Loading...
HomeMy WebLinkAboutBUTLER CREEK INTERCEPTOR UPGRADE WEST PHASE 111 FOR AUGUSTA GA UTILITIES DEPT (ADDENDUM # 2 ,) 353 t4 G :1 0 R G I A 2 Bid Specifications Bid Item #14474 Butler Creek Interceptor Upgrade West Phase III For Augusta, Georgia — Utilities Department Bid Due: Tuesday, June 17, 2014 @ 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 CF.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.aanustaea.eor home page. Thanks for doing business with us ... Geri A. Sams, Procurement Director 530 Greene Street, Augusta, Georgia 30901 Rev. 8/2212011 Bid 14 -147 Gordon Highway 30 Inch Water Main Project Page 1 of 23 O R G I A A Bid Specifications Bid Item #14 -174 Butler Creek Interceptor Upgrade West Phase III For Augusta, Georgia — Utilities Department Bid Due: Tuesday, June 17, 2014 @ 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 stale 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 Na. 1:07 - CV - 019. Any such language appearing in any Augusta, Georgia solicitation, bid or contract is void and unenforceable. 4 copy of this Order can be reviewed at wH'w.afrerntaca,co r home pages Thanks for doing business with us .. . Geri A. Sams Procurement Director 530 Greene Street, Augusta, Georgia 30901 1 Rev. 8/22/2011 Bid 14 -147 Gordon Highway 30 Inch Water Main Project Page 1 of 23 ,,.„..„Ze'm „A__ ,..s... C7 R 0 1 A AUGUSTA, GEORGIA OFFICE OF THE PROCUREMENT DIRECTOR 530 GREENE STREET AUGUSTA, GEORGIA 30901 (706) 821 -2422 www.augustaga.gov DATE: May 8, 2014 BID NO. 14 -174 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 Judamtent Approving Settlement and- Modifvrirm 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 14 -147 Gordon Highway 30 inch Water Main Project Page 2 of 23 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.augustaga.00v 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 C • urt Order En`ainin+ Local DBE Pro. ram 7/21 2011 or Court Order Enjoining Local DBE Program (20071. Doing business with ,Augusta; has become easier! The ARCBid link, which is located on the Procurement Department's website at www.aucustaga.gov, enables you to view ourrent and past public bid information online: Should you have any questions concerning the bid documents, or need additional information, you may contact a member of the Bid and Contract Team directly @ 706 821 -2422. A request for bid documents !must be faxed to 706 821-2811 or emailed to procbidandcontract t auaustaga.gov. Your continued interest in doing business with us is appreciated. Sincerely yours, OW Sard Geri A. Sams Procurement Director 0 .4 0 Scan this OR code with your • • : -0 ''e smartphone or camera equipped tablet to visit the Augusta, Georgia 0 d, 1 e : Procurement Department website. Rev. 08 /15/2011 Bid 14 -147 Gordon Highway 30 inch Water Main Project Page 3 of 23 Invitation To Bid Sealed bids will be received at this office on Tuesday, June 17, 2014 @ 3:00 p.m. for furnishing: Bid Item 14 -174 Butler Creek Interceptor Upgrade West Phase 111 for Utilities Department Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 706 -821 -2422 Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street — Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers exclusively from Augusta Blue Print. The fees for the plans and specifications which are non - refundable is $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 auct&r tahiue,com) at no charge throuth Augusta Blue Print (706 722 -6488) beginning Thursday, May 8, 2014. Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook issues of construction phasing, detivery 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 held on Friday, May 30, 2014, @ 10:00 a.m. in the Procurement Department, 530 Greene Street. Aft questions > must` he ` submitted in writing by fax to 706 821-2811 or by email to rocbidandc « ract rn au = us .s ov to the office of the Procurement Department by Tuesday, June 3, 2014 @ 5:00 p.m. No bid will be accepted by fax, all must be received by mall 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 along with the bidders' 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 places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. GERI A. SAMS, Procurement Director Augusta Chronicle May 8, 15, 22, 29, 2014 cc: Tameka Allen Interim Administrator Torn Wiedmeier Utilities Department Jerry Delaughter Utilities Department Joe Holland Utilities Department Revised: 2/5/2013 Bid 14-147 Gordon Highway 30 Inch Water Main Project Page 4 or 23 SEALED BIDS SELECTION METHOD A method for submitting a bid to perform work on a proposed contract. In general, each party interested submits a bid in a sealed envelope, and all such bids are opened at the same time and the most favorable responsible bid is accepted. All bid responses will be retained as property of Augusta, Georgia. Conditions for use. All contracts of Augusta, Georgia shall be awarded by competitive sealed bidding except as otherwise provided elsewhere in this article (see section 1- 10- 52- Sealed Proposals; 1- 10- 53- Professional Services; 1- 10- 54- Quotations; 1 -10 -56 -Sole Source Procurement; and 1- 10- 57- Emergency Procurements, of this chapter). invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the Invitation to bid including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Pre -bid conference and addendum. A conference to be conducted by the Procurement Director and using agency head, if appropriate, hearing will be scheduled at least five (5) working days before receipt of bids. While the pre -bid conference is not a requirement, it is strongly recommended and widely used to further acquaint interested bidders with the bid requirements and items to be purchased and vendor input. Any substantive changes to specifications resulting from the pre -bid conference or other vendor /contractor sessions shall be documented in an addendum and communicated to all bidders registered for the procurement action. Note: IN THE EVENT OF A MANDATORY PRE -BID CONFERENCE ALL INTERESTED VENDORS MUST ATTEND. Bid opening. Seated 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 accers et d faxx email. Ail bids must be, labeled and received in the Procurement office by the d : - date : • me. There fe no exce * lions made for . late . st b the ost • ice or e *less carrier or misdirected submittals,, Vendors shall be removed from the vendor Ilst for the reasons established by the Procurement Director, including, but not limited to: (1) Declining to offer bids for a two (2) year period. (2) Failing to satisfactorily meet terms, agreements, or contracts made with the procurement department or the using agency. (3) Being convicted of criminal offenses in obtaining contracts or convicted of embezzlement, violation of state or federal anti -trust statutes, or any other crime which indicates a lack of business integrity or honesty. (4) Violating contract provisions or failing to perform without good cause or any other cause which the Procurement Director deems to be so serious as to affect the responsiveness and responsibility of a contractor, including the disbarment or suspension from a vendor's list by another governmental entity. (5) Violating the standards as set forth in Article ii hereof for conflicts of interest. Bid 14 -147 Gordon Highway 30 Inch Water Main Project Page 5 of 23 P reference for Loca S up pe rs a nd Co ntra c tor s ( a) Augusta, Ge en co u rage s t use o loca supp of goods, serv and construction products whenever p A Ge org i a a lso vigorous supports the advantages of an open competit market p N oth i n g in th Section sh all be i nterpre t ed to me that the Augusta, Georgia Adm or P ro c u re men t Di rect o r a re r estricted i n any wa from seeking formal bids or pro from outside th A ma are ( b) ` Whe the q o informal bid se lect # on. method is used b the Procur Dir or us ag hee to ` f irms t quo o Au gusta, Georgia commod services a construct pr local fir sho uld b c if poss first. W here the Procurement D or us age he ad a s cer tain s that the m cl b e at le three (3) qualified informa bidders quotes mayb sought from ou the A ugu s t a , Ge m arket. (c) in the even o f a tie b i d ( see S 1 -1 -50 (h)), when all other factors a re equal, the Augusta, Georgi Administrat sha se lect th b id fr w ithi n the local market area, except that the Ad s reta the fl to m ake the awa o co ntract to a b outs of the lo marke area If ther is g e a l sufficient ev to su pport col b iddi ng in fav of a l source. Local Vendor Preference: The Local Vendor Preference policy shall only be applied to projects of one - hundred thousand dollars ($100,000) or less and only when the lowest local qualified bidder is within 10% or $10,000, whichever is less of the lowest non -local bidders. The lowest local qualed 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 person whose primary residence is within the geographic limits of Richmond County, Georgia. Vendors must complete the enclosed vendor's Registration form. Background Information on Vendors. The Department Head and/or the Administrator is directed to provide the bid amount as submitted, information concerning the vendor's previous performance, the service and quality of the products offered, the availability of the goods and services when needed, adherence to delivery schedules, and other criteria pertinent to that particular item, on vendors who have submitted bids, proposals, or contracts for the Commission's consideration. The information is to be included in the backup documents for the Commission's consideration in awarding the contract. Inspection of Purchases, The Procurement Director, or his or her designee, in conjunction with the using agency or department head shall Inspect, or supervise the inspection of, all deliveries of materials, supplies or contractual services to determine their conformance with the specifications set forth in the pertinent purchase order or contract. The Procurement Director may require chemical and physical tests of samples submitted with bids and samples of deliveries, which examinations are necessary to determine quality of the samples and conformance with specifications Letting the contract. The contract shall be awarded or let in accordance with procedures set forth herein. Award shall occur with reasonable promptness by appropriate written notice to the lowest responsible and responsive bidder whose bid meets the requirements and criteria set forth in the invitation for bids. In addition to price and other material factors, the Procurement Director, in consultation with the using agency, shall consider the following in the context of award recommendations: (1) The ability, capacity, and skill of the bidder to perform the contract or provide the services required, (2) The capability of the bidder to perform the contract or provide the service promptly or within the time specified, without delay or interference, (3) The character, integrity, reputation, judgment, experience, and efficiency of the bidder, Bid 14 -147 Gordon Highway 30 Inch Water Main Project Page 6 of 23 (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.) August 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 - Ct/ - 019. Any such l appearing in any Augusta, Georgia solicitation, bid or contract is void and unenforceable. A copy of this Order can be reviewed at www.auqusta ia.00v 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 d ebris, 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 shad 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 14 -147 Gordon Highway 30 Inch Water Main Project Page 7 of 23 e U R C f 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 Myst be Notarized & all 3 Pages Must be returned with your submittal -I�a Exceptions. Business License Requirement, Contractor must be licensed in the Governmental entity for where they do the majority of their business. Your om y gan s bug mess number most be provided on Page 1 of Attachment B. if your Governmental entity (State orLocal) doe 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- Verify * User identification Number (Company IA.) 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 (€f 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: Please review "Notice to Bidders" regarding Augusta Georgia's Local Small Business Opportunity Program Bidder Requirements. 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. Rev. 2/5/2013 Bid 14 -147 Gordon Highway 30 Inch Water Main Protect Page 8 of 23 • !'�- G B" 0 R 0 1 A Attachment B yo tr: u r e a d . re al • : of Attachment B with Your Submittat. Document Must 8a Nptarized. Augusta, Georgia Augusta Procurement Department ATTN: Procurement Director 530 Greene Street, Augusta, Georgia 30901 Name of Bidder: Layne Heavy Civil , Inc . Street Address: 3 00 East Broad Street City, State, Zip Code: _ Fairburn, GA 30213 Phone: 770 969 - 4040 Fax: 770 969 - 4363 smelt: jeff,klebowski @layne.com Do You Have A Business License? Yes: X No: Business license # for your Company (Must Provide): 0 5 6 0 Company must be licensed in the Governmental entity for where they do the majortty 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 t;+ S. CI & out tha Is . • r s, Georgia /Fairburn /Fulton County Acknowledgement of Addenda: ( #1.) : ( # : (#3) ; (#4) . ( 6) ; (#6) : ( #7)_ (#8) Nor: CHMKAPPR0P'tiATE 8£1XiES1- ADD ADD JONAL NUM _ $ AS APPLICAPIA 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. You Must Corn . Vete and Return all 3 d : of'Attach at B with Your Sub Ii 1< Bld 14 -147 Gordon Highway 30 Inch Water Main Project Page 9 of 23 Attachment H 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. Y.0 u- t . l e:urnalt3;. .esof , tat me tE3 with Yoursub ' at, • Bld 14 -147 Gordon Highway 30 Inch Water Main Project Page 10 of 23 Attachment B - Page 3 of 3 Contractor Affidavit and Agreement By executing this affidavit, the undersigned contractor verifies Its ctimpliance 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 parilclpating in a federal work authorization program* [any of the electronic verification of work authorization programis 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. 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- Yertfy"User Identification Number (Company 1.13.) on or after July t 2009. For additional information or to enroll your company, visit the State of Georgia website: https: / /e- verify,uscis.Qov /enroll/ and/or http: / /www.dol.state.oa.us/pdf/rules /300 10 1.pdf "E Verify * • User Identification Number (Company I .D. ) 47106 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. Layne Heavy Civil, Inc. pang Ne, - 7 1 471 BY: Authorized Officer or Agent (Contractor Signature) Vice President Title of Authorized Officer or Agent of Contractor Russ McConnell Printed Name of Authorized Officer or Agent SU -‘ •RIBED AND SWORN BEFORE ME ON THIS THE ' 24 UDAY OF ± J9 20 14 4 � 0 49 Ai f � . ' ' *'r' .' NOTARY SEAL otary Public 'w. ndr a J 4 to em y .* ,fi . , . -x rp s My Commission Expires 2 22 2015 A • . FE • 22, 20ts • You us cost. ate and Return all 3 .a. es of A tachment • vottt .. "t ? =a 1., .1, s s_ ent Mu t Be No arleed. EY.a /15/2011 'r R I li - ty CO Bid 14 -147 Gordon Highway 30 Inch Water Main Project Page 11 of 23 I is mly G R' O R G I A t You Must Comaleta and Return with Your Submittal. Document Must Be Nr ta►lza4 ystematic Alien Verification for Entitlements (SAVE) Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, as an applicant for an Augusta, Georgia Business License or Occupation Tax Certificate, Alcohol License, Taxi Permit, Contract or other public benefit as reference in O.C.G.A. Section 50 -36 -1, I am stating the following with respect to my bid for an Augusta, Georgia contract for 14 -174 - Butler Creek Inte ce *tor.0 tirade West Phase III . .. ~« Prvjert Nutnberarld Project Name] Russ McConnell, Vice President !Print/Type: Name of natural person applying on behalf ofindivldual, business, corporation, parfnersblp, or other prlvate entity) Layne Heavy Civil, Inc. !Print/ Type; Name of attakoss, corporation, partnership, or other private enh7yj , 1.) XX I am a citizen of the United States. OR 2.) I am a legal permanent resident 18 years of age or older. OR • 3. 1 am an otherwise qualified alien (8 § USC 1641) or nonimmigrant under the Federal Immigration and Nationality Act (8 USC 1101 et seq.) 18 years of age or older and lawfully present in the United States. In making the above representation under oath, I understand that any person who knowingly and willfully makes a false, fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Seot1471 16 of the Official a of Georgia. # � Signature of Applicant Russ McConell, Vice President Printed Name * Alien Registration Number for Non - Citizens SUBS RIBED AND SWORN BEFORE ME QN THIS THE 2 4th DAY OF June , 20 14 "wary Public S.I dra J. Mu ph # �" ; .•',;GT4� " My Commission Expires: 2/22 /2015 r c , F =- NOTARY SEAL s { ". ?u 0 i I..1C ..` **•*" Note: THIS FORM MUST BE RETURNED WITH YOU ; , a .* CUMENT MUST SE NOTARIZED. REV. 9/25/2012 Bid 14 -147 Gordon Highway 30 Inch Water Main Protect Page 12 of 23 -2 G R"'' O R G 1 A STATE OF GEORGIA - COUNTY OF RICHMOND BID /RFP1RFQ# , SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor ve i ts compliance with O.C.G.A. 13 -10- 91, stating affirmatively that the individual, firm, or corpOration which is engaged in the physical performance of services under a contract with 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 0. 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 Georgia Law requires your company to have an E- VerifyUser Identification Number on or after July 1, 2009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia http: / /www.dol.state.ga.us /pdf /rules /300 10 1.pdf SUBSCRIBED AND SWORN BEFORE ME ON THIS THE https_ / /e- verify.uscis.uov /enroll/ DAY OF , 20, Notary Public My 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). } Rat. 7/22/2011 Bid 14 -147 Gordon Highway 30 Inch Water Main Project Page 13 of 23 G W ` O R GI A 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, agreernent 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. Signature of Authorized Company Representative Title Sworn to and subscribed before me this day of , 20 . Notary Signature Notary Public... (Print Name) County: Commission Expires: NOTARY SEAL Note: The successful vendor will submit the above forms to the Procurement Department no rater than five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote the date forms are to be received). i Rev. 7/22/2011 Bid 14-147 Gordon Highway 30 Inch Water Main Project Page 14 of 23 r" 0 0 R O 1 A Local Small Business Opportunity Program Ordinance Requirements Notice To Ail Bidders (PLEAS READ CAREFULLY) Shall apply to ALL Bids /RFPs /RFQs regardless of the dollar amount In accordance with Chapter 108 of the AUGUSTA, GA. CODE, Contractors agree 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 upon request. The requirements of the Local Small Business Opportunity Program can be found at www.auqustaga.gov. In accordance with AUGUSTA, GA. CODE, Contractors shall report to Augusta, Georgia the total dollars paid to each subcontractor, vendor, or other business on each contract, and shall provide such payment affidavits, regarding payment to subcontractors, if any as required by Augusta, Georgia. Such utilization reports 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. Required forms can be found at www.auqustaga.gov. if you need assistance completing a form or filing information, please contact the LSBO Program office at (706) 821 -2406. 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. To print a copy of the Prime Contractor Data Collection Form visit: http:// www .auoustaga.gov /index.aspx ?NID =1672 For questions and or additional information please contact: Mrs. Yvonne Gentry Local Small Business Opportunity Program 530 Greene Street, Room 305 Augusta, Georgia 30901 (706) 821 -2408 Website: http:// www. auqustacta .00v /index.aspx ?nid =83 Bid 14 -147 Gordon Highway 30 Inch Water Main Project Page 15 of 23 SHALL APPLY TO PROJECTS $100.000 & UP Local Small Business Opportunity Program (Continued) Sec. 1 Local small business opportunities program participation. (a) Sealed Bids, Sealed Proposals, Professional Services And Other Major Purchasing. The following procedures and contract requirements will be used to insure that local small businesses are encouraged to participate in Augusta, Georgia contracts, including but not limited to construction contracts, requests for professional services and the performance of public works contracts. The Augusta, Georgia user department shall indicate goals for local small business in all solicitations for contracts over $100,000 in value: (1) Bid conditions, requests for proposals, and all other specifications for contracts awarded by Augusta,: Georgia will require that, where subcontracting goal Is utilized in performing the contract, the bidder or proponent, will make Good Faith Efforts to subcontract with or purchase supplies from local small businesses. Bid specifications will require the bidder or proponent to keep records of such efforts that are adequate to permit a determination of compliance with this requirement. (2) Each bidder shall be required to provide documentation of achieving goal or provide documentation of Good Faith Efforts to engage local small businesses as subcontractors or suppliers, the names of local small businesses and other subcontractors to whom it intends to award subcontracts, the dollar value of the subcontracts, and the scope of the work to be performed, recorded on the form(s) provided or made available as part of the bid package. if there are no sub - contracting opportunities, bidder shall so indicate on the appropriate form. (6) All bid documents shall require bidders or proponents to submit with their bid the following written documents, statements or forms, which shall be made available by the Procurement Department. (1) Non - Discrimination Statement which shall affirm the bidder's: (a) adherence to the policies of Augusta, Georgia relating to equal opportunity in contracting; (b) agreement to undertake certain measures as provided in this policy to ensure maximum practicable participation of local small businesses; and (c) agreement not to engage in discriminatory conduct of any type. (ii) Proposed Local' Small Business Subcontractor /Supplier Utilization Plan. (iii) Documentation of Good Faith Efforts to use local small businesses. Failure to submit the above documentation shall result in the bid or proposal being declared non - responsive. (d) Peat Contract Award Requirements. The purpose of this sub - section is to establish requirements for contractor compliance with the LSBOP after a contract has been awarded. This is incorporated into all Augusta, Georgia Contracts for which a local small business goal has been established or negotiated. (1) Contractors shall have an affirmative, ongoing obligation to meet or exceed the committed local small business goal for the duration of the contract. The Augusta, Georgia may deem a contractor to be in violation of the LSBOP and in breach of its contract if at any time Augusta, Georgia determines that: (a) The contractor will not meet the committed local small business goals; and (b) the reasons for the contractor's failure are within the contractor's control. For example, if a contractor does not meet the local small business goal because the contractor terminated a local small business without cause or if the contractor caused and local small business to withdraw from the project without justification, then Augusta, Georgia is justified in finding the contractor to be in violation of the LSBOP. (h) Compliance. (4) The Director of minority and small business opportunities shall be responsible for evaluating good faith efforts documentation and subcontractor information submitted by bidders in conformance with, the AUGUSTA, GA. CODE and any State and Federal Laws applicable to any bid specifications for competitive sealed bid or competitive sealed proposal projects prior to award of the contract. (i) Competitive Bids. Nothing in this Policy is to be construed to require Augusta, Georgia to award a bid contract to other than the lowest responsible bidder, or to require contractors to award to subcontractors, or to make significant material - purchases from local small businesses who do not submit the best overall pricing to Augusta, Georgia. Sec.1 -10 -130. Exceptions — federally funded projects. In accordance with § 1 -10-8 and Chapter 10B, the LSBOP shall only be utilized with federally funded projects, solicitations or contracts as authorized by federal (and Georgia) laws, regulations and conditions applicable to such projects. To the extent that there are any conflicts between any such laws, regulations or conditions and. the LSBOP, the federal (and Georgia) laws, regulations and conditions shall control. For questions and or , additional information .please conteq Mrs. Yvonne Gentry, Local Small Business Opportunity Program, 630 Greene Street, Room 305, Augusta, Georgia 30901 (706) 821 -2406. NOTE: Ali forms should be submitted in a separate, sealed envelope labeled Local Small Business Required Forms, Company's Name & Bid Number. Bid 14 -147 Gordon Highway 30 Inch Water Main Prolect Page 16 of 23 Local Small Business Goal The Local Small Business Opportunity Program provides for Local Small Business goals to be set on all applicable Augusta, Georgia procurements over $100,000 in value.1 The Local Small Business goal for this procurement is: 9 All bidders or proposers shall submit the following with their bid or proposal as required by Augusta, GA Code § 1 -10 -129:2 1. Non - Discrimination Statement: As required by the Procurement document 3 2. Proposed Local Small Business Subcontractor /Supplier Utilization Plan. 3. Documentation of Good Faith Efforts to use local small businesses. 4. Local Small Business Utilization document. Failure to submit the above documentation shall result in the bid or proposal b eing declar non - responsive. 1 Even when a solicitation does not contain a Local Small Business goal (or the goal is set at zero), each Bidder must negotiate in good faith with each local small business that responds to the Bidder's solicitation and each local small business that contacts the Bidder on its own accord. Self - performance does not exempt Bidders from Local Small Business Opportunity Program requirements unless the self - performer is a qualified and registered Loeal Small Business. All of the requirements of the Local Small Business Opportunity Program can be found in Augusta, GA Code, Chapter 10B. 2 Applicable forms are available on Augusta Georgia's Disadvantaged Business Enterprise website: w ww.augustaaa.aov. 3 Only one Non - Discrimination statement is required "See Attachment B ". Bid 14 -147 Gordon Highway 30 Inch Water Main Project Page 17 of 23 Local Small Business Opportunity Proaram Requirements Augusta, Georgia has adopted a race and gender neutral Local Small Business Opportunity Program (LSBOP). See Augusta, GA Code, Chapter 10B. Bidders are encouraged to carefully review the ail of the requirements of the LSBOP which can be found on Augusta, Georgia's Disadvantaged Business Enterprise Department website (www.augustaga.gov). All of the requirements of the LSBOP become covenants of performance upon award of this procurement. The LSBOP provides for Local Small Business (LSB) goals to be set on all applicable procurements over $100,000 in value and even when a solicitation does not contain a LSB goal, each Bidder must negotiate in good faith with each local small business that responds to the Bidder's solicitation and each local small business that contacts the Bidder on its own accord. Self- performance does not exempt Bidders from the LSBOP requirements unless the self - performer is a qualified and registered LSB. (See Augusta, GA Code § 1 -10 -129). I. The ; re -awar: � . • ; I is of th A.- ='O' are ma w Aat • minions : of thi • • urement. A Bid shall be rejected if it Is determined that a Bid fails to meet the required LSBOP requirements, including but not limited to, failing to provide the Required Pre -Award Bid Submittal documents, failing to provide commitments to achieve the applicable Project Specific LSB Goals (or the Bidder's documented Good Faith Efforts to do so). A Contractor's failure to carry out in good faith its Project Specific Goal commitments In the course of the Contract's performance shall constitute a material breach of the Contract and a violation of the AUGUSTA, GA CODE. If the breach is not cured within a reasonable amount of time, it may result in the termination of the Contract or such other remedies afforded by Federal, State or Local law. II. Good Faith Efforts. Pursuant to AUGUSTA, GA CODE SEC. 1-10-125(4) Good Faith Efforts shall be used by a bidder to seek Local Small Businesses to participate as a subcontractor or supplier. Such good faith efforts include, but are not necessarily limited to, the following actions: (a) Including qualified Local Small Businesses in the prime contractor's solicitations for subcontractors and suppliers. (b) Assuring that local small businesses are solicited whenever such business enterprises can perform a commercially useful function. (c) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation of Local Small Businesses. (d) Establishing delivery schedules, where the requirements of the prime contract permit, which encourage participation of Local Small Businesses. (e) Using the services and the assistance of the Director of minority and small business opportunities in the identification of qualified local small businesses and negotiating subcontracts and supply contracts with such enterprises. (f) Requiring each first tier subcontractor to take the affirmative steps outlined within the AUGUSTA, GA CODE with respect to the identification and usage of second or third tier sub - contractors. (g) Placing notices of opportunities for qualified Local Small Businesses to perform subcontracting work on the eligible project in newspapers, trade journals, and other relevant publications, including publications specifically targeted to local small businesses, or communicating such notices of opportunities via the Internet or by other available media or means. (h) Designating portions of the work for Local Small Business subcontracting in trades with available Local Small Business subcontractors. (i) Providing a minimum of five (5) day notice to Local Small Businesses when requesting bids or proposals for furnishing material or services as a subcontractor or supplier. III. Required Pre -Award Bid Submittals. Pursuant to AUGUSTA, GA CODE SEC. 1 -10 -129 the following procedures and contract requirements will be used to insure that local small businesses are encouraged to participate in Augusta, Georgia contracts: Bid 14 -147 Gordon Highway 30 Inch Water Main Project Page 18 of 23 (a) Each bidder shall be required to provide documentation of achieving the LSB goal or provide documentation of Good Faith Efforts to engage local small businesses as subcontractors or suppliers, the names of local small businesses and other subcontractors to whom it intends to award subcontracts, the dollar value of the subcontracts, and the scope of the work to be performed. If there are no sub- contracting opportunities, bidder shall so indicate on the appropriate form. Forms may be found on the official website of Augusta, Georgia. (b) Each bidder shall submit with their bid the following written documents, statements or forms, which are available at the Disadvantaged Business Enterprise Department and on the Disadvantaged Business Enterprise Department website: (1) Non - Discrimination Statement which shall affirm the bidder's: (i) adherence to the policies of Augusta, Georgia relating to equal opportunity in contracting; (ii) agreement to undertake certain measures as provided in this policy to ensure maximum practicable participation of local small businesses; and (iii) agreement not to engage in discriminatory conduct of any type. (2) Documentation of Good Faith Efforts to use local small businesses. (3) Proposed Local Small Business Subcontractor /Supplier Utilization Plan. (4) Executed Letter(s) of intent with entities identified in LSB Utilization Plan. Failure to submit the following documents in accordance with these requirements will cause the Bid or proposal to be declared non - responsive. Augusta, Georgia reserves the right to request supplemental information regarding a Bidder's submissions and the Bidder shall furnish such information in a timely manner. Failure to furnish information or otherwise cooperate may result in the rejection of the Bld. IV. LSB Utilization Plan. The Bidder must submit with its Bid a completed LSB Utilization Plan. The LSB Utilization Plan shall list the Subcontractor or Supplier's name(s), business address(s), telephone number(s), e- mail(s) and the name of the principal contact person(s) of each Subcontractor(s) or Supplier(s) intended to be used in the performance of the Contract, including firms proposed as to meet the Project Specific Goals. Where the solicitation requires the Bidder to submit a base bid and one or more alternates, the LSB Utilization Plan must demonstrate the Bidder's achievement of the Project Specific Goal(s) or its Good Faith Efforts to achieve the Project Specific Goal(s) on the base bid. V. Letter(s) of Intent. The Bidder shall submit with its bid completed Letter(s) of Intent (LOI) utilizing the Letter of intent format provided by the Disadvantaged Business Enterprise Department documents. The LOI must be executed by an authorized representative of the local vendor identified on the Utilization Plan and by the authorized representative of the Bidder. The LOI must accurately and completely detail the work to be performed and /or the materials to be supplied, and the agreed rates and/or prices to be paid. All Utilization Plan commitments must conform to those included in the submitted LOIs. The LOI will become a binding contract covenant upon the Bidder's receipt of a signed contract from Augusta, Georgia. VI. Post Award Requirements. (a) Substitutions, Additions or Deletions of LSB Subcontractors or Suppliers. In accordance with the requirements of the LSBOP, the Contractor shall provide the User Department, the Director of minority and small business opportunities and the Procurement Director written notice prior to replacing or terminating a LSB on a contract and must comply with the Good Faith Efforts requirement to replace the departing local small business with another local small business. Likewise, when new opportunities for subcontracting arise on a contract and Augusta, Georgia sets a supplemental local small business goal, the contractors shall comply with the Good Faith Efforts set in an effort to meet the supplemental local small business goal. Bid 14 -147 Gordon Highway 30 Inch Water Main Project Page 19 of 23 (b) Ct Monitoring ( 1) Monthly Util Reports To evaluate t he effectiveness of LSBOP, Austa, Georgia monitors the partic of Subcontractors and Suppliers on Augusta Ge orgi a co ntrac t s . tn E ..a ch Contrac must submit a Month Uti Repor of Subcontract Pa ug by the 1 S of each month T he month l y Util Re must re from pro ject start to date, the o f tractor's rec o p ayments from Augusta Geo and the utilization of and payments to all Sub or S u pp li e rs identified in the Utilizat P lan. Fai to submit a comp month S tatus Report w b e considered ip a contract brea Return all Util Reports to: Disadvantaged Business Enterprise Department 530 Greene Street Room 306 Augusta, Georgia 30901 (2) Monitoring Procedures Procedures for monitoring contract compliance may include, but are not limited to, site visits o telephone audits; consideration of requests for substitutions, additions, deletions, or change orders and review and verification of payments to Subcontractors or Suppliers as documented by th • Monthly Utilization Status Reports of Subcontractor /Suppliers Payments. Bid 14 -147 Gordon Highway 30 1 nch Water Ma1n Project Page 20 of 23 PROJECT _ a trleij't CIZEE4 �TZ Cr✓ P7Z utP exit,Pe, C.•l ESV P/4 SC ar LOCAL SMALL BUSINESS OPPORTUNITY PROGRAM LETTER OF INTENT TO PERFORMASA SUBCONSULTANTISUBCONTRACTOR /SUPPLIER TO: I~AY,vg Neolvy Civil-, xsuc (Name of Proposer) A. The undersigned intends to perform work in connection with the above project in the foltowing capacity (check one): individual Corporation , Limited; Liability Company (LLC) Partnership Joint Venture B. The Local Small Business Opportunity Program (LSBOP) status of the undersigned Is confirmed as follows; By attachment of a current Certificate of Certification issued by the Department of T nation By attachment of a current letter issued by the Disadvantaged Business Enterprise Office C, The undersigned is prepared to perform the following work In connection with the above project g€4pf -Max 4 Ys Le, $ Ait 5'40 � D, The undersigned states that they will be performing 0. % of the total project. E. The undersigned' will sublet and /or award % of this subcontract to non -Local Small Business Opportunity Program contractors and /or suppliers. The undersigned will enter into a formal agreement for the above described work with the Proposer cited above conditioned upon the execution of a contract for the project cited herein between the Proposer and Augusta - Richmond County. y , i.., 4 . ?r ° t I W Date: �, , j f (LSBOP Contractor Fir Name) By r ' ` , 1 3 (St< . (ire of Authorized Representative) Bid 14147 Gordon Highway 30 Inch Water Main Project Page 21 of 23 Disadvantaged Business Enterprise Department w o a a A Yvonne Gentry DBE Director April 9, 2014 Ms. Tara Leaphart Richmond Concrete, LLC. 920 Molly Pond Road Augusta, Georgia 30901 Dear Ms. Leaphart: Your firm has been registered as a Local Small Business Opportunity Program (LSBOP) with the Augusta- Richmond County Disadvantaged Business Enterprise Department (DBE). Your company's registration will last for a period of two (2) years, beginning April 9, 2014. Registration entitles your firm to be included on the LSB website directory and your firm information will be submitted to all contractors bidding on the Augusta - Richmond County pr ojects. Placement on the LSB Directory's list is no guarantee of solicitation for informal or formal invitation to bids /proposals. This is a service of convenience for the vendor and Augusta - Richmond County and not a binding assurance of solicitation. To insure maximum bid participation, vendors should register with DemandStar Service which will allow you to receive the appropriate bid specifications as they are issued. Please call toll -free 1- 800 - 711 -1712 or visit www.demandstar.com for more information. As a registered firm, you are required to notify the Disadvantaged Business Enterprise Department of any changes in ownership and/or control of your fum. Failure to provide this notification, in writing, may result in your fum being removed from the Local Small Business Opportunity Program register._ We welcome you to the Augusta- Richmond County Local Small Business Opportunity Program. Sincerely, once ae Yvonne Gentry DBE Director YG:ckc cc: Vendor File Disadvantaged Business Enterprise Department 530 Greene Street— Suite 600E - Augusta, GA 30901 (706) 821 - 2406 — Fax (706) 821 -4228 WWW.AUGUSTAGA.GOV 06/24/2014 06:34AM 7063051260 QUINTON SMITH: TEN 4 PAGE 01/01 pROJECT , Butler Cr eek. intactptor Up redo West Phase La • LOOM. SAGUA. auswess OPPORTUNITY PRQGRAM LETTER OF1NTI IT m PERFOI1A4 AS A S1UBCON SULTA NT /SUBCONTRACTOR/IIUPP+LIWR TO L '.1 Itsc A, The unde alyned intends to perform work in connectinn with the above project In the following Capadty (check Individual torPoratian X Limited Liability Company (LLC) Partnership _ Joint Ventures B. The Loral Small Business Opportunity Program (LSBOP) statue of the undersigned is doni►nnsd es By uuent at a ut'iattt CettiACatt Of Certification issued by the Depaftmeft of t ton By attao ant of a c utrent letter issued by the Disadvantaged Business; Enterprise, Office a - D. The tritiarsigned IS prepated p4PrOrm the following work in connection with the above project ' e "' Iwi1 Off ' t� ,.o 1,04* 9 ' 0. The undersigned states tat they MI be performinSJ.a 4,..r° of tho ton t ptajeott E. The undersigned will sublet and/or award ..i of this subcontract to non4LoCal Smell Business Opportunity Progra a contractors and J'er sUppllere, The undensigned will enter into a format agreement far the above deserlbed work with the Prephsei cited above conditioned upon the execution of a coitract bar the project dtud herein between the Proposer and Augusta - Rictutiond Oounty. Q Smith I tiliu„ L LC. Date: 7 e 24 2414 (LSBOP C +ntraCtor lrrrr" Sy: (Signature le Ated ntatIvej Bps 14.147 taoidon kishwarSA !roll WmW Mats pr Page 21 of 23 LOCAL SMALL. BUSINESS UTILIZATION The undersigned bidder /offeror has satisfied the requirements of the bid specification in the following manner (please check the appropriate space): _Z The bidder /offeror is committed to a minimum of 2. % LSBOP utilization on this contract. The bidder/offeror if unable to meet the LSBOP goal of 9 % will submit documentation demonstrating good faith efforts. Name of bidder /offerors firm: i Layne Heavy Civil , Inc (3 Russ McConnell, Vice President (Print Name) r,� x .,, June 24, 2014 (Signature) (Date) 81d 14 -147 Gordon Highway 30 Inch Water Main Project Page 22 of 23 w c N of mw b N 2M 7 C N 0.H in 0 r-I � 3 d 13 g ab' C C c f0 O 0 . 8 m 5 d CU 0 a m r 'O a O .. al o I a 1 a • i 11111 Q I C N t+ st Q , H a 1 arl C t0 2 H 7 m *cl a. ( ; . N MO ti O 44 to ,,, ,., 0 c 1 l' i �, f in L. it, Ts S .0 c i 1 ! P 4a • . E Tz -.. 0 CD ' O ° m 0 z .. N ' C v s e L LI C�*) . _ T C = M m D C N 0.N 0, m E C a H •Q N c e a 'o u c aa + n VI o $ E x +' 0 m n, u "'Ili U s Q 0 c .+ • ` a O 1 O • F •0 3 � o • 4 ry a , .„ o u �P- ;4 di P • p 1.1 m Q u) r: CU • •v n �' a B N c C p ' 4-+ a H C r a C ' cli ea H h 'O N ' O ra H ro 12 c la E iimk i V .O II 0 •C n C . r W 7 c w l O al re O a- u V es • v m € a, 8 .t '" 4 = Q • •g • CO io E m Io ° • A 2 H 1 • c • .5 I t i t G u t - (d 11111, co c Li ara m ro x o a) i. � , a 4 . Z 4,, � s c d a M 8 4 2 C .0 (11 c Os = n th O t CO 4 0 7 C ri 0. M rI N CD ci 0C u a• 'a 3 a 0 H .- m Z' x o d ° � o ° s u a i c c fl. E w o a, E „ S ,./ o E E m a+ I CO N to 6 U 3 To r u o O C • Y7 g � a� , (� 0. 4 Y • N 20 P 4 i t/1 U .. a y > $4 H O �' C a. d 0 . H ilk � Z7 a) e O 1. 10 N to ti ° qF a) N � �I O .0 �+ U t V M e . k 2 N u to V c c Ht a) tic d LL 0 " . - per, . 4 H i a Q iii a 3 c 6° o. .°° r 1 ro co v_, w 1 E E z C,' @ + : ro � ' ; c k a 4 E _ W b la O (6 O , \" m —g d o a , •. x c o d a m E L. t — ° 0 .a r R w .� H de.. It r) 13 t m ... M to cti 1 12 '-' h c e us 0 tu u t mt 1 g AZ q "13 ti. • ,- I 'co v ID .........— ..— i ) go a' 0 c a to 2 0 VI 4. a, c la LI ' f (f) * 13 00 C 4- 0 — 40 E ul c mE c yi = ril , v t l ,01. u o , r. g .0 m d.d. L , 12 ... LA .0 f a) 0 al m 0 a t rci t 1° 2 al C 44 0 li• a . ..4 : I ° a Z 4 0 D JR 8 "1 o • 4-. 0 in p., C .13 a) vt , a .4 o 0. is a. m a) v , ... 0 « m 4J """ 0'4, u — , 3 H eto a , 0 et - c - m H ill 0 N . $-1 ,2 C•1 IIIP Alik .... 4 ., C M c , e 60 2 . a .- ° 8 El t 2 0 cu O ... = a. 0 = . (A M ,!I = .. 5 2 0 .' :-. 1 i 0 —C-L *0 0 . = Is v.) .. _ a O c v m O 13 . I 4- fu M E 2 c 0 , 1 12 0 - I.) Go Art. .0 . c <f 0. ... ) — 1 ei vi Z il ...1 Aos L. H .t.,.. . i .1.1 c 1 - c — a a .. .., H ..-I ....," 0 1 - a , > ' ...- o T ., 43 •,_, 2 .0 g ... a 0 (---,-'-..., •.... 40,0 1 . 0 a fa a c , , v .... ,/ 'es -s! tt 'a C 0 4,1 1■2„ M ft t 4s1/4., ) E .2 o J ot z Z.1 a) • • 2 ot E 30 8 M 13 c a 0 .1 A I1J '0 to z... . -,- u. ... t _ UNTIE FAIL ` "1 AFFIDAVIT OF PUBLICATION ' '; } _ ATTORNEY LAYNE CHRISTENSEN CO. ;> F E l ' , , "p= OR AGENCY: 300 E. BROAD ST FAIRBURN GA 30213 ACCOUNT NUMBER: 1000450414 AD NUMBER: B1001759921 PO NUMBER: STATE OF GEORGIA COUNTY OF RICHMOND Personally appeared before me, Nate Edwards, to me known, who being sworn, deposes and says: That he /she is the authorized agent of Southeastern Newspapers Company, LLC, a Georgia Limited Liability Company, doing business in said County under the trade name of The Augusta Chronicle, a newspaper in said County; That he /she is authorized to make affidavits of publication on behalf of said publisher company: The Augusta Chronicle; that said newspaper is of general circulation in said county and in the area adjacent thereto; that he /she has reviewed the regular editions of said newspapers published on: 06/08/2014 and finds that the following adv ertisement appeared in each of said editions, to -wit: "'l -.f (deponent) Sworn to and subscribed before me This 11th day of Ju -; 4 2014 411111116' Ar Notary Public Richm ;d County, Georgia, Legal Advertisement Solicitation for Ws ein ,r,_Y} L vd f. ac.>.rs Y 3136NrIg a as +a €ed t aca€ Sraus%I aki$41e3,s;5. k for ccnct t€ m Of tine tTh.ti Creek Invec3 upgrade West'Plase Hi kti Me AtKoista OlifitLes EsepartMe t r strt'r 4 ik ssostiek iitoortsoities Milla r , Alov II i t I � 1 a h l I C �, �tsr+ g it s Ar Oases toodmel �'s� I r, County ti t 7 i .fig* a ate Yr�'t r: fW r Y �'1e= i* o,w '. ant n t > g �, eta' 4i; a� F , ,sr,3 ease My > u aG on Fdplr P.S ;, : arc . a , 1 J I ti 09, 2016 srtd -spi3.raerta eS .,, ;a- « =..s . e; Fans ra sit <,( 4,0 w14 be ;raw:: avadakaiq unen vt uas4 " uir, nay agreements mayYns axaatcab' to gzxa'a0d S 1cwv .,.u. s se,if st p[ s..` sie,f es a. r,„ ere. may ba , satod l to l..ayne -1.1 too t70 9 =40 ;r ?aj sd to 7t) 9014-4a0 A€ Oita° must sut.WrAW Ott ",cam ski r caa. on.t,„i „,i ; z,014 AFFIDAVIT OF PUBLICATION 1 Avr . Alt 'IN ATTORNEY LAYNE CHRISTENSEN CO. OR AGENCY: 300 E. BROAD ST Lim 1 b 9 FAIRBURN GA 30213 1 gp T ACCOUNT NUMBER: 1000450414 ' AD NUMBER: B16348281 PO NUMBER: STATE OF GEORGIA COUNTY OF RICHMOND Personally appeared before me, Nate Edwards, to me known, who being sworn, deposes and says: That he /she is the authorized agent of Southeastern Newspapers Company, LLC, a Georgia Limited Liability Company, doing business in said County under the trade name of The Augusta Chronicle, a newspaper in said County; That he /she is authorized to make affidavits of publication on behalf of said publisher company: The, Augusta Chronicle; that said newspaper is of general circulation in said county and in the area adjacent thereto; that he /she has reviewed the regular editions of said newspapers published on: 06/08/2014 and finds that the following advertisement appeared in each of said editions, to -wit: (deponent) Sworn to and subscribed before me This 11th day of , tine 2014 Notary Public Richmond Bounty, Georgia. �a a ptt 8 ti tot r7,---711:1400,0 ors 1 I i G o o, a canas6t 1 f TP m)ri ✓J r e t t»rakGt P up ? . m .. r A ** 1 1 3�. �� T Tltaa g utari t l'!t 410-44140 t� � A � � ' �B�d 7A} ; trm t, P I u t'e st' t ivrot a., 14 kW 14248 Layne Heavy Civil, Inc. 300 East Broad Street Ph 7 GA 30213 � ilL...... Phone: 770- 969.4040 Fax: 770.969363 0 " REQUEST FOR QUOTE WATER . MINERAL • ENERGY From Matthew Winkler, Southeast Utilities Group Email: matthew.winkler@layne.com Today's Date: 6/24/2014 Request for Quote - Butler Creek Interceptor RE. Upgrade West Phase 111 ** *Layne Heavy Civil, Inc. is Soliciting Bids for the Project Listed Be * Our firm is in the process of preparing a bid for the Augusta, Georgia - Utilities Pte acce• . no s our request for quotes for the scopes of work identified below. Please respond to tills by fit ` s format) below and returning via e-mail or fax to the address or number provided. Please you °rtyassi in . obtaining bonding, lines of credit, insurance, assistance in obtaining necessary equlpmert lies, Ott have any questions. Project: Butler Creek Intercept • , gre • w Ph g ` lilt! iesBep ,ent Au tsi a, GieOr Bid >I • 4-174 Engineer: iohns00,: laschober &Associates, P - BidDate Time: 6, 17/141 3:00 PM l"natt! Scope of Work: Subccnttant and supplier .. tndude ,' - Eon Cu • • • survey; land surveying; temporary erosion and bloating and • •; Jade • •res, tunneling; seeding and sodding; cast - In - place .: p .r- , : e; ready , concrete: • noing asphalt pavement replacement; ag• .. Battiest; 'iru • nd pipe supplies and appurtenances. NOTES CO • • • TS We lter/ . rtced - - is detailing scope of work be faxed to our office EOD 6 /13/14 Weft. ':Price,. -.Ns to - ':r by EOD 6/16/14 Plans and S; = ' ` # are from our ftp site, Augusta Blue, or iSciFt. Layne • e: t - t ` — :_ ■ .rrle; Password: service113 (case sensitive) —> Butler Creek Interceptor Upgrade Augusta B . ' a absitet ;'t , • k. , = a, G r line Planroom" tab and click "Butler Creek Interceptor" Please let us know if you're bidding this project by replying to this solicitation. Yes, I am Bidding No, I am not Bidding Name of Company: Contact: Address:. Email: Phone: Fax: CERTIFICATE The undersigned, Kay S. Smith, hereby certifies that she is the duly elected, qualified, and acting Assistant Secretary of Layne Heavy Civil, Inc., an Indiana corporation (the "Company "), and as such is familiar with the books and records of said Company, and does hereby certify the following: 1. that Russ McConnell is Division Vice President of Layne Heavy Civil, Inc. in Fairborn, GA; 2. that the resolutions set forth below were adopted by Minutes of Action Taken in Lieu of a Meeting of the Board of Directors of said Company by written consent, dated as of January 2, 2014, that the following is a true and correct copy of such resolutions as they appear in the minute books of the Company, and that such resolutions are in full force and effect: AUTHORITY To ENTER INTO CONTRACTS WHEREAS, the directors deem it in the best interests of the corporation to state the bid, contract and purchase order limits of the various officers and employees of the corporation. NOw, THEREFORE, BE IT RESOLVED, that effective as of January 2, 2014, and in lieu of all previous actions of the Board of Directors, the authority of the following officers and employees of the corporation to (i) accept customer purchase orders and affix the corporate seal thereon; (ii) issue bids and/or enter into contracts with customers; and (iii) enter into contracts with venders m connection with the sale of the corporation's products and services and the purchase of supplies and equipment, in the name of and on behalf of the corporation, shall be for an amount up to and including the amount set forth beside each of their titles in the following schedule: * x Title Amount President........, $10,000,000 Vice President s. $5,000,000 Assistant Division Manager, District Manager or Branch Manager.... $1,000,000 FURTHER RESOLVED, that the president or vice president of the corporation may delegate the authority to enter into contractual commitments which they are authorized to execute pursuant to these resolutions to any other officer, assistant division manager, district manager, branch manager or other employee of the corporation and may, as requested by any third party, indicate such delegation by addressing a letter or other written document to such third party. FURTHER RESOLVED, that prior to execution thereof, pursuant to the preceding resolution, any contract in excess of the authorized limits granted herein must be approved by any two members of the Board of Directors; provided, however, that the execution of any contract in accordance with the preceding resolution may be considered by all third parties to be conclusive evidence that all appropriate authority pursuant to these resolutions has been granted. FURTHER RESOLVED, that the secretary, any assistant secretary, or any other officer of the corporation be, and they hereby are, authorized to certify a copy of these resolutions, and any customer of the corporation is hereby authorized to rely upon said certificate as so presented. 