Loading...
HomeMy WebLinkAboutSTRACK TO CONSTRUCT THE BUTLER CREEK WEST SANITARY SEWER UPGRADES, PROJECT NO PH2Rev. 8/22/2011 Bid Specifications Bid Item #12 -208 Butler Creek Interceptor Upgrade West - Phase II For Augusta, Georgia — Utilities Department Bid Due: Tuesday, 20, 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 Traiesit 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, FTA 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, bid or contract is void and unenforceable. A copy of this Order can be reviewed at wWw.fluvr,Staeu.Cov home page. Thanks f o r d o i n g business w i t h us .. . Geri A. Sams, Procurement Director 530 Greene Street, Room 605 Augusta, Georgia 30901 Bid 12 -208 Butler Creek Interceptor Upgrade West — Phase II Ponta 1 of ld ■ ■ ■ ■ ■ ■ ■ ■ • ■ ■ ■ ■ ■ ■ ■ ■ Bid Specifications Bid Item #12 -208 Butler Creek Interceptor Upgrade West - Phase II For Augusta, Georgia — Utilities Department Bid Due: Tuesday, 20, 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, FTA 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, bid or contract is void and unenforceable. A copy of this Order can be reviewed at n' I% au rrstagrt. cor home page. Thanks f o r doing business w i t h us .. . Geri A. Sams, Procurement Director 530 Greene Street, Room 605 Augusta, Georgia 30901 Rev. 8/22/2011 Bid 12 -208 Butler Creek Interceptor Upgrade West — Phase II D...... 4 ..L 4 FAXED/MAILED TO: FROM: FROM: TO: All Bidders Phyllis Mills, Quality As urance Analyst Tom Wied eier, Augu a Utilities Department Geri Sam Procurem ) 4 1 : 1 ' ector PO lixoc«xemea � itnent relet N eol o �i lox DATE: November 16, 2012 SUBJ: New Bid Opening Date, Responses to Vendors Questions and Clarifications to the Specifications BID ITEM: 12 -208 Butler Creek Interceptor Upgrade West - Phase 11 for Augusta Utilities Department NEW BID OPENING: Tuesday, November 27, 2012 @ 3:00 p.m. ADDENDUM NO. 1 Bidders on this project are hereby notified that this Addendum shall be attached to and made part of the above -named Bid Package. The narrative and attached sketch shall supplement the contract documents for the above referenced project. Changes shown in this document shall supersede previously dated contract documents. Acknowledge receipt of all Addendums on Attachment B within the Specifications package. The opening date for BID #12 -208 - Butler Creek Interceptor Upgrade West - Phase II has been changed: Tuesday, November 20, 2012 @ 3:00 p.m. Tuesday, November 27, 2012 @ 3:00 p.m. ALL BIDDERS MUST ACKNOWLEDGE RECEIPT OF THIS ADDENDUM ON THE BID FORM. Responses to Vendor Questions: 1. The plans call for the USF 926 casting while the specifications call for the USF 668 ring & cover. Which casting do you prefer? Response: The drawings govern over the specification in this case. The frame and cover assembly shall be USF 926. 2. Bid items S -1, S -111, S -17A, S -17B, S -29, S -30, S -31, S -31A, S -32, S -37, S -38, S -39, P -1, P -2, and P -9, Have the unit as zero. Are you requesting a unit price in case of use, or are these items no bid? Response: The listed bid items containing a "zero" in the estimated quantity column have been revised in the attached revised Bid Form to indicate "Line Item Does Not Apply to this Project", meaning "no bid ", unless noted otherwise. If noted otherwise, an estimated quantity of 1 or more has been entered in the estimated quantity column. Payment item S- 29 is an example of where the quantity has been revised from "0" to "1 ". 3. With the time constraints on the wetland permitting, will the county entertain requesting an extension on the permit? Response: a. General: The above questions pertain to the 900 LF of 20" force main work and the related permit and permit schedule. This addendum reflects the deletion of all force main related work at six (6) isolated locations in the bid documents. This deletion is also reflected in the following revisions to the contract documents including the attached revised Bid Form. Room 605 - 530 Greene Street, Augusta Georgia 30901 (706) 821 -2422 - Fax (706) 821 -2811 W1vw. au gustaga. gov Register at www.demandstar.com /supplier for automatic bid notification z Addendum 1 Bid Item #12 -208 Page 1 of 5 Scan this QR code with your smartphone or camera equipped tablet to visit the Augusta, Georgia b. Two combination stream crossing and wetlands encroachments at approximate Sta. 3 +20 (Dwg. C201) and between approximate stations 63 +00 and 67 +00 (Dwg. C205) remain in the contract and are subject to the existing environmental permit. This portion of the project (approximately 400 to 450 LF) must be constructed and substantially completed within 45 days of the notice to proceed. Failure to meet the 45-day schedule for this portion of the project will result in a one -time liquidated damages assessment of $10,000. The schedule and liquidated damages associated with this item will be incorporated into "Agreement ". 4. Will all of the Right of Way be cleared for the force main? If so will silt fence be required along the entire length of the force main ROW, or only where excavation occurs? Response: See Response to Question #3 5. Will there be any special stipulations on discharge of dewatering? (ie. Filter sock, sediment bag ?) Response: A filter sock, sediment bag, or sufficient length of silt fence (without by- passing) shall be employed to filter discharge from dewatering pump. 6. During the pre -bid meeting various points of access were mentioned including Amanda Circle. After examining the route - please confirm access may be obtained and where. Response: The Amanda Circle access would be via the City's property on 3238 Amanda Circle. This property is a stormwater detention facility. The City will provide access into the site to the sewer easement. The Contractor must coordinate this access including providing a construction exit. 7. An environmental permit was discussed at the pre -bid meeting that expires in March of 2013. Please include this permit if the contractor will be held to its conditions or identify these conditions. If a constraint will be put on the contract with regard to completion of a particular section of the work please identify. The contract process can take several months and the contractor should not be held to a particular date when the NTP is out of his control. Response: Refer to Dwg. G002, "Wetland Preservation Notes ". 8. As discussed @ the pre -bid meeting, please confirm that the alternate line item S -19 -A in the bid schedule for bell restraint is for the purchase & install of the restraint only which is to be incorporated in the pipe being paid for by the line item above it S- 9G -1A. Response: See Response to Question #3 9. The bid schedule line item M -5 for fence removal & replacement - 2000 LF. If all the fencing indicated with the "proposed symbol" is measured it is more than 2000 feet. Is all fencing removed and replaced with new to be paid by this pay item? How much of the fence is to be replaced near MH 916, Will any gates be required here? If Fence falls within the T/E will the contractor be paid under this item? Response: All fencing which falls within the T/E and which has been disturbed, will receive payment under bid item M -5. The quantity in the Bid Form was revised from 2,000 LF to 2,800 LF. The cost of any gates shall be included in the payment bid item for fence and will be measured the same as linear feet of fence. No gate is required at MH916. Temporary fencing, as required to maintain the closure and security of properties during construction shall be included in Lump Sum payment Item LS -1. 10. Therefore is any fence work anticipated in the lump sum pay item? As the majority of residences adjacent to the project have dogs and utilize the drainage easement as yard, temporary fence could be a significant item. Can this be broken out of the lump sum? Response: See Response to Question #9 11. Should unit prices be provided for line items in the bid schedule with zero quantity? Response: See Response to Question #2 12. General condition 17.10 discusses the Program manager. Please clarify if this is applicable. Response: There is no Program Manager on this project. This has been further clarified by an addition to the Supplemental General Conditions in the following section. 13. Supplementary conditions 18. Indicate that the owner will pay for any testing (unless retest). Section 014000 indicates contractor will pay for testing out of the testing allowance in the bid form. Please clarify if allowance will be added to bid schedule. Response: There is no testing allowance on this project and an allowance will not be added to the Bid Form. 14. Does any local small business information need to be submitted with the bid? Addendum 1 Bid Item #12 -208 Page 2 of 5 Response: No local small business information is needed to submit. 15. Section 221313 discusses TV inspection. Is this required for all gravity lines or just to identify failures? Measurement & Payment says "as required" Is testing ALL MH steps required? This is NOT in Measurement & Payment. Response: TV inspection shall be proved only as required by resident inspector to identify and resolve failures. Testing of manhole steps is not required for precast manholes. 16. Measurement & Payment M -4 indicates disposal. Will it be permitted to leave chips on -site as an erosion control measure? Response: Wood chips may be employed as mulch in the permanent grass/ mulch mix specified on the plans. It may also be employed where mulch is specified. Refer to Dwg. C306, Grassing, Fertilizing, and Mulch Detail. 17. Section 312000 3.5 C. requires trench bottoms to be 4" deeper than bottom of pipe elevation. Detail 12/C303 requires 6 ". Please clarify Response: Detail 12/C303 requiring 6" minimum crushed bedding governs over any specification specifying 4" minimum. 18. Section 312000 3.9 C. requires select backfill 18" over pipe. Detail 12/C303 requires 24" from Centerline. Please clarify. Response: Section 312000, paragraph 3.9.0 requiring 18" of select backfill over top of pipe governs over that specified in Detail 12/C303 requiring 24" of select fill measured from springline of pipe. 19. Supplementary Conditions 30f requires the use of Augusta Georgia Landfill for debris, trash and rubble. Will unsatisfactory soil as defined in section 312000 or waste material defined in 311000 be considered debris or trash? This would require additional cost for administrative fees and per ton disposal. Response: Unsatisfactory soil as defined in Sections 312000 or waste material defined in Section 311000 is not considered debris or trash. 20. Sheet C203 — 2611 Cairo Drive has existing bldg. This is in the existing 30' drainage easement, but the T/E is shown going around it. It is less than 15' from the proposed pipe. Can it be moved or demolished? 2509 & 2507 Cairo Drive have notes concerning not to disturb. Are improvements allowed in the drainage easement? If a homeowner has landscaping in this area, is the contractor responsible to replace? It was difficult to get near these properties to evaluate this up close. Response: The existing building on sheet C202 at 2611 Cairo Drive is outside the construction limits and cannot be moved or demolished. A note similar to that called out for 2509 and 2507 Cairo Drive is also applicable to 2611 Cairo Drive. The Contractor is not responsible for replacement of landscaping (shrubs, trees, etc.) located within the temporary construction easement. Landscaping within the temporary easements should only be removed if necessary for sewer installation. 21. 3224 Amanda Circle — Can dog pen in Permanent easement be demolished? Response: The dog pen shall be temporarily relocated, as necessary, with payment for temporary measures falling within lump sum payment item LS -1. Payment for re- establishment of a permanent dog pen with new materials, inclusive of gate, will be made under bid item M -5. As described in item 8, above, payment for gate shall be included in the payment bid item for fence and will be measured payment in the same as fence on a linear foot basis. 22. Will the contractor be permitted to obtain access at the Phase I lift station? No Construction entrance is indicated. Response: See Response to Question #3 23. Since the deadline for the work accomplished inside the wetland areas will have to be completed prior to March 13th, 2013 can you provide a no later than award date for the project? If the project is awarded later than the "No Later Than" award date it may warrant a change order to complete the work in the wetlands prior to March 13th deadline. For instance if the job is awarded in December and the notice to proceed is issued prior to January, there should be no problems. However if the job does not get awarded until January or Feb and a Notice to Proceed is not issued until the end of Feb it seems un- reasonable that you would expect all of the work inside the wetlands to be done in two or three weeks time. Response: See Response to Question #3 Addendum 1 Bid Item #12 -208 Page 3 of 5 1 1 1 1 1 1 1 1 1 1 1 1 1 11 1 24. Can you please add a Silt Fence line item to be paid for Per Linear Foot? The amount of silt fence shown on the plan specifically on the force main crossing areas vs. what may or may not need be installed leaves to wide a gap for the contractor or the county to protect themselves Response: With deletion of the force main from the scope of work, the installation and payment of silt fence as indicated on plans will remain under the payment item M -7. However, payment Item M -8 for Type C silt fence has been added for to cover the cost of material, installation and labor for the installation of any additional silt fence that may be directed and approved by the resident inspector. 25. Is the easement flagged for the new force main areas to be installed at the wetland crossings? Response: See Response to Question #3 26. Need clarification on testing methods for testing sections of force main installed and capped. Response: See Response to Question #3 27. Please add a temporary fencing line item to be paid for by the Linear Foot. Response: See Response to Question #9 Clarification of Specifications: 1. Section 014000. QUALITY CONTROL: There is no Inspection and Testing Allowance set up in the Bid Form. In accordance with the Supplementary Conditions, Section 8, the Owner will pay for material testing, except retests. Other testing such as air and vacuum testing, CCTV inspection, etc. shall be included in the appropriate bid payment item for the item of work. 2. Bid Form (Revised 11- 15 -12): Allowable substitutions in Bid Form: a. Pipe: 30" CCFRPM pipe, SN46 (46psi min. pipe stiffness), may be substituted for all bid items indicating 30" diameter PVC sanitary sewer pipe SDR 26. No edit is to be made to the Bid Form for this substitution. b. Precast Base Manhole Sections: Tindall Corporation's T- Series precast concrete base sections, Foley Products Company's Transition Base precast base sections, or equal, with integral invert, may be substituted for all bid items indicating 72" precast concrete manhole base sections with the following exceptions: 1) At outside drop manhole and dog house manhole (built over existing sewer) structures. 2) At manholes where the specified vertical drops through manhole exceeds 0.2 feet. No edit is to be made to the Bid Form for this substitution. c. Bid Item S -33: This bid item includes reworking the existing invert of the manhole structure to provide a smooth flow transition from the existing upstream sewer pipe to the new downstream sewer pipe at the upstream end of the project and from the new upstream pipe to the existing downstream pipe at the downstream end of the project. d. Bid Item S -26A: In accordance with specification Section 221313 SANITARY SEWERAGE, sub - section 3.26 Measurement and Payment, Items S -26A through S -26F, pertaining to sanitary sewer exterior manhole joint wrapping: Compensation for this bid item shall be included in items S -20A through S -20F and S -23. Consequently, the unit price and total price columns have been "X "d out. Specification Revisions: 1. Bid Form: Remove and replace the Bid Form in its entirety and replace with the attached Bid Form, Revised 11- 15 -12. 2. Section SC Supplementary Conditions: a. Add Section SC -31, Deletion of Program Manager: Remove Section 17.10 Program Manager from the General Conditions. 3. Section 221313 SANITARY SEWERAGE: a. Insert paragraph for CCFRP PIPE as follows: 2.01A CENTRIFUGALLY CAST FIBERGLASS REINFORCED POLYMER MORTAR (CCFRPM) PIPE A. 30 -Inch Gravity Sewer Diameter: 1. In accordance with ASTM D3754, AWWA C950, ASTM D4161, ASTM D2412 and ASTM F477. 2. Minimum pipe stiffness: SN46 (46 psi) Addendum 1 Bid item #12 -208 Page 4 of 5 3. Pipe shall be manufactured by HOBAS. b. Sub - section 2.15 PRECAST MANHOLES: 1) Paragraph 2.15.C.1. Revise to read "Base Section: 72" minimum for all 30" pip with 6" minimum thickness for base slab. 2) Insert paragraph 2.15.C.4 "Alternative precast transition bases with integral invert as manufactured by Tindall Corporation, Foley Products Company or equal may be substituted for the standard 72" base sections except at outside drop manhole and dog house manhole structures and where the specified vertical drop through the manhole exceeds 0.2 feet. Manufacturer, supplier and seller of alternative transition base structures shall be manufacturer of the entire manhole structure. c. Paragraph 2.19.A: Revise the first line to read "The Frame and cover assembly shall be USF 926 or pre- approved equal as shown on the drawings." Drawing Revisions: 1. Cover Sheet: Under Project Data, Phase 11 -30" gravity Sanitary Sewer: Delete 900 LF 20 "dia. force main. 2. Delete drawings C206, C207, C208, and C209. 3. Dwg. C204: Add 18" dia. plugged stub -outs at MH's 917, 923, and 928. 4. Dwg. C205: Add two construction exits. One located at 3238 Amanda Circle at City stormwater detention basin, the other at the end of Madrid Drive. In addition the Contractor shall provide for one additional construction exit along the project, 6 total, to be included in lump sum bid item LS -1. Additional construction exits may be added by the Contractor, as coordinated with the Owner's resident inspector, for the Contractor's convenience. No additional payment will be made for added construction exits. 5. Dwg. C303: a. Detail 11/C303. Revise 5' -0" Min. diameter base section to 6' -0' diameter. Note 4: Revise to read "All base sections shall be 6' -0" diameter." Add note 6: "Alternate Precast Concrete Base Sections: Alternative precast transition bases with integral invert as manufactured by Tindall Corporation, Foley Products Company or equal may be substituted for the standard 72" base sections except at outside drop manhole and dog house manhole structures and where the specified vertical drop through the manhole exceeds 0.2 feet. Manufacturer, supplier and seller of alternative transition base structures shall be manufacturer of the entire manhole structure." b. Detail 13/C303: Revise 5' -0" Min. diameter base section to 6' -0' diameter. Revise 7'- 0" square bottom slab to 8' -0" bottom slab. c. Detail 15/C303: Revise 5' -0" Min. diameter base section to 6' -0' diameter. d. Detail 7/C303: Revise drop pipe to be same size as "D2 ". e. Detail 15/C303: Revise drop pipe from 16" D.I.P. to 18" D. I. P. f. Detail 12/C303: Delete 24" dimension from springline of pipe to top of select backfill and replace with 18" dimension measured from top of pipe to top of select backfill. Select backfill still begins at springline of pipe as shown. 6. Dwg. C304: Detail 2, 6, 9 & 10/C304: Note as "Not in Contract ". 7. Dwg. C305: "Construction Schedule ": a. Revise Start Date as 1/18/13 and End Date as 6/15/13. b. Note: 45 -day substantial complete of items list in paragraph A.1.b, above. ATTACHMENTS: Mandatory Pre -Bid Conference Sign -In (2 pages) Revised Bid Form (14 pages) Easements Sheet with special conditions and comments (1 page) Please acknowledge addendum in your submittal END ADDENDUM Addendum 1 Bid Item #12 -208 Page 5 of 5 NAME COMPANY /DEPT. ADDRESS /CITY/STATE/ZIP CODE TELEPHONE NUMBER FAX NUMBER Prime/Sub/ t. CiC 1%(\gi i� i . GRrtvetA C.br)s+. a 1. ool westsi de 9irKway A tp .-c . 3oon 44 0g-734-66g? 7'7o •76(1-yi P m e 2. n C �an. Q., 11riT�i p , J . w c 1 , GA. po i S. 14.4.4 Str 5 a �de� �, t!� G A• 3�►08� -� - s5 x�+4 �sS 4y P�f"v ef 3. SJ PE fr2P. ` d.A'1 hEAV') L)/ L 3Gc ) CASs ago AO S;. . c A.�R3URN. GA 302) 3 .. i.a 7t�'U9•¢D •7�^..9 f 6 �•�, 3� 3 - PR,IME * Do 1.$ Y \lou R.NN.ea m cc. R\,eac\ a�f . t5 1 404 •ert5�xi s ■, �\ �,C .C a? a if4�:.386fs5� 6t ¢ 3S -/44 6° /4 ;11.,... . ` I/.ly� / I f � � e 114 L e- ! � ' « 5c 6.-Gd.��. ,Ad � � � 6/i 3 ©C�� _ C 6 6 `-J0 ,- St'G.tk. ` Iv, c ., 1a ,.:v 'g 1-0.s.,,,, �1 -:41 Yt,�vA. ..,_ i,._ 3o-13 I t,.. ( 404 1. 1a�.oha, lloSL4 IRVS M.- ;r.,4. / H'dh7J$ 4 C_ 1 & !Li fItt b.vv -Pkti Ut•s th *?CJ( •fir 4 . 66 ?7 t e s t 7 . c` 4 e4A1"Q- - � tea 7 9. ' C.(? II Amu T ��� cam 3A a, are► r Otgg �!'�v►o re Mai r g`) r' . I� Not 3371 cV -Y8 s'v�r , alt.. 10. S +cv . CJ c v- N1apr►A \ -PI") 1 S A41.4..r�a.K� gig °Iv'J- 224`2S.aE3 st° 3r[? t �' 'Z 11. psi 1,j -- , �✓/ r K J tC► JC (v /, .� 1SS t'� -; 5c ea f :.., SFr 70 7Z'6 l % >7 1 G A4. 12. nAliblq'' it, j1/ 1)44 . "- ti act( ok Mandatory Pre -Bid Conference Bid Item #12 -208 Butler Creek Interceptor Upgrade West - Phase 9 For Augusta, GA - Utilities Department Friday, November 09, 2012 at 10:00 a.m. PLEASE PRINT MI r Mil ii• — MI M r iir ii• — MI N fi• 1• NM NB Pre-Sid Conference Mandatory 02 -209 ph 11 Sid Item Upgrade West' ent k interceptor P9 Sutler o r p Utilities Departmen e10: .m• For Aug usta, ber 09, Friday, November PLEASE PRINT 081-0-014-00-0 5530 Deans Bridge Road U. S. Government Not acquired, at this time. 082-0-007-05-0 2554 Madrid Drive Promise Land Community Dev. 094-0- 002 -01-0 3728 Old Mc0uff% Road Hazel Sig Merritt 094 - 0489.03-0 3717 Old MCOuffie Road Hartley Gibbons, Jr. 8" Stub out at MH 920, If possible /allowable. 0944. 287.00 2607 Cairo Drive Jeanette L. Jenkins Multiple dogs. Needs temporary fencing. Call 706-796-0312 094-0-297-00-0 2513 Cairo Drive Haroldean Harvey 094-0-298-00-0 2511 Cairo Drive Jose A. Rosado-0AIz 094-0-299-00-0 2509 Cairo Drive Dallas J. Carpenter 094 300 - 00 - 0 2507 Cairo Drive Otis D Bell Do not damage /disturb existing pole barn. 094 2505 Cairo Drive Leon Jordan, Sr. 094-0-302-00-0 2503 Cairo Drive Linda E. Ball 094-0- 346-00-0 3726 Old McDuffle Road Shelly L. McCue 094-0-373-00-0 3238 Amanda Circle Augusta 094-0-374-00-0 3236 Amanda Circle John W. Ward & Larry Fuller 094 - 0-375.00.0 3234 Amanda Circle James Julian Oldham, Jr. 094-0-376-00-0 3232 Amanda Circle Fred C. Campbell 094-0-377-00-0 3230 Amanda Circle Logan Scott Ledbetter 094. 0-378.00-0 3228 Amanda Circle Russell L. Bergeron 094-0-379-00-0 3226 Amanda Circle Niles Edward Stanley 094-0-380-00-0 3224 Amanda Circle Julian James Oldham, Sr. 094 - 0381-000 3222 Amanda Circle J D. Davis 094-0- 429-01-0 3727 Old McDurtle Road Ruth Miller 094-2-007-00-0 2548 Madrid Drive Promise Land Community Dev. 094-2-008-00-0 2552 Madrid Drive Promise Land Community Dev. 094-2-009-00-0 2532 Madrid Drive Promise Land Community Dev. 094-4-002-00-0 3733 Old McDuffle Road Charles David Savage 106-0-001-00-0 2741 Deans Bridge Road Margaret Elizabeth Holley et, al. 106 - 0-018-00-0 2642 Drayton Drive Ray Fredricks 106-0-019-00-0 2644 Drayton Drive Kesom Kavimoon Durland Henn 106-0-020-00-0 2646 Drayton Drive Marassa Crawford 106- 0-021 -00-0 2648 Drayton Drive Johnny R. Adams 106-0-054-00-0 2623 Cairo Drive Willie Joe Primus, Jr. 106-0-055-00-0 2625 Cairo Drive Tanetla L. Middleton 106-0-056.00-0 2627 Cairo Drive William T. Jackson 106-0-057-00-0 2629 Cairo Drive Samuel Singfield, Jr. & Fannie Singfield 106.0- 058-000 2621 Cairo Drive Johnny Lee Lockhal Multiple dogs. Call 706 - 793 - 2811. 106 2619 Cairo Drive Eddie Lee & Catherine Mack Do not disturb chainlink fence. 108-0-063-00-0 2611 Cairo Drive Johnnie & Shelton Fox 106-0- 064-00 -0 2609 Cairo Drive Taketta L. Miller 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Addendum 1 Bid Item #12 -208 AUGUSTA, GEORGIA OFFICE OF THE PROCUREMENT DIRECTOR 530 GREENE STREET SUITE 605 AUGUSTA, GEORGIA 30901 (706) 821 -2422 www.augustaga.gov DATE: October 15, 2012 BID NO. 12 -208 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 -208 Alexander Signal Installation Milledgeville Rd @ Barton Chapel Rd Page 2 of 14 Augusta shall, within 3 days of the date of this Order, post a copy of this Order, and the Court's March 14, 2007 Order, in portable document format ('PDF ") on Augusta's homepage via a reasonably visible hyperlink 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 on 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 Zink, which is located on the Procurement Department's website at www.auqustaga.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 Teem directly i 706 821-2422. A request for bid documents must be faxed to 706 821-2811 or emailed to procbidandcontract (a7 auqustaga.gov. Your continued interest in doing business with us is appreciated. Sincerely yours, Op/ gar Geri A. Sams Procurement Director 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 -208 Alexander Signal Installation Milledgeville Rd © Barton Chapel Rd Page 3 of 14 Invitation To Bid Sealed bids will be received at this office until Tuesday, November 20, 2012 @ 3:00 p.m. for furnishing: Bid Item #12 -208 Butler Creek Interceptor Upgrade West — Phase II 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 $100.00. 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.auqustablue.com) at no charge through Augusta Blue Print (706) 722 -6488 beginning Thursday, October 18, 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 Friday, November 9, 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 procbiidandcontract(a auqustaoa.aov, to the office of the Procurement Department by Tuesday, Novemberl3, 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 in a separate envelope so marked along with the bidder's qualifications' 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 Publish: Augusta Chronicle Metro Courier cc: Tameka Allen Tom Wiedmeier Jerry Delaughter Joe Holland Revised: 8/15/2011 October 18, 25, November 1, 8, 2012 October 24, 2012 Deputy Administrator Utilities Department Utilities Department Utilities Department Bid 12 -208 Alexander Signal Installation Milledgeville Rd @ Barton Chapel Rd Page 4 of 14 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. 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. Violating the standards as set forth in Article II hereof for conflicts of interest. Bid 12 -208 Alexander Signal Installation Milledgeville Rd @ Barton Chapel Rd Page 5 of 14 (3) (5) SEALED BIDS SELECTION METHOD 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 bid from within the local market area, except that the Administrator shall retain the flexibility 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 Tess 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, The character, integrity, reputation, judgment, experience, and efficiency of the bidder, (3) Bid 12 -208 Alexander Signal Installation Milledgeville Rd @ Barton Chapel Rd 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, 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, FTA 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, bid or contract is void and unenforceable. A copy of this Order can be reviewed at www.auqustaga.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 Bid /RFP /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 -208 Alexander Signal Installation Milledgeville Rd @ Barton Chapel Rd Page 7 of 14 % • • % 1 • 1 % • II 1 Rev. 9/25/2012 G E U R 0 t A NOTICE TO ALL BIDDERS (PLEASE READ CAREFULLY) ADHERE TO THE BELOW INSTRUCTIONS AND DO NOT SUBSTITUTE FORMS PLEASE READ CAREFULLY: Attachment B 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 1.D.) The recommended awarded vendor will be required to provide a copy of Homeland Security's Memorandum Of Understanding (MOU) Affidavit Verifying Status for Augusta Benefit Application (S.A.V.E. Program ) (Must Be Returned With Your Submittal) Return Only If Applicable: 1. The Exception Sheet (if applicable) 2. Local Vendor Registration (if applicable) DO NOT RETURN AT THIS TIME: 1. Georgia Security and Immigration Subcontractor Affidavit 2. 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. Bids /RFPs /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. Bid 12 -208 Alexander Signal Installation Milledgeville Rd @ Barton Chapel Rd Page 8 of 14 Attachment B You Must Complete dt d return all 3 pages of Attachment B with Your Submittal. Document Must Be Notarized. Augusta, Georgia Augusta Procurement Department ATTN: Procurement Director 530 Greene Street, Suite 605 Augusta, Georgia 30901 Name of Bidder: SMACK, INO Street Address: 125 LASER INDJSTRI04, ,, City, State, Zip Code: FAIBBURN, GA aO213 Phone: 770-W04-Mgt Fax: 110- - 7381( Email: j c!) nak+l0t_11 5O. 5 4- rctc.kirle — GoM Do You Have A Business License? Yes: v J Business License # for your Company (Must Provide): ()-.S e l t t 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 @ 706 312 -5162. List the State. City $ C- County that issue your license: t"c•r- z. �"r.. t,vv. f - 1 - V�r Acknowledgement of Addenda: ( #1) : ( #2) : ( #3) : ( #4) : ( #5) : ( #6) : ( #7) : ( #8) NOTE: CHECK APPROPRIATE BOX(ES)- 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 -208 Alexander Signal installation Milledgeville Rd @ Barton Chapel Rd Page 9 of 14 II■1 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 -208 Alexander Signal Installation Milledgeville Rd © Barton Chapel Rd Page 10 of 14 =Mb 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 1.D.) on or after July 1, 2009. For additional information or to enroll your company, visit the State of Georgia website: https: / /e verify.uscis.gov /enroll/ and /or http:// www .dol.state.ga.us /pdf /rulees /300 100 1.pdf * rl E- Verify * User Identification Number (Company I.D.) 1 49 - t C { NOTE.: E- VERIFY USER IDENDIFICATION NUMBER (COMPANY I.D.) 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. S4- r a,.0 VC 1. h C. . Compan Nam F o BY thorize • Office or Agent ntr Signature) V i c i—e s rPe_A A+ Title of Authorized Officer or Agent of Contractor ‘J O to _cL' 4A 0..tA 64. e Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWO BEFORE ME ON THIS THE IG' 'DAY OF / c)e►nk. 4' , 2o19, 01/(6 - Notary Public NOTARY SEAL My Commission Expires: tily C; n :sJk ;e Exl:h Dec. c. ', 2012 You Must Complete and Return ail 3 pages of Attachment B with Your Submittal. Document Must Be Notarized. REv. 8/15/2011 Bid 12 -208 Alexander Signal Installation Milledgeville Rd @ Barton Chapel Rd Page 11 of 14 G F," O R G I A You "Asst Complete and Reit :with Your Submittal. Document Must Be Notarized 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. S ction 50 -36 -1, I am stating the following with respect to my bid for an Augusta, Georgia contract for i c Q Z - i - [ . n n ## 1 0 8 - i' u i-i c r C rcA-k. r-r to r�a is / s+ ^ P4.as t.r [Bid /RFP /RFQ Project Number and Project Name] V (Print/Type: Name of natural person applying on behalf of individual, business, corporation, partnership, or other private entity] Si Ca • ` ,� (Print/Type: Name of busfess, corporation, partnership, or other private entity] 1.) V/ 1 am a citizen of the United States. OR 2.) 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, 1 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 1020 of the Official Code of Georgia. r • Sig ature of Applicant \to net +lrL a .ice- S k SUBSCRI ED AND SWORN EFORE ME ON THIS THE 1(/ 44-) DAY OF Natke1 ( , 20 l.Z eital Notary Public My Commission Expires: My ` `' '" J NOTARY SEAL Note: THIS FORM MUST BE RETURNED WITH YOUR SUBMITTAL REV. 9/25/2012 rinted Name Nc aru w ... C kcF. okniye ,�st L . .. Alien Registration Number for Non - Citizens Bid 12 -208 Alexander Signal Installation Milledgeville Rd @ Barton Chapel Rd Page 12 of 14 STATE OF GEORGIA - COUNTY OF RICHMOND By executing this affidavit, the undersigned subcontractor verifies 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 on behalf of 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 O. C. G. A 13- 10 -91. E- Verify * User Identification Number Company Name BY: Authorized Officer or Agent (Contractor Signature) Title of Authorized Officer or Agent of Contractor Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE Notary Public My Commission Expires: Rev. 7/22/2011 DAY OF , 20 G E R G I A SUBCONTRACTOR AFFIDAVIT BID /RFP /RFQ# Georgia Law requires your company to have an E- Verify *User Identification Number on or after July 1, 2009. For additional information: State of Georgia http://www.dol.state.caus/pdf/rules/300 10 1. pdf https: / /e- verify, uscis.cov /enroll/ NOTARY SEAL Note: The successful vendor will submit the above forms to the Procurement Department no later than five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote the date forms are to be received). Bid 12 -208 Alexander Signal Installation Milledgeville Rd @ Barton Chapel Rd Page 13 of 14 Signature of Authorized Company Representative Title Notary Signature Rev. 7/22/2011 In accordance with the Laws of Georgia, the following affidavit is required by all vendors NON - COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, certify that this bid or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A. Section 36 -91 -21 (d) and (e), 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 (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affiant further states that the said offer of is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or if furnished to any other bidder, that the material shall be at a higher price. Sworn to and subscribed before me this day of , 20 . Notary Public: (Print Name) County: Commission Expires: NOTARY SEAL Note: The successful vendor will submit the above forms to the Procurement Department no later than five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote the date forms are to be received). Bid 12 -208 Alexander Signal Installation Milledgeville Rd © Barton Chapel Rd Page 14 of 14 CONTRACT DOCUMENTS FOR PHASE II — BUTLER CREEK INTERCEPTOR UPGRADE - WEST BUTLER CREEK BASIN - PROJECT NO. 60106 prepared for AUGUSTA, GEORGIA COUNTY 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 August 28, 2012 JLA Job No. 42.0602 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 INDEX TO SPECIFICATIONS Title Pages Invitation to Bid 1 Instruction to Bidders 2 Bid Form (Exhibit to Standard Form of Agreement) 16 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 12 Special Conditions 4 Application for Payment 3 Certificate of Substantial Completion 2 DIVISION 01 GENERAL REQUIREMENTS 011000 Summary 2 013000 Submittals 5 014000 Quality Control 3 017000 Contract Closeout 2 DIVISION 02 EXISTING CONDITIONS 020500 Subsurface Conditions with Appendices 78 DIVISION 22 PLUMBING 221313 Sanitary Sewerage with Appendices 40 221345 Temporary By -Pass Pumping 6 DIVISION 31 EARTHWORK 311000 Site Clearing 3 312000 Earthwork 8 312319 Dewatering 2 312500 Erosion and Sedimentation Controls 7 DIVISION 32 EXTERIOR IMPROVEMENTS 329200 Grassing 4 DIVISION 33 UTILITIES 330500 Common Work Results For Utilities 5 Invitation To Bid Bids will be received at this office until Tuesday, November 20, 2012 @ 3:00 p.m. for furnishing: Bid Item # 12 -208 Butler Creek Interceptor Upgrade West — 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 $100.00. 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.auqustablue.com) at no charge through Augusta Blue Print (706- 722 -6488) beginning Thursday, October 18, 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 sequestration of documents through any other source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory Pre Bid Conference will be conducted at the Procurement Department, 530 Greene Street, Room 605 on Friday, November 9, 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 (a?auqustaga.gov to the office of the Procurement Department by Tuesday, November 13, 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 in a separate envelope so marked along with the bidder's qualifications; 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 Publish: Augusta Chronicle Metro Courier cc: Tameka Allen Tom Wiedmeier Jerry Delaughter Joe Holland Revised: 8/15/2011 October 18, 25, November 1, 8, 2012 October 24, 2012 Deputy Administrator Utilities Department Utilities Department Utilities Department IB-01 GENERAL All proposals must be presented in a sealed envelope, addressed to the OWNER. The proposal must be filed with the OWNER on or before the time stated in the invitation for bids. Mailed proposals will be treated in every respect as though filed in person and will be subject to the same requirements. Proposals received subsequent to the time stated will be returned unopened. Prior to the time stated any proposal may be withdrawn at the discretion of the bidder, but no proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. IB -02 EXAMINATION OF WORK Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work; the conformation of the ground; the character, quality and quantity of the facilities needed preliminary to and during the prosecution of the work; the general and local conditions; and all other matters which can in any way affect the work or the cost thereof under the contract. No oral agreement or conversation with any officer, agent, or employee of the OWNER, either before or after the execution of the contract, shall affect or modify any of the terms or obligations therein. IB -03 ADDENDA AND INTERPRETATIONS No interpretation of the meaning of plans, specifications or other 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 later than five days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. IB -04 PREPARATION OF BIDS IB -1 SECTION IB INSTRUCTIONS TO BIDDERS Bids shall be submitted on the forms provided and must be signed by the bidder or his authorized representative. Any corrections to entries made on bid forms should be initialed by the person signing the bid. Bidders must quote on all items appearing on the bid forms, unless specific directions in the advertisement, on the bid form, or in the special specifications allow for partial bids. Failure to quote on all items may disqualify the bid. When quotations on all items are not required, bidders shall insert the words "no bid" where appropriate. Alternative bids will not be considered unless specifically called for. Telegraphic bids will not be considered. Modifications to bids already submitted will be allowed if submitted by telegraph prior to the time fixed in the Invitation for Bids. Modifications shall be submitted as such, and shall not reveal the total amount of either the original or revised bids. Bids by wholly owned proprietorships or partnerships will be signed by all OWNERs. Bids of corporations will be signed by an officer of the firm and his signature attested by the secretary thereof who will affix the corporate seal to the proposal. NOTE: A 10 % Bid Bond is required in all cases. IB -05 BASIS OF AWARD The bids will be compared on the basis of unit prices, as extended, which will include and cover the furnishing of all material and the performance of all labor requisite or proper, and completing of all the work called for under the accompanying contract, and in the manner set forth and described in the specifications. Where estimated quantities are included in certain items of the proposal, they are for the purpose of comparing bids. While they are believed to be close approximations, they are not guaranteed. It is the responsibility of the CONTRACTOR to check all items of construction. In case of error in extension of prices in a proposal, unit bid prices shall govern. IB -06 BIDDER'S QUALIFICATIONS 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. IB -07 PERFORMANCE BOND At the time of entering into the contract, the CONTRACTOR shall give bond to the OWNER for the use of the OWNER and all persons doing work or furnishing skill, tools, machinery or materials under or for the purpose of such contract, conditional for the payment as they become due, of all just claims for such work, tools, machinery, skill and terms, for saving the OWNER harmless from all cost and charges that may accrue on account of the doing of the work specified, and for compliance with the laws pertaining thereto. Said bond shall be for the amount of the contract satisfactory to the OWNER and authorized by law to do business in the State of Georgia. Attorneys -in -fact who sign bonds must file with each copy thereof a certified and effectively dated copy of the power of attorney. IB -08 REJECTION OF BIDS These proposals are asked for in good faith, and awards will be made as soon as practicable, provided satisfactory bids are received. The right is reserved, however to waive any informalities in bidding, to reject any and all proposals, or to accept a bid other than the lowest submitted if such action is deemed to be in the best interest of the OWNER. IB -09 CONTRACT TIMES Substantial completion of this project shall be 150 days after notice to proceed. Final completion shall be 30 days after substantial completion. Substantial completion shall be defined as sewer being in service. IB -2 PROJECT IDENTIFICATION: Phase II - Butler Creek Interceptor Upgrade — West Project No. 60106 CONTRACT IDENTIFICATION AND NUMBER: Bid Item # 12 -208 THIS BID IS SUBMITTED TO: Augusta - Richmond County Commission Augusta - Richmond County Purchasing Department 530 Greene Street — Room 605 Augusta, GA 30911 Addendum No. 1; Revised 11/15/2012 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the tunes 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 I 1 1 � l t✓ 113 BID FORM 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. 00300 - 1 Addendum 1 Bid Item #12 -208 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. I. 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) on the attached Bid Schedule: 00300 - 2 Addendum 1 Bid Item #12 -208 A V GU - ORG 1 1 1 1 1 1 1 1 1 AUGUSTA UTILITIES DEPARTMENT — Butler Creek Interceptor Upgrade — West; Project No. 60106 SANITARY SEWER STANDARD BID SCHEDULE S -1A S -1 B S -1 C S -1 D S -1 E S -1 F S -1 G S -1 H S -11 S -2A S -28 S -2C S -2D S -2E S -2F S -2G S -2H S -21 S -3A S -3B S -3C S -3D S -3E S -3F S -3G S -3H SANITARY SEWER Line Item Does Not Apply to this Project Line Item Does Not Apply to this Project Line Item Does Not Apply to this Project Line Item Does Not Apply to this Project Line Item Does Not Apply to this Project Line Item Does Not Apply to this Project Line Item Does Not Apply to this Project Line Item Does Not Apply to this Project Line Item Does Not Apply to this Project Line Item Does Not Apply to this Project Line Item Does Not Apply to this Project Line Item Does Not Apply to this Project Line Item Does Not Apply to this Project 18" diameter PVC sanitary sewer pipe SDR 26, Depth 0' to 8', including Type 11 (No. 67 stone) bedding material Line Item Does Not Apply to this Project Line Item Does Not Apply to this Project Line Item Does Not Apply to this Project 30" diameter PVC sanitary sewer pipe SDR 26, Depth 0' to 8', including Type II (No. 67 stone) bedding material Line Item Does Not Apply to this Project Line Item Does Not Apply to this Project Line Item Does Not Apply to this Project 15" diameter PVC sanitary sewer pipe SDR 35, Depth 8' to 10', including Type 11 (No. 67 stone) bedding material Line Item Does Not Apply to this Project Line Item Does Not Apply to this Project Line Item Does Not Apply to this Project Line Item Does Not Apply to this Project 33 1,233 20 LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF 1 t & .c1 31.15 133 I'M ,33 00300 - 3 Addendum 1 Bid Item #12 -208 S -31 30" diameter PVC sanitary sewer pipe SDR 26, Depth 8' to 10', including Type II (No. 67 stone) bedding material 2,632 LF 1() -9c1 ag6 hi. bi S-4A Line Item Does Not Apply to this Project LF S-4B Line Item Does Not Apply to this Project LF S-4C Line Item Does Not Apply to this Project LF S-40 Line Item Does Not Apply to this Project LF S-4E Line Item Does Not Apply to this Project LF S-4F Line Item Does Not Apply to this Project LF S-4G Line Item Does Not Apply to this Project LF S-4H Line Item Does Not Apply to this Project LF S-4I 30" diameter PVC sanitary sewer pipe SDR 26, Depth 10' to 12', including Type II (No. 67 stone) bedding material 891 LF Ile 3 d qfi.495_ 1. S -5A Line Item Does Not Apply to this Project LF S -56 Line Item Does Not Apply to this Project LF S -5C Line Item Does Not Apply to this Project LF S -5D Line Item Does Not Apply to this Project LF S -5E Line Item Does Not Apply to this Project LF S-5F Line Item Does Not Apply to this Project LF S -5G Line Item Does Not Apply to this Project LF S -5H Line Item Does Not Apply to this Project LF S -51 30" diameter PVC sanitary sewer pipe SDR 26, Depth 12' to 14', including Type II (No. 67 stone) bedding material 270 LF 113...34 3033torc S -6A Line Item Does Not Apply to this Project LF 5-66 Line Item Does Not Apply to this Project LF S-6C Line Item Does Not Apply to this Project LF S-6D Line Item Does Not Apply to this Project LF S-6E Line Item Does Not Apply to this Project LF S-6F Line Item Does Not Apply to this Project LF S-6G Line Item Does Not Apply to this Project LF S-6H Line Item Does Not Apply to this Project LF S-6I 30" diameter PCV sanitary sewer pipe SDR 26, Depth 14' to 16', including Type II (No. 67 stone) bedding material 143 LF 1 i t, 3 5 o. (.ta S -7A Line Item Does Not Apply to this Project LF S -76 Line Item Does Not Apply to this Project LF S -7C Line Rem Does Not Apply to this Project LF 1 1 1 1 1 1 1 1 1 1 1 00300 - 4 Addendum 1 Bid Item #12 -208 S -7D Line Item Does Not Apply to this Project LF S -7E Line Item Does Not Apply to this Project LF S -7F Line Item Does Not Apply to this Project LF S -7G Line Item Does Not Apply to this Project LF S -7H Line Item Does Not Apply to this Project LF S -7I 30" diameter PVC sanitary sewer pipe SDR 26, Depth 16' to 18', including Type II (No. 67 stone) bedding material 469 LF 11756 SS 331.31 S-8A Line Item Does Not Apply to this Project LF S-88 Line Item Does Not Apply to this Project LF S -8C Line Item Does Not Apply to this Project LF S-8D Line Item Does Not Apply to this Project LF S-8E Line Item Does Not Apply to this Project LF S-8F Line Item Does Not Apply to this Project LF S -8G Line Item Does Not Apply to this Project LF S-814 Item Does Not Apply to this Project LF LF S -81 Line Item Does Not Apply to this Project LF S -9A Line Item Does Not Apply to this Project LF S -9B Line Item Does Not Apply to this Project LF S -9C Line Item Does Not Apply to this Project LF S -9D Line Item Does Not Apply to this Project LF S -9E Line Item Does Not Apply to this Project LF S -9F Line Item Does Not Apply to this Project LF S -9G Line Item Does Not Apply to this Project LF S -9H Line Item Does Not Apply to this Project LF S -9I 30" diameter ductile iron sanitary sewer pipe Thickness Class 50, Depth 0' to 6', including Type II (No. 67 stone) bedding material 20 LF I55.03 3f0c,(3 S -91 -1 30" diameter ductile iron restrained joint pipe (RJP) sanitary sewer Thickness Class 50, Depth 0' to 6', including Type II (No. 67 stone) bedding material 5 LF 9.16 .5`t 1 QS ), C' S-1 OA Line Item Does Not Apply to this Project LF S -1 0B Line Item Does Not Apply to this Project LF S -10C Line Item Does Not Apply to this Project LF S -10D Line Item Does Not Apply to this Project LF S -10E Line Item Does Not Apply to this Project LF 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 00300 - 5 Addendum 1 Bid Item #12 -208 S -1 OF Line Item Does Not Apply to this Project LF S -10G Line Item Does Not Apply to this Project LF S -1 OH Line Item Does Not Apply to this Project LF S -10I 30" diameter ductile iron sanitary sewer pipe Thickness Class 50, Depth 6' to 8', including Type II (No. 67 stone) bedding material 20 LF j SC • 1 3 ► 33 S -10I -1 30° diameter ductile iron restrained joint pipe (RJP) sanitary sewer Thickness Class 50, Depth 6' to 8', including Type II (No. 67 stone) bedding material 50 LF � ` r ) IJ 11o. Co S-11A Line Item Does Not Apply to this Project LF S -11 B Line Item Does Not Apply to this Project LF S -11 C Line Item Does Not Apply to this Project LF S -11 Q Line Item Does Not Apply to this Project LF S -11 E Line Item Does Not Apply to this Project LF S -11 F Line Item Does Not Apply to this Project LF S -11 G Line Item Does Not Apply to this Project LF S -11 H Line Item Does Not Apply to this Project LF S -11 I Line Item Does Not Apply to this Project LF S -111 -1 30" diameter ductile iron restrained joint pipe (RFP) sanitary sewer Thickness Class 50, Depth 8' to 10', including Type II (No. 67 stone) bedding material 75 LF 1 i . E lc kR i _ Sc S -12A Line Item Does Not Apply to this Project LF S -12B Line Item Does Not Apply to this Project LF S -12C Line Item Does Not Apply to this Project LF S -12D Line Item Does Not Apply to this Project LF S -12E Line Item Does Not Apply to this Project LF S -12F Line Item Does Not Apply to this Project LF S -12G Line Item Does Not Apply to this Project LF S -12H Line Item Does Not Apply to this Project LF S -121 30" diameter ductile iron sanitary sewer pipe Thickness Class 50, Depth 10' to 12', including Type 11 (No. 67 stone) bedding material 35 LF 155s- 35. 