain specified test pressure with hydraulic force pump. Valve off piping system when test pressure is reached. e. Maintain hydrostatic test pressure continuously for 2 hours minimum, adding additional make -up water only as necessary to restore test pressure. Site Water Distribution 02512 - 10 E. Gravel for Drainage: 1. Place gravel around base block and hydrant bottom in accordance with Section 3.7 of AWWA C600. F. Concrete Thrust Blocking 1. Place blocking after hydrant is set in final position and joined to pipe. 2. Concrete thrust block shall have a minimum of 4 square feet of bearing area against undisturbed earth. G. Thrust Ties: 1. Install thrust ties in lieu of concrete thrust blocking when ground surface behind hydrant is less than 2 feet above top of hydrant base. 2. Install two tie rods between main valve and hydrant. 3. Install mechanical joint glands with lugs in joints between hydrant, main valve and main line tee. H. Mechanical wedge action type joint 1. Install mechanical wedge anchors at every joint between main line tee and fire hydrant. 3.7 SERVICE CONNECTIONS A. Install water service in accordance with Augusta Utility Department Standards and Specifications. B. Install water service to existing meter. Connect new service line to existing meter. Coordinate with Augusta Utilities Department Inspector. 3.8 DISINFECTION OF DOMESTIC WATER PIPING SYSTEM A. Flush and disinfect system in accordance with Section 02516. END OF SECTION Site Water Distribution 02512 - 12 Magnetic field coils placed on opposite sides of the pipe generate a magnetic field. As the conductive process liquid moves through the field with average velocity V, electrodes sense the induced voltage. The width of the conductor is represented by the distance between electrodes. An insulating liner prevents the signal from shorting to the pipe wall. The only variable in this application of Faraday's Law is the velocity of the conductive liquid V because field strength is controlled constant and electrode spacing is fixed. Therefore, the output voltage E is directly proportional to liquid velocity, resulting in the inherently linear output of a Rosemount Magnetic Foowmeter. 2 Rosemount 8750WA THE ROSEMOUNT 8750WA MAGMETER SENSOR DELIVERS RELIABILITY FOR WATER AND WASTEWATER INDUSTRIES OPERATION The operating principle of the magnetic flowmeter system is based upon Faraday's Law of electromagnetic induction, which states that a voltage will be induced in a conductor moving through a magnetic field. Faraday's Law: E -kBDV The magnitude of the induced voltage E is directly proportional to the velocity of the conductor V, conductor width D, and the strength of the magnetic field B. The figure below of a Model 8750WA sensor illustrates the relationship between the physical components of the magnetic flowmeter and Faraday's Law. Rosemount 8750WA32 The integral mount Rosemount 8750WA32 transmitter has a die cast aluminum housing for excellent reliability. With an optional backlit 2 line by 16 character local operator interface, the transmitter can be configured by optical switches to simplify adjustments without removing the cover. Rosemount 8750WAl2 Product Data Sheet 00813 -0100 -4750, Rev DA January 2009 The remote mount Rosemount 8750WAl2 transmitter features an easy to use operator interface and the Rosemount magmeter diagnostics. The intuitive 15 actuator keypad provides instant access to the most commonly used functions, and the 2 line by 20 character display provide clear indication. Together they provide fast, intuitive, and easy configuration. Mag User Practice Installation 8750WA32 8750WAl2 Grounding/Wiring Maintenance Coil Fault • • Transmitter Meter Verification Full Meter Verification (includes sensor) . Process Management High Process Noise . Empty Pipe • • 1 1 1 1 1 4 Rosemount 8750WA Product Data Sheet 00813 - 0100 -4750, Rev DA January 2009 ROSEMOUNT MAG DIAGNOSTICS REDUCE COSTS & IMPROVES OUTPUT Rosemount Magmeters provide device diagnostics that informs the user of abnormal situations throughout the life of the meter - from Installation to Maintenance and Meter Verification. With Rosemount Magmeter diagnostics enabled, users can change their practices to improve plant availability and output, and reduce costs through simplified installation, maintenance and troubleshooting. OPTIONS FOR ACCESSING DIAGNOSTICS Rosemount Magmeter Diagnostics can be accessed through the Local Operator Interface (LOI), the 375 Handheld Communicator, and AMS Device Manager. Access Diagnostics through the LOI for quicker installation, maintenance, and meter verification Rosemount Magmeter Diagnostics are available through the LOI to make maintenance of every magmeter easier, Access Diagnostics through AMS TM Suite: Intelligent Device Manager for the Ultimate Value The value of the Diagnostics increases significantly when AMS is used. Now the user gets a simplified screen flow and procedures for how to respond to the Diagnostic messages. Rosemount 8750WA 87141 Meter Verification improves Magnetic Fowmeter Verification Practice Diagnostic in LO! 8714i Meter Verification checks tra,,smitior and sensor characteristics. Deviation from baseline valves are reported. Meter Calibration is vet' Diagnostic in AMS Verification Report A verification report that can be filled out manually is also available on Rosemount.c http://www.emersonprocess.com/rosemount/document/tds/00816-0200-4727.pdf 6 Product Data Sheet 00813-0100-4750, Rev DA January 2009 FVLfiV Pt " ."1,naoostwl... 1 i l'813 ' ;;;,.3:44;felf . „ar2125,1 Fs ktitzs #44 Fow*** Intentietion and Conaluration leg I Cebation Nuirshei tile Sise Cakiaticot Conan*: 1 ntosaal Test Ctriliaaar INe Flow FiA FiPs Stemmed Celbation Vatifsr.afen Resta: Voiticatke Atattat The ;auk at the ficroitrotet verFeaten tea* I Voliesten Dteris thii4 mete wts veiled to be functioning wain I I Signed Ttbatalbtation Tett DziOraik Teat Ip Deceode t:Toomit Teatii woke* IP 1)t4oto Last Soelictironiteit: 211 4(2001 9142;48AM 8714i Meter Verification Ropart from AMS et eimatientiestiveruipnaitamipat • A 8 Rosemount 87501/VA High Process Noise Diagnostic Improves Process Management Diagnostic in LOI 1.0/ indicates high process noise is detected, Diagnostic in AMS Product Data Sheet 00813-0100-4750, Rev DA January 2009 Signal-to-noise ratio (SNR) is viewed in Diagnostic menu. If < 25:1, diagnostic tripped. Improved SNR and signal stability by moving coil drive frequency from 5 Hz to 37 Hz. AMS status sci favif ulpe .deoteimai fPYRiao I t(i: V4t V1414 '40'fv t,ta4 1 . I re:A bto f9i1 ttr UN* It a otcatobrofffidiKtOwl,veggint,ft.igtVial t4Pftviset Ow/m*44 04 gt*Vt tat 036444 thie, It**. poti*t iivi*Fts..%wit.in VO41 Faiv$ • 1 bowtoar, not f4 6514 5444/ refzencoled en indicates high process noises detected and shows SNR at both coil drive frequencies. 44 4: • • i f 11 1 *me 43t4 1 ,; 00.8 t tx,oi kodeometomna r4 44.0 wovamit. WM* rosor.iN . M0 PlktiVtg 06 040.4 **or:2.0422242a dm* tr 3 riat% tr2 204:72 WA* 1.+20* 2, t42*2.5.2,2a221:2 42* ot:#2224,2,22 if k-2 Otto. If402 ' ...44,4 242...042 04 04 ife.e.w222.ox :12 .2"222,4*.*2, V Mkt L'e4 .1.,,. *11 1* 2, 4. Xto 212242:6,42.2 0.04.6.444910,1/..., AMS help provides procedure for adjusting map coil drive frequency to improve signal stability zo 2.0 111 Is de 1.0 o 0 0 1l!1 � �- lI! l os� - o asp - ■ �.�...r�.� 3 6 12 18 24 30 (1) (2) (4) (6) (B} (10) Velocity In We (m/s) zo Is IA f o ss / 0.2516 es 0 Optional Digital Input Function Externally powered at 5 to 24 V dc, transistor switch closure up to 3 W to indicate either: Submergence Protection (Sensor) - SA/SB /SC Options IP68. Continuous submergence to 30 ft. (10 m). Requires conduit entries of the sensor remote junction box be properly sealed to prevent water ingress. This requires the user to install sealed IP68 approved cable glands, conduit connections, or conduit plugs. Option Codes SA, SB, and SC provide a pre -wired potted and sealed junction box to prevent the ingress of water. These options still require the use of sealed conduits to meet IP68 protection requirements. Example of a protection category: Identity letters - IP First identity number - 6 (2) Second identity number - 8 (3) (1) Available with 8750WA32 only (2) Protection against the entry of dust (dust - proof). Com- plete contact prevention. (3) The enclosure is suitable for constant submersion in water under given conditions which are determined by the manufacturer (submersion). 1 0 Rosemount 8750WA Optional Digital Output Function Externally powered at 5 to 24 V dc, transistor switch closure up to 3 W to indicate either: Reverse Flow: Activates switch closure output when reverse flow is detected. The reverse flow rate is displayed. Zero Flow: Activates switch closure output when flow goes to 0 ft/s. Empty Pipe: Activates switch closure output when empty pipe is detected. Transmitter Fault: Activates switch closure output when a transmitter fault is detected. Net Total Reset: Resets the net totalizer value to zero. Positive Zero Return (PZR): Simulates zero -flow condition. Product Data Sheet 00813 - 0100 -4750, Rev DA January 2009 PERFORMANCE SPECIFICATIONS (System specifications are given using the frequency output and with the unit at referenced conditions). 