3. that in accordance with these resolutions, two members of the Board, Messrs. David D. Singleton and Rene J. Robichaud, have granted authorization to Russ McConnell, Division Vice President of Layne Heavy Civil, Inc., to sign all contract documents and change notices between the Owner and Layne Heavy Civil, Inc., for the project known as: Butler Creek Interceptor Upgrade West Phase III, Augusta, GA Commission. IN WITNESS WHEREOF, Kay S. Smith has hereunto set her hand and affixed the corporate seal of LaynE; Heavy Civil, Inc., this 17 day of June, 2014. [CORPORATE SEAL] Kay S. Sail, Assistant Secretary CERTIFICATE The undersigned, Kay S. Smith, hereby certifies that she is the duly elected, qualified, and acting Assistant t Secretary of Layne Heavy Civil, Inc., an Indiana corporation (the "Company "), and as such is familiar with the a books and records of said Company, and does hereby certify the following: 1. that Andy Hedrick is District Manager of Layne Heavy Civil, Inc. in Fairburn, GA; 2. that the resolutions set forth below were adopted by Minutes of Action Taken in Lieu of Meeting of the Board of Directors of said Company by written consent, dated as of January 2, 2014, tha the following is a true and correct copy of such resolutions as they appear in the minute books of the Company, and that such resolutions are in full force and effect: AUTHORITY TO ENTER INTO CONTRACTS WHEREAS, the directors deem it in the best interests of the corporation to state the bid, contract and purchase order limits of the various officers and employees of the corporation. NOW, THEREFORE, BE I1' RESOLVED, that effective as of January 2, 2014, and in lieu of all previous actions of the Board of Directors, the authority of the following officers and employees of the corporation to (i) accept customer purchase orders and affix the corporate seal thereon; (ii) issue bids and/or enter into contracts with customers; and (iii) enter into contracts with venders in connection with the sale of the corporation's products and services and the purchase of supplies and equipment, in the name of and on behalf of the corporation, shall be for an amount up to and including the amount set forth beside each of their titles in the following schedule: Title Amount President $10,000,000 Vice President ., .. «...,..•$5,000,000 Assistant Division Manager, District Manager or Branch Manager. :......... ... . ...:. $1,000,000 FURTHER RESOLVED, that the president or vice president of the corporation may delegate the authority to enter into contractual commitments which they are authorized to execute pursuant to these resolutions to any other officer, assistant division manager, district manager, branch manager or other employee of the corporation and may, as requested by any third party, indicate such delegation by addressing a letter or other written document to such third party. FURTHER RESOLVED, that prior to execution thereof, pursuant to the preceding resolution, any contract in excess of the authorized limits granted herein must be approved by any two members of the Board of Directors; provided, however, that the execution of any contract in accordance with the preceding resolution may be considered by all third parties to be conclusive evidence that all appropriate authority pursuant to these resolutions has been granted. FURTHER RESOLVED, that the secretary, any assistant secretary, or any other officer of the corporation be, and they hereby are, authorized to certify a copy of these resolutions, and any customer of the corporation is hereby authorized to rely upon said certificate as so presented. 3. that in accordance with these resolutions, two members of the Board, Messrs. David D. Singleton and Rene J. Robichaud, have granted authorization to Andy Hedrick, District Manager of Layne Heavy Civil, Inc., to sign all contract documents and change notices between the Owner and Layne Heavy Civil, Inc., for the project known as: Butler Creek Interceptor Upgrade West Phase III, Augusta, GA Commission. IN WITNESS WHEREOF, Kay S. Smith has hereunto set her hand and affixed the corporate seal of Layne Heavy Civil, Inc., this 24' day of June, 2014. iictstikm [CORPORATE SEAL] Kay S. Si t , Assistant Secretary STATE OF GEORGIA Brian P. Kemp, Secretary of State ' State Construction Industry Licensing Board - Utility Contractor License No. UC300121 Status: Active Layne Heavy Civil, Inc. 300 E Broad St Fairburn GA 30213 Expires: 4/30/2015 Issued: 12/28/1993 11'1111 1111111 11111Y111011u11 Real - time license verification is available at sos georgia.gov/PLB The Certificate above may be used for wall display, The Card below may be used as the pocket identification card. Notify the Board office of name/address changes at: Georgia Secretary of State Professional Licensing Boards 237 Coliseum Drive Macon, GA 31217 -3858 Or visit us online at: http://www.sos.ga.gov/p1b/ P.= STATE OF GEORGIA Brian P. Kemp, Secretary of State ca`h State Construction Industry Licensing Board Pot or Utility Contractor License No. UC300121 - Active Layne Heavy Civil, Inc. 300E Broad St Fairburn GA 30213 Issued: 12/28/1993 Expires 4/30/2015 Real -time license verification is available at sos.geergia.aov/PLB 'st 2014 OCCUPATIONAL LICENSE 4 1. Post in a Conspicuous Place tt LAYNE HEAVY CIVIL, INC. 300 EAST BROAD ST FAIRBURN, GA 30213 This Occupational Receipt Expires: December 31, 2014 License # 0560 t Business Type: Site Preparation Contractors Owner's Name(s): LAYNE CHRISTIANSEN COMPANY 1 . By: 1 D ate: . Brenda B. James City Clerk This is an occupation license tax only. The licensee must abide by all County and State laws; this certificate does not r exempt the licensee from any other permit required by law. This is not a certification of the licensee's qualifications. A. F IRM OVERVIEW �? f �... tr :' ,'V'il n a } r'.�T Aj LI T X T e's experts collabore aos diion, Tr Plant Solutions: functional and geographic lines cr to deliver total L specializes in competitively bid new solutions for xp some of the world's toughest water, c o n stru c tion and rehabilitation of both water & mineral and energy challenges. at This s integrated visal wastewater treatment facilities, intakes and approach ensures streamlined communications, pump stations. Layne has constructed more expedited timelines, a constant focus on our than 1,000 treatment plants. From preliminary overriding values of safety, sustainability, investigations through Design -Build project inte a nd excellence and allows us to offer delivery services, Layne's diverse staff offers a more than the sum of our individual services' broad range of technical abilities and innovative Our solutions give clients a single point of construction solutions to meet the need of accountability for even the most complex power, water, and sewer customers nationally. projects, and enable us to deliver high levels of both quality and economic efficiency. While our pipeline Utility Solutions: services are impeccable, it is our solutions that As one of the largest water and sewer pipeline make us truly remarkable. contractors in the United States, Layne has While our services are impeccable, it is our installed over 10 Million feet of pipe utilizing a solutions that make us truly remarkable. variety of materials including ductile iron, PVC, reinforced concrete, pre- stressed concrete, Alternative tiive Ppo eot Delivery Solutions: fiberglass, polyethylene, and clay. Layne offers a broad range of construction Marine/Tunneling Solutions: services involving both traditional and Alternative Delivery methods. A significant Layne offers: deep pumping stations, diffusers, portion of our recent supply, treatment and raw water intakes, outfalls, sub - aqueous pipeline experience has been performed pipelines, cofferdams, pile driving and dock utilizing Alternative Project Delivery methods. facilities. Our professionals also utilize Incorporating the benefits of single source mechanical- boring and hand mining techniques responsibility, improved schedule control, and to create tunnels for water, sewage and storm the potential for cost savings, this sector of our water conveyance and other utilities, railroads business has steadily increased to a level over and pedestrians. 25% of our work.. Layne has experience with the following Alternative Project Delivery Rannev Collector Well Solutions: methods: Layne specializes in the design and turn -key construction of high capacity water supply m Design -Build (DB) systems including: • Design - Build- Operate (DBO) a Construction Management at Risk . Radial Collector Wells (CMAR) « Surface Water Intakes • Engineer, Procure, Construct (EPC) . Infiltration Galleries • Find - and -Fix Riverbank Filtration Sea water systems. HEAVY CIVIL r FIR O VERVIEW STATEMEN OF Q UALIFICATIONS Renewable Ene S olutions: • Water Management Soluti Through a partne with entec b gmbh Layne is a nationally reco leader in of Fussach, Aust La yne has the c apability to developing and applying grou hydraulic bring proven Euro pean biog digeste models. We successfully mo e nvironmental technology to No Am erica with o the ground Processes because we under the physics underlying the interconnec hydrologic, design and imp by a f ull service geologic, and landscape syste nationally recog contractor The entec process is a prove technolo that will r Layne s also a nationally rec leader in effectively treat organi waste and p roduce the the repa ir and maintenance o wa ter wells and maximum bioga out put, reducti of solids, pump systems. Our expe personnel have the ability to thoroughly test and analyze and a utzable nutr ient rich e entec the condition of a water well system and then biogas offers five different Anaerobic Digester perform all necessary maintenance to maintain systems to ensure the most optimized process the system. Our team includes experienced and highest biogas production yield for each Engineers, Geologists, and highly trained and application and project scale as well as digester experienced Service Technicians to solve agitators, safety devices, gas filters, biogas problems in a safe and effective manner. storage tanks and biological biogas scrubbers. Layne's capabilities serve customers from concept to completion. We begin by analyzing the water supply, review available technologies for treatment, review the feasibility and Pipe Rehabilitation Solutions by Layne economics of each option, and if desired, lnliner: provide complete turnkey installation of any type Layne is a leader in pipeline rehabilitation, of system. specializing in a patented cured -in -place pipe (CIPP) process, installing over 15 Million feet of CIPP. This trenchless solution allows repairs Drilling: to be made to buried pipes without the normal Layne's Specialty Drilling group offers disruption of dig and replace construction. sophisticated drilling services for the environmental, mining, energy, geotechnical construction, and water supply markets. We solve your difficult problems by gaining a Other Construction Specialty Services: complete understanding of your needs and Rock Excavation and Trenching project goals and then tailoring a solution that • • Horizontal Auger and Directional Boring fits your budget and schedule. With our • Deep Caissons knowledge and experience combined with the • Concrete Formwork industry's most comprehensive drilling methods, • Trenchless Rehabilitation we identify the best approach to your specific • Ground Improvement project. And the Chilean Mine Rescue was no exception. Our expert drillers combined with our solid plan, led to a much quicker rescue of the miners than expected. HEAVY CIVIL r. ne , FIRM OVERVIEW STATEMENT OF QUALIFICATIONS A SUMMARY OF LAYNE'S SOLUTIONS WATER MANAGEMENT CONSTRUCTION DRILLING SOLUTIONS SOLUTIONS SOLUTIONS Helping to solve the Well Designed. On Time. world's water challenges Well Constructed. On Target. Well Done, Total water management Delivering specialized Comprehensive turnkey solutions to clients across design and construction drilling solutions for water a wide range of industries solutions for sustainable management, mineral and market sectors. water infrastructure is just exploration and specialty about any industry or drilling needs. environment. Solutions include: Solutions include: Solutions include: • Sourcing • Alternative Delivery • Borehole Analysis • Water Treatment • Ground • Exploratory Drilling Technologies Improvement • Injection Well • Water Treatment • Renewable Energy Construction Equipment • Sewer Systems • Large Diameter Maintenance • Treatment Plants Drilling • Well Maintenance • Trenchless • Specialty Drilling Rehabilitation • Underwater • Water Supply Robotic Drilling • Water Transmission • Vibration & Distribution Technology • Well Drilling HEAVY CIVIL a , FIRM OVERVIEW STATEMENT OF Q.UAL /FICA PONS COMPANY SIZE AND GLOBAL LOCATIONS ayne WATER MINERAL ENERGY A $1.13 BILLION+ GLOBAL COMPANY TEAM Our team of 4,500 permanent employees operates in more than 80 integrated offices and on project sites worldwide. 0 0 0 0 7-16 86 224 60 50 3,090 4,690 HEAVY CIVIL (Ore! FIRM OVERVIEW ✓.T 7 ,g,41:71•17 OF n , =mar Listed below is a percentage breakdown over the last three years of our main specialty lines as well as our recent revenue growth. LAYNE HEAVY CIVIL SERVICES M PIPELINE UTILITY E � la TREATMENT PLANT INTEGRATED SERVICES Heavy Civil Gross Revenue in Millions 400.0 353.3 343.8 319.7 350.0 278.4 278.1 300.0 r- 267.2 250.0 k, { 200.0 150.0 100.0 50.0m Q 2008 2009 2010 2011 2012 2013 Note: Revenue totals above are not inclusive of Layne Inliner which is now a separate division of Layne Christensen Company. HEAVY CIVIL TRAVELER Bond & Financial Products 7465 W. 132 Street Overland Park, KS Phone: (913)402 -5392 Fax: (866)842 -3972 RE: Layne Heavy Civil, Inc. To Whom It May Concern: This letter will serve to confirm Layne Heavy Civil, Inc. has the ability to provide single project bonding in excess of $50 million with an aggregate limit of $550 million; $300 million backlog, Travelers Casualty and Surety Company's commitment to write any final bond is conditioned upon several factors being reviewed and accepted by us as satisfying our underwriting criteria at the time the final bonds are required. Those factors include, but are not limited to, the final contract documents and all related contracts, the bid results, financing arrangements for the project, the financial condition of the Layne Heavy Civil, Inc. based on the most recent information available to us at the time of the final bonds are required and the terms of the requested final bonds. This letter is issued only as a bonding reference as requested from our client and Is not an assumption of liability or a bond. We assume no liability to third parties or to you if, for any reason, we do not execute said bonds. Travelers Casualty and Surety Company, a member of the Travelers Group, is rated as A +(Superlor), Financial Classification XV by A.M. Best Company, appears on the U.S. Treasury Department List of approved sureties and is licensed to do business in the State of Indiana. Should you require additional information regarding our relationship with Layne Heavy Civil, Inc. please contact us at the Louisville, KY address below. It is with pride we recommend Layne Heavy Civil, Inc. Tr vel s Casualty and Su ety Company of America I lilam Kantlehner, III Authorized Surety Representative Garrett -Stutz Company 1601 AlDant Avenue Louisville, KY 40299 -6338 (502)415 -7000 Table of Contents Index to Financial Statements Report of Independent Registered Public Accounting Firm Board of Directors and Stockholders Layne Christensen Company The Woodlands, Texas We have audited the accompanying consolidated balance sheets of Layne Christensen Company and subsidiaries (the "Company ") as of January 31, 2014 and 2013, and the related consolidated statements elf operations, comprehensive loss, equity, and cash flows for each of the three years in the period ended January 31, 2014. Oar audits also included the financial statement schedule listed in the Index at Item 8. These financial statements and financial statement schedule are the responsibility of the Company's management. Our responsibility is to express an opinion on the financial statements and financial statement schedule based on our audits. We conducted our audits in accordance with the standards of the Public Company Accounting Oversight Board (United States). Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the financial statements are free of material misstatement. An audit includes examining, on a test basis, evidence supporting the amounts and disclosures in the financial statements. An audit also includes assessing the accounting principles used and significant estimates made by management, as well as evaluating the overall financial statement presentation. We believe that our audits provide a reasonable basis for our opinion. In our opinion, such consolidated fma neial statements present fairly, in all material respects, the financial position of Layne Christensen Company and subsidiaries as of January 31, 2014 and 2013, and the results of their operations and their cash flows for each of the three years in the period ended January 31, 2014, in conformity with accounting principles generally accepted in the United States of America. Also, in our opirdor► suc iirtancia1 statement s wheat considered in relation to the basic consolidated financial statements taken as a whole, presents fairly, in all material respects, the infonrtetk rt sat forth therein We have also audited, in accordance with the standards of the Public Company Accounting Oversight Board (United States), the Company's internal control over financial reporting as of January 31, 2014 based on the criteria established in Internal Control — Integrated Framework (1992) issued by the Committee of Sponsoring Organizations of the Treadway Commission and our report dated May 1, 2014 expressed an unqualified opinion on the Company's internal control over financial reporting. fs /DELOITTE & TOUCHE LLP Houston, Texas May 1, 2014 65 i, .� .� ...;�...•s:., ,. ire,_., y, ,.> e. , .,,,,,,, , , :,:.vrz na >,.. i..,..,,,,,,, ,.wao-.x� .kaea.. Table of Contents Index to Financial Statements LAYNE CHIRISTENSEN COMPANY AND SUBSIDIARIES CONSOLIDATED BALANCE SHEETS - (Continued) January 31, January 31, tin thousands, exce € 0 er share data 2014 2013 LIAIIIL THIS AND E UtT't" Current liabilities: Accounts payable $ 3 $ 86,329 Current maturities of long term debt 14,322 12,789 Accrued. compensation 19,366 53,651 Accrued insurance expense L0,710 13,645 Accrued )CPA liability 10,32, : 3.715 Other accrued expenses 29,351 43.683 Acquisition. escrow obligation- current income taxes payable 7,989 8,063 Billings in excess of costs and estimated earnings on uncompleted contracts 34255 t 34,869. Total current liabilities 195,527 256,744 Noncurrent littbllities: Convertible Notes, net 106,782 Long -term debt 1522 ''96,53 Accrued insurance expense 16,883 14,442 Deferred income taxes 10,95 1,553 Acquisition escrow obligation -long term 2,861 Other ' 24,256, 16 Total noncurrent liabilities 160,388 1404 Contingencies (Note 14) Equity: Common stock, par value $.01 per share, 30,000 shares! authorized, 19,915 and 19,818 shares issued and outstanding, respectively 199 498 Capital in excess of par value 367,461 352,048 (Acenetultdetl dot led) rebtirted earnings (61,656) (x1' 9 . Accumulated other cotupfeheesive loss (16,540) (6,492) Total Layne Christensen Company equity 289,464 4 1 2 . 73 ' Noncontrolling interests 1,239 2,334 Total equity 290,703 415.071 Total liabilities and equity $ 646,618 $ 812,226 See Notes to Consolidated Financial Statements. 67 . - W „r-s:. .;. .. ,.. >k..,,_ .. ..;"<.a. .,.,.., ar`; ,.. r :.:•. „ir: ::'';e, .x ,;e_ �n „.'; „eo „r:., °.45*+ate =: , a <. Table of Contents Index to Financial Statements LAYNE CHRISTENSEN COMPANY AND SUBSIDIARIES CONSOLIDATED STATEMENTS OF COMPREHENSIVE LOSS Years Ended January 31, (in thousands) 2014 2013 2012 Net. loss” a ,(12805() $ (36,023) ....... (.53,1$2) Other comprehensive loss; Foreign eurten y translatt to ndJuls(tnents (net of tax expense (benefit) of $0, Wig and ae108). n pe n 1 e( 48) : 2 (414) Other comprehensive loss (10,048) (269) (414) Comprehensive loss (134;0(36,292 ) ( Cotnprehensive income attributable to noncontrolling interests (all attributable to net income) (588) (628} (2;893) Comprehensive loss attributable to Layne Christensen Company Iii;S" {36 I (6,48), See Notes to Consolidated Financial Statements 69 Table of Contents Index to Financial Statements LAYNE CHRISTENSEN COMPANY AND SUBSIDIARIES CONSOLIDATED STATEMENTS OF CASH FLOW Years Ended January 31, (in thousands) 2014 2013 2012 Cash flow from operating activities: Net loss $(128,051) $ (36,023) $ (53,182) Adjustments to reconcile net loss to cash flow from operations: Depreciation and amortization 61,091 65,883 63,566 Amortization of discount and deferred financing costs 2,147 Impainnent charges 14,646 8,431 97,529 (Gain) loss on disposal of discontinued operations (8,333). 32,589 Loss on remeasurement of equity method invesnnent 7,705 Deferred income farces 46,417 (37,898) (18.009) Share -based compensation 3,237 2,924 3,796 Sluire -based con *pensetion''excess tax benefit ( l6) Equity in losses (earnings) of affiliates 2,974 (20,572) (24,647) Dividends received from a Mliatcs 8,023 7,080 5,502 Gain from disposal of property and equipment (6,110) (3,364) (8,247) 1:hanges in current assets and liabilities, (exclusive of effects of acquisitions): Decrease (increase) in customer receivables 46,889 26,658 (19,330) Decrease (increase) lit costs and estimated earnings in excess of billings on uncompleted contracts 7,561 4,342 (24.726) Decrease (increase) in inventories 2,516 (12,394) (5,882) (Increase) decrease itt other current assets (14,319) 1,306 (7,180) (Decrease) increase in accounts payable and accrued expenses (53,044) (13,947) 26,418 (Decrease) increase in billings in excess ()feasts and estirated earnings on uncompleted contracts (996) (4,798) (17,646) net 14,221 (3,171) (2,234) Cash (used in) provided by operating activities (1,131); 24,751 _ 15,712 Cash flow from investing activities: Additions to property and equipment (34,409) (75,831) (66,952) Additions to gas transportation facilities and equipment (58) (109) Additions to oil and as properties (1,512) (3,434) Additions to mineral interests in oil and gas properties (102) (331) Acquisition of businesses, net of cash acquire,} (18,397) _ (8.855) Proceeds from disposal of property and equipment 8,733 6,158 (4,055 Proceeds from sale of business , 114364 13,500 Deposit of cash into restricted accounts (4,964) (9,000) Release of cash front restricted accounts 3,144 12,830' Distribution of restricted cash for prior year acquisitions (3,144) (3,830) Proceeds from redemption of,instfr,uuce contracts " 3'`,565, Y Cash used in investing activities (15,011) (76,242) (65,626) Cash flow from financing activities: Borrowings under credit agreement 310 ,7441 469,200 454,121 Repayments tinder credit agreement (402,354) (426,700) (406,337) Proceeds from long tenn Convertible Notes 125,000 Payment of debt issuance Costs (5,022) Net (decrease) increase notes payable (1,329) 1,110 7,366 Repaynnents of long term debt (2,590) (6,667) Principal payments under capital lease obligation (1,296) (93) Acquisition ofnoncontroiltng interest - (2,743) - issuance of conmton stock upon exercise of stock options 1,105 1,004 220 Excess tax benefit on exercise of share -based instruments (6> Purchases and retirement of treasury stock 156) (150) Distribution to noncontrolling'interest (1,683) ` (1,423) (2,199) Cash provided by financing activities 25,109 37,765 46,370 Infects of exchange rate changes on cash (1,196) 19481'` 475 Net increase (decrease) in cash and cash equivalents 7 114,674) (3,069) C'ash and Lash equivalents at beginning orycar 27.242 41,916 44,985 Cash and cash equivalents at end of year 5 35,013 $ 27,242. $ 41,916 See Notes to Consolidated Financial Statements. 71 LAYNE HEAVY CIVIL MAJOR EQUIPMENT LIST (tome F ' ..., . t Co Unit Number Description Serial Nu(mber Date Acquired 38 BM219 303.5CR CAT EXCAVATOR DMY03219 2/1/2010 38 BM221 303.5 CAT EXCAVATOR DMY03221 2/1/2010 38 BM630 IHI 55N MINI EXCAVATOR WP000630 10/30/2009 38 BM947 EC35 VOLVO COMPACT EXCAVATOR 8317947 10/30/2009 31 C1145 550G CASE DOZER J1G0255891 6/30/1998 31 C1228 550G CASE DOZER JJG0256206 12/10/1998 31 C1238 580SL CASE BACKHOE W/ JJG0268826 12/10/1998 31 C1241 580SL CASE BACKHOE W/ JJG0268852 12/10/1998 31 C1242 580SL CASE BACKHOE W/ JJG0268834 12/10/1998 31 C1446 420D IT CAT BACKHOE 2001 BLN00415 2/9/2001 31 C1510 420D IT CAT BACKHOE BLN04549 2/26/2002 31 C1511 375L CAT EXCAVATOR 1JM00601 2/21/2002 31 C1527 KOBELCO LATBOOM CRAWL CRA GG0302017 4/12/2002 31 C1528 KOBELCO LAT BOOM CRAW CRA GG0302019 4/8/2002 31 C1544 580SUPER M EXTENDAHOE JJG0373621 11/6/2002 31 C1578 1975 GALLION 12.5T CRANE GM4 -53 12/31/2002 31 C1602 744J JD Loader DW744JX587748 4/10/2003 31 C1605 TEREX RT534 Crane 13269 5/15/2003 31 C1607 650H JD Dozer T0650HX919457 6/9/2003 31 C1609 D5G XL Cat Dozer FDH01579 4/22/2003 31 C1619 650H XLT Dozer T0650HX920758 6/27/2003 31 C1633 850K Case Dozer CAL004002 4/29/2003 31 C1646 580 Super M Extendahoe JJG0374750 10/24/2003 31 C1651 365 BL Excavator 9TZ00520 11/10/2003 31 C1659 04 KBLC CK800 CRAWL CRANE GG04- 03020 1/1/2004 31 C1670 580 SuperM Plus Extendhoe N4C307153 2/2/2004 31 C1671 580 SuperM Plus Extendhoe N4C307120 2/2/2004 31 C1672 580 SuperM Pius Extendhoe N4C307159 2/2/2004 31 C1673 580 SuperM Plus Extndahoe N4C307121 2/2/2004 31 C1674 580 SuperM Plus Extdahoe N4C307119 2/2/2004 31 C1675 580 SuperM Plus Extdahoe N4C307151 2/2/2004 31 C1676 580 SuperM Plus Extdahoe N4C307163 2/2/2004 31 C1677 580 SuperM Plus Extedahoe N4C307117 2/2/2004 31 C1678 580 SuperM Plus Extendaho N4C307157 2/2/2004 31 C1679 580 SuperM Plus Extendhoe N4C307161 2/2/2004 31 C1680 580 SuperM Plus Extendhoe N4C307118 2/2/2004 31 C1681 580 SuperM Plus Extendhoe N4C307155 2/2/2004 31 C1685 544JJDLoader DW544JT590311 2/18/2004 31 C1688 315CL CAT EXCAVATOR CJC01028 1/15/2004 31 C1695 544J JD Loader DW544JT590153 3/31/2004 31 C1696 5441 JD Loader DW544JT590695 3/31/2004 31 C1697 544J JD Loader DW544JT590673 3/31/2004 31 C1698 544J JD Loader DW5441T590666 3/31/2004 31 C1700 624J JD Loader DW624JT590329 3/31/2004 31 C1768 321 Cat HYDRAULIC Exc OCMF00397 8/31/2004 LAYNE HEAVY CIVIL MAJOR EQUIPMENT LIST j jne x ` C o Unit Number Description Serial Number % Da' a Acquired 31 C2100 PC308 KOMATSU EXCAVATOR KMTPC160V02030125 12/20/2007 31 C2101 WB146 KOMATSU BACKHOE A24297 10/26/2007 31 C2102 WB146 KOMATSU BACKHOE A24298 10/26/2007 31 C2103 WB146 KOMATSU BACKHOE A24068 10/26/2007 31 C2104 WB146 KOMATSU BACKHOE A24075 10/26/2007 31 C2105 WB146 Komatsu Backhoe A24057 1/29/2008 31 C2106 644J JOHN DEERE LOADER DW644JZ615915 10/15/2007 31 C2112 D51 KOMATSU DOZER B10136 1/29/2008 31 C2113 PC300HD8 KOMATSU EXCAVAT A87008 10/23/2007 31 C2114 PC300HD8 KOMATSU EXCAVAT A87009 1/29/2008 31 C2116 PC308 KOMATSU EXCAVATOR 30136 1/29/2008 31 C2119 D51 DOZER B10256 11/8/2007 31 C2120 PC228 KOMATSU EXCAVATOR 40610 11/8/2007 31 C2126 PC138 KOMATSU EXCAVATOR 21542 1/29/2008 31 C2133 580SM+ CASE BACKHOE CAB N7C431056 1/29/2008 31 C2134 580SM+ CASE BACKHOE CAB N7C431059 1/29/2008 31 C2135 580SM+ CASE BACKHOE CAB N7C431064 1/29/2008 31 C2137 580SM+ CASE BACKHOE CAB N7C431022 1/29/2008 31 C2138 580SM+ CASE BACKHOE CAB N7C431026 1/29/2008 31 C2139 580SM+ CASE BACKHOE CAB N7C431028 1/29/2008 31 C2140 580SM+ CASE BACKHOE CAB N7C431015 1/29/2008 31 C2141 580SM+ CASE BACKHOE CAB N7C431019 1/29/2008 31 C2142 580SM+ CASE BACKHOE CAB N7C431032 1/29/2008 31 C2147 TADANO GR500 RT CRANE 540487 1/29/2008 31 C2150 GR300 TADANO CRANE 560980 12/31/2007 31 C2155 753 BOBCAT LOADER 512713652 1/1/2008 31 C2158 710D JD LOADER T0710DJ850491 1/1/2008 31 C2164 210LE JD Backhoe /LOADER T0210LE881267 1/1/2008 31 C2165 544H JD LOADER DW544HX585521 1/1/2008 31 C2167 260 JD SKIDLOADER T00268A918472 1/1/2008 31 C2169 544J JD LOADER DW544JZ592945 1/1/2008 31 C2170 2002 KAMATSU WA380 -5L WHEEL A52442 1/1/2008 31 C2171 624J JD LOADER DW624JZ600065 1/1/2008 31 C2173 950 CAT LOADER K5K00567 1/1/2008 31 C2174 322 JD SKI DSTEEE T0322TAl27970 1/1/2008 31 C2268 PC750 KOM EXC 10297 1/1/2008 31 C2274 PC308 KOMATSU EXCAVATOR 20226 1/1/2008 31 C2275 450 HITACHI FF01J3Q020026 1/1/2008 31 C2276 PC228 KOMATSU EXCAVATOR 323052 1/1/2008 31 C2315 PC138 KOMATSU EXC 22200 2/8/2008 31 C2317 PC 228 KOMATSU EXCAVATOR 41003 2/29/2008 31 C2318 D51 KOMATSU DOZER B10547 3/27/2008 31 C2322 PC138 KOMATSU EXCAVATOR 22212 2/8/2008 31 C2323 D51PX -22 KOMATSU DOZER B10548 2/18/2008 31 C2333 580 SuperM Backhoe N7C431053 3/27/2008 LAYNE HEAVY CIVIL MAJOR EQUIPMENT LIST .-t" co Unit Number I escript n Mb at Acquired �er�a� �>� Date 29 M182 CAT TL 642 TELEHANDLER TBK00190 1/1/2009 29 M184 TAKEUCHI EXCAVATOR TB125R 12513966 1/1/2009 29 M188 BL7OD VOLVO BACKHOE 11114 1/1/2009 29 M189 TL140TAKEUCHI TRACKLOADER 21401221 1/1/2009 38 ZA524 CATERPILLAR 245 LONG STICK STK24524 10/30/2009 , • , "111P , (4iravity Feed and Siphon Force Man PROJECT PROF1Lc Augusta Utilities Department 144* Wastewater Force Main with connection At Spirit Creek, Ft. Gordon Augusta, Georgia VALUE OF WORK PERFORMED Project Overview: $5,304,243 The project involved intercepting sewer flows at the Fort Gordon WNTP and diverting the flows to the J,B PROJECT COMPLETION DATE Messerly VVWTP. The new system was designed as a July 29, 2011 gravity feed and s h iphon force main. project was installed both on the Fort Gordon array base and within OWNER REFERENCE existing sanitary sewer easements locatceidoifinbg and ase. City of Augusta Principle items of const in d ear Drew Goias grubbing of the new easernent fi,..rn f and installing 32,800 feet of 24 Fl -Inch a D E oipt, ,i d 650 feet of 12' 706.312.4160 HDPE pipe; 1 million gallon ground storage, flow control vault with motorized valves, and two magnetic flow ENGINEER REFERENCE meters. Tetra Tech, LLC Steve Behrend 706.828.8886 LAYNE HEAVY CIVIL, INC. 4520 N. State Rd. 37 Orleans, IN 47452 Phone: 812.865.3232 Website: www.layne.com :' - ii . .-:`.. -,, l• -ai, - -l 'il / 38,000 LF of 30" Water Transmission Mains PROJECT PROFILE , U.S. Army Corps of Engineers i., Holly Hill Reach Water Transmission Main — Phase I 1 Holly Hill, South Carolina VALUE OF WORK PERFORMED Project Overview: $4,702,000 - This is the second of several projects included in the Holly Hill Reach intended to provide water from Lake CHANGE ORDERS i Marion located North of Santee, SC to the town of Holly ($2,923,970) i Hill, SC. PROJECT COMPLETION DATE "' The scope of work included furnishing, installing, and placing into successful operation approxinlately 38,000 October 5, 2010 ! LF of 30-inch diameter water transmission rriains, There was approximately 36.700 LF of 30 DIP installed by OWNER REFERENCE open nut rrietilod and 'several sections of 30" HDPE pipe U.S. Army Corps of Engineers, - installed by directional drill rriethod, The project provided Charleston District many challenges including wetland crossings, crossing Kevin Widner agricultural fields in a narrow right-of-way with special 843.329.8214 stipulations on handling and replacement of the torisoil. Kevin.D.Widnerausace.armv.mil and working alongside high voltage power lines that required special height Iinters on the excavators for a ENGINEER REFERENCE large percentage of the project. Hazen and Sawyer Andrew Vane ,,ayneeayy Civil crews started the pipe insrallaticin in , PE l Jan 2010 and uary finished the pipe inst' ahead o' 704.940.8913 ' the ' • ' i ' ' - c .' schedule in late August. LAYNE HEAVY CIVIL, INC. Conlments: 4520 N. State Rd. 37 Project built by Layne Heavy (.., l-leeter Construction Orleans, IN 47452 wr-,Iiii, General Contractor due to Hub Zone redUireinefItS Phone: 812.865.3232 Website: www.Iayne.com l- 1,„-,,c4;1,--,;,•.,.. '' -.. :,(,,,,.....,, .., it -1.1,:tv/ . 4 i 4 N toit,, X '''' '. ' ' ° ' ` N ..1., , : %, , k . \ •,;:' ) , . . ... . . . ... . , S ewer 54' CFRPM S , . PROJECT PROFILE ' CITY OF RICHMOND East Side Interceptor Replacement • Richmond, Indiana VALUE OF WORKED PERFORMED Project Overview: $12,508,334 Construction includes approximately 8,125 linear feet of PROJECT COMPLETION DATE new 54 sewer interceptor pipe to replace aging 36" December 2014 sewer main. Approximately 1,375 linear feet constructed by traditional open cut method, Approximately 6,750 linear feet of 54-inch CFRPM constructed by trenchless OWNER REFERENCE tunneling utilizing a tunnel boring machine, Connection City of Richmond, IN of sewers, lateral reconnections, several cast in place Mr. Elijah Welch and precast structures, structural modifications, 7 deep rock shafts, temporary earth retention systems, jack and 765.983.7483 bore casing, excavation, backfilling erosion control, traffic control, surface restoration, construction ENGINEER REFERENCE engineering, settlement monitoring plan, and multiple Commonwealth Engineers, Inc. sewer bypass operations. Brian Desharnais 260.494.3223 LAYNE HEAVY CIVIL, INC. 4520 N. State Rd. 37 Orleans, IN 47452 Phone: 812.865.3232 Website: vvww.layne.com j CONTRACT DOCUMENTS FOR PHASE III- BUTLER CREEK INTERCEPTOR UPGRADE - WEST BUTLER CREEK BASIN - PROJECT NO. 60106 prepared for AUGUSTA, GEORGIA COMMISSION Augusta, Georgia The Honorable Deke S. Copenhaver, Mayor Commissioners: William Fennoy Corey Johnson Donnie Smith Alvin Mason Bill Lockett Joe Jackson Mary Davis Wayne Guilfoyle Marion Williams 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 1 LANDSCAPE ARCHITECTS 1296 Broad Street, Augusta, Georgia 30901 www.theJLAgroup.com April 30, 2014 JLA Job No. 42.0602 262$13 Fuses 3 262923 Variable- Frequenc M Controllers 5 263213 Engine Generators 12 263600 Transfer Sw 11 DIVISION 31 EARTHWORK 311000 Site Clearing 4 312000 Earthwork 9 312319 Dewatering 2 312500 Erosion and itches Sedientation otor Controls 7 DIVISION_ 32 EXTERIOR IMPROVEMENTS 329200 Grassing 4 DMSION 33 UTILITIES. 330500 Common Work Results For Utilities 5 335100 Water Supply Main with Appendices 26 2 Lnvitation to Bid Sealed bids will be recei at this office on Tuesday, June 17, 2 @ 3:00 p .m. f furnisn Bid Item 1 B Creek interceptor Upgrade W est Ph ase 111 for Util it ies depart B will be recei by Augusta, GA Comm here referr to as the O W NE R at the offi o : Geri A. S ams Procure De 530 Gre S - Room 605 Augusta Geo 30901 706 -821 -2422 Bid documents may be examined at the office of the Augusta, GA Pro curement D 530 Gr e Street — Room 605, Augusta, GA 30901. Plans and specifications for th e project s be obtaine by ent all prime, subcontractors and suppliers exclusively from Augusta B Print. The fees for the p lans and specifications which are non - refundable is $100.00. it is the wish of t O that all busine . are gi the opport to submit on thi project To fa ctate this p oli cy th Ow pr the opp ortun i ty to view plans online ( www.auqusta bl ue.com) at no c through Augusta Biue Print (706 722 -6488) beginning Thursday, May 8, 2014. Bidders are cautioned that submitting a package without t rocurerneawt of.a c omplete 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 Mandatary Pre Bid Conference will be held on Friday, May 30, 2014, @ 10:00 a.m. in the Procurement Department, 530 Greene Street. Alt quesrtions niust be subrnitt+ d' in writing by fax to 706 821 -2811 or by email to ® roc i andco :trac r.� au * : to = - .. o to' the office of the Procurement Department by Tuesday, June 3, 2014 rra 5:00 p.m 14o bid will be accepted by fax, alt 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 along with the bidders' 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. Alt 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 places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. GERI A. SAMS, Procurement Director Augusta Chronicle May 8, 15, 22, 29, 2014 Metro Courier May 14, 2014 Revised: 8/15/2011 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, :Walton. submit with his proposal 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 REiECTION 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 domed to be in the best interest of the OWNER. IB -09 CONTRACT TIMES Substantial completion of this project shall be 180 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 BID FORM (Addendum No. 1) PROJECT IDENTIFICATION; Phase III - Butler Creek Interceptor Upgrade —West Project No. 60106 CONTRACT IDENTIFICATION AND NUMBER: Bid Item # THIS BID IS SUBMITTED TO Augusta - Richmond County Commission Augusta - Richmond County Purchasing Department 530 Greene Street — Room 605 Augusta, GA 30911 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 times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged. Addendum No. Addendum Date 1 6/10/2014 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. 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 00300-1 Addendum 1 Bid Item #14 -174 k ) 11 AUGUSTA U TILIT IES DE PARTMENT — Phase Butler Creek Interceptor Upgrade — Wes t; Projec No. 60106 S AN IT AR Y SE STA ND AR D BID SCHEDULE i r a 3 0" diameter PV san itary sewer pipe SDR 26, Depth 6' 111 to :t ' includin' T i• II No . 57 stone beddin! material • :::L, 30" diameter PVC san itary sewer pipe SDR 26, Depth 8' to 2374 10', includin ' T 4 • - II No. 57 stone beddin • material 2 9 G 30" diameter PVC sanitary sewer pipe SDR 26, Depth 10' to 1898 LF 12' i ludin' T �" a II No, 57 stone beddin _• material , :. • S -51 $0' diameter PVC sa nitary sewer pipe SDR 26, t tti 12' to 14' inclutinr T 1 ®e 11, 0.57 stone tddln= material 376 LF 30" diameter PCV sanitary sewer pipe SDR 26, Depth 14' to 265 16', nctudins, T • e 11 No. 57 stone beddin • material �{� 30" diameter PVC sanitary sewer pipe SDR 26, Depth 16' to 129 MI . 18' includin. Tie II No. 57 stone beddin- material • S-9G -1 20" diameter ductile iron pipe sanitary force main, Class 250, 3159 4' minimum cover unless noted otherwise, Including Type 11 No. 57 stone beddin. material • = "' S-9G -2 20" diameter ductile iron restrained joint pipe (RJP) sanitary 1905 force main, Class 250, 4' minimum cover unless noted otherwise includin• T . e 11 No. 57 stone beddin" material j'+b +• S -91 30" diameter ductile iron sanitary sewer pipe Thickness Class 50, Depth 0' to 6', including Type 11 (No. 57 stone) bedding material _A 8-91-1 30" diameter ductile iron restrained joint pipe (RJP) sanitary sewer Thickness Class 50, Depth 0' to 6', including Type 11 No. 57 stone beddin, material olielim ..p° S -10E 18" diameter ductile iron sanitary sewer pipe Thickness Class 50, Depth 6' to 8', including Type"! (no, 57 stone) beddin± matl'iat ail - ' S -10I -1 30° diameter ductile iron restrained joint pipe (RJP) sanitary sewer Thickness Class 50, Depth 6' to 8', including Type II No. 57 stone beddin • material ji - t S -131 30" diameter ductile iron sanitary sewer pipe Thickness Class 11 LF 50, Depth 12' to 14', including Type 11 (No. 57 stone) bedding lin material •_Ei '" 8 -141 30" diameter ductile iron sanitary sewer pipe Thickness Class 1111 LF 50, Depth 14' to 16', including Type 11 (No. 57 stone) bedding material 32.0 . CA S -141 -1 30" diameter ductile iron restrained joint pipe (R sanitary III sewer Thickness Class 50 Death 14' to 16', includin' T p ell 5 26 S T 00300 -3 Addendum 1 Bid Item #14 -174 S -35 Ductile Iron PI •e P= (eats = ne,Encasentent 140 LF = • S -36 Concrete encasement of sanitary sewer (creek crossings, 70 CY _,, ) 250 etc.) S -37 Combination Sewage AirNacuum Release Valve and 2 EA Structure and connection to manhole — Sta. 86+62 & Sta. �$O 36 t300 111 +93 (Reference Detail 610304) _, d S -37A Combination Sewage AirNacuum Release Valve and 1 EA Structure, with floor drain to dram field and connection to SAO manhole Sta. 100+17 Reference Detail 6 /C1 S -37B Combination Sewage AirNacuum Release Valve and 1 EA Structure wI 155 LF — 6" PVC drain pipe, clean-outs and connection to 18" pipe -- Sta.73 +94 (Reference Detail T • - •s 81034 - �.� � S -38 Remove top cone section of existing manhole, including 36 EA frame and cover, plug all pipes entering and exiting manhole with non- shrink hydraulic cement grout backfill manhole with select fill material. 5So " ` r-- S -39 By -Pass. Meter Vault at Sta. 119 +00, including fittings, valves, 1 EA — and vault com •lets ._ ' WO— PAVEMENT STRUCTURES P -1 Asphalt overlay, type E, 1 %" thick, minirhum 150, SY 16.3G 1552.50 P-2 Graded aggregate base, 10 % " thick, 7' wide and asphalt 225 SY patch 2 Y2 thick, including removal of 2 % " GAB and placement of bituminous tack coat iC) a go P-9 6" x 24" concrete curb and /or gutter removal and 30 LF re * acernant as - # = $ ► date and necossa S7" MISCELLANEOUS M -1 Fls ' able till • 100 CY — ;A • M -2 Rock excavation 100 4 + • M -3 Foundation backfill, GA DOT Type II, for additional 1000 unclassified excavation t•©— • ••• M-4 Cleori ' and Grubbing ACRE 906 S +� M -5 Fence Removal & Replacement, New, Replaced in Kind ` 550 (Where specified on drawings or as directed and approved residenti s " =etor 29 5 :12. , M -6 Rip Rap GDOT Type 3, 12" minimum thickness, placed on 30 non -woven filter fabric (where specified and approved by resident Inspector for use other than that required for soil and q. 2.5 577 erosion control). M -7 Stream Crossing/Bank Restoration per Detail (Reference 6 EA 946- 00- Detail81G304) 00300 -5 Addendum 1 Did Item #14 -174 DEDUCTIVE ALTERNATE No.1 LUMP SUM DEDUCT T HE F OLLO W ING S-9G -1 20" d iameter d uctile iron p sanitary force main, C lass 250, -2285 LF :07: 2 : 4' nimum ver unless n oted otherise, includng Te II {N. 57 stone beddin material S -9G -2 20 iameter ductile iron restrained joint pipe (RJP) sanitary -980 LF 7�' for main, Class 250, 4 ' minimum co ver unless noted i otherwi in T 1 57 stone) bedding material ADD THE FOLL S -9G -1A 20" diameter PVC pipe sanitary force main, SOR 25, 4' 3265 LF minimum cover unless noted otherwise, Including Type II {Na 57 stone) bedding material S -19 -A 20" diameter PVC bell restraint harness per Detail 21C304 for S0 EA $ N p" 72 qpp PVC restrained oint i ' e RJP sanita force main. TOTAL DEDUCTIVE # TOTAL: ALTERNATE No 1 , €L1t t- 4 .. 4 . r` wat t ' + t u I, riameral LUMP SUM = (words) ADDITIVE ALTERNATE No.1 LUMP SUM ADD THE FOLLOWING LS -1D Installation of new 300 kW emergency diesel generator, 1 LS complete, including concrete pad, conduit, wire, and connections; removal and salvaging of existing 115 kW emergency generator, propane tank and items incidental to 1125c 5 I j the existing generator installation; removal and disposal of remaining items incidental to the existing emergency generator installation; and upgrade to 350A fuse in generator disconnect fusible Switch. TOTAL ADDITIVE TOTAL: 1 ALTERNATE No.1 s . :, ffi•• 1.. o . • , - r . , LUMP SUM (words) (numerals Lump Sum Construction (Bid Item LS - 2) • Mobilization, Demobilization • Bonds, Insurance • Remove and reset fences, All types • Remove and reset gates, Ail types • Remove and reset storm sewer or culvert, Lengths & sizes vary • Remove and reconnect water services, complete • Reconnect sanitary sewer services 00300 -7 Addendum 1 Bid Item #14 -174 a �j S UBMITTED on June 2 4 , 20 14 BIDD is: AIf n Indivi dual N / A (SEAL) (Warn - typ or pint) (MdMdual's Slg Ddnp Busl As Business Address Phone No Fax No AA Pa� Warship N / A (SEAL) (PatinerslIlp Neme- type or pint) (Slgnelure of General Pa rtner ) ( Ma c h erld of authority to sign) I Business Address Fax No No A Corporation l Layne Heavy Civil, Inc. (SEAL) (Corpwatbn Name) Indiana (State 01 lncorparallon) General Business /Service (Type - General Business. Professional. Sen ce Limited Liebolly) ...-- (Signature) (aitach evh#ence of authority to sign) 1 Andy Hedrick (Name -type or pdnl) ` District Manager { , (CORPORATE(SEAL) Wilde- type or prinl) 00300 -9 Addendum 1 Bid Item #14 -174 THIS A f•.iii.i•.1I\ GREEMENT made on the I I day of , 2014 by and between AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA, GEORGI OMMISSION, party of the first part, hereinafter called the OWNER, and LAYNE HEAVY CIVIL, 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 III - Butler Creek Interceptor Upgrade - West; Project No. 60106 and in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions hereto attached, which are hereby made a part of this agreement. CONTRACTOR shall be compensated in accordance with the compensation provisions below and in accordance with the rates established in Bid Item 14 -174 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 180 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 ($1,0001 Dollars for work to be substantially completed within the 180 -day schedule, 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. A -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 ,,t year,.a,1ad,,.4a.,y, rsX ennti ned above. OWNER: AUGUSTA, GEORGIA t A'I EST v % ., ', ( ,,, SEAL - - it y 11 . A %1L By: s Af A G The Honorable Deke Copenhaver Lena J. Be �i 'r i q o1/ Iayor Clefk of t' � • si9 i 14: r / f `�' Da'' � - ,six ` r . Date: ( / 3 `� t : �' .. v. + z APPROVED AS TO FORM: DE: RTMENT APPKUvA B : By: .. /,,..,, Thomas D. Wiedmeier Attorney Director, Au sta. Utilities Department Date: 6 7/1.6,_ "C Date: 18 CONTRACTOR: LAYNE HEAVY CIVIL, INC. ATTEST: SEAL, BT s�! Name: Frank Maines Name: K_tr S. Smith Title: District Manager Title: Assistant Secretary Date: S eptember 1 5, 2014 Date: September 15, 2014 A -3 , _ Amikk TRAVELERS J Bond & Financial Products 7465 W. 132 " Street Overland Park, KS Phone: (913)402 -5436 Fax: (913)402 -5457 LAYNE September 11th, 2014 FAIRBURN SEP 1 2 2014 Augusta, Georgia By and Through The Augusta Georgia Commission RECEIVED 530 Greene Street, Room 605 Augusta, GA 30901 RE: LAYNE HEAVY CIVIL, INC. PRO3ECT: BUTLER CREEK INTERCEPTOR UPGRADE WEST PHASE III / PROJECT NO. 60106 BOND NO.: 106147595 To Whom It May Concern: This letter will serve to confirm that as the surety representative of the Travelers Casualty and Surety Company of America, the surety company listed on the above referenced Performance & Payment bonds, it is acceptable to the surety for a representative of either the Augusta, Georgia By and Through the Augusta Georgia Commission or engineer to date the bonds and corresponding powers of attorney. At the time the bonds were issued, it had been determined a contract date had not been issued; therefore, if there is not a contract date, it is standard industry practice not to date the bonds and corresponding powers of attorney prior to the contract date. If you have any questions or concerns relating to this matter, feel free to contact our office at the address /telephone number listed below. TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA WiIlia •• • . ntlehner, III, Authorized Surety Representative C/o Garrett -Stotz Company 1601 Alliant Avenue Louisville, KY 40299 -6338 PH: (502)415 -7000 FAX: (502)415 -7002 SECTIOI PB BOND NO.: 1 30s. 0614759 (NOTE): BOND 15 ISSUEJ) SllvlUIJ ANEOUSL''Y �f 1TH PAYMENT BOND ON PACE PB ght Dollars , I N FAVOR OF TI-IE OWNER CONDITIONED FUR THE PA OF OR A ND M A'IERTAL.) W ALL MEN BY THESE PRESENT: Th at La yne H Civil , In c a5 J' ncipial, 11e r!'ili aftC r c all ed C ari Casualty and Surety Company of America aco o and exi s ting unde the laws of the State of, Connecticut ,Witt its prindpal offke in the City of Hartford _State o f Connecticut _ as Surety, hereinafter called Surety, are held and firmly bound unto AUGfiJSI'A, GEORGIA l Y .AID THROUGH Th{E AUGUSTA GEORGIA COMMISSION as Obligee, hereinafter called the Owner, inrile penalauwunt Five Million, Four Hundred Sixty -Two Thousand, One Hundred Ninety -Ei and F ifty Cents Dollars ( , 46262.198.5°-) for the paymex►t whereof Cant ractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, f1ra y by these presen #s f or t f performance of a certain written agreemen WHEREAS, Contractor has by said written agreement dated entered into a contract with Owner for the PHAS t 11 - BUTLER ' . L INTER E OR L�RADl3 WI~ST, PRDiECT NQ. 60106 in accordance with the drawings and specifications .issued by the Augusta Georgia Utilities Department and the Augusta, Georgia Commission, which contract is by reference made a part hereof, and is hereinafter referred to as the CON' !PACT 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 shalt 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) Complete the coNT RACT 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 Poi -I BOND NO.: 147595 defaults w der th contract oar e ft. o of c arr tin th p ar a gra suf hcd en t fu to p the c o co le th e b of th e c price; but no exceeding, including o u t er c osts t a r and d for which t S urety may be able here r, t the amoun set forth in the first paragraph hereof. 