5S La. S -12I -1 30" diameter ductile iron restrained joint pipe (RJP) sanitary sewer Thickness Class 50, Depth 10' to 12', including Type 11 (No. 67 stone) bedding material 5 LF 5 (j c1 (,e S -13A Line Item Does Not Apply to this Project LF S -13B Line Item Does Not Apply to this Project LF 1 1 1 1 1 1 1 1 1 1 1 1 00300 - 6 Addendum 1 Bid item #12 -208 S -13C Line Item Does Not Apply to this Project LF S -13D Line Item Does Not Apply to this Project LF S -13E Line Item Does Not Apply to this Project LF S -13F Line Item Does Not Apply to this Project LF S -13G Line Item Does Not Apply to this Project LF S -13H Line Item Does Not Apply to this Project LF S -131 30" diameter ductile iron sanitary sewer pipe Thickness Class 50, Depth 12' to 14', including Type 11 (No. 67 stone) bedding material 10 LF j `' ° j i' S -131 -1 30" diameter ductile iron restrained joint pipe (RJP) sanitary sewer Thickness Class 50, Depth 12' to 14', including Type 11 (No. 67 stone) bedding material 5 LF -3 . i 14 1 S q 0 S -14A Line Item Does Not Apply to this Project LF S -146 Line Item Does Not Apply to this Project LF S -14C Line Item Does Not Apply to this Project LF S -14D Line Item Does Not Apply to this Project LF S -14E Line Item Does Not Apply to this Project LF S -14F Line Item Does Not Apply to this Project LF S -14G Line Item Does Not Apply to this Project LF S -14H Line Item Does Not Apply to this Project LF S -14I 30" diameter ductile iron sanitary sewer pipe Thickness Class 50, Depth 14' to 16', including Type 1I (No. 67 stone) bedding material 61 LF j 0 j i ff ci q s3 c S -141 -1 30" diameter ductile iron restrained joint pipe (RJP) sanitary sewer Thickness Class 50, Depth 14' to 16', including Type II (No. 67 stone) bedding material 5 LF )44 31r ) 1 a S -15A Line Item Does Not Apply to this Project LF S -15B Line Item Does Not Apply to this Project LF S -15C Line Item Does Not Apply to this Project LF S -15D Line Item Does Not Apply to this Project LF S -15E Line Item Does Not Apply to this Project LF S -15F Line Item Does Not Apply to this Project LF S -15G Line Item Does Not Apply to this Project LF S-151-I Line Item Does Not Apply to this Project LF S -151 30" diameter ductile iron sanitary sewer pipe Thickness Class 50, Depth 16' to 18', including Type 11 (No. 67 stone) bedding material 184 LF `tc c 3 C E'l , 1 1 1 1 1 1 1 1 1 1 00300 - 7 Addendum 1 Bid item #12 -208 1■11■ S -15I -1 30" diameter ductile iron restrained joint pipe (RJP) sanitary sewer Thickness Class 50, Depth 16' to 18', including Type II (No. 67 stone) bedding material 27 LF 1/4)-)S hi Cl-r, Li- S -16A Line Item Does Not Apply to this Project LF S -16B Line Item Does Not Apply to this Project LF S -16C Line Item Does Not Apply to this Project LF S-160 Line Item Does Not Apply to this Project LF S -16E Line Item Does Not Apply to this Project LF S -16F Line Item Does Not Apply to this Project LF S -16G Line Item Does Not Apply to this Project LF S -16H Line Item Does Not Apply to this Project LF S -16I 30" diameter ductile iron sanitary sewer pipe Thickness Class 50, Depth 18' to 20', including Type 11 (No. 67 stone) bedding material 200 LF L i 33 ci e 4 c u S -161 -1 51, Dep p th above 20 ,, including Type 11 (No 67 stone) bedding including YP ( ) g material 607 LF if ;t c. 1115. 3 1, 0 S -17A Line Item Does Not Apply to this Project LF S -17B Line Item Does Not Apply to this Project LF S -18 Select backfill, GA DOT Type I, Class I & 11 (Sand /Clay) — Measured by in -place volume. 5,000 CY "7,1 ( 35'c) to S -19 Line Item Does Not Apply to this Project LBS S -20A Line Item Does Not Apply to this Project EA S -20B Line Item Does Not Apply to this Project EA S -20C Pre -cast sanitary manhole, GA DOT STD 1011A, Type 1, Depth 0' to 6' (72" Diameter) 34 EA aS 44 qi RC 5 a 4.1 P S -20D Line Item Does Not Apply to this Project EA S -20E Line Item Does Not Apply to this Project EA S -20F Line Item Does Not Apply to this Project EA S -21A Line Item Does Not Apply to this Project VF S -21 A -1 Additional sanitary manhole depth, Type 1, Depth Class 1 (48" Dia. Riser on 72" Dia. Base Section) 25 VF i e,x . i o a56 S -21 B Line Item Does Not Apply to this Project VF S -21C Line Item Does Not Apply to this Project VF S -21 D Line Item Does Not Apply to this Project VF S -21 E Line Item Does Not Apply to this Project VF S -21 F Line Item Does Not Apply to this Project VF 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 00300 - 8 Addendum 1 Bid Item #12 -208 S -22A Line Item Does Not Apply to this Project VF S -22A -1 Additional sanitary manhole depth, Type 1, Depth Class 2 (48" Dia. Riser on 72" Dia. Base Section) 120 VF Ica 1 t: 13..S co S -22A -2 Additional sanitary manhole depth, Type 1, Depth Class 3 (48" Dia. Riser on 72" Dia. Base Section) 100 VF 1 c 3., i o 10 - o ca S -226 Line Item Does Not Apply to this Project VF S -22C Line Item Does Not Apply to this Project VF S -22D Line Item Does Not Apply to this Project VF S -22E Line Item Does Not Apply to this Project VF S -22F Line Item Does Not Apply to this Project VF S -23 Line Item Does Not Apply to this Project EA S -24 Line Item Does Not Apply to this Project VF S -25 Line Item Does Not Apply to this Project VF S -26A 48" Diameter sanitary manhole riser on 72" diameter base section - exterior joint wrap 35 EA XX XXX S -26A -1 Line Item Does Not Apply to this Project EA S -26B Line Item Does Not Apply to this Project EA S -26C Line Item Does Not Apply to this Project EA S -26D Line Item Does Not Apply to this Project EA S -26E Line Item Does Not Apply to this Project EA S -26F Line Item Does Not Apply to this Project EA S -27A Line Item Does Not Apply to this Project VF S -27B Line Item Does Not Apply to this Project VF S -27C Line Item Does Not Apply to this Project VF S -27D Line Item Does Not Apply to this Project VF S -27E Line Item Does Not Apply to this Project VF S -27F Line Item Does Not Apply to this Project VF S -28 Outside Drop Piping — Complete 2 EA J 7( 3.1 � 5 l . i-r o S -29 Doghouse /Connector Manhole, including base, cone, and ring and cover 1 EA SW 1R- 3L S 9 8'a. 3 4 S -30 Line Item Does Not Apply to this Project EA S -31 Line Item Does Not Apply to this Project EA S -31 -A Line Item Does Not Apply to this Project EA S -32 Line Item Does Not Apply to this Project EA S -33 Tie new sanitary sewer to existing manholes, diameter varies 2 EA G %,3c• 1 c q 1 . 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 00300 - 9 Addendum 1 Bid Item #12 -208 S -33 -A Tie new 15" PVC sanitary sewer to existing 15" RCP with concrete collar 1 EA 4 01. f n o 1 . L-1- S -34 AC Water Main Crossing 1 EA 9 c; E 3c, q g (.3D S -35 Ductile Iron Pipe Polyethylene Encasement 300 LF ...34 t L- c,3.. 00 S -36 Concrete encasement of sanitary sewer (creek crossings, etc.) 25 CY 5I 4 ). 1 L. 7 S S -37 Line Item Does Not Apply to this Project EA S -38 Line Item Does Not Apply to this Project EA S -39 Line Item Does Not Apply to this Project LS PAVEMENT STRUCTURES P -1 Line Item Does Not Apply to this Project SY P -2 Line Item Does Not Apply to this Project SY P -3 Line Item Does Not Apply to this Project Tons P-4 Line Item Does Not Apply to this Project SY P -5 Line Item Does Not Apply to this Project SY P -6 Line Item Does Not Apply to this Project SY P -7 Line Item Does Not Apply to this Project SY P -8 Line Item Does Not Apply to this Project LF P -9 Line Item Does Not Apply to this Project LF MISCELLANEOUS M -1 Flowable fill 50 CY 1 , 9 . 9 , 1 a . (,Lr 56 to M -2 Rock excavation 50 CY .9.r.5 C D 1 . co M -3 Foundation backfill, GA DOT Type 11, for additional unclassified excavation 700 CY 9-C S tri i c, bt M-4 Clearing and Grubbing 8 ACRE 5 `1 )3 1-7 56 I. 4 M -5 Fence Removal & Replacement, New, Replaced in Kind (Where specified on drawings or as directed and approved by resident inspector) 2,800 LF q . 91) 4/ l al; ., c c M-6 Rip Rap GDOT Type 3, 12" minimum thickness, placed on non -woven filter fabric (where specified and approved by resident inspector for use other than that required for soil and erosion control) 25 SY 3C , £ I q I S ,15 M -7 Stream Crossing /Bank Restoration per Detail (Reference Detail 8/C304) 2 EA 33 c o .vv (L m., , Q c M -8 Silt Fence, Type C (Additional silt fence not indicated on plans; only as directed and approved by resident inspector) 500 LF 0135 13 e c 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 00300 - 10 Addendum 1 Bid Item #12 -208 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 LS -1 TOTAL BASE BID: Lump sum construction (includes but is not limited to the 1 listing continued below) 0 , t 1 In t..., v- . - f , 1, s' y,et c 1 t c ' -eV , t lwords) -c ce f I TOTAL: LUMP SUM Lump Sum Construction • Mobilization, Demobilization • Bonds, Insurance • Remove and reset fences, All types • Remove and reset gates, All types • Remove and reset storm sewer or culvert, Lengths & sizes vary • Remove and reconnect water services, complete • Reconnect sanitary sewer services • Remove and reset signs, Type varies • Remove and reset water sprinkler systems, complete • Remove and reset water valve, size varies • Remove and reset yard lamps, Type varies • Remove and reset mailboxes, Type varies • Erosion and sediment control (temporary grassing, construction exits, stone check dams, rip -rap, miscellaneous erosion control structures) • Silt fence, Type "C" • Traffic control • Miscellaneous grading • Permanent grassing • Raise manholes and valves boxes to grade • PVC marker posts at ends of force main segments • Taps for testing force main • Temporary Fencing 00300 -11 Addendum 1 Bid Item #12 -208 $1d-19U30 (numerals) ■ NOTE TO BIDDERS: FOR A COMPLETE DESCRIPTION OF BID ITEMS REFER TO THE TECHNICAL SPECIFICATIONS. Unit Prices have been computed in accordance with paragraph 11.03.B of the General Conditions. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. 6.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment in accordance with paragraph 14.07.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. 7.01 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. 00300 - 12 Addendum 1 Bid Item #12 -208 *' c) SUBMITTED on 1 `l ex, cAli btu s , 20 12„ If BIDDER is: An Individual A Partnership A Corporation (Name — type or print) (Individual's Signature Doing 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 (Corporation Name) 5 4-0 ■ 4- t o-4 G te> (State of Incorporation) GaR_K 1 3 uS) (Ty. — General Business, Professional, Service, Limited Liability) gnatu e (attach vidennc ** au� ofauthority to ssi. SMACK °NATII f N S�a�4K (Name — type or print) (Title — type or print) VICE PRESIDENT i3 00300 -2-5 (CORPORATE (SEAL) (SEAL) (SEAL) (SEAL) A Joint Venture (ATTEST Signatu f Corporate Secretary) Business Address (Joint Venture Name - type or print) (Name — type or print) (Title — type or print) Business Address � L f r o Qi 3� J 13 C Phone No Fax No G 1 / is z. ( W11 6 1 Date of Qualdication To Do Business (Signature of Joint Venture Partner) (attach evidence of authority to sign) Phone No Fax No 00300 -14 (SEAL) (Each joint venturer must 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). Addendum 1 Bid Item #12 -208 THIS AGREEMENT, made on the /5 day of y1 1 v� 1 by and between AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA, GEORGIA COMMISSION, party of the first part, hereinafter called the OWNER, and Strack, Inc., party of the second part, hereinafter called the CONTRACTOR. WITNESSETH, that the CONTRACTOR and the OWNER, for the considerations hereinafter named, agree as follows: ARTICLE I - SCOPE OF THE WORK The CONTRACTOR hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans and described in the specifications for the project entitled: Phase II - Butler Creek Interceptor Upgrade - West, Project No. 60106 and in accordance with the requirements and provisions of the Contract Documents as defined m 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 -208 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 150 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. January 15, 2013 Mr. Tom Wiedmeier Utilities Director 360 Bay Street Augusta, GA 30901 Dear Tom: The Augusta - Richmond County Commission, at their regular meeting held on Tuesday, January 15, 2013 approved award of construction project to subject contractor, Strack, Inc., in the amount of $1,229,030.45 for construction of the Butler Creek West Sanitary Sewer Upgrades Project 60106, Ph. 2. This award will include installation of sanitary sewer mains, manholes, and associated sanitary sewer branch lines. (Approved by Engineering Services Committee January 7, 2013) If you have any questions, please contact me. Yours truly, rederick L. Russell Administrator 01- 15 -13: #21 cc: Ms. Donna Williams Ms. Geri Sams A Frederick L. Russell, Administrator Office of the Administrator Tameka Allen, Deputy Administrator William Shanahan, Deputy Administrator Room 801 - Municipal Building 530 Greene Street - AUGUSTA, GA. 30901 (706) 821 -2000 - FAX (706) 821 -2819 www.augustaga.gov 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 Contract 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 identified 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 Contract based upon rates stated in the BID FORM and Schedule of Items of Bid Item 12 -208. 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 quantities used toward completion of 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 OWNER's 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 and acceptance, the OWNER's Engineer shall within 10 days make 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 OWNER 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 by the OWNER, other than those arising from unsettled liens, from faulty work appearing within 12 months after final payment, from requirements of the specifications, or from manufacturer's guarantees. It shall also constitute a waiver of all claims by the CONTRACTOR except those previously made and still unsettled. A -2 1 1 1 1 1 1 1 1 J By 1 5 The Honorable Deke Copenhaver 011/1 Mayor Date: G - t 2 - I 1 1 1 1 1 1 1 1 1 1 (D) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the CONTRACTOR, and the OWNER's Engineer, so certifies, the OWNER shall upon certification of the OWNER's Engineer„ and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Each payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. Entire Agreement This Agreement supersedes all prior agreements and understandings and may only be changed by written revision executed by both parties. IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3.) counterparts, each of which shall be deemed an original, in the year and day fir §Linentioried above. OWNER: AUGUSTA, GEORGIA APPROVED AS TO FORM: Attorney Date: 2/0 /3 CONTRACTOR: Shack, Inc. By: N VICE PRESIDENT Date: 2 - � ►l�eZo A -3 ATTEST: ATTEST: Title: 'f. By: R N : 4 M me o ( ' atA Clerk of the Ckommi aii Date: of - f 3 DEPARTMEN' APPROVAL: By: I a'w eD)A3 v.1 -+ Thomas D. Wiedmeier Director, Augusta Utilities Department Date: 2 1 11 l 13 By: era 016, 6 m c Name: U N CAROLYN STRACK CORPORATE SECRETARY Date: 21 tcfre 13 SEAL CONTRACTOR: ADDRESS: NOTICE OF AWARD City PROJECT: Phase II - Butler Creek Interceptor PROJECT NO: 60106 Upgrade - West At a meeting of the held on (Date) you were awarded the Contract for the following Project: Enclosed please find 5 copies of the Contract Documents for your execution. Please complete the pages, affixing signatures, dates, notary and/or corporate seals, etc. where necessary and retum to this office 10 days from the date of this letter, excluding Legal Holidays. The Certificate of Insurance must be complete. Power of Attorney must be submitted in triplicate; an original and two copies is permissible. Very truly yours, Augusta Program Management Team Project Engineer Reclept of this NOTICE OF AWARD is hereby acknowledged this, the Contractor Please sign and return one copy of this Notice of Award Acknowledgement to: Augusta Utilities Department Attn: Program Managers 360 Bay Street, Suite 180 Augusta, GA 30901 By Title 1 DATE: State Zip Code day of , 20 TO: Name NOTICE TO PROCEED Attn: Firm Contact Address City, State Zlp Code DATE: PROJECT: Phase H — Butler Creek Interceptor Upgrade - West PROJECT NO: 60106 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 , 2061312 Contractor. By: Title: Please sign and retum one copy of this Notice to Proceed Acknowledgement to: Augusta Utilities Department Attn: Program Managers 360 Bay Street, Suite 180 Augusta, GA 30901 PROJECT TITLE ORIGINAL CONTRACT DATE OWNER AUGUSTA, GEORGIA Description of Change (for a more detailed description see attached proposal): PAYEE CONSTRUCTION CONTRACT CHANGE ORDER The following change is hereby made to the contract for the above project: TOTAL AMOUNT OF THIS CHANGE ORDER The contract time will be INCREASED by 0 calendar days as a result of this change. ORIGINAL CONTRACT AMOUNT $ PREVIOUS CHANGE ORDER (INCREASE) $ THIS CHANGE ORDER (INCREASE) TOTAL REVISED CONTRACT AMOUNT WITH CHANGE ORDER FUNDING NUMBER /ACCOUNT NUMBER PROPOSED BY: REQUESTED BY: SUBMIT I'ED BY: FINANCE ENDORSEMENT: RECOMMENDED BY: APPROVED BY: Phase II — Butler Creek Interceptor Upgrade - West PROJECT NUMBER 6010G PO NUMBER CONTRACTOR ENGINEER DEPARTMENT HEAD COMPTROLLER ADMINISTRATOR MAYOR CO NUMBER BID ITEM DA'TE DATE: DA I "E: DA'1 DATE: DA 1'E: DATE: KNOW ALL MEN BY THESE PRESENTS, that we, the Strack, Incorporated (b ) as principal, Fidelity and Deposit Company of Maryland and as surety, are hereby held and. firmly bound unto the Augusta, Georgia C. olnn' i%.sion of Augusta, Georgia as Owner in the penal s of Ten Percent (10 %) of Bid - -- hereby the payment {7f which, well and truly ti) ?c'. made, we sl£?1'r_'' y jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this 20th arty of November x012 , BB -I The condition of the above obligation is such that whereas the Principal has submitted to the Augusta, Georgia ('onunissi.on of Au gusta, Georgia, a certain Bid, attached ]:hereto and hereby made a part hereof to enter into a contract in writing for the PHASE 11 BUTLER CREEK INTERCEPTOR TOR UI'GI ADE -- WEST PROJECT, for Augusta, Georgia in accordance with plans and specifications of the AUGUSTA UI'11.:1T'lt S DEPARTMENT. NOW, THEREFORE, 1 ; if said Bid shall be rejected, or h the alternate, SECTION BB BID BOND If said Bid shall be accepted and the Principal stall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance witi"t said I3ic1) and shall furnish a bcsnd. for his faithful performance of said contract, and for the payment of all persona performing labor or furnishing materials in connection therewith, and shall in all other respects . perform the agreement created by the acceptance of said Biel, 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 ainount of this obligation as herein stated. 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 Avith.in which. they Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN ' lTN [ ` S lifi# RE( ;li, the Principal and the Suety 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 ,. Witness Attest Signed and sealed this .......... 20th day o f November Jo lr furl, Attorney -in -fact 88.2 A. D. 20 Strack, Incorporated (Seal) (Principal) B _ - per..) JONATWI STRACK VICE PRESIDENT Fidelity and Deposit Company of Marylancts (Surety) KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by FRANK E. MARTIN JR., Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said • y, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the d • ' tI • • • ereby nominate, constitute and appoint William John GRAHAM III., Richard W. NA �P '' 1,1,0‘ n P • S 1 Celeste It STEWART, Margaret S. MEYERS and John EARL, all o , ems' a 1. s : lawful agent and Attorney -in -Fact, to make, execute, seal and deliver - • • °... _ ' a f • . Ii *ZS • s act and deed: any and all sii bonds and undertakings, and the execut s . = or • • I ivA `, .� . ance of these presents, shall be as vi binding upon said Company, as �, o a '., l:: 1 ,• • • ses, as if they had been duly executed and acknowledged by n .' 4 el t office . • 5. • a y at its office in Baltimore, Md., in their own proper persons. This power of alto • es t� Z +' • of William John GRAHAM III., Richard W. NAYLOR, F. Anderson PHILIPS, Celeste S -W . M arct MEYERS, Teresa A. GARREN, dated May 2, 2007. The said Assistant S r u ry does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Company, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 24th day of February, A.D. 2012. ATTEST: State of Maryland ss: City of Baltimore f On this 24th day of February, A.D. 2012, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came FRANK E. MARTIN JR., Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. POA -F 032 -4499 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND Eric D. Barnes FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Assistant Secretary Frank E. Martin Jr. r. e✓ LJ . _ �✓ v -r Vice President Constance A. Dunn Notary Public My Commission Expires: July 14, 2015 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE N SR W VD POLICY NUMBER POLICY EFF (MM /DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY INSURED Strack Inc. Strack Enterprises Inc. P.O. Box 856 Fairburn, GA 30213 INSURER B : American Interstate Insurance C CMM7484818 05/01/2012 05/01/2013 EACH OCCURRENCE $1,000,000 PREMISES (Ea occur ence) $ 300,000 INSURER F : CLAIMS -MADE X OCCUR MED EXP (Any one person) $10,000 PERSONAL & ADV INJURY $1,000,000 X X,C,U included GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE 7 POLICY X LIMIT APPLIES PRO JECT PER: LOC PRODUCTS - COMP /OP AGG $2,000,000 $ A A UTOMOBILE X X XDrive LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS Oth Car X SCHEDULED AUTOS NON -OWNED AUTOS CMM7484818 05/01/2012 05/01/2013 CON SINGLE LIMIT (ea MBI accident ) _$1,000,000 $ BODILY INJURY (Per person) BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A x UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE CMM7484818 05/01/2012 05/01/2013 EACH OCCURRENCE $10,000,000 AGGREGATE $10,000,000 DED RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER /EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N / A AVWCGA2108782012 05/01/2012 05/01/2013 X 'TRY S H ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 A Installation Flo Leased /Rented Equ CMM7484818 CMM7484818 05/01/2012 05/01/2012 05/01/2013 05/01/2013 $3,000,000 any one loc $600,000 limit DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space s required) ** Supplemental Name ** First Supplemental Name applies to all policies - Strack Inc., Strack Enterprises, Inc, Joe Strack, Strack Family LLC RE: Phase II - Butler Creek Interceptor Upgrade - West Project # 60106 (See Attached Descriptions) ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MM /DD/YYYY) 2/08/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER BB &T- Ingram McDaniel & Assoc 517 North Church Street Thomaston, GA 30286 706 647 -8121 CONTACT NAME: PHONE 706 647 -8121 FAX (A/C, Ext): (ac, Noj: ��' ADDRESS: INSURER(S) AFFORDING COVERAGE NAIL # INSURER A: Westfield Insurance Company 24112 INSURED Strack Inc. Strack Enterprises Inc. P.O. Box 856 Fairburn, GA 30213 INSURER B : American Interstate Insurance C 31895 INSURER C : INSURER D INSURER E: INSURER F : 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4 Client#: 1027494 COVERAGES CERTIFICATE HOLDER Augusta GA Commission Municipal Building 530 Greene Street - Room 806 Augusta, GA 30901 ' ACORD 25 (2010/05) 1 of 2 #S9934678/M8527453 CERTIFICATE NUMBER: CANCELLATION AUTHORIZED REPRESENTATIVE 16STRACINC REVISION NUMBER: 4 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ..."m.I � a��ie -lf © 988 -2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CWPE Augusta GA Commission is additional insured with respect to General Liability including completed operations and Automobile Liability, if required by written contract. Insurance is primary & noncontributory. A Waiver of Subrogation is provided as respects General and Auto Liability and Workers Compensation. A 30 days notice of cancellation will be provided as respects general liability and auto liability policies. All coverages /extensions of coverage /endorsements are limited to the extent of the policy terms, conditions and exclusions. SAGITTA 25.3 (2010/05) 2 of 2 #S9934678/M8527453 DESCRIPTIONS (Continued from Page 1 111111•1110=1•11INIMININ IIIIIIIMIIIIIIIMIIINEN•1•1•111111011= Notification by BB &T Insurance Services and/or BB &T Insurance Services of California (collectively BB &T) Mid -Term Cancellation of Insurance Policies The Acord 25 Certificate of Insurance has under gone a major change. The updated version has been mandated by ACORD and various State Insurance Departments. In particular, the new certificate alters the previous cancellation wording to "SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS ". This change is in response to various State Insurance Departments that have issued memorandums, bulletins and advisory opinions confirming that certificates of insurance should accurately reflect the policy terms and conditions, including the notice of cancellation provisions. Notice of cancellation is a policy right typically granted to the insured. According to the bulletins, advisory opinions, etc. noted above, no insurer should issue a certificate of insurance providing the notice you request. The insured can cancel immediately and State law grants the right to the insurer to cancel for reasons such as nonpayment in a relatively short timeframe. We agree that for this Certificate of Insurance issued to you (the named Certificate Holder at the provided address) upon notification to us by either the Companies Affording Coverage or the First Named Insured (Insured), BB &T will endeavor to promptly advise you of any final cancellation of the policy(ies) prior to its date of expiration. Failure by BB &T to provide such notice shall not impair, delay or negate the effectiveness of such cancellation, nor shall it impose any obligation or liability of any kind. We appreciate your understanding of the legal restrictions impacting our ability to fully comply with your request. BB &T Insurance Services and /or BB &T Insurance Services of California Edition: August 22, 2012 4 I O O O O O • • O O O O O O O O O • • (NOTE : (1) (2) PB - I Bond No. PRF9015135 SECTION PB PERFORMANCE BOND 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: That STRACK, INC. as Principal, hereinafter called Contractor, and Fidelity and Deposit Company of Maryland a corporation organized and existing under the laws of the State of Maryland ,with its principal office in the City of Schaumburg ,State of IL , as Surety, hereinafter called Surety, are held and firmly bound unto AUGUSTA, GEORGIA BY AND THROUGH THE AUGUSTA COMMISSION as Obligee, hereinafter called the Owner, in the penal amount of ONE MILLION, TWO HUNDRED TWENTY NINE THOUSAND, THIRTY AND 45/100 Dollars ($1,229,030.45) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents for the faithful performance of a certain written agreement. WHEREAS, Contractor has by said written agreement dated entered into a contract with Owner for the PHASE II - BUTLER CREEK INTERCEPTOR UPGRADE - WEST, PROTECT NO. 60106 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 INNINIIIMINIMMIN MI M I - - - - - - - - - MO Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the CONTRACT falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. Witness 'vita? a.,,,/1 Attest Witness 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 Signed and sealed this day of PB -2 A. D. 20 . Strack, Incorporated (Contractor) (Seal) (Seal) JONNIVIA STRACK VICE PRESIDENT Fidelity and Deposit Company of Maryland (Seal) (Surety) By - 4 (Seal) Joh 'arl (Title) Attorney -in -fact 11■11110111111MIN =UM MN NOTE: ( (2) SECTION PB LABOR AND MATERIAL PAYMENT BOND Bond No. PRF9015135 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 STRACK, INC. as Principal, hereinafter called Contractor, and Fidelity and Deposit Company of Maryland a corporation organized and existing under the laws of the State of Maryland with its principal office in the City of Schaumburg , State of IL 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, TWO HUNDRED TWENTY NINE THOUSAND, THIRTY AND 45/100 Dollars ($1,229,030.45) 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 PHASE II - BUTLER CREEK INTERCEPTOR UPGRADE - WEST, PROTECT NO. 60106 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 . 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 PB -3 claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. (3) No suit or action shall be commenced hereunder by any claimant, (4) (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 (1) 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. MOMMIMMIMUMMIIINNEMMIMMENNEMEMMIMENMI Attest Signed and sealed this day of argar Witness G4(vl L3 � - ?C (r t e Attest /IA ers, A� �rney -in -f Strack, Incorporated (Contractor) By A. D. 20 By . ,I/ (Seal) JONNIgki STRACK VICE PRESIDENT Fidelity and Deposit Company of Maryland(Seal) (Surety) (Seal) (Seal) Earl (Title) , Attorney -in -fact 6111 r r 81111 — MI NM • s NM an MI I— MI I NM MI ATTEST: POA -F 032 -4499 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by FRANK E. MARTIN JR., Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said •ai ny, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the d. ? • ereby nominate, constitute and appoint William John GRAHAM III., Richard W. NA ' , n P . ' S, Celeste STEWART, Margaret S. MEYERS and John EARL, all o r a, id ° y..t lawful agent and Attorney -in -Fact, to make, execute, seal and deliver • • `�.�iaf s act and deed: any and all bonds and undertakings, and the execuf s ' • a or u+ + ,1111- • . ance of these presents, shall be as binding upon said Company, as • • ses, as if they had been duly executed and acknowledged by y at its office in Baltimore, Md., in their own proper persons. This power of alto ••'' es t {:g"" : of William John GRAHAM III., Richard W. NAYLOR, F. Anderson PHILIPS, Celeste ST��I'I MEYERS, Teresa A. GARREN, dated May 2, 2007. �-� The said Assistant TY does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Company, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 24th day of February, A.D. 2012. Eric D. Barnes FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Assistant Secretary Frank E. Martin Jr. State of Maryland ss: City of Baltimore f On this 24th day of February, A.D. 2012, before the subscriber, a Notary Public of the State of Marylana, duly commissioned and qualified, came FRANK E. MARTIN JR., Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Vice President Constance A. Dunn Notary Public My Commission Expires: July 14, 2015 CERTIFICATE EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this day of ci Assistant Secretary 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (NOTE : 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: That STRACK, INC. as Principal, hereinafter called Contractor, and a corporation organized and existing under the laws of the State of ,with its principal office in the City of ,State of , as Surety, hereinafter called Surety, are held and firmly bound unto AUGUSTA, GEORGIA BY AND THROUGH THE AUGUSTA COMMISSION as Obligee, hereinafter called the Owner, in the penal amount of ONE MILLION, TWO HUNDRED TWENTY NINE THOUSAND, THIRTY AND 45/100 Dollars ($1,229,030.45) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents for the faithful performance of a certain written agreement. WHEREAS, Contractor has by said written agreement dated entered into a contract with Owner for the PHASE II - BUTLER CREEK INTERCEPTOR UPGRADE - WEST, PROTECT NO. 60106 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 (1) (2) 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 -I SECTION PB PERFORMANCE BOND MI MI IMP OM rm ma as my El NE NO 1111 ! M MI 1111 III M 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 sealed this day of A. D. 20 . Witness Attest By (Seal) (Title) Witness (Seal) (Surety) Attest By (Seal) (Title) (Seal) (Contractor) (1) (2) SECTION PB LABOR AND MATERIAL PAYMENT BOND 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 STRACK, INC. as Principal, hereinafter called Contractor, and a corporation organized and existing under the laws of the State of with its principal office in the City of , State of 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, TWO HUNDRED TWENTY NINE THOUSAND, THIRTY AND 45/100 Dollars ($1,229,030.45) 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 PHASE II - BUTLER CREEK INTERCEPTOR UPGRADE - WEST, PROTECT NO. 60106 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 m 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 . 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 claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. (3) No suit or action shall be commenced hereunder by any claimant, (4) (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 (1) 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. Signed and sealed this Witness (Seal) Attest Witness Attest By day of A. D. 20_. (Contractor) By (Title) (Surety) (Title) (Seal) (Seal) (Seal) aevision Date August 2001 GENERAL CONDITIONS ARTICLE 1-- DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated, which are applicable. to both the singular and plural thereof: Addenda -Any changes, revisions or clarifications of the Contract Documents which have been duly issued by OWNER to prospective Bidders prior to the time of opening of Bids. Agreement -The written agreement between 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 Revision Date August 2001 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 embraced in this Contract. Resident Project Representative -The authorized representative of PROFESSIONAL as PROGRAM MANAGER who is assigned to the site or any part thereof. Shop Drawings -All drawings, diagrams, illustrations, schedules and other data which are specifically prepared 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 GC -2 • • 1 Revision Date Auguac 2001 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 -AU pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasement containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems, or water. Unit Price Work -Work to be paid for on the basis of unit prices. Work -The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction, and furnishing documents, all as required by the Contract Documents. Work Change Directive -A written directive to CONTRACTOR, issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by PROFESSIONAL, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.22. A Work Change Directive may not change the Contract Price or the Contract Time but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time as provided in Article 10. Written Amendment -A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non - engineering or non - technical rather than strictly Work - related aspects of the Contract Documents. MM. ARTICLE 2- PRELIMINARY MATTERS Delivery of Bonds: 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with these Contract Documents. Copies of Documents: 2.2. After the award of the Contract, OWNER shall furnish CONTRACTOR, at no cost, one (1) complete set of the Contract Documents for execution of the work. Additional sets of the project manual and drawings and /or individual pages or sheets of the project manual or drawings will be furnished by COUNTY upon CONTRACTOR's request and at CONTRACTOR's expense, which will be OWNER's standard charges for printing and reproduction. Commencement of Contract Time, Notice to Proceed: Rwision Cale Auguet 2001 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 Pre - construction Conference: Revision Dace August 2001 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. 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. Intent: 3.6.1. a formal Written Amendment, ARTICLE 3- CONTRACT DOCUMENTS; INTENT, AMENDING, REUSE 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary: what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the State of Georgia. 3.2. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be supplied whether or not specifically called for. When words or phrases which have a well -known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words shall be interpreted in accordance with that meaning. 3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in 3.6 or 3.7, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and the provisions of any such standard, specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents) and the provisions of any such Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). Clarifications and interpretations of the Contract Documents shall be issued by PROFESSIONAL as provided in paragraph 9.4. 3.4. Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 3.5. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in 6.7, CONTRACTOR shall so report to PROFESSIONAL in writing at once and before proceeding with the Work affected thereby and shall obtain a written interpretation or clarification from PROFESSIONAL; however, CONTRACTOR shall not be liable to OWNER or PROFESSIONAL for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof. Amending and Supplementing Contract Documents: 3.6. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 3.6.2. a Change Order (pursuant to paragraph 10.3), or GC -6 Revision Date Allqu3t. 2001. Revision Date August 2001 3.6.3. a Work Change Directive (pursuant to paragraph 10.4). As indicated in paragraphs 11.2 and 12.1, Contract Price and Contract Time may only be changed by a Change Order or a Written Amendment. 3.7. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized in one or more of the following ways: 3.7.1. a Field Order (pursuant to paragraph 9.5). 3.7.2. PROFESSIONAL's approval of a Shop Drawing or sample (pursuant to paragraphs 6.24 and 6.26), or 3.7.3. PROFESSIONAL's written interpretation or clarification (pursuant to paragraph 9.4). Reuse of documents: 3.8. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER shall have or acquire any title to or OWNERSHIP rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of PROFESSIONAL or PROFESSIONAL's consultant; and they shall not reuse such Drawings, Specifications or other documents (or copies of any thereof) on extensions of the Project or any other project without written consent of OWNER and PROFESSIONAL and specific written verification or adaptation by PROFESSIONAL. ..■ 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: ARTICLE 4- AVAILABILITY OF LANDS, PHYSICAL CONDITIONS; REFERENCE POINTS Revision Oate August 2001 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 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: Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material: Revision Date August 2001 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. 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 Revision pate August 2002 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 (1) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by CONTRACTOR to be resumed, either party may make a claim therefor as provided in Articles 11 and 12. 4.7 If after receipt of such special written notice, CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then CONTRACTOR may order such portion of the Work that is in connection with such hazardous conditions or in such affected area to be deleted from the Work. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a claim therefor as provided in Articles 11 and 12. OWNER may have deleted such portion of the Work performed by OWNER's own forces or others in accordance with Article 7. 4.7.1 The provisions of 4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site. Performance and Other Bonds: ARTICLE 5 -BONDS AND INSURANCE 5.1. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal to the Contract Price as Security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as otherwise provided by Law or Regulation or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds, and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. Ail 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 Ravin {0n Data August 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: OWNER's Liability Insurance: Revision Date August 2001 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. 5.5. OWNER shall be responsible for purchasing and maintaining OWNER's own liability insurance, and /or Risk Retention Program, and, at OW NER'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 Revision Date August 2001 maintain similar property insurance on portions of the Work stored on and off the site or in transit when such portions of the Work are to be included in an Application for Payment. 5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL AND PROFESSIONAL's consultants in the Work, all of whom shall be listed as insured or additional insured parties. 5.8. All the policies of insurance (or the certificates or other evidence thereof) required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least thirty days prior written notice has been given to CONTRACTOR by certified mail and will contain waiver provisions in accordance with paragraph of 5.11.2. 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the Interests of CONTRACTOR, Subcontractors or others in the Work to the extent of any deductible amounts that are provided in the Supplementary Conditions. The risk of loss within the deductible amount will be borne by CONTRACTOR, Subcontractor or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. 5.10. If CONTRACTOR requests in writing that other special insurance be included in the property insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. Waiver of Rights: 5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and damages caused by any of the perils covered by the policies of insurance provided in response to paragraphs 5.6 and 5.7 and other property insurance applicable to the Work, and also waive all such rights against the Subcontractors, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds in such policies for losses and damages so caused. As required by paragraph 6.11, each subcontract between CONTRACTOR and a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of OWNER, CONTRACTOR, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the proceeds of insurance held by OWNER as trustee or otherwise payable under any policy so issued. 5.11.2. OWNER and CONTRACTOR intend that policies provided in response to paragraphs 5.6 and 5.7 shall protect all of the parties insured and provide primary coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insureds or additional insureds, and if the insurers require separate waiver forms to be signed by PROFESSIONAL or PROFESSIONAL's consultant, OWNER will obtain the same, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same. 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 Revision Date August 2001 deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. Receipt and Application of Insurance Proceeds 5.13. OWNER, as trustee, shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER'S exercise of this power. If such objection be made, OWNER, as trustee, shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If required in writing by any party in interest, OWNER as trustee shall, upon the occurrence of an insured Toss, give bond for the proper performance of such duties. Acceptance of Insurance: 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the basis of its not complying with the Contract Documents, OWNER shall notify CONTRACTOR in writing thereof within ten days of the date of delivery of such certificates to OWNER in accordance with paragraph 2.7. If CONTRACTOR has any objection to the coverage afforded by or other provisions of the policies of insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 on the basis of their not complying with the Contract Documents, CONTRACTOR shall notify OWNER in writing thereof within ten days of the date of delivery, of such certificates to CONTRACTOR in accordance with paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional information in respect of insurance provided by each as the other may reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of such insurance purchased by the other as complying with the Contract Documents. Partial Utilization- Property Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10 provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected the changes in coverage neces- sitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or lapse on account of any such partial use or occupancy. Indemnification 5.16.1. CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER, and its employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and 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 indemnified hereunder. 5.16.2. In any and all claims against OWNER or any of its agents or employees by any employee of GC -14 Revision Date August 2001 CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall not be limited in any way as to the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any SUBCONTRACTOR under workmen's compensation acts, disability benefit acts, or other employee benefit acts. 5.16.3. CONTRACTOR shall indemnify and hold harmless OWNER and anyone directly or indirectly employed by it from and against all claims, suits, demands, damages, losses expenses (including attorneys' fees) arising out of any infringement on patent or copyrights held by others and shall defend all such claims in connection with any alleged infringement of such rights. ARTICLE 6 -- CONTRACTOR'S RESPONSIBILITIES Revision Date August 2001 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 Revision Date August 2001 6.7.1. Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other Suppliers may be accepted by PROFESSIONAL if sufficient information is submitted by CONTRACTOR to allow PROFESSIONAL to determine that the material or equipment proposed is equivalent or equal to that named. The procedure for review by PROFESSIONAL will include the following as supplemented in the General Requirements. Requests for review of substitute items of material and equipment will not be accepted by PROFESSIONAL from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall make written application to PROFESSIONAL for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application will state that the evaluation and acceptance of the proposed substitute will not prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which shall be considered by PROFESSIONAL. In evaluating the proposed substitute, PROFESSIONAL may require CONTRACTOR to furnish, at CONTRACTOR's expense, additional data about the proposed substitute. 6.7.2. If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to PROFESSIONAL, if CONTRACTOR submits sufficient information to allow PROFESSIONAL to determ ine 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-1 7 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 Revision gate August 2001 Laws and Regulations: 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor PROFESSIONAL shall be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR observes that any of the Contract Documents are contradictory to such laws, rules, and regulations, it will notify the Project Manager promptly in writing. Any necessary changes shall then be adjusted by an appropriate Change Order. If CONTRACTOR performs any Work that it knows or should have known to be contrary to such laws, ordinances, rules, and regulations and without such notice to the Project Manager, it shall bear all related costs. Taxes: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. Use of Premises: Revision Date August 2001 6.16. CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights -of -way, permits and easements. CONTRACTOR shall not unreasonably encumber the premises with construction equipment or other materials or, equipment. Any loss or damage to CONTRACTOR's or any Subcontractor's equipment is solely at the risk of CONTRACTOR. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the OWNER or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against OWNER or PROFESSIONAL by any such OWNER or occupant because of the performance of the Work, CONTRACTOR shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of PROFESSIONALs, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party against OWNER to the extent based on a claim arising out of CONTRACTOR's performance of the Work. 6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris or contaminants resulting from the Work. At the completion of the Work, CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by OWNER. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger them. Record Documents: 6.19. Contractor shall keep at the site and in good order one record copy of the Contract Documents and all Drawings and Specifications. These documents shall be annotated on a continuing basis to show all changes made during the construction process. These shall be available to PROFESSIONAL and the Project Manager and shall be submitted with the Application for Final Payment. Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall assume all risk of loss for stored equipment or materials, irrespective of whether CONTRACTOR has transferred the title of the stored equipment or materials to OWNER. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1. all employees on the Work and other persons and organizations who may be affected thereby; Emergencies: GC -20 Revision Date August 2001 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 shalt 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 shah notify OWNERs of adjacent property and of Underground Facilities and utility OW NERs 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 Toss 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 toss 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. Revision Date August 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 Toss. 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 ail quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, and that each submittal or sample has been reviewed or coordinated with the requirements of the Work and the Contract Documents. 