Loading...
HomeMy WebLinkAboutFHASE 1 OF 2 LAKESHORE CONTRACTVolume 1 of 2 G J'' O 14. G T i Bid Specifications Bid Item #12 -205 Fort Gordon Gate 4 Booster Pump Station For Augusta, Georgia -- Utilities Department Bid Due: Thursday, October 4, 2012 @ 3:00 P.M. Augusta, Georgia does not have a race or gender conscious Disadvantaged Business ,Enterprise (DBE) program for projects having Augusta, Georgia as the source of funding. Augusta does enforce mandatory DBE requirements of federal and state agencies on contracts f:mded by such agencies and has a DBE Program to comply with U.S. Department of Transportation (DOT), Federal Transit Admhrisuration (FTA), Fettered Aviation Administration (FAA) and other federal and state mandated DBE requirements for certain DOT, FTA, FAA, and other federal and state Msisted contracts as required by 49 C.F.R. Part26, et. seq. and /or 49 GF:1t Par: 23, et. seq. This DBE program is only fur DOT, HA and FAA assisted contracts and other federal or state funded contracts having mandatory DBE requirements (See Article 13 of the Augusta, GA Code) Augusta, Georgia prohibits any language in any solicitation, bid or contract that is inconsistent with the July 21, 2011 Con.1 Order in the case, Thompson Wrecking, Inc. v. Augusta Georgie, civil action No. 1:07-C1 Any such language appearing in any Augusta, Georgia solicitation, bid or centred is void and unenforceable. A copy of this Order can be reviewed at rrwnrurrrnrstrr . rr. roe= house pare. Thanks for doiizg business with us . Geri A. Sams, Procurement Director 530 Greene Street, Room 605 Augusta, Georgia 30901 Rev. 8/22/2011 Bid 12 -205 Fort Gordon Gate 4 Booster Pump Station Page 1 of 14 Volume 1 of 2 Bid Specifications Bid Item #12 -205 Fort Gordon Gate 4 Booster Pump Station For Augusta, Georgia — Utilities Department Bid Due: Thursday, October 4, 2012 *3:00 P.M. Augusta, Georgia does not have a race or gender conscious Disadvantaged Business Enterprise (DBE) program for projects having Augusta, Georgia as the source of funding. Augusta does enforce mandatory DBE requirements of federal and state agencies on contracts funded by such agencies and has a DBE Program to comply with U.S. Department of Transportation (DOT), Federal Transit Administration (FTA), Federal Aviation Administration (FAA) and other federal and state mandated DBE requirements for certain DOT, FTA, FAA, and other federal and state assisted contracts as required by 49 C.F R. Part 26, et. seq. and /or 49 C.F.R. Part 23, et. seq. This DBE program is only for DOT, F7A and FAA assisted contracts and other federal or state funded contracts having mandatory DBE requirements. (See Article 13 of the Augusta, GA Code.) Augusta, Georgia prohibits any language in any solicitation, bid or contract that is inconsistent with the July 21, 2011 Court order in the case, Thompson Wrecking, Inc. v. Augusta Georgia, civil action No. 1:07-CV-019. Any such language appearing in any Augusta, Georgia solicitation, bill or contract is void and unenforceable. A copy of this Order can be reviewed at rsnra:ttttsesutca. borne page. Thanks for doing business with us .. . Geri A. Sams, Procurement Director 530 Greene Street, Room 605 Augusta, Georgia 30901 Rev. 8/22/2011 Bid 12 -205 Fort Gordon Gate 4 Booster Pump Station Page 1 of 14 CI .1:70 It 1; AUGUSTA, GEORGIA OFFICE OF THE PROCUREMENT DIRECTOR 530 GREENE STREET SUITE 605 AUGUSTA, GEORGIA 30901 (706) 821 -2422 www.augustaga.gov DATE: September 13, 2012 BID NO. 12 -205 SUBJECT: Information Regarding the Consent Order and Judgment Approving Settlement and Modifying Injunction Thank you for doing business with Augusta, Georgia. Please be advised that Augusta, Georgia is under a consent order and judgment approving settlement and modifying injunction. The below excerpt is from the Consent Order dated July 21, 2011 as stated by: The Honorable B. Avant Edenfield, Judge, United States District Judge, Southern District of Georgia Consent Order and Judgment Approving Settlement and Modifying Injunction It appearing to the Court that the parties Plaintiff Thompson Building Wrecking Company, Inc. and Defendant Augusta, Georgia have reached a settlement of the remaining issues pending in this Court, the same is hereby approved. Pursuant to such settlement, and for good cause shown, the preliminary injunction entered by this Court on March 14, 2007, made permanent by the Court on November 13, 2007, shall be and is hereby vacated, and replaced with the following injunction: Augusta, Georgia is hereby ENJOINED from evaluating or awarding bids or other contracts on the basis of the bidder's status as a Disadvantaged Business Enterprises ( "DBE ") or Minority Business Enterprises ( "MBE ") (or any other entity that qualifies as a DBE or MBE based on the racial composition of its ownership). This prohibition does not apply to DBE or MBE requirements imposed by state or federal laws, regulations, agencies, or grant agreements. This prohibition also does not bar Augusta from enacting a prospective, narrowly tailored DBE or MBE program or policy as permitted under rulings of the United States Supreme Court. Augusta shall be free to conduct such studies as may be necessary to support a future DBE or MBE program or policy that complies with the above exceptions. Before Augusta may enact such a program or policy it must notify electronically or by U.S. mail all businesses on the then-current vendor list and constructively notify the public via a reasonably visible hyperlink on its homepage entitled "Proposed Legislation Enacting Disadvantaged Business Enterprise or Minority Business Enterprise Program" On this vendor list, Augusta must maintain the contact information provided by any businesses or individuals who have expressed an interest in contracting with Augusta, by registering their business information with the Department of Procurement, for 36- months. The notice on Augusta's website must include the text of its intended legislation and the related Disparity Study. Before Augusta may enact such a program or policy it must also provide the public an opportunity to be heard at an open meeting of the Augusta - Richmond County Commission, to take place no sooner than thirty days after the vendor list notification has taken place. Augusta may rely upon the contact information that interested parties supplied the city when they registered with the Department of Procurement in providing electronic or mailed notice. Bid 12 -205 Fon Gordon Gate 4 Booster Pump Station Page 2 of 14 Augusta shall, within 3 days of the date of this Order, post a copy of this Order, and the Courts March 14, 2007 Order, in portable document format ('PDF ") on Augusta's homepage via a reasonably visible hyperiink entitled "Court Order Enjoining Local DBE Program." This injunction is binding upon Augusta's officers, agents, servants, employees, and attorneys, and upon those persons in active concert or participation with it who receive actual notice of this injunction by personal service or otherwise. See Fed. R. Civ. P. 65(d). This 21 day of July, 2011 You may review both orders at www.auqustaga.gov homepage or click on departments go to the Procurement Department; go to Quick Link; click an hyperlink entitled "Court Order Enjoining Local DBE Program "; click on either Court Order Enjoining Local DBE Program (7/21/2011) or Court Order Enjoining Local DBE Program (2007). Doing business with Augusta has become easier! The ARCBid link, which is located on the Procurement Department's website at www.auclustaga.gov, enables you to view current and past public bid information online. Should you have any questions concerning the bid documents, or need additional information, you may contact a member of the Bid and Contract Team directly @ 706 821 -2422. A request for bid documents must be faxed to 706 821 -2811 or emailed to procbidandcontractaauqustaga .gov. Your continued interest in doing business with us is appreciated. Sincerely yours, Ori gore Geri A. Sams Procurement Director El Scan this QR code with your smartphone or camera equipped tablet to visit the Augusta, Georgia Procurement Department website. Rev. 08/15/2011 Bid 12 -205 Fort Gordon Gate 4 Booster Pump Station Page 3of14 • Invitation To Bid Sealed bids will be received at this office until Thursday, October 4, 2012 @ 3:00 p.m. for furnishing: Bid Item #12 -205 Fort Gordon Gate 4 Booster Pump Station for Utilities Department BID's will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 706 -821 -2422 BID documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street — Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers exclusively from Augusta Blue Print. The fees for the plans and specifications which are non - refundable are $150.00. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online (www.aueustablueprint.com) at no charge through Augusta Blue Print (706) 722 -6488 beginning Friday, September 14, 2012. Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the successful completion of the project. Bidders are cautioned that acquisition of documents through any other source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory Pre -Bid Conference will be conducted at the Procurement Department, 530 Greene Street, Room 605 on Tuesday, September 18, 2012 @ 10:00 a.m. in the conference room. All questions must be submitted in writing by fax to 706 821 -2811 or by email to procbidandcontract @auqustaga.gov to the office of the Procurement Department by Thursday, September 20, 2012 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. No BID may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10% Bid Bond is required to be submitted, a 100% performance bond and a 100% payment bond will be required for award. Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not. advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. GERI A. SAMS, Procurement Director cc: Tameka Allen Tom Wiedrneier Jerry Delaughter Stanley Aye Revised: 8/15/2011 Deputy Administrator Utilities Department Utilities Department Utilities Department Bid 12 -205 Fort Gordon Gate 4 Booster Pump Station Page 4 of 14 SEALED BIDS SELECTION METHOD A method for submitting a bid to perform work on a proposed contract. In general, each party interested submits a bid in a sealed envelope, and all such bids are opened at the same time and the most favorable responsible bid is accepted. All bid responses will be retained as property of Augusta, Georgia. Conditions for use. All contracts of Augusta, Georgia shall be awarded by competitive sealed bidding except as otherwise provided elsewhere in this article (see section 1- 10 -52- Sealed Proposals; 1- 10 -53- Professional Services; 1- 10 -54- Quotations; 1 -10 -56 -Sole Source Procurement; and 1- 10- 57- Emergency Procurements, of this chapter). Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid including, but not Limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Pre -bid conference and addendum. A conference to be conducted by the Procurement Director and using agency head, if appropriate, hearing will be scheduled at least five (5) working days before receipt of bids. While the pre -bid conference is not a requirement, it is strongly recommended and widely used to further acquaint interested bidders with the bid requirements and items to be purchased and vendor input. Any substantive changes to specifications resulting from the pre -bid conference or other vendor /contractor sessions shall be documented in an addendum and communicated to all bidders registered for the procurement action. . Note: IN THE EVENT OF A MANDATORY PRE -BID CONFERENCE ALL INTERESTED VENDORS MUST ATTEND. Bid opening. Sealed Bids shall be opened publicly in the presence of one or more witnesses at the time and place designated in the public notice and invitation for bids. The amount of each bid, and such other relevant information as the Procurement Director deems appropriate, together with the name of each bidder shall be 'recorded; the record, and each bid, shall be open to public Inspection in accordance with Section 1 -10 -5 .(Public Access to Procurement Information). Bid acceptance and bid evaluation. Provided that the bids are delivered to the Procurement Director at the time, place, and under the conditions contained in the Invitation for Bids, the bids shall be conditionally accepted without alteration or correction pending evaluation. Bids shall be evaluated based on the requirements set forth in the invitation for bids, which may include bidder responsibility and responsiveness, capability and past performance, and criteria to determine acceptability such as inspection, testing, quality workmanship, delivery, and suitability for a particular purpose. Those criteria that will affect the bid price and be considered in evaluation for award shall be objective and clearly measurable, including but not limited to discounts, transportation costs, and total or life cycle costs. Under no circumstance will any bid be accepted by fax or email. All bids must be labeled and received in the Procurement office by the due date and time. There will be no exceptions made for any late, lost by the post office or express carrier, or misdirected submittals. Vendors shall be removed from the vendor list for the reasons established by the Procurement Director, including, but not limited to: (1) Declining to offer bids for a two (2) year period. (2) Failing to satisfactorily meet terms, agreements, or contracts made with the procurement department or the using agency. (3) Being convicted of criminal offenses in obtaining contracts or convicted of embezzlement, violation of state or federal anti -trust statutes, or any other crime which indicates a lack of business integrity or honesty. (4) Violating contract provisions or failing to perform without good cause or any other cause which the Procurement Director deems to be so serious as to affect the responsiveness and responsibility of a contractor, including the disbarment or suspension from a vendor's list by another governmental entity. (5) Violating the standards as set forth in Article II hereof for conflicts of interest. Bid 12 -205 Fort Gordon Gate 4 Booster Pump Station Page 6 of 14 Preference for Local Suppliers and Contractors (a) Augusta, Georgia encourages the use of local suppliers of goods, services and construction products whenever possible. Augusta, Georgia also vigorously supports the advantages of an open competitive market place. Nothing in this Section shall be interpreted to mean that the Augusta, Georgia Administrator or Procurement Director are restricted in any way from seeking formal bids or proposals from outside the Augusta market area. (b) When the quotation or informal bids selection method is used by the Procurement Director or using agency head to seek firms to quote on Augusta, Georgia commodities, services and construction products, local firms should be contacted, if possible, first. Where the Procurement Director or using agency head ascertains that there may not be at least three (3) qualified informal bidders, quotes may be sought from outside the Augusta, Georgia market. (c) In the event of a tie bid (see Section 1 -10 -50 (h)), when all other factors are equal, the Augusta, Georgia Administrator shall select the bld from within the local market area, except that the Administrator shall retain the flexibi[ity to make the award of contract to a bidder outside of the local market area if there is sufficient evidence to support collusive bidding in favor of a local source. Local Vendor Preference: The Local Vendor Preference policy shall only be applied to projects of one - hundred thousand dollars ($100,000) or less and only when the Lowest local qualified bidder is within 10% or $10,000, whichever is less of the lowest non -local bidders. The lowest local qualified bidder will be allowed to match the bid of the lowest non -local bidder and, if matched, the lowest local qualified bidder will be awarded the contract. For the purposes of this section, "local bidder" shall mean a business which: (1) Has had a fixed office or distribution point in and having a street address within the geographic limits of Richmond County, Georgia for at least six (6) months immediately prior to the issuance of the request for bids or quotes by Augusta; and (2) Holds any business license required by the AUGUSTA, GA. CODE; and (3) Employees at least one full -time employee, or two part -time employees whose primary residence is within the geographic limits of Richmond County, Georgia or if the business has no employees, the business shall be at least fifty percent (50 %) owned by one or more persons whose primary residence is within the geographic limits of Richmond County, Georgia. Vendors must complete the enclosed vendor's Registration form. Background Information on Vendors. The Department Head and /or the Administrator is directed to provide the bid amount as submitted, information concerning the vendor's previous performance, the service and quality of the products offered, the availability of the goods and services when needed, adherence to delivery schedules, and other criteria pertinent to that particular item, on vendors who have submitted bids, proposals, or contracts for the Commission's consideration. The information is to be included in the backup documents for the Commission's consideration in awarding the contract. Inspection of Purchases. The Procurement Director, or his or her designee, in conjunction with the using agency or department head shall inspect, or supervise the inspection of, all deliveries of materials, supplies or contractual services to determine their conformance with the specifications set forth in the pertinent purchase order or contract. The Procurement Director may require chemical and physical tests of samples submitted with bids and samples of deliveries, which examinations are necessary to determine quality of the samples and conformance with specifications Letting the contract. The contract shall be awarded or let in accordance with procedures set forth herein. Award shall occur with reasonable promptness by appropriate written notice to the lowest responsible and responsive bidder whose bid meets the requirements and criteria set forth in the invitation for bids. In addition to price and other material factors, the Procurement Director, in consultation with the using agency, shall consider the following in the context of award recommendations: (1) The ability, capacity, and skill of the bidder to perform the contract or provide the services required, (2) The capability of the bidder to perform the contract or provide the service promptly or within the time specified, without delay or interference, (3) The character, integrity, reputation, judgment, experience, and efficiency of the bidder, Bid 12 -205 Port Gordon Gate 4 Booster Pump Station Page 6 of 14 • (4) The quality of performance on previous contracts, (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract or services, (6) The sufficiency of the financial resources of the bidder relating to his ability to perform the contract, (7) The quality, availability, and adaptability of the supplies or services to the particular use required, and (8) The number and scope of conditions attached to the bid by the bidder. Award to other than low bidder. When the award is not given to the lowest most responsive and responsible bidder, a full and complete statement of the reasons for awarding the purchase order or other contract shall be prepared and signed by the Procurement Director and /or Administrator and made part of the record file. Minority/Women Business Enterprise (MWBE) Policy: Court Order Enjoining Race -Based Portion of DBE Program Augusta, Georgia does not have a race or gender conscious Disadvantaged Business Enterprises (DBE) program for projects having Augusta, Georgia as the source of funding. Augusta does enforce mandatory DBE requirements of federal and state agencies on contracts funded by such agencies and has a DBE Program to comply with U.S. Department of Transportation (DOT), Federal Transit Administration (FTA), Federal Aviation Administration (FAA) and other federal and state mandated DBE requirements for certain DOT, FTA, FM, and other federal and state assisted contracts as required by 49 C.F.R. Part 26, et. seq. and /or 49 C.F.R. Part 23, et. seq. This DBE program is only for DOT, FTA and FAA assisted contracts and other federal or state funded contracts having mandatary DBE requirements. (See Article 13 of the Augusta, GA. Code.) Augusta, Georgia prohibits any language in any solicitation, bid or contract that is inconsistent with the July 21, 2011 Court Order in the case, Thompson Wrecking, Inc. v. Augusta Georgia, civil action No 1:07 - CV -019. Any such language appearing in any Augusta, Georgia solicitation, bid or contract is void and unenforceable. A copy of this Order can be reviewed at www.auqusta_ga.gov home page. Notice to Proceed: The successful bidder shall not commence work under this invitation to bid until duly notified by receipt of contract signed as executed by the Mayor /Commission or Administrator or their designee (Clerk or .Commission or the Procurement Director). if the successful bidder does commence any work prior to receiving official notification, he does so at his own risk. Augusta, Georgia License Requirement: Contractor must be licensed in the State of Georgia or by the Governmental entity for where they do the majority of their business. If your Governmental entity (State or Local) does not require a business license, your company will be required to obtain an Richmond County business license if awarded a Bid1RFP /RFQ. For further information contact the License and Inspection Department @ 706 312 -5162. General Contractors License Number: If applicable, bidders responding to this invitation to Bid must provide their General Contractors License number in accordance with O.C.G.A. §43 -41, or be subjected to penalties as may be required by law. Utility Contractor License Number: If applicable, bidders responding to this Invitation to Bid must provide their Utility License. Number in accordance with O.C.G.A. §43 -14, or be subjected to penalties as may be required by law. Use of Augusta, Georgia Landfill. All contracts for contractors performing demolition and /or construction projects for Augusta, Georgia shall contain a provision requiring that all debris, trash and rubble from the project be transported to and disposed of at the Augusta, Georgia Solid Waste Landfill in accordance with local and state regulations. The contractor shall provide evidence of proper disposal through manifests, which shall include the types of material disposed of, the name and location of the disposal facility, date of disposal and all related fees. Bid 12 -205 Fort Gordon Gate 4 Booster Pump Station Page lof14 NOTICE TO ALL BIDDERS PLEASE READ CAREFULLY: Attachment 8 is a consolidated document consisting of: 1. Business License Number Requirement (must be provided) 2. Acknowledgement of Addenda (must be acknowledged, if any) 3. Statement of Non- Discrimination 4. Non - Collusion Affidavit of Prime Bidder /Offeror 5. Conflict of Interest 6. Contractor Affidavit and Agreement (E- Verify User ID Number must be provided) Attachment B Must be Notarized & all 3 Pages, Must be returned with your submittal - No Exceptions. Business License Requirement: Contractor must be licensed in the Governmental entity for where they do the majority of their business. Your company's business license number must be provided on Page 1 of Attachment B. If your Governmental entity (State or Local). does not require a business license, your company will be required to obtain a Richmond County business license if awarded a Bid/RFP /RFQ. For further information contact the License and Inspection Department @:706 312 -5162. Acknowledgement of Addenda: You Must acknowledge all Addenda. See Page 1 of Attachment B. E- Verifv * User Identification Number (Company I.D.) The recommended awarded vendor will be required to provide a of Homeland Security's Memorandum Of Understanding (MOU) DO NOT RETURN AT THIS TIME: 1. Affidavit Verifying Status for City of Augusta Benefit Application (S.A.V.E. Program) 2. Georgia. Security and Immigration Subcontractor Affidavit 3. Non - Collusion Affidavit of Sub- Contractor Note: The successful vendor will submit the above forms to the Procurement Department not later than five (5) days after receiving the "Letter of Recommendation" (vendor's letter will denote the date forms are to be received). WARNING: Bidders are cautioned that acquisition of BID documents through any source other than the office of the. Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. BidsIRFPs /RFQs are publicly opened. It is your responsibility to ensure that your company has met the Specifications and Licenses' requirements prior to submitting a Bid/RFP /RFQ. Rev. 7/22/2011. aR' a rz c 1 A (PLEASE READ CAREFULLY) ADHERE TO THE BELOW INSTRUCTIONS AND DO NOT SUBSTITUTE FORMS Bid 12 -205 Fort Gordon Gate 4 Booster Pump Station Page 8 of 14 • Attachment B You Must Complete and Return all 3 pages of Attachment B with Your Submittal. Document Must Be Notarized. Augusta, Georgia Procurement Department ATTN: Procurement Director 530 Greene Street, Suite 605 Augusta, Georgia 30901 Name of Bidder: L_ tkf S io e N G ' lU ‘ £1a> C; Street Address: / Z. D ,_ 9 Lr aL ` f ^,� ; City, State, Zip Code: / 1 LP(I (1' 33/Q 3O }� Phone: t LI 355' 'lit Fax: & 36� ViZ`t Email: 64 6. U `C? ,1.5(}( ,. r uti Do You Have A Business License? Yes: " No: 1/ p Business License # for your Company (Must Provide): ( .i( ° ,4�6 £ 0 00. 32_3( Company must be licensed In the Governmental entity for where they do the majority of their business. If your Governmental entity (State or Local) does not require a business license, your company will be required to obtain a Richmond County business license if awarded a Bid/REP/RFQ. For further information contact the License and Inspection Department @ 706 312 -5162. List the State, City & County that Issued your license: Acknowledgement of Addenda: ( #1) i / : (#2) V . " 1 ( # 3 ) : ( # 4 ) : ( #5) : ( #6) : (#7) : ( #8) NOTE: CHECK APPROPRIATE BOX(ESI- ADD ADDITIONAL NUMBERS AS APPLICABLE Statement of Non - Discrimination The undersigned understands that it is the policy of Augusta, Georgia to promote full and equal business opportunity for all persons doing business with Augusta, Georgia. The undersigned covenants that we have not discriminated, on the basis of race, religion, gender, national origin or ethnicity, with regard to prime contracting, subcontracting or partnering opportunities. The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable participation of local small businesses on the bid or contract awarded by Augusta, Georgia. The undersigned further covenants that we have completed truthfully and fully the required forms regarding good faith efforts and local small business subcontractor /supplier utilization. The undersigned further covenants and agrees not to engage in discriminatory conduct of any type k against local small businesses, in conformity with Augusta, Georgia's Local Small Business Opportunity Program. Set forth below is the signature of an officer of'the bidding /contracting entity with the authority to bind the entity. The undersigned acknowledge and warrant that. this Company has been made aware of understands and agrees to take affirmative action to provide such companies with the maximum practicable opportunities to do business with this Company; That this promise of non - discrimination as made and set forth herein shall be continuing in nature and shall remain in full force and effect without interruption; That the promises of non - discrimination as made and set forth herein shall be and are hereby 'deemed to be made as part of and incorporated by reference into any contract or portion thereof which this Company may hereafter obtain and; That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination as made and set forth herein shalt constitute a material breach of contract entitling Augusta, Georgia to declare the contract in default and to exercise any and all applicable rights remedies including but not limited to cancellation of the contract, termination of the contract, suspension and debarment from future contracting opportunities, and withholding and or forfeiture of compensation due and owing on a contract. Bid 12 -205 Fort Gordon Gate 4 Booster Pump Station Page 9 of 14 Attachment B - Page 2 of 3 Non - Collusion of Prime Bidder /Offeror By submission of a bid, the vendor certifies, under penalty of perjury, that to the best of its knowledge and belief: (a) The prices in the proposal have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other vendor or with any competitor. (b) Unless otherwise required by law, the prices which have been quoted in the proposal have not been knowingly disclosed by the vendor prior to opening, directly or indirectly, to any other vendor or to any competitor. (c) No attempt has been made, or will be made, by the vendor to induce any other person, partnership or corporation to submit or not to submit a proposal for the purpose of restricting competition. Collusions and fraud in bid preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department. Conflict of Interest By submission of a bid, the responding firm certifies, under penalty of perjury, that to the best of its knowledge and belief: 1. No circumstances exist which cause a Conflict of Interest in performing the services required by this ITB, and 2. That no employee of the County, nor any member thereof, not any public agency or official affected by this ITB, has any pecuniary interest in the business of the responding firm or his sub-consultant(s) has any interest that would conflict in any manner or degree with the performance related to this ITB. By submission of a bid, the vendor certifies under penalty of perjury, that to the best of its knowledge and belief: (a) The prices in the bid have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other vendor or with any competitor. (b) Unless otherwise required by law, the prices which have been quoted in the bid have not knowingly been disclosed by the vendor prior to opening, directly or indirectly, to any other vendor or competitor. c) No attempt has been made, or will be made, by the vendor to induce any other person, partnership or cooperation to submit or not to submit a bid for the purpose of restricting competition. For any breach or violation of this provision, the County shall have the right to terminate any related contract or agreement without liability and at its discretion to deduct from the price, or otherwise recover, the full amount of such fee, commission, percentage, gift, payment or consideration. You Must Complete and Return all 3 pages of Attachment B with Your Submittal. Document Must Be Notarized. Bid 12 -205 Fort Gordon Gate 4 Booster Pump Station Page 10 of 14 • Attachment B - Page 3 of 3 Contractor Affidavit and Agreement By executing this affidavit, the undersigned contractor verifies its compliance with 0.C.G.A. 13- 10-91, stating affirmatively that the individual, farm, or corporation which is contracting with Augusta, Georgia Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (RCA), P.L. 99 -603], in accordance with the applicability provisions and deadlines established in 0.C.G.A 13-10-91. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with Augusta, Georgia Board of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with 0.C.G.A 13 -10 -91 on the Subcontractor Affidavit provided in Rule 300- 10- 01 -.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta, Georgia Board of Commissioners at the time the subcontractor(s) is retained to perform such service. Georgia Law requires your company to have an E- Verify*User identification Number (Company l.D.) on or after Judy 1, 2009. For additional information or to enroll your company, visit the State of Georgia website: https: / /e-- verifv.uscis.cov /enroll/ and /or httDJ /www.dol.state.Qa.ustoddf /rules /300 10 Lod ** E - Verify'' User Identification Number (Company 1.D.) 6 Lo,u 'g s p i NOTE: E- VERIFY USER IDENDIFICATION NUMBER (COMPANY LD.) MUST BE PROVIDED: IN ADDITION, THE RECOMMENDED AWARDED VENDOR WILL BE REQUIRED TO PROVIDE A COPY OF HOMELAND SECURITY'S MEMORANDUM OF UNDERSTANDING (MOU) The undersigned further agrees to submit a notarized copy of Attachment B and any required documentation noted as part of the Augusta, Georgia Board of Commissions specifications which govern this process. In addition, the undersigned agrees to submit ail required forms for any subcontractor(s) as requested and or required. 1 further understand that my submittal will be deemed non- compliant if any part of this process is violated. C BY: Authorized Officer or Ag (Contractor Signature) Title of Authorized Officer or Agent of Contractor V L. G.,t) Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEE ME ON THIS THE DAY OF ry Public My Commission Expires: REV. 7/22/2021 12. _ y A`• You Must Complete and Return all 3 pages of Attachment B with Your Submittal. Docum f1 04 tarized. Bid 12 -205 Fort Gordon Gate 4 Booster Pump Station Page 11 of 14 • tary blic Rfv.8/1S/2011 My Commission Expires: 41...11, 46 S Systematic Alien Verification for Entitlements (SAVE) Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, as an applicant for an Augusta, Georgia Business License or Occupation Tax Certificate, Alcohol License, Taxi Permit, Contract or other public benefit as reference in O.C.G.A. Section 50 -36 -1, I am stati g the folk� with res ec to my bid for an Augusta, Georgia contract for /1 - 105" Fpter borl.DCra C fBid/RFP /RFQ Project Number and Project Name] �ff g- ► • t jPrint/Type: Name of natural person applying on behalf of individual, business, corporation, partnership, or other private entity] [Print/Type: Name of business, corporation, partnership, or other private entity] 1.) V I am a citizen of the United States. OR 2.) 1 am a legal permanent resident 18 years of age or older. OR 3.) I am an otherwise qualified alien (8 § USC 1641) or nonimmigrant under the Federal Immigration and Nationality Act (8 USC 1101 et Seq.) 18 years of age or older and lawfully present in the United States. In making the above representation under oath, I understand that any person who knowingly and willfully makes a false, fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Section 1640 -20 of the Official Code of Georgia. Sign tore of Applicant - 74&. o L 46,v Printed Name * Mien Registration Number for Non - Citizens SUBSCRIBED AN ORN BEFORE ME ON THIS THE 3Q DAY OF Octal fl— , 20 It Note: The successful vendor will submit the above forms to the Procure than five (5) days after receiving the "Letter of Recommendation" the date forms are to be received). Bid Meth 02-205 Fort Gordon Gate 4 Booster Pump Station Page 2 of • UL t — d4"d6 d 4 244140 E- Verify' User identification Number A & T Fence Inc Company Name Rnr. /22/2021 i4& HUX01A STATE OF GEORGIA - COUNTY OF RICHMOND By executing this affidavit, the undersigned subcontractor verges its compliance with 0.C.G.A. 13- 10 -91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with Lakeshore Engineering on behalf of Augusta Richmond County Board of Commissioners has registered with and Is participating in a federal work authorization program' [any of the electronic verification of work authorization programs operated by the United States Depiartrnent of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (((RCA), P.L. 99.6031. in accordance with the applicability provisions and deadlines established in 0, C. G. A 13- 10 -91. BY: Auttifiriz • ' icer or Agent (G`ontr for Signature) Pr Title of Authorized Officer or Agent of Contractor Ted Johnson, Sr. Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE SUBCONTRACTOR AFFIDAVIT `\ ``i �pfniurtu ktrrb 26th DAY OF October 201 Z��.r C 1 NA ��'r'r Notary Public - _ 4 i . . o,, o My Commission E ires -p .fl ' 2 9 �' Z. 3 -: ? °, v s> At f co �� A 1� F Note: The successful vendor will submit the above t ' ans to the Procurement Department no later than five (8) days after receiving the "Letter of Recommendation"' /Vendor's letter will denote the date forms ere to be received). BID /RFP /RFt 12 -205 P. 04 G$orgitt Law requtrsa your company to have an E- derify'tleer ittsntltieation Plumber on of after.ruly 1, 2009. For additional information: State of Georgia Atipirwww _ dol.state.aa r us/ndfhvies/ 00 10 1.Q& https : / /e- verifrt.usccs_sxov /envoilf 81d Mtn117 Oscan eerdon Gate! Booster Pump $Mtoa PLge3 • UL1 d4 dO: ie i. Ted Johnson, Sr. certify that this bid or proposal is made without prior understanding, agreement or connecttcin with any corporation, firm or person submitting a bid for the same work, labor or Service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. i understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and Civil damages awards, I agree to abide by all conditions of MIS bid or proposal and certify that! am authorized to sign this bid or proposal for the bidder. Aftfant further states that pursuant to O.C.G.A. Section 38-91-21 (d) and (e), Ted Johnson, Sr. has not. by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by arty means whatsoever. Afflant further states that (s)he has not prevented or endeavored to prevent anyone frorn making a bid or offer on the project by any means whatever, nor has. Afftant caused or induced anther to withdraw a bid or offer for the work. Affiant further states that the said offer of $1 1,775. is term fide, and that no one has one to any supplier and attempted to get such person or company to furnish the materials to the bidder only, orrf arnish t any other bidder, that the material shall beat a higher price. S re /Authorized Company Representative Praddent Title Sworn to and subs bed before me. this 26th day of October 2012 tln. Al ,. ,rte n Notary Pubflrx Tina Blackmon County: Hart Commission Expires: 3 -29 -2013 !� 7 Note: The successful vendor will submit the above forms to the Procurement Department no later than five (5) days after receiving the "fetter of Recommencletion" (Vendor's fetter will•dnnote the date tonne are to be received). R. 7 f t2/26tt H i M a a in accordance with the Laws of Georgia, the following affidavit Is required by all vendors NON - COLLUSION AFFIDAVIT OF SUBCONTRACTOR ` "` „ '.iuutlllllplId, / � , �• ' 11t4A $4.g'' (Prin NG NOT t'f r) 4 A 'P P4° 04 aWfl mff2255For t Gerd/meats 4 5oostar rump eta Uon Ptee4 Dirt TOTFL P.95 Wt. 1 - C4 - 45014 GO-11 >ittt NAA•SLtfi•ib►rna x S,ystematic Alien Verification for Entitlements VII= Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, as an applicant for an Augusta, Georgia Business License or Occupation Tax Certificate, Alcohol License, Taxi Permit, Contract or other public benefit as reference in O.C.G.A. Section 5046 -1, I am stating the following with respect to my bid for an Augusta. Georgia contract for 12-205 Fort Gordon Gate 4 Booster Pump 1131d1RFPIRFQ Pivits Number and ProJset Nant4 Ted Johnson, Sr_ a•it ;G. T A jPrfndrypor Nome of naturar pw w apphfing on behalf of lnUlvWuai Smarms. Corporetfon, partiondri , or other prlvatn A & T Fence, Inc. 1Pdniffti t Nam of hulloes% cbrporalon, p+rtawsh4 °rather pr/rars ontityj 1.) X OR 2.) I am a legal permanent resident 18 years of age or older. OR 3.) I am an otherwise qualified alien (8 § USG 1641) or nonimmigrant under the Federal Immigration and Nationality Act (8 (JSC 1101 et seq.) 18 years of age or older and lawfully present In the United States.* In making the above representation under oath, 1 understand that any person who knowingly and wrlirldiy makes a false, fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Section 16 -4040 of the Official Code of Georgia. l am a citizen of the United States. raid Applicant 'phnson Sr. PrirtW Nemo S CRIBED AND SwoRt+i BEFORE ME ON THIS THE 26th , N October 12 ;l. c�, 1 11f�n O rr 1 t 1407:44÷ A. GF 'R Z MY Committeleo Expires; 3 - : � Q ? 9 C ' 4 4 TARY SEAL. keepartment no later io : t/ o,'s letter will denote hp111g �ti! Nit11����� Nate: The successful ventiorwfll submit the above forms ��- than five (5) days after the "Latter of Reco the date forms are to be received). R01.Ef1.S /26U * Men Registratten Number for Non- Citizens Bk1 hemx12403 fort Ciontn Ode 4iionierPurnpMien Pega2 P.03 tJt+l'C�i ^CY7.LG 4C1.k1 STATE OF GEORGIA - COUNTY OF RICHMOND SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13- 10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with Lakeshore Engineering on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program' [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Set unity or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99 -6031 in accordance with the applicability provisions and deadlines established in 0. C. G. A 13- 10-91. 87165 E- Verify' User Identification Number Southern Electrical & Technical Services, Inc. BY: Authorized Officer or Agent (Contractor Signature) Secretary Title of Authorized Officer or Agent of Contractor Steven R. Emerick Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE Notary Pubtto My Commission Expires: e-2 -1 4 51 t Le Rev. 9/22/2011 ii rum.r1H ' .IvLb NOTARY SEAT. B1D /RPPI'RF X 2.1101 1-.U4 Georgia Law requires year company* have en E- Varify'Ueer identification Number on or after July 1, 200e. For additional information; State of Georgia htbr/hywet cloi.state.ga.us(odf /rutesl30© 19 1.pdf httos: //e yerifv.ueciS.aov /enroll/ Note: The successful vendor will submit the above forms to the Procurement Department no dater than live (6) days after receiving the "Letter of Recommendation" (Vendor's letter will denote the date forms are to be received). aid k m 2o3 Fenecido * GMe 4 8oeeirPomp%Men Page3. 4 • • • UL 1 — 4'1'LYJSG 417 - 14 HM. rumt.r1P1* l NO 1. Steven ft Emendcof Southern Elect ¢a18 Technical Services, Inc. cedes that this bid or proposal is made without prior understanding, agreetnent or connection with any corporation, firm or person submitting a bkf for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. f understand collusive bidding Is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. t agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Afflant further states that pursuant to O.C.G.A. Section 38-91-21 (d) and (e), Sown Electrical a Technical SGU C e, Inc. has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever_ Affiant further states that (e)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affoant further states that the said offer of Southern Electrical & Technical Services, Inc, is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only, of if furnished to any her bit t, that the material shall be at a higher price. Signature of Authorized Company Representative Secretary Title in accordance with the Laws of Georgia, the following affidavit Is required by all vendors Sworn +o and subscribed b fore me this Notary Signature Commission Expires: Rev. 7/82/2011 NON - COLLUSION AFFIDAVIT OF SUBCONTRACTOR ,......... ,,47.44 4 ,,,j day of CIN'ins Notary Public: V.?; L rh t - (Print Name) County: t NOTARY SEAL. r.w Note: The successful vendor will submit the above forms to the As+ocw+emen t Department no later than live (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote the date forms are to be received). Olden, 02.2 5FatGordonGat4so+ W Pump $atan Pagel of TOTAL P.05 1.) X OR 2.) SUBS IBED AND SWORN IMF I Note My Commission Expires: P.10„.1 t. s runka t rvu §ystematic Alien 1/erification for Entltiements AYE Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, as an applicant for an Augusta. Georgia Business License or Occupation Tax Certificate, Alcohol license, Taxi Permit, Contract or other public benefit as reference in O.C.G.A. S ection 50-36-1, 1 am tee� Booster i mpact to my bid for an Augusta. Georgia contract Gate 4 r 3042.1101 Fort itpdIRFPwRaa Project Minh* and hype Marn.] Steven R, Emerld( jF • keno afraltra! person appJylfu an behalf of Individual, bosilmss corporuliaa, p+ttierahlp, er 00w private Southern Electrical & Technical Services, Inc. MAW Name el 1 am a citizen of the United States. I am a legal permanent resident 18 years of age or older. OR 3.) i am an otherwise qualified alien (8 § USC 1641) or nonimmigrant under the Federal immigration and Nationality Act (8 USC 1101 et seq.) 18 years of age or older and lawfully present In the United States. in making the above representation under oath, f understand that any person who knowingly and willfully makes a false, fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Section 16 -10-20 of Nye Officio Code of Georgie. Note; The successful vendor will submit the above ler= to the Procurement Department ne later than five (6) days after receiving the "Letter of Recontmendation" (Vendors letter will denote the date forms are to be receives. ttflr. 11/2sl :au nos% carpWWon, partnersh p, or other' private entity) Signature of Applicant Steven R. Emerick Printed Name '�Alist► Registrotto* Number for Non - Citizens E 0 fS THE Q DAY OFCZ"'. kJ' . 20 (2_ BNi iUm112 ZW FaitGiottton Gals BoashKPump Station • P10,2et4 • • • u i -d4 —dyne en 11 HP& l'U HHS 11V1 i BY: Authorized Officer or Agent (Contractor ignature) Title of Authorized Officer or Agent of Contra Printed Name' of Authorized Officer or Agent My Commission Expires: REV. 7/210011 . STATE OF GEORGIA - COUNTY OF RICHMOND 8tDiRFP/RFt I " A 65- SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its corr p ante with O.C.G.A. 13- 10-91, stating affirmatively that the Individual, firm. or corpoi etion which is engaged in the physical performance of services under a contract with Li. t e (GWr e & e .:. on behalf of Augusta Richmond County Board of Commissioners has registered With and is participating in a federal warts authorization program' [any of the ekutronia verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify infomtatioon of newly hired employees, pursuant to the immigration Reform and Control Act of 1986 ((RCA), P.L. 99 -603], in accordance with the applcabfity provisions and deadlines established in O. C. G. A 13- 10-91. 31 H/ 9 E Verify User Identification Number SUBSCRIBED AND SWORN BEFORE ME ON THIS THE 2 DAY OF . ' 20 LARRY B. PARSISH Notary Public, Cobb County. Ge rgia tk Commission Expires Nov. 6, 2014 Georgia Law r. %ry res yo' w company in Maul an E Vaiff Cher Identifeation Number cur or after July 1, 2009. For additional information: State of Georgia hagyslitoftigugaggf 4fhs11es/30O 10 1 httristfie-veniv.uscie.covienrollf NOTARY SEAL P. 04 "." • ■ Note: The successful vendor wtul submit the above tons to the Procu emend Department na later than five (V) days after receiving the "Lester of Recomraendadon° (Vendor's letter will Uonote the date forms are to be received). Uhl 11 11ErZELI3Foft Gordon Gab 4 Boger PumpSham N142104 U4 t — G4 —eirsI'd GlO i4 t tt, rt.R1 t1H51 '& Title Sworn to and Rev- 7/tt/2ou • tli _ :ID''.. Rt.: fYi R in accordance with the taws of Georgia, the following affidavit is required by all vendors NON - COLLUSION AFFIDAVIT OF SUBCONTRACTOR i. f I c w _ , J c t C • 1,14 4 icertity that this bid or proposal is made without prior understanding, ag ens or connotation with any corporation, firm or person submt1 Irp a bid for the same work, tats or service to be done or the supplies. materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand tand collusive bidding Is a violation of state end federal law and can result In floes, prison sentences and civil damages awards. i agree to abide by ail conditions of this bid or proposal and car* that I am authorized to sign this bid or proposal for the bidder. Afflant further Altos that pursuant to O.C.G.A. Section 3841 -21 (d) and (e), U i e (a v he LL C hes not by Itself or with others, directly or indirectly, prevented or pted to prevent competition In such bidding or proposals by any means whatsoever. Affront further states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affront oausad or induoed another to withdraw a bid or offer for the work. oo Affront further crates that the said offer of g U is bona ?Ede, and that no one has gone to any supplier and attempted to such person or company to furnish the materials lo the bidder onlyfor if furnished to any other bidder, that the material shall be at a higher price. nature of Authorized Comp(atty Representative t • - • before me this day of ()( h r..✓ , 201. Signature Notary Public: (Print Name) LARRY B. PARR bH County Notary Public, Cobb County, Georgia Commission Expires: NOTARY SEAL r.t Note: The successful vendor will submit the above forms to the ProcWenwnt Department 110 later than live (5) days after receiving the "Letter of Recommendation" (Vendors letter will denote the date forms we to be received). Bud ttamtt2.]0S Fad Os*n Oita 4 coo.* P0111 Man Pae 4 of d TOTE.. P.05 •. • eo- 11 tuft. rUKt.1 1Nl7 E5tematic Alien L/erffication for Entitlements (5AVEj Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, as an applicant for an Augusta. Georgia Business License or Occupation Tax Certificate, Alcohol License, Taxi Permit, Contract or other public benefit as reference in O.C.G.A. Section 50-3S-1, 1 aro stating the following with respect to my bid for an Augusta. Georgia contract for C )r `1' (Z)c.,„:. . )4Q r .1-0 S 3X y r 111y /R1PIRPOProleotNumborak/Pn ctN+m.l Vet // ( G w IPrbrdrype: Nano of natural person ^' w, behalf ofhaWvIduMbualioss,00rpon4rorr,pirtnerat p or other prim * graft) t J 0 V1 ,/ )pa: Aldine oftmalneas, sapajtlon, tba oroOwn* onaIyl 1.) t/ lam a citizen of the United States. OR 2.) ! am a legal permanent resident 18 years of age or older. OR 3.) I am an otherwise qualified alien (8 § USC 1641) or nonimmigrant under the Federal Immigration and Nationality Act (8 USC 1101 et seq.) 18 years of age or older and lawfully present in the United States. In making the above representation under oath, 1 understand that any person who knowingly and willfully malts a false, fictitious, or fraudulent saloon* or representation in en affidavit shall be guilty of a violation of Cade Section 1640 -20 of the Official Code of Georgia f ? ; � Sign tattr Applicant d. 4, U>,,,, Printed-" ame Alien Registration Number ter Nee-adzens SUBSCRIBE SWO ■ w'ra - E ON THIS THE Z ) DAY OF 614 ."/ �_.iwt✓i my LARRY S- Cobb PARr11SGa Nowt Public, r commission Expll e&: _ i,.einn E1�res Nov. 8, 2014 NOTARY ' -' Note: The successful vendor will submit the above tones to the Procurement Depertrnetrttr fF1,KOr than five (6) days after receiving the "Letter of Recommendation° (Vendors letter will **cite the date forms art to be recelvet0. P. 03 elA t emMHOSfootOordoa ttds46owt+rih mpeptba Pys2e14 t. uc SUBCONTRACTOR AFFIDAVIT By executing this affidavit the undersigned subcontractor verifies its comp1ance with 0,C.GA 13- 10-91. stating affirmatively that the iridIVidual, firm or corporation which Is engaged in the physical performance of services under a contract with LAKESHORE ENGINEERING on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* limy of the electronic verification of work authorization programs operated by the United States Department of Homeland Security- or any equivalent federal work authorization program operated by the :United States Department of Homeland • Security to verify information of newly hired employeet, pursUant to the Immigration Reform and Control Act of 1986 ((RCA), P:1 99-0031 in atm:dance with the applicability provisions and deadlines established in 0. C. • e. A 13.10-91. 326355 eu 13. $4M, -.V.LIA:11$4b1-141i STATE OF GEORGIA- COUNTY OF RICHMOND E-Verify* User identification Norritter LAMP METAL TRUSSES , INC . • .„„:n ‘.041P Auth• . or Agent (Con , " • Signature) PRESIDENT Title of Authorized Officer or Agent oftontractor MARTY R. HORTMAN • Printed Name of . Authorized OffIderprAgent SUEiSCRI 26T *AY OF 0 " 12 20 Note io My Commission Expires: rov.7/221zou AND SWORN BEFORE ME ON THIS THE 10/4/14 131DIRFF/RFOft 1.2*2.05 P. 04 Gaafala Law require:I your company to NMI an E;Iferify*User Idoirtffication Number on or *or July 2009, FOr additional information: State of Georgia " irt!gAM,1Q..1.fatote • ovfe 111 10 o• ter. 0. 0. C slit reit eiTI Note: The successful vendor wilt .submit the above fortes to the Procurement Department no- later than flue ( &Pratte recahlintrthe stetter of Reconneendation' (Vendor's letter will denote the date forms are to be.reeeive4 korri Manion %raw! Gae4 Soutar Pump Satan Pags3014 -04--4k1 z 4:3;14 MARTY R. HORTMAN certify that this bid or proposal Is made without prior understandin9 ,. agreement or ccnnectlon with any corporation; firm or person submitting 0 bid for the same work, labor or serytoo to be done or the stiPpliesi, matetials or equipment to be furnished. and is In all respects fair and Wit:1101ut oeNusion or fratid. I understand collUsive bidding is a 'violation of state and federal law and can result in dries; prison tentenees. and 'Civil damages awards, I :agree te'abide by .011 conditions of thiss*:titprOpesial.4nkt-tertify that 1 am authorized toeign this bid 'orproposal for . the bidder. Afliant further states that pursuant to 0,C.G.A..Section :3041-21 (d)and le). LAMP METAL TRUSSES, INC . has not, by Itself or with others, directly or indirectly, prevented or attempted to 'prevent competition In such bidding or proposals by any means whoteoevei. Afflard further states that (s)he has not prevented or endeavored to prevent anyone from making a bid Or Oat Canis project by tiy means whatever, nor has Aflient caused or induoed another :10 Withdraw a bid or offer for the work Affiant further states that the said offfe of .LAMP METAL TRUSSES , INC . is bona fide, and that nci one has gime to siny'supplier and attempted to get such person or company to furnish the materials to the bidder onty, or if furnis z 08 other bidder, that thabiaterial shall be at a higher price. 46.44/ 4,4 tk. ignature of Ailthortzed Company RepresentctiVe, PRES DENT Tide Slon Notary Public: CAS SIE B. NIX County: HALL Rev. MIAMI KIK141HZ:3 I ttlla sutiscribed •thts 26TH -day et OCTOBER 20 12 Commission Expires: 10/4/14 NO In accordance with the Laws of Geprita, sw:fallowing affidavit Is required by at vendors NON-COLLUSION AFFIDAVIT OF 'SUBCONTRACTOR ' e Nik f ' , 0 • V"' (pciat 0 1 , 1411* w ir r 0:1) Note: The successful vendor will submit the above forms to tho IN000rensent Department no later than five (5) days after receiving the "Letter of Recommendation° (Vendor's letter will denote the date tonne are to be received). eta Itsm1t2•205Fmt GolOoti GM 4 Beestar Pump Sledge Page 4 oft TOTAL P.05 U.1• l --eq —e ? l4 4 ' •1 l filet; eurlt 1Y-mirsi 10/4/14 P.03 Aystematic Alien verification for Entitlements (SAVE) Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, .. as an applicant for an Augusta, Georgia Business License or Occupation Tax Certificate, Alcohol License, Taxi Permit, Contract or other public benefit as reference in .0 C.G.A. Section 50-36-1, i am stating the following with resppegct tame for an Augusta. Georgia contract for FT. GORDON GATE 4 BOOSTER PumP STx iU (Ble +JRFQ Pmt Numb rand PraJact Name) MARTY R. HORTAN, PRESIDENT Priartypw Nettie* wawa erson applying on behalf buslmos. capon ttoot Paltnemblp, arofherprim& LAMP METAL TRUSSES, INC . %Piind'type: Name olbusl»:" commotion, padnenshfA or other Ovate *Why] f 1.) X 1 am a citizen of the United States. t1R 2:) i am a legal permanent resident .1 8 years of age or older: OR 3.) 1 am an otherwise qualfied.:alien :(8 § USC 1641) or nonimmigrant under the Federal :Immigration and Nationality At (8 USC 1101 et seq.) 18 years of age or older and lawfully present in the United States. In making the above representation under oath, 1 understand that any person who knowingly and willfully makes a false, .f ctitious, or fraudulent statement or representation in an afRdavit shalt be guilty of a violation of :Code Section 15-1 20 of the Otfiohti Code of Georgia. Signets Applicant MAR R. HORTMAN Printed Name * Alien Regbitrstlen Number for Non- Citizens SU =. r R1Bf r AND SYVp j F e , E 9N THIS 7 HE 26TH DAY OF OCTOB ER f , 20 12 Notary ' ublic ; ~. • r L mt .0- . My Carllssi4f► Expires: _ Note: The successful vesadw ' w1/t submit the above forms to the Prue than five (0) days atter receiving the "Letter of Recommendation" thedate remit:-are-to be recelvedj. Rtv.apapott 8IA Rant*t24G5Fat Gordon B 4Boesarvump5tton Pag*2of4 • Ey Company ID Number: 296218 THE E- VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING ARTICLE 1 PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DHS) and Lakeshore Enoineerinp, LLC (Employer) regarding the Employer's participation in the Employment Eligibility Verification Program (E- Verify). This MOU explains certain features of the E- Verify program and enumerates specific responsibilities of DHS, the Social Security Administration (SSA), and the Employer. E- Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form 1 -9). For covered government contractors, E- Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts. Authority for the E- Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). Authority for use of the E- Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility Verification ", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a "Federal contractor) to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 12989, as amended. ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF SSA 1. SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOU and the employment authorization of U.S. citizens. 2. SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E- Verify program. SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E- Verify process. 3. SSA agrees to safeguard the information provided by the Employer through the E-Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E-Verify program or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). Fogg 1 of 13 ,.... ..,; .: ;.:.4 ;;': > a:; si r•. L'a' '111:2 :.8 • • Verify Company ID Number: 296218 B. RESPONSIBILITIES OF DI-IS 4. SSA agrees to provide a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S. citizens' employment eligibility within 3 Federal Government work days of the initial inquiry. 5. SSA agrees to provide a means of secondary verification (including updating SSA records as may be necessary) for employees who contest SSA tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and aliens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary. In such cases, SSA will provide additional verification instructions. 1. After SSA verifies the accuracy of SSA records for aliens through E- Verify, DHS agrees to provide the Employer access to selected data from DHS's database to enable the Employer to conduct, to the extent authorized by this MOU: • Automated verification checks on alien employees by electronic means, and • Photo verification checks (when available) on employees. 2. DHS agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E- Verify process. 3. DHS agrees to provide to the Employer a manual (the E- Verify User Manual) containing instructions on E- Verify policies, procedures and requirements for both SSA and DHS, including restrictions on the use of E Verify. DHS agrees to provide training materials on E- Verify. 4. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in the E- Verify program. DHS also agrees to provide to the Employer anti- discrimination notices issued by the Office of Special Counsel for Immigration - Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 5. DHS agrees to issue the Employer a user identification number and password that permits the Employer to verify information provided by alien employees with DHS's database. 6. DHS agrees to safeguard the information provided to DHS by the Employer, and to limit access to such information to individuals responsible for the verification of alien employment eligibility and for evaluation of the E- Verify program, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the Immigration and Nationality Act (INA) and Federal criminal laws, and to administer Federal contracting requirements. 7. DHS agrees to provide a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative • Company ID ID Number: 296218 nonconfirmation of employees' employment eligibility within 3 Federal Government work days of the initial inquiry. 8. DHS agrees to provide a means of secondary verification (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non -match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. C. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system. 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E- Verify. 3. The Employer agrees to become familiar with and comply with the most recent version of the E- Verify User Manual. 4. The Employer agrees that any Employer Representative who will perform employment verification queries will complete the E- Verify Tutorial before that individual initiates any queries. A. The Employer agrees that all Employer representatives will take the refresher tutorials initiated by the E- Verify program as a condition of continued use of E- Verify, including any tutorials for Federal contractors if the Employer is a Federal contractor. B. Failure to complete a refresher tutorial will prevent the Employer from continued use of the program. 5. The Employer agrees to comply with current Form 1 -9 procedures, with two exceptions: • If an employee presents a "List B" identity document, the Employer agrees to only accept "List 8" documents that contain a photo. (List 8 documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form 1 -9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E- Verify at 888 - 464-4218. • If an employee presents a DHS Form 1 -551 (Permanent Resident Card) or Form 1 -766 (Employment Authorization Document) to complete the Form 1 -9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1 -9. The employer will use the photocopy to verify the photo and to assist DHS with its review of photo non - matches that are contested by employees. Note that employees retain the right to present any List A, or List 8 and List C, documentation to complete the Form 1 -9. DHS may in the future designate other documents that activate the photo screening tool. Paso 75 of'?a?:.' ^i% f,f k'.=. :U !:• :! 12iCq " %; ?t`.T.:Y..if l58 � ;li2Hi'if; E-VeriFy Company ID Number: 296218 6. The Employer understands that participation in E- Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms 1 -9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 2748 of the INA with respect to Form 1 -9 procedures, except for the following modified requirements applicable by reason of the Employer's participation in E- Verify: (1) identity documents must have photos, as described in paragraph 5 above; (2) a rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in compliance with the terms and conditions of E- Verify; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the Employer continues to employ an employee after receiving a final nonconfirmation; and (5) no person or entity participating in E Verify is civilly or criminally liable under any law for any action taken in good faith based on information provided through the confirmation system. DHS reserves the right to conduct Form 1 -9 compliance inspections during the course of E- Verify, as well as to conduct any other enforcement activity authorized by law. 7. The Employer agrees to initiate E -Verify verification procedures for new employees within 3 Employer business days after each employee has been hired (but after both sections 1 and 2 of the Form 1 -9 have been completed), and to complete as many (but only as many) steps of the E- Verify process as are necessary according to the E- Verify User Manual. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form 1 -9 completed. If the automated system to be queried is temporarily unavailable, the 3 -day time period is extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. In all cases, the Employer must use the SSA verification procedures first, and use DHS verification procedures and photo screening tool only after the SSA verification response has been given. Employers may initiate verification by notating the Form 1 -9 in circumstances where the employee has applied for a Social Security Number (SSN) from the SSA and is waiting to receive the SSN, provided that the Employer performs an E- Verify employment verification query using the employee's SSN as soon as the SSN becomes available. 8. The Employer agrees not to use E- Verify procedures for pre - employment screening of job applicants, in support of any unlawful employment practice, or for any other use not authorized by this MOU. Employers must use E- Verify for all new employees, unless an Employer is a Federal contractor that qualifies for the exceptions described in Article 11.0.1.c. Except as provided in Article 11.D, the Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. The Employer understands that if the Employer uses E- Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its access to SSA and DHS information pursuant to this MOU. 9. The Employer agrees to follow appropriate procedures (see Article iII. below) regarding tentative nonconfirmations, including notifying employees of the finding, providing written referral instructions to employees, allowing employees to contest the finding, and not taking Pap 4 of ,3@r..' MOU °: l♦ • E-Verify Company ID Number 296218 Pf ge !,t 1$'° ^F.: ?,f:`; `.;r 11?4'a "■ adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non - match, the Employer is required to take affirmative steps (see Article 111.8. below) to contact DHS with information necessary to resolve the challenge. 10. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo non - match, does not establish, and should not be interpreted as evidence, that the employee is not work authorized. In any of the cases listed above, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, refusing to assign the employee to a Federal contract or other assignment, or otherwise subjecting an employee to any assumption that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo non -match or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E- Verify at 1 -888- 464 -4218 or OSC at 1 -800 255 -8155 or 1- 800 - 237 -2515 (TDD). 11. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, in the case of a protected individual as defined in section 274B(a)(3) of the INA, because of his or her citizenship status. The Employer understands that such illegal practices can include selective verification or use of E- Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the unfair immigration - related employment practices provisions in section 2748 of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E- Verify. If the Employer has any questions relating to the anti - discrimination provision, it should contact OSC at 1 -800- 255 -8155 or 1-800- 237 -2515 (MD). 12. The Employer agrees to record the case verification number on the employee's Form 1 -9 or to print the screen containing the case verification number and attach it to the employee's Form 1 -9. 13. The Employer agrees that it will use the information it receives from SSA or DHS pursuant to E- Verify and this MOU only to confirm the employment eligibility of employees as • E- VeriFy Company ID Number: 296218 D. RESPONSIBILITIES OF FEDERAL CONTRACTORS authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords) to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 14. The Employer acknowledges that the information which it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)), and that any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 15. The Employer agrees to cooperate with OHS and SSA in their compliance monitoring and evaluation of E- Verify, including by permitting DHS and SSA, upon reasonable notice, to review Forms 1 -9 and other employment records and to interview it and its employees regarding the Employer's use of E- Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E- Verify. 