8750WA32 and 8750WAl2 Flanged Sensor Accuracy The standard System Accuracy is 0.5% of rate from 1 to 30 ft/s (0.3 to 10 m /s). Includes combined effects of linearity, hysteresis, repeatability and calibration uncertainty. Accuracy is.005 ft /s (.0015 m /s) from low flow cutoff to 1.0 ft/s (0.3 m /s). The (D1) optional high system accuracy is 0.25% of rate from 3 to 30 ft/s (1 to 10 m /s). Wafer Sensor Accuracy System accuracy is ±0.5% of rate from 3 to 30 ft/s (1 to 10 m /s); between 0.04 and 3.0 ft/s (0.01 and 0.3 m /s), the system has an accuracy of ±0.015 ft/s (0.005 m /s). Optional high accuracy is ±0.25% of rate from 3 to 30 ft/s (1 to 10 m /s). (1) w (4) (6) (e) Velod(y In ftis (m/s) (10) Repeatability ±0.1% of reading Response Time 0.2 seconds maximum response to step change in input Stability ±0.25% of rate over six months Rosemount 8750WA Weight See Table 2 and Table 3 Transmitters 8750WA32 Materials of Construction Housing Low - copper aluminum Nema 4X and IEC 605291P66 Paint Polyurethane Cover Gasket Rubber Electrical Connections Two or three 1 /2-14 NPT with number 8 screw terminal connections are provided for electrical wiring. PG13.5 and CM20 adapters are available. Screw terminals provided for all connections. Power wiring connected to transmitter only. Integrally mounted transmitters are factory wired to the sensor. Mounting Integrally mounted transmitters do not require interconnecting cables. The local display and transmitter can be rotated in 90° increments. Remote mounted transmitters require only a single conduit connection to the sensor. Transmitter Weight Approximately 7 pounds (3.2 kg). Add 0.5 pounds (0.5 kg) for local display. 8750WAl2 Materials of Construction 12 Housing Low- copper aluminum, NEMA 4X and IEC 60529 1P65 Pollution Degree 2 Paint Polyurethane Cover Gasket Rubber Product Data Sheet 00813- 0100- 4750, Rev DA January 2009 Electrical Connections Four 1 /2-14 NPT connections provided on the base of the transmitter. Screw terminals provided for all of the connections. Power wiring connected to the transmitter only. Remote mounted transmitters require only a single conduit connection to the sensor. NOTE if 3 /4- 14 NPT connections are required, 1 /210 3 /4 in. adapter kits are available for order. Line Power Fuses 90 -250 V AC systems (8750WAl2) 2 amp, Quick - acting Bussman AGCI or equivalent 12 V DC systems 3 amp, Quick acting Bussman AGCI or equivalent Transmitter Weight Transmitter approximately 9 lb (4 kg). Add 1 lb (0.5 kg) for local operator interface. Rosemount 8750WA Dimensional Drawings Product Data Sheet 00813 -0100 -4750, Rev DA January 2009 FIGURE 1. Rosemount 8750WAl2 Transmitter Ground Lug NOTE Dimensions are in inches (millimeters) WITH STANDARD COVER 9.01 (229) 2.81 (71) 3.11 (79) 0.44 12.02 (305) LOI Keypad Cover WITH LOI COVER 1 12-14 NPT ConduitConnection (4 Places) 14 Rosemount 8750WA Product Data Sheet 00813- 0100 -4750, Rev DA January 2009 FIGURE 3. Rosemount 8750WA Flanged Sensors, Typical of 0.5- through 4 -in. (15 through 100 mm) Line Sizes 2.6 (66) T 0.6) 1 12 -14 NPT Conduit Connection Relief Valve 4.02 (102) 2.00 (50.8) 1.8 (46) Notes A Dimensions are in inches (millimeters) See Table 3 for variable dimensions W1 Housing Configuration (Sealed, welded housing with pressure relief valve) FIGURE 4. Rosemount 8750WA Flanged Sensors, Typical of 6 through 36 - in. (150 through 900 mm) Line Sizes 2.6 (66) 4.02 (102) 2.00 (51) 1.8 (46) W3 Housing Configuration Notes Dimensions are in inches (millimeters) See Table 3 for variable dimensions W3 Housing Configuration (Sealed welded housing with separate electrode compartments) 16 1 1 1 1 y 11 11 11 11 11 I1 11 1 1 1 1 Rosemount 8750WA FIGURE 5. Rosemount 8750WA Wafer Sensors, Typical of 0.5- and 1 -in. (15 and 25 mm) Line Sizes 1 12 -14 NPT Conduit Connection (2 places) NOTE Dimensions are in inches (millimeters) See Table 4 for variable dimensions Product Data Sheet 00813- 0100 -4750, Rev DA January 2009 Grounding Clamp FIGURE 6. Rosemount 8750WA Wafer Sensors, Typical of 1.5 through 8 (40 through 200 mm) Line Sizes 1 12 -14 NPT Conduit Connection (2 places) NOTE Dimensions are in inches (millimeters) See Table 4 for variable dimensions Flow 5.00 (127) `Grounding Clamp Nominal Line Size Inches (mm) Gallons Per Minute Factor Liters Per Minute Factor 6 (150) 90.048 1,116 8 (200) 155.94 1,933 10 (250) 245.78 3,048 12 (300) 352.51 4,371 14 (350) 421.70 5,229 16 (400) 550.80 6,830 18 (450) 697.19 8,645 20 (500) 866.51 10,745 24 (600) 1,253.2 15,541 30 (750) 2,006.0 24,877 36 (900) 2,935.0 36,398 1 1 1 N 11 11 11 11 11 I1 II 1 1 I Rosemount 8750WA Flowmeter Sizing Because of its effect on flow velocity, sensor size is an important consideration. It may be necessary to select a magnetic flowmeter that is larger or smaller than the adjacent piping to ensure the fluid velocity is in the specified measuring range of the sensor. Suggested guidelines and examples for sizing normal velocities in different applications are listed in Table 5, Table 6, and Table 7. Operation outside these guidelines may also give acceptable performance. TABLE 5. Sizing Guidelines Application Normal Service Abrasive Slurries Non- Abrasive Slurries Velocity Range Velocity Range (ft/s) (m /s) 2 -20 3 -10 0.6 -6.1 0.9 -3.1 1.5 -4.6 To convert flow rate to velocity, use the appropriate factor listed in Table 5 and the following equation: Velocity - Flow Rate Factor Magmeter Size: 100 mm (factor from Table 6 = 492.0) Normal Flow Rate: 800 L /min Velocity - 800 (L /min) 492.0 Velocity = 1.7 m/s Example: English Units Magmeter Size: 4 in. (factor from Table 6 = 39.679) Normal Flow Rate: 300 GPM Velocity = 300 (gpm\ 39,679 Velocity = 7.56 ft/s TABLE 6. Line Size vs. Conversion Factor Nominal Line Size Gallons Per Minute Liters Per Inches (mm) Factor Minute Factor (40) 2 (50) 3 (80) 4 (100) 0.947 11.745 33.407 2.693 6.345 10.459 78.69 129.7 23.042 39.679 285.7 492.0 20 MAGNETIC FLOWMETER SIZING TABLE 6. Line Size vs. Conversion Factor Product Data Sheet 00813- 0100 -4750, Rev DA January 2009 Rosemount 8750WA North American Certifications Factory Mutual (FM) NOTE For the 8750WA32 transmitters with a local operator interface (LOI), the lower ambient temperature limit is -20 °C. NH Ordinary Location Approval Enclosure Type 4X /IP 66 NO Division 2 Approval Non - Flammable Fluids (Ali transmitters) Reference Rosemount Control Drawing 08732 -1052 (8750WA). Class I, Division 2, Groups A,13, C, D Temp Codes -- T4 (8750WAl2 at 40 °C), T4 (8750WA32 at 60 °C: -50 °C 5Ta 5560 °C) Dust - ignition proof Class II/III, Division 1, Groups E, F, G Ternp Codes — T5 (8750WAl2 at 40 °C), T5 (8750WA32 at 60 °C) Enclosure Type 4X N5 Division 2 Approval Flammable Fluids (Ail Transmitters) For sensors with IS electrodes only Reference Rosemount Control Drawing 08732 -1052 (8750WA). Class I, Division 2, Groups A, 8, C, D Temp Codes — T4 (8750WAl2 at 40 `C) T4 (8750WA32 at 60 °C: -50 °C STa 5,60 °C) Dust - ignition proof Class 11 /111, Division 1, Groups E, F, G Temp Codes — T5 (8750WAl2 at 40 °C), T5 (8750WA32 at 60 °C) Enclosure Type 4X Canadian Standards Association (CSA) NH Ordinary Location Approval Enclosure Type 4X /IP 66 NO Division 2 Approval Non - Flammable Fluids (All transmitters) Reference Rosemount Control Drawing 08732 -1052 (8750WA). Class I, Division 2, Groups A, B, C, D Temp Codes — T4 (8750WAl2 at 40 °C), T4 (8750WA32 at 60 °C: -50 `C _<Ta 560 °C) Dust - ignition proof Class II/III, Division 1, Groups E, F, G Temp Codes — T5 (8750WAl2 at 40 °C), T5 (8750WA32 at 60 °C) Enclosure Type 4X 22 Product Data Sheet 00813- 0100 -4750, Rev DA January 2009 Electrode Type Standard Measurement General Characteristics • Lowest cost • Good for most applications Standard Measurement + Grounding (Also see Table 8 for grounding options and installation • Low cost grounding option especially for large line sizes • Minimum conductivity of 100 microsiemens/cm • Not recommended for electrolysis or galvanic corrosion applications Buletnose • Slightly more expensive • Best option for coating processes 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 See Table 10 for information on Liner types, Table 11 for information on Electrode Materials, and Table 12 for information on Electrode Types. Lining Material General Characteristics • Excellent abrasion resistance for small and medium particles ed chemical reststanc • 0 t 140 °F ( -18 to 60 "C) • Typically applied in clean water • Very good abrasion resistance for small and medium particles • Better chemical resistance than polyurethane • 0 to 185 °F ( -18 to 85 °C) • Typically applied in water with chemicals, and sea water • Highly chemical resistant • Excellent temperature capabilities • -20 to 248 'F ( -29 to 120 "C) 24 Rosemount 8750WA Material Selection TABLE 10. Lining Material TABLE 11. Electrode Material Electrode Material General Characteristics 316L Stainless Steel G Nickel Alloy 276 (UNS N10276) od corrosion resistance • Good abrasion resistance • Not recommended for sulfuric or hydrochloric acids • Better corrosion resistance • High strength • Good in slurry applications • Effective in oxidizing`fluids TABLE 12, Electrode Type Product Data Sheet 00813- 0100 -4750, Rev DA January 2009 Code 005 Line Size /2 in. (15 mm) 010 1 in. (25 mm) 015 1 12 in. (40 mm) 020 2 in. (50 mm) 030 3 in. (80 mm) 040 4 in. (100mm) 060 6 in. (150 mm) 080 8 in. (200 mm) 100 10 in. (250 mm) 120 12 in. (300mm) 140 14 in. (350 mm) 160 16in.