'Ils term "balance of the rct price; ` as used in this paragraph, shall an the total amount payable by Owxier to Coractor under the Contract auci arty amendm to, l ess t he am pro pa by r to Co An suit nnrler this bond must be instituted before the expiration of tt+vo (2) years fr the date can which final payment under the CONTRACT falls due. N right of action shall accrue can this band to er for the use of any person or co other than the Owner named herein or the hei , executors, adrr istrators or suc of the Owner. Signed and sea ed this day of. A. D. 2( . /�� /� Layne Heavy Civil, Inc. (Seal) '611itness .;� ��Alt�rdCt" ©r� Sandra J. Murphy, Notary APO l 3 Attest ,t t.►�'t � . ;e,` ( Y Kay S Stith, Asst. Secretary (Title} Frank Maines D istrict MaNAGER / Travelers Casualty and Sur wit Ad.._ 4 � 4i i / Company of , e3 .ca Deborah A. Yate_� / (Surety) Attest '►, ..� � 13Y i/ Diane L. Phelps \ (TM: Wil • A. Rantlehner, III orney -in -Fact , ti###.#, s EXPIRES . t GEORGIA ' : FEB .22,2015 " ■ = '� v Gary D. Eklund 'ems '7031, ••�: Marsh U S A qT J % 3560 Lenox Road, NE �� s t ,iN i i s O ��� Suite 2400 Atlanta, GA 30326 FB -2 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER .A, POWER OF ATTORNEY TRAVELERS Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 227601 Certificate No. 00 5 9415 9 8 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Deborah A. Yates, Steven M. Garrett, William A. Kantlehner III, Thomas J. Mitchell, Jeffrey A. Brown, Diane L. Phelps, S. Annette Mullet, Roger A. Neal, Linda Kapfhammer, and Stuart P. Peterson of the City of Louisville , State of Kentucky , their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. Not limited to a specific dollar amount. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 5th day of June 2014 Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company �SU.� `` . . \ RE �6 N �N TY qry ',�} /4_ ( ` y J r .yak a \ :. .......G /1+7 JP� °S NPa �gR6 FY'Y' -v/ s h w 4 x ;'it" 4 '� a l PORgT . 'D � Q 19 8 2 ; 1977 E - 4. ; c� ; ! _._ = ixcp� u 11 � ' f : � ° - a HARTFORD < HhRtWRD, � s qG + � 1951 - � A �' �`.SEALBoni '�i O CONN. ° t ., COW `n , �p� Mac :s ° STsAL' 1896 a A • S a `y � ti i pt" �""'� " n S„�� '^+:5 ..: ' 1 ,.�aa t° � a v? r4 tY! AN't f State of Connecticut By: City of Hartford ss. Robert L. Raney, enior Vice President On this the 5th day of June 2014 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G In Witness Whereof, I hereunto set my hand and official seal. 'WI t W v4r l.. sALOJARd+ My Commission expires the 30th day of June, 2016. O'OIBL * Marie C. Tetreault, Notary Public 58440 - 8 - 12 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER SECTION P13 LABOR AND MATERIAL PAYMENT BONL) B OND NO.: 106147595 NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND ON PAGE PB-I, IN FAVOR OF THE OWNER CONDHIONED FOR THE PBR.FORMANCT OF THE WORK.) KNOW ALL MEN BY THESE PRESENTS: Th at Layne Heavy Civil, Inc. as Principal, Travelers Casualty and Surety Company of America hereinafter called Contractor, and a corporation organized and existing under the laws of the State of connec t i cut — with its principal office in the City o f Hartford , St o f Connecticut as Surety, hereinafter called Surety, are heId and firmly bound unto AUGUSTA, GEORGIA BY AND THROUGH THE AUGUS'T'A, GEORGIA COMMISSION, as Obligee, hereinafter called the Owner, for the u and ben e fi red t o N inetoar -Ets as herein below defined in the amount of Five Million, Four Hundred Sixty -Two ousan yEigh Dollars and lla�S Fifty Cents for the 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 III — BUTLER CREEK INTERCEPTOR UPGADB - W'T, PROLEGT NO. 60106 in accordance with drawings and specifications issued by the Augusta Utilities Department and Augusta, Georgia Commission, which contract is by reference made a part hereof, and is hereinafter referred to as the CONTRACT NOW, THEREPORE, 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: (1) A claimant is defined as one having a direct contract with the Contractor or with a subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the contract, labor and material being construed as to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the CONTRACT (2) The above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as hereut 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 BOND NO.: 106147595 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 notce liable for the payment of any costs or expenses of any such suit. (3) No suit or action stall be commenced hereunder by any claimant, (a) 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 alcove named, within Ytinety (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 nail, postage prepaid, in an envelope addressed to the Contractor, Owner or Surety, at any place where an office regularly maintained for the transaction of bussixtess, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. (b) After the expiration of one (1) year following the date on which Contractor ceased work on said CONrRACF, 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. lc) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere, (4) The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. PHA B OND NO.: 106147595 Signed and sealed this _ day of .A. D. 20_. � ��� �Jj4 Layne Heavy Civil, Inc. (SeaI Witness `„ Sandra J. Murphy, Notary (Contractor) Attest Amp al) 7 By //L� (d Kay 111 Smith, Asst. Secretary Frank Maines District Manager Travelers Casualty and Surety Company of nerica Seal) WitneSSAti...4,„ Aef//.,4'.1 Deborah A. Yate 10 Oktre., ) 1 By 43 (Seat) Atkesf a)Laitsc Diane L. Phelps `{ (Title) Wi iam A. Kantlehner, III Attorney -in -Fact P JMV Ylliall EXPIRES Gary D. Eklund GEORG _ E Marsh U S A FEB. 2 2 . 2015 , 3560 Lenox Road, NE • C; Suite, 2400 e0 PUMA •• : Atlanta, GA 30326 PB-s WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER �A. POWER OF ATTORNEY TRAVELERS Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 227601 Certificate No. 0059 4 1 5 9 1 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Deborah A. Yates, Steven M. Garrett, William A. Kantlehner III, Thomas J. Mitchell, Jeffrey A. Brown, Diane L. Phelps, S. Annette Mullet, Roger A. Neal, Linda Kapfhammer, and Stuart P. Peterson of the City of Louisville , State of Kentucky , their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. Not limited to a specific dollar amount. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 5th day of June 2014 Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company 6 ,} YAt 0, 7 0 1 4,, $, T,e y ` .. 1'tYl ll. yF\ 2 •k \ Ng G \\ Ng.... ap65URR6 F 1 p ?y ovP C•T f'• r > x Q O:.... - .... • . r ` 4 . . . ....... A , c 410"" 4. . a 4D S � CI \ Yl � z j > F S ?�� pPORA ' .n 11‘, I '� 1982 1977 R - m ix: T "' t7 0 ; � 19/ ! 4.r�V r � m ; ! : Z - 101 W HARTFORD . 4 � • HARTFORD, r `+ �RD :� , r 195 f! '" DOHH �b a w § � . .� •' o� �b SEAi �o"f '�6: � o° CDNN. � �+ 1896 c *� . •"sum nNN� �S 15 ... ..: * d d / . +? AM) State of Connecticut By: ��`� City of Hartford ss. Robert L. Raney, en ior Vice President On this the 5th day of June 2014 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G.TET In Witness Whereof, I hereunto set my hand and official seal. `TM " G wr 1. • My Commission expires the 30th day of June, 2016. G PUMA * Marie C. Tetreault, Notary Public 58440 - 8 - 12 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ACORD, CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 8/1/2015 9/11/2014 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 LOCKTON COMPANIES CONTACT — CA License #0554167 PHONE 444 W. 47th Street, Suite 900 (A/C, No, Ext): I FAX No): E -MAIL Kansas City 64112 -1906 ADDRESS: (816) 960 -9000 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Zurich American Insurance Company 16535 INSURED LAYNE HEAVY CIVIL, INC. INSURER B : American Zurich Insurance Company 40142 1331501 300 EAST BROAD STREET INSURERC: Lexington Insurance Company 19437 FAIRBURN GA 30213 g y INSURER D : INSURER E : INSURER F : COVERAGES LAYIN300 CERTIFICATE NUMBER: 13109046 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MMIDD / /TYYY) IMM /DD / /YYYY) LIMITS A x COMMERCIAL GENERAL LIABILITY Y N GLO 5817438 -01 8/1/2014 8/1/2015 EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE( X (OCCUR PREMISESO(Ea RENTED occurrence) $ 500,000 X CONTRA TI JAL MED EXP (Any one person) $ 10,000 X X,C COVERAGE PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 5,000,000 R POLICYf JECOT- 1 1 LOC PRODUCTS - COMP /OP AGG $ 5,000,000 OTHER $ A AUTOMOBILE LIABILITY Y N BAP 5817437 - 8/1/2014 8/1/2015 ( COMBINED SINGLE LIMIT $ 5,000,000 X ANY AUTO BODILY INJURY (Per person) $ XXXXXXX ALL pS NED _ SCHEDULED BODILY INJURY (Per accident; $ XXXXXXX HIRED AUTOS AUUTOS E PROPERTY DAMAGE $ XXXXXXX (Per accident) $ XXXXXXX UMBRELLA LIAB _ OCCUR EACH OCCURRENCE $ XXXXXXX EXCESS LIAB CLAIMS -MADE NOT APPLICABLE AGGREGATE $ XXXXXXX DED I I RETENTION $ — $ B Y/ N N WORKERS COMPENSATION PER OTH AND EMPLOYERS' LIABILITY WC 5 8 1 7439 - A 02 AO 8 /1 /20 14 8/ /20 1 1 5 X I STATUTE I FR ANY PROPRIETOR/PARTNER/EXECUTIVE WC 5817440 -02 �WI) 8/1/2014 8/1/2015 A OFFICER/MEMBER EXCLUDED? I N I N / A STOPGAP(ND E.L. EACH ACCIDENT $ 5 (Mandatory in NH) If y es, describe under E.L. DISEASE - EA EMPLOYEE $ 5,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE- POLICY LIMIT 5 5,000,000 C EQUIPMENT FLOATER N N 026159794 8/1/2014 8/1/2015 ALL LEASED, OWNED OR RENTED EQUIPMENT. $5,000,000 LIMIT PER OCCURRENCE. DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: BUTLER CREEK INTERCEPTOR UPGRADE WEST PHASE III - AUGUSTA, GA COMMISSION, UTILITIES DEPARTMENT AND JOHNSON, LASCHOBER AND ASSOCIATES, PC ARE ADDITIONAL INSURED AS RESPECTS GENERAL LIABILITY & AUTOMOBILE LIABILITY IF REQUIRED BY SIGNED, WRITTEN CONTRACT CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 13109046 AUTHORIZED REPRESENTATIVE AUGUSTA, GA COMMISSION, UTILITIES DEPT. 360 BAY STREET, SUITE 180 AUGUSTA GA 30901 ACORD 25 (2014/01) ©9 8 -2014 AC ORPORATION. All rights reserved The ACORD name and logo are registered marks of ACORD NO O A WARD 4 DATE: CONTRACTyne ay C, I ADDRESS: 300 E. Broad He Street v Fairburn GA City State Zip Cod PROJECT: Phase III - Butler Creek ivil Int erceptor PROJECT NO: 60106 Upgrade-West At a meeting OR: of the held on (Date) e you were awarded the Contract for the following Project: Enclosed please find 5 copies of the Contract Documents for your execution. Please pages, affixing signatures, dates, notary and /or corporate seals, etc. where necessary and return to this complete office the 10 days from the date of this fetter, excluding Legal 30213 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 Reciept of this NOTICE OF AWARD Is hereby acknowledged this, the day of , 2014 Contractor By Title 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 C ON S TRUCT I ON ONTRACT C HANGE ORDER CO NUMBER B ITEM DA 'I'1 PR OJECT TITL Phas I11— Butler Creek Inr ZJpgrade - West O RI GIN AL N DATE PROJE NUMBER 6 O i O6 O WN ER AUG GEORG PO NUMBER Th e follo chan is hereby made to t contract for pto the above pro De scription of C (fora more deta descr see a ttached pro PAYEE TOTAL 1A4OUNT OF THIS CHANGE ORDER $ The contract time will be INCRFLASED by 0 calendar days as a result of this change. ORIGINAL CONTRACT AMOUNT $ PREVIOUS CH,�NGE ORDER (INCREASE) $ THIS CHANGE ORDER (INCREASE) $ TOTAL REVISED CONTRACT AMOUNT WITH CEL NGE ORDER $ FUNDING NUMBER /ACCOUNT NUMBER DA "1'E: PROPOSED BY: CONTRACTOR DATE: REQUESTED BY: DATE: SUBAITI"1 BY: DEPARTMENT HEAD DATE: FINANCE ENDORSEMENT: COM1rRoLLER DATE: RECOMMENDED BY: ADMINISTRATOR DATE: APPROVED BY; AbWOR'` The Sure, far value receive, hereby sdpulatea and agreeB th the ligatis of said Surety an d its box+d shall be in no way impaired or affe cted by an y ex ob of the t i m e within which the Own er ty ma y accept su Bid; a said Surety d oes hereby waive nQ ttee of if. sneh ext en si on. TN WI WIH UREOF, the pr an d the Surety have here at set th on hands an d sP2ils, and such of them as are corporations have caused their corporate seals to be hereto affixed and these pxesents to be signed by their proper officers, the day and year first set forth above. Signed and se led this 2 4th d of June . U. 20 14 Layne Heavy Civil, Inc. �t'�it Sandra Murp '` , ° . .,,, _ Seal Attest _ a _.._ __LI Kay Smith (Title) Russ McConnell, Vice President Travelers Casualty and VVihr4e Sgrety Compaa�c A mory ca (Seal) ` . . PUTety) Deborah A. Yates ` ! ,` i _ B .0 Attest , _._._ (Seal) �x ,-. k ' — y Diane L. Phelp= Ciltie) William A. Kantlehner, III Attorney -in -Fact BB -2 WARNING TN ISPO WER OF ATTORNEY 1S INVA LID WITNOUTTIiE REt BORDER PO OF A TRRS) Farm Casu Co mpany St. Paul Mercury In Fidel and Guaranty I nsurance Company Travelers Casualty and Surety Comp Fidel and Guaranty In surance Underwriter Inc. Travelers Casualty and Surety Company ica St. P aul Fire and Marin alty Insurance Company United States Fidelity and Guaranty Company Com St. P aul Guardian Insur ance Company Attorne -In Fact No. 2 27601 Certificate No. O O 5 8 5 3 5 KNOW AVELE ALL MEN BY T HESE PRE SENTS: That Farm ington Casualty Comp S t. Paul Fire and Marine Insurance Company, St. Paul any G uardian Ina Compan St. Paul Mercu I nsurance Com ngton pany, Travelers Casually and Surety C ompan y, Travelers Casualty and Surety Company of America, and United State Fidelit and Guarant Comp any are co rporations duly organ ized under the laws of the State of Connecticut, that Fidelity and Guaranty Insuran Company is nce a corporation dul or un der the law of the State of Iow a, and that Fidelity an Guar anty Insurance Underwriters, Inc., is a corpor ation duly o rganized of under sur the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Deborah A. Yates, Steven M. Garrett, William A. Kantlehner III, Thomas J. Mitchell, Jeffrey A. Brown, Diane L. Phelps, S. Annette Mullet, Roger A. Neal, Linda Kapfhammer, and Stuart P. Peterson of the City of Louisville , State of Kentucky , their true and lawful Attomey(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. Not limited to a specific dollar amount. IN WITNESS WHEREOF, the Companies have caused this instrument:to be signed and their corporate seals to be hereto affixed, this day of April 2014 Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company o t$i/, }t, SIY. `, ri''', 0,"y el.! ..I /k . 5. /.15. `9 „ p . .xsugq .0.0Y .t. ,,yp { 4 yRj, j * 7c ;6 �'' o ol EO avaR �i� :'� W m s =i r 1977 g 1 to 'elk an,� � R — l m z - o a MAW= i u nnnn bF n " ' o ceNN a 1 C��t• $ 1 44 No i k ;•sE /o a 4 S8 A 7� i a t Fs State of Connecticut By a ,/ -- City of Hartford ss. Robert L. Raney, enter Vice President On this the 4t h day of A 2014 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. C In Witness Whereof, I hereunto set my hand and official seal. 1 IN C ..iikft:t0A.4.9* . My Commission expires the 30th day of June, 2016. * . C * Marie C Tetreault, Notary Public r 58440 -8 -12 Printed in U.S.A. WAPNINI • THIS PCIWFR OF ATTf1RNFV IR INVAI In WITH(l1 IT THE RFn R(1Rrwn 0.ovlelon Cate August 2007 GENERAL CONDITIONS ARTICLE I-- DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated, which are applicable to both the singular and plural thereof: Addenda -Any changes, revisions or clarifications of the Contract Documents which have been duly issued by OWNER to,prospective Bidders prior to the time of opening of Bids. Agreement -The written agreement between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Application for Payment The form accepted by PROFESSIONAL which is to be used by CONTRACTOR in requesting progress or final payments and which Is to include such supporting documentation as is required by the Contract Documents. Bid -The offer or proposal of the bidder submitted on the prescribed form setting forth the price(s) for the Work to be performed. Bonds -Bid, performance and payment bonds and other instruments of security furnished by CONTRACTOR and iits 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. GC -1 8evieian Dace l�u 4001 Shop Drawings -AII 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 submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. Specifications-Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. Subcontractor -An individual, firm or corporation having a direct contract with CONTRACTOR or with any other SUBCONTRACTOR for the performance of a part of the Work at the site. Substantial Completion -The Work (or a specified part thereof) has progressed to the point where, in the opinion of PROFESSIONAL as evidenced by PROFESSIONAL'S definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be used for the purposes for which it is intended, or if there be no such certificate issued, when final payment is due in accordance with paragraph 14.13. The terms ''substantially complete' and "substantially completed" as applied to any Work refer to Substantial Completion thereof. Supplementary Conditions -The part of the Contract Documents which amends or supplements these General Conditions. Supplier -A manufacturer, fabricator, supplier, distributor, materialman or vendor. Underground Facilities-All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasement containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems, or water, Unit Price Work-Work to be paid for on the basis of unit prices. Work -The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction, and furnishing documents, all as required by the Contract Documents. Work Change Directive -A written directive to CONTRACTOR, issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by PROFESSIONAL, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.22. A Work Change Directive may 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. GC-3 nevi 01,u0 Da. hu et 2001 Pre - construction Conference: 2.8. Before any Work at the site is started, a conference attended by CONTRACTOR, OWNER, PROFESSIONAL and others as, appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in 2.6 as well as procedures for handling Shop Drawings and other submittals, processing applications for payment and maintaining required records. Finalizing Schedules: 2.9. At least ten days before submission of the first Application for Payment, a conference attended by CONTRACTOR, PROFESSIONAL and OWNER and others as appropriate will be held to finalize the schedules submitted in accordance with paragraph 2.6. CONTRACTOR shall have an additional ten (10) calendar days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules' are submitted and acceptable to OWNER and PROFESSIONAL as provided below. The finalized progress schedule will be acceptable to OWNER and PROFESSIONAL as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Time, but such acceptance will neither impose on PROFESSIONAL responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from full responsibility therefore. 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. ARTiCLE 3- CONTRACT DOCUMENTS; INTENT, AMENDING, REUSE Intent: 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary: what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the State of Georgia. 3.2. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be supplied whether or not specifically called for. When words or phrases which have a well -known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words shall be interpreted in accordance with that meaning. 3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in 3.6 or 3.7, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and the provisions of any such standard, specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents) and the provisions of any such Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). Clarifications and interpretations of the Contract Documents shall be issued by PROFESSIONAL as provided in paragraph 9.4. GC -5 Revision bate August 2001 ARTICLE 4-AVAiLABILITY OF LANDS, PHYSICAL CONDITIONS; REFERENCE POINTS Availability of Lands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR. Necessary easements or rights -of -way will be obtained and expenses will be borne by OWNER. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's furnishing these lands, rights -of- ray "or easements, the CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Physical Conditions: 4.2.1. Explorations and Reports: Reference Is made to the Supplementary Conditions for identification of those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized in preparing the Contract Documents and those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized in preparing the Contract Documents. 4.2.2. CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings. Such "technical data" is identified In the Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any claim against OWNER, PROFESSIONAL, or any of PROFESSIONAL'S Consultants with respect to: 4.2.2.1. the completeness of such reports and drawings for CONTRACTORS 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 42.2.2. 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. 4.2.3.1f 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 tune 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 Canted 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 -7 Pevle lon pate August 2001 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) pecifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or (ti) 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. ARTICLE 5 -BONDS AND INSURANCE Performance and Other Bonds: 5.1. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal to the Contract Price as Security for the faithful performance and payment of all CONTRACTOR'sobligations under the Contract Documents. These Bonds shall remain in effect at feast until one year after the date when final payment becomes due, except as otherwise provided by Law or Regulation or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions.' All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authorityas Acceptable Sureties on Federal Bonds, and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. Licensed Sureties and Insurers; Certificates of Insurance 52.1 Ail 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. GC -9 uevlelon Gera Auquc[ 2001 Contractual Liability Insurance: 5.4. The comprehensive general liability insurance required by paragraph 5.3 will include contractual liability insurance applicable to CONTRACTOR's obligations under paragraphs 6.32 and 6.33. OWNER's Liability Insurance: 5.5. OWNER shall be responsible for purchasing and maintaining OWNER's own liability insurance, and/or Risk Retention Program, and, at 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 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 Appiication 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 mad 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. GC -11 Revision Rafe 14u9 st 7001 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, salts, demands, damages, fosses, 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 ail claims against OWNER or any of its agents or employees by any employee of CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall not be limited in any way as to the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any SUBCONTRACTOR under workmen's compensation acts, disability benefit acts, or other employee benefit acts. 5.16.3. CONTRACTOR shall indemnify and hold harmless OWNER and anyone directly or indirectly employed by it from and against all claims, suits, demands, damages, losses expenses (including attorneys' fees) arising out of any infringement on patent or copyrights held by others and shall defend all such claims in connection with any alleged infringement of such rights. ARTICLE 6-- CONTRACTOR'S RESPONSIBILITIES 6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or. specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated In and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work, at all times during its progress, a competent resident superintendent, who shall not be replaced without written notice to OWNER and PROFESSIONAL except under extraordinary circumstances. The superintendent will be CONTRACTOR'S representative at the site and shall have authority to act on behalf of CONTRACTOR. All communications to the superintendent shall be as binding as if given to CONTRACTOR. GC -13 Revision p Au 4 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 wil also contain an itaco emized 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 l which shall be considered by PROFESSIONAL. In evaluating the proposed substitute, PROFESSIONAL may require CONTRACTOR to furnish, at CONTRACTOR's expense, additional data about the proposed substitute. 6.7.2. If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to PROFESSIONAL, if CONTRACTOR submits sufficient information to allow PROFESSIONAL to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedure for review by PROFESSIONAL will be similar to thatprovided in paragraph 6.7.1 as applied by PROFESSIONAL and as maybe supplemented in the General Requirements,. 6.7,3. PROFESSIONAL will be allowed a reasonable time within which to evaluate each proposed substitute, PROFESSIONAL will be the sole judge ofacceptability 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 dr othersurety respect to anysubstitute. PROFESSIONAL will record time requirer by PROFESSIONAL send PROFES I+ONAL S consultants in evaluating substitution ' proposed by CONTRACTOR and in making changes In the Contract t' ocuments occasioned thereby. Whether or not PROFESSIONAL accepts a ropossed substitute CONTRACTOR shall rein hui se OW NER 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 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 mother person or organization shall constitute a waiver of any right of OWNER or PROFESSIONAL to reject defective Work, GC -15 Revision Pete rusoet 2007 Taxes: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. Use of Premises: 6.16. CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights-of-way, permits and easements. CONTRACTOR shall not unreasonably encumber the premises with constrUction equuiprnent 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 an d 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 snail 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 Toss 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; GC -17 RBV a S n vgu se p l>tl7 S hop Drawings and Samples 6.23. After checking a nd verifying all d m CONTRA sh prompy subm P R O FESSIONA L for approval in accordance with the ac ce p ted schedule of s ubmittals all , all submittals tl a n d s amples required by e C on tr act 1 ocunients. API subm and samples shal have bee +checked by a n d ` stamp with th e approval of CONTRACTOR and; Ide nt i fied as P may require. :tee he d ata shown on or w t subm will b complete with'respect t o dim ension s , d es i gn criteria, materials and other i nformat i on ne sary to enable PROFESSIONA to review th su bm i ttal as requiredt. Al the tun o f each submiss CONT shall give notice to P of a l l de viations that the submitt o r samp may have from the req uirements of the fiel Contra Doc ume nts. 6.24. P R O FESSIONA L shall review and appro sub mitta ls and sa mple s. Professional's review and approval sha ll be only for co nformance with the des concep of the P roj ect and compliance with ,t information given in the Cont ract Documents. The a pprova l of a sep ite as such wi not indica approval of the assembly in which the item functions. CONTRACTOR, 1II make any corrections required by PROFESSIONAL and resubmit the required number of corrected copies until approved. CONTRACTOR'S stamp of approval on any submittal or sample shall constitute its representation to PROFESSIONAL and OWNER that CONTRACTOR has determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, and that each submittal or sample has been reviewed or coordinated with the requirements of the Work and the Contract Documents. 6.24.1. No Work requiring a submittal or sample subm ission shall commence until the submission has been approved by PROFESSIONAL. A copyof each approved submittal and each approved sample shall be kept in good o r der by,CONTRAGTOR at the site and shall be available to PROFESSIONAL and OWNER. Anydelays associated with the submittal process will bey considered for time extensions only, and no damages or additional compensation for delay will be'aliowed. 6.24.2. Before submission of each Shop Drawing or sample, CONTRACTOR shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. 6.24.3. At the time of each submission, CONTRACTOR shall give PROFESSIONAL specific written notice of each variation that the Shop Drawings or samples may have from the requirements of the Contract Documents, and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted to PROFESSIONAL for review and approval of each such variation. 6.26. PROFESSIONAL will review and approve with reasonable promptness Shop Drawings and 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 m eans, 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 tulle 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. GC -19 110V1•1012 Data AYgu tit 2001 ARTICLE 7—OTHER WORK Related Work at Site: 7.1. OWNER may perform other work related to the Project at the site byOW 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 OWNERs and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility OWNERs and other contractors. 7.2. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of any such other contractor or utility OWNER (or OWNER), CONTRACTOR shall inspect and promptly report to PROFESSIONAL in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. CONTRACTOR's failure so to report will constitute an acceptance of the other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in the other work. Coordination: 7.4. if OWNER contracts with others for the performance of other work on the Project at the site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions, neither OWNER nor PROFESSIONAL shall have any authority or responsibility in respect of such coordination. ARTICLE 8--- OWNER'S RESPONSIBILITIES 8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all communications to CONTRACTOR through the PROGRAM MANAGER or PROFESSIONAL. 8.2. In case of termination of the employment of PROFESSIONAL, OWNER shall appoint a PROFESSIONAL against whom CONTRACTOR makes no reasonable objection, whose status under the Contract Documents shall be that of the former PROFESSIONAL. Any dispute in connection with such appointment shall be subject to arbitration. GC -21 RB 0 b t A u g us t 2001 Clarifications and Inte 9.4. PROFESSIONAL shall issue such written clarificaons or interpeof the Contract Documents (in the form of Drawings or otherwise) as may be determined ti necessary, or as reasonably requested by CONTRACTOR, which shall be consistent with or reasonably inferable from the o overall intent o the Contract Documents. if CONTRACTOR believes that a written claration and inter retation entitles it to an increase in the Contract Price and/or Contract Time, CONTRACTOR may make a claim as provided for in Articles 11 or 12. Authorized Variations in Work: 9.5. PROFESSIONAL may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the r Contract Time and are consistent with the overall intent of the Contract Documents. These maybe 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 Defect /ve Work: 9.6. PROFESSIONAL will have authority to disapprove or reject Work which PROFESSIONAL believes to be defective and will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.7. In connection with PROFESSIONAL'S responsibility for Shop Drawings and samples, see paragraphs 6.23 through 6.29 inclusive. 9.8. in connection with PROFESSiONAL's responsibilities as to Change Orders, see Articles 10, 11 and 12. 9.9. In connection with PROFESSIONAL'S responsibilities in respect of Applications for Payment, etc., see Article 14. Determinations for Unit Prices: 9.10. PROFESSIONAL will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. PROFESSIONAL will review with CONTRACTOR PROFESSIONAL'S preliminarydeterminatior#s 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. GC -23 0.eviGtnn Date August 2001 10.3. Upon agreement as to changes in the Work to be performed, Work performed in an emergency as provided in Article 6, and any other claim of CONTRACTOR for a change in the Contract Time or the Contract Price, PROFESSIONAL will prepare a written Change Order to be signed by PROFESSIONAL and CONTRACTOR and submitted to OWNER for approval. 10.4. In the absence of an agreement as provided in 10.3, OWNER may, at its sole discretion, issue a Work Change Directive to CONTRACTOR. Pricing of the Work Change Directive will be in accordance with Section 11.3. The Work Change Directive will specify a price, and if applicable a time extension, determined to be reasonable by OWNER. If CONTRACTOR fails to sign such Work Change Directive, CONTRACTOR may submit a claim in accordance with Articles 11 and 12, but CONTRACTOR shall nevertheless be obligated to fully perform the work as directed by the Work Change Directive. 10.5. CONTRACTOR shall proceed diligently with performance of the Work as directed by OWNER, regardless of pending claim actions, unless otherwise agreed to in writing. 10:6. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to Contract Price or Contract Time) Is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. ARTICLE 11- CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensation (subject to written authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR'S expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to PROFESSIONAL promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after such occurrence (unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall' be determined by PROFESSIONAL in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined by the following procedures: 11.3.1. Designated Unit Price (Field Measure). CONTRACTOR and OWNER recognize and acknowledge that the quantities shown for those items designated in the Bid Proposal as unit price items are approximations prepared by OWNER for bid purposes and that the actual compensation payable to CONTRACTOR for the utilization of such items is based upon the application of unit prices to the actual' quantities of items involved as measured in the field and required to complete the Work as originally defined In the Contract Documents. GC -25 REVieion Dot[ August 7001 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 shalt deliver such bids to OWNER who then determines, with the advice of PROFESSIONAL, which bids WM be accepted. If a subcontract provides that the Subcontractoris to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractors Cost, of the Work shall be detertnlned in the same manner as CONTRACTOR'S Cost of the Work. AIJ 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, which are consumed in the performance of the Work, and cost Tess market value of such items used but not consumed which remain the property of CONTRACTOR. 11.4.5.3, Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of PROFESSIONAL, and the costs of transportation, loading, unloading, installation, dismantling and removal there ail 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 A.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or any- one 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 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 thern 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 Toss or damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site. 11.4.5.8. Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work and premiums of property insurance coverage within the limits of the deductible amounts established by OWNER in accordance with paragraph 5.6. GC -27 Rev'sion oste Au gaol 2001 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 anyevent, the minimum detail shall be an Itemization of man -hours required by discipline /trade with the unit cost per man -hour and total labor price, labor burden, equipment hours and rate for each piece of equipment, material by units of measure and price per unit, other costs specifically itemized, plus the overhead and profit markup. Cash Allowances: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of the allowances as may be acceptable to PROFESSIONAL CONTRACTOR agrees that: 11.8.1. The allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site and all applicable taxes; and 11.8.2. CONTRACTOR'S costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances. No demand for additional payment on account of any thereof will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by PROFESSIONAL to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. Unit Price Work: 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by PROFESSIONAL in accordance with Paragraph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR'S overhead and profit for each separately identified item. • 11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement and there is no corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes that CONTRACTOR has incurred additional expense as a result thereof, ONT niay make a claim for an increase in the Contract Price in accordance with Article 11 if the parties are unable to agree aster the amount of any such increase. GC -29 Revision Dnte haguat 2801 Tests and inspections: 13.3. If the Contract Documents, taws, 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 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. GC -31 RtvJtIon Dote nusuet 2001 OWNER May Correct Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice of PROFESSIONAL to proceed to correct defective Work or to remove and replace rejected Work as required by PROFESSIONAL in accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR falls to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously, to the extent necessary to complete corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the s it e , 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 machineryatthe 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 exer such rights and rerrredies w 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 Artide 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 OWNER's rights and remedies hereunder. Neglected Work by CONTRACTOR 13.15. If CONTRACTOR neglects to execute the Work in accordance with the Contract Documents, including any requirements of the progress schedule, PROFESSIONAL may direct CONTRACTOR to submit a recovery plan and take specif 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 contractor 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. ARTICLE 14- PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values: 14.1. The schedule of values established as provided in 2.9 will serve as the basis for progress payments and will be incorporated into a form of application for Payment acceptable to Project Manager. Progress payments on account of Unit Price Work will be based on the number of units completed. GC -33 Revision Date August 2001 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, is". because of subsequently discovered evidence or the results of subsequent inspeetionsortests. nullify any such payment previously recommended, to such extent as may be necessary in PROFESSIONAL'S opinion to protect OWNER from Toss 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 substantialiyrnpllete (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 therefore. If PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment, OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to PROFESSIONAL as to any provisions of the certificate or attached list.. If, after considering such objections, PROFESSIONAL concludes that the Work is not substantially complete, PROFESSIONAL will, within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing stating the reasons therefore, 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 (vrith a revised tentative fist 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 PROFESSIONALS issuing the definitive certificate of Substantial Completion, PROFESSIONALS aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment. GC -35 Revision Date Aug400 2001 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 notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such,defi- ciencies. Final Application for Payment: 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of PROFESSIONAL and OWNER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance required by 5.2, certificates of inspection, marked -up record documents and other documents, CONTRACTOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, Including but not limited to the evidence of insurance required, (ii) consent of the surety, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of liens and as approved by OWNER, CONTRACTOR may furnish receipts or release in full and an affidavit of CONTRACTOR that (i) the releases and receipts include all labor, services, material and equipment for which a lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or supplier fails to furnish such a release or receipt in full, CONTRACTOR may furnish a bond or other collateral satisfactory to OWNER to indemnify OWNER against any lien. 14.12.1. No application for final payment will be accepted by OWNER until approved as -built documents by CONTRACTOR are accepted and approved by PROFESSIONAL. 14.12.2. Notwithstanding any other provision of these contract documents to the contrary, OWNER and PROFESSIONAL are under no duty or obligation whatsoever to any vendor, materials provider, Subcontractor, laborer or other party to ensure that payments due and owing by CONTRACTOR to any of 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 to connection with this project. 14.12.3. General indemnity: CONTRACTOR shall indemnify OWNER and PROFESSIONAL for any damages sustained, including lost profits, resulting from CONTRACTOR's failure or refusal to perform the work required by these contract documents. Final Payment and Acceptance: 14.13. If, on the basis of PROFESSIONAL'S observation of the Work during construction and final inspection and PROFESSIONAL'S review of the final Application for Payment and accompanying documentation as required by the Contract Documents, PROFESSIONAL is satisfied that the Work has been completed and CONTRACTOR'S other obligations under the Contract Documents have been fulfilled, PROFESSIONAL will, within ten (10) working days after receipt of the final Application for Payment, indicate in writing PROFESSIONAL'S recommendation of payment and present the Application to OWNER for payment. At the same time PROFESSIONAL will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of 14.6. Otherwise, PROFESSIONAL will return the application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. After the presentation to GC -37 Iev Date A 3 T er m ination For Cause: 15.2. Upon the occurrence of any one or more of the following events: 15.2.1. if CONTRACTOR com mences a voluntary case under any chapterof the Bankruptcy Code (Title 11, United Sties Code), as now or hereafter in effect, or if CONTRACTOR takes any equivalent o similar action by filinga petition or oth under any other federal or state law in effect at such time relating r to the bankruptcy or insolvency; 15.2.2. if a petition is filed against CONTRACTOR under any chapter of the BankruptcyCode as now or hereafter in effect at the time of filing, or if a petition Is filed seeking any such equivalent or similar relie against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or f 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 propertyorfor 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 payits 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. GC -39 Pevlolon Date August 2001 ARTICLE 16-- DISPUTE RESOLUTION 16.1. All disputes arising under this Contract or its interpretation whether involving taw 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 shalt 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 01 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. ARTICLE 17- MISCELLANEOUS Giving Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. Computation of Time: 17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.22. A calendar day of twenty -four hours measured from midnight to the next midnight shall constitute a day. General: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party tar 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. GC -41 Acvisien Date August 2001 17.9.4 Bypass pumping will be monitored continuously by a person knowledgeable in pump operation and maintenance if the failure of the bypass pump could result in the discharge of untreated wastewater to waters of the State. 17.9.5 In the event of a discharge of untreated wastewater, the CONTRACTOR will take the following actions: 1. Take immediate steps to eliminate or minimize the discharge of untreated wastewater. 2. Immediately notify the Utilities Department dispatcher (706.796.5000) and the RESIDENT PROJECT REPRESENTATIVE (contact information will be provided at the preconstruction conference). 3. Maintain a chronicle of relevant information regarding the incident including specific actions taken by the CONTRACTOR and estimates of the discharge volume. 17.9.6 The RESIDENT PROJECT REPRESENTATIVE will coordinate notification of the Georgia Environmental Protection Division (800.241.4113) and the Augusta Emergency Management Agency if appropriate. 17.9.7 If, in the opinion of the RESIDENT PROJECT REPRESENTATIVE and the OWNER, the CONTRACTOR is not responding to an emergency situation in an appropriate manner, the Utilities Department will undertake necessary actions to abate an overflow situation. The cost of these actions will be the responsibility of the CONTRACTOR. 17.9.8 Following a discharge of untreated wastewater, a downstream inspection will be conducted by the Utilities Department to assess potential mitigation measures that may be required of the CONTRACTOR. PROGRAM MANAGER: 17.10 The PROGRAM MANAGER for the protect is Augusta Utilities Department, 360 Bay Street, 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 andfor 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 necessaryryfor 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() or ether 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 purposed providing to OWNER a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). PROGRAM MANAGER neither` guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. For this AGREEMENT only, construction sites include places of manufacture for materials incorporated into the construction work, and construction contractors include manufacturers of materials incorporated into the construction work GC-43 SECTION SC -0 INDEX TO SUPPLEMENTARY CONDITIONS SECTION 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-II 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 SC -31 Deletion of Program Manager SC -1 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 Dainage $ 500,000 Automobile Liability (any auto) Combined Single Limit $ 1,000,000 Excess Liability (any auto) Each Occurrence $ 5,000,000 Workers Compensation Statutory Limits Employer Liability $ 1,000,000 05. PROJECT SIGN: The Contractor will provide and install one (1) project sign at prominent location on the construction site as directed by the Engineer. The sign will carry in a prominent manner the name ofthe project, the Owner, and the name of the Contractor and the Engineer and a 24-hour phone number for the Contractor bad-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 he e earth will be subject to erosion will by rainfall orwind, and he will provide means satisfactory to the he exposed xp erto minimize transpo rtation of silt and other deleterious material from the project area onto adjacent properties or into adjacent Contractor water courses. All chemicals used during carefully schedule his work so that a minimum amount of the construction or furnished for project operation, whether herbicid e, pesticide, disinfectant, polymer, reactant or of other classification, must show approval of eit her EPA or USDA. Use of all such chemicals and disposal of residues shall be in conformance with printed i 07. TEMPORARY TOILETS: Contractor shall provide temporary toilet facilities on the site for workmen employed in the construction work. Toilets shall be adequate for the number of men employed and shall be maintained in a clean and sanitary condition. 'Workmen shall be required to use only these toilets. At completion of the work, toilets used by Contractor shall be removed and premises left in the condition required by the Contract. 