6.24.1. No Work requiring a submittal or sample submission shall commence until the submission has been approved by PROFESSIONAL. A copy of each approved submittal and each approved sample shall be kept in good order by CONTRACTOR at the site and shall be available to PROFESSIONAL and OWNER. Any delays associated with the submittal process will be considered for time extensions only, and no damages or additional compensation for delay will be allowed. 6.24.2. Before submission of each Shop Drawing or sample, CONTRACTOR shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. 6.24.3. At the time of each submission, CONTRACTOR shalt give PROFESSIONAL specific written GC -21 Revision Date August 2001 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 Revision Date August 2001 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 Revision pat:, August 2001 7.1. OWNER may perform other work related to the Project at the site by OW NER's own forces, have other work performed by aided OWNERs or let other direct contracts therefor which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to CONTRACTOR prior to starting any such other work, and, if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. 7.1.2. CONTRACTOR shall afford each utility OWNER and other contractor who is a party to such a direct contract for OWNER, if OWNER is performing the additional work with OWNER's employees, proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs. CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of PROFESSIONAL and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility OW NERs and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility OWNERs and other contractors. 7.2. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of any such other contractor or utility OWNER (or OWNER), CONTRACTOR shall inspect and promptly report to PROFESSIONAL in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. CONTRACTOR's failure so to report will constitute an acceptance of the other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in the other work. 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 Revision Date August 2001 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. Visits to Site: Authorized Variations in Work: ARTICLE 9--- PROFESSIONAL'S STATUS DURING CONSTRUCTION GC -26 3evision Dat August 2J01 OWNER's Representative: 9.1. PROFESSIONAL will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of PROFESSIONAL as OWNER's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and PROFESSIONAL. 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. 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. 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: GC -27 Revision Date August 2001 9.10. PROFESSIONAL will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. PROFESSIONAL will review with CONTRACTOR PROFESSIONAL's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). PROFESSIONAL's written decisions thereon will be final and binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either OWNER or CONTRACTOR delivers to the other party to the Agreement and to PROFESSIONAL written notice of intention to appeal from such a decision. Decisions on Disputes: 9.11. PROFESSIONAL will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes to the Contract Price or Contract Time will be referred initially to PROFESSIONAL in writing with a request for a formal decision in accordance with this paragraph, which PROFESSIONAL will render in writing within a reasonable time. Written notice of each such claim, dispute and other matter will be delivered by the claimant to PROFESSIONAL and the other party to the Agreement promptly (but in no event later than thirty days after the occurrence of the event giving rise thereto) and written supporting data will be submitted to PROFESSIONAL and the other party within sixty days after such occurrence unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim. 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11, PROFESSIONAL will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by PROFESSIONAL pursuant to paragraphs 9.10 and 9.11 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.16) will be a condition 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. 1 • 1 Revision Date August 2001 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. 1 ARTICLE 10 -- CHANGES IN THE WORK 10.1. Without invalidating the Contract, OWNER may at any time or from time to time order additions, deletions, or revisions in the Work. The OWNER shall provide CONTRACTOR with a proposal request, identifying the Work to be added, deleted or revised. Upon receipt, CONTRACTOR shall promptly submit a written proposal for the changed work prepared in accordance with Articles 11 and 12. If the proposal request calls only for the deletion of Work, the OWNER may order the partial suspension of any Work related to the proposed deletion, in which case CONTRACTOR must cease performance as directed; CONTRACTOR shall not be entitled to claim lost profits on deleted work. All changed Work shall be executed under the applicable conditions of the Contract Documents. 10.2. Additional Work performed by CONTRACTOR without authorization of a Change Order will not entitle CONTRACTOR to an increase in the Contract Price or an extension of the Contract Time, except in the case of an emergency as provided in Article 6. The effect of this paragraph shall remain paramount and shall prevail irrespective of any conflicting provisions contained in these Contract Documents. 10.3. Upon agreement as to changes in the Work to be performed, Work performed in an emergency as provided in Article 6, and any other claim of CONTRACTOR for a change in the Contract Time or the Contract Price, PROFESSIONAL will prepare a written Change Order to be signed by PROFESSIONAL and CONTRACTOR and submitted to OWNER for approval. '10.4. In the absence of an agreement as provided in 10.3, OWNER may, at its sole discretion, issue a Work Change Directive to CONTRACTOR. Pricing of the Work Change Directive will be in accordance with Section 11.3. The Work Change Directive will specify a price, and if applicable a time extension, determined to be reasonable by OWNER. If CONTRACTOR fails to sign such Work Change Directive , CONTRACTOR may submit a claim in accordance with Articles 11 and 12, but CONTRACTOR shall nevertheless be obligated to fully perform the work as directed by the Work Change Directive. 10.5. CONTRACTOR shall proceed diligently with performance of the Work as directed by OWNER, regardless of pending claim actions, unless otherwise agreed to in writing. 10.6. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. GC -29 Revision Date August 2001 1 1 1 1 1 ARTICLE 11- CHANGE OF CONTRACT PRICE Revision Date August 2003 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. Ali 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 Revision Date rugust 2001 11.3.6. Failure on the part of CONTRACTOR to construct any item to plan or authorized dimensions within the specification tolerances shall result in: reconstruction to acceptable tolerances at no additional costs to OWNER; acceptance at no pay; or acceptance at reduced final pay quantity or reduced unit price, all at the discretion of OWNER. Determinations of aggregate monetary change for items identified as lump sum quantities shall be made by OWNER based upon an analysis of the scope of CONTRACTOR's failure to construct to plan or authorized dimensions. Cost of the Work: 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: 11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. 11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. Trade discounts, rebates and refunds and all returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed by Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to CONTRACTOR and shall deliver such bids to OWNER who then determines, with the advice of PROFESSIONAL, which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as CONTRACTOR's Cost of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work. 11.4.5. Supplemental costs including the following: 11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of 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 Revision Date August 3001 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: Revision Date August 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, 11.6.2.2. for costs incurred under paragraph 11.4.3, CONTRACTOR's Fee shall five percent; and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to CONTRACTOR on account ,of overhead and profit of all Subcontractors shall be fifteen percent, 11.3, 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 GC -33 Revision Date August 2001 discipline /trade with the unit cost per man -hour and total labor price, labor burden, equipment hours and rate for each piece of equipment, material by units of measure and price per unit, other costs specifically itemized, plus the overhead and profit markup. Cash Allowances: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of the allowances as may be acceptable to PROFESSIONAL CONTRACTOR agrees that: 11.8.1. The allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site and all applicable taxes; and 11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances. No demand for additional payment on account of any thereof will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by PROFESSIONAL to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. Unit Price Work: 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by PROFESSIONAL in accordance with Paragraph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item. 11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement and there is no corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes that CONTRACTOR has incurred additional expense as a result thereof, CONTRACTOR may make a claim for an increase in the Contract Price in accordance with Article 11 if the parties are unable to agree as to the amount of any such increase. • 1 1 ARTICLE 12 -- CHANGE OF CONTRACT TIME Revision Date August 2001 12.1. The Contract Time may only be changed by a Change Order. Any request for an extension in the Contract Time shall be made in writing and delivered to PROFESSIONAL and OWNER within seven (7) calendar days of the occurrence first happening and resulting in the claim. Written supporting data will be submitted to PROFESSIONAL and OWNER within fifteen (15) calendar days after such occurrence unless the OWNER allows additional time. All claims submitted by CONTRACTOR for adjustments to the Contract Time must set forth in detail the reasons for and causes of the delay and clearly indicate why the subject delay was beyond CONTRACTOR's control or fault. 12.2. If CONTRACTOR is delayed at any time in the performance, progress, commencement, or completion of the Work by any act or neglect of OWNER or PROFESSIONAL, or by an employee of either, or by any separate CONTRACTOR employed by OWNER, or by changes ordered in the Work, or by labor disputes, fire, unavoidable casualties, utility conflicts which could not have been identified or foreseen by CONTRACTOR using reasonable diligence, or any causes beyond CONTRACTOR's control or fault, then the Contract Time shall be extended by Change Order for such reasonable time as OWNER may determine. CONTRACTOR shall be entitled to an extension of time for such causes only for the number of days of delay which OWNER may determine to be due solely to such causes and only to the extent such occurrences actually delay the completion of the Work and then only if CONTRACTOR shall have strictly complied with all the requirements of the Contract Documents. Provided, however, notwithstanding anything in the Contract Documents to the contrary, no interruption, interference, inefficiency, suspension or delay in the performance, progress, commencement or completion of the Work for any cause whatsoever, including those for which OWNER or PROFESSIONAL may be responsible in whole or in part, shall relieve CONTRACTOR of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONTRACTOR's sole and exclusive remedy against OWNER for interruption, interference, inefficiency, suspension or delay of any aspect of the Work shall be the right to seek an extension to the Contract Time in accordance with the procedures set forth herein. ARTICLE 13—WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK Warranty and Guarantee: Revision Date August 2001 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. AU 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. AU defective work, whether or not in place, may be rejected, corrected, or accepted as provided in this Article. Access to Work: 13.2. For the duration of the Work, PROFESSIONAL and its representatives, other designated representatives of OWNER, and authorized representatives of any regulatory agency shall at all times be given access to the Work. CONTRACTOR shall provide proper facilities for such access and observation of the Work and also for any inspection or testing by others. Tests and Inspections: 13.3. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any Work to specifically be inspected, tested, or approved by someone other than CONTRACTOR, CONTRACTOR shall give PROFESSIONAL timely notice of readiness therefore. 13.4. The testing firm(s) (if assigned by OWNER to this Work) and all such inspections, tests, or approvals provided for by OWNER shall be identified in writing by PROFESSIONAL to CONTRACTOR. All other inspections, tests or approvals shall be at CONTRACTOR's expense including additional expenses for inspection and tests required as a result of delays by CONTRACTOR or hours worked in excess of 40 hours per week. For all required inspections, tests, and approvals on any Work prepared, performed, or assembled away from the site, CONTRACTOR will furnish PROFESSIONAL with the required Certificates of Inspection, testing, or approval. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organizations as may be required by law or the Contract Documents. Materials or Work in place that fail to pass acceptability tests shall be retested at the direction of PROFESSIONAL and at CONTRACTOR's expense. 13.5. All inspections, tests or approvals other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to OWNER and CONTRACTOR (or by PROFESSIONAL if so specified). 13.6. If any Work (including the work of others) that is to be inspected, tested or approved is covered without written concurrence of PROFESSIONAL, it must, if requested by PROFESSIONAL, be uncovered for observation. Such uncovering shall be at CONTRACTOR's expense unless CONTRACTOR has given PROFESSIONAL timely notice of CONTRACTOR's intention to cover the same and PROFESSIONAL has not acted with reasonable promptness in response to such notice. 13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests, or GC -36 OWNER May Stop the Work: Revision Oate August 2001 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. 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 Tabor, 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 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: OWNER May Correct Defective Work: Revieien Date August 2001 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 recom mendation 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. 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. GC -39 Revision Date August 3001 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 R0vi.ion Pate Augu0[ 2001 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 Revision Date August 2001 CONTRACTOR is entitled to payment of the amount recommended. However, by recommending any such payment, PROFESSIONAL will not thereby be deemed to have represented that exhaustive or continuous on -site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to PROFESSIONAL in the Contract Documents or that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or OWNER to withhold payment to CONTRACTOR. 14.6. PROFESSIONAL's recommendation of final payment will constitute an additional representation by PROFESSIONAL to OWNER that the conditions precedent to CONTRACTOR's being entitled to final payment as set forth in paragraph 14.13 have been fulfilled. 14.7. PROFESSIONAL may refuse to recommend the whole or any part of any payment if, in PROFESSIONAL's opinion, it would be incorrect to make such representations to OWNER. PROFESSIONAL may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in PROFESSIONAL's opinion to protect OWNER from loss because: 14.7.1. the Work is defective, or completed Work has been damaged requiring correction or replacement. 14.7.2. the Contract Price has been reduced by Written Amendment or Change Order. 14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with paragraph 13.14. or 14.7.4. of PROFESSIONAL's actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.9 inclusive. OWNER may refuse to make payment of the full amount recommended by PROFESSIONAL because claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work or Liens have been filed in connection with the Work or there are other items entitling OWNER to a off-set against the amount recommended, but OWNER must give CONTRACTOR immediate written notice (with a copy to PROFESSIONAL) stating the reasons for such action. Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use, CONTRACTOR shall notify OWNER and PROFESSIONAL in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that PROFESSIONAL issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of the Work to determine the status of completion. If PROFESSIONAL does not consider the Work substantially complete, PROFESSIONAL will notify CONTRACTOR in writing giving the reasons therefor. If PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to PROFESSIONAL as to any provisions of the certificate or attached list. lf, after considering such objections, PROFESSIONAL concludes that the Work is not substantially complete, PROFESSIONAL will, within fourteen days after submission of the GC -41 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: GC-42 Revision Date August 2001 14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work which (i) has specifically been identified in the Contract Documents, or (ii) OWNER, PROFESSIONAL, and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 14.10.1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees, CONTRACTOR will certify to OWNER and PROFESSIONAL that said part of the Work is substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and PROFESSIONAL in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion. If PROFESSIONAL does not consider that part of the Work to be substantially complete, PROFESSIONAL will notify OWNER and CONTRACTOR, in writing, giving the reasons therefor. If PROFESSIONAL considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. OWNER may at any time request CONTRACTOR, in writing, to permit OWNER to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to PROFESSIONAL and, within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion, and PROFESSIONAL will prepare a list of the items remaining to be completed or corrected thereon before final payment. If CONTRACTOR does not object in writing to OWNER and PROFESSIONAL that such part of the 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 Revision Date August 2001 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, (11) 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 -44 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: Revision Date August 2001 14.13. If, on the basis of PROFESSIONAL's observation of the Work during construction and final inspection and PROFESSIONAL's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, PROFESSIONAL is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, PROFESSIONAL will, within ten (10) working days after receipt of the final Application for Payment, indicate in writing PROFESSIONAL's recommendation of payment and present the Application to OWNER for payment. At the same time PROFESSIONAL will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of 14.6. Otherwise, PROFESSIONAL will return the application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. After the presentation to OWNER of the application and accompanying documentation, in appropriate form and substance and with PROFESSIONAL's recommendation and notice of acceptability, the amount recommended by PROFESSIONAL will become due and will be paid by OWNER to CONTRACTOR. 14.14. 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 Waiver of Claims: Revision Date August 2001 CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents (except as provided in paragraph 14.16). 14.16. The making and acceptance of final payment will constitute: 14.16.1. A waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled liens, from defective Work appearing after final inspection pursuant to 14.11, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 14.16.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. Termination For Cause: ARTICLE 15-- SUSPENSION OF WORK AND TERMINATION GC -46 .!VISLon UJte u Au)unt :G01 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, 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 Revision Date August 2001 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 Revision Date August 2001 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. 1 ARTICLE 16-- DISPUTE RESOLUTION Revision Date august 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. GC -49 Giving Notice: Computation of Time: General: ARTICLE 17- MISCELLANEOUS Revision. Gate Augusr 2001 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. 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 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: actions: GC -51 Revision Date August 2001 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 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. PROGRAM MANAGER: Revision Dace August 3001 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. 17.10 The PROGRAM MANAGER for the project is CH2M HILL, 360 Bay Street, Suite 100 Augusta, GA 30901. The presence or duties of PROGRAM MANAGER's personnel at the construction site, whether as onsite representatives or otherwise, do not make PROGRAM MANAGER or PROGRAM MANAGER's personnel in any way responsible for those duties that belong to OWNER and / or the CONTRACTOR or other entities, and do not relieve the CONTRACTOR or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health and safety precautions required by such construction work. PROGRAM MANAGER and PROGRAM MANAGER's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty of inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the CONTRACTOR(s) or other entity or any other persons at the site except PROGRAM MANAGER's own personnel. The presence of PROGRAM MANAGER's personnel at the construction site is for the purpose of providing to OWNER a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). PROGRAM MANAGER neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. For this AGREEMENT only, construction sites include places of manufacture for materials incorporated into the construction work, and construction contractors include manufacturers of materials incorporated into the construction work 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 -05 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 -11 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 a sanitary trunk line sewer 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 08/12 G002 General and Misc. Notes, Abbreviations and Legend 08/12 C101 Index Map, Manhole Schedule & Soil Classification 08/12 C201 Plan & Profile EMH(1) to MH(906) 08/12 C202 Plan & Profile MH(906) to MH(912) 08/12 C203 Plan & Profile MH(912) to MH(917) 08/12 C204 Plan & Profile MH(917) to MH(923) 08/12 C205 Plan & Profile MH(923) to MH(932) 08/12 C206 Plan & Profile MH(932) to STA. 81 +00 08/12 C207 Plan & Profile STA. 81 +00 to STA. 96 +00 08/12 C208 Plan & Profile STA. 96 +00 to STA. 111 +00 08/12 C209 Plan & Profile STA. 111 +00 to MH(938) 08/12 C303 Miscellaneous Details 1 of 2 08/12 C304 Miscellaneous Details 2 of 2 08/12 C305 E.S.P.C. Notes & Details 1 of 2 08/12 C306 E.S.P.C. Notes & Details 2 of 2 08/12 C307 NPDES GAR100002 Notes 08/12 -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 SC -2 Excess Liability (any auto) Each Occurrence Workers Compensation Employer Liability -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. - 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: $ 5,000,000 Statutory Limits $ 1,000,000 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 furnished 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. If necessary, 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. -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. B. After notice to proceed and prior to the first payment on the contract the Contractor shall submit the following for review: (1) 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 (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) Identify: (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 Planner, latest version, SureTrak latest version or a compatible and approved software. (e) Adjust or confirm schedules on a monthly basis as follows: SC -5 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. -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 hereunder and 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. SC -6 -18. 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 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 -11 -1, et seq. In the event any provision of this Agreement is inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement shall control. - 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 of or 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: 1. 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: 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. EQUIVALENT 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 the City of Augusta, Georgia and follow all necessary procedures listed in "Section 15, Right -of -way Encroachment Guidelines, Part E, Outside of Normal Working Hours," of the Augusta- Richmond County Planning Commission Development Documents dated September, 1999, or latest version. If inspectors of Augusta - Richmond County are needed to work outside normal business hours, Augusta - Richmond County 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 Augusta, Georgia as follows: "Contractor acknowledges that this contract and any changes to it by amendment, modification, change order or other similar document may have required or may require the legislative authorization of the Board of Commissioners and approval of the Mayor. Under Georgia law, Contractor is deemed to possess knowledge concerning Augusta, Georgia's ability to assume contractual obligations and the consequences of Contractor's provision of goods or services to Augusta, Georgia under an unauthorized contract, amendment, modification, change order or other similar document, including the possibility that the Contractor may be precluded from recovering payment for such unauthorized goods or services. Accordingly, Contractor agrees that if it SC -10 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. 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 CIRCA), 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 subcontractor(s) 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 10B of the AUGUSTA, GA. CODE, Contractor expressly agrees to collect and maintain all records necessary to for Augusta, Georgia to evaluate the effectiveness of its Local Small Business Opportunity Program and to make such records available to Augusta, Georgia. The requirements of the Local Small Business Opportunity Program can be found at www.augustaga.gov. In accordance with AUGUSTA, GA. CODE § 1- 10- 129(d) (7), for all contracts where a local small business goal has been established, the contractor is required to provide local small business utilization reports. Contractor shall report to Augusta, Georgia the total dollars paid to each local small business on each contract, and shall provide such payment affidavits, regarding payment to subcontractors as may be requested by Augusta, Georgia. Such documents shall be in the format specified by the Director of 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. 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). t SPECIAL CONDITIONS APPENDIX 1. Noise provisions of Code (2 Pages) 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 - Richmond County 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, m 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 1 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 - Richmond County while engaged in necessary public business; (2) Excavations or repairs of streets by or on behalf of Augusta- Richmond County 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 - Richmond County 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 Accompanying Documentation: Dated APPLICATION FOR PAYMENT NO. To: (OWNER) From: (CONTRACTOR) Contract: Project: OWNER's Contract No. ENGINEER's Project No. For Work accomplished through the date of: 1. Original Contract Price: $ 2. Net change by Change Orders and Written Amendments (+ or -): $ 3. Current Contract Price (1 plus 2): 4. Total completed and stored to date: S 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 THIS APPLICATION (6 MINUS 7): $ CONTRACTOR'S Certification: The undersigned CONTRACTOR certifies that (1) all 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 1 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 free 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 for Payment is in accordance with the Contract Documents and not defective. By: State of County of Subscribed and sworn to before me this day of Notary Public My Commission expires: CONTRACTOR Payment of the above AMOUNT DUE THIS APPLICATION is recommended. Dated ENGINEER By: 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. B. COMPLETING THE FORM The Schedule of Values, submitted and approved as provided in paragraphs 2.05.B.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 UNIT PRICE ESTIMATED QUANTITY -- 1 SCHEDULE OF VALUES AMOUNT QUANTITY COMPLETED AMOUNT % MATERIAL STORED AMOUNT COMPLETED AND STORED 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 1 5 . 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. 30. TOTAL Note: Total Schedule of Values Amount should equal the current Contract Price, DATE OF ISSUANCE To And To CERTIFICATE OF SUBSTANTIAL COMPLETION 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: 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 DATE OF SUBSTANTIAL COMPLETION 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 CONTRACTOR 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. 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 specifically noted 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 of CONTRACTOR's obligation to complete the Work in accordance with the Contract Documents. Executed by ENGINEER on Date ENGINEER By: (Authorized Signature) CONTRACTOR accepts this Certificate of Substantial Completion on Date CONTRACTOR By: (Authorized Signature) OWNER accepts this Certificate of Substantial Completion on Date OWNER By: (Authorized Signature) Phase II — Butler Creek Interceptor Upgrade - West Project No.60106 SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 WORK COVERED BY CONTRACT DOCUMENTS A. Project Identification: Phase II - Butler Creek Interceptor Upgrade -West; Project No. 60106 1. Project Location: Butler Creek Basin Area immediately downstream of Gordon Hwy adjacent to Fort Gordon, GA on the east side of Gordon Lake. 2. Owner: Augusta Richmond County Commission B. Engineer Identification: The Contract Documents, dated XXXX, 2012, were prepared for Project by: Johnson, Laschober and Associates, P.C., 1296 Broad Street, Augusta, GA 30901 C. The Work consists of: 1. Phase II: a. Construct approximately 7,900 if of gravity sewer and force main (7,000 If of 30" dia. gravity sewer and 900 if of 20" force main). 1.2 CONTRACT A. Project will be constructed under a general construction contract. 1.3 USE OF PREMISES 1.4 SPECIFICATION FORMATS AND CONVENTIONS SUMMARY 08/28/2012 A. General: Contractor shall have full use of premises for construction operations, including use of Project site, during construction period. A. Specification Format: The Specifications are organized into Divisions and Sections using the CSI/CSC's "MasterFormat" numbering system. 1. Section Identification: The Specifications use section numbers and titles to help cross - referencing 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 beginning of the Project Manual to determine numbers and names of sections in the Contract Documents. 011000 - 1 Phase II — Butler Creek Interceptor Upgrade - West Project No.60106 SUMMARY 08/28/2012 B. 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: 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. 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 011000 -2 Phase II — Butler Creek Interceptor Upgrade - West Project No.60106 SECTION 013000 - SUBMITTALS PART 1 - GENERAL 1.1 RELATED DOCUMENTS 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. 1. Permits. 2. Applications for Payment. 3. Performance and payment bonds. 4. Insurance certificates. 5. List of subcontractors. 1.3 SUBMITTAL PROCEDURES 08/28/2012 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: 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 Phase II — Butler Creek Interceptor Upgrade - West Project No.60106 08/28/2012 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 permit 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 Time will be authorized because of failure to transmit submittals to the Owner sufficiently in advance of the Work to permit processing. B. 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 form. 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." B. Work Stages: Indicate important stages of construction for each major portion of the Work, including submittal review, testing, and installation. SUBMITTALS 013000 - 2 Phase II — Butler Creek Interceptor Upgrade - West Project No.60106 08/28/2012 C. Cost Correlation: At the head of the schedule, provide a cost correlation line, indicating planned 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 SHOP 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 full -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 mm) 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 fmal 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. SUBMITTALS 013000 - 3 Phase 11 — Butler Creek Interceptor Upgrade - West Project No.60106 c. Compliance with recognized testing agency standards. d. Application of testing agency labels and seals. e. Notation of dimensions verified by field measurement. f. Notation of coordination requirements. 08/28/2012 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. 1.8 OWNER'S ACTION 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. 1.7 QUALITY ASSURANCE SUBMITTALS 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. B. 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. 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. 1. Compliance with specified characteristics is the Contractor's responsibility. B. 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. SUBMITTALS 013000 - 4 Phase 11 — Butler Creek Interceptor Upgrade - West Project No.60106 08/28/2012 C. Unsolicited Submittals: The Owner will return unsolicited submittals to the sender without action. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 013000 SUBMITTALS 013000 - 5 Phase II — Butler Creek Interceptor Upgrade - West Project No.60106 SECTION 014000 - QUALITY CONTROL PART 1 - GENERAL 1.1 RELATED DOCUMENTS 08/28/2012 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 quality - control services. B. Quality - control services include inspections, tests, and related actions, including reports performed 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 RESPONSIBILITIES 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 Phase II — Butler Creek Interceptor 08/28/2012 Upgrade - West Project No.60106 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 times 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 Phase II — Butler Creek Interceptor 08/28/2012 Upgrade - West Project No.60106 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. h. 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 opinion 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 OF SECTION 014000 QUALITY CONTROL 014000 - 3 Phase II — Butler Creek Interceptor Upgrade - West Project No.60106 SECTION 017000 - CONTRACT CLOSEOUT PART 1 - GENERAL 1.1 RELATED DOCUMENTS 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 closeout 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. 08/28/2012 B. Closeout requirements for specific construction activities are included in the appropriate sections. 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. CONTRACT CLOSEOUT 017000 - 1 Phase II — Butler Creek Interceptor 08/28/2012 Upgrade - West Project No.60106 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 ofreinspection, the OWNER will prepare a certificate offinal 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 017000 CONTRACT CLOSEOUT 017000 - 2 Phase 11— Butler Creek Interceptor Upgrade - West Project No. 60106 SECTION 020500 - SUBSURFACE CONDITIONS PART 1 - GENERAL 1.1 WORK INCLUDED A. General: A soils investigation report has been prepared for the site of this work by QORE Property Sciences, 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. 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. 1.4 ATTACHMENT A. Subsurface Exploration and Report Dated December 29, 2008. (70 Pages) B. Addition Borings Report Dated February 5, 2010. (5 Pages) END OF SECTION 020500 08/28/2012 SUBSURFACE CONDITIONS 020500 - 1 APPENDIX for Subsurface Conditions Soils Investigation Report by Qore Property Sciences dated December 29, 2008 For Johnson, Laschober & Associates, P.C. P. O. Box 2103 Augusta, Georgia 30903 Prepared by QORE, Inc. 1732 Wylds Road Augusta, Georgia 30909 QORE Job No. U1654, Report No. 38106 December 29, 2008 REPORT OF SUBSURFACE EXPLORATION PROPOSED SEWER LINE BUTLER CREEK INTERCEPTOR UPGRADE AUGUSTA, GEORGIA © QORE, Inc., All Rights Reserved December 29, 2008 Mr. Rich Laschober, P.E. Johnson, Laschober & Associates, P.C. P.O. Box 2103 Augusta, Georgia 30903 PROPERTY SCIENCES Re: Report of Subsurface Exploration Proposed Sewer Line Butler Creek Interceptor Upgrade Augusta, Georgia QORE Job No. U1654, Report No. 38106 Dear Mr. Laschober: QORE tt " QORE, Inc. has completed a subsurface exploration for the referenced project in general accordance with our proposal Number 02597 dated May 9, 2006, as authorized by Rich Laschober, P.E. of Johnson, Laschober & Associates, P.C. (JLA) on August 1, 2008 and as modified based on our conversation with Mr. Rich Laschober, P.E. The purposes of this exploration were to assess subsurface conditions and to provide recommendations for excavation, groundwater control, and material usage. 1.0 PROJECT INFORMATION The project consists of a 30 inch sanitary gravity sewer line and a 24 inch force main sewer line along Butler Creek near Fort Gordon in Augusta, Georgia. The proposed sewer will traverse generally along side Butler Creek from the south portion of Drayton Drive (station 0 +00) to Gordon Highway, about 2500 feet west of Jimmie Dyess Parkway (station 189 +12). Flow in the sanity sewer line is down station (i.e. from station 189 +35 to 0 +00). The line will be approximately 18,912 feet long based on the plans C1.1, Rev. A and C2.1, Rev. A through C2.7, Rev. A provided by JLA and dated July 31, 2008. The line will consist of a gravity sewer from approximate station 189 +12 to 119 +28; a force main from approximate station 119 +28 to 68 +31, and a gravity sewer from approximate station 68 +31 to 0 +00. Based on invert elevations between 217 and 270 feet for the gravity sewer portions, trench cuts are anticipated to range from approximately 5 to 22 feet with the deepest cut in the vicinity of 1732 Wylds Road Augusta. Georgia 30909 (706) 729 -6917 fax (706) 729.6920 Butler Creek Interceptor — Upgrade West, Augusta, Georgia December 29, 2008 QORE Job No. U1654. Report No. 38106 Page 2 station 127 +00. Based on invert elevations between 248 and 283 feet for the force main section, cut will generally be 4 to 12 feet. Jack and bore techniques will be used under the road to Gate 1 of Fort Gordon. 2.0 EXPLORATION AND TEST METHODS The procedures used by QORE for field and laboratory sampling and testing are in general accordance with ASTM procedures and established engineering practice in the State of Georgia. The Appendix contains brief descriptions of the procedures used in this exploration. 2.1 Field Testing and Sampling The geotechnical exploration began with review of the provided plans and a visual site reconnaissance performed by members of our professional staff. With the assistance of Mr. Trevor Wimberly of JLA, our personnel located the soil test borings by estimating right angles and measuring distances from existing features based on the drawings provided. Fourteen soil test borings and three hand auger borings were performed along the proposed sewer line alignment. The test boring and hand auger locations, identified by approximate station or manhole number, are indicated on the Test Boring Records in the Appendix. The soil test borings were performed utilizing an all terrain vehicle CME 55 drill rig by mechanically advancing hollow stem augers into the ground. Standard Penetration tests (SPT) were performed with a rope and cathead at regular intervals in the borings to estimate soil consistency and to obtain soil samples. A standard 1.4 -inch I.D., 2 -inch O.D. split - barrel sampler was used. The sampler was first seated 6 inches and then driven an additional 12 inches with blows of a 140 -pound hammer falling 30 inches. The number of hammer blows required to drive the sampler the additional 12 inches was recorded and is designated the "standard penetration resistance" with units of blows per foot (bpf). The hand auger borings were made by manually twisting a post -hole auger into the soil. The auger consists of a two curved blades and a bucket which retains the soil as the auger is advanced. At regular intervals, the hand auger was removed from the boring and cone penetrometer soundings were performed with a dynamic portable cone penetrometer. The device has a 1.5 -inch diameter, 45- degree cone point with a surface area of 3.9 inches which is driven with a 15 -pound steel weight on a guide rod. Hand auger borings B9A and B13A were terminated above the pipe invert elevations because groundwater prevented these borings from going deeper. 2.2 Laboratory Testing The samples obtained during the exploration were returned to our laboratory and reviewed by a member of our engineering staff. The purposes of this review were to check the field descriptions, visually estimate the relative percentages of the soil's constituents (sand, clay, etc.), and observe evidence of sail origin. We conducted grain size analyses and Atterberg limits tests on selected soil Butler Creek Interceptor - Upgrade West, Augusta, Georgia December 29, 2008 QORE Job No. U1654. Report No. 38106 Paoe 3 samples to aid in classification. The laboratory data are included on the boring logs and data sheets contained in the Appendix. 3.0 SUBSURFACE CONDITIONS 3.1 Geology The site is located in the Coastal Plain Physiographic Province of Georgia, very near the Fall Line. 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 Physiographic 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. 3.2 Soil Survey Information Based on the Natural Resources Conservation Service's Custom Soil Resource Report for Richmond County, Georgia, the predominate soil types at the site are identified as the Bibb and Osier, Ailey, and Dogue series. According to the soil survey, the groundwater table for the Bibb and Osier is 0 to 1/2 foot below the natural ground surface; Ailey loamy sand, 5 to 8 percent slopes, is more than 61/2 feet below the natural ground surface; and Dogue fine sandy loam, 0 to 3 percent slopes, is 1 to 3 feet below the natural ground surface. 3.3 Soil Profile Generally, the borings encountered four to eight feet of very loose to dense clayey and /or silty sand with consistencies ranging from 3 to 37 blows per foot (bpf). Below the sands, the borings generally encountered very stiff to very hard silt (18 to 100+ bpf) to their termination depths of 10 to 30 feet. The liquid limit and plasticity index for these silts ranged from 36 to 56 and 7 to 17, respectively. B1, B3, B4, B6, B7, and B8 encountered very hard soils (58 to 100+ bpf) starting at approximate elevations of 254 to 269 feet. Borings B2, 89, B10, B12, and B13 encountered very loose to dense clayey and /or silty sand to their termination depths. The following is a brief summary of other subsurface conditions that were encountered in the borings. • Roughly three feet of fill was encountered in borings B11 and 815. • B1 encountered very dense or very hard (100+ bpf) material at an approximate elevation of 2631/2 feet; however, this material was not recovered. The drilling equipment was able to auger down to the planned termination depth of 15 feet below ground surface. Summary of Boring Results Boring Number Approximate Station Number Approximate Ground Surface Elevation (Feet) Approximate Invert Elevation (Feet) Approximate Groundwater Elevation (Feet) Approximate Elevation of 50+ bpf material (Feet) B1 187 +00 277 269 277 265 B2 176 +00 274 267 268 NE B3 167 +00 270 264 NE 262 B4 158 +00 273 263 NE 265 B5 150 +00 265 260 254 NE B6 141+00 267 258 NE 254 B7 128 +00 277 255 NE 269 B8 119 +25 267 253/260* NE 249 B9 107 +00 285 277 280 NE B9A 95 +50 281 275 279 NE B10 92 +00 274 264 NE NE B11 68 +00 276 266 268 NE B12 58 +00 279 263 262 NE B13 41 +00 263 253 NE NE B13A 27 +50 248 238 241 NE B14 14 +00 240 230 NE NE B15 4 +00 234 219 224 NE Butler Creek Interceptor — Upgrade West, Augusta, Georgia December 29, 2008 QORE Job No. U1654. Report No. 38106 • Very hard silt (100+ bpf) was encountered in borings B3 and B4 at approximate elevations of 262 and 265 feet, respectively. • Groundwater was measured in nine of the borings at depths of 0 (ground surface) to 17 feet below the ground surface. The following table summarizes the results of the borings and groundwater measurements. *Note: Gravity and force main intersection NE = Not Encountered 4.0 LIMITATIONS OF REPORT Pate 4 This report has been prepared for the exclusive use of JLA for specific application to this project. Our conclusions' and recommendations have been prepared using generally accepted standards of Butler Creek Interceptor — Upgrade West, Augusta, Georgia December 29, 2008 QORE Job No. U1654. Report No. 38106 Page 5 geotechnical engineering practice in the State of Georgia. No other warranty is expressed or implied. This company is not responsible for the conclusions, opinions, or recommendations of others based on these data. Our conclusions and recommendations are based on the data obtained from the previously described subsurface exploration and our experience. They do not reflect variations in the subsurface conditions, which are likely to exist between our boring locations and in unexplored areas of the sewer line. These variations result from the inherent variability of the subsurface conditions in this geologic region. If the overall design, location, or elevations of the sewer line are changed, the recommendations contained in this report must not be considered valid unless the changes are reviewed by our firm and our recommendations modified or verified in writing. When the design is finalized, we should be given the opportunity to review applicable portions of the project specifications. This review will allow us to check whether these documents are consistent with the intent of our recommendations. Field observations, monitoring, and quality assurance testing during earthwork are an extension of the geotechnical design. We recommend that the owner retain these services and that we be allowed to continue our involvement in the project through this phase of construction. Our firm is not responsible for interpretation of the data contained in this report by others, nor do we accept any responsibility for job -site safety, which is the sole responsibility of the contractor. The recommendations contained herein are not intended to dictate construction methods or sequences. They are based on findings from this subsurface exploration and are furnished solely to help designers understand subsurface conditions related to the plans and specifications. Depending on the final design of the project, the recommendations also may be useful to personnel who observe construction activity. 