(400mm) 180 18 in. (450 mm) 200 20 in. (500 mm) 240 24 in. (600 mm) 300 30 in. (750 mm) 360 Code C 36 in. (900 mm) Flange Material Carbon Steel ' S © Code Al Stainless Steel ' Wafer Style, no flanges required Flange Rating ASME B16.5 (ANSI) RF Class 150 A3 ASME B16.5 (ANSI) RF Class 300 AA Code lea AWWA Flanges (30 and 36 in. only) Hazardous Area Approvals No Hazardous Locations Approval (CE Marked) NO FM Class 1 Division 2 for non - flammable fluids; CSA Class 1 Division 2 N5 FM Class 1 Division 2 for flammable fluids FM /CSA Non - Hazardous Area Approvals (Ordinary Locations) Complies with EN 61010 Continued on Next Page 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Rosemount 8750WA Product Data Sheet 00813 -0100 -4750, Rev DA January 2009 26 Description Length P/N Signal Cable (20 AWG) . ft 08712-0061-0001 Belden 8762, Alpha 2411 equivalent m 08712 -0061 -0003 Coil Drive Cable ft 08712- 0060 -0001 (14 AWG) Belden 8720, m 08712 -0060 -0003 Alpha 2442 equivalent Combination Signal and ft 08712- 0752 -0001 Coil Drive Cable m 08712 -0752 -0003 (18 AWG) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Rosemount 8750WA Tagging The sensor and transmitter will be tagged, at no charge, in accordance with customer requirements. Transmitter tag character height is 0.125 in (3.18 mm). Sensor tag: 40 character maximum. Transmitter tag: see Configuration Data Sheet for character maximum. Ordering Procedure To order, select the desired sensor and/or transmitter by specifying model codes from the ordering table. For remote transmitter applications, note the cable specification requirements. Sensors and transmitters must be selected from Product Data Sheet 00813 -0100 -4750. Standard Configuration The Rosemount 8750WA32 and 8750WAl2 Transmitters are factory configured with the attached sensor size, appropriate calibration number, desired 4 -20 mA set points, and engineering units. Additional configurations require the C1 option and a completed Configuration Data Sheet for custom configurations. 28 Cable Requirements for Remote Transmitters Product Data Sheet 00813 -0100 -4750, Rev DA January 2009 (1) For remote mount installations, combination signal and cop drive cable should be limited to less than 100 It (30 m). Remote transmitter installations require equal lengths of signal and coil drive cables. Integrally mounted transmitters are factory wired and do not require interconnecting cables. Lengths from 5 to 1,000 feet (1.5 to 300 meters) may be specified, and will be shipped with the sensor. Custom Configuration (Option Code C1) If Option Code C1 is ordered, the Configuration Data Sheet (CDS) must be submitted at the time of order. Rosemount 8750WA 20 mA (Full Scale) Value = * 30 ft/sec 4mA {Zero) Value = * 0.0 ft/sec Damping = * 2.0 seconds Flowrate Display Totalizer Display Hardware Jumpers A) Write Protect B) Analog Loop Power C) Pulse Output: Internal or Extemal D) Alarm Option Sensor Size = Example 1: User wants Barrels per day (1 Barrel = 31 gallons): (DVol Unit = BARL ()Base Units = Gallons ()Conversion No. = 31.0 ®Time Base = Day ()Rate Units = BIDY ❑ * Eng Units and % span ❑ * Net and Gross 0* Off 0* internal ❑ Internal 0* Nigh .15 — 60" * 3" ❑Eng Units and D %Span and Gross Total Gross Total [7 Forward and Reverse ❑ On [] External ❑ *External [] Low Example 2: User wants Millions of Gallons per day OW Unit = MG OBase Units = Gallons (Conversion No. = 1,000,000 OTime Base = Day C3Rate Units = MGD Product Data Sheet 00813 -0100 -4750, Rev DA January 2009 Transmitter Configuration Parameters SPECIAL UNITS — OUTPUT (If applicable, complete the INFORMATION EXAMPLE information on the front as shown in the examples below). Basic Diagnostics Information Empty Pipe ❑ Enable ❑ Disable* Electronics Temperature ❑ Enable [.J Disable* Advanced Diagnostics Information (Requires DA1 Option) High Process Noise C:7 Enable* Disable Digital Input ) Digital Output Information (Requires AX Option) Digital Input O Enable* fl Disable Digital Input Configuration C I Positive Zero Return (PZR)* ❑ Totalizer Reset IA Transmitter Reset Continued On Next Page 30 Trigger Level Empty Pipe Counts Grounding /Wiring Faults ❑ Enable* I1 Disable 100* 5* Digital Output ❑ Enable* ❑ Disable Digital Output Configuration ❑ Empty Pipe* El Zero Flow Reverse Flow ❑ Transmitter Fault NOTE If DA1 is selected in the model code, Empty Pipe and Electronics Temp Diagnostics will also be enabled. Product Data Sheet 00813 -0100 -4750, Rev DA January 2009 The Emerson logo is a trade mark and service mark of Emerson Electric Co. Rosemount and the Rosemount logotype are registered trademarks of Rosemount Inc. Plant Web is a mark of one of the Emerson Process Management companies. All other marks are the property of their respective owners. Plant Web and DeltaV are trademarks of the Fisher- Rosemount Group of Companies. HART is a registered trademark of the HART Communication Foundations. Standard Terms and Conditions of Sale can be found at wwwrosemount.comiterms of sale Emerson Process Management Rosemount Division 8200 Market Boulevard Chanhassen, MN 55317 USA T (U.S.) 1 -800- 999 -9307 7 (International) (952) 906 -8888 F (952) 949 -7001 www.rosemount.com 111111111111111111111111111111111111111111111 1111 0 2009 Rosemount Inc. It rights reserved. Rosemount 8750WA EMERSON Process Management PART 1 GENERAL 1.1 SUMMARY 1.4 SUBMITTALS SECTION 02516 DISINFECTION OF WATER DISTRIBUTION A. Section includes disinfection of potable water distribution system; and testing and reporting results. B. Related Sections: 1. Section 02512 - Site Water Distribution Product and Execution requirements for installation, testing, of site domestic water distribution piping. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Disinfection: 1. Basis of Measurement: No separate measurement. 2. Basis of Payment: No separate payment. 1.3 REFERENCES A. Augusta Utility Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. B. The following is a list of standards which may be referenced in this section: 1. American Water Works Association (AWWA): a. 8300, Hypochiorites. b. 8301, Liquid Chlorine. c. B302, Ammonium Sulfate d. B303, Sodium Chlorite. e. C651, Disinfecting Water Mains. f. C652, Disinfection of Water Storage Facilities. g. C653, Disinfection of Water Treatment Plants. 2. Standard Methods for the Examination of Water and Wastewater, as published by American Public Health Association, American Water Works Association, and the Water Environment Federation. A. Informational Submittals: 1. Plan describing and illustrating conformance to appropriate AWWA standards and this Specification (if required). 2. Procedure and plan for cleaning system, 3. Procedures and plans for disinfection and testing. 4. Proposed locations within system where Samples will be taken. 5. Type of disinfecting solution and method of preparation. 6. Certification that employees working with concentrated chlorine solutions have received appropriate safety training, 7. Method of disposal for highly chlorinated disinfecting water. B. Test Reports: Indicate results comparative to specified requirements. Disinfection of Water Distribution 02516 - 1 3.2 SEQUENCING AND SCHEDULING A. Commence initial disinfection after completion of following: 1. Completion and acceptance of internal painting of system(s). 2. Hydrostatic and pneumatic testing, pressure testing, functional and performance testing and acceptance of pipelines, pumping systems, structures, and equipment. 3. Disinfection of: a. Pumps and associated system piping. b. Treatment plant basins and processes used to supply water to system. 3.3 PIPING AND PIPELINES A. Cleaning: 1. Before disinfecting, clean all foreign matter from pipe in accordance with AWWA C651. 2. If the continuous feed method or the slug method of disinfection, as described in AWWA 0651 are used, flush pipelines with potable water until clear of suspended solids and color. Provide hoses, temporary pipes, ditches, and other conduits as needed to dispose of flushing water without damage to adjacent properties. 3. Flush service connections and hydrants, Flush distribution lines prior to flushing hydrants and service connections. Operate valves during flushing process at least twice during each flush. 4. Flush pipe through flushing branches and remove branches after flushing is completed. B. Disinfecting Procedure: In accordance with AWWA C651, unless herein modified. 3.4 DISPOSAL OF HEAVILY CHLORINATED WATER A. Do not allow flow into a waterway without neutralizing disinfectant residual. B. See the appendix of AWWA C651 or C652 as applicable for acceptable neutralization methods. 3.5 TESTING A. Collection of Samples: 1. Coordinate activities to allow Samples to be taken in accordance with this Specification. 2. Provide valves at sampling points. 3. Provide access to sampling points. 4. The Owner's laboratory will obtain the Samples. B. Test Equipment: 1. The Owner's laboratory will provide the testing equipment. C. Chlorine Concentration Sampling and Analysis: 1. The Owner's laboratory will collect and analyze Samples in accordance with pertinent AWWA sections. 2. Sampling Frequency for Disinfecting Solution: 2 Samples per segment tested. 2. Residual Free Chlorine Samples: 2 Samples per segment tested. 3. Dechlorinated Disinfecting Wastewater Residual Samples: as necessary. 4. Sampling Locations: as determined by the Owner /Engineer. 5. Analysis to be performed by the Owner's laboratory. Samples will be analyzed for free chlorine as described in latest edition of Standard Methods for Examination of Water and Wastewater. Disinfection of Water Distribution 02516 - 3 PART 1 GENERAL 1.3 REFERENCES SECTION 02721 AGGREGATE BASE COURSE 1.1 SUMMARY A. Section includes aggregate base course for placement under asphalt at roadway patches, gravel driveway, parking areas, and temporary roadway surface materials. B. Related Sections: 1. Section 02740 — Flexible Pavement Structures 2. Section 02060 - Aggregate 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Graded Aggregate Base Course (as base course for roadway patch): 1. Basis of Measurement: No separate measurement, 2. Basis of Payment: No separate payment. B. Gravel Driveways and Parking Areas (Aggregate Type A2): 1. Basis of Measurement: Per Square Yard (Pay Item: P -7B and P -10). 