08. PLANS AND SPECIFICATIONS FURNISHED: The Contractor will be furnished, free of charge, by the Owner up to five (5) sets of direct black, line prints together with a like number of complete bound specifications for construction purposes. Additional sets of plans and/or specifications will be furnished to the Contractor at the cost of reproduction upon his written request. SC -3 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 SCHgDULE : 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. SC -5 T C sultg Engins personnel v no a to r se anontr ovr nnruction co or other entity or their employees in co with thei ci work or any health or safe ty precautions co an h ave no dutyof inspecting, noting, observ co ut n ve c ting, or r eporting on health or safety deficiencies o th C ontractors) or other entity or any ot perso a the site e xc e pt Consu sti Engineer's own personnel Th p resence on ofthe Consulting Engineer's perso nnel at the co site is forthe purpose ofproviding to Owner a greater degree of confidence tha the co cons tru c tion work will conform generally to the f construction documents and that the integri of th e d conc as reflected in the ol construction documents st ha b een implemented and preserved by th c con traetor exe (s). Consulting e Ea ngineer neither . guarantees the performance eer' of the constru contra nor assumes responsibility for construction co failure to perform work in acc w ith the cons truction documents. F th is Agreement in only, construction sites includ p laces of m an u facture for materials incorporated into the construction work, and construction contractors include manufacturers or materials incorporated into the construction work. 18. INSPECTION AND TESTING OF WORK: The Owner shall provide sufficient competent engineering personnel forthe technical observation and testing of the work. The Engineer and his representatives shall at a 11 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 direction 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. SC -7 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 powerlines 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, Of (c) within working distance for equipment or materials, being used on (a) and (b) above. These provisions of the Contract do not limit orreduce 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. SC -9 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. I) Use of Augusta, Georgia Landfill All contracts for contractors performing demolition and/or construction projects for Augusta, Georgia shall contain a provision requiring that all debris, trash and rubble from the project be transported to and disposed of at the Augusta, Georgia Solid Waste Landfill in accordance with local and state regulations. The contractor shall provide evidence of proper disposal through manifests, which shall include the types of material disposed of, the name and location of the disposal facility, date of disposal and all related fees. g) Federal Work Authorization Program All contractors and subcontractors entering into contracts with Augusta, Georgia for the physical performance of services shall be required to execute an Affidavit verifying its compliance with O.C.G.A. § 13- 10 -91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta, Georgia has registered with and is participating in a federal work authorization program. All contractors and subcontractors must provide their E- Verify number and must be in compliance with the electronic verification of work authorized programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99 -603, in accordance with the applicability provisions and deadlines established in O.C.G.A. § 13 -10 -91 and shall continue to use the federal authorization program throughout the contract term. All contractors shall further agree that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to its contract with Augusta, Georgia the contractor will secure from such subcontractor(s) each subcontractor's E- Verify number as evidence of verification of compliance with O.C.G.A. § 13 -10 -91 on the subcontractor affidavit provided in Rule 300 -10- 01-.08 or a substantially similar form. All contractors shall further agree to maintain records of such compliance and provide a copy of each such verification to Augusta, Georgia at the time the 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. 31. DELETION OF PROGRAM MANAGER: Remove Section 17.10 Program Manager from the General Condition SC -11 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 con- straints 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). SPC -3. Demolition and Salvage Activities at Existing Lift Station: The Contractor shall dissemble any existing mechanical, electrical and instrumentation materials and equipment indicated to be removed in- cluding the existing pump system with accessories - base elbow, rails, sensors, probes, control panel, elec- trical items, etc. For any items that will not be re- installed as a part of Phase III construction, the Con- tractor shall provide a 72 -hour period within which AUD will be given the opportunity to pick up any such materials. Any materials left after this pick -up period shall become the responsibility of the Con- tractor to remove and legally dispose of offsite. SPC -4 Potable water is available for pressure and flow testing via the City of Augusta water system from a hydrant located on the existing 18" water line near Sta. 129 +00 and the project's water service line ex- tension to the lift station site. 1 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, in which the machine or device is operated, and who is a voluntary listener thereto. The operation of any set, instrument, phonograph, machine or device between the hours of 11:00 p.m. and 7 :00 a.m. in a manner as to be plainly audible at a distance of fifty (50) feet from the building, structure or vehicle in which it is located shall be a prima facie evidence of a violation of this section. (c) Loudspeakers, amplifiers for advertising. The using, operating or permitting to be played, used or operated, of any radio receiving set, musical instrument, phonograph, loudspeaker, sound amplifier or other machine or device for the producing or reproducing of sound which is cast upon the public streets for the purpose of commercial advertising or attracting the attention of the public to any building or structure. Announcements over loudspeakers can only be made by the announcer in person and without the aid of any mechanical device. (d) Yelling, shouting, etc. Yelling, shouting, hooting, whistling or singing on the public streets, particularly between the hours, of 11 :00 p.m. and 7:00 a.m. or at any time or place so as to annoy or disturb the quiet, comfort or repose of persons in any office, dwelling, hotel or other type of residence, or of any persons in the vicinity. (e) Animals, birds. The keeping of any animal or bird which, by causing frequent or long- continued noise, shall disturb the comfort or repose of any persons in the vicinity. (f) Steam whistles. The blowing of any steam whistle attached to any stationary boiler except to give notice of the time to begin or stop work or as a warning of fire or danger or upon request of proper county authorities. (g) Exhausts. The discharge into the open air of the exhaust of any steam engine, stationary internal- combustion engine or motorboat except through a muffler or other device which will effectively prevent loud or explosive noises therefrom. (h) Defect in vehicle or load. The use of any automobile, motorcycle or vehicle so out of repair, so loaded or in a manner as to create loud and unnecessary grating, grinding, rattling or other noise. (i) Loading, unloading, opening boxes. The creation of a loud and excessive noise in connection with loading or unloading any vehicle or the opening and destruction of bales, boxes, crates and containers. (j) Construction or repair of buildings. The erection (including excavation), demolition, alteration or repair of any building, as well as the operation of any pile driver, steam shovel, pneumatic hammer, derrick, steam or electric hoist, or any other similar equipment attended by loud or unusual noise, other than between the hours of 7:00 a.m. and 10:00 p.m. on weekdays; however, the inspections and permits department shall have the authority, upon 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: $ 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): $ Documentation: 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 er otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of ail Liens, security interests and .ncumbt trees (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER •against any such Lien, purity interest or encumbrance), and (3) all Work covered by this Application for PaYrnent is in accordance with the Contract Documents and not defective. Dated CONTRACTOR By: State of — — County of Subscribed and sworn to before me this day of _ Notary Public My Commission expires: �_ Payment of the above AMOUNT DUE THIS APPLICATION is recommended. Dated H.. ENGINEER Ey: . ' as 0 U 2 A O II 69 VI i \ 0 0 Z o' sli d a A I , Lao } I e gg 1 g i � o o h 69 4 C Ems U en u ti a ta a I 69 y + e t aa a F 4 '' . V. o z I (--� , N M to ,O E..: 0,; O; O N en vi \O I� 00 ON C) •--∎ N M Vi 1D r-- oo 4� O ~ —. .-, ,... .-. r + ,— ,-, N N N N N N N N N N M £ CERTIFICATE OF SUBSTANTIAL COMPLETION DATE OF ISSUANCE OWNER CONTRACTOR Contract: Project: OWNER's Contract No. ENGINEER's Project No. This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: T _._.: .. OWNER And To 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. DIVISION 01 L REQUIREMENTS GENERA SECT TITLE PAGES 011000 Summary 2 011500 Sequence of Work 1 012100 Allowances 2 013000 Submittals 4 014000 Quality Control 3 017000 Contract Closeout 2 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 WORK COVERED BY CONTRACT DOCUMENTS A. Project Identification: Phase III - 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 April 30, 2014, were prepared for Project by: Johnson, Laschober and Associates, P.C., 1296 Broad Street, Augusta, GA 30901 The Work consists of construction of approximately 12,100 if of gravity sewer and force main and the upgrade of the existing wastewater lift station, inclusive of the following: L 7,000 if of 30" dia. gravity sewer including 400 if of tunneling and 200 if of jack and bore. 2, 5,100 >lf of 20 "'dia. force main 3. Upgrade of Existing Lift Station: a. Wetwell modifications b. Valve vault removal and replacement c. Salvage and re- installation of two pumps and install three new pumps d. Flow meter installations (2) e. Grinder installation f. Electrical and instrumentation upgrades related to the overall lift station upgrade g. Water service line h. Items incidental to all of the above. 1.2 CONTRACT A. Project will be constructed under a general construction contract. 1.3 USE OF PREMISES A. General: Contractor shall have full use of premises for construction operations, including use of Project site, during construction period. 1.4 SPECIFICATION FORMATS AND CONVENTIONS SUMMARY 011000 - 1 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 SECTION 011500 - SEQUENCE OF WORK PART 1- GENERAL A. General: Work should be performed in a manner that provides continued reliable service through the construction period in a timely manner. B. Continuous Uninterrupted Service: The Contractor shall maintain continuous reliable uninterrupted conveyance. Scheduled down time of the existing pump operations for which by -pass pumping is required and the gravity /force main conveyance system shall be minimized. C, Deleted. D. Contractor's Implementation Plan: The Contractor should prepare a detailed implementation plan taking into account the above information. The plan should identify critical schedule items such as completion of utilities within jurisdictional wetland encroachments, completion of pump by- passing installation and scheduled commissioning of salvaged and new pumps, connection to permanent power, schedule final inspection, pump start-up, training and acceptance, and on -line operation. The plan should be submitted prior to the pre - construction meeting. END OF SECTION SEQUENCE OF WORK 011500 -1 Phase III — Butler Creek Interceptor 06/09/2014 Upgrade - West Project No.60106 SECTION 012100 — ALLOWANCES (Addendum No. 1) 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 governing allowances. Certain equipment, materials and work are specified in the Contract Documents by allowances. These allowances are for "equipment only "; "equipment and installation ", and "general contingency" as specified below. If necessary, additional requirements will be issued by Change Order. B. Types of allowances include the following: 1. . ALLOWANCE NO. 1 — Allowance No. 1 is a lift station "Equipment" allowance specifically for the provision of components for the upgrade of the MCC/PLC and interface; two (2) magnetic flow meter systems, one (1) RADAR sensor, two (2) pressure transducers; MCC's including VFD's for three (3) new large pumps and two (2) existing small pumps; and one (1) Power Zone (PZ) enclosure provided by Owner preferred vendors. The allowance shall be paid based on vendor invoices, inclusive of delivery and taxes, exclusive of installation and contractor and sub - contractor mark -ups for handling, overhead and profit. Installation of all above equipment, involving structural, mechanical and electrical materials, construction equipment, construction equipment rental and labor required for the installation (i.e. conduits, wires, connections, etc.), inclusive of insurance and similar expenses, contractor and sub - contractor mark -ups for handling, overhead and profit, shall be provided by the Contractor within Lump Sum Bid Item LS -1 for the upgrade of existing lift station. (Note: Refer to "Clarification on Contractor's Electrical and Related Electrical Scope of Work, Addendum No. 1, attached). Modifications involving the upgrade and expansion of the existing Control Panel (PLC and interface), including installation of new components and re- programming within the Control Panel enclosure, shall be performed by the Owner outside the limits of this contract. Total ALLOWANCE NO.1 (Equipment) $330,000 2. ALLOWANCE NO. 2 — Allowance No. 2 is lift station "Equipment and Installation" allowance for the provision and installation of three (3) harmonic active filters, if required. ALLOWANCES 012100 - 1 Phase III — Butler Creek Interceptor 06/09/2014 Upgrade - West Project No.60106 Installation of all above equipment, involving structural, mechanical and electrical materials, construction equipment, construction equipment rental and labor required for the installation (i.e. conduits, wires, connections, etc.), inclusive of insurance and similar expenses, contractor and sub- contractor mark -ups for handling, overhead and profit, shall be provided by the Contractor within Lump Sum Bid Item LS -1 for the upgrade of existing lift station. (Note: Refer to "Clarification on Contractor's Electrical and Related Electrical Scope of Work, Addendum No. 1, attached). Modifications involving the upgrade and expansion of the existing Control Panel (PLC and interface), including installation of new components and re- programming within the Control Panel enclosure, shall be performed by the Owner outside the limits of this contract. Total ALLOWANCE NO.1 (Equipment) $330,000 2. ALLOWANCE NO. 2 — Allowance No. 2 is lift station "Equipment and Installation" allowance for the provision and installation of three (3) harmonic active filters, if required. The allowance includes all material, construction equipment, construction equipment rental and labor necessary for installation of the filters (wires and connections), shipping, taxes, and insurance, inclusive of contractor and sub - contractor mark -ups for handling, overhead and profit. Total ALLOWANCE NO. 2 (Equipment and Installation) $30,000 3. ALLOWANCE NO. 3 — Allowance NO. 3 is a "General Contingency" allowance for unforeseen conditions for necessary material, construction equipment, construction equipment rental and labor, shipping, taxes, insurance, inclusive of contractor and sub- contractor mark -ups for handling, overhead and profit. Total ALLOWANCE NO. 3 (General Contingency) $100,000 END OF SECTION 012100 ALLOWANCES 012100 - 3 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 SECTION 013000 - SUBMITTALS PART I - 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. B. Administrative Submittals: Refer to other Division 1 Sections and other Contract Documents for requirements for administrative submittals. Such submittals include, but are not limited to, the following: 1. Permits. 2. Applications for Payment. 3. Performance and payment bonds. 4. Insurance certificates. 5. List of subcontractors. 1.3 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. Transmit each submittal sufficiently in advance ofperformance ofrelated 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 III — Butler Creek Interceptor 04 /30/2014 Upgrade - West Project No.60106 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 min). 7. Initial Submittal: Submit 3 blue- or black -line prints for the Owner's review. The Owner will return one prints. 8. Final Submittal: Submit 3 blue- or black -line prints; submit 5 prints where required for maintenance manuals. The Owner will retain 2 prints and return the remainder. 9. Do not use Shop Drawings without an appropriate final stamp indicating action taken. 1.6 PRODUCT DATA A. Collect Product Data into a single submittal for each element of construction or system. Product Data includes printed information, such as manufacturer's installation instructions, catalog cuts, standard color charts, roughing -in diagrams and templates, standard wiring diagrams, and performance curves. 1. Mark each copy to show applicable choices and options. Where printed Product Data includes information on several products that are not required, mark copies to indicate the applicable information. Include the following information: a. Manufacturer's printed recommendations. b. Compliance with trade association standards. c. Compliance with recognized testing agency standards. d. Application of testing agency labels and seals. e. Notation of dimensions verified by field measurement. f. Notation of coordination requirements. 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. SUBMITTALS 013000 - 3 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 SECTION 014000 - QUALITY CONTROL 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 quality- control services. 13. 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 responsibilityfor 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. l.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 (such, as pressure testing, air and vacuum testing, CCTV inspection, etc.) elsewhere in the Contract Documents, and required by authorities having jurisdiction. Costs for these services are included in the appropriate bid payment item for the item of work. 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. 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 III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 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 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. 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 DIVISION 02 EXISTING CONDITIONS SECTION TITLE PAGES 020500 Subsurface Conditions with Appendices 78 APPENDIX for Subsurface Conditions Soils Investigation Report by Qore Property Sciences dated December 29, 2008 , a Q O R E PROPERTY SCIENCE! December 29, 2008 Mr. Rich Laschober, P.E. Johnson, Laschober & Associates, P.C. P.O. Box 2103 Augusta, Georgia 30903 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, 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) 7294920 Butler Creek Interceptor - Upgrade West, Augusta, Georgia December 29, 2008 *ID- Jo. i > 16 R = e ort Ner. 8118 *134 _ 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, Alley, 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; Alley 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, 03, B4, B6, B7, and B8 encountered very hard soils (58 to 100+ bpf) starting at approximate elevations of 254 to 269 feet. Borings B2, B9, 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 B15. • B1 encountered very dense or very hard (100+ bpf) material at an approximate elevation of 263Y2 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. Butler Creek Interceptor Upgrade West, Augusta, Georgia December 29, 2008 as'EJab : +.U1 Bet rt o. 8 r : laae5 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 611 and B15 above the Coastal Plain soils. Butler Creek Interceptor - Upgrade West, Augusta, Georgia December 29, 2008 M it ob n U.18 -e .rt o. e 06 ' e7 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. APPENDIX Exploration Location Plan Test Boring Records Laboratory Test Reports Custom Soil Resource Report Procedures ASFE information • 1 i ' - * ',.. . " i P 1.---'''' \ ‘, %i ?,, * r 4.- tu. .„.,-,...,.'' '' '''' , 4#- -4 1'4'. .s7,,,,,,. ° . —I - .... .. i" # � ,� S.R. ° � , -. ,, . pis 1 •. ' HA1Q � tr ww ' - .. r 1� r` ` E ,` a B12 °„t"�, P `'*- �'t e, Q O R E ,: -, I ttt iC1INit1 —Nit., EXPLORATION LOCATION PLAN r Buller Creek lnlerceWest p tor tJpgrade- 813 ' _. sti e r �' ` AI1gUe18, Georgia " Reforenco: based on the Index a" t1A13a _ Map provided by JtA �., 815 dated July 31, 2008 t -VII I ^, •• JOB NO, gEpCATNO a " } x.M. k onewe BY CHECKED EY & Approximate Boring Location B14 .rho i• Approximate Hand Auger Boring APPR DATE eGAIE e1DEC0a LOCation i i lnch -&abut y, BORING NO: B� Q 0 R E TEST BORING RECORD PROPERTY SCIENCE PROJECT: Butler Creek Interceptor Upgrade JOB NO: 1)1654 REPORT NO: 38106 PROJECT LOCATION: Augusta, Georgia ELEVATION: 277 BORING STARTED: 11/25/2008 BORING COMPLETED: 1112512008 DRILLING METHOD: NSA EQUIPMENT TYPE: CME 55 HAMMER: Automatic GROUNDWATER: Q feel bgs ATI) BORING DIAMETER (IN): 4 SHEET 1 OF 1 Remarks: Water on surface of boring. Approximate Invert Elevation: 269 feel Approximate Station: 167+00 Elevation and station information is estimated from C2.7 Rev. A dated 7131/08. 4ri. -aE tune of wattati ELEV. DEPTH RD PENEl7rA BLOWS G WT.) �) MATERIAL DESCRIPTION L S R RESISTANCE (N) . ( _ 0 10 o st 0 ;.f4 #0 /0.00 ;1RU a t - . " —‘6 tnanes sandy topsoil Coastal Plain: Very loose, brown and gray mottled 1 -1 -1 - clayey fine SAND (SC) 274 Firm •rown silty fine Coarse SAND(SM) Wee trace 4 - fine to coarse gravel at 6 to 71/2 feet 3 - 6 - 8 m/c: 16% from approximately 3 1/2 to 5 feet ` S' -8 -10 Very firm, brown clayey fine SAND (SD) io 6 .12 - —10 18 285^ No satnpio recovery +si 50/0 tit -- 15 t Benng terminated at 15 feet -20 — t x i -- 25•- ; t 5 --30— e a. T« BORING NO: B3 Cl/ PROPERTY SCIENCE! Q 0 R E TEST BORING RECORD PROJECT: Butler Creek Interceptor Upgrade JOB NO: U1654 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: Autornatic GROUNDWATER: Not Encountered BORING DIAMETER (IN): 4 SHEET 1 OF 1 Remarks: Approximate Invert Elevation: 284 feel Approximate Station: 167 +00 Elevation and stationlnformalion Is estimated from C2.6 Rev. A dated 7/31/08. ATO = at time of drilling STANDARD PENETRATION G (FT.) (FT MATERIAL DESCRIPTION L S R RESISTANCE (N) BLOWS (FT.) (FT:) / n /18` p 4 inotreS o f gruel Coastal Plain.: l/ery firm, brown silty fine SAND (SitiM) 8 - 11 - with trace fine gravel 13 267 Loose to firm, gray and brawn mottled rtayey fine SAND (SC) { 3 - 4 - 5 - — 5 5-'6-6 262 hard, gray and brown mottled (ML). NI — LL: 36 from approximately 8 112 to 10 feet I. 21l/3 Pi: 7 from approximately 8 1/210 10 feet m /c: 12% from approximately 8 1 /210 10 feet 23r- - .15 50/3.5 18-25 - 2St1 ---20' Staring terminated at 20 feet 40 - 6 0 I II ai T BORING NO: B5 0 Q. 0 R E TEST BORING RECORD J POUT SCIENCES PROJECT: Butler Creek Interceptor Upgrade JOB NO: U1654 REPORT NO: 38106 PROJECT LOCATION: Augusta, Georgia ELEVATION: 265 BORING STARTED: 11/25/2008 BORING COMPLETED: 11/25/2008 DRILLING METHOD: HSA EOUIPMENTTYPE: CME 55 HAMMER: Automatic GROUNDWATER: S 11 feel bgs ATD BORING DIAMETER (IN) 4 SHEET 1 OP 1 Remarks: Approximate Invert Elevation: 260 feet Approximate Station: 150 Elevation and station information is estimated from C1.2 Rev. A, C2.5 Rev. A, and C2.6 Rev. A, all dated 7131 /08. ATD = at time of dining ELEV. DEPTH STANDARD PENETRATION BLOWS G (FT) MATERIAL DESCRIPTION L S R RESISTANCE (N) /6" .4 # at oa SO awn Go tr i Plan: t=1mt to lam, bittwn clayey nno to 5 - 7 -1 to medium SAND (SC) 2 -2.4 N.- - 3 -4 -4 Very tame, brown and gray silty fine to coarse SAND lir - (04), with trace fine to coarse gravel 2 -1 - 3 —1t1 -- 262- ` Hard, red, purple, white, and' tan mottled SILT (ML) if 7-14 - 260-16 LL: 41 from approximately 13 1/2 to 15 feet r 25 '� Pi: 8 from approximately 13 1/2 to 15 feet t c 1870 from apprOximately _131/2 to 15 feel - Boring terminated at 15 feet 0 --26 °- - ■ } N g i •. i E 8ORINO NO: B7 0 Q O R E 'N TE BOR RCORD PROPEAT7 SCIENCES PR OJECT: Butler Creek Interceptor Upgrade JOB NO: U185 RE PORTNO: 38106 P ROJE CT LOCATI Augusta, Georgia E L EVATION: 277 BORING STARTED: 11/25/ GORING COMP 11/25 DR ILLING ME RSA E tVP CME 65 HA MMER: AulomatlC G ROUNDWA TE R: Na Encounte B D IAMETE R (IN): 4 SHEET 1 OF R e ma rks: Approximate invert Ele 255 f r Approximate Stetlon:128 +00 Elevation and station informatbn is' estimated from C2 Rev A dated 7131108. ATD = at time of dnlfng ELEV, r PT ST PENETRATION B 7_1:31118 OWS ) (n) MATERIAL DESCRIPTION - RESISTANCE (p) �„ 277 0 Coastal Plain: Very firm. brows# silty tine SAND (Sin with Irate coarse gravel 5 ) y 6 22 269 Very hnrsi, brown and gray 'Mottled SILT (ML)' 10 i III 1B - 1111111111 Il li Ok 23 II 11 11111111 15 i 57 20 at 20 feet 35 - 50/5 II a tt Bermgterminated D . 11111111111 0 a i 1 30 g . 111111111 II' o BORING NO: gg 0 4 Q 0 R E TEST BORING RECORD PROPEP.TY 1CIENCES PROJECT: Butler Creek Interceptor Upgrade JOB NO: U1654 REPORT NO: 38106 PROJECT LOCATION: Augusta, Georgia ELEVATION: 285 BORING STARTED: 11/25/2008 BORING COMPLETED: 11/25/2008 DRILLING METHOD: HSA EQUIPMENT TYPE: CME 55 HAMMER: Automatic GROUNDWATER: Q 5 feet bgs ATD BORING DIAMETER (IN): 4 SHEET 1 OF 1 Remarks: Approximate Inver) Elevation: 277 feet Approximate Station: 107 +00 Elevation and station information is estimated from C2.4 Rev. A dated 7/31108. ATD = at lime of drilling ELEV. OE` STANDARD PENETRATION BLOWS FT.) (Fr.) - MATERIAL DESCRIPTION - RESISTANCE (N) �6" ( # H IM so -49 O T11 ERIC .. I igi 0 S Inches el s } I. $,,_: Go: tai Plain: FIrtr4 to very tint. gra to brown and 4 - 7 9 yellowish brown mottled silty fine to coarse SAND (SM) ii with Irace fine gravel S b 5 1 13 llhI i 1 10 1 6.6.9 II 1 9-10 . 16 12 fe et 15 feel 12 20 g B g 1-- 25 %, to a , 30 t g 11111111111 E g ti c m BORING N0: B10 Q 0 R E TEST BORING RECORD J ►gq ►5gT7 SC�FN[Fs PROJECT: Butler Creek interceptor Upgrade J013 NO: U1654 REPORT NO: 38106 PROJECT LOCATION: Augusta, Georgia ELEVATION: 274 BORING STARTED: 1125/2008 BORING COMPLETED: 11/25/2008 DRILLING METHOD: Hand Auger EOUIPMENT TYPE: Hand Auger HAMMER: DCP GROUNDWATER: Not Encountered BORING DIAMETER (IN): 3 SHEET 1 OF 1 Remarks: Approximate invert Elevation: 264 feel 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 ELEV.,. 13 STANDARD PENETRATION BLOWS (FTC (FT MATERIAL DESCRIPTION L R RESISTANCE (N) f6 , o to all IS At Si) .+ul , • 110101 1 274-- 0 Coastal Ply: Brown silty fine to medium SAND (SM with trace root organic debris at O to '1 foot DCP at approximately 5 feet: 7 -7 -8 2µ- Brown clayey tine to meifitat SAND (SC) 266 Boring terminated ated at 8 feet —10 5 BORING NO: B12 a Q O R E TEST BORING RECORD ROp1RTT SCIENCES PROJECT: Butler Creek Interceptor Upgrade JOB NO: 1)1654 REPORT ND: 38106 PROJECT LOCATION: Augusta. Georgla ELEVATION: 279 BORING STARTED: 11/28/2008 BORING COMPLETED: 11/28/2008 DRILLING METHOD: HSA EOUIPMENT TYPE: CME 55 HAMMER: Automatic GROUNDWATER: Q 17 feet bgs AID BORING DIAMETER (IN): 4 SHEET 1 OF 1 Remarks: Approxlmate Invert Elevation: 263 feet Approximate Station: 58 +00 Elevation and station Information Is estimated from C2.2 Rev. A dated 7/31/08. ATD = at time of drilling ELEV. J7>ti'T4t STANDARD PENETRATION BLOWS MATERIAL DESCRIPTION L S R RESISTANCE (N) (FT.) (FT) /6 27e_ - 4 inches of sandy topsoii Coastal Plain: Find, red to pink clayey fine to coarse re 5.6 a SAND (SC) with trace fine gravel at 6 to 7 1/2 feet 6- 8.10 5 - 6; - 11 271 Finn, white silty fine SAND (S M) 3 - 6',. 9 10 t 267 Dens to very firm, wlilie sllty (SM) becomes more coarse with flne depth to co a arse nd S trace fine 17 -18 gravel at 16 12/ to 20 feet °-15— 19 a 17 -16 -- 20 17 11 -14 25 idogng terminated at 25 feet " r 16 — 30— 1 �k aa�.. n.= a.�.. ... Yea � i;.?'Ym+.� -, , BORING NO: B ra ^I3A a Q 0 R E TEST BORING RECORD rROPIRTY 3Ct *N[! PROJECT: Butler Creek Interceptor Upgrade JOB NO: 1J1854 REPORT NO: 38106 PROJECT LOCATION: Augusta, Georgia ELEVATION: 248 BORING STARTED: 11/26i2008 BORING COMPLETED: 11/26/2008 DRILLING METHOD: Hand Auger EQUIPMENT TYPE: Hand Auger HAMMER: DCP GROUNDWATER: Q 8 feet bgs ATD Y.. 7 delayed measurement BORING DIAMETER (IN): 3 SHEET 1 OF 1 Remarks: Approxtmete Invert Elevation: 238 feet Approximate Station: 27 +50 Elevation and station information is estimated from C2.1 Rev. A dated 7/31/05. ATD = at time of drilling STANDARD PENETRATION G (FT) DEPTI ¢ MATERIAL DESCRIPTION L S R RESISTANCE (N) BL S sty a.. to , 20 30 N r10 13 ra 1030 24$ D Coastal Plain; Brcvtt ctayay fine • D (SC) with trace root organic debris at 0 to 1 foot 1 0 244— ^ ; 5 Gray plastic SILT (MR) DCP at approximately 5 feet: 4 -5-5 341 - Gray silty fine to tnedidm SAND , (SM) 240_ Boring temltnatdtt at 5 ' feet because of cave in from " water — 10 «Mr y 6 6 — 15 - ✓ --; 20 I et .— 30 ii 2 g 1 , � E f war ,,, BORING NO: B 1 5 a Q 0 R E TEST BORING RECORD PROPERTY SCIEN PROJECT: Butler Creek Interceptor Upgrade JOB NO: U1654 REPORT NO: 38106 PROJECT LOCATION: Augusta, Georgia ELEVATION: 234 BORING STARTED: 11/28/2008 BORING COMPLETED: 11/28/2008 DRILUNG METHOD: HSA EQUIPMENT TYPE: CME 55 HAMMER: Automatic GROUNDWATER: E, 10 feet bgs ATD . DIAMETER (IN) 4 I SHEET 1 OF 1 Remarks: Approximate Invert Elevation: 219 reel Approximate Station. 4 +00 Elevation and station information is estimated from C2.1 Rev. A dated 7 /31/08. ATD = at lime of drilling bEP BLO WS STANDARD PENETRATION O G ( ELEVLEV . EP MATERIAL DESCRIPTION L S R RESISTANCE (N) tr Hi: ,0 4 inches ofsend topsoil ' ` Fill: Firm, black clayey fine to medium &AN (S .e *; 8 - 8 - 9 231 — stat Plain: Very firm, red clayey fine to medium - ' - SAND (SC) 8 -10 - i '' 12 228- - Firm to loose, red silty fine to medium SAND (SM), with trace fine gravel 7 - 9. 11 Q. 6 -5 -4 221 Very loose, gray silly fine SAND (SM) 2 -2 -2 — 15 mac: 22% from approximately 13 1/210 15 feet i - 216- Very stiff, red, white, and tan mottled SILT {ML) 6-12 - 21420 LL: 48 from approximately 18 1/2 10 20 feel 17 PI : 14 from approximately 18 1/2 to 20 feet talc. 13% from approotirnalely' (8 1/2 to 20 feet : ; wring ter inated at 20 feet —25 te 1 '.--- 30 ( E - t Z. - 1 4fi ( 4, z r a ATTERBERG LIMITS (ASTM D 4318) lAlil Q RE` r•e•aa7v ICI,NC Ir 0: NAME : Johnson Latscha4" • d Associates P CLIENT : Butler Creek Ind. a REVIEWE' BY : OS NO. : U1654 REPORT NO : 38106 DATE : 02- • ec--06 SSM TT. Hre a t cr. • DEPTH I V. 8 112 to 10' SAMPLE NO.: PERFOMED . BY : 9 R S " PLE • MON : 83 S , • TYPE : = 4111 Barre o IL DESCRIPTION ; 'a ra and bpi mottled SILT MOISTURE %: 12 !QUID LIMIT % : - 38 PLASTIC IMI,' : 29 PLASTIC INDEX. 7 GIMIIIIIMMIIIIIIMIN CI SIFT ATION : S LT ME531.1111111111111111112111111111 • 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 NA TEST AINE I ,� � l�I`�I�AIEI� NO. IMENINtalliallEgiNil NA NUMBER OF BLOWS jindailli1161.1011ZURIONIUMMIN NA 111011111atagi NA .'tilt SOIL+ CAN Gi gligeMIEEIEll NA NA IMEMB 20.48 21.19 aMiliiiiiraii to T. DRY; ; r IL+ GRAMS 17.49 19.13 19.26 20.19 WM 1111511114 WT. OF A E - GRAMS 4.05 4.59 alzAlliiimmEESse 1.22 1.40 NA WIMP _ OF CO AREA GRAMS 6.20 6,18 NINIMINIIMINNIMill 15.07 15.26 NMI NA OF DRY SOIL GRAMS 11.29 12.95 MET21,111MIIIIIIIIMIN 4.19 4.93 avzioamnal ATER 35.87 IiiIMIN'llnialltint2ii litatial 28 NIEJIIIIIIZIII 40.0 . ---^^ -^-- • _ J . _ , . I� 35.0 ... -- Ili mow V 30.0 „ .:_ _ co 25.0 �, MS 20.0 1 10 25 100 NUMBER OF BLOWS , N MATERIALS AND TESTING EQUIPMENT PLASTICITY INDEX M&TE I.D. IIIIIIIIILEIIIIIIIM CALIBRATION DATE THE RANGE OF WATER CONTENT OVER WHICH A SOIL LLD -3 Grooving Tool 01 -May 4 BEHAVES PLASTICALLY OR THE NUMERICAL DIFFERENCE LLD -4 LL Machine 01 - May - BETWEEN THE LIOUID LIMIT AND THE PLASTIC LIMIT) OVEN -1 Cabinet Oven 14- AUg -08 [LL -PL] ARC120 Electronic Scale 20-May-08 "A” LINE : 11.68 E � A ATTERBERG LIMITS mit.r ( ASTM D 4318) ^� • Q O R E` ,.OP ITY ,[1 J • LI AtJIE : Johnson. " , ., . Associates, P.C. CLIENT : Butler CreekInt - :,; REVIEW ' 13 : OE NO, : U1054 =ice• R NO.. 38106 DATE : 02- Dec-08 SSM BO - 0 1 PIT NO. : SO DEPTH I ELE11. = 28112' to 30' SAMPLE NO, : - PERFOM 'it . 8Y : CDR SAMPLE LO�tON : 86 Eluilmaagnirma • OIL DESCRIPTION t red, brown. n. and Vie: mottled slit MOIISTU - E %.: 18 LIQUID LIMIT % : 43 PLASTIC LIMIT.%a : 31 PLASTIC'. INDEX 12 FINES , % : T . AID x TO . it 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 DR AT WHICH SOIL CAN NO LONGER BE DEFORMED BY ROLLING INTO 32 MM DIAMETER THREADS WITHOUT CRUMBLING) LIQUID LIMIT TRIALS PLASTIC LIMIT TRIALS TEST NO. : 1 2 NA NA NA 1 2 NA NA CONTAINER NO. VaiaIMIIIIIMMI NA MILMIliiIMIEMINEINIEZta NA DER OF SLOWS 111111E11111111111U111 NA IIIELINIVIL2111411111M11111iiii22iii NA WT. WET so + CAN (GRAMS) 15.20 18.89 NA NA NA 24.25 25.67 NA Wall WT. ■ RY SOIL + CAN GRAMS 12.49 15.19 NA NA NA 22.12 23.10 , tflfT. OF WATER GRAMS OEMS 3.75 WT, OF CO , AINER GRAMS 6.16 6.21 NA iiiiMaiNallgrallil 15.21 initilligagesizmi o 8.33 8.98 linEfilig1111MISIMIIMIN 6.91 8.32 Nam NA WATER CON` ` NT 42.81 42.20 11.11MMIN NA NEL= 30.: 34.* . 012,111 NA 50.0 Z 45.0 DIIII IIRII _ II V 4D.0 - T . - 1 11 P rg 11 35 " - _ _ M- n 30.0 �.. _ . M 1 10 25 100 NUMBER OF BLOWS , N MATERIALS AND TESTING EQUIPMENT PLASTICITY INDEX IVISTE I.D. ' CALlBt A TI O N DATE (THE RANGE OF WATER CONTENT OVER WHICH A SOIL LLD Grooving Tool 01- May -09 BEHAVES PLASTICALLY OR THE NUMERICAL DIFFERENCE LLD -4 LL Machine 01- May -09 BETWEEN THE LIQUID LIMIT AND THE PLASTIC LIMIT) OVEN -1 Cabinet Oven 14- Aug -08 [LL -PL] ARC120 Electronic Scale 20- May -09 PI , % : 12 "A" LINE : 16.79 IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIMIIIIIIIIIIIIIIIIMIIIMIIIIIIIIII Ct ATTERBERG LIMITS (ASTMD4318) QORE , .0 PPPPP ICICNC". JOB N ; ' E : - Johnson - 0110bet "&d Associates, • .0 CLIEN : Buller Crook In e , e "tot VIEWED BY JOB O.: U1884 P •eti # as . _ 8 + DATE 02 -D+ -0 SSM 10RIND / PIT NO.: 814 DE I ELEV.: 18112' to 20" S •... NO.: PERFOBED BY; ! R SAMPLE OCATION .` 814 SAMPLE TYPE ":"S• `, ! Barrel soil DESCRIPTION : MOISTBRE , % t 49 LIQt. D'LI IT : % : 56 P - TIC LIMIT "Y : PLASTICI "1 0 17 FINES , % : NT cLasS' F CA ON : SILT LEEIBIIII.11111111111.11111MIN 0 : 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 9.2 MM DIAMETER THREADS WITHOUT CRUMBLING ) LIQUID LIMIT TRIALS TEST NO.: NA CONTAINER NO. IBMINIIIIIIENIS NA 9 111KOINEM NA NUMBER OF BLOWS 11111111E1111111111IN NA NA WT. WET S IL + CAN GRAMS 19.05 18,83 NA NA MIKE2111111 23.00 20,47 lotus NA WT. BRY S If + ; 'r1,I 11 14.19 A NA A 20.76 18.99 mcfml NA . OF WATER GRAMS 4.80 , • NA 1.49 WT. OF CONTAINER (GRAMS 6,10 6.18 NA NA NA 15.01 15.10 MI NA WT. 0 DRY SOIL GRAMS 8.25 8.01 NA NA NA 5.75 189 EDEN NA ATER CO T. % 55.76 .4 111111Z A 38.96 36.05 60.a alio list , Mi mil — F.. 55.4 _ -~ Nog amm illi me oll 0 50.0 NM y r. 45.0 I . 40.0 , , 1 10 25 100 NUMBER OF BLOWS , N MATERIALS AND TESTING EQUIPMENT PLASTICITY INDEX MBTE I.b. TYPE CALIBRATION DATE (THE RANGE OF WATER CONTENT OVER WHICH A SOIL LLD -3' Grooving Tool 01- May -09 BEHAVES PLASTICALLY OR THE NUMERICAL DIFFERENCE LLD-4 LL Machine 01.- May -09 BETWEEN THE LIQUID LIMIT AND THE PLASTIC LIMIT) OVEN -1 Cabinet Oven 14 - Au g-08 [LL -PL) ARC120 Electronic Scale 20- May -09 PI „ 17 ALINE • 26.28 APPENDIX Custom Soil Resource Report �.. WILL . ,,,,,fir lG°. Preface Soil surveys contain information that affects land 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 fame, local, and wider area planning, onsite investigation is needed to supplement this information in some cases. Examples include soil quality assessments (http:l/soils.usda.gov /sgil) and certain conservation and engineering applications. For more detailed information, contact your local USDA Service Center (http: /l offices .sc.egov.usda.gov /locatodapp? agency=nrcs) or your NRCS State Soil Scientist (http: / /soits.usda.gov /contacl/ 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 lable 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 Mari 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. (Not all prohibited bases apply to all programs) Persons with disabilities who require alternative means Contents Preface... 2 How Soil Surveys Are Made ..... ,5 Soil Map.. ,,,,,,. ...,;.,.:; Soil 'Map., Legend 9 Map Unit Legend Map Unit Descriptions 10 Richmond County, Georgia 12 AgB -Ailey loamy sand, 2 to 5 percent slopes 12 AgC- -Alley loamy sand, 5 to 8 percent slopes ...,.'12 BO --Bibb and Osier soils :3 DgA —Dogue fine sandy loam, 0 to 3 percent Ra —Rains loamy sand .......... ..... . ,,., ,.; ., , >,.,.., . ,,....., .. >„ ,,. >, «15 TwB - T roup fine sand, 1 to 5 perce TwC—Troup fine sand, 5 to 10 percent slopes 17 TwD —Troup fine sand, 1010 17 percent slopes 17 Uc— tJdorthents, sandy and loamy. VaC-- Vauctuse Ailey complex, 5 to 8 percent slopes .... VaD Vaucluse-Alley complex, 8 to 17 percent VuC Vauctuse -Urban land complex, 5 to t3 percent slopes. W —Water 22 References, 4 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 landforrns 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. 11 intensive use of small areas is planned, onslte 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 interpretaations 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 unil. Aerial photographs show trees, buildings, fields, y roads, and rivers, all of which help in locating boundaries accurately. E ' V r ¢ L ^ , ii h „.,.. .7‘0,1 , ,..,.. , �. y ,�, c 4 ri+ - a V .. 4 y 3 Z 1 1 ` 4 �- :ea s a , -4,,,, a .. f � � + ° � ' x at E ,, . t. r A J ., ' i J N�, b- �. 0, " s ' y " ` � ' + - X a N,y p E ` 3,X d .. • . ` . 4. -.• r r t �. � ^ t i,.. ../.,. ''w " �+ E -* 6 � A e ' , f . `6 °' S SA} .. . } +� . # • may t a '�"'x , ;* 41h.\„ k 5r 5 1, ( ,, , � pa ' f i ;5 1. ' �` d � ^� { ,� �3, � � � X L t F i r' t • ,y^` p ,� , t 4 t...m a ;'..C1/4'''' ! t , ou '73 ti) a t �5 II ;4, .4 r> � � # v \ . l';''',.$kr * ' 4 V 4' ' / '''' tS ''' ,,,,,,, I , Q. s _ c a t o l' : 6 :' ^6,6 ; ) 6) *,, ' 0 : 6.6 ''' ,'",, i ' 1A0. -41 , .! M 3I -b' mo �J .+,. � .4 9 . � a . m n C 7 a 9Y '..+ '"e d " $"- 1 �• 43 1 4,441 t • 114.1 f sr 3 [� p .6' p ' ) ''' ' f‘ *. . [ ^* 7 SI ! t. `4"..-4•„, ' # !` �._ f 4 S S c s ' ' ttt . q 9 p $p , .. . .-...,,,t1;:. Li( S �,. t ,,--6,,,,;,'-: .1_, M� t , c' \ '+'� y, pp o . ,II : .,,,, 40\ .,, , '' - +' ;S y Y 9� it d t4 % :,r'' till Y � lw !i i � i � t j ; fi r' i 2-64:6Z eGGSy is �oD`atc rasaaar noa � cad ;;., D1)2 w • n a, N t4 Custom Soil Resource Report Map Unit Legend Richmond County. Georgia 1GA245) Map Unit Symbol Map unit Name Acres In AOI Percent of AOI AgB Alley loamy sand. 2 to 5 percent slopes 2.2 1.2°% AgC Ailey loamy sand, 6 to 8 percent slopes 35.5 18.8% BO Bibb end Osier soils _ 51.3 27.234 DgA Pogue fine sandy loam, 0 to 3 percent slopes I 35.2 18.7% Ra Rains loamy sand 6.6 F 3.596 _ _ Twa Troup tine sand, 1 to 5 percent slopes 1.8 1.934 , TwC Troup tine sand, 5 to 10 percent slopes 14.3 7.6% TwO Troup finesand, 101o17 percent slopes . 0.3 0.134 - c Udorthents, sandy and loamy l 6.4 2.9% VaC _ Veucluse -AHey toraple , 5 to 6 percent slopes 7.3 .d 9 Val? Veucluse- Aile µtlm y cohiplex, 8 to 17 percent slopes 25.8 13. ? °6 VuC Veucluse -Urban land complex. 5 to 8 percent 17.3 0,2% slopes W Water 2.6 . . Totals tor Area of Interest - - _- - 188.7 w 1001.40%%1 Map Unit Descriptions 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 forthe 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 riot 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 Custom Soil Resource Report Richmond County, Georgia AgB- -Ailey loamy sand, 2 to 5 percent slopes Map Unit Setting Elevation: 250 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 Ailey and similar soft: 100 percent Description of Alley Setting Landform: Hills Landform position (two- dimensional): Backstope, shoulder, summit Landform position (three - dimensional): Interfluve, side slope Down -slope shape: Convex Across -slope shape: Convex Parent material: Marine deposits Properties and qualities Scope: 2 to 5 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 0.20 in /hr) Depth to water table: More than 60 inches Frequency of flooding: None Frequency of ponding: None Available water capacity: Low (about 4.3 inches) Interpretive groups Land capability (nonfrrigated): 3s Typical profile 0 to 27 Inches: Loamy sand 27 to 48 inches: Sandy clay loam 48 to 75 inches: Coarse sandy loam AgC —Ailey loamy sand, 5 to 8 percent slopes Map Unit Setting Elevation: 250 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 12 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 (Ksal): Moderately high to high (0.57 to 1.98 in/hr) Depth to water fable: 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 (nonirrigated): 5w Typical profile 0 to 90 inches: Fine sandy loam 90 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 80 inches Drainage class: Poorly drained Capacity of the most limiting layerto transmit water (Ksal): 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 wafer 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 4510 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 l0 60 inches Mean annual air temperature 59 to 64 degrees F 14 Custom Soil Resource Repoli 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 0 to 12 inches Frequency of flooding: None Frequency of ponding: None Available water capacity Moderate (about 7.2 inches) Interpretive groups Lend capability (nonirrigated): 3w Typical profile GI 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: 23010 260 days Map Unit Composition Troup and .similar soils: 100 percent Description of Troup Setting Landform: I ntertluves 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 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 (nonirrigaled) 3s iE Custom Soil Resource Report Map Unit Composition Troup and similar soils: 100 percent Description of Troup Setting Landform: Hills Landform position (two - dimensional): Backslope Landlorrn 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 (Km!): 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 IJc 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 BO inches Frequency of flooding: None Frequency of ponding: None VaC-- Vaucluse - Alley complex, 5 to 8 percent slopes Map Unit Setting Elevation• 100 to 450 feet Mean annual precipitation: 44 lc 52 inches 1E Custom Soil Resource Report Interpretive groups Land capability (noninrgated). 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 -tree period: 230 to 260 days Map Unit Composition Vaucluse and similar soils: 65 percent Alley and similar soils: 35 percent Description of Vaucluse Setting Landfonn: Hills Landform position (two - dimensional): Backslope Lendform 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 BO inches Frequency of flooding: None Frequency of ponding: None Available water capacity: Low (about 4.4 inches) Interpretive groups Land capability (nonirrigaled)' 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 2[ Custom Soil Resource Report Properties and qualities Slope: 6 to 8 percent Depth to restrictive feature: More than BO 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 4.3 inches) Interpretive groups Land capability (nonimgated): 3e Typical profile 0 to 9 inches: Loamy sand 9 to 19 inches: Sandy clay loam 19 to 60 Inches: Sandy clay loam 6010 64 inches: Sandy loam W — Water Map Wilt Setting Mean annual precipitation: 52 to 68 inches Mean annual air temperature: 54 to 59 degrees F Frost free period: 160 to 210 days Map Unit Composition Water: 100 percent 22 Custom Soil Resource Report United States Department of Agriculture, Soil Conservation Service. 1961. Land capability classification. U.S. Department of Agriculture Handbook 210. 24 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. Skiiled technicians trained in either ASTM or Corps procedures perforrn 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. nuai •k of AS S and action 4 Volumes ..08 and 4.09: - - Sol and Rock. American Society for Testing and Materials, Latest Edition EM 1110 -2 -1803. Subsurface investicrations, Sof/s,_Chapter3. U.S. Army Corps of Engineers, 1972. EM 1710 -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 LD., 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, soft descriptions, and groundwater level are shown on the attached Test Boring Records. 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 Consistencv 0 -1 Very Soft 2-4 Soft 5 -8 Firm 9 -15 Stiff 16-30 Very Stiff 31 -50 Hard Over 50 Very Hard APPENDIX ASFE Information subsurface conditions revealed during constnrclion. The geolechnical have fed to disappointments, claims, and disputes, To help reduce the risk aggro who devet reparlr awl assume responsibility or of such outcomes, geotechnical engineers commonly include a variety of /kb/MY/or /be repo's maamendations rl'that engineer does not perform explanatory provisions in their reports. Sometimes labeled 'limitations" construction observation. many of these provisions indicate where geotechnical engineers' responsl- beilies begin and end, to help others recognize their own responsibilities A Geotechnicel Engineering Report Is Sat jest to and risks. Read these provision closely. Mk questions. Your geotechnical Misinterpretation engineer should respond fully and frankly. Other design team members' misinterpretation of geotechnical engineering (epode has resulted in welly prattles. Lowe: Mal risk by having your gee • 6eeail IPOIN oniai Cents Aug Net Covered technical engineer 'bonier with appropriate members of e design team idiot The equipment, techniques, and personnel used to perform a geoenviron- submitting lI report Also retain your 'kcal eng r to rev pe ti- manta/study differ significantlylrom those used to perform a geotechnical nent elements 01 Modesto tesMi pkins and specibliona, Contractors can study. For that reason, a geotechnical engineering report does not usually also misinterpret; a geotechnical engineering report. Reduce that risk by relale any geoenvironmenlal findings, conclusions, or recommendations; having your geoletnicsal elltikra participate in prebid and preconstruction e.g., about the likelihood of encountering underground storage tanks or conferences,. and by providing construction observation. regulated contaminants. Unanticipated environmental problems haw led to numerous project failures It you have not yet obtained your own geoen Do Not Redraw t he Fit l 3 I MIPS vironmentat informatio ask your geotechnical consult for risk man - Geoleohnical engineers prepare final boring and testing logs based upon agement guidance. Do not rety on an environmental report prepared for their interpretation of field logs and laboratory data. To prevent errors or someone else. omissions, the togs included in a geotechnical engineering report should neverbe redrawn for inclusion in architectural or other design drawings, Obtain Professional Assistance To Beal With Maki Only photographic or electronic reproduction is acceptable, but recognize Diverse strategies can be applied during building design, construction, that separating logs from the report can elevate risk. operalion, and rrlaintenance to prevent significant amounts of mold from growing on indoor surfaces. To be eitecthe, all such strategies should be Give Contractors a Complete Report ail devised for the express purpose of mold prevention, integrated into a cam - Gull1ance prehensive plan, and executed wilh diligent oversight by a professional Same owners and design professionals mistakenly believe they can make mold prevention consullant. Because just a small amount of water or contractors liable for unanticipated subsurface conditions by limiting what moisture can lead to the development of severe mold infestations, a num- they provide for bid preparation, To help prevent ashy :problems, give con- ber of mold prevention strategies focus on keeping building surfaces dry tractors The =pieta genie :Mica! engineering mod, t ttpreface it with ,a While groundwater, water infiltration, and similar issues may hate been dearly e t letter ofitar mitlal in that leder, advise contractors tat the addressed as part of the geotechnical engineering study whose f ridings report was not prepared for purposes of bid ttWleprrient and that the are conveyed In this report, the geotechnical engineer in charge of this tepee acouraoy is furled, encourage them to ranter with the geotechnical project Is not a mold prevention consultant; none of the services per - engineer who p the report (a modest fee may be required) and/or to formed in connections wIlh the geotechnical engineert study cowl ►ct arididoruii study to obtain the specific types of Iniorrrlatirm they were designed or conducted for the propose of mold proven- need or prefer. A prebid conference can also be valuable. Be sure centric- Lion. Proper implementation al the recommendations conveyed tors have sufliclent lime to perform additional sludy. Only then might you in this report will not of itself be sufficient lo prevent mold from be in a position to give contractors the best information available to you, growing In or on the structure involved. while requiring them to at feast share some of the financial responsibilities stemming from unanticipated conditions. Rel,, on Your A$FE -Member Wi be Gcatec n clsl j �,y� Eng eer for Additional nce Mod ibill P ell Membership inASFFf ieE BEST PEOPLE col EARm >s exposes geotechnical Sorge clients, design prtittgoonaja, and contactors rio not recognize that engineers to a wide array of risk management techniques that can be of geatec nical : errgineerir is tar less exact than other engineering d h - genuine benefit for everyone involved with a conslruclion project Confer pones. This lack oft understanding lies created unrealistic expectations that with your ASS member geotechnical engineer for more information. ASFE Tel 0E11 Pion' eM eierrr 8811 Colesviile Road/Suite G106, Silver Spring, MD 20910 Telephone: 301/565-2733 Facsimile: 301/589-2017 e -mail: info @asle.org www.asfe.org 0°0000 2004 by APT, ...t�m , orr twin IIr0Nis rQW nr, mwhal eatInpaft any Want whausoert; pit ttst epiwmtd8 's spec?rrk Written 'mini 'minim. F C�of ng, quoim «othatMse the adtng *wing trim Min *Omen tlspermitted oily' Wilk Alit opus 'w 'wont, petmrskon a 1 ASFE anti 0* nor gutpcses * 1 Sthatilli t soa o tray t ovietx agrinninbois ofAVE troy hems dsemninra t Celnliknitntlo atintom ekmom is pn wort, Aft row bin, &idiv*bMl; or t>th t wily Mat somos this ttemm ant wilhSwrb arc AP E t &OW he mooting l n llgent or initolfotal ftraudntart) ntiotrosentation, 11GER06095.DMRP J Q. O R E PROPERTY SCIENCES 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 Auguste, Georgia QORE Job No. U1654, Report No. 44113 Dear Mr. Laschober: QORE, Inc. completed two additional borings (numbered 816 and B17) 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. U ?654 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 811 through 815) 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 Auguau,Georgia 30909 (706) 729 -6917 fax (706) 729.6920 d 4 3 1,s w z F z gs . op m G .. Gil t..., ii . , otgl -g 03 _ .... b. g 1 a : k ,a� 4 1 4a§ 44P; i� ills fill " *.d#iI M '47. i 4.i . ' *, 5 ; : ii7 °a Yliii �� # j '` — i o ? 