1. The Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 2.2.18 of the FAR it must verify the employment eligibility of any "employee assigned to the contract" (as defined in FAR 22.1801) in addition to verifying the employment eligibility of all other employees required to be verified under the FAR. Once an employee has been verified through E- Verify by the Employer, the Employer may not reverify the employee through E- Verify. a. Federal contractors not enrolled at the time of contract award: An Employer that is not enrolled in E- Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E- Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to use E- Verify to initiate verification of employment eligibility of new hires of the Employer who are working in the United States, whether or not assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within 3 business days after the date of hire. Once enrolled in E- Verify as a Federal contractor, the Employer must initiate verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. b. Federal contractors already enrolled at the time of a contract award: Employers enrolled in E- Verify as a Federal contractor for 90 days or more at the time of a contract award must use E- Verify to initiate verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire. If the Employer is enrolled in E- Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E- Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within 3 business days after the date of hire. An Employer enrolled as a Federal contractor in E- Verify must initiate verification of each employee assigned to the E-Verify Company ID Number: 296218 contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Institutions of higher education, State, local and tribal governments and sureties: Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), State or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency pursuant to a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and /or all existing employees hired after November 6, 1986. The provisions of Article II.D, paragraphs 1.a and 1.b of this MOU providing timeframes for initiating employment verification of employees assigned to a contract apply to such institutions of higher education, State, local and tribal governments, and sureties. d. Verification of all employees: Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to do so only in the manner designated by DHS and initiate E- Verify verification of all existing employees within 180 days after the election. e. Form 1 -9 procedures for Federal contractors: The Employer may use a previously completed Form 1 -9 as the basis for initiating E- Verify verification of an employee assigned to a contract as long as that Form 1 -9 is complete (including the SSN), complies with Article IL.C.5, the employee's work authorization has not expired, and the Employer has reviewed the information reflected in the Form 1 -9 either in person or in communications with the employee to ensure that the employee's stated basis in section 1 of the Form 1 -9 for work authorization has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). If the Employer is unable to determine that the Form 1 -9 complies with Article ILC.5, if the employee's basis for work authorization as attested in section 1 has expired or changed, or if the Form 1 -9 contains no SSN or is otherwise incomplete, the Employer shall complete a new 1 -9 consistent with Article II.C.5, or update the previous 1 -9 to provide the necessary information. If section 1 of the Form 1 -9 is otherwise valid and up-to- date and the form otherwise complies with Article 11.C.5, but reflects documentation (such as a U.S. passport or Form 1 -551) that expired subsequent to completion of the Form 1 -9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article IL.C.5, subject to any additional or superseding instructions that may be provided on this subject in the E- Verify User Manual. Nothing in this section shall be construed to require a second verification using E- Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU, or to authorize verification of any existing employee by any Employer that is not a Federal contractor. 2. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. E-Verify Company ID Number: 296218 ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA B. REFERRAL TO DHS r iagv a of - V..n . ^:` Fir I C7y'iik O. `c': !-ct;; 1 7 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3. If the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a system - generated referral letter and instruct the employee to visit an SSA office within 8 Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E- Verify system regularly for case updates. 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. If the Employer finds a photo non -match for an employee who provides a document for which the automated system has transmitted a photo, the employer must print the photo non - match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when the Employer issues a tentative nonconfirmation based upon a photo non - match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible Elferify Company ID Number 296218 ARTICLE IV SERVICE PROVISIONS ARTICLE V PARTIES after the Employer receives it. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and instruct the employee to contact DHS through its toll -free hotline (as found on the referral letter) within 8 Federal Government work days. 5. If the employee contests a tentative nonconfirmation based upon a photo non- match, the Employer will provide the employee with a referral letter to DHS. OHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E- Verify system regularly for case updates. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non - match, the Employer will send a copy of the employee's Form 1 -551 or Form 1 -766 to DHS for review by: • Scanning and uploading the document, or • Sending a photocopy of the document by an express mail account (furnished and paid for by DHS). 7. The Employer understands that if it cannot determine whether there is a photo match /non- match, the Employer is required to forward the employee's documentation to DHS by scanning and uploading, or by sending the document as described in the preceding paragraph, and resolving the case as specified by the Immigration Services Verifier at DHS who will determine the photo match or non - match. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access the E- Verify System, an Employer will need a personal computer with Internet access. A. This MOU is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and DHS conduct the E- Verify . program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E- Verify program by DHS or SSA, including but not limited to the E- Verify checking against additional data sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to E- Verify through the use of mandatory refresher tutorials and updates to the E- Verify User Manual. Even without changes to E- Verify, DHS reserves the right to require employers to take e nya S t;`'leic ... i;y MO f :)( rJ)R3 iO ?2.;0,. .!•r'......r?il E r y -Ve if Company ID Number: 296218 mandatory refresher tutorials. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such a circumstance, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, that Employer will remain a participant in the E-Verify program, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. B. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established procedures or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect its performance of its contractual responsibilities. C. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as they may determine necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. D. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. E. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. F. The Employer understands that the fact of its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. H. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. PAge it of 1 fe)r f.'inptoyeIR*3v:51011 °Fite lafaii08 Ty IE.-Verify Company ID Number: 296218 To be accepted as a participant in E-Verify, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 888-464-4218. Employer Lakeshore Engineering, LLC Garland L Long Name f ypo or Prif* 1 =',Fec*ez,i7; 4 ‘all-' SiTi 0 Signature Department of Homeland Security — Verification Division USCIS Verification Division <r Prf Eiectranic4oIkr Signed 01113/2010 • aignattsrp . riato Pzgo 11 of 1 MOU fof E:ovt.::::.R...1v!sicn Date 1012: dhs ov IE • Vel:ily Company ID Number: 296218 Information Required for the E Program information relating to your Company: Company Name: 1..skesiiore En2ineerinch i_I_C CA)rripany f Address: Elisvvorth Ebrive Atlanta, GA 30118 Company AIternate Address: County or Parish: FULTQN Employer ..drintificetion Number: 27107I North American Industry Ciessification Systems Cod: 23? Parent Comps !w • Number of Err: rAoyeev Nurtiber of Sites Verified for: 1 4; 4 ofo,, Are you verifying for more than 1 site? if yes, please provide the number of sites verified for in each State: • GEORGIA 1 site(s) pec,, 12 fs;14:E..kiferily 10,2f..;;08 Company ID Number: 296218 Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name: Garland 1.. Long Telephone Number (404) 906 - 9930 E Address: glong09@bsilsouth.net Fax Number (404) 868 - 4007 Page 13 of . 13:.'...%/f.,fU - y if,112g:ei3 SEP -27 -2012 17 :11 • FAXED/MAILEG TO: FROM: SEP -2? -2012 15;50 From: ARC PURCHAS I NC All Bidders Phyllis Mills, Quality Assurance Analyst Tom Wiedmeler • testa UMW = : Department Geri Sams >4. Procuremen ' irector Room 605 - 530 Greene Street, .Augusta Georgia 30901 . (706) 821 -2422 - Fax (706) 821 -2811 www.auaustaga,gov i Register at www ,dcmandstar.ctrrnlstatrplier for automatic bid notification ID: ?06 ?243955 A tio Ain4 DATE: September 27, 2012 SUBJ: Responses to Vendors Questions and Clarifications to It le Specifications BID ITEM: 12 -205 Fort Gordon Gate 4 Booster Pump Station for Augusta Utilities Department BID OPENING: Thursday, October 4, 2012 a 3:00 p.tn. ADDENDUM NO. 1 This addendum shalt form a part of the bid documents and any contrast: entered into connection there with equally as if bound into the specifications. Specifications and Drawings previously Issued are modified and/or supplemented as noted below. Acknowledge receipt of all Addendum* on Attachment B within the Specifications package. SPECIFICATIONS REVISIONS: 1. Section 331223 MULTI -PLEX BOOSTER PUMP STATION: In Section 331223, MULTI -PLEX BOOSTER PUMP STATION, paragraph 2.3.A, delete the second sentence and replace it in its entirety with: *The Contractor shall have sole responsibility for the:pump and associated controls including the MCC, VFDs and the Master Control Panel (MCP)." For Clarification, this requires coordination of all items within the contract, inclusive of items specified within allowances. 2. Section 331223 MULTI -PLEX BOOSTER PUMP STATION: In Section 331223, MULTI -PLEX BOOSTER PUMP STATION, paragraph 2.5.C.5.b.ii, add the following sentenoe, "H discharge pressure alarm set points shall be provided, as appropriate, for each operating condition.' 3. Section 331223 MULTI -PLEX BOOSTER PUMP STATION: In Section 331223, MULTI -PLEX BOOSTER PUMP STATION, paragraph 2.5.C.5.b.iv, add following sentence, "Low flow alarm settings shall be provided, as . appropriate, for each operating condition and corresponding operating speed.' 4. Section 149200 TOP RUNNING SINGLE BRIDGE CRANE: Clarification: The Contractor to • coordinate, provide, and install electrical wiring, conduit, over current protection, and disconnects for top running single bridge crane. Provide electrical connection shop drawings with Section 149200 submittal. 5. Supplementary Conditions: a. Section 29 - AFTER HOURS INSPECTIONS: In the first sentence revise "8 a.m. to 5 p.nr to read °7 a.m. to 7 p.m." b. Section 31 - Permit Fees: Add Section 31 — Permit Fees. In reference to General Condition paragraph 6.13, construction permit fees shall be waived for aft Augusta Richmond County required permits. Scan this OR code with your *nartphone or mimosa equip Wet to visit theAugusta Georgia Addendum 1 Bid item #12 -2Q5 Page 1 of 4 P.02/10 Pose:002 R=96% SEP -2? -2012 17:11 Aim' PURCHAS I NG 8. SECTION B6 -BID BOND: At mid -page on page BB-1, strike Through the project description "FORT GORDON NEW WATER AND SEWAGE CONNECTIONS ;PROJECT" and write In "FORT GORDON GATE 4, BOOSTER PUMP STATION, PROJECT NO. jCU -0068 (1=G- 8888003)" 7. PLEASE INSERT THE NEW REVISED BID BOND FORM {BB-I), CLARIFICATIONS 1. The Contractor shall be responsible for obtaining permits related to project construction through Augusta- Riohrribnd County (ARC). Permit fees associated with ARC issued permits, however, shall be waived. Refer to Specification Revisions, item 5.b below, which. addresses this item. 2. ARC and their Engineer Consultant will assist the Contractor by providing any project specific contract documents needed to obtain a permit 3. No NPDES or GDOT issued permits are anticipated for this project. 4_ No ARC bonds related to work in the right-of-way and landscape work are required for this Project. 5. Any required ARC Inspections for this project will be performed by AUD or their representative. The Contractor will not be required to coordinate additional inspections through the ARC Ewliding and inspections department. This does not, however, exempt the Contractor for costs associated with "after hours" inspections discussed in Supplementary Conditions paragraph 29 - After Hours inspections and Special Conditions paragraph SPC-1. 6. REMOVE PREVIOUS BID BONO FORM (66 -1) WITH THE INCORRECT PROJECT NAME. RespWls o Vendors fluk►ststrta: Question #1: There is a bit of confusion concerning the responsibility fOr the main control panel, programming of the integral Modicon PLC, coordination and compatibility, with the pump assemblies, MCC/VFDs and other pump station equipment including the pressure transducers, flow meter and valve actuators. Specification section 331223 2.3 A defines the pump assenblyprovider as having the responsibility for providing the main control panel, programming required to control the pumps and the associated pump station components and assurance that all equipment is compatible. This ensures single party responsibility and oversight to meet the requirements of the specifications. Specification section 012100 lists the male control panel, operator` Interfaces, PLC and programming to be an allowance item provided by an Owner selected firm. This splits the responsibilities and impacts coordination. Questions such as those listed below may not arise under a limited scope approach_ Can the allowance item for the main control panel be eliminated and responsibility for the panel and coordination as required by 331223 be returned to the pump assembly provider? Question #2:. The SCADA equipment must be housed in the main control panel per 331223 2.5 A. 8. Please provide the SCADA provider contact information or clarify the following A. What amount of space is required in the main control panel for SCADA equipment? B. What are the power requirements including the voltage, mexlinum amp draw and quantity of circuits required to power the SCADA equipment? C. The main control panel and SCADA will communicate via Ethernet protocol per 331223 2.5 E. Our intention as the main control panel provider is to utilize Modbus TCP. Is this acceptable? Question #3: The main control panel is served by a single 120/1/60/20A breaker from the MCC power panel per 331223 2.5 B. in addition to the loads required by the panel itself, it must provide power to the following: SCADA equipment Uninterruptable Power Supply (UPS) Four (4) suction and discharge manifold pressure transducers Pump station flow meter Three (3) Limitorque QX pump discharge valve actuators The 20A breaker may not be sufficiently sized to provide for the connected loads. The total electrical load required to be carried by this panel needs to be determined and the means to isolate these external loads defined (circuit breaker, fusing, etc.). What is the total electrical load to be carried by the maln control panel and the 120h/60/20A breaker supplying thispanel? How are the external loads (flow meter, pressure transducers and valve actuators) and internal roads (UPS and SCADA) to be isolated /protected? SEP -27 -2012 15:50 From: Addendum 1 Rid 'tern #12 -205 Page 2of4 P.03/10 ID:7067243955 Pase:003 ft =96. SEP -27 -2012 17:11 ARC PURCHASING Question #4: The three (3) pump discharge valve actuators (Limitorque QX) are to be powered and controlled by the main control panel as shown in the drawings and noted in 331223 2.6 C. 5. h- j. lv. Specification section 335100 2.5 A. 6. d. lists 110/125 single phase, 220/250 single phase (50 Hz), or 208, 230, 360, 440, 460.575 three phase or 380, 400, 440 415, 525 three phase (50 Hz) or 24- 48VDC power as provided by the PLC. The power supply to the main centre! panel is 12011/60/20A as noted in the drawings and specification 331223 and the UPS specified provides only 120/1/60 power. What are the power requirements including the maximum amperage for each of the three actuators? Specification section 335100 2.5 A. 6. j. states that discrete remote control may be configured as two, three or four wires for open-stop-close control. What Is the control signal wiring arrangement and signal required to control, valve position? Specification section 335100 2.5 A. 6.1. states that remote control functions may be powered by - external 24 VDC, 125 VAC or the actuator's internal 24VDC supply. What Is the remote control power requirement and source? Specification section 331223 2.5 C. 5. j. iv. Requires what may be an accelerated closure rate (less than,five (5) seconds). Please clarify the control signal requirement to the valve actuator for this Emergency Shut Down mode. Question #5: The specified uninterruptable power supply (Sala 63Kt8 0) is rated for approximately 1200W for three (3) minutes. This 120/1/60/10A rating may be insufficient to power closed the pump discharge valve(s) during loss of pump station power while maintaining power to the PLC and operator interfaces. Please verify all Toads required to be tarried by the UPS to ensure it is adequately sized or specify a larger and more capable UPS If required. Question #S High discharge pressure alarm settings should vary with the particular operating condition the pump station is in and the resulting pumps) operating speed. Can specification 331223 2.5 C. 5. R. iri. be amended to reflect the requirement to program separate high discharge pressure alarm set points for each operating condition? Question #7 Low Flow alarm settings should vary with the particular operating condition the pump 'station is in and the resulting pump(s) operating speed. The pump(s) minimum flow will vary with the operating speed. Can specification 331223 2.5 C. 5. B. Iv. be amended to reflect the requirement to program separate low flow aterm set points for each operating condition? Response for Questions 1.7: The Contractor, inclusive of subcontractors and /or vendors and Owner selected contractors and/or vendors specified in project allowances, shall have the sole responsibility of leading the Contractor team in a coordinated effort to provide a fully functional booster pump facility In accordance 'with the contract documents. Most of the items discussed and presented in Questions 1 -7, are related to labor, equipment and materials specified to be provided within Allowance No. 2. These items shall remain as stated. Refer to following Specification Revisions section, items 1, 2 and 3, which addresses subject matter presented in Questions 1 -7. Question #8: Specification section 260573 (Overcurrent Protective Device coordination Study) requires gathering and tabulating of input data for the study and conducting the study without defining the responsible party. In addition, the study must be provided AFTER equipment submittals have been assembled and the equipment approved (260572 3.1 A. 1.). Conducting the study AFTER equipment is released for production or revision of equipment requirements after the bid submittals can lead to additional costs not easily defined prior to the bid. The devices to be coordinated are noted as being identified in the drawings per 260572 3.1 A,. but no clear annotation was noted in El 01, E102 or E201. Based on the power system data identified under 260573 3.2 it appears that the required data will be provided from a variety of sources. Can the general contractor be identified as the responsible party for providing this Professional Engineer provided study and an allowance item added to the bid form for conducting the study? Will change orders be allowed should equipment changes be necessary based on the study results? Recommend modifying specification section 013000 — Submittals to reference specification section 260573 and require the data be provided. SEP- 27 -2 @12 15:50 From: Addendum 1 Sid item #12 -205 Page 3 of 4 P.04/10 ID:7067243955 Pa9e:004 R=95% SEP -27 -2012 17:12 ARC PURCHASING Note: Specification section 290573 Is the only reference to motor and generator therm/ damage curves as an example of the data not celled for In other (parent) speclficatien sections. Response: ltenhta to be coordinated in this study are all items a gotated with disconnects, MCCS, and panelboards. The Contractor is to provide this study. No 'change orders will be allowed for equipment changers_ Question #9: Please provide the complete generator electrical data; transformer data (resistance) and data for any other linear Toad attached to the transfai•mei so we may perform a one -line harmonic calculation to determine harmonic mitigation requirements prior to_hid. We cannot determine compliance with IEEE 519 -1992 as required by 331223 2,4 S. without complete data. Will change orders be allowed for the additional costs associated with meeting IEEE 519 -1992 if complete data is not available In a timely manner to determine mitigation requirements? Response: The generator will be portable, therefore no accurate data can be provided. The Contractor shalt coordinate with the power utility regarding transformer data. Question ##10: No spares requirements are identified in 331223. Recommend Including spare parts requirements in the to include one (1) pump mechanical seal repair kit set (two seal kits total), three (3) fuses of each size and rating, and three indicator (pilot) i'ght bulbs for each type provided. Response: The Contractor shall provide one (1) pump mechanical setal repair klt set (two seal kits total), three (3) fusses of each size and rating, and three indictor (pilot) tight bulbs for each type provided. ATTACHMENTS: the sole source of questions was from GPM Envlronmentet, Inc. GPM's submitted questions, dated 9/20112 (4 pages), are attached as part of thle addendum 81d Bond Form (B8.1) Tease acknowledge addendum In your submittal END ADDENDUM SEP -27 -2012 15:51 From: Addendum 1 Bid item #12 -205 Page 4of4 P.05/0 ID:7067243955 Page :005 R =96% • • SEP -2? -2012 17:12 ARC PURCHASING KNOW ALL MEN BY THESE PRESENTS, that we, the as Principal, _. and as Surety, are hereby held and firmly bound unto the Augusta, Georgia Commission of Augusta, Georgia as Owner in the penal sum of _. _ _for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that whereas the Principal has submitted to the Augusta, Georgia Commission of Augusta, Georgia, a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing for the PORT GORDON GATE 4 BOOOSTER PUMP STATION PROTECT, for Augusta, Georgia in accordance with plans and specifications of the AUGUSTA UTILITIES DEPARTMENT. NOW, THEREFORE, (a) OD) Signed this SEP -27 --2012 15:51 From: If said Bid shall be rejected, or in the alternate, day of ,2p If said Bid shall be accepted and the Prinncipal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, .exceed the penal amount of this obligation as herein stated. BB-I ID:7067243955 P.06!10 Pase:006 R =96% SEP -27 -2012 17;12 ARC PURCHASING To; Geri A- Sams Procurement Department 530 Greene Street — Room 605 Augusta, GA 30901 (F) 706 -821 -2811 procbidandcontract@augustaga.gov Re: Pre -Bid Questions — Bid Item #12 -205 Fort Gordon Gate 4 Booster Pump Station for Utilities Department Geri: ENVIRONMENTAL Inc. PHONE (770) 643 -4859 FAx (7'70) 552 -0319 Thu.-FREE (888) 720 -9882 '13260 UNION HILL ROAD Au'HARETTA, GEORGIA 30004 www,gprnindustries.com P.07 /10 2) The SCADA equipment must be housed in the main control panel per 331223 2.5 A. 8. Please provide the SCADA provider contact information or clarify the following: A. What amount of space is required in the main control panel for SCADA equipment? September 20, 2012, Please address the questions listed below pertaining to the subject project 1) There is a bit of confusion concerning the responsibility for the main control panel, programming of the integral Modicon PLC, coordination and compatibility with the pump. assemblies, MCC/VFDs and other pump station equipment including the pressure transducers, flow meter and valve actuators. Specification suction 331223 2.3 A defines the pump assembly provider as having the responsibility for providing the main control panel, programming required to control the pumps and the associated pump station components and assurance that ail equipment is compatible. This ensures single party responsibility and oversight to meet the requirements of the specifications. Specification section 012100 lists the main control panel, operator interfaces, PLC and programming to be an allowance item provided by an Owner selected firm. This splits the responsibilities and impacts coordination. Questions such as those listed below may not arise under a limited scope approach. Can the allowance item for the main control panel be eliminated and responsibility for the panel and coordination as required by 331223 be returned to the pump assembly provider? B. What are the power requirements including the voltage, maximum amp draw and quantity of circuits required to power the SCADA equipment? SEP -27 -2012 15:51 From: IO:7067243955 Pa9e:007 R =96% SEP -27 -2012 17;12 ARC PURCHASING P.06/10 C The main control panel and SCADA will communicate vie Ethernet protocol per 331223 23 E. Our intention as the main control panel provider is to utilize Modbus TCP. Is this acceptable? 3) The main control panel is served by a single 120/1/60/20A breaker from the MCC power panel per 331223 2.5 8. In addition to the Toads required by the panel itself, it must provide power to the following: SCADA equipment Uninterruptable Power Supply (UPS) Four (4) suction and discharge manifold pressure transducers Pump station flow meter Three (3) Limitorque OX pump discharge valve actuators The 20A breaker may not be sufficiently sized to provide for the connected loads. The total electrical Toad required to be carried by this panel needs to be determined and the means to isolate these external loads defined (circuit breaker, fusing, etc.). What is the total electrical load to be carried by the main control panel and the 120/1/60/20A breaker supplying this panel? How are the external loads (flow meter, pressure transducers and valve actuators) and internal loads (UPS and SCADA) to be isolated /protected? 4) The three (3) pump discharge valve actuators (Limitorque QX) are to be powered and controlled by the main control panel as shown In the drawings and noted in 3312232.5 C. 5, h -j. iv. Specificatlon section 335100 2,5 A. 6, d, lists 110/125 single phase, 220/250 single phase (50 Hz), or 208, 230, 360, 440, 460, 575 three phase or 380, 400, 440 415, 525 three phase (50 Hz) or 24 -48VDC power as provided by the PLC. The power supply to the main control panel Is 120/1/60/20A as noted in the drawings and specification 331223 and the UPS specified provides only 120/1/60 power. What are the power requirements including the maximum amperage for each of the three actuators? Specification section 335100 23 A. 6, j. states that discrete remote control may be configured as two, three or four wires for open - stop -close control. What is the control signal wiring arrangement and signal required to control valve position? Specification section 335100 2.5 A. 6. j. states that remote control functions may be powered by external 24 VDC, 125 VAC or the actuator's internal 24VDC supply. What is the remote control power requirement and source? SEP -27 - 2012 15:51 From: ID:7067243955 Pa e:008 R=96' • 8) • SEP -27 -2012 17:12 RRC PURCHASING P.09/10 Specification section 331223 2.5 C. 5. j. iv. Requires what may be an accelerated closure rate (less than five (5) seconds). Please clarify the Control signal requirement tothe valve actuator for this Emergency Shut Down mode. 5) The specified unlnterruptable power supply (Sofa 53K1600) is rated for approximately 1200W for three (3) minutes. This 120/1/60/10A rating may be insufficient to power dosed the pump discharge velvets) during loss of pump station power while maintaining power to the PLC and operator interfaces. Please verify all loads required to be carried by the UPS to ensure it is adequately sized or specify a larger and more capable UPS if required. 6) High discharge pressure alarm settings should vary with the particular operating condition the pump station is in and the resulting pump(s) operating speed. Can specification 331223 2.5 C. 5. B. ii. be amended to reflect the requirement to program separate high discharge pressure alarm set points for each operating condition? 7) Low flow alarm settings should vary with the particular operating condition the pump station is in and the resulting pump(s) operating speed. The pumps) minimum flow will vary with the operating speed. Can specification 331223 2.5 C. 5. B. Iv. be amended to reflect the requirement to program separate low flow alarm set points for each operating condition? Specification Section 260573 (Overcurrent Protective Device Coordination Study) requires gathering and tabulating of input data for the study and conducting the study without defining the responsible party. In addition, the study must be provided AFTER equipment submittals have been assembled and the equipment approved (260572 3.1 A. 1.). Conductingthe study AFTER equipment is released for production or revision of equipment requirements after the bid submittals can lead to additional costs not easily defined prior to the bid. The devices to be coordinated are noted asbeing identified in the drawings per 260572 3.1 A., but no clear annotation was noted in E101, E102 or E201. Based on the power system data identified under 260573 3,2 it appears that the required data will be provided from a variety of sources. Can the general contractor be identified as the responsible party for providing this Professional Engineer provided study and an allowance item added to the bid form for conducting the study? Will change orders be allowed should equipment changes be necessary based on the study results? Recommend modifying specification section 013000 — Submittals to reference specification section 260573 and require the data be provided, Note: Specification section 260573 is the only reference to motor and generator thermal damage curves as an example of the data not called for In other (parent) specification sections. SEP -27 -2012 15:51 From: ID: 7W7243955 Paee:009 R =96% SEP -27 -2012 ......1.7:13. ARC PURCHASING 9) Please provide the complete generator electrical data, transformerdata (resistance) and data for any otherr linear load attached to the transformer so we may perform a one -line harmonic calculation to determine harmonic mitigation requirements prior to kid. We cannot determine compliance with IEEE 519 71992 as required by 331223 2,45. without cornplete . data. Will change orders be allowed for the additional costs associated with meeting IEEE 519 -1992 If complete data is not available in a timely manner to determine mitigation requirements? 10) No spares requirements are identified in 331223. Recommend Including spare parts requirements in the to include one (1) pump mechanical seal repair kit set (two seal kits total), three (3) fuses of each size and rating, and three indicator (pilot) light bulbs for each type provided, SEP -27 -2012 15:52 From: P.10/10 TOTAL P.10 ID:7067245955 Pa9e:010 R=96% • • FAXED/MAILED TO: FROM: All Bidders Phyllis Mills, Quality Assurance Analyst Tom Wiedmeier, Augusta Utilities Department Geri Sams Procuremen cam Jo4-f✓ DATE: October 1, 2012 SUBJ: NEW BID OPENING DATE and Clarifications to the Specifications BID ITEM: 12 -205 Fort Gordon Gate 4 Booster Pump Station for Augusta Utilities Department NEW BID OPENING: Thursday, October 11, 2012 @ 3:00 p.m. ADDENDUM NO.2 This addendum shall form a part of the bid documents and any contract entered into connection there with equally as if bound into the specifications. Specifications and Drawings previously issued are modified and /or supplemented as noted below. Acknowledge receipt of all Addendums on Attachment B within the Specifications package. The opening date for BID #12 -205 — Fort Gordon Gate 4 Booster Pump Station has been changed: FROM: Thursday, October 4, 2012@ 3:00 p.m. TO: Thursday, October 11, 2012 @ 3:00 p.m. SPECIFICATIONS REVISIONS: Please Add Section 260548 — Vibration and Seismic Controls for Electrical Systems to the Specifications Book which was previously omitted in error. (Attached) ATTACHMENTS: SECTION 260548 — Vibration and Seismic Controls for Electrical Systems(8 pages) Room 605 - 530 Greene Street, Augusta Georgia 30901 (706) 821 -2422 - Fax (706) 821 -2811 www.augustaga.gov Register at www.demandstar.com/supplier for automatic bid notification Please acknowledge addendum in your submittal END ADDENDUM Scan this QR code with your smartphone or camera equipped tablet to visit the Augusta, Georgia 2 Addendum 2 Bid Rem #12 -205 Page 1 of 1 • Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) SECTION 260548 - VIBRATION AND SEISMIC CONTROLS FOR. ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Isolation pads. 2. Spring isolators. 3. Restrained spring isolators. 4. Channel support systems. 5. Restraint cables. 6. Hanger rod stiffeners. 7. Anchorage bushings and washers. B. Related Sections include the following: 1. Section 260529 "Hangers and Supports for Electrical Systems" for commonly used electrical supports and installation requirements. 1.2 DEFINITIONS A. The IBC: International Building Code. B. ICC -ES: ICC - Evaluation Service. 1.3 PERFORMANCE REQUIREMENTS A. Seismic - Restraint Loading: 1. Seismic Design Category as Defined in the IBC: D 2. Assigned Occupancy Category as Defined in the IBC: IV. 3. Refer to structural drawings for particular IBC design parameters. 1.4 ACTION SUBMITTALS A. Product Data: For the following: 05/15/2012 1. Include rated load, rated deflection, and overload capacity for each vibration isolation device. 2. Illustrate and indicate style, material, strength, fastening provision, and finish for each type and size of seismic - restraint component used. VIBRATION AND SEISMIC CONTROLS FOR ELECTRICAL SYSTEMS 260548 - 1 Fort Gordon Gate 4 05/15/2012 Booster Pump Station Project No.ICU -0068(FG- 88880003) a. Tabulate types and sizes of seismic restraints, complete with report numbers and rated strength in tension and shear as evaluated by an agency acceptable to authorities having jurisdiction. b. Annotate to indicate application of each product submitted and compliance with requirements. 3. Restrained - Isolation Devices: Include ratings for horizontal, vertical, and combined loads. B. Delegated - Design Submittal: For vibration isolation and seismic - restraint details indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 1. Design Calculations: Calculate static and dynamic loading due to equipment weight and operation, seismic forces required to select vibration isolators and seismic restraints. a. Coordinate design calculations with wind -load calculations required for equipment mounted outdoors. Comply with requirements in other electrical Sections for equipment mounted outdoors. 2. Indicate materials and dimensions and identify hardware, including attachment and anchorage devices. 3. Field - fabricated supports. 4. Seismic - Restraint Details: a. Design Analysis: To support selection and arrangement of seismic restraints. Include calculations of combined tensile and shear loads. b. Details: Indicate fabrication and arrangement. Detail attachments of restraints to the restrained items and to the structure. Show attachment locations, methods, and spacings. Identify components, list their strengths, and indicate directions and values of forces transmitted to the structure during seismic events. c. Preapproval and Evaluation Documentation: By an agency acceptable to authorities having jurisdiction, showing maximum ratings of restraint items and the basis for approval (tests or calculations). 1.5 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Show coordination of seismic bracing for electrical components with other systems and equipment in the vicinity, including other supports and seismic restraints. B. Qualification Data For testing agency. C. Welding certificates. D. Field quality - control test reports. VIBRATION AND SEISMIC CONTROLS FOR ELECTRICAL SYSTEMS 260548 - 2 Fort Gordon Gate 4 Booster Pump Station Proj ect No.ICU -0068(FG- 88880003) 1.6 QUALITY ASSURANCE 05/15/2012 A. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a nationally recognized testing Iaboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction. B. Comply with seismic- restraint requirements in the IBC unless requirements in this Section are more stringent. C. Welding: Qualify procedures and personnel according to AWS D1.1/D1.IM, "Structural Welding Code - Steel." D. Seismic- restraint devices shall have horizontal and vertical load testing and analysis and shall bear anchorage preapproval OPA number from OSHPD, preapproval by ICC -ES, or preapproval by another agency acceptable to authorities having jurisdiction, showing maximum seismic- restraint ratings. Ratings based on independent testing are preferred to ratings based on calculations. If preapproved ratings are not available, submittals based on independent testing are preferred. Calculations (including combining shear and tensile loads) to support seismic - restraint designs must be signed and sealed by .a qualified professional engineer. E. Comply with NFPA 70. PART 2 - PRODUCTS 2.1 VIBRATION ISOLATORS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Ace Mountings Co., Inc. 2. Amber/Booth Company, Inc. 3. California Dynamics Corporation. 4. Isolation Technology, Inc. 5. Kinetics Noise Control. 6. Mason Industries. 7. Vibration Eliminator Co., Inc. 8. Vibration Isolation. 9. Vibration Mountings & Controls, Inc. Pads : Arrange in single or multiple layers of sufficient stiffness for uniform loading over pad area, molded with a nonslip pattern and galvanized -steel baseplates, and factory cut to sizes that match requirements of supported equipment. 1. Resilient Material: Oil - and water - resistant neoprene C. Spring Isolators: Freestanding, laterally stable, open - spring isolators. VIBRATION AND SEISMIC CONTROLS FOR ELECTRICAL SYSTEMS 260548 - 3 • Fort Gordon Gate 4 05/15/2012 Booster Pump Station Project No.ICU- 0068(FG- 88880003) 1. Outside Spring Diameter: Not less than 80 percent of the compressed height of the spring at rated load. 2. Minimum Additional Travel: 50 percent of the required deflection at rated load. 3. Lateral Stiffness: More than 80 percent of rated vertical stiffness. 4. Overload Capacity: Support 200 percent of rated load, fully compressed, without deformation or failure. 5. Baseplates: Factory drilled for bolting to structure and bonded to 1/4 -inch- thick, rubber isolator pad attached to baseplate underside. Baseplates shall limit floor load to 500 prig. 6. Top Plate and Adjustment Bolt: Threaded top plate with adjustment bolt and cap screw to fasten and level equipment. D. Restrained Spring Isolators : Freestanding, steel, open - spring isolators with seismic or limit - stop restraint. 1. Housing: Steel with resilient vertical -limit stops to prevent spring extension due to weight being removed; factory- drilled baseplate bonded to 1 /4- inch - thick, neoprene or rubber isolator pad attached to baseplate underside; and adjustable equipment mounting and leveling bolt that acts as blocking during installation. 2. Restraint: Seismic or limit -stop as required for equipment and authorities having jurisdiction. 3. Outside Spring Diameter: Not less than 80 percent of the compressed height of the spring at rated load. 4. Minimum Additional Travel: 50 percent of the required deflection at rated load. 5. Lateral Stiffness: More than 80 percent of rated vertical stiffness. 6. Overload Capacity: Support 200 percent of rated load, fully compressed, without deformation or failure. 2.2 SEISMIC- RESTRAINT DEVICES A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Amber/Booth Company, Inc. 2. California Dynamics Corporation. 3. Cooper B -Line, Inc.; a division of Cooper Industries. 4. Hilti Inc. 5. Loos & Co.; Seismic Earthquake Division. 6. Mason Industries. 7. TOLCO Incorporated; a brand of NIBCO INC. 8. Unistrut; Tyco International, Ltd. B. General Requirements for Restraint Components: Rated strengths, features, and application requirements shall be as defined in reports by an agency acceptable to authorities having jurisdiction. 1. Structural Safety Factor: Allowable strength in tension, shear, and pullout force of components shall be at least four times the maximum seismic forces to which they will be subjected. VIBRATION AND SEISMIC CONTROLS FOR ELECTRICAL SYSTEMS 260548 - 4 • Fort Gordon Gate 4 05/15/2012 Booster Pump Station Project No.ICU- 0068(FG- 88880003) C. Channel Support System: MFMA -3, shop- or field- fabricated support assembly made of slotted steel channels with accessories for attachment to braced component at one end and to building structure at the other end and other matching components and with corrosion- resistant coating; and rated in tension, compression, and torsion forces. D. Restraint Cables: ASTM A 603 galvanized -steel cables with end connections made of steel assemblies with thimbles, brackets, swivels, and bolts designed for restraining cable service; and with a minimum of two clamping bolts for cable engagement. E. Hanger Rod Stiffener: Steel tube or steel slotted - support- system sleeve with internally bolted connections to hanger rod. Do not weld stiffeners to rods. F. Bushings for Floor - Mounted Equipment Anchor: Neoprene bushings designed for rigid equipment mountings, and matched to type and size of anchors and studs. G. Bushing Assemblies for Wall - Mounted Equipment Anchorage: Assemblies of neoprene elements and steel sleeves designed for rigid equipment mountings, and matched to type and size of attachment devices. H. Resilient Isolation Washers and Bushings: One - piece, molded, oil - and water - resistant neoprene, with a flat washer face. I. Mechanical Anchor: Drilled -in and stud -wedge or female -wedge type in zinc- coated steel for interior applications and stainless steel for exterior applications. Select anchors with strength required for anchor and as tested according to ASTM E 488. Minimum length of eight times diameter. J. Adhesive Anchor Drilled -in and capsule anchor system containing polyvinyl or urethane methacrylate -based resin and accelerator, or injected polymer or hybrid mortar adhesive. Provide anchor bolts and hardware with zinc - coated steel for interior applications and stainless steel for exterior applications. Select anchor bolts with strength required for anchor and as tested according to ASTM E 488. 2.3 FACTORY FINISHES A. Finish: Manufacturer's standard prime -coat finish ready for field painting. B. Finish: Manufacturer's standard paint applied to factory- assembled and - tested equipment before shipping. 1. Powder coating on springs and housings. 2. All hardware shall be galvanized. Hot -dip galvanize metal components for exterior use. 3. Baked enamel or powder coat for metal components on isolators for interior use. 4. Color -code or otherwise mark vibration isolation and seismic - control devices to indicate capacity range. VIBRATION AND SEISMIC CONTROLS FOR ELECTRICAL SYSTEMS 260548 - 5 Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) PART 3 - EXECUTION 3.1 EXAMINATION 05/15/2012 A. Examine areas and equipment to receive vibration isolation and seismic - control devices for compliance with requirements for installation tolerances and other conditions affecting performance. B. Examine roughing -in of reinforcement and cast -in -place anchors to verify actual locations before installation. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 APPLICATIONS A. Multiple Raceways or Cables: Secure raceways and cables to trapeze member with clamps approved for application by an agency acceptable to authorities having jurisdiction. B. Hanger Rod Stiffeners: Install hanger rod stiffeners where indicated or scheduled on Drawings to receive them and where required to prevent buckling of hanger rods due to seismic forces. C. Strength of Support and Seismic- Restraint Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static and seismic loads within specified loading limits. 3.3 SEISMIC - RESTRAINT DEVICE INSTALLATION A. Equipment and Hanger Restraints: 1. Install restrained isolators on electrical equipment. 2. Install resilient, bolt - isolation washers on equipment anchor bolts where clearance between anchor and adjacent surface exceeds 0.125 inch. 3. Install seismic- restraint devices using methods approved by an agency acceptable to authorities having jurisdiction providing required submittals for component. B. Install bushing assemblies for mounting bolts for wall- mounted equipment, arranged to provide resilient media where equipment or equipment- mounting channels are attached to wall. C. Attachment to Structure: If specific attachment is not indicated, anchor bracing to structure at flanges of beams, at upper truss chords of bar joists, or at concrete members. D. Drilled -in Anchors: 1. Identify position of reinforcing steel and other embedded items prior to drilling holes for anchors. Do not damage existing reinforcing or embedded items during coring or drilling. Notify the structural engineer if reinforcing steel or other embedded items are VIBRATION AND SEISMIC CONTROLS FOR ELECTRICAL SYSTEMS 260548 - 6 • Fort Gordon Gate 4 05/15/2012 Booster Pump Station Project No.ICU- 0068(FG- 88880003) encountered during drilling. Locate and avoid prestressed tendons, electrical and telecommunications conduit, and gas lines. 2. Do not drill holes in concrete or masonry until concrete, mortar, or grout has achieved full design strength. 3. Wedge Anchors: Protect threads from damage during anchor installation. Heavy -duty sleeve anchors shall be installed with sleeve fully engaged in the structural element to which anchor is to be fastened. 4. Adhesive Anchors: Clean holes to remove loose material and drilling dust prior to installation of adhesive. Place adhesive in holes proceeding from the bottom of the hole and progressing toward the surface in such a manner as to avoid introduction of air pockets in the adhesive. 5. Set anchors to manufacturer's recommended torque, using a torque wrench. 6. Install zinc- coated steel anchors for interior and stainless -steel anchors for exterior applications. 3.4 ACCOMMODATION OF DIFFERENTIAL SEISMIC MOTION A. Install flexible connections in runs of raceways, cables, wireways, cable trays, and busways where they cross seismic joints, where adjacent sections or branches are supported by different structural elements, and where they terminate with connection to equipment that is anchored to a different structural element from the one supporting them as they approach equipment. • 3.5 FIELD QUALITY CONTROL A. Perform tests and inspections. B. Tests and Inspections: 1. Provide evidence of recent calibration of test equipment by a testing agency acceptable to authorities having jurisdiction. 2. Schedule test with Owner, through Architect, before connecting anchorage device to restrained component (unless postconnection testing has been approved), and with at least seven days' advance notice. 3. Obtain Architect's approval before transmitting test loads to structure. Provide temporary load - spreading members. 4. Test at least four of each type and size of installed anchors and fasteners selected by Architect. 5. Test to 90 percent of rated proof load of device. 6. Measure isolator restraint clearance. 7. Measure isolator deflection. 8. Verify snubber minimum clearances. 9. If a device fails test, modify all installations of same type and retest until satisfactory results are achieved. C. Remove and replace malfunctioning units and retest as specified above. D. Prepare test and inspection reports. VIBRATION AND SEISMIC CONTROLS FOR ELECTRICAL SYSTEMS 260548 - 7 • Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) 3.6 ADJUSTING 05/15/2012 A. Adjust isolators after isolated equipment is at operating weight. B. Adjust limit stops on restrained spring isolators to mount equipment at normal operating height. After equipment installation is complete, adjust limit stops so they are out of contact during normal operation. C. Adjust active height of spring isolators. D. Adjust restraints to permit free movement of equipment within normal mode of operation. 1. Component Response Modification Factor: [1.5] [2.5] [3.5] [5.0]. 2. Component Amplification Factor: [1.0] [2.5]. END OF SECTION 260548 VIBRATION AND SEISMIC CONTROLS FOR ELECTRICAL SYSTEMS 260548 - 8 IB -01 GENERAL SECTION IB INSTRUCTIONS TO BIDDERS 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. 113-03 ADDENDA AND INTERPRETATIONS No interpretation of the meaning of plans, specifications or other pre -bid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to the Geri A. Sams, Director of Procurement; Procurement Department; Room 605; 530 Greene Street; Augusta, GA 30901 and to be given consideration must be received at least ten days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be sent by facsimile or U.S. mail to all prospective bidders (at the respective addresses furnished for such purposes), not Iater than five days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shalt become part of the Contract Documents. I13-04 PREPARATION OF BIDS Bids shall be submitted on the formes provided and must be signed by the bidder or his authorized representative. Any corrections to entries made on bid forms should be initialed by the person signing the bid. Bidders must quote on all items appearing on the bid forms, unless specific directions in the advertisement, on the bid form, or in the special specifications allow for partial bids. Failure to quote on all items may disqualify the bid. When quotations on all items are not required, bidders shall insert the words no bid" where appropriate. Alternative bids will not be considered unless specifically called for. Telegraphic bids will not be considered. Modifications to bids already submitted will be allowed if submitted by telegraph prior to the time fixed in the Invitation for Bids. Modifications shall be submitted as such, and shall not reveal the total amount of either the original or revised bids. Bids by wholly owned proprietorships or partnerships will be signed by all OWNERs. Bids of corporations will be signed by an officer of the firm and his signature attested by the secretary thereof who will affix the corporate seal to the proposal. 113-1 NOTE: A10% Bid Bond is required in all cases. 113 -05 BASIS OF AWARD The bids will be compared on the basis of unit prices, as extended, which will include and cover the furnishing of all material and the performance of all labor requisite or proper, and completing of all the work called for under the accompanying contract, and in the manner set forth and described in the specifications. Where estimated quantities are included in certain items of the proposal, they are for the purpose of comparing bids. While they are believed to be close approximations, they are not guaranteed. It is the responsibility of the CONTRACTOR to check all items of construction. In case of error in extension of prices in a proposal, unit bid prices shall govern. IB -06 BIDDER'S QUALIFICATIONS No proposal will be received from any bidder unless he can present satisfactory evidence that he is skilled in work of a similar nature to that covered by the contract and has sufficient assets to meet all obligations to be incurred in carrying out the work. He shall submit with his proposal, sealed in a separate envelope, a FINANCIAL EXPERIENCE AND EQUIPMENT STATEMENT, giving reliable information as to working capital available, plant equipment, and his experience and general qualifications. The OWNER may make such investigations as are deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to him all such additional information and data for this purpose as may be requested. The OWNER reserves the right to reject any bid if the evidence submitted by the bidder or investigation of him fails to satisfy the OWNER that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Part of the evidence required above shall consist of a list of the names and addresses of not Less than five (5) firms or corporations for which the bidder has done similar work. 1B -07 PERFORMANCE BOND At the time of entering into the contract, the CONTRACTOR shall give bond to the OWNER for the use of the OWNER and all persons doing work or furnishing skill, tools, machinery or materials under or for the purpose of such contract, conditional for the payment as they become due, of all just claims for such work, tools, machinery, skill and terms, for saving the OWNER harmless from all cost and charges that may accrue on account of the doing of the work specified, and for compliance with the laws pertaining thereto. Said bond shall be for the amount of the contract satisfactory to the OWNER and authorized by law to do business in the State of Georgia. Attorneys -in -fact who sign bonds must file with each copy thereof a certified and effectively dated copy of the power of attorney. I13-08 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. 113-09 CONTRACT TIMES Substantial completion of this project shall be 210 days after notice to proceed. Final completion shall be 30 days after substantial completion. Substantial completion shall be defined as Booster Pump Station being in service. 113 -2 CONTRACT DOCUMENTS FOR FORT GORDON GATE 4 BOOSTER PUMP STATION PROJECT NO. ICU0068(TG- 88880003) prepared for AUGUSTA, GEORGIA COMMISSION Augusta, Georgia The Honorable Deke S. Copenhaver, Mayor Commissioners: Matt Aitken Corey Johnson Joe Bowles Alvin Mason Bill Lockett Joe Jackson Jerry Brigham Wayne Guilfoyle J.R. Hatney Grady Smith Tom D. Wiedmeier Director, Augusta Utilities Department Augusta Utilities Department 360 Bay Street, Suite 180 Augusta, GA 30901 prepared by JOHNSON, LASCHOBER & ASSOCIATES, P.C. ARCHITECTS ♦ ENGINEERS + LANDSCAPE ARCHITECTS 1296 Broad Street, Augusta, Georgia 30901 www.theJLAgroup.com Volume 1 of 2 May 15, 2012 JLA Job No. 3042.1101 Fort Gordon Gate 4 Booster Pump Station Project No. ICU -0068 (FG88880003) INDEX TO SPECIFICATIONS Title Pages Invitation to Bid /A:Se $ 171-41-e ° Instruction to Bidder at ,,eea of ✓oknie P© • I Bid Form (Exhibit to Standard Form of Agreement) 4 Agreement 3 Notice of Award 1 Notice to Proceed 1 Change Order 1 Bid Bond 2 Performance and Payment Bond 5 General Conditions 52 Supplementary Conditions 13 Special Conditions 4 Application for Payment 3 Certificate of Substantial Completion 2 DIVISION 0I GENERAL REQUIREMENTS 011000 Summary 2 c 012100 Allowances 2 013000 Submittals 5 014000 Quality Contiol 3 017000 Contract Closeout 2 DIVISION 02 SITEWORK AND UTILITIES 020500 Subsurface Conditions with Appendices 23 DIVISION 03 CONCRETE 033000 Cast -in -Place Concrete 16 DIVISION 04 MASONRY 040523 Thru -Wall Flashing 5 042000 Unit Masonry 22 DIVISION 05 METALS 051200 Structural Steel Framing 8 052100 Steel Joist Framing 5 053100 Steel Decking 6 054400 Cold -Form Metal Trusses 6 055000 Metal Fabrications 10 • • • DIVISION 06 WOOD, PLASTICS, AND COMPOSITES 061000 Rough Carpentry 6 DIVISION 07 THERMAL AND MOISTURE PROTECTION 072014 Foamed -in -Place Masonry Wall Insultion 3 072100 Thermal Insulation 4 074113 Tee -Panel Standing Seam Roof Panel 5 074213 Metal Soffit Panels 9 076200 Sheet Metal Flashing and Gutters 10 076500 Flexible Flashing 4 079200 Joint Sealants 13 DIVISION 08 DOORS AND WINDOWS 081113 Hollow Metal Doors and Frames 9 083323 Overhead Coiling Doors 4 085123 Steel Windows 8 087100 Door Hardware 4 088000 Glazing 13 DIVISION 09 FINISHES 099100 Painting 7 DIVISION 10 SPECIALITIES 101416 Plaques 6 104416 Fire Extinguishers 3 DIVISION 13 CONVEYING SYSTEMS 133423 Aluminum Canopies 4 DIVISION 14 CONVEYING EOUIPMENT 149200 Top Running Single Bridge Crane 7 DIVISION 23 HEATING, VENTILATING, AND AIR- CONDITIONING (HVAC) 2.30513 Common Motor Requirements forHVAC Equipment 3 230517 Sleeves and Sleeve Seals for HVAC Piping 2 230593 Testing, Adjusting, and Balancing for HVAC 10 230719 HVAC Piping Insulation 9 232300 Refrigerant Piping 6 233113 Metal Ducts 7 233300 Air Duct Accessories 3 233423 HVAC Power Ventilators 5 238126 Split - System Air - Conditioners 5 238239 Unit Heaters 4 • • DIVISION 26 ELECTRICAL 260519 Low - Voltage Electrical Power Conductors and Cables 4 260526 Grounding and Bonding for Electrical Systems 5 260529 Hangers and Supports for Electrical 9jsterns 5 260533 Raceways and Boxes for Electrical Systems 10 260548 Vibration and Seismic Controls for Bectrical Systems 8 260553 Identification For Electrical Systems 9 260573 Overcurrent Protective Device Coordination Study 6 260923 Lighting Control Devices 5 262416 Panelboards 9 262726 Wiring Devices 6 262813 Fuses 4 262816 Enclosed Switches 5 263600 Transfer Switches 6 264113 Lightning Protection for Structures 4 264313 Transient-Voltage Suppression forLow voltage Electrical 4 Power Circuits 265100 Interior Lighting 10 265600 Exterior Lighting 10 DIVISION 31 EARTHWORK 311000 Site Clearing 3 312000 Earth Moving 8 312319 Dewatering 2 312500 Erosion and Sedimentation Controls 7 313116 Termite Control 4 DIVISION 32 EXTERIOR IMPROVEMENTS 321216 Hot -Mix Asphalt Paving 5 321313 Concrete Paving 12 321373 Concrete Paving Joint Sealants 4 321723 Pavement Markings 3 323113 Chain Link Fences And Gates 7 329200 Turf and Grasses 6 DIVISION 33 UTILITIES 330500 Common Work Results For Utilities 8 331223 Multi -Plex Booster Pump Station 26 334100 Storm Utility Drainage Piping 9 335100 Water Supply Main with Appendices 38 • • BID FORM PROJECT IDENTIFICATION: Fort Gordon Gate 4, Booster Pump Station Project No. ICU- 0068(FG- 88880003) CONTRACT IDENTIFICATION AND NUMBER: Bid Item # THIS BID IS SUBMITTED TO: Augusta, Georgia Connnission Augusta, Georgia Procurement Department 530 Greene Street — Room 605 Augusta, GA 30901 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the forth included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged. Addendum No. Addendum Date .�. 9lz7/ tvi z 21 /'Zv r Z B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which has been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. BASE BID: E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. 1. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): 1. Booster Pump Station Complete: Triplex booster pump station including an approximate 3,000 SF brick masonry building enclosure with pump room and electrical /control rooms to accommodate supply and discharge piping and valves for three (3) horizontal split case centrifugal pumps with 100 Hp motors, controls, SCADA interface, building utilities, and site improvements on a 0.50 acre site. $ ) l 23 j `/ 4 Z , OD 2. Allowance No. 1 Testing by Owner Selected Testing Firm $ $ 3,000.00 3. Allowance No. 2 Owner's general contingency allowance, inclusive of a) Controls, programming, UPS and related conductors and conduit by Owner selected firm; b) Rosemount equipment; c) site irrigation system and landscaping and d) building me signag l 4. Total Base Bid (Items 1 -3): � I ° r� L ill ( / ?I G / 1MJ4 $100,000.00 Tftw--7 17)-41e- r l F ti-two/e66 As/ Vic' «) Da_r $ i - 33-1 , c 2 0 (Words) (Minerals) • • • 6.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment in accordance with paragraph I4.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement. 6.03 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of Certified Bid Bond; B. Financial experience and equipment statement per section IB -06 of Instructions to Bidders. SUBMITTED on -106):_s 11 , 2012 If BIDDER is: An Individual A Partnership (Name — type or print) (individual's Signature Going Business As Business Address Phone No Fax No (Partnership Name — type or print) (Signature of General Partner) (attach evidence of authority to sign) Business Address Phone No Fax No 00300 -3 (SEAL) (SEAL) A Corporation A Joint Venture l- - /)J<2 t (Corporation Name) (State of Incorporation) 1LC Gd (Type - Ger rat Business, Professional, Service, Limited Liability) Phone No (Signature) (attach evidence of authority to sign) ' . I N36 (Name - type or print) (ATTE T ignature of C' > orate Secretary) 12 5 Business Address fin in) T1 C 30318 365' 37 U `� Fax No Date of Qualification To Do Business (Joint Venture Name - type or print) (Signature of Joint Venture Partner) (attach evidence of authority to sign) (Name - type or print) (Title - type or print) Business Address L hC 111111111 (SEAL) 14 0.1/11 1 1 1 ∎• 355 211 27 (SEAL) Phone No Fax No (Each joint venturer muss sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above). 00300 -4 KNOW ALL MEN BY THESE PRESENTS, that we, the Lakeshore Engineering, LLC as p The Gray Insurance Company and as qty, are hereby held and firmly bound unto the Augusta, Georgia Conunission of Augusta, Georgia as owner in the penal slim of Ten Percent (10 %) of the Bid Amount for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that whereas the Principal has submitted to the Augusta, Georgia Commission of Augusta, Georgia, a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing for the FORT GORDON LATE 10) BQOOSTER PUMP STATION PROTECT, for Augusta, Georgia in accordance with plans and specifications of the AUGUSTA UTILITIES DEPARTMENT. • NOW, THEREFORE, (a) (b) si this 4th day of October If said Bid shall be rejected, or in the alternate, If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Porn of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, -exceed the penal amount of this obligation as herein stated. BB-I . 2012 SECTION BB BID BOND The Surety , for value receive, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Witness Attest Signed and sealed this 4th day of October By A. D. 2012 Lakeshore Engineering, LLC - (Seal) (Principal) (Title) Kevin M. Neidert, Attorney -in -fact The Gray Insurance Company (Seal) (Surety) Seal) • State of Louisiana THE GRAY INSURANCE COMPANY THE GRAY CASUALTY & SURETY COMPANY ss: By: Attest: Michael T. Gray President, The Gray Insurance Company and Vice President, The Gray Casualty & Surety Company a ,,,pummm�, TA„ I, Mark S. Manguno, Secretary of The Gray Insurance Company forgoing is a true and correct copy of a Power of Attorney given IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 4th 1686 KNOW ALL BY THESE PRESENTS, THAT The Gray Insurance Company and The Gray Casualty & Surety Company, corporations duly organized and existing under the laws of Louisiana, and having their principal offices in Metairie, Louisiana, do hereby make, constitute, and appoim Kevin M. Neidert, Gary Spuller, Daniel Yates, Karen A. Maynard, Marie M. Hartley, Betsy J. Holmes, Dana D. Rutledge and Brian K. Hughes of Atlanta, Georgia jointly or severally on behalf of each of the Companies named above its true and lawful Attorney(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its deed, bonds, or other writings obligatory in the nature of a bond, as surety, contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $10,000,000. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty & Surety Company at meetings duly called and held on the 26 day of June, 2003. GENERAL POWER OF ATTORNEY "RESOLVED, that the President, Executive Vice President, any Vice President, or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings, and all contracts of surety, and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney, and to attach the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond, undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF, The Gray Insurance Company and The Gray Casualty & Surety Company have caused their official seals to be hereinto affixed, and these presents to be signed by their authorized officers this 12` day of September, 2011. IN". Mark S. Manguno Secretary, The Gray Insurance Company, The Gray Casualty & Surety Company Parish of Jefferson On this 12 day of September, 2011, before me, a Notary Public, personally appeared Michael T. Gray, President of The Gray Insurance Company and Vice President of The Gray Casualty & Surety Company, and Mark S. Manguno, Secretary of The Gray Insurance Company and The Gray Casualty & Surety Company, personally known to me, being duly sworn, acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of, and acknowledged said instrument to be the voluntary act and deed, of their companies. Lisa S. Millar, Notary Public, Parish of Orleans State of Louisiana My Commission is for Life and The Gray Casualty & Surety Company, do hereby certify that the above and by the companies, which is still in full force and effect. day of October 2012 . Mark S. Manguno, Secretary The Gray Insurance Company The Gray Casualty & Surety Company • G E� O R G I A Attachment B You Must Complete and Return all 3 pages of Attachment B with Your Submittal. Document Must Be Notarized. Augusta, Georgia Procurement Department ATTN: Procurement Director 530 Greene Street, Suite 605 Augusta, Georgia 30901 y i Name of Bidder: L A ! i Z t. N 6I jt) TiuC/ Street Address: / Z 5' :,,(-1.