2. Basis of Payment: Shall include costs for aggregate, haul, placement, compaction, testing, grading, and subgrade preparation. C, Aggregate Surface Course 1. Basis of Measurement: Per Square Yard (Pay Item: P -11). 2. Basis of Payment: Shall include costs for material, haul, placement and compaction complete. No additional payment shall be made for these items. A. AASHTO T180 (American Association of State Highway and Transportation Officials) - Moisture - Density Relations of Soils Using a 10-lb Rammer and an 18- in. Drop. B. ASTM D698 -- Standard Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft- Ibf/ft3 (600 kN- m /m3)). C. ASTM D1557 - Test Methods for Moisture- Density Relations of Soils and Soil - Aggregate Mixtures Using 10 lb Rammer and an 18 inch Drop. D. ASTM D2167 - Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method. E. ASTM D2922 - Test Methods for Density of Soil and Soil- Aggregate in Place by Nuclear Methods (Shallow Depth), F. ASTM D3017 - Test Methods for Moisture Content of Soil and Soil- Aggregate Mixtures. Aggregate Base Course 02721 - 1 3.4 AGGREGATE SURFACE COURSE A. Refer to Georgia Department of Transportation standard specification 318 for preparation and placement requirements. B. Where used as a temporary roadway surface, place and compact to minimum 6- inch thickness. C. Remove aggregate surface course prior to pavement section construction. Construct new pavement section per construction plans. 3.5 TOLERANCES A. Tolerances shall be as specified within Georgia Department of Transportation Standard, Section 310. 3.6 FIELD QUALITY CONTROL A. Compaction testing will be performed in accordance with ASTM D698 or ASTM D1557 as specified. B. If tests indicate Work does not meet specified requirements, remove Work, replace and retest. C. Compaction of aggregate base course to be tested one per patch at perpendicular crossings. One test per 100 linear feet is required along longitudinal cuts. D. Subgrade to be proof rolled using a Toad tandem axle dump truck (15 ton minimum load). Proof roll to be observed and documented by inspector or Engineer prior to base construction. E. Test reports to be provided to Owner and Engineer within 72 -hours of test, unless otherwise noted. 3.7 SCHEDULES A. Under Asphalt Pavement (Roadway Patch): 1. Uniformly spread and compact graded aggregate base in 8 -inch maximum lifts to 100% standard proctor: Aggregate Surface Course — For Temporary Road Surface: 1. Uniformly spread aggregate surface course to minimum 6 -inch thickness. Compact to 95% standard proctor. C. Gravel Driveways — 8 -inch Thickness: 1. Compact to 95% standard proctor. END OF SECTION Aggregate Base Course 02721 - 3 1.3 REFERENCES A. Georgia Department of Transportation Standard Specifications — Construction of Roads and Bridges. B. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. 1.4 SUBMITTALS Product Data: Submit product information and mix design for review, a minimum of 1- week prior to construction, 1.5 QUALITY ASSURANCE PART 2 PRODUCTS 1. Perform Work in accordance with Georgia Department of Transportation standards. 2. Mixing Plant: Asphalt plant to be approved for specific asphalt material and application as defined on most correct Georgia Department of Transportation QPL 45. 3. Obtain materials from same source throughout. 4. Maintain one copy of each document on site. 5. Work must be coordinated in advance with Augusta, Georgia Engineering Department and Georgia Department of Transportation as applicable. 2.1 MATERIALS A. Asphalt Cement: in accordance with Georgia Department of Transportation Standard Specifications Section 400 — Hot Mix Asphaltic Concrete Construction, Section 820.01 - Asphalt Cement, and associated sections. B. Aggregate for Wearing Course Mix: In accordance with Georgia Department of Transportation Standard Specifications Sections 802.02 and 802.03. C. Fine Aggregate: In accordance with Georgia Department of Transportation Standard Specifications Sections 802.01 and 802.03. D. Mineral Filler: In accordance with Georgia Department of Transportation Standard Specifications Sections 883.01. E. Bituminous Prime Coat (as necessary): In accordance with Georgia Department of Transportation Standard Specifications Section 412 — Bituminous Prime Coat. F. Bituminous Tack Coat: In accordance with Georgia Department of Transportation Standard Specifications Section 413 — Bituminous Tack Coat. G. Paint Striping: In accordance with Georgia Department of Transportation Standard Specification, Section 653 — Thermoplastic Traffic Strip. Flexible Pavement Structures 02740 - 2 3.4 PAINT STRIPING A. Contractor is responsible for replacing all paint striping. B. Install Work in accordance with Georgia Department of Transportation Standard Section 653. C. Contractor shall not install traffic striping that contains lead. D. Contractor to provide temporary paint striping where directed by Owner or Engineer, and as outlined in Georgia Department of Transportation Standard Specifications, Special Provision Section 150. 3.5 TOLERANCES A. All tolerances to conform to Georgia Department of Transportation Standard Specifications Section 400 and associated sections. 3.6 PROTECTION OF FINISHED WORK A. Immediately after placement, protect pavement from mechanical injury for 24 hours or until surface temperature is Tess than 140 degrees F. 3.7 SCHEDULES A. Roadway Patch within Fort Gordon Asphalt Pavement (Binder Course, 19mm): Install 2 112" thick. Roadway patches to be overlaid with 1.5" thick asphalt overlay as shown on construction plans. Refer to Augusta Utilities Department `Road Cut' Detail #18. B. Asphalt Pavement (Driveway Reconstruction): 2.0" — 12.5mm thick asphalt - course to be compacted to 97% theoretical maximum density as determined by Georgia Department of Transportation Standards. C. Refer to Augusta Engineering Department detail for paving requirements inside Augusta, Georgia right -of -way or property. END OF SECTION Flexible Pavement Structures 02740 - 4 1 ' D. ASTM C150 - Portland Cement E. ASTM C260 - Air - Entraining Admixtures for Concrete. 1 F. ASTM C309 - Liquid Membrane - Forming Compounds for Curing Concrete. G. ASTM C494 - Chemical Admixtures for Concrete. 1 H. ASTM D1751 - Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction. 1 1. ASTM D1752 - Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. Georgia Department of Transportation Standard Specifications for Construction of Roads and Bridges. ' K. Augusta Utility Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with Georgia Department of Transportation ' Standard Specifications Section 441 and 500 and as specified on drawings. B. Concrete mix to be supplied from an approved plant listed on Georgia Department of Transportation QPL 10 for District #2. PART 2 PRODUCTS 2.1 FORM MATERIALS ' A. Form Materials: As specified in Georgia Department of Transportation Standard Specifications, Section 500. 2.2 CONCRETE MATERIALS ' A. Concrete driveways shall be constructed as indicated on plans with materials in Y p accordance with Section 500 of the Georgia Department of Transportation 1 Standard Specifications. 2.3 CONCRETE MIX 1 A. Georgia Department of Transportation Class 'A' Concrete: 3000 psi compressive strength at 28 days. 1 B, Georgia Department of Transportation Class 'B' Concrete: 2200 psi compressive strength at 28 days. C. High early strength concrete may be used, if mix design is approved in advance by Owner or Engineer. ' Concrete Construction 02750 - 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C. Protective measures for high early strength concrete sections will be coordinated with Contractor on a case -by -case basis. 3,8 QUALITY CONTROL A. No concrete shall be placed until mix designs are approved for each application. Refer to Georgia Department of Transportation Standard Specification, Section 500.1.03, Submittals. B. Slump test to be completed on each concrete load delivered to site. Slump limits are 2- inches to 4- inches. Each test and resulting data shall be documented with copy to Owner. C. Sidewalk, Curb and Gutter, Driveway Construction - Fabricate / cylinder set for every 25 cubic yards delivered to job site for compressive strength tests. Document test and copy results to Owner. 1 set = 3 cylinders. END OF SECTION Concrete Construction 02750 - 4 3.1 EXAMINATION A. Verify utility lines are installed to correct Tine and grade. Assure subgrade is properly compacted. 3.2 PLACING CONCRETE A. Place flowable fill only as directed in the construction plans and as directed by Owner or Engineer. B. Discharge flowable fill directly from the truck into the area to be filled. 3.3 FINISHING A. Finish with a square shovel. 3.4 PROTECTION A. Material will self- consolidate. Flowable fill displaces any extra water not needed for maximum density. Make any provisions necessary for this "bleed water" to run -off and away from the surface of hardened fill B. Do not subject flowable fill to freezing conditions within 30 -hours of placement. 3.5 QUALITY CONTROL A. Flowable fill mix design, including performance characteristics are to be submitted for Engineers review a minimum of 1 week prior to planned construction. END OF SECTION Flowable Fill Material 02760 - 2 K. ASTM F1043 - Strength and Protective Coatings on Metal Industrial Chain Link Fence Framework. L. ASTM F1083 - Pipe, Steel, Hot - Dipped Zinc - Coated (Galvanized) Welded, for Fence Structures. M. ASTM F1184 - Industrial and Commercial Horizontal Slide Gates. N. CLFMI (Chain Link Fence Manufacturers Institute) - Product Manual. O. Augusta Utilities Department Standard Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. P. Georgia Department of Transportation Standards and Specifications, 2001 edition. 