5.0 CONCLUSIONS We base the following conclusions concerning geotechnical issues in part on the project information provided to us as discussed above, the results of our subsurface exploration described above, and laboratory testing. • Beneath roughly two to six inches of topsoil, the borings generally encountered natural Coastal Plain soils consisting of silty and clayey sand and lean and plastic silt. Approximately two to three feet of fill were encountered in borings 811 and 815 above the Coastal Plain soils. Butler Creek Interceptor — Upgrade West, Augusta, Georgia December 29, 2008 ()ORE Job No. U1654, Report No. 38106 Page 6 • The soils encountered in the borings appear generally adaptable for use as compacted fill. However, based on their current condition, some drying of these soils to within roughly 3 to 5 percent of optimum will be required to achieve the recommended compaction. • We anticipate difficult excavation where dense and hard to very hard soils are encountered. Excavation of these soils will likely require removal with a heavy excavator. In some areas of the hardest materials, pneumatic tools may be required to loosen the soils. We anticipate this material will be encountered between approximate stations 119 +25 and 170 +00, where our soil test borings encountered very hard soils starting at approximate elevations of 254 to 269 feet. • Roughly half of the borings encountered groundwater at or above the proposed pipe invert elevation. Thus, dewatering will be required during installation of the sewer line. Because of the length of the project and variation of the subsurface conditions, different types of dewatering systems will be required. 6.0 RECOMMENDATIONS 6.1 Excavation While none of the borings encountered "refusal ", very high consistency soils (standard penetration values of more than 50 blows per foot) were encountered in six of the borings located between stations 119 +25 and 187 +00. We anticipate that these materials can be excavated using a large crawler mounted backhoe having a bucket curling force rated at not less than 36,000 pounds. We recommend that the project specifications require that a backhoe comparable to a Caterpillar 325CL or equivalent be used for trench excavation. In some cases where the hardest materials are encountered, pneumatic tools may be required to loosen the soils. Jack and bore will be complicated by the dense and hard soils. We recommend that the prospective bidders review the boring data and be allowed to perform additional soil test borings to evaluate the conditions and select the appropriate equipment. 6.2 Construction Area Dewaterinq Nine of the borings encountered groundwater and at seven of the locations groundwater was encountered at or above the proposed invert elevation. Thus, groundwater control will be required during construction of some portions of the line. To help control groundwater and to maintain a firm surface, we recommend installing a 8 to 12 inch thick stone bedding layer in areas where groundwater is encountered. The stone layer should consist of a washed stone, such as No. 57 stone. Water should be drained by gravity to discharge points or pumped from shallow sumps. If additional dewatering is required to lower the groundwater, well points or deep wells may be required. Butler Creek Interceptor — Upgrade West, Augusta, Georgia December 29, 2008 QORE Job No. U1654. Report No. 38106 Page 7 In areas where significant surface drainage flow is anticipated to be intercepted by construction activities, alternate conduits should be considered to handle the flow. Large flow volumes can degrade the structural continuity of excavations and bearing materials. 6.3 Fill Placement In grassed or non load bearing areas most of the excavated soils should be satisfactory for backfill. Fill in these areas should be placed in lifts no greater than 12 inches thick and compacted to least 90 percent of the soil's maximum dry density as determined by the standard Proctor compaction test. Trenches beneath paved areas or structures should be backfilled to their design subgrade levels with structural fill. Structural fill is defined as soil which is free of organics and deleterious material, exhibits a plasticity index less than 20, has a maximum particle size less than 1 inch, and is compacted to at least 95 percent of the soil's maximum dry density as determined by the standard Proctor compaction test (ASTM D 698). Structural fill should be placed in relatively thin (4- to 8 -inch) layers. The upper 1 -foot of all structural fill beneath pavements should be compacted to at least 98 percent. In our opinion, the more sandy soils encountered in the borings can generally be used as a source of structural fill with some wetting or drying to obtain the required density. Under the current conditions, drying of the backfill soils will likely be required. Excessively wet soils should be utilized in non load bearing areas and not beneath pavements. In areas where soils are below the water table or are otherwise wet, it may be more economical to import select fill for areas beneath structures and pavements. 6.4 Field Density Testing We recommend that density testing be performed on a full -time basis during placement of structural fill beneath roadways and structures. During full -time density testing, the test frequency can be determined by our personnel based on the area to be tested, the equipment used, and construction schedule. Tests should be performed at vertical intervals of 2 feet or less as the fill is being placed. We recommend density testing by a technician working under the direction of our project engineer. 7.0 FOLLOW -UP SERVICES Our services should not end with the submission of this geotechnical report. QORE should be kept involved throughout the design and construction process to maintain continuity and to determine if 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 and have not been misinterpreted. Butler Creek Interceptor — Upgrade West, Augusta, Georgia December 29, 2008 QORE Job No. U1654, Report No. 38106 Page 8 QORE appreciates the opportunity to be of service lo you in this phase of the project. We are available to provide consulting services and quality control testing during the construction phase. Please call us if you have any questions concerning this report or if we may be of further service. Respectfully submitted, QORE Property Sciences r--_ Simone Silvestri Staff Engineer Robert A. Williamson, P.E. Branch Manager Enclosure: Appendix 8.0 CLOSING Kenneth W. Weinel, P.E. Senior Geotechnical Engineer Perry E. Dukes, P.E. Project Engineer GA 13784 Exploration Location Plan APPENDIX (ii Approximate Boring Location • Approximate Hand Auger Boring Location B14 Q O R E PRO PEATY SCIENCES EXPLORATION LOCATION PLAN Butler Creek Interceptor Upgrade - West Augusta, Georgia Reference: Based on the Index Map provided by JLA dated July al. 2008 dos NO. Ut8u DRAWN BY SJS REPORT NO. 38108 CHECKED BY PED APPROXIMATE SCALE 1Inth =83 feel DATE OIDECO8 Test Boring Records APPENDIX PROJECT: Buller Creek Interceptor Upgrade I JOB NO: U1654 I REPORT NO: 38106 PROJECT LOCATION: Augusta, Georgia ELEVATION: 277 BORING STARTED: 11/25/2008 BORING COMPLETED: 11/25/2008 DRILLING METHOD: HSA EQUIPMENT TYPE: CME 55 HAMMER: Automatic GROUNDWATER: a feet bgs ATD I BORING DIAMETER (IN): 4 I SHEET 1 OF 1 Remarks: Water on surface of boring. Approximate Invert Elevation: 269 feet Approximate Station: 1 +00 Elevation and station Information Is estimated from C2.7 Rev. A dated 7/31/08. G ELEV. (FT.) rile - DEPTH (FT.) At dme of urllhny MATERIAL DESCRIPTION L S R STANDARD PENETRATION RESISTANCE (N) 0 10 20 30 40 60 e° TO 16 Cam BLOWS Jr 277- 274 269— 265 262 0 7 // 1 G I Pr 1 -1 - 1 3 - 6 - 8 5 -8.10 9.8 18 50/0 - - - - — - _ - - - -t0- - - — - 15 \ 6 inches sandy topsoil , rr, .\\\ Coastal Plain: Very loose, brown and gray mottled clayey fine SAND (SC) Finn, brown silty fine to coarse SAND (SM) with trace fine to coarse gravel at 6 to 71/2 feet mlc: 16 % from approximately 3 1/2 to 5 feet Very firm, brown clayey fine SAND (SC) .77 \ » No sample recovery —20- -25- -30— Boring terminated at 15 feet Ch QORE PROPERTY SCIENCES /M TEST BORING RECORD BORING NO: B 1 PROJECT: Butler Creek Interceptor Upgrade I JOB NO: U1654 I REPORT NO: 38106 PROJECT LOCATION: Augusta, Georgia ELEVATION: 274 BORING STARTED: 11/25/2008 BORING COMPLETED: 11/25/2008 DRILUNG METHOD: HSA EQUIPMENT TYPE: CME 55 HAMMER: Automatic GROUNDWATER: E 6 feet bgs ATD I BORING DIAMETER (IN): 4 I SHEET 1 OF 1 Remarks: Approximate Invert Elevation: 267 feet Approximate Station: 176 +00 Elevation and station Information is estimated from C2.6 Rev. A dated 7/31/08. ATD = at time of drilling G ELEV. ( ) DEPTH (FT) MATERIAL DESCRIPTION L S R STANDARD PENETRATION RESISTANCE (N) • 10 70 70 CO . 30 0 70 ..... BLOWS /6' 266— 259 0 9 - - - - — - - ` —10— - - -15 12 inches of sandy topsoil ,/� %' O 5 - 6 - 7 5-12- Coastal Plain: Firm to very firm, brown and yellow mottled clayey fine to medium SAND (SC) 13 7 -9 -14 5 - 6 - 8 Firm to very firm, white fine to coarse clayey SAND (SC) with trace fine gravel at 131/2 to 15 feet 9.12- —20- -25- -30— Boring terminated at 15 feet 14 1 0 ct a 0 U 0 0 a a w w 0: J CC rc w m 0 0 0 u w 0 m 0 Q. O R E tT P II O P f E T Y SCIENCES TEST BORING RECORD BORING NO: B2 PROJECT: Butler Creek Interceptor Upgrade ` JOB NO: U1654 1 REPORT NO: 38106 PROJECT LOCATION: Augusta, Georgia ELEVATION: 270 BORING STARTED: 11/25/2008 BORING COMPLETED: 11/25/2008 DRILLING METHOD: HSA EQUIPMENT TYPE: CME 55 HAMMER: Automatic GROUNDWATER: Not Encountered , BORING DIAMETER (IN) 4 I SHEET 1 OF 1 Remarks: Approximate Invert Elevation: 264 feet Approximate Station: 187 +00 Elevation and station information is estimated from C2.6 Rev. A dated 7131/08. ATD = at time of drilling G ELEV. (FT.) DEPTH DEPTH MATERIAL DESCRIPTION L S R 0 STANDARD PENETRATION RESISTANCE (N) 10 20 b 40 50 50 70 50 501( BL OWS O' i e 1 utvran1 ion•e 1n aoo ram x3388 8311119 a8Q 9N O 338- 267— 262 250— — r r r 8 -11 - 13 3 - 4 - 5 0 - - - - ,4 inches of gravel Coastal Plain: Very firm, brown silty fine SAND (SM) with trace fine gravel - - - - Loose to firm, gray and brown mottled clayey fine SAND (SC) f 5 -6 -6 21- 50/3 - - — jo — _ - - -15 — - - - - Very hard, gray and brown mottled SILT (ML) LL: 36 from approximately 8 112 to 10 feet PI: 7 from approximately 81/2 to 10 feet m /c: 12% from approximately 81/2 to 10 feet At 23 - 50/3.5 ` / 18 -25- 40 20 —25— — - —3t)— Boring terminated at 20 feet Q 0 R E TM . TEST BORING RECORD P 502E577 SCIENCES BORING NO: B3 PROJECT: Butler Creek Interceptor Upgrade l JOB NO: 01654 ` REPORT NO: 38106 PROJECT LOCATION: Augusta, Georgia ELEVATION: 273 BORING STARTED: 11/2512008 BORING COMPLETED: 11/25/2008 DRILLING METHOD: HSA EQUIPMENT TYPE: CME 55 HAMMER: Automatic GROUNDWATER: Not Encountered 1 BORING DIAMETER (IN): 4 I SHEET 1 OF 1 Remarks: Approximate Invert Elevation: 263 feet Approx mate Station: 158 +00 Elevation and station information is estimated from C2.6 Rev. A dated 7131108. ATD = at time of drilling G ELEV. (FT.) DEPTH (FT.) MATERIAL DESCRIPTION L S R 0 STANDARD PENETRATION RESISTANCE (N) 10 70 60 40 30 40 70 nom BLOWS iti" L erv<rin nc•.4wr,-, wrlri r.r- 'ullN5 H311r19 OHO ONIHOe i; §' 270 — 265— 263 , r r 5 - 5 - 6 6 -9 -12 0 - - 12 inches of sandy topsoil /< Coastal Plain: Firm, brown and gray mottled clayey fine SAND (SC) with trace fine to coarse gravel - - - Very firm, brown silty fine SAND (SM) : ,. 10- a -1z 50/4 .. - Very hard, purplish brown SILT (ML) -10 —15- -20- -- 25 — —30— Boring terminated at 10 feet aQORE P 0. O P E K 7 7 5 C I'E N C E S 1M TEST BORING RECORD BORING NO: B4 PROJECT: Butler Creek Interceptor Upgrade I JOB NO: U1654 I REPORT NO: 38106 PROJECT LOCATION: Augusta, Georgia ELEVATION: 265 BORING STARTED: 11/25/2008 BORING COMPLETED: 11/25/2008 DRILLING METHOD: HSA EQUIPMENT TYPE: CME 55 HAMMER: Automatic GROUNDWATER: Q 11 feet bgs ATD I BORING DIAMETER (IN): 4 I SHEET 1 OF 1 Remarks: Approximate Invert Elevation: 260 feet Approximate Station: 150 +00 Elevation and station information is estimated from C1.2 Rev. A, C2.5 Rev. A, and C2.6 Rev. A, all dated 7/31/08. ATD = at time of drilling G ELEV. (FT.) DEPTH (FT.) MATERIAL DESCRIPTION L S R STANDARD PENETRATION RESISTANCE (N) 0 10 20 20 40 00 10 70 10 90101 BLOWS O Dh 38g- 257 252'- 250- 0 p r i 5 - 7 -10 2 2.4 3 -4 -4 2.1 - 3 7 -14- 25 - - — 5 — - - - - —10— -15 _ — \ - —20- - 25 - -30— -\5 inches of sandy topsoil A Coastal Plain: Firm to loose, brown clayey fine to medium SAND (SC) Very loose, brown and gray silty fine to coarse SAND (SM) with trace tine to coarse gravel Hard, red, purple, white, and tan mottled SILT (ML) LL: 41 from approximately 13 1/2 to 15 feet PI: 8 from approximately 131/2 to 15 feet m(c: 18% from approximately 131/2 to 15 feet Boring terminated at 15 feet OQORE P R O P E R T Y S C I E N C E S TEST BORING RECORD BORING NO: B5 PROJECT: Butler Creek Interceptor Upgrade I JOB NO: U1654 I REPORT NO: 38106 PROJECT LOCATION: Augusta, Georgia ELEVATION: 267 BORING STARTED: 11/25/2008 BORING COMPLETED: 11/25/2008 DRILLING METHOD: HSA EQUIPMENT TYPE: CME 55 HAMMER: Automatic GROUNDWATER: Not Encountered I BORING DIAMETER (IN): 4 I SHEET 1 OF 1 Remarks: Approximate Invert Elevation: 258 feet Approximate Station: 141 +50 Elevation and station information is estimated from C2.5 Rev. A dated 7/31/08. ATD = at time of drilling G ELEV. (FM) DEPTH (�) MATERIAL DESCRIPTION L S R STANDARD PENETRATION RESISTANCE (N) 0 10 20 33 IS SO 00 70 400010 BLOWS /s . NT= 261— 259-- 237— 0 -TT- � — r r r 18 I r 4 - 4 - 5 2 -1 -2 5 - 7 - 11 10- 17- 22 -26- 32 17-31 - 40 49 -25- 37 14 -20 29 : : — 5 — - - — - - - — 15 — — 20— — 25 — _ - 30 -\5 inches of sandy topsoil 4 Coastal Plain: Loose to very loose, brown clayey fine t o coarse SAND (SC) trace fine to coarse gravel ,� Very stiff, while silt (ML) Hard to very hard, red, brown and white mottled silt (ML) LL: 43 from approximately 28 112 to 30 feet PI: 12 from approximately 28 1/2 to 30 feel m /c: 18% from approximately 28 1/2 to 30 feet Boring terminated at 30 feet 5 1- 0 0 0 0 a 'n. 0 w U W a a � 0 O CQO R E" P 0 P f E T Y S C t E N C E I TEST BORING RECORD BORING NO: B6 PROJECT: Butler Creek Interceptor Upgrade JOB NO: U1654 REPORT NO: 38106 PROJECT LOCATION: Augusta, Georgia ELEVATION: 277 BORING STARTED: 11/25/2008 BORING COMPLETED: 11/25/2008 DRILLING METHOD: HSA EQUIPMENT TYPE: CME 55 HAMMER: Automatic GROUNDWATER: Not Encountered 1 BORING DIAMETER (IN): 4 I SHEET 1 OF 1 Remarks: Approximate Invert Elevation: 255 feet Approximate Station: 128 +00 Elevation and station information is estimated from C2.5 Rev. A dated 7 /31 /08. ATD = at time of drilling G ELEV. (FT.) DEPTH (FT.) MATERIAL DESCRIPTION L S R STANDARD PENETRATION RESISTANCE (N) O 10 It SO 40 SO !O 70 E9001 st BLOWS 16 „ 277— 275- 289— 257— 0 r 5 - - 13 6 -111 - 12 -16- 18-3422 - 46 23495- 35 - 50/5 - - - — 5 — - - —10— — - - 20 Coastal Plain: Very firm, brown silty fine SAND (SM) with trace coarse gravel ` Very stiff to hard, brown and gray mottled SILT (ML) — r r Very hard. brown and gray mottled SILT (ML) —25- -30— Boring terminated at 20 feet 1 0QORE PROPERTY SCIENCES IN TEST BORING RECORD BORING NO: B7 PROJECT: Butler Creek Interceptor Upgrade 1 JOB NO: U1654 I REPORT NO: 38106 PROJECT LOCATION: Augusta, Georgia ELEVATION: 267 BORING STARTED: 11/25/2008 BORING COMPLETED: 11/25/2008 DRILLING METHOD: HSA EQUIPMENT TYPE: CME 55 HAMMER: Automatic GROUNDWATER: Not Encountered 1 BORING DIAMETER (IN): 4 I SHEET 1 OF 1 Remarks: Approximate Invert Elevation: 260 feet (gravity line), 253 feet (force main line) Approximate Station: 119 +25 Elevation and station information is estimated from C2.5 Rev. A dated 7/31/08. ATD = at time of drilling G ELEV. ( � DEPTH (FT.) DESCRIPTION L S R • STANDARD PENETRATION RESISTANCE (N) t1 70 N 40 60 10 TO 6000101 BLOWS /6 « BORING RECORD BUTLERCREEK.GT'J QOR CUKP.LjUI 1Znun+n 267 — 264— 254 2a2— A 0 4i 0 - - Coastal Plain: Loose, dark brown silty fine to coarse SAND (SC) �� 4 - 4 - 4 -5 -7 — 5 — _ Firm, white clayey fine SAND (SC) m /c: 24% from approximately 3 1/2 to 5 feet fines: 87% from approximately 31/2 to 5 feet G , „ay. 9 - 6 -6 ri 111 li, , 15-18 - 19 28 -31 - 42 26 -39- 50/6 - — 1b— - - Hard to very hard, brown to red and white mottled SILT (ML) 25 —30— Boring terminated at 25 feet 0 QORE' P ROPEOTY SCIENCES TEST BORING RECORD BORING NO: B$ PROJECT: Butler Creek Interceptor Upgrade f JOB NO: 01654 ` REPORT NO: 38106 PROJECT LOCATION: Augusta, Georgia ELEVATION: 285 BORING STARTED: 11/25/2008 BORING COMPLETED: 11/25/2008 DRILLING METHOD: HSA EOUIPMENT TYPE: CME 55 HAMMER: Automatic GROUNDWATER: 2 5 feet bgs ATD I BORING DIAMETER (IN): 4 I SHEET 1 OF 1 Remarks: Approximate Invert Elevation: 277 feet Approx Station: 107 +00 Elevation and station information is estimated from C2.4 Rev. A dated 7/31/08. ATD = at time of drilling G ELEV. (FT) DEPTH (F7) MATERIAL. DESCRIPTION L S R • STANDARD PENETRATION RESISTANCE (N). 10 20 10 40 SO SO 10 w 0010! BLOWS a V 2: Y D 4 L� W W W J 5 D K D U W C Z K G m 285- 270 'r . — I I r l 4 - 7 - 9 5- 13- 11 0 - - - - _ - - - - _ _ - — 10 — - - 1 6 Inches of sandy topsoil r- Coastal Plain: Firm to very firm, gray to brown and yellowish brown mottled silly fine to coarse SAND (SM) with trace fine gravel 7 -9 - 6 -6.9 9 -10- 12 -15 —20— - 25 — - ' ^ ^ —30— Boring terminated at 15 feet - QORE PR O►EKTY SCIENCES TEST BORING RECORD BORING NO: B9 PROJECT: Buller Creek Interceptor Upgrade I JOB NO: U1654 I REPORT NO: 38106 PROJECT LOCATION: Augusta, Georgia ELEVATION: 281 BORING STARTED: 11/26/2008 BORING COMPLETED: 11/26/2008 DRILLING METHOD: Hand Auger EQUIPMENT TYPE: Hand Auger HAMMER: DCP GROUNDWATER: Si 2 feet bgs ATD Z 2 delayed measurement I BORING DIAMETER (1N): 3 1 SHEET 1 OF 1 Remarks: Approximate Invert Elevation: 275 feet Approximate Station: 95 +50 Elevation and station information is estimated from C2.4 Rev. A dated 7/31/08. ATD = at time of drilling G ELEV. (FT) DEPTH (�) MATERIAL DESCRIPTION L S R o STANDARD PENETRATION RESISTANCE (N) ae a 30 0 ea w 70 MOM BLOWS I6" 1 : a 5 a 3. Y 3 U X 0 0 '0 t� W v CC W J m a g u W C u e 0 m 281 277— 0 _ - Coastal Plain: Gray silty fine to medium SAND (SM) DCP at approximately 4 feet: 5-4 -3 — 5 — —10- -15— —20— - - - - _ — — — 25— - — — r — — 30 — - Boring terminated at 4 feet because of cave In from water Q 0 R E TM TEST BORING RECORD a PROPERTY SCIENCES BORING NO: B9A PROJECT: Butler Creek Interceptor Upgrade I JOB NO: U1654 l REPORT N0: 38106 PROJECT LOCATION: Augusta, Georgia ELEVATION: 274 BORING STARTED: 11/25/2008 BORING COMPLETED: 11/25/2008 DRILLING METHOD: Hand Auger EQUIPMENT TYPE: Hand Auger HAMMER: DCP GROUNDWATER: Not Encountered I BORING DIAMETER (IN): 3 1 SHEET 1 OF 1 Remarks: Approximate Invert Elevation: 264 feet Approximate Station: 92 +00 Elevation and station information is estimated from C2.3 Rev. A and C2.4 Rev. A, both dated 7/31/08. ATD = at time of drilling G ELEV. (FT.) DEPTH (FM ) MATERIAL DESCRIPTION L S R STANDARD SI51'ANCEE (NTtON 0 10 20 SS b S0 03 70 100 BLOWS 16. V 7 i C L L C Y n 3 3 Y 274 268- 266-- 0 - - _ _ —5- - Coastal Plain: Brown silty fine to medium SAND (SM) with trace root organic debris at 0 to 1 foot DCP at approximately 5 feet: 7 -7 -8 Brown clayey fine to medium SAND (SC) GC —10- -15— —zo— — 25— _ - — 30 - Boring terminated at 8 feet Q,ORE' PROPERTY SCIENCES TEST BORING RECORD BORING NO: B10 PROJECT: Butler Creek Interceptor Upgrade , JOB NO: U1654 ( REPORT NO: 38106 PROJECT LOCATION: Augusta, Georgia ELEVATION: 276 BORING STARTED: 11/28/2008 BORING COMPLETED: 11/28/2008 DRILLING METHOD: HSA EQUIPMENT TYPE: CME 55 HAMMER: Automatic GROUNDWATER: Q 8 feet bgs ATD BORING DIAMETER (IN): 4 ` SHEET 1 OF 1 Remarks: Approximate Invert Elevation: 266 feet Approx'mate Station: 68 +00 Elevation and station information is estimated from C2.3 Rev. A dated 7/31108. ATD = at time of drilling G ELEV. (FT.} DEPTH (FT.} MATERIAL DESCRIPTION L S R 0 STANDARD PENETRATION RESISTANCE (N) 10 20 SO 40 10 00 10 10001a BLOWS !6" ; i snuAzi L in:rdtlon Nob fd9'Y.33217 H31171H 014033H -9N18013 276 274 263— 258— 246-- :4 y ∎4 i 2 -3 -4 8 -8 -9 ::::: 0 - - Fill: Loose, brown silty fine to medium SAND (SM) _ - — — 5 — - - -10 - - - —15— - - —20— _ —25— - - Coastal Plain: Firm, gray and brown clayey fine to coarse SAND (SC) O , � 0 - 8 -10 - 11 Very firm, white clayey fine to coarse SAND (SC) with trace fine to coarse gravel 10 -11- Very stiff to hard, brown to purplish brown SILT (ML) - 13 9 -15- 16 11-17 - 20 30 Boring terminated at 30 feet C lI Q ORE J PROPERTY SCIENCES m TEST BORING RECORD BORING NO: BI 1 PROJECT: Butler Creek Interceptor Upgrade I JOB NO: U1654 I REPORT NO: 38106 PROJECT LOCATION: Augusta, Georgia ELEVATION: 279 BORING STARTED: 11/28/2008 BORING COMPLETED: 11/28/2008 GRILLING METHOD: HSA EQUIPMENT TYPE: CME 55 HAMMER: Automatic GROUNDWATER: a 17 feet bgs ATD I BORING DIAMETER (IN): 4 I SHEET 1 OF 1 Remarks: Approximate Invert Elevation: 263 feet Approximate Station: 58 +00 Elevation and station information is estimated from C22 Rev. A dated 7/31/08. ATD = at time of drilling G ELEV. (FT) DEPTH (Fl) MATERIAL DESCRIPTION L S R STANDARD PENETRATION RESISTANCE (N) • 10 10 b 00 50 00 70 0010100 BLOWS /6• Q in:— 271— 267— 254— 0 I r - - - - - — 5 — - - — 10 — - - - - 15 — _ _ —20— - - _ 25 — 30 — \4 inches of sandy topsoil 0 i JJ 3 - 5 - 6 6 -8 -10 Coastal Plain: Firm, red to pink clayey fine to coarse SAND (SC) with trace fine gravel at 6 to 71/2 feet 5 -6-11 3 -6 -9 Firm, white silty fine SAND (SM) 17 - 18 - Dense to very firm, white silty fine to coarse SAND (SM), becomes more coarse with depth and trace fine gravel at 1812/ to 20 feet 19 17 -16- 17 11-14 - Boring terminated at 25 feet 16 OQORE ' PROPERTY SCIENCES TEST BORING RECORD BORING NO: B12 PROJECT: Butler Creek Interceptor Upgrade 1 JOB NO: U1654 I REPORT NO: 38106 PROJECT LOCATION: Augusta, Georgia ELEVATION: 263 BORING STARTED: 11/28/2008 BORING COMPLETED: 11/28/2008 DRILLING METHOD: HSA EQUIPMENT TYPE: CME 55 HAMMER: Automatic GROUNDWATER: Not Encountered 1 BORING DIAMETER (IN): 4 I SHEET 1 OF 1 Remarks: Approximate Invert Elevation: 253 feet Approximate Station: 41 +00 Elevation and station information is estimated from C2.2 Rev. A dated 7/31/08. ATD = at time of drilling G ELEV. (FT.) DEPTH (FT.) MATERIAL DESCRIPTION L 3 R 0 STANDARD PENETRATION RESISTANCE (N) 1 0 70 70 40 50 00 70 00 0014X BLOWS !6 . i - aolsz2t .ioo 800 rdo'aa3ao anvil; oav oraaoe 263— ' 260— 248 0 - - - - Coastal Plain: Loose, gray and red clayey fine to coarse SAND (SC), with some woody debris and root fiber r 3 - 3 - 3 2 - 8 - 11 - - 5 - - —10- - - _ _ - - Firm to very firm, white clayey fine to coarse SAND (SC) ' . 11% jr 4 -5 -7 3 -6 -10 I 8 -10- 11 -15 —20— —25- -- 30 — Boring terminated at 15 feet GORE PROPERTY SCIENCES TEST BORING RECORD BORING NO: BI 3 PROJECT: Butler Creek Interceptor Upgrade 1 JOB NO: U1654 f REPORT NO: 38106 PROJECT LOCATION: Augusta, Georgia ELEVATION: 248 BORING STARTED: 11/26/2008 BORING COMPLETED: 11/26/2008 DRILLING METHOD: Hand Auger EQUIPMENT TYPE: Hand Auger HAMMER: DCP GROUNDWATER: a 8 feet bgs ATD Y. 7 delayed measurement f BORING DIAMETER (IN): 3 f SHEET 1 OF 1 Remarks: Approximate Invert Elevation: 238 feet Approximate Station: 27 +50 Elevation and station information is estimated from C2.1 Rev. A dated 7/31/08. ATD = at time of drilling G ELEV. (FT.) DEPTH (FT.) MATERIAL DESCRIPTION L S R DARD STAN RESISTANCE (RN))T10N • 10 20 30 40 00 00 70 00031N BLOWS /6" �a C 248— 244— 241 240— 0 _ _ — 6 — - - — - - —10- -15- -20- -25- -30— Coastal Plain: Brown clayey fine SAND (SC) with trace root organic debris at 0 to 1 foot ill Gray plastic SILT (MH) DCP at approximately 5 feet: 4 -5 -5 Gray silty fine to medium SAND (SM) Boring terminated at 8 feet because of cave in from water 0 a 0 0 0 0 0 2 S w a t± QORE' PROPERTY SCIENCES TEST BORING RECORD BORING NO: BI3A PROJECT: Butter Creek Interceptor Upgrade I JOB NO: U1654 I REPORT NO: 38106 PROJECT LOCATION: Augusta, Georgia ELEVATION: 240 BORING STARTED: 11/28/2008 BORING COMPLETED: 11/28/2008 DRILLING METHOD: HSA EQUIPMENT TYPE: CME 55 HAMMER: Automatic GROUNDWATER: Not Encountered I BORING DIAMETER (IN): 4 I SHEET 1 OF 1 Remarks: Approximate Invert Elevation: 230 feet Approximate Station: 14 +00 Elevation and station information is estimated from C2.1 Rev. A dated 7/31/08. ATD = at time of drilling G ELEV. (FT.) DEPTH (FT.) MATERIAL DESCRIPTION L 8 R STANDARD PENETRATION RESISTANCE (N) 0 10 20 30 40 30 60 70 000010E BLOWS I6„ E4B- 237 234— 227— 222— 220— 0 T V 7 - 7 - 6 14 - 19 - 23 11 - 15 - 8-12 - 13 4 -6 -8 3 -3 -8 - - — - - — 5 — w t 10 — - - —15 — _ _ \2 Inches of sandy topsoil I N Coastal Plain: Firm, dark brown clayey fine SAND (SC), with trace root fiber Dense, brown and yellowish brown mottled clayey fine SAND (SC), with trace root fiber 7 Dense to very firm, white silty fine SAND (SM) Stiff, gray SILT (ML) LL: 45 from approximately 13 1/2 to 15 feet PI: 14 from approximately 13 1/2 to 15 feet m/c: 29% from approximately 131/2 to 15 feel 11- 1 - 20 - _ — —25- -30— Stiff, gray plastic SILT (MH) trace organic debris LL: 56 from approximately 181/2 to 20 feet iPI:17 from approximately 18 1/2 to 20 feet i m /c: 49% from approximately 18 1/2 to 20 feet Boring terminated at 20 feet e 0 a 0 0 0 ., 0. ut 3 W i 0 0 0 Ft 0 0 Q.ORE do P ROPERTY SCIENCES TEST BORING RECORD BORING NO: B14 PROJECT: Butler Creek Interceptor Upgrade I JOB NO: U1654 ( REPORT NO: 38106 PROJECT LOCATION: Augusta. Georgia ELEVATION: 234 BORING STARTED: 11/28/2008 BORING COMPLETED: 11/28/2008 DRILLING METHOD: HSA EQUIPMENT TYPE: CME 55 HAMMER: Automatic GROUNDWATER: 2 10 feet bgs ATD l BORING DIAMETER (IN): 4 ( SHEET 1 OF 1 Remarks: Approximate "Invert Elevation: 219 feet Approximate Station: 4 +00 Elevation and station information Is estimated from C2.1 Rev. A dated 7/31/08. ATD = at time of drilling G ELEV. (FT.) DEPTH (FT.) MATERIAL DESCRIPTION L S R STAN RESISTANCE (N)nON o to 70 30 b SO 00 70 {00010t BLOWS /6' LA' 31$'r— 231— 2213— 221— 216— 214— 0 --1 \4 _ - - - 5 - = pr - I , 8-8-9 8 -10 - 12 7 - 9 -11 6 -5 -4 2 -2 -2 6 - - 17 12 inches of sandy topsoil .. t . ; • ..+.• . Flit: Firm, black clayey fine to medium SAND (SC) Coastal Plain: Very firm, red clayey fine to medium SAND (SC) / t / Firm to loose, red silty fine to medium SANG (SM), with trace fine gravel - - —15 — 20 - _ _ - —2S- -30— Very loose, gray silty fine SAND (SM) m /c: 22% from approximately 131/2 to 15 feet Very stiff, red, white, and tan mottled SILT (ML) LL: 48 from approximately 181/2 to 20 feel ' PI: 14 from approximately 18 1/2 to 20 feel m /c: 13% from approximately 181/2 to 20 feet Boring terminated at 20 feet 0 m 0 0 Q a w w 8 w J a m 0 0 a 0 m (Qo R E ' M PROPERTY SCIENCES TEST BORING RECORD BORING NO: BI 5 Laboratory lest cteports a ATTERBERG LIMITS ( ASTM D 4318 ) Q 0 R E APR ■110P1A771 ICIINCII JOB NAME : Johnson, Laschober &d Associates, P.C. CLIENT : Butler Creek Interceptor REVIEWED BY : SSM JOB NO. : U1654 REPORT NO. : 38106 DATE : 02-Dec-08 BORING / PIT NO. : 63 DEPTH / ELEV. : 8 1/2' to 10' SAMPLE NO. : - PERFOMED BY: CDR SAMPLE LOCATION : 83 SAMPLE TYPE : Split Barrel SOIL DESCRIPTION : gray and brown mottled SILT MOISTURE, %: 12 LIQUID LIMIT, % : 36 (PLASTIC LIMIT,% : 29 PLASTICITY INDEX 7 FINES , % : NT CLASSIFICATION : SILT USCS : ML AASHTO : NT LIQUID LIMIT - (THE WATER CONTENT, IN PERCENT, OF A SOIL AT THE ARBITRARILY DEFINED BOUNDARY BETWEEN THE LIQUID AND PLASIC STATES OR AT WHICH SOIL FLOWS FOR A DISTANCE OF 13 MM AT THE BASE OF GROOVE WHEN SUBJECTED TO 25 BLOWS) PLASTIC LIMIT - (THE WATER CONTENT, IN PERCENT, OF A SOIL AT THE BOUNDARY BETWEEN THE PLASTIC AND SOLID STATES OR AT WHICH SOIL CAN NO LONGER BE DEFORMED BY ROLLING INTO 3.2 MM DIAMETER THREADS WITHOUT CRUMBLING) LIQUID LIMIT TRIALS PLASTIC LIMIT TRIALS TEST NO. : 1 2 NA NA NA 1 2 NA NA CONTAINER NO. 11 33 NA NA NA 8 5 NA NA NUMBER OF BLOWS 25 25 NA NA NA NA NA NA NA WT, WET SOIL + CAN GRAMS 21.54 23.72 NA NA NA 20.48 21.59 NA NA WT,DRYSOIL+CAN 17.49 19.13 NA NA NA 19.26 20.19 NA NA WT. OF WATER ( GRAMS) 4.05 4.59 NA NA NA 1.22 1.40 NA NA WT. OF CONTAINER ( GRAMS ) 6.20 6.18 NA NA NA 15.07 15.26 NA NA . OF DRY SOIL ( GRAMS) 11.29 12.95 NA NA NA 4.19 4.93 NA NA TER CONTENT, (%) 35.87 35.44 NA NA NA 29.12 28.40 NA NA All fl MOISTURE CONTENT , % D P o P Ca < D 0 0 o c -- - --- -- • - - _, — — .- — --_ _ — - . — — ,-- — -- — - 1/ — -- — - - - - -- — — - — — - —. — - _ - — _ - - - -- - - - - — - — - -- — - — - -- - -- — — — --- — - — — - — --- — -- — - — ' -- -- — — - - cuo.r 1 1 0 25 100 NUMBER OF BLOWS , N MATERIALS AND TESTING EQUIPMENT PLASTICITY INDEX M&TE I.D. TYPE CALIBRATION DATE (THE RANGE OF WATER CONTENT OVER WHICH A SOIL BEHAVES PLASTICALLY OR THE NUMERICAL DIFFERENCE BETWEEN THE LIQUID LIMIT AND THE PLASTIC LIMIT) [LL-PL] LLD-3 Grooving Tool 01-May-09 LLD-4 LL Machine 01-May-09 OVEN-1 Cabinet Oven 14-Aug-08 ARC120 Electronic Scale 20-May-09 PI , %: 7 "A" LINE : 11.68 I I 1 1 ATTERBERG L (ASTM D 4318 ) Q 0 R E 0 P4OPTA1V ACIINCil JOB NAME : Johnson, Laschober &d Associates, P.C. CLIENT : Butler Creek Interceptor REVIEWED BY: SSM JOB NO. : U1654 REPORT NO. : 38106 DATE : 02-Dec-08 BORING / PIT NO. : B5 DEPTH / ELEV. : 13112' to 15' SAMPLE NO. : - PERFOMED BY : CDR SAMPLE LOCATION : B5 SAMPLE TYPE : Split Barrel SOIL DESCRIPTION : red, purple, white, and tan mottled SILT MOISTURE , 1: 18 UQUID MIT, % : 41 'PLASTIC LIMIT,% : 33 PLASTICITY INDEX 8 FINES, % : NT CLASSIFICATION : SILT USCS : ML AASHTO : NT LIQUID LIMIT - (THE WATER CONTENT. IN PERCENT, OF A SOIL AT THE ARBITRARILY DEFINED BOUNDARY BETWEEN THE LIQUID AND PLASIC STATES OR AT WHICH SOIL FLOWS FOR A DISTANCE OF 13 MM AT THE BASE OF GROOVE WHEN SUBJECTED TO 25 BLOWS) PLASTIC LIMIT- (THE WATER CONTENT, IN PERCENT, OF A SOIL AT THE BOUNDARY BETWEEN THE PLASTIC AND SOLID STATES OR AT WHICH SOIL CAN NO LONGER BE DEFORMED BY ROLUNG INTO 3.2 MM DIAMETER THREADS WITHOUT CRUMBUNG) LIQUID LIMIT TRIALS PLASTIC LIMIT TRIALS TEST NO. : 1 2 NA NA NA 1 2 NA NA CONTAINER NO. L1 33 NA NA NA 22 27 NA NA NUMBER OF BLOWS 23 21 NA NA NA NA NA NA NA WT. WET SOIL + CAN (GRAMS) 25.86 32.14 NA NA NA 23.24 21.48 NA NA WT. DRY SOIL + CAN ( GRAMS ) 22.64 27.09 NA NA NA 21.21 19.85 NA NA VVT. OF WATER ( GRAMS) 3.22 5.05 NA NA NA 2.03 1.63 NA NA WT. OF CONTAINER ( GRAMS) 14.94 14.82 NA NA NA 15.03 14.81 NA NA . 7. OF DRY SOIL ( GRAMS) 7.70 12.27 NA NA NA 6.18 5.04 NA NA TER CONTENT, (%) 41.40 40.29 NA NA NA _ 32.85 32.34 NA NA Sn n MOISTURE CONTENT , % 4 F." 0 0 4. i D 0 0 0 i • - -- — - — - -- — - - — - — - -- — - -- -- - — --- -- - — - --- — - ----- - _ . — — - - — — — — — - — -- _ --- _ _ - _ - -- _ — _ - _ - - --- ---- -- — - - -- • - — — ---- _ . — — - -- — - _— ...... 1 10 25 100 NUMBER OF BLOWS ,N MATERIALS AND TESTING EQUIPMENT PLASTICITY INDEX M&TE I.D. TYPE CALIBRATION DATE (THE RANGE OF WATER CONTENT OVER WHICH A SOIL BEHAVES PLASTICALLY OR THE NUMERICAL DIFFERENCE BETWEEN THE LIQUID LIMIT AND THE PLASTIC LIMIT) [LL-PLI LLD-3 Grooving Tool 01-May-09 LLD-4 LL Machine 01-May-09 OVEN-1 Cabinet Oven 14-Aug-08 ARC120 Electronic Scale 20-May-09 P1, %: 8 "A" LINE: 15.33 1 1 ATTERBERG L Q O R E.' (ASTM D 4318) At ►IO►CIITT ICICNCJ$ JOB NAME : Johnson, Laschober &d Associates, P.C. CLIENT : Butler Creek Interceptor REVIEWED BY : SSM JOB NO.: U1654 REPORT NO. : 38106 DATE : 02- Dec-08 BORING / PIT NO.: B6 DEPTH 1 ELEV. : 28 1/2' to 30' SAMPLE NO. : PERFOMED BY : CDR SAMPLE LOCATION : B6 SAMPLE TYPE : Splft Barrel SOIL DESCRIPTION : red, brown, and white mottled silt MOISTURE , % • 18 LIQUID LIMIT, % : 43 [PLASTIC LIMIT % : 31 PLASTICITY INDEX 12 FINES , % : NT CLASSIFICATION : SILT USCS : ML AASHITO : NT LIQUID LIMIT - (THE WATER CONTENT, IN PERCENT, OF A SOIL AT THE ARBITRARILY DEFINED BOUNDARY BETWEEN THE LIQUID AND PLASIC STATES OR AT WHICH SOIL FLOWS FOR A DISTANCE OF 13 MM AT THE BASE OF GROOVE WHEN SUBJECTED TO 25 BLOWS) PLASTIC LIMIT - (THE WATER CONTENT, IN PERCENT, OF A SOIL AT THE BOUNDARY BETWEEN THE PLASTIC AND SOLID STATES OR AT WHICH SOIL CAN NO LONGER BE DEFORMED BY ROLLING INTO 3.2 MM DIAMETER THREADS WITHOUT CRUMBLING) LIQUID LIMIT TRIALS PLASTIC LIMIT TRIALS TEST NO.: 1 2 NA NA NA 1 2 NA NA CONTAINER NO. 1 2 NA NA NA 1 2 NA NA NUMBER OF BLOWS 25 25 NA NA NA NA NA NA NA INT. WET SOIL + CAN (GRAMS) 15.20 18.98 NA NA NA 24.25 25.67 NA NA . DRY SOIL + CAN ( GRAMS) 12.49 15.19 NA NA NA 22.12 23.10 NA NA . OF WATER ( GRAMS) 2.71 3.79 NA NA NA 2.13 2.57 NA NA OF CONTAINER (GRAMS) 6.16 6.21 NA NA NA 15.21 14.78 NA NA 'vr. OF DRY SOIL ( GRAMS) 6.33 8.98 NA NA NA 6.91 8.32 NA NA TER CONTENT, ( %) 42.81 42.20 NA NA NA 30.82 30.89 NA NA sn.n MOISTURE CONTENT , J W A 4 A 7 to O P1 < 0 0 O O < -- _ .._ 1 10 25 100 NUMBER OF BLOWS , N MATERIALS AND TESTING EQUIPMENT PLASTICITY INDEX M&TE I.D. TYPE CALIBRATION DATE (THE RANGE OF WATER CONTENT OVER WHICH A SOIL BEHAVES PLASTICALLY OR THE NUMERICAL DIFFERENCE BETWEEN THE LIQUID LIMIT AND THE PLASTIC LIMIT) [LL -PL] LLD -3 Grooving Tool 01- May -09 LLD -4 LL Machine 01- May -09 OVEN -1 Cabinet Oven 14- Aug -08 ARC120 Electronic Scale 20- May -09 p(, % : 12 "A" LINE : 16.79 ATTERBERG LIMITS ATTERBERG LIMITS (ASTM04318) QORE I40t117 { C1[ NC I1 JOB NAME : Johnson, Laschober &d Associates, P.C. CLIENT : Butler Creek Interceptor REVIEWED BY : SSM JOB NO. : U1654 REPORT NO. : 38106 DATE : 02- Dec -08 BORING I PIT NO.: B14 DEPTH / ELEV.: 13 1/2' to 15' SAMPLE NO. : - PERFOMED BY : CDR SAMPLE LOCATION : B14 SAMPLE TYPE : Split Barrel SOIL DESCRIPTION : gray SILT MOISTURE , % • 29 LIQUID LIMIT, % : 45 'PLASTIC LIMIT,% : 31 PLASTICITY INDEX 14 FINES , % : NT CLASSIFICATION : SILT USCS : ML AASHTO : NT LIQUID LIMIT - (THE WATER CONTENT, IN PERCENT, OF A SOIL AT THE ARBITRARILY DEFINED BOUNDARY BETWEEN THE LIQUID AND PLASIC STATES OR AT WHICH SOIL FLOWS FOR A DISTANCE OF 13 MM AT THE BASE OF GROOVE WHEN SUBJECTED TO 25 BLOWS) PLASTIC LIMIT - (THE WATER CONTENT, IN PERCENT, OF A SOIL AT THE BOUNDARY BETWEEN THE PLASTIC AND SOLID STATES OR AT WHICH SOIL CAN NO LONGER BE DEFORMED BY ROLLING INTO 3.2 MM DIAMETER THREADS WITHOUT CRUMBLING) LIQUID LIMIT TRIALS PLASTIC LIMIT TRIALS TEST NO. : 1 2 NA NA NA 1 2 NA NA CONTAINER NO. 32 B NA NA NA 110 12 NA NA NUMBER OF BLOWS 25 25 NA NA NA NA NA NA NA WET SOIL + CAN (GRAMS) 19.39 17.44 NA NA NA 21.43 20.69 NA NA DRY SOIL + CAN ( GRAMS) 15.27 13.95 NA NA NA 19.90 19.40 NA NA OF WATER (GRAMS) 4.12 3.49 NA NA NA 1.53 1.29 NA NA OF CONTAINER ( GRAMS) 6.17 6.20 NA NA NA 15.01 15.23 NA NA OF DRY SOIL ( GRAMS) 9.10 7.75 NA NA NA 4.89 4.17 NA NA TER CONTENT, ( %) 45.27 45.03 NA NA NA 31.29 30.94 NA NA 5n .n MOISTURE CONTENT , D & o w i n c b c 1 1 10 25 100 NUMBER OF BLOWS , N MATERIALS AND TESTING EQUIPMENT PLASTICITY INDEX M &TE I.D. TYPE CALIBRATION DATE (THE RANGE OF WATER CONTENT OVER WHICH A SOIL BEHAVES PLASTICALLY OR THE NUMERICAL DIFFERENCE BETWEEN THE LIQUID LIMIT AND THE PLASTIC LIMIT) [LL -PL) LLD -3 Grooving Tool 01- May -09 LLD -4 LL Machine 01- May -09 OVEN -1 Cabinet Oven 14- Aug -08 ARC120 Electronic Scale 20- May -09 PI % . 14 "A" LINE : 18.25 ATTERBERG LIMITS ATTERBERG LIMITS Q O R E- (ASTM D 4318) ►A0►[*Tr 10s[NC,, JOB NAME : Johnson, Laschober &d Associates, P.C. CLIENT : Butler Creek Interceptor REVIEWED BY : SSM JOB NO. : U1654 REPORT NO. : 38106 DATE : 02- Dec -08 BORING 1 PIT NO. : B14 DEPTH I ELEV.: 18 1/2' to 20'_SAMPLE NO. : - PERFOMED BY : CDR SAMPLE LOCATION : 814 SAMPLE TYPE : Split Barrel SOIL DESCRIPTION : gray SILT MOISTURE , % • 49 LIQUID LIMIT, % : 56 PLASTIC LIMIT,% : 39 PLASTICITY INDEX 17 FINES , % : NT CLASSIFICATION : SILT USCS : ML AASHTO : NT LIQUID LIMIT - (THE WATER CONTENT, IN PERCENT, OF A SOIL AT THE ARBITRARILY DEFINED BOUNDARY BETWEEN LIQUID AND PLASIC STATES OR AT WHICH SOIL FLOWS FOR A DISTANCE OF 13 MM AT THE BASE OF GROOVE WHEN SUBJECTED TO 25 BLOWS) PLASTIC LIMIT - (THE WATER CONTENT, IN PERCENT, OF A SOIL AT THE BOUNDARY BETWEEN THE PLASTIC AND SOLID STATES OR AT WHICH SOIL CAN NO LONGER BE DEFORMED BY ROLLING INTO 3.2 MM DIAMETER THREADS WITHOUT CRUMBLING) LIQUID LIMIT TRIALS PLASTIC LIMIT TRIALS TEST NO.: 1 2 NA NA NA 1 2 NA NA CONTAINER NO. 35 2 NA NA NA 9 7 NA NA NUMBER OF BLOWS 25 25 NA NA NA NA NA NA NA VVT. WET SOIL + CAN (GRAMS) 19.05 18.63 NA NA NA 23.00 20.47 zzz NA DRY SOIL + CAN ( GRAMS) 14.45 14.19 NA NA NA 20.76 18.99 NA . OF WATER ( GRAMS) 4.60 4.44 NA NA NA 2.24 1.48 NA '. OF CONTAINER ( GRAMS) 6.10 6.18 NA NA NA 15.01 15.10 NA NA "yr. OF DRY SOIL ( GRAMS) 8.25 8.01 NA NA NA 5.75 3.89 NA NA TER CONTENT, ( %) 55.76 55.43 NA NA NA 38.96 38.05 NA NA 60.0 MOISTURE CONTENT , % P u+ o g � 0 0 0 0 • 1 10 25 100 NUMBER OF BLOWS , N MATERIALS AND TESTING EQUIPMENT PLASTICITY INDEX M&TE I.D. TYPE CALIBRATION DATE (THE RANGE OF WATER CONTENT OVER WHICH A SOIL BEHAVES PLASTICALLY OR THE NUMERICAL DIFFERENCE BETWEEN THE LIQUID LIMIT AND THE PLASTIC LIMIT) [LL -PL) LLD -3 Grooving Tool 01- May -09 LLD -4 LL Machine 01- May -09 OVEN -1 Cabinet Oven 14- Aug -08 ARC120 Electronic Scale 20- May -09 PI , % : 17 "A" LINE : 26.28 ATTERBERG LIMITS Q 0 R E- (ASTM D 4318) POIQ , CICNCl1 JOB NAME : Johnson, Laschober &d Associates, P.C. CLIENT : Butler Creek Interceptor REVIEWED BY : SSM JOB NO. : U1654 REPORT NO. : 38106 DATE : 02 -Dec -08 BORING/PIT NO. : B15 DEPTH / ELEV. : 18 1/2' to 20' SAMPLE NO. : - PERFOMED BY : CDR SAMPLE LOCATION : B15 SAMPLE TYPE : Spilt Barrel SOIL DESCRIPTION : red, white, and tan mottled SILT MOISTURE , % : 13 LIQUID LIMIT, % : 48 (PLASTIC LIMIT,% : 34 PLASTICITY INDEX 14 FINES , % : NT CLASSIFICATION : SILT jUSCS : ML AASHTO : NT LIQUID LIMIT - (THE WATER CONTENT, IN PERCENT, OF A SOIL AT THE ARBITRARILY DEFINED BOUNDARY BETWEEN THE LIQUID AND PLASIC STATES OR AT WHICH SOIL FLOWS FOR A DISTANCE OF 13 MM AT THE BASE OF GROOVE WHEN SUBJECTED TO 25 BLOWS) PLASTIC LIMIT - (THE WATER CONTENT, IN PERCENT, OF A SOIL AT THE BOUNDARY BETWEEN THE PLASTIC AND SOLID STATES OR AT WHICH SOIL CAN NO LONGER BE DEFORMED BY ROLLING INTO 3.2 MM DIAMETER THREADS WITHOUT CRUMBUNG) LIQUID LIMIT TRIALS PLASTIC LIMIT TRIALS TEST NO. : 1 2 NA NA NA 1 2 NA NA CONTAINER NO. xxx 1 NA NA NA 2x2 11 NA NA NUMBER OF BLOWS 25 25 NA NA NA NA NA NA NA WET SOIL + CAN (GRAMS) 18.31 16.97 NA NA NA 23.70 24.86 NA NA , DRY SOIL + CAN ( GRAMS) 14.40 13.49 NA NA NA 21.57 22.36 NA NA . OF WATER ( GRAMS) 3.91 3.48 NA NA NA 2.13 2.50 NA NA . OF CONTAINER ( GRAMS) 6.19 6.20 NA NA NA 15.23 14.96 NA NA , OF DRY SOIL ( GRAMS) 8.21 7.29 NA NA NA 6.34 7.40 NA NA TER CONTENT, ( %) 47.62 47.74 NA NA NA 33.60 33.78 NA NA an n MOISTURE CONTENT , % P. cn cn c a 5." 0 SA c D 0 0 0 1 10 25 100 NUMBER OF BLOWS , N MATERIALS AND TESTING EQUIPMENT PLASTICITY INDEX M&TE I.D. TYPE CALIBRATION DATE (THE RANGE OF WATER CONTENT OVER WHICH A SOIL BEHAVES PLASTICALLY OR THE NUMERICAL DIFFERENCE BETWEEN THE LIQUID LIMIT AND THE PLASTIC LIMIT) [LL -PL) LLD -3 Grooving Tool 01- May -09 LLD -4 LL Machine 01- May -09 OVEN -1 Cabinet Oven 14- Aug -08 ARC120 Electronic Scale 20- May -09 PI , % : 14 "A" LINE • 20.44 Custom Soil Resource Report APPENDIX USDA United States Department of Agriculture NK Natural Resources Conservation Service I1 A product of the National Cooperative Soil Survey, a joint effort of the United States Department of Agriculture and other Federal agencies, State agencies including the Agricultural Experiment Stations, and local participants Custom Soil Resource Report for Richmond County, Georgia Richmond GA 11 9 2 Preface Soil surveys contain information that affects and use planning in survey areas. They highlight soil limitations that affect various land uses and provide information about the properties of the soils in the survey areas. Soil surveys are designed for many different users, including farmers, ranchers, foresters, agronomists, urban planners, community officials, engineers, developers, builders, and home buyers. Also, conservationists, teachers, students, and specialists in recreation, waste disposal, and pollution control can use the surveys to help them understand, protect, or enhance the environment. Various land use regulations of Federal, State, and local governments may impose special restrictions on land use or land treatment. Soil surveys identify soil properties that are used in making various land use or land treatment decisions. The information is intended to help the land users identify and reduce the effects of soil limitations on various land uses. The landowner or user is responsible for identifying and complying with existing laws and regulations. Although soil survey information can be used for general farm, local, and wider area planning, onsite investigation is needed to supplement this information in some cases. Examples include soil quality assessments (http: / /soils.usda.gov /sqi/) and certain conservation and engineering applications. For more detailed information, contact your local USDA Service Center ( http: // offices .sc.egov.usda.gov /locator /app? agency=nrcs) or your NRCS State Soil Scientist (http: / /soils.usda.gov /contact/ state _offices/). Great differences in soil properties can occur within short distances. Some soils are seasonally wet or subject to flooding. Some are too unstable to be used as a foundation for buildings or roads. Clayey or wet soils are poorly suited to use as septic tank absorption fields. A high water table makes a soil poorly suited to basements or underground installations. The National Cooperative Soil Survey is a joint effort of the United States Department of Agriculture and other Federal agencies, State agencies including the Agricultural Experiment Stations, and local agencies. The Natural Resources Conservation Service (NRCS) has leadership for the Federal part of the National Cooperative Soil Survey. Information about soils is updated periodically. Updated information is available through the NRCS Soil Data Mart Web site or the NRCS Web Soil Survey. The Soil Data Mart is the data storage site for the official soil survey information. The U.S. Department of Agriculture (USDA) prohibits discrimination in all its programs and activities on the basis of race, color, national origin, age, disability, and where applicable, sex, marital status, familial status, parental status, religion, sexual orientation, genetic information, political beliefs, reprisal, or because all or a part of an individual's income is derived from any public assistance program. (Nol all prohibited bases apply to all programs ) Persons with disabilities who require alternative means for communication of program information (Braille, large print, audiotape, etc.) should contact USDA's TARGET Center at (202) 720 -2600 (voice and TDD). To file a complaint of discrimination, write to USDA, Director, Office of Civil Rights, 1400 Independence Avenue, S.W., Washington, O.C. 20250.9410 or call (800) 795 -3272 (voice) or (202) 720 -6382 (TDD). USDA is an equal opportunity provider and employer. Contents Preface 2 How SoiI Surveys Are Made 5 Soil Map 7 Soil Map 8 Legend _ 9 Map Unit Legend 10 Map Unit Descriptions 10 Richmond County, Georga 12 Ag8--Ai|oy loamy sand, 2to5 percent slopes 12 AgC--AUey loamy sand, 8tp8 percent slopes 12 BO—Bibb and Osier solis 13 DgA—Dogue fine sandy loam, 0 to 3 percent siopes 14 Ra—Rains loamy sand 15 TwB—Tnoup fine sand, 1to5 percent slopes 16 TwC—Troup fine sand, 5 lo 10 percent siopes 17 TwD—Troup fine sand, 10 to 17 percent siopes 17 Uc—Iidorthenls, sandy and loamy 18 VaC-4/auc!000+Aiieycomp(ax. Sto8 percent slopes 18 VoO—/aucluoe-Ai|my complex, 8to17 percent slopes 20 VuC—/auc1uae'Udbmn land complex, Sto8 percent slopes 21 W.—Water 22 References 23 How Soil Surveys Are Made Soil surveys are made to provide information about the soils and miscellaneous areas in a specific area. They include a description of the soils and miscellaneous areas and their location on the landscape and tables that show soil properties and limitations affecting various uses. Soil scientists observed the steepness, length, and shape of the slopes; the general pattern of drainage; the kinds of crops and native plants; and the kinds of bedrock. They observed and described many soil profiles. A soil profile is the sequence of natural layers, or horizons, in a soil. The profile extends from the surface down into the unconsolidated material in which the soil formed or from the surface down to bedrock. The unconsolidated material is devoid of roots and other living organisms and has not been changed by other biological activity. Currently, soils are mapped according to the boundaries of major land resource areas (MLRAs). MLRAs are geographically associated land resource units that share common characteristics related to physiography, geology, climate, water resources, soils, biological resources, and land uses (USDA, 2006). Soil survey areas typically consist of parts of one or more MLRA. The soils and miscellaneous areas in a survey area occur in an orderly pattern that is related to the geology, landforms, relief, climate, and natural vegetation of the area. Each kind of soil and miscellaneous area is associated with a particular kind of landform or with a segment of the landform. By observing the soils and miscellaneous areas in the survey area and relating their position to specific segments of the landform, a soil scientist develops a concept, or model, of how they were formed. Thus, during mapping, this model enables the soil scientist to predict with a considerable degree of accuracy the kind of soil or miscellaneous area at a specific location on the landscape. Commonly, individual soils on the landscape merge into one another as their characteristics gradually change. To construct an accurate soil map, however, soil scientists must determine the boundaries between the soils. They can observe only a limited number of soil profiles. Nevertheless, these observations, supplemented by an understanding of the soil - vegetation- landscape relationship, are sufficient to verify predictions of the kinds of soil in an area and to determine the boundaries. Soil scientists recorded the characteristics of the soil profiles that they studied. They noted soil color, texture, size and shape of soil aggregates, kind and amount of rock fragments, distribution of plant roots, reaction, and other features that enable them to identify soils. After describing the soils in the survey area and determining their properties, the soil scientists assigned the soils to taxonomic classes (units). Taxonomic classes are concepts. Each taxonomic class has a set of soil characteristics with precisely defined limits. The classes are used as a basis for comparison to classify soils systematically. Soil taxonomy, the system of taxonomic classification used in the United States, is based mainly on the kind and character of soil properties and the arrangement of horizons within the profile. After the soil scientists classified and named the soils in the survey area, they compared the Custom Soil Resource Report individual soils with similar soils in the same taxonomic class in other areas so that they could confirm data and assemble additional data based on experience and research. The objective of soil mapping is not to delineate pure map unit components; the objective is to separate the landscape into Iandforms or landform segments that have similar use and management requirements. Each map unit is defined by a unique combination of soil components and/or miscellaneous areas in predictable proportions. Some components may be highly contrasting to the other components of the map unit. The presence of minor components in a map unit in no way diminishes the usefulness or accuracy of the data. The delineation of such Iandforms and landform segments on the map provides sufficient information for the development of resource plans. If intensive use of small areas is planned, onsite investigation is needed to define and locate the soils and miscellaneous areas. Soil scientists make many field observations in the process of producing a soil map. The frequency of observation is dependent upon several factors, including scale of mapping, intensity of mapping, design of map units, complexity of the landscape, and experience of the soil scientist. Observations are made to test and refine the soil- landscape model and predictions and to verify the classification of the soils at specific locations. Once the soil - landscape model is refined, a significantly smaller number of measurements of individual soil properties are made and recorded. These measurements may include field measurements, such as those for color, depth to bedrock, and texture, and laboratory measurements, such as those for content of sand, silt, clay, salt, and other components. Properties of each soil typically vary from one point to another across the landscape. Observations for map unit components are aggregated to develop ranges of characteristics for the components. The aggregated values are presented. Direct measurements do not exist for every property presented for every map unit component. Values for some properties are estimated from combinations of other properties. While a soil survey is in progress, samples of some of the soils in the area generally are collected for laboratory analyses and for engineering tests. Soil scientists interpret the data from these analyses and tests as well as the field - observed characteristics and the soil properties to determine the expected behavior of the soils under different uses. Interpretations for all of the soils are field tested through observation of the soils in different uses and under different levels of management. Some interpretations are modified to fit local conditions, and some new interpretations are developed to meet local needs. Data are assembled from other sources, such as research information, production records, and field experience of specialists. For example, data on crop yields under defined levels of management are assembled from farm records and from field or plot experiments on the same kinds of soil. Predictions about soil behavior are based not only on soil properties but also on such variables as climate and biological activity. Soil conditions are predictable over long periods of time, but they are not predictable from year to year. For example, soil scientists can predict with a fairly high degree of accuracy that a given soil will have a high water table within certain depths in most years, but they cannot predict that a high water table will always be at a specific level in the soil on a specific date. After soil scientists located and identified the significant natural bodies of soil in the survey area, they drew the boundaries of these bodies on aerial photographs and identified each as a specific map unit. Aerial photographs show trees, buildings, fields, roads, and rivers, all of which help in locating boundaries accurately. r ". S M a p The soil map section includes the soil map far the defined area of interest, a list of soil map units on the map and extent of each map unit, and cartographic symbols displayed on the map. Also presented are various metadata about data used to produce the map, and a description of each soil map unit, 33' 2A 45" ssi Custom Soil Resource Report Soil Map w 33' 26 7 A' A7" ,..111111 1111111, Aroa of Interest (AO1) Area of Interest (AO1) Soils Spacial Potnl Features vi Blowout Soil Map Units Bonow Pit Clay Spot Closed Depression Grovel Pit Gravelly Spot Landfill Lava Flow Marsh or swamp Mine or Quarry Miscellaneous Water Perennial Water Rock Outcrop Saline Spot Sandy Spol Severely Eroded Spot Sinkhole Slide or Slip Sodic Spot Spoil Area Stony Spot MAP LEGEND 40 Very Stony Spot .t Wet Spat Y Other Special Line Features Gully • . Short Steep Slope .