-5/,)1 n 2- City, State, Zip Code: L /'! t - , ga 31.11 j Phone: *Li 355- T 7 Fax: 404 363" vi-21 Email: yrp 1151Vrid /u4.r Do You Have A Business License? Yes: ✓ No: Business License # for your Company (Must Provide): ve 7 7[) .1 ZL 5O &seC 0 00 3 Company must be licensed In the Governmental entity for where they do the majority of their business. If your Governmental entity (State or Local) does not require a business license, your company will be required to obtain a Richmond County business license if awarded a Bid /RFP /RFQ. For further information contact the License and Inspection Department Q 706 312 -5162. List the State, Citv & County that issued our license: Acknowledgement of Addenda: ( #1) V : ( #2) ✓(#3) : (#4) : ( #5) : ( #6) : ( #7) : ( #8) : NOTE: CHECK APPROPRIATE BOWES). ADD ADDITIONAL NUMBERS AS APPLICABLE Statement of Non - Discrimination The undersigned understands that it is the policy of Augusta, Georgia to promote full and equal business opportunity for all persons doing business with Augusta, Georgia. The undersigned covenants that we have not discriminated, on the basis of race, religion, gender, national origin or ethnicity, with regard to prime contracting, subcontracting or partnering opportunities. The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable participation of local small businesses on the bid or contract awarded by Augusta, Georgia. The undersigned further covenants that we have completed truthfully and fully the required forms regarding good faith efforts and local small business subcontractor /supplier utilization. The undersigned further covenants and agrees not to engage in discriminatory conduct of any type against local small businesses, in conformity with Augusta, Georgia's Local Small Business Opportunity Program. Set forth below is the signature of an officer of the bidding /contracting entity with the authority to bind the entity. The undersigned acknowledge and warrant that this Company has been made aware of understands and agrees to take affirmative action to provide such companies with the maximum practicable opportunities to do business with this Company; That this promise of non - discrimination as made and set forth herein shall be continuing in nature and shall remain in full force and effect without interruption; That the promises of non - discrimination as made and set forth herein shall be and are hereby deemed to be made as part of and incorporated by reference into any contract or portion thereof which this Company may hereafter obtain and; That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination as made and set forth herein shall constitute a material breach of contract entitling Augusta, Georgia to declare the contract in default and to exercise any and all applicable rights remedies including but not limited to cancellation of the contract, termination of the contract, suspension and debarment from future contracting opportunities, and withholding and or forfeiture of compensation due and owing on a contract. Bid 12 -205 Fort Gordon Gate 4 Booster Pump Station Page 9 of 14 • Attachment B - Page 2 of 3 Non - Collusion of Prime Bidder /Offeror By submission of a bid, the vendor certifies, under penalty of perjury, that to the best of its knowledge and belief: (a) The prices in the proposal have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other vendor or with any competitor. (b) Unless otherwise required by law, the prices which have been quoted in the proposal have not been knowingly disclosed by the vendor prior to opening, directly or indirectly, to any other vendor or to any competitor. (c) No attempt has been made, or will be made, by the vendor to induce any other person, partnership or corporation to submit or not to submit a proposal for the purpose of restricting competition. Collusions and fraud in bid preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department. Conflict of Interest By submission of a bid, the responding firm certifies, under penalty of perjury, that to the best of its knowledge and belief: 1. No circumstances exist which cause a Conflict of Interest in performing the services required by this ITB, and 2. That no employee of the County, nor any member thereof, not any public agency or official affected by this ITB, has any pecuniary interest in the business of the responding firm or his sub - consultant(s) has any interest that would conflict in any manner or degree with the performance related to this ITB. By submission of a bid, the vendor certifies under penalty of perjury, that to the best of its knowledge and belief: (a) The prices in the bid have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other vendor or with any competitor. (b) Unless otherwise required by law, the prices which have been quoted in the bid have not knowingly been disclosed by the vendor prior to opening, directly or indirectly, to any other vendor or competitor. c) No attempt has been made, or will be made, by the vendor to induce any other person, partnership or cooperation to submit or not to submit a bid for the purpose of restricting competition. For any breach or violation of this provision, the County shall have the right to terminate any related contract or agreement without liability and at its discretion to deduct from the price, or otherwise recover, the full amount of such fee, commission, percentage, gift, payment or consideration. You Must Complete and Return all 3 pages of Attachment 13 with Your Submittal. Document Must Be Notarized. Bid 12 -205 Fort Gordon Gate 4 Booster Pump Station Page 10 of 14 Attachment B Page 3 of 3 Contractor Affidavit and Agreement By executing this affidavit, the undersigned contractor verifies its compliance with 0.C.G.A. 13- 10 -91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta, Georgia Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99 -603], in accordance with the applicability provisions and deadlines established in 0.C.G.A 13- 10 -91. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with Augusta, Georgia Board of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with 0.C.G.A 13 -10 -91 on the Subcontractor Affidavit provided in Rule 300- 10- 01 -.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta, Georgia Board of Commissioners at the time the subcontractor(s) is retained to perform such service. Georgia Law requires your company to have an E- Verify *User Identification Number (Company I.D.) on or after July 1, 2009. For additional information or to enroll your company, visit the State of Georgia website: httos : / /e - verify.uscis.00v /enroUU and /or http: / /www.dol.state.ga.us /pdf /rules /300 10 1.pdf ** E- Verify * User Identification Number (Company I.D.) L. 0 N4 8 3 i NOTE: E- VERIFY USER IDENDIFICATION NUMBER (COMPANY ID.) MUST BE PROVIDED: IN ADDITION. THE RECOMMENDED AWARDED • VENDOR WILL BE REQUIRED TO PROVIDE A COPY OF HOMELAND SECURITY'S MEMORANDUM OF UNDERSTANDING (MOU) The undersigned further agrees to submit a notarized copy of Attachment B and any required documentation noted as part of the Augusta, Georgia Board of Commissions specifications which govern this process. In addition, the undersigned agrees to submit all required forms for any subcontractor(s) as requested and or required. I further understand that my submittal will be deemed non - compliant if any part of this process is violated. i441<,2-5 /-/C) 1 2,E. Li.3GIN L LC.. Corrsp Naytl� BY: Authorized Officer or Aged (Contractor Signature) .(az4/ Title of Authorized Officer or Agent of Contractor (a gel L. G Printed Name of Authorized Officer or Agent ot. ry Public My Commission Expires: REV. 7/22/2011 SUBSCRIBED AND SWORN B F j ME ON THIS THE DAY OF '/ .� ' 1 • You Must Complete and Return all 3 pages of Attachment B with Your Submittal. Docum tarized. Bid 12 -205 Fort Gordon Gate 4 Booster Pump Station Page 11 of 14 • • WRITTEN CONSENT OF THE ORGANIZER IN LIEU OF ORGANIZATIONAL MEETING OF LAKESHORE ENGINEERING, LLC The undersigned, being the organizer of LAKESHORE ENGINEERING, LLC, a Georgia limited liability company (the "Company"), by affixing his signature hereto, hereby consents to and hereby take the following action and adopt the following Resolutions pursuant to Section 14-11-309 of the Georgia Limited Liability Company Act. It appearing that the Articles of Organization of the Company were filed with and approved by the Secretary of State and that a certificate of organization has been issued to the Company, it is resolved that: 1. The Articles of Organization of the Company are adopted and approved, and a certified copy of same has been inserted in the company minute book; 2. The Operating Agreement herewith submitted to the Company is acknowledged, and the Secretary is hereby directed to insert a copy thereof in the company minute book; 3. The following persons shall serve as the initial officers of the Company and shall have the power and authority granted to them by the Operating Agreement until amended or revoked by the Members: Managing Member: President/Secretary/Treasurer The officers shall serve at the pleasure of the Members; 4. The form of share certificate filed following this Consent is adopted as the form of certificate for the shares of stock of the Company; 5. The resolutions contained in the certificate authorizing the establishment of a banking relationship with the banking institution designated therein are hereby adopted, a copy of which is filed with this Consent; Garland Long Garland Long IN WITNESS WHEREOF, the undersigned have hereunto set forth their hands this r day of 0 c,-ro 8t& _ , 2009. _1_ Garland Long • (THE FOLLOWING IS AN EXCERPT FROM LAKESHORE ENGINEERING'S OPERATING AGREEMENT) ARTICLE II MEMBERS 2.2 Initial Member. The Initial Member of the LLC is Garland Long. ARTICLE III MANAGEMENT The LLC shall manage by its Members. The Members shall have authority to take all necessary and proper actions to conduct the business of the LLC. Anyone authorized by the Members may take any authorized action on behalf of the LLC. Except as authorized by the Members, no person shall have the authority act on behalf of the LLC. The Initial Member is also referred to as the Managing Member. If a President is named by the Managing Member, such President shall have full authority to act on behalf of the LLC, subject to any limitations set forth by the Managing Member. T-10-2012 18:23 ARC PURCHAS I NG September 10, 2012 FAXED/MAILED (404) 355.2429 Lakeshore Engineering 1259 Ellsworth Drive Atlanta, GA 30318 Attn: Mr. Garland Long Re: Augusta Utilities Department Fort Gordon Gate 4 Booster Pump Station RFQ No 12 -171 — Request for Qualifications Construction Services for the Fort Gordon Gate 4 Booster Pump Station Dear Mr. Long: We appreciate your response to our Request for Qualifications (RFQ) for•the above referenced project. The Selection Committee has reviewed your Statement of Qualifications (SOQ) as submitted to this office. The Committee has determined that your 500 meets the requirements contained within the RFQ and will accept your firm as a pre - qualified bidder for this project. Attached to this letter you will find the notice of advertisement for this project. If you have any questions, please contact us at (706) 821-2422. Sincerely, G eri Sams Director, Procurement Department Cc: Tom Wiedmeier, Utilities Department Jerry Delaughter, Utilities Department Stanley Aye, Utilities Department • Room 605.530 Clr+eerre Street, Augusta Georgia 30901 (706) 821-2422 - Fax (706) 821 -281 1 0Mfia- '.---- Rcgistcr at www.demandstar.com/sunplier for automatic bid notification P.02/03 . Scan this OR code witl ► your snreriptrone a Camera equipped tablet to NA the Augusta. Georgia 2375330 STATE OF GEORGIA BRIAN P. KEMP, Secretary of State State Licensing Board for Residential/General Contractor General Contractor Company LICENSE NO. GCC0003231 Lakeshore Engineering LLC 1259 Ellsworth Drive Atlanta GA 30318 Qualifying Agent: Garland Lee Long Qualifying Agent License NO: GCQA003240 EXPIRATION DATE - 06/30/2014 Active Above is your license issued by the Georgia State Board of Residential and General Contractors. A pocket -sized license card is below. Please make note of the expiration date on your license. It is your responsibility to renew your license before it expires. License renewals may be completed prior to the expiration date via the Board's website or by obtaining a paper renewal from the Board office. Reminder: It is your responsibility to keep your insurance current. Please provide the Board With a copy of your Certificate of Insurance each time your insurance is renewed. The Board does receive copies of cancellation notices which will affect the status of your license. It is the licensee's responsibility to notify the board office immediately of any chan$e of name or address. You may update your address online at the board's website at wwww.sos.ga.gov /p1b /contractors / You may contact the Board at: GEORGIA STATE BOARD FOR RESIDENTIAL & GENERAL CONTRACTORS 237 COLISEUM DRIVE, MACON, GEORGIA 31217 - 3858 478 - 207 - 2440 (phone) website: www.sos.ga.gov /p1b /contractors/ Lakeshore Engineering LLC 1259 Ellsworth Drive Atlanta GA 30318 EXPIRATION DATE - 06/30/2014 Active STATE OF GEORGIA BRIAN P. KEMP, Secretary of State State Licensing Board for Residential/General Contractor General Contractor Company LICENSE NO. GCC0003231 Lakeshore Engineering LLC 1259 Ellsworth Drive Atlanta GA 30318 Qualifying Agent: Garland Lee Long Qualifying Agent License NO: GCQA003240 2102488 The Certif ica a t;u ie i tlaay uv used for wall display. The Card below may be used as the pocket identification card. Notify the Board office of name /address changes at: Lakeshore Engineering LLC 1259 Ellsworth Drive Atlanta GA 30318 Georgia Secretary of State Professional Licensing Boards 237 Coliseum Drive Macon, GA 31217 -3858 Or visit us online at: http: / /www.sos.ga.gov /plb/ Georgia Secretary of State State Construction Industry Licensing Board Utility Contractor LICENSE NO. UC302050 Lakeshore Engineering LLC 1259 Ellsworth Drive Atlanta GA 30318 EXPIRATION DATE - 04/30/2013 Active STATE OF GEORGIA Georgia Secretary of State State Construction Industry Licensing Board Utility Contractor LICENSE NO. UC302050 Lakeshore Engineering LLC 1259 Ellsworth Drive Atlanta GA 30318 EXPIRATION DATE - 04/30/2013 Active • 2361288 Lakeshore Engineering LLC 1259 Ellsworth Drive Atlanta GA 30318 STATE OF GEORGIA BRIAN P. KEMP, Secretary of State State Board of Registration for Engineers & Land Surveyors Engineer Firm LICENSE NO. PEF005704 Lakeshore Engineering LLC 1259 Ellsworth Drive Atlanta GA 30318 EXP DATE - 06/30/2014 Active Office Hours: 8:00 AM — 5:00 PM, Monday — Friday Phone: 478/207 -2440 Fax: 478/207 -1410 Website: www.sos.state.ga.us /p1b /pels E -mail: pels @sos.state.ga.us Congratulations on your Georgia Professional Registration, issued 11/12/2009. Licenses are renewed every two years, expiring on the last of the even - numbered years. See Board Rule 180 -11 for Continuing Education requirements. See Board Rule 180- 06 -.03 for Areas of Competency. If your company does not have a Certificate of Authorization, please find that form on our website. Board Rules and Laws, a facsimile of the Board design of the seal (see also below), as well as other valuable information regarding licensure in Georgia may be foun on our website. Please keep this office notified of address changes. Please find the address change form on our website. It may be submitte by mail, e-mail or fax. Thank you for choosing Georgia for your professional registration. Effective, July 1, 2002, there is a charge for the decorative wall certificate that is suitable for framing. If you would like to order one, pleasi submit a separate cashier's check or money order made payable to the Professional Licensing Boards Division. The order form for the wall certificate can be found on the Board's web -site. ai find below a facsimile of the seal. The seal authorized by the Board for registrants may be of the crimp type and/or rubber stamp simile or may be computer generated. The seal design is to be circular in form, the diameter of the outer circle being 1 -1/2 inches, and th diameter of the inner circle being one inch. The registration seal design will be furnished each registrant as part of the licensure process. STATE OF GEORGIA BRIAN P. I EMP, Secretary of State State Board of Registration for Engineers & Land Surveyors Engineer Finn LICENSE NO. PEF005704 Lakeshore Engineering LLC 1259 Ellsworth Drive Atlanta GA 30318 EXP DATE - 06/30/2014 Active 2102589 - The Certificate above i„ay be used for wale di6p3iay. The Card below may be used as the pocket identification card. Notify the Board office of name /address changes at: Garland Lee Long 1284 Hampton Hall Drive Atlanta GA 30319 Georgia Secretary of State Professional Licensing Boards 237 Coliseum Drive Macon, GA 31217 -3858 Or visit us online at: http://www.sos.ga.gov/p1b/ Georgia Secretary of State State Construction Industry Licensing Board Utility Manager LICENSE NO. UM001270 Garland Lee Long 1284 Hampton Hall Drive Atlanta GA 30319 EXPIRATION DATE - 04/30/2013 Active STATE OF GEORGIA Georgia Secretary of State State Construction Industry Licensing Board Utility Manager LICENSE NO. UM001270 Garland Lee Long 1284 Hampton Hall Drive Atlanta GA 30319 EXPIRATION DATE - 04/30/2013 Active • 2374782 Garland Lee Long 1259 Ellsworth Drive Atlanta GA 30318 STATE OF GEORGIA BRIAN P. KEMP, Secretary of State State Licensing Board for Residential /General Contractor General Contractor Qualifying Agent LICENSE NO. GCQA003240 Garland Lee Long 1259 Ellsworth Drive Atlanta GA 30318 You may contact the Board at: GEORGIA STATE BOARD FOR RESIDENTIAL & GENERAL CONTRACTORS 237 COLISEUM DRIVE, MACON, GEORGIA 31217 - 3858 478- 207 -2440 (phone) website: www.sos.ga.gov /plb /contractors/ EXP DATE - 06/30/2014 Status: Active Above is your license issued by the Georgia State Board of Residential and General Contractors. A pocket -sized license card is below. Please make note of the expiration date on your license. It is your responsibility to renew your license before it expires. License renewals may be completed prior to the expiration date via the Board's website or by obtaining a paper renewal from the Board office. Reminder: It is your responsibility to keep your insurance current. Please provide the Board with a copy of your Certificate of Insurance each time your insurance is renewed. The Board does receive copies of cancellation notices which will affect the status of your license. It is the licensee's responsibility to notify the board office immediately of any change of name or address. You may update your address online at the board's website at www.sos.ga.gov /plb /contractors / . STATE OF GEORGIA BRIAN P. ICEMP, Secretary of State State Licensing Board for Residential /General Contractor General Contractor Qualifying Agent LICENSE NO. GCQA003240 Garland Lee Long 1259 Ellsworth Drive Atlanta GA 30318 EXP DATE - 06/30/2014 Status: Active 2103107 Garland Lee Long 1284 Hampton Hall Drive Atlanta GA 30319 STATE OF GEORGIA BRIAN P. KEMP, Secretary of State State Board of Registration for Engineers & Land Surveyors Professional Engineer LICENSE NO. PE023343 Garland Lee Long 1284 Hampton Hall Drive Atlanta GA 30319 EXP DATE - 12/31/2012 Active Cungratutaiions on your Georgia Proiessior,ai J'Cegisiranon, — i issued 02113/1g9 Licenses are renewed every two years, expiring on tie last of the even - numbered years. See Board Rule 180 -11 for Continuing Education requirements. See Board Rule 180- 06 -.03 for Areas of Competency. If your company does not have a Certificate of Authorization, please fmd that form on our website. Board Rules and Laws, a facsimile of the Board design of the seal (see also below), as well as other valuable information regarding licensure m Georgia may be fount on our website. Please keep this office notified of address changes. Please find the address change form on our website. It may be submitte by mail, e-mail or fax. Thank you for choosing Georgia for your professional registration. Effective, July 1, 2002, there is a charge for the decorative wall certificate that is suitable for framing. If you would like to order one, please submit a separate cashier's check or money order made payable to the Professional Licensing Boards Division. The order form for the wall certificate can be found on the Board's web -site. ase find below a facsimile of the seal. The seal authorized by the Board for registrants may be of the crimp type and/or rubber stamp 'mile or may be computer generated. The seal design is to be circular in form, the diameter of the outer circle being 1 -1/2 inches, and the eter of the inner circle being one inch. The registration seal design will be furnished each registrant as part of the licensure process. Office Hours: 8:00 AM — 5:00 PM, Monday — Friday Phone: 478/207 -2440 Fax: 478/207 -1410 Website: www.sos.state.ga.us /plb /pels E -mail: gels @sos.state.ga.us STATE OF GEORGIA BRIAN P. KEMP, Secretary of State State Board of Registration for Engineers & Land Surveyors Professional Engineer LICENSE NO. PE023343 Garland Lee Long 1284 Hampton Hall Drive Atlanta GA 30319 EXP DATE - 12/31/2012 Active • April 18, 2012 To whom it may concern, CHASE Lakeshore Engineering, LLC. Is a client of Chase Bank and in good standing with the financial institution. The company's average bank balance including the one depository checking accounts and the one High Yield Savings account is around $140,000.00 Year to Date. Lakeshore Engineering. LLC currently has a $150.000.00 Line of Credit secured by equipment and all business assets. The usage of the Line of Credit is satisfactory and the balance has revolved appropriately. The outstanding balance on the Line of Credit currently is $20,000.00 and the repayment history has been on time and satisfactory. Lakeshore Engineering, LLC and the ownership of the company have been a satisfactory client and responsive to the bank with good credit history. Thank you, Ed to Relationship Manager Vice President JPMorganChase • 3475 Piedmont Road NE, Ste 1930, Atlanta GA 30305 LAKESHORE ENGINEERING, LLC AND SUBSIDIARY ATLANTA, GEORGIA FINANCIAL STATEMENTS (including supplemental material) FOR THE YEAR ENDED DECEMBER 31, 2011 LAKESHORE ENGINEERING, LLC ATLANTA, GEORGIA CONTENTS Page ACCOUNTANTS' REVIEW REPORT 1 FINANCIAL STATEMENTS Consolidated Balance Sheet 2 Consolidated Statement of Income and Member's Equity 3 Consolidated Statement of Cash Flows 4 Notes To Financial Statements 5-7 SUPPLEMENTARY INFORMATION Consolidating Balance Sheet 8 Consolidating Statement of Income and Member's Equity 9 Consolidating Statement of Cash Flows 10 Consolidating Schedules Of Operating Expenses 11 Consolidating Schedule Of Gross Profit 12 Schedule Of Completed Contracts 13 Schedule Of Contracts In Progress 14 To the Member Lakeshore Engineering, LLC Atlanta, GA January 19, 2012 We have reviewed the accompanying consolidated balance sheet of Lakeshore Engineering, LLC and subsidiary as of December 31, 2011, and the related consolidated statement of income and member's equity and cash flows for the year then ended. A review includes primarily applying analytical procedures to management's financial data and making inquiries of Company management. A review is substantially less in scope than an audit, the objective of which is the expression of an opinion regarding the consolidated financial statements as a whole. Accordingly, we do not express such an opinion. Management is responsible for the preparation and fair presentation of the consolidated financial statements in accordance with accounting principles generally accepted in the United States of America and for designing, implementing and maintaining internal controls relevant to the preparation and fair presentation of the consolidated financial statements. Our responsibility is to conduct the review in accordance with Statements on Standards for Accounting and Review Services issued by the American Institutes of Certified Public Accountants. Those standards require us to perform procedures to obtain limited assurance that there are no material modifications that should be made to the consolidated financial statements. We believe that the results of our procedures provide a reasonable basis for our report. Based on our review, we are not aware of any material modifications that should be made to the accompanying consolidated financial statements in order for them to be in conformity with accounting principles generally accepted in the United States of America. PROPERTY AND EQUIPMENT Furniture, fixtures and equipment Land and Building CURRENT LIABILITIES Accounts payable Payroll liabilities Due to member Billings in excess of costs and profits - Note 3 Note payable - due within 12 months - Note 5 LAKESHORE ENGINEERING, LLC CONSOLIDATED BALANCE SHEET December 31, 2011 SEE ACCOMPANYING NOTES AND ACCOUNTANTS' REPORT ASSETS CURRENT ASSETS Cash $ 50,661 Contract receivables - Note 2 494,439 Costs and profits in excess of related billings - Note 3 1,631 Other receivables 38,792 Total Current Assets 585,523 420,167 Less: accumulated depreciation (24,316) Total Property and Equipment 395,851 TOTAL ASSETS $ 981,374 LIABILITIES Total Current Liabilities 316,562 LONG TERM LIABILITIES - Note 5 240,906 MEMBER'S EQUITY 423,906 TOTAL LIABILITIES AND MEMBER'S EQUITY $ 981,374 The accompanying notes are an integral part of this statement - 2 - 151,005 269,162 $ 215,555 9,419 1,772 78,722 11,094 LAKESHORE ENGINEERING, LLC CONSOLIDATED STATEMENT OF INCOME AND MEMBER'S EQUITY For the Year Ended December 31, 2011 SEE ACCOMPANYING NOTES AND ACCOUNTANTS' REPORT CONTRACT REVENUES $ 3,650,162 COSTS OF REVENUES Subcontractors 465,398 Materials 328,952 Labor 631,634 Equipment 220,090 Indirect costs allocated to jobs 198,585 Other costs 1,427,240 Total Costs of Revenues 3,271,899 GROSS PROFIT 378,263 GENERAL AND ADMINISTRATIVE EXPENSES 169,896 INCOME FROM OPERATIONS 208,367 OTHER INCOME (EXPENSES) Interest income 1,970 Realized gains (losses) on investments (3,607) Other income 452 Total Other Income (Expenses) (1,185) NET INCOME 207,182 MEMBER'S EQUITY, BEGINNING OF YEAR 216,724 DISTRIBUTIONS TO MEMBER MEMBER'S EQUITY, END OF YEAR $ 423,906 II The accompanying notes are an integral part of this statement -3 CASH FLOWS FROM OPERATING ACTIVITIES Net income (loss) $ 210,789 Adjustments to reconcile net income to net cash provided by operating activities: Depreciation 18,987 (Increase) decrease in: Contract receivables (46,167) Costs and profits in excess of related billings 14,005 Miscellaneous receivables (38,250) Increase (decrease) in: Accounts payable (156,031) Billings in excess of costs and profits 69,858 Accrued expenses (4,525) CASH FLOWS FROM INVESTING ACTIVITIES Sale of marketable securities, net Acquisition of building, property and equipment LAKESHORE ENGINEERING, LLC CONSOLIDATED STATEMENT OF CASH FLOWS For the Year Ended December 31, 2011 SEE ACCOMPANYING NOTES AND ACCOUNTANTS' REPORT Net cash provided (used) by operating activities Net cash provided (used) by investing activities CASH FLOWS FROM FINANCING ACTIVITIES Due to member, net Net cash provided (used) by financing activities NET INCREASE (DECREASE) IN CASH CASH AND CASH EQUIVALENTS, beginning of period CASH AND CASH EQUIVALENTS, end of period • The accompanying notes are an integral part of this statement - 4 - 68,666 (3,607) (119,598) (123,205) 1,772 1,772 (52,767) 103,428 $ 50,661 LAKESHORE ENGINEERING, LLC AND SUBSIDIARY NOTES TO FINANCIAL STATEMENTS December 31, 2011 NOTE 1 — SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES Nature of Operations The Company was organized on September 14, 2009 and began operations shortly thereafter. The Company builds and constructs water and sewer related facilities and infrastructure principally in the southeastern United States. The work is done under fixed -price and cost -plus -fixed fee contracts. These projects are undertaken by the Company alone or in conjunction with other contractors. The office of the company is located in Atlanta, Georgia. The consolidated financial statements include the assets of Lakeshore Engineering Holdings, LLC (subsidiary). The subsidiary entity owns the facility in which the Company operates from. All related transactions have been eliminated in the consolidated financial statements. Use of Estimates Management uses estimates and assumptions in preparing financial statements. Those estimates and assumptions affect the reported amounts of assets and liabilities, the disclosure of contingent assets and liabilities, and the reported revenues and expenses. Revenues and Cost Recognition Revenues from contracts are recognized on the percentage -of- completion method for financial reporting purposes, measured by the cost -to -cost method. This method is used because management considers expended costs to be the best available measure of progress on these contracts. Contract costs include all direct material and labor costs, as well as subcontractors, equipment and other direct miscellaneous costs. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Changes in job performance, job conditions, and estimated profitability, including those arising from contract penalty provisions and final contract settlements, may result in revisions to costs and income and are recognized in the period in which the revisions are determined. The asset, "costs and profits in excess of related billings," represents revenues recognized in excess of amounts billed. The liability, "billings in excess of costs and related profits," represents billings in excess of revenues recognized. Contract retention is included in accounts receivable. Property and Equipment Property and Equipment are recorded at cost. Depreciation is computed over the estimated useful life(s) of the assets using the declining balance method. Depreciation expense for the year ended December 31, 2011 totals $ 18,988. Income Taxes The Company and the subsidiary Company are single- member limited liability companies and are disregarded entities for federal income tax purposes. As such, the items of income and loss are reported on the income tax return of the sole member. Accordingly, the financial statements do not reflect a provision for income taxes. Cash The Company considers all cash in bank and temporary investments with a maturity less than 3 months as cash and cash equivalents. -5- NOTE 2 — CONTRACT RECEIVABLES Contracts receivable consist of: Total Contracts Receivable $ 494,439 The Company does not maintain an allowance for bad debts and expects to collect all receivables within one year. Accounts are written off only when there is no reasonable possibility of collection. For the current year there are zero bad debts. NOTE 3 — CONTRACTS IN PROGRESS LAKESHORE ENGINEERING, LLC AND SUBSIDIARY NOTES TO FINANCIAL STATEMENTS December 31, 2011 2011 Completed contacts $ Contracts in progress 329,258 Retainage 165,181 Costs, estimated earnings, and billings on uncompleted contracts are summarized as follows: 2011 Costs incurred on uncompleted contracts $ 2,286,488 Estimated earnings 273,579 2,560,067 - Billings to date 2,637,158 Costs and profits in excess of related billings $ (77,091) Included in the accompanying balance sheet under the following captions: Costs and profits in excess of related billings $ 1,631 Billings in excess of costs and profits (78,722) Net costs and profits in excess of related billings $ (77,091) NOTE 4 — COMPANY AND SUBSIDIARY TRANSACTIONS As discussed in note 1, the management of the Company has elected to consolidate the financial statements of Lakeshore Engineering, LLC and Lakeshore Engineering Holdings, LLC due to their common ownership. Lakeshore Engineering, LLC is the primary beneficiary of the real estate owned by Lakeshore Engineering Holdings, LLC. Rent in the amount of $ 3,500 and a related party due to /from in the amount of $ 56,636 have been eliminated. The related party due to /from amounts are funds loaned from Lakeshore Engineering, LLC to Lakeshore Engineering Holdings, LLC for the down payment on the land and building. The Company leases a vehicle from the sole member of the Company. Lease payments on this vehicle total $ 6,000 for the current year and is month to month. These payments are included in auto and truck expenses. NOTE 5 — NOTES PAYABLE Lakeshore Engineering, LLC The Company maintains a line of credit with JP Morgan Chase Bank totaling $ 150,000. The line of credit bears interest at the annual rate of LIBOR plus 7.459% and matures on April 15, 2013. As of December 31, 2011 the line of credit has a zero balance. Lakeshore Engineering Holdings, LLC The Subsidiary maintains a note payable to JP Morgan Chase Bank for the purchase of the operations facility. The note payable bears interest at 5.67% per annum and matures in December of 2026. As of December 31, 2011 the balance of the note payable totals $ 252,000. The note payable is secured by real estate. Principal payments on this loan are due as follows: LAKESHORE ENGINEERING, LLC AND SUBSIDIARY NOTES TO FINANCIAL STATEMENTS December 31, 2011 2012 $ 11,094 2013 11,740 2014 12,423 2015 13,146 2016 and there after 203,597 $ 252,000 NOTE 6 — SUBSEQUENT EVENTS AND BACKLOG There are no material subsequent events to report as of the date of the accountants' report. As of December 31, 2011 the Company had no contracts signed that had not been started. NOTE 7 — CONCENTRATION OF CREDIT RISK At December 31, 2011, all of the Company's bank deposits were insured under FDIC. NOTE 8 — ADVERTISING EXPENSE Advertising expenses are expensed as incurred and total $ 5,519 for the year ended December 31, 2011. NOTE 9 — COMPENSATED ABSENCES The Company has not accrued compensated absences because the amount cannot be reasonably estimated. NOTE 10 — NONCASH AND CASH FLOW INFORMATION Noncash transactions for the current year were limited to financing of the new and and building purchased under the Subsidiary's name and totals $ 252,000. There were no interest or income taxes paid for the current year. The accompanying notes are an integral part of this schedule. LAKESHORE ENGINEERING, LLC CONSOLIDATING BALANCE SHEET December 31, 2011 SEE ACCOMPANYING NOTES AND ACCOUNTANTS' REPORT Lakeshore Lakeshore Engineering Holdings ASSETS CURRENT ASSETS Cash $ 46,670 $ 3,991 $ Contract receivables - Note 2 494,439 Costs and profits in excess of related billings - Note 3 1,631 Due from related party 56,636 Other receivables 1,392 37,400 Total Current Assets 600,768 41,391 Eliminations (56,636) (56,636) Consolidated Totals $ 50,661 494,439 1,631 38,792 585,523 PROPERTY AND EQUIPMENT Furniture, fixtures and equipment 151,005 - 151,005 Land and Building 269,162 269,162 151,005 269,162 420,167 Less: accumulated depreciation (24,167) (149) (24,316) Total Property and Equipment 126,838 269,013 395,851 TOTAL ASSETS $ 727,606 $ 310,404 $ (56,636) $ 981,374 LIABILITIES CURRENT LIABILITIES Accounts payable $ 215,555 $ $ $ 215,555 Payroll liabilities 9,419 9,419 Due to related party - 56,636 (56,636) - Due to member 1,772 1,772 Billings in excess of costs and profits - Note 3 78,722 78,722 Note payable - due within 12 months - 11,094 11,094 Total Current Liabilities 305,468 67,730 (56,636) 316,562 LONG TERM DEBT 240,906 - 240,906 MEMBER'S EQUITY 422,138 1,768 423,906 TOTAL LIABILITIES AND MEMBER'S EQUITY $ 727,606 $ 310,404 $ (56,636) $ 981,374 CONTRACT REVENUES The accompanying notes are an integral part of this schedule. LAKESHORE ENGINEERING, LLC CONSOLIDATING STATEMENT OF INCOME AND MEMBER'S EQUITY For the Year Ended December 31, 2011 SEE ACCOMPANYING NOTES AND ACCOUNTANTS' REPORT Lakeshore Lakeshore Engineering Holdings Eliminations Consolidated Totals $ 3,650,162 $ $ $ 3,650,162 COSTS OF REVENUES Subcontractors 465,398 - - 465,398 Materials 328,952 - 328,952 Labor 631,634 631,634 Equipment 220,090 220,090 Indirect costs allocated to jobs 198,585 198,585 Other costs 1,427,240 1,427,240 Total Costs of Revenues 3,271,899 3,271,899 GROSS PROFIT 378,263 378,263 GENERAL AND ADMINISTRATIVE EXPENSES 171,664 1,732 (3,500) 169,896 INCOME FROM OPERATIONS 206,599 (1,732) 3,500 208,367 OTHER INCOME (EXPENSES) Interest income 1,970 - 1,970 Rental income 3,500 (3,500) Realized gains (loss) on investements (3,607) - (3,607) Other income 452 452 Total Other Income (Expenses) (1,185) 3,500 (3,500) (1,185) NET INCOME 205,414 1,768 207,182 MEMBER'S EQUITY, BEGINNING OF YEAR 216,724 - 216,724 DISTRIBUTIONS TO MEMBER - Note 4 MEMBER'S EQUITY, END OF YEAR $ 422,138 $ 1,768 $ - $ 423,906 -9- CASH FLOWS FROM OPERATING ACTIVITIES Net income (loss) Adjustments to reconcile net income to net cash provided by operating activities: Depreciation (Increase) decrease in: Contract receivables Costs and profits in excess of related billings Miscellaneous receivables Increase (decrease) in: Accounts payable Billings in excess of costs and profits Accrued expenses Net cash provided (used) by operating activities The accompanying notes are an integral part of this schedule. LAKESHORE ENGINEERING, LLC CONSOLIDATING STATEMENT OF INCOME AND MEMBER'S EQUITY For the Year Ended December 31, 2011 SEE ACCOMPANYING NOTES AND ACCOUNTANTS' REPORT Lakeshore Lakeshore Engineering Holdings $ 209,021 18,838 (46,167) 14,005 (850) (156,031) 69,858 (4,525) 104,149 CASH FLOWS FROM INVESTING ACTIVITIES Sale of marketable securities, net of purchases (3,607) (3,607) Acquisition of building, property and equipment (102,436) (17,162) - (119,598) Net cash provided (used) by investing activities (106,043) (17,162) - (123,205) CASH FLOWS FROM FINANCING ACTIVITIES Due to member, net 1,772 1,772 Proceeds from affiliate 56,636 (56,636) Proceeds paid to affiliate (56,636) - 56,636 Net cash provided (used) by financing activities (54,864) 56,636 - 1,772 NET INCREASE (DECREASE) IN CASH (56,758) 3,991 (52,767) CASH AND CASH EQUIVALENTS, beginning of period 103,428 - 103,428 CASH AND CASH EQUIVALENTS, end of period $ 46,670 $ 3,991 $ $ 50,661 - 10 - 1,768 $ 149 (37,400) (35,483) Eliminations Consolidated Totals 210,789 18,987 (46,167) 14,005 (38,250) (156,031) 69,858 (4,525) 68,666 Less amounts allocated to jobs (198,516) TOTAL GENERAL AND ADMINISTRATIVE EXPENSES $ 171,664 The accompanying notes are an integral part of this schedule. LAKESHORE ENGINEERING, LLC CONSOLIDATING SCHEDULE OF OPERATING EXPENSES For the Year Ended December 31, 2011 SEE ACCOMPANYING NOTES AND ACCOUNTANTS' REPORT Lakeshore Lakeshore Engineering Holdings Eliminations Consolidated Totals GENERAL AND ADMINISTRATIVE EXPENSES Advertising $ 5,519 $ $ $ 5,519 Auto and truck 14,907 14,907 Bids and plans 1,533 1,533 Charitable contributions 2,710 2,710 Depreciation 18,838 150 18,988 Dues and subscriptions 2,494 2,494 Fuel and oil 5,869 5,869 Insurance 14,660 - 14,660 Miscellaneous 3,038 25 3,063 Office supplies 5,322 130 5,452 Payroll taxes 37,219 37,219 Professional services 14,696 14,696 Rent 3,500 (3,500) Repairs and maintenance 10,212 10,212 Salaries and Wages 187,759 187,759 Taxes and licenses 7,334 1,427 - 8,761 Telephone and utilities 16,451 16,451 Tools and supplies 12,498 - 12,498 Travel and entertainment 5,621 5,621 370,180 1,732 (3,500) 368,412 1,732 (198,516) (3,500) ` $ 169,896 LAKESHORE ENGINEERING, LLC SCHEDULE OF GROSS PROFIT For the Year Ended December 31, 2011 SEE ACCOMPANYING NOTES AND ACCOUNTANTS' REPORT For the Year Ended December 31, 2011 Revenues Cost of Gross Earned Revenues Profit Completed contracts $ 1,090,095 $ 985,411 $ 104,684 Contracts in progress 2,560,067 2,286,488 273,579 Totals $ 3,650,162 $ 3,271,899 $ 378,263 The accompanying notes are an integral part of this schedule. - 12 - LAKESHORE ENGINEERING, LLC SCHEDULE OF COMPLETED JOBS For the Year Ended December 31, 2011 SEE ACCOMPANYING NOTES AND ACCOUNTANTS' REPORT From Inception to December 31, 2011 Total Costs of Gross Contract Contract Revenues Profit Snapfinger AWT Pumps $ 360,000 $ 330,180 $ 29,820 City of Roberta 1,262,910 1,172,670 90,240 Howard Road BPS 96,928 83,670 13,258 Stepan Chemical 363,045 311,625 51,420 Hammermill Lift 171,280 150,430 20,850 • The accompanying notes are an integral part of this schedule. $ 2,254,163 `$ 2,048,575 $ 205,588 - 13 - Revenues Earned $ 297,992 858,557 2,702 886 3,931 Before January 1, 2011 Costs of Revenues $ 275,498 780,535 2,584 851 3,696 $ 1,164,068 $ 1,063,164 LAKESHORE ENGINEERING, LLC SCHEDULE OF COMPLETED JOBS For the Year Ended December 31, 2011 SEE ACCOMPANYING NOTES AND ACCOUNTANTS' REPORT Gross Profit $ 22,494 78,022 118 35 235 $ 100,904 For the Year Revenues Earned $ 62,009 404,353 94,226 362,159 167,349 $ 1,090,095 Ended December Costs of Revenues $ 54,682 392,135 81,086 310,774 146,734 31, 2011 Gross Profit 7,326 12,218 13,140 51,385 20,615 $ 985,411 $ 104,684 Contract Mason Mill Park Skipper Road BPS WJ Hooper WPP Wiileo Creek PS Scott Candler EHSPS LAKESHORE ENGINEERING, LLC SCHEDULE OF JOBS IN PROCESS For the Year Ended December 31, 2011 SEE ACCOMPANYING NOTES AND ACCOUNTANTS' REPORT Total Total Contract $ 352,794 1,120,000 1,397,238 399,528 2,062,918 $ 5,332,478 Estimated Contract Estimated Costs $ 222,346 $ 1,055,512 1,290,887 377,879 1,958,332 $ 4,904,956 The accompanying notes are an integral part of this schedule. - 14 - Gross Profit 130,448 64,488 106,351 21,649 104,586 Revenues Earned $ 347,666 1,065,549 990,150 104,452 52,250 From Inception To Costs of Revenues $ 219,114 1,004,196 914,785 98,792 49,601 427,522 $ 2,560,067 $ 2,286,488 Gross Profit $ 128,552 61,353 75,365 5,660 2,649 LAKESHORE ENGINEERING, LLC SCHEDULE OF JOBS IN PROCESS For the Year Ended December 31, 2011 SEE ACCOMPANYING NOTES AND ACCOUNTANTS' REPORT December 31, 2011 Billings Costs To To Date Complete $ 346,034 $ 3,232 1,072,387 51,316 1,001,937 376,102 115,882 279,087 100,918 1,908,731 (Over) Under Billings $ 1,632 (6,838) (11,787) (11,430) (48,668) 273,579 $ 2,637,158 $ 2,618,468 $ (77,091) For the Year Ended December 31, 2011 Revenues Earned $ 347,666 1,065,549 990,150 104,452 52,250 $ 2,560,067 Costs of Revenues $ 219,114 1,004,196 914,785 98,792 49,601 Gross Profit $ 128,552 61,353 75,365 5,660 2,649 $ 2,286,488 $ 273,579 Project Name Contract Amount % complete Engineer Owner ' Contact Completion Date DDCWSA Lift Station & Forcemain $353,522.00 100% RJ Wood & Company Ronnie Wood (478) 741 - 7044 Douglas County Daniel Manny (770) 920 -3853 7/31/10 City of Roswell WTP Improvements $69,960.00 100% none City of Roswell Mike Leonard (770) 641 -3816 7/31/10 City of Montezuma Levee Pump Station $334,720.00 100% Ocmulgee Engineering Lance Woods (478) 217- 0352 City of Montezuma Jim Copland (478) 472 -9782 8/15/10 City of Roberta WWTP Improvements $1,262,910.00 100% Carter & Sloope Trey Gavin (478) 477- 3923 City of Roberta Bob Bade (478) 837 -5582 8/1/11 Dekalb County Snapfinger WWTP Improvements $497,494.00 100% none Dekalb County Merat Zarreii (770) 621 -3526 4/1/11 Stepan Chemical Site Development $343,000 100% Process Unlimited Stepan Chemical Bob Montgomery (770) 867 -8826 4/1/11 Howard Road Booster Pump Station $96,928.00 100% GBT Engineers Ben Turnipseed (770)333 - 0700 City of Senoia, GA 4/15/11 1259 Ellsworth Drive Atlanta, GA 30318 LAKESHORE ENGINEERING STATEMENT OF QUALIFICATIONS Lakeshore Engineering, LLC (Lakeshore) is a fully licensed GA utility contractor that focuses on the construction and renovation of water / wastewater treatment plants and pump stations. The management team has over forty years of combined experience in this type of work. Lakeshore self performs the majority of the work on their projects and also has an extensive list of proven subcontractors and vendors that form an extremely efficient and well managed project team. CURRENT LAKESHORE ENGINEERING PROJECTS LIST: P: 404.355 -3976 F: 404.355.2429 Mason Mill Park Ecological Pump Station $352,794.00 100% Brown & Caldwell Dekalb County Merat Zarreii (770) 621 -3526 11 /1 /11 Skipper Road Booster Pump Station $1,120,000 100% Hofstadter & Associates John Fry (478) 757 -1169 MWA Ray Shell (478) 454 -5637 10/1/11 WJ Hooper WPP Solids Handling Improvements 1,664,072.00 100% CH2M Hill Chris Cranmer (678) 313- 9095 CCWA Mike Buffington (770) 960 -3616 3/1/12 Willeo Creek Pump Station Upgrade 399,628.00 100% Hazen & Sawyer Cobb County, Andrew Kennedy (770) 419 -6388 7/15/12 Scott Candler Emergency Pump Station Modifications- Dekalb County 2,062,918.00 50% CDM Rob Isabel (404) 720- 1400 Dekalb County Merat Zarreii (770) 621 -3526 9/31/12 Lower Crooked Creek Pump Station #1 1,181,000.00 90% Brown & Caldwell Kelly Comstock (770) 673- 3669 Dekalb County, GA Jeff Winston (404) 660 -9436 11/15/12 Echeconee Lift Station Modifications 657,400.00 80% Carter & Sloope Trey Gavin (478) 477- 3923 MWA Ray Shell (478) 454 -5637 10/31/12 MWA Pump Station Rehab No. 2 $634,780.00 10% Hofstadter & Associates John Fry (478) 757 -1169 MWA Ray Shell (478) 454 -5637 2/15/13 CCWA Distribution System Pumping Improvements $1,143,456.00 10% Jacobs Engineering Michael Diaz (770) 455 - 8555 CCWA Cliff Beroset (678) 422 -2828 8/15/13 1259 Ellsworth Drive Atlanta, GA 30318 LAKE S H 0 RE E N G I N E E R I N G P: 404.355 -3976 F: 404.355.2429 EMPLOYMENT HISTORY November 2009 — Present President Lakeshore Engineering, LLC June 2005 — October 2009 Vice President Heavy Constructors, Inc. July 1998 — April 2005 Vice President - The Winter Construction Company September 1990 — June 1998 Project Manager - WATEC EDUCATION Bachelor Civil Engineering — Georgia Institute of Technology, 1990 TRAINING & CERTIFICATIONS Licensed Professional Engineer, State of Georgia Licensed General Contractor, Unlimited, State of Georgia Licensed Utility Manager, State of Georgia Board of Directors, Georgia Utility Contractors Association Member, American Society of Civil Engineers OSHA 40 -hour HAZWOPER training PROJECT EXPERIENCE Huie Wetlands Phases II & III — Clayton County Water Authority Advanced Disinfection Facilities - Clayton County Water Authority Rome WPCP Solids Handling Facility Upgrade — City of Rome Public Utilities Department Wahoo Treatment Plant Upgrade — Newnan Utilities Bio- Solids Compost Facility — Newnan Utitilies Tunis Road Pump Station Upgrade — Henry County Water and Sewerage Authority Alcovy River Booster Pump Station — Gwinnett County Department of Water Resources Patterson / Marathon Pump Station Upgrades - Gwinnett County Department of Water Resources Piedmont Fayette Hospital Pump Station Upgrade — Piedmont Fayette Hospital Tussahaw 14 mgd Water Treatment Plant — Henry County Water and Sewerage Authority Saint Simons Island 4 mgd Design Build Wastewater Treatment Plant Expansion — Glynn County Utilities Department Big Cypress Reservation Water Treatment Plant - The Seminole Tribe of Florida 1259 Ellsworth Drive Atlanta, GA 30318 LAKESHORE E N G I N E E R I N G President /Project Director Garland L. Long, P.E. P: 404.355 -3976 F: 404355.2429 Immokalee Reservation Water and Wastewater Treatment Plants - The Seminole Tribe of Florida Tobacco Road Design -Build 20 mgd Water Treatment Facility - August Utilities Department Bay County 24 mgd Water Treatment Plant Expansion — Bay County Utilities Department Effingham County 4mgd Wastewater Treatment Plant — Effingham County Public Utilities Department Northside 4mgd Wastewater Treatment Plant Upgrade - City of Commerce GA Utilities Department 2 mgd Wastewater Treatment Plant Upgrade — City of Rincon Utilities Department Locust Grove Water Treatment Plant Expansion — City of Locust Grove Utilities Department Water Treatment Plant Expansion — City of McDonough Public Works Department Design — Build Groundwater Treatment System — Pharmacia Incorporated and Parsons Engineering Science Wastewater and Water Treatment Plants - Cagle's Poultry Groundwater Remediation system - General Electric (Rome, Georgia) Cinnaminson Design -build Groundwater Treatment System - Waste Management Groundwater Treatment Systems at RSA 142 and RSA 13 — COE Redstone Arsenal, Alabama. Groundwater treatment system, Hardeman County Landfill Superfund Site, Jackson, Tennessee. Groundwater treatment system, Organic Chemicals Company Superfund Site, Grandville, Michigan. REFERENCES: )LAKES H O RE E N G I N E E R I N G Ray Shell — Macon Water Authority Michael Buffington — Clayton County Water Authority Trey Gavin — Carter & Sloope Ronnie Wood Richard Lawrence Jordan, Jones & Goulding Ben Turnipseed Bob Whelchel — Hussey, Gay, & Bell Dan Carter — Eco -Tech Ed Strong — Newnan Utilities Department Brennan Jones — Brennan Jones Engineering Bud Goblisch — Jordan, Jones, & Goulding Robert Wierzbicki - Jordan, Jones, & Goulding Bill Banks — Henry County Water & Sewerage Randy Palmer — Palmer Engineering Norman Veamoi — ITT Flygt (478) 454 - 5637 (770) 960 — 3616 (478) 477 - 3923 (478) 741 - 7044 (678) 333 — 0248 (770) 333 - 0700 (770) 535 - 1133 (770) 345 - 2118 (770) 683 - 0994 (770) 688 - 5148 (561) 799 — 3855 (678) 333 — 0231 (678) 583 - 2447 (859) 749 - 4596 (770) 932 - 4320 1259 Ellsworth Drive Atlanta, GA 30318 P: 404.355 -3976 F: 404.355.2429 ( Project Manager Jeff Laudon EMPLOYMENT HISTORY. Lakeshore Engineering, LLC August 2010 — present • Project Manager I Estimator for water / wastewater treatment plant projects Skanska USA Civil SE August 2005 — July 2010 • Project Manager, R.M. Clayton Digester Upgrades Project, Atlanta, GA • Sr. Project Engineer, West Area CSO Treatment Facility, Atlanta, GA Winter Construction Company May 2003 — August 2005 • Project Manager, Tussahaw Water Treatment Facility, Jackson, GA • Project Manager, City of Rincon Water Pollution Control Facility, Rincon, GA Danis Environmental Industries, Inc November 1998 — May 2003 • Civil Project Manager, Lee Hall Water Treatment Plant, Newport News, VA • Civil Project Manager, Harwoods Mill Water Treatment Plant, Newport News, VA • Mechanical Project Manager, Lawrence Wastewater Treatment Facility_Lawrence, KS • Mechanical Project Manager, Ina Road Wastewater Treatment Plant, Tucson, AZ • Mechanical Project Engineer, Sod Run Wastewater Treatment Plant, Perryman, MD 1259 Ellsworth Drive Atlanta, GA 30318 P: 404.355-3976 F: 404.355.2429 EDUCATION: M.A. Mortenson October 1995 — November 1998 1259 Ellsworth Drive Atlanta, GA 30318 LA KE S H O RE E N G I N E E R I N G • Field/ Office Engineer, South Essex Sewer District Treatment Plant, Salem, MA Wentworth Institute of Technology, Boston, MA • Bachelor of Science in Civil Engineering Technology, September 1995 • Associate Degree in Building Construction Technology, May 1993 TRAINING & CERTIFICATIONS: • Karrass Negotiation, OSHA (30 hrs), OSHA Focus Four, Scaffold & Excavation Competent Person, Confined Space and Sulfur Dioxide /Chlorine Safety trained, CPR & First Aid Certified. P: 404.355 -3976 F: 404.355.2429 EMPLOYMENT HISTORY: Lakeshore Engineering, LLC January 2010 - present LA KE S H O RE E N G I N E E R I N G Project Engineer Jeff Endres P.E. • Project Engineer I Manager / Estimator for water / wastewater treatment plant projects JME Development Associates, Inc. 2005 — December 2010 • Responsible for engineering and development management services provided to developers of residential and commercial projects. Specific tasks include oversight of due diligence efforts, budgeting, engineering and permitting, construction, final platting and construction contracting and contractor pay request review and approval. Tasks included design and construction oversight of water distribution and sanitary sewer collection systems, including numerous sanitary pump stations. • Responsible for preliminary assessment of City storm water infrastructure for City of Duluth, Georgia. • Responsible for due - diligence assessment of private sewer treatment plants in connection with property sales and foreclosures for developers and banking institutions. Pulte Home Corporation 1997 — 2005 • Land Representative to Operations Committee — Responsible for bottom line performance of Georgia Division. • Responsible for all aspects of land development including: property acquisition; rezoning and permitting; and development. Developed between 1,500 and 2,000 lots in approximately 20 active subdivisions each year. Key measures of success based on project schedule and budget. • Responsible for evaluation of design and construction of private sewer treatment plant serving large developments. Systems included cold weather discharge and spray /drip application of treated wastewater. Dames & Moore (URS, Inc.) 1988 — 1997 • Project Manager /Project Engineer for water storage tanks, waste water treatment system, and environmental building at the General Electric Company Medium Transformer plant in Rome, Georgia. Tasks included: performance of a general site reconnaissance; supervision of field and laboratory testing programs; determination of soil engineering properties; geotechnical engineering analyses related to foundation design; and 1259 Ellsworth Drive Atlanta, GA 30318 P: 404.355 -3976 F: 404.355.2429 LAKESHORE ENGINEERING preparation of the technical report. Project Manager /Project Engineer for foundation design for elevated water storage for the City of Albany, Georgia. Tasks included: supervision of field and laboratory testing programs; determination of soil engineering properties; geotechnical engineering analyses related to foundation design and anticipated settlement; and preparation of the technical report. • Project Manager /Project Engineer for foundation design for Liquefied Natural Gas Satellite facility in Salley, South Caroling for CBI Na -Con Inc. Tasks included: supervision of field and laboratory testing programs; determination of soil engineering properties; geotechnical engineering analyses related to foundation design and anticipated settlement including earthquake loadings; and preparation of the technical report. • Project Manager /Project Engineer for peer review of the groundwater dewatering system for the Tennessee Titan Stadium in Nashville, TN for HOK Sport. Task included: evaluation of geotechnical and hydrogeologic data developed by others; performance of groundwater modeling and analysis; evaluation of proposed dewatering system; and preparation of technical report. • Project Manager /Project Engineer for geotechnical and excavation design for looper pit foot for Reynolds Metals Company in Sheffield, Alabama. Task included supervision of field and laboratory testing programs; determination of soil engineering properties; geotechnical engineering analyses related to foundation design and anticipated settlement; and preparation of the technical report. • Project Manager /Project Engineer for proposed 47 -story Odyssey Tower for the Coca Cola Company in Atlanta, GA. Task included: geotechnical engineering analyses related to shallow and deep foundation design and excavation and dewatering methods; and preparation of the technical report. • Project Manager /Project Engineer for the 13 -story Wakefield Tower in Atlanta, GA. Tasks included: geotechnical engineering analyses to permit the recommendation of an allowable bearing capacity of 10,000 psf; inspection of foundation excavations to confirm recommended bearing capacity ; and preparation of technical report. • Project Manager for the Environmental Impact Studies (EIS) and Preliminary Geotechnical Evaluations (PGE) for three proposed regional water supply reservoir sites in Central Georgia. Project responsibilities included overall management of the EIS and PGE as well as preparation and review of the project reports. • Project geotechnical engineer for the design of dam rehabilitation measures for a 700 -foot long, 30 -foot high earth dam located in Northern Georgia for the Board of Regents of the University System of Georgia. Tasks included: performance of a general site reconnaissance; supervision of field and laboratory testing programs; determination of soil engineering properties; and parametric evaluation of slope stability and seepage under existing and post - rehabilitation conditions. • Project Engineer for geotechnical drilling oversight for Westinghouse Savannah River Company Sanitary Landfill Expansion Project 1259 Ellsworth Drive Atlanta, GA 30318 P: 404.355 -3976 F: 404.355.2429 EDUCATION: Bachelor Civil Engineering — Georgia Institute of Technology, 1990 TRAINING & CERTIFICATIONS: • OSHA 10 HR CFR 1926 training Technical responsibility for environmental engineering studies and remedial design/implementation for numerous RCRA and CERCLA sites throughout the southeastern United States and Georgia UST and HSRI Investigations. 1259 Ellsworth Drive Atlanta, GA 30318 LAKESHORE E N G I N E E R I N G P: 404.355 -3976 F: 404.355.2429 EMPLOYMENT HISTORY PROJECT EXPERIENCE 1259 Ellsworth Drive Atlanta, GA 30318 (ILAKESHORE ENGINEERING Project Superintendent Beau Jackson 2009 — Present Lakeshore Engineering Atlanta, GA * Supervision and construction of water and wastewater treatment facilities 2005 - 2009 Wharton - Smith Inc. Sanford, FL * Supervision and construction of water and wastewater treatment facilities 1998 - 2005 Winter Construction Atlanta, GA * Supervision and construction of water and wastewater treatment facilities 1995 -1998 Waste Abatement Technology (WATEC) Atlanta, GA * Installation of various water and groundwater treatment plants, treatment of contaminated water and soil, and installation of various types of piping Savannah, GA * Groundwater treatment facility * Removal of contaminated soils along Savannah River dealing with high water table and having to make adjustments because of water heights due to tide changes New Albany, MS * 2.2 million dollar contract consisting of the upgrade of existing wastewater treatment plant. It included the closure of two open lagoons, which were replaced with alternative equipment. One lagoon was replaced with a 350,000 gallon glass lined tank enclosed in a 70'x90' concrete containment basin. The other was replaced by a Biological Treatment System. The conveyance system included a set of transfer pumps, FRP tanks, and buried dual contained HDPE with full leak detection. P: 404.355 -3976 F: 404.355.2429 1259 Ellsworth Drive Atlanta, GA 30318 LAKE S H O RE ENGINEERING Augusta, GA * Installation of two 728,000 gallon geomembrane - lined lagoons, land clearing, on grade installation of 1440 LF of 18" stainless steel piping, a Parshall flume, and six 20 Hp aerators for Kendall Healthcare. Perry, GA * Upgrade and conversion of existing water and wastewater plant from brewery to poultry plant. The upgrade consisted of updated control equipment, automated values, and demolition of old aeration equipment. Rome, GA * Upgrade of existing groundwater treatment facility for GE. Greenville, SC * Installation of a reductive de- chlorination system for a contaminated groundwater site. The project consisted of installing more than 30,000 linear feet of HDPE pipe, 130+ wells, and necessary process equipment. Beauford, GA * Construction of an industrial wastewater treatment system while working in an operational environment without interruption of ongoing activities. Savannah, GA * Lead contaminated soil abatement. Murfreesboro, TN * Helped with upgrade and expansion of wastewater treatment facility for General Mills Clayton County, GA * Ultraviolet disinfection upgrade for Clayton County Water Authority drinking water production. The upgrade included the building of a complete structure from bottom to top, installation of 42 inch flanged ductile iron pipe, electrical controls, and a crane rail system. I oversaw construction of the Hooper Plant; including installation of piping, preparation of sub grade, and coordination of sub- contractors; while still keeping existing plant operational. This project won the ACEC Award for the state of Georgia. Immokalee, FL * Complete build -up of water and wastewater treatment facilities for Seminole tribe of Florida. Rincon, GA * Upgrade of wastewater treatment facility for City of Rincon and wastewater treatment facility for Effingham County. P: 404.355 -3976 F: 404.355.2429 EMPLOYMENT HISTORY Lakeshore Engineering, LLC 2010 — Present * Supervision and construction of water and wastewater treatment facilities Skanska USA Civil SE 1997 — 2010 * Supervision and construction of water and wastewater treatment facilities Archer Western Contractors 1993 —1997 * Supervision and construction of water and wastewater treatment facilities and transportation projects Ruby- Collins 1991 -1993 * Supervision and construction of water and wastewater treatment facilities Brasfield & Gorrie J Project Superintendent Tony Haynes 1989 —1991 * Supervision and construction of commercial spaces T &B Scottsdale Contractors 1984 —1989 * Supervision and construction of water and wastewater treatment facilities and commercial spaces PROJECT EXPERIENCE * Hemphill Water Treatment Filter Upgrades, Atlanta, GA * Removal and replacement of filter beds, including media and under drain piping 1259 Ellsworth Drive Atlanta, GA 30318 P: 404.355 -3976 F: 404.355.2429 LAKES H ORE E N G I N E E R I N G • R.M. Clayton Digester Upgrades Project, Atlanta, GA * Demolition and replacement of floating digester covers and equipment, installation of new centrifuges and piping • West Area CSO Treatment Facility, Atlanta, GA * Construction of combined sewer treatment facility, including forming and placing concrete structures, installation of process equipment and piping as well as large diameter yard piping • F. Wayne Hill Wastewater Treatment Plant, Buford, GA * Expansion of sewer treatment facility, including forming and placing concrete structures, installation of process equipment and piping as well as large diameter yard piping • Blue Circle Rock Crusher, Calera, AL * Installation of rock crusher in granite quarry, including concrete foundation and equipment installation • South Cobb Wastewater Treatment Plant, Austell, GA * Installation of process equipment, including primary and secondary clarifiers • MARTA Tail Rail, Atlanta, GA * Installation of train tail rail facility, including forming and placing concrete and elevated track work • City of Atlanta CSO Upgrades, Atlanta, GA * Installation of process equipment, including odor control and chemical systems • Flowery Branch Wastewater Treatment Plant Expansion, Flowery Branch, GA * Expansion of sewer treatment facility, including forming and placing concrete structures, installation of process equipment and piping as well as large diameter yard piping 1259 Ellsworth Drive Atlanta, GA 30318 P: 404.355 -3976 F: 404.355.2429 The following equipment is available and anticipated to be used on the project: Caterpillar 320 excavator Caterpillar D4 bulldozer Lull 644 Hi -Lift all terrain forklift Komatsu 545B rubber tired backhoe Rammex trench compactor Dynapac sheep's foot roller New Holland skid steer Bobcat mini- excavator FORT GORDON BOOSTER PUMP STATION EQUIPMENT LIST 1259 Ellsworth Drive Atlanta, GA 30318 LAKESHORE E N G I N E E R I N G p: 404.355.3976 f: 404355.2429 AGREEMENT • THIS AGREEMENT, made on the day of , 2012, by and between AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA - RICHMOND COUNTY COMMISSION, party of the first part, hereinafter called the OWNER, and Lakeshore Engineering, LLC , party of the second part, hereinafter called the CONTRACTOR. WITNESSETH, that the Contractor and the Owner, for the considerations hereinafter named, agree as follows: ARTICLE I - SCOPE OF THE WORK The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans and described in the specifications for the project entitled: Fort Gordon Gate 4, Booster Pump Station, Project No. ICU- 0068(FG - 88880003) 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 substantially completed within 210 calendar days with all such extensions of time as are provided for in the General Conditions. Substantial completion shall be defined as sewer being in service. Final completion shall be 30 days after substantial completion. 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 shalt 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 ($1,000)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. The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would, in such event, sustain, and said amounts shall be retained from time to time by the Owner from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this Contract and the specifications wherein a definite portion and certain length of time is fixed for the additional time is allowed • • • for the completion of any work, the new time limit fixed by extension shall be the essence of this contract. Points of Contact and Direction All administrative deliverables including notices, certificates and permits required under this Agreement shall be submitted to the OWNER. All technical deliverables required by the Task Order shall be submitted to OWNER technical point of contact (POC) noted below. Any administrative or technical direction received from these individuals, unless received in the form of a revision to this Agreement, shall be considered informational only and shall not be binding by the parties. All notices and actions by OWNER under this Agreement shall be submitted to the CONTRACTOR POC indentified below: OWNER Technical POC: AUD assigned project engineers CONTRACTOR POC: ARTICLE III - PAYMENT (A) The Contract Sum The Owner shall pay to the contractor for the performance of the Contract the amount as stated in the TASK ORDER based upon rates stated in the BID FORM and Schedule of Items of Bid item 12 -205. No variations shall be made in the amount except as set forth in the specifications attached hereto. (B) Progress Payment On no later than the fifth day of every month, the Contractor shall submit to the Owner's Engineer an estimate covering the percentage of the total amount of the Contract which has been completed from the start of the job up to and including the last working day of the preceding month, together with such supporting evidence as may be required by the Owner and /or the Engineer. This estimate shall include only the quantities in place and at the unit prices as set forth in the Bid Schedule. On the vendor run following approval of the invoice for payment, the Owner shall after deducting previous payments made, pay to the Contractor 90% of the amount of the estimate on units accepted in place. The 10% retained percentage may be held by the Owner until the final completion and acceptance of all work under the Contract. ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT (A) Upon receipt of written notice that the work is ready for final inspection acceptance, the Engineer shall within 10 days made such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed, he will promptly issue a final certificate, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the Owner within 15 days after the date of said final certificate. (B) Before final payment is due, the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness of liens of evidence of payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (C) The making and acceptance of the final payment shall constitute a waiver of all claims THIS AGREEMENT, made on the day of by and between AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA, GEORGIA COMMISSION, party of the first part, hereinafter called the OWNER, and Lakeshore Engineering, LLC, party of the second part, hereinafter called the CONTRACTOR. WITNESSETH, that the CONTRACTOR and the OWNER, for the considerations hereinafter named, agree as follows: ARTICLE I - SCOPE OF THE WORK The CONTRACTOR hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans and described in the specifications for the project entitled: Fort Gordon Gate 4, Booster Pump Station, Project No. ICU- 0068(FG- 88880003) 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. CONTRACTOR shall be compensated in accordance with the compensation provisions below and in accordance with the rates established in Bid Item 12 -205 or as may be amended and approved by OWNER. 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 substantially completed within 210 calendar days with all such extensions of time as are provided for in the General Conditions. Substantial completion shall be defined as sewer being in service. Final completion shall be 30 days after substantial completion. 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 ($1,000) 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. The said amount is fixed and agreed upon by and between the CONTRACTOR and the OWNER because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the OWNER would, in such event, sustain, and said amounts shall be retained from time to time by the OWNER from current periodical estimates. G Dear Tom: ' November 20, 2012 Mr. Tom Wiedmeier Utilities Director 360 Bay Street Augusta, GA 30901 ;G ! I ?' A a" Frederick L Russell, Administrator Office of the Administrator Tameka Alley Deputy Administrator William Shanahan, Deputy Administrator Room 801 - Municipal Building 530 Greene Street- AUGUSTA, GA. 30901 (706) 821-2400 - FAX (706)821 -2819 www.augustaga.gov The Augusta - Richmond County Commission, at their regular meeting held on Tuesday, November 20, 2012 took action on the following items. 