1.4 SUBMITTALS A. Product Data: Submit data on fence fabric, gates, posts, accessories, fittings and hardware. B. Samples: Submit two samples of fence fabric and gate hardware. Owner and Engineer must approve shop drawings prior to fence construction. C. Manufacturer's Installation Instructions: Submit installation requirements for fence and gate posts, fabrics, gates, and accessories. 1.5 QUALITY ASSURANCE A. Work to be performed by an installer with minimum 5 -years experience installing like fencing of comparable size and type. Contractor to submit and receive approval of shop drawings prior to installation, 1.6 DELIVERY, STORAGE AND HANDLING A. Fence fabric and accessories shall be delivered to the construction site in packed cartons or firmly tied rolls. B. Each package shall be identified and shall bear the manufacturer's name. C. Store fence fabric and accessories in a secure and dry place. PART 2 PRODUCTS 2.1 PRODUCT DESCRIPTIONS A. Chain Link Fence: Shall be 6 -feet high chain link fence. Provide 3- strand barbed wire where required in construction plans. B. Woven Wire Fence: Shall be 48" high woven fence as per Georgia Department of Transportation Details F1 and F4 with steel posts. Fence Removal and Replacement, New, Replaced In -Kind 02822 —2 PART 1 GENERAL 1.1 SUMMARY SECTION 02924 GRASSING AND MULCHING A. Section includes preparation of subsoil; hydroseeding; mulching; fertilizer; and maintenance. B. Related Sections: 1. Section 02311 - Grading. 2. Section 02324 — Trenching. 1.2 UNIT PRICE -- MEASUREMENT AND PAYMENT A. Grassing and mulching — No separate payment. 1.3 DEFINITIONS A. Weeds: Include Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning Glory, Rush Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass, Canadian Thistle, Nutgrass, Poison Oak, Blackberry, Tansy Ragwort, Bermuda Grass, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will, Bindweed, Bent Grass, Wild Garlic, Perennial Sorrel, and Brome Grass. 1.4 MAINTENANCE SERVICE A. Maintain seeded areas immediately after placement until grass is well established, as defined by land disturbance (NPDES, etc.) regulations and the Manual for Erosion & Sediment Control in Georgia, and exhibits vigorous growing condition. B. Maintain mulched area as to assure all disturbed areas are completely covered with mulch. 1.5 REFERENCES A. Georgia Department of Transportation Standards and Specifications, 2001 edition. B. Manual of Erosion and Sediment Control in Georgia, latest edition. C. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. Grassing & Mulching 02924 - 1 C. After application, apply water with fine spray immediately after each area has been hydroseeded. Saturate to 4 inches of soil and maintain moisture levels two to four inches, D. For areas inaccessible to hydroseed apparatus, contractor to refer to Georgia Department of Transportation Standards and Specifications, Section 700 for seeding applications. 3.4 MULCHING A. Apply mulch per the Manual for Erosion & Sedimentation Control in Georgia. Refer to application requirements for material uses and required depths. 3.5 SCHEDULE A. Grassing: All disturbed areas are to be grassed. Permanent grassing will be accepted when "final stablization" is achieved as defined in the Georgia EPD NPDES Regulations; "100% of soil .surface is uniformly covered in permanent vegetation with a density of 70% or greater..." B. Temporary Mulching: Mulch shalt be applied to all disturbed areas to a thickness of 3 inches. Mulch shall be maintained until permanent grassing is established. END OF SECTION Grassing & Mulching 02924 - 3 SECTION 16000 GENERAL 1.01 CONTRACT DOCUMENTS: A. All work of Section 16 shall comply with the requirements of: 1.02 WORK INCLUDED 1.03 DRAWINGS EDC# 09067 1. General Conditions 2. Supplementary General Conditions 3. General Requirements 4. Specifications 5. Drawings 6. Modifications incorporated in the documents before their execution. A. This Division of the specifications (16000) covers the complete interior and exterior electrical system for all work shown on the drawings as specified herein providing all material, labor and equipment required for the installation of the electrical systems complete and in operating condition. B. Include in the electrical work all the necessary supervision and the issuing of all coordinating information to any other trades who are supplying work to accommodate the electrical installations. A. The drawings for electrical work utilize symbols and schematic diagrams which have no dimensional significance. The work shall therefore, be installed to fulfill the diagrammatic intent expressed on the electrical drawings. B. Review architectural drawings for door swings, cabinets, counters, moldings and built -in equipment, conditions indicated on architectural drawings shall govern. Prior to rough -in of receptacles and systems outlets, refer to architectural casework drawings for rough -in coordination. C. Coordinate electrical work with the architectural details, floor plans, elevations, structural and mechanical drawings. Provide fittings, junction boxes and accessories to meet conditions. D. Do not scale drawings. Dimensions for layout of equipment, or spaces shall be obtained from architectural, structural or mechanical drawings unless specifically indicated on the electrical drawings. E. Discrepancies shown on different drawings, between drawings and specifications or between drawings and field conditions shall be promptly brought to the attention of the Architect. F. Provide as used on the drawings and in the specifications shall mean, furnish, install, connect, adjust and test. 16000 - 1 1 E 1 1 1 s 1 ■ ■ ■ ■ ■ ■ 1 1.07 MAINTENANCE AND OPERATING INSTRUCTIONS: 1.09 DEVIATIONS: EDC# 09067 13. Completed as -built drawings shall be presented to the Architect prior to final inspection. A. Provide at the time of final inspection three sets of maintenance and operating instruction for: 1. Lighting and Power Panelboards 2. Fuses 3. Wiring Devices 4. Lighting Fixtures and Lamps 5. Surge Protection System B. Furnish a qualified and accredited factory trained technician to train personnel designated by the Owner in the proper operation and maintenance of specialized equipment. C. The issuing of operating instructions shall include the submission of the name, address, and telephone number of the manufacturer's representative and service company for each item of equipment so that service and spare parts can be readily obtained. 1.08 CODES AND PERMITS: A. All electrical work shall meet or exceed the latest requirements of the following codes and /or other authorities exercising jurisdiction over the electrical construction work and the project. 1. The National Electrical Code (NTPA 70) - 2008 Edition 2. The National Electrical Safety Code (ANSI C -2) 3. The Life Safety Code (NFPA 101) - 2003 Edition 4. The International Building Code - 2003 Edition 5. Regulations of the local utility company with respect to metering and service entrance. 6. Municipal and State ordinances governing electrical work. All required permits and inspection certificates shall be obtained, and made available at the completion of the work, Permits, inspections, and certification fees shall be paid for as a part of the electrical work. A, No deviations from the plans and specifications shall be made without the full knowledge and consent: of the Architect or his authorized representative. B. Should the Contractor find at any time during progress of the work that, in his judgment, existing conditions make desirable a modification in requirements 16000 - 3 1.13 MATERIALS: 1.12 EXCAVATION, TRENCHING AND BACKFILLING: EDC# 09067 G. All empty conduits shall have a pull string installed. All flush recessed boxes shall have blank plates installed. A. General. The Contractor shall perform all excavation to install conduit structures and equipment specified in this Division of the Specifications. During excavation, materials for backfiIling shall be piled back from the banks of the trench to avoid over - loading and to prevent slides and cave -ins. All excavated materials not to be used for backfill shall be removed and disposed of by the Contractor. Grading shall be done to prevent surface water from flowing into trenches and other excavations and water accumulating therein shall be removed by pumping. All excavations shall be made by open cut. No tunneling shall be done. All requirements of OSHA shall be complied with. 13. Trench Excavation. The bottom of the trenches shall be graded to provide uniform bearing and support for each section of the conduit on undisturbed soil at every point along its entire length. Over depths shall be backfilled with loose, granular, moist earth, tamped. Removed unstable soil that is not capable of supporting the conduit and replace with specified material. C. Backfilling. The trenches shall not be backfilled until it is reviewed by the Architect or his representative. The trenches shall be backfilled with the excavated materials approved for backfilling, consisting of earth, loam, sandy clay, and gravel or soft shale, free from large clods of earth or stones, deposited in 6" layers and tamped until the conduit has a cover of not less than the adjacent existing ground but not greater than 2" above existing ground. The backfilling shall be carried on simultaneously on both sides of the trench so that conduit is not displaced. The compaction of the filled trench shall be at least equal to that of the surrounding undisturbed material, except that trenches occurring under paved areas or in areas to be filled shall be backfilled in 6" maximum layers and each layer compacted to 95% maximum density. Settling the backfill with water will not be permitted. Any trenches not meeting compaction requirements or where settlement occurs shall have backfill removed down to the top of the conduit then backfill with approved materials as specified hereinbefore. D. Positively no tree roots are to be damaged, hand dig where required. Damaged trees or shrubbery shall be replaced in kind and must be approved by Engineer. A. Materials specified by manufacturer's name shall be used unless approval of other manufacturers are listed in addenda to these specifications. Request for prior approval shall he submitted by trail only_. Facsimile will not be acceptable. 