• Other Political Features 0 Cities Water Features Oceans Custom Soil Resource Report Screams and Canals Transportation ++ - Rails •• Interstate Highways US Routes Major Roads N Local Roads MAP INFORMATION Map Scale: 1:22,800 If printed on A size (8.5" x 11") sheet. The soil surveys that comprise your AOI were mapped at 1 :15,840. Please rely on the bar scale on each map sheet for accurate map measurements. Source of Map: Natural Resources Conservation Service Web Soil Survey URL: htlp : /lwebsoilsurvey.nres.usda.gov Coordinate System: UTM Zone 17N NAD83 This product is generated from the USDA -NRCS certified data as of the version date(s) listed below. Soil Survey Area: Richmond County, Georgia Survey Area Data: Version 5, Aug 7, 2008 Dale(s) aerial images were photographed: Data not available. The orthophoto or other base map on which the soil lines were complied and digitized probably differs from the background imagery displayed on these maps. As a result, some minor shifting of map unit boundaries may be evident. AgB AgC BO DgA Ra TwB TwC TwO Uc Map Unll Symbol Totals for Area of Interest Map Unit Legend slopes W Water Custom Soil Resource Report Richmond County. Georgia (GA245) Ailey loamy sand, 210 5 percent slopes Ailey loamy sand, 5 to 8 percent slopes Bibb and Osier soils Dogue fine sandy loam, 0 to 3 percent slopes Rains loamy sand Troup fine sand, 1 to 5 percent slopes Troup fine sand, 5 to 10 percent slopes Troup fine sand, 1010 17 percent slopes Udorthents, sandy and loamy VaC Vaucluse -Ailey complex, 5 to 8 percent slopes VaD Vaucluse -Ailey complex, 8 to 17 percent slopes VuC Vaucluse -Urban land complex, 5 l0 8 percent Map Unit Descriptions Map Unit Name Acres In AOI 10 2.2 35.5 51.3 35.2 6.6 1.8 14.3 . 0.3 25.8 2.6 188.7 Percent of AOI The map units delineated on the detailed soil maps in a soil survey represent the soils or miscellaneous areas in the survey area. The map unit descriptions, along with the maps, can be used to determine the composition and properties of a unit. A map unit delineation on a soil map represents an area dominated by one or more major kinds of soil or miscellaneous areas. A map unit is identified and named according to the taxonomic classification of the dominant soils. Within a taxonomic class there are precisely defined limits for the properties of the soils. On the landscape. however, the soils are natural phenomena, and they have the characteristic variability of all natural phenomena. Thus, the range of some observed properties may extend beyond the limits defined for a taxonomic class. Areas of soils of a single taxonomic class rarely, if ever, can be mapped without including areas of other taxonomic classes. Consequently, every map unit is made up of the soils or miscellaneous areas for which it is named and some minor components that belong to taxonomic classes other than those of the major soils, Most minor soils have properties similar to those of the dominant soil or soils in the map unit, and thus they do not affect use and management. These are called noncontrasting, or similar, components. They may or may not be mentioned in a particular map unit description. Other minor components, however, have properties and behavioral characteristics divergent enough to affect use or to require different management. These are called contrasting, or dissimilar, components. They generally are in small areas and could not be mapped separately because of the scale used. 1.2% 18.8% 27.2% 18.7% 3.5% 0.9% 7.6% 0.1% 5.4 2.9% 7.3 3.9% 13.7% 0.3 0.2% 1.4% 100.0% 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Custom Soil Resource Report Some small areas of strongly contrasting soils or miscellaneous areas are identified by a special symbol on the maps. If included in the database for a given area, the contrasting minor components are identified in the map unit descriptions along with some characteristics of each. A few areas of minor components may not have been observed, and consequently they are not mentioned in the descriptions, especially where the pattern was so complex that it was impractical to make enough observations to identify all the soils and miscellaneous areas on the landscape. The presence of minor components in a map unit in no way diminishes the usefulness or accuracy of the data. The objective of mapping is not to delineate pure taxonomic classes but rather to separate the landscape into landforms or landform segments that have similar use and management requirements. The delineation of such segments on the map provides sufficient information for the development of resource plans. If intensive use of small areas is planned, however, onsite investigation is needed to define and locate the soils and miscellaneous areas. An identifying symbol precedes the map unit name in the map unit descriptions. Each description includes general facts about the unit and gives important soil properties and qualities. Soils that have profiles that are almost alike make up a soil series. Except for differences in texture of the surface layer, all the soils of a series have major horizons that are similar in composition, thickness, and arrangement. Soils of one series can differ in texture of the surface layer, slope, stoniness, salinity, degree of erosion, and other characteristics that affect their use. On the basis of such differences, a soil series is divided into soil phases. Most of the areas shown on the detailed soil maps are phases of soil series. The name of a soil phase commonly indicates a feature that affects use or management. For example, Alpha silt loam, 0 to 2 percent slopes, is a phase of the Alpha series. Some map units are made up of two or more major soils or miscellaneous areas. These map units are complexes, associations, or undifferentiated groups. A complex consists of two or more soils or miscellaneous areas in such an intricate pattern or in such small areas that they cannot be shown separately on the maps. The pattern and proportion of the soils or miscellaneous areas are somewhat similar in all areas. Alpha -Beta complex, 0 to 6 percent slopes, is an example. An association is made up of two or more geographically associated soils or miscellaneous areas that are shown as one unit on the maps. Because of present or anticipated uses of the map units in the survey area, it was not considered practical or necessary to map the soils or miscellaneous areas separately. The pattern and relative proportion of the soils or miscellaneous areas are somewhat similar. Alpha - Beta association, 0 to 2 percent slopes, is an example. An undifferentiated group is made up of two or more soils or miscellaneous areas that could be mapped individually but are mapped as one unit because similar interpretations can be made for use and management. The pattern and proportion of the soils or miscellaneous areas in a mapped area are not uniform. An area can be made up of only one of the major soils or miscellaneous areas, or it can be made up of all of them. Alpha and Beta soils, 0 to 2 percent slopes, is an example. Some surveys include miscellaneous areas. Such areas have little or no soil material and support little or no vegetation. Rock outcrop is an example. 11 BO --Bibb and Osier soils Custom Soil Resource Report Map Unit Composition Ailey and similar soils: 100 percent Description of Ailey Setting Landform: Hills Landform position (two - dimensional): Summit, shoulder, backstope Landform position (three - dimensional): Side slope, interfluve Down -slope shape: Convex Across -slope shape: Linear Parent material: Marine deposits Properties and qualities Slope: 5 to 8 percent Depth to restrictive feature: More than 80 inches Drainage class: Well drained Capacity of the most limiting layer to transmit water (Ksat): Moderately low to moderately high (0.06 to 0.20 in /hr) Depth to water table: More than 80 inches Frequency of flooding: None Frequency of ponding: None Available water capacity: Low (about 4.3 inches) Interpretive groups Land capability (nonirrigated): 4s Typical profile 0 to 27 inches: Loamy sand 27 to 48 inches: Sandy clay loam 48 to 75 inches: Coarse sandy loam Map Unit Setting Elevation: 20 to 450 feet Mean annual precipitation: 44 to 60 inches Mean annual air temperature: 59 to 64 degrees F Frost -free period: 190 to 230 days Map Unit Composition Bibb and similar soils: 70 percent Osier and similar soils: 30 percent Description of Bibb Setting Landform: Flood plains Down -slope shape. Linear Across -slope shape Linear Parent material: Alluvium 1a Custom Soil Resource Report Properties and qualities Slope: 0 to 2 percent Depth to restrictive feature: More than 80 inches Drainage class: Poorly drained Capacity of the most limiting layer to transmit water (Ksat): Moderately high to high (0.57 to 1.98 in/hr) Depth to water table: About 6 to 12 inches Frequency of flooding: Frequent Frequency of ponding: None Available water capacity: Moderate (about 9.0 inches) Interpretive groups Land capability (noninigated): 5w Typical profile 0 to 90 inches: Fine sandy loam 40 to 62 inches: Loamy fine sand Description of Osier Setting Landform: Flood plains Down -slope shape: Linear Across -slope shape: Linear Parent material: Alluvium Properties and qualities Slope: 0 to 2 percent Depth to restrictive feature: More than BO inches Drainage class: Poorly drained Capacity of the most limiting layer to transmit water (Ksat): High to very high (5.95 to 19.98 in/hr) Depth to water table: About 0 to 6 inches Frequency of flooding: Frequent Frequency of ponding: None Available water capacity: Low (about 4.5 inches) Interpretive groups Land capability (nonirrigated): 5w Typical profile 0 to 13 inches: Loamy fine sand 13 to 45 inches: Loamy fine sand 45 to 65 inches: Sand DgA—Dogue fine sandy loam, 0 to 3 percent slopes Map Unit Setting Elevation: 10 to 750 feet Mean annual precipitation: 44 lo 60 inches Mean annual air temperature: 59 to 64 degrees F 14 Ra —Rains loamy sand Custom Soil Resource Report Frost -free period: 190 to 230 days Map Unit Composition Dogue and similar soils: 100 percent Description of Dogue Setting Landform: Stream terraces Landform position (three - dimensional): Tread Down -slope shape: Linear Across -slope shape: Linear Parent material: Alluvium Properties and qualities Slope: 0 to 3 percent Depth to restrictive feature: More than 80 inches Drainage class: Moderately well drained Capacity of the most limiting layer to transmit water (Ksal): Moderately high (0.20 to 0.57 in /hr) Depth to water table: About 18 to 36 inches Frequency of flooding: None Frequency of ponding: None Available water capacity: High (about 9.0 inches) Interpretive groups Land capability (nonfmgated): 2w Typical profile 0 to 8 inches: Fine sandy loam 8 to 56 inches: Clay 56 to 62 inches: Sandy clay loam Map Unit Setting Elevation: 40 to 450 feet Mean annual precipitation: 44 to 52 inches Mean annual air temperature: 63 to 70 degrees F Frost -free period: 230 to 260 days Map Unit Composition Rains and similar soils: 100 percent Description of Rains Setting Landform: Depressions on stream terraces, flats Landform position (three - dimensional): Tread, taif Down -slope shape: Concave, linear Across - slope shape: Concave, linear Parent material: Alluvium 15 Custom Soil Resource Report Properties and qualities Slope: 0 to 2 percent Depth to restrictive feature: More than 80 inches Drainage class: Poorly drained Capacity of the most limiting layer to transmit water (Ksat): Moderately high to high (0.57 to 1.98 in /hr) Depth to wafer table: About 0 to 12 inches Frequency of flooding: None Frequency of ponding: None Available water capacity: Moderate (about 7.2 inches) Interpretive groups Land capability (nonirrigated): 3w Typical profile 0 to 15 inches: Loamy sand 15 to 44 inches: Sandy clay loam 44 to 65 inches: Sandy clay loam 65 to 69 inches: Sandy clay loam TwB—Troup fine sand, 1 to 5 percent slopes Map Unit Setting Mean annual precipitation: 44 to 52 inches Mean annual air temperature: 63 to 70 degrees F Frost -free period: 230 to 260 days Map Unit Composition Troup and similar soils: 100 percent Description of Troup Setting Landform: Interfluves Down -slope shape: Convex Across -slope shape: Linear Parent material: Marine deposits Properties and qualities Slope: 1 to 5 percent Depth to restrictive feature: More than 80 inches Drainage class: Somewhat excessively drained Capacity of the most limiting layer to transmit water (Ksat): Moderately high to high (0.57 to 1.98 inthr) Depth to water table: More than BO inches Frequency of flooding: None Frequency of ponding: None Available water capacity: Low (about 5.0 inches) Interpretive groups Land capability ( nonirrigated)• 3s i6 Custom Soil Resource Report Typical profile 0 to 54 inches: Fine sand 54 to 80 inches: Sandy clay loam TwC —Troup fine sand, 5 to 10 percent slopes Map Unit Setting Mean annual precipitation: 44 to 52 inches Mean annual air temperature: 63 to 70 degrees F Frost -free period: 230 to 260 days Map Unit Composition Troup and similar soils: 100 percent Description of Troup Setting Landforrn: Hills Landform position (two-dimensional): Backslope Landform position (three - dimensional): Side slope Down -slope shape: Linear Across -slope shape: Linear Parent material: Marine deposits Properties and qualities Slope: 5 to 10 percent Depth to restrictive feature: More than 80 inches Drainage class: Somewhat excessively drained Capacity of the most limiting layer to transmit water (Ksat): Moderately high to high (0.57 to 1.98 in /hr) Depth to water table: More than 80 inches Frequency of flooding: None Frequency of ponding: None Available wafer capacity: Low (about 5.0 inches) interpretive groups Land capability (nonirrigated): 4s Typical profile 0 to 54 inches: Fine sand 59 to 80 inches: Sandy clay loam TwD—Troup fine sand, 10 to 17 percent slopes Map Unit Setting Mean annual precipitation: 44 to 52 inches Mean annual air temperature: 63 to 70 degrees F Frost -free period: 230 to 260 days 17 Custom Soil Resource Report Map Unit Composition Troup and similar soils: 100 percent Description of Troup Setting Landform: Hills Landform position (two - dimensional): Backslope Landform position (three - dimensional): Side slope Down -slope shape: Linear Across -slope shape: Linear Parent material: Marine deposits Properties and qualities Slope: 10 to 17 percent Depth to restrictive feature: More than 80 inches Drainage class: Somewhat excessively drained Capacity of the most limiting layer to transmit water (Ksat): Moderately high to high (0.57 to 1.98 in/hr) Depth to water table: More than 80 inches Frequency of flooding: None Frequency of ponding: None Available water capacity: Low (about 5.0 Inches) Interpretive groups Land capability (nonirrigated): 6s Typical profile 0 to 54 inches: Fine sand 54 to 80 inches: Sandy clay loam Uc— Udorthents, sandy and loamy Map Unit Composition Udorthents and similar soils: 100 percent Description of Udorthents Properties and qualities Depth to restrictive feature: More than 80 inches Depth to water table: More than 80 inches Frequency of flooding: None Frequency of ponding: None VaC— Vaucluse -Ailey complex, 5 to 8 percent slopes Map Unit Setting Elevation: 100 to 450 feet Mean annual precipitation: 44 to 52 inches 18 Custom Soil Resource Report Mean annual air temperature: 63 to 70 degrees F Frost-free period: 230 to 260 days Map Unit Composition Vaucluse and similar soils: 65 percent Ailey and similar soils: 35 percent Description of Vaucluse Setting Landform: Hills Landform position (two - dimensional): Summit, shoulder, backslope Landform position (three - dimensional): Side slope, interfluve Down -slope shape: Convex Across -slope shape: Linear Parent material: Marine deposits Properties and qualities Slope: 5 to 8 percent Depth to restrictive feature: More than 80 inches Drainage class: Weil drained Capacity of the most limiting layer to transmit water (Ksat): Moderately low to moderately high (0.06 to 0.57 in/hr) Depth to water table: More than 80 inches Frequency of flooding: None Frequency of ponding: None Available water capacity: Low (about 4.4 inches) Interpretive groups Land capability (nonirrigated): 3e Typical profile 0 to 8 inches: Loamy sand 8 to 20 inches: Sandy clay loam 20 to 60 inches: Sandy clay loam 60 to 64 inches: Sandy loam Description of Ailey Setting Landform: Hills Landform position (two- dimensional): Summit, shoulder, backslope Landform position (three - dimensional): Side slope, interfluve Down -slope shape: Convex Across -slope shape: Linear Parent material: Marine deposits Properties and qualities Slope: 5 to 8 percent Depth to restrictive feature: More than 80 inches Drainage class. Well drained Capacity of the most limiting layer to transmit water (Ksat): Moderately low to moderately high (0.06 to 0.20 inihr) Depth to water table: More than 80 inches Frequency of flooding: None Frequency of ponding: None Available water capacity: Low (about 3.9 inches) 19 Custom Soil Resource Report interpretive groups Land capability (nonirrigated): 4s Typical profile 0 to 25 inches: Loamy sand 25 to 29 inches: Sandy clay loam 29 to 65 inches: Sandy clay loam VaD— Vaucluse -Ailey complex, 8 to 17 percent slopes Map Unit Setting Elevation: 100 to 450 feet Mean annual precipitation: 44 to 52 inches Mean annual air temperature: 63 to 70 degrees F Frost -free period: 230 to 260 days Map Unit Composition Vaucluse and similar soils: 65 percent Ailey and similar soils: 35 percent Description of Vaucluse Setting Landform: Hills Landform position (two - dimensional): 8ackslope Landform position (three - dimensional): Side slope Down -slope shape: Linear Across -slope shape: Linear Parent material: Marine deposits Properties and qualities Slope: 8 to 17 percent Depth to restrictive feature: More than 80 inches Drainage class: Well drained Capacity of the most limiting layer to transmit water (Ksat): Moderately low to moderately high (0.06 to 0.57 in/hr) Depth to water table: More than 80 inches Frequency of flooding: None Frequency of ponding: None Available water capacity: Low (about 4.4 inches) Interpretive groups Land capability (nonirrigated): 4e Typical profile 0 to 8 inches: Loamy sand 8 to 20 inches: Sandy clay loam 20 to 60 inches: Sandy clay loam 60 to 64 inches: Sandy loam 20 Custom Soil Resource Report Description of Ailey Setting Landform: Hills Landform position (two - dimensional): Backslope Landform position (three - dimensional): Side slope Down -slope shape: Linear Across -slope shape: Linear Parent material: Marine deposits Properties and qualities Slope: 8 to 17 percent Depth to restrictive feature: More than 80 inches Drainage class: Well drained Capacity of the most limiting Layer to transmit water (Ksat): Moderately low to moderately high (0.06 to 0.20 inlhr) Depth to water table: More than 80 inches Frequency of flooding: None Frequency of ponding: None Available water capacity: Low (about 3.9 inches) Interpretive groups Land capability (nonirrigated): 6s Typical profile 0 to 25 inches: Loamy sand 25 to 29 inches: Sandy clay loam 29 to 65 inches: Sandy clay loam VuC— Vaucluse -Urban and complex, 5 to 8 percent slopes Map Unit Setting Elevation: 100 to 450 feet Mean annual precipitation: 44 to 52 inches Mean annual air temperature: 63 to 70 degrees F Frost -free period: 230 to 260 days Map Unit Composition Vaucluse and similar soils: 60 percent Urban land: 40 percent Description of Vaucluse Setting Landform: Hills Landform position (two - dimensional): Summit, shoulder, backslope Landform position (three - dimensional): Side slope, interfluve Down -slope shape: Convex Across -slope shape: Linear Parent material: Marine deposits 21 W —Water Map Unit Composition Water: 100 percent Custom Soil Resource Report Properties and qualities Slope: 5 to 8 percent Depth to restrictive feature: More than 80 inches Drainage class: Well drained Capacity of the most limiting layer to Transmit water (Ksal): Moderately low to moderately high (0.06 to 0.57 in /hr) Depth to water table: More than 80 inches Frequency of flooding: None Frequency of ponding: None Available water capacity: Low (about 4.3 inches) Interpretive groups Land capability (nonirrigated): 3e Typical profile 0 to 9 inches: Loamy sand 9 to 19 inches: Sandy clay loam 19 to 60 inches: Sandy clay loam 60 to 64 inches: Sandy loam Map Unit Setting Mean annual precipitation: 52 to 68 inches Mean annual air temperature: 54 to 59 degrees F Frost -free period: 160 to 210 days 22 References American Association of State Highway and Transportation Officials (AASHTO). 2004. Standard specifications for transportation materials and methods of sampling and testing. 24th edition. American Society for Testing and Materials (ASTM). 2005. Standard classification of soils for engineering purposes. ASTM Standard D2487 -00. Cowardin, L.M., V. Carter, F.C. Golet, and E.T. LaRoe. 1979. Classification of wetlands and deep -water habitats of the United States. U.S. Fish and Wildlife Service FWS /OBS- 79/31. Federal Register. July 13, 1994. Changes in hydric soils of the United States. Federal Register. September 18, 2002. Hydric soils of the United States. Hurt, G.W.. and L.M. Vasilas, editors. Version 6.0, 2006. Field indicators of hydric soils in the United States, National Research Council. 1995. Wetlands: Characteristics and boundaries. Soil Survey Division Staff. 1993. Soil survey manual. Soil Conservation Service. U.S. Department of Agriculture Handbook 18. http: / /soils.usda.gov/ Soil Survey Staff. 1999. Soil taxonomy: A basic system of soil classification for making and interpreting soil surveys. 2nd edition. Natural Resources Conservation Service, U.S. Department of Agriculture Handbook 436. http : / /soils.usda.gov/ Soil Survey Staff. 2006. Keys to soil taxonomy. 10th edition. U.S. Department of Agriculture, Natural Resources Conservation Service. http: / /soils.usda.gov/ Tiner, R.W., Jr. 1985. Wetlands of Delaware. U.S. Fish and Wildlife Service and Delaware Department of Natural Resources and Environmental Control, Wetlands Section. United States Army Corps of Engineers, Environmental Laboratory. 1987. Corps of Engineers wetlands delineation manual. Waterways Experiment Station Technical Report Y -87 -1. United States Department of Agriculture, Natural Resources Conservation Service. National forestry manual. http: / /soils.usda.govl United States Department of Agriculture, Natural Resources Conservation Service. National range and pasture handbook. http:l /www.glti.nres.usda.gov/ United States Department of Agriculture, Natural Resources Conservation Service. National soil survey handbook, title 430 -VI. http: / /soils.usda.gov/ United States Department of Agriculture, Natural Resources Conservation Service. 2006, Land resource regions and major land resource areas of the United States, the Caribbean, and the Pacific Basin. U.S. Department of Agriculture Handbook 296. http: / /soils.usda.gov/ Custom Soil Resource Report United States Department of Agriculture, Soil Conservation Service. 1961. Land capability classification. U.S. Department of Agriculture Handbook 210. 24 Procedures APPENDIX INTRODUCTION QORE Property Sciences performs tests in general accordance with the American Society for Testing and Materials (ASTM) or the United States Army Corps of Engineers procedures. These procedures are generally recognized as the basis for uniformity and consistency of test results in the geotechnical engineering profession. All work is initiated and supervised by qualified engineers. Skilled technicians trained in either ASTM or Corps procedures perform our tests. Our equipment is well maintained, and our laboratory equipment is calibrated at least yearly. Subsequent portions of this Appendix present briefly describe of our testing procedures. Where applicable, we have referenced these procedures to either ASTM or the Corps of Engineers standards, which contain specific descriptions of apparatus, procedures, reporting, etc. Annual Book of ASTM Standards, Section 4, Volumes 4.08 and 4.09: Soil and Rock. American Society for Testing and Materials, Latest Edition EM 1110 -2 -1803. Subsurface lnvestigations, Soils, Chapter 3. U.S. Army Corps of Engineers, 1972. EM 1110 -1 -1801, Geological investigations. U.S. Army Corps of Engineers, 1978. EM 1110 -2 -1907, Soil Sampling. U.S. Army Corps of Engineers, 1972. EM 1110 -1 -1802, Geophysical Exploration, U.S. Army Corps of Engineers, 1979. EM 1110 -2 -1906, Laboratory Soils Testing. U.S. Army Corps of Engineers, 1970. SOiL TEST BORING, ASTM D -1 586 The borings were made with a hollow -stem auger powered by a 125 - horsepower drill rig. At regular intervals, soil samples were obtained through the hollow augers with a standard 1.4 -inch I.D., 2.0 -inch O.D. split -tube sampler. The sampler was initially seated 6 inches to penetrate any loose cuttings; then driven an additional foot with blows of a 140 -pound hammer falling 30 inches. The number of hammer blows required to drive the sampler the final foot was recorded and is designated as the standard penetration resistance. Penetration resistance, when properly evaluated, is an index to soil strength and density. In the field, the driller logged and described the samples as they were obtained. Representative portions of each soil sample were then sealed in labeled glass jars and transported to our laboratory. The samples were examined by a graduate geotechnical engineer or engineering geologist to visually check the field descriptions. Boring data, including sample intervals, penetration resistances, soil descriptions, and groundwater level are shown on the attached Test Boring Records. I■1 HAND AUGER BORINGS WITH PORTABLE CONE PENETROMETER TESTS The borings were made by manually twisting a post-hole auger into the soil. The auger consists of a two curved blades and a bucket which retains the soil as the auger is advanced. At regular intervals, the hand auger was removed from the boring and cone penetrometer soundings were performed with a dynamic portable cone penetrometer. The device has a 1.5 -inch diameter, 45- degree cone point with a surface area of 3.9 inches which is driven with a 15 -pound steel weight on a guide rod. After the cone point was completely embedded at the test depth it was driven an additional 1 inches by the steel weight falling 20 inches onto a steel anvil. The number of hammer blows required to drive the cone the 1 -inch increment was recorded as the "penetration resistance" in units of blows per increment. Penetration resistance, when properly evaluated, is an index to the soil's strength, compressibility, and density. ROCK DEFINITION We suggest that Rock be defined as the following: General Excavation: Any material which cannot be excavated with a single - tooth ripper drawn by a crawler tractor having a draw bar pull rated at not less than 56,000 pounds (Caterpillar D8T or equivalent) or excavated by a front -end loader with a minimum bucket breakout force of 25,500 pounds (Caterpillar 953 or equivalent). Trench Excavation: Any material which cannot be excavated with a backhoe having a bucket curling force rated at not Tess than 36,000 pounds (Caterpillar 325CL or equivalent). • • CORRELATION OF STANDARD PENETRATION RESISTANCE WITH RELATIVE COMPACTNESS AND CONSISTENCY Sand and Gravel Standard Penetration Resistance Blows /Foot Relative Compactness 0 -4 Very Loose 5 -10 Loose 11 -20 Firm 21 -30 Very Firm 31 -50 Dense Over 50 Very Dense Silt and Clay Standard Penetration Resistance Blows /Foot Consistency 0 -1 Very Soft 2-4 Soft 5 -8 Firm 9 -15 Stiff 16 -30 Very Stiff 31 -50 Hard Over 50 Very Hard 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GRAIN SIZE TEST, ASTM D -422, EM 1110 -2 -1906, APPENDIX V The grain size distribution of soil particles in a specimen is an indicator of physical properties among which are permeability, compaction characteristics, consolidation, shrinkage and swell parameters, and liquefaction characteristics. The soil specimen is prepared and tested to determine the percentages of particles of various sizes. The cumulative percentages by weight for each size are depicted on a graph showing the distribution of gradations. The distribution of particles larger than 75 microns (retained on No. 200 sieve) is determined by sieving, while the smaller particle sizes are measured by a sedimentation process, using a hydrometer to secure the necessary data. The soil specimen is prepared by either drying or using a wet method. The wet method is used when the soil specimen is a clay or silt with properties that change if the sample is prepared dry. After preparation, the coarse material (material retained on the No. 200 sieve) is dried and then passed through a series of nested sieves. The portion retained on each sieve is weighed, and the percent by weight retained on each sieve is computed and plotted on Grain Size Distribution Sheets. The fine grained soil distribution (silt and clay size particles) is determined with a hydrometer. The prepared soil specimen is placed in suspension using distilled water and a dispersing agent. The density of the solution is measured with the hydrometer at selected time intervals, and the particle sizes and weights are computed using Stoke's law. These values give a curve or distribution for various particle sizes of microscopic silt and clay size particles. If the distribution of silt and clay size particles has been determined for a selected soil sample, the data are presented on the Grain Size Distribution Sheet as an extension of the grain size distribution curve for the coarse soil fraction. ATTERBERG LIMITS DETERMINATION, ASTM D -4318, EM 1110 -2 -1906, APPENDIX III Representative samples were subjected to Atterberg limits testing to determine the soil's plasticity characteristics. The plasticity index (PI) is the range of moisture content through which the soil deforms as a plastic material. It is bracketed by the liquid limit (LL) and the plastic limit (PL). The liquid limit is the moisture content at which the soil becomes wet enough to flow as a viscous fluid. To determine the liquid limit, a soil specimen is first washed through a No. 40 sieve. The materials finer than the No. 40 sieve are retained and dried until the soil is in a viscous fluid state. A portion of this soil is then placed in a brass cup of standardized dimensions. A groove is cut through the middle of the soil specimen with a grooving tool of standard dimensions. The cup is attached to a cam that lifts the cup 10 mm, and then allows the cup to fall onto a hard rubber base. The cam is rotated at about 2 cps until the two halves of the soil specimen come in contact at the bottom of the groove for a distance of 1/2 inch. The number of blows required to achieve this 1/2 inch contact is recorded, and part of the specimen is subjected to a moisture content determination. The remainder of the specimen is allowed to air dry for a short time, and the grooving process and cam action repeated. This testing sequence is repeated until more than 25 blows are required to achieve the required groove contact. After the number of blows vs. moisture content for the various test points are plotted on arithmetic graph paper, the moisture content corresponding to 25 blows is designated the liquid limit. The plastic limit (PL) is the lowest moisture content at which the soil is sufficiently plastic to be manually rolled into threads 1/8" in diameter. The plastic limit is determined by taking a pat of soil remaining from the liquid limit test, and repeatedly rolling, kneading, and air drying it until the soil breaks into threads about 118 inches in diameter and 3/8 inches long. The moisture content of these soil threads is then determined, and is designated the plastic limit. The results of the liquid and plastic limits tests are tabulated on the attached Soil Data Summary Sheet. ASFE Information APPENDIX 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Important Iutormatioo about Your Geotocbnical Engineering Report Subsurface problems are a principal cause of construction delays, cost overruns, claims, and disputes. While you cannot eliminate all such risks, you can manage them. The following information is provided to Delp. Geotechnical Services Are Performed 1or Specific Purposes, Persons, and Protects 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 (he needs of a construction contractor or even another civil engineer. Because each geotechnical engineering study is unique, each geotechnical engineering report is unique, prepared solely for 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 apply the report for any purpose or project except the one originally contemplated. Read the 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 Geotechnical Engineering Report is Based on A Grille Set of Project - Specific Factors Geolechnical 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 on a geolechnical 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 geolechnical 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 inform your geotechnical engineer of project changes —even minor ones —and request an assessment of their impact Geotechnical engineers cannot accept responsibility or liability for problems that occur because their reports do not consider developments of which they were not "dinned. 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 geolechnical engineer- ing report whose 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. Most Geotechnical findings Are Professional Opinions Site exploration identifies subsurface conditions only at those points where subsurface tests are conducted or samples are taken. Geotechnlcal engi- neers review field 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 significanlly— from those indicated in your report. Retaining the geotechnical engineer who developed your report to provide construction 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 report cannot assume responsibility or liability for the report's recommendations it that engineer does not perform construction observation. A Geotechnical 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 eppropriale 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 preconstruction 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 never be redrawn for inclusion in architectural or other design drawings. Only photographic or electronic reproduction is acceptable, but recognize that separatting logs 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 sufficient time to perform additional study. Only then might you be in a position to give contractors the best information available to you, while requiring them to at least share some of the financial responsibilities stemming from unanticipated conditions. Read Responsibility Provisions Closely Some clients, design professionals, and contractors do not recognize that geotechnical engineering is far less exact than other engineering disci- plines. This lack of understanding has created unrealistic expectations that ASFE TIE BEST PUPIL IN EIIIN have led to disappointments, claims, and disputes. To help reduce the risk of such outcomes, geotechnical engineers commonly include a variety of explanatory provisions in their reports. Sometimes labeled 'limitations" many of these provisions indicate where geotechnical engineers' responsi- bilities begin and end, to help others recognize their own responsibilities and risks. Read These provisions closely. Ask questions. Your geotechnical engineer should respond fully and frankly. Geoenvironmental Concerns Aire Not Covered The equipment, techniques, and personnel used to perform a geoenviron- mental study differ significantly from those used to perform a geotechnical study. For that reason, a geotechnical engineering report does not usually relate any geoenvironmenlal findings, conclusions, or recommendations; e.g., about the likelihood of encountering underground storage tanks or regulated contaminants. Unanticipated environmental problems have led to numerous project failures. If you have not yet obtained your own geoen- vironmentai information, ask your geotechnical consultant for risk man- agement guidance. Do not rely on an environmental report prepared for someone else. Obtain Professional Assistance To Deal with Nlold Diverse strategies can be applied during building design, construction, operation, and maintenance to prevent significant amounts of mold from growing on indoor surfaces. To be effective, all such strategies should be devised for the express purpose of mold prevention, integrated into a com- prehensive plan, and executed with diligent oversight by a professional mold prevention consullanl 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 building surfaces dry. While groundwater, water infiltration, and similar issues may have been addressed as part of the geotechnical engineering study whose findings are conveyed in this report, the geotechnical engineer in charge of this project Is not a mold prevention consultant; none of the services per- formed in connection with the geotechnical engineer's study were designed or conducted for the purpose of mold preven- tion. Proper implementation of the recommendations conveyed In this report will not of itself be sufficient to prevent mold from growing In or on the structure involved. Rely on Your ASFE-Member Geotechncial Engineer for Additional Assistance Membership in ASFE/THE BEST PEOPLE ON Enim 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. 8811 Colesvilte Road/Suile G106, Silver Spring, MO 20910 Telephone: 301/565-2733 Facsimile: 301/589-2017 e -mail: into @asie.org www.asle.org Copyright 2004 by ASFE, Inc. Duplication, reproduction. or copying or this document in whole or in par by any means whatsoever, is slrkfly prohibited, except with ASFEs specific written permission. Excerpting, quoting. or otherwise extracting wording from this document is permitted only with the express written permission of ASFE, and only for purposes of scholarly research or book review. Only members of ASFE may use this document as a complement to or as an element of a geatechnical engineering report. Any other firm, individual, or other enh1y that so uses this document without being an ASFE member could be commiting negligent or intentional (fraudulent) misrepresentation. IIGERo6aB6.oMRP 2 APPENDIX for Subsurface Conditions Soils Investigation Additional Borings Report by Qore Property Sciences dated February 5, 2010 February 5, 2010 Mr. Rich Laschober, P.E. Johnson, Laschober & Associates, P.C. P.O. Box 2103 Augusta, Georgia 30903 Re: Additional Borings Proposed Sewer Line Butler Creek Interceptor Upgrade Augusta, Georgia QORE Job No. U1654, Report No. 44113 Dear Mr. Laschober: QO RE PROPERTY SCIENCES QORE, Inc. completed two additional borings (numbered B16 and 817) for the referenced project in accordance with the telephone conversation on December 23, 2009 between Bob Williamson, P.E. and Rich Laschober, P.E. and a subsequent e-mail of January 1, 2010 from Mr. Laschober. The additional borings were performed under QORE Job No. U1654 and proposal acceptance sheet approved by Mr. Laschober on August 1, 2008. The Test Boring Records and Exploration Location Plan are enclosed. The purpose of these borings was to provide additional subsurface information for jack and bore beneath the Fort Gordon Gate 1 access road. Fourteen soil test borings (numbered B1 through B9 and B11 through B15) were performed in 2008 and provided by our report No. 38106 dated December 29, 2008. The soil test borings were performed in close proximity to B -5 and B-4, as seen on the enclosed Exploration Location Plan, and utilized an all terrain vehicle CME 55 drill rig by mechanically advancing hollow stem augers into the ground. Standard Penetration tests (SPT) were performed with a rope and cathead at regular intervals in the borings to estimate soil consistency and to obtain soil samples. The samples obtained during the exploration were returned to our laboratory and reviewed by a member of our engineering staff; however no additional laboratory testing was performed. 1732 Wylds Road Augusta. Georgia 30909 (706) 729 -6917 fax (706) 729 -6920 Butler Creek Interceptor Upgrade February 5, 2010 QORE Job No. U1654. Report No. 44113 Page 2 Generally, the borings (B16 and 817) encountered soils consistent with the previous borings (B5 and B4), except that very hard silt with penetration resistances over 100 blows per foot (bpf) was encountered in B17 at a depth of approximately 3 feet to the termination depth of 25 feet. In addition, groundwater was encountered at a depth of 7 feet at time of drilling (ATD) in B16, compared to an encountered groundwater level of 11 feet ATD in B5. In B17, groundwater was encountered at a depth of 9 feet ATD in contrast to B4 where groundwater was not encountered ATD. The boring results are contained in the attached Test Boring Records. Unless specifically addressed herein, the conclusions and recommendations given in our report of December 29, 2008 remain valid. QORE makes no conclusions or recommendations conceming the suitability of soil for jack and bore procedures. QORE appreciates the opportunity to be of service to you in this phase of the project. We are available to provide consulting services and quality control testing during the construction phase. Please call us if you have any questions conceming this report or if we may be of further service. Respectfully submitted, QORE Property Sciences `Rs ..\►`l r9.9.�. Robert A. Williamson, P.E. Branch Manager Jdhn C. Capozzolo, E.I.T. Staff Engineer Enclosure: Exploration Location Plan Test Boring Records (B16 and B17) Kenneth W. Weinel, P.E. Senior Geotechnical Engineer MI MI MI • r • OM • M OM OM MI MI IIIIII • • • MI • OM MORN IMMO MINIPIONOn 1 Note: Borings 8-16 and B17 were performed on 1127110 to obtain additional information for Jack & Bore under Fort Gordon Gate 1 Access Road. 60 Approximate Boring Location • Approximate Hand Auger Boring Location B14 QOR E" ran rrrrr ∎r,r rrrra EXPLORATION LOCATION PLAN Butler Creek Interceptor Upgrade - West Augusta. Georgia Reference: Based on the Index Map provided by JIA dated July 31, 2008 JOB NO. U1654 DRAWN BY sos APPROXIMATE SCALE 1 Inch. 83 feet REPORT NO. 381D6 CHECKED BY PED DATE OIOECO9 PROJECT: Buller Creek Interceptor Upgrade ( JOB NO: U1654 l REPORT NO: 44113 PROJECT LOCATION: Augusta, Georgia ELEVATION: 292.0 BORING STARTED: 1/27/2010 BORING COMPLETED: 1/27/2010 DRILLING METHOD: HSA RIG TYPE: CME 55 HAMMER: Rope and Cathead GROUNDWATER: Q 7.0 ATD 1 5.0 delayed measurement I BORING DIAMETER (IN): 4 l SHEET 1 OF 1 Remarks: Approximate Invert Elevation: 292 feet Approximate Station: 153 +50 Elevation and station information is estimated from C212 Rev. C dated 12/11/09. ATD = at time of drilling G ELEV. (Ft) DEPTH (FT) MATERIAL DESCRIPTION L S R STANDARD PENETRATION RESISTANCE (N) • •• 20 L 40 00 b 10 000 10C BLOWS t8 , NI CIi 2 2.0- 2 1.5 - 288.0— 283.0 277.0 267.0 0 ..� 5 )C .;+ +` - - - — 5 — - - — — 10 — — -15 -0 . Inches of topsoil 6 - 6 - 6 4 - 4 - 5 Fill: Firm, light brown to tan fine to medium SAND with silt (SP -SM) Coastal Plain: Soft, tan and gray mottled sandy CLAY with gravel (CL) � 4 -1 -3 2 - 3.5 Loose, tan clayey fine to medium SAND with some gravel(SC) Or 2 -2 -3 - - - - —20— _ _ - - 25 Very stiff to hard, gray and tan mottled sandy SILT r 10 -12- 15 18 -22- —30— Boring terminated at 25 feet 26 1 1 1 1 I I I I i I I I I 1 Q O R E' TEST BORING RECORD PROPERTY SCIENCES BORING NO: B1 6 • PROJECT: Butler Creek Interceptor Upgrade I JOB NO: U1654 L REPORT NO: 44113 PROJECT LOCATION: Augusta, Georgia ELEVATION: 269.0 BORING STARTED: 1/27/2010 BORING COMPLETED: 1/27/2010 DRILLING METHOD: HSA RIG TYPE: CME 55 HAMMER: Rope and Cathead GROUNDWATER: Q 9.0 ATD 1 1.0 delayed measurement I BORING DIAMETER (IN): 4 I SHEET 1 OF 1 Remarks: Approximate Invert Elevation: 269 feet Approximate Station: 157 +50 Elevation and station information is estimated from C212 Rev. C dated 12/11/09. ATD = at time of drilling G ELEV. (FT.) DEPTH (�) MATERIAL DESCRIPTION L S R STANDARD PENETRATION RESISTANCE (N) 10 20 30 N 00 00 70 MO 00103 BLOWS / - 3g1:9- 267.0 244.0— 0 1 -1 -1 50/0 17 - 50/5.5 33- 50/5.5 25 - 50/5 50/4 50/3 - - - - _ 5 — - - _ _ — 1a — —15 — 20 — - - 25 14 inches of topsoil Coastal Plain: Very loose, gray and tan mottled sandy \CLAY (CL) I 0 r C I I r Very hard, gray sandy SILT (ML) (No Sample Recovered Here) » •4• —30— Boring terminated at 25 feet 1 1 1 1 1 1 I 1 1 1 I I 1 I a 1 c 1 0 U Q 0 R E TEST BORING RECORD PROPERTY SCIENCES BORING NO: B17 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 SECTION 221313 SANITARY SEWERAGE PART 1 GENERAL 1.01 SUMMARY A. This Section includes sanitary sewerage. 1.02 REFERENCES 08/28/2012 A. The following is a list of standards which may be referenced in this section: 1. Augusta Utilities Department's "Water & Sanitary Sewer Systems - Guidelines" (most recent edition); available at / /www.augustaga.gov/ departments /planning_zoning/dev_docs.asp. In the event that any specific item of work is not covered in this specification the above referenced document shall govern. 2. American Water Works Association (AWWA): a. C105, Polyethylene Encasement for Ductile Iron Pipe Systems. b. C110, Ductile -Iron and Gray -Iron Fittings, 3 in. Through 48 in. (75 mm Through 1200 mm), for Water. c. C111, Rubber - Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. d. C205, Cement -Mortar Protective Lining and Coating for Steel Water Pipe - 4 in. (100 mm) and Larger - Shop Applied. e. C208, Dimensions for Fabricated Steel Water Pipe Fittings. f. C302, Reinforced Concrete Pressure Pipe, Noncylinder Type. g. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 in. Through 12 in. (100 mm Through 300 mm), for Water Distribution. h. C905, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 in. Through 48 in. (100 mm Through 300 mm), for Water Transmission and Distribution. i. C517 Eccentric Plug Valves j. C550 Protective Epoxy Interior Coatings for Valves and Hydrants 3. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A48, Standard Specification for Gray Iron Castings. c. C76, Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. d. Al23, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. e. C150, Standard Specification for Portland Cement. f. C151, Ductile -Iron Pipe, Centrifugally Cast, for Water. g. A167, Standard Specification for Stainless and Heat - Resisting Chromium- Nickel Steel Plate, Sheet, and Strip. SANITARY SEWERAGE 221313 -1 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 SANITARY SEWERAGE 08/28/2012 h. A240, Standard Specification for Heat - Resisting Chromium and Chromium- Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels. i. C361, Standard Specification for Reinforced Concrete Low -Head Pressure Pipe. j. C425, Standard Specification for Compression Joints for Vitrified Clay Pipe and Fittings. k. C443, Standard Specification for Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets. 1. A536, Standard Specification for Ductile Iron Castings. m. C596, Test Method for Drying Shrinkage of Mortar Containing Hydraulic Cement. n. A615/A615M, Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. o. A746, Standard Specification for Ductile Iron Gravity Sewer Pipe. p. B139, Standard Specification for Phosphor Bronze Rod, Bar, and Shapes. q. C14, Standard Specification for Concrete Sewer, Storm Drain, and Culvert Pipe. r. C387, Standard Specification for Packaged, Dry, Combined Materials for Mortar and Concrete. s. C443, Standard Specification for Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets. t. C478, Standard Specification for Precast Reinforced Concrete Manhole Sections. u. C700, Standard Specification for Vitrified Clay Pipe, Extra Strength, Standard Strength, and Perforated. v. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes, and Laterals. w. D16, Standard Terminology for Paint, Related Coatings, Materials, and Applications. x. D1248, Standard Specification for Polyethylene Plastics Extrusion Materials for Wire and Cable. y. D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. z. D2241, Standard Specification for Poly(Vinyl Chloride) (PVC) Pressure -Rated Pipe (SDR Series). aa. D2412, Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading. bb. D3034, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings. cc. D3212, Standard Specification for Joints For Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. dd. D4101, Standard Specification for Propylene Plastic Injection and Extrusion Materials. ee. E329, Standard Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction. 