27. Approved construction contract award to Lakeshore Engineering LLC in the amount of $1,334,492.00. la - ate 28. Approved Avrett Plumbing Company, Inc. In the amount of $229,200.13 for cleaning of sanitary sewer systems to be performed under Account Number 506043410- 52232220. 29. Approved proposal for Augusta Utilities to provide Water Operations and Lab Assistance to East Central Georgia Regional Hospital at Gracewood ( Gracewood). 30. Received as information a presentation by Ms. Gail Kelly regarding her sewer line tie -in. 31. Approved and accepted the water and gravity sanitary sewer Deed of Dedication and Maintenance Agreement for Heritage Park. 36. Approved Utilities Sole Source Purchase of Meters from Clayton County. If you have any questions, please contact me. You truly, 414Ce Tameka Allen Deputy Administrator 11- 20 -12; #27 - #31, #36 cc: Ms. Donna Williams Ms. Geri Sams • TO: Name Attn: Firm Contact Address NOTICE TO PROCEED City, State Zlp Code DATE: PROJECT: Name PROJECT NO: You are hereby notified to commence WORK in accordance with the Agreement dated on or before , and you are to complete the WORK within consecutive calendar days thereafter. The date of completion of all WORK is therefore Very truly yours, Augusta Program Management Team Project Engineer Receipt of this NOTICE TO PROCEED is hereby acknowledged This, the day of , 200312 Contractor: By: Title: Please sign and return one copy of this Notice to Proceed Acknowledgement to: Augusta Utilities Department Attn: Program Managers 360 Bay Street, Suite 180 Augusta, GA 30901 • CONSTRUCTION CONTRACT CHANGE ORDER PROJECT TITLE ORIGINAL CONTRACT DATE OWNER AUGUSTA, GEORGIA The following change is hereby made to the contract for the above project: Description of Change (for a more detailed description see attached proposal): l'A YEE TO'IA1.. AMOUNT OF THIS CH.ANGE ORDER $ The contract rime will be INCREASED by (y calendar days as a result of this change. ORIGINAL CONTRACT AMOUNT $ PREVIOUS CHANGE ORDER (INCREASE) $ THIS CI°IANGE ORDER (INCREASE) $ TOTAL, REVISED CONTRACT' AMOUNT WITH CHANGE ORDER S FUNDING NUMBER /ACCOUNT NUMBER PROPOSED BY: REQUESTED BY: St/Min BY: FINANCE ENDORSEIIEN'1': RECD\! \I1NDEI) BY: APPROVED BY: CONTRACTOR OR ti;IN1:I:R ( ()? FP't'tt( : \t)M1NIti 1 RA'I'C)R MAYOR CO NUMBER BID ITEM DATE PROJECT NUMBER PO NUMBER DA T'1. : DATE: DATE: DATE: KNOW ALL MEN BY THESE PRESENTS, that we, the Lakeshore Engineering, LLC . as pl The Gray Insurance Company And as Suety, are hereby held and firmly bound unto the Augusta, Georgia Commission of Augusta, Georgia as Owner in the penal sum o f Ten Percent (10%) of the Bid Amount-- fox the payment of which, well and trtaly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this . 4th d o f October The condition of the above obligation is such that whereas the Principal has submitted to the Augusta, Georgia Corrunission of Augusta, Georgia, a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing for the FORT GORDON GATE 4 BOOOSTER PUMP STATION PROTECT, for Augusta, Georgia in accordance with plans and specifications of the AUGUSTA UTTUUES DEPARTMENT. NOW, THEREFORE, (a) if said Bid shall be rejected, or in the alternate, (b) SECf1O N t;8 BIDBOND If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance . with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect: it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event,- exceed the penal amount of this obligation as herein stated. BB-I X72 1 The Surety , for value receive, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Attest Signed and sealed this 4th day of October By A. D.2012 Lakeshore Engineering, LLC (Seal) (Principal) (Seal) The Gray insurance Company (Seal) (Surety) B / (Title) Kevin M. Neidert, Attorney -in -fact GRAY INSURANCE COMPANY ,1 GRAY CASUALTY & SURETY COMPANY GENERAL POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS, THAT The Gray Insurance Company and The Gray Casualty & Surety Company, corporations duly organized and existing under the laws of Louisiana, and having their principal offices in Metairie, Louisiana, do hereby make, constitute, and appoint Kevin M. Neidert, Gary Sputter, Daniel Yates, Karen A. Maynard, Marie M. Hartley, Betsy 3. Holmes, Dana D. Rutledge and Brian K. Hughes of Atlanta, Georgia jointly or severally on behalf of each of the Companies named above its true and lawful Attorney(s)- in- Fact,' to make, execute, seal and deliver, for and on its behalf and as its deed, bonds, or other writings obligatory in the nature of a bond, as surety, contracts of suretyship as axe or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $10,000,000, This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty & Surety Company at meetings duly called and held on the 26th day of June, 2003. "RESOLVED, that the President, Executive Vice President, any Vice President, or the Secretary be and each or any of' them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings, and all contracts of surety, and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney, and to attach the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond, undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF, The Gray Insurance Company and The Gray Casualty & Surety Company have caused their official seals to be hereinto affixed, and these presents to be signed by their authorized officers this 12 day of September, 2011. State of Louisiana Parish of Jefferson On this. 12" day of September, 2011, before me, a Notary Public, personally appeared Michael T. Gray, President of The Gray Insurance Company and Vice President of The Gray Casualty & Surety Company, and Mark S. Mangano, Secretary of The Gray Insurance Company and The Gray Casualty & Surety Company, personally known to me, being duly sworn, acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of, and acknowledged said instrument to be the voluntary act and deed, of their companies. i '41% ftmAt Ail 1, Mark S. Mangano, Secretary of The Gray Insurance Company and The Gray Casualty & Surety Company, do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 4th By: /1j���G'�yR� ��i�/il/ Attest: j SS: Michael T. Gray President, The Gray Insurance Company and V ice President, The Gray Casualty & Surety Company Mark S. Manguno Secretary, The Gray Insurance Company, The Gray Casualty & Surety Company Lisa S. Millar, Notary Public, Parish of Orleans State of Louisiana My Commission is for Life day of Cttober 2D12 . IVi'"d Mark S. Mangano, Secretary The Gray Insurance Company The Gray Casualty & Surety Company 168683 • • • (NOTE : That (1) ( THIS BOND IS ISSUED SIMULTANEOUSLY WITH PAYMENT BOND ON PAGE PB -3, IN FAVOR OF THE OWNER CONDITIONED FOR THE PAYMENT OF LABOR AND MATERIAL) KNOW ALL MEN BY THESE PRESENTS: Lakeshore Engineering, LLC hereinafter called Contractor, and The Gray Insurance Company a corporation organized and existing under the laws of the State of Louisiana its principal office in the City of Metairie ,State of Louisiana , as Surety, hereinafter called Surety, are held and firmly bound unto AUGUSTA, GEORGIA BY AND THROUGH THE AUGUSTA COMMISSION as Obligee, hereinafter called the Own er, in the penal amount of One Million Three Hundred Thirty -Four Thousand Dollars ($ 1,334,492. 00 ) for Four Hundred Ninety -Two & 00/100 the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents for the faithful performance of a certain written agreement. WHEREAS, Contractor has by said written agreement dated entered into a contract with Owner for the FORT GORDON GATE 4, BOOSTER PUMP STATION, PROTECT NO.ICU- 0068(FG- 88880003) in accordance with the drawings and specifications issued by the Augusta Utilities Department and the Augusta- Richmond County Commission, which contract is by reference made a part hereof, and is hereinafter referred to as the CONTRACT . NOW, THEREFORE, the condition of this obligation is such that, if 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. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the CONTRACT, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly Complete the CONTRACT in accordance with its terms and conditions, or Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default a succession of PB -1 as Principal, Bond No. GSB 17399 SECTION PB PERFORMANCE BOND ,with • • • Witness At defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the 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. Signed and ed this day of Attest ei A lgvq i 4ia A9j T B N 4a y i90\1•,_4... 6q '.<4�� �V AR`( 6 • • Witness L f l y' C PB -2 / A. D. 20 . Lakeshore Engineering, LLC (Seal) (Contractor) (Seal) The Gray Insurance Company (Seal) (Surety) - - - - -- By (Seal) (Title) Daniel Yates, Attorney -in -fact • NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND ON PAGE PB-I, IN FAVOR OF THE OWNER CONDITIONED FOR THE PERFORMANCE OF THE WORK.) ( KNOW ALL MEN BY THESE PRESENTS: That Lakeshore Engineering, LLC PB -3 LABOR AND MATERIAL PAYMENT BOND Bond No. GSB 17399 as Principal, SECTION PB hereinafter called Contractor, and The Gray Insurance Company a corporation organized and existing under the laws of the State of Louisian with its principal office in the City of Metairie , State of Lousiana as Surety, hereinafter called Surety, are held and firmly bound unto AUGUSTA, GEORGIA BY AND THROUGH THE AUGUSTA, GEORGIA COMMISSION, as Obligee, hereinafter called the Owner, for the use and benefit of claimants as herein below defined in the amount of One Million Three Hundred Thirty-Four Thousand Four Dollars ($1,334,492.00 ) Hundred Ninety -Two & 00/100 for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated entered into a contract with Owner for the FORT GORDON GATE 4, BOOSTER PUMP STATION, PROTECT NO. ICU- 0068(FG- 88880003) in accordance with drawings and specifications issued by the Augusta Utilities Department and Augusta - Richmond County. Commission, which contract is by reference made a part hereof, and is hereinafter referred to as the CONTRACT . NOW, THEREFORE, the condition of this obligation is such that, if the Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required to use in the performance of the CONTRACT, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however., to the following conditions: A claimant is defined as one having a direct contract with the Contractor or with a subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the contract, labor and material being construed as to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the CONTRACT . (2) The above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such • • • (3) ( 4) claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgement for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. No suit or action shall be commenced hereunder by any claimant, (a) (b) (c) Unless claimant, other than one having a direct contract with the Contractor, shall have given written notice to any two of the following: The Contractor, the Owner; or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Contractor, Owner or Surety, at any place where an office 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 . After the expiration of one (I) year following the date on which Contractor 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. 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. 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. PB -4 • • Witness Attes Witness Id sealed this day of C) • Lakeshore Eninieering, LLC o11N1►► .4 A Lk �� ■ / (Contractor) ♦.. , ` $sIo N " O i ' ♦ • ` . -/' i � y Ni. to 4...•i The Gray Insurance Company A. D. 20 (Seal) (Seal) (Surety) By (Seal) (Title) Daniel Yates, Attorney -in -fact 0 1 AUTHENTIC UNLESS IT HAS A TRUE WATERMARK, VISIBLE FIBERS, AND A MICROPRINT BORDER • THIS DOCUMENT IS NOT AUTHENTIC UNLESS IT HAS A TRUE WA co z' w 8 26 4 f SS31Nf1 OIINSH1fV ION SI 1N3Mfl3O SIHI • ki301iO81N1lidOU3IW V ONV `SIi39Id 319ISIA `YIaVWa31VM 3na1 V SVH 11 SS31NO 311N3HlflV ION SI IN3Mft3O THE GRAY INSURANCE COMPANY THE GRAY CASUALTY & SURETY COMPANY GENERAL POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS, THAT The Gray Insurance Company and The Gray Casualty & Surety Company, corporations duly r ganized and existing under the laws of Louisiana, and having their principal offices in Metairie, Louisiana, do hereby make, constitute, and appoint evin M. Neldert, Gary Spuller, Daniel Yates, Karen A. Maynard, Marie M. Hartley, Betsey J. Holmes, Dana D. Rutledge, and Brian K. Hughes of Atlanta, Georgia jointly or severally on behalf of each of the Companies named above its true and lawful Attorney(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its deed, bonds, or other writings obligatory in the nature of a bond, as surety, contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $10,000,000. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty & Surety Company at meetings duly called and held on the 26 day of June, 2003. "RESOLVED, that the President, Executive Vice President, any Vice President, or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings, and all contracts of surety, and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney, and to attach the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond, undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF, The Gray Insurance Company and The Gray Casualty & Surety Company have caused their official seals to be hereinto affixed, and these presents to be signed by their authorized officers this 12 day of September, 2011. " of Louisiana ss: By: Attest: a rfr Michael T. Gray President, The Gray Insurance Company and Vice President, The Gray Casualty & Surety Company Mark S. Manguno Secretary, The Gray Insurance Company, The Gray Casualty & Surety Company 17050 Parish of Jefferson On this 12 day of September, 2011, before me, a Notary Public, personally appeared Michael T. Gray, President of The Gray Insurance Company and Vice President of The Gray Casualty & Surety Company, and Mark S. Manguno, Secretary of The Gray Insurance Company and The Gray Casualty & Surety Company, personally known to me, being duly sworn, acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of, and acknowledged said instrument to be the voluntary act and deed, of their companies. 4. •7• �drA/ } t q P c • * iiT 1 • i * 1 w.:.. r VA PUBLIC f4 �F v30 , I, Mark S. Manguno, Secretary of The Gray Insurance Company and The Gray Casualty & Surety Company, do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies, which is still in full force and effect. Lisa S. Millar, Notary Public, Parish of Orleans State of Louisiana My Commission is for Life IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this �,� �j� day of Mark S. Manguno, Secretary The Gray Insurance Company The Gray Casualty & Surety Company &cvisicu+ :wce Au9Unt 8501 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 deficient, does not conform to the Contract Documents, or does not meet the requirements of any inspection, GC -1 GC -2 k,, 1kOn WAI reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to PROFESSIONAL's recommendation of final payment, unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion (in accordance with paragraph 14.8 or 14.10), Drawings -The drawings which show the character and scope of the Work to be performed and which have been prepared or approved by PROFESSIONAL and are referred to in the Contract Documents. Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed by the Mayor of Augusta, Georgia. Field Order -A written order issued by PROFESSIONAL that modifies Drawings and Specifications, but which does not involve a change in the Contract Price or the Contract Time. General Requirements-Sections of Division I of the Specifications. Laws or Regulations -Laws, rules, regulations, ordinances, codes and /or orders. Notice of Award -The written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. Notice to Proceed -A written notice given by OWNER to CONTRACTOR (with a copy to PROFESSIONAL) fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents. OWNER- Augusta, Georgia, and the Augusta, 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 em braced 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 by or for CONTRACTOR to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, Instructions, diagrams and other information prepared by a Supplier and • \C<i5.:OU i1ICC August 2601 submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. Specifications -Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. Subcontractor -An individual, firm or corporation having a direct contract with CONTRACTOR or with any other SUBCONTRACTOR for the performance of a part of the Work at the site. Substantial Completion -The Work (or a specified part thereof) has progressed to the point where, in the opinion of PROFESSIONAL as evidenced by PROFESSIONAL's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part} can be used for the purposes for which it is intended, or if there be no such certificate issued, when final payment is due in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as applied to any Work refer to Substantial Completion thereof. Supplementary Conditions -The part of the Contract Documents which amends or supplements these General Conditions. Supplier -A manufacturer, fabricator, supplier, distributor, materialman or vendor. Underground Facilities -All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasement containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems, or water. Unit Price Work -Work to be paid for on the basis of unit prices. Work -The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents, Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction, and furnishing documents, all as required by the Contract Documents. Work Change Directive -A written directive to CONTRACTOR, issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by PROFESSIONAL, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.22. A Work Change Directive may riot change the Contract Price or the Contract Time but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time as provided in Article 10. Written Amendment -A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and norm ally dealing with the non - engineering or non - technical rather than strictly Work - related aspects of the Contract Documents. GC-3 • ARTICLE 2- PRELIMINARY MATTERS Y.lt it Hate Aufwn 744) Delivery of Bonds: 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with these Contract Documents. Copies of Documents: 2.2. After the award of the Contract, OWNER shall furnish CONTRACTOR, at no cost, one (1) complete set of the Contract Documents for execution of the work. Additional sets of the project manual and drawings and /or individual pages or sheets of the project manual or drawings will be furnished by COUNTY upon CONTRACTOR's request and at CONTRACTOR's expense, which will be OWNER's standard charges for printing and reproduction. Commencement of Contract Time, Notice to Proceed: 2.3. The Contract Time shall commence as established in the Notice to Proceed. A Notice to Proceed may be given at any time after the Effective Date of the Contract. Starting the Project: 2.4. CONTRACTOR shall begin the Work on the date the Contract Time commences. No Work shall be done prior to the date on which the Contract Time commences. Any Work performed by CONTRACTOR prior to date on which Contract Time commences shall be at the sole risk of CONTRACTOR. Before Starting Construction: 2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. CONTRACTOR shall promptly report in writing to PROFESSIONAL any conflict, error, ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from PROFESSIONAL before proceeding with any Work affected thereby. CONTRACTOR shall be liable to OWNER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents, if CONTRACTOR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to PROFESSIONAL and OWNER for review: 2.6.1. an estimated progress schedule indicating the starting and completion dates of the various stages of the Work: 2.6.2. a preliminary schedule of Shop Drawing and Sample submissions, and 2.6.3. a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work which will be confirmed in writing by CONTRACTOR at the time of submission. 2.7. Before any Work at the site is started, CONTRACTOR shall deliver to OWNER, with copies to GC -4 • each additional insured identified in the Supplementary Conditions, an original policy or certified copies of each insurance policy (and other evidence of insurance which OWNER may reasonably request) which CONTRACTOR is required to purchase and maintain in accordance with Article 5. Pre - construction Conference: 2,8. Before any Work at the site is started, a conference attended by CONTRACTOR, OWNER , PROFESSIONAL and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in 2.6 as well as procedures for handling Shop Drawings and other submittals, processing applications for payment and maintaining required records, Finalizing Schedules: 2.9. At least ten days before submission of the first Application for Payment, a conference attended by CONTRACTOR, PROFESSIONAL and OWNER and others as appropriate will be held to finalize the schedules submitted in accordance with paragraph 2.6. CONTRACTOR shall have an additional ten (10) calendar days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules are submitted and acceptable to OWNER and PROFESSIONAL as provided below. The finalized progress schedule will be acceptable to OWNER and PROFESSIONAL as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Time, but such acceptance will neither impose on PROFESSIONAL responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from full responsibility therefor. The finalized schedule of Shop Drawing submissions and Sample submissions will be acceptable to PROFESSIONAL as providing a workable arrangement for reviewing and processing the submissions. CONTRACTOR's schedule of values shall be approved by PROFESSIONAL as to form and substance. CONTRACTOR, in addition to preparing an initially acceptable schedule, shall be responsible for maintaining the schedule, including updating schedule. Schedule updates shall include progression of work as compared to scheduled progress on work. Schedule updates shall accompany each pay request. Me,d A30” »AC.e Mtyuel 2402 Intent: ARTICLE 3- CONTRACT DOCUMENTS; INTENT, AMENDING, REUSE 3.6.1. a formal Written Amendment, 3.6.2. a Change Order (pursuant to paragraph 10.3), or GC -6 RtviSitm Ca[. Avgua'. 200: 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: Revision Onto R091141. 2003 3.6.3. a Work Change Directive (pursuant to paragraph 10.4). As indicated in paragraphs 11.2 and 12.1, Contract Price and Contract Time may only be changed by a Change Order or a Written Amendment, 3.7. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized in one or more of the following ways: 3.7.1. a Field Order (pursuant to paragraph 9.5). 3.7.2. PROFESSIONAL's approval of a Shop Drawing or sample (pursuant to paragraphs 6.24 and 6.26), or 3.7.3. PROFESSIONAL's written interpretation or clarification (pursuant to paragraph 9.4). Reuse of document's: 3.8. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER shall have or acquire any title to or OWNERSHIP rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of PROFESSIONAL or PROFESSIONAL's consultant; and they shall not reuse such Drawings, Specifications or other documents (or copies of any thereof) on extensions of the Project or any other project without written consent of OWNER and PROFESSIONAL and specific written verification or adaptation by PROFESSIONAL. GC -7 ARTICLE 4- AVAILABILITY OF LANDS, PHYSICAL CONDITIONS; REFERENCE POINTS Revfsk,a otca AP02St 200 Availability of Lands: 4.1, OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR. Necessary easements or rights -of -way will be obtained and expenses will be borne by OWNER. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's furnishing these lands, rights -of -way or easements, the CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Physical Conditions: 4.2.1. 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 performed after direction is provided by the PROFESSIONAL. GC-8 IM4V1Hf00 DIA.0 Ancm 7003 Physical Conditions- Underground Facilities: 4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or PROFESSIONAL by OWNER'S of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 4.3.1.1. OWNER and PROFESSIONAL shall not be responsible for the accuracy or completeness of any such information or data; and 4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall have full responsibility for reviewing and checking all such information and data for locating all Underground Facilities shown or indicated in the Contract Documents, for coordination of the Work with the OWNER'S of such Underground Facilities during construction, for the safety and protection thereof as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work, the cost of all of which will be considered as having been included in the Contract Price. 4.3.2. Not Shown or Indicated. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of, CONTRACTOR shall, promptly after becoming aware thereof and before performing any Work affected thereby except in an emergency as permitted by paragraph 6.22, identify the OWNER of such Underground Facility and give written notice thereof to that OWNER and to OWNER and PROFESSIONAL, PROFESSIONAL will promptly review the Underground Facility to determine the extent to which the Contract Documents should be modified to reflect and document the consequences of the existence of the Underground Facility, and the Contract Documents will be amended or supplemented to the extent necessary. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of. If the parties are unable to agree as to the amount or length thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. Reference Points: 4.4. OWNER shall provide Engineering surveys to establish reference points for construction which in PROFESSIONAL's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work (unless otherwise specified in the General Requirements), shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to PROFESSIONAL whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material: 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 GC -9 present a substantial danger to persons or property exposed thereto in connection with the Work at the site. OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractor, Suppliers or anyone else for whom CONTRACTOR is responsible. 4.6 CONTRACTOR shall immediately: (i) stop all work in connection with such hazardous condition and in any area affected thereby (except in an emergency as required by 6.22), and (ii) notify OWNER and PROFESSIONAL (and thereafter confirm such notice in writing). OWNER shall promptly consult with PROFESSIONAL concerning the necessity for OWNER to retain a qualified expert to evaluate such hazardous condition or take corrective action, if any. CONTRACTOR shall not be required to resume Work in connection with such hazardous condition or in any such affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR special written notice (I) specifying that such condition and any affected area is or has been rendered safe far the resumption of Work, or (ii) specifying any special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by CONTRACTOR to be resumed, either party may make a claim therefor as provided in Articles 11 and 12. 4.7 If after receipt of such special written notice, CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then CONTRACTOR may order such portion of the Work that is in connection with such hazardous conditions or in such affected area to be deleted from the Work. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a claim therefor as provided in Articles 11 and 12. OWNER may have deleted such portion of the Work performed by OWNER's own forces or others in accordance with Article 7. 4.7.1 The provisions of 4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site. RtiisSon WA! 1. grikt Via? • Performance and Other Bonds: ARTICLE 5 -BONDS AND INSURANCE Revi5icn lie :l` Auge "t 2401 5.1. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal to the Contract Price as Security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at feast until one year after the date when final payment becomes due, except as otherwise provided by Law or Regulation or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds, and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. Licensed Sureties and Insurers; Certificates of Insurance 5.2.1 All bonds and insurance required by the Contract Documents to be purchased and maintained by CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Georgia to issue bonds or insurance policies for the limits and coverages so required. All bonds signed by an agent must be accompanied by a certified copy of authority to act. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.2.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in 5.3, an original or a certified copy of the complete insurance policy for each policy required, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with 5.3. 5.2.3. If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.1, CONTRACTOR shall within five days thereafter substitute another Bond and Surety, both of which must be acceptable to OWNER. CONTRACTOR's Liability Insurance: 5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance and furnishing of the Work and CONTRACTOR'S other obligations under the Contract Documents, whether it is to be performed or furnished by CONTRACTOR, by any Subcontractor, by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable: 5.3.1. Claims under workers' or workmen's compensation, disability benefits and other similar employee benefit acts; 5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; 5.3.3, Claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR'S employees; GC -11 H4eviJiOn IML& AMt031. 2001 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. In addition, CONTRACTOR shall maintain such completed operations insurance for at least two years after final payment and furnish OWNER with evidence of continuation of such insurance at final payment and one year thereafter. Contractual Liability Insurance: 5.4. The comprehensive general liability insurance required by paragraph 5.3 will include contractual liability insurance applicable to CONTRACTOR's obligations under paragraphs 6.32 and 6.33. OWNER's Liability insurance: 5.5. OWNER shall be responsible for purchasing and maintaining OWNER's own liability insurance, and /or Risk Retention Program, and, at OWNER's option, may purchase and maintain such insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Property Insurance: 5.6. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase and maintain property insurance upon the Work at the site to the full insurable value thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall include the interests of OWNER, CONTRACTOR, Subcontractors, PROGRAM MANAGER, PROFESSIONAL and PROFESSIONAL's consultants in the Work, all of whom shall be listed as insureds or additional insured parties, shall insure against the perils of fire and extended coverage and shall include "all risk" insurance for physical loss and damage including theft, vandalism and malicious mischief, collapse and water damage, and such other perils as may be provided in the Supplementary Conditions, and shall include damages, losses and expenses arising out of or resulting from any insured loss or incurred in the repair or replacement of any insured property (including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs). If not covered under the "all risk" insurance or otherwise provided in the Supplementary Conditions, CONTRACTOR shall purchase and GC -12 kcvii<$b, Mkt Av,u ,. - <GG1 maintain similar property insurance on portions of the Work stored on and off the site or in transit when such portions of the Work are to be included in an Application for Payment, 5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL AND PROFESSIONAL'S consultants in the Work, all of whom shall be listed as insured or additional insured parties. 6.8. All the policies of insurance (or the certificates or other evidence thereof) required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least thirty days prior written notice has been given to CONTRACTOR by certified mail and will contain waiver provisions in accordance with paragraph of 5.11.2. 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the Interests of CONTRACTOR, Subcontractors or others in the Work to the extent of any deductible amounts that are provided in the Supplementary Conditions. The risk of loss within the deductible amount will be borne by CONTRACTOR, Subcontractor or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. 5.10. if CONTRACTOR requests in writing that other special insurance be included in the property insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. Waiver of Rights: 5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and damages caused by any of the perils covered by the policies of insurance provided in response to paragraphs 5.6 and 5.7 and other property insurance applicable to the Work, and also waive all such rights against the Subcontractors, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds in such policies for losses and damages so caused. As required by paragraph 6.11, each subcontract between CONTRACTOR and a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of OWNER, CONTRACTOR, PROFESSIONAL, PROFESSIONAL'S consultants and all other parties named as insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the proceeds of insurance held by OWNER as trustee or otherwise payable under any policy so issued. 5.11.2. OWNER and CONTRACTOR intend that policies provided in response to paragraphs 5.6 and 5.7 shall protect all of the parties insured and provide primary coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insureds or additional insureds, and if the insurers require separate waiver forms to be signed by PROFESSIONAL or PROFESSIONAL's consultant, OWNER will obtain the same, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same. 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 GC -13 • novi s 1 011 1Mt0 hulagt 2601 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 loss, give bond for the proper performance of such duties. Acceptance of Insurance: 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the basis of its not complying with the Contract Documents, OWNER shall notify CONTRACTOR in writing thereof within ten days of the date of delivery of such certificates to OWNER in accordance with paragraph 2.7. If CONTRACTOR has any objection to the coverage afforded by or other provisions of the policies of insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 on the basis of their not complying with the Contract Documents, CONTRACTOR shall notify OWNER in writing thereof within ten days of the date of delivery, of such certificates to CONTRACTOR in accordance with paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional information in respect of insurance provided by each as the other may reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of such insurance purchased by the other as complying with the Contract Documents. Partial Utilization- Property Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10 provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected the changes in coverage neces- sitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or lapse on account of any such partial use or occupancy. Indemnification 5.16.1. CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER, and its employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from the performance of its Work, provided that any such liability, claim, suit, demand, damage, loss, or expense (a) is attributable to bodily injury, sickness, disease or death, or injury to or destruction of tangible property, including the loss of use resulting therefrom and (b) is caused in whole or in part by an act or omission of CONTRACTOR, any Subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, whether or not it is caused in whole or in part by the negligence or other fault of a party hereunder. 5.16.2. In any and all claims against OWNER or any of its agents or employees by any employee of GC -14 • M.JoM 2.601 CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall not be limited in any way as to the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any SUBCONTRACTOR under workmen's compensation acts, disability benefit acts, or other employee benefit acts. 6.16.3. CONTRACTOR shall indemnify and hold harmless OWNER and anyone directly or indirectly employed by it from and against all claims, suits, demands, damages, losses expenses (including attorneys' fees) arising out of any infringement on patent or copyrights held by others and shall defend all such claims in connection with any alleged infringement of such rights. ARTICLE 6— CONTRACTOR'S RESPONSIBILITIES Rtwi&fe,t IN.ce 6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work, at all times during its progress, a competent resident superintendent, who shall not be replaced without written notice to OWNER and PROFESSIONAL except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CONTRACTOR. All communications to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Materials and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours, and CONTRACTOR will not permit evening work or the performance of Work on Saturday, Sunday or any legal holiday without 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. Substitutes or "Or- Equal" Items: GC -16 • Rvv19i cn 0.V.,(: /0499x1. ,Ybb1 6/.1. Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other Suppliers may be accepted by PROFESSIONAL if sufficient information is submitted by CONTRACTOR to allow PROFESSIONAL to determine that the material or equipment proposed is equivalent or equal to that named. The procedure for review by PROFESSIONAL will include the following as supplemented in the General Requirements. Requests for review of substitute items of material and equipment will not be accepted by PROFESSIONAL from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall make written application to PROFESSIONAL for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application will state that the evaluation and acceptance of the proposed substitute will not prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which shall be considered by PROFESSIONAL. In evaluating the proposed substitute, PROFESSIONAL may require CONTRACTOR to furnish, at CONTRACTOR's expense, additional data about the proposed substitute. 6.7.2. If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to PROFESSIONAL, if CONTRACTOR submits sufficient information to allow PROFESSIONAL to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedure for review by PROFESSIONAL will be similar to that provided in paragraph 6.7.1 as applied by PROFESSIONAL and as may be supplemented in the Gen- eral Requirements. 6.7.3. PROFESSIONAL will be allowed a reasonable time within which to evaluate each proposed substitute. PROFESSIONAL will be the sole judge of acceptability and no substitute will be ordered, installed or utilized without PROFESSIONAL's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish, at CONTRACTOR's expense, a special performance guarantee or other surety with respect to any substitute. PROFESSIONAL will record time required by PROFESSIONAL and PROFESSIONAL's consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not PROFESSIONAL accepts a proposed substitute, CONTRACTOR shall reimburse OWNER for the charges of PROFESSIONAL and PROFESSIONAL's consultants for evaluating each proposed substitute. Concerning Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization (including those acceptable to OWNER and PROFESSIONAL as indicated in paragraph 6.8.2) whether initially or as a substitute, against whom OWNER or PROFESSIONAL may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. 6.8.2. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers or GC-17 • k4,551na W.tt Nugu5C 2441 other persons or organizations including those who are to furnish the principal items of materials and equipment to be submitted to OWNER prior to the Effective Date of the Agreement for acceptance by OWNER and PROFESSIONAL and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions, OWNER's or PROFESSIONAL's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of any such Subcontractor, Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case CONTRACTOR shall submit an acceptable substitute, the Contract Price will be increased by the difference, and the cost occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER or PROFESSIONAL of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or PROFESSIONAL to reject defective Work. 6.9. CONTRACTOR shall be fully responsible to OWNER and PROFESSIONAL for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between OWNER or PROFESSIONAL and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of OWNER or PROFESSIONAL to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.11. All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and PROFESSIONAL and contains waiver provisions as required by paragraph 5.11. CONTRACTOR shall pay each Subcontractor a just share of any insurance moneys received by CONTRACTOR on account of losses under policies issued pursuant to paragraphs 5.6 and 5.7. Patent Fees and Royalties: 6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. CONTRACTOR shall indemnify and hold harmless OWNER and PROFESSIONAL and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses including attorneys' fees and court and arbitration costs arising out of any infringement on patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. Permits: 6.13. CONTRACTOR shall obtain and pay for all construction permits, licenses, governmental charges and inspection fees, and all public utility charges which are applicable and necessary for the execution of the Work. All permit costs shall be included in the base bid. Permits, if any, that are provided and paid for by OWNER are listed in the Supplementary Conditions. Any delays associated with the permitting process will be considered for time extensions only and no damages or additional compensation for delay will be allowed. GC -18 Taxes: Y.Cvi4i40 Gtt.a liuytt i.GGt Laws and Regulations: 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor PROFESSIONAL shall be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR observes that any of the Contract Documents are contradictory to such laws, rules, and regulations, it will notify the Project Manager promptly in writing. Any necessary changes shall then be adjusted by an appropriate Change Order. If CONTRACTOR performs any Work that it knows or should have known to be contrary to such laws, ordinances, rules, and regulations and without such notice to the Project Manager, it shall bear all related costs. 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. Use of Premises: 6.16. CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights -of -way, permits and easements. CONTRACTOR shall not unreasonably encu ber the premises with construction equipment or other materials or equipment. Any loss or damage to CO TRACTOR's or any Subcontractor's equipment is solely at the risk of CONTRACTOR. CONTRACTOR sha I assume full responsibility for any damage to any such land or area, or to the OWNER or occupant thereof . of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be ade against OWNER or PROFESSIONAL by any such OWNER or occupant because of the performance o the Work, CONTRACTOR shall promptly attempt to settle with such other party by agreement or othe ise resolve the claim by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by L -ws and Regulations, indemnify and hold OWNER harmless from and against all claims, damages, losses -nd expenses (including, but not limited to, fees of PROFESSIONALs, architects, attorneys and other prof ssionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, I: •al or equitable, brought by any such other party against OWNER to the extent based on a claim arising o t of CONTRACTOR's performance of the Work. 6.17. During the progress of the Work, CO accumulations of waste materials, rubbish and other deb completion of the Work, CONTRACTOR shall remove all the premises as well as all tools, appliances, construction and shall leave the site clean and ready for occupancy by condition all property not designated for alteration by the TRACTOR shall keep the premises free from s or contaminants resulting from the Work. At the aste materials, rubbish and debris from and about equipment and machinery, and surplus materials, •WNER. CONTRACTOR shall restore to original ontract Documents. • Record Documents: thereby; Emergencies: GC -20 vtvis1*0 Dort 10y0tc 2001 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. 6.1g. Contractor shall keep at the site and in good order one record copy of the Contract Documents and all Drawings and Specifications. These documents shall be annotated on a continuing basis to show all changes made during the construction process. These shall be available to PROFESSIONAL and the Project Manager and shall be submitted with the Application for Final Payment. Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall assume all risk of loss for stored equipment or materials, irrespective of whether CONTRACTOR has transferred the title of the stored equipment or materials to OWNER. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1. all employees on the Work and other persons and organizations who may be affected 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. 8evinion nalb Au(1u84 2001 6.22. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from PROFESSIONAL or OWNER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give PROFESSIONAL prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If PROFESSIONAL determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Work Change Directive or Change Order be issued to document the consequences of the changes or variations. 6.22.1. CONTRACTOR shall immediately notify PROFESSIONAL of all events involving injuries to any person on the Site, whether or not such person was engaged in the construction of the Project, and shall file a written report on such person(s) and any other event resulting in property damage of any amount within five (5) days of the occurrence. 6.22.2. If PROFESSIONAL determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Change Order will be issued to document the consequences of such action. Shop Drawings and Samples: 6.23. After checking and verifying all field measurements, CONTRACTOR shall promptly submit to PROFESSIONAL for approval, in accordance with the accepted schedule of submittals, all submittals and samples required by the Contract Documents. All submittals and samples shall have been checked by and stamped with the approval of CONTRACTOR and identified as PROFESSIONAL may require. The data shown on or with the submittals will be complete with respect to dimensions, design criteria, materials and any other information necessary to enable PROFESSIONAL to review the submittal as required. At the time of each submission, CONTRACTOR shall give notice to PROFESSIONAL of all deviations that the submittal or sample may have from the requirements of the Contract Documents. 6.24. PROFESSIONAL shall review and approve submittals and samples. Professional's review and approval shall be only for conformance with the design concept of the Project and compliance with the information given in the Contract Documents. The approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR will make any corrections required by PROFESSIONAL and resubmit the required number of corrected copies until approved. CONTRACTOR's stamp of approval on any submittal or sample shall constitute its representation to PROFESSIONAL and OWNER that CONTRACTOR has determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, and that each submittal or sample has been reviewed or coordinated with the requirements of the Work and the Contract Documents. 6.24.1. No Work requiring a submittal or sample submission shall commence until the submission has been approved by PROFESSIONAL. A copy of each approved submittal and each approved sample shall be kept in good order by CONTRACTOR at the site and shall be available to PROFESSIONAL and OWNER. Any delays associated with the submittal process will be considered for time extensions only, and no damages or additional compensation for delay will be allowed. 6.24,2, Before submission of each Shop Drawing or sam pie, CONTRACTOR shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. 6.24.3. At the time of each submission, CONTRACTOR shall give PROFESSIONAL specific written GC -21 • 1tnw:Rian ➢Sf(: A.gUS: 7001 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: 6.30. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.6 or as CONTRACTOR and OWNER may otherwise agree in writing. Cleaning Up: 6,31. CONTRACTOR shall maintain the site free from accumulations of waste materials, rubbish, and other debris or contaminants resulting from the work on a daily basis or as required. At the completion of the work, CONTRACTOR shall remove all waste materials, rubbish, and debris from the site as well as all tools, construction equipment and machinery, and surplus materials and will leave the Site clean and ready for occupancy by OWNER. All disposal shall be in accordance with applicable Laws and Regulations. In addition to any other rights available to OWNER under the Contract Documents, CONTRACTOR's failure to maintain the site may result in withholding of any amounts due CONTRACTOR. CONTRACTOR will restore to original condition those portions of the site not designated for alteration by the Contract Documents. Indemnification: 6.32. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER and PROFESSIONAL and their consultants, agents and employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of PROGRAM MANAGER, PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or GC -22 unv!nsau: nave labOpt 2C41 omission of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. 6.33. in any and all claims against OWNER, PROGRAM MANAGER or PROFESSIONAL or any of their consultants, agents or employees by any employee of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.32 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor or other person or organization under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. 6.34. The obligations of CONTRACTOR under paragraph 6.32 shall not extend to the liability of PROFESSIONAL, PROFESSIONAL's consultants, agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications. • Related Work at Site: Coordination: ARTICLE 7-- -OTHER WORK gf:v=Ffni1 Dog.* M:J05L ROa� 7.1. OWNER may perform other work related to the Project at the site by OW NEB'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 OWNERs and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility OWNERs and other contractors. 7.2. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of any such other contractor or utility OWNER (or OWNER), CONTRACTOR shall Inspect and promptly report to PROFESSIONAL in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. CONTRACTOR's failure so to report will constitute an acceptance of the other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in the other work. 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. ARTICLE 8--- OWNER'S RESPONSIBILITIES GC -25 GCvj,;)p„ *8t•C fwgukC 2007 8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all communications to CONTRACTOR through the PROGRAM MANAGER or PROFESSIONAL. 8.2. In case of termination of the employment of PROFESSIONAL, OWNER shall appoint a PROFESSIONAL against whom CONTRACTOR makes no reasonable objection, whose status under the Contract Documents shall be that of the former PROFESSIONAL. Any dispute in connection with such appointment shall be subject to arbitration. 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly after they are due as provided .in paragraphs 14.4 and 14.13. 8.4. OWNER's duties in respect of providing lands and easements and providing Engineering surveys to establish reference points are set forth in paragraphs 4,1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and in existing structures which have been utilized by PROFESSIONAL in preparing the Drawings and Specifications. 8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property insurance are set forth in paragraphs 5.5 through 5.8. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.3. 8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4. 8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain circumstances. • OWNER's Representative: 9.1. PROFESSIONAL will be OWN ER's representative during the construction period. The duties and responsibilities and the limitations of authority of PROFESSIONAL as OWNER's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and PROFESSIONAL. Visits to Site: ARTICLE 9—PROFESSIONAL'S STATUS DURING CONSTRUCTION Rev1viou lutost 2001 9.2. PROFESSIONAL will make visits to the site at intervals appropriate to the various stages of construction to observe the premises and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. PROFESSIONAL will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the Work. PROFESSIONAL's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on -site observations as an experienced and qualified design PROFESSIONAL, PROFESSIONAL will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. Project Representation: 9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a Resident Project Representative to assist PROFESSIONAL in observing the performance of the Work. The duties, responsibilities and limitations of authority of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions. If OWNER designates another agent to represent OWNER at the site who is not PROFESSIONAL's agent or employee, the duties, responsibilities and limitations of authority of such other person will be as provided in the Supplementary Conditions. Clarifications and Interpretations: 9.4. PROFESSIONAL shall issue such written clarifications or interpretations of the Contract Documents (in the form of Drawings or otherwise) as may be determined necessary, or as reasonably requested by CONTRACTOR, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If CONTRACTOR believes that a written clarification and interpretation entitles it to an increase in the Contract Price and/or Contract Time. CONTRACTOR may make a claim as provided for in Articles 11 or 12. Authorized Variations in Work: 9.5. PROFESSIONAL may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Article 11 or 12. GC-26 • ,mvisloa sate Atipgt 201 Rejecting Defective Work: 9.6. PROFESSIONAL will have authority to disapprove or reject Work which PROFESSIONAL believes to be defective and will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.7. In connection with PROFESSIONAL's responsibility for Shop Drawings and samples, see paragraphs 6.23 through 6.29 inclusive. 9.8. In connection with PROFESSIONAL's responsibilities as to Change Orders, see Articles 10, 11 and 12. 9.9. In connection with PROFESSIONAL's responsibilities in respect of Applications for Payment, etc., see Article 14. Determinations for Unit Prices: 9.10. PROFESSIONAL will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. PROFESSIONAL will review with CONTRACTOR PROFESSIONAL's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). PROFESSIONAL's written decisions thereon will be final and binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either OWNER or CONTRACTOR delivers to the other party to the Agreement and to PROFESSIONAL written notice of intention to appeal from such a decision. Decisions on Disputes: 9.11. PROFESSIONAL will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes to the Contract Price or Contract Time will be referred initially to PROF ESSIONAL in writing with a request for a formal decision in accordance with this paragraph, which PROFESSIONAL will render in writing within a reasonable time. Written notice of each such claim, dispute and other matter will be delivered by the claimant to PROFESSIONAL and the other party to the Agreement promptly (but in no event later than thirty days after the occurrence of the event giving rise thereto) and written supporting data will be submitted to PROFESSIONAL and the other party within sixty days after such occurrence unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim. 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11, PROFESSIONAL will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by PROFESSIONAL pursuant to paragraphs 9.10 and 9.11 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.16) will be a condition 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. GC -27 • aari, im:c 1,, , r 3001 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. • ARTICLE 10—CHANGES IN THE WORK Novi I:1CM :MC@ auDu.L 248: 10.1. Without invalidating the Contract, OWNER may at any time or from time to time order additions, deletions, or revisions in the Work. The OWNER shall provide CONTRACTOR with a proposal request, identifying the Work to be added, deleted or revised. Upon receipt, CONTRACTOR shall promptly submit a written proposal for the changed work prepared in accordance with Articles 11 and 12. If the proposal request calls only for the deletion of Work, the OWNER may order the partial suspension of any Work related to the proposed deletion, in which case CONTRACTOR must cease performance as directed; CONTRACTOR shall not be entitled to claim lost profits on deleted work. All changed Work shall be executed under the applicable conditions of the Contract Documents. 10.2. Additional Work performed by CONTRACTOR without authorization of a Change Order will not entitle CONTRACTOR to an increase in the Contract Price or an extension of the Contract Time, except in the case of an emergency as provided in Article 6. The effect of this paragraph shall remain paramount and shall prevail irrespective of any conflicting provisions contained in these Contract Documents. 10.3. Upon agreement as to changes in the Work to be performed, Work performed in an emergency as provided in Article 6, and any other claim of CONTRACTOR for a change in the Contract Time or the Contract Price, PROFESSIONAL will prepare a written Change Order to be signed by PROFESSIONAL and CONTRACTOR and submitted to OWNER for approval. 10.4. In the absence of an agreement as provided in 10.3, OWNER may, at its sole discretion, issue a Work Change Directive to CONTRACTOR. Pricing of the Work Change Directive will be in accordance with Section 11.3. The Work Change Directive will specify a price, and if applicable a time extension, determined to be reasonable by OWNER. If CONTRACTOR fails to sign such Work Change Directive , CONTRACTOR may submit a claim in accordance with Articles 11 and 12, but CONTRACTOR shall nevertheless be obligated to fully perform the work as directed by the Work Change Directive. 10.5. CONTRACTOR shall proceed diligently with performance of the Work as directed by OWNER, regardless of pending claim actions, unless otherwise agreed to in writing. 10.6. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. ARTICLE 11- CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensation (subject to written authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to PROFESSIONAL promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after such occurrence (unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined by PROFESSIONAL in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined by the following procedures: 11.3.1. Designated Unit Price (Field Measure). CONTRACTOR and OWNER recognize and acknowledge that the quantities shown for those items designated in the Bid Proposal as unit price items are approximations prepared by OWNER for bid purposes and that the actual compensation payable to CONTRACTOR for the utilization of such items is based upon the application of unit prices to the actual quantities of items involved as measured in the field and required to complete the Work as originally defined in the Contract Documents. 11.3.2. When it is determined by OWNER that an addition, deletion, or revision to the Work, as defined in these Contract Documents, is required and affects the quantities required for items designed in the Bid Proposal as unit price items, CONTRACTOR and OWNER agree that the compensation payable to CONTRACTOR for such unit price items shall be adjusted accordingly by a Change Order based upon the application of the appropriate unit prices shown in the Bid Proposal to the quantity of the unit price item required to complete the Work as defined in the Contract Documents. 11.3.3. Other Unit Prices. For items not designated in the bid proposal as unit prices, OWNER and CONTRACTOR may establish unit prices as agreed on by Change Order. 11.3.4. Lump Sum. When it is determined by OWNER that an addition, deletion or revision to the Work is required which results in a change in Work designated in the Bid Proposal as a lump sum item, the amount of increase or decrease in the lump sum price shall be established by mutual agreement of the parties. 11.3.5. If the pricing methods specified in 11.3 are inapplicable, or if the parties are unable to agree on a price for the changed work, a reasonable price for the same shall be established by OWNER in accordance with 11.4 and 11.5. OWNER shall then process a unilateral Change Order, specifying the said reasonable price, in accordance with 11.4 through 11.6. CONTRACTOR shall perform the Work as directed in the Change Order. GC -30 ktrtIS an 7)5te A aunt • 11.3.6. Failure on the part of CONTRACTOR to construct any item to plan or authorized dimensions within the specification tolerances shall result in: reconstruction to acceptable tolerances at no additional costs to OWNER; acceptance at no pay; or acceptance at reduced final pay quantity or reduced unit price, all at the discretion of OWNER. Determinations of aggregate monetary change for items identified as lump sum quantities shall be made by OWNER based upon an analysis of the scope of CONTRACTOR's failure to construct to plan or authorized dimensions. Cost of the Work: 6'(Vt::f On ant,, Atlmt 2.002 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work_ Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: 11,4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. 11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. Trade discounts, rebates and refunds and all returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed by Subcontractors, If required by OWNER, CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to CONTRACTOR and shall deliver such bids to OWNER who then determines, with the advice of PROFESSIONAL, which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as CONTRACTOR's Cost of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work. 11.4.5. Supplemental costs including the following: 11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's employees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, GC-31 a. :vik:dvs butte heaIet 200: which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. 11.4.5,3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of PROFESSIONAL, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof -all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. 11.4.5.6. Losses and damages (and related expenses), not compensated by insurance or otherwise, to the Work or otherwise sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.6) provided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR'S Fee. If, however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site. 11.4.5.8. Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work and premiums of property Insurance coverage within the limits of the deductible amounts established by OWNER in accordance with paragraph 5.6. 11.5. The term Cost of the Work shall not include any of the following: 11.5.1. Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expeditors, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4 -all of which are to be considered administrative costs covered by CONTRACTOR's Fee. 11.5.2. Expenses of CONTRACTOR's principal area branch offices other than CONTRACTOR's office at the site. 11.5.3. Any part of CONTRACTOR'S capital expenses, including interest on CONTRACTOR'S capital GC -32 CONTRACTOR's Fee: 11.3, GC-33 :i4V i L'1 fat 1MC4 A01148. 2001 used for the Change Order Work and charges against CONTRACTOR for delinquent payments. 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). 11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly, employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. 11.5.6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. 11.6. CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 11.6.1. a mutually acceptable fixed fee, or if none can be agreed upon; 11.6.2. a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, CONTRACTOR's Fee shall be fifteen percent, 11.6.22. for costs incurred under paragraph 11.4.3, CONTRACTOR's Fee shall five percent; and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to CONTRACTOR on account of overhead and profit of all Subcontractors shall be fifteen percent, 11.6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and 11.6.2.4. the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in CONTRACTOR's Fee by an amount equal to ten percent of the net decrease, and 11.6.2.5. when both additions and credits are involved in any one change, the adjustment in CON - TRACTOR's Fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through 11.6.2.4, inclusive. 11.7. For all changes, CONTRACTOR shall submit an itemized cost breakdown, together with supporting data in such detail and form as prescribed by the Project Manager. When a credit is due, the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net 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 Cash Allowances: Unit Price Work: GC -34 Nevit+ion i)q;C AwJU6C :e6t1 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. 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. 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. • ARTICLE 12—CHANGE OF CONTRACT TIME RevLtl1C.n FaIv. 7007 12.1. The Contract Time may only be changed by a Change Order. Any request for an extension in the Contract Time shall be made in writing and delivered to PROFESSIONAL and OWNER within seven (7) calendar days of the occurrence first happening and resulting in the claim. Written supporting data will be submitted to PROFESSIONAL and OWNER within fifteen (15) calendar days after such occurrence unless the OWNER allows additional time, All claims submitted by CONTRACTOR for adjustments to the Contract Time must set forth in detail the reasons for and causes of the delay and clearly indicate why the subject delay was beyond CONTRACTOR's control or fault. 