'N ,� ,y � � ° +r �' , ��1$ i 1 .' To ¢4 �# +� tESt E �tfiir '‘,,,'",1 r T S *t " a 1 1 1 ;"iJ e1:4" e• ^b r T'45/0-.410° " #'�, E w ,r j , -,a �4 1 g 1 s11' } a ® O A' ""4 00,''''.' " ,< 4 ; .. A.4 '� + illy .v« l' 1 lYia 1 1 s t i.,;+` `G ♦ m F" g t1 ,,, f6,,' r.o w lu 1,9 11liitiiiti il,,,, 1� -,,, ,, w 74 R .eq+D, 1141, a $ .-- 7. `s o ^tk 6 (g 1 t s .'• i xf co,i —o, ,.- uk+ a it y d s ft1e [A ,,.«� � 1 ,a8 �� 1 ! Q• r �*" q +a" s < � 1 , a L E 4 g 1 fRM itiliiiilfi6pl• 1° O i s." 1 �8 41 S � `� ` co �i 8 1 tit i t ,�r� r 8 ; } 3 f , , „ 9 ' t i sa_sssssstx 4, +n t` � '� ��" x�� �' �' �' *� a �'� 11'� �eai�f,� : \.... , ..114, �9i� �'� +' a b i „ ,„, irti . +° !„..„,„,..i.,,,...,‘„ 1 , 1, ri m ` , ' ,1 i / .4 , i \� N. s m .4 .14164a I lk 1 \ Alpip I 1 a t - 81 P.. , . a a ti r s allir iii I b k err � i - . ` e c � . r n ', ' r r �` I 43 $ , g a � , I j j jj "# , ! g ' Y» 7 ” . q A co x 4 � as ! S l R - ..._ Z o� a R V c aa I. r a , Q 0 R E BORING NO: B� 7 ry TEST BORING RECORD PROPERTY ECIENlEE PROJECT: Butler Creek Interceptor Upgrade •09 NO: 01654 REPORT NO: 44113 PROJECT LOCATION: Augusta, Georgia ELEVATION: 269-0 BORING STARTED: 1/27/2010 BORING COMPLETED: 1/27/2010 DRILLING METHOD: HSA IIMZMIIE HAMMER Rope and Cathead GROUNDWATER: . Z 9.0 ATD Z 1.0 delayed measurement BORING DIAMETER (IN): 4 SHEET 1 OF 1 Remarks: Approximate Invert Elevation: 269 feet Approximate Station: 167+50 Elevation and station Information is estimated from C212 Rev. C dated 12/11/09. ATD = at lime of drilling gi ELEV, DEPTH STANDARD PENETRATION BLOWS (Ft) (T,) MATERIAL DESCRIPTION RESISTANCE (N) /b- it is » » H . » Rs n OS 11101111111111111 MIIIIIIIIIIIIIIII E:9 u 4 Mches ef` ...k . t 7 ,. Coastal plow Very ODs(1, gray end tan mottled sandy 1 -1 -1 267.0 CLAY. CL) Very herd, gray sandy SILT (tot ) Ill (No Sample Recovered Here) 5 60/0 • 17- ■ 60/5.6 2. 10 I 50/5.5 15 its 26' 50/6 IIII I II III 20 50/4 50/3 244.4 25 Il i 11/111 ilit' 1 Baring terminated at 25 feet III II 111111 3Q Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 SECTION 033000 - CAST -IN -PLACE CONCRETE PART 1 - GENERAL l .1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies cast -in place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures, and finishes, for the following: 1. Mats and Footings. 2. Walls. 3. Slabs -on- grade B. Related Sections include the following: 1. Division 31 Section "Earthwork ". 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of the following: blended hydraulic cement, fly ash and other pozzolans, ground granulated blast - furnace slag, and silica fume; subject to compliance with requirements. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Design Mixtures: For each concrete mixture. Submit alternate design mixtures when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. 1. Indicate amounts of mixing water to be withheld for later addition at Project site. C. Steel Reinforcement Shop Drawings: Placing drawings that detail fabrication, bending, and placement. Include bar sizes, lengths, material, grade, bar schedules, stirrup spacing, bent bar diagrams, bar arrangement, splices and laps, mechanical connections, tie spacing, hoop spacing, and supports for concrete reinforcement. D. Welding certificates. E. Qualification Data: For Installer manufacturer testing agency. CAST -IN -PLACE CONCRETE 033000 -1 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 1.6 DELIVERY, STORAGE, AND HANDLING A. Steel Reinforcement: Deliver, store, and handle steel reinforcement to prevent bending and damage. B. Waterstops: Store waterstops under cover to protect from moisture, sunlight, dirt, oil, and other contaminants. PART 2- PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. 2. Products: Subject to compliance with requirements, provide one of the products specified. 3. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 4. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 FORM - FACING MATERIALS A. Smooth - Formed Finished Concrete: Form - facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. 1. Plywood, metal, or other approved panel materials. B. Rough - Formed Finished Concrete: Plywood, lumber, metal, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. C. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum. D. Rustication Strips: Wood, metal, PVC, or rubber strips, kerfed for ease of form removal. E. Form Release Agent: Commercially formulated form- release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 1. Formulate form - release agent with rust inhibitor for steel form- facing materials. CAST -IN -PLACE CONCRETE 033000 - 3 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 B. Normal- Weight Aggregates: ASTM C 33, Class 1N coarse aggregate or better, graded. Provide aggregates from a single source. 1. Maximum Coarse - Aggregate Size: 1 -1/2 inches nominal. C. Water: ASTM C 94/C 94M and potable. 2.6 ADMIXTURES A. Air- Entraining Admixture: ASTM C 260. B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water - soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water- Reducing Admixture: ASTM C 494/C 494M, Type A. 2. Retarding Admixture: ASTM C 494/C 494M, Type B. 3. Water - Reducing and Retarding Admixture: ASTM C 494/C 494M, Type D. 4. High - Range, Water- Reducing Admixture: ASTM C 494/C 494M, Type F. 5. High - Range, Water - Reducing and Retarding Admixture: ASTM C 494/C 494M, Type G. 6. Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M, Type 11. 2.7 FIBER REINFORCEMENT A. Synthetic Fiber: fibrillated polypropylene fibers engineered and designed for use in concrete pavement, complying with ASTM C 1116, Type III, 1/2 to I -1/2 inches long. 1. Available Products: a. Fibrillated Fibers: 1) Axiro Concrete Technologies; Fibrasol F. 2) Euclid Chemical Company (The); Fiberstrand F. 3) FORTA Corporation; Forta. 4) Grace Construction Products, W. R. Grace & Co.; Grace Fibers. 5) SI Concrete Systems; Fibermesh, 2.8 WATERSTOPS A. Self- Expanding Butyl Strip Waterstops: Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3/4 by 1 inch. 1. Available Products: CAST -IN -PLACE CONCRETE 033000 - 5 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 f. Euclid Chemical Company (The); Eucobar. g. Kaufman Products, Inc.; Vapor Aid. h. Lambert Corporation; Lambe() Skin. i. L&M Construction Chemicals, Inc.; E -Con. j. MBT Protection and Repair, Div. of ChemRcx; Confilm. k. Meadows, W. R., Inc.; Sealtight Evapre. 1. Metalcrete Industries; Waterhold. m. Nox -Crete Products Group, Kinsman Corporation; Monofilm. n. Sika Corporation, Inc.; SiknFilm. o. Symons Corporation, a Dayton Superior Company; Finishing Aid. p. Unitex; Pro -Film. q. US Mix Products Company, US Spec Monofilm ER. r. Vexcon Chemicals, Inc.; Certi -Vex EnvioAssist. 13. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz. /sq. yd. when dry. C. Moisture - Retaining Cover: ASTM C 171, polyethylene film or white burlap - polyethylene sheet. D. Water: Potable. E. Clear Waterborne, Membrane - Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. 1. Available Products: a. Burke by Edoco; Cureseal 1315 WB. b. ChemMasters; Polyseal WB. c. Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; Sealcure 1315 WB. d. Euclid Chemical Company (The); Super Diamond Clear VOX. e. Kaufman Products, Inc.; Sure Cure 25 Emulsion. f. Lambert Corporation; UV Safe SeaL g. L&M Construction Chemicals, Inc.; Lumiseal WB Plus. h. Meadows, W. R., Inc.; Vocomp -30. i. Metalcrete Industries; Metcure 30. j. Symons Corporation, a Dayton Superior Company; Cure & Seal 31 Percent E. k. Tanuns Industries, Inc.; LusterSeal WB 300. 1. Unitex; Hydro Seal 25. m. US Mix Products Company; US Spec Radiance UV -25. n. Vexcon Chemicals, Inc.; Vexcon Starseal 1315. o. Insert manufacturer's name; product name or designation. 2.11 RELATED MATERIALS A. Expansion - and Isolation-Joint-Filer Strips: ASTM D 1751, asphalt - saturated cellulosic fiber,. CAST -IN -PLACE CONCRETE 033000 - 7 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 6. Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent. 7. Combined Fly Ash or Pozzolans, Ground Granulated Blast- Furnace Slag, and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent. C. Admixtures: Use admixtures according to manufacturer's written instructions. 2.14 CONCRETE MIXTURES FOR BUILDING ELEMENTS A. Bottom slabs (mats)/Foundation Walls/Slabs -on- Grade: Proportion normal- weight concrete mixture as follows: 1. Minimum Compressive Strength: 4000 psi at 28 days. 2. Minimum Cementitious Materials Content: 470 lb /cu. yd.. 3. Slump Limit: 4 inches, plus or minus 1 inch. 4. Air Content: 5 -1/2 percent, plus or minus 1.5 percent at point of delivery for 1 -1/2 -inch nominal maximum aggregate size. 5. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 1 -inch nominal maximum aggregate size. 6. Air Content: Do not allow air content of troweled finished floors to exceed 3 percent. 2.15 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 2.16 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C 94M and ASTM C 1116, and furnish batch ticket information. 1, air temperature is between 85 and 90 deg F, reduce mixing and delivery time from I -1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACT 117. CAST -IN-PLACE CONCRETE 033000 - 9 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 fi 3.3 REMOVING AND REUSING FORMS A. General: Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete, if concrete is hard enough to not be damaged by form - removal operations and curing and protection operations are maintained. B. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form- facing material will not be acceptable for exposed surfaces. Apply new form - release agent. C. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Architect. 3.4 SHORES AND RESHORES A. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring and reshoring. 1. Do not remove shoring or reshoring until measurement of slab tolerances is complete. B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. 3.5 VAPOR RETARDERS A. Plastic Vapor Retarders: Place, protect, and repair vapor retarders according to ASTM E 1643 and manufacturer's written instructions. 1. Lap joints 6 inches and seal with manufacturer's recommended tape. B. Bituminous Vapor Retarders: Place, protect, and repair vapor retarders according to manufacturer's written instructions. 3.6 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. CAST -IN -PLACE CONCRETE 033000' -11 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 3.8 WATERSTOPS A. Self- Expanding Strip Waterstops: Install in construction joints and at other locations indicated, according to manufacturer's written instructions, adhesive bonding, mechanically fastening, and firmly pressing into place. Install in longest lengths practicable. 3.9 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. B. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Engineer. C Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. 1. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures and in a manner to avoid inclined construction joints. 2. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. 3. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. D, Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. 1. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. 2. Maintain reinforcement in position on chairs during concrete placement. 3. Screed slab surfaces with a straightedge and strike off to correct elevations. 4. Slope surfaces uniformly to drains where required. 5. Begin initial floating using bull floats or darbies to form a uniform and open - textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. E. Cold- Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When average high and low temperature is expected to fall below 40 deg F for three successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. 2. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. CAST -IN -PLACE CONCRETE 033000 -13 Phase ID — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 D. Broom Finish: Apply a broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as indicated. 1. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber - bristle broom perpendicular to main traffic route. Coordinate required final finish with Architect before application. 3.12 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work. B. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel - troweling surfaces to a hard, dense finish with corners, intersections, and terminations, slightly rounded. C. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates from manufacturer furnishing machines and equipment. 3.13 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold- weather protection and, ACI 301 for hot - weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb /sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. D. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces. E. Cure concrete according to ACI 308.I, by one or a combination of the following methods: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. b. Continuous water -fog spray, CAST -IN -PLACE CONCRETE 033000 -15 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form -tie voids with patching mortar or cone plugs secured in place with bonding agent. 2. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. 3. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Architect. .13, Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. 1. Repair finished surfaces containing defects. Surface defects include spells, popouts, honeycombs, rock pockets, crazing and cracks in excess of 0,01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. 2. After concrete has cured at least 14 days, correct high areas by grinding. 3 Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. 4. Correct other low areas scheduled to receive floor coverings with a repair underlayment. Prepare, mix, and apply repair underlayment and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. Feather edges to match adjacent floor elevations. E. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. F, Repair materials and installation not specified above may be used, subject to Architect's approval. 3.15 FIELD QUALITY CONTROL A. Testing and Inspecting: Engage a qualified testing and inspecting agency to perform tests and inspections and to submit reports. B. Special Inspections: 1. As noted C. Concrete Tests: Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: 14. Testing Frequency: Obtain one composite sample for each day's pour of each concrete mixture exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 50 cu. yd. or fraction thereof. CAST -IN -PLACE CONCRETE 033000 -17 DIVISION 22 WASTEWATER IMPROVMENTS SECTION TITLE PAGES 221313 � Sanitary Sewerage with Appendices 4S aKCK�401. % aNA, Pe; 0, Liner q 221343 Wastewater Pumping Station Upgrade w /Appendix 27 221344 Wastewater Grinder 9 221345 Temporary By -Pass Pumping 6 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60] 06 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. 9. , 14 Standard Specification for Concrete Sewer, Stoma 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. SANITARY SEWERAGE 221313 -2 2 Phase III - Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 3. Precast Manhole Sections: Manufacturer's results of tests performed on representative sections to be furnished. (if required) 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) 13. PVC pipe deflection test results. (if requested) 14. CCTV inspection media and inspection logs. Media shall become property of Owner. 1.05 QUALIFICATIONS A. CCTV Inspection Finn: Actively performed such services for minimum of 5 years. SANITARY SEWERAGE 221313 -4 4 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 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. 2.03 DUCTILE IRON PIPE (DIP) GRAVITY SEWER AND FORCE MAIN A. Pipe: 1. Conform to ASTM A746, AWWA C150/ANSI A21.50 and AWWA C151 /ANSI A.21.51. 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. 13. Ceramic Epoxy Lining: 1. General; a. 40 -mil nominal lining. b. Line interior of bell and exterior of spigot in joint sealing areas with 6 to 10 nails of specified lining. c. Surface Preparation as required by epoxy system. d. Pinhole Detection: 2,500 volts minimum over 100 percent of lined surfaces. 2. Polyamine Ceramic Microshpere- reinforced Epoxy System: a. Lining consisting of a 100% solids Polyamine ceramic microsphere - reinforced epoxy, such as Tnemec Series 431 OR Equal. b. Ceramic Hollow Microspheres: 20% by volume (no silica fume, fly ash or alumina dust) c. Hazardous Air Pollutants: Zero d. Coal -Tar Content: Zero e. Surface Preparation: Abrasive blast all surfaces to remove all loose annealing oxides, rust, dirt and other foreign matter. A surface profile depth of at least 3 mils is required (reference ASTM D 4417, method C) 3. Ceramic Particle- reinforced Novolac Epoxy System: a. Lining such as Protecto 401 by the Vulcan Group with installation by U.S. Pipe OR Equal. b. Surface Preparation: SP10 near -white abrasive blast. SANITARY SEWERAGE 221313 -6 6 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 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. 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: 1. Calder, Inc., Bellflower, CA. 2. Fernco Inc., Davison, MI. 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: 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. SANITARY SEWERAGE 221313 -8 8 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 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 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 final 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 final 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. SANITARY SEWERAGE 221313-10 10 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 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. G. Polypropylene Steps: 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. 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'/ 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: 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. 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 MANHOLES 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. SANITARY SEWERAGE 221313 -12 12 Phase III - Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 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. F. Design gasket to meet the following requirements: 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. 2.22 CONCRETE 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. 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. Slope: 4 percent, minimum. No lateral sewer, service connection, or drop manhole pipe shall discharge onto the surface of the bench. B. Cradles, Saddles, and Encasements: Portland cement design mix, 3000 psi minimum, with 0.58 maximum water- cementitious materials ratio. 1. Reinforcement Fabric: ASTM A 185, steel, welded wire fabric, plain. 2. Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed steel. 2.23 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: SANITARY SEWERAGE 221313 -14 14 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 D. Seat 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 arca. 0-ring style grit seals are not acceptable. H. Flow Way 1. As a minimum, flow coefficients for valves through 36" shall comply with the following table: Valve Size 6 " Minimum Cv 2400 4600 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. L 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. SANITARY SEWERAGE 221313 -16 16 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 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. 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 1. Small Pumps (16A and 16B) on discharge line: 050 RGX 1031 2. Large Pumps (17A, 17B, and17C) on discharge line: 080 RGX 1031 B. 20" Diameter Force Main at isolated highpoints: Model No. 080 RGX 1031 PART 3 EXECUTION 3.01 GENERAL A. Remove and keep all water clear from the excavation during construction and testing operations. B. Place imported pipe base material on undisturbed earth; thoroughly compact with a mechanical vibrating or power tamper 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. SANITARY SEWERAGE 221313 -18 I 8 Phase III — Butler Creek Interceptor 04/30/20] 4 Upgrade - West Project No. 60106 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 'A 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. 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 SANITARY SEWERAGE 221313-20 20 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 3.08 INSTALLATION OF PRECAST MANHOLES A. Concrete Base: 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. B. Sections: 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. 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 1. External concrete joint wrap shall be used in combination with joint sealant for each pre -cast joint section. 2. Install wrap material in accordance with manufacturer's instructions. E. Rubber Gasketed Joints: Install in accordance with manufacturer's instructions. F. Extensions: 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. SANITARY SEWERAGE 221313 -22 22 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 B. Flexible Joints: 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. C. Stubouts for Future Connections: 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. D. Permanent Plugs: Clean interior contact surfaces of pipes to be cut off or abandoned as shown, and construct plug as follows: 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. 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 tunes. B. Plastic Pipe: 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. SANITARY SEWERAGE 221313-24 24 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 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 pennission 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: 1. Install sewer tee so as to locate connection pipe within horizontal distance of I 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. 3.20 ECCENTRIC PLUG VALVES A. Valves and operators shall be installed in accordance with the manufacturer's recommendations. SANITARY SEWERAGE 221313-26 26 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 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 accordance with the applicable sections of the Uni -Bell UNl- B -6 -98, latest version. C. Force Main (pressure pipe): 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. Potable water shall be used for hydrostatic testing. SANITARY SEWERAGE 221313 -28 28 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 2. Repair manholes that do not meet the vacuum test, or do not meet specified requirements from visual inspection. I3. 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 spoiling 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: 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. c. DVD to include: 1) Opening Screen: a) Date of inspection. b) Pipe structure identification number. c) Upstream and downstream node identification numbers. SANITARY SEWERAGE 221313 -30 30 Phase III— Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 SANITARY SEWER ITEMS S -1A through S-161 - 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 5-178 _ 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, dewatering, and backfill as specified by type and class. No additional payment shall be made for these items. ITEMS S -26A through S-26F — Sanitary sewer exterior manhole joint wrapping shall be measured individually and shall include the costs for wrapping material and installation. Compensation for this item shall be included in items S -20A through S -20F and S -23. SANITARY SEWERAGE 221313 -32 32 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 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. PAVEMENT STRUCTURES, ITEM P -1 - Asphalt overlay shall be measured in square yards and shall include costs for asphalt materials and installation, temporary striping and permanent striping (replaced in kind), and markers (both temporary and permanent). No additional payment shall be made for these items. ITEM P -2 - Aggregate base (10 '' /2" thick) and asphalt patch (2 ' /z" 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 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 -3 - 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 -4 - 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-5 through P -6 - 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 include all removal and disposal costs. No additional payment shall be made for these items. ITEM P -7 - Asphalt driveway replacement shall be measured in square yards and shall include costs for 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. SANITARY SEWERAGE 221313 -34 34 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 LUMP SUM ITEMS ITEM L-1 — Upgrade and improvements to existing wastewater lift station shall be measured individually as a lump sum and shall include 1) Pump by- passing to provide uninterrupted sewage service while lift station upgrade is under construction; 2) Removal and re- installation of existing submersible pumps and accessories (base elbows, lifting chain, lifting rails, flanged discharge pipe, fittings, and valves noted and salvaging any remaining items removed 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, aluminum 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, Iabor, 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 lin station and grinder, etc. including all materials, labor, equipment, and excess materials. With the exception of material, equipment and labor to be provided within the physical limits of this bid item for asphalt overlay and base as described in above bid items P -1 and P -2 and within following bid items LS -1A, LS -1B, and LS -I C, as described below, no additional payment shall be made for upgrade and improvements to the existing lift station . ITEM LS -1A — Water Service Line: 950 LF -6" diameter PVC water man, tap, fire hydrant, meter and backflow preventer with boxes, and flush hydrant. With the exception of material, equipment and labor to be provided within the physical limits of this bid item for asphalt overlay and base as described in above bid items P -1 and P-2, no additional payment shall be made for installation of the water service line. ITEM LS-/B — Lift Station Allowance No.1 (See specification 012100). No additional payment shall be made for these items. ITEM LS -1C — Lift Station Allowance No. 2 (See specification 012100). No additional payment shall be made for these items. ITEM LS -2 - 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. END OF SECTION 02530 SANITARY SEWERAGE 221313 -36 36 APPENDIX for SANITARY SEWERAGE For Manhole Vacuum Testing Per ASTM C1244 4: / C 1244 -05a€ TABLE 1 Minimum Test Times for Various Manhole Diameters TABLE 1 Minimum Test Times for Various Manhole Diameters (30 —120 in.) In Seconds (30 -120 In.) In Seconds (continued) Diameter, In. Diameter, in. Depth (ft) - Depth (ft) - 30 33 36 42 48 64 60 66 72 78 84 90 96 102 108 114 120 Time, In seconds Time, in seconds <4 8 7 7 9 10 12 13 16 16 <4 18 19 21 23 24 25 27 29 6 9 10 11 13 16 18 20 22 25 6 26 29 31 34 36 38 41 43 g 11 12 14 17 20 23 26 29 33 8 35 38 41 45 48 51 54 57 10 14 15 18 21 25 29 33 36 41 10 44 48 52 56 60 83 67 71 12 17 18 21 25 30 35 39 43 49 12 63 57 62 67 71 76 81 85 14 20 21 26 90 35 41 46 51 57 14 62 67 72 78 83 89 94 100 16 22 24 29 94 40 46 52 58 67 16 70 76 83 89 95 101 108 114 18 25 27 32 38 45 52 59 65 73 18 79 86 93 100 107 114 121 128 20 28 30 35 42 50 53 65 72 81 20 88 95 103 111 119 126 135 142 22 31 33 39 46 65 64 72 79 89 22 97 105 114 122 131 139 148 158 24 33 36 42 51 59 64 78 87 97 24 106 114 124 133 143 152 161 170 26 36 39 46 65 64 75 85 94 105 26 114 124 134 144 155 164 175 185 28 39 42 49 59 69 81 91 101 113 28 123 133 145 155 167 177 188 199 30 42 45 53 63 74 87 98 108 121 30 132 143 156 166 178 189 202 213 7.4 If the manhole fails the initial test, the manhole shall be repaired by an approved method until a satisfactory test is test result merely states whether there is conformance to the obtained. criteria for the success specified. 7.5 Use or failure of this vacuum test shall not preclude acceptance by appropriate water infiltration or exfiltration 9. Keywords testing, (see Practice C 969), or other means. 9.1 acceptance criteria; concrete; manhole sections; test 8. Precision and Bias method; vacuum test 8.1 No justifiable statement is presently capable of being made either on the precision or bias of this procedure, since the APPENDIX (Non mandatory Information) Xl. Air Testing for a Single Diameter Pipe X1.1 The standard accepted method of air testing, for a Therefore, the time relationship is: single diameter pipe, Practice C 924, allows a drop of 1 psi T 0.490 T (X1.3) pressure during the time calculated by the formula: K L T Pnn — Q (X1.1) or , — T„ef= 7. -a (X1.4) where: T = time for 1 psi drop in pressure K = 0.00037 for in./lb units X1,3 The allowable test times cited in Practice C 924, D = pipe diameter, in. Table 2, for pipe sizes 4 in. to 24 in. diameter are provided in L = length of line, ft Table X 1.1 and Table. X1.2. The allowable test times for sizes Q = air loss, ft3 /min above 24 in. were obtained by extrapolation. Therefore, using X1.2 A pressure drop of 1 in. Hg for the vacuum test the appropriate Q. we find that: . 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 (XI.2) 0 P,°.o) ee'ny/HS,,mn.ri t. Air4 l by ASTM 11111 (all rights reserved); te......W uaasMrur.h.Jambe No mProtimlion V AblikzetVittettt per License Agreement with Monique 'V'liZr:t o°;', ;t :.??"' :.): Mon Feb 27 12:25:42 EST 2006 ,, 4 { ' C 1244 — 05a TABLE X1.1 Minimum Teat 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 2A 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 8fee, In. Alr Loss (CJ, 53 /min 4 2 6 2 8 2 10 2.6 12 3 16 4 18 5 21 5.5 24 6 30 7 36 8 42 9 46 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 rrtentkmed In MI5 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, am entirety their own responsibility. This standard is sublet to revision at any time by the responsible technical committee and must be reviewed every five years and if not revised, ekher reapproved or withdrawn. Yourcommenls are invited either for revision adds standard or for additional standards and should be addressed to ASTM intemetional Headquarters. Your comments will receive careful consideration eta 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 byASTM Intemational, 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 of 610-832-9585 (phone), 610 - 632-9555 (fa), or service @astm. (e- mail); or through the ASTM website (wwwastm.org). A Copyright ASTM tot+mst'i@N4A PmJded by Ns a rms ito.rwih AST b y ASTM I nt'I (all r ights reserved }, Liunse4WAsgucia, GAa6000455024, LkonRush. Amos No rspr duuana Mhvatldng t M 'VV.' tNSd per License Agreement with Monique ' Rsute, Ognbzo }; Mon Feb 27 12:25:42 EST 2006 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 plastic pipes. 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 bacicfill 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 when required by AUD. 14.3.2.4.3.2 Laying Belled Pipe Belled pipe shall be laid with the bell end up grade and in general, all pipe laying shall start and proceed up grade from the point of connection at the sewer line or other starting point. Pipe shall be laid in a straight line at a uniform grade between manholes. 14.3.2.4.3.3 Transitions Material for transition (e.g., PVC to DIP) shall be indicated and specified. Where offset of DIP is required, restrained joint DIP shall be installed. 14.3.2.4.3.4 Backfilling Around Pipe As soon as the joint material has set, fine earth shall be carefully tamped around each joint, and around and over the pipe to a depth of at least 2 feet above the top of gravity pipelines. Selected materials for this purpose shall be Class I or II soils as specified in ASTM D2321. Reconstruction of any roadway section or right -of -way shall be in accordance with the Georgia Department of Transportation and Augusta, Georgia Specifications (AUD- Detail 18). 14.3.2.4.3.6 Boring and Jacking Jacking and boring for water and sewer lines is covered in section 14.2.2.2.4. 14.3.2.4.4 Wastewater Manholes: 14.3.2.4.4.1 General Guidelines The elevation drop across the manhole inverts shall be 0.1 feet unless otherwise approved by AUD. Precast manholes shall conform to the latest edition of ASTM C -478 (five inch wall thickness). Use six (6) inch wall thickness if manhole exceeds 20 feet in depth. All holes for incoming and outgoing pipe will, whenever possible, be precast, with pipe tie -in made using PS1O flexible gasket, manufactured by PressSeal Gasket Corporation, or approved equal. In the event of the necessity of cutting new holes, the holes shall be machined 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. Augusta Utilities Department Standards and Specifications August 2006 Page 27 Addendum 1 Bid Item #14 -174 1.4 DEFINITION A. Primary liner: First tunnel support installed by Contractor. B. Carrier pipe: Sewer line as specified in Section 221313 - SANITARY SEWERAGE. C. Zone of Active Excavation. Area located within radial distance about surface point immediately above face of excavation equal to depth to bottom of excavation. D. Critical Structure: Building, structure, bridge, pier, or similar construction partially or entirely located within zone of active excavation. E. Tunnel Boring Machine (TBM): Mechanized and fully shielded excavating equipment that is steerable, guided and articulated, with man entry. F. Tunneling Methodology: Written description, together with supporting documentation that defines Contractor's plans and procedures for tunneling operations. G. Shield: Fabricated ground support, circular in section, providing 360 - degree protection to those working in it. Shield will have cutting edge, and be equipped with independently operated hydraulic propulsion rams, allowing it to be steered. Liner is erected within tail attached to shield. H. Open Face: Face of heading or tunnel, which is unsupported during excavation (e.g., in hand mining or shield excavation). 1.5 SUBMITTALS A The following submittals are required: 1. Tunneling Methodology. Brief description of proposed tunnel methodology for review. Description should be sufficient to convey following: a. Proposed method of tunnel construction and type of face support and lining system. b. Manufacturer and type of tunneling equipment proposed; type of lighting and ventilation systems. c. Number and duration of shifts planned to be worked each day. d. Sequence of operations. e. Location of access shafts and work sites. f. Method of spoil transportation from face, surface storage, and disposal location. g. Method of installing pipe. h. Identification of critical utility crossings and special precautions proposed. i. Manufacturer and type of concrete and grout proposed. 2. Drawings and Calculations. Submit for record purposes, drawings and calculations for tunnel support system designed by Contractor. Drawings shall be adequate for construction, and include installation details. Documents must be signed and sealed by Professional Engineer registered in State of Georgia. Include calculations with clear statement of criteria used for design, as described in Paragraph 1.6, Design Criteria. . TUNNEL EXCAVATION AND PRIMARY LINER 221323 - 2 Addendum 1 Bid Item #14 -174 • B The Contractor shall provide evidence of work experience in filling voids between 60 -inch tunnel liner plates and 30 -inch carrier pipe. The tunnel installer must have successfully filled a minimum of three (3) tunnels with a minimum diameter of sixty (60) inches and each with a minimum length of one hundred (100) feet, supervised by the Contractor's own personnel. Documentation of evidence shall include, but not limited to, tunnel and carrier pipe diameter, tunnel length, material of construction, project name, owner, engineer, date and name of the filling supervisor. 1.8 STORAGE AND PROTECTION A. Construction materials shall be stored and protected in accordance with the manufacturer's recommendations. PART 2 - PRODUCTS 2.1 STEEL LINER PLATES A. In locations shown on Drawings, manufacture liner plate (2 -flange or 4- flange) certified by manufacturer for compliance with ASTM specification A569. Liner plates shall be hot dip galvanized to conform to ASTM Al23 and bituminous coated to meet the current AASHTO Specification MI90. The mechanical properties of the liner plates and sheets before cold forming shall conform to the following: 1. Tensile Strength: 42,000 psi min. 2. Yield Strength: 28,000 psi min. 3. Elongation in 2 inches: 30 percent min. B. Provide bolts and nuts conforming to ASTM A307, Grade A. Bolts and nuts shall be hot dip galvanized to conform to ASTM Specification A153. C. Punch plates for bolting on both longitudinal and circumferential seams and fabricate to permit complete erection from inside tunnel. Provide plates of uniform fabrication. Plates intended for one size tunnel shall be interchangeable. D. Material used for construction of liner plates shall be in good condition. E. Provide sufficient number of bolted steel liner plates with approximately 2 -inch diameter grout holes furnished with steel or iron plugs. Locate holes near plate center. F. Grout: Grout shall be used for filling voids between the liner plates and the earth. Grout used shall have a minimum compressive strength of 100 psi attained within 24 hours after placement. G. Flowable Fill: Excavatable Flowable Fill shall be used for filling voids between the liner plates and the Carrier Pipe. Excavatable Flowable Fill used shall conform to Georgia DOT standards and specifications. TUNNEL EXCAVATION AND PRIMARY LINER 221323 - 4 Addendum 1 Bid Item #14 -174 D. Operate dewatering system for tunnels until carrier pipe has been installed and annular space is fully grouted, or until watertight liner designed for hydrostatic pressures is installed. E. Do not proceed with tunneling for which ground water control is necessary until monitoring data indicates that ground water control system is operating in accordance with Contractor's plan. 3.3 EQUIPMENT A. The Contractor shall assume responsibility for selection of tunneling equipment which, based on past experience, has proven to be satisfactory for excavation of soils to be encountered. B. The Contractor shall employ tunneling equipment that will be capable of handling various anticipated ground conditions and which minimizes loss of soil ahead of face and allows satisfactory support of excavated face. C. Air Quality: Provide equipment to maintain proper air quality of tunnel operations during construction in accordance with OSHA requirements. E. Enclose light fixtures in watertight enclosures with suitable guards. Provide separate circuits for lighting and other equipment. F. Conform to requirements of National Electrical Code - NFPA70 for Electrical systems. 3.4 TUNNELING DATA A. Maintain shift logs of construction events and observations. The Design Engineer shall have access to Contractor's logs with regard to the following information: 1. Location of face by station and progress of tunnel drive during shift. 2. Hours worked per shift on tunneling operations. 3. Completed field forms for checking line and grade of tunneling operation, showing achieved tolerance relative to design alignment. 4. Location, elevation and brief soil descriptions of soil strata and strata boundaries. 5. Ground water control operations and piezometric levels, ground water inflow location and rates. 6. Observation of lost ground or other ground movement. 7. Unusual conditions or events. 8. Reasons for operational shutdown in event drive is halted. B. Clearly mark primary liner with paint every 20 feet along tunnel with distance in feet from centerline of preceding shaft. TUNNEL EXCAVATION AND PRIMARY LINER 221323 - 6 Addendum 1 Bid Item #14 -174 3.6 CONTROL OF TUNNEL LINE AND GRADE A. Construction Control. 1, The Contractor shall establish baselines and benchmarks indicated on Drawings. Check baselines and benchmarks at beginning of Work and report errors or discrepancies to Engineer. 2 The Contractor shall use baselines and benchmarks to establish and maintain construction control points, reference lines, and grades for locating tunnel. 3, Establish control points sufficiently far from face so as not to be affected by tunneling operations. B. Line and Grade. 1. Maintain means sufficient to check alignment and grade continuously. 2. Check survey control for tunneling against aboveground undisturbed reference at least once each week and once for each 100 feet of tunnel constructed. 3. When excavation is off line or grade, make alignment corrections to avoid reverse grades in gravity sewers. 4. Construct primary liner to such tolerances that permit installation of sewer pipe to be completed to tolerances given on Drawings. C. Earth Movement. Assume responsibility for damages due to settlement from construction- induced activities or occurrences. 1. Survey crown, invert, and springline on each side of primary liner at 50 -foot intervals, or minimum of once per shift, or more frequently when line and grade tolerances have been exceeded, to ensure alignment is within tolerances specified. Conduct survey immediately behind tunnel excavation to allow immediate correction of misalignment. 3.7 MONITORING A. Surface Settlement Monitoring 1. Establish monitoring points on all critical structures. 2. Record location of settlement monitoring points with respect to construction baselines and elevations. Record elevations to accuracy of 0.01 feet for each monitoring point location. Monitoring points should be established at locations and by methods that protect them from damage by construction operations, tampering, or other external influences. TUNNEL EXCAVATION AND PRIMARY LINER 221323 - 8 Addendum 1 Bid Item #14 -174 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 SECTION 221343 - WASTEWATER PUMPING STATION UPGRADE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1., Division 3, CONCRETE 2, Division 22, WASTEWATER IMPROVEMENTS 3. Division 26, ELECTRICAL 4. Division 31, EARTHWORK 5. Division 32, EXTERIOR IMPROVEMENTS 6. Division 33, UTILITIES 1.2 SUMMARY A. This Section includes: 1. Removing and re- installing two (2) existing 30 Hp variable speed duplex pumps using existing accessories -base elbow, guides, lifting chain, etc., discharge pipe, fittings and valves downstream of the pump base elbow, etc. 2. Installing three (3) large 100 Hp triplex (3) variable speed submersible wastewater pumps with pump accessories and piping, valves, etc. downstream of the pump. 3. Modifications to the existing concrete wetwell, including aluminum cover and hatches. 4. Removal and replacement of existing valve value, including aluminum cover and hatches. 5. Electrical, instrumentation, and PLC upgrades necessary and incidental to the wastewater pumping station upgrade including a) links with grinder motor controller, b) pump control cable links - pump temperature and moisture sensors, and 3) inputs from magnetic flow meters and pressure transducers located on 10" and 20" force mains. B. PERFORMANCE REQUIREMENTS 1. Pressure Rating of Wastewater Pumps and Discharge Piping Components: At least equal to wastewater pump discharge pressure, but not less than 125 psig. 2. Pressure Rating of Other Piping Components: At least equal to system operating pressure, but not less than 125 psig. 1.3 SUBMITTALS A. Product Data: Include rated capacities, operating characteristics, furnished specialties, and accessories. WASTEWATER PUMPING STATION UPGRADE 221343 - 1 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 planned construction. Notify Owner no fewer than three (3) days in advance of proposed construction and by -pass pumping activities. 2. Do not proceed with implementing by -pass pumping and construction activities without Owner's written permission. 1.6 COORDINATION A. Coordinate size and location of concrete bases for base elbows, if required, above the floor of the existing wetwell. Cast anchor -bolt inserts into bases. Anchor bolts may be epoxy set. All anchor materials shall be stainless steel. Concrete, reinforcement, and formwork requirements are specified in Division 03. 1.7 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of wastewater pumping station components that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: 1) Structural failures including modifications to existing concrete wetwell and valve box and new grinder basin. 2) Faulty operation of wastewater pumps, controls, or accessories. 3) Deterioration of metals, metal finishes, and other materials beyond normal use. 2. Warranty Period for modifications to existing wetwell and valve box: One year from date of Substantial Completion. 3. Warranty Period for Wastewater Pumps and related electrical, instrumentation, PLC and SCADA upgrades necessary and incidental to the wastewater pumping station upgrade : One year from date of Substantial Completion. 4. Warranty Period for Accessories: One year from date of Substantial Completion. PART 2- PRODUCTS 2.1 WASTEWATER PUMPING STATION UPGRADE A. Wastewater Pumping Station Upgrade with Submersible Wastewater Pumps: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Ebara b. KSB 2. Description: Factory fabricated, assembled, and tested for submersible wastewater pumps and installation inclusive of electrical, instrumentation, PLC and SCADA upgrades necessary and incidental to the wastewater pumping station upgrade. 1) Orientation: Existing concrete wetwell underground with adjacent new below grade concrete valve vault. 2) Wastewater Pumps: Remove and re- install two (2) small submersible -type wastewater pumps with variable frequency drives operating in a duplex arrangement and provide and install three (3) large submersible -type wastewater pumps with variable frequency drives operating in a triplex arrangement, with WASTEWATER PUMPING STATION UPGRADE 221343 - 3 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 Ebara Model 150DLF622 (11.54" diameter impeller) and are to be relocated to the position indicated on the drawings.) 1) Capacity: a) Minimum flow requirement for 1 pump running: 600 gpm at 48.0 ft. TDH (Hs max; C of 120) b) Maximum flow limitation with 2 pumps running: 1800 gpm (each 900 gpm) at 57.7 ft. TDH (Hs min.; C of 140) c) See following Small Pump- System Operating Envelope for additional information. SMALL PUMP SYSTEM OPERATING ENVELOPE One Pum • Running T • P • • R I : !ANIMI Q total TDH (Max) TDH Min) TDH Max s ( - Ft. . Ft. 0 _ 36.6 Static ® 36.1 Static 300 43.7 42.8 � ��' 600 48.0 46.1 44.9 43.2 900 54.7 1200 63.7 57.8 jimziammum 48.9 1500 74.7 66.1 -1111111 1800 IIMMIIIMINEIMINISIMI 64.2 57.7 2) Speed: 1800 rpm 3) Impeller: a) Type: non -clog, cast iron. b) Solids Size Design: 3 inches 4) Discharge Size: 4" x 6" Increasing flanged base elbow 5) Motor Size: 30 hp, minimum, but not less than manufacturer's recommended performance data. 6) Electrical Characteristics: a) Volts: 460 V. b) Phases: Three. c) Hertz: 60. 2) Large Wastewater Pumps (Pumps 17A, 17B, and 17C); (Three required - triplex, VFD operation) Each Wastewater Pump: 1) Capacity: a) Minimum flow requirement for 1 pump running: 2,500 gpm at 59.8 ft. TDH (Hs max; C of 120) b) Minimum flow required with 2 pumps running: 6,000 gpm (each 3000 gpm) at 79.8 ft. TDH (Hs max.; C of 120) c) See following Large Pump- System Operating Envelope Operation Data Sheet for additional information. LARGE PUMP SYSTEM OPERATING ENVELOPE One Pump Runnin Two Pumps Running Q (total) TDH (Max) TDH (Min) TDH (Max) . TDH (Min) (GPM) (Ft.) (Ft.) (Ft.) (Ft.) 0 49.3 Static 46.8 Static 49.3 Static 46.3 Static 2,500 59.8 55.9 - - 3,000 62.0 57.6 - WASTEWATER PUMPING STATION UPGRADE 221343 - 5 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 line, will receive the pump discharge's connecting flange without the need of adjustment, fas- teners, clamps, or similar devices. 