2 221313 -2 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 1.04 SUBMITTALS ff. F477, Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. gg. F593, Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. hh. F594, Standard Specification for Stainless Steel Nuts. ii. F679, Standard Specification for Poly(Vinyl Chloride) (PVC) Large - Diameter Plastic Gravity Sewer Pipe and Fittings. 1.03 DEFINITIONS A. DIP: Ductile Iron Pipe B. PVC: Polyvinyl chloride plastic C. CCTV: Closed Circuit Television D. DR: Dimension Ratio A. Product Data: For the following: 1. Sewer Pipe 2. Force Main 3. Manhole Connection Boots B. Action Submittals: 1. Shop Drawings: Include plans, elevations, details, and attachments for the following: a. Cast -in -Place Manholes: Details of construction. b. Precast Manholes: Details of construction including frames and covers. c. Precast Base, Cones, and Top Slab Sections: Details of construction. d. Manholes Over Existing Piping: Plans and schedule for diverting flow. e. Precast concrete vaults 2. Information on gasket polymer properties. 3. Tee fabrication details. 4. Application methods, application requirements, and chemical resistance data for coating and lining products. 5. Quick setting grout design mix if required. C. Informational Submittals: SANITARY SEWERAGE 1. Field Test Reports: Indicate and interpret test results for compliance with performance requirements. 2. Proposed curing method for cast -in -place concrete structures. 3. Precast Manhole Sections: Manufacturer's results of tests performed on representative sections to be furnished. (if required) 3 08/28/2012 221313 -3 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 1.05 QUALIFICATIONS A. CCTV Inspection Firm: Actively performed such services for minimum of 5 years. 1.06 DELIVERY, STORAGE, AND HANDLING A. Do not store plastic structures, pipe, and fittings in direct sunlight. SANITARY SEWERAGE 4 08/28/2012 4. Plan for diversion of flow during installation of manhole over existing piping. 5. Certificates: a. Manufacturer's Certificate of Compliance attests that products furnished meet requirements of this section. b. Certified load test data for precast manhole steps. (if required) c. Certification of Calibration: Approved testing laboratory certificate if pressure gauge for pneumatic test has been previously used. If pressure gauge is new, no certificate is required. d. Certified statement from manufacturer of gaskets, setting forth that basic polymer used in gaskets and test results of physical properties of compound are in accordance with ASTM F477 for PVC pipe or AWWA C111 for ductile iron pipe. (if requested) 6. Manufacturer's Written In -Plant Quality Control Program: Quality control procedures and materials testing to be used throughout manufacturing process. Submit prior to manufacture of any pipe for this Project. (if requested) 7. Test or historical performance data to verify that joint design meets requirements of these specifications. (if requested) 8. Provide pipe and pipe joint test results with delivery of pipe. Do not deliver pipe not meeting test requirements to Project Site. (if requested) 9. Manufacturer's written recommendations for pipe handling and installation. 10. Field Leakage Testing Plan: Submit at least 15 days in advance of the testing and include at least the following: a. Testing dates. b. Piping systems and sections to be tested. c. Test type. d. Method of isolation. e. Calculation of maximum allowable leakage for piping section(s) to be tested. 11. CCTV Inspection Equipment: Submit minimum 15 days prior to performing inspections: (if requested) a. Name and qualifications of inspection firm. b. Brand name and model number of video equipment to be used. 12. Pneumatic test results. (if requested) 11 PVC pipe deflection test results. (if requested) 14. CCTV inspection media and inspection logs. Media shall become property of Owner. 221313 -4 MEM Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 08/28/2012 B. Loading or unloading and storage of pipe, fittings, valves, etc. shall be done such that to avoid damage. All pipe shall be carefully examined before it is installed in the trench. Damaged pipe or pipe which does not meet specification requirements shall be rejected and removed from the work site. The interior of all pipe, fittings, valves, etc. shall be kept free of dirt and foreign matter at all times. C. Handle precast concrete manholes and other structures according to manufacturer's written rigging instructions. PART 2 PRODUCTS 2.01 POLYVINYL CHLORIDE PIPE (PVC) GRAVITY SEWER A. 15 -Inch Diameter and Smaller Gravity Sewer: 1. In accordance with ASTM D3034. 2. Joints: Integral bell and spigot, in accordance with ASTM D3212. a. Minimum SDR: 35 3. Cell Classification: 12454 -B or 12454 -C, as defined by ASTM D1784. 4. Fittings: SDR 35 minimum wall thickness. 5. Gaskets: Factory fabricated rubber compression type with solid cross section in accordance with ASTM F477. Lubricant for joining pipe as approved by pipe manufacturer. B. 18 -Inch through 36 -Inch Gravity Diameter: 1. In accordance with ASTM F679. 2. Joints: Integral bell and spigot, in accordance with ASTM D3212. 3. Minimum SDR: 26 4. Minimum Pipe Stiffness: 115 psi when tested in accordance with ASTM D2412. 5. Cell Classification: Minimum 12454 -C, as defined by ASTM D1784. 6. Fittings: Wall thickness no less than wall thickness of equivalent size of pipe. 7. Gaskets: Factory fabricated rubber compression type with solid cross section conforming to ASTM F477. 2.02 POLYVINYL CHLORIDE PIPE (PVC) FORCE MAIN — 20" DIAMETER - (DEDUCTIVE ALTERNATE) A. AWWA C905, Polyvinyl Chloride (PVC) Pressure Pipe, DR 25 (165 psi working pressure) and Fabricated Fittings, 14 in. through 48 in., for Water Transmission and Distribution with push on joints. B. Pipe shall be cast iron outside diameter. C. Restrained Joint Pipe (RJP) Pipe, where indicated on plans as RJP, shall be as specified in paragraph 2.04. D. Fittings: Ductile iron mechanical joint conforming to AWWA C110, lined and coated same as ductile iron pipe. SANITARY SEWERAGE 5 221313 -5 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 2.03 DUCTILE IRON PIPE (DIP) GRAVITY SEWER AND FORCE MAIN 08/28/2012 A. Pipe: 1. Conform to ASTM A746, AWWA C150 /ANSI A21.50 and AWWA C151 /ANSI A21.51. 2. Thickness Class 50, unless otherwise noted on drawings for gravity sewer. 3. Pressure Class: 350 for 12" diameter pipe and smaller for force main, unless otherwise noted on Drawings. 4. Pressure Class 250 for 14" diameter pipe and larger for force main, unless otherwise noted on Drawings. 5. Joints: Push -on with rubber gaskets conforming to AWWA C111. Lubricant for joining pipe as approved by pipe manufacturer. 6. Fittings: Ductile iron conforming to AWWA C110, lined and coated same as pipe. 7. Restrained Joint Pipe (RJP) Pipe, where indicated on plans as "(RJP) ", shall be as specified in paragraph 2.04. B. Lining: 1. Ceramic Epoxy: a. 40 -mil nominal lining consisting of ceramic particle - reinforced novolac epoxy, such as Protecto 401 by the Vulcan Group with installation by U.S. Pipe. b. Line interior of bell and exterior of spigot in joint sealing areas with 6 to 10 mils of specified lining. c. Surface Preparation: SP10 near -white abrasive blast. d. Pinhole Detection: 2,500 volts minimum over 100 percent of lined surfaces. C. Polyethylene Wrap and Tape for Ductile Iron Pipe: 1. Polyethylene Wrap. 8 mils, minimum thickness, conforming to AWWA C105. 2. Adhesive Tape: Thermoplastic pressure sensitive; minimum thickness of 8 mils; minimum width of 1 inch. 2.04 RESTRAINED JOINTS FOR PIPE, VALVES AND FITTINGS A. All force mains shall have restrained joints for pipes and mechanical joint valves and fittings as indicated on plans. Refer to Appendix of this specification for Fitting Restraint Schedules. SANITARY SEWERAGE 1. Restrained Joint DI Pipe (RJP) Pipe, where indicated on plans as RJP, shall he restrained joint pipe. Ductile iron RJP shall be push -on type joint equivalent to "Lok- Ring ", "TR Flex ", or "Super Lock ". 2. Restrained Joint PVC Pipe (RJP) Pipe, where indicated on plans as RJP, shall be restrained joint pipe. PVC pipe shall be push -on joint type with bell harnesses equivalent to EBAA Iron Inc., Series 2800, for PVC AWWA C905 pressure pipe. The rated working pressure for harnesses shall have a minimum 2 to 1 safety 6 221313 -6 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 factor. 3. Restrained Joint Fittings (RJFs): All mechanical joint fittings shall be restrained joint fittings (RJFs) with follower gland "Megalug" Series 1100 for DIP and Series 2000 PV for PVC pipe as manufactured by EBAA iron Inc. or equal. The rated working pressure for the item restrained shall have a minimum 2 to 1 safety factor. 4. No concrete thrust blocking shall be allowed except where specifically indicated on plans. 2.05 SERVICE CONNECTION PIPE AND FITTINGS A. Acceptable Pipe Materials: Polyvinyl chloride or Ductile iron as shown on the drawings. B. Use one type of service connection pipe material throughout, no interchanging of pipe and fittings allowed. Long- radius bends shall be used for changes in direction, unless approved otherwise by Engineer. Wye fittings shall be used for all service laterals. No tees permitted. C. Service laterals (side sewers) shall be constructed with a wye fitting at the street sewer, at least one 45- degree bend, a clean -out and plug. The maximum deflection permissible at any one fitting shall not exceed 45 degrees. The maximum deflection permissible at any combination of two adjacent fittings shall not exceed 45 degrees unless a straight pipe section not less than 2-1/2 feet in length separates the fittings or unless one of the fittings is a wye branch with a cleanout provided on the straight leg. D. Size shall be as shown on the drawings 2.06 PIPE FOR WATERLINE CROSSINGS A. As shown on Drawings. 2.07 PIPE TO MANHOLE CONNECTOR A. Manufacturers and Products: 1. Uniseal, Evansville, Indiana; Pipeconx, Universal Pipe Connector. 2. NPC Inc., Milford, NH; Kor -N -Seal. 08/28/2012 B. In the event of the necessity of cutting new holes, the holes shall be machine cored neatly and carefully so as not to damage the structural integrity of the manhole and large enough to allow the insertion of a flexible rubber boot. Precast holes shall be flexible boot fitted. 2.08 FLEXIBLE COMPRESSION COLLAR A. Mechanical joint coupling with No. 304 stainless steel bands. B. Manufacturers: SANITARY SEWERAGE 7 221313 -7 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 2.09 CONCRETE A. Compressive Strength: Minimum 3,000 psi at 28 days. 2.10 QUICK SETTING GROUT A. High strength, nonstaining grout. B. Reach initial set within 90 minutes at 70 degrees F and minimum compressive strength of 2,500 psi within 24 hours. C. Shrinkage shall be less than 0.01 percent when tested in accordance with ASTM C596. 2.11 SOURCE QUALITY CONTROL A. Pipe Fittings: 2.12 PIPE BEDDING SANITARY SEWERAGE 1. Calder, Inc. , Bellflower, CA. 2. Fernco Inc., Davison, MI. 1. Tees: a. Shop fabricated by pipe manufacturer. b. Tee stubs shall not protrude inside sewer pipe. c. Joints: Same as joints used on sewer pipe. d. Insert-a -tee PVC fitting. 2. Caps and Plugs: a. Gasket and Joint: Same as pipe specified. b. Banded or otherwise secured to withstand test pressures involved without leakage. A. General 8 08/28/2012 1. The following pipe bedding requirements are the minimum requirements. Additional bedding may be authorized by the Engineer if conditions, such as inadequate bearing value of the subgrade at normal trench width, warrant. 2. Bedding shall be carefully placed along the full width of the trench so that the pipe is true to line and grade of the pipe barrel. Bell holes shall be provided so as to relieve pipe bells of all loads, but small enough to ensure that support is provided throughout the length of pipe. Crushed stone embedment material shall conform to ASTM C33, Graduation #67 (3/4" to #4). Bedding material shall be placed underneath and be carried up the sides of the pipe as specified below. 221313 -8 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 2.13 JACK & BORE INSTALLATIONS 08/28/2012 B. Class B Bedding shall be performed by first undercutting the trench an adequate amount to provide bedding under the pipe bell. The trench shall then be brought to grade with compacted crushed stone as specified above for the full width of the trench. The bedding material shall be placed in the zone four (4) inches below the pipe and the pipe laid to line and grade and backfilled with compacted crushed stone placed the full width of the trench up to one -half the outside diameter of the pipe. Select backfill placed in six (6) inch layers and compacted shall be the backfill from the springline of pipe to 18 inches above the pipe. A minimum Class B Bedding shall be used for all PVC pipe. C. Class C Bedding shall be performed by first undercutting the trench an adequate amount to provide bedding under the pipe bell. The trench shall then be brought to grade with compacted crushed stone as specified above for the full width of the trench. The bedding material shall be placed in the zone four (4) inches below the pipe and the pipe laid to line and grade and backfilled with compacted crushed stone placed the full width of the trench up to one -fourth the outside diameter of the pipe. Select backfill placed in six (6) inch layers and compacted shall be the backfill from the bedding material to 18 inches above the pipe. A minimum Class C Bedding shall be used for all ductile iron pipes. A. Casing pipe used with jack and bore shall be in accordance with requirements of the Georgia Department of Transportation (GDOT) specifications. B. Boring and Jacking: Where required by the drawings, the sanitary sewer line will be installed in a steel casing, placed by boring and jacking. C. Where boring is required under highways, the materials and workmanship will be in accordance with the standards of the Georgia Department of Transportation and the Augusta Public Works Dept. 1. Casing Pipe: The casing pipe shall conform to the materials standards of ASTM Designation A252, with minimum wall thickness of 0.375 inches for pipe less than 48" diameter and a minimum wall thickness of 0.500 inches for 48" diameter pipe. Steel pipe will have minimum yield strength of 35,000 psi. Casing pipe joints shall be butt welded, continuous, full penetration. 2. Carrier Pipe: The carrier pipe shall be ductile iron as specified herein. 3. Installation: The steel casing shall be installed by the "Dry Bore and Jack" method. If voids develop or if the bored hole diameter is greater than the outside diameter of pipe by more than approximately 1 inch, remedial measures will be taken as approved by the Engineer. 2.14 TUNNELING INSTALLATIONS A. Pipe Handling: Handle and transport pipe into tunnel in manner that prevents damage to pipe, joints, gaskets, and plastic liner. Do not install pipe damaged during SANITARY SEWERAGE 9 221313 -9 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 placement operations. Propose repair procedures for review and approval of Engineer. B. Tunnel Cleanup: Prior to pipe placement in tunnel, remove temporary tunnel utilities, such as electrical and ventilation. Remove loose material, dirt, standing water, and debris prior to pipe placement. Temporary steel construction tracks or steel pipe skids may be left in place when they do not interfere with alignment of sewer pipe or interfere with final placement of flowable fill. C. Invert Pipe Support: Provide support adequate to establish fmal pipe grade. Support may include screeded concrete, steel beam, or other method as designated by Contractor's Engineer. Secure pipe support to pipe or primary liner. When concrete is used for pipe support, cure it minimum of 12 hours prior to setting pipe. D. Joining Pipe in Tunnel: Join pipe segments to properly compress gaskets and allow for correct fmal positioning of pipe for line and grade. Closely align pipes by bringing them loosely together by means of hydraulic jacks, locomotives, pipemobiles, or winches. Once pipes have been loosely joined, pull them home by means of hydraulic tugger or other similar method suitably protecting pipe and joints against damage. Impact jointing such as ramming with locomotives or other mechanical equipment is not permitted. 2.15 PRECAST MANHOLES A. Riser Sections: 1. Minimum 48 inches in diameter. 2. Fabricate in accordance with ASTM C478. 3. Minimum Wall Thickness: 4 inches or 1/12 times inside diameter, whichever is greater. 4. Top and bottom shall be parallel. 5. Joints: Tongue- and - groove 6. Ballast: Increase thickness of precast concrete sections or add concrete to base section, as required to prevent flotation B. Cone Sections: 1. Provide eccentric cones. 2. Same wall thickness and reinforcement as riser section. 3. Top and bottom shall be parallel. C. Base Sections and Base Slab: 08/28/2012 1. Base Section: 60 -inch minimum up to 72" Diameter with 6 -inch minimum thickness for base slab. 2. Minimum Wall Thickness: 4 inches or 1/12 times inside diameter, whichever is greater 3. Fabricate in accordance with ASTM C478. SANITARY SEWERAGE 10 221313 -10 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 D. Manhole Extensions: E. Preformed Plastic Gaskets: Henry Company, Houston, TX; Ram -Nek. F. External Concrete Joint Wrap G. Polypropylene Steps: H. A bench shall be provided on each side of any manhole channel when the pipe diameter is less than the manhole diameter. The bench shall be sloped no less than V2 inch per foot (4 percent). No lateral sewer, service connection, or drop manhole pipe shall discharge onto the surface of the bench: I. Source Quality Control: SANITARY SEWERAGE 08/28/2012 1. Concrete grade rings; maximum 8 inches high. 2. Fabricate in accordance with ASTM C478. 3. Brick adjustments; in accordance with plan details. 4. Note: Manhole externsions are permitted for Type 2 installations only as noted on Drawings. All other installations are to be Type 1 which requires the frame to integrally cast with the cone. 1. External concrete joint wrap shall be an elastomeric -based product. 2. External concrete joint wrap shall be provided with a backing separator sheet for easy handling while keeping the bonding surface fresh and free of debris. 3. External concrete joint wrap shall have a minimum width of 9 inches. 4. Henry Company, Houston, TX; Rub'r -Nek. 1. Fabricate from minimum 1/2 inch, Grade 60, steel bar meeting ASTM A615/A615M. 2. Polypropylene encasement shall conform to ASTM D4101. 3. Steps shall be as manufactured by Oliver Tire & Rubber Company or approved equal. 4. Minimum Width: 13 inches, center -to- center of legs. 5. Embedment: 3 -1/2 -inch minimum and 4 -1/2 -inch minimum projection from face of concrete at point of embedment to center of step. 6. Cast in manhole sections by manufacturer. 7. Load Test: Capable of withstanding ASTM C478 vertical and horizontal load tests. 1. All test specimens shall be mat tested and meet permeability test requirements of ASTM C14. 2. Conduct tests at point of manufacture prior to delivery of any section. 3. Sections to be tested will be selected at random from stockpiled material to be supplied for the Project. 11 221313 -11 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 2.16 CAST -IN -PLACE MANHOLES OF APPLICABLE) A. Reinforcing Steel: Furnish as specified in Paragraph 2.19 CONCRETE. B. Concrete: Furnish as specified in Paragraph 2.19 CONCRETE. 2.17 OUTSIDE DROP MAHNOLES A. Outside drop manholes shall be precast and constructed for incoming lines having invert 24 inches or more above the invert of the manhole outlet, with DIP and tie rods per Details No. 14.08. The entire outside drop connection shall be encased in concrete. 2.18 SHALLOW MANHOLES A. Shallow manholes shall be precast or Type B slab top precast and shall be constructed in accordance with ASTM C -478. 2.19 MANHOLE FRAMES AND COVER A. Ring and cover shall be USF -668 or pre- approved equal as shown in the drawing details. A minimum access dimension of 22 -1/4" shall be provided. Include indented top design with lettering "SANITARY SEWER" cast into cover. Manhole frame and cover shall be gasketed and bolted. Manhole frame and cover shall be integrally cast into manhole cone, unless otherwise noted on drawings. 2.20 WATERTIGHT FRAME FASTENERS A. Galvanize after fabrication in conformance with ASTM Al23. 2.21 MANHOLE FRAME TO STRUCTURE SEALS A. Gasket: 1. Extrude or mold from a high -grade rubber compound. 2. Comply with material test requirements of ASTM C923. 3. Minimum Thickness: 3/16 inch. 4. Minimum Unstretched Length: Sufficient to extend from the manhole frame, across a maximum of 12 inches of extension rings, to the manhole cone section. 5. Fabricate bands for compressing sleeve against manhole from Type 304 stainless steel: a. Channeled Sheet: Minimum 16- gauge, ASTM A167. b. Round: 5/16 -inch diameter, ASTM A240. B. Screws, Bolts, or Nuts: Stainless steel conforming to ASTM F593 and ASTM 594, Type 304. SANITARY SEWERAGE 12 08/28/2012 221313 -12 I■I Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 C. Internal gasket or its appurtenances shall not extend into the manhole opening to restrict entry into or exit from the manhole. 2.22 CONCRETE F. Design gasket to meet the following requirements: SANITARY SEWERAGE 1. Manhole Channels: Concrete invert, formed to same width as connected piping, with height of vertical sides to three - fourths of pipe diameter. Form curved channels with smooth, uniform radius and slope. a. Invert Slope: 1 percent through manhole 2. Manhole Benches: Concrete, sloped to drain into channel. 13 08/28/2012 D. Gasket shall be made only of materials that have been proven to be resistant to the following exposures and conditions: 1. Sanitary sewage. 2. Corrosion or rotting under wet or dry conditions. 3. Gaseous environment in sanitary sewers and at road surfaces including common levels of ozone, carbon monoxide, and other trace gases at the sites of installation. 4. Biological environment in soils and sanitary sewers. 5. Chemical attack by road salts, road oil, and common street spillages or solvents used in street construction or maintenance. 6. Temperature ranges, variations, and gradients in the area of construction. 7. Variations in moisture conditions and humidity. 8. Fatigue failure caused by a minimum of 30 freeze -thaw cycles per year. 9. Vibrations due to traffic loading. 10. Fatigue failure due to repeated variations of tensile, compressive and shear stresses, and repeated elongation and compression. 11. Any combination of the above. E. Materials used shall be compatible with each other and with manhole materials. 1. Continuously prevent leakage of water from outside the manhole into the manhole at the joints between the manhole frame and the cone section. 2. Seal shall remain flexible, allowing repeated vertical movements of frame from 0 to 2 inches or repeated horizontal movements of frame with respect to top of extension or cone from 0 to 1/2 inch due to pavement movements or other causes, or both types of movement occurring simultaneously at rates not exceeding 1 /10 inch per minute. A. Channels and Benches: Factory or field formed from concrete. Portland cement design mix, 3,000 psi minimum, with 0.45 maximum water - cementitious materials ratio. Include channels and benches in manholes. a. Slope: 4 percent, minimum. No lateral sewer, service connection, or drop manhole pipe shall discharge onto the surface of the bench. 221313 -13 Phase II —Butler Creek Interceptor Upgrade - West Project No. 60106 2.23 B. Cradles, Saddles, and Encasements: Portland cement design mix, 3,000 psi minimum, with 0.58 maximum water - cementitious materials ratio. Reinforcement Fabric: ASTM A 185, steel, welded wire fabric, plain. Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed steel. 1. 2. MORTAR A. Standard premixed in accordance with ASTM C387, or proportion one part portland cement to two parts clean, well - graded sand that will pass a 1/8 -inch screen. B. Admixtures: May be included but do not exceed the following percentages of weight of cement: C. Mix Consistency: 1. Tongue- and - Groove Type Joint: Such that mortar will readily adhere to pipe. 2.24 IMPORTED PIPE BASE A. Furnish as specified in applicable section. 2.25 FLEXIBLE JOINTS 1. Hydrated Lime: 10 percent. 2. Diatomaceous Earth or Other Inert Material: 5 percent. A. Manufacturers: 1. B. Body SANITARY SEWERAGE "Kor -N -Seal" flexible rubber boot with stainless steel accessories as manufactured by NPC, Inc., Milford, New Hampshire. B. "PSI 0" flexible gasket as manufactured by PressSeal Gasket Corporation 2.25 ECCENTRIC PLUG VALVES A. General 1. Eccentric plug valves, ANSI Class 125 differently or by the plans. a. Valves 2 1/2 to 12 inches shall bubbletight shutoff. b. Valves 14 to 36 inches shall be bubbletight shutoff 14 08/28/2012 or mechanical joint, unless specified be rated 175 psig for bi- directional rated 150 psig for hi- directional 221313 -14 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 1. The body shall he constructed from ASTM Al26, Class B cast iron and shall be rated ANSI Class 125. End connections: a. Flanges shall be integrally cast with the body and shall conform to ANSI B16.1 Class D. b. Mechanical joint shall be integrally cast with the body and shall conform to AWWA ANSI C 111 standards. C. Plug D. Seat 1. The plug shall be constructed from ASTM A536, Grade 65 -45 -12 ductile iron or ASTM A 126, Class B cast iron for all sizes through 72 ". The plug shall be one -piece construction, and shall be encapsulated with an elastomer. The elastomer shall be EPDM for temperatures greater than 225 degrees F, and Buna -N for all other services. The plug shall provide full bidirectional shutoff capability. The CLOSED position travel stop for the plug shall be externally adjustable. 1. The seat shall be 99 percent nickel alloy, welded into the body. The seat thickness shall be minimum 0.125 inch thick. Plated, screwed or sprayed seats are not acceptable. E. Stem Seal 1. The stem seal shall be a self - adjusting elastomer U cup design. The stem seal elastomer shall be same as the plug elastomer. 0-ring seals and single piece packing arrangements are not acceptable. F. Bearings 1. The bearings on valves 20" and smaller shall be replaceable sleeve type, constructed from sintered, oil impregnated ASTM A743, Grade CF8M, type 316 stainless steel. Bearings shall be permanently lubricated. Bronze bearings are permissible on valves 24" and larger only. 2. Bottom sleeve bearings shall be accessible from the outside of the body through a bolt on bottom plate for valves 14" and larger. G. Grit Seal 1. A PTFE flat compression washer shall be provided at the top and bottom of the plug to prevent grit from entering the bearing area. 0 -ring style grit seals are not acceptable. H. Flow Way SANITARY SEWERAGE 1. As a minimum, flow coefficients for valves through 36" shall comply with the following table: 15 08/28/2012 221313 -15 Valve Size 6" 8" Minimum Cv 2400 4600 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Phase 11— Butler Creek Interceptor Upgrade - West Project No. 60106 Cv values must be certified by a third party independent testing laboratory. Manufacturers that cannot comply with the Cv values and the independent testing requirements will not be acceptable, regardless of port design. I. Direction of Operation 1. Counter - clockwise to open. J. Painting 1. All surfaces of the valve interior shall be clean, dry and free from grease before painting. The valve surfaces except for seat edges, rubber seat and finished portions shall be evenly coated with an NSF 61 approved epoxy on the interior and exterior. K. Acceptable Products 08/28/2012 L. Operators SANITARY SEWERAGE 1. Zurik 2. Other manufacturers may be considered "or equal" with written pre- approval of the engineering authority, made prior to bid in addendum form only. 1. Manual operators shall be suitable for submerged service with hand wheel and position indication. Worm gear operators shall be sized for the maximum rated working pressure and flow conditions of the plug valve and must be capable of withstanding 300 foot pounds of torque at the stops without damage. Worm gears sized to the flow conditions of the piping systems are not acceptable. 2.26 SWING CHECK VALVES LEVER/WEIGHT Styles:Bronze to Buna -n Sizes: 3" to 72" Uses: Water /Sludge /Sewer Service A. General Swing check valves are of self - contained free - swinging disc style. Valves conform to all standards set forth in AWWA C508. Valve hinge pins are Stainless Steel and conform to the industry standards set forth for cushion valves. Manufacturer should have a minimum of ten years experience supplying AWWA C508 valves. B. Referenced Standards: ANSI B16.1: Cast Iron Pipe Flanges and Flanged Fittings Class 25, 125, 250 and 800. AWWA C508: Swing Check Valves for Waterworks Service, 2" through 24" NPS. C. Rating: Valves are rated for 200 psi water working pressure. All testing is done in accordance with AWWA C508. 16 221313 -16 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 D. End Configuration: Valves have integrally cast flat face flanges in accordance with ANSI B16.1 Class 125. E. Materials: All cast iron used conforms to ASTM Al26 CLB. Valve Hanger and Disc are of cast iron conforming to ASTM Al26 CLB. Hinge Pins conform to ASTM A276 GR304. Seat Rings are of Low Zinc Bronze conforming to ASTM B62 or of Stainless Steel conforming to ASTM A276 GR31 6. F. Coating: Internal and external coatings are high build two component epoxy conforming to AWWA C550. H. Marking: Marking s on the valves are in accordance with AWWA C508, and include the name of manufacturer, the year of manufacture, maximum working pressure and size of valve. 2.27 COMBINATION SEWAGE AIR/VACUUM RELEASE VALVES: Combination sewage air /vacuum release valves shall be as manufactured by Vent -O Mat or equal, stainless steel with 200 psi maximum operating pressure. A. Lift Station B. 20" Diameter Force Main at isolated highpoints: Model No. 080 RGX 1031 PART 3 EXECUTION 3.01 GENERAL 1. Small Pumps (16A and 16B) on discharge line: 050 RGX 1031 2. Large Pumps (17A, 17B, andl7C) on discharge line: 080 RGX 1031 B. Place imported pipe base material on undisturbed earth; thoroughly compact with a mechanical vibrating or power tamper SANITARY SEWERAGE 17 08/28/2012 G. Design: All valves meet the standards of AWWA C508. All valves utilize a single disc mounted to a clevis hinge, which prevents the disc from tipping. The valve disc swings open once the pump starts and allows for full flow, When closed the valve offers a tight shut -off Valve body and cover are of Cast Iron, valve hinge is of Cast Iron. Disc seating surface is either Bronze, Stainless Steel or of Buna -n depending on application. Valve seat rings are of Bronze or Stainless Steel. The valve body has a bolted cover design and flanges are integral to body casting not wafer style. Valve body and disc are designed in such a way as to minimize turbulence. Weight or Spring systems are externally mounted on the side of the body and do not come into contact with main line media. A. Remove and keep all water clear from the excavation during construction and testing operations. 221313 -17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 3.02 EXAMINATION A. Notify Owner/Engineer immediately of manufacturing imperfections or damage caused by improper handling. B. Verify size, pipe condition, and pipe class prior to installation of pipe. C. Repairs to RCP storm sewer pipe section will be allowed, only if approved in writing by Owner /Engineer. Damaged pipe that, in opinion of Owner/Engineer, cannot be repaired, will be rejected and removed from the Project Site. 3.03 PREPARATION A. Pipe Distribution: Do not distribute more than 1 week's supply of materials in advance of laying, unless otherwise approved by the Owner. B. Inspect pipe and fittings prior to lowering into trench to ensure no cracked, broken, or otherwise defective materials are being used. C. Remove foreign matter and dirt from inside of pipe and fittings and keep clean during and after laying. Wash ends of section clean with wet brush prior to joining sections of pipe. 3.04 EXCAVATION AND BACKFILL ' A. Excavating, trenching, and backfilling are specified in Division 2 Section "Earthwork." 3.05 IDENTIFICATION 3.06 PIPING APPLICATIONS A. General: Include watertight joints. C. Gravity -Flow Piping: Use the following: SANITARY SEWERAGE 18 08/28/2012 A. Materials and their installation are specified in Division 2 Section "Earthwork." Arrange for installing green warning tape directly over piping and at outside edges of underground structures. B. Refer to Part 2 of this Section for detailed specifications for pipe and fitting products listed below. Use pipe, fittings, and joining methods according to applications indicated. 1. Base Bid: PVC sewer pipe with gasketed joints shall be used unless specifically noted on drawings. Ductile -iron sewer pipe; standard- pattern, ductile -iron fittings; gaskets; and gasketed joints shall be used where specified. 221313 -18 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 3.07 INSTALLATION OF PIPING A. General: SANITARY SEWERAGE 1. Install pipe sections in accordance with manufacturer's recommendations. 2. Provide and use proper implements, tools, and facilities for safe and proper prosecution of Work. 3. Lower pipe, fittings, and appurtenances into a dry trench with a stable bottom, piece by piece, by means of crane, slings, or other suitable tools and equipment, in such a manner as to prevent damage to pipe materials, protective coatings and linings. Do not drop or dump pipe into trenches. Wet trench installation shall be allowed only upon written approval by the Augusta Utilities Director. 4. General Locations and Arrangements: Drawing plans and details indicate general location and arrangement of underground sanitary sewerage piping. Location and arrangement of piping layout take design considerations into account. Install piping as indicated, to extent practical. Contractor to notify Augusta Utilities Department at least 24 hours prior to starting construction at (706) 772 -5503. B. Line and Grade: 1. Establish line and grade for pipe by use of lasers. 2. Measure for grade at pipe invert, not at top of pipe. 3. Do not deviate from line or grade, as shown on Drawings, more than 1/2 inch, provided that such variation does not result in a level or reverse sloping invert. C. Laying and Jointing: 1. Install gravity -flow piping in accordance with ASTM D2321, latest revision. 2. Use gasket lubricant as recommended by gasket manufacturer. 3. Lay pipe upgrade with bell ends pointing in direction of laying. 4. When field cutting or machining pipe is necessary, use only tools and methods recommended by pipe manufacturer and approved by Engineer. 5. After section of pipe has been placed in its approximate position for jointing, clean end of pipe to be joined, inside of joint, and rubber ring immediately before joining pipe. Maintain swab or drag in line, and pull past each joint as it is completed. 6. Assemble joint in accordance with recommendations of manufacturer. 7. Apply sufficient pressure in making joint to assure that joint is "home" as defined in standard installation instructions provided by pipe manufacturer. Inside joint space shall not exceed 50 percent of pipe manufacturer's recommended maximum allowance. 8. Place pipe to specified line and grade to form smooth flow line. 9. Ensure that bottom of pipe is in contact with bottom of trench for full length of each section. 19 08/28/2012 221313 -19 ......■• 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 SANITARY SEWERAGE 08/28/2012 10. The line and invert grade of each pipe shall be checked from a top line carried on batter boards not over 25 feet apart or by use of a laser beam target inserted in each joint. 11. Place sufficient pipe bedding material to secure pipe from movement before next joint is installed. 12. When pipe is laid within movable trench shield, take precautions to prevent pipe joints from pulling apart when moving shield ahead. 13. When laying operations are not in progress, and at close of day's work close and block open end of last laid section of pipe to prevent entry of foreign material or creep of gasketed joints with a manufactured cap /plug. If water is in the trench when work is resumed, the plug shall not be removed until all danger of water entering the pipe has passed. 14. Take precautions to prevent "uplift" or floating of line prior to completion of backfill operation. 15. Connections between one pipe material and another shall be by means of flexible compression collar, installed in accordance with the manufacture's recommendations, or concrete closure collar. 16. Ductile -Iron Sewer Pipe with push on joints: According to AWWA C600. 17. All pipe joints shall be made as nearly watertight as practicable. There shall be no visible leakage at the joints and there shall be no sand, silt, clay, or soil of any description entering the pipelines at the joints. Leaks in the pipelines which cause infiltration or exfiltration to exceed limits herein specified shall be repaired by replacing defective pipe. Grouting or Caulking to repair pipelines where excessive infiltration or exfiltration is evident will not be permitted. D. Connection to Structure or Manhole: 1. Locate standard pipe joint within 1.5 feet of outside face of structure for pipe 18 inches and smaller and within one pipe diameter for pipe 21 inches and larger. 2. Plug or close off pipe stubbed with watertight plug. 3. Connect PVC pipe to manhole with pipe to manhole connector in accordance with manufacturer's recommendations. E. Crossing Waterlines: Where sewer crosses less than 18 inches below waterline, use ductile iron or PVC pressure pipe for crossing. Sewer lines in relation to water lines shall conform to the "Ten States Standards" Section 29.3 at a minimum. Sewer lines shall have at least a 10 foot pipe -to -pipe horizontal separation from known or proposed water mains. F. Ductile Iron Pipe: 1. Cutting and Dressing of Ductile Iron Pipe Ends: a. Cut at right angles to centerline of pipe to leave smooth end, without damage to pipe. b. Use only approved mechanical cutter. c. Taper cut end of pipe to be used with rubber gasket joints by grinding or filing 1/8 inch back at an angle of approximately 30 degrees with centerline of pipe. 20 221313 -20 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 3.08 INSTALLATION OF PRECAST MANHOLES A. Concrete Base: B. Sections: SANITARY SEWERAGE C. Preformed Plastic Gaskets (In lieu of mortar joints): 1. Use only pipe primer furnished by gasket manufacturer. 2. Install gasket material in accordance with manufacturer's instructions. 3. Completed Manholes shall be rigid and watertight. D. Exterior Concrete Joint Wrap 21 08/28/2012 d. Remove sharp or rough edges. e. Abrade cut ends with grinding wheel and apply lining repair material. Use only compatible repair materials provided by pipe lining manufacturer. Allow repair lining to harden and cure before installation. 2. Polyethylene Wrap: a. Before installing wrap, clean pipe exterior of foreign material. b. Cut wrap approximately 2 feet longer than pipe section. c. Overlap wrap approximately 1 foot; seal joints with adhesive tape. d. Tape entire circumference of pipe at 3 -foot intervals along pipe. e. Repair rips, punctures, or other damage to polyethylene with adhesive tape. f. When fittings cannot be practically wrapped in a tube, use a flat sheet or split tube of polyethylene. Securely tape seams. 1. Cast -in- Place: a. Vibrate to densify concrete and screed so first precast manhole section to be placed has a level, uniform bearing for full circumference. b. Deposit sufficient mortar on base to assure watertight seal between base and manhole wall, or place first precast section of manhole in concrete base before concrete has set. Properly locate and plumb first section. 2. Precast: a. Place on compacted imported base material. b. Properly locate, ensure firm bearing throughout, and plumb first section. 1. Carefully inspect precast manhole sections to be joined. 2. Thoroughly clean ends of sections to be joined. 3. Do not use sections with chips or cracks in the tongue. 4. Locate precast steps in line with each other to provide a continuous vertical ladder. 1. External concrete joint wrap shall be used in combination with joint sealant for each pre -cast joint section. 221313 -21 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 3.09 MANHOLE INVERT C. Steps: SANITARY SEWERAGE 1. Provide on manholes in streets or other locations where a subsequent change in existing grade may be likely. 2. Install to height not exceeding 8 inches. 3. Lay grade rings in mortar with sides plumb and tops level. 4. Seal joints with mortar as specified for sections, and make watertight. 3.10 CAST -IN -PLACE MANHOLE (IF APPLICABLE) A. Reinforcing Steel: Install as specified in Supplemental Technical Section 03 21 00, Reinforcing Steel. B. Concrete: Install as specified in Supplemental Technical Section 03 30 00, Cast -in- Place Concrete. 22 08/28/2012 2. Install wrap material in accordance with manufacturer's instructions. E. Rubber Gasketed Joints: Install in accordance with manufacturer's instructions. F. Extensions: A. Construct with smooth transitions to ensure an unobstructed flow through manhole. Remove sharp edges or rough sections that tend to obstruct flow. B. Where full section of pipe is laid through manhole, break out top section as shown and cover exposed edge of pipe completely with mortar. Trowel mortar surfaces smooth. 1. Install manhole steps at 16 inches on center, plus or minus 1/4 -inch tolerance, and locate to provide a continuous vertical ladder. 2. Do not vary spacing between any two adjacent steps by more than 1/2 inch. 3. The distance between wall of manhole and center of rung, measured at the point of embedment, shall be not less than 4 inches or more than 6 -1/4 inches. 3.11 MANHOLE FRAMES AND COVERS A. Set frames in bed of mortar with mortar carried over flange as shown. B. Set tops of covers flush with surface of adjoining pavement or ground surface, unless otherwise shown or directed. C. Offsite manholes shall have bolt down frame integrally cast into the riser /cone section. 3.12 WATERTIGHT MANHOLES 1. Install frame fasteners at locations shown on drawings. 221313 -22 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 3.13 MANHOLE PIPING A. Drop Assembly (as shown in the drawing details): B. Flexible Joints: C. Stubouts for Future Connections: D. Permanent Plugs: Clean interior contact surfaces of pipes to be cut off or abandoned as shown, and construct plug as follows: SANITARY SEWERAGE 1. Provide in pipe not more than 1 -1/2 feet from manhole walls. 2. Where last joint of pipe is between 1 -1/2 and 6 feet from manhole wall, provide flexible joint in manhole wall. 1. Pipe 18 Inches or Less in Diameter: Concrete plug in end, minimum 8 inches in length. 2. Pipe 20 Inches and Larger: a. Construct plugs of common brick, concrete block, or concrete. b. Plaster exposed face of block or brick plugs with mortar. 23 08/28/2012 1. Extend pipe from the drop to a minimum of 3 feet beyond the manhole excavation into the trench, and connect to sewer pipe with an adapter. 2. Support lower drop elbow with concrete monolithically - placed with manhole base. 1. Provide same type and class of pipe as specified for use in service connection, lateral, main, or trunk sewer construction. Where there are two different classes of pipe at manhole use higher strength pipe. 2. Grout pipe in precast walls or manhole base to provide watertight seal or use flexible joints as specified herein. 3. Stubout Length: 20 feet (1 joint) outside manhole wall. 4. Construct invert channels as shown. Unless otherwise approved by Engineer, match inside top elevation of service connection pipe to inside top elevation of outlet pipe. 5. Test Plugs: a. Install rubber - gasketed plugs in end of stubouts with gasket joints similar to sewer pipe being used. b. Plugs shall withstand internal or external pressures without leakage. c. Adequately brace plugs against all hydrostatic or air test pressures. 3. Plugs shall be watertight and capable of withstanding internal and external pressures without leakage. 3.14 MANHOLES OVER EXISTING PIPING A. Maintain flow through existing pipelines at all times. B. Plastic Pipe: 221313 -23 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 C. Concrete Pipe: Apply a bonding agent on all surfaces to be in contact with concrete. D. Construct base under existing piping. E. Construct manhole as specified. F. Break out existing pipe within new manhole, cover edges with mortar, and trowel smooth. G. Protect new concrete and mortar work for 7 days after placing concrete. 3.15 CONNECTIONS TO EXISTING MANHOLES A. Use the appropriate "boot" for connecting pipe diameter. B. Core existing manhole bases or grouting as necessary. C. Clean all surfaces and apply a bonding agent. D. Regrout to provide smooth flow into and through manholes. 1 Use solvent recommended by pipe manufacturer to slightly soften the pipe wall. 2. Apply a dense coating of clean mortar sand over all areas that will be in contact with concrete. 3. Allow mortar to dry completely prior to placing concrete. E. Provide diversion facilities and perform work necessary to maintain flow during connection. 3.16 SERVICE CONNECTION TEES A. Install as shown on Drawings. ' B. Install caps or plugs on tees. C. Furnish tee outlets with gasketed type joint or approved adapter to join service connection pipe. 3.17 SERVICE CONNECTION INSTALLATION A. In general, service connections shall extend to street or alley right -of -way line or easement line, or as directed by Engineer. B. Minimum Slope: 1/4 inch per foot. C. Minimum Trench Depth: see detail on plans. SANITARY SEWERAGE 24 08/28/2012 221313-24 1 1 • II 1 II 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 D. Progress of Construction: Unless otherwise approved by Engineer, install service connection not more than 5 days after backfilling of sewer trench in block or equivalent 400 -foot section of sewer. E. Laying and Jointing of Service Connection Pipe and Fittings: 1. Maximum deflection permissible with any one fitting shall not exceed 45 degrees and shall be accomplished with long- radius curves or bends. Short- radius elbows or curves will not be permitted, except by permission of Owner /Engineer. 2. Make service connection to sewer system at manhole when directed by Engineer. Where service connection pipe is connected to manhole or concrete structure, make connection so standard pipe joint is located not more than 1.5 feet from structure. 3. Provide end of service connection line and fittings with standard watertight plug, cap, and stopper, suitably braced to prevent blow -off during air testing. F. Line and Grade for Service Connection Pipe and Fittings: SANITARY SEWERAGE 08/28/2012 1. Install sewer tee so as to locate connection pipe within horizontal distance of 1 foot either side of staked location. 2. Lay pipe uniformly between tee or top of riser section and end of service connection. Where minimum slopes are used, lay pipe by means of good quality builder's level not less than 24 inches long. G. Existing Service Connections: 1. Locate prior to constructing tee in new sewer pipeline. 2. Disconnect from existing pipelines to be abandoned and reconnect them to new sewer pipeline. 3.18 CONCRETE PLACEMENT A. Place cast -in -place concrete according to ACI 318 and ACI 350R. 3.19 BULKHEAD AND FLUSHING A. The contractor shall build a tight bulkhead in the pipeline where new work enters an existing sewer. The bulkhead shall remain in place until its removal is authorized by the Engineer. B. Care shall be taken to prevent earth, water, and other materials from entering the pipe, and when pipe laying operations are suspended, the Contractor shall maintain a suitable stopper in the end of the pipe and also at openings in manholes. All sanitary sewers shall be flushed with water in sufficient volume to obtain free flow through each line. All obstructions shall be removed and all defects corrected. As soon as possible after the pipe and manholes are competed on any line, the Contractor shall flush out the pipeline using a rubber ball ahead of the water. None of the flushing water or debris shall be permitted to enter any existing sewer. 25 221313 -25 1 1 1 1 1 1 1 1 1 3.22 COMBINATION SEWAGE AIR/VACUUM RELEASE VALVE INSTALLATION 1 1 1 1 1 1 1 1 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 3.20 ECCENTRIC PLUG VALVES A. Valves and operators shall be installed in accordance with the manufacturer's recommendations. B. Valves shall be installed with the seat upstream. C. Valves shall be shop lined and coated with 2 -part epoxy, 6 -8 mils DFT, in accordance with AWWA C550. 3.21 SWING TYPE CHECK VALVES INSTALLATION A. All valves are built for horizontal installation. However, all valves operate equally well in the vertical installations. Prior to valve installation notify manufacturer of vertical mounting position so lever arm and weight can be properly positioned on valve. B. COMMON FEATURES OF THE CHECK VALVE Stainless Steel Hinge Pin. Flanges conform to ANSI B16.1/ Class 125. Lever and Weight may be installed on either side. Valves may be installed in vertical line with flow up. Non -tilt disc with Buna -n insert for water tight shut off. Meets AWWA standards. 08/28/2012 A. Install combination sewage air /vacuum release valve of type, size, and capacity indicated. Include connecting pipe, isolation valves and adapters. Install according to manufacturer's recommendations. 