13. Drawings indicating proposed Layout of space, all equipment to be installed therein and clearance between equipment shall be submitted, where substitution of materials alter space requirements on the drawings. 16000 - 5 EDC1t 09067 E. Where equipment is indicated to be served thru conduit stub -up, conduit shall be stubbed up not less than four inches above floor where transition shall be made to sealtite flexible conduit for connection to equipment. F. The Contractor's attention is invited to other Divisions of these specifications, where equipment requiring electrical service or electrically related work is specified to become fully aware of the scope of work required for electrical service or related work. G. Where electricity utilizing equipment is supplied separate from the electrical work, and is energized, controlled or otherwise made operative by electrical work, the testing to provide the proper functional performance of such wiring systems shall be conducted by the trade responsible for the equipment. The electrical work shall, however, include cooperation in such testing and the making available of any necessary testing or adjustments to the electrical equipment. . H. Contractor is to note that location of disconnect switches shown are schematic in nature. Exact location of disconnect switch and mounting height shall be coordinated with field conditions and equipment shop drawings. Locate disconnect as required to maintain clearances required by National Electrical Code. 1.15 PRODUCT DELIVERY, STORAGE, HANDLING, & PROTECTION A. Inspect materials upon arrival at Project and verify conformance to Contract Documents. Prevent unloading of unsatisfactory material. Handle materials in accordance with manufacturer's applicable standards and suppliers recommendations, and in a manner to prevent damage to materials. Store packaged materials in original undamaged condition with manufacturer's labels and seals intact. Containers which are broken, opened, damaged, or watermarked are unacceptable and shall be removed from the premises. I3. All material, except items specifically designed to be installed outdoors such as pad mounted transformers or stand -by generators, shall be stored in an enclosed, dry building or trailer. Areas for general storage shall be provided by the Contractor. Provide temperature and/or humidity control where applicable. No material for interior installation, including conductors, shall be stored other than in an enclosed weather tight structure. Equipment stored other than as specified above shall be removed from the premises. C. Equipment and materials shall not be installed until such time as the environmental conditions of the job site are suitable to protect the equipment or materials. Conditions shall be those for which the equipment or materials are designed to be installed. Equipment and materials shall be protected from water, direct sunlight, cold or heat. Equipment or materials damaged or which are subjected to these elements are unacceptable and shall be removed from the premises and replaced. 1.16 CLEANING AND PAINTING 16000 - 7 r r EDC# 09067 5. Contractor shall install meter (provided by Utility Company) on a 6" channel iron set in concrete. Paint channel iron to match transformer. Install 1 Y4" galvanized rigid steel conduit from meter to transfonner C.T, compartment. 6. Install a I" galvanized rigid steel conduit from meter and stubbed up into Main Electrical Room for future energy management monitoring. Install pull string and cap conduit. 1,19 SCHEDULING OF OUTAGES A. Electrical work requiring interruption of electrical power which would adversely affect the normal operation of the other portions of the Owner's property, shall be done at time other than normal working hours. Normal working hours shall be considered eight A.M. to five P.M. Monday through Friday. B, Schedule all work requiring interruption of electrical power two weeks prior to actual shutdown. Submit schedule in writing to Architect indicating extent of system to be de- energized, date and time when power is intended to be interrupted, and date and time power will be restored. Schedule shall be subject to the review of the Architect and the Representative of the Owner. END OF SECTION 16000 16000 - 9 EDO/ 09067 than 10 times the trip rating of the breakers. Connection to bus in all panels shall be bolted. All breakers shall be 20 ampere trip, unless otherwise shown. All breakers shall be minimum for 120/240 volts 22,000 A.I.C. sym. unless otherwise noted. C. Bus bar connections to the branch circuit breakers shall be the distributed phase type. Three- phase, four -wire bussing shall be such that any three adjacent single - pole breakers are individually connected to each of the three different phases in such a manner that two or three -pole breakers can be installed at any location. All current - carrying parts of the bus assembly shall be copper. Main ratings shall be as shown in the panelboard schedule on the drawings. D. Panel front shall be provided with a continuous piano hinge on one side. E. A steel circuit directory frame permanently attached (spot welded) at factory (not glued), and card with a clear plastic covering shall be provided on the inside of the door. The directory card shall provide a space at least 1/4" high x 3" long for each circuit. P. All panels shall be equipped with a copper equipment grounding bar, The bar shall have lugs of sufficient size to handle all grounding conductors. G. Sub -feed circuit breakers are not permitted in panels unless specifically called for. H. Provide mounting hardware for all spaces shown on panelboard schedule. I. Panelboard circuit numbering shall be such that starting at the top, odd numbering shall be used in sequence down the left hand side and even numbers down the right hand side. J. Except where otherwise indicated on the drawings or required to avoid conflicts, mount the panelboards so the tops of the cabinets will be 6 feet above the finished floors. For panelboards which are too high, mount there so the bottoms of the cabinets will be not less than 6 inches above the finished floors. K. Locate the cabinets so that present and future conduits can be connected to them conveniently. Coordinate the dimensions of the cabinets with the dimensions of the spaces designated for installation prior to fabrication of the cabinets. Cabinet shall be minimum 20" wide. L. Wiring in panelboards shall be neatly grouped and secured with ty- wraps. M. Electrical panels shall not be used as wireways or junction boxes for control conductors. N. Where spaces are called for in a panel, all mounting hardware shall be provided for the frame size indicated. 16010 -2 1.01 SUBMITTALS A. Shop drawings shall be submitted and shall consist of manufacturer's published literature and technical data sufficient for the engineer to determine whether system function will be adversely affected, whether proposed fuses meet this specification, and whether they are equal in quality. 1.02 MANUFACTURERS EDC# 09067 A. Acceptable manufacturers are: 1. Littelfuse 2. Cefco 3, Gould - Shawmut 1.03 EQUIPMENT /MATERIAL SECTION 16015 FUSES A. All fuses rated 600 volts or less and used for main, feeder, or branch circuit protection with 200,000 ampere interrupting rating and shall be so labeled. Fuse classes and sizes indicated on the drawings have been selected to provide a fully coordinated selective protection system. To maintain this design, all fuses provided shall be furnished by the same manufacturer. Should equipment provided require a different U.L. Class or fuse size, the engineer shall be furnished with sufficient data to ascertain that system function will not be adversely affected. B. Current - Limiting Fuses 601 -6000 Amperes Fuses rated over 600 atnperes shall be U.L. Class "L" fuses, and shall have a minimum time delay of 10 seconds at 500% rating. C. Current - Limiting Fuses 600 Amperes or Less All fuses 600 amperes and below shall be true dual - element time delay fuses with separate spring - loaded thermal overload elements in all atnpere ratings. All ampere ratings shall be designed to open at 400 degrees Fahrenheit or less when subjected to a non -load oven test. To eliminate induction heating, all fuse ferrules and end caps shall be non - ferrous and shall be bronze or another alloy not subject to stress cracking. D. Spare Fuses At the time of final acceptance, the contractor shall furnish the owner's representative, not less than three (3) spare fuses of each size and type installed. END OF SECTION 16015 16015-1 EDC41 09067 conduit when turning up exposed. All other conduit, unless otherwise specified or called for on the plans, may be galvanized electric metaIIic tubing. Any exposed conduit on exterior of the building shall be galvanized rigid steel only. C. Plastic conduit shall be made from virgin polyvinyl chloride C -300 compound. Conduit and fittings