2.3 CONTROLS (Refer to Electrical Control Drawings- Appended to this section) A. Control Sequence of Operation: Pump control and monitoring shall be provided by the existing PLC (microprocessor system) with an operator interface remote mounted on the inner door. The system shall be revised and, if required, upgraded to have configuration parameters selectable by the operator interface for set point adjustment for pump start/stop, level alarms, fill / empty mode, maximum off time for odor reduction, maximum starts per hour, maximum run time, blocked pump detection for both the existing duplex and the new triplex pump systems. An interconnection shall be provided between the duplex control system and the triplex control system such that if the triplex system is called to operate, the duplex system will initially be shut down and its operation inhibited until such time that the triplex system is to be supplemented by the duplex system or is no longer operating. A detailed description of "Programming- Operational Modes & Sequence of Operations" presented in the following section. This system interconnection shall be designed to permit override and allow both systems to operate simultaneously with one of the duplex pumps operating when one or two of the two triplex pumps are unable to maintain level at 100% operation. Materials for upgrade of the PLC with operator interface is included in Allowance No. 1. NOTE: Work related to re- programming of PLC shall be performed by Owner outside the limits of this contract. The triplex pump control systems shall be equipped with variable frequency drives and the cabinet interior temperature levels shall be regulated by an air conditioner sufficiently rated to maintain the VFD operating temperature range. The existing PLC (microprocessor based controller) uses industrial ethernet to the drives to provide a smooth power curve for increases and decreases of pumping requirements. The control system shall be designed and upgraded as necessary to reflect the duplex/triplex operation sequences outlined in this section and so that different pump alternating schemes may be easily programmed as station requirements change. Base Bid: A dry contract from the emergency power automatic transfer switch will be connected to the duplex and triplex systems so that when operation is powered from the existing emergency power source it will provide power to operate the lift station's incidental electrical loads plus loads from the grinder and either 1) the two small pumps (30 Hp) or 2) one large pump (100 Hp), operating at reduced load (speed), simultaneously. Operation of the remaining pumps shall be inhibited. Additive Alternate No. 1 : A dry contract from the emergency power automatic transfer switch will be connected to the duplex and triplex systems so that when operation is powered from the new emergency power source it will provide power to operate the lift station's incidental electrical loads plus loads from the grinder , the two small pumps (30 Hp) and one large pump (100 Hp), simultaneously. Operation of the remaining pumps shall be inhibited. Controls shall cycle each wastewater pump on and off automatically to maintain wet -well wastewater level. Automatic control operates small and large pumps in parallel if wet -well level rises above starting point of low -level pump, until shutoff level is reached. Automatic alternator, with manual disconnect switch, changes sequence of lead -lag wastewater pumps at WASTEWATER PUMPING STATION UPGRADE 221343 - 7 Phase III - Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 equal to El. 249.75. (See Section B -B on Drawing NO. C301). Lead Pump 17 will oper- ate between 1,800 gpm (at reduced speed) up to 3,000 gpm (at full speed) and Pumps 16A & 16B operate at 1,800 gpm. a. Lag Pump 17 "ON" El. 249.75 is enabled to run after 5 minute time delay. (LT -02) b. Pump 17 "OFF" El. 247.25 after 5 minute delay. c. Pumps 16A & 16B, with output below E. 247.25 after 5 minutes, are disabled from shut -down and remain running. (LT -02) d. Narrative of Mid Flow Range: One Pump 17 Running: 1) Lead Pump 17 (A, B or C) is enabled to run at output LT -02 equal to or greater than El. 249.75 with a 5 minute time delay during which Pumps 16A and 16B continue running. 2) Lead Pump 17 performs a ramped start-up, after 5 minutes with output LT- 02 equal to or greater than El. 249.75, to 1,800 gpm, paced by output FT -02 (20" magnetic flow meter) equal to 1,800 gpm. Simultaneously, Pumps 16A and 16B perform a ramped shut -down. 3) Pump 17 operates between 1,800 gpm, minimum, at El. 249.75 to full output (approximately 3,000 gpm) at El. 250.00. Pumps are paced by linearly ramping output FT -02 from 1,800 gpm to 3,000 gpm between EL 249.75 and El. 250.00. 4) Pump 17, operating below output LT -02 El. 250.25, begin a linear ramp - down from 3,000 gpm to 1,800 gpm to output LT -02 equal to El. 249.75. Pump 17 is paced by linearly ramping output FT -02 from 3,000 gpm to 1,800 gpm between El. 250.00 and El. 249.75. 5) Lead Pump 17 (A, B, or C) is enabled to shut -down at output LT -02 less than or equal to El. 247.25. After 5 minutes, with output LT -02 less than output LT -02 El. 247.25, Lead Pump 17 performs a ramped shut -down and Pumps 16A & 16 B perform a ramped start-up to 1,800 gpm, maximum. Lead Pump 17 rotates to the Back -up Pump position while the Lag Pump rotates to the Lead Pump position and the Back -up Pump rotates to the Lag Pump position. Pump station reverts to Low Flow Range operation. Lead Pump 17 and Pumps 16A & 16B Running: With Lead Pump 17 running at full output, Pumps 16A & 16B perform a ramped start-up at output LT -02 equal to El. 250.25 and run in tandem at 1,800 gpm, maximum (Total Lift Station output is at 4,800 gpm. Simultaneously, Lag Pump 17 is enabled to run on a 5 minute delay. With output LT -02 less than El. 250.25 maintained for 5 minutes or more, Lag Pump 17 is be disabled from operation while Pumps 16A & B continue running. 6) Output LT -02 does not exceed El. 250.25, output LT -02 equals El. 250.00 and Pumps 16A & 16B are enabled to shut -down after a five minute delay. After 5 minutes output LT -02 is less than E. 250.00 and Pumps 16A and 16B perform a ramped shut -down. 7) Lead Pump 17 is paced by linearly ramping output FT -02 from 3,000 gpm to 1,800 gpm between El. 250.00 and El. 249.75. Lead Pump 17 shut -down and Pumps 16A & 16B start-up (see step 5 for "One Pump 17 Running ", in above Mid Flow Range narrative. Pumps 16A and 16B Running: See step 4 for "Two Pumps 16 Running" in above Low Flow Range narrative. WASTEWATER PUMPING STATION UPGRADE 221343 - 9 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 8) Lead and Lag Pumps 17 are at Output LT -02 equal to or less than El. 249.75. See above steps 3 & 4 under "Lead & Lag Pumps 17 Running" under Upper Flow Range narrative. Extended Pump Run Time: When continuous run time for the Lead Pump 17 exceeds for 4 hours, it performs a ramped shut -down and rotates to the Back -up Pump posi- tion while the Lag Pump rotates to the Lead Pump position and the Back -up Pump rotates to the Lag Pump position. Back -up Pump 17 Running: Back -up Pump 17 will perform a ramped start-up to cov- er a partially or fully impaired lead and/or lag pump condition and allow total large pump output up to 6,000 gpm (FT -02) when 1) output LT -02 is greater than El. 250.75 after 5 minutes of reaching El. 250.75; and 2) either Lead or Lap Pumps 17 trips out when both pumps are running. 1) At output LT -02 equal to El. 250.75 (Back -up Pump 17 "ON "), Lead and Lag Pumps 16 perform a ramped start-up and the Back -Up Pump 17 is ena- bled to run on a 5 minute time delay. 2) Output LT-02 is greater than El. 250.75 after a 5 minute delay, Back -Up Pump 17 performs a ramped start-up. 3) Refer to above section "Upper Flow Range Operation ", step 8, for shut- down of two Pumps 17 operating in tandem. 3. BACK -UP SWITCH PUMPS OFF FOR PUMPS 17 (A, B AND /OR C) (LT -01 AND LT -03): 4. HWL ALARM "ON" EL. 251.25 (LT-01) 5. BACK -UP HWL ALARM ON EL. 251.57 (LT -02) 6. INDEPENDENT BACK -UP HWL ALARM EL. 258.75 (LT -03) 7. EMERGENCY POWER ACTION: Upon activation of emergency power automatic transfer switch the existing emergency power source it will provide power to operate the lift station's incidental electrical loads plus loads from the grinder and either 1) the two small pumps (30 Hp) or 2) one large pump (100 Hp), operating at reduced load (speed), simultaneously. Operation of the remaining pumps shall be inhibited. B. Interface (Existing): The operator interface shall 1) be modified and, if required, upgraded to display level, pump available, pump fault, pump running, pump stopped, set points for alarm, pump start and pump stop and voltage for each of the 3 phases for both the existing duplex and the new triflex pumps, 2) modified to display the flow meter reading in gallons per minute (GPM) for the magnetic flow meters separately monitoring pumping rates for duplex pumping system (10" flow meter) and the triplex pumping system (20 ") flow meter, 3) modified to display separate and combined totalized flow in million gallons per day (MGD) and 4) configured to receive data from the new grinder installation motor controller. The operator interface screen shall have easy access to view faults, history, information such as pump minutes run and measured flow this hour versus last hour, today versus yesterday, this week versus last week, total hours run, number of pump starts this hour versus last hour, today versus yesterday, this week versus last week and total starts over a period of time. The operator interface shall include access to a fault screen that allows checking of all current and unacknowledged alarms. The fault screen will detail the fault along with date / time each fault occurred and cleared. Provision will be provided to acknowledge and reset existing faults. In addition, a history screen allows checking all faults and events along with date / time. The history screen shall include the ability to view only faults, only events, or narrow down to events relating to specific types of data. WASTEWATER PUMPING STATION UPGRADE 221343 - 11 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 mounting electrical components and a swing out inner door to hold the control and indication components and will be equipped with a padlock latch. Electrical components shall be secured to the back panel by the use of machine screws threaded into tapped holes. The use of self - tapping screws will not be acceptable. Pump control and monitoring shall be provided by the existing microprocessor based PLC system with an operator interface remote mounted on the inner door. The system shall have configuration parameters selectable by the operator interface for set point adjustment for pump start/stop, level alarms, fill / empty mode, maximum starts per hour, maximum run time, blocked pump detection. The controller shall monitor the 3 phase utility power and provide protection for under voltage, over voltage and phase failure. A separate stand -alone monitor shall protect against phase sequence fault. The entire system shall be assembled, tested, UL listed and labeled under Standard 508A - -- Enclosed Industrial Control Panels and shipped complete with drawings generated on AutoCad and electronic files provided with submittals. PLC shall consist of:" 1. BMXP342020 Modicon M340 CPU 2. BMXXBP0600 M340 6Slot backplane 3. BMXCPS2000 M340 STD AC power supply 4. BMXDAI1604 M340 100TO 120vac IPT mod 5. BMXDRA0805 M340 8Q isolated opt card 6. BMXAMI0410 M340 4U /I in analog input mod 7. BMXNOE0110 M340 factory cast module 8. BMXRMS008MPFSA 8mb memory card 9. Mounting: Outside, on Electrical rack 10. Install labels on panel face to identify switches and controls. 11. Wiring: Tin- copper wiring The control panel shall be revised and, as required, upgraded to display level, pump available, pump fault, pump running, pump stopped, set points for alarm, pump start and pump stop and voltage for each of the 3 phases for both the existing duplex and the new triflex pumps, 2) modified to display the flow meter reading in gallons per minute (GPM) for the magnetic flow meters separately monitoring pumping rates for duplex pumping system (10" flow meter) and the triplex pumping system (20 ") flow meter, 3) modified to display separate and combined totalized flow in million gallons per day (MGD) and 4) configured to receive and send data between the control panel and the grinder installation PLC. 2.4 ACCESSORIES A. Alarms: Provide a NEMA 4X rated, red flashing type, high level alarm light, 25 watt, mounted on top of enclosure and a pulsating tone type alarm buzzer (95db @ 2 foot minimum), with silence circuit and alarm silence pushbutton. B. Control Power: Control power, 120 volts, shall be provided by a control power transformer equipped with primary and secondary circuit protection. The transformer shall be sized for the required load, plus 25% extra capacity. C. Ventilation: Electrically powered ventilation system. The cabinet interior temperature levels shall be regulated by an air conditioner and /or heater sufficiently rated to maintain the VFD and component operating temperature range. D. High -Water Audio Alarm: Horn for audio indication of station high -water level, energized by separate level- detecting device. Include alarm silencer switch and relay in station. WASTEWATER PUMPING STATION UPGRADE 221343 - 13 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 C. Access Hatches: Corrosion resistant manufactured access frames and hatches with safety grates with lock as noted on drawings. D. Air Vent: Duct fabricated from aluminum, extended to above grade, outlet turned down, and with insect screen in outlet. E. Factory fabricate piping between unit components. 1. Use ductile -iron pipe and fittings, epoxy lined, per sanitary sewer specifications. 2. Use fittings for changes in direction and branch connections. 3. Flanged and union joints may be used instead of joints specified. 4. Use dielectric fittings for connections between ferrous- and non - ferrous piping. F. Piping Connections: Unless otherwise indicated, make the following piping connections: 1. Install unions, in piping NPS 2 and smaller, adjacent to each valve and at final connection to each piece of equipment having NPS 2 or smaller threaded pipe connection. 2.. Install flanges, in piping NPS 2 -1/2 and larger, adjacent to flanged valves and at final connection to each piece of equipment having flanged pipe connection, unless otherwise noted. G. Valves: Ferrous, alloy. 1. Wastewater Pump Piping: Include plug and check valves on each discharge pipe as shown on drawings. H. Wiring: Tin - coated copper. 2.10 SOURCE QUALITY CONTROL A. Test and inspect wastewater pumps according to HI 1.6, "Centrifugal Pump Tests." Include test recordings that substantiate correct performance of pumps at design head, capacity, suction lift, speed, and horsepower. B. Test accessories and controls through complete cycle. Include test recordings that substantiate correct performance. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance. B. Examine roughing -in of sewerage piping systems to verify actual locations of piping connections before wastewater pumping station installation. C. Proceed with installation only after unsatisfactory conditions have been corrected. WASTEWATER PUMPING STATION UPGRADE 221343 - 15 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 C. Tests and Inspections: 1. After installing wastewater pumping system and after electrical circuitry has been energized, test for compliance with requirements. Furnish potable water required for pump testing. a. Leak Test: After installation, charge systems and test for leaks. Repair leaks and retest until no leaks exist. b. Operational Test: After electrical circuitry has been energized, start units to confirm proper motor rotation and unit operation. c. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. d. Testing of system harmonics during operation of system. D. Remove and replace wastewater pumping system components that do not pass tests and inspections and retest as specified above. 3.8 CONTROL PANEL A. Provide a copy of system program for owner review prior to implementation and installation. 3.9 STARTUP SERVICE A. Engage a factory- authorized service representative to perform startup service. 1. Complete installation and startup checks according to manufacturer's written instructions. 2. Adjust pump, accessory, and control settings, and safety and alarm devices. 3.10 DEMONSTRATION A. Engage factory- authorized service representatives to train Owner's maintenance personnel to adjust, operate, and maintain wastewater pumping stations. Refer to Division 01 Section "Demonstration and Training." B. Provide spare parts: One set of wear rings, One double mechanical seal, One gasket set, One pump impeller for large pumps. END OF SECTION 221343 WASTEWATER PUMPING STATION UPGRADE 221343 - 17 NE& boa ■OPswEB ' NtRON ?NIB SPORT • MANAGED BWITCH f)C i3a 131 Ile IBA ...- CAT 4E CAOt is ii it R Zt CP•T: 1lELGGATEb PtC PANE . a II G ExtBTNG NTRON f - W{NAGEOBNITCN ' P T • I 1 my_ CAKE I MSTKO M40 PLC R 3 ' $ I Z, ii T8 y ..-. _.....- ..,..,. ... 44-44. C ARE Mot GBIE 4 4 4 ,. ::': •`._ MJ4D.PIG EXPANSION -. BAY WASTEWATEP 11PT STATI N \:r 4444. 22:3434CI 1'1. �A > >,1 14.111 K 1 AKri 6Tt 1T740#0Nk5C1 ...Y. 11I3 +,fi . I � a c+s1 #�•f i IWON E JI C ,M +hinds Ear( %yk a scare x .nH.at1 44 44.. :. i .. PANEL FIELD PANEL FIELD Carr rA1O01CON ..,- 7 ftODAttEnt ' T6PTO1 it,-.,. : •r' IICCSCtfi SLOI: ca••1 ......w..... -- -,! 1 ' : T i i AEAMl f 1 OI3 0 °i Ca }1 w .. 3,' t ' I� t. i 'L }' "{ 11 ..,`.,. ... IARTMIOR coy j' , tf 61ARTYtOP OUT 0 • CSl.1 999jjjtt 6,.. _ - N. i t — i 41 1 . ntnn %I - , ■ �N "1Y F c , ' I OUTU f c,u i yy ■ t OUW0' i-.,. 4, 'a e f . It 14 t ' E' 1 . Iliac crEl f' ( e , I 'L,� ' ' ,1 'tI ouzo - 1 ° - --- - -4 1+ jj I i GUT } r- ca; I e. auto . - • j Il a O O . c[161 t7 c 1 , :ii .1',.. a •. 1f ` .{ i1 04T 0 ;. cna i ! OUT . % , 14 � MI ' � WASTEWATER 1.1 STATION L. _ _ .... 7213434:1C2 , ; I 1tk.+h�.1 u 1titilTn +ra ,� IAn r. PLC EJOSTIN ' FCt42 AA^,JY•CGTL L'rlf Aw. Alkutc116 -I ietN' u 1 y,.hf,fne '"''16 . #e?'7'iT 1 ... HOF MAN .. CUSTOM ALVMi dAI ASOkaa 17comP HNOFO OEAntY1QNT. f1BERGIASS WADI 3111RES.37511 MOUNT TYPE 4X ENCLOSURE UN X SIP WX Irt . -- LMIP Cp_2 j HQAv1 R M O �'^ NAME PLATE \\ ORPlE RE • -- StptioNS ; t Alit ENCLOSURE VIEW rEili 13EADFfiONT VIEW . SW F POS. SCALE NT 1 fi WASTET :D l (FT STATION C1 �� •tI\ . t 5 1 k Ii U lullrw ttbQONPNIEE?1t701Eb I Ta ..A.a 1\111 Pfid t t AI1WK - Tf LNtItlR4Ab 520 � LNQIAGVEAPPI TLCIs sm... .1,1R9.111 .14i .sari r •.tMnn n.. klxM( Jx.V. v 11.M i'M+1.a 1rf .....: "n• R 6 ... i { Mr -- - -.'.. I, t0. C LE1IE wRTPSASSONTSs ISOV } 131 `T T& •I $ TS -1 2 f ) 60uARE 12 TOTAL PROTEL1 i OOVIto SOIUTJONS .R 14t TKAT120.15A -b02 17WAC I INS PROTECTOR TS •1 0 ® : (TOT OP 21 ! Ji i PETS 12WAC DIGITAL PIPUTO ,2S `'t = tA1aP M1sE TitOV :{ADPEIbiE ,Z 0IW 00 PPOWER LINEPROTEC74R „„L..-- � �C 1 ° . [ p _._....•;... i yy' �--'- (• E �T, 11t E'FI]E >_ B C �4...> v.— , .."""> EATON TS 1 E" 7 V 2 6 .NP P01ifR ON CONTACTOR 1 L TS +1 0 is el STEG0 0I14040 -W POl%t.RON ra t t y TISTOIOSTAT � yY INO�CATDR LIOIR , PASS . H O W R OR3 5 li ISET AT 150EOREE P I e 7TY F1F. Alf R 070MAPFUl0 24v DC f!sd� t}oVAC RJ EEPIAG P POf UPS f ... _L ,. SITAw EV ^E 74V OO 1 $ 1N_ EIC % . P N•w.NeRRllli P C2 / E . YUSTEWAtE R IlPT b1ATI0N I 227343 -EC223 R ‘.... TtsTs• 11 ..A yy �� q � ��yAA{`faj { { d 'y ry 11. RaflECn •QKNl� salt 2 14YV^�11C WG � tTyK 4 LN 1 PO AROItE:T2 ty{W wes QYa.er l+Wt� -'ifY iY AIRS -'Kf FIELD PANEL FIELD PANEL olcootvi met ;mot BOP _ 4 >0 - dt1 Gbr A 1O SOOPOINOCTONA A 2 fIwA El Ot P C^3pKJk EI QI 6 y l 11 8 _ i c y : ! ,nucl s.24`+ i zc 1 ft put) µ G �7d�t 2 fCCAAj . O T x '41 17 MOT A Amin • 1 } L. k! 31113) } .. 131321 1 * - 6UROE COP 01 PT NI E .Y[t#3 C GP A A (: ...,... �10VGC 4CmA A ....,,, h Q f aanA kn 7tAl1) 4.20=',A. k klk kk 11 #A \ itt ,44 I O - 11 ^- S(CP6M1) k _ 111; 3€ l gin11 N is not 0 WASTEN'ATEN 11PT STATION ! 221143[G20e }^t1'+»°a" h 1,7,1 t � C 7GTO10101000E � 0 4.0.441,0,0*..,.,.. GtrJi � �. ��° - tAr cuc rt uta+wa .trf x0 a2R+er• 404354 Phase 111 — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 1.3 DOCUMENTS A. Shop Drawings Supplier shall submit six (6) sets of shop drawings. Shop drawings shall include equipment descriptions, specifications, dimensional and assembly drawings, parts lists, and job specific drawings. B. Operation and Maintenance Manuals Supplier shall submit three (3) sets of Operation and Maintenance manuals prepared using best commercial practices. The manuals shall include equipment descriptions, operating instructions, drawings, troubleshooting techniques, a recommended maintenance schedule, and the recommended lubricants. 1.4 QUALITY ASSURANCE Qualified suppliers shall have a minimum 25 years experience at manufacturing, support systems, two - shafted grinding equipment and motor controls with a minimum of 5,000 installations with similar equipment as well as 50 installations within the State of Georgia with similar equipment. Supplier shall provide a list of names and dates of installations for verification by the Engineer or Owner's Representative. Supplier shall provide the services of a factory trained representative to check the installation and to start-up each grinder and controller. The factory representative shall have complete knowledge of proper installation, operation, and maintenance of equipment supplied. The representative shall inspect the fmal installation and supervise a start -up test of the equipment Each grinder and controller shall be factory tested to ensure satisfactory operation. 1.5 DELIVERY, STORAGE AND TIANDLIG` A. The equipment shall be packaged in containers constructed for normal shipping, handling and storage. B. The containers shall provide adequate protection for the equipment in a dry indoor environment between +40 °F ( +4.5 °C) and +100 ° F ( +37.8 °C) until time for installation. 1.6 IDENTIFICATION Each unit of equipment shall be identified with a corrosion resistant nameplate, securely affixed in a conspicuous place. Nameplate information shall include equipment model number, serial number, supplier's name, and location. 2.1 MANUFACTURER A. Support system, grinder, and motor controller shall be in compliance with these specifications and plans and shall be supplied by JWC Envirorunental of Santa Ana, CA, Channel Monster Model No CDD- 5010 -XDM. WASTEWATER GRINDER 221344- 2 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 b. Cutter shall be an individual disk constructed of AISI 8620 alloy steel surface ground to thickness of .875- inches +.000/ -.001. c. Cutters shall be heat treated to produce a hardness of 60 -65 Rockwell C. d. Cutters shall have 7 cam shaped teeth. Tooth height shall not be greater than 11/16 -inch above root diameter of the cutter. OD shall be 7.50- inches. e. Spacers shall be an individual disk constructed of AISI 8620 alloy steel surface ground to a thickness of .884- inches +.001 / -.000 f. Spacers shall have a hardness of 34 -38 Rockwell C. g. Spacers shall have a smooth outside diameter with no tooth profiles. 2. Shafts a. Grinder drive and driven shafts shall be made of 4140 heat treated hexagon steel with a tensile strength rating of not less than 170,000 psi. b. Each hexagonal shaft shall measure a nominal 2-1/2 inches across parallel surfaces. c. Shafts shall be hardened to 38-42 Rockwell C. 3. Intermediate Shaft Support with Vertical Support Structure a. Intermediate shaft collars shall be constructed of ASTM A743 stainless steel, AISI 17-4 stainless steel and SAE 660 bearing bronze. b. Shaft collars shall be lubricated with high temperature marine grade grease at the factory. c. Grease fittings on the shaft collars shall be provided for periodic maintenance. d. Intermediate shaft collars shall provide radial support to the shafts during severe grinding demands. e. Vertical support structure shall be constructed of 304 stainless steel. f. Vertical support structure shall have brackets to locate and secure intermediate shaft collars within the cutter stack. g. Vertical support structure shall have a shape that coincides with the radial profile of the cutters to allow for a close interface. h. Vertical support structure shall have adjustable brackets for mounting to the top and bottom end housings. WASTEWATER GRINDER 221344 -4 Phase 111— Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 7. End Housings and Covers a. Grinder end housings shall be of cast A536 -84 ductile iron with a cast-in-place flow deflector, designed to protect the bushings while guiding particles directly into the cutting chamber. b. Top covers shall be A536 -84 ductile iron and bottom covers shall be A36 hot rolled plates. 8. Reducer a. The speed reducer shall be a grease -filled planetary -type of reducer with a 500% shock load capacity. The reduction ratios shall be 29:1 for the grinder drive and 377 :1 for each drum screen drive. b. The input shaft of the reducer shall be directly coupled to the motors using a three (3)- piece coupling, and the output shaft of the reducers shall be directly coupled with the grinder shaft or the drum screen shafts using a two (2) -piece coupling. 9. Motor a. The grinder motor shall be 10 hp, XPNV, immersible 1,765 rpm, 230/460 volt, 3 phase, 60 Hz. b. The screen drum motors shall be 1 hp, XPNV, immersible 1740 rpm, 230/460 volt, 3 phase, 60 Hz. c. Motor service factors shall be 1.15, the efficiency factor not less than 85% at full load and the power factor not less than 70% at full load. d. Required Running Torque per Horsepower: At Grinder Momentary Load Peaks: 4,106 in- lbs/hp 2.4 MOTOR CONTROLLER A. General Controller shall provide control of the grinder and screen drums and be designed to control one (1) 10 hp (7.5 kW) and two (2) 1 hp (3/4 kW) at 460 volts, 3 phase, 60 Hz. The controller shall have an Operator Interface Terminal, indicator lights, switches and other control devices. B. Components 1. Enclosures a. Enclosure shall be 304 stainless steel NEMA 4X. WASTEWATER GRINDER 221344- 6 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 b. Overload relays shall be adjustable and sized to full load amperes (FLA) of the motor. 9. Main Circuit Breaker Disconnect and Motor Branch Circuit Protection Circuit Breakers a. Circuit breakers shall be molded case type 3 -pole, 480 volt. b. Circuit breakers shall be sized to applicable NEC and UL standards. 10. Control Transformer a. Control transformer shall be minimum 250VA. b. Control transformer primary and secondary shall be fused for over current protection. 11. Current Transducers a. Current transducers shall be manufactured by Veris Industries. b. Current transducers shall have adjustable set point from 1 -135A with a 200ms or less response time. 12. Control Relays a. Control Relays shall be manufactured by Idec Corp. b. Control relays shall be rated for 10A (resistive load), DPDT, 120V with indicator light. C. Performance 1. When a grinder jam condition occurs, the controller shall stop the grinder and reverse the grinder rotation to clear the obstruction. If the jam is cleared, the controller shall return the grinder to normal operation. If three (3) reverses occur within a 30 second interval, the controller shall stop the grinder motor and activate the grinder FAIL, indicator and relay. 2. When a Screen Drum jam condition occurs, the controller shall stop the screen drum and reverse the screen drum rotation to clear the obstruction. If the jam is cleared, the controller shall return the screen drum to normal operation. If two (2) reverses occur within a 30 second interval, the controller shall stop the screen drum motor and activate the FAIL indicator and relay. The grinder and other screen drum shall continue to operate. 3. When a power failure occurs while the grinder and screen drum is operating, the grinder and screen drums will resume operation once power is restored. 4. When a power failure occurs while the grinder or screen drum(s) is in a fail condition, once power is restored the fail indicator shall reactivate and remain until reset. 5. Reset of the grinder and drums shall be accomplished from the controller only. WASTEWATER GRINDER 221344- 8 • 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. 13. 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. L2 REQUIREMENTS FOR SUBMITTING BIDS 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 shalt 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); 7. Standby power generator size, location; 8. Downstream discharge plan; TEMPORARY BYPASS PUMPING SYSTEMS 221345 -1 1A 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 H. In Manual Mode, Manual "Start" button starts engine and runs until "Stop" button is depressed or an emergency shutdown occurs. 1. 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. 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. TEMPORARY BYPASS PUMPING SYSTEMS 221345 -3 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 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 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. 1.8 INSTALLATION AND REMOVAL 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. TEMPORARY BYPASS PUMPING SYSTEMS 221345 -5 DIVISION 26 ELECTRICAL SECTION TITLE PAGES 260500 Common Work Results for Electrical 3 260519 Low - Voltage Electrical Power Conductors & Cable 5 260526 Grounding and Bonding for Electrical Systems 4 260529 Hangers and Supports for Electrical Systems 4 260533 Raceway and Boxes for Electrical Systems 4 260553 Identification for Electrical Systems 4 262416 Panelboards 7 262813 Fuses 3 262923 Variable - Frequency Motor Controllers 5 263213 Engine Generators 12 263600 Transfer Switches 11 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 PART 2 - PRODUCTS 2.1 SLEEVES FOR RACEWAYS AND CABLES A. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized steel, plain ends. B. Cast -Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile -iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated. 2.2 SLEEVE SEALS A. Description Modular sealing device, designed for field assembly, to fill annular space between sleeve and raceway or cable. 1 Manufacturers; Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Advance Products & Systems, Inc. b. Calpico, Inc. c. Metraflex Co. d. Pipeline Seal and Insulator, Inc. 2. Sealing Elements: interlocking links shaped to fit surface of cable or conduit. Include type and number required for material and size of raceway or cable. 3. Pressure Plates: Stainless steel. Include two for each sealing element. 4. Connecting Bolts and Nuts: Stainless steel of length required to secure pressure plates to sealing elements. Include one for each sealing element. 2.3 GROUT A. Nonmetallic, Shrinkage - Resistant Grout; ASTM C 1107, factory- packaged, nonmetallic aggregate grout, noncorrosive, nonstaining, mixed with water to consistency suitable for application and a 30- minute working time. PART 3 - EXECUTION 3.1 COMMON REQUIREMENTS FOR ELECTRICAL INSTALLATION A. Comply with NECA 1. B. Measure indicated mounting heights to bottom of unit for suspended items and to center of unit for wall- mounting items. COMMON WORK RESULTS FOR ELECTRICAL 260500 - 2 Phase III — Butler Creek Interceptor 04/30/20] 4 Upgrade - West Project No.60106 SECTION 260519 - LOW - VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Building wires and cables rated 600 V and less. 2. Connectors, splices, and terminations rated 600 V and less. 3. Sleeves and sleeve seals for cables. 1.2 DEFINITIONS A. EPDM: Ethylene - propylene -diene terpolymer rubber. B. NBR: Acrylonitrile- butadiene rubber. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Qualification Data: For testing agency. C, Field quality- control test reports. 1.4 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction. 1. Testing Agency's Field Supervisor: Person currently certified by the lnterNational Electrical Testing Association or the National Institute for Certification in Engineering Technologies to supervise on -site testing specified in Part 3. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Comply with NFPA 70, LOW- VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 -1 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 2.4 SLEEVE SEALS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: C. Basis -of- Design Product: Subject to compliance with requirements, provide a comparable product by one of the following: 1. Advance Products & Systems, Inc. 2. Calpico, Inc. 3. Metraflex Co. 4. Pipeline Seal and Insulator, Inc. D. Description: Modular sealing device, designed for field assembly, to fill annular space between sleeve and cable. 1. Sealing Elements: interlocking links shaped to fit surface of cable or conduit. Include type and number required for material and size of raceway or cable. 2. Pressure Plates: Stainless steel. Include two for each sealing element. 3. Connecting Bolts and Nuts: Stainless steel of length required to secure pressure plates to sealing elements. Include one for each sealing element. PART 3 - EXECUTION 3.1 CONDUCTOR MATERIAL APPLICATIONS A. All conductors shall be stranded. 3.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND W ING METHODS A. Service Entrance: Type THHN -THWN, single conductors in raceway B. Exposed Feeders: Type THHN -THWN, single conductors in raceway. C. Feeders Concealed in Concrete, below Slabs -on- Grade, and Underground: Type THHN- THWN, single conductors in raceway. D. Exposed Branch Circuits: Type THHN -THWN, single conductors in raceway. E. Branch Circuits Concealed in Concrete, below Slabs -on- Grade, and Underground: Type THHN -THWN, single conductors in raceway. LOW - VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 -'3 Phase III — Butler Creek Interceptor 04 /30/2014 Upgrade - West Project No.60106 3.6 SLEEVE -SEAL INSTALLATION A. Install to seal underground exterior -wall penetrations. B. Use type and number of sealing elements recommended by manufacturer for cable material and size. Position cable in center of sleeve. Assemble mechanical sleeve seals and install in annular space between cable and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. 3.7 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections and prepare test reports. B. Perform tests and inspections and prepare test reports. C. Tests and Inspections: 1. After installing conductors and cables and before electrical circuitry has been energized, test service entrance and feeder conductors for compliance with requirements. 2. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 3. Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each splice in cables and conductors No. 3 AWG and larger. Remove box and equipment covers so splices are accessible to portable scanner. a. Follow -up Infrared Scanning: Perform an additional follow -up infrared scan of each splice 11 months after date of Substantial Completion. b. Instrument: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. c. Record of Infrared Scanning: Prepare a certified report that identifies splices checked and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. D. Test Reports: Prepare a written report to record the following: 1. Test procedures used. 2. Test results that comply with requirements. 3. Test results that do not comply with requirements and corrective action taken to achieve compliance with requirements. E. Remove and replace malfunctioning units and retest as specified above. END OF SECTION 260519 LOW - VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 - 5 Phase 111 — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 SECTION 260526 - GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Grounding systems and equipment. B. Section includes grounding systems and equipment, phis the following special applications: 1. Underground distribution grounding. 2. Ground bonding common with lightning protection system. 1.2 SUBMITTALS A, Product Data: For each type of indicated. B. Informational Submittals: Plans showing dimensioned as -built locations of grounding features specified in "Field Quality Control" Article, including the following: 1. Ground rods. C. Qualification Data For qualified testing agency and testing agencies field supervisor. D. Field quality- control reports. 1.3 QUALITY ASSURANCE A. Testing Agency Qualifications: Member Company of NETA or an NRTL. 1. Testing Agency's Field Supervisor. Currently certified by NETA to supervise on -site testing. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Comply with UL 467 for grounding and bonding materials and equipment. PART 2- PRODUCTS 2.1 CONDUCTORS A. Insulated Conductors: Copper wire or cable insulated for 600 V unless otherwise required by applicable Code or authorities having jurisdiction. B. Bare Copper Conductors: GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526 - 1 Phase 111— Butler Creek Interceptor 04 /30/2014 Upgrade - West Project No.60106 2. Lighting circuits. 3. Receptacle circuits. 4. Three -phase motor and appliance branch circuits; 5. flexible raceway runs. 3.3 INSTALLATION A. Grounding Conductors: Route along shortest and straightest paths possible unless otherwise indicated or required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. B. Ground Bonding Common with Lightning Protection System: Comply with NFPA 780 and UL 96 when interconnecting with lightning protection system. Bond electrical power system ground directly to lightning protection system grounding conductor at closest point to electrical service grounding electrode. Use bonding conductor sized same as system grounding electrode conductor, and install in conduit. C. Ground Rods: Drive rods until tops are 2 inches below finished floor or final grade unless otherwise indicated. 1. Interconnect ground rods with grounding electrode conductor below grade and as otherwise indicated. Make connections without exposing steel or damaging coating if any. 2. For grounding electrode system, install at least three rods spaced at least one -rod length from each other and located at least the same distance from other grounding electrodes, and connect to the service grounding electrode conductor. D. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance except where routed through short lengths of conduit. 1. Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts. 2. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install bonding so vibration is not transmitted to rigidly mounted equipment. 3. Use exothermic- welded connectors for outdoor locations; if a disconnect -type connection is required, use a bolted clamp. 3.4 LABELING A. Comply with requirements in Division 26 Section "Identification for Electrical Systems" Article for instruction signs. The label or its text shall be green. 3.5 FIELD QUALITY CONTROL A. Testing Agency Engage a qualified testing agency to perform tests and inspections. B. Perform tests and inspections. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526 - 3 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 SECTION 260529 - HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Hangers and supports for electrical equipment and systems. 2. Construction requirements for concrete bases. B. Related Sections include the following: 1. Division 26 Section "Vibration And Seismic Controls For Electrical Systems" for products and installation requirements necessary for compliance with seismic criteria. 1.2 DEFINITIONS A. EMT: Electrical metallic tubing. B. IMC: Intermediate metal conduit. C. RMC: Rigid metal conduit. 1.3 PERFORMANCE REQUIREMENTS A. Design supports for multiple raceways capable of supporting combined weight of supported systems and its contents. B. Design equipment supports capable of supporting combined operating weight of supported equipment and connected systems and components. C. Rated Strength: Adequate in tension, shear, and pullout force to resist maximum loads calculated or imposed for this Project, with a minimum structural safety factor of five times the applied force. 1.4 SUBMITTALS A. Product Data: For the following: 1. Steel slotted support systems. 2. Nonmetallic slotted support systems. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529 - 1 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 PART 3 - EXECUTION 3.1 APPLICATION A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical equipment and systems except if requirements in this Section are stricter. 13. Spring -steel clamps designed for supporting single conduits without bolts may be used for 1- 1/2-inch and smaller raceways serving branch circuits and communication systems above suspended ceilings and for fastening raceways to trapeze supports. 3.2 SUPPORT INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this Article. B. Raceway Support Methods: In addition to methods described in NECA 1, EMT, IMC, and RMC may be supported by openings through structure members, as permitted in NFPA 70. C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 ]b. D. Mounting and Anchorage of Surface- Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code: 1. To Wood: Fasten with lag screws or through bolts. 2. To New Concrete: Bolt to concrete inserts. 3. To Masonry: Approved toggle -type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units. 4. To Existing Concrete: Expansion anchor fasteners. 5. Instead of expansion anchors, powder - actuated driven threaded studs provided with lock washers and nuts may be used in existing standard - weight concrete 4 inches thick or greater. Do not use for anchorage to lightweight- aggregate concrete or for slabs less than 4 inches thick. 6. To Light Steel: Sheet metal screws. E. Drill holes for expansion anchors in concrete at locations and to depths that avoid reinforcing bars. F. Field Welding: Comply with AWS D1.1/D1.1M, HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529 - 3 Phase 11I — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 SECTION 260533 - RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes raceways, fittings and boxes for electrical wiring. 1.2 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with NFPA 70. PART 2 - PRODUCTS 2.1 METAL CONDUIT AND TUBING A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. AFC Cable Systems, Inc. 2. Alflex Inc. 3. Allied Tube & Conduit; a Tyco International Ltd. Co. 4. Anarnet Electrical, Inc.; Anaconda Metal Hose. 5. Electri-Flex Co. 6. Manhattan/CDT /Cole -Flex. 7. Maverick Tube Corporation. 8. O-Z Gedney; a unit of General Signal. 9. Wheatland Tube Company. B. Rigid Steel Conduit: ANSI C80.1. C. Fittings for Conduit (Including all Types and Flexible and Liquidtight), EMT, and Cable: NEMA FB 1; listed for type and size raceway with which used, and for application and environment in which installed. 1. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 886. D. Joint Compound for Rigid Steel Conduit or IMC: Listed for use in cable connector assemblies, and compounded for use to lubricate and protect threaded raceway joints from corrosion and enhance their conductivity. RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 260533 -1 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 B. Cast -Metal Outlet and Device Boxes: NEMA FB 1, aluminum, Type FD, with gasketed cover. C. Cast -Metal Access, Pull, and Junction Boxes: NEMA FB 1, galvanized, cast iron with gasketed cover. PART 3 - EXECUTION 3.1 RACEWAY APPLICATION A. Outdoors: Apply raceway products as specified below, unless otherwise indicated: 1. Exposed Conduit: Rigid steel conduit. 2. Underground Conduit: RNC; Type EPC-40-PVC, direct buried. 3. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor -Driven Equipment): LFNC. 4. Boxes and Enclosures, Aboveground: NEMA 250, Type 3R. B. Minimum Raceway Size: 1/2-inch trade size. C. Raceway Fittings: Compatible with raceways and suitable for use and location. I.. Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit fittings, unless otherwise indicated. 3.2 INSTALLATION A. Comply with NECA 1 for installation requirements applicable to products specified in Part 2 except where requirements on Drawings or in this Article are stricter. B. Keep raceways at least 6 inches away from parallel runs of flues and steam, or hot -water pipes. Install horizontal raceway runs above water and steam piping. C. Complete raceway installation before starting conductor installation. D. Support raceways as specified in Division 26 Section "Hangers and Supports for Electrical Systems." E. Arrange stub -ups so curved portions of bends are not visible above the finished slab. F. Install no more than the equivalent of three 90- degree bends in any conduit run except for communications conduits, for which fewer bends are allowed. G. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions. ' H. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors, including conductors smaller than No. 4 AWG. RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 260533 - 3 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 SECTION 260553 - IDENTIFICATION FOR ELECTRICAL SYSTEMS PART I - GENERAL 1.1 SUMMARY A. Section Includes: I . Identification for raceways. 2. Identification of power and control cables, 3. Identification for conductors. 4. Underground -line warning tape. 5. Warning labels and signs. 6. Instruction signs. 7. Equipment identification labels. 8. Miscellaneous identification products. 1.2 SUBMITTALS A. Product Data: For each electrical identification product indicated. B. Samples: For each type of label and sign to illustrate size, colors, lettering style, mounting provisions, and graphic features of identification products. C. Identification Schedule: An index of nomenclature of electrical equipment and system components used in identification signs and labels. 1.3 QUALITY ASSURANCE A. Comply with ANSI A13.1. B. Comply with NFPA 70. C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145. D. Comply with ANSI Z535.4 for safety signs and labels. E. Adhesive - attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, shall comply with UL 969. 1.4 COORDINATION A. Coordinate identification names, abbreviations, colors, and other features with requirements in other Sections requiring identification applications, Drawings, Shop Drawings, manufacturer's IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553 -1 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 2. Tensile Strength at 73 deg F, According to ASTM D 638: 12,000 psi. 3. Temperature Range: Minus 40 to plus 185 deg I' 4. Color: BIack except where used for color- coding. 2.5 MISCELLANEOUS IDENTIFICATION PRODUCTS A. Paint: Comply with requirements in Division 09 painting Sections for paint materials and application requirements. Select paint system applicable for surface material and location (exterior or interior). B. Fasteners for Labels and Signs: Self - tapping, stainless -steel screws or stainless -steel machine screws with nuts and flat and lock washers. PART 3 - EXECUTION 3.1 INSTALLATION A. Verify identity of each item before installing identification products. B. Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. C. Apply identification devices to surfaces that require finish after completing finish work. D. Self- Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device. E. Attach signs and plastic labels that are not self - adhesive type with mechanical fasteners appropriate to the location and substrate. F. System Identification Color- Coding Bands for Raceways and Cables: Each color- coding band shall completely encircle cable or conduit. Place adjacent bands of two -color markings in contact, side by side. Locate bands at changes in direction, at penetrations of walls and floors, at 50 -foot maximum intervals in straight runs, and at 25 -foot maximum intervals in congested areas. G. Cable Ties: For attaching tags. Use general - purpose type, except as listed below: 1. Outdoors: UV- stabilized nylon. 2. In Spaces Handling Environmental Air: Plenum rated. H. Painted Identification: Comply with requirements in Division 09 painting Sections for surface preparation and paint application. 3.2 IDENTIFICATION SCHEDULE A. Power - Circuit Conductor Identification, 600 V or Less: IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553 - 3 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 SECTION 262416 - PANELBOARDS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Lighting and appliance branch - circuit panelboards. 1.2 PERFORMANCE REQUIREMENTS A. Seismic Performance: Panelboards shall withstand the effects of earthquake motions determined according to SEIJASCE 7. 1. The term "withstand" means "the unit will remain in place without separation of any parts from the device when subjected to the seismic forces specified and the unit will be fully operational after the seismic event," 1.3 SUBMITTALS A. Product Data: For each type of panelboard, switching and overcurrent protective device, transient voltage suppression device, accessory, and component indicated. Include dimensions and manufacturers' technical data on features, performance, electrical characteristics, ratings, and finishes. B. Shop Drawings: For each panelboard and related equipment. 1. Include dimensioned plans, elevations, sections, and details. Show tabulations of installed devices, equipment features, and ratings. 2, Detail enclosure types and details for types other than NEMA 250, Type 1. 3. Detail bus configuration, current, and voltage ratings. 4. Short- circuit current rating of panelboards and overcurrent protective devices. 5. Include evidence of NRTL listing for series rating of installed devices. 6. Detail features, characteristics, ratings, and factory settings of individual overcurrent protective devices and auxiliary components. 7. Include wiring diagrams for power, signal, and control wiring. 8. Include time - current coordination curves for each type and rating of overcurrent protective device included in panelboards. Submit on translucent log -log graft paper; include selectable ranges for each type of overcurrent protective device. C. Qualification Data: For qualified testing agency. D. Seismic Qualification Certificates: Submit certification that panelboards, overcurrent protective devices, accessories, and components will withstand seismic forces defined in Division 26 Section "Vibration and Seismic Controls for Electrical Systems." Include the following: PANELBOARDS 262416 - 1 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 1.5 COORDINATION A. Coordinate layout and installation of panelboards and components with existing conditions.. Maintain required workspace clearances and required clearances for equipment access doors and panels. PART 2- PRODtJCTS 2.1 GENERAL REQUIREMENTS FOR PANELBOARDS A. Fabricate and test panelboards according to IEEE 344 to withstand seismic forces defined in Division 26 Section "Vibration and Seismic Controls for Electrical Systems." B. Enclosures: Freestanding in MCC enclosure 1. Rated for environmental conditions at installed location. a. Outdoor Locations: NEMA 250, Type 4X. 2. Front: Secured to box with concealed trim clamps. For surface - mounted fronts, match box dimensions; for flush- mounted fronts, overlap box. 3. Hinged Front Cover: Entire front trim hinged to box and with standard door within hinged trim cover. 