12.2. If CONTRACTOR is delayed at any time in the performance, progress, commencement, or completion of the Work by any actor neglect of OWNER or PROFESSIONAL, or by an employee of either, or by any separate CONTRACTOR employed by OWNER, or by changes ordered in the Work, or by labor disputes, fire, unavoidable casualties, utility conflicts which could not have been identified or foreseen by CONTRACTOR using reasonable diligence, or any causes beyond CONTRACTOR'S control or fault, then the Contract Time shall be extended by Change Order for such reasonable time as OWNER may determine. CONTRACTOR shall be entitled to an extension of time for such causes only for the number of days of delay which OWNER may determine to be due solely to such causes and only to the extent such occurrences actually delay the completion of the Work and then only if CONTRACTOR shall have strictly complied with all the requirements of the Contract Documents. Provided, however, notwithstanding anything in the Contract Documents to the contrary, no interruption, interference, inefficiency, suspension or delay in the performance, progress, commencement or completion of the Work for any cause whatsoever, including those for which OWNER or PROFESSIONAL may be responsible in whole or in part, shall relieve CONTRACTOR of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONTRACTOR's sole and exclusive remedy against OWNER for interruption, interference, inefficiency, suspension or delay of any aspect of the Work shall be the right to seek an extension to the Contract Time in accordance with the procedures set forth herein. • ARTICLE 13— WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK Warranty and Guarantee: 13.1. CONTRACTOR warrants and guarantees to OWNER that all materials and equipment will be new unless otherwise specified and that all work will be of good quality, performed in a workmanlike manner, free from faults or defects, and in accordance with the requirements of the Contract Documents and any inspections, tests, or approvals referred to in this Article. All unsatisfactory Work, all faulty Work and all Work not conforming to the requirements of the Contract Documents or such inspections, tests, approvals, or all applicable building, construction and safety requirements shall be considered defective. Notice of all defects shall be given to CONTRACTOR by PROFESSIONAL. All defective work, whether or not in place, may be rejected, corrected, or accepted as provided in this Article. Access to Work: 13.2. For the duration of the Work, PROFESSIONAL and its representatives, other designated representatives of OWNER, and authorized representatives of any regulatory agency shall at all times be given access to the Work. CONTRACTOR shall provide proper facilities for such access and observation of the Work and also for any inspection or testing by others. Tests and Inspections: HnV161G1 Mt..e, Augaul 7.661 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. 13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests, or GC -36 lcrl <:ra Mac Aufusl 2461 approvals by persons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to perform the Work in accordance with the requirements of the Contract Documents. Uncovering Work: 13.8. If any Work required to be inspected, tested or approved is covered prior thereto without the prior written approval of PROFESSIONAL, or if any Work is covered contrary to the request of PROFESSIONAL, the Work shall, if requested by PROFESSIONAL, be uncovered for observation, inspection, testing or approval and replaced at CONTRACTOR's expense. 13.9. If PROFESSIONAL considers it necessary or advisable that covered Work be observed by PROFESSIONAL or inspected or tested by others, CONTRACTOR, at PROFESSIONAL'S request, shall uncover, expose or otherwise make available for observation, inspection or testing as PROFESSIONAL may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work Is defective, CONTRACTOR shall bear all direct and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALS), and OWNER shall be entitled to an appropriate decrease in the Contract Price and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction, and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. OWNER May Stop the Work: 13.10. When Work is defective or when CONTRACTOR fails to supply sufficient skilled workmen or suitable materials or equipment or make prompt payments to Subcontractors for labor, materials, or equipment or if CONTRACTOR violates any provisions of these Contract Documents, OWNER may order CONTRACTOR to stop the Work until the cause for such order has been eliminated. However, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party. CONTRACTOR shall have no right to claim an increase in the Contract Price or Contract Time or other damages for a stop work order under this paragraph. Correction or Removal of Defective Work: 13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly, without cost to OWNER and as specified by PROFESSIONAL, either correct the defective Work whether fabricated, installed, or completed, or remove it from the site and replace it with non - defective Work. If CONTRACTOR does not correct such defective Work or remove and replace such defective Work within a reasonable time, as specified in a written notice from PROFESSIONAL, OWNER may have the deficiency corrected. All direct and indirect costs of such correction shall be paid by CONTRACTOR or deducted from payment to CONTRACTOR. CONTRACTOR will also bear the expense of correcting or removing and replacing all Work of others destroyed or damaged by the correction, removal, or replacement of the defective Work. One Year Correction Period: GC -37 • , t4v.is lon Mt hnetac x ao: 13.12. If, after approval of final payment and prior to the expiration of one year after the date of substantial completion or such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents, any Work or materials are found to be defective, incomplete, or otherwise not in accordance with the Contract Documents, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions, either correct such defective Work or if it has been rejected by OWNER, remove it from the Site and replace it with non - defective Work. If CONTRACTOR does not promptly comply with the terms of such instructions, OWNER may have the defective Work corrected, removed, or replaced. All direct, indirect and consequential costs of such removal and replacement {including but not limited to fees and charges of engineers, architects, attorneys and other professionals) will be paid by CONTRACTOR. Acceptance of Defective Work: 13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to PROFESSIONAL's recommendation of final payment, PROFESSIONAL) prefers to accept it, OWNER may do so. CONTRACTOR shall bear all direct, indirect and consequential costs attributable to OWNER's evaluation of and determination to accept such defective Work {such costs to be approved by PROFESSIONAL as to reasonableness and to include but not be limited to fees and charges of engineers, architects, attorneys and other professionals). If any such acceptance occurs prior to PROFESSIONAL's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correct Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice of PROFESSIONAL to proceed to correct defective Work or to remove and replace rejected Work as required by PROFESSIONAL in accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR falls to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously, to the extent necessary to complete corrective and remedial action. OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees such access to the site as may be necessary to enable OWNER to exercise the rights and remedies under this paragraph. All direct, Indirect and consequential costs of OWNER in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved as to reasonableness by PROFESSIONAL, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. Such direct, indirect and consequential costs will include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by OWNER of GC-38 • OWNER's rights and remedies hereunder. Rwinion _c J,v;,uxt Neglected Work by CONTRACTOR 13.15, If CONTRACTOR neglects to execute the Work in accordance with the Contract Documents, including any requirements of the progress schedule, PROFESSIONAL may direct CONTRACTOR to submit a recovery plan and take specific corrective actions including, but not limited to, employing additional workmen and/or equipment, and working extended hours and additional days, all at no cost to OWNER in order to put the Work back on schedule. If CONTRACTOR fails to correct the deficiency or take appropriate corrective action, OWNER may terminate the contract or CONTRACTOR's right to proceed with that portion of Work and have the Work done by others. The cost of completion under such procedure shall be charged against CONTRACTOR. A Change Order shall be issued incorporating the necessary revisions in the Contract Documents, including an appropriate reduction in the Contract Price, If the payments due CONTRACTOR are not sufficient to cover such amount, CONTRACTOR shall pay the difference to OWNER. 13.16. Should CONTRACTOR work overtime, weekends or holidays to regain the schedule, all costs to OWNER of associated inspection, construction management and resident engineers shall be identified to CONTRACTOR and the Contract Price reduced by a like amount via Change Order. Schedule of Values: ARTICLE 14- PAYMENTS TO CONTRACTOR AND COMPLETION aov:ufon nat 1 Zolguet. 200 14.1. The schedule of values established as provided in 2,9 will serve as the basis for progress payments and will be incorporated into a form of application for Payment acceptable to Project Manager. Progress payments on account of Unit Price Work will be based on the number of units completed. Application for Progress Payment: 14.2. At least twenty (20) calendar days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to PROFESSIONAL for review an application for Payment filled out and signed by CONTRACTOR covering the work completed as of the date of the application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER. Payment is subject to a ten percent (10 %) retainage that will be held until the final payment or acceptance by OWNER. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. CONTRACTOR's Warranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Review of Applications for Progress Payment: 14.4. PROFESSIONAL will, within ten (10) calendar days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the application to OWNER, or return the application to CONTRACTOR indicating in writing PROFESSIONAL's reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the application. OWNER shall, within thirty -one calendar days of presentation to him of the application for payment with PROFESSIONAL's recommendation of the amount for payment, pay CONTRACTOR amount recommended. 14.5. PROFESSIONAL's recommendation of any payment requested in an Application for Payment will constitute a representation by PROFESSIONAL to OWNER, based on PROFESSIONAL's on -site observations of the Work in progress as an experienced and qualified design PROFESSIONAL and on PROF - ESSIONAL's review of the Application for Payment and the accompanying data and schedules, that the Work has progressed to the point indicated; that, to the best of PROFESSIONAL's knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.10, and to any other qualifications stated in the recommendation; and that GC -40 xcviri4m On C. AV m L 2081 CONTRACTOR is entitled to payment of the amount recommended. However, by recommending any such payment, PROFESSIONAL will not thereby be deemed to have represented that exhaustive or continuous on -site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to PROFESSIONAL in the Contract Documents or that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or OWNER to withhold payment to CONTRACTOR. 14.6. PROFESSIONAL's recommendation of final payment will constitute an additional representation by PROFESSIONAL to OWNER that the conditions precedent to CONTRACTOR's being entitled to final payment as set forth in paragraph 14.13 have been fulfilled. 14.7. PROFESSIONAL may refuse to recommend the whale or any part of any payment if, in PROFESSIONAL's opinion, it would be incorrect to make such representations to OWNER. PROFESSIONAL may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in PROFESSIONAL's opinion to protect OWNER from loss because: 14.7.1, the Work is defective, or completed Work has been damaged requiring correction or replacement. 14.7.2. the Contract Price has been reduced by Written Amendment or Change Order. 14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with paragraph 13.14. or 14.7.4. of PROFESSIONAL's actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.9 inclusive. OWNER may refuse to make payment of the full amount recommended by PROFESSIONAL because claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work or Liens have been filed in connection with the Work or there are other items entitling OWNER to a off -set against the amount recommended, but OWNER must give CONTRACTOR immediate written notice (with a copy to PROFESSIONAL) stating the reasons for such action. Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use, CONTRACTOR shall notify OWNER and PROFESSIONAL in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that PROFESSIONAL issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of the Work to determine the status of completion. If PROFESSIONAL does not consider the Work substantially complete, PROFESSIONAL will notify CONTRACTOR in writing giving the reasons therefor. If PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to PROFESSIONAL as to any provisions of the certificate or attached list, If, after considering such objections, PROFESSIONAL concludes that the Work is not substantially complete, PROFESSIONAL will, within fourteen days after submission of the GC -41 Ru\•$siu,: t'ne Aagust 260! 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 com plete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and PROFESSIONAL in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion. If PROFESSIONAL does not consider that part of the Work to be substantially complete, PROFESSIONAL will notify OWNER and CONTRACTOR, in writing, giving the reasons therefor. If PROFESSIONAL considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. OWNER may at any time request CONTRACTOR, in writing, to permit OWNER to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to PROFESSIONAL and, within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion, and PROFESSIONAL will prepare a list of the items remaining to be completed or corrected thereon before final payment. If CONTRACTOR does not object in writing to OWNER and PROFESSIONAL that such part of the Work is not ready for separate operation by OWNER, PROFESSIONAL will finalize the list of items to be completed or corrected and will deliver such list to OWNER and CONTRACTOR together with a written recommendation as to the division of responsibilities pending final payment between OWNER and GC -42 r.,:vf 9lcn ImLc 141 246} CONTRACTOR with respect to security, operation, safety, maintenance, utilities, insurance, warranties and guarantees for that part of the Work which will become binding upon OWNER and CONTRACTOR at the time when OWNER takes over such operation (unless they shall have otherwise agreed in writing and so informed PROFESSIONAL). During such operation and prior to Substantial Completion of such part of the Work, OWNER shall allow CONTRACTOR reasonable access to complete or correct items on said list and to complete other related Work. 14.10.3. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. 14.10.4. OWNER, may at its discretion, reduce the amount of retainage subject to Beneficial Occupancy. Final Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed upon portion thereof is complete, PROFESSIONAL will make a final inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such defi- ciencies. Final Application for Payment: 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of PROFESSIONAL and OWNER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance required by 5.2, certificates of inspection, marked -up record documents and other documents, CONTRACTOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required, (ii) consent of the surety, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of liens and as approved by OWNER, CONTRACTOR may furnish receipts or release in full and an affidavit of CONTRACTOR that (i) the releases and receipts include all labor, services, material and equipment for which a lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or supplier fails to furnish such a release or receipt in full, CONTRACTOR may furnish a bond or other collateral satisfactory to OWNER to indemnify OWNER against any lien. 14.12.1. No application for final payment will be accepted by OWNER until approved as -built documents by CONTRACTOR are accepted and approved by PROFESSIONAL. GC -43 • Devi 0.1 DbO4 nupurc .Dot 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: 14.13. If, on the basis of PROFESSIONAL's observation of the Work during construction and final inspection and PROFESSIONAL's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, PROFESSIONAL is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, PROFESSIONAL will, within ten (10) working days after receipt of the final Application for Payment, indicate in writing PROFESSIONAL's recommendation of payment and present the Application to OWNER for payment. At the same time PROFESSIONAL will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of 14.6. Otherwise, PROFESSIONAL will return the application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. After the presentation to OWNER of the application and accompanying documentation, in appropriate form and substance and with PROFESSIONAL's recommendation and notice of acceptability, the amount recommended by PROFESSIONAL will become due and will be paid by OWNER to CONTRACTOR. 14.14. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if PROFESSIONAL so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of PROFESSIONAL and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted- if the remaining balance to be held by OWNER for Work not fully completed or corrected is 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 GC-44 P■nriid 1 Tnu¢ CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents (except as provided in paragraph 14.16). Waiver of Claims: 14,16. The making and acceptance of final payment will constitute: 14.16.1. A waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled liens, from defective Work appearing after final inspection pursuant to 14.11, from failure to com ply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 14.16.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. Termination For Cause: ARTICLE 15-- SUSPENSION OF WORK AND TERMINATION QC..ifii 0,, 31114 kmtim: ZOO 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. 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 CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, GC-46 kbv3 KY6:: »D,0 aj fl U11}1 construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct, indirect and consequential costs of completing the Work (including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and arbitration costs) such excess will be paid to CONTRACTOR. If such costs exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such costs incurred by OWNER will be approved as to reasonableness by PROFESSIONAL and incorporated in a Change Order, but when exercising any rights or remedies under this paragraph, OWNER shall not be required to obtain the lowest price for the Work performed. 15.3. In the event OWNER terminates the contract for cause and it is subsequently judicially determined that there was no cause for termination, the termination for convenience provision will be the means for disposition of the balance of the contract obligations. Termination for Convenience 15.4. Upon seven working days' written notice to CONTRACTOR and PROFESSIONAL, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Contract. In such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. For completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 15.4.2. For expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. For all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, suppliers and others; and 15.4.4. For reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.5. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. CONTRACTOR May Stop Work or Terminate: 15.6. If through no act or fault of CONTRACTOR, the Work is suspended for a period of more than 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 GC -47 Rev;s3 ,, 3k1Lk 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. ARTICLE 16-- DISPUTE RESOLUTION GC-49 Ray30i0m ,»V nugu ®t 2001 16.1. All disputes arising under this Contract or its interpretation whether involving law or fact or both, or extra work, and all claims for alleged breach of contract shall within ten (10) working days of the commencement of the dispute be presented by CONTRACTOR to OWNER for decision. All papers pertaining to claims shall be filed in quadruplicate. Such notice need not detail the amount of the claim but shall state the facts surrounding the claim in sufficient detail to identify the claim, together with its character and scope. in the meantime, CONTRACTOR shall proceed with the Work as directed. Any claim not presented within the time limit specified in this paragraph shall be deemed to have been waived, except that if the claim is of a continuing character and notice of the claim is not given within ten (10) working days of its commencement, the claim will be considered only for a period commencing ten (10) working days prior to the receipt by OWNER of notice thereof. Each decision by OWNER will be in writing and will be mailed to CONTRACTOR by registered or certified mail, return receipt requested, directed to his last known address. 16.2 All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of, or relating to, the Contract Documents or the breach thereof shall be decided under Georgia Law in the Superior Court of Richmond County, Georgia. CONTRACTOR by execution of the Contract consents to jurisdiction and venue in the Superior Court of Richmond County, Georgia, and waives any right to contest same. General: ARTICLE 17- MISCELLANEOUS %C616166 ,aut Nxyanc ?441 Giving Notice: 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. 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. 17.6. The Contract Documents are intended by the Parties to, and do, supersede any and all GC -50 • urnisfOn :.a Augu t 2003 provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13 -11 -1, et seq. In the event any provision of the Contract Documents are inconsistent with any provision of the Prompt Pay Act, this provision of the Contract Documents shall control. 17.7. Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due Contractor on any sum held as retainage pursuant to the Contract Documents and CONTRACTOR specifically waives any claim to same. Substitutions: 17.8. Notwithstanding any provision of these general conditions, there shall be no substitutions of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. Sanitary Sewer Overflow Prevention: 17.9. Procedures to Prevent Overflows During Sanitary Sewer Construction: 17.9.1 The CONTRACTOR is hereby notified that the discharge of any untreated wastewater to waters of the State is a violation of Georgia Water Quality Regulations and is prohibited. 17.9.2 The CONTRACTOR will submit an Emergency Response Plan prior to beginning work. This plan will include a list of key personnel with 24 -hour contact information who will respond during an emergency situation. The ERP will include estimates of mobilization time for a response crew to arrive onsite. Any changes to the Emergency Response Plan will be submitted to the RESIDENT PROJECT REPRESENTATIVE prior to implementation. 17.9.3 In the event bypass pumping is required to facilitate new sewer construction, bypassing plans and supporting calculations must be submitted to the Augusta Utilities Department for review prior to establishment of the bypass. All bypass systems will include complete redundancy in pumping systems, if failure of the primary pumping system could result in a discharge of untreated wastewater to waters of the State. 17.9.4 Bypass pumping will be monitored continuously by a person knowledgeable in pump operation and maintenance if the failure of the bypass pump could result in the discharge of untreated wastewater to waters of the State. 17.9.5 In the event of a discharge of untreated wastewater, the CONTRACTOR will take the following actions: 1. Take immediate steps to eliminate or minimize the discharge of untreated wastewater. 2. Immediately notify the Utilities Department dispatcher (706.796.5000) and the RESIDENT PROJECT REPRESENTATIVE (contact information will be provided at the preconstruction conference). 3. Maintain a chronicle of relevant information regarding the incident including specific actions taken by the CONTRACTOR and estimates of the discharge volume. 17.9.6 The RESIDENT PROJECT REPRESENTATIVE will coordinate notification of the Georgia Environmental Protection Division (800.241.4113) and the Augusta Emergency Management Agency if appropriate. GC -51 17.9.7 if, in the opinion of the RESIDENT PROJECT REPRESENTATIVE and the OWNER, the CONTRACTOR is not responding to an emergency situation in an appropriate manner, the Utilities Department will undertake necessary actions to abate an overflow situation. The cost of these actions will be the responsibility of the CONTRACTOR. 17.9.8 Following a discharge of untreated wastewater, a downstream inspection will be conducted by the Utilities Department to assess potential mitigation measures that may be required of the CONTRACTOR. PROGRAM MANAGER: 17.10 The PROGRAM MANAGER for the project is CH2M HILL, 360 Bay Street, Suite 100 Augusta, GA 30901. The presence or duties of PROGRAM MANAGER'S personnel at the construction site, whether as onsite representatives or otherwise, do not make PROGRAM MANAGER or PROGRAM MANAGER's personnel in any way responsible for those duties that belong to OWNER and 1 or the CONTRACTOR or other entities, and do not relieve the CONTRACTOR or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health and safety precautions required by such construction work. PROGRAM MANAGER and PROGRAM MANAGER's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty of inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the CONTRACTOR(s) or other entity or any other persons at the site except PROGRAM MANAGER's own personnel. The presence of PROGRAM MANAGER's personnel at the construction site is for the purpose of providing to OWNER a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). PROGRAM MANAGER neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. For this AGREEMENT only, construction sites include places of manufacture for materials incorporated into the construction work, and construction contractors include manufacturers of materials incorporated into the construction work GC -52 RCVI„ION MY. A¢vu$t 2401 SECTION SECTION SC-0 INDEX TO SUPPLEMENTARY CONDITIONS SC -01 Scope of the Work SC -02 List of Drawings SC -03 Bonds SC-04 Contractor's Liability Insurance SC -0S Project Sign SC -06 Protection of the Environment SC -07 Temporary Toilets SC -08 Plans and Specifications Furnished SC -09 Record Drawings SC -10 Shop Drawings Sc-1 I Existing Structures SC -12 Salvage Material SC -13 Referenced Specifications SC -14 Traffic Control SC -15 Surveys SC -16 Construction Order and Schedule SC -17 Consulting Engineers SC -18 Inspection and Testing of Work SC -19 Site Access SC -20 Tree Save SC -21 Georgia Prompt Pay Act SC -22 City Acceptance SC -23 Disputes SC-24 Specified Materials SC -25 Interest Not Earned on Retainage SC -26 Basis of Payment SC -27 Compliance with Laws, Codes, Regulations, Etc. SC -28 Equivalent Materials SC -29 After Hours Inspection SC-30 Supplement to the Agreement SECTION SC SUPPLEMENTARY CONDITIONS -01. SCOPE OF THE WORK: The project referred to in the Agreement shall consist of the following major elements or portion thereof as outlined in each contract. The construction and installation of booster pump station with appurtenances and site improvements. - 02. LIST OF DRAWINGS: The following drawings, prepared by The Augusta Utilities Department comprise the plans for the project. DATE SHEET NO. TITLE ORIGINAL REVISED REVISED G001 Cover Sheet 05/12 CD001 Existing Conditions & Demolition Plan 05/12 C101 Layout, Staking & Utility Plan 05 /12 C201 Grading & Drainage Plan 05/12 C301 E.S.P.C. Plan 05/12 C302 E.S.P.C. Notes & Details 05/12 C401 Miscellaneous Notes & Details 1 of 3 05/12 C402 Miscellaneous Notes & Details 2 of 3 05/12 C403 Miscellaneous Notes & Details 3 of 3 05/12 L101 Green Space Plan 05/12 A100 Code Analysis & Notes 05/12 A101 Floor Plan & Schedules 05/12 A201 Exterior Elevations 05/12 A202 Exterior Elevations 05/I2 A301 Sections 05/12 A302 Sections 05/12 A401 Schedules & Details 05/12 5001 General Notes 05/12 S002 Special Inspections 05/12 S101 Foundation and Slab Plan 05/12 S201 Electrical Room Roof Framing Plan 05/12 S202 Roof Framing Plan 05/12 S203 Building Section 05/12 S301 Concrete Sections and Details 05/12 S401 Masonry Sections and Details 05/12 3501 Steel Sections and Details 05/12 P101 Pump Intake Piping Plan 05/12 P102 Pump Discharge Piping Plan 05/12 P103 Waste and Potable Water Piping Plan 05/12 P201 Piping Sections and Details 05/12 SC -2 P301 Piping Isometric 05/12 M101 I IVAC Plan M102 1^IVAC Schedules, Notes and Details 05/12 05/12 El 01 Lighting, Power, and Signal Plan 05/12 E102 Conduit Routing and One Line 05/12 E201 Electrical Details 05/12 - 03. BONDS: The Contractor will include in the lump sum payment for Lump Sum Construction the cost of his performance and payment bonds. - 04. 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 (any auto) Each Occurrence $ 5,000,000 Workers Compensation Statutory Limits Employer Liability $ 1,000,000 - 05. PROJECT SIGN: The Contractor will provide and install one (1) project sign at prominent location on the construction site as directed by the Engineer. The sign will carry in a prominent manner the name of the project, the Owner, and the name of the Contractor and the Engineer and a 24 -hour phone number for the Contractor in 4 -inch letters. The sign shall be constructed and erected on wood posts in a substantial manner 7 -feet above the ground. The full size stencil shall be approved along with colors before fabrication. The Contractor shall include the cost of the project sign in the Total Base Bid. -06. PROTECTION OF THE ENVIRONMENT: The Contractor will carefully schedule his work so that a minimum amount of the exposed earth will be subject to erosion by rainfall or wind, and he will provide means satisfactory to the Engineer to minimize the transportation of silt and other deleterious material from the project area onto adjacent properties or into adjacent water courses. All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, must show approval of either EPA or USDA. Use of all such chemicals and disposal of residues shall be in conformance with printed instructions, SC -3 • -07. TEMPORARY TOILETS: Contractor shall provide temporary toilet facilities on the site for workmen employed in the construction work. Toilets shall be adequate for the number of men employed and shall be maintained in a clean and sanitary condition. Workmen shall be required to use only these toilets. At completion of the work, toilets used by Contractor shall be removed and premises left in the condition required by the Contract. -08: PLANS AND SPECIFICATIONS FURNISHED: The Contractor will be furnished, free of charge, by the Owner up to five (5) sets of direct black line prints together with a like number of complete bound specifications for construction purposes. Additional sets of plans and /or specifications will be fiirnished to the Contractor at the cost of reproduction upon his written request. -09. RECORD DRAWINGS: The Contractor will maintain in his office one complete set of drawings (including any supplemental sketches) pertaining to the project upon which, at the end of each day's work any deviations from the construction lines shown thereon and all changes ordered by the Engineer will be shown accurately in red pencil. Ifnecessary, supplemental drawings will be made to show details of deviations or changes, and these will be kept with the marked set. The drawings will be available to the Engineer for inspection during construction and at the completion of construction. Prior to submitting his estimate for final payment, as -built drawings are to be prepared and submitted by the contractor to the engineer. As -built drawings shall include tap locations and manholes located to a minimum of two separate surface features. -10. SHOP DRAWINGS: The Contractor shall submit to the Engineer for his review shop drawings, cuts, diagrams, bar lists, steel details and other descriptive data on every item, where shown on the drawings or specified herein. The Contractor shall check all submittals and so indicate on each copy thereof. Five copies of such shop drawings shall be submitted to the Engineer before ordering of the material. Submittals which have not been checked by the Contractor will not be reviewed by the Engineer. Reviews by the Engineer of submittals will cover only general conformity with the project requirements, while responsibility for detailed conformity shall remain with the Contractor. The Contractor will be notified by mail of the results of the submittal reviews within ten (10) days of the receipt by the Engineer thereof. -11. EXISTING STRUCTURES: Where sidewalks, street signs, private signs, walls, sidewalks, fences, pipelines, etc. are removed in accomplishing the work, each and every item will be replaced in the same or better manner or condition than that in which it was before construction began. The Contractor will protect and hold harmless the Owner from any suit, action, or dispute whatever arising from the Contractor's work adjacent to private property. -12. SALVAGE MATERIAL: All existing installations to be removed, including but not limited to masonry and concrete rubble, asphalt, pipe, etc. will be disposed of at an approved location by the Contractor. SC -4 • -13. REFERENCED SPECIFICATIONS: Where specifications or standards of trade organizations and other groups are referenced in these specifications, they are made as much a part of these specifications as if the entire standard or specification were reprinted herein. The inclusion of the latest edition or revision of the referenced specification or standard is intended. - 14. TRAFFIC CONTROL: Traffic control shall conform to the Manual on Uniform Traffic Control Devices (MUTCD) of the Federal Highway Administration, latest edition. The Contractor shall give prior written notification to and shall obtain the approval of the Augusta Fire Department, Police Department, Emergency Medical Services, and the Augusta Traffic Engineering Department of any street closures. - 15. SURVEYS: The Engineer has established base lines for locating the principal component parts of the work, together with a suitable number of bench marks adjacent to the work. From the information thus provided, the Contractor shall develop and make all detail surveys needed for construction lines and elevations. The Contractor shall employ only Registered Land Surveyors or Registered Professional Engineer to perform all detail surveys. The Contractor will diligently preserve and maintain the position of all stakes, reference points and bench marks after they are set and, in case of willful or careless destruction, he shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. - 16. CONSTRUCTION ORDER AND SCHEDULE: A. The Contractor shall be responsible for the detailed order, schedule, and methods of construction activities within the general guidelines specified for maintenance and protection of highway and pedestrian, traffic; utility lines; drainage ways; adjacent properties; and as otherwise specified. 13. After notice to proceed and prior to the first payment on the contract the Contractor shall submit the following for review: (I) Breakdown of contract price into units of cost for each item required to complete the total work; this breakdown will be the basis for judging the percentage complete at any time. (2) A statement of the order of procedure to be followed that will result in the required protection and completion of the work within the overall contract time. (3) A bar chart showing the percentage of each item schedules against time and so scheduled that Contractor's order of construction is clearly shown. C. With each request for payment the Contractor shall submit two copies of the bar chart clearly marked to show the work completed at the date of the payment requested. D. Progress Schedule Requirements SC -5 • (1) Bar Chart Schedule: Prepare on maximum 11 inch by 17 inch sheet size for each separate stage of Work as specified and shown, to include at least: (a) Identification and listing in chronological order of those activities reasonably required to complete work, including, but not limited to, subcontract work, major equipment design, factory testing and startup activities, project close out and cleanup and specified work sequences, constraints, and milestones, including Substantial Completion date(s). Listings to be identified by Specification section number. (b) identi fy: (i) horizontal time frame by year, month, and week, (ii) duration, early - start, and completion of each activity and sub - activity and (iii) critical activities and Project float. (c) Provide sub - schedules to further define critical portions of the work. (d) Monthly schedule submissions: show overall percent complete, projected and actual, and completion progress by listed activity and sub - activity. (e) Identify the critical path on the schedule. (2) General: (a) Schedule(s) shall reflect work logic sequences, restraints, delivery windows, review times, contract times and milestones set forth in the Agreement, and shall begin with the date of Notice to Proceed and conclude with the date of Final Completion. (b) The schedule requirement herein is the minimum required. Contractor may prepare a more sophisticated schedule if such work will aid Contractor in execution and timely completion of work. (c) Base schedule on standard 5-day work week. (d) When bar chart or network analysis schedules are specified, use Primavera Project PIanner, latest version, SureTrak latest version or a compatible and approved software. (e) Adjust or confirm schedules on a monthly basis as follows: Contractor shall submit to Engineer for acceptance proposed adjustments in the progress schedule that will not change the contract times (or milestones). Such adjustments will conform generally to the progress schedule then if effect and additionally will comply with any provisions of the General Requirements applicable thereto. Proposed adjustments in the progress scheduled that will change the contract times (or milestones) may only be a Change Order. Use of float suppression techniques such as preferential sequencing or logic, special lead /lag logic restraints, and extended activity times are prohibited, and use of float time disclosed or implied by use of alternate float - suppression techniques shall be shared to proportionate benefits to Owner and Contractor. Pursuant to above float- sharing requirement, no time extensions will be granted nor delay damages paid until a delay occurs which (i) impacts project's critical path, (ii) extends work beyond contract completion date. SC -6 • • -17. CONSULTING ENGINEERS: The Owner has engaged consulting engineers to assist the Director of Utilities, defined herein as the Engineer, by preparing plans and specifications for the work and by providing certain services during the bidding and construction phases of the project. The consulting engineer, Johnson, Laschober & Associates, P.C. is authorized to represent the Director of Utilities within the limits of the various duties delegated and assigned to the firm by the Director. Nevertheless the Director of Utilities remains the final authority hereunderand is the "Engineer" as used throughout the Contract Documents. The presence or duties of Consulting Engineer's personnel at the construction site, whether as onsite representatives or otherwise, do not make 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. The Consulting Engineer'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 Consulting Engineer's own personnel. The presence of the Consulting Engineer'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). Consulting Engineer 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 or materials incorporated into the construction work. 48. INSPECTION AND TESTING OF WORK: The Owner shall provide sufficient competent engineering personnel for the technical observation and testing of the work. The Engineer and his representatives shall at all times have access to the work whenever it is in preparation or progress, and the Contractor shall provide proper facilities for such access, and for inspections. Inspectors shall have the power to stop work on account of a workman's incompetency, drunkenness, or willful negligence or disregard of orders. An inspector may stop the work entirely if there is not a sufficient quantity of suitable and approved materials or equipment on the ground to carry it out properly or for any good and sufficient cause. Inspectors may not accept on behalf of the Owner any material or workmanship SC -7 • which does not conform fully to the requirements of the contract and they shall give no orders or directions under any possible circumstances not in accordance with the Specifications. The Contractor shall furnish the inspector with all required assistance to facilitate thorough inspection or the culling over or removal of defective materials or for any other purpose requiring discharge of their duties for which service no additional allowance shall be made. The inspector shall, at all times, have full permission to take samples of the materials that mayor may not be used in the work. Any inspection provided by the Engineers is for the purpose of determining compliance with provisions of the contract specifications and is in no way a guarantee of the methods or appliances use by the Contractor, nor for the safety of the job. If the specifications, the Engineer's instructions, laws, ordinances, or any public authority require any work to be specially tested or approved, the Contractor shall give the Engineer timely notice of its readiness for inspection, and if the inspection is by an authority other than the Engineer, of the date fixed for such inspection. Inspections by the Engineer shall be made promptly, and where practicable at the source of supply. If any work should be covered up without review or consent of the Engineer, it must, if required by the Engineer, be uncovered for examination and properly restored at the Contractor's expense. Re- examination of any work may be ordered by the Engineer, and, if so ordered, the work must be uncovered by the Contractor. If such work is found to be in accordance with the Contract Documents, the Owner shall pay the cost. of re- examination and replacement. If such work is not in accordance with the Contract Documents, the Contractor shall pay such cost. The Owner will employ a qualified materials testing laboratory, hereinafter referred to as the Laboratory, to monitor more fully on the Owner's behalf the quality of materials and work, and to perform such tests as may be required under the Contract Documents as conditions for acceptance of materials and work. The Laboratory will be solely responsible to and paid separately by the Owner. The timing of the work of the Laboratory will be coordinated by the Engineer through his duly authorized inspector, The Owner will bear the cost of testing a particular material or area of the work once. Where retesting is required following corrective measures or under other circumstances, the Contractor shall reimburse the Owner for the cost of additional testing. - 19. SITE ACCESS: In order to minimize damage to existing paving and landscaping, access to the site for the contractor's personnel and equipment will be restricted to the routes designated by the Owner. The contractor will be required to use on those routes unless written approval is given by the owner. - 20. TREE SAVE: Prior to beginning grading Operations, the Contractor is to notify the Owner and the Engineer so that those trees which are to be saved can be marked in the field. Once these trees are marked, the Contractor shall take every precaution, including tree protection fence, to save these trees. - 21. GEORGIA PROMPT PAY ACT: This Agreement is intended by the Parties to, and does, supersede any and all provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13 -1 I -I, et seq. In the event any provision of this Agreement is inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement shall control. SC -8 -22. CITY ACCEPTANCE: Notwithstanding any other Obligations of the Contractor, he shall complete the work to the full satisfaction of the Augusta Utilities Department and the Engineer. This provision shall not relieve the Contractor of his responsibilities for guarantees. -23. DISPUTES: All claims, disputes and other matters in question between the Owner and the Contractor arising out ofor relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. The Contractor, by executing this Agreement, specifically consents to venue in Richmond County and waives any right to contest the venue in the Superior Court of Richmond County, Georgia. -24. SPECIFIED MATERIALS: Attention is drawn to the specification of certain brands or manufacturers of construction materials on the drawings. Unless the phrase "or equal" appears in the specification thereon, no substitution or deviation from the product specified will be allowed, Notwithstanding any provision of the general conditions, there shall be no substitution of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. -25. INTEREST NOT EARNED ON RETAINAGE: Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due to the Contractor on any sum held as retainage pursuant to this Agreement and Contractor specifically waives any claim to same. -26. BASIS OF PAYMENT: As explained in the section "Instructions to Bidders" and in the "General Conditions ", payment will be made based on the per cent complete per the contractor's breakdown. -27. COMPLIANCE WITH LAWS, CODES, REGULATIONS, ETC.: Supplementing the provision of the GENERAL CONDITIONS, the successful bidder awarded this contract by signing the contract acknowledges the following, however, this is not to be construed as all inclusive or being these only: Underground Gas Pipe Law: The Contractor signing the contract acknowledges that he is fully aware of the contents and requirements of "Georgia Laws 1969, Pages 50 and the following, and any amendments and regulations pursuant thereto ", and the Contractor shall comply therewith. 2 High Voltage Act: SC-9 The Contractor by signing the contract acknowledges that he is fully aware of the contents and requirements of "Act No. 525, Georgia law 1960, and any amendments thereto, and Rules and Regulations of the commissioner of Labor pursuant thereto" (the preceding requirements within quotation marks being hereinafter referred to as the "high voltage act "), and the Contractor shall comply therewith. The signing of Contract shall also confirm on behalf of the Contractor that. he: A. has visited the premises and has taken into consideration the location of all electrical power lines on and adjacent to all areas onto which the contract documents require to permit the Contract either to work, to store materials, or to stage operations, and B. that the Contractor has obtained from the Owner of the aforesaid electric power lines advice in writing as to the amount of voltage carried by the aforesaid lines. The Contractor agrees that he is the "person or persons responsible for the work to be done" as referred to in the high voltage act and that accordingly the Contractor is solely "responsible for the completion of the safety measures which are required by Section 3 of the high voltage act before proceeding with any work." The Contractor agrees that prior to the completion of precautionary measures required by the high voltage act he will neither bring nor permit the bringing of any equipment onto the site (or onto any area or areas onto which the contract documents require or permit the Contractor to work, to store materials, or to stage operations) with which it is possible to come within eight feet of any high voltage line or lines pursuant to operations arising out of performance of the Contract. The foregoing provisions apply to power lines located (a) on the site and (b) on any area or areas onto which the contract documents require or permit the Contractor either to work, to store materials, or to stage operations, or (c) within working distance for equipment or materials, being used on (a) and (b) above. These 'provisions of the Contract do not limit or reduce the duty of the Contractor otherwise owed to the Owner, to other parties, or to both. The Contractor agrees that the foregoing provisions supplement provisions of the General Conditions. The Contractor agrees and acknowledges that any failure on his part to adhere to the high voltage act shall not only be a violation of law but shall also be a breach of contract and specific violation of the provisions of the General Conditions which pertains to safety precautions. 3. Occupational Safety & Health Act: The Contractor by signing the contract acknowledges that he is fully aware of the provisions of the Williams- Steiger Occupational Safety and Health Act of 1970 and he shall comply therewith. - 28. EOUIVALENT MATERIALS: Notwithstanding any provision of the general conditions, there shall be no substitution of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. - 29. AFTER HOURS INSPECTION: If the Contractor opts to work before or after normal working hours, 8 a.m. to 5 p.m., Monday through Friday, or on Augusta, Georgia Legal Holidays, then the Contractor must pay for the cost of inspection by Augusta, Georgia and follow all necessary procedures listed in "Section 15, Right -of -way Encroachment Guidelines, SC- 1.0 • Part. L, Outside of Normal Working Hours," of the Augusta, Georgia Planning Commission Development Documents dated September, 1999, or latest version. If inspectors of Augusta, Georgia are needed to work outside normal business hours, Augusta needs to be notified in advance. -30. SUPPLEMENT TO THE AGREEMENT a) Defective pricing 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. b) 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. c) 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 is part or in whole upon written notice to the CONTRACTOR pursuant to this term. d) Prohibition against contingent fees There shall be no contingent fees allowed under this contract. e) An acknowledgement by all parties contracting with Ai gusta, 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 services to Augusta, Georgia, however characterized, including, without limitation, all remedies at law or equity." This acknowledgement shall be a mandatory provision in all Augusta, Georgia contracts for goods and services, except revenue producing contracts. SC -11 • f) Use of Augusta, Georgia Landfill All contracts for contractors performing demolition and /or construction projects for Augusta, Georgia shall contain a provision requiring that all debris, trash and rubble from the project be transported to and disposed of at the Augusta, Georgia Solid Waste Landfill in accordance with local and state regulations. The contractor shall provide evidence of proper disposal through manifests, which shall include the types of material disposed of, the name and location of the disposal facility, date of disposal and all related fees g) Federal Work Authorization Program All contractors and subcontractors entering into contracts with Augusta, Georgia for the physical performance of services shall be required to execute an Affidavit verifying its compliance with O.C.G.A. § 13- 10 -91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta, Georgia has registered with and is participating in a federal work authorization program. All contractors and subcontractors must provide their E- Verify number and must be in compliance with the electronic verification of work authorized programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99 -603, in accordance with the applicability provisions and deadlines established in O.C.G.A. § 13 -10 -91 and shall continue to use the federal authorization program throughout the contract term. All contractors shall further agree that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to its contract with Augusta, Georgia the contractor will secure from such subcontractor(s) each subcontractor's E- Verify number as evidence of verification of compliance with O.C.G.A. § 13 -10 -91 on the subcontractor affidavit provided in Rule 300 -10- 01-.08 or a substantially similar form. All contractors shall further agree to maintain records of such compliance and provide a copy of each such verification to Augusta, Georgia at the time the subcontractors) is retained to perform such physical services h) Owner Inspections All contracts shall provide that Augusta, Georgia may, at reasonable times, inspect the part of the plant, place of business, or work site of a contractor or subcontractor or subunit thereof which is pertinent to the performance of any contract awarded or to be awarded by Augusta, Georgia i) Local Small Business: In accordance with Chapter 1013 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.augustagagov. 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 minority and 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. SC -12 SPECIAL CONDITIONS SPC -1 . Work Schedule: Work on Sundays is not permitted. Work may occur between 7 a.m. and 7 p.m. Monday through Friday. Work outside of these specified hours on weekdays and on Saturday may occur with at least 48 hours notice to and with approval from the Augusta Utilities Dept. and within the constraints set forth in the following paragraph 3.2, "Noise Restrictions ". The additional cost of Augusta Utility Dept. inspection time to the Contractor for work performed outside the 7 a.m. to 7 p.m. weekday time period shall be based on 50% of the approved time times $80.00 per hour. No separate payment shall be made for this cost other than within the Lump Sum Price. SPC -2. Noise Restrictions: See appended Noise Provisions of the Code (2 pages). SPECIAL CONDITIONS APPENDIX 1. Noise provisions of Code (2 P 'ages) Noise Provisions of the Code (2 Pages): § 3 -6 -1. REGULATED. It shall be unlawful for any person to make, continue or cause to be made or continued or permit to be made, continued or caused any loud, unnecessary or unusual noise or any noise which either annoys, disturbs, injures or endangers the comfort, repose, health, peace or safety of others in Augusta - Richmond County. § 3 -6 -2. PROHIBITED NOISES ENUMERATED. The following acts are declared to be loud, disturbing and unnecessary noises in violation of this chapter, but this enumeration shall not be deemed to be exclusive: (a) Horns, signaling devices. The sounding of any horn or signaling device on any automobile, motorcycle or other vehicle on any street or public place in Augusta, Georgia except as a danger warning; the creation of any unreasonable loud or harsh sound by means of any signaling device and the sounding of any device for any unnecessary and unreasonable period of time; the use of any signaling device except one operated by hand or electricity; the use of any horn, whistle or other device operated by engine exhaust and the use of any signaling device when traffic is for any reason held up. (b) Radios, phonographs, similar devices. The using, operating or permitting to be played, used or operated of any radio receiving set, musical instrument, phonograph or other machine or device for the producing or reproducing of sound in a manner as to disturb the peace, quiet and comfort of the neighboring inhabitants or at any time with a volume louder than necessary for the convenient hearing of the person who is in the room vehicle or chamber, in which the machine or device is operated, and who is a voluntary listener thereto. The operation of any set, instrument, phonograph, machine or device between the hours of 11:00 p.m. and 7:00 a.m. in a manner as to be plainly audible at a distance of fifty (50) feet from the building, structure or vehicle in which it is located shall be a prima facie evidence of a violation of this section. (c) Loudspeakers, amplifiers for advertising. The using, operating or permitting to be played, used or operated, of any radio receiving set, musical instrument, phonograph, loudspeaker, sound amplifier or other machine or device for the producing or reproducing of sound which is cast upon the public streets for the purpose of commercial advertising or attracting the attention of the public to any building or structure. Announcements over loudspeakers can only be made by the announcer in person and without the aid of any mechanical device. (d) Yelling, shouting, etc. Yelling, shouting, hooting, whistling or singing on the public streets, particularly between the hours of 11:00 p.m. and 7:00 a.m. or at any time or place so as to annoy or disturb the quiet, comfort or repose of persons in any office, dwelling, hotel or other type of residence, or of any persons in the vicinity. (e) Animals, birds. The keeping of any animal or bird which, by causing frequent or long - continued noise, shall disturb the comfort or repose of any persons in the vicinity. (f) Steam whistles. The blowing of any steam whistle attached to any stationary boiler except to give notice of the time to begin or stop work or as a warning of fire or danger or upon request of proper county authorities. (g) Exhausts. The discharge into the open air of the exhaust of any steam engine, stationary internal - combustion engine or motorboat except through a muffler or other device which will effectively prevent loud or explosive noises therefrom. (h) Defect in vehicle or load. The use of any automobile, motorcycle or vehicle so out of repair, so loaded or in a manner as to create loud and unnecessary grating, grinding, rattling or other noise. (i) Loading, unloading, opening boxes. The creation of a loud and excessive noise in connection with loading or unloading any vehicle or the opening and destruction of bales, boxes, crates and containers. (j) Construction or repair of buildings. The erection (including excavation), demolition, alteration or repair of any building, as well as the operation of any pile driver, steam shovel, pneumatic hammer, derrick, steam or electric hoist, or any other similar equipment attended by loud or unusual noise, other than between the hours of 7:00 a.m. and 10:00 p.m. on weekdays; however, the inspections and permits department shall have the authority, upon determining that the loss or • inconvenience which would result to any party in interest would be extraordinary and of such nature as to warrant special consideration, to grant a permit for a period not to exceed ten (10) days within which time such work and operation may take place within the hours of 10:00 p.m. to 7:00 a.m. (k) Schools, courts, places of worship, hospitals. The creation of any excessive noise on any street adjacent to any school, institution of learning, place of worship or court while in use, or adjacent to any hospital which unreasonably interferes with the normal operation of that institution, or which disturbs or unduly annoys patients in the hospital, provided that conspicuous signs are displayed in those streets indicating a school, hospital or court street. (1) Hawkers, peddlers, vendors. The shouting and crying of peddlers, hawkers and vendors which disturb the peace and quiet of the neighborhood. (m) Noise to attract attention. The use of any drum or other instrument or device for the purpose of attracting attention by creation of noise to any performance, show or sale. (n) Transportation of metal rails or similar materials. The transportation of rails, pillars or columns of iron, steel or other material over and along streets and other public places so as to cause loud noises or as to disturb the peace and quiet of those streets or other public places. (o) Blowers. The operation of any noise - creating blower or power fan or any internal - combustion engine, the operation of which causes noise due to the explosion of operating gases or fluids, unless the noise from the blower or fan is muffled and the engine is equipped with a muffler device sufficient to deaden the noise. (p) Sound trucks. The use of mechanical loudspeakers or amplifiers on trucks or other moving or standing vehicles for advertising or other commercial purposes. The use of sound trucks for noncommercial purposes during hours and in places and with volume as would constitute this use as a public nuisance; provided, that the provisions of this section shall not apply to or be enforced against: (1) Any vehicle of Augusta, Georgia while engaged in necessary public business; (2) Excavations or repairs of streets by or on behalf of Augusta, Georgia or the state at night when the public welfare and convenience renders it impossible to perform such work during the day; or (3) The reasonable use of amplifiers or loudspeakers in the course of public addresses which are noncommercial in character. § 3 -6 -3. HOSPITAL ZONES. There shall be within Augusta, Georgia what shall be known as hospital zones around such hospitals or sanitariums as may be in existence or that may be established. Within these zones, no unnecessary noises of any kind shall be allowed. These zones shall extend two hundred fifty (250) yards in every direction from any such hospital or sanitarium. The approaches to said zones shall have necessary signs in such localities as to enable everyone to see them. Persons violating this section shall be punished as provided in § 1-6 -1 of this Code. § 3-6 -4. PENALTY FOR VIOLATION OF CHAPTER. Any person or persons failing to comply with the lawful provisions of this chapter or any act prohibited by this chapter or failing to do any act mandated by this chapter shall be guilty of an offense, and upon trial as a misdemeanor and conviction, shall be punished by a fine in an amount not to exceed one thousand dollars ($1000.00) and /or imprisonment in the county jail for a period not to End of Applicable Portion of Noise Regulation APPLICATION FOR PAYMENT NO. To: Pion: Contract: Project: OWNER`s Contract No. For Work accomplished through the date of: 1. Original Contract Price: 2. Net change by Change Orders and Written Amendments (-t ++ or -): 3. Current Contract Price (1 plus 2): 4. Total completed and stored to date: 5. Retainage (per Agreement): % of completed Work: $ % of stored material; $ Total Retainage: 6. Total completed and stored to date less retainage (4 minus 5): 7. Less previous Application for Payments: 8. DUE TI-US APPLICATION (6 MINUS 7): Accompanying Documentation: CONTRACTOR'S Certification_ The undersigned CONTRACTOR certifies that (1) ail previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied on account to discharge CONTRACTOR's legitimate obligations incurred in Connection with Work covered by prior Applications for Payment numbered € through —_ inclusive; (2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment. Will pass to OWNER at time of payment five and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER against any such Lien, security interest or encumbrance); and (3) all Work covered by this Application Ibr Payment is in accordance with the Contract Documents and not defective, Dated 13y: State of County of Subscribed and sworn to before me this day of Notary Public My Commission expires: By: CONTRACTOR ENG1NEER's Project No. Payment of the above AMOUNT DUE THIS APPLICATION is recommended. Dated ENGINEER (OWNER) (CONTRACTOR) • APPLICATION FOR PAYMENT INSTRUCTIONS A. GENERAL INFORMATION The sample form of Schedule of Values is intended as a guide only. Many projects require a more extensive form with space for numerous items, descriptions of Change Orders, identification of variable quantity adjustments, summary of materials and equipment stored at the site and other information. It is expected that a separate form will be developed by Engineer and Contractor at the time Contractor's Schedule of Values is finalized. Note also that the format for retainage must be changed if the Contract permits (or the law provides), and Contractor elects to deposit securities in lieu of retainage. Refer to Article 14 of the General Conditions for provisions concerning payments to Contractor. R. COMPLETING THE FORM The Schedule of Values, submitted and approved as provided in paragraphs 2.05.3.3 and 2.07 of the General Conditions, should be reproduced as appropriate in the space indicated on the Application for Payment form. Note that the cost of materials and equipment is often listed separately from the cost of installation. Also, note that each Unit Price is deemed to include Contractor's overhead and profit. All Change Orders affecting the Contract Price should be identified and included in the Schedule of Values as required for progress payments. The form is suitable for use in the Final Application for Payment as well as for Progress Payments; however, the required accompanying documentation is usually more extensive for final payment. All accompanying documentation should be identified in the space provided on the form. C. LEGAL REVIEW All accompanying documentation of a legal nature, such as Lien waivers, should be reviewed by an attorney, and Engineer should so advise Owner. ITEM ESTIMATED QUANTITY SCHEDULE OF VALUES AMOUNT QUANTITY COMPLETED AMOUNT MATERIAL STORED AMOUNT COMPLETED AND STORED 1. $ $ $ $ 2. 4. 5. 6. 7. 8. 9. 10, 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 1 25. 26. 27. 28. 29. 30. TOTAL $ :- $ $ $ Note: Total Schedule of Values Atnount should equal the current Contract Price, Application No. Date: DATE OF ISSUANCE OWNER CONTRACTOR Contract: Project: OWNER's Contract No, ENGINEER's Project No. This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: And To CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER CONTRACTOR The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR and ENGINEER, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on A tentative list of items to be completed or corrected is attached hereto. This list may not be all - inclusive, and the failure to include an item in it does not alter the responsibility of C ONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. 