shall carry a UL label. Fitting and cement shall be produced by the same manufacturer as the conduit to assure system integrity. D. All conduit shall be concealed in building construction except as noted or shown otherwise. In areas with no finished ceiling and where conduit is run exposed all runs down to switches, receptacles, etc. shall when possible be concealed in wall. It is the intent of these specifications that all conduit will be concealed whenever possible. Where outlets are required to be installed on existing walls in a finished space, raceway and outlet box shall be wiremold surface metal raceway. E. Rigid steel conduit shall be not less than 1/2 inch trade size, schedule 40 plastic conduit shall not be Iess than 3/4" trade size and not less than required by the NEC or indicated. Conduit runs with more than 5 #12 conductors shall not be less than 3/4 ". F. Conduit system indicated on the drawings for communication and signaling systems are for typical systems. Install conduit system for the system being installed. G. Connect individual recessed lighting fixtures to the conduit system with "maximum 6' -0" flexible, galvanized steel conduit. Use flexible galvanized, steel metal conduit for final connection to all rotating equipment and transformers. The flexible conduits shall be Iong enough to permit the full range of required movements without strain and to prevent the transmission of vibration. Do not utilize flexible conduit to loop between fixtures and devices. 11. Galvanized rigid steel conduit couplings and connections: 1. Install standard, conduit - threaded fittings. 2. Ream the ends of conduits after cutting and threading them. 3. For connection to sheet metal boxes, cabinets and other sheet metal enclosures, install Iocknuts on the inside and outside of the enclosure for each connection. See Section 16110 of these specifications. I. Installation of plastic conduit: 1. Shall be installed in complete accordance with manufacturer's recommendations. 2. Shall be a minimum of 2' -0" below finished grade when not covered by Concrete. 3. Shall have properly sized bond wire installed with all circuits. 4. Bends and turns shall be kept to a bare minimum. 16020 - 2 EDC# 09067 3. Trapeze, split ring, band or clevis hanger may be installed as permitted by the NEC. Trapeze hangers shall be structural metal channels, angle irons or preformed metal channel shapes with the conduit runs held on specific center by U bolts, clips or clamps. Do not support conduit front ceiling suspension wire or from other conduit. 4. Chain, wire or perforated strap supports will not be acceptable. Nor are they acceptable as a means of securing the conduit. 5. Fasten the clamps and other supports as follows: a. For new masonry or concrete structures, install threaded metal inserts prior to pouring the concrete. b. For existing solid masonry or reinforced concrete structures: 1. Install expansion anchors and bolts or approved power - set fasteners. 2. Expansion anchors and bolts shall be not less that 114 inch diameter and shall extend not less than 3 inches into the concrete or masonry. 3. Power -set fasteners shall be not less than 1/4 -inch diameter and shall extend not less than 1 -1/4 -inch into the concrete. c, For hollow masonry install toggle bolts. Bolts supported only by plaster will not be accepted. d. For metal structures install machine screws. e. Attachments to wood plug, rawl plug, soft metal insert or wood blocking will not be permitted. P. Clogged raceways shall be entirely free of obstructions or shall be replaced. Q. Rigid steel conduit installed underground and in concrete shall be wrapped with Scotchwrap #50 corrosion protection tape. R. All empty conduits shall have nylon pull cord installed to provide for installation of cables, conductors or wiring. All empty conduits stubbed out below grade shall have be capped and provided with a concrete marker. All spare conduits stubbed up through slab shall have a cap installed to prevent debris from entering conduit. S. Do not combine conduit horrienrns. Each hornerun shall be separately routed directly to panel unless specifically noted otherwise. T. Install service conduit (TV, electrical, and telephone) as follows: 1. All underground entrances shall have metallic sleeves through building foundation walls and extend to undisturbed ground to avoid shear, and shall be full weight, threaded hot - dipped galvanized rigid steel conduit. 16020 - 4 1.01 SUBMITTALS 1.02 MANUFACTURERS 1.03 MATERIALS EDC# 09067 SECTION 16030 CONDUCTORS A, Shop drawings shall be submitted and shall consist of manufacturer's published literature. A. Acceptable manufacturers are: 1. General 6. Cyprus Rome 13. Colonial Wire 2. Okonite 7. Essex 3. Senator 8. Carol 4. Triangle 9, Southwire 5, Pirelli 10, American 11, Cerro 12. CME B. All wiring shall be manufactured in the United States. A. Ratings and sizes: 1. Shall be not less than indicated on the drawings and not less than required by the NEC. 2. Minimum size shall be No. 12 AWG capper provided the maximum voltage drops in the control circuits will not adversely affect the operation of the controls. 3. Conductor sizes indicated on the drawings are for copper conductors. 13. Conductors and ground wires: I . Shall be copper. 2. Size No. 8 AWG and larger shall be stranded, 3. Size No. 10 AWG and smaller shall be solid. C. Conductor insulation: 1. Conductor insulation shall be the NEC type THHN. D, Wire shall be factory color coded in size No. 6 and smaller. Color shall be by integral pigmentation with a separate color for each phase, neutral and grounding conductor. Color code per phase shall be continuous throughout the project. E. Manufacturer's name and other pertinent information shall be marked or molded clearly on the overall jacket's outside surface or incorporated on marker tapes within the cables and wires at reasonable intervals along the cables and wires. 1 6030 - 1 EDOit 09067 L. No circuit wiring shall be smaller than number 12. Where the homerun exceeds 100'-0" in length, number 10 (minimum) wire shall be used even though all such circuits are not indicated on the plans. All wiring for emergency branch circuits shall be number 10 (minimum) unless noted otherwise. M. When installing THHN extra care must be exercised so as not to damage nylon jacket. When nylon jacket is damaged wiring shall be removed from service, and replaced with new conductors. END OF SECTION 16030 16030 - 3 EDC# 09067 bracket outlets shall be bolted with stove bolts or shall be locking type of stud mounting. G. In addition to boxes indicated, install enough boxes to prevent damage to cables and wires during pulling -in operations. H. Remove only knockouts as required and plug unused openings. Use threaded plugs for cast metal boxes and snap -in metal covers for sheet metal boxes. I. "There shall be no outlets installed back to back. A minimum of 4" shall separate each outlet." Where the volume allowed per conductor exceeds that allowed in Table 370 -6(b) of the NEC for the minimum size outlet specified, a larger size outlet box shall be used and shall be sized in accordance with the table noted above. K. Outlet boxes shall be clean and free from dust, paint, dirt, plaster ready mix joint compound and /or any other debris. 1.04 LABELING AND IDENTIFICATION A. All junction box cover plates shall be labeled identifying the system it contains. The label shall be neatly hand written with a wide tip permanent non - removable marker and be easily identified. Junction boxes containing high voltage wiring shall include panel and circuit designation (ex. HA - 1,3,5 or LA — 2,4,6). Junction boxes utilized for low voltage system shall be labeled in accordance with the system (ex. FA for Fire Alarm System). END OF SECTION 16040 16040 - 2 C. Device plates: Plates shall be furnished for all devices and outlets indicated on the drawings. 1.05 INSTALLATION EDCti 090G7 1. Standard duplex receptacle: 20 ampere, 125 volt, NEMA type 5 -20 R, 2 pole, 3 wire, straight blade, U- grounding slot, specification grade. HBL 5362. 2. Isolated grounding duplex receptacle: 20 ampere, 125 volt, NEMA type 5 -20 R, straight blade type, 2 pole, 3 wire, U- grounding slot, specification grade. IG 5362. 3. Power, receptacle with matching plug: 20 ampere, 125/250 volt, NEMA type 14 -20, 3 pole 4 wire grounded, straight blade type. HBL 8410. 4. Power receptacle with matching plug: 20 ampere, 250 volt, NEMA type 6 -20R 2 -pole, 3 wire grounded, straight blade type. HBL 5462. 5. Power receptacle with matching plug: 30 ampere, 250 volt, NEMA type 6 -30R 2 -pole, 3 wire, u- grounded slot, straight blade type. HBL 9330. 6. Power receptacle with thatching plug: 50 ampere, 125/250 volt, NEMA type 14 -50R, 3 -pole, 4 wire grounded, straight blade type. 1-IBL 9450A. 7. Ground fault interrupter receptacle: 20 ampere, 125 volts, NEMA type 5 -20R, 2 -pole, 3 -wire with grounded U slot. GF 5262. 1. Flush mounted plates: Beveled type with smooth rolled outer edge, stainless steel type 302 with brushed finish. 2. Surface box plates, beveled, galvanized steel, pressure formed for smooth edge to fit box. 3. Die cast weatherproof cover. Lockable hasp vertical mounting. Intermatic #WP1010MC. A. Switches: 1. Switches shall be connected to the live side of the circuit and shall control only the outlets indicated. 2. Conductors shall be looped around the terminal screw. 3. Where more than one switch is indicated in the same location switches shall be gang mounted under a common plate. 4. Where multi -wire switching (360 volt potential) occurs, a barrier shall be provided between switches. 