3.23 CLEANING A. Clean each section of completed sewer pipeline prior to testing. B. Place screen or dam in downstream manhole of section being cleaned to catch debris. C. Remove material from each manhole section before cleaning the next section downstream. D. Method: As approved by Engineer. E. Cleaning water may be discharged into existing sewer system after screening and removal of debris. SANITARY SEWERAGE 26 221313 -26 1 Phase II— Butler Creek Interceptor Upgrade - West Project No. 60106 3.24 TESTING 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 A. General: SANITARY SEWERAGE 08/28/2012 1. Notify Owner in writing 5 days in advance of testing. Perform testing in presence of Owner's Representative. 2. Pipe 18 inches in diameter and smaller shall be tested for leakage using a low pressure air test performed in accordance with the applicable sections of the Uni -Bell UNI- B -6 -98, latest version. 3. Pipe over 18 inches in diameter shall be tested for leakage using a low pressure air test performed in accordance with the applicable sections of the Uni -Bell UNI- B -6 -98, latest version. 4. Individual joints may be tested on pipe 36 inches in diameter and larger with Owner's written approval. 5. Pipe shall successfully pass leakage test prior to acceptance 6. Test sections of constructed sewer between stations only after service connections, manholes, and backfilling are completed. Testing shall be done prior to placement of asphaltic concrete or roadway structural section. 7. Isolate new pipelines that are connected to existing pipelines. Install pipe plugs as required to allow section of new pipe to be pressure tested. 8. Plug wyes, tees, stubs, and service connections with gasketed caps or plugs securely fastened or blocked to withstand internal test pressure. Such plugs or caps shall be removable, and their removal shall provide socket suitable for making flexible jointed lateral connection or extension. 9. Furnish testing equipment and perform tests as approved by Engineer. Testing equipment shall provide observable and accurate measurement of leakage under specified conditions. B. Pneumatic Testing for 18 -inch and Smaller Diameter Pipe: 1. Equipment: a. Calibrate gauges with standardized test gauge provided by Contractor at start of each testing day. Owner or Engineer may witness calibration. b. Install compressor, air piping manifolds, gauges, and valves at ground surface. c. Provide pressure release device, such as rupture disc or pressure relief valve, to relieve pressure at 6 psi or less. d. Restrain plugs used to close sewer lines to prevent blowoff. 2. Procedure: a. No person shall enter manhole or structure, or occupy area above opening of manhole or structure where pipe is under pressure. b. Determine height of groundwater table at time of test. c. Slowly introduce air into pipe section until internal air pressure reaches 4 psi greater than average backpressure of groundwater submerging pipe. d. Allow 2 minutes minimum for air temperature to stabilize. e. Allowable leakage for sewers constructed of nonair - permeable materials such as ductile iron, and polyvinyl chloride (PVC) shall be done in 27 221313-27 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 C. Force Main (pressure pipe): SANITARY SEWERAGE accordance with the applicable sections of the Uni -Bell UNI- B -6 -98, latest version. 08/28/2012 1. Piping Tests: Conduct piping tests before joints are covered. Fill pipeline 24 hours before testing and apply test pressure to stabilize system. Use only potable water. 2. Hydrostatic Tests: Test in accordance with AWWA Standard C600. The test pressure of the installed pipe shall be a minimum 1 -1/2 times working pressure but not less than 150 psi, whichever is greater for 2 hours. See drawings for formula for allowable leakage for PVC and ductile pipes. 3. Prepare reports for testing activities D. Test Report Documentation (test reports to be managed by Resident Project Representative): 1. Test date. 2. Pipe section or pipe joint tested. 3. Test Method. 4. Test Pressure. 5. Length of test. 6. Pressure loss. 7. Remarks, including: a. Leaks (type, location). b. Repair/ replacement performed to remedy excessive leakage. 8. Signed by Contractor and Owner to represent that test has been satisfactorily completed. E. Subsequent Failure: Visible infiltration of groundwater following successful test shall be considered evidence that original test was in error or that subsequent failure of pipeline has occurred. F. PVC Pipe Deflection Test: 1. General: a. Test installed pipeline for deflection by pulling a mandrel through sewer without aid of mechanical pulling device. b. Perform test at least 10 days after trench backfill and compaction have been completed. c. Owner shall supply mandrel for testing up to and including 12 -inch pipe. 2. Mandrel: a. Full circle, solid or rigid odd number of legs (minimum 9 legs) steel cylinder with pulling rings at each end. b. Diameter: Sized to allow only as much initial deflection for ultimate deflection of 5 percent. 3. Correcting Deficiencies or Obstructions: a. Excavate to springline of pipeline and replace and recompact pipe zone material. b. Internal pipe rerounding or vibration will not be allowed. 28 221313 -28 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 c. If pipe does not pass mandrel test after replacement of pipe zone material and trench backfill, re- excavate and replace pipeline. G. Vacuum Testing: 1. All manholes shall be tested using low - pressure vacuum methods according to ASTM C1244 (see Appendix). 2. Repair manholes that do not meet the vacuum test, or do not meet specified requirements from visual inspection. H. Testing Cast -in -Place Manhole Steps: 1. Test each step for a horizontal pullout load of 400 pounds with the load applied over a width of 3 -1/2 inches and centered on the rung. 2. Apply the load at a uniform rate until the required test load is reached. 3. Provide suitable hydraulic jacks and gauges to perform the test. 4. Steps will be considered acceptable if they remain solidly embedded after application of test load and if no cracking or fracture of the step nor spalling of the concrete, masonry, or mortar is evident. 5. Replace, or reset and retest, steps failing to withstand required load. 3.25 INSPECTION (TO IDENTIFY FAILURES) A. Television Pipeline Inspection: SANITARY SEWERAGE 08/28/2012 1. General: a. Internally inspect sewer pipelines by closed circuit television (CCTV) after completion of pipeline cleaning and testing. b. Conduct inspection in presence of Owner. 2. Procedure: a. Provide complete and continuous taped record and digital log of inspection. b. Format: Digital Video Disk (DVD), color c. Television Camera Equipment: 1) Rotating lens or pan and tilt. 2) Resolution: Minimum 350 lines per inch. 3) Focal Distance: Adjustable through a range of 6 inches to infinity. 4) Remote - Reading Footage Counter: Accurate to less than 1 percent error. 5) Lighting: Sufficient to provide clear, in -focus picture of entire inside periphery of pipe, and minimizes reflection. d. Pull camera at uniform rate, stopping to properly document defects. Maximum pull of camera shall not exceed 30 feet per minute. 3. Quality Standard: a. Provide clear, sharp image when played back on conventional television receiver. b. Neatly label DVD showing contents, project title, tape number, pipe structure identification numbers, date tape was made, and inspection company. 29 221313 -29 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 B. Manual Inspection: SANITARY SEWERAGE 08/28/2012 c. DVD to include: 1) Opening Screen: a) Date of inspection. b) Pipe structure identification number. c) Upstream and downstream node identification numbers. d) Street address. e) Pipe size. f) Normal (upstream to downstream) or reverse (downstream to upstream) pull. 2) Continuous View: Current distance along reach (tape counter footage). d. Log sheets to show time and date of inspection, location, upstream and downstream manholes, direction of pull, pipeline length, pipe size, pipe material, location of lateral connections, video tape number and detail of defects encountered. e. Show sufficient detail to determine cracks in pipe, offset joints, leaking joints, sags, and other flaws in pipeline installation. Record location of deficiencies by distance from center of reference manhole. f. Upon completion, playback tape in presence of Owner. Any tape not meeting quality standard will be rejected and taping process repeated. g. Correct deficiencies found as a result of video replay, and repeat CCTV inspection. 1. Pipe 36 inches and larger. 2. Provide any specialized equipment required for inspection by Owner. 3. Maintain voice communications between in -pipe and aboveground personnel at all times during in -pipe inspection. 4. Record inspection on DVD and inspection logs. Provide Digital (3.2 MP minimum), color, still photographs of defects or other features as requested by Owner or Engineer. 5. Log sheets: Show time and date of inspection, location, upstream and downstream structure numbers, pipeline length, pipe size, pipe segment length, pipe material, lateral connections located by pipe segment number, and location and detail of defects encountered. C. Deficiencies Requiring Correction: a. Variations in alignment greater than specified herein. b. Joint separations greater than allowed by pipe manufacturer. c. Visible infiltration. d. Presence of debris or foreign objects. e. Obvious damage or defects in pipeline. 30 221313 -30 •■I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 3.26 MEASUREMENT AND PAYMENT A. Payment will be made at the unit contract prices as shown in the bid schedule under Sanitary Sewer. See below for schedule and description of bid line items. SANITARY SEWER 08/28/2012 ITEMS S - 1A through S - 16I - All piping line items shall be measured in linear feet and shall include costs for piping and installation, trench excavation, trench box, dewatering, asphalt cutting, normal joints and gaskets, normal backfill, infiltration and exfiltration testing (gravity sewer only), mandrel pulling (gravity sewer only), CCTV camera inspection, as required, (gravity sewer only) and pressure testing (force main only). Camera inspection shall include all costs for closed circuit camera inspection of the sanitary sewer system, including mobilization, demobilization, inspection, video tape copies, and field reports. No additional payment shall be made for these items. ITEM S - 17A - Jack and bore line items shall be measured in linear feet and shall include costs for casing piping, carrier piping, installation, blasting, asphalt cutting, restrained joints and gaskets, end seals, normal backfill, etc. per Detail 5/C303. No additional payment shall be made for these items. ITEM S - 17B - Tunneling line items shall be measured in linear feet and shall include costs for liner plates, carrier piping, bolts and nuts, restraint rods and straps, concrete, flowable fill, grout, installation, blasting, restrained joints and gaskets, normal backfill, etc. per Detail 11/C304. No additional payment shall be made for these items. ITEM S - 18 - Select backfill shall be measured in cubic yards for both Types I and II and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. The volume of material included shall be the actual measured "in- place" volume. The standard trench width used to calculate the volume will be 7 feet. No additional payment shall be made for these items. ITEM S - 19 - Miscellaneous pipe fittings and connections shall be measured in pounds (including Meg -a -lug fittings) and shall include costs for all fittings and installation except normal joints and gaskets regardless of material. No additional payment shall be made for these items. ITEM S - 19A - PVC bell harness restraint per Detail 2/C304 shall include all materials and cost for installation per joint. No additional payment shall be made for these items. ITEMS S - 20A through S - 20F and S - 23 — Pre -cast manholes shall be measured individually (each) and shall include costs for manholes, excavation, dewatering, asphalt cutting, collars and boots, grouting and/or other connections, installation, normal backfill, and vacuum testing as specified. Manhole vacuum testing shall include all costs for testing equipment, testing labor, mobilization, demobilization, and reporting. Manholes failing testing shall be re- tested at Contractor's expense. Repairs to failing manholes shall be made external to the manhole utilizing a method approved by the Augusta Utilities Department. No additional payment shall be made for these items. ITEMS S - 21A through S - 21F, S - 22A through S - 22F, S - 24 through S - 25 - Additional sanitary manhole depth line items shall be measured by vertical foot and shall include costs for excavation, SANITARY SEWERAGE 31 221313 -31 ..■•■• Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 08/28/2012 dewatering, and backfill as specified by type and class. No additional payment shall be made for these items. ITEMS S -26A throu2h S -26F — Sanitary sewer exterior manhole joint wrapping shall be measured individually and shall include the costs for wrapping material and installation. Compensation for this item shall be included in items S -20A through S -20F and S -23. ITEMS S -27A throu2h S -27F — Sanitary sewer interior protective coating shall be measured by the vertical foot of manhole and shall include the costs for coating material and installation. No additional payment shall be made for these items. ITEM S -28 — Outside drop piping shall be measured individually (each) and shall include the costs for all items associated with the drop manhole detail, exclusive of the manhole or manhole extensions. No additional payment shall be made for these items. ITEM S -29 — Dog house /connector manholes shall be measured individually (each) and shall include the costs for excavation, dewatering, asphalt cutting, pipe cutting, collars and boots, grouting and / or other connections, installation, and normal backfill. The costs for the base section, first riser, cone section, and ring and cover shall be included within this line item. Additional depth manhole sections shall be included within the appropriate manhole line item. No additional payment shall be made for these items. ITEM S -30 - Sanitary sewer connections shall be measured individually (each) and shall include costs for 6 -inch PVC piping, precast concrete valve ring with rebar, PVC twist -off plug, mainline tee, fitting, cleanout, excavation, dewatering, asphalt/concrete cutting (including service markings), installation, normal backfill, and property restoration. No additional payment shall be made for these items. ITEM S-31 - Cut and plug sewers shall be measured individually (each) and shall include costs for cutting of existing pipelines, plugging of existing pipelines, excavation, dewatering, asphalt/concrete cutting, and normal backfill. No additional payment shall be made for these items. ITEM S -32 - Cut and plug manholes shall be measured individually (each) and shall include costs for cutting of existing manholes, plugging of existing manholes, excavation, dewatering, asphalt/concrete cutting, and normal backfill. No additional payment shall be made for these items. ITEM S -33 - Sanitary sewer manhole tie -ins shall be measured individually (each) and shall include costs for cutting/coring of existing manholes, collars, rubber boots, any required gaskets, excavation, dewatering, soil stabilization, asphalt cutting, and normal backfill. No additional payment shall be made for these items. ITEM S -34 — AC water main crossings shall be measured individually (each) and shall include costs for AC pipe cutting, excavation, ductile iron piping, sleeves, backfill, and property restoration. No additional payment shall be made for these items. ITEM S -35 — Ductile iron pipe polyethylene pipe encasement shall be measured in linear feet and shall include costs for pipe wrap materials and installation. No additional payment shall be made for these items. SANITARY SEWERAGE 32 221313 -32 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 ITEM S - 36 - Concrete pipe encasement shall be measured in cubic yards and shall include costs for concrete, installation, excavation, dewatering, soil stabilization, pipe stabilization, asphalt cutting, and normal backfill. No additional payment shall be made for these items. ITEM S - 37 — Combination sewage vacuum/air relief valves shall be measured individually (each) and shall include costs for precast vault structure with access hatch, fittings, isolation valve, combination sewage vacuum/air relief valve, piping, dewatering, excavation, drainage stone, collars and watertight flexible boots with stainless steel clamps, grouting and /or other connections, installation, normal backfill, and testing as specified. No additional payment shall be made for these items. ITEM S - 38 — Removal of top (cone) section of existing manholes with manhole frame and cover shall be measured individually (each) and shall include all labor, materials, equipment, labor and excess materials. Precast concrete cones with frame and covers shall be disposed of offsite in a legal manner. Plugging of all pipes entering and exiting manhole with a non - shrink hydraulic cement, backfilling and compaction of remaining manhole section with select backfill material. No additional payment shall be made for these items. ITEM S - 39 — Upgrade and improvements to existing wastewater lift station shall be measured individually as a lump sum and shall include 1) Pumped by- passing to provide uninterrupted sewage service while lift station upgrade is under construction; 2) Salvaging of existing submersible pumps and accessories (base elbows, lifting chain, lifting rails, flanged discharge pipe, fittings, and valves, control panel, associated electrical equipment, etc. and delivering to an Owner designated lay down yard within 10 miles of project site; 3) Demolition and removal of existing concrete valve vault, wetwell concrete top slab and underground pipe located within bid item limits shall be disposed of offsite in a legal manner; 4) Wastewater grinder precast concrete vault, grouted invert, cover and access doors, and grinder with accessories including all materials, labor, equipment, and excess materials.; 5) Concrete cast -in -place valve vault with aluminum frame and cover, access doors, piping, valves, boots, air relief valves, drain line, air vent and accessories including all materials, labor, equipment, and excess materials; 6) Wetwell aluminum frame and cover, access doors, vent, grouted invert, pumps & pump controllers with accessories, flanged piping, booted pipe penetrations and tie -ins to existing concrete wetwell wall, including all materials, labor, equipment, and excess materials; 7) Electrical work including conduit, wire, control panels, main panels, disconnects, transfer switches, etc. including all materials, labor, equipment, and excess materials.; 8) Select backfill material and topsoil, and grassing including all materials, labor, equipment, and excess materials; 9) Testing and start-up of wastewater lift station and grinder, etc. including all materials, labor, equipment, and excess materials. No additional payment shall be made for these items with the exception of asphalt removal and replacement. Asphalt removal and replacement shall be measured and paid for separately under bid items P -1 and P -2. PAVEMENT STRUCTURES 08/28/2012 ITEM P - Asphalt overlay shall be measured in square yards and shall include costs for asphalt materials and installation, temporary striping and permanent striping (replaced in kind), and markers (both temporary and permanent). No additional payment shall be made for these items. ITEM P - - Aggregate base (10' /2" thick) and asphalt patch (2 '/2" thick) shall be measured in square yards and shall include costs for all aggregates (regardless of type), 2 '/2 " graded aggregate base removal and disposal, bituminous tack coat, asphalt, installation, excavation, striping (both temporary SANITARY SEWERAGE 33 221313 -33 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 08/28/2012 and permanent), and markers (both temporary and permanent). The square yardage calculation shall be based upon a standard width of seven (7) feet for payment purposes. No additional payment shall be made for these items. ITEM P - — Asphalt pavement leveling shall be measured in tons and shall include costs for all asphalt (regardless of type) used to create a level road surface prior to asphalt overlay as authorized by the project representative. The payment shall be based upon confirmed delivery tickets. No additional payment shall be made for these items. ITEM P - - Milling shall be measured in square yards and shall include all materials, labor, equipment, and material removal and disposal costs. No additional payment shall be made for these items. ITEMS P - through P - - Concrete sidewalk and driveways shall be measured in square yards and shall include costs for 3000 psi concrete, installation, site preparation, formwork, and finishing. Existing concrete shall be removed to the nearest joint as directed by the project representative. Payment shall included all removal and disposal costs. No additional payment shall be made for these items. ITEM P - — Asphalt driveway replacement shall be measured in square yards and shall include costs for asphalt, installation, and site preparation, including necessary subgrade preparation, base removal, and base installation. Existing asphalt shall be removed to the nearest joint as directed by the project representative. No additional payment shall be made for these items. ITEM P - - Curb and/or gutter placement shall be measured in linear feet and shall include costs for concrete, installation, site preparation, formwork, and finishing. Payment shall included all removal and disposal costs. No additional payment shall be made for these items. ITEM P - - Curb and gutter removal and replacement shall be measured in linear feet and shall include costs for removal and disposal of existing concrete curb and gutter, concrete, installation, site preparation, formwork, and finishing. Payment shall include all removal and disposal costs. No additional payment shall be made for these items. MISCELLANEOUS ITEM M - Flowable fill shall be measured in cubic yards and shall include costs for all materials, labor, equipment, and excess materials. No additional payment shall be made for these items. ITEM M - - Rock excavation shall be measured in cubic yards and shall include costs for blasting, labor, equipment, and material removal and disposal. No additional payment shall be made for these items. ITEM M - - Foundation backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. Quantities shall be verified by trench volume calculation. No additional payment shall be made for these items. ITEM M - - Clearing and grubbing shall be measured in acres and shall include costs for vegetation removal, stockpiling, disposal and any required permitting. No additional payment shall be made for these items. SANITARY SEWERAGE 34 221313 -34 1 1 1 1 1 LUMP SUM CONSTRUCTION 1 1 1 1 1 1 1 1 1 1 1 1 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 ITEM M -5 — Fence removal and replacement shall be measured in linear feet and shall include all costs associated with removal and replacement of the existing fence with new materials of like quality as necessary for sanitary sewer installation. No additional payment shall be made for these items. ITEM M -6 — Rip Rap GDOT Type 3, 12 "min thickness, placed on a non -woven filter fabric shall be measured in square yards and shall include costs for all materials, labor, equipment, and excess materials, where specified and approved by resident inspector for use other than that required for soil erosion and sediment control. No additional payment shall be made for these items. ITEM M -7 — Stream Crossing /Bank Restoration per Detail 8/C304 shall be measured individually (each) and shall include costs for all materials, labor, equipment, and excess materials. No additional payment shall be made for these items. ITEM LS-1 - Lump sum construction includes, but is not limited to, the items described in the bid schedule. No separate or additional payment shall be made for these items. SANITARY SEWERAGE END OF SECTION 221313 35 08/28/2012 221313 -35 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 APPENDIX for SANITARY SEWERAGE For Manhole Vacuum Testing Per ASTM C1244 •■■ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Designation: C 1244 — 05a€ Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test Prior to Backfili' This standard is issued under the fixed designation C 1244; the number immediately following the designation indicates the year of original adoption or, in the case of revision, the year of last revision. A number in parentheses indicates the year of last reapproval. A superscript epsilon (e) indicates an editorial change since the last revision or reapproval. E Norm —Table 1 was reformatted editorially in February 2006. 1. Scope 1.1 This test method covers procedures for testing precast concrete manhole sections when using the vacuum test method to demonstrate the integrity of the installed materials and the construction procedures. This test method is used for testing concrete manhole sections utilizing mortar, mastic, or gasketed joints. 1.2 This test method is intended to be used as a preliminary test to enable the installer to demonstrate the condition of the concrete manholes prior to backfill. 1.3 This standard does not purport to address all of the safety problems, if any, associated with its use. It is the responsibility of the user of this standard to establish appro- priate safety and health practices and determine the applica- bility of regulatory limitations prior to use. 1.4 This test method is the companion to metric Test Method C 1244M; therefore, no SI equivalents are shown in this test method. NOTE 1— Vacuum test criteria presented in this test method are similar to those in general use. The test and criteria have been widely and successfully used in testing manholes. Nom 2 —The user of this test method is advised that no correlation has been found between vacuum (air) and hydrostatic tests. 2. Referenced Documents 2.1 ASTM Standards: 2 C 822 Terminology Relating to Concrete Pipe and Related Products ' This test method is under the jurisdiction of ASTM Committee C13 on Concrete Pipe and is the direct responsibility of Subcommittee C13.06 on Manholes and Specials. Current edition approved Oct. 1, 2005. Published November 2005. Originally approved in 1993. Last previous edition approved in 2005 as C 1244 -05. - For referenced ASTM standards, visit the ASTM website, www.astm.org, or contact ASTM Customer Service at service @astm.org. For Annual Book of ASTM Standards volume information, refer to the standard's Document Summary page on the ASTM websitc. Copyright © ASTM International, 100 Barr Harbor Drive, PO Box C700, West Conshohocken, PA 19428-2959. United Stales. C 924 Practice for Testing Concrete Pipe Sewer Lines by Low- Pressure Air Test Method C 969 Practice for Infiltration and Exfiltration Acceptance Testing of Installed Precast Concrete Pipe Sewer Lines C 1244M Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test Prior to Backfill 3. Terminology 3.1 For definitions of terms relating to manholes, see Terminology C 822. 4. Summary of Practice 4.1 All Iift holes and any pipes entering the manhole are to be plugged. A vacuum will be drawn and the vacuum drop over a specified time period is used to determine the acceptability of the manhole. 5. Significance and Use 5.1 This is not a routine test. The values recorded are applicable only to the manhole being tested and at the time of testing. 6. Preparation of the Manhole 6.1 All lift holes shall be plugged. 6.2 All pipes entering the manhole shall be temporarily plugged, taking care to securely brace the pipes and plugs to prevent them from being drawn into the manhole. 7. Procedure 7.1 The test head shall be placed at the top of the manhole in accordance with the manufacturer's recommendations. 7.2 A vacuum of 10 in. Hg shall be drawn on the manhole, the valve on the vacuum line of the test head closed, and the vacuum pump shut off. The time shall be measured for the vacuum to drop to 9 in. Hg. 7.3 The manhole is acceptable if the time for the vacuum reading to drop from 10 in. Hg to 9 in. Hg meets or exceeds the values indicated in Table 1 or Table . Copyright ASTM International • Provided 5 IHS under license with ASTM t by ASTM Int'l (all rights reserved); Llconsee =Augusta, GA/5960458024, UserwRush, James No reproduction or nelworking permllled i wthout Ilcense Irom IHSd per License Agreement with Monique Not fo r Resale, 09/15/2006 11:24:2 MDT; 7 r•� »� " : l . r Z .T� P g q .� �.. ); Mon Feb 27 12:25:42 EST 2006 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TABLE 1 Minimum Test limes for Various Manhole Diameters TABLE 1 Minimum Test Times for Various Manhole Diameters (30 — 120 In.) in Seconds (30 —120 in.) in Seconds (continued) Depth (ft) Diameter, in. Diameter, in. Depth (ft) 30 33 36 42 48 54 60 66 72 Time, in seconds Time, in seconds <4 6 7 7 9 10 12 13 15 16 6 9 10 11 13 15 18 20 22 25 8 11 12 14 17 20 23 26 29 33 10 14 15 18 21 25 29 33 36 41 12 17 18 21 25 30 35 39 43 49 14 20 21 25 30 35 41 46 51 57 16 22 24 29 34 40 46 52 58 67 18 25 27 32 38 45 52 59 65 73 20 28 30 35 42 50 53 65 72 81 22 31 33 39 46 55 64 72 79 89 24 33 36 42 51 59 64 78 87 97 26 36 39 46 55 64 75 85 94 105 28 39 42 49 59 69 81 91 101 113 30 42 45 53 63 74 87 98 108 121 7.4 If the manhole fails the initial test, the manhole shall be repaired by an approved method until a satisfactory test is obtained. 7.5 Use or failure of this vacuum test shall not preclude acceptance by appropriate water infiltration or exfiltration testing, (see Practice C 969), or other means. 8. Precision and Bias 8.1 No justifiable statement is presently capable of being made either on the precision or bias of this procedure, since the X1.1 The standard accepted method of air testing, for a single diameter pipe, Practice C 924, allows a drop of 1 psi pressure during the time calculated by the formula: _ KD 2 L T Press Q where: T = time for 1 psi drop in pressure K = 0.00037 for in. /lb units D = pipe diameter, in. L = length of line, ft Q = air loss, ft /min (X1.1) X1.2 A pressure drop of 1 in. Hg for the vacuum test compares to a pressure drop of 0.490 psi for the air test. 14.6961b/in. 1 in. Hg X 29.02 1 Hg = 0.490 psi (X1.2) C 1244 — 05a" APPENDIX (Nonmandatory Information) Xl. Air Testing for a Single Diameter Pipe or 78 84 90 96 102 108 114 120 <4 18 19 21 23 24 25 27 29 6 26 29 31 34 36 38 41 43 8 35 38 41 45 48 51 54 57 10 44 48 52 56 60 63 67 71 12 53 57 62 67 71 76 81 85 14 62 67 72 78 83 89 94 100 16 70 76 83 89 95 101 108 114 18 79 86 93 100 107 114 121 128 20 88 95 103 111 119 126 135 142 22 97 105 114 122 131 139 148 156 24 106 114 124 133 143 152 161 170 26 114 124 134 144 155 164 175 185 28 123 133 145 155 167 177 188 199 30 132 143 155 166 178 189 202 213 test result merely states whether there is conformance to the criteria for the success specified. 9. Keywords 9.1 acceptance criteria; concrete; manhole sections; test method; vacuum test Therefore, the time relationship is: T,,, = 0.4901;,,, (X1.3) 7 1 as = Tpress 2.04 Copyright ASTt t I reel rnalional Provided by IHS under license with ASTM t by ASTM lntrl (all rights reserved); 1.4...unno.. GA4960458024, llser=Ruen. Jewess "oreproducllonwnetwwkin FrmitIedwimautlic�45efmml.d per License Agreement with Monique ' "aiwRe :al!,6gnsao6.„2122moTz); Mon Feb 27 12:25:42 EST 2006 (X X1.3 The allowable test times cited in Practice C 924, Table 2, for pipe sizes 4 in. to 24 in. diameter are provided in Table X1.1 and Table X1.2. The allowable test times for sizes above 24 in. were obtained by extrapolation. Therefore, using the appropriate Q. we find that: 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 for 30 in. (Q = 7 ft 3 /min), 7; = 0.00018 Q L = 0,023 L D for 36 in. (Q = 8 11 1min), T = 0.00018 Q L = 0.029 L for 42 in. (Q = 9 ft /min). T = 0.000I8 Q' L = 0.035 L z for 48 in. (Q = 10 ft /min), 7; . = 0.00018 a L = 0.041 L D for 54 in. (Q = 11 ft /min), T,„ = 0.00018 v L = 0.048 L D' for 60 in. (Q = 12 11 /min), 7 = 0.00018 L = 0.054 L D for 66 in. (Q = 13 ft` /min), T = 0.00018 T L = 0.060 L D for 72 in. (Q = 14 ft /min), T. = 0.00018 L = 0.067 L c C 1244 — 05a x for 78 in. (Q = 15 ft /min), 7' . = 0.00018 Q L = 0.073 L D for 84 in. (Q = 16 ft /min), 7 = 0.00018 L = 0.079 L for 90 in. D (Q = 17 R /min), T = 0.00018 L = 0.086 !. D` for 96 in. (Q = 18 ft /min). T = 0.00018 Q L = 0.092 L for 102 in. (Q = 19 ft /min), T„ = 0.00018 Q Dz L = 0.099 L for 108 in. (Q = 20 fi /min), = 0 L = 0.1051. D 2 for 114 in. (Q = 21 R /min), = 0.00018 L = 0.112 E for 120 in. (Q = 22 R /min). T. = 0.00018 � � L = 0,118 L CotryrigM ASTM Infmmatbr ie ararido0 by wS undo, franc „,tn A'TA t by ASTM 11101 (all rights reserved); 4centea;AUgutu, GA+6ee0498024, UnerRuu., Jnmas ro;"'*- tan «mer««:,m T: ".1 . a rt ,n :tirm.nd per License Agreement with Monique .fte;forRisa u,pyr1M16.'l:2t:.2f.1OL); Mon Feb 27 12:25:42 EST 2006 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 C 1244 — 05a€ TABLE X1.1 Minimum Test Times for Various Pipe Diameters (Practice C 924) Nominal Pipe Size, in. Time (7), min 100 ft. 4 0.3 6 0.7 8 1.2 10 1.5 12 1.8 15 2.1 18 2.4 21 3.0 24 3.6 27 4.2 30 4.8 33 5.4 36 6.0 TABLE X1.2 Allowable Air Loss for Various Pipe Diameters (Practice C 924) Nominal Pipe Size, in. Air Loss (Q), ft /min 4 2 6 2 8 2 10 2.5 12 3 15 4 18 5 21 5.5 24 6 30 7 36 8 42 9 48 10 54 11 60 12 66 13 72 14 ASTM international takes no position respecting the validity of any patent rights asserted in connection with any item mentioned in this standard. Users of this standard are expressly advised that determination of the validity of any such patent rights, and the risk of infringement of such rights. are entirely their own responsibility. This standard is subject to revision at any time by the responsible technical committee and must be reviewed every five years and if not revised, either reapproved or withdrawn. Your comments are invited either for revision of this standard or for additional standards and should be addressed to ASTM International Headquarters. Your comments will receive careful consideration at a meeting of the responsible technical committee, which you may attend. If you feel that your comments have not received a fair hearing you should make your views known to the ASTM Committee on Standards, at the address shown below. This standard is copyrighted by ASTM International, 100 Barr Harbor Drive, PO Box C700, West Conshohocken, PA 19428 -2959, United States. Individual reprints (single or multiple copies) of this standard may be obtained by contacting ASTM at the above address or at 610 -832 -9585 (phone), 610- 832 -9555 (fax), or service @astm.org (e- mail); or through the ASTM website (wwwastm.org). 4 Copyright ASTM international Provided by INS under license velh ASTM t by ASTM Int'I (all rights reserved); Licensee = Augusta, 0N5960458024. User =Rush, James No reproduction or nely olds perm lied w iicenbe from IHS - Not for Resale, 09f1512008 11:24:12 MOT, d pe • License Agreement with Mon .,. �.. ); Mon Feb 27 12:25:42 EST 2006 1 1 1 1 1 1 1 1.2 REQUIREMENTS FOR SUBMITTING BIDS 1 1 1 1 1 1 1 1 1 1 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 SECTION 221345 - TEMPORARY BYPASS PUMPING SYSTEMS 1.1 SCOPE A. Under this item the Contractor is required to furnish all materials, labor, equipment, power, maintenance, etc. to implement a temporary pumping system for the purpose of diverting the existing flow around the work area for the duration of the project. B. The design, installation and operation of the temporary pumping system shall be the Contractor's responsibility, The Contractor shall employ the services of a vendor who can demonstrate to the engineer that he specializes in the design and operation of temporary bypass pumping systems. The vendor shall provide at least five (5) references of projects of a similar size and complexity as this project performed by his firm within the past three years. The bypass system shall meet the requirements of all codes and regulatory agencies having jurisdiction. A. Upon award, the Contractor shall prepare with the vendor a specific equipment list of the proposed pumping system and submit it and the vendor's references with his bid proposal. B. Upon award, the Contractor shall submit to the Engineer detailed plans and descriptions outlining all provisions and precautions to be taken by the Contractor regarding the handling of existing wastewater flows. This plan must be specific and complete, including such items as schedules, locations, elevations, capacities of equipment, materials and all other incidental items necessary and /or required to insure proper protection of the facilities, including protection of the access and bypass pumping locations from damage due to the discharge flows, and compliance with the requirements and permit conditions specified in these Contract Documents. No construction shall begin until all provisions and requirements have been reviewed by the Engineer. C. The plan shall include but not limited to details of the following: 1. Staging areas for pumps; 2. Sewer plugging method and types of plugs; 3. Number, size, material, location and method of installation of suction piping; 4. Number, size, material, method of installation and location of installation of discharge piping; 5. Bypass pump sizes, capacity, number of each size to be on site and power requirements; 6. Calculations of static lift, friction losses, and flow velocity (pump curves showing pump operating range shall be submitted); TEMPORARY BYPASS PUMPING SYSTEMS 08/28/2012 221345 -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 7. Standby power generator size, location; 8. Downstream discharge plan; 9. Method of protecting discharge manholes or structures from erosion and damage; 10. Thrust and restraint block sizes and locations; 11. Sections showing suction and discharge pipe depth, embedment, select fill and special backfill; 12. Method of noise control for each pump and /or generator; 13. Any temporary pipe supports and anchoring required; 14. Design plans and computation for access to bypass pumping locations indicated on the drawings; 15. Calculations for selection of bypass pumping pipe size; 16. Schedule for installation of and maintenance of bypass pumping lines; 17. Plan indicating selection location of bypass pumping line locations. 1.3 EQUIPMENT A. All pumps used shall be fully automatic self - priming units that do not require the use of footvalves or vacuum pumps in the priming system. The pumps may be electric or diesel powered. All pumps used must be constructed to allow dry running for long periods of time to accommodate the cyclical nature of effluent flows. All pumps shall be Godwin Dri- Prime® Automatic self - priming pumps (CD, DPC, or HL Series) or equal.. B. The Contractor shall provide the necessary stop /start controls for each pump. C. The Contractor shall include one stand -by pump of each size to be maintained on site. Back -up pumps shall be on -line, isolated from the primary system by a valve. D. Discharge Piping - In order to prevent the accidental spillage of flows all discharge systems shall be temporarily constructed of rigid pipe with positive, restrained joints. Under no circumstances will aluminum "irrigation" type piping or glued PVC pipe be allowed. Discharge hose will only be allowed in short sections and by specific permission from the engineer. TEMPORARY BYPASS PUMPING SYSTEMS 08/28/2012 221345 -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 Allowable piping materials will be Godwin "QD" Steel Pipe (Godwin Pumps of America, Inc.) Or fused, high - density polyethylene pipe (HDPE) as manufactured by Phillips Driscopipe, Inc. or equal. 1.4 ENGINE / PUMP CONTROL SPECIFICATIONS A. The engine shall be started, stopped, and controlled by a high performance state of the art digital controller as supplied by Godwin Pumps of America or equal. The controller shall be weather proof enclosed, and contain an external weatherproof 12- position keypad accessible without the need to remove or open any protective cover or enclosure. It shall be designed to start/stop the engine at a signal supplied by high and low level floats or a 4 -20 mA transducer. The Pump Control shall provide the following functions without modification, factory recalibration or change of chips or boards by simply accessing the keypad. B. The keypad shall be a capacitive touch sensing system. No mechanical switches will be acceptable. The keypad shall operate in extreme temperatures, through ice, snow, mud, grease, etc. and maintain complete weather tight sealing of the panel. C. In automatic mode, the unit shall conserve energy and go to "sleep ". D. The panel shall function interchangeably from; float switches, pressure switch, or transducer as well as manual start/stop by selection at the keypad. No other equipment or hardware changes are required. E. The panel shall be capable of varying the engine speed to maintain a constant level in a process without a change to the panel other than via the keypad. F. The start function can be programmed to provide 3 separate functions each day for 7 days (i.e. a start, warm up, exercise cycle on two separate days at different times and for a varying length of time all via the keypad). G. Manual- Automatic Button 08/28/2012 H. In Manual Mode, Manual "Start" button starts engine and runs until "Stop" button is depressed or an emergency shutdown occurs. I. In Automatic Mode start/stop sequencing is initiated by either one - normally open and one - normally closed narrow angler float switches, pressure switch, transducer or a signal from a digital input. J. The controller shall integrate the engine safety shut -off for low -oil temperature, high- temperature, and provide over -speed protection. K. The controller shall include standard field adjustable parameters for engine cycle crank timer, shutdown time delay, warm -up time delay, and cool -down time delay. TEMPORARY BYPASS PUMPING SYSTEMS 221345 -3 Phase 11 — Butler Creek Interceptor 08/28/2012 Upgrade - West Project No. 60106 L. The panel shall have only one circuit board with 8 built in relays. Each relay can be named to provide any function all via the key pad without changing relays, chips, printed circuits or any hardware or software. M. Standard components shall consist of (24) digital inputs, (7) analog inputs, (1) magnetic pick -up input, (8) 20 -amp form "C" relays, (1) RS232 port, (1) RS485 port, (1) RS232/RS485 port, (1) J1939 port, and (1) 64X128 pixel full graphic LCD display with backlight. N. The panel shall withstand Vibration of 3 g, 3 axis, frequency swept 10 -1000 Hz, in an operating temperature Range of 4° to 176 °F ( -20° to 80 °C) and an operating humidity range of 0 -95% Non - Condensing. 1.5 SYSTEM DESCRIPTION A. Design Requirements: 1. Bypass pumping systems shall have sufficient capacity to pump a peak flow of 0.86 MGD (600 gpm) @a 65' TDH (maximum at lift station; pump by -pass conditions may be required at other locations with less TDH). The Contractor shall provide all pipeline plugs, pumps of adequate size to handle peak flow, and temporary discharge piping to ensure that the total flow of the main can be safely diverted around the section to be repaired. Bypass pumping system will be required to be operated 24 hours per day. 2. The Contractor shall have adequate standby equipment available and ready for immediate operation and use in the event of an emergency or breakdown. One standby pump for each size pump utilized shall be installed at the mainline flow bypassing locations, ready for use in the event of primary pump failure. 3. Bypass pumping system shall be capable of bypassing the flow around the work area and of releasing any amount of flow up to full available flow into the work area as necessary for satisfactory performances of work. 4. The Contractor shall make all arrangements for bypass pumping during the time when the main is shut down for any reason. System must overcome any existing force main pressure on discharge. B. Performance Requirements: 1. It is essential to the operation of the existing sewerage system that there be no interruption in the flow of sewage throughout the duration of the project. To this end, the Contractor shall provide, maintain and operate all temporary facilities such as dams, plugs, pumping equipment (both primary and back -up units as required), conduits, all necessary power, and all other labor and equipment necessary to intercept the sewage flow before it reaches the point where it would interfere with his work, carry it past his work and return it to the existing sewer downstream of his work. TEMPORARY BYPASS PUMPING SYSTEMS 221345 -4 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 2. The design, installation and operation of the temporary pumping system shall be the Contractor's responsibility. The bypass system shall meet the requirements of all codes and regulatory agencies having jurisdiction. 3. The Contractor shall provide all necessary means to safely convey the sewage past the work area. The Contractor will not be permitted to stop or impede the main flows under any circumstances. 4. The Contractor shall maintain sewer flow around the work area in a manner that will not cause surcharging of sewers, damage to sewers and that will protect public and private property from damage and flooding. 5. The Contractor shall protect water resources wetlands and other natural resources. 1.6 FIELD QUALITY CONTROL AND MAINTENANCE A. Test: 1. The Contractor shall test the system for 4 hours during peak flows before dismantling existing pump system. B. Inspection: 1. Contractor shall inspect bypass pumping system every two hours to ensure that the system is working correctly. C. Maintenance Service: 1. The Contractor shall insure that the temporary pumping system is properly maintained and a responsible operator shall be on hand at all times when pumps are operating. D. Extra Materials: 1. Spare parts for pumps and piping shall be kept on site as required. 2. Adequate hoisting equipment for each pump and accessories shall be maintained on the site. 1.7 PREPARATION A. Precautions 08/28/2012 1. Contractor is responsible for locating any existing utilities in the area the Contractor selects to locate the bypass pipelines. The Contractor shall locate his bypass pipelines to minimize any disturbance to existing utilities and shall obtain approval of the pipeline locations from the City and the Engineer. All costs associated with relocating utilities and obtaining all TEMPORARY BYPASS PUMPING SYSTEMS 221345 -5 Phase 11— Butler Creek Interceptor Upgrade - West Project No. 60106 1.8 INSTALLATION AND REMOVAL END OF SECTION 08/28/2012 approvals shall be paid by the Contractor. 2. During all bypass pumping operation, the Contractor shall protect the Pumping Station and main and all local sewer lines from damage inflicted by any equipment. The Contractor shall be responsible for all physical damage to the Pumping Station and main and all local sewer lines caused by human or mechanical failure. A. The Contractor shall remove manhole sections or make connections to the existing sewer and construct temporary bypass pumping structures only at the access location indicated on the Drawings and as may be required to provide adequate suction conduit. B. Plugging or blocking of sewage flows shall incorporate primary and secondary plugging device. When plugging or blocking is no longer needed for performance and acceptance or work, it is to be removed in a manner that permits the sewage flow to slowly return to normal without surge, to prevent surcharging or causing other major disturbances downstream. C. When working inside manhole or force main, the Contractor shall exercise caution and comply with OSHA requirements when working in the presence of sewer gases, combustible oxygen - deficient atmospheres, and confined spaces. D. The installation of the bypass pipelines is prohibited in all wetland areas. The pipeline must be located off streets and sidewalks and on shoulders of the roads. When the bypass pipeline crosses local streets and private driveways, the contractor must place the bypass pipelines in trenches and cover with temporary pavement or use an approved flow -thru type road crossing supplied by the bypass vendor. Upon completion of the bypass pumping operations, and after the receipt of written permission from the engineer, the Contractor shall remove all the piping, restore all property to pre - construction condition and restore all pavement. The Contractor is responsible for obtaining any approvals for placement of the temporary pipeline within public ways from the City. TEMPORARY BYPASS PUMPING SYSTEMS 221345 -6 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 SECTION 311000 - SITE CLEARING PART 1 - GENERAL 1.1 SUMMARY This Section includes the following: 1. Protecting existing trees and vegetation to remain. 2. Removing trees and other vegetation. 3. Clearing and grubbing. 4. Topsoil stripping. 1.2 DEFINITIONS A. Topsoil: Natural or cultivated surface -soil layer containing organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 2 inches in diameter; and free of weeds, roots, and other deleterious materials. 1.3 MATERIALS OWNERSHIP 08/28/2012 A. Except for materials indicated to be stockpiled or to remain Owner's property, cleared materials shall become Contractor's property and shall be removed from the site. Excess excavation materials shall be moved to an upland location designated by the contractor subject to the approval of the engineer. 