1:LC)C 191(3-ti -1) (1996 Edition) DATE OF SUBSTANTIAL COMPLETION The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees shall be as follows: OWNER: CONTRACTOR: The following documents are attached to and made a part of this Certificate: [For items to be attached see definition of Substantial Completion as supplemented and other specificallynoted conditions precedent to achieving Substantial Completion as required by Contract Documents.] This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release ofCONTRACTOR's obligation to complete the Work in accordance with the Contract Documents. Executed by ENGINEER on Date ENGINEER 13 y: (Authorind Signature) CONTRACTOR accepts this Certificate of Substantial Completion on Date CONTRACTOR 13y: (Authorized Signature) OWNER accepts this Certificate of Substantial Completion on Date OWNER • 13y: (Authorized Signature) EICDC1443. t9104-D (199( Fdiiioa) • Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) SECTION 011000 - SUMMARY PART 1 - GENERAL. 1.1 WORK COVERED I3Y CONTRACT DOCUMENTS 05/15/2012 A. Project Identification: Fort Gordon Gate 4, Booster Pump Station, Project. No. ICU -0068 (FG- 88880003) 1. Project Location: On the east bound lane of Willis Foreman Road approximately 300 LP east of the intersection of Willis Foreman Rd. and Deans Bridge Road (US HWY 1). 2. Owner: Augusta, Georgia Commission 13. Engineer Identification: The Contract Documents, dated May 2012, were prepared for Project by: Johnson, Laschober and Associates, P.C., 1296 Broad Street, Augusta, GA 30901 C. The Work consists of constructing a triplex booster pump station including an approximate 3,000 SF brick masonry building enclosure with pump room and electrical /control rooms to accommodate supply and discharge piping and valves for three (3) horizontal split case centrifugal pumps with 100 Hp motors, controls, SCADA interface, building utilities, site clearing, including removal of approximately 50 cubic yards (in- place) surface debris, and site improvements on a 0.50 acre site. 1.2 CONTRACT A. Project will be constructed under a general construction contract. 1.3 USE OF PREMISES A. General: Contractor shall have full use of premises for construction operations, including use of Project site, during construction period. 1.4 SPECIFICATION FORMATS AND CONVENTIONS A. Specification Format: The Specifications are organized into Divisions and Sections using the CSI /CSC's "MasterFormat" numbering system. SUMMARY 1, Section Identification: The Specifications use section numbers and titles to help cross - refi rencing in the Contract Documents. Sections in the Project Manual are in numeric sequence; however, the sequence is incomplete. Consult the table of contents at the 011000 1 Fort Gordon Gate 4 05/15/2012 Booster Pump Station Project No.ICU -006 8(FG- 88880003) beginning of the Project Manual to determine numbers and names of sections in the Contract Documents. 13. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: a. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 011000 SUMMARY 1. Abbreviated Language: Language used in the Specifications and other Contract Documents is abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, but not stated, shall be inferred as the sense requires. Singular words shall be interpreted as plural, and plural words shall be interpreted as singular where applicable as the context of the Contract Documents indicates. 2. Imperative mood and streamlined language are generally used in the Specifications. Requirements expressed in the imperative mood are to be performed by Contractor. Occasionally, the indicative or subjunctive mood may be used in the Section Text for clarity to describe responsibilities that must be fulfilled indirectly by Contractor or by others when so noted. 011000 -2 Sort Gordon Gate 4 Booster Pump Station . Project No.ICU-0068(FG -88880003) SECTION 012100 - ALLOWANCES PART 1 - GENERAL 1.1 RELATED DOCUMENTS 9 -10 -12 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. L2 SUMMARY A. This Section includes administrative and procedural requirements governing allowances. 1. Certain materials and equipment are specified in the Contract Documents by allowances. In some cases, these allowances include installation. Allowances have been established in lieu of additional requirements and to defer selection of actual materials and equipment to a later date when additional information is available for evaluation. If necessary, additional requirements will be issued by Change Order. 13. Types of allowances include the following: 1. ALLOWANCE NO. 1 — Testing by Owner selected testing firms: 3,000.00 Testing shall include but not be limited subgrade testing and observation of proof- rolling, backfill compaction, concrete and grout compressive strength tests. ALLOWANCE NO. 2 — Owner's general contingency allowance: 100,000.00 Work under Owner's general contingency allowance shall include equipment and materials, unless noted otherwise (labor where provided is specifically noted), for: a. Controls, Programming, and UPS and related Conductors and Conduit: 1) Master Control Panel (MCP) to include Programmable Logic Computer (PLC), with Operator Interface Display (OID) and Supervisory Control and Data Acquisition (SCADA) equipment in enclosure(s) plus Operator Interface Terminal (OIT) and any related electrical and instrumentation equipment to be provided by Owner selected firm and installed by general contractor. SCADA related work shall include a Sixnet cellular gateway shall be provided and installed with an antenna mounted a foot above the PLC box. If manufacturer signal strength cannot be achieved then the antenna shall be mounted outside of the building. The material cost for an exterior antenna is included in this allowance item. The cost for installation of' an exterior antenna is not in this contract. The SIM card for the gateway will be provided by the Owner. Work shall also include shop drawings, inclusive of box drawings and schematics; submittals; testing and calibration documentation; and 0 & M manuals in software (CD) format plus specified hard copies to be submitted for Owner approval and final record. ALLOWANCES 012100 - 1 • Fort Gordon Gate 4 Booster Pump Station Project No.ICU- OO68(FG- 88880003) 2) 1.3 ALLOWANCES D. Related Sections include the following: 9 -10 -12 Programming, calibration (for items provided within this allowance itern), startup services, field 1/0 checkout, installation supervision, and one (1) day of operations training to be provided by owner selected firm. 3) UPS 4) Conductors, Conduit, and Equipment Installation: Installation of control panels is not included in the allowance for this item. All installation and electrical work, inclusive of connections to the MCP, UPS, OIT, instrumentation and valves with the exception of offsite work associated with Remote Control Valve (RCV) No. 1, shall be provided under the general contract. The General Contractor shall coordinate with Owner selected firm for requirements on equipment, conductors, and conduit. b. Rosemount Equipment (material only; provided by Owner within the allowance): Pressure transducers shall be Rosemount 3051 se and flow meter shall be Rosemount 8712E and 8750 for the primary head (flow tube). Must be internal grounding electrode or have SST grounding rings. c. Site irrigation system and landscaping as specified on the drawings. Work includes providing all material, equipment and coordinated labor to install a site irrigation system with backflow preventer, controller and rain freeze sensor, etc. and landscaping including all permanent organic and vegetative ground covers (mulch and Bermuda sod), trees and shrubs. This item includes providing material submittals, startup and training. Earthwork, inclusive of rough grading, placement of topsoil, fine grading, removal of unsuitable and excess materials, and soil erosion and sediment measures, inclusive of temporary ground cover, are not included in this allowance item and shall be provided under the general contract. Electrical work associated with connections to the controller is not included in this allowance item and shall be provided under the general contract. The General Contractor shall coordinate with the Owner selected firm regarding the General Contractor's placement of topsoil fine grading, and with respect to providing electrical work related to equipment, including conductors and conduit. d. Building mounted signage. Dedication plaque (material only; provided by Owner within the allowance.) A. Use the general contingency allowance only as directed by Engineer for Consulting Engineer's purposes and only by Change Orders that indicate amounts to be charged to the allowance. B. Contractor's overhead and profit and related costs for materials and equipment ordered by Owner under the contingency allowance are included in the allowance's referenced unit price items. These costs include delivery, installation, taxes, insurance, equipment rental, and similar costs. C. At Project closeout, credit unused amounts remaining in the contingency allowance to Owner by Change Order. No credit will be solicited by Owner for unused quantities remaining in the allowance for re- compaction of existing loose materials. ALLOWANCES 012100 - 2 • Fort Gordon Gate 4 9 -10 -12 Booster Pump Station Project No.ICU- 0068(FG- 88880003) 1. Division 1 Section "General Requirements" for procedures for submitting and handling Change Orders. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 SCHEDULE OF ALLOWANCES A. ALLOWANCE NO. 1 — Testing by Owner selected testing firms. The Contractor will include in Contract Sum for Base Bid an allowance of $3,000.00 to include all costs associated with this allowance item, i.e., equipment, labor, materials, and taxes. B. ALLOWANCE NO. 2 — Owner's general contingency allowance, inclusive of providing a) Controls, Programming, and UPS and related Conductors and Conduit; b) Rosemount equipment; c) site irrigation system and landscaping; and d) building signage. The Contractor will include in Contract Sum for Base Bid an allowance of $100,000.00 to include all costs associated with this allowance item, inclusive of all equipment, labor, materials, and taxes, unless noted otherwise. END OF SECTION 012100 ALLOWANCES 012100 - 3 Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) SECTION 013000 - SUBMITTALS PARTI - GENERAL 1.1 RELATED DOCUMENTS 05/15/2012 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for submittals required for performance of the Work, including the following: 1. Contractor's construction schedule. 2. Shop Drawings. 3. Product Data. B. Administrative Submittals: Refer to other Division 1 Sections and other Contract Documents for requirements for administrative submittals. Such submittals include, but are not limited to, the following: 1. Permits. 2. Applications for Payment. 3. Performance and payment bonds. 4. Insurance certificates. 5. List of subcontractors. I.3 SUBM 1'I "FAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. Transmit each submittal sufficiently in advance of performance of related construction activities to avoid delay. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related elements of the Work so processing will not be delayed by the need to review submittals concurrently for coordination. a. The Owner reserves the right to withhold action on a submittal requiring coordination with other submittals until all related submittals are received. SUBMITTALS 013000 - 1 • Fort Gordon Gate 4 Booster Pump Station Project NoJCU- 0008(F0- 88880003) 05/15/2012 3. Processing: To avoid the need to delay installation as a result of the time required to process submittals, allow sufficient time for submittal review, including time for resubmittals. a. Allow 2 weeks for initial review. Allow additional time if the Architect must delay processing to pertnit coordination with subsequent submittals. b. If an intermediate submittal is necessary, process the same as the initial submittal. c. Allow 2 weeks for reprocessing each submittal. d. No extension of Contract 'I'ime will be authorized because of failure to transmit submittals to the Owner sufficiently in advance of the Work to permit processing. 13. Submittal Preparation: Place a permanent label or title block on each submittal for identification. Indicate the name of the entity that prepared each submittal on the label or title block. 1. Provide a space approximately 4 by 5 inches (100 by 125 mm) on the label or beside the title block on Shop Drawings to record the Contractor's review and approval markings and the action taken. 2. Include the following information on the label for processing and recording action taken. a. Project name. b. Date. c. Name and address of the Owner. d. Name and address of the Contractor. e. Name and address of the subcontractor. f. Name and address of the supplier. g. Name of the Manufacturer. h. Number and title of appropriate Specification Section. i. Drawing number and detail references, as appropriate. C. Submittal Transmittal: Package each submittal appropriately for transmittal and handling. Transmit each submittal from the Contractor to the Owner using a transmittal forth. The Architect will not accept submittals received from sources other than the Contractor. 1. On the transmittal, record relevant information and requests for data. On the form, or separate sheet, record deviations from Contract Document requirements, including variations and limitations. Include Contractor's certification that information complies with Contract Document requirements. 1.4 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Bar -Chart Schedule: Prepare a fully developed, horizontal bar - chart -type, contractor's construction schedule. Submit within 30 days after the date established for "Commencement of the Work." 13. Work Stages: Indicate important stages of construction for each major portion of the Work, including submittal review, testing, and installation. C. Cost Correlation: At the head of the schedule, provide a cost correlation line, indicating planned SUBMITTALS 013000.2 Fort Gordon Gate 4 05/15/2012 Booster Pump Station Project No.ICU- 0068(FG- 88880003) and actual costs. On the line, show dollar volume of Work performed as of the dates used for preparation of payment requests. D. Schedule Updating: Revise the schedule after each meeting, event, or activity where revisions have been recognized or made. Issue the updated schedule concurrently with the report of each meeting. 1.5 SFIOP DRAWINGS A. Submit newly prepared information drawn accurately to scale. Highlight, encircle, or otherwise indicate deviations from the Contract Documents. Do not reproduce Contract Documents or copy standard information as the basis of Shop Drawings. Standard information prepared without specific reference to the Project is not a Shop Drawing. B. Shop Drawings include fabrication and installation Drawings, setting diagrams, schedules, patterns, templates and similar Drawings. Include the following information: 1. Dimensions. 2. Identification of products and materials included by sheet and detail number. 3. Compliance with specified standards. 4. Notation of coordination requirements. 5. Notation of dimensions established by field measurement. 6. Sheet Size: Except for templates, patterns and similar Ball -size Drawings, submit Shop Drawings on sheets at least 8 -1/2 by 11 inches (215 by 280 mm) but no Larger than 36 by 48 inches (890 by 1220 tnm). 7. Initial Submittal: Submit 3 blue- or black -line prints for the Owner's review. The Owner will return one prints. 8. Final Submittal: Submit 3 blue- or black -line prints; submit 5 prints where required for maintenance manuals. The Owner will retain 2 prints and return the remainder. 9. Do not use Shop Drawings without an appropriate final stamp indicating action taken. 1.6 PRODUCT DATA A. Collect Product Data into a single submittal for each element of construction or system. Product Data includes printed information, such as manufacturer's installation instructions, catalog cuts, standard color charts, roughing -in diagrams and templates, standard wiring diagrams, and performance curves. 1. Mark each copy to show applicable choices and options. Where printed Product Data includes information on several products that are not required, mark copies to indicate the applicable information. Include the following information: a. Manufacturer's printed recommendations. b. Compliance with trade association standards. c. Compliance with recognized testing agency standards. d. Application of testing agency labels and seals. e. Notation of dimensions verified by field measurement. SUBMITTALS 013000 - 3 Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) f. Notation of coordination requirements. 1.7 QUALITY ASSURANCE SUI3MITTALS 1. Compliance with specified characteristics is the Contractor's responsibility. 05/15/2012 2. Do not submit Product Data until compliance with requirements of the Contract Documents has been confirmed. 3. Preliminary Submittal: Submit a preliminary single copy of Product Data where selection of options is required. 4. Submittals: Submit 3 copies of each required submittal; submit 4 copies where required for maintenance manuals. The Owner will retain one and will return the other marked with action taken and corrections or modifications required. a. Unless noncompliance with Contract Document provisions is observed, the submittal may serve as the final submittal. 5. Distribution: Furnish copies of final submittal to installers, subcontractors, suppliers, manufacturers, fabricators, and others required for performance of construction activities. Show distribution on transmittal forms. a. Do not proceed with installation until a copy of Product Data is in the Installer's possession. b. Do not permit use of unmarked copies of Product Data in connection with construction. A. Submit quality- control submittals, including design data, certifications, manufacturer's instructions, manufacturer's field reports, and other quality - control submittals as required under other Sections of the Specifications. 13. Certifications: Where other Sections of the Specifications require certification that a product, material, or installation complies with specified requirements, submit a notarized certification from the manufacturer certifying compliance with specified requirements. 1. Signature: Certification shall be signed by an officer of the manufacturer or other individual authorized to sign documents on behalf of the company. C. Inspection and Test Reports: Submittal of inspection and test reports from independent testing agencies. 1.8 OWNER'S ACTION A. Except for submittals for the record or information, where action and return is required, the Owner will review each submittal, mark to indicate action taken, and return promptly. 13. Action Stamp: The Owner will stamp each submittal with a uniform, action stamp. The Owner will mark the stamp appropriately to indicate the action taken. C. Unsolicited Submittals: The Owner will return unsolicited submittals to the sender without action. PART 2 - PRODUCT'S (Not Applicable) SUBMITTALS 013000 - 4 • Fort Gordon Gate 4 Booster Pump Station Project No, ICU-0068(FG-88880003) PART 3 - EXECUTION (Not Applicable) END OF SECTION 01300 05 /15 /2012 SUBMITTALS 0.13000 - 5 • Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) SECTION 014000 - QUALITY CONTROL PART 1 - GENERAL 1.1 RELATED DOCUMENTS 05/15 /2012 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for quality- control services. B. Quality- control services include inspections, tests, and related actions, including reports perfbrined by Contractor, by independent agencies, and by governing authorities. They do not include contract enforcement activities performed by Owner. C. Inspection and testing services are required to verify compliance with requirements specified or indicated, These services do not relieve Contractor of responsibility for compliance with Contract Document requirements. D. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products. 1. Specific quality- control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2, Specified inspections, tests, and related actions do not limit Contractor's quality- control procedures that facilitate compliance with Contract Document requirements. 3. Requirements for Contractor to provide quality - control services required by Owner, or authorities having jurisdiction are not limited by provisions of this Section. 1.3 RESPONSII3ILJTIES A. Contractor Responsibilities: Unless otherwise indicated as the responsibility of another identified entity, Contractor shall provide inspections, tests, and other quality- control services specified elsewhere in the Contract Documents and required by authorities having jurisdiction. Costs for these services are included in the Contract Sum. 1. Where individual Sections specifically indicate that certain inspections, tests, and other quality - control services are required, the Owner will engage the services of a qualified independent testing agency to perform those services. Payment for these services will be made by the Contractor from the Inspection and Testing Allowance as setup in the Bid Form. Contractor shall submit the invoice of the Testing Agency with the Monthly Payment request and Waiver of Lien for the previous months invoice of the Testing Agency. QUALITY CONTROL 014000.. 1 Fort Gordon Gate 4 05/15/2012 Booster Pump Station Project No.ICU -0068(FG- 88880003) B. Retesting: The Contractor is responsible for retesting where results of inspections, tests, or other quality - control services prove unsatisfactory and indicate noncompliance with Contract Document requirements, regardless of whether the original test was Contractor's responsibility. 1. The cost of retesting construction, revised or replaced by the Contractor, is the Contractor's responsibility where required tests performed on original construction indicated noncompliance with Contract Document requirements. C. Associated Services: Cooperate with agencies performing required inspections, tests, and similar services, and provide reasonable auxiliary services as requested. Notify the agency sufficiently in advance of operations to permit assignment of personnel. Auxiliary services required include, but are not limited to, the following: 1. Provide access to the Work. 2. Furnish incidental labor and facilities necessary to facilitate inspections and tests. 3. Take adequate quantities of representative samples of materials that require testing or assist the agency in taking samples. 4. Provide facilities for storage and curing of test samples. 5. Provide the agency with a preliminary design mix proposed for use for materials mixes that require control by the testing agency. 6. Provide security and protection of samples and test equipment at the Project Site. D. Duties of the Testing Agency: The independent agency engaged to perform inspections, sampling, and testing of materials and construction specified in individual Sections shall cooperate with the Owner and the Contractor in performance of the agency's duties. The testing agency shall provide qualified personnel to perform required inspections and tests. 1. The agency shall notify the Owner and the Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. The agency is not authorized to release, revoke, alter, or enlarge requirements of the Contract Documents or approve or accept any portion of the Work. 3. The agency shall not perform any duties of the Contractor. E. Coordination: Coordinate the sequence of activities to accommodate required services with a minimum of delay. Coordinate activities to avoid the necessity of removing and replacing construction to accommodate inspections and tests. 1.4 SUBMITTALS 1. The Contractor is responsible for scheduling tunes for inspections, tests, taking samples, and similar activities. A. The independent testing agency shall submit a certified written report, in duplicate, of each inspection, test, or similar service to the Owner. 1. Report Data: Written reports of each inspection, test, or similar service include, but are not limited to, the following: QUALITY CONTROL 014000 - 2 Fort Gordon Gate 4 05/15/2012 Booster Pump Station Project No.ICU- 0068(PG- 88880003) a. Date of issue. b. Project title and number. c. Name, address, and telephone number of testing agency. d. Dates and locations of samples and tests or inspections. e. Names of individuals making the inspection or test. f. Designation of the Work and test method. g. Identification of product and Specification Section. lr. Complete inspection or test data. i. Test results and an interpretation of test results. j. Ambient conditions at the time of sample taking and testing. k, Comments or professional opin ion on whether inspected or tested Work complies with Contract Document requirements. 1. Name and signature of laboratory inspector. m. Recommendations on retesting. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 REPAIR AND PROTECTION A. General: Upon completion of inspection, testing, sample taking and similar services, repair damaged construction and restore substrates and finishes. B. Protect construction exposed by or for quality- control service activities, and protect repaired construction. C. Repair and protection is Contractor's responsibility, regardless of the assignment of responsibility for inspection, testing, or similar services. END 03? SECTION 01400 QUALITY CONTROL 014000 - 3 Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) SECTION 017000 - CONTRACT CLOSEOUT PART 1 - GENERAL I.I RELATED DOCUMENTS 05/15/2012 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. 'This Section includes administrative and procedural requirements for contract eioseout including, but not limited to, the following: 1. Inspection procedures. 2. Project record document submittal. 3. Operation and maintenance manual submittal. 4. Submittal of warranties. 5. Final cleaning. B. Closeout requirements for specific construction activities are included in the appropriate Sections in Divisions 2 through 16. 1.3 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for certification of Substantial Completion, complete the following. List exceptions in the request. 1. In the Application for Payment that coincides with, or first follows, the date Substantial Completion is claimed, show 100 percent completion for the portion of the Work claimed as substantially complete. 2. Advise the Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance agreements, final certifications, and similar documents. 4. Obtain and submit releases enabling the Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 5. Submit record drawings, maintenance manuals, final project photographs, damage or settlement surveys, property surveys, and similar final record information. 6. Deliver tools, spare parts, extra stock, and similar items. 7. Make final changeover of permanent locks and transmit keys to the Owner. Advise the Owner's personnel of changeover in security provisions. 8. Complete startup testing of systems and instruction of the Owner's operation and maintenance personnel. Discontinue and remove temporary facilities from the site, along with mockups, construction tools, and similar elements. N :\2012 3311) INPORMA'1'IC)N \12 -205 rota GORDON GA 1'I; 4 BOOSTER PUMP S'rA'110N \22- 017OOO, OC Port Gordon Gate 4 Booster Pump Station Project No.1CU- 0068(PG- 88880003) 05/15/2012 B. Inspection Procedures: On receipt of a request for inspection, the OWNER will either proceed with inspection or advise the Contractor of unfilled requirements. The OWNER will prepare the Certificate of Substantial Completion following inspection or advise the Contractor of construction that must be completed or corrected before the certificate will be issued. 1.4 FINAL ACCEPTANCE A. Preliminary Procedures: Before requesting final inspection for certification of final acceptance and final payment, complete the following. List exceptions in the request, 1. Submit the final payment request with releases and supporting documentation not previously submitted and accepted. Include insurance certificates for products and completed operations where required. 2. Submit a certified copy of the OWNER's final inspection list of items to be completed or corrected, endorsed and dated by the OWNER. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance and shall be endorsed and dated by the OWNER. 3. Submit consent of surety to final payment. 4. Complete final cleanup requirements, including touchup painting. 5. Touch up and otherwise repair and restore marred, exposed finishes. B. Reinspection Procedure: The OWNER will reinspect the Work upon receipt of notice that the Work, including inspection list items from earlier inspections, has been completed. 1. Upon completion of retnspectton, the OWNER will prepare a certificate of final acceptance. if the Work is incomplete, the OWNER will advise the Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance. PART 2 - PRODUCTS (Not Applicable) PART 3 , EXECUTION (Not Applicable) END OF SECTION 01700 CONTRACT CLOSEOUT 017000 - 2 Fort Gordon Gate 4 Booster Puinp Station Project No.ICU- 0068(FG- 88880003) SECTION 020500 - SUBSURFACE CONDITIONS PART 1 - GENERAL 1.1 WORK INCLUDED A. General: In addition to the soil boring information shown on the drawings. A soils investigation report was prepared for work on the project site, hereinafter referred to as the Soil Engineer. 1.2 RELATED WORK A. Related work described elsewhere: 1. Excavation for footings and foundations: Section entitled "Earthwork ". 1.3 GENERAL A. Attachment: The soils investigation report is attached to this section. B. Use of Data: 1.4 ATTACHMENT 1. This report was obtained for the Contractor's use in design. The report is available for bidders' information, but is not a warranty of subsurface conditions. 2. Bidders should visit the site and acquaint themselves with all existing conditions. Prior to bidding, bidders may make their own subsurface investigations to satisfy themselves as to site and subsurface conditions, but all such investigations shall be performed only under time schedules and arrangements approved in advance by the Engineer. A. Subsurface Exploration and Report Dated November 10, 2011. (21 Pages) END OF SECTION 02050 05/15 /2012 SUI3SURFACE COND.ITIONS 020500 - I APPENDIX for Subsurface Conditions Soils Investigation Report by S &ME dated November 10, 2011 YF ..:,rm - .xr4.°.tow" :+'!.S'r-..-ui ..:''..:. November 10, 2011 Mr. Rich Laschober, P.E. Johnson, Laschober, and Associates, P.C. 1296 Broad Street Augusta, Georgia 3090.1 Dear Mr. Laschober: Sincerely, S &ME, Inc. Perry ``` > , "'`.E. Geotechnical Engineer GA #13784 pdukes @stneinc.com Reference: REPORT OF GEOTECHNICAL EXPLORATION Gate 4 Booster Pump Station Augusta Utilities Department Augusta, Georgia S &ME, Inc. Project No. 1619 -11 -051 S &ME As requested, S &ME, Inc. (S &ME) has completed our geotechnical exploration for the proposed Gate 4 Booster Pump Station on the west side of Willis Foreman Road at Deans Bridge Road in Augusta, Georgia. Our work was conducted in general accordance with our proposal (No. 1619- 0063-11), dated August 11, 2011 authorized by Mr. Rich Laschober, P.E. on October 17, 2011. This report provides the exploration procedures, subsurface data, and recommendations regarding site preparation, foundation type, and design values. S &ME appreciates this opportunity to work with Johnson, Laschober, and Associates, P.C. as your geotechnical engineering consultant on this project. Please contact us_ at (706) 729 -6917 if you have any question or need any additional information regarding this report. 9° John C. Lessley, P.B. (SC) Vice President/Technical Principal jlessley ®smeinc.com S &ME, w c. / 1732 Wylds Road / Augusta, GA 30909 1 p 706.729.6917 t 706.729,69201 www.smeino.com • S &ME No. 1619 -11 -051 Report of geotechnical Services Gate 4 Booster Pum• Station Au•usta Geor•ia November 10 2011 1. INTRODUCTION AND BACKGROUND This exploration has been conducted in general accordance with our proposal (No. 1619 -0063- 11), dated August 11, 2011 authorized by Mr. Rich Laschober, P.E. ofJohnson, Laschober, and Associates, P.E., on October 17, 2011. The purposes of this exploration are to obtain subsurface information to allow us to characterize the subsurface conditions and to develop recommendations concerning grading, foundation design, and other related construction issues. This report describes our understanding of the project, presents the results of the field exploration and discusses our conclusions and recommendations. Project information was provided by emails of August 11, 2011 and October 19, 2011 from Mr. Rich Laschober, P.E. and email of November 3, 2011 from Mr. Trevor Wimberly, EIT, of Johnson, Laschober, and Associates P.E., which included a site plan. On October 27, 2011, two soil test borings (designated B1 and 132) were drilled to obtain subsurface information at the project site. The borings were advanced to their planned termination depth of 20 feet. A site plan showing the approximate boring locations, the logs of the borings, discussion of the field investigative procedures, laboratory testing, and a legend to soil classification and symbols are included in the Appendix. 2. SITE AND PROJECT DESCRIPTION 2.1 Site Description The project site is located on the west side of Willis Foreman Road about 500 to 600 feet south of the intersection with Deans Bridge Road in Augusta, Georgia. The site is wooded, primarily withpine trees and brush, and slopes gently north to south with less than about 3 feet of relief. 2.2 Project Description The booster pump building; is planned to be constructed of masonry load bearing walls, approximately 12 feet high with light gage metal roof trusses at 24 inches on center. The concrete floor slab will be 6 inches thick unreinforced concrete. A 2 -ton traveling bridge crane will be supported by masonry pilasters along the sidewalls. The crane spans 48 feet with a travel distance of approximately 40 feet, The anticipated foundation is continuous perimeter wall footings with integral concrete footings for the bridge crane runway support pilasters. An electrical room, approximately 30 feet by 15 feet shaII be constructed inside the main building. Eight -inch concrete masonry walls up to approximately 10 feet, open web steel roof bar joists, metal decking and lightweight concrete topping make up the construction of the electrical room. The maximum anticipated wall load is 4 kips per linear foot and the pump pads will sustain a load of no greater than 5 kips on a 2 foot by 5 foot minimum pad. Earthwork on the site is anticipated to be minimal as required to create a building pad, an access drive, and three parking places in the front, and pavements for turnaround and maneuvering in the rear. • Report of geotechnical Services Gat- 4 Booster Pura• Station Au.usta Geor.ia ovember 10 2011 3. REGIONAL GEOLOGY The site is located in the Coastal Plain Physiographic Province of Georgia. The Coastal Plain is a wedge - shaped deposit of Cretaceous and younger sediments that range in thickness from near zero at the contact with the Piedmont Physiographie Province (the Fall Line) along its northwest edge, to thousands of feet at the coast. Coastal Plain soils are marine deposits laid down in the geologic past when ocean levels were higher, and can contain various materials including interbedded soft and hard limestones, gravel, sands, silts, and clays, as well as organics. 4. SUBSURFACE CONDITIONS S &ME No. 1619-11-051 4.1 Soil Borings On October 27, 2011 S &ME drilled 2 soil test borings (designated B1 and B2) to obtain subsurface information at the project site. The borings were located in the field by estimating right angles and distances from existing landmarks. The approximate locations of the borings are shown on the Boring Location Plan in the Appendix of this report. Our logs of the exploratory borings are also included in the Appendix. The borings were advanced to their planned termination depths by a truck mounted drilling rig (CME 55). During the soil test boring operations, samples were obtained from the encountered soils using Standard Penetration Tests (ASTM D1586) equipment. The standard penetration test provides a disturbed split -spoon sample of the tested soil and a resulting standard penetration resistance value. The standard penetration resistance value gives an indication of the density and consistency of the in -place soils. Standard penetration resistance values can be used with empirical correlations to estimate physical properties and engineering characteristics for most soils. Soil test borings were backfilled with auger cuttings at the completion of testing. Some settlement of the boring backfill should be expected. Samples collected during the held exploration were returned to our laboratory for visual examination by a Staff Professional. 4.2 Soil Stratification The borings encountered 3 to 4 inches of topsoil at the existing ground surface. Beneath the topsoil, the borings encountered natural Coastal Plain soil consisting of primarily medium dense silty sands which extended to termination of drilling. Boring Standard Penetration Test blow counts (N- values) within the silty sands ranged from 10 blows per foot (bpf) to 28 bpf, with most N- values being between 17 bpf and 22 bpf. Boring 132 encountered loose clean sands with silt to a depth of approximately 3 feet, in which the penetration resistance was 5 bpf. 4.3 Water Leve Is The boreholes were observed for the presence of standing water following termination of drilling. Ground water was not encountered in our borings. it should be noted ground water levels tend to fluctuate with seasonal, climatic, and environmental changes. 5. CONSTRUCTION CONSIDERATIONS S &ME No. 1619 -11 -051 Report of geotechnical Services Gat- 4 :..s -r Porn • tation Au.0 t. Geor•ia November 10 2011 5.1 Subgrade Evaluation and Preparation After designated areas of the site have been stripped and cut to grade, at -grade areas and areas that are to receive fill, if any, should be evaluated by a member of our staff by observing proofrolling with a heavily loaded tandem -axle dump truck or earthmoving scraper. Proofrolling consists of applying repeated passes to the subgrade with this equipment. Any materials judged to deflect excessively under the wheel loads and which cannot be stabilized by drying and continued rolling should be removed to more stable soils before placing fill. Densification of surface soils should be completed before placing compacted structural fill. We anticipate that some loose soils in the vicinity of boring B -2 will require densification. Positive surface drainage from the site should be provided and maintained to reduce potential for ponding of water on exposed subgrades. Ditches should be excavated to help reduce rainwater runoff from flowing onto, and to help promote rainwater runoff from, the construction area. Rainwater should not be allowed to pond on subgrades. 5.2 Fill Placement We anticipate very little fill placement, if any, for this project. Structural fill is defined as inorganic natural soil with maximum particles sizes of four inches and a plasticity index of 20 or less. Structural fill should be placed in relatively thin (4- to 8 -inch loose) layers and compacted to at least 95 percent of the soil's maximum dry density as determined by the standard Proctor compaction test. We further recommend that the upper 18 inches of fill beneath the building be 'compacted to 98 percent. Near- surface soils encountered during our exploration appear suitable for re -use as structural fill. Soil moisture contents could vary considerably with weather conditions during construction. Drying or wetting of the soils will be necessary to achieve the recommended compaction criterion. If any offsite borrow soils are required, we can provide additional testing services to assess that imported fill meets project specifications. In-place density testing must be performed to check that the previously recommended compaction criteria have been achieved. Spreading and compaction of new fill should be performed under the observation of a full. -time basis by a qualified soils technician working under the direction of the geotechnical engineer. Frequent in -place density and moisture content of the placed fill should be determined to confirm that the contractors methods are producing a satisfactory level of densification. Compaction the test frequency can be determined by our personnel based on the area to be tested, the grading equipment used, the project specifications, and the rate of fill placement. • Report of geotechnical Services S &ME No. 1619 - 11-051 Gate 4 Booster Pump Station, Auqusta, Georgia November 10, 2011 6. DESIGN RECOMMENDATIONS 6.1 Limitations of Report This report has been prepared in accordance with generally accepted geotechnical engineering practice for specific application to this project. The conclusions and recommendations contained in this report are based on applicable standards of our practice in this geographic area at the time this report was prepared. No other warranty, expressed or implied, is made. The analyses and recommendations submitted herein are based, in part, on the data obtained from the subsurface exploration. The nature and the extent of variations between the widely- spaced borings will not become evident until the time of construction. If variations appear evident, then we will re- evaluate the recommendations of this report. In the event any changes in the nature, design, or evaluation of the structures are planned, the conclusions and recommendations contained in this report will not be considered valid unless the changes are reviewed and the conclusions verified or modified in writing, We strongly recommend S &ME be provided the opportunity to review the final design plans and specifications in order that earthwork and other recommendations are properly interpreted and implemented. The recommendations in this report are contingent on S &ME, Inc.'s observation and monitoring of grading and construction activities. 6.2 Foundations Individual strip and integrated footings may bear in the natural Coastal Plain soils, or on structural fill compacted as indicated above. An applied bearing pressure of 2,500 pounds per square foot (psi) may be assumed in design. If a monolithic placement of grade slabs and integrated footings (slab thickened or widened at column and wall support areas) is used, we assume that the majority of the load will bear on the thickened areas. We anticipate additional densification or undercutting will be required in loose soils similar to those encountered in the vicinity of boring B2. The potential exists that soils with loose relative densities may be encountered in other areas intermittent of our boring locations. Although computed footing dimensions may be less, column footings and wall footings should be at least 24 inches wide in their least dimension. These dimensions facilitate hand cleaning of footing subgrades disturbed by the excavation process and the placement of reinforcing steel. They also reduce the potential for localized punching shear failure. All footing bottoms should be at least 18 inches below the lowest adjacent exterior grade. Footing excavations must be evaluated by a geotechnical engineer or a representative of the geotechnical engineer from our firm prior to rebar or concrete placement. The purpose of this is to Observe that the exposed soils are consistent with the boring results and the recommendations provided. The strength properties of soil exposed at the footing subgrade will change if exposed to wetting, drying, or freezing. Every effort should be made to place concrete the same day as the excavation is completed. If footing concrete cannot be placed the same day as the excavation is completed and evaluated, the excavations should be covered with polyethylene sheeting or a thin • Report of geotechnical Services Gate 4 Booster Pum. Station Au•usta S &ME No, 1619 -11 -051 - Oro i a No ember 10 2011 G concrete "mud mat ". If these protective measures are not implemented, over- excavation of wet or disturbed soil may be necessary. 6.3 Floor Slabs Depending on the thickness of the floor slab, there may be potential slab cracking in an integrated slab due to minor differential settlement between thickened and non - thickened portions. Transitions from foundation supported building elements to soil supported floor slabs should be reinforced or isolated with saw cuts. The floor slab subgrade should be proofrolled with relatively heavy rubber -tired equipment. Areas judged by the geotechnical engineer to perform unacceptably under the moving load should be stabilized prior to placement of reinforcing steel or concrete. Stabilization may include drying in place and re- compacting or removal and replacement with structural fill compacted to at least 98 percent of its standard Proctor maximum dry density. We recommend an underslab vapor barrier be installed to reduce soil moisture transmission into the slab. The use of a vapor barrier should be in accordance with ACI 302 guidelines. Floor slab subgrades are often disturbed between completion of grading and slab construction due to weather, footing and utility line installation, and other construction activities. These areas should be identified and repaired prior to placement of the vapor barrier. Concrete trucks should not drive over the vapor barrier. Furthermore, the vapor barrier should be inspected for damage and specified laps immediately before concrete placement. 6.4 Ground Water Groundwater was not encountered in our borings. It should be noted that water levels tend to fluctuate with seasonal, climatic, and environmental changes. It is unlikely that permanent groundwater will be encountered by excavations required for this project. 7. CONTINUED SERVICES Our services should not end with the submission of this preliminary geotechnical report. Our recommendations will require review and possible modification when the structural and grading details are available. S &ME should also be kept involved throughout the design and construction process to maintain continuity and to verify that our recommendations are properly interpreted and implemented. To achieve this, we should review project plans and specifications with the designers to see that our recommendations are fully incorporated. Site preparation and foundation construction will be critical aspects of this project. hi addition, a qualified engineering technician should observe and test all structural concrete, masonry, and steel. Normally, full - tinge monitoring of the site work and foundation installation is appropriate. Our familiarity with the site and with the foundation recommendations will make us a valuable part of your construction quality assurance team. As such, we are looking forward to working with you on the construction phase of this project. APPENDIX BORING LOCATION PLAN SOIL BORING LOGS SUMMARY OF EXPLORATION PROCEDURES ASFE INFORMATION ABOUT GEOTECHNICAL ENGINEERING REPORT Layout Source: final ypiaP &by dated io11�11 ' p obet P pppYo)cimate Elating PVC CO *4114 244 S tpT1G SANS GRo 47'6% PROJECT: Gate 4 Booster Pump Station Willis Foreman Road SAME Protect No.1619 -14 -151 — BORING LOG B1 DATE DRILLED: 10127111 ELEVATION: NOTES: DRILL RIG: CME 55 BORING DEPTH: 20.0 ft DRILLER: H. Wessenger Ed HAMMER TYPE: Automatic LOGGED BY: P. Dukes SAMPLING METHOD: Split spoon NORTHING: I EASTING: DRILLING METHOD: HSA I (tee;) H.id3Q DO1 3IHcW IIO MATERIAL DESCRIPTION WATER LEVEL' (iii) NOLLVA313 SAMPLE NO. SAMPLE TYPE ist6in! RUN #i.cg 2nd61nIREC 3rd bin / ROD ) STANDARD PENETRATION TEST DATA (biowslft} /REMARKS 10 20 30 6080 3f1VA N 5 -•.. - • 3 inches of TOPSOIL kl _ _2 - - - - -6 1 1 I 3 4 18 5 16 6 6 7 8 10 6 8 9 8 8 10 T 10 12 8 9 1. „ 20 13 1a 21 16 17 SILTY SAND COASTAL PLAIN: tan to white, fine to medium grained, dry, with m(ca and some clay, medium dense moist . 15 ^. 20 . SILTY SAND white, fine to medium grained, wet with mica and gravel, medium dense Boring terminated at 20 ft Target Depth • 0 Q a. a. a. 0 0 Q m 0 0 NOTES; t. TN S LOG IS ONLYA PORTION OF A REPORT PREPARED FOR THE NAMED PROJECT AND MUST ONLY BE USED TOGETHER WITH THAT REPORT. Z BOMA SAMPLING AND PENETRATION TEST DATA IN GENERAL ACCORDANCE WITH AVM D•1586: 3. STRATIFICATION AND GROUNDWATER DEPTHS ARE NOT EXACT. 4. WATER LEVEL IS AT TIME OF EXPLORATION AND WILL VARY. Page 1 of 1 S &ME PROJECT: Gate 4 Booster Pump Station Willis Foreman Road MME Project No. 1619-11451 BORING LOG B2 DATE DRILLED: 10127111 ELEVATION: NOTES: DRILL RIG: CME 55 BORING DEPTH: 20.0 ft DRILLER: H. Wessenger 'd HAMMER TYPE: Automatic LOGGED BY: P. Dukes SAMPLING METHOD: Split spoon NORTHING: EASTING: DRILLING METHOD: HSA DEPTH (feet) 001 011.4.07:10 MATERIAL DESCRIPTION WATER LEVEL ELEVATION (feet) SAMPLE NO. SAMPLE TYPE lstiin / RUN t^ 2nd En / REC ard 6in / RQD 4 STANDARD PENETRATION TEST DATA (l ) !REMARKS 10 20 30 6080 N VALUE 10 —:.:. \ 4 inches of TOPSOIL / _ = _3 - - 1 2 I 1 1 5 1 I 2 8 9 10 7 5 2 9 9 13 10 4 3 13 it 15 10 6 - 5 20 20 10 . POORLY GRADED SAND WITH SILT COASTAL PLAIN: brown, fine to medium grained, loose SILTY SAND tan to reddish brown, fine to medium grained, dry, with some clay, medium dense ' � � SILTY SAPID white, fine to medium grained, moist, with mica, medium dense . 15 SILTY SAND white, fine to medium grained, wet, with mica and gravel, medium dense Ztl Boring terminated at 20 ft Target Depth • s- o tri co 0 0 z w a 00 0 0 2 NOTES.. 1. m S LOG IS ONLY A PORTION OF A REPORT PREPARED FOR THE MANED US PROJECT AND MUST ONLY SE D TOGETHER WITH THAT REPORT. 2. SCRIM SAMPLING AND PENETRATION TEST DATA IN GENERAL ACCORbANCE WITH AVM D•1586. 3. STRATIFICATION AND GROUNDWATER DEPTHS ARE NOT EXACT. 4. WATER LEVEL IS AT TIME OF EXPLORATION AND WILL VARY. Page 1 of 1 S&ME } 3fi,�, =a �, f. �.. }Lr - r. t1'? e l f . •, } . t .`�..n n -.a ,. ANIPLKa INTRODUCTION The American Society for Testing and Materials (ASTM) publishes standard methods to explore soil, rock and ground water conditions in Practice D-420-98, "Standard Guide to Site Characterization for Engineering Design and Construction Purposes." The boring and sampling plan must consider the geologic or topographic setting. While the scope and extent of the exploration may vary with the objectives of the client, each exploration includes the following key tasks: • Reconnaissance of the Project Area • Preparation of Exploration Plan • Layout and Access to Field Sampling Locations • Field Sampling and Testing of Earth Materials • Laboratory Evaluation of Recovered Field Samples • Evaluation of Subsurface Conditions The standard methods do not apply to all conditions or to every site. Nor .do they .replace education and experience, which together make up engineering judgment. Finally, ASTM D 420 does not apply to environmental investigations. RECONNAISSANCE OF THE PROJECT AREA Where practical, we review available topographic maps, county soil surveys, reports of nearby investigations and aerial photographs when preparing the boring and sampling plan. Then we walked over the site to note land use, topography, ground cover, and surface drainage. We observed general access to proposed sampling points and noted any existing structures. PREPARATION OF EXPLORATION PLAN The exploration plan or drilling assignment sheet consists of a set of written directions to the drillers or to other field exploration staff. The plan tabulates the minimum depth of borings, method of drilling and stabilizing the boring, sampling methods and depths, procedures for backfiiiing, and procedures to be followed if certain subsurface conditions were encountered. The location, number and depth of the borings. the method of drilling, and the method and depths of sampling were discussed prior to commencement of the exploration and were outlined in our initial proposal. This scope of work formed the basis of the initial exploration plan attached in the appendices. Utility Locator Service State law requires that we notify the Palmetto Utility Protection Service (PUPS) before we drill or excavate at any site. PUPS is operated by the major water, sewer, electrical, telephone, CATV, and natural gas suppliers of South Carolina, PUPS forwards our location request to the participating utilities. Location crews then mark buried lines with colored nags within 72 hours. They do not mark utility lines beyond junction boxes or meters. We check proposed sampling points for conflicts with marked utilities, overhead power lines. tree limbs, or man -made structures during the site walkover. Utility Checks with Owner Where the site lies beyond junction boxes or meters these areas will not be checked by the utility location crews dispatched in response to our utility locate request. In these cases we check proposed sampling points for conflicts during the site walkover with a representative of the facility. Federal, State and Local Regulatory Permitting S &ME did not attempt to obtain federal . or state permits for any part of its work unless specifically described in the accompanying report. S &ME also assumes that in circumstances where we are directed by the client to perform sampling or borings at specific locations- that these locations have been determined by the client to be in compliance with applicable regulatory statues. Health and Safety Plan A job- specific health and safety plan is not prepared for geotechnical explorations at sites with no known environmental contamination. Geotechnical explorations are conducted under the S &ME general health and safety plan. Drilling Assumed to be Permitted at Designated Locations S &ME assumes permission to perform borings or other exploratory work is conveyed either with notice to proceed by the client. Where S&ME personnel are denied access to proposed boring or sample locations upon or following arrival at the site, they are instructed to demobilize pending resolution of any dispute. S&ME also assumes that contamination of the soils or ground water of the site has not occurred unless otherwise specifically indicated by the client in advance of our exploration. S &ME will not perform intrusive exploration in any area known to contain hazardous wastes except under a plan specifically prepared in advance. Where suspected hazardous materials are unexpectedly encountered, S&ME suspends all work and evacuates the area immediately until a determination can be made as to the nature of the material encountered. Use of S &ME Data From Other Projects Where previous S &ME boring . or sounding data pertinent to the project is known to exist and can be readily retrieved. such data is incorporated into our evaluation process. Boring or sounding data, in-situ tests or laboratory data may be incorporated Into the crass sections presented in the report Boring and sounding records and laboratory records may also be included in the appendices or in summary tables embedded in the report. Where boring or sounding records predate the computerized database record system now in use, records included in the report will be paper hard copies of the records in their original forms. in most cases S &ME will not re -enter the data into the database to produce a new record in the current format. Use of Other Firms' Boring and Sounding Data While S&ME may review this data as part of planning of our exploration, such data will not be incorporated into our evaluation unless the data is independently verified by S &ME using parallel borings or other appropriate means, except under some very limited circumstances which will be detailed in the text of the project report. Other firms' boring or sounding records typically can not be read by the computerized database record system now in use by S &ME. Foreign boring or sounding records included in the report will be paper hard copies of the records in their original forms. In most cases S &ME will not re -enter foreign data into the S &ME database to produce a new record in the current format. Use of Building Plans and Construction Data Where S &ME is provided as -built building . plans, pile driving records, PDA data or other construction data pertinent to the project, such data is incorporated into our evaluatlon process. However, S &ME can typically not independently verity the accuracy of as -built data. $S&ME 1 ga 1e °i Bu\s ugtd g1 s e su e usoA s a Pa sue 6utlbtys ad cas p u o osss od d efl Vey.* °ua gpglo\d u^ .su °11\ ay►d' eusC�o� P la leUl a Od 6 pa, W�' P s sd S° o P alts s1u1 . lot °d lf s aPt^ 1ou d ;o goo } un� 4 *sentues 6u ld ut ul °d �u11 S 'su ° das pa to a pue a sh' 1�us1 a`p d�ya s ' W' sodo,d }o ff fan s a � \s ¢M1° nsn a� t t�1al¢ so al uotl�alls Asia ea} le a s uat11 u oM lot nl }eos oP aM �sd aoua6lDp } ° su0stul°d 6u1t nsls osd � ue - u adapu'• a °u ^a\a a>al a �Saa¢ 09° !¢o1P1 •sasnt? t .�pth ue �� sd }P s uoue paRaN 151 caul ul P Ua silo 0 uh� lg t ��a�o \�od8ultsy � A pe'�a 6 ua� ,1 a °� sa0do�¢ su °�ap� ana rt os6'} 6upo8 tn ol� baP 6u1 uu¢td sit °� s saul° Mk ti la a'1 s o1 o a ua6 a% a a palu a gtsos ¢sl n s uau on o sdd � oS• a suori ^a \a p su°n¢ aM s n �S aul u° � d itvn aM arn's �aNns t�j tsuda old Ue l °u sgaP a� ga ° uelo� a at dw¢s % o1 ldW a ad i s de a,aP' s aP 011 aseo }o �sd►^ } sp a sWt aonP° s 1P nsl a1e s dodt �a ax f�Ue °u � Ri \� � �ss a a 1 a+ se aus°o 41 el 90.1.14V.. �¢ d ` a t • uo a era s s auk au ¢s uss d Ulu. 59^ a t\1 s R1 osd mo u1 os Fitsfl a eouiS ld, 6u1�1e a e°°9 5319 0 }o sel5er�o1 „poi 10 Pa d , ul 1e1 0 u¢ 0041 to j° 'eV 500°1 veo e �utRaN ud s uoD u se \e sddaauR ,o} ju1Pd sa �� as ns¢ sapl^ 0.- 611 2 t ;;;14 1 ,17 0 0 - ► o aM u u a3 s a� c pass f s000 bup°S" 1 u1od 6 u y�¢us l no to ye- jar ' a1 ¢ sa�1s Q P ° sn uotsua u a a u° a...- as of 1 ol d a'e Meg io f° l ¢S on ° U � d 8 u11 d 6 S s 'a pa iyeid uo q ¢o pala\ duod u o Rq doe; 56u so 1 aye a audp u aq e � ° U 11ena1 ous ssnolu e ¢ot `Vd o1 ` ayl sg sP�od 'eu1 eonp° totele to kg,) ay1 u d 204° 1242 sf � 3W uM dos t sod y1 t pla� aV1 } 5o 2 s P ee d 6uua� 6utt ' t� ale e 1 dsal 1.101‘ N atl° sd ap qW 1 o s o j °b fie. ¢ ¢ asn �¢� alias sutds on Nele u1 ° a u 6uo } r old. �Q u Qdo 8 6 Wu 1 � yo s an11¢ 01 \anal l'e 1 lees xa ft5lel.e u o s,no s 10' 1 Pa au1 a 01 lu e sd d a� 01 $ ut a 0 % 01 t�l aN, sa p t no s pa an MO 6ui�ls l¢1 t a , lu \ S tfl Os odd o u• o s dot Fluo pas4o a1 6 MO' sasnl d 1 sod o . ° \d q ¢ '0 e a as6aP w^ ,¢t�usl t d Q S uott¢ ^a a ct' S us Hu uo4 °" ¢ yole5 aB olo A d 1¢ a suo\l¢ s t `s s ssa 4usrN Ya4t a e il V*9 vF • °/"3 n sn ou eS pue 1 p�o�ls a ,e ¢ Pa e o d y •.�,, pi al -ad spj 0oa , s pu e � eleu el is. 0 des‘ ase e1e,l ou s +. . re sP o a11s a } ° uoA . of 1 0 e si1 s a11s ayl }° kVA lP1 s a a d a 9 • \ a Q�AS ¢ itr ,¢ snots WOO �d � �' Ord s o . s a " 6 aM y1 u 1e1 n o udpe^ s Uoe aol deopod sd 11 W` ar ^ u 1saP a essIsnl adfq >+� uo P P ie 5 ¢ ay1 u od S W 94 , •.t u tO po sodoes P° bu ts o po'1 %poS. ai pe se` : •s 6uttd`s� i � s Pa of S sap ap1� Plato 1 U1�pY` *One w gd�J a� n In e t st�i1 Pis s`s a ul u ai b¢l5e col lulo s sa l dut u. ¢ but o1 �udA Wa au1 }d ate os} sast+ee lot daP eyl 6u1td ,y{,oM a Ptattpsa .piayna\9�oad�ol°1aaW a1eu ��S •s 8¢1}p e) 6uPsl us gels p¢�`¢ 1 .•,�� •t' a4l� Moy p `u d� tp a+15. •spd e�WOu 5utldw $ X0'1 sa,ril �unse 2 steal u\ P 'RA , a1 Asa a�1e1s aM y N1od 6t3 l,od x` 11 \ ar^ uldd a,aM suo (,q i �1slP 0 } Mdys aqM P _.�.s vdda> a1 c c lo d a \ a� , s a W"� Su�l dus e o .Aa a ed s�u!°d 6° e ► s ad�1 a+1.1. ops does ,Aeo 11 jt ro 1w` r, �g al •, ' U,eS y° g , sa,n gas lut- �slld ¢ . ,rg1 8, �, a7 m1e ®3 .,,O,l aM Qna \a a�"s• S„" gau11�'" field 1 � ° " 1N s s a�U tiWli °r". r 1ys u°R Vn '19 aW OP, s ayi u lea} 6ut}d�ao ¢s `d• od o 1 S � o udN' duyes d all s1U1od a W uaa,us tnq e M 75 ut°d do 1Q°o'1 uu� 6u1 •y ,r platl a ° dal -0 al¢ ui . 91 } a d toW 511 l51 yO<„• , a,e 5 S� ¢ 1 y 6\s oq'� o1 ' saP 1' ad las Pu 2Ue aM uu1 !g u, a44�lsa p P, 0 0 o1 y"sdas dl00 coo T' a+i1 � ut1 � °19°1\ 3 rd: s d a, am Pap• t soo' aM ou oP pue � �uo soil den ud � �odol ai s � a6,¢t � as eat ^aP �yal¢s al9os ASa1 y 59e,Pe nb ho d ¢ la d' �eusti Z a g apin 0-' d albs au1 Moo a Uana 0 ylW`o d� a1 meta y6n o4 le n ° pa snap � u1 s�' aM a O j0 S oh - ,yW d s6 Moi a e stu so lua1C� 5 da P pa tau, o P� asn 6u1s l' nd 04 o sPt� ne o,d lu l P1^ asuolleoollu'd f.1 are ape. f�1l�t o� 01 ,nee Pa of p � u an�u,alle anti �ld1n e1 nq ud use sl aye' . 60 1111 _..,.,t � _o n e as _... Y,f ti ra ACCESS TO SAMPLING LOCATIONS We perform all borings at marked location stakes unless they are offset because of slopes, ditches, overhead power or other obstructions. Where we must offset from the stake, we indicate the offset distance•and relative direction on the field boring record. The final Soil Test Boring Record and the attached "Boring Location Plan ". in the. Appendix indicates all offsets. (1) ATV A cess Over Siopipo Ground - Ali- terrain- mounted drilling and sampling equipment allows movement to the sampling points over sloping ground. This requires careful alignment and positioning of the rig on the face of the slope during both ascent and descent, The crew moves only over a marked access route to each staked boring Location. They attempt to move only on firm ground and they avoid rutting or disturbing the surface as much as possible. We do not attempt to repair any ruts or other disturbance unless required by our contract (2) Access Restricted by Stacked Constr jign Materiels S &ME makes no attempt to .pick up or move construction materials obstructing access to the borings. In these cases we offset the borings from the stakes to provide safe clearance between the drilling equipment and the material. ( Access Restricted by Soft. Marshy Ground - Truck - mounted drilling and sampling equipment can usually only access soft, marshy sites on existing roads or paths - dirt, gravel, pavement. Where they need to move on natural ground, the crew will move only over marked routes to the staked boring locations. They will attempt to move only on firm ground and will limit rutting or disturbance of the ground surface as much as they can. S &ME's field crew also will avoid cutting or taking apart any fences to reach any of the staked borings, except where the landowner specifically grants permission. (4) Access Restricted by Locked Gates or Fences — Where access to sampling points is prevented by gates or fences, we defer performing these borings until the end of field work. In the meantime we attempt to obtain access through the land owner. S &ME will make no attempt to cut locks or disassemble any fencing to access boring locations. (5) Access Restricted by Parked Vehicles — Where parked cars or trucks restrict our access to sampling points, we defer performing these borings until the parking Locations are empty. At that time we place a traffic cone in the vacated spot until the boring can be performed. Where this can not be done. we offset the boring to the closest feasible location that does not block traffic. (6) Access Restricted by Overhead Utilities - Access to one or more of the sampling points may be restricted by dose clearances to energized utilities. In this case we make no attempt to perform the boring at the staked Iocation. We offset the boring a sufficient distance to provide a minimum clearance or we abandon the boring. (7) Access Along Highways — Where a sampling point Ges close to heavy traffic, we perform lane or shoulder closures using the signage layout shown in state department of transportation work zone safety guidelines. Closures may be either two -lane or four -lane. and may include flagmen or police. We may need to shift traffic to opposing lanes or establish one -way traffic during the lane closure period. Public notice of all work is made to the media before any operation which requires shifting lanes. Supplemental traffic control, including fingers, barriers and flashing signs are also required. (8) Use of Temporary Work Barriers Reauired — We may place traffic cones, stanchions and rope, tape, or wooden barricades when drilling in public areas. This Is to prevent people from approaching the rig. We then remove these barriers when the rig is moved. . (9) Access by ATV, Vegetation Pushed Over - Where the site is lightly to moderately covered with small brush or saplings, flagged sampling points may be accessed by either a truck- mounted or all - terrain tractor mounted drill rig by pushing over underbrush or saplings as required. It is understood in our contract that no attempt will be made to restore the access route to its original condition. To the extent possible, the crew avoids pushing over man-made plantings such as crops, ornamental shrubs or fruit trees. (10) Heavy Vegetation, Dozer Clearing- A crawler - mounted bulldozer is often needed to get to staked boring locations in heavy woods. The dozer follows flags or other marks that our personnel place along the access route. The operator attempts to clear small brush and saplings to the minimum extent possible to allow passage of the equipment. We do not attempt to topple or fell large trees or snags, nor do we attempt to strip or grub the surface. Felled vegetation is pushed to the side of the path to allow equipment to pass but is not stacked or burned. Unless specifically stated as part of our contract, no attempt is made to restore the route to its original condition. FIELD SAMPLING AND TESTING OF EARTH MATERIALS In general, soil test borings, cone penetration or dilatometer soundings, or other sampling methods were advanced at the marked locations by methods as described more fully below. All borings or soundings were advanced approximately at their assigned locations and to their assigned depths in the exploration plan, subject to the limitations in staking described above. except as specifically described in the text summary. Numbering of Borings and Soundings Soil test borings are usually denoted "B-" on the boring location plan except as specifically described in the report text. CPT soundings are denoted "C- ". Marchetti dilatometer soundings "D- ", hand auger borings "HA- ", and machine excavated test pits or trenches "TP= . Temporary or permanent piezometers are.denoted "P-" Drilling and Direct Push Sounding Procedures Procedures used to perform soil test borings, hand auger borings, test pits, CPT soundings, or other sampling are summarized on the attached pages. The report text explains necessary exceptions to standard procedures. Field Records The chief driller prepares field test boring records or sounding records recording subsurface conditions encountered during field work. Field records contain information about the drilling or push method, samples attempted and sample recovery, presence of coarse gravel, cobbles, etc, and indications of materials encountered between sample intervals. Field records are retained at our office. Preservation and Handling of Recovered Samples Handling of recovered samples is in general accordance with one or more of the procedures described by ASTM D 4220, section 4. or ASTM D 5079, section 7.5.1, as described below. Carbon copies of field boring records accompanied the samples. Recovered samples not expended in laboratory tests are commonly retained in our laboratory for 60 days following completion of drilling. S &ME METHODS FOR AUGERING OR DRILLING The Soil Test Boring Records enclosed with this report indicate methods used to advance the borings. Measurement of Topsoil Layers The thickness of the organic topsoil layers, including humus and underlying stained soils, was measured by taping at shovel cuts made near each boring or sounding. Surface Goring of Concrete Pavement for Thickness Measurement or Boring Access Coring of concrete slabs or concrete pavement is performed in general accordance with ASTM C 42, "Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete." Samples were obtained for measuring approximate thickness only. Moisture conditioning and end surface preparation of recovered cores described in Section 7 of ASTM C 42 was not performed. Surface Coring of Asphalt Pavement for Thickness Measurement or Boring Access Asphalt pavement layers are sampled using diamond coring in general accordance with ASTM D 979, "Standard Practice for Sampling Bituminous Paving Mixtures." Coring is performed to allow penetration of the pavement layers by soil drilling equipment, so random sampling and averaging of data points, described in paragraph 5.2.8 of the Practice, Is not performed. Auger Borings Auger borings are advanced mechanically by a drill rig using a flight auger or hollow stem auger in general accordance. with ASTM D 1452, "Standard Practice for So!! Investigation and Sampling by Auger Borings ". The soils encountered are identified by examining the cuttings brought to the surface. Soil consistency is qualitatively estimated by the relative difficulty advancing the augers. Soil Test Boring with Flight Auger Borings were made by mechanically twisting a continuous steel flight auger into the soil. The auger consists of a flighted solid drive tube having hex couplings at each end. The drive head consists of either 'a steel clay split or spade bit, or a carbide finger bit with tungsten carbide teeth. Continuous flight augering is limited to stiff cohesive soils that are able to stand unsupported for the full Length of the boring. Use of split barrel samplers requires withdrawal of the .drill string from the boring and insertion of a separate sampling string. Grab samples can also be recovered by "dead stick withdrawal" in which the loaded augers are withdrawn from the boring without rotation. Soil Test Boring with Hollow -Stem Auger The hollow stem auger consists of a hollow cutting head for cutting soil, mounted on the terminal section of the lead auger. Following auger sections consist of hollow tube with continuous helical flights on the outside to lift cuttings to the surface. inside diameter of the hollow stem ranges from 2-1/4 inches to 8 -518 inches and outside diameters of the auger flights range from 5 to 18 inches. Use of hollow stem augers to obtain soil samples for engineering purposes is described by ASTM D 6151- 97(2000), "Standard Practice for Using Hollow-Stem Augers for Geotechnical Exploration and Sod Sampling.