5. Center line of switches in general, shall be set 3' -6" above the floor (off position down) and shall clear the door trim or corner by 4" or center the space occupied. 6. Architectural plans shall be consulted before placing switches so they will in every case be located on the strike side of the door and clear door, chair, window, and baseboard moldings. 7. Switches shall be screwed tight to the boxes and shall not depend on the cover plate to pull them tight. B. Receptacles: Conductors shall be Iooped around the terminal screws, "DO NOT BACK WIRE DEVICES." 16050 - 2 SECTION 16060 LIGHTING FIXTURES AND LAMPS 1.01 SUBMITTALS A. Lighting fixture submittals shall consist of manufacturer's literature including photometric data and shall note on the submittals any special requirements which have been specified. B. The Architect reserves the right to require sample fixtures for approval. C. "Manufacturer's literature for all lamps." 1.02 MANUFACTURERS 1.03 EQUIPMENT EDC# 09067 A, Lighting fixtures shall be selected from those fixtures included in the fixture schedule as noted on the drawings or in the specifications. 13. Lamps: L Sylvania 2. Phillips 3. General Electric 4. E.Y.E. A. Review architectural plans and specifications and provide lighting fixtures compatible with ceiling suspension system specified. B. Fixtures shall be selected from the fixture schedule not only by catalog number but with consideration to mounting, number and types of lamps, and reference notes as contained in the fixture schedule and as noted on the drawings and in the specifications. Manufacturers not listed on fixture schedule or added by addendum will not be accepted. C. Ballast for all I l.l.D. lamps shall be high power factor (HPF) reactor type ballast. D. Support of lighting fixtures shall be the responsibility of the fixture installer and shall be as follows: 1. Mercury vapor, high pressure sodium, and metal halide fixtures shall be installed using standard manufacturer's mounting hardware. E. Align, mount and level the lighting fixtures uniformly. F. Avoid interference with and provide clearance for equipment. G. Lighting .fixtures shall be located as shown on the lighting plan. If for any reason this is impossible or impractical, the Architect shall be notified immediately for a decision as to the best direction for the shift. 16060 - 1 SECTION 16100 PULL BOXES AND JUNCTION BOXES AND FITTINGS I.01 PULL BOXES AND JUNCTION BOXES AND FITTINGS EDC# 09067 A, Boxes shall be provided in the raceway systems wherever required for the pulling of wires and the making of connections. B. Pull boxes of not less than the minimum size required by the National Electrical Code Article 370 shall be constructed of code -gauge galvanized sheet steel. Boxes shall be furnished with screw - fastened covers. Covers on flush wall tnounted boxes in well appointed areas (offices, reception, classrooms, media center, etc) shall be minimum 1/16 302 stainless steel. Boxes located on the exterior of the building shall be watertight. Covers shall be secured with tamper proof screws. C. , Boxes shall be securely and rigidly fastened to the surface of which they are mounted or shall be supported from structural member of the building either directly or by using a substantial and approved metal rod or brace. D. All boxes shall be so installed that the wiring contained in them can be rendered accessible without removing part of the building. E. Where several circuits pass through a common pull box, the circuits shall be tagged to indicate clearly their electrical characteristics, circuit number and designation. F. All junction boxes larger than 4" x 4" flush mounted in wall shall have overlapping cover plate to cover rough -in openings. END OF SECTION 16100 16100 -1 PART 2 PRODUCTS: 2.03 DEVICES 2.04 GROUNI) RODS PART 3 EXECUTION 3.01 INSTALLATION EDC# 09067 f. Anderson 2. Mechanically applied (crimp) conductor terminations: a. Scotch (3M) b. Ideal c. Thomas and Betts (T &B) d. Burndy 2.01 GENERAL MATERIALS REQUIREMENTS A, Provide all materials under this section of the specifications. All materials shall be new. 13. All materials shall be UL listed and bear a UL label, C. Refer to the specific specification section for the description and requirements of materials mentioned herein for installation. 2.02 GROUNDING CONDUCTORS A. Grounding electrode conductor shall be bare or green insulated copper conductor sized as indicated on the drawings. 13. Equipment grounding conductors shall be green insulated type TI-IIiN conductors sized as indicated on the drawings. Where size is not indicated on the drawings, conductor size shall be determined from the National Electrical Code table of sizes of equipment grounding conductors. C. Bonding jumpers shall be flexible copper bonding jumpers sized in accordance with the National Electrical Code table on sizes of equipment grounding electrode conductors. A. Each receptacle and switch device shall be furnished with a grounding screw connected to the metallic device frame. Bond equipment grounding conductor to each outlet box. For isolated ground receptacles, bond equipment grounding conductor to box, and isolated ground conductor to device grounding screw. A. Ground rods shall be 3/4" x 10' -0" copper clad steel. Connection to all ground rods shall be by exothermic weld. A. Ground all non- current carrying parts of the electrical system, i.e., wireways, equipment enclosures and frames, junction and outlet boxes, machine frames and other conductive items in close proximity with electrical circuits, to provide a low impedance path for potential grounded faults. 16110 - 2 3.02 TESTING EDC# 09067 3. A grounding conductor shall be installed in all flexible conduit installations. For branch circuits, grounding conductor shall be sized to match branch circuit conductors. 4. A feeder serving several panelboards shall have a continuous grounding conductor which shall be connected to each related cabinet grounding bar. 5. The equipment grounding conductor shall be attached to equipment with bolt or sheet metal screw used for no other purpose. Where grounding conductor is stranded, attachment shall be made with lug attached to grounding conductor with crimping tools. 6. Ground all motors by drilling and tapping the bottom of the motor junction box with a round head bolt used for no other purpose. Conductor attachment shall be through the use of a lug attached to conductor with a crimping tool. 7, Equipment grounding conductors shall terminate on panelboard, switchboard, or motor control center grounding bus only. Do not terminate on neutral bus. Provide a single terminals lug for each conductor. Conductor shall terminate the same section as the phase conductors originate. Do not terminate neutral conductors on the ground bus. D. Other Grounding Requirements 1. Each telephone backboard and data network rack shall be provided with a No.6 grounding conductor. Ground conductor shall be routed to ground bar in nearest panel. Terminate conductor by stapling to backboard. Provide 6' slack conductor. If conductor is routed in a metal conduit, provide a grounding bushing at conduit end and bond to lug on ground bushing. 2. Lighting fixtures shall be grounded with a green insulated ground wire secured to the fixture with a UL listed bond lug, screw, or clip specifically made for such use. A. Upon completion of the ground rod installation, grounding resistance reading shall be taken before connection is made to the building cold water piping system. Ground resistance readings shall not be taken within forty -eight hours of rainfall. Results of ground resistance readings shall be forwarded, in writing, immediately to the Architect and Owner. END OF SECTION 16110 16110 -4 SECTION 16220 CONSTRUCTION REVIEWS INSPECTION AND TESTING 1.01 GENERAL A. Comply with Division 1 - General Requirements. 1.02 CONSTRUCTION REVIEWS A. The Architect or his representative shall observe and review the installation of all electrical systems shown on the drawings and as specified herein. B. Before covering or concealing any conduit below grade or slab, in wall or above ceiling, the contractor shall notify the Architect so that he can review the installation. 1.03 CONTRACTOR'S FINAL INSPECTION EDC# 09067 A. At the time of the Contractor's final inspection, all systems shall be checked and tested for proper installation and operation by the Contractor in the presence of the Architect or his representative. 13. The Contractor shall furnish the personnel, tools and equipment required to inspect and test all systems. C. Following is a list of items that the contractor must demonstrate to the Architect or his representative as complying with the plans and specifications. Please note that this list does not necessarily represent all items to be covered in the final inspection, but should give the Contractor an idea of what is to be reviewed. 1. Service ground, show connection to ground rod and cold water main. 2. Demonstrate that main service equipment is properly bonded. 3. Demonstrate that all panels have breakers as specified, ground bar, copper bus, typed directory for circuit identification and that they are free of trash. 4. Demonstrate that all conduits are supported as required by the National Electrical Code. 5. Demonstrate that all outlet boxes above or on the ceiling are supported as required by the National Electrical Code. 6. Demonstrate that outlet boxes in wall or ceilings of combustible materials are flush with surface of wall or ceiling, and that outlet boxes in walls or ceilings of non - combustible materials are so installed that the front edge of the box or plaster ring is not set back more than 1/4". 16220 . 1