4. Skirt for Surface - Mounted Panelboards: Same gage and finish as panelboard front with flanges for attachment to panelboard, wall, and ceiling or floor. 5. Gutter Extension and Barrier: Same gage and finish as panelboard enclosure; integral with enclosure body. Arrange to isolate individual panel sections. 6. Finishes: a. Panels and Trim: galvanized steel, factory finished immediately after cleaning and pretreating with manufacturer's standard two -coat, baked -on fmish consisting of prime coat and thermosetting topcoat. b. Back Boxes: Galvanized steel. c. Fungus Proofing: Permanent fungicidal treatment for overcurrent protective devices and other components. 7. Directory Card: Inside panelboard door, mounted in metal frame with transparent protective cover. C. Incoming Mains Location: Bottom. D. Phase, Neutral, and Ground Buses: 1. Material: Hard -drawn copper, 98 percent conductivity. 2. Equipment Ground Bus: Adequate for feeder and branch - circuit equipment grounding conductors; bonded to box. PANELBOARDS 262416 - 3 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 E. Conductor Connectors: Suitable for use with conductor material and sizes, 1. Material: Hard -drawn copper, 98 percent conductivity. 2. Main and Neutral Lugs: Compression type. 3. Ground Lugs and Bus - Configured Terminators: Compression type. 4. Gutter -Tap Lugs: Compression type suitable for use with conductor material. Locate at same end of bus as incoming lugs or main device. F. Service Equipment Label: NRTL labeled for use as service equipment for panelboards or load centers with one or more main service disconnecting and overcurrent protective devices. G. Future Devices: Mounting brackets, bus connections, filler plates, and necessary appurtenances required for future installation of devices. H. Panelboard Short - Circuit Current Rating: Rated for series - connected system with integral or remote upstream overcurrent protective devices and labeled by an NRTL. Include size and type of allowable upstream and branch devices, listed and labeled for series - connected short- circuit rating by an NRTL. I, Panelboard Short - Circuit Current Rating: Fully rated to interrupt symmetrical short- circuit current available at terminals. 2.2 LIGHTING AND APPLIANCE BRANCH - CIRCUIT PANELBOARDS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Basis -of- Design Product: Subject to compliance with requirements, provide product by one of the following: 1. Eaton Electrical Inc.; Cutler - Hamner Business Unit. 2. General Electric Company; GE Consumer & Industrial - Electrical Distribution. 3. Siemens Energy & Automation, Inc. 4. Square D; a brand of Schneider Electric. C. Panelboards: NEMA PB 1, lighting and appliance branch- circuit type. D. Mains: Main Circuit Breaker. E. Branch Overcurrent Protective Devices: Bolt -on circuit breakers, replaceable without disturbing adjacent units. F. Doors: Concealed hinges; secured with flush latch with tumbler lock; keyed alike. PANELBOARDS 262416 - 5 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 B. Manufacturer's Field Service: Engage a factory- authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. C. Perform tests and inspections. 1. Manufacturer's Field Service: Engage a factory- authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. D. Acceptance Testing Preparation: 1. Test insulation resistance for each panelboard bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. E. Tests and Inspections: 1. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 2. Correct malfunctioning units on -site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. F. Panelboards will be considered defective if they do not pass tests and inspections. G. Prepare test and inspection reports, including a certified report that identifies panelboards included and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.5 ADJUSTING A. Adjust moving parts and operable component to function smoothly, and lubricate as recommended by manufacturer. END OF SECTION 262416 PANELBOARDS 262416 - 7 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 SECTION 262813 - FUSES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Cartridge fuses rated 600 -V ac and less for use in enclosed switches. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material, dimensions, descriptions of individual components, and finishes for spare -fuse cabinets. Include the following for each fuse type indicated: 1. Ambient Temperature Adjustment Information: If ratings of fuses have been adjusted to accommodate ambient temperatures, provide list of fuses with adjusted ratings. a. For each fuse having adjusted ratings, include location of fuse, original fuse rating, local ambient temperature, and adjusted fuse rating. b. Provide manufacturer's technical data on which ambient temperature adjustment calculations are based, 2. Dimensions and manufacturer's technical data on features, performance, electrical characteristics, and ratings. 3. Fuse sizes for elevator feeders and elevator disconnect switches. 1.4 QUALITY ASSURANCE A. Source Limitations: Obtain fuses, for use within a specific product or circuit, from single source from single manufacturer. 13. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and rnarked for intended location and application. C. Comply with NEMA FU 1 for cartridge fuses. D. Comply with NFPA 70. FUSES 262813 -1 Phase III — Butler Creek Interceptor 04 /30/2014 Upgrade - West Project No.60106 C. Examine utilization equipment nameplates and installation instructions. Install fuses of sizes and with characteristics appropriate for each piece of equipment. D. Evaluate ambient temperatures to determine if fuse rating adjustment factors must be applied to fuse ratings. E. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 FUSE APPLICATIONS A. Cartridge Fuses: 1. Service Entrance: Class RIO, time delay. 2. Feeders: Class J, time delay. 3.3 INSTALLATION A. Install fuses in fusible devices. Arrange fuses so rating information is readable without removing fuse. B. Install plug -fuse adapters in Edison base fuseholders and sockets. Ensure that adapters are irremovable once installed. 3.4 IDENTIFICATION A. Install labels complying with requirements for identification specified in Division 26 Section "Identification for Electrical Systems" and indicating fuse replacement information on inside door of each fused switch and adjacent to each fuse block, socket, and holder. END OF SECTION 262813 FUSES 262813 -3 Phase HI — Butler Creek Interceptor 04 /30/2014 Upgrade - West Project No.60106 SECTION 262923 - VARIABLE- FREQUENCY MOTOR CONTROLLERS PART 1 - GENERAL 1.1 SUMMARY A. Section includes separately enclosed, preassembled, combination VFCs, rated 600 V and less, for speed control of three - phase, squirrel -cage induction motors. B. Related Requirements: 1. Section 262419 "Motor - Control Centers" for VFCs installed in motor - control centers. 1.2 ACTION SUBMITTALS A. Product Data: For each type and rating of VFC indicated. 1. Include dimensions and finishes for VFCs. 2. Include rated capacities, operating characteristics , electrical characteristics, and furnished specialties and accessories. B. Shop Drawings: For each VFC indicated. 1. Include mounting and attachment details. 2. Include details of equipment assemblies. Indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 3. Include diagrams for power, signal, and control wiring. 1.3 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Floor plans, drawn to scale, showing dimensioned layout on which the following items are shown and coordinated with each other, using input from installers of the items involved: 1. Required working clearances and required area above and around VFCs. 2. Show VFC layout and relationships between electrical components and adjacent structural and mechanical elements. 3. Show support locations, type of support, and weight on each support. 4. Indicate field measurements. B. Qualification Data: For testing agency. C. Product Certificates: For each VFC from manufacturer. D. Harmonic Analysis Report Provide Project - specific calculations and manufacturer's statement of compliance with IEEE 519. VARIABLE- FREQUENCY MOTOR CONTROLLERS 262923 - 1 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Square D— Al ivar 61 2.2 SYSTEM DESCRIPTION A. General Requirements for VFCs: 1. VFCs and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 2. Comply with NEMA ICS 7, NEMA ICS 61800 -2 3. Industrial Ethernet connection 13. Design and Rating: Match load type, such as fans, blowers, and pumps; and type of connection used between motor and load such as direct or through a power - transmission connection. 2.3 CONTROLS AND INDICATION A. Status Lights: Door - mounted LED indicators displaying the following conditions: 1. Power on. 2. Run. 3. Overvoltage. 4. Line fault. 5. Overcurrent. 6. External fault. 2.4 LINE CONDITIONING AND FILTERING A. Input Line Conditioning: Based on the manufacturer's hartnonie analysis study and report, provide input filtering, as required, to litnit total demand (harmonic current) distortion and total harmonic voltage demand at the define 1 point of comma coupling to meet IEEE 519 recommendations. PART 3 - EXECUTION "Formatted : Space Before: 18 pt 3.1 EXAMINATION A. , Examine VFC before installation. Reject VFCs that are wet, moisture damaged, or mold damaged. 13. Examine roughing -in for conduit systems to verify actual locations of conduit connections before VFC installation. VARIABLE - FREQUENCY MOTOR CONTROLLERS 262923 - 3 Phase III— Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 2. Label each VFC with engraved nameplate. 3. Label each enclosure- mounted control and pilot device. B. Operating Instructions: Frame printed operating instructions for VFCs, including control sequences and emergency procedures. Fabricate frame of finished metal, and cover instructions with clear acrylic plastic. Mount on front of VFC units. 3.5 FIELD QUALITY CONTROL A. Perform tests and inspections. B. Acceptance Testing Preparation: I. Test insulation resistance for each VFC element, bus, component, connecting supply, feeder, and control circuit. 2. continuity of each circuit. C. Tests and Inspections: 1, Inspect VFC, wiring, components, connections, and equipment installation 2. Test insulation resistance for each VFC element, component, connecting motor supply, feeder, and control circuits. 3. Test continuity of each circuit. 4. Verify that voltages at VFC locations are within 10 percent of motor nameplate rated voltages. If outside this range for any motor, notify Owner before starting the motor(s). 5. Test each motor for proper phase rotation. 6. Perform tests according to the Inspection and Test Procedures for Adjustable Speed Drives stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 7. Correct malfunctioning units on -site. where possible, and retest to .demonstrate compliance; otherwise, replace with new units and retest. 8. Test and adjust controls, remote monitoring, and safeties. Replace damaged and malfunctioning controls and equipment. D. VFCs will be considered defective if they do not pass tests and inspections. E. Prepare test and inspection reports, including a certified report that identifies the VFC and describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations made after remedial action. END OF SECTION 262923 VARIABLE - FREQUENCY MOTOR CONTROLLERS 262923 - 5 Phase 1I1— Butler Creek Interceptor 04 /30/2014 Upgrade - West Project No.60106 SECTION 263213 - ENGINE GENERATORS GENERAL l.1 DEFINITIONS A. Operational Bandwidth: The total variation from the lowest to highest value of a parameter over the range of conditions indicated, expressed as a percentage of the nominal value of the parameter. B. Emergency Standby Power (ESP): Per ISO 8528: The maximum power available during a variable electrical power sequence, under the stated operating conditions, for which a generating set is capable of delivering in the event of a utility power outage or under test conditions for up to 200 h of operation per year with the maintenance intervals and procedures being carried out as prescribed by the manufacturers. The permissible average power output (Ppp) over 24 h of operation shall not exceed 70 % of the ESP unless otherwise agreed by the RIC engine manufacturer. C. Prime Power (PRP): Per ISO 8528: The maximum power which a generating set is capable of delivering continuously whilst supplying a variable electrical load when operated for an unlimited number of hours per year under the agreed operating conditions with the maintenance intervals and procedures being carried out as a prescribed by the manufacturer. The permissible average power output (PPP) over 24 h of operation shall not exceed 70% of the PRP unless otherwise agreed by the RIC engine manufacturer. 12 ACTION SUBMITTALS A. Product Data: For each type of packaged engine generator indicated. Include rated capacities, operating characteristics, and famished specialties and accessories. In addition, include the following: 1. Thermal damage curve for generator. 2. Time - current characteristic curves for generator protective device. B. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, and location and size of each field connection. I. Dimensioned outline plan and elevation drawings of engine- generator set and other components specified. 2. Wiring Diagrams: Control interconnection, Customer connections. C. Certifications: 1. Submit statement of compliance which states the proposed product(s) is certified to the emissions standards required by the location and application of the Project. ENGINE GENERATORS 263213 - 1 Phase III — Butler Creek Interceptor 03/31 /2014 Upgrade - West Project No.60106 G. Comply with UL 2200. 1.5 PROTECT CONDITIONS A. Environmental Conditions: Engine- generator system shall withstand the following environmental conditions without mechanical or electrical damage or degradation of performance capability. 1. Ambient Temperature: Minus 15 to plus 40 deg C. 2. Relative Humidity: 0 to 95 percent. 3. Altitude: Sea level to 1000 feet (300 m). 1.6 WARRANTY A. Warranty: Manufacturer shall provide warranty coverage on the material and workmanship of the generator set for a minimum of twenty-four (24) months PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Only awed bidders shall supply equipment provided under this contract. Equipment by other named suppliers that meets the requirement of this specification are acceptable if approver! not less than 2 weeks before scheduled bide date. 1. Whisper Watt or equal (See Sound Lave) Requirements) 2.2 ENGINE- GENERATOR SET A. Factory- assembled and - tested, engine- generator set. B. Mounting Frame: Maintain alignment of mounted components without depending on concrete foundation; and have lifting attachments. 1. Rigging Information: Indicate location of each lifting attachment, generator -set center of gravity, and total package weight in submittal drawings_ C. Capacities and Characteristics: 1. Power Output Ratings: Continuous electrical output power rating for standby operation of not less than 300 kW, at 80 percent lagging power factor, 208 /120 -volt, three phase, 4- wire, 60 hertz. 2. Alternator shall be capable of accepting maximum load in a single step and be capable of recovering to a minimum of 90% of rated no load voltage. Following the application of the specified kVA load at near zero power factor applied to the generator set. ENGINE GENERATORS 263213 - 3 Phase 111 — Butler Creek interceptor 03/31/2014 Upgrade - West Project No.60106 D. Engine Fuel System: The engine fuel system shall be installed in strict compliance to the engine manufacturer's instructions. 1. Main Fuel Pump: Mounted on engine. Pump ensures adequate primary fuel flow under starting and load conditions. E. Coolant Jacket Heater Electric- immersion type, factory installed in coolant jacket system. Comply with NFPA 110 requirements for Level 1 equipment for heater capacity and performance. 1. Designed for operation on a single 120 -volt AC, single phase, 60 hertz power connection. Heater voltage shall be shown on the project drawings. 2. Provided with a 12VDC thermostat, installed at the engine thermostat housing F. Governor: Adjustable isochronous, with speed sensing. G. Cooling System: Closed loop, liquid cooled, with radiator factory mounted on engine - generator -set mounting frame. 1. The generator set manufacturer shall provide prototype test data for the specific hardware proposed demonstrating that the machine will operate at rated standby load in an outdoor ambient condition of 40C, 2. Coolant: Solution of 50 percent ethylene - glycol -based antifreeze and 50 percent water, with anticorrosion additives as recommended by engine manufacturer. 3. Size of Radiator overflow tank: Adequate to contain expansion of total system coolant from cold start to 110 percent load condition. 4. Expansion Tank: Constructed of welded steel plate and rated to withstand maximum closed -Ioop coolant system pressure for engine used. Equip with gage glass and petcock. 5. Temperature Control: Self- contained, thermostatic - control valve modulates coolant flow automatically to maintain optimum constant coolant temperature as recommended by engine manufacturer. 6. Duct Flange: Generator sets installed indoors shall be provided with a flexible radiator duct adapter flange. H. Muffler /Silencer: Selected with performance as required to meet sound requirements of the application, sized as recommended by engine manufacturer and selected with exhaust piping system to not exceed engine manufacturer's engine backpressure requirements. For generator sets with outdoor enclosures the silencer shall be inside the enclosure. I. Air - intake Filter; Engine - mounted air cleaner with replaceable dry- filter element and restriction indicator. J. Starting System: 12VDC, as recommended by the engine manufacturer, electric, with negative ground. 1. Components: Sized so they will not be damaged during a full engine - cranking cycle with ambient temperature at maximum specified in Part 1 "Project Conditions" Article. 2. Cranking Cycle: M required by NFPA 110 for level 1 systems. 3. Battery Cable: Size as recommended by engine manufacturer for cable length as required. Include required interconnecting conductors and connection accessories. 4. Battery Compartment: Factory fabricated of metal with acid - resistant finish. ENGINE GENERATORS 263213 - 5 Phase m — Butler Creek Interceptor Upgrade - West 03/31/2014 Project No.60106 2.5 CONTROL AND MONITORING A. Engine generator control shall be microprocessor based and provide automatic starting, monitoring, protection and control functions for the unit 13. Automatic Starting System Sequence of Operation: When mode - selector switch on the control and monitoring panel is in the automatic position, remote = conntrol contacts in one or more separate automatic transfer switches initiate starting and stopping of generator set. When mode - selector switch is switched to the on position, getteratcr set starts, The off position of same switch initiates generator -set shutdown. (Switches with different configurations but equal functions are acceptable.) When generator set is running, specified system or equipment failures or derangements automatically shut down generator set and initiate alarms. Operation of the local (generator set - mounted ) and/or remote emergency -stop switch also shuts down generator set. C. Manual Starting System Sequence of Operation: Switching on- olfswitch on the generator control panel to the on position starts generator set. The off position of same switch initiates gentsatoi -set Shltd0WiL When generator set is nnaning specified system or cquipmeat failures or derangements automatically shut down generator set and initiate alarms. Operation of the local (generator set-mounted ) andhor remote emergency-stop switch also shuts down generator set. D. Configuration: Operating end safety indications, protective devices, system controls, engine gages and associated equipmenn shall be grouped in a common control and monitoring panel. Mounting method shall isolate the control panel from generator-set vibration, AC output power circuit breakers and tether output power equipment shall not be mounted in the control enclosure. E. Indicating and Protective Devices and Controls: As required by NFPA 110 for Level 1 system, and the following: 1. AC voltmeter (3- phase, line to line and line to neutral values). 2. AC ammeter (3- phases). 3. AC frequency meter. 4. AC kVA output (total and for each phase). Display shall indicate power flow direction. 5. Ammeter - voltmeter displays shall simultaneously display conditions for all three phases. 6. Emergency Stop Switch: Switch shall be a red "mushroom bead" pushbutton device complete with lock - out/tag -out provisions. Depressing switch shall cause the generator set to immediately stop the generator set and prevent it from operating. 7. Fault Reset Switch: Supply a dedicated control switch to reset/clear fault conditions. 8. DC voltmeter (alternator battery charging). 9. Engine - coolant temperature gage. 10. Engine lubricating -oil pressure gage. 11. Running -time meter. 12. Generator - voltage and frequency digital raise/lower switches. Rheostats for these I functions are not acceptable. The control shall adjustment of these parameters in a range of plus or minus 5% of the voltage and frequency operating set point (not nominal voltage and frequency values.) ENGINE GENERATORS 263213 - 7 Phase III — Butler Creek Interceptor 03/31/2014 Upgrade - West Project No.60106 2. Under single phase or multiple phase fault conditions, or on overload conditions, indicates an alarm conditions when the current flow is in excess of 110% of rated current for more than 10 seconds. 3. Under single phase or multiple phase fault conditions, operates to switch off alternator excitation at the appropriate time to prevent damage to the alternator. 4. The operator panel shall indicate the nature of the fault condition as either a short circuit or an overload. 5. Senses clearing of a fault by other overcurrent devices and controls recovery of rated voltage to avoid overshoot greater than 120% of nominal voltage. 6. The protective system provided shall not include an instantaneous trip function. B. Ground -Fault Indication: Comply with NFPA 70, "Emergency System" signals for ground- fault. Integrate ground -fault alarm indication with other generator -set alarm indications. 2.7 GENERATOR, EXCITER, AND VOLTAGE REGULATOR A. Comply with NEMA MG 1. B. Drive: Generator shaft shall be directly connected to engine shaft. Exciter shall be rotated integrally with generator rotor. C. Class H Electrical Insulation shall be used for systems of under 690V. D. Temperature Rise: 125C over a 40C environment. E. Construction shall prevent mechanical, electrical, and thermal damage due to vibration, overspeed up to 125 percent of rating, and heat during operation at 110 percent of rated capacity. F. Permanent Magnet Generator (PMG) shall provide excitation power for optimum motor starting and short circuit performance on all alternators rated 30kVA and larger. G. Enclosure: Drip -proof. H. Voltage Regulator: Separate from exciter, providing performance as specified. The voltage regulation system shall be microprocessor - controlled, full wave rectified, and provide a pulse - width modulated signal to the exciter. No exceptions or deviations to these requirements will be permitted. _ , 1. The alternator shall be provided with anti- condensation heater(s) in all applications where the - m a : Be ' 6 of generator set is provided in an outdoor enclosure, or when the generator set is installed in a coastal or tropical environment. I J. Windings: Two-thirds pitch stator winding. K. , Subtransient Reactance: 15 percent maximum, based on the rating of the engine generator set. ENGINE GENERATORS 263213 - 9 Phase III— Butter Creek Interceptor 03/3 1 /2014 Upgrade - West Project No.60106 B. Project - Specific Equipment Tests: Before shipment, factory test engine- generator set manufactured specifically for this Project. Perform tests at rated load and power factor. Include the following tests: 1. Test engine generator set manufactured for this Project to demonstrate compatibility and functionality. 2. Full load run. 3. Maximum power. 4, Voltage regulation. 5. Steady -state governing. 6. Single -step load pickup. 7. Simulated safety shutdowns. 8. Provide 14 days' advance notice of tests and opportunity for observation of tests by Owner's representative. PART 3- EXECUT1ON 3.1 INSTALLATION A. Comply with packaged engine- generator manufacturers' written installation, application, and alignment instructions and with NFPA 110. 3.2 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory- authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. 3.3 DEMONSTRATION A. Engage a factory- authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain packaged engine generators. Refer to Division 01 Section "Demonstration and Training." 3.4 SERVICE AGREEMENT: A. The supplier shall include in the base price, a one-year service agreement. The maintenance shall be performed by factory authorized service technicians capable of servicing both the engine- generator set and the transfer switch (es). This agreement shall include the following: B. . All engine maintenance as recommended by the service manual. C. All electrical controls maintenance and calibrations as recommended by the manufacturer. D. All auxiliary equipment as a part of the emergency systems. ENGINE GENERATORS 263213 - 11 Phase III — Butler Creek Interceptor 04 /30/2014 Upgrade - West Project No.60106 SECTION 263600 - TRANSFER SWITCHES PART 1- GENERAL 1.1 SUBMITTALS A. Product Data: For each type of product indicated. Include rated capacities, weights, operating characteristics, famished specialties, and accessories. I. Technical data on all major components of all transfer switches and other products described in this section. Data is required for the transfer switch mechanism, control system, cabinet, and protective devices specifically fisted for use with each transfer switch. Include steady state and fault current ratings, weights, operating characteristics, and famished specialties and accessories. 2. Single -Line Diagram: Show connections between transfer switch, bypass /isolation switch, power sources, and load; and show interlocking provisions for each combined transfer switch and bypass/isolation switch. B. Shop Drawings: Dimensioned plans, elevations, sections, and details showing minimum clearances, conductor entry provisions, gutter space, installed features and devices, and material 1 ists for each switch specified. 1. Dimensioned outline drawings of assembly, including elevations, sections, and details including minimal clearances, conductor entry provisions, gutter space, installed features and devices and material lists for each switch specified. 2. Internal electrical wiring and control drawings. 3. Interconnection wiring diagrams, showing recommended conduit runs and point -to- point terminal connections to generator set. 4. Installation and mounting instructions, including information for proper installation of equipment to meet seismic requirements. C. Manufacturer Seismic Qualification Certification: Submit certification that transfer switches accessories, and components will withstand seismic forces defined in Division 26 Section "Vibration and Seismic Controls for Electrical Systems." Include the following: 1, certification, as required for site conditions. Seismic certifications shall be third- 1 party certified, and based on testing._ Certification based on calculations does not meet this requirement. a. The term "withstand" means "the unit will remain in place without separation of any parts from the device when subjected to the seismic forces specified and the unit will be fully operational both during and after the seismic event." 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. AUTOMATIC TRANSFER SWITCHES 263600 - Phase I1I — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 2.2 GENERAL TRANSFER- SWITCH PRODUCT REQUIREMENTS A. Provide transfer switches in the number and ratings that are shown on the drawings. Indicated Current Ratings: Apply as defined in UL 1008 for continuous loading and total system transfer. B. Fault- Current Closing and Withstand Ratings: UL 1008 WCR ratings must be specifically listed as meeting the requirements for use with protective devices at installation locations, under specified fault conditions. Withstand and closing ratings shall be based on use of the same set of contacts for the withstand test and the closing test. C. Solid -State Controls: All settings should be accurate to +/- 2% or better over an operating temperature range of - 40 to + 60 degrees C (- 40 to + 140 degrees F). D. Resistance to Damage by Voltage Transients: Components shall meet or exceed voltage -surge withstand capability requirements when tested according to IEEE C62.41. Components shall meet or exceed voltage - impulse withstand test of ICS 1. E. Electrical Operation: Accomplished by a non - fused, momentarily energized solenoid or electric motor operator mechanism, mechanically and electrically interlocked in both directions (except that mechanical interlock is not required for closed transition switches). F. Switch Characteristics: Designed for continuous -duty repetitive transfer of full -rated current between active power sources. 1. Switches using molded -case switches or circuit breakers, or insulated case circuit breaker components are not acceptable. 2. Transfer switches shall be double- throw, electrically and mechanically interlocked, and mechanically held in the Source l and Source 2 positions. 3. Main switch contacts shall be high- pressure silver alloy. Contact assemblies shall have arc chutes for positive arc extinguishing. Arc chutes shall have insulating covers to prevent inter -phase flashover. 4. Contacts shall be operated by a high -speed electrical mechanism that causes contacts to open or close within three electrical cycles from signal. 5. The transfer switch operation shall include the ability to switch to an open position (both sources disconnected) for the purpose of load shedding from the generator set. 6. The power transfer mechanism shall include provisions for manual operation under Toad with the enclosure door closed. Manual operation may be electromechanical or mechanical, but must be coordinated with control function. 7. Transfer switch shall be provided with flame retardant transparent covers to allow viewing of switch contact operation but prevent direct contact with components that could be operating at line voltage levels. 8. The transfer switch shall include the mechanical and control provisions necessary to allow the device to be field- configured for operating speed. Transfer switch operation with motor loads shall be as is recommended in NEMA MG I. a. Phase angle monitoring/timing equipment is not an acceptable substitute for this functionality 9. Transfer switches designated on the drawings as "4- pole" shall be provided with a I switched neutral pole switched which is switched simultaneously with phase poles.: AUTOMATIC TRANSFER SWITCHES 263600 - 3 Phase 1II — Butler Creek Interceptor 04 /30/2014 Upgrade - West Project No.60106 B. Indicated current ratings: 1. Refer to the Project drawings for specifications on the sizes and types of transfer switch equipment, withstand and closing ratings, number of poles, voltage and ampere ratings, enclosure type, and accessories. 2. Main contacts shall be rated for 600 VAC minimum. 3. Transfer switches shall be rated to carry 100% of rated current continuously in the enclosure supplied, in ambient temperatures of -40 to +60 degrees C (-40 to +140 degrees F), relative humidity up to 95% (non - condensing), and altitudes up to 10,000 feet (3000 meters). C. Manual Switch Operation: The power transfer mechanism shall include provisions for manual I operation under load with the enclosure door closed. ,_Manual operation may be electromechanical or mechanical, but must be coordinated with control function D. Relay Signal: Control shall include provisions for addition of a pre - transfer relay signal, adjustable from 0 to 60 seconds, to be provided if necessary for elevator operation, based on I equipment provided for the project.- E Control: Transfer switch control shall be provided with necessary equipment and software to communicate with the genset control, other transfer switches, remote annunciation equipment, and other devices over a high speed control network. F. Neutral Switching: Transfer switches shall be provided with a switched neutral pole. _The neutral pole shall be of the same construction and have the same ratings as the phase poles. All poles shall be switched simultaneously using a common crossbar. Substitute equipment using overlapping neutral contacts is not acceptable. G. The transfer switch physically located closest to the generator and not more than 50 ft (15 meters) away, except those served by generator paralleling equipment, shall be provided with a battery charger suitable for the requirements of the application and in compliance with NFPA I 110 requirements for Level 1 systems. _If no transfer switch is located within this distance, a battery charger shall be installed on the generator set. H. Automatic Transfer Switch Control Features 1. The transfer switch control system shall be configurable in the field for any operating I voltage level up to 600 VAC. _Voltage sensing shall be monitored based on the normal voltage at the site. Systems that utilize voltage monitoring based on standard voltage conditions that are not field configurable are not acceptable. 2. All transfer switch sensing shall be configurable from an operator panel or from a I Windows XP or later PC -based service tool. Designs utilizing DIP switches or other electromechanical devices are not acceptable. 3. The transfer switch shall be configurable to accept a relay contact signal and a network signal from an external device for Toad shedding purposes. On receipt of this signal, the transfer switch shall switch to a neutral position when connected to Source 2. If Source is available when the load -shed signal is received, the transfer switch shall connect to Source 1. AUTOMATIC TRANSFER SWITCHES 263600 - 5 Phase 1II — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 4. The display panel shall be password - protected, and allow the operator to view and make adjustments: a. Set nominal voltage and frequency for the transfer switch b. Adjust voltage and frequency sensor operation set points c. Set up time clock functions d. Set up load sequence functions e. Enable or disable control functions including program transition f. View real -time clock data, operation log (hours connected, times transferred, failures) and service history J. Control Functions: Functions managed by the control shall include: 1. Software adjustable time delays: a. Engine start (prevents nuisance genset starts in the event of momentary power fluctuation): 0 to 120 seconds (default 3 sec) b. Transfer normal to emergency (allows genset to stabilize before load is transferred): 0 to 120 seconds (default 3 sec) c. Re- transfer emergency to normal (allows utility to stabilize before load is transferred from genset): 0 to 30 minutes (default 3 sec) d. Engine cooldown: 0 to 30 minutes (default 10 min) e. Programmed transition: 0 to 60 seconds (default 3 sec) 2. Undervoltage sensing: three -phase normal, three -phase emergency source. a. Pickup: 85 to 98% of nominal voltage (default 90 %) b. Dropout: 75 to 98% of nominal voltage (default 90%) c. Dropout time delay: 0.1 to 1.0 seconds (default 0.5 sec) d. Accurate to within +/- 1% of nominal voltage 3. Over - voltage sensing: three -phase normal, three -phase emergency source. a. Pickup: 95 to 99% of dropout setting (default 95 %) b. Dropout: 105 to 135% of nominal voltage (default 110%) c. Dropout time delay. 0.5 to 120 seconds (default 3 sec) d. Accurate to within +1- f % of nominal voltage 4. Over /under frequency sensing: a. Pickup: +/- 5 to +/ -20% of nominal frequency (default 10%) b. Dropout: +/- I % beyond pickup (default 1 %) c. Dropout time delay. 0.1 to 15.0 seconds (default 5 sec) d. Accurate to within +/- 0.2% ... 5. Voltage imbalance sensing: a. space Before: 6 pt a. Dropout: 2 to 10% (default 4 %) b. Pickup: 90% of dropout c. Time delay: 2.0 to 20 seconds (default 5 sec) AUTOMATIC TRANSFER SWITCHES 263600 - 7 Phase III -- Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 2. Indication of switch position. 3. Indication of switch in test mode. 4. Indication of failure of digital communication link. B. Malfunction of annunciator, annunciation and control panel, or communication link shall not affect functions of automatic transfer switch. In the event of failure of communication link, automatic transfer switch automatically reverts to stand - alone, self - contained operation, Automatic transfer- switch sensing, controlling, or operating function shall not depend on remote panel for proper operation. C. Remote Annunciation and Control Panel: Solid -state components. Include the following features: I. Controls and indicating lights grouped together for each transfer switch. 2. Label each indicating light control group. Indicate transfer switch it controls, location of switch, and load it serves. 3. Digital Communication Capability: Matched to that of transfer switches supervised. 4. Mounting: Flush, modular, steel cabinet, unless otherwise indicated. PART 3- EXECUTION 3.1 INSTALLATION A. Design each fastener and support to carry load indicated by seismic requirements and according to seismic- restraint details. See Division 26 Section "Vibration and Seismic Controls for Electrical Systems." B. Identify components according to Division 26 Section "Identification for Electrical Systems." C. Set field - adjustable intervals and delays, relays, and engine exerciser clock. 3.2 CONNECTIONS A. Wiring to Remote Components: Match type and number of cables and conductors to control and communication requirements of transfer switches as recommended by manufacturer. Increase raceway sizes at no additional cost to Owner if necessary to accommodate required wiring. B. Field control connections shall be made on a common terminal block that is clearly and permanently labeled. C. Transfer switch shall be provided with AL /CU mechanical lugs sized to accept the full output 1 ' rating of the switch. Lugs shall be suitable for the number and size of conductors shown on the drawings. AUTOMATIC TRANSFER SWITCHES 263600 - 9 Phase III — Butler Creek Interceptor 04/31)/2014 Upgrade - West Project No.60106 3.5 DEMONSTRATION A. After generator set installation, the generator and transfer switch supplier shall conduct a complete operation, basic maintenance, and emergency service seminar covering generator set and transfer switch equipment, for up to 10 people employed by the Owner. 1. The seminar shall include instruction on operation of the transfer equipment, normal testing and exercise, adjustments to the control system, use of the PC based service and maintenance tools provided under this contract, and emergency operation procedures. 2. The class duration shall be at least 8 hours in length, and include practical operation with the installed equipment. END OF SECTION 263623 AUTOMATIC TRANSFER SWITCHES 263600 - 11 DIVISION 31 EARTHWORK SECTION PAGES 311000 Site Clearing 4 312000 Earthwork 9 312319 Dewatering 2 312500 Erosion and Sedimentation Controls 7 Phase III — Butler Creek Interceptor 04/30/2014 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." 1. Obtain approved borrow soil materials off -site when satisfactory soil materials are not available on -site. 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 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. SITE CLEARING 311000 - 2 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 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 - 4 Phase III — Butler Creek Interceptor 04/30/2014 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: I. 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. B. Bedding Course: Layer placed over the excavated subgrade in a trench before laying pipe and to '/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 m 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 3I 2000 -1 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 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. EARTHWORK 312000 - 3 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 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. 12, '3 ) Z 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 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 finished grade. No sheeting shall be removed until the excavation is substantially backfilled as hereinafter specified. EARTHWORK 312000 - 5 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 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. 13. 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 AST`M 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 - 7 Phase III —Butler Creek Interceptor 04/30/2014 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 baclrfill 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 Ieft 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. END OF SECTION 02300 EARTHWORK 312000 - 9 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 SECTION 312319 - DEWATERING PART 1 - GENERAL 1.1 SUMMARY A. This Section includes construction dewatering. 1.2 PERFORMANCE REQUIREMENTS 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. I.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 III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 SECTION 312500 - 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. 13. 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. 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 III — Butler Creek Interceptor 04/30/2014 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 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: aterial ection No, Topsoil 893.01 Seed and Sod 890 Fertilizer 891.01 882.02 Mulch 893.02 Inocul ants 893.04 EROSION AND SEDIMENTATION CONTROLS 312500 -3 Phase ID — Butler Creek Interceptor 04/30/2014 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: 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. An 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 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. EROSION AND SEDIMENTATION CONTROLS 312500 -5 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 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 A. Dispose of all excess erosion and sedimentation control materials in a manner satisfactory to the Owner and Engineer. 13. 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 DIVISION 32 EXTERIOR IMPROVEMENTS SECTION TITLE PAGES 329200 Grassing 4 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No, 60106 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 A. Topsoil S ource: Reuse surface soil stockpiled on -site. Clean surface soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth. 2.3 FERTILIZER 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. 2.4 MULCHES A. Straw Mulch: Provide air -dry, clean, mildew- and seed -free, salt hay or threshed straw of wheat, rye, oats, or barley. PART 3 - EXECUTION 3.1 EXAMINATION 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. 3.2 PREPARATION 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. GRASSING 329000 - 2 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 1 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 329000 -4 DIVISION 33 UTILITIES SECTION TITLE PAGES 330500 Common Work Results For Utilities 5 335100 Water Supply Main with Appendices (331219/331300) 26 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 PART 2 - PRODUCTS 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. C. Solvent Cements for Joining Plastic Piping: 1. PVC Piping: ASTM D 2564. Include primer according to ASTM F 656. 2.2 TRANSITION FITTINGS 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. 1. Width: 1 -1/2 inches on pipes with OD, including insulation, less than 6 inches; 2 -1/2 inches for Iarger pipes. 2. Color: Comply with ASME A13.1, unless otherwise indicated. 2.4 GROUT 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 1, portland. 2. Density: 115- to 145- lb /cu. f4.. 3. Aggregates: ASTM C 33, natural sand, fine. COMMON WORK RESULTS FOR UTILITIES 330500 - 2 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No. 60106 V 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. 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: 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. 13. Adjusting: Relocate identifying devices that become visually blocked by work of this or other Divisions. 3.7 CONCRETE BASES 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. COMMON WORK RESULTS FOR UTILITIES 330500 - 4 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 SECTION 335100 - WATER SUPPLY MAIN PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B Reference Appendix to this Section for referenced Augusta Utility Department Standard Specification on PVC, ductile iron pipe and fittings, fire hydrants, and disinfection. 1.2 SUMMARY A. This Section includes water - distribution piping and specialties for the following: 1. Public water supply main. B. Utility - furnished products include water meters that will be furnished to the site, ready for installation. 1.3 DEFINITIONS A. Public Water Supply Main: Exterior water piping for portable water supply. B. The following are industry abbreviations for ductile iron and PVC pipe materials: 1. DIP: Ductile Iron Pipe. 2. PVC: Polyvinyl Chloride Pipe. 3. RJP: Restrained Joint Pipe. 4. RJF: Restrained Joint Fittings. 1.4 SUBMITTALS A. Product Data: For the following: 1. Piping specialties. 2. Valves and accessories. B. Shop Drawings: For the following: 1. Pipe Shop Drawings: Marking and fabrication plans and details for showing dimensions, pipe joints, fittings, pressure rating and thickness, size, coating and lining data. Plan shall confirm joint restraint plan for both horizontal and vertical applications. WATER SUPPLY MAIN 335100 - 1 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 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. 1.8 COORDINATION A. Coordinate connection to water main with Augusta Utility Department. Contractor is responsible for verifying the exact location, size, and material of existing water system infrastructure proposed for connection or use by the project. PART 2- PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by the manufacturers specified. 2.2 PIPING MATERIALS A. Refer to Part 3 "Piping Applications" Article for applications of pipe, tube, fitting, and joining materials. 2.3 PIPE AND FITTINGS A. Ductile Iron Pipe: Reference Section 3 05 01.02 "Ductile Iron Pipe and Fittings ", appended. 1. Buried pipe shall be Push -On Restrained Joint Pipe. All buried pipe on this project shall have a 350 psi pressure rating. 2. Restrained Joint (RJP) Pipe, where indicated on plans as RJP, shall be restrained joint pipe. Ductile iron RJP shall be push -on type joint equivalent to "Lok- Ring ", "TR- Flex ", or "Super Lock ". B. Polyvinyl Chloride Pipe (PVC): 1. PVC pipe shall be in accordance with AWWA C -900, gasketed bell with elastomeric gaskets, DR14, unless otherwise noted. 2. All PVC pipe shall be NSF approved. 3. Solvent weld joints will not be permitted under any circumstances. 4. The pressure rating, class, specification and manufacturer shall be clearly marked on each length of pipe. 5. Restrained Joint Pipe (RJP), where indicated on plans as RJP, shall be restrained joint pipe. PVC RJP shall utilize bell restraint harnesses equivalent to EBAA Iron Inc. for PVC pipes WATER SUPPLY MAIN 335100 - 3 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 1. Mueller #A- 24018. 2. M &H Figure 29T AWWA Compression Type Dry Top - Traffic Model 150 psi working pressure, 300 psi testing pressure 3. Kennedy K -81 D B. Hose and pumper nozzle threading shall be national standard. C. Connection shall be 6 -inch mechanical joint. Hydrants shall have a 5 '/ inch interior valve opening and be restrained form hydrant to tee at the main. D. Each hydrant shall be provided with a resilient seat gate valve. E. Direction of Opening: Open hydrant valve by turning operating nut to left or counterclockwise. F. Exterior Finish: Safety yellow body with white bonnet and caps. PART 3 - EXECUTION 3.1 EARTHWORK A. Refer to Division 2 Section ",Earthwork" for excavating, trenching, and backfilling. 3.2 PIPING APPLICATIONS A. General: Use pipe, fittings, and joining methods for piping systems according to the following applications: Ductile -iron, push -on- retrained joint pipe, mechanical restrained joint fittings; and flanged pipe. 3.3 VALVE APPLICATIONS A. Drawings indicate valve types to be used. 3.4 JOINT CONSTRUCTION A. Make pipe joints according to the following. 1. Ductile -Iron Piping, Gasketed Joints for Water- Service Piping: AWWA C600 and AWWA M41. 2. Restrained Joint Pipe Installation: Install restraints for tees, plugs and caps, bends, crosses, valves, and hydrant branches per AWWA 600, manufacturer's recommendations and plans. 3.5 PIPING INSTALLATION WATER SUPPLY MAIN 335100 - 5 Phase III — Butler Creek Interceptor 04/30/2014 Upgrade - West Project No.60106 3.11 DISINFECTING A. Cleaning and Disinfecting: Reference Section 33 13 00 "Disinfecting of Water Utility Distribution ", appended. 