° Hollow stem augering allows drilling and casing the boring simultaneously. Sampling or penetration testing is conducted through the hollow auger column below the lead auger assembly. Heaving, blow -!n or sanding -in, sand lock or wedging of cuttings into the lead auger assembly may occur in cohesionless soils. Water or drilling fluid added to the auger column to provide hydrostatic balance and limit entry of sands, or use of special pilot bit assemblies, are noted on the Reid boring logs, Soil Teat Boring with Rotary Wash A rotary drill rig has three functions: rotating the drill string, hoisting the drill string, and circulating the drilling fluid. A bit is rotated against the formation while mud is pumped down the drill pipe, through ports In the bit, and back to the ground surface through the well bore hole. Rotary drilling is sometimes called mud rotary drilling. The drilling apparatus consists of a rotating keliy with hollow drill rod and either a rotary roller bit drag type bit with either a side discharge or bottom discharge orifice for the drilling fluid. Drill pipes or rods are joined to a bit to form the drill string. A separate sampling string consists of either split spoon samplers or Shelby tube samplers mounted on NX drill rod. Hole diameter is typically restricted to the minimum necessary for passage of the sampling device. A heavy drilling fluid is circulated in the boreholes to stabilize the sides and flush the cuttings. Drilling fluid may consist of either water without additives or water with heavy bentonite slurry added to raise the specific gravity of the circulating fluid. Synthetic polymer drilling fluids such as Revert also may be used. The type of drilling fluid used and the portion(s) of each boring mudded are indicated on the boring records. A short length of drill casing is installed to stabilize the upper few feet of the boring near the ground surface. A mud pump of suitable capacity is used to push the drilling fluid through drill rod and up to the surface. Drilling fluid is recirculated through a mud tub with baffles to allow separation of the drilling cuttings from the fluid. The mud tub also serves as an initial reservoir for mixing of the drilling fluid. Field boring records indicate size and type of drilling bit, type of drilling fluid used, and note any toss or increase in the volume of the circulating fluid during drilling. At selected intervals, circulation of the mud is tumed off, the drill string withdrawn from the hole, and the sampling string inserted into the open boring to obtain samples and perform penetration testing. Hand Auger Borings Borings are advanced by hand augering and the soils encountered identified by cuttings brought to the surface. Representative samples of the cuttings are placed in glass jars and transported to the laboratory. Soli consistency is estimated by the relative difficulty of advancing the augers. Backhoe Test Pits Test pits excavated with a backhoe or excavator provide a view of a relatively large section of the strata. During excavation. the bottom of the pit Is kept relatively horizontal so that each lift represents a uniform horizon, Excavated material brought up is placed In separate stacks or plies adjacent to the pit to allow segregation of the material by depth. The excavated bucket is used to clean or chip a vertical band along the side of the pit to allow inspection and identification of the soil or rock layers. A field engineer is present to examine the soil strata exposed in each pit, estimate the relative ease of excavation, the amount of subsurface water entering the pits, and the maximum depth the pits could be excavated. However, field staff do not enter the pit to inspect the sides after the pits were extended further than five feet below the surface. S &ME of `"- Pa g e e gt sol 6u " —st t oll D e us , au n 9 6 p pasts �s OA 43/1/4 e s,e t� a� Lsai �o►i Wa0 e l aS sNa'oa osf f +ta ei4 sit IAp °ae of L old ¢ ft n sesHe^ 2 aso a uo but • uo11 Ow OP eV 004310,- novel •AOS 1 a 4 a u ap Qi dt�sa ¢ p S aui f° b Q Wl { u pa,►unia� `s dosp a s s► WV— Atlas s 1 oAepun �°s u °¢ shot � P ,yo Ra 4 po, flo sawi a4 O a d s6 • sal put Rlsad NaWt u,use o Lw aso �sM a►u�` � P �°, PMO aui 1 oy es st ua'�` ,ygu f aura p u ei attl W F60t� 11 °S 040 ; 5 8 P a►dw O yu � u¢L ift �iW^ y ss P 5 fo eGO Sap s, �a� � Hs u awl uy s" ue �pe o1 .papad � s ¢ �dtA a sue �yewoi °d � ed of Mg o � 4 N ot ttos satdu,e a a fo Lw6, , - W s oA¢ agy�s°P mod 90 se p uuo6 ¢lo, e sl 1000 u1¢W dW¢s a`r q st0. , a�¢L?st ayi p a, aui 9 000 0 0 W dy 00 Z se mot �yls \y�¢nb anal of �auNs u nn� xo ltf� Moto ul uo as b ead *I/ us OZ guN1 o►+a ysar. e els awf awf ' ! anP par 1r • • of 6ut P �ayl ' u t 8n° j1e,1 plppe g awp • nW` at d u , ¢s of All oDltep` g us °4 Ne P� ou1 .0E ¢ w u o ddns �, i ¢ nb pea aQt f° y aui P`a' 1a� +1tpa►p xo wD eso o we fa11W ' ol5g aate n N �u DUt ,po P 6ui ° 1 aP`•n u? � W a � c 04 atli 0leas a E L do .�al a Fiut� ou ss 1 tem pi 41L Peawle to ,aurss � uo g`3►r+u 9/111°A°. y 5ado �� ma. • t es la uab of � ai ° � , ast4� Q aria u� t¢l�d ai • e o 1U1 0 d t� � wo p � l 63 • siv ql a d aw i ualst Oy u1 syosta Fa a sn OP' to �R4 p� of pas►n�� saN,11x, 0 po 40 lyt goal so¢M 6u tope. ue ywi dns °l s ¢uo1 00001— o 4 paps o j84uan L aUi ode ¢ atll sZyataus ri ad * eu IA 0L p O XaPu a ON44 sy s asoisos\ o14 . Q ► R \C�d a o s►ai, ¢�5 ] S 6 st a Pu ¢nb eu�p awb os a` f d s ic kix aPyo o f pa cgs ¢ P ad o xaus` sash 1¢5 pail o q xae ` 14an o 6uans tl o se p n►sP us w� 000d-0+6 s�st �ddosP awi Enos s awi sue o LsO anucso e 5 �'W4 u slt L a, i t a � ¢ a1 a ° „sued au uo9 eu ��Q p aia�81uo4t��a ,u1e 6u�ue u anuP u stu,es S1 p d f L d ua p a wPu W orieua P u ¢ a7 euy} u nu awl 1 ts u°1►1 ¢0s L� ►y set3 ,ua ,�unoo u ° o 4 � �� ya 0 � f° s au � x+ 05 f ° u Lua 5 6 u . F perso ¢ f ¢s►a l+ouei¢► t► �s¢4 e y'SL S a Sday sPs��yuo4 �e, suft,yyp as �►'� $ Z' Luas L n 5 awl f0 to • l owP 6 }� t� soon- 14 r+l ietas uoy aw l Pa • ooy s \e� g '� 1 soap pa 5 u1¢Ls s uogoa s ua�l Tr k as n4et ¢ st a u¢Ls1 aQi sotto, pp y sl �+� ad Pia xeia a w xis 1 4 Dul s Pal opdt 0o MOO P� l �l t�P' s sI f° ux sanl U o,6ot �nba,0353 al s feu d s►t° a ti � bus¢s W s ����P 0a�s�p,¢Pu LS a,ow , s oul __ t r. ado►a oho u at �yaxxo� ye4 sal as v+� 31 : Lxai>j 0 �q pas„ �e�,aW� o1d psepu¢L5 ol OVA ° s 5 uu ° q fi spu a du sO � y, xau totlof s¢ a, �w ste� a ¢� S sores p� s° t o p� L'e� t ...000 ; ante , ePu e }? bu0 ue }S touasu0 •{ uce as„aC1 i i .0 � 014 a d o> s uoo al du,os 001 ai slssauie1asen �auil°•� awl uo4 ayLU P ya�li PPP awl ,aiva si it ue �uauyuo u a p p , 's nap uOaG a s,o� 'A��a 6� of p sis awi of su s,a � P �1d Deus ss o p jePu as of uo nNslsai ,0 Ko►9! uo� nos , 0 Mod �a�ty �, ,,,,saw uno� Mo19�uls asuaCt WI\ �ue� o► • . ails as . ,ald,oes 1¢y a 0a� ° 8 p13 `: lsa w°� U¢ ut a. 10 @5n t e ss alun' a si L e f atd u,n , �u 6 a � e a f e9P ap1sW u,us� .fa Z •� a'y S g awf. su tA� s01d' � e1yen a►4 oya awi OW ,1#)42s y 0 aso f° astl Pet W. u sl¢ a �u a4iV uodn >n ug►as ue ao� ayt �� w s� L yuyia duyas ,¢4 a4 s� 09 uo P as �yi a5 o4awi � ou lnq ',a1d u 9p otsatato 8 wi F sous gg5i dg .aw ��byy1 apys 6u \A1 uo pprA a, >¢ s pf pa p sl OL P� �apais Pei suot5o awl •ut p • •• 0y M i oo1 uo pa `a p 41 o O wde sof :.5 ad ` ¢w sof a spyaoa Bu.4 ult Wet ��� vo S e,i , e N ssyopey�id 4 w+t1► SO / gay aW► LOOP a ei ay¢ n9 a 0-ss4 n sat 040 .31zsP L s6 $ 'tea, t'u a a6u OI iIS 9-SS v,ae ,S wautb j a i "a 1saJ. pools, S tto ,gd as wyuk° G l 1¢a� so} P°'p u, pa"o a aM O sl � 4 e° � uoti¢,la ab .13 6ut1 lays9 311d d cwt ut 6ulslsai 1.011 4 5 U!sLSai tlos 101 S 1 .•. adONd tit Et>itftillt filed ixv, "W' MEASUREMENT OF STATIC WATER. LEVELS Water level readings are made in the open borehoies immediately after completing drilling and withdrawal of the tools. Where feasible, measurements are repeated after an elapsed period of 24 hours to gauge the stabilized water level. Procedures for measurement of liquid levels in open boretioles are described in ASTM D 4750, "Standard Test Method for Determining Subsurface Liquid Levels in a Borehole or Monitoring Well (Observation Weil)." We note that ground water levels are influenced by precipitation, long term climatic variations, and nearby construction. Ground water measurements made a different times than our exploration may indicate ground water levels substantially different than indicated on the boring records In the Appendix. Weighted Tape Method A weighted measuring tape is slowiy lowered into each borehole until the liquid surface is penetrated by the weighted end. The reading on the tape is recorded at a reference point on the surface and compared to the reading at the demarcation of the wetted and unwetted portions of the tape. The difference between the two readings is recorded as the depth of the liquid surface below the reference point. Measurements made by this method are then repeated until approximately consistent values are obtained. Calibrated Electric Cable Method A calibrated cable with electrical wire encased, equipped with a weighted sensing tip at one end and an electric meter at the other, is stowly lowered into each borehole until the liquid surface is penetrated by the weighted end. Contact with the water closes an electric circuit and is recorded by the meter. The depth reading on the cable is then recorded relative to a reference point on the surface. Measurements made by this method are then repeated until approximately consistent values are obtained. Time of Boring Reading The level of free water standing In the boring is noted immediately following completion of each boring, except where the boring is performed using rotary mud drilling and the presence of the drilling mud in the open boring precludes determining a free water level. Where the water table is believed to be shallow we may attempt to drill a shallow parallel open boring Immediately adjacent to allow us to measure the free water level. 24 -Hour Reading Ground water in low permeability soils may require many hours to seep into the open borings. Where feasible, measurements are repeated after an elapsed period of at feast 24 hours to gauge the stabilized water Level. Notes on the boring records will indicate the actual elapsed lime between completion of drilling and final recording of ground- water level. Both time of boring and 24 -hour readings are indicated on the boring records where these readings are available. Caving/Collapse of Boring Collapse of the boring or caving of the sides and filling of the bottom of the boring may occur during the period subsequent to completion of the boring. While it is common for caving or collapse to occur within two or three feet of the static water level, accumulation of water on top of the collapsed material could result where infiltration from the surface occurs. In this case a misleading level could result. When obtaining water levels in a boring we attempt to measure the full depth of the boring to provide an indication as to whether caving or collapse may have occurred and a notation I made on the boring record. LossiGain of Drilling Fluid Boring Records will indicate depths at which changes in volume of drilling fluid returning to the surface are noted. This implies that some fluid pumped down the drill pipe Is entering the soil. or that fluid' is entering the boring under pressure from the soil. Flow can occur through open- graded sand or gravel or open joints in rock, or could indicate open voids in the soli, Fluid loss can also occur when cuttings are not washed out and the borehole annulus becomes restricted, resulting In increased down -hole pressure. Installation of Temporary PVC Casing (Observation Well) Water level readings taken during boring operations do not provide information on long term fluctuations of the water table. In several of the borings, a temporary observation well was constructed: by inserting PVC casing to the indicated depth. A slotted PVC well screen is attached to the bottom of the PVC pipe to allow subsurface water to enter the well. Soil CPT Methods is mounded around the observation wells at the ground surface to prevent surface runoff from entering the borehotes. CPT penetration pore pressures include the in -situ equilibrium pore pressure, controlled by the local ground water regime, and the excess pore pressure. generated by insertion of the probe. In clays and silts, penetration is essentially undrained and recorded pore pressures significantly exceed in -situ equilibrium pore pressures. In sands and gravels, penetration is essentially drained and recorded pore pressures are essentially equal to the in -situ equilibrium pore pressure. The piezometric surface, defined as the point of zero equilibrium pore pressure, was obtained by plotting in -situ equilibrium pore pressure vs. depth using only pore pressure data from sand or gravel soils. Where possible, derived piezometric surface was verified by tape measurement through the sounding opening after removal of the CPT rod and before collapse of the soils. Free Water Surface vs. Plezometric Surface The ground -water characteristics of a soil profile consisting of alternating beds of pervious and relatively impervious soils is difficult to define by a single set of borings or wells. Borings or wells extending through relatively impervious soils into an aquifer may Indicate a piezometric surface which can exist well above the top of the saturated, fully confined aquifer. In this case the measured water level in the boring or well indicates the piezometric surface — an imaginary surface that everywhere coincides with the static water level In an aquifer — not necessarily the free water surface in the surrounding soils. Borings or wells may also reflect the presence of unconfined ground water separated from an underlying body of ground water by an unsaturated zone, A perched water table may exist over a limited area at an elevation above the normal free water elevation by an intervening impervious zone. Perched water from shallow depth entering the boring from the surface may accumulate at depth. Water entering the boring from multiple aquifers may provide a reading at some level independent of the static water level in any one layer. S &ME A$ Yy TERMINATION OF DRILLING AND SAMPLING The boring records indicate the circumstances under which drilling or excavation was terminated. Borings or test pits advanced to their assigned depths and intentionally terminated are indicated as such on the boring or test pit records. Boreholes or test pits may also be prematurely terminated due to encountering dense strata or other obstructions which prevent further advance. Refusal to Augers The term "refusal" in the context of this report refers to the inability of the drill rig employed on the project to further advance the boring with the type of soil auger and bit In use Practical refusal of the tools may take the form of binding or seizing of the bit "walking off' of the drill string, or liftoff of the rig itself when the operator attempts to crowd the keily. The term refusal is not used to describe zero penetration of the split spoon sampler in 50 blows. in natural soils, refusal to the soil drilling methods used at a particular site may result from encountering hard cemented soil, soft weathered rock, coarse gravel, cobbles or boulders, thin rock seams, or the upper surface of sound continuous rock. In fill zones, refusal may also occur from encountering buried debris or objects within the fill mass. The composition and density of materials below the refusal levet of the borings can not be reliably estimated based on the boring data. Core drilling would be required to determine the character and continuity, strength, compressibility and bearing capacity of materials below refusal of the soil auger In natural soils. Exploration of debris Iaden fill would require use of machine excavated test pits at refusal locations. Additional Probe Borings Performed at Refusal Locations Where refusal is encountered at shallow depth (typically less than 15 feet) in a site with deep cuts anticipated, one or more additional auger borings may be performed at locations offset 10 to 20 feet from the original location. The purpose of these offset borings would be to attempt to gauge whether initial refusal occurred on a boulder or lens. Where offset borings are performed, the strategy used to further define the profile of the obstruction(s) is discussed in the report text. Offset borings are designated with the original boring number with the suffix "A" , "B ", or "C" added as appropriate. Refusal to Augers in Fill Soils Where fills are present, refusal to drilling may result from encountering buried debris, building materials, or objects. Where the operator judges the material to consist predominantly of rocicfif or other debris, borings may also be discontinued to avoid twisting -off of the drill string. In each case, backhoe test pits would be required to expose and identify buried materials below refusal levels in filled areas. Test Pit Refusal to Machine Excavation Refusal to the excavator used at the test pits may have resulted from encountering hard cemented soil, soft weathered rock, coarse gravel, cobbles or boulders, thin rock seams, or the upper surface of sound continuous rock. Since a test pit represents a confined excavation, refusal to digging will vary depending on the size of the bucket. Core drilling is required to determine the character and continuity of materials below refusal of the excavator. METHODS FOR CLOSING AND PROTECTION OF BOREHOLES Depending on the level of protection required at the surface; different procedures for abandoning the borings may be used. State regulations may also mandate certain procedures under some circumstances. The report text will indicate which procedure was used to abandon the soil borings. Boreholes Closed Immediately with Auger Cuttings Boreholes in areas subject to foot traffic or farm animals are dosed immediately after drilling. Boreholes are tiled by stowty pouring auger cuttings into the open hole such that minimal "bridging" of the material occurs in the hole. Backfiil in the upper two feet of each hole is tamped as heavily as possible with a shovel handle or other hand held equipment, and the backfill crowned to direct rainfall away on the surface. Where boreholes exceeds five feet in depth, a plastic hole plug is firmly tamped into place within the backfitl at a depth of about two feet. Borehotes Barricaded and Subsequently Filled with Cuttings Boreholes in areas subject to foot traffic or farm animals are barricaded immediately after drilling using inverted traffic cones. After completing 24 -hour water measurements, boreholes are filled by slowly pouring auger cuttings into the open hole such that minimal "bridging" of the material occurs in the hole. Backfili in the upper two feet of each hole is tamped as heavily as possible with a shovel handle or other hand held equipment, and the backfill crowned to direct rainfall away on the surface. Where boreholes exceed five feet in depth, a plastic hole plug is firmly tamped into place within the backfill at a depth of about two feet. Borehole Closure with Grout Borehotes are barricaded Immediately after drilling using inverted traffic cones. After completing 24-hour water measurements, boreholes are filled using forced injection or tremie methods by a cement - bentonite or a neat cement grout up to the ground surface. Closure of Test Pits and Trenches After completion of excavation, test pits are backfilled with the spoil material; however, since the pits are narrow, deep excavations, very limited compactive effort can be applied to the backfill. Backfill is bucket - tamped during placement and surface rolled. The backfiii is heaped up slightly above the level of the ground surface to reduce the possibility of future formation of a depression in the ground surface after the spoil has consolidated. Patching of Asphalt Surfaces Where specified in our scope fo work, penetrations of asphalt surfaces made during the drilling process are patched using compacted asphalt cold patch material. Cold patch asphalt is placed to provide a surface flush with existing pavement adjacent to the boring. Cold patch asphalt is compacted by tamping it into the boring with a shovel handle or similar hand held equipment. Patching of Concrete Surfaces Where specified in our scope of work, penetrations or cores through concrete surfaces in areas subject to foot traffic are patched using a high strength, quick setting concrete grout. Grout is placed to provide a surface flush with existing pavement adjacent to the boring. The borehole location is barricaded to prevent traffic in the area of the patch for a minimum of 4 hours. S&ME SE I r PRESERVATION AND HANDLING OF SOIL SAMPLES Procedures for preserving soil samples obtained in the field and transportation of samples to the laboratory .generally follow those given in ASTM D 4220, "Standard Practice for Preserving and Transporting Soil Samples" for one of four groups of samples described in section 4. Sample groups are designated A through D, each group .representing progressively greater effort to control the integrity and moisture content of the sample. Solt Samples without Moisture Control — ASTM Group A Group A samples are those samples not suspected of being contaminated and for which only a general visual description will be performed. These samples include bulk or stockpile samples transported in open containers, or Jar or bag samples that are not sealed. No attempt is made to maintain samples at the field moisture content value. Representative samples of the cuttings or split spoon samples, or representative bulk samples, are placed in suitably identified, non - sealed containers and transported to the laboratory. Sample identification numbers on the containers correspond to sample numbers recorded on field boring records or test pit records. Solt Samples with Control of Field Moisture — ASTM Group 8 Group 8 samples are those samples not suspected of being contaminated and for which only water content and classification, Proctor, relative density, or profile logging will be performed. Group 8 samples also include portions of bulk samples intended to be remolded in the laboratory for compaction, swell pressure, percent swell, consolidation, permeability, GBR, or shear testing, which are segregated from the sample to- preserve natural water content. Representative samples of the cuttings or split spoon samples. or representative bulk samples, are placed in suitably identified, sealed glass jars or plastic containers and transported to the laboratory. Sample identification numbers on the containers .correspond to sample numbers recorded on field boring records or test pit records. Thin - wailed tube samples are sealed at the ends with paraffin and capped with plastic end caps. Intact Soil Samples — ASTM Group C Group C samples are intact, naturally formed or field fabricated, samples for density determination, swell pressure. percent swell, permeability testing or shear testing with or without stress - strain plots or volume change measurement, Including dynamic and cyclic testing. These samples must be obtained and handled in ways that will preserve the natural soil fabric and stratification with little disturbance. Representative thin walled tube samples must be protected against vibration or shock, or extreme heat or cold, during transport to the laboratory. Sample identification numbers on the containers correspond to sample numbers recorded on field boring records or test pit records. Thin - walled .tube samples are seated at the ends with paraffin and capped with plastic end caps. Samples are transported in the upright position in containers providing complete encasement in cushioning or insulation for individual samples. Sensitive Soil Samples — ASTM Group D Group D samples are intact, naturally formed or field fabricated, samples of high sensitivity or fragility which will be subjected to density determination, swell pressure, percent swell, permeability testing or shear testing with or without stress - strain plots or volume change measurement, including dynamic and cyclic testing. Representative thin - wailed tube samples are protected against vibration or shock, or extreme heat or cold. during transport to the laboratory in specially loaded metal or wood reusable containers. Sample identification numbers on the containers correspond to sample numbers recorded on field boring records or test pit records. Thin - walled tube samples are sealed at the ends with paraffin and capped with plastic end caps. Sampless are transported in the same position as the sampling orientation In sufficient packing material to provide complete encasement and cushioning or insulation for individual samples. Transport of the samples is supervised by a qualified person at all times. SAMPLE IDENTIFICATION NUMBER All samples are assigned •a laboratory identification number upon arrival. In most cases the laboratory identification number corresponds to the boring and sample numbers assigned in the field and shown on field boring records. A list is prepared which matches the laboratory tests to the field or laboratory identification numbers. When requesting laboratory testing, both the field identification number and the laboratory identification number (if different) are used on the request form. SAMPLE STORAGE Ali soil samples that are Group 8 or higher are transported and stored to maintain moisture content as close as possible to natural conditions. Samples are not placed in direct sunlight. Undisturbed soil samples are stored in an upright position with the top side of the sample up. As storage time increases, moisture will migrate within a tube or condense within a sample jar. Potential for disturbance and moisture migration increases with time. Excessive storage time can lead to sample disturbance that will affect strength and compressibility properties. Additionally, stress relaxation, temperature changes over time also affect sample performance. Ail samples are discarded after 60 days or are returned to the client. Where tests are carried out on samples more than 30 days old, a notation is made on the test report. Long term storage may result in excessive adhesion of the soil to the Shelby tube. Resistance to extrusion may cause internal failures to occur in some soils during extrusion. Often these failures cannot be seen by the naked eye. If these samples are tested as "undisturbed" specimens, the results may be misleading. Where "old" Shelby tube samples are proposed for strength tests, S&ME may recommend x-ray radiography (ASTM D 4452) or oedometer tests assess the sample condition prior to using the strength test data. Extrusion and Trimming of Groups B or C Samples Undisturbed samples are stored in the vertical position in the laboratory. Samples are extruded from the thin - walled sampler, using a specially constructed extruder, in the same direction of travel as the sample entered the tube during sampling. In certain cases it may be necessary to cut the tube into short sections to facilitate removal of the soil without compressing or disturbing the sample. Specimens are trimmed using a wire saw or steel straightedge. Where removal of pebbles or crumbling resulting from trimming causes voids on the surface of the specimens selected for quantitative Laboratory testing, they are filled with remolded soil obtained from the trimmed portion of the sample. S &ME MAJOR DIV STONS (1) (2) (31 UCS (4) DESCRIPTION (5) VISUAL APPEARANCE (6) Coarse Grained Soils > 50% of Material re ed by #2 by #l00 Sieve Gravel and Gravelly Solis >50% of Coarse Fraction Retained by #4 Sieve Clean Gravels <10% fines <15% Sand Well- Graded Gravel Wide range in gravel sizes with substantial amounts of intermediate sizes GW >15% Sand Well- Graded Gravel with Sand GP <15% Sand Poorly Graded Gravel Predominately one size or range of sizes with some intermediate sizes missing >15% Sand Poorly Graded Gravel with Sand Gravel with Fines GM > ML/ MK Fines Silty Gravel Nbnpiastic or low plasticity fines GC >15% CL !CH Fines Clayey Gravel Plastic fines Sands and Sandy Solis o >50% of Coarse Fraction Passes #4 Sieve Clean Sands <74% fines SW <15% Gravel Well - Graded Sand Wide range in sand sizes with substantial amounts of intermediate sizes >15% Gravel Well- Graded Sand with Gravel SP <15% Gravel Poorly-Graded Sand Predominately one size or size wi inte edia te s sizes th some missing >15% Gravel Poorly- Graded Sand with Grave! Sands with Fines SM <15% Gravel Silty Sand Nonplastic or tow plasticity fines >15% Gravel Silty Sand with Gravel SC <15% Gravel Clayey Sand plastic fines >15% Gravel Clayey Sand with Gravel Fine Grained Soils >50% of Material Smaller that) #200 Sieve Low Ptasticlty Silts and Lean Clays LL < 50% ML <15% sand Silt No to slight dry strength. quick to slow dilatancy, no toughness 15 -25% sand Slit with Sand >30% sand Sandy Siff CL <15% sand Lean Clay Medium to high dry strength, none to very slow dilatancy, medium toughness 15.25% sand Lean Clay with Sand >30% sand Sandy Lean Clay Elastic Silts and Fat Clays LL > 50% MH <15% sand Elastic Silt Slight to med dry strength. none to slow dilatancy, sligh to med toughness 15-25% sand Elastic Silt with Sand >30% sand Sandy Elastic Silt CH <15% d sand Fat Cla y High to very high dry 15-25% sand Fat Clay with Sand strength, no dilatancy, >30% sand Sandy Fat Clay high toughness Organic Soils L Duet, drte <75 °� LL (tn- �m ) 01./OH <15% sand Organic Soil Slight to high dry strength, 15-25% sand Organic Solt with Sand none to slow dilatancy, >30% sand SandtOr ?antc Soil slight to coed toughness Highly Organic Soils PT Peat, Humus, Muck, Swamp Soils Odor, fibrous texture, color i-f ... ?4?F uAVA A .AI�vs.� UNIFIED SOIL CLASSIFICATION SYSTEM Recovered samples are classified in accordance with one or more of the classification systems described below. The geotechnicai engineer also prepares the final boring records enclosed with the report. Unified Classification System Soil classification performed in general accordance with ASTM 0 2487, "Standard Practice for Description and Identification of Soils" is based on laboratory analyses of grain size distribution and plasticity indices for selected samples. The system is limited to materials passing a 3 -inch sieve. and provides 99 classifications for sands, gravels, sifts, clays, and organic soils. Unified Classification System (Visual- Manual Method) Soils classified in general accordance with ASTM D 2488, "Standard Practice for Description and Identification of Soils (Visual- Manual Method)" are based on visual- manual manipulation of samples and do not rely on laboratory classification tests. The system provides 67 soil classifications for sands, gravels, silts, days and organic soils. When used. reports will state that classification was based on visual- manual procedures. Minimum Sample Size Minimum required sampte size by maximum particle size: O No. 4 sieve 1009 O 3/8 in 2009 O 314 in 1.0 kg (2.2 lb) O 1 -1/2 in 8.4 kg (18 lb) O 3 in 60.0 ig (132 lb) If the field sample is smaller than the minimum amount, the description includes the remark, "Field sample size smaller than recommended." Filled or Processed Materials The UCS system is limited to naturally occurring soils only. Where UCS classifications are applied to manmade fill or processed materials, the soil symbols and descriptive names are shown in quotation marks and the soil narrative descriptions contain the notation that they are processed from manmade materials or have been placed into position by human activity. Simplified Classification Table for Visual- Manual Procedure —ASTM D 2488 omitting some dual classifications S&ME • • Gootocbnical Engineering Report Subsurface problems are a prinap cause of conSittlefrorn delays, cost overruns; elarriis ErnrI; crsputes. 'h {l e:you cannot ei irninat e all such risks you can manage theiii Tne, followr g rnfortnarrcft;;is prov%rclecl to lie ? Geotechnical Services Are Performed for Specific Purposes, Persons, and Projects Geotechnical engineers structure their services to meet the specific needs of their clients. A geotechnical engineering study conducted for a civil engi- neer may not fulfill the needs of a construction contractor or even another civil engineer. Because each geotechnical engineering study is unique, each geotechnical engineering report is unique, prepared solelyfor the client. No one except you should rely on your geotechnical engineering report without first conferring with the geotechnical engineer who prepared it. And no one —not even you — should appty the report for any purpose or project except the one originally contemplated. Read life Full Report Serious problems have occurred because those relying on a geotechnical engineering report did not read it all. Do not rely on an executive summary Do not read selected elements only. A Geateclulllcai Emineering Report 1s Rased on A Onicie Set of Project - Specific Factors Geotechnical engineers consider a number of unique, project - specific fac- tors when establishing the scope of a study. Typical factors include: the client's goals, objectives, and risk management preferences; the general nature of the structure involved, its size, and configuration; the location of the structure on the site; and other planned or existing site improvements, such as access roads, parking lots, and underground utilities. unless the geotechnical engineer who conducted the study specifically indicates oth- erwise, do not rely an a geotechnical engineering report that was: • not prepared for you, • not prepared for your project, • not prepared for the specific site explored, or • completed before important project changes were made. Typical changes that can erode the reliability of an existing geotechnical engineering report Include those that affect: • the function of the proposed structure, as when it's changed from a parking garage to an office building, or from a light Industrial plant to a refrigerated warehouse, • elevation, configuration, location, orientation, or weight of the proposed structure, • composition of the design team, or • project ownership. As a general rule, always intorm your geotechnical engineer of project changes —even minor ones—and request an assessment of their impact. Geolechnical engineers cannot acceptusponsibility or liability for problems that occur because their reports do not consider developments of which they were not informed. Subsurface Conditions Can Change A geotechnical engineering report is based on conditions that existed at the time the study was performed. Do not rely on a geotechnical engineer- ing reportwhose adequacy may have been affected by the passage of time; by man -made events, such as construction on or adjacent to the site; or by natural events, such as floods, earthquakes, or groundwater fluctua- tions. Always contact the geotechnical engineer before applying the report to determine if it is still reliable. A minor amount of additional testing or analysis could prevent major problems. R est Geotecimical Res Are Professional Site exploration identifies subsurface conditions only at those points where subsurface tests are conducted or samples are taken. Geotechnical engi- neers review fieid and laboratory data and then apply their professional judgment to render an opinion about subsurface conditions throughout the site. Actual subsurface conditions may differ — sometimes significantly — from those indicated in your report. Retaining the geotechnical engineer who developed your report to provide constriction observation is the most effective method of managing the risks associated with unanticipated conditions. A Report's Recommendations Are Not final Do not overrely on the construction recommendations included in your report. Those recommendations are not final, because geotechnical engi- neers develop them principally from judgment and opinion. Geotechnical engineers can finalize their recommendations only by observing actual • • subsurface conditions revealed during construction. The geotechnical engineer who developed your reporl cannot assume responsibility or liability for the reports recommendations if that engineer does not perform construction observation. A Geetechnicai Engineering Report is Subject to Misinterpretation Other design team members' misinterpretation of geotechnical engineering reports has resulted in costly problems. Lower that risk by having your geo- technical engineer confer with appropriate members of the design team after submitting the report. Also retain your geotechnical engineer to review perti- nent elements of the design team's plans and specifications. Contractors can also misinterpret a geotechnical engineering report. Reduce that risk by having your geotechnical engineer participate in prebid and preconstrudian conferences, and by providing construction observation. Do Not Redraw the Engineer's Logs Geotechnical engineers . prepare final boring and testing logs based upon their interpretation of field logs and laboratory data. To prevent errors or omissions, the logs included in a geotechnical engineering report should neverbe redrawn for inclusion in architectural or other design drawings. Only photographic or electronic reproduction is acceptable, but recognize that separating fogs from the report can elevate risk. Give Contractors a Complete Report and Guidance Some owners and design professionals mistakenly believe they can make contractors liable for unanticipated subsurface conditions by limiting what they provide for bid preparation. To help prevent costly problems, give con - tractors the complete geotechnical engineering report, but preface it with a clearly written letter of transmittal. In that letter, advise contractors that the report was not prepared for purposes of bid development and that the report's accuracy is limited; encourage them to confer with the geotechnical engineer who prepared the report (a modest fee may be required) and/or to conduct additional study to obtain the specific types of information they need or prefer. A prebid conference can also be valuable. Be sure contrac- tors have suffkient time to perform additional study. Only then might you be in a position to give contractors the best information available to you, while requiring them to at least share some of the financial responsibilities stemming from unanticipated conditions. Read Responsibility Provisions Closely Some clients, design professionals, and contractors do not recognize that geotechnical engineering is far less exact than other engineering disci- pline. This lack of understanding has created unrealistic expectations that have led to disappointments, claims, and disputes. To help reduce the risk of such outcomes, geotechnical engineers commonly include.a variety of explanatory provisions in their reports. Sometimes labeled 'limitations" many of these provisions indicate wipe geotechnical engineers' responsi- bilities begin and end, to help others recognize their own responsibilities and risks. Read these provisions closely. Ask questions. Your geotechnical engineer should respond fully and frankly. Geoenvtronmentai Concerns Are Not Covered The equipment, techniques, and personnel used to perform a geoenviron- mentafstudy differ significantly from those used to perform a geolechnicat study. For that reason, a geotechnical engineering report does not usually relate any geoenvironmentat Findings, conclusions, or recommendations; e.g., about the likelihood of encountering underground storage tanks Of regulated contaminants. Unanticipated environmental problems have led to numerous project failures. If you have not yet obtained your own geoen- vironmental information, ask your geotechnical consultant for risk man- agement guidance. Do not rely on an environmental report prepared for someone else. Obtain Professes Assistance To Deal wilt Mtli Diverse strategies can be applied during building design, construction, operation, and maintenance to prevent significant amounts of mold from growing on indoor surfaces. To be effective, all such strategies should be devised for the express purpose of mold prevention, integrated into a com- prehensive plan, and executed with diligent oversight bya professional mold prevention consultant. Because just .a small amount of water or moisture can lead to the development of severe mold infestations, a num- ber of mold prevention strategies focus on keeping gilding surfaces dry. While groundwater, water infiltration, and similar issues may have been addressed as part of the geotechnical engineering study whose findings are conveyed in this report, the geotechnical engineer in charge of this project is not a mold prevention consultant none el the services per- formed In connection with the gealechnical engineer's • study were designed or conducted for the purpose of mold preven- tion. Proper implementation of the recommendations conveyed In this report will not of itself lie sufficient to prevent mold from growing in or on the structure Involved. RRe on Your ASR- Member 8eotecimcial neer for Additional Assistance Membership in ASFE/THE BEST PEOPLE ON EARTH exposes geotechnical engineers to a wide array of risk management techniques that can be of genuine benefit for everyone involved with a construction project. Confer with your ASFE-member geotechnical engineer for more information. ASFE TM BEST PESPHE at EAtlfa 8811 Golesville Road/Suite G106, Silver Spring, MD 20910 Telephone: 301/565 -2733 Facsimile: 301/589-2017 e -rnaiL info@aste.org www.asfe.org Copyright 26Q4 byASfE, Inc. Duplication, reproduction, or copying of this document, in whole or In part by any means whatsoever, is prohibited, except with ASFE's specific written permission. Excerpting. quoting, or otherwise extracting wording front this document is permrfled only vdth the express tuften permission of ASFE, and only for purposes of scholarly research or book review. co members of ASFE may use this document as a complement to or as an element ofa geotechnical engineering report Any other firm, individual, or ether entity that so uses this document i ilhout being an AM member could be commiting negligent or Intentional (fraudulent) misrepresentation, IIGER060B5.0MRP • Lott Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) SECTION 033000 - CAST -IN- PLACE CONCRETE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies cast -in place concrete, including formwork, reinforcing, mix design, placement procedures, and finishes. B. Cast -in -place concrete includes the following: 1. Foundations and footings. 2. Slabs -on- grade. 3. Equipment Foundations. 4. Suspended slabs. 1.3 SUBM ITTALS D. Laboratory test reports for concrete materials and mix design test. 05/15/2012 A. General: Submit the following according to Conditions of the Contract and Division 1 Specification Sections. 13. Product data for proprietary materials and items, including reinforcement and forming accessories, admixtures, patching compounds, joint systems, curing compounds, and others if requested by Architect. C. Shop drawings, Reinforcement: Submit one sepia and two prints of shop drawings for fabrication, bending, and placement of concrete reinforcement. Comply with AC1 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedule, stirrup spacing, diagrams of bent bars, arrangement of concrete reinforcement. Include special reinforcement required and openings through concrete structures. All drawings shall be completely dimensioned. 1. The reinforcing steel shop drawings will not be reviewed by the Engineer until all copies have been completely reviewed and corrected by the General Contractor. CAST -IN- PLACE CONCRETE: 033000 - 1 Foil: Gordon Gate 4 Booster Punip Station Project. No.ICU- 0068(FG- 88880003) 1.4 QUALITY ASSURANCE 05/15/2012 E. Material certificates in lieu of material laboratory test reports when permitted by Architect. Material certificates shall be signed by manufacturer, concrete producer, and Contractor, certifying that each material item complies with or exceeds specified requirements. Provide certification from admixture manufacturers that chloride content complies with specification requirements. A. Codes and Standards: Comply with provisions of the following codes, specifications, and standards, except where more stringent requirements are shown or specified: 1. American Concrete Institute (ACI) 301, "Specifications for Structural Concrete for Buildings." 2. AC1 304 "Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete." 3. ACI 318, "Building Code Requirements for Reinforced Concrete." 4. Concrete Reinforcing Steel Institute (CRSI) "Manual of Standard Practice." 13, Concrete Testing Service: The Owner will engage an independent testing laboratory to perform materials evaluation and sampling and testing during concrete placement. C. Materials and installed work may require testing and retesting at any time during progress of Work. Tests, including retesting of rejected materials for installed Work, shall be done at Contractor's expense. D. Quality Control: The testing laboratory will perform sampling and testing during concrete placement. This testing does not relieve Contractor of responsibility of providing concrete in compliance with specifications. Contractor may perform additional testing as necessary, at no expense to Owner, to ensure quality of concrete. Addition of water or cement to batch at the lob site will not be permitted. E. Manufacturer's Data: Submit manufacturer's product data with installation instructions for proprietary materials including reinforcement and forming accessories, admixtures, joint materials, hardeners, curing, materials and others as requested by Architect. F Laboratory Reports: Submit 2 copies of laboratory test or evaluation reports for concrete materials and mix designs. G. Mix Proportions and Design: Contractor to provide a testing laboratory to design concrete mixes by either laboratory trial batch or field experience method complying with AC1301. I I. Submit written report to Architect for each proposed concrete mix at least 15 days prior to start of work. Do not begin concrete production until mixes have been reviewed and are acceptable to Architect. CAST -IN- PLACE CONCRETE 033000 - 2 Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) 05/15/2012 The Contractor shall comply with all provisions of the Contract Documents including, but not limited to, providing and installing such entities as the products, materials, equipment, components, or systems that were proposed at the time bids were received. Except for extenuating circumstances as determined by the Architect, notification of not being able to meet any of the provisions of the Contract Documents or communicating conflicts in the Contract Documents to the Architect will not be considered after receipt of bids; and the Contractor shall fully comply with the Contract Documents at no increase in Contract Sum or Contract Time. PART 2 - PRODUCTS 2.1 FORM MATERIALS A. Provide form materials with sufficient stability to withstand pressure of placed concrete without bow or deflection. 13. Forms for Exposed Finish Concrete: Plywood, metal, metal - framed plywood faced, or other acceptable panel -type materials to provide continuous, straight, smooth, exposed surfaces. Furnish in Largest practicable sizes to minimize number of joints and to conform to joint system shown on drawings. Use fonns that will provide a smooth concrete surface without depressions, fins, pockmarks, bug holes, honeycombs, spalls, or popcorn or other defects objectionable to the Architect. 1. Use overlaid plywood complying with U.S. Product Standard PS -1 "A -C or B -B High Density Overlaid Concrete Form," Class L C. Forms for Unexposed Finish Concrete: Plywood, lumber, metal, or another acceptable material. Provide lumber dressed on at least two edges and one side for tight fit, D. Form Release Agent: Provide commercial formulation form .release agent with a maximum of 350 g/L volatile organic compounds (VOCs) that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. E. Form Ties: Factory- fabricated, adjustable- length, removable or snap -off metal form ties designed to prevent form deflection and to prevent spilling of concrete upon removal. Provide units that will leave no metal closer than 1-1/2 inches to the plane of the exposed concrete surface. 1. Provide ties that, when removed, will leave Boles not larger than 1 inch in diameter in the concrete surface. 2.2 REINFORCING MATERIALS CAST -IN- PLACE; CONCRETE 033000 - 3 Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) A. Reinforcing Bars: ASTM A 615, Grade 60 deformed, unless otherwise indicated. All rebar splices, including intersections of footings and bond beams, shall be Class B tension lap splices unless noted otherwise. 13. Welded Wire Fabric: ASTM A 185, welded steel wire fabric. 05/1 5/2012 C. Supports for Reinforcement: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Use wire bar -type supports complying with CRSI specifications. 1. For slabs -on- grade, use supports with sand plates or horizontal runners where base material will not support chair legs. 23 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. 1. Use one brand of cement throughout Project unless otherwise acceptable to Architect. B. Fly Ash: ASTM C 618, Type F. C. Normal- Weight Aggregates: ASTM C 33 and as specified. Provide aggregates from a single source for exposed concrete, I. For exposed exterior surfaces, do not use fine or coarse aggregates that contain substances that cause spalling. 2. Local aggregates not complying with ASTM C 33 that have been shown to produce concrete of adequate strength and durability by special tests or actual service may be used when acceptable to Architect. D. Water: Potable. E. Admixtures, General: All admixtures are to be used in strict accordance with manufacturer's directions. The supplier will certify that all admixtures contain no chlorides or other corrosive materials. Calcium Chloride will NOT be permitted. F. Air - Entraining Admixture: ASTM C 260, certified by manufacturer to be compatible with other required admixtures. G. High -Range Water - Reducing Admixture: ASTM C 494, Type F or G. Only use admixtures which have been tested and accepted in mix designs, unless otherwise acceptable. H. Accelerators: ASTM C -494, Type C non- chloride, non - corrosive type accelerators. CAST -IN- PLACE CONCRETE 033000 - 4 • Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) 2.4 VAPOR RETARDERS A, Plastic Vapor Retarder: ASTM E 1745, Class C, or polyethylene sheet, ASTM D 4397, not less than 15 mils thick. Include manufacturer's recommended adhesive or pressure - sensitive joint tape. 1. Available Products: a. Fortifiber Corporation; Moistop Plus. b. Raven Industries Inc.; Dura Skrirn 6. c. Stego Industries, LLC; Stego Wrap, 10 mils. B. Granular Fill: Clean mixture of crushed stone or crushed or uncrushed gravel; ASTM D 448, Size 57, with 100 percent passing a 1 -1/2 -inch sieve and 0 to 5 percent passing a No. 8 sieve. 2.5 RELATED MATERIALS 05/15/2012 A. Curing Sealing Compound: Liquid -type membrane- forming curing compound complying with ASTM C 309, Type I, Class A. Moisture loss not more than 0.55 kg /sq. in when applied at 200 sq. ft. /gal. Material shall conform to applicable VOC requirements. For use where wet curing is required, Do not use curing- sealing compound where bonded finishes will be installed. Provide material by one of the following manufacturers: 1. Euclid Chemical 2. Master Builders 3. W.R. Meadows 2.6 PROPORTIONING AND DESIGNING MIXES A. Prepare design mixes for each type and strength of concrete by either laboratory trial batch or field experience methods as specified in ACI 301. For the trial batch method, use an independent testing agency acceptable to Architect for preparing and reporting proposed mix designs. 1. Do not use the same testing agency for field quality control testing. 2. Limit use of fly ash to: a. The maximum substitution of fly ash for portland cement shall be no more than 20% by weight of the required portland cement. Substitution shall be at rate of 1.25 pounds of fly ash per pound of cement. b. Fly ash shall meet the specification restrictions of ASTM C618 for Class F except that the loss on ignition shall not exceed 4 %. Fly ash shall also meet the optional physical restrictions on uniformity as shown in Table 2A of specifications ASTM C618. c. The contractor shall furnish the Architect with a Materials Certification for each supplier furnishing fly ash showing the fly ash meets the stated restrictions. The CAST -IN- PLACE CONCRETE 033000 - 5 Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) 05/15/2012 laboratory which performs the tests and certification shall be regularly inspected by the Cement and Concrete Reference Laboratory (CCRL) for fly ash testing and shall authorize CCRL to submit copies of the inspection reports directly to the Engineer. Upon receipt of the certification the fly ash may be used in concrete for the project. d. The use of set control additives (ASTM C494 Types 13, C, D, E, and 0) may only be used with the approvals of the Engineer. The additives shall only be added at the point of hatching. 13. Submit written reports to Architect of each proposed mix for each class of concrete at least 15 days prior to start of Work. Do not begin concrete production until proposed mix designs have been reviewed by Architect. C. Design mixes to provide normal weight concrete with properties as indicated on drawings and schedules. D. Slump Limits: Proportion and design mixes to result in concrete slump at point of placement: as follows: 1. Ramps and sloping surfaces: Not more than 3 inches. 2. Reinforced foundation systems: Not less than 1 inch and not more than 3 inches. 3. Concrete containing high -range water - reducing admixture (superplasticizer): Not more than 8 inches after adding admixture to site- verified 2 - 3 inch slump concrete. 4. SIabs and other concrete: Not more than 4 inches. E. Adjustment to Concrete Mixes: Mix design adjustments may be requested by Contractor when characteristics of materials, job conditions, weather, test results, or other circumstances warrant, as accepted by Architect. Laboratory test data for revised mix design and strength results must be submitted to and accepted by Architect before using in Work. 2.7 ADMIXTURES A. Use water- reducing admixture or high -range water - reducing admixture (superplasticizer) in concrete, as required, for placement and workability. B. Use accelerating admixture in concrete slabs placed at ambient temperatures below 50 F or below at the time of placement or for 5 hours thereafter. C. Use air - entraining admixture in exterior exposed concrete unless otherwise indicated. Add air - entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having total air content as indicated on the drawings. 1. Other concrete not exposed to freezing, thawing, or hydraulic pressure, or to receive a surface hardener; entrapped air only. CAST -IN -PLACE CONCRETE 033000 - 6 Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) E. Use admixtures for water reduction and set accelerating or retarding in strict compliance with manufacturer's directions. 2.8 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements of ASTM C 94, and as specified. PART 3 - EXECUTION 3.1 GENERAL A. Coordinate the installation of joint materials, vapor retarder /barrier, and other related materials with placement of forms and reinforcing steel. 3.2 FORMS 1. When air temperature is between 85 deg F and 90 deg F, reduce mixing and delivery time from 1 -1/2 hours to 75 minutes, and when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. 1. Provide Class A tolerances for concrete surfaces exposed to view. 2. Provide Class C tolerances for other concrete surfaces. 05/15/2012 A. General: Design, erect, support, brace, and maintain formwork to support vertical, lateral, static, and dynamic loads that might be applied until concrete structure can support such loads, Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation, and position. Maintain formwork construction tolerances and surface irregularities complying with the following ACI 347 limits: 13. Construct forms to sizes, shapes, lines, and dimensions shown and to obtain accurate alignment, location, grades, level, and plumb work in finished structures. Provide for openings, offsets, sinkages, keyways, recesses, moldings, rusticat:ions, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features required in the Work. Use selected materials to obtain required finishes. Solidly butt joints and provide backup at joints to prevent cement paste from leaking. C. Fabricate forms for easy removal without hammering or plying against concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, recesses, and the like for easy removal. D. Provide temporary openings for clean -outs and inspections where interior area of formwork is inaccessible before and during concrete placement. Securely brace temporary openings and set CAST -IN -PLACE CONCRETE 033000 - 7 • Ford; Gordon Gate 4 Booster Pump Station Project No.ICU-0068(FG-88880003) tightly to forms to prevent losing concrete mortar. Locate temporary openings in forms at inconspicuous locations. B. Chamfer exposed corners and edges as indicated, using wood, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. F. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses, and chases from trades providing such items. Accurately place and securely support items built into forms. G. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before placing concrete. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. 3.3 PLACING REINFORCEMENT 05/15/2012 A. General: Comply with Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars," for details and methods of reinforcement placement and supports and as specified. I. Avoiding cutting or puncturing vapor retarder /barrier during reinforcement placement and concreting operations. Repair damages before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials that reduce or destroy bond with concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcing by metal chairs, runners, bolsters, spacers, and hangers, as approved by Architect. D. Place reinforcement to maintain minimum coverages as indicated for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. E. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh and Iace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. 3.4 JOINTS A, Construction Joints: Locate and install construction joints so they do not impair strength or appearance of the structure, as acceptable to Architect. CAST -IN- PLACE CONCRETE 033000 - 8 Fort Gordon Gate 4 Booster Pump Station Project No,ICU- 0068(FG- 88880003) 05/15/2012 B. Provide dowels in construction joints in slabs. Bulkheads designed and accepted for this purpose may be used for slabs. C. Place construction joints perpendicular to main reinforcement, Continue reinforcement across construction joints except as indicated otherwise, D. Isolation Joints in Slabs -on- Grade: Construct isolation joints in slabs -on -grade at points of contact between slabs -on -grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. 1. Joint fillers and sealants are specified in Division 7 Section "Joint Sealants." E. Contraction (Control) Joints in Slabs -on- Grade: Construct contraction joints in slabs -on -grade to form panels of patterns as shown. Use full depth keyed joints or saw cuts 1/8 inch wide by one - fourth of slab depth. At joints for future equipment foundations use full depth joint (no key way). 1. Saw cut joints as soon as possible after the slab has been placed; do not saw cut while the joint has a chance to ravel but. in no case the joints shall saw cut no later than 12 hours after the concrete has been placed. 2. If joint pattern is not shown, provide joints not exceeding 15 ft. in either direction and located to conform to bay spacing wherever possible (at column centerlines, half bays, third bays). 3. Joint fillers and sealants are specified in Division 7 Section "Joint Sealants." 3.5 INS'T'ALLING EMBEDDED ITEMS A. General: Set and build into formwork anchorage devices and other embedded items required for other work that is attached to or supported by cast -in -place concrete. Use setting drawings, diagrams, instructions, and directions provided by suppliers of items to be attached. 13. Forms for Slabs: Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and contours in finished surfaces. Provide and secure units to support screed strips using strike -off templates or compacting -type screeds. 3.6 PREPARING FORM SURFACES A. General: Coat contact surfaces of forms with an approved, non - residual, low -VOC, form - coating compound before placing reinforcement. 13. Do not allow excess form- coating material to accumulate in forms or come into contact with in- place concrete surfaces against which fresh concrete will be placed. Apply according to manufacturer's instructions. CAST -IN -PLACE CONCRETE 033000 - 9 Fort Gordon Gate 4 Booster Pump Station Project NoJCU- 0068(FG- 88880003) 05/15/2012 1. Coat steel forms with a nonstaining, rust- preventative material. Rust - stained steel forrwork is not acceptable. 3.7 VAPOR RETARDERS B. Plastic Vapor Retarders: Place, protect, and repair vapor retarders according to ASTM E I643 and manufacturer's written instructions. 1. Lap joints 6 inches and seal with manufacturer's recommended tape. 3.8 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect .and complete formwork installation, reinforcing steel, and items to be embedded or cast in. Notify other trades to permit installation of their work. B. General: Comply with ACI 304, "Guide for Measuring, Mixing, Transporting, and Placing Concrete," and as specified. C. Concrete Placement 1. Unless indicated otherwise on the Drawings, place concrete in the following listed locations with the applicable compressive strengths: a. Foundations: 3,000 psi b. Equipment Foundations: 3,000 psi c. Slabs On Grade and suspended slabs: 4,000 psi D. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened sufficiently to cause seams or planes Of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation at its final location. E. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand - spading, sodding, or tamping. Use equipment and procedures for consolidation of concrete complying with ACI 309. 2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced Iocations no farther than the visible effectiveness of the machine. Place vibrators to rapidly penetrate placed layer and at Ieast 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix to segregate. CAST -IN- PLACE CONCRETE 033000 - 10 • Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) 05/15/2012 F. Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation, within limits of construction joints, until completing placement of a panel or section. 1. Consolidate concrete during placement operations so that concrete is thoroughly worked around reinforcement, other embedded items and into corners. 2. Bring slab surfaces to correct level with a straightedge and strike off. Use bull floats or darbies to smooth surface free of humps or hollows. Do not disturb slab surfaces prior to beginning finishing operations. 3. Maintain reinforcing in proper position on chairs during concrete placement. 4. Sidewalks: Form and finish all sidewalks with a crown or slope 1/8 inch per foot to eliminate standing water. Slope surface perpendicular (right angles to) the direction of traffic. Finish to a light broom finish to comply with ADA G. Cold - Weather Placement: Comply with provisions of ACI 306 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. H. Hot - Weather Placement: When hot weather conditions exist that would impair quality and strength of concrete, place concrete complying with ACI 305. 3.9 FINISHING FORMED SURFACES A. Rough- Formed Finish: Provide a rough- formed finish on formed concrete surfaces not exposed to view in the finished Work or concealed by other construction. This is the concrete surface having texture imparted by form- facing material used, with tie holes and defective areas repaired and patched, and fins and other projections exceeding 1/4 inch in height rubbed down or chipped off. B. Smooth- Formed Finish: Provide a smooth- formed finish on formed concrete surfaces exposed to view or to be covered with a coating material applied directly to concrete, or a covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, painting, or another similar system. This is an as -cast concrete surface obtained with selected form- facing material, arranged in an orderly and symmetrical manner with a minirnum of seams. Repair and patch defective areas with fins and other projections completely removed and smoothed. C. Smooth- Rubbed Finish: Provide smooth - rubbed finish on scheduled concrete surfaces at have received smooth- formed finish treatment not later than 1 day after form removal. 1. Moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. 