1.4 QUALITY ASSURANCE A. Pre - installation Conference: Conduct conference at Project site prior to starting clearing operations in wetland areas. 1.5 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site - clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. B. Notify utility locator service for area where Project is located before site clearing. SITE CLEARING 311000 - 1 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 PART 2 - PRODUCTS (Not Applicable) 2.1 SOIL MATERIALS A. Satisfactory Soil Materials: Requirements for satisfactory soil materials are specified in Division 2 Section "Earthwork." PART 3 - EXECUTION 3.1 PREPARATION A. Protect and maintain benchmarks and survey control points from disturbance during construction. B. Provide erosion - control measures to prevent soil erosion and discharge of soil - bearing water runoff or airborne dust to adjacent properties and walkways. C. Locate and clearly flag trees and vegetation to remain or to be relocated. D. Protect existing site improvements to remain from damage during construction. 1. Restore damaged improvements to their original condition, as acceptable to Owner. 3.2 TREE PROTECTION A. Limit tree removals in wetlands areas to permanent and temporary construction easements. Trees outside of easements shall be flagged and protected from damage. 1. Do not store construction materials, debris, or excavated material outside of permanent and temporary construction easements wetland areas. 2. Do not permit vehicles, equipment, or foot traffic outside of permanent and temporary construction easements in wetland areas. 3.3 UTILITIES 08/28/2012 1. Obtain approved borrow soil materials off -site when satisfactory soil materials are not available on -site. A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Engineer not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Engineer's written permission. SITE CLEARING 311000 - 2 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 3.4 CLEARING AND GRUBBING 08/28/2012 A. Remove obstructions, trees, shrubs, grass, and other vegetation to permit installation of new construction. Removal includes digging out stumps and obstructions and grubbing roots. 1. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated. 2. Cut minor roots and branches of trees indicated to remain in a clean and careful manner where such roots and branches obstruct installation of new construction. 3. Completely remove stumps, roots, obstructions, and debris. B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material, unless further excavation or earthwork is indicated. 1. Place fill material in horizontal layers not exceeding 8 -inch loose depth, and compact each layer to a density equal to adjacent original ground. C. Soil Erosion and Sediment Control: The Contractor shall employ such measures necessary to control erosion and sedimentation as outlined in Section II "Structural Practices ", of the Manual for Erosion and Sediment Control in Georgia published by the State Soil and Water Conservation Committee of Georgia. The Contractor shall employ these measures during the construction of this project. 3.5 TOPSOIL STRIPPING A. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling with underlying subsoil or other waste materials. B. Stockpile topsoil materials away from edge of excavations without intermixing with subsoil. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Limit height of topsoil stockpiles to 72 inches. 2. Do not stockpile topsoil within drip line of remaining trees. 3. Dispose of excess topsoil as specified for waste material disposal. 4. Stockpile surplus topsoil and allow for re- spreading deeper topsoil. 3.6 SITE IMPROVEMENTS A. Remove existing above- and below -grade improvements as indicated and as necessary to facilitate new construction. 3.7 DISPOSAL A. Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials, including trash and debris, and legally dispose of them off Owner's property. END OF SECTION 311000 SITE CLEARING 311000 - 3 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 SECTION 312000 - EARTHWORK PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Excavating and backfilling trenches for buried utilities. 1.2 UNIT PRICES A. Rock Measurement: Volume of rock actually removed, measured in original position, but not to exceed the following: 1. 6 inches beneath pipe in trenches, and the greater of 24 inches wider than pipe or 42 inches wide. B. Borrow pit material unit prices shall include soil delivered (loose measure), placed and compacted. 1.3 DEFINITIONS A. Backfill: Soil materials used to fill an excavation. 1. Initial Backfill: Backfill placed beside and over pipe in a trench. 2. Final Backfill: Backfill placed over initial backfill to fill a trench. 08/28/2012 B. Bedding Course: Layer placed over the excavated subgrade in a trench before laying pipe and to 1 /2 pipe depth. C. Borrow: Satisfactory soil imported from off -site for use as fill or backfill. D. Excavation: Removal of material encountered above subgrade elevations. 1. Additional Excavation: Excavation below subgrade elevations as directed by Engineer. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated dimensions without direction by Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be without additional compensation. E. Fill: Soil materials used to raise existing grades. F. Rock: Rock material in beds, ledges, unstratified masses, and conglomerate deposits and boulders of rock material exceeding 1 cu. yd. for bulk excavation or 3/4 cu. yd. for footing, EARTHWORK 312000 - 1 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 08/28/2012 trench, and pit excavation that cannot be removed by rock excavating equipment equivalent to the following in size and performance ratings, without systematic drilling, ram hammering, ripping, or blasting, when permitted: 1. Excavation of Footings, Trenches, and Pits: Late - model, track- mounted hydraulic excavator; equipped with a 42 -inch- wide, short- tip- radius rock bucket; rated at not less than 120 -hp flywheel power with bucket - curling force of not less than 25,000 lbf and stick -crowd force of not less than 18,700 lbf; measured according to SAE J -1179. G. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. H. Utilities include on -site underground pipes, conduits, ducts, and cables, as well as underground services within buildings. I. Select Backfill: Borrow pit material placed from '/2 pipe depth to 18" above pipe. 1.4 SUBMITTALS A. Product Data: For the following: 1. Each type of plastic warning tape. B. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated: 1. Classification according to ASTM D 2487 of each borrow soil material proposed for fill and backfill. 1.5 QUALITY ASSURANCE A. Geotechnical Testing Agency Qualifications: An independent testing agency qualified according to ASTM E 329 to conduct soil materials and rock - definition testing, as documented according to ASTM D 3740 and ASTM E 548. 1.6 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Engineer and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Engineer not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Engineer's written permission. 3. Contact utility- locator service for area where Project is located before excavating. EARTHWORK 312000 - 2 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 PART 2 - PRODUCTS 2.1 SOIL MATERIALS D. Backfill and Fill: Satisfactory soil materials. F. Select Backfill: Georgia DOT Type 1, Class I and II. 2.2 ACCESSORIES 08/28/2012 4. Contractor to repair to the satisfaction of the Engineer any aerial, surface, or subsurface improvements damaged during the course of the work not indicated to be removed on the plans. A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, SW, SP, and SM, or a combination of these group symbols; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. C. Unsatisfactory Soils: ASTM D 2487 soil classification groups GC, SC, ML, MH, CL, CH, OL, OH, and PT, or a combination of these group symbols. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. E. Bedding: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, ASTM C33, Graduation #67. A. Detectable Warning Tape: Acid- and alkali- resistant polyethylene film warning tape manufactured for marking and identifying underground utilities as manufactured by Reef Industries or approved equal. Color shall be green with printed message "Caution Sanitary Sewer Line Buried Below ". B. Detectable Tape: Detectable tape as manufactured by Reef Industries of Houston, Texas, or equal shall be installed during the backfill operation at a point 1 foot below the final finished grade. C. The detectable tape shall be a 5.5 mil composition film containing one layer of metalized foil laminate between two layers of inert plastic film specifically formulated for prolonged use underground. The tape shall be highly resistant to alkalis, acids and other destructive agents found in the soils. D. The detectable tape shall bear a continuous printed message "Caution Sanitary Sewer Line Buried Below." The message shall be printed in permanent ink formulated for prolonged use underground. Letters shall be clearly legible and have a minimum height of 1.2 inches. EARTHWORK 312000 - 3 Phase 11 — Butler Creek Interceptor Upgrade - West Project No. 60106 PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. B. Protect subgrades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary. C. Provide erosion - control measures to prevent erosion or displacement of soils and discharge of soil - bearing water runoff or airborne dust to adjacent properties and walkways. 3.2 DEWATERING 1. Provide dewatering as indicated in Section 02240. 3.3 EXPLOSIVES A. Explosives: Obtain written permission from authorities having jurisdiction before bringing explosives to Project site or using explosives on Project site. All precautions must be taken to prevent damage to public or private property or to persons. The Contractor shall assume full liability for any damage that may occur during the use of explosives. No blast shall be used within 50 feet of pipe already installed. 3.4 EXCAVATION, GENERAL 08/28/2012 A. Classified Excavation: Excavation to subgrade elevations classified as earth and rock. Rock excavation will be paid for by adjusting the Contract Sum according to unit prices included in the Contract Documents. B. Excavation methods shall meet or exceed Occupational Safety and Health Administration (OSHA) construction industry standards. C. Excavation shall proceed in a conventional manner with satisfactory effort made to remove hard materials before the Engineer makes a determination of need for blasting. Predrilling and blasting will be allowed, if the Contractor can provide evidence for the Engineer's review that boring logs show that material cannot be excavated. Evidence will be provided for the Engineer's review and approval before predrilling and blasting is undertaken. D. All shoring, sheeting, and bracing required to perform and protect the excavation and to safeguard the employees and the public shall be performed. The failure of the Engineer to direct the placing of such protection shall not relieve the Contractor of his responsibility for damage resulting from its omission. Whenever sheeting is driven to a depth below the elevation of the top of pipe, that portion of the sheeting below the elevation of the top of the pipe shall not be disturbed or removed. Sheeting left in place shall be cut off not less than 1 foot below EARTHWORK 312000 - 4 - - - - - - - - - 1 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 finished grade. No sheeting shall be removed until the excavation is substantially backfilled as hereinafter specified. 3.5 EXCAVATION FOR UTILITY TRENCHES A. Excavate trenches to indicated gradients, lines, depths, and elevations. Excavation shall be made by the open cut method unless otherwise specified or shown on the plans. B. Except where otherwise indicated, trench bottoms shall be not less than 12 inches wider nor more than 16 inches wider than the outside diameter of the pipe to be laid therein, and shall be excavated true to line, so that a clear space of not less than 6 inches nor more than 8 inches in width is provided on each side of the pipe. C. Trench Bottoms: Excavate trenches 4 inches deeper than bottom of pipe elevation to allow for bedding course. Hand excavate for bell of pipe. 1. Excavate trenches 6 inches deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 3.6 APPROVAL OF SUBGRADE A. Notify Resident Inspector when excavations have reached required subgrade. B. If Resident Inspector determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed. 1. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. C. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Resident Inspector. 3.7 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavations as directed by Engineer. 08/28/2012 3.8 STORAGE OF SOIL MATERIALS A. Stockpile borrow materials and satisfactory excavated soil materials. Stockpile soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. 3.9 UTILITY TRENCH BACKFILL EARTHWORK 312000 - 5 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 08/28/2012 A. During excavation, material suitable for backfill shall be stored in an orderly manner a minimum distance of one times the depth of the excavation back from the edges of the trenches to avoid overloading and prevent slides or cave -ins. B. Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. C. Place and compact initial backfill of select backfill material to a height of 18 inches over the utility pipe or conduit. Fill shall be placed in 6 inch layers. 1. Carefully compact material around pipe and bring backfill evenly up on both sides and along the full length of utility piping or conduit to avoid damage or displacement of utility system. D. Coordinate backfilling with utilities testing. Pipe joints, gravity blocks, service connections, and conflicts shall be left exposed until visually inspected and approved by the Utilities Inspector. E. Fill voids with approved backfill materials while shoring and bracing, and as sheeting is removed. F. Place and compact final backfill of satisfactory soil material to final subgrade. G. Install warning tape directly above utilities, 12 inches below finished grade, except 6 inches below subgrade under pavements and slabs. 3.10 COMPACTION OF BACKFILLS AND FILLS A. Place backfill and fill materials in layers not more than 6 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand - operated tampers. B. Place backfill and fill materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. Compact soil in areas not subject to traffic to not less than the following percentages of maximum dry unit weight according to ASTM D 698: 1. Select backfill material up to 18" above top of pipe, compact each layer of backfill or fill material at 92 percent. 2. Backfill material from 18" above pipe to ground surface, compact each layer of backfill or fill material at 85 percent. 3.11 GRADING EARTHWORK 312000 - 6 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 1. Provide a smooth transition between adjacent existing grades and new grades. B. Site Grading: Slope grades to prevent ponding. 3.12 FIELD QUALITY CONTROL 08/28/2012 A. General: Uniformly grade areas to a smooth surface, free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. A. Testing Agency: Owner will engage a qualified independent geotechnical engineering testing agency to perform field quality - control testing. B. Allow testing agency to inspect and test subgrades and each full or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. C. Testing agency will test compaction of soils in place according to ASTM D 1556, ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. Tests will be performed at the following locations and frequencies: 1. Trench Backfill: At each compacted initial and final backfill layer, at least one test for each 150 feet or less of trench length, but no fewer than two tests. D. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. 3.13 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 3.14 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Transport surplus satisfactory soil to designated storage areas on Owner's property. Stockpile or spread soil as directed by Engineer. EARTHWORK 312000 - 7 END OF SECTION 312000 08/28/2012 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 1. Remove waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property. 3.15 MEASUREMENT AND PAYMENT A. Excavation and backfilling for pipelines and appurtenances, expect as hereinafter provided for, will be considered as incidental to the construction of the various elements of the installation it is associated with, and no separate payment will be made therefore. B. When made at the direction of the Engineer, overcut, rock excavation and backfill to compensate for rock will be made at the unit contract price for rock excavation per cubic yard measured in place. C. When made at the direction of the Engineer, overcut and backfill to compensate for inadequate foundation will be paid for at the unit contract price for overcut and clean stone bedding, per ton of stone. D. Sheeting ordered to be left in place will be paid for at the unit contract price for sheeting left in place, per board foot. E. Joints in pavement will not be paid for separately. Pavement removal and replacement will be paid for at the unit contract price therefore, per square yard. EARTHWORK 312000 - 8 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 SECTION 312319 - DEWATERING PART 1 - GENERAL 1.1 SUMMARY A. This Section includes construction dewatering. 1.2 PERFORMANCE REQUIREMENTS 08/28/2012 A. Dewatering Performance: Design, provide, test, operate, monitor, and maintain a dewatering system of sufficient scope, size, and capacity to control ground -water flow into excavations and permit construction to proceed on dry, stable subgrades. 1. Work includes removing dewatering system when no longer needed. 2. Maintain dewatering operations to ensure erosion is controlled, stability of excavations and constructed slopes is maintained, and flooding of excavation and damage to structures are prevented. 3. Prevent surface water from entering excavations by grading, dikes, or other means. 1.3 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced installer to assume engineering responsibility and perform dewatering who has specialized in installing dewatering systems similar to those required for this Project and with a record of successful in- service performance. B. Regulatory Requirements: Comply with water disposal requirements of authorities having jurisdiction. 1.4 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by the Owner or others unless permitted in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. B. Project Site Information: Groundwater levels have been recorded at several locations along the sewer route. These locations and groundwater levels are indicated on the plans. Owner will not be responsible for interpretations or conclusions drawn from this data by Contractor. The contractor is responsible for making additional test borings or other exploratory operations to determine extent of groundwater conditions throughout the project. PART 2 - PRODUCTS (Not Applicable) DEWATERING 312319 - 1 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 PART 3 - EXECUTION 3.1 PREPARATION 3.2 DEWATERING END OF SECTION 312319 08/28/2012 A. Prevent surface water and subsurface or ground water from entering excavations, from ponding on prepared subgrades, and from flooding site and surrounding area. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. A. Install dewatering system utilizing wells, well points, or similar methods complete with pump equipment, standby power and pumps, filter material gradation, valves, appurtenances, water disposal, and surface -water controls. B. Before excavation below ground -water level, place system into operation and then operate it continuously until drains, sewers, and structures have been constructed and fill materials have been placed, or until dewatering is no longer required. C. Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials. D. Dispose of water removed from excavations in a manner to avoid endangering public health, property, and portions of work under construction or completed. Dispose of water in a manner to avoid inconvenience to others. Provide sumps, sedimentation tanks, and other flow - control devices as required by authorities having jurisdiction. E. Remove dewatering system from Project site on completion of dewatering. Plug or fill well holes with sand or cut off and cap wells a minimum of 36 inches below overlying construction. DEWATERING 312319 - 2 I■1I Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 SECTION 31 25 00 - EROSION AND SEDIMENTATION CONTROLS PART 1 - GENERAL 1.1 SCOPE A. The Work specified in this Section consists of providing and maintaining temporary and permanent erosion and sedimentation controls as shown on the Drawings. This Section also specifies the subsequent removal of temporary erosion and sedimentation controls. B. Temporary and permanent erosion and sedimentation controls include grassing and mulching of disturbed areas and structural barriers at those locations which will ensure that erosion during construction will be maintained within acceptable limits. Acceptable limits are as established by the Georgia Erosion and Sedimentation Control Act of 1975, as amended, Section 402 of the Federal Clean Water Act, and applicable codes, ordinances, rules, regulations, and laws of local, state, and municipal authorities having jurisdiction. C. Land disturbance activity shall not commence until the Land Disturbance Permit has been issued. 1.2 SUBMITTALS A. Submit product data in accordance with the requirements of Section 013000 of these Specifications. 08/28/2012 1.3 QUALITY ASSURANCE A. The temporary and permanent erosion and sedimentation control measures shown on the Drawings are minimum suggested requirements. Any additional erosion and sedimentation control measures required by the Contractor's means, methods, techniques, and sequence of operation will be installed by the Contractor at no additional cost to the Owner. B. Perform all Work under this Section in accordance with all pertinent rules and regulations including, 'but not necessarily limited to, those stated in these Specifications. Where provisions of pertinent rules and regulations conflict with these Specifications the more stringent provisions shall govern. C. Provide all materials and promptly take all actions necessary to achieve effective erosion and sedimentation control in accordance with the Georgia Erosion and Sedimentation Control Act of 1975 as amended (OCGA §12 -7 -1, et. seq.), local ordinances, other permits, local enforcing agency guidelines, and these Specifications. D. Basic Principles: 1. Coordinate the land disturbance activities to fit the topography, soil types, and conditions. EROSION AND SEDIMENTATION CONTROLS 312500 -1 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 2. Minimize the disturbed area and the duration of exposure to erosive elements. 3. Provide temporary or permanent stabilization to disturbed areas immediately after rough grading is complete. 4. Safely convey run -off from the site to a stable outlet to prevent flooding and damage to downstream facilities resulting from increased runoff from the site. 5. Retain sediment on -site that was generated on -site. 6. Minimize encroachment upon watercourses. E. Implementation: 1. The Contractor is solely responsible for the control of erosion within the Project site and the prevention of sedimentation from leaving the Project site or entering waterways. 2. The Contractor shall install temporary and permanent erosion and sedimentation controls which will ensure that runoff from the disturbed area of the Project site shall pass through a filter system before exiting the Project site. 3. The Contractor shall provide temporary and permanent erosion and sedimentation control measures to prevent silt and sediment from entering the waterways and designated wetland areas. The Contractor shall maintain an undisturbed vegetative buffer a minimum of 25 feet from the top of the bank. 4. The Contractor shall limit land disturbance activity to those areas shown on the Drawings. 5. The Contractor shall maintain erosion and sedimentation control measures within disturbed areas on the entire site at no additional cost to the Owner until the final acceptance of the Project. Maintenance shall include mulching, re- seeding, clean -out of sediment barriers and sediment ponds, replacement of washed -out or undermined rip rap and erosion control materials, to the satisfaction of the Owner and Engineer. 6. All fines imposed for improper erosion and sedimentation control shall be paid by the Contractor. PART 2- PRODUCTS 2.1 SEDIMENT BARRIER A. Silt Fence: 08/28/2012 1. Type C Silt Fence is a combination of Type A silt Fence with woven wire reinforcement. Type C Silt Fence reinforcement shall meet the requirements of Section 171 of Georgia D.O.T. Specifications. 2. Silt fence fabric shall be an approved product on the Georgia DOT Qualified Product List No. 36, latest edition. B. Hay Bales: Hay bales shall be clean, seed -free cereal hay, rectangular in shape, and contain five cubic feet or more of material. C. Concrete Blocks: Concrete blocks shall be hollow, non - load - bearing type. D. Stone Check Dams: Graded size 2 -10 inch stone, 2 feet height maximum. EROSION AND SEDIMENTATION CONTROLS 312500 -2 Material Section No. Topsoil 893.01 Seed and Sod 890 Fertilizer 891.01 Agricultural Lime 882.02 Mulch 893.02 Inoculants 893.04 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 2.2 CONSTRUCTION EXIT STONE A. Use sound, tough, durable stone resistant to the action of air and water. Slabby or shaley pieces will not be acceptable. Aggregate size shall be in accordance with the National Stone Association Size R -2 (1.5 to 3.5 -inch stone) or Type 3 rip rap stone conforming to Section 805.01 of the Georgia Department of Transportation Standard Specifications. 2.3 CONCRETE A. Concrete shall conform to the requirements specified in Section 033000 of these Specifications for 3000 psi concrete. 2.4 RIP RAP 08/28/2012 A. Stone Rip Rap: Use sound, tough, durable stones resistant to the action of air and unless noted otherwise, stone rip rap shall be Type 1. 1. Type 1 Rip Rap: Rip rap size and gradation shall conform to Section 805.01 of the Georgia Department of Transportation Standard Specification for Type 1 Stone Dumped Rip Rap. 2. Type 3 Rip Rap: Rip rap size and gradation shall conform to Section 805.01 of the Georgia Department of Transportation Standard Specifications for Type 3 Stone Dumped Rip Rap. B. Sand Cement Bag Rip Rap: Sand cement bag rip rap shall conform to the Georgia Department of Transportation Standard Specifications, Section 603. 2.5 PLASTIC FILTER FABRIC A. Plastic filter fabric shall conform to the Georgia Department of Transportation Standard Specifications, Section 881, for filter fabrics. B. Plastic filter fabric shall be an approved product on the Georgia Department of Transportation Qualified Product List No. 28, latest edition. 2.6 GRASSING A. Grassing materials shall meet the requirements of the Georgia Department of Transportation Standard Specifications, latest edition; as shown in the table: EROSION AND SEDIMENTATION CONTROLS 312500 -3 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 B. Seed species shall be provided as shown on the Drawings. C. Mulch Binder: Mulch on slopes exceeding 3 (horizontal) to 1 (vertical) shall be held in place by the use of a mulch binder, as approved by the Engineer. The mulch binder shall be non -toxic to plant and animal life and shall be approved by the Engineer. D. Water: Water shall be free of excess and harmful chemicals, organisms, and substances which may be harmful to plant growth or obnoxious to traffic. Salt or brackish water shall not be used. Water shall be furnished by the Contractor. PART 3 - EXECUTION 3.1 GENERAL 08/28/2012 A. Temporary and permanent erosion and sedimentation control measures shall prevent erosion and prevent sediment from exiting the site. If, in the opinion of the Owner, Engineer, or state inspector, the Contractor's temporary erosion and sedimentation control measures are inadequate, the Contractor shall provide additional maintenance for existing measures or additional devices to control erosion and sedimentation on the site at no additional cost to the Owner. B. All erosion and sedimentation control devices and structures shall be inspected by the Contractor at least once a week and immediately after each rainfall occurrence. Any device or structure found to be damaged shall be repaired or replaced immediately. C. All erosion and sedimentation control measures and devices shall be constructed and maintained as indicated on the Drawings or specified herein until adequate permanent disturbed area stabilization has been provided and accepted by the Engineer. Once adequate permanent stabilization has been provided and accepted by the Engineer, all temporary erosion and sedimentation control structures and devices shall be removed. 3.2 SEDIMENT CONTROL A. Construction Exit: 1. Construction exit(s) shall be placed as shown on the Drawings and as directed by the Engineer. A construction exit shall be located at any point traffic will be leaving a disturbed area to a public right -of -way, street, alley, sidewalk, or parking area. 2. Placement of Construction Exit Material: The ground surface upon which the construction exit material is to be placed shall be prepared to a smooth condition free from obstructions, depressions or debris. The plastic filter fabric shall be placed to provide a minimum number of overlaps and a minimum width of one foot of overlap at each joint. The stone shall be placed with its top elevation conforming to the surrounding ground elevations. The stone shall be dropped from no more than a three feet height during construction. 3. Construction Exit Maintenance: The Contractor shall regularly maintain the exit with the top dressing of stone to prevent tracking or flow of soil onto public rights -of -way and paved surfaces as directed by the Engineer. EROSION AND SEDIMENTATION CONTROLS 312500 -4 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 4. Construction Exit Removal: Construction exit(s) shall be removed and properly disposed of when the disturbed area has been properly stabilized, the tracking or flow of soil onto public rights -of -way or paved surfaces has ceased and as directed by the Engineer. B. Sediment Barriers: 08/28/2012 1. Sediment barriers shall include, but are not necessarily limited to, silt fences, stone check dams, hay bales, and any device which prevents sediment from exiting the disturbed area. 2. Silt fences and hay bales shall not be used in any flowing stream, creek, or river. 3. Sediment barriers shall be installed as shown on the Drawings and as directed by the Owner or Engineer. 4. Sediment barriers shall be maintained to ensure the depth of impounded sediment is no more than one -half of the original height of the barrier or as directed by the Engineer. Torn, damaged, destroyed, or washed -out barriers shall be repaired, reinforced, or replaced with new material and installed as shown on the Drawings and as directed by the Owner or Engineer. 5. Accumulated sediment shall be removed from the barrier and replaced and stabilized on -site as directed by the Owner or Engineer. 6. Sediment barrier shall be removed once the disturbed area has been stabilized with a permanent vegetative cover and the sediment barrier is no longer required as directed by the Engineer. 7. All non - biodegradable parts of the barrier shall be disposed of properly. 8. The disturbed area created by barrier removal shall be permanently stabilized. C. Sediment Boxes: All inlet grates shall be covered with sediment boxes during grading operations and shall remain so covered until all open areas are permanently stabilized against erosion. 3.3 EROSION CONTROL A. Rip Rap 1. Rip rap shall be placed as shown on the Drawings and as directed by the Engineer. Rip rap shall be placed at all points where natural vegetation is disturbed on the banks of active streams. Compact backfill and place rip rap to prevent subsequent settlement and erosion. This requirement applies equally to construction alongside a stream as well as crossing a stream or drainage ditch. 2. When trenching across a stream or drainage ditch, place rip rap over the entire disturbed area upstream and downstream of the trench excavation. Place rip rap across creek bottom, across creek banks, and extend rip rap placement five feet beyond the top of each creek bank. 3. Preparation of Foundations: The ground surface upon which the rip rap is to be placed shall be brought to the correct lines and grades before placement is commenced. Where filling of depressions is required, the new material shall be compacted with hand or mechanical tampers. Unless at creek banks or otherwise shown or specified, rip rap shall begin in a toe ditch constructed in original ground EROSION AND SEDIMENTATION CONTROLS 312500 -5 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 B. Grassing: 08/28/2012 around the toe of the fill or the cut slope. The toe ditch shall be two feet deep in original ground, and the side next to the fill or cut shall have that same slope. After the rip rap is placed, the toe ditch shall be backfilled and the excess dirt spread neatly on the site. 4. Placement of Plastic Filter Fabric: a. Plastic filter fabric shall be placed under all rip rap unless shown or specified otherwise. b. Filter fabric shall not be placed under rip rap on stream or drainage ditch crossings. c. The surface to receive filter fabric shall be prepared to a smooth condition free from obstructions, depressions, and debris. The filter fabric shall be installed with the long dimension running up the slope and shall be placed to provide a minimum number of overlaps. The fabric shall be placed to provide a minimum width of one foot of overlap at each joint. The fabric shall be placed so that the upstream strip overlaps the downstream strip. The fabric shall be anchored in place with securing pins of the type recommended by the fabric manufacturer. Pins shall be placed on or within 3- inches of the centerline of the overlap. The fabric shall be placed loosely to avoid stretching and tearing during placement of the stone. The fabric shall be protected at all times during construction from clogging due to clay, silts, chemicals, or other contaminants. Contaminated fabric or fabric damaged during installation or during placement of rip rap shall be removed and replaced with uncontaminated and undamaged fabric at no additional cost to the Owner. 5. Placement of Rip Rap: Rip rap shall be placed on a 6 -inch layer of soil, crushed stone or sand overlaying the filter fabric. Rip rap shall be placed with its top elevation conforming with the finished grade or the natural existing slope of the stream bank and stream bottom. The stone shall be dropped from no more than a three foot height during construction. Stone rip rap shall be placed to provide a uniform surface to the thickness shown on the Drawings. The thickness tolerance for the course shall be —3 inches and +6 inches. 1. Temporary Stabilization: Temporary stabilization shall be provided as shown on the Drawings and conforming to these Specifications to control erosion on the site. Temporary stabilization shall be provided to any area that will not receive permanent stabilization within the next 14 calendar days. Partial payment requests may be withheld for those portions of the Project not complying with this requirement. 2. Permanent Stabilization: a. Permanent stabilization shall be provided as shown on the Drawings and conforming to these Specifications to control erosion on the site. Permanent stabilization shall be provided to all areas of land disturbance within seven calendar days of the completion of land disturbance for any area greater than 025 acre. EROSION AND SEDIMENTATION CONTROLS 312500 -6 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 b. Where permanent stabilization cannot be immediately established because of an inappropriate season, the Contractor shall provide temporary stabilization. The Contractor shall return to the site at the appropriate season to provide permanent stabilization in areas that received only temporary stabilization. 3. Grassing shall meet the requirements of Section 700 of the Georgia Department of Transportation Standard Specifications, latest edition, unless specified otherwise. 4. Seed rate, fertilization and other requirements shall be provided as shown on the Drawings. 3.4 CLEAN -UP 08/28/2012 A. Dispose of all excess erosion and sedimentation control materials in a manner satisfactory to the Owner and Engineer. B. Final clean -up shall be performed in accordance with the requirements of these Specifications and to the satisfaction of the Owner and Engineer. END OF SECTION 312500 EROSION AND SEDIMENTATION CONTROLS 312500 -7 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 SECTION 329200 - GRASSING PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Seeding. 1.2 DEFINITIONS A. Finish Grade: Elevation of finished surface of planting soil. 1.3 DELIVERY, STORAGE, AND HANDLING A. Seed: Deliver seed in original sealed, labeled, and undamaged containers. 1.4 SCHEDULING A. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. 1.5 LAWN MAINTENANCE 08/28/2012 A. Begin maintenance immediately after each area is planted and continue until acceptable grassing is established, but for not less than the following periods: 1. Seeded Grassed Areas: 60 days from date of Substantial Completion. a. When full maintenance period has not elapsed before end of planting season, or if grassing is not fully established, continue maintenance during next planting season. B. Maintain and establish grassing by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth lawn. 1. In areas where mulch has been disturbed by wind or maintenance operations, add new mulch. Anchor as required to prevent displacement. GRASSING 329000 - 1 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 PART 2- PRODUCTS 2.1 SEED A. Grass Seed: Fresh, clean, dry, new -crop seed complying with AOSA's "Journal of Seed Technology; Rules for Testing Seeds" for purity and germination tolerances. B. Seed Species: State - certified seed of grass species, as indicated on drawings. 2.2 TOPSOIL 2.3 FERTILIZER 2.4 MULCHES PART 3 - EXECUTION 3.1 EXAMINATION 3.2 PREPARATION 08/28/2012 A. Topsoil Source: Reuse surface soil stockpiled on -site. Clean surface soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth. A. Commercial Fertilizer: Commercial -grade complete fertilizer of neutral character, consisting of fast- and slow - release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: 1. Composition: 1 lb /1000 sq. ft. of actual nitrogen, 4 percent phosphorous, and 2 percent potassium, by weight. A. Straw Mulch: Provide air -dry, clean, mildew- and seed -free, salt hay or threshed straw of wheat, rye, oats, or barley. A. Examine areas to receive lawns and grass for compliance with requirements and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. GRASSING 329000 - 2 08/28/2012 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 A. Provide erosion - control measures to prevent erosion or displacement of soils and discharge of soil- bearing water runoff or airborne dust to adjacent properties. 3.3 GRASSED AREA PREPARATION A. Limit grassed area lawn subgrade preparation to areas to be planted. B. Newly Graded Subgrades: Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than 3 inches] in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. 1. Apply fertilizer directly to subgrade before loosening. 2. Thoroughly blend planting soil mix off -site before spreading or spread topsoil, apply soil amendments and fertilizer on surface, and thoroughly blend planting soil mix. C. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus 1 inch of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future. D. Moisten prepared grassed areas before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. E. Restore areas if eroded or otherwise disturbed after finish grading and before planting. 3.4 SEEDING A. Sow seed with spreader or seeding machine. Do not broadcast or drop seed when wind velocity exceeds 5 mph. Evenly distribute seed by sowing equal quantities in two directions at right angles to each other. 1. Do not use wet seed or seed that is moldy or otherwise damaged. B. Rake seed lightly into top 1/8 inch of topsoil, roll lightly, and water with fine spray. C. Protect seeded areas by spreading straw mulch. Spread uniformly at a minimum rate of 2 tons /acre to form a continuous blanket 1 -1/2 inches in loose depth over seeded areas. Spread by hand, blower, or other suitable equipment. 1. Anchor straw mulch by crimping into topsoil with suitable mechanical equipment. 3.5 HYDROSEEDING (OPTION) A. Hydroseeding: Mix specified seed, fertilizer, and fiber mulch in water, using equipment specifically designed for hydroseed application. Continue mixing until uniformly blended into homogeneous slurry suitable for hydraulic application. 1. Mix slurry with nonasphaltic tackifier. GRASSING 329000 - 3 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 3.6 SATISFACTORY GRASSING A. Satisfactory Seeded Grassing: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 80 percent over any 10 sq. ft. (0.92 sq. m) and bare spots not, exceeding 5 by 5 inches. B. Reestablish grassing that does not comply with requirements and continue maintenance until grassing is satisfactory. 3.7 CLEANUP AND PROTECTION A. Remove erosion - control measures after grass establishment period. END OF SECTION 329000 GRASSING 08/28/2012 2. Apply slurry uniformly to all areas to be seeded in a one -step process. Apply mulch at a minimum rate of 1500 -1b /acre dry weight but not less than the rate required to obtain specified seed - sowing rate. 329000 - 4 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 SECTION 330500 - COMMON WORK RESULTS FOR UTILITIES PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Piping joining materials. 2. Transition fittings. 3. Identification devices. 4. Grout. 5. Flowable fill 6. Piped utility demolition. 7. Piping system common requirements. 8. Equipment installation common requirements. 9. Concrete bases. 1.2 DEFINITIONS 08/28/2012 A. Exposed Installations: Exposed to view outdoors or subject to outdoor ambient temperatures and weather conditions. B. Concealed Installations: Concealed from view and protected from weather conditions and physical contact by building occupants but subject to outdoor ambient temperatures. Examples include installations within unheated shelters. C. PE: Polyethylene plastic. D. PVC: Polyvinyl chloride plastic. 1.3 SUBMITTALS A. Product Data: For the following: 1. Identification devices. 1.4 DELIVERY, STORAGE, AND HANDLING A. Store plastic pipes protected from direct sunlight. Support to prevent sagging and bending. COMMON WORK RESULTS FOR UTILITIES 330500 - 1 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 PART 2- PRODUCTS C. Solvent Cements for Joining Plastic Piping: 1. PVC Piping: ASTM D 2564. Include primer according to ASTM F 656. 2.2 TRANSITION FITTINGS 08/28/2012 2.1 PIPING JOINING MATERIALS A. Flange Bolts and Nuts: ASME B18.2.1, carbon steel, unless otherwise indicated. B. Plastic, Pipe -Flange Gasket, Bolts, and Nuts: Type and material recommended by piping system manufacturer, unless otherwise indicated. A. Transition Fittings, General: Same size as, and with pressure rating at least equal to and with ends compatible with, piping to be joined. 2.3 IDENTIFICATION DEVICES A. General: Products specified are for applications referenced in other Division 22 Sections. If more than single type is specified for listed applications, selection is Installer's option. B. Plastic Tape: Manufacturer's standard color - coded, pressure- sensitive, self - adhesive vinyl tape, at least 3 mils thick. 2.4 GROUT 1. Width: 1 -1/2 inches on pipes with OD, including insulation, less than 6 inches; 2 -1/2 inches for larger pipes. 2. Color: Comply with ASME A13.1, unless otherwise indicated. A. Description: ASTM C 1107, Grade B, nonshrink and nonmetallic, dry hydraulic - cement grout. 1. Characteristics: Post hardening, volume adjusting, nonstaining, noncorrosive, nongaseous, and recommended for interior and exterior applications. 2. Design Mix: 5000 -psi, 28 -day compressive strength. 3. Packaging: Premixed and factory packaged. 2.5 FLOWABLE FILL A. Description: Low - strength- concrete, flowable -slurry mix. 1. Cement: ASTM C 150, Type I, portland. 2. Density: 115 - to 145- lb /cu. ft.. 3. Aggregates: ASTM C 33, natural sand, fine. 4. Admixture: ASTM C 618, fly -ash mineral. COMMON WORK RESULTS FOR UTILITIES 330500 - 2 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 5. Water: Comply with ASTM C 94/C 94M. 6. Strength: 100 to 200 psig at 28 days. PART 3 - EXECUTION 3.1 PIPED UTILITY DEMOLITION 08/28/2012 A. Disconnect, demolish, and remove piped utility systems, equipment, and components indicated to be removed. 1. Piping to Be Removed: Remove portion of piping indicated to be removed and cap or plug remaining piping with same or compatible piping material. 2. Piping to Be Abandoned in Place: Drain piping. Fill abandoned piping with flowable fill, and cap or plug piping with same or compatible piping material. 3.2 PIPING INSTALLATION A. Install piping according to the following requirements and Division 22 Sections specifying piping systems. B. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. Indicated locations and arrangements were used to size pipe and calculate friction loss, expansion, pump sizing, and other design considerations. Install piping as indicated unless deviations to layout are approved on the Coordination Drawings. 3.3 PIPING JOINT CONSTRUCTION A. Join pipe and fittings according to the following requirements and Division 22 Sections specifying piping systems. B. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before assembly. C. Flanged Joints: Select appropriate gasket material, size, type, and thickness for service application. Install gasket concentrically positioned. Use suitable lubricants on bolt threads. D. Plastic Piping Solvent- Cemented Joints: Clean and dry joining surfaces. Join pipe and fittings according to the following: 1. Comply with ASTM F 402 for safe - handling practice of cleaners, primers, and solvent cements. 2. PVC Pressure Piping: Join schedule number ASTM D 1785, PVC pipe and PVC socket fittings according to ASTM D 2672. Join other - than- schedule- number PVC pipe and socket fittings according to ASTM D 2855. 3. PVC Nonpressure Piping: Join according to ASTM D 2855. COMMON WORK RESULTS FOR UTILITIES 330500 - 3 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 3.4 PIPING CONNECTIONS A. Make connections according to the following, unless otherwise indicated: 1. Install unions, in piping NPS 2 and smaller, adjacent to each valve and at final connection to each piece of equipment. 2. Install flanges, in piping NPS 2 -1/2 and larger, adjacent to flanged valves and at final connection to each piece of equipment. 3.5 EQUIPMENT INSTALLATION A. Install equipment level and plumb, unless otherwise indicated. 08/28/2012 B. Install equipment to facilitate service, maintenance, and repair or replacement of components. Connect equipment for ease of disconnecting, with minimum interference with other installations. Extend grease fittings to an accessible location. C. Install equipment to allow right of way to piping systems installed at required slope. 3.6 IDENTIFICATION A. Piping Systems: Install pipe markers on each system. Include arrows showing normal direction of flow. 1. Plastic markers, with application systems. Install on insulation segment if required for hot noninsulated piping. 2. Locate pipe markers on exposed piping according to the following: 3.7 CONCRETE BASES a. Near each valve and control device. b. Near each branch, excluding short takeoffs for equipment and terminal units. Mark each pipe at branch if flow pattern is not obvious. c. Near locations where pipes pass through walls or floors or enter inaccessible enclosures. d. At manholes and similar access points that permit view of concealed piping. e. Near major equipment items and other points of origination and termination. B. Adjusting: Relocate identifying devices that become visually blocked by work of this or other Divisions. A. Concrete Bases: Anchor equipment to concrete base according to equipment manufacturer's written instructions and according to seismic codes at Project. 1. Construct concrete bases of dimensions indicated, but not less than 4 inches larger in both directions than supported unit. 2. Use 3000 -psi, 28 -day compressive - strength concrete and reinforcement as specified in Division 03 Section "Cast -in -Place Concrete" COMMON WORK RESULTS FOR UTILITIES 330500 - 4 Phase II — Butler Creek Interceptor Upgrade - West Project No. 60106 3.8 GROUTING A. Mix and install grout for equipment base bearing surfaces, pump and other equipment base plates, and anchors. B. Clean surfaces that will come into contact with grout. C. Provide forms as required for placement of grout. D. Avoid air entrapment during placement of grout. E. Place grout, completely filling equipment bases. F. Place grout on concrete bases and provide smooth bearing surface for equipment. G. Place grout around anchors. H. Cure placed grout. END OF SECTION 330500 08/28/2012 COMMON WORK RESULTS FOR UTILITIES 330500 - 5