3.12 MEASUREMENT AND PAYMENT A. Water supply service line serving the existing wastewater lift station including pipe, tapping sleeve and valve, fire hydrant, 1" meter and backflow preventer w/ boxes and flush hydrant complete, exclusive of pavement removal and replacement, shall be paid for on a lump sum basis. No separate payment will be made for this item. END OF SECTION 335100 WATER SUPPLY MAIN 335100 -7 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS SECTION 33 05 01.02 DUCTILE IRON PIPE AND FITTINGS 1 PART 1 GENERAL 1.01 REFERENCES A. The following is a list of standards that may be referenced in this section: I. Augusta Utilities Department's "Water & Sanitary Sewer Systems - Guidelines" (most recent edition); available at //www.augustaga.govidepartments/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 Association of State Highway and Transportation Officials (AASHTO): a. T99, Standard Specification for the Moisture - Density Relations of Soils Using a 2.5 kg (5.5LB) Hammer and a 305mm (12 in.) Drop. 3. American Water Works Association (AWWA): a. C104, Cement -Mortar Lining for Ductile Iron Pipe and Fittings for Water. b. C 105, Polyethylene Encasement for Ductile Iron Pipe Systems. c. C1 10, Ductile Iron and Grey Iron - Fittings, 3 -inch through 48- inch. d. C111, Rubber-Gasket Joints for Ductile Iron Pressure Pipe and Fittings. e. C115, Flanged Ductile Iron Pipe with Ductile Iron and Grey Iron Fittings. f. C150, Thickness Design of Ductile -Iron Pipe. g. C151, Ductile -Iron Pipe. Centrifugally Cast, for Water. h. C153, Ductile Iron Compact Fittings, 3 -inch through 24 -inch and 54 -inch through 64 -inch for Water Service. i. C207, Steel Pipe Flanges for Waterworks Service, Sizes 4 -inch Through 144 -inch (100mm through 3600mm). j. C600, Installation of Ductile -Iron Water Mains and Their Appurtenances. k. C606, Grooved End, Shouldered Joints. 4. ASTM International (ASTM) a. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. b. A563, Standard Specification for Carbon and Alloy Steel Nuts. 33 05 01.02 DUCTILE IRON PIPE AND FITTINGS REVISION JULY 2008 1 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 2. Pressure rating of pipe as shown on drawings. Typically water mains 6 inches through 16 inches require a Pressure Class of 350 while water mains 18 inches through 24 inches require a Pressure Class of 300. 3. Pipe wall thickness of threaded pipe for a flanged pipe end shall be minimum special thickness Class 53 from 12 -inch to 54 -inch diameter pipe m accordance with AWWA C115. 4. Grooved end pipe, for all pipe diameters, shall be minimum Special Class 53. 5. Pipe shall be new and recently manufactured. Refurbished pipe shall not be provided. B. Joints: 1., Push -On Joint: Rated at minimum working pressure equal to pipe material design. 2. Restrained Joint: a. Manufactured proprietary joint that mechanically restrains pipe to adjoining pipe. b. Manufacturers and Products: 1) American Cast Iron Pipe; Flex -Ring and Lok -Ring. 2) U.S. Pipe; TR Flex. 3) Or approved equal. 3. Mechanical Wedge Action Type Joint: a. Use only in areas where adjoining to fixed points where laying length is determined in field. b. Prior to purchase and installation, type and application of this joint shall be approved by Engineer. c. Manufacturers and Products: 1) EBAA Iron; Mega -Lug 2) Smith - Blair, Inc.; 111 Cam -Lock 4. Flanged Joint: Threaded 250 psi working pressure ductile iron flanges conforming to AWWA C115. C. Fittings: 1. Ductile Iron, Push -On, Flanged or Restrained Joint: In accordance with AWWA C110, at 250 psi minimum working pressure for 3- to 24 -inch fittings and 150 psi minimum working pressure for 30- to 48 -inch fittings. 2. Mechanical Joint Fittings: In accordance with AWWA C111. 3. Fittings shall be new and recently manufactured. Refurbished fittings will not be accepted. D. Welded Outlet: Only weld to pipe in manufacturer's shop, 33 05 01.02 DUCTILE IRON PIPE AND FITTINGS REVISION JULY 2008 3 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS PART 3 EXECUTION 3.01 EXAMINATION A. Inspect pipe and fittings to ensure no cracked, broken, or otherwise defective materials are being used. 3.02 PREPARATION A. Trench Grade: 1. Grade bottom of trench by hand to specified line and grade, with proper allowance for pipe thickness and pipe base, when specified. Trench bottom shall form a continuous and uniform bearing and support for pipe between bell holes. 2. Before laying each section of pipe, check grade and correct irregularities found. Grade may be disturbed for removal of lifting tackle. B. Bell (Joint) Holes: At each joint, dig bell holes of ample dimensions in bottom of trench, and at sides where necessary, to permit joint to be made properly and to permit easy visual inspection of entire joint. 3.03 INSTALLATION A. General: 1. Provide and use proper implements, tools, and facilities for safe and proper prosecution of Work. 2. Lower pipe, fittings, and appurtenances into trench, piece by piece, by means of a crane, slings, or other suitable tools and equipment, in such a manner as to prevent damage to pipe materials, protective coatings and linings. 3. Do not drop or dump pipe materials into trench. B. Cleaning Pipe and Fittings: 1. Remove lumps, blisters, and excess coal tar coating from bell and spigot ends of each pipe. Wire brush outside of spigot and inside of bell and wipe clean, dry, and free from oil and grease before pipe is laid. 2. Wipe ends of mechanical joint pipe and fittings and of rubber gasket joint pipe and fittings clean of dirt, grease, and foreign matter. C. Laying Pipe: 33 05 01.02 DUCTILE IRON PIPE AND FITTINGS REVISION JULY 2008 5 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS F. Field Welding: 1. Use of field welded outlets will not be allowed. Welding for outlets shall be performed only in pipe manufacturer's shop. 2. Field installed outlets may be installed with saddle approved by Engineer. Opening in pipe shall be machined cut and not with cutting torch. 3. Field welding of bars for restrained joint systems will not be allowed. All welding shall be performed in pipe manufacturer's shop. G. Line and Grade: 1. Minimum Pipe Cover: 4 feet, unless otherwise indicated. . 2. No high points will be allowed between air valves. 3, Maintain pipe grade between invert elevations to provide minimum clearance at air valve locations of 4 feet from existing ground surface to top of pipe. 4. Install air valves as shown and field verify intervening low points. When field conditions warrant, exceptions may be made upon approval of Engineer. 5. Deviations exceeding 6 inches from specified line or 1 inch from specified grade will not be allowed without express approval of Engineer. 6. Pipeline sections that are not installed to elevations shown or installed as approved by Engineer shall be reinstalled to proper elevation. H. Thrust Restraint: 1, Restrained joints only. Use of thrust blocking will not be allowed. as restraint unless specifically identified on plans and approved by the Owner and Engineer. I. Polyethylene Encasement: 1. Encase pipe, fittings, and valves where specified in accordance with AWWA C105, Method A. 2. Cut polyethylene tube approximately 2 feet longer than pipe length. 3. Slip tube around pipe, centering to provide 1 -foot overlap on each adjacent section. 4. Pull encasement to take out slack and wrap snug around pipe, 5. Secure overlap inplace and fold at quarter points of pipe length. 6. Wrap and tape encasement snug around fittings and valves. 3.04 HYDROSTATIC TESTING A. Pipeline Hydrostatic Test: 33 05 01.02 DUCTILE IRON PIPE AND FITTINGS REVISION JULY 2008 7 AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS SECTION 33 1219 WATER UTILITY DISTRIBUTION FIRE HYDRANTS PART 1 GENERAL 1.01 REFERENCES 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.govidepartments/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. C502, Dry- Barrel Fire Hydrants, b. C600, Standard for Installation of Ductile -Iron Water Mains and Their Appurtenances. 3. ASTM International (ASTM): C94, Standard Specification for Ready - Mixed Concrete. 1.02 SUBMITTALS A. Action Submittals: Catalog cuts of system components. B. Informational Submittal: Certificate of Compliance: Upon completion of the system installation, Contractor to verify all fire department hose connections, and check all fire safety devices to ensure their readiness for emergency connection and operation. PART 2 PRODUCTS 2.01 FIRE HYDRANTS A. Hydrant: 1. Break flange or safety top type. 2. Nominal 5 -I /4 -inch main valve opening with 6 -inch bottom connections. 3. Conform to AWWA C502. 4, Two 2 -1/2 -inch hose nozzles. 5, One 4 -1/2 -inch pumper nozzle. 6. Operating Nuts: 1 -1/2 -inch National Standard pentagon nut. 7. Mechanical joint inlet connection. t 8. Yellow above ground line. 33 12 19 WATER UTILITY DISTRIBUTION REVISION JULY 2008 1 FIRE HYDRANTS AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS B. Duc -Lugs Manufacturer: The Stellar Corp., Columbus, OH. 2.07 MECHANICAL WEDGE ACTION TYPE JOINT: A. Prior to purchase and installation, type and application of this joint shall be approved by Engineer. B. Manufacturers and Products: 1. EBAA Iron; Mega -Lug 2. Smith- Blair, Inc.; 111 Cam -Lock PART 3 EXECUTION 3.01 GENERAL A. Install hydrants in accordance with Sections 3.7 and 3.8 of AWWA C600, unless specified otherwise. 3.02 EXCAVATION A. Excavate to subgrade. Fill over excavated areas with foundation stabilization material. Tamp to provide firm foundation. 3.03 BASE BLOCK A. Place on firm, level subgrade to ensure uniform support. 3.04 INSTALLATION OF HYDRANTS A. Locate hydrants to provide accessibility and to minimize potential damage from vehicles. 1. Relocate improperly set hydrants. 2. Hydrant Located behind Curbs: Set barrel so pumper nozzle or hose nozzle caps are a minimum of 18 inches from gutter face of curb. 3_ Hydrant Located in Space between Curb and Sidewalk: Not less than 8 inches, clear from sidewalks. 4. Hydrant Located between Sidewalk and Property Line: Minimum clearance 8 inches from sidewalk. 5. Set hydrants so safety flange is a minimum of 2 inches above finished ground or sidewalk level. B. Place hydrant on base block carefully to prevent the base block from breaking. 33 12 19 WATER UTILITY DISTRIBUTION REVISION JULY 2008 3 FIRE HYDRANTS AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS SECTION 33 13 00 DISINFECTING OF WATER UTILITY DISTRIBUTION PART I GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this section: I. Augusta Utilities Department's "Water & Sanitary Sewer Systems - Guidelines" (most recent edition); available at / /www.augustaga.gov /departments /planning zoning/dev_docs.asp. 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. B300, Hypochlorites. b. B301, Liquid Chlorine. c. B302, Anunonium Sulfate d. 8303, Sodium Chlorite. e. C651, Disinfecting Water Mains. f. C652, Disinfection of Water Storage Facilities. g. C653, Disinfection of Water Treatment Plants. 3. Standard Methods for the Examination of Water and Wastewater, as published by American Public Health Association, American Water Works Association, and the Water Environment Federation. 1.02 SUBMITTALS A. Informational Submittals: 1. Plan describing and illustrating conformance to appropriate AWWA standards and this Specification (if required). 2. Procedure and plan for cleaning system. 3. Procedures and plans for disinfection and testing. 4. Proposed locations within system where Samples will be taken. 5. Type of disinfecting solution and method of preparation. 6. Certification that employees working with concentrated chlorine solutions have received appropriate safety training. 7. Method of disposal for highly chlorinated disinfecting water. 33 13 00 DISINFECTION OF WATER REVISION JULY 2008 1 UTILITY DISTRIBUTION AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS E. Owner will supply sufficient potable water and testing for the Contractor to complete the initial execution outlined in this section. The Contractor is responsible to the Owner for the costs of additional potable water and testing due to failure of the initial tests. 3.02 SEQUENCING AND SCHEDULING A. Commence initial disinfection after completion of following: 1. Completion and acceptance of internal painting of system(s). 2. Hydrostatic and pneumatic testing, pressure testing, functional and performance testing and acceptance of pipelines, pumping systems, structures, and equipment. 3. Disinfection of: a. Pumps and associated system piping. b. Treatment plant basins and processes used to supply water to system. 3.03 PIPING AND PIPELINES A. Cleaning: 1. Before disinfecting, clean all foreign matter from pipe in accordance with AWWA C651. 2. If the continuous feed method or the slug method of disinfection, as described in AWWA C651 are used, flush pipelines with potable water until clear of suspended solids and color. Provide hoses, temporary pipes, ditches, and other conduits as needed to dispose of flushing water without damage to adjacent properties. 3. Flush service connections and hydrants. Flush distribution lines prior to flushing hydrants and service connections. Operate valves during flushing process at least twice during each flush. 4. Flush pipe through flushing branches and remove branches after flushing is completed. B. Disinfecting Procedure: In accordance with AWWA C651, unless herein modified. 3.04 PUMPS A. Disinfecting Solutions: Minimum free chlorine concentration of 100 ppm. B. Application: 33 13 00 DISINFECTION OF WATER REVISION JULY 2008 3 UTILITY DISTRIBUTION AUGUSTA UTILITIES DEPARTMENT STANDARD TECHNICAL SPECIFICATIONS 2. Provide valves at sampling points. 3. Provide access to sampling points. 4. The Owner's laboratory will obtain the Samples. B. Test Equipment: 1. The Owner's laboratory will provide the testing equipment. C. Chlorine Concentration Sampling and Analysis: 1. The Owner's laboratory will collect and analyze Samples in accordance with pertinent AWWA sections. 2. Sampling Frequency for Disinfecting Solution: 2 Samples per segment tested. 3. Residual Free Chlorine Samples: 2 Samples per segment tested. 4. Dechlorinated Disinfecting Wastewater Residual Samples: as necessary. 5. Sampling Locations: as determined by the Owner/Engineer. 6. Analysis to be performed by the Owner's laboratory. Samples will be analyzed for free chlorine as described in latest edition of Standard Methods for Examination of Water and Wastewater. D. After tanks, reservoirs, pumps, and pipelines have been cleaned, disinfected, and refilled with potable water, Owner will take water Samples and have them analyzed for conformance to bacterial limitations for public drinking water supplies. 1. Samples shall be collected in accordance with applicable AWWA Standard. 2. Samples shall be analyzed for coliform concentrations in accordance with latest edition of Standard Methods for the Examination of Water and Wastewater. 3. A minimum of two Samples on each of 2 consecutive days from each separable structure and every 1,000 feet of pipeline shall be obtained and analyzed by standard procedures outlined by state and local regulatory agencies. 4. Sampling points shall be representative and accepted by the Owner/Engineer. 5. Initial samples at each location to be scheduled on a Monday, Tuesday, or Wednesday unless a deviation is specifically approved by the Owner. 6. Contractor shall provide the Owner a minimum of 48 -hours notice prior to the initiation of the sampling process. E. If minimum Samples required above are bacterially positive, disinfecting procedures and bacteriological testing shall be repeated until bacterial limits are met. 33 13 00 DISINFECTION OF WATER REVISION JULY 2008 5 UTILITY DISTRIBUTION Al Ir" ' - G " 0 R G I A Bid Specifications Bid Item #14 -174 Butler Creek Interceptor Upgrade West Phase III For Augusta, Georgia — Utilities Department s Bid Due: Tuesday, June 17, 21114 @ 3:00 P.I. 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 CF.R. Part 26, et seq. and/or 49 CF.R. Part 23, et. seq. This DBE ro for DOT, FTA and FAA assisted contracts and other federal or state funded contracts having mandatory DBE is only 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- CK019. Any such language appearing in any Augusta, Georgia solicitation, bid or contract is void and unenforceable. .4 copy of this Order can be reviewed at +w aneustara,poi home page Thanks for doing business with us ... Geri A. Sams', Procurement Director 530 Greene Street, : Augusta, Georgia 30901 Rev. 8/22/2031 Bid 14-147 Gordon Highway 30 Inch Water Main Project Page 1 of 23 G ' O R GI A Bid Specifications Bid Item #14 -174 Butler Creek Interceptor Upgrade West Phase Ill For Augusta, Georgia — Utilities Department Bid Due: Tuesday, June 17, 2014 @ 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 US. 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. 7 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 alt • ustaea.ro n home page Thanks for doing business with us ... Geri A. Sams, Procurement Director .530 Greene Street, Augusta, Georgia 30901 . Rev. 8/22/2012 Bid 14-147 Gordon Highway 30 Inch Water Main Project Page 1 of 23 G G F ' . 12 0 1 A �� %PGxd �� erl FAXED /MAILED TO: All Bidders Phyllis Johnson, Quality Assurance Analyst Tam Wiedmeier Utilities Department FROM: Geri Sams Procurement Dire r DATE: June 10, 2014 SUBJ: New Bid Opening Date Clarifications to t he Specifications and Responses to Vendors' Questions BID ITEM: Bid 14 -174 Butler Creek Interceptor Upgr West Phase III For Utilities Department NEW BID OPENING DATE: Tuesday, June 24, 2014 @ 3:00 p.m. ADDENDUM NO. 1 This Addendum shall form a part of the referenced Bid Item: 14 -174, and any agreement entered into in connection therewith equally as if bound into the original document. Acknowledge receipt of this addendum on the Attachment B form. The opening date for Bid Item #14 -174 — Butler Creek Interceptor Upgrade West Phase III for Augusta Utilities Department has been changed: FROM: Tuesday, June 17, 2014 at 3:00 p.m. TO: Tuesday, June 24, 2014 at 3:00 p.m. Clarifications of the Specifications: 1. "Clarification on Contractor's Electrical and Relate Electrical Scope of Work associated with Lump Sum Bid Items LS -1, LS-1B, & LS-1C" (See attached). 2. Lump Sum Bid Item LS -1: Upgrade of Existing Lift Station: All backfill for excavations made at the lift station site within this bid item must qualify as select fill. Excavated materials found unsuitable shall be removed from the site and backfilled with select backfill material. This material will be paid for under Bid Item S -18, as approved and directed by the Owner's resident engineer. 3. Lump Sum Bid Item LS -2 - Erosion and Sediment Control: Include six (6) construction entrances /exits for use on the project. Specifications Revisions: 1. Bid Form: Remove and replace the Bid Form in its entirety and replace with the attached Bid Form, Revised 06- 06 -14. 2. Agreement: a, Delete rote in Article ll, Paragraph t stating 'Approximately 900 LP of fora: " main work at sia (6) l ations and 400 to 450 if f gravity sa r.,,.,._must be constructed ands substantially tially com lete ithi 45 mays of notice to proceed " Room 605 - 530 Greene Street, Augusta Georgia 30901 (706) 821 -2422 - Fax (706) 821 -2811 ® . [ Scan this QR code with your smartphone or camera equipped www.augustaga.gov . - a1 ' ° tablet to visit the Augusta, Georgia Register at www.demandstar.com /supplier for automatic bid notification La &P •• Addendum 1 Bid Item #14 -174 Page 1 of 8 b. Delete note in Article H, paragraph 3 stating, "A one -time assessment of ten thousand ($10,0001 Dollars for work to be substantially complete within the 45- day time schedule," 3. Special Conditions: Delete SPC -5 in its entirety. 4. Section 011500 — Sequence of Work: Delete Paragraph C in its entirety, 5. Section 012100 — Allowances: Remove and replace this section in its entirety with revised Section 012100 — Allowances, attached. 6. Section 221343 —Wastewater Pumping Station Upgrade: a. Below sub - paragraph 2.1.A.1.b, insert the following: "Note: Pump manufacturer shall have an authorized repair facility within 2.5 hours travel of the City of Augusta with 24/7 emergency service; and, shall have spare parts in stock and available for shipment within 24 hours of order." b. Reference paragraph 2.1.A.4. The pumps in this installation will be programmed to operate extensively at variable speed and pumping capacity. Pump curves shall include multiple variable speed curves within the full recommended operating range of pump. 7. Section 221313 — Sanitary Sewerage with Appendices and Section 312000 — Earthwork: a. Pages 26 and 27 of the Augusta Utilities Department's - Standards and Specifications have been inserted as it pertains to bedding and backfilling around pipe wastewater collection pipe. Where these specifications conflict with the Augusta Utilities Department Standard's and Specifications, the Augusta Utilities Department's - Standards and Specifications shall govern. b. Section 312000, paragraph 3.2 Dewatering: Revise reference to dewatering from Section 02240 to read "Section312319 ". 8. Tunneling Specification: Add "Section 221323 - Tunnel Excavation and Primary Liner" to the contract documents. See attached specification. Note: The Contractor may utilize an alternate method for tunnel construction utilizing the jack & bore method by using a 60" mixed face, laser- guided tunnel boring attachment. This attachment must be capable of sufficiently cutting mixed - ground soils ranging from solid rock to softer soils. Steel casing pipe used with this alternate jack and bore method shall have a minimum wall thickness of 0.625" and shall be in accordance with the requirements of the Georgia Department of Transportation (GDOT) specifications. This alternate jack and bore method must comply with applicable portions of specification Section 221323 - Tunnel Excavation and Primary Liner, with particular attention and adherence to paragraphs 1.6 DESIGN CRITERIA and 1.7 QUALITY ASSURANCE. Drawing Revisions: 1. Dwg. G002 — Wetland Preservation Notes: Remove and Replace the end of Note 1, "March 12, 2007, Federal Register Vol. 72, No. 47, PGS. 11092 -11198 (72 FR) with, "January 28, 2013, Federal Register Vol. 78, No. 18, PGS. 5726 -5733 2. Dwg. C211 and Dwg. C215 — Casing Pipe: Revise casing pipe diameter from 48 -inch to 42 -inch. 3. Dwg. C302 — General: 24" square personnel aluminum hatches for the lift station and valve vault shall be by Halliday Products with no safety grate. 4. Dwg. C303: a. Detail 1/C303 — Add note, "See Note 8 on "Wetland Preservation Notes" (Dwg. G002) for backfill material in wetland areas." b. See drawings SK -1, 2, & 3 -C303, attached. These drawings amend standard City of Augusta details 11, 12 & 13/C303 with respect to project requirement for 72" diameter base sections to be used. c. Detail 14/C303 — Hinged Manhole Frame and Cover shall be ERGO in lieu of Revolution assembly with stainless steel camlock and 24" min. clear opening. See drawing SK- 4 -C303 attached. 5. Dwg. C304: Addendum 1 Bid Item #14 -174 Page 2 of 8 a. Detail 6/C304 — Delete Note 1. See Note 2 referring to Bilco aluminum doors. Bilco aluminum access doors are to be used exclusively for all concrete vaults with concrete tops. b. Detail 8/C304 — Remove and Replace "TRM" with "RECP ". Remove Note 3 and replace with "RECP — Rolled Erosion Control Product Landiok CS2 by Landlok or equal. c. Detail 9/C304 — Remove and replace this detail in its entirety with drawing SK -1- C304, attached. 6. Dwg. E101: See drawing SK- 1 -E101 and SK- 2 -E101, attached. Dwg. E210: See drawing SK- 1 -E201, SK- 2 -E201, and SK- 3 -E201, attached. Response to Vendors' Questions: Q1 : 1. For pay item S -38, do we know the diameter of these 36 manholes to be abandon? Answer: Per the original sewer drawings, the diameter of the existing sanitary manholes to be abandoned are noted as four (4) feet. The depth of the existing sanitary manholes varies, however the average depth for the manholes to be abandon is approximately 7.5 feet. Contractors should estimate five (5) cubic yards of backfill, compacted and in place, per each abandoned manhole. Q2 : At the pre -bid meeting a question was raise regarding specifications for the tunnel installation. Mr. Laschober seemed to think that maybe the specs were left out of the documents and would look into that. Please advise if additional specs will be distributed. Answer: The tunneling and liner specification "SECTION 2211323 - TUNNEL EXCAVATION AND PRIMARY LINER" has been added as an amendment to the contract documents as a part of this addendum. The specification for jack and bore installations is in specification "SECTION 221313 — SANITARY SEWERAGE ". (See Attached) Q3 : Lift Station Allowance No. 1 on the bid form shows $330,000. However, in the Allowances Section of the specs (Section 012100) the amount is shown as $335,000. Is the $330,000 on the bid form correct? Answer: Revise Lift Station Allowance No. 1, in Section 012100 — ALLOWANCES to read $330,000 to agree with Bid Item No. LS-1B in Bid Form. Q4: The vault for the waste grinder installation is drawn on the plans as cast -in- place. Would pre -cast construction be allowed if we feel it was possible? Answer: The grinder vault and valve vault can be precast. If the interior dimensions for the precast vaults vary from the construction drawings, please notify the project engineer for approval. Dimension changes that reduce the interior dimension six (6) inches or less are acceptable Q5: Please clarify if we are to use $335,000 as shown in the specs for allowance no. 1 or $330,000 as shown on the bid form for allowance no. 1. Answer: Please see response for question 3 above. Q6: Please provide a tunneling spec section. Answer: Please Tunneling Specification, "Section 221323" (See Attached) Q7: Will precast be acceptable for the grinder? Answer: Please see response for question 4 above. Q8: Is all sewer force main and gravity pipe that is called out to be ductile iron need to be 401 lined? Answer: All ductile iron pipe (DIP) and fittings shall be epoxy lined. Q9: Is the jack and bore guaranteed — if we hit rock will it be up to the contractor to complete the bore or will we be paid via change order? Answer: Per the project soil borings, rock is not anticipated for the two specified jack and bore installations. The contractor is expected to use due diligence for boring through materials of variable stiffness by his use of experience, technique and available Addendum 1 Bid Item #14 -174 Page 3 of 8 cutting heads. However, if rock is encountered, the remainder of the bore will be compensated for a "Jack and Bore through Rock ...." that has been added to the revised the Bid Form, attached, under new Bid Item No. M -9. The total actual project jack and bore quantity is listed under Bid Item S -17A. For the purposes of adjusting for a rock bore, 100 LF of rock bore has been added for Bid Item No. 9. Similar to Bid Item No. M -2, Rock Excavation, compensation shall be made only when and where rock is encountered, with the approval of the Owner's resident inspector. Q10: Can the diameters and depths of the existing manholes to be abandoned be provided? Are the depths and diameters similar to the new, proposed manholes? Answer: Please see the response for question 1 above. Q11: Are there any specifications for the existing fences that require replacement? Does this line item cover any and all types of fences to be replaced? Answer: There are no specifications for the existing fences that is required to be replaced. All fencing which falls within the T/E and which has been disturbed, will receive payment under bid item M -5. 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. Temporary fencing, as required to maintain the closure and security of properties during construction shall be included in Lump Sum payment Item LS -1. Q12: The 60" diameter tunnel shown on C212 is shown as using liner plate and being mined. Would the Owner consider an alternate of jack and bore for this crossing or should the Contractor bid it as shown? Answer: a. The Contractor should bid, Bid Item S -17B as shown. b. See attached specification "SECTION 221323 - TUNNEL EXCAVATION AND PRIMARY LINER ", with alternate TBM /liner option, which has been added as an amendment to the contract documents as a part of this addendum. Q13: Are there any specifications available for the tunnel and jack & bore portions of the project? Answer: Please see response for question 2 above. Q14: Can the vaults shown as cast -in -place at the pump station be provided as precast? In talking with the precast manufacturers, the new valve pit and grinder pump station pit can be precast, but the dimensions may differ slightly than what is shown on the plans. For example, the new valve pit would have inside dimensions of 10'x20' instead of the 8.5'x20.5' shown in the plans. Would this change be acceptable should the Contractor elect to install these as precast in lieu of cast -in- place? Answer: Please see response for question 4 above. Q15: In walking the site, the area where the force main is to be installed appears to have some garbage, debris, and illegal dumping close to the proposed alignment. This is mainly concentrated off Madrid Dr., Baghdad Rd., and London Blvd. It wasn't immediately clear if this debris present would interfere with operations, but should the Contractor arrive on site and illegal dumping interferes with the alignment, will the Contractor be responsible for removing this debris off site? Answer: The contractor will be responsible for removing and disposing in a legal manner any garbage or debris that is within the project limits that interferes with the sewer installation. 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. Q16: Will it be possible to access the Project from ANY of the following locations? There is only 1 access point shown on the plans. Addendum 1 Bid Item #14 -174 Page 4 of 8 i. The Ex asphalt drive - sheet C209? ii. The Ex Sanitary easement — sheet C 208? iii. The Ex Gravel Drive — sheet C210? iv. Can the Tunnel site be accessed from either side of the road? v. The road leading to Bridge over creek Sheet C213? vi. Can the Jack & Bore be accessed from either side of Hwy 78? Or will the upstream MH be accessed thru the existing easement? Answer: Current access points for the project are located at the dead end of Madrid Drive (Dwg. C203) and the existing lift station service drive off Gordon Hwy (Dwg. C217). There is an existing drive off of Gordon Hwy, approximately 300 feet west of the lift station service drive that allows access to the Georgia Power easement, near the area shown on Drawing C211. Coordinate with AUD on access from the utility easement shown on Drawing C210. Any agreement for access to the project between a private owner and the contractor shall be copied to AUD. This includes agreements for iaydown areas. Q17: Bid Item S -16I -1 indicates Thickness class 20 — Please clarify Answer: Bid item S- 161 -1: Revise Thickness Class to read "51 ". This will be corrected on Bid Form. (See Attached) Q18: Bid schedule Pipe items specifically indicate bedding. If import material (non- native) is required for initial or final backfill will it be paid for under item S -18? Answer: All open trench installed pipe bid items for gravity sewer and force main include the minimum thickness crushed stone bedding shown on the details. Gravity sewer shall have 6" minimum of #57 bedding and force main 4" minimum #57 bedding below barrel of pipe and backfilled to the spring line of pipe. Where import material is required for backfill due to unsuitable material or shortage of material due to shrinkage, this material will be paid for under Bid Item S -18, as approved and directed by the Owner's resident engineer. Similarly, if unsuitable material is present prior to placement of pipe bedding material and the contractor is authorized by the Owner's resident inspector to over - excavate, remove and replace material, this import foundation backfill shall be provided per bid item M -3 as approved and directed by the Owner's resident engineer. Q19: Please clarify if Bid Item S -19 will be paid based on the weight of C110 or C153 fittings? Answer: Bid Item S -19 will be paid based on the weight of C153 fittings. Q20: Remove & Reset Fence is a bid item and is also listed in the lump sum construction — Please clarify. Answer: Please see response for question 4 above. Q21: Rip -rap is a bid item and is also listed as in the lump sum construction - Please clarify. Answer: Bid Item M -6, concerning rip rap, is only pertinent where specified and approved by the Owner's resident inspector for use other than that specified on the plans for a BMP for soil and erosion control. Rip rap specified and approved to amend the plans for soil and erosion control would, however, qualify for payment under this bid item. Q22: Does contractor pay for material testing — If so, what bid item should this be in? Answer: There is no Inspection and Testing Allowance set up in the Bid Form. In accordance with the Supplementary Conditions, Section 18, 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. Q23: The Agreement AND Section 011500 calls for the contractor to SUBSTANTIALLY COMPLETE work within the permitted jurisdictional wetland encroachment areas within 45 days of NTP. There are 6 areas of Force Main and 2 areas of gravity. There are Wetlands identified on the plans, but no specific limits of pipeline that apply to this 45 day window. The clearing and Addendum I Bid Item #14 -174 Page 5 of 8 access must be installed to get to these locations, even before pipe is installed. These areas must also be immediately restored, yet based on current access we will be utilizing the entire easement for the duration of the project. The liquidated damages for the 45 day time schedule is a one -time assessment of $10,000. i. Please identify the pipe work applicable ii. Please address the concerns with timeframe iii. Clarify how the separate sections of pipe are to be tied -in on the force main. iv. If the $10,000 is paid by the contractor, will that be the only penalty? Can the project proceed ignoring the 45 day timeframe? Answer: JLA has confirmed with the USACE that the Nationwide Permit (NWP) for work within the project wetlands shall expire ' on March 18, 2017. Please delete all notes requiring completion of work within the wetland areas 45 days from Notice to Proceed (NTP) and $10,000 assessment. These areas include the Contract Agreement, Special Conditions and Section 011500 — Sequence of Work. Q24: Allowance descriptions in section 012100 do not match those in the bid schedule (330,000 vs 335,000) Answer: Please see the response for question 3 above. Q25: Bid Sch. indicates that jack & bore casing shall be .75 min thickness. Spec section 221313 indicates thickness of .5. Plans indicate .5 — Please clarify Answer: Revise the steel casing pipe diameter size from 48 -inch to 42 -inch. The minimal steel casing wall thickness shall be 0.50 inches Q26: Please provide the nationwide permit conditions. Will removal of the construction road be required? Wouldn't this assist the owner in maintenance of the completed system? Answer: See attachments for NWP conditions. Any work within the wetland areas of project shall be vegetated and re- established at completion of the project. The construction road used for the pipe installation that is only within the Owner's permanent easement can remain in place. If left in place at the completion of the project, the construction road will need to have a uniform thickness of six (6) inches (min.) per the Manual for Sediment and Erosion Control in Georgia (Green Book), latest edition. The area within the temporary easement that was used for construction shall be re- established similar to pre - developed condition. Q27: Sheet G002 note 4. Indicates a "Bio- degradable Blanket" is to be used on any exposed slope or stream bank. The detail on sheet C304 calls out Pyra -mat or Landlok products. These are NOT biodegradable and also more than triple the cost. Please clarify. Is this addressed in the nationwide permit? Answer: The bio- degradable erosion control blanket shall be used for all wetland areas and stream crossing. Q28: Please provide the Army Corp permit conditions. Answer: Please see response to question 26 above. Q29: Please provide dimensions on the Magnetic flow meter Vaults shown on sheet C -216 & C -301 Answer: See "Meter Vault Hatch Plan" on Drawing C302 for meter vault dimensions. Q30: Bid Schedule item S -26A says "48" Dia riser on 72" base section — Ext Joint wrap" Is this indicating that ONLY the intersection between the 72" and the 48" get wrap? Those above would not? Answer: No. The exterior joint wrap could occur at any horizontal joint vertically along the riser, at the interface between the 72" base section and the 48" riser or any 48" to 48" riser joint. Joint wraps are not mandatory, however, can be provided to assist in passing the specified vacuum test. No separate payment is made for exterior joint wrap. Q31: Will any security or restrictions be implemented by Fort Gordon? Is the project crossing Fort Gordon Property — Station 102 +00? Addendum 1 Bid Item #14 -174 Page 6 of S Answer: Please notify Fort Gordon 48 hours in advance of starting construction on their property. Provide temporary fencing along the downstream side of the Fort Gordon crossings to maintain security for the property during construction. The project shall cross Fort Gordon property at station 102 +30 and between stations 117 +90 to 118 +90. Q32: Detail 6/C304 indicates a 20 x 6 MJ tee which reduces down to a 3" Gate Valve. Will a 6" OR 3" welded on outlet be acceptable? Answer: A weld will be acceptable for the three (3) inch outlet. Q33: Will a 60" steel casing installed via tunnel boring machine (TBM) be acceptable in lieu of liner plates? Answer: Please see response for question 12 above. Q34: The Jack & Bore across Hwy 78 parallels an existing line. Was the existing line installed via Jack & Bore, Tunnel or open cut? What is the slope /depth of this line? Answer: The existing 18" diameter sanitary sewer crossing Hwy 78 and paralleling the project jack and bore was installed at the same slope and approximately the same depth as the proposed 30" diameter sewer. According to the original plans, it was installed by jack and bore in a 30" diameter casing pipe. Q35: Is the contractor responsible for NPDES sampling and reporting? Answer: The contractor will be responsible for the daily inspection reports per the NPDES permit. The owner will be responsible for the weekly and monthly NPDES inspection reports, including storm water sampling. Q36: Is there a particular form or specific project requirements for the "Financial Experience & Equipment statement" that must be included with the bid? See IB -2 Answer: There is no specific form for providing the "Financial Experience & Equipment Statement ". The requirements are only for the information requested in IB -06 Bidder's Qualifications. Q37: Section 221345 — uses specifications with regard to the control panel that are proprietary to ONE particular manufacturer. Will other suppliers be considered as equal if they can provide references as indicated, match the duty point required and can control the pump system with the same manual /automatic functionality described? Answer: Yes, an "or equal" will be considered if that can meet all essential design and operational items, including references. Q38: Can the existing culvert that crosses Gordon Hwy approx. 350 feet west of the project be utilized to route a bypass for the tie -in at station 189 +30? If not, what was the intent of the design engineer at this location? Answer: A bypass for sanitary sewer cannot be used through a storm water culvert. It will be up to the contractor to determine the needed method for bypass pumping. Q39: Can you provide a tunneling specification for the Butler Creek Interceptor Upgrade West Phase III? Answer: Please see response to question 2 above. Q41: After reviewing the bid plans /specs for the Butler Creek Interceptor PhIII project I am submitting the following question relative to the two significant trenchless sections involving 30" restrained DIP sewer pipe inside steel casings, Bid Items S17 -A and S17 -B. Due to the joint diameter of the DIP carrier pipe, the steel casing on the 400LF "tunnel" crossing (sheet C215) is requiring a 60 -inch steel casing and on the 178LF "J &B" crossing of Gordon Highway a 48- inch steel casing. The significantly smaller fused joint diameter of 30" FPVC® pipe ( -32 inches) and elimination of need to keep a "belled joint" off bottom of casing would allow for a significant reduction in the required steel casing size, casing spacers, and grout volume. As a result please consider the following question: May 30 -inch DR25 FPVC® pipe be used with smaller steel casing as another option for bid items S -17A and S -17B? Addendum 1 Bid Item #14 -174 f _ Page 7 of 8 Answer: The use of FPVC pipe as carrier pipe in tunneled and jack and bore sections will not be allowed. Q42: Please allow Energy Systems Southeast to be named as an Approved Bidder with respect to the generator and automatic transfer switch as part of SECTION 263213 — ENGINE GENERATORS and SECTION 263600 0 TRANSFER SWITCHES. Answer: The engine generator manufactured by Generac Industrial Power will be allowed as an "equal" if their product meets specification, Section 263213 - Engine Generators, without exceptions. Please acknowledge addendum in your submittal END ADDENDUM ATTACHMENTS USACE NWP Letter SAS- 2009 -00965 dated October 4, 2012, email from Courtney Stevens (USAGE) acknowledging the project NWP expiration date and Federal Register Notice (27 pages) Revised Bid Form (10 pages) Revised Soil Boring Record 816 (1 page) Augusta Utilities Department Standards and Specifications, Section 14.3.2.4,3, Pages 26 and 27. For use with Details 1/303 and 9/304, as it pertains to bedding and backfilling around pipe (2 pages). Section 012100 m ALLOWANCES (3 pages) Section 2211323 - TUNNEL EXCAVATION AND PRIMARY LINER (9 Pages) Clarification on Contractor's Electrical and Relate Electrical Scope of Work associated with Lump Sum Bid Items LS -1, LS -18, & LS -1C (2 pages) Civil Drawings: SK -1, 2, 3 & 4/C303, SK- 1.0304 and AUD Detail 4.3 Detector Tape (6 pages) Electrical Drawings: SK -1 & 2-E101, SK- i,2 &3 -E201 (5 pages) NOTE: PLEASE USE THE REVISED SHEETS IN YOUR BID SUBMITTAL Addendum 1 Bid Item #14 -174 Page 8 of 8 . --; 2 , DEPARTMENT OF THE ARMY SAVANNAH DISTRICT, CORPS OF ENGINEERS 4, 100 W. OGLETHORPE AVENUE SAVANNAH, GEORGIA 31401 -3840 ' � REPLY TO OCTOBER 0 4 2012 �` ATTENTION OF: Regulatory Division SA S- 2009 -00965 Mr. Joe Holland Augusta Utilities Department - Construction Management 360 Bay Street, Suite 180 Augusta, Georgia 30901 Dear Mr. Holland: 1 refer to your letter of September 14, 2012, requesting verification for use of Nationwide Permit (NWP) No. 12 to permanently impact 0.27 acre of wetland and 120 linear feet of stream and temporarily impact 0.18 acre of wetland and 120 linear feet of stream. The impacts are associated with the installation of 18,935 feet of a new 24 inch force main and 30 inch gravity feed sanitary sewer line. The project site is located along Gordon Highway and Deans Bridge Road, in Augusta, Richmond County, Georgia (Latitude 33.3598, Longitude - 82.0738). This project has been assigned number SAS -2009 -00965 and it is important that you refer to this number in all communication concerning this matter. This verification supersedes the verification dated October 2. 2009. Based on our review of the information you furnished, I have determined that the proposed activity is authorized under NWP 12, as described in Part B of our Nationwide Permit (NWP) Program, published in the February 12, 2012, Federal Register, Vol. 77, No. 34, Pages 10184 -10290 (77 FR). The NWPs and Savannah District's Regional Conditions for NWPs can be found on our website at Imp ...` , Ivo., , a` us,xe army mii reL:Ulsztor\ Natiaanwhie Pennits.ili i. Your use of this NWP is valid only if: a. Prior to the commencement of any work in jurisdictional waters of the United States, you will purchase 1.63 wetland credits from the Black Creek Mitigation Bank. You must provide this office with written notification of this purchase before any work may commence. The notice should reference the USACE file number assigned to this project. b. Prior to the commencement of any work in jurisdictional waters of the United States, you will purchase 288 stream mitigation credits from the Bath Branch Mitigation Bank. You must provide this office with written notification of this purchase before any work may commence. The notice should reference the USACE file number assigned to this project. Addendum 1 Bid Item 414 -174 -2- c. The activity is conducted in accordance with the information submitted and meets the conditions applicable to the Nationwide Permit, as described at Part C of the NWP Program and the Savannah District Nationwide Permit Regional Conditions. d. You obtain a stream buffer variance, if required. Variances are issued by the Director of the Georgia Environmental Protection Division, as defined in the Georgia Erosion and Sedimentation Control Act of 1975, as amended. e. You fill out and sign the enclosed certification and return it to our office within 30 days of completion of the activity authorized by this permit This proposal was reviewed in accordance with Section 7 of the Endangered Species Act. Based on the information we have available, we have determined that the project would have no effect on any threatened or endangered species nor any critical habitat for such species. Authorization of an activity by a NWP does not authorize the "take" of threatened or endangered species. In the absence of separate authorization, both lethal and non - lethal "takes" of protected species are in violation of the Endangered Species Act. See Part (C) of 77 FR for more information. This verification is valid for a period of two years from the date of this letter, or until the NWP is modified, reissued or revoked. All of the existing NWPs are scheduled to expire on March 18, 2017. It is incumbent upon you to remain informed of changes to the NWPs. Furthermore, if you commence or are under contract to commence this activity before the date that the relevant nationwide permit is modified or revoked, you will have twelve (12) months from the date of the modification or revocation of the NWP to complete the activity under the present terms and conditions of this NWP. This authorization should not be construed to mean that any future projects requiring Department of the Army authorization would necessarily be authorized. Any new proposal, whether associated with this project or not, would be evaluated on a case -by -case basis. Any prior approvals would not be a determining factor in making a decision on any future request. Revisions to your proposal may invalidate this authorization. In the event changes to this project are contemplated, I recommend that you coordinate with us prior to proceeding with the work. This communication does not relieve you of any obligation or responsibility for complying with the provisions of any other laws or regulations of other federal, state or local authorities. It does not affect your liability for any damages or claims that may arise as a result of the work. It does not convey any property rights, either in real estate or material, or any exclusive privileges. It also does not affect your liability for any interference with existing or proposed federal Addendum 1 Bid Item #14 -174 -3- projects. the rmati you hmited and ohih GE ba its determion/ decision of auth orization u r the NWP is later c found to be in e ses rror, this determination may be subject to modification, suspension, or revocation. the USA Thank you If in advance for completing our Customer Survey Form.. This can be accomplished by visiting inat our website info at http:// pert .nwp .usace.army.m il /survev.htm l and completing the survey on -line. We value your comments and appreciate your taking the time to complete a survey each time you have interaction with our office. If you have any questions, please call me at 9.12- 652 -5051. Sincerely, Forrest B. Vanderbilt Regulatory Specialist, Coastal Branch Enclosures Addendum 1 Bid Item #14 -174 Regulatory Divisio CE OF C O MP LIANCE WI TH D EPARTMENT O THE ARMY NWP 12 PE FILE NUM SA - 2009 -00965 PE RM I TTEE AD Mr. J oe Holland, August Utilities Department- C Bridge M 360 Ba St S 180, Augusta, G eorgia 30901 LOCATIO O W ORK : The p roject site is locat along (cordon H and Dea Road in A ugusta, Ri C G (La 33 Lo - 82 PROJECT DESCRIPTION: The installation of a new 24 inch force main and 30 inch gravity feed sanitary sewer lin ACRES AND /OR LINEAR FEET OF WATERS OF THE US IMPACTED: 0.27 acre wetland and 120 linear feet stream DATE WORK IN WATERS OF US COMPLETED: COMPENSATORY MITIGATION REQUIRED: Yes DATE MITIGATION COMPLETED OR PURCHASED (Bath Branch and Black Creek): I understand that the permitted activity is subject to a US Army Corps of Engineers' Compliance Inspection. If I fail to comply with the permit conditions at Part C of the Nationwide Permit Program, published in the February 12, 2012, Federal Register, Vol. 77, No.34, Pages 10184 - 10290, it may be subject to suspension, modification or revocation. I hereby certify that the work authorized by the above referenced permit as well as any required mitigation (if applicable) has been completed in accordance with the terms and conditions of the said permit. Signature of Permittee Date Addendum 1 Bid Item #14 -174 j: : , ,_i.,,,.,_ c:': ' -*"I . ' - ' ' ' ' ': ' q sl - : ' - - i '•.•: '''. , .r . !., . . : ,r:.... ..... ' , , '_' ,, ' .!:.. . )i... ' : '. : :! . ' ,,:.n... , i._,,,, ' ll (.:)::44 ' '( ( '', , .. , : r . .. , - ‘ ; ' ,.', 1 , ,,,,,,,, ': - :' :i i i . -,1 I L ,, ' - .. „.,. j.,. lr , : . 1 1 Addendum I Bid item #14-174 ■ i i s t 4 t 9 J ' "x �' .71'`' q" " t ;,fir.' -, ` `N_ ! '..,,, * ..,,, . , t . , \A-- ,4 ' ; ..., „„,. . I 5 k 7. � a• v� 1 ,, / ; -. i -,',.;',, \- '''b-.,.„' ,' 1 ,, ' - i f'. $,, .' i fJ >,�, d i It I ' i / t i i , 1 , 1 Addendum 1 Bid Item #14 -174 / . , ■ . . . ° 4 .. ..... `` ' i 11 4 .. ° ° ,.. ..8.,...., .