2. Thoroughly wet concrete surfaces, apply grout to coat surfaces, and fill small holes. Remove excess grout by scraping and rubbing with clean burlap. Keep damp by fog spray for at least 36 hours after rubbing. CAST -IN- PLACE CONCREI'13 033000 - 11 Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(PG- 88880003) 05/15/2012 D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike -off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated 3.10 MONOLITHIC SLAB FINISHES A. DO NOT USE CEMENT TO "HOT - SHOT" OR "DRY -UP" CONCRETE. 13. Float Finish: Apply float finish to monolithic slab surfaces to receive trowel finish. 1. After sereeding, consolidating, and leveling concrete slabs, do not work surface until ready for floating. Begin floating, using float blades or float shoes only, when surface water has disappeared, or when concrete has stiffened sufficiently to permit operation of power- driven floats, or both. Consolidate surface with power- driven floats or by hand - floating if area is small or inaccessible to power units. Finish surfaces to tolerances of F(F) 18 (floor flatness) and F(L) 15 (floor levelness) measured according to ASTM E 1155. Cut down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to a uniform, smooth, granular texture. C. Trowel Finish: Apply a trowel finish to monolithic slab surfaces exposed to view and stab surfaces to be covered with resilient flooring, carpet, ceramic or quarry tile, sports floor, paint, or other thin film - finish coating system. 1. After floating, begin first trowel - finish operation using a power - driven trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over surface. Consolidate concrete surface by final hand - troweling operation, free of trowel marks, uniform in texture and appearance, and finish surfaces to tolerances of F(F) 25 (floor flatness) and F(L) 20 (floor levelness) measured according to ASTM E 1155. Grind smooth any surface defects that would telegraph through applied floor covering system. E. Nonslip Broom Finish: Apply a nonslip broom finish to exterior concrete platforms, steps, and elsewhere as indicated. 1. Immediately after float finishing, slightly roughen concrete surface by brooming with fiber- bristle broom perpendicular to main traffic route. Coordinate required final finish with Architect before application. 2. Sidewalks: Form and finish all sidewalks with a crown or slope 1/8 inch per foot to eliminate standing water. Slope surface perpendicular (right angles to ) the direction of traffic so that water drains to the short dimension of the walk.. Finish to a light broom finish to comply with ADA requirements for slip resistance. 3.1 MJSCEI..I.,ANEOUS CONCRETE ITJ3MS CAST -IN -PLACE CONCRETE 033000 - 12 Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) A. Filling In: Fill in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of other trades is in place. Mix, place, and cure concrete as specified to blend with in -place construction. Provide other miscellaneous concrete filling shown or required to complete Work. B. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel - troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. C. Equipment Bases and Foundations: Provide nxaehine and equipment bases and foundations as shown on drawings. Set anchor bolts for machines and equipment to template at correct elevations, complying with diagrams or templates of manufacturer furnishing machines and equipment. 3.12 CONCRETE CURING AND PROTECTION C. Curing Methods: 05/15/2012 A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. In hot, dry, and windy weather protect concrete from rapid moisture loss before and during finishing operations with an evaporation- control material. Apply according to manufacturer's instructions after screeding and bull floating, hut before power floating and troweling. B. Start initial curing as soon as free water has disappeared from concrete surface after placing and finishing. Weather permitting, keep continuously moist for not less than 7 days. 1. Compounds: a. Apply curing compound on exposed interior slabs and on exterior slabs, walks, and curbs as follows: 1). Apply curing compound to concrete slabs as soon as final finishing operations are complete (within 2 hours and after surface water sheen has disappeared). Apply uniformly in continuous operation by power spray or roller according to manufacturer's directions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 2). Use membrane curing compounds that will not affect surfaces to be covered with finish materials applied directly to concrete. 3.13 REMOVING FORMS A. General: Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and similar parts of the work, may be removed after cumulatively curing at not less than 50 deg P for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form- removal operations, and provided curing and protection operations are maintained. CAST- IN -PLACE CONCRETE 033000 - 13 • Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) 3.14 REUSING FORMS 3.15 CONCRETE SURFACE REPAIRS 05/15/2012 A. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form- facing material will not be acceptable for exposed surfaces. Apply new form- coating compound as specified for new formwork. B. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joint to avoid offsets. Do not use patched forms for exposed concrete surfaces except as acceptable to Architect. A. Patching Defective Areas: Repair and patch defective areas with cement mortar immediately after removing forms, when acceptable to Architect. All exposed surfaces shall be smooth and even without depressions, fins, pockmarks, bug holes, honeycombs, spalls, popcorn or other defects objectionable to the Architect. Any defect visible from 10 feet under normal light conditions is unacceptable and shall be repaired to the satisfaction of the Architect. B. Mix dry-pack mortar, consisting of one part portland cement to 2 -1/2 parts fine aggregate passing a No. 16 Inesh sieve, using only enough water as required for handling and placing. I . Cut out honeycombs, rock pockets, voids over 1/4 inch in any dimension, and holes left by tie rods and bolts down to solid concrete but in no case to a depth less than 1 inch. Make edges of cuts perpendicular to the concrete surface. Thoroughly clean, dampen with water, and brush -coat the area to be patched with bonding agent. Place patching mortar before bonding agent has dried. 2. For surfaces exposed to view, blend white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Provide test areas at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike -off slightly higher than surrounding surface. C. Repair isolated random cracks and single holes 1 inch or less in diameter. Perform structural repairs with prior approval of Architect for method, material and procedure, D. Repair methods not specified above may be used, subject to acceptance of Architect. E. Concrete Fill for Floor Slabs: 1. Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or inquired to complete Work. CAST -IN -PLACE CONCRETE 033000 - 14 Fort Gordon Gate 4 Booster Pump Station Project NoJCU- 0068(RG- 88880003) a. For slabs on grade, ensure sub -grade is properly prepared and compacted to specified density. Expose the edges of vapor retarder, if one is installed, so the new vapor retarder can overlap the exposed edges. b. Bore holes in edge of existing slab for rebar dowels. Size holes for rebar and packing grout c. Install specified vapor retarder over prepared grade. Ensure that new vapor retarder overlaps existing vapor retarder. d. Install rebar dowels with grout. e. Place, finish, and cure concrete as previously specified for slabs on grade: Finished concrete shall be flush with and have the same finish and texture as adjacent concrete If finished floor to be used on the new concrete slab requires surface finish /texture other than what is on adjacent surface, then provide the surface texture required by the floor finish manufacturer. 3.16 QUALITY CONTROL TESTING DURING CONS '1RUCTION 05/15/2012 A. Sampling and testing for quality control during concrete placement may include the following, as directed by Architect. 1. Sampling Fresh Concrete: ASTM C 172, except modified for slump to comply with ASTM C 94. a. Slump: ASTM C 143; one test at point of discharge for each load of concrete; additional tests when concrete consistency seems to have changed or if water has been added on site. b. Air Content: ASTM C 173, volumetric method for normal weight concrete; ASTM C 231, pressure method for normal weight concrete; one for each days pour of' each type of air- entrained concrete with a minimum of one for each set of compressive strength specimens. c. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below, when 80 deg F and above, and one test for each set of compressive- strength specimens. d. Compression Test Specimen: ASTM C 31; one set of four standard cylinders for each compressive - strength test, unless otherwise directed. Mold and store cylinders for laboratory -cured test specimens except when field -cured test specimens are required. e. Compressive - Strength Tests: ASTM C 39; one set for each day's pour exceeding 5 cu. yd. plus additional sets for each 50 cu. yd. more than the first 25 cu. yd. of each concrete class placed in any one day; one specimen tested at 7 days, two specimens tested at 28 days, and one specimen retained in reserve for later testing if required. 2. When frequency of testing will pro fewer than five strength tests for a given class of concrete, conduct testing from at least five randomly selected batches or from each batch if fewer than five are used. 3. When total quantity of a given class of concrete is less than 50 cu. yd., Architect may waive strength testing if adequate evidence ofsatisfactory strength is provided. CAST -IN- PLACE CONCRETE: 033000 - 15 Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) 4. When strength of field -cured cylinders is less than 85 percent of companion laboratory- cured cylinders, evaluate current operations and provide corrective procedures for protecting and curing the in -place concrete. 5. Strength level of concrete will be considered satisfactory if averages of sets of three consecutive strength test results equal or exceed specified compressive strength and no individual strength test result falls below specified compressive strength by more than 500 psi. B. Test results will be repotted in writing to Architect, Structural Engineer, ready -mix producer, and Contractor within 24 hours after tests. Reports of compressive strength tests shall contain the Project identification name and number, date of concrete placement, naive of concrete testing service, concrete type and class, location of concrete batch in structure, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7 -day tests and 28 -day tests. Test one cylinder at 7 days and two cylinders at 28 days with one cylinder held in reserve for a 56 day break, if 28 day test does not meet specifications. C. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted but shall not be used as the sole basis for acceptance or rejection. D. Additional Tests: The testing agency will make additional tests of in -place concrete when test results indicate specified concrete strengths and other characteristics have not been attained in the structure, as directed by Architect. Testing agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. 3.17 MATERIAL STORAGE A. Store materials to permit easy access for inspection and identification. Keep reinforcing steel off the ground, using pallets, platforms, or other supports. Protect reinforcing steel and packaged materials from erosion and deterioration. END OF SECTION 033000 05/15/2012 CAST-IN- PLACE CONCRETE 033000 - 16 • Fort Gordon Gate 4 Booster Pump Station Project No.ICU -0068(FG - 88880003) SECTION 040523 — TI°IRU -WALL FLASHING PART 1 - GENERAL 1.1 SECTION INCLUDES A. High Performance Flashing Membrane 1. DuPonfrm Thru -Wall Surface Adhered Membrane with Integrated Drip Edge B. Preformed Inside Corners, Outside Corners, and End Dams C. Accessories 1.2 REFERENCES A. ASTM Intentional 1, ASTM C 920: Standard Specification for Elastonieric Joint Sealants 2. ASTM D 146: Standard Test Methods for Sampling and Testing Bitumen - Saturated Felts and Woven Fabrics for Roofing and Waterproofing. 3. ASTM D 412: Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers- Tension. 4. ASTM D 471: Standard Test Method for Rubber Property- Effect of Liquids. 5. ASTM D 624: Standard Test Method for Tear Strength of Conventional Vulcanized Rubber and Thermoplastic Elastomers. 1.3 SUBMITTALS 05/15/2012 A. Product Data: Submit manufacturer current technical literature for each type of product. B. Shop Drawings: Show location of each item and large -scale details. C. Samples: Each type of product specified. 4 inches by 4 inches, D. Quality Assurance Submittals 1. Manufacturer Instructions: Provide manufacturer's written installation instructions. 1,4 QUALITY ASSURANCE A. Qualifications TIIRU WALL FLASHING 040523 -1 Fort Gordon Gate 4 05/15/2012 Booster Pump Station Project No.ICU- 0068(FG- 88880003) 1. Installer shall have documented successful experience with installation of DuPont' M flashing system under similar conditions. 2. Installation shall be in accordance with manufacturer's installation guidelines and recommendations. 3. Preinstallation conference: Conduct conference at project site. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver flexible flashing materials and components in manufacturer's original, unopened, undamaged containers with identification labels intact. B. Store flexible flashing materials as recommended by manufacturer. 1.6 PROJECT CONDITIONS A. Do not apply flexible flashing on wet or damp surfaces. B. Apply to surfaces free of dirt, oils, lubricants and other debris. C. Install flexible flashing materials at temperatures above 32 degrees F. PART 2 - PRODUCTS 2.1 MANUFACTURER A. DuPont; 4417 Lancaster Pike, Chestnut Run Plaza 728, Wilmington, DE 19805; 1- 800 -44- TYVEK (8- 9835); http: / /www.constzuction.tyvek.com 2.2 HIGH PERFORMANCE FLASHING MEMBRANE A. Thru -Wall Surface Adhered Membrane with integrated Drip Edge. 1. Basis of Design: Self-adhering flexible flashing membrane is based on DuPont Thru- Wall Flashing. 2. Description: 40 -mil composite flashing membrane. 25 -mil top surface is comprised of DuPont's Elvaloy is KEE polymer and elast.omeric ingredients, reinforced with polyester fibers. 15 -mils of butyl adhesive is applied to the bottom surface with a disposable silicone release sheet. 11/2-inch of 25 -mil top surface is without butyl adhesive to provide a sealant compatible drip edge. a. Color: gray b. Dimensions c. 1) Width: 12 inches 2) Length: 75 feet TI-IRU WALL FLASHING 040523 -2 Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(PG- 88880003) 3. Performance Characteristics 2.3 PREFORMED CORNERS AND END DAMS A. Pre- formed Corners and End Dams: Standard three dimensional shapes as indicated on the Drawings to forth a complete flashing system with preformed corners and end dams, provided by flashing sheet manufacturer. 1. Surface Adhered: External corners, Internals cornets, End dams 2,4 ACCESSORIES A. Pruner: 1. Provide flashing manufacturer recommended primer to assist in adhesion between substrate and flashing 2. Products: 13. Sealants a. Elongation: 175% (ASTM D412) b. Tensile Strength: 600 lbs/in min (ASTM D412) c. Tear Strength: 50 lbs/in min (ASTM D624) d. Low Temperature Flexibility: 0° F Pass (ASTM D146) e. Water Absorption: Less than 0.1 % (ASTM D471) f. Compatible with Urethane and Silicone sealant. g. UV stable a. 3M High Strength 90 b. Denso Butyl Spray c. S1A 655 d. Permagrip 105 e. Pruners recommended by the flashing manufacturer 1. Refer to Section 07 92 00 Joint Sealants. 2, Products: a. DuPonfrM Commercial Sealant b. DuPonerm Residential Sealant 3, Silicone Products: a. Dow Corning0 - 790; 1200 Prime Coat, 795; 1205 Prime Coat b. 013 Silicones - SiIpruf; 564179 c. Tremco — Spectrum 2; #20 d. Sealants recommended by the flashing manufacturer. 4. Urethane Products: 05/15/2012 THRU WALL FLASHING 040523 -3 Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(PG- 88880003) 1. Description: Textured polyethylene laminate with butyl based adhesive. PART 3 - EXECUTION 3.1 EXAMINATION 05/15/2012 a. SIKA— Sikaflex -la; #449 b. Sonneborn — Sonolastic NP 1; #733 C. Seam Tape: DUPOntTM Tyvelce Tape as distributed by DuFonft'M. 1. Description: Pressure sensitive, polypropylene substrate with acrylic based adhesive. D. Sealing Membrane: DuPont'"' StraightFlashr"' as distributed by DuPont for sealing at terminations and penetrations. A. Verify substrate and surface conditions are in accordance with flexible flashing manufacturer recomtnended tolerances prior to installation. 13. Review requirements for sequencing of installation of flexible flashing assembly. Verify flexible flashing will be continuously supported by substrate, and not span any gaps or voids in excess of %z -inch. 12 FLASHING INSTALLATION A. Apply primer per manufacturer's written instructions. 13. Install preformed corners and end dams bedded in sealant in appropriate locations along wall. C. Starting at a corner, remove release sheet and apply membrane to primed surfaces in lengths of 8 to 10 feet. D. Extend membrane through wall and leave '/ inch minimum exposed to form drip edge. E. Roll flashing into place. Ensure continuous and direct contact with substrate. F. Lap ends and overlap preformed corners 4 inches minimum. Seal all laps with sealant. G. Trim exterior edge of membrane I -inch and secure metal drip edge per manufacturers written instructions. H. Terminate membrane on vertical wall. I. Apply sealant bead at each termination. 3.3 TI -IRU -WALL FLASHING / WEATHER BARRIER INTERFACE AT I3AS OF WALL THRU WALL FI..ASHING 040523 -4 Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) A. Overlap thru -wall flashing with weather barrier by 6- inches. 13. Mechanically fasten bottom of weather barrier through top of thru -wall flashing. C. Seal vertical and horizontal seams with tape or sealing membrane. 3.4 THRU -WALL FLASHING / WEATHER BARRIER INTERFACE AT SI'IELF ANGLE A. Seal weather barrier to bottom of shelf angle with sealing membrane. B. Apply thru -wall flashing to top of shelf angle. Overlap thru -wall flashing with weather barrier by 6- inches. C. Seal bottom of weather barrier to thru -wall flashing with tape or sealing membrane. 3.5 THRU -WALT. FLASHING / WEATHER BARRIER INTERFACE AT WINDOW l-IEAD A. Cut flap in weather barrier at window head. 13. Prime exposed sheathing. C. Install lintel as required. Verify end darns extend 4 inches minimum beyond opening. D. Install end dams bedded in sealant. E. Adhere 2 inches minimum thru -wall flashing to wall sheathing. Overlap lintel with thru -wall flashing and extend % inch minimum beyond outside edge of lintel to form drip edge. F. Apply sealant along thru -wall flashing edges. G. Fold weather barrier flap back into place and tape bottom edge to thru-wall flashing. H. Tape diagonal cuts of weather barrier. I. Secure weather barrier flap with fasteners. 3.6 PROTECTION A. Protect installed flexible flashing from damage during construction. END OF SECTION 040523 05/15/2012 THRU WALL FLASHING 040523 ..5 Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(F0- 88880003) SECTION 042000 - UNIT MASONRY PART 1 GENERAL 1,1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY Section Includes: 1. Concrete masonry units. 2. Concrete building brick. 3. Face brick. 4. Mortar and grout. 5. Steel reinforcing bars. 6. Masonry joint reinforcement. 7. Ties and anchors. 8. Miscellaneous masonry accessories. 1.3 DEFINITIONS A. CMU(s): Concrete rnasonry unit(s). B. Reinforced Masonry: Masonry containing reinforcing steel in grouted cells. 1.4 PERFORMANCE REQU1REMENTS 05/15/2012 A. Provide unit masonry that develops indicated net -area compressive strengths at 28 days. 1. Determine net -area compressive strength of masonry from average net -area compressive strengths of masonry units and mortar types (unit - strength method) according to Tables 1 and 2 in ACI 530.1 /ASCE 6/TMS 602. 2. Determine net -area 'compressive strength of masonry by testing masonry prisms according to ASTM C 1314. 1.5 PRECONSTRUCTION TESTING A. Preconstruction Testing Service: Owner may engage a qualified independent testing agency to perform preconstruction testing indicated below. Retesting of materials that fail to comply with specified requirements shall be done at Contractor's expense. UNPI' MASONRY 042000 - • Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) 1. Clay Masonry Unit Test: For each type of unit required, according to ASTM C 67 for compressive strength. 2. Concrete Masonry Unit Test: For each type of unit required, according to ASTM C 140 for compressive strength. 3. Mortar Test (Property Specification): For each mix required, according to ASTM C 109 /C 109M for compressive strength, ASTM C 1506 for water retention, and ASTM C 91 for air content. 4. Mortar Test (Property Specification): For each mix required, according to ASTM C 780 for compressive strength. 5. Grout Test (Compressive Strength): For each mix required, according to ASTM C 1019. 6. Prism Test: For each type of construction required, according to ASTM C 1314. 1.6 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: For the following: 1. Masonry Units: Show sizes, profiles, coursing, and locations of special shapes. 2. Stone Trim Units: Show sizes, profiles, and locations of each stone trim unit required. 3. Reinforcing Steel: Detail bending and placement of unit masonry reinforcing bars. Comply with AC1 315, "Details and Detailing of Concrete Reinforcement C. Samples for Initial Selection: 1. Face Brick 2. Colored mortar. 3. Weep holes/vents. D. Samples for Verification: For each type and color of the following: 05/15/2012 1. Exposed CMUs. 2. Pre -faced CMUs. 3. Face Brick. 4. Special brick shapes. 5. Pigmented mortar. Make Samples using same sand and mortar ingredients to be used on Project. 6. Weep Holes 7. Accessories embedded in masonry. 1.7 INFORMATIONAL SUk3MI'1 "TALS A. List of Materials Used in Constructing Mockups: List generic product names together with manufacturers, manufacturers` product names, model numbers, lot numbers, batch numbers, source of supply, and other information as required to identify materials used. Include mix proportions for mortar and grout and source of aggregates. UN1'I' MASONRY 042000 - 2 • Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) I. Submittal is for information only. Neither receipt of list nor approval of mockup constitutes approval of deviations from the Contract Documents unless such deviations are specifically brought to the attention of Architect and approved in writing. B. Qualification Data: For testing agency. C. Material Certificates: For each type and size of the following: 05/15/2012 1. Masonry units. a. Include data on material properties material test reports substantiating compliance with requirements. b. For brick, include size - variation data verifying that actual range of sizes falls within specified tolerances. c. For exposed brick, include test report for efflorescence according to ASTM C 67. 2. Cementitious materials. Include brand, type, and name of manufacturer. 3. Prebtended, dry mortar mixes. Include description of type and proportions of ingredients. 4. Grout mixes. Include description of type and proportions of ingredients. 5. Reinforcing bars. 6. Joint reinforcement. 7. Anchors, ties, and metal accessories. D. Mix Designs: For each type of mortar and grout. Include description of type and proportions of ingredients. 1. Include test reports for mortar mixes required to comply with property specification. Test according to ASTM C 1091C 109M for compressive strength, ASTM C 1506 for water retention, and ASTM C 91 for air content. 2. Include test reports, according to ASTM C 1019, for grout mixes required to comply with compressive strength requirement. E. Statement of Compressive Strength of Masonry: For each combination of masonry unit type and mortar type, provide statement of average net -area compressive strength of masonry units, mortar type, and resulting net -area compressive strength of masonry determined according to Tables I and 2 in ACI 530.1 /ASCE 6/TMS 602. F. Cold- Weather and Hot- Weather Procedures: Detailed description of methods, materials, and equipment to be used to comply with requirements. 1.8 QUALITY ASSURANCE A. 'Testing Agency Qualifications: Qualified according to ASTM C 1093 for testing indicated. 13. Source Limitations for Masonry Units: Obtain exposed masonry units of a uniform texture and color, or a uniform blend within the ranges accepted for these characteristics, from single source from single manufacturer for each product required. UNIT MASONRY 042000 - 3 For Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG-88880003) 05/15/2012 C. Source Limitations for Mortar Materials: Obtain mortar ingredients of a uniform quality, including color for exposed masonry, from single manufacturer for each cementitious component and from single source or producer for each aggregate. D. Masonry Standard: Comply with ACI 530.1 /ASCE 6/TMS 602 unless modified by requirements in the Contract Documents. E. Sample Panels: Build sample panels to verify selections made under sample submittals and to demonstrate aesthetic effects. 1. Build sample panels for each type of exposed unit masonry construction, typical exterior wall, and typical interior wall in sizes approximately 60 inches long by 48 inches by full thickness. 2. Clean exposed faces of panels with masonry cleaner indicated. 3. Protect approved sample panels from the elements with weather - resistant membrane. 4. Approval of sattiple panels is for color, texture, and blending of masonry units; relationship of mortar and sealant colors to masonry unit colors; tooling of joints; aesthetic qualities of workmanship; and other material and construction qualities specifically approved by Architect in writing. a. Approval of sample panels does not constitute approval of deviations from the Contract Documents contained in sample panels unless such deviations are specifically approved by Architect in writing. F. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 01 Section "Project Management and Coordination." 1.9 DELIVERY, STORAGE, AND HANDLING A. Store masonry units on elevated platforms in a dry location. If units are not stored in an enclosed location, cover tops and sides of stacks with waterproof sheeting, securely tied. If units become wet, do not install until they are dry. 13. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp. C. Store aggregates where grading and other required characteristics can be maintained and contamination avoided. D. Deliver preblended, dry mortar rnix in moisture- resistant containers designed for use with dispensing silos. Store preblended, dry mortar inix in delivery containers on elevated platforms, under cover, and in a dry location or in covered weatherproof dispensing silos. 13. Store masonry accessories, including metal items, to prevent corrosion and accumulation of dirt and oil. UNIT MASONRY 042000 4 • Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) 1.10 PROJECT CONDITIONS 05/15/2012 A. Protection of Masonry: During construction, cover tops of walls, projections, and sills with waterproof sheeting at end of each day's work. Cover partially completed masonry when construction is not in progress. 1. Extend cover a minimum of 24 inches down both sides of walls and hold cover securely in place. 2. Where one wythe of multiwythe masonry walls is completed in advance of other wythes, secure cover a minimum of 24 inches down face next to =constructed wythe and hold cover in place. 13. Do not apply uniform floor or roof loads for at least 12 hours and concentrated loads for at least three days after building masonry walls or columns. C. Stain Prevention: Prevent grout, mortar, and soil from staining the face of masonry to be left exposed or painted. Immediately remove grout, mortar, and soil that come in contact with such masonry. I. Protect base of walls from rain - splashed mud and from mortar splatter by spreading coverings on ground and over wall surface. 2. Protect sills, ledges, and projections from mortar droppings. 3. Protect surfaces of window and door frames, as well as similar products with painted and integral finishes, from mortar droppings. 4. Turn scaffold boards near the wall on edge at the end of each day to prevent rain from splashing mortar and dirt onto completed masonry. D. Cold - Weather Requirements: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen substrates. Remove and replace unit masonry damaged by frost or by freezing conditions. Comply with cold- weather construction requirements contained in ACI 530.1 /ASCE 6 /TMS 602. I. Cold- Weather Cleaning: Use liquid cleaning methods only when air temperature is 40 deg Ii (4 deg C) and higher and will remain so until masonry has dried, but not less than seven days after completing cleaning. E. Hot - Weather Requirements: Comply with hot - weather construction requirements contained in ACI 530.1 /ASCF 6 /TMS 602. PART 2 - PRODUCTS 2.1 MASONRY UNI'T'S, GENERAL A. Defective Units: Referenced masonry unit standards may allow a certain percentage of units to contain chips, cracks, or other defects exceeding limits stated in the standard. Do not use units where such defects will be exposed in the completed Work. UNIT MASONRY 042000 - 5 Fort Gordon Gate 4 05/15/2012 Booster Pump Station Project NoJCU- 0068(PG- 88880003) B. Fire- Resistance Ratings: Where indicated, provide units that comply with requirements for fire- - resistance ratings indicated as determined by testing according to ASTM E 119, by equivalent masonry thickness, or by other means, as acceptable to authorities having jurisdiction. 2.2 CONCRETE MASONRY UNITS A. Regional Materials: CMUs shall be manufactured within 500 miles of Project site from aggregates and cement that have been extracted, harvested, or recovered, as well as manufactured, within 500 miles of Project site. B. CMUs: ASTM C 90. 1. Unit Compressive Strength: Provide units with minimum average net -area compressive strength of 2800 psi. 2. Density Classification: Normal weight. 3. Size (Width): Manufactured to dimensions 3/8 inch less than nominal dimensions. 4. Exposed Faces: Provide color and texture matching the range represented by Architect's sample. C Concrete Building Brick: ASTM C 55. 1. Unit Compressive Strength: Provide units with minimum average net -area compressive strength of 3050 psi . 2. Density Classification: Normal weight. 3. Size (Actual Dimensions): 3 -5/8 inches (92 min) wide by 2 -1/4 inches high by 7 -5/8 inches (194 nun) long. 2.3 CONCRETE LINTELS A. General; Provide one of the following: 13. Concrete Lintels: ASTM C 1623, matching CMUs in color, texture, and density classification; and with reinforcing bars indicated. Provide lintels with net -area compressive strength not less than CMUs. C. Masonry Lintels: Prefabricated masonry lintels with reinforcing bars placed as indicated and filled with coarse grout. Cure precast lintels before handling and installing. Temporarily support built -in -place lintels until cured. 2.4 BRICK A. General: Provide allowance for 2 colors of brick: Face Brick Field : $40011000 brick Accent Face Brick : $450/ 10000 brick B. Face Brick: Facing brick complying with ASTM C 216 UNIT MASONRY 042000 - 6 Fort Gordon Gate 4 05/15/2012 Booster Pump Station Project No.ICU -0068(FG- 88880003) 1. Products: Subject to compliance with requirements, provide 2 types of brick as indicated on drawings. 2. Grade: SW 3. Type: FI3X 4. Unit Compressive Strength: Provide units with minimum average net -area compressive strength of 3000 psi 5. Initial Rate of Absorption: Less than 30 g/30 sq. in. per minute when tested per ASTM C 67. 6. Efflorescence: Provide brick that has been tested according to ASTM C 67 and is rated "not effloresced.' 7. Size (Actual Dimensions): 3 -5/8 inches wide by 2-1/4 inches high by 7 -5/8 inches. 8. Application: Use where brick is exposed unless otherwise indicated. C. Building (Common) Brick: ASTM C 62, Grade SW 1. Unit Compressive Strength: Provide units with minimum average net -area compressive strength of 3000psi 2. Size: Match size of face brick. 3. Application: Use where brick is indicated for concealed locations. Face brick complying with requirements for grade, compressive strength, and size indicated for building brick may be substituted for building brick. 2.5 MORTAR AND GROUT MATERIALS A. Regional Materials: Aggregate for mortar and grout, cement, and lime shall be extracted, harvested, or recovered, as well as manufactured, within 500 miles of Project site. B. Portland Cement: ASTM C 150, Type I or II, except Type 111 may be used for cold - weather construction. Provide natural color or white cement as required to produce mortar color indicated. C. } hydrated Lime: ASTM C 207, Type S. D. Portland Cement -Lime Mix: Packaged blend of portland cement and hydrated lime containing no other ingredients. E. Masonry Cement: ASTM C 91. 1. Products: Subject to compliance with requirements, provide the following: a. 2 colors Cemex Custom Color Masonry Mix for exterior face brick installations. b. Standard gray mortar for emu installations. F. Mortar Cement: ASTM C 1329. 1. Products: Subject to compliance with requirements, provide the following: a. 2 colors Cemex Custom Color Masonry Mix for exterior face brick installations. b. Standard gray mortar for cmu installations. UNIT MASONRY 042000 - 7 • Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) 1. Products: Subject to compliance with requirements, provide the following: a. Cemex Custom Color Masonry Mix 1. Aggregate for Mortar: ASTM C 144. L. Water: Potable. 2.6 REINFORCEMENT a. Cemex Custom Color Masonry Mix 05/15/2012 G. Mortar Pigments: Natural and synthetic iron oxides and chromium oxides, compounded for use in mortar mixes and complying with ASTM C 979. Use only pigments with a record of satisfactory performance in masonry mortar. 1. Products: Subject to compliance with requirements, provide one of the following: 11. Colored Cement Product: Packaged blend made from masonry cement or mortar cement and mortar pigments, all complying with specified requirements, and containing no other ingredients. 2. Formulate blend as required to produce color indicated or, if not indicated, as selected from manufacturer's standard colors. 3. Pigments shall not exceed 10 percent ofportland cement by weight. 4. Pigments shall not exceed 5 percent of masonry cement or mortar cement by weight. 1. For mortar that is exposed to view, use washed aggregate consisting of natural sand or crushed stone. 2. For joints less than 1/4 inch thick, use aggregate graded with 100 percent passing the No. 16 sieve. 3. White - Mortar Aggregates: Natural white sand or crushed white stone. 4. Colored - Mortar Aggregates: Natural sand or crushed stone of color necessary to produce required mortar color. J. Aggregate for Grout: ASTM C 404. K. Water - Repellent Admixture: Liquid water - repellent mortar admixture intended for use with CMUs containing integral water repellent by same manufacturer. 1. Products: Subject to compliance with requirements, provide one of the following: a. ACM Chemistries; RainBloc for Mortar. b. BASF Aktiengesellschaft; Rheopel Mortar Admixture. c. Grace Construction Products, W. R. Grace & Co. - Conn.; Dry -Block Mortar Admixture, A. Uncoated Steel Reinforcing Bars: ASTM A 615/A 615M or ASTM A 996/A 996M, Grade 60 (Grade 420). UNIT MASONRY 04200() - 8 • Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) B. Masonry Joint Reinforcement, General: ASTM A 951/A 951 M. 05/15 /2012 1. Interior Walls: galvanized, carbon steel. 2. Exterior Walls: galvanized, carbon steel. 3. Wire Size for Side Rods: 0.148 -inch diameter. 4. Wire Size for Cross Rods: 0.148 -inch diameter. 5. Spacing of Cross Rods, Tabs, and Cross Ties: Not more than 16 inches (407 mm) o.c. 6. Provide in lengths of not less than 10 feet (3 m) with prefabricated corner and tee units. C. Masonry Joint Reinforcement for Single - Wythe Masonry: Either ladder or truss type with single pair of side rods. See structural drawings. D. Masonry Joint Reinforcement for Multiwythe Masonry: 1. Tab type, either ladder or truss design, with 1 side rod at each face shell of backing wythe and with rectangular tabs sized to extend at least halfway through facing wythe but with at least 5/8 -inch (16 -nun) cover on outside face. 2.7 TIES AND ANCHORS A. Materials: Provide ties and anchors specified in this article that are made from materials that comply with the following unless otherwise indicated. 1. MW-Galvanized, Carbon -Steel Wire: ASTM A 82/A 82M; with ASTM A 641 /A 641 M, Class 1 coating. 2. Galvanized Steel Sheet: ASTM A 653/A 653M, Commercial Steel, G60 (2180) zinc coating. 3. Steel Plates, Shapes, and Bars: ASTM A 36 /A 36M. B. Wire Ties, General: Unless otherwise indicated, size wire ties to extend at least halfway through veneer but with at least 5/8 -inch (I 6 -mm) cover on outside face. Outer ends of wires are bent 90 degrees and extend 2 inches (50 mm) parallel to face of veneer. C. Individual Wire Ties: Rectangular units with closed ends and not less than 4 inches (100 mm) wide. 1. Z- shaped ties with ends bent 90 degrees to provide hooks not less than 2 inches (50 mm) long may be used for masonry constructed from solid units. 2. Where wythes do not align use adjustable ties with pintle-and-eye connections having a maximum adjustment of 1 -1/4 inches (32 mm). 3. Wire: Fabricate from 3/16 -inch- (4.76-nun-) diameter, hot -dip galvanized steel wire. Mill - galvanized wire ties may be used in interior walls unless otherwise indicated. D. Adjustable Masonry - Veneer Anchors: 1. General: Provide anchors that allow vertical adjustment but resist tension and compression forces perpendicular to plane of wall and as follows: UNIT MASONRY 042000 - 9 • Fort Gordon Gate 4 Booster Pump Station Project No.1CU- 0068(FG- 88880003) a. Structural Performance Characteristics: Capable of withstanding a 100 -Ibf (445 - N) load in both tension and compression without deforming or developing play in excess of 0.05 inch (1.3 min). 2. Contractor's Option: Unless otherwise indicated, provide any of the following types of anchors: a. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: 1) Dayton Superior Corporation, Dur -O -Wal Division; D/A 213 or D/A 210 with D/A 700 -708. 2) Heckmann Building Products Inc.; 315 -D with 316 or Pos -I -Tie. 3) Hohmann & Barnard, Inc.; DW -10 DW- 10I-IS or DW -I0 -X. 4) Wire -Bond; 1004, Type 111 RJ-7 I or SureTie. 3. Slip -in, Masonry - Veneer Anchors: Units consisting of a wire tie section and an anchor section designed to interlock with metal studs and be slipped into place as sheathing is installed. a. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: 1) Hohmann & Barnard, Inc.; AA308. 2.8 MISCELLANEOUS ANCHORS I. indicated. 2.9 EMBEDDED FLASHING MATERIALS 05/1 5/2012 A. Metal Flashing: Provide metal flashing complying with SMACNA's "Architectural Sheet Metal Manual" and as follows: 1. Fabricate continuous flashings in sections 96 inches long minimum, but not exceeding 12 feet . Provide splice plates at joints of formed, smooth metal flashing. 2. Fabricate through -wall metal flashing embedded in masonry from stainless steel, with ribs at 3 -inch intervals along length of flashing to provide an integral mortar bond. 3. Fabricate through -wall flashing with snaplock receiver on exterior face where indicated to receive counterflashing. 4. Fabricate through -wall flashing with drip edge indicated. Fabricate by extending flashing %z inch out from wall, with outer edge bent down 30 degrees and hemmed. 5. Fabricate through -wall flashing with sealant stop . Fabricate by bending metal back on itself 3/4 inch at exterior face of wall and down into joint 1/4 inch to form a stop for retaining sealant backer rod. 6. Fabricate metal drip edges and sealant stops for ribbed metal flashing from plain metal flashing of same metal as ribbed flashing and extending at lease 3 inches into wall with hemmed inner edge to receive ribbed flashing and form a hooked seam. Form hem on upper surface of metal so that completed seam will shed water. 7. Metal Drip Edge: Fabricate from stainless steel. Extend at least 3 into wall and 1/2 inch out from wall, with outer edge bent down 30 degrees and hemmed. UNIT MASONRY 042000 - 10 • Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) 8, Metal Sealant Stop: Fabricate from stainless steel. Extend at least 3 inches into wall and out to exterior face of wall. At exterior face of wall, bend metal back on itself for 3/4 inch and down into joint 1/4 inch to form a stop for retaining sealant backer rod. 13. Flexible Plashing: (See also Sections 042000, 076200, and 076500) 05/15/2012 I . Rubberized- Asphalt Flashing: Composite flashing product consisting of a pliable, adhesive rubberized - asphalt compound, bonded to a high- density, cross - laminated polyethylene flm to produce an overall thickness of not less than 0.030 inches. a. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: I) Grace Construction Products, W. R. Grace & Co, - Conn.; Perm- A- Barrier Wall FIashing, Vycor b. Accessories: Provide preformed corners, end dams, other special shapes, and seaming materials produced by flashing manufacturer. C. Application: Unless otherwise indicated, use the following: 1. Where flashing is indicated to receive counter flashing, use metal flashing. 2. Where flashing is indicated to be turned down at or beyond the wall face, use metal flashing. 3. Where flashing is partly exposed and is indicated to terminate at the wall face, use metal flashing with a drip where flashing is fully concealed, use flexible flashing. D. Adhesives, Primers, and Seam Tapes for Flashings: Flashing manufacturer's standard products or products recommended by flashing manufacturer for bonding flashing sheets to each other and to substrates. 2.10 MISCELLANEOUS MASONRY ACCESSORIES A. Compressible Filler: Premolded filler strips complying with ASTM D 1056, Grade 2A1; compressible up to 35 percent; of width and thickness indicated; formulated from neoprene . 13. Bond - Breaker Strips: Colored Rubber Expansion joint Material, RE FLEX by JD Russell Company, color Concrete Gray, meeting ASTM D1751 and D1752. C. Weep /Vent Products: Use the following unless otherwise indicated: I. Wicking Material: Absorbent rope, made from cotton or UV- resistant synthetic fiber, 1/4 to 3/8 in diameter, in length required to produce 2 -inch exposure on exterior and 18 inches in cavity. Use only for weeps. a. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: 1) Advanced Building Products Inc.; Mortar Maze weep vent. 2) Biok -Lok Limited; CeII -Vent. UNIT MASONRY 042000 -1 1 Fort Gordon Gate 4 Booster Pump Station Project No.1CU- 0068(FG- 88880003) 3) Dayton Superior Corporation, Dur -O -Wal Division; Cell Vents. 4) Heckmann Building Products Inc.; No. 85 Cell Vent. 5) Hohmann & Barnard, Inc.; Quadro -Vent. 6) Wire - Bond; Cell Vent. D. Cavity Drainage Material: Free - draining mesh, made from polymer strands that will not degrade within the wall cavity. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Archovations, Inc.; CavClear Masonry Mat. 2. Provide one of the following configurations: a. Sheets or strips full depth of cavity and installed to full height of cavity. 2.11 CAVITY -WALL INSULATION 2.12 MASONRY CLEANERS 2.13 MORTAR AND GROUT MIXES 05/15/2012 A. Polyisocyanurate Board Insulation: ASTM C 1289, Type I (aluminum -foil- faced), Class 2 (glass- fiber - reinforced). B. Adhesive: Type recommended by insulation board manufacturer for application indicated. A. Proprietary Acidic Cleaner: Manufacturer's standard - strength cleaner designed for removing mortar/grout stains, efflorescence, and other new construction stains from new masonry without discoloring or damaging masonry surfaces. Use product expressly approved for intended use by cleaner manufacturer and manufacturer of masonry units being cleaned. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Diedrich Technologies, Inc. b. EaCo Chem, Inc. c. ProSoCo, Inc. A. General: Do not use admixtures, including pigments, air - entraining agents, accelerators, retarders, water - repellent agents, antifreeze compounds, or other admixtures, unless otherwise indicated. 1. Do not use calcium chloride in mortar or grout. 2. Use porttand cement -lime or masonry cement mortar unless otherwise indicated. 3. Add cold - weather admixture (if used) at same rate for all mortar that will be exposed to view, regardless of weather conditions, to ensure that mortar color is consistent. UNIT MASONRY 042000 - 12 Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) PART 3 - EXECUTION 3.1 EXAMINATION 05/15/2012 B. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in form of a preblended inix. Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients before delivering to Project site. C. Mortar for Unit Masonry: Comply with ASTM C 270, Property Specification. Provide the following types of mortar for applications stated unless another type is indicated. 1. For masonry below grade or in contact with earth, use Type M. 2. For reinforced masonry, use Type S. 3. For mortar parge coats, use Type S. D. Pigmented Mortar: Use colored cement product or select and proportion pigments with other ingredients to produce color required. Do not add pigments to colored cernent products. I. Pigments shall not exceed 10 percent of portland cement by weight. 2. Pigments shall not exceed 5 percent of masonry cement by weight. 3. Mix to match Architect's sample. 4. Application: Use pigmented mortar for exposed mortar joints with the following units: a. Face brick. E. Colored- Aggregate Mortar: Produce required mortar color by using colored aggregates and natural color or white cement as necessary to produce required mortar color. 1. Mix to match Architect's sample. 2. Application: Use colored aggregate mortar for exposed mortar joints with the following units: a. Face brick. F. Grout for Unit Masonry: Comply with ASTM C 476. 1. Use grout of type indicated or, if not otherwise indicated, of type (fine or coarse) that will comply with Table 1.15.1 in ACI 530.1 /ASCE6 /TMS 602 for dirnensions of grout spaces and pour height: A. Examine conditions, with Installer present, for compliance with requirements for installation, tolerances and other conditions affecting performance of the Work. 1. For the record, prepare written report, endorsed by Installer, listing conditions detrimental to performance of work. 2. Verify that foundations are within tolerances specified. 3. Verify that reinforcing dowels are properly placed. 13. Before installation, examine rough -in and built -in construction for piping systems to verify actual locations of piping connections. UNIT MASONRY 042000 - 13 • Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION, GENERAL 3.3 TOLERANCES A. Dimensions and Locations of Elements: B. Lines and Levels: 05/15/2012 A. Thickness: Build cavity and composite walls and other masonry construction to full thickness shown. Build single -wythe walls to actual widths of masonry units, using units of widths indicated. B. Build chases and recesses to accommodate items specified in this and other Sections. C. Leave openings for equipment to be installed before completing masonry. After installing equipment, complete masonry to match the construction immediately adjacent to opening. D. Use full -size units without cutting if possible. If cutting is required to provide a continuous pattern or to fit adjoining construction, cut units with motor - driven saws; provide clean, sharp, unchipped edges. Allow units to dry before laying unless wetting of units is specified. Install cut units With cut surfaces and, where possible, cut edges concealed. 13. Select and arrange units for exposed unit masonry to produce a uniform blend of colors and textures. I. Mix units from several pallets or cubes as they are placed. F. Matching Existing Masonry: Match coursing, bonding, color, and texture of existing masonry. G. Wetting of Brick: Wet brick before laying if initial rate of absorption exceeds 30 g /30 sq. in. per minute when tested per ASTM C 67. Allow units to absorb water so they are damp but not wet at time of laying. 1. For dimensions in cross section or elevation do not vary by more than plus 1/2 inch or minus 1/4 inch . 2. For location of elements in plan do not vary from that indicated by more than plus or minus 1/2 inch. 3. For location of elements in elevation do not vary from that indicated by more than plus or minus 1/4 inch in a story height or 1/2 inch total. 1. For bed joints and top surfaces of bearing walls do not vary from level by more than 1/4 inch in 10 feet, or 1/2 inch maximum. 2. For conspicuous horizontal lines, such as lintels, sills, parapets, and reveals, do not vary from level by more than 1/8 inch in 10 feet (3 min in 3 m), 1/4 inch in 20 feet (6 tnm in 6 m), or 1/2 inch (12 min) maximum. UNIT MASONRY 042000 - 14 Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(PG- 88880003) C. Joints: 05/15/2012 3. For vertical lines and surfaces do not vary from plumb by more than 1/4 inch in 10 feet (6 min in 3 m), 3/8 inch in 20 feet (9 mm in 6 m), or 1/2 inch (12 mm) maximum. 4. For conspicuous vertical lines, such as external comers, door jambs, reveals, and expansion and control joints, do not vary from plumb by more than 1/8 inch in 10 feet (3 rum in 3 m), 1/4 inch in 20 feet (6 mm in 6 m), or 1/2 inch (12 turn) maximum. 5. For lines and surfaces do not vary from straight by more than 1/4 inch in 10 feet (6 nzni in 3 m), 3/8 inch in 20 feet (9 rani in 6 nu), or 1/2 itch (12 nun) maximum. 6. For vertical alignment of exposed head joints, do not vary from plumb by more than 1/4 inch in 10 feet (6 min in 3 in), or 1/2 inch (12 min) maximum. 7. For faces of adjacent exposed masonry units, do not vary from flush alignment by more than 1/16 inch (1.5 rum) except due to warpage of masonry units within tolerances specified for warpage of units. 1. For bed joints, do not vary from thickness indicated by more than plus or minus 1/8 inch {3 mm), with a maximum thickness limited to 1/2 inch (12 mm). 2. For exposed bed joints, do not vary from bed joint thickness of adjacent courses by more than 1/8 inch (3 mm). 3. For head and collar joints, do not vary from thickness indicated by more than plus 3/8 inch (9 mm) or minus 1/4 inch (6 ruin). 4. For exposed head joints, do not vary from thickness indicated by more than plus or minus 1/8 inch (3 mm) 5. For exposed bed joints and head joints of stacked bond, do not vary from a straight line by more than 1/16 inch (1.5 mni) from one masonry unit to the next. 3.4 LAYING MASONRY WALLS A. Lay out walls in advance for accurate spacing of surface bond patterns with uniform joint thicknesses and for accurate location of openings, movement -type joints, returns, and offsets. Avoid using less-than-half-size units, particularly at corners, jambs, and, where possible, at other locations. B. Bond Pattern for Exposed Masonry: Unless otherwise indicated, lay exposed masonry in running bond; do not use units with less than nominal 4 -inch (100-mm) horizontal face dimensions at corners or jambs. C. Lay concealed masonry with all units in a wythe in running bond or bonded by lapping not less than 4- inches (100 -mum). Bond and interlock each course of each wythe at corners. Do not use units with less than nominal 4 -inch horizontal face dimensions at corners or jambs. D. Stopping and Resuming Work: Stop work by racking back units in each course from those in course below; do not tooth. When resuming work, clean masonry surfaces that are to receive mortar, reprove loose masonry units and mortar, and wet brick if required before laying fresh masonry. E. Built -in Work: As construction progresses, build in items specified in this and other Sections. Fill in solidly with masonry around built -in items. UNIT MASONRY 042000 - 15 Fort Gordon Gate 4 05/15/2012 Booster Pump Station Project No.ICU- 0068(FG- 88880003) F. Fill space between steel frames and masonry solidly with mortar unless otherwise indicated. G. Where built -in items are to be embedded in cores of hollow masonry units, place a Layer of metal lath, wire mesh, or plastic mesh in the joint below and rod mortar or grout into core. H. Fill cores in hollow CMUs with grout 24 inches under bearing plates, beams, lintels, posts, and similar items unless otherwise indicated. I. Build non - load - bearing interior partitions full height of story to underside of solid floor or roof structure above unless otherwise indicated. 1. Install compressible filler in joint between top of partition and underside of structure above. 2. Fasten partition top anchors to structure above and build into top of partition. Grout cells of CMUs solidly around plastic tubes of anchors and push tubes down into grout to provide 1/2 -inch clearance between end of anchor rod and end of tube. Space anchors 48 inches o.c. unless otherwise indicated. 3. Wedge non - load - bearing partitions against structure above with small pieces of tile, slate, or metal. Fill joint with mortar after dead -Ioad deflection of structure above approaches final position. 4. At fire -rated partitions, treat joint between top of partition and underside of structure above to comply with Division 07 Section "Fire- Resistive Joint Systems." 3.5 MORTAR BEDDING AND JOINTING A. Lay hollow CM U's as follows: 1. With face shells fully bedded in mortar and with head joints of depth equal to bed joints. 2. With webs fully bedded in mortar in all courses of piers, columns, and pilasters. 3. With webs fully bedded in mortar in grouted masonry, including starting course on footings. 4. With entire units, including areas under cells, fully bedded in mortar at starting course on footings where cells are not grouted. B. Lay solid masonry units with completely filled bed and head joints; butter ends with sufficient mortar to fill head joints and shove into place. Do not deeply furrow bed joints or slush head joints. 3.6 MASONRY -CELL INSULATION A. See Section 072014 Foamed in place insulation 3.7 MASONRY JOINT REINFORCEMENT A. General: Install entire length of longitudinal side rods in mortar with a minimum cover of 5/8 inch (16 mm) on exterior side of walls, 1/2 inch (13 mrn) elsewhere. Lap reinforcement a minimum of 6 inches (150 mm). UNIT MASONRY 042000 - 16 • Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) 1. Space reinforcement not more than 16 inches (406 mm) o.c. 2. Space reinforcement not more than 8 inches (203 mm) o.c. parapet walls. 3. Provide reinforcement not more than 8 inches (203 mm) above and extending 12 inches (305 mm) beyond openings in reinforcement. B. Interrupt joint reinforcement at control and expansion joints unless otherwise indicated. C. Provide continuity at wall intersections by using prefabricated T- shaped units. D. Provide continuity at corners by using prefabricated L- shaped units. Cut and bend reinforcing units as directed by manufacturer for continuity at returns, offsets, column fireproofing, pipe enclosures, and other special conditions. 3.8 ANCHORING MASONRY VENEERS A. Anchor masonry veneers to concrete and masonry backup with masonry- veneer anchors to comply with the following requirements: 1. Fasten anchors to concrete and masomy backup with metal fasteners of type indicated. Use two fasteners unless anchor design only uses one fastener. 2. Insert slip -in anchors in metal studs as sheathing is installed. Provide one anchor at each stud in each horizontal joint between sheathing boards. 3. Embed connector sections and continuous wire in masonry joints. Provide not less than 2 inches of air space between back of masonry veneer and face of sheathing. 4. Locate anchor sections to allow maximum vertical differential movement of ties up and down. 5. Space anchors as indicated, but not more than 18 inches o.c. vertically and 24 inches o.c. horizontally, with not less than 1 anchor for each 2 sq. ft. of wall area. Install additional anchors within 12 inches of openings and at intervals, not exceeding 8 inches , around perimeter. 6. Space anchors as indicated, but not more than 16 inches o.c. vertically and 16 inches o.c. horizontally with not Iess than 1 anchor for each 1.77 sq. ft. (0.33 sq. in) of wall area. Install additional anchors within 12 inches (305 mm) of openings and at intervals, not exceeding 36 inches (914 mm), around perimeter. 3.9 CONTROL AND EXPANSION JOINTS 05/15/2012 13. Form control joints in concrete masonry using one of the following methods: in foundation walls and and below wall openings addition to continuous A. General: Install control and expansion joint materials in unit masonry as masonry progresses. Do not allow materials to span control and expansion joints without provision to allow for in- plane wall or partition movement. UNIT MASONRY 042000 - 17 • Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) 3.10 LINTELS 1. Fit bond - breaker strips into hollow contour in ends of CMUs on one side of control joint, Fill resultant core with grout and rake out joints in exposed faces for application of sealant. 2. Install preformed control joint gaskets designed to fit standard sash block. 3. Install interlocking units designed for control joints. Install bond- breaker strips at joint. Keep head joints free and clear of mortar or rake out joint for application of sealant. 4. Install temporary foam- plastic tiller in head joints and remove filler when unit masonry is complete for application of sealant. C. Form expansion joints in brick as follows: 1. Build flanges of metal expansion strips into masonry. Lap each joint 4 inches in direction of water flow. Seal joints below grade and at junctures with horizontal expansion joints if any. 2. Build flanges of factory - fabricated, expansion joint units into masonry. 3. Build in compressible joint fillers where indicated. 4. Fonn open joint full depth of brick wythe and of width indicated, but not less than 3/8 inch for installation of sealant and backer rod specified in Division 07 Section "Joint Sealants." A. Install steel lintels where indicated. B. Provide masonry lintels where shown and where openings of more than 12 inches for brick -size units and 24 inches for block-size, units are shown without structural steel or other supporting 1 intels. C. Provide minimum bearing of 8 inches at each jamb unless otherwise indicated. 3.11 FLASHING, WEEP HOLES, CAVITY DRAINAGE, AND VENTS O5 /1 5/2012 A. General: Install embedded flashing and weep holes in masonry at shelf angles, lintels, ledges, other obstructions to downward flow of water in wall, and where indicated. Install vents at shelf angles, ledges, and other obstructions to upward flow of air in cavities, and where indicated. B. Install flashing as follows unless otherwise indicated: 1. Prepare masonry surfaces so they are smooth and free from projections that could puncture flashing. Where flashing is within mortar joint, place through -wall flashing on sloping bed of mortar and cover with mortar. Before covering with mortar, seal penetrations in flashing with adhesive, sealant, or tape as recommended by flashing manufacturer. 2. At lintels and shelf angles, extend flashing a minimunm of 6 inches into masonry at each end. At heads and sills, extend flashing 6 inches at ends and turn up not less than 2 inches to form end darns. UNIT MASONRY 042000 - 18 Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) 3. interlock end joints of ribbed sheet metal flashing by overlapping ribs not less than 1 -1/2 inches (38 mm) or as recommended by flashing inanufacturer, and seal lap with elastomeric sealant complying with requirements for application indicated. 4. Install metal drip edges with ribbed sheet metal flashing by interlocking hemmed edges to form hooked seam. Seal seam with elastomeric sealant for application indicated. 5. Install metal drip edges beneath flexible flashing at exterior face of wall. Stop flexible flashing 1/2 inch (13 mm) back from outside face of wall and adhere flexible flashing to top of metal drip edge. 6. Install metal flashing termination beneath flexible flashing at exterior face of wall. Stop flexible flashing 1/2 inch (13 mm) back from outside face of wall and adhere flexible flashing to top of metal flashing termination. 7. Cut flexible flashing off flush with face of wall after masonry wall construction is completed. C. Install reglets and Hailers for flashing and other related construction where they are shown to be built into masonry. D. Install weep holes in head joints in exterior wythes of first course of masonry immediately above embedded flashing and as follows: 1. Use specified weep products to form weep holes. 2. Use wicking material to form weep holes above flashing under brick sills. Turn wicking down at Hp of sill to be as inconspicuous as possible. 3. Space weep holes 24 inches o.c. unless otherwise indicated. 4. Space weep holes formed from wicking material 16 inches o.c. 5. Cover cavity side of weep holes with plastic insect screening at cavities insulated with loose -fill insulation. 6. Trim wicking material flush with outside face of wall after mortar has set. E Place cavity drainage material in cavities to comply with configuration requirements for cavity drainage material in "Miscellaneous Masonry Accessories" Article. F. Install vents in head joints in exterior wythes at spacing indicated. Use weep products to form vents. 1. Close cavities off vertically and horizontally with blocking in manner indicated. Install through -wall flashing and weep holes above horizontal blocking. 3.12 REINFORCED UNIT MASONRY INSTALLATION 05/15/2012 A. Temporary Formwork and Shores: Construct formwork and shores as needed to support reinforced masonry elements during construction. 1. Construct formwork to provide shape, line, and dimensions of completed masonry as indicated. Make forms sufficiently tight to prevent leakage of mortar and grout. Brace, tie, and support forms to maintain position and shape during construction and curing of reinforced masonry. UNIT MASONRY 042000 - 19 • Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(FG- 88880003) 2. Do not remove forms and shores until reinforced masonry members have hardened sufficiently to carry their own weight and other loads that may be placed on them during construction. B. Placing Reinforcement: Comply with requirements in ACI 530.1 /ASCE 6 /'TMs 602. C. Grouting: Do not place grout until entire height of masonry to be grouted has attained enough strength to resist grout pressure. I . Comply with requirements in ACI 530.1 /ASCE 6/TMS 602 for cleanouts and for grout placement, including minimum grout space and maximum pour height. 2. Limit height of vertical grout pours to not more than 60 inches. 3.13 FIELD QUALITY CONTROL A. Testing and Inspecting: Owner will engage special inspectors to perform tests and inspections and prepare reports. Allow inspectors access to scaffolding and work areas, as needed to perform tests and inspections. Retesting of materials that fail to comply with specified requirements shall be done at Contractor's expense. B. Inspections: Level 1 or Level 2 special inspections according to the "International Building Cod." As Noted on Design Documents. 1. Begin masonry construction only after inspectors have verified proportions of site - prepared mortar. 2. Place grout only after inspectors have verified compliance of grout spaces and of grades, sizes, and locations of reinforcement. 3. Place grout only after inspectors have verified proportions of site - prepared grout. C. 'Testing Prior to Construction: One set of tests. 05/15/2012 D. Testing Frequency: One set of tests for each 5000 sq. ft. (464 sq. m) of wall area or portion thereof. E. Clay Masonry Unit Test: For each type of unit provided, according to ASTM C 67 for compressive strength. F. Concrete Masonry Unit Test: For each type of unit provided, according to ASTM C 140 for compressive strength. G. Mortar Aggregate Ratio Test (Proportion Specification): For each mix provided, according to ASTM C 780. H. Mortar Test (Property Specification): For each mix provided, according to ASTM C 780. Test mortar for mortar air content and compressive strength. 1. Grout Test (Compressive Strength): For each mix provided, according to ASTM C 1019. UNIT MASONRY 042000 - 20 Fort Gordon Gate 4 Booster Pump Station Project No.ICU- 0068(1 ?G - 88880003) 3.14 REPAIRING, POINTING, AND CLEANING 3.15 MASONRY WASTE DISPOSAL 05/15/2012 3. Prism Test: For each type of construction ptnvided, according to ASTM C 1314 at 7 days and at 28 days. A. Remove and replace masonry units that are loose, chipped, broken, stained, or otherwise damaged or that do not match adjoining units. Install new units to snatch adjoining units; install in fresh mortar, pointed to eliminate evidence of replacement. B. Pointing: During the tooling of joints, enlarge voids and holes, except weep holes, and completely fill with mortar. Point up joints, including corners, openings, and adjacent construction, to provide a neat, uniform appearance. Prepare joints for sealant application, where indicated. C. In- Progress Cleaning: Clean unit masonry as work progresses by dry brushing to remove mortar fins and smears before tooling joints. D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed masonry as follows: I . Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Test cleaning methods on sample wall panel; leave one -half of panel =cleaned for comparison purposes. Obtain Architect's approval of sample cleaning before proceeding with cleaning of masonry. 3. Protect adjacent stone and nonmasonry surfaces from contact with cleaner by covering then with liquid strippable masking agent or polyethylene film and waterproof masking tape. 4. Wet wall surfaces with water before applying cleaners; remove cleaners promptly by rinsing surfaces thoroughly with clear water. S. Clean brick by bucket- and -brush hand - cleaning method described in BIA Technical Notes 20. 6. Clean masonry with a proprietary acidic cleaner applied according to manufacturer's written instructions. 7. Clean concrete masonry by cleaning method indicated in NCMA TEK 8 -2A applicable to type of stain on exposed surfaces. 8. Clean stone trim to comply with stone supplier's written instructions. 9. Clean limestone units to comply with recommendations in ILI's "Indiana Limestone Handbook." A. Salvageable Materials: Unless otherwise indicated, excess masonry materials are Contractor's property. At completion of unit masonry work, remove from Project site. 13. Waste Disposal as Fill Material: Dispose of clean masonry waste, including excess or soil - contaminated sand, waste mortar, and broken masonry units, by crushing and mixing with fill material as fill is placed. UNIT MASONRY 042000 - 21 Fort Gordon Gate 4 Booster Pump Station Project No.1CU- 0068(PG- 88880003) 05/1 5/2012 1. Crush masonry waste to less than 4 incites (100 mm) in each dimension. 2. Mix masonry waste with at least two parts of specified fill material for each part of masonry waste. Fill material is specified in Division 31 Section "Earth Moving." 3. Do not dispose of masonry waste as fill within 18 inches (450 mm) of finished grade. C. Excess Masonry Waste: Remove excess clean masonry waste that cannot be used as fill, as described above, and other masonry waste, and legally dispose of off Owner's property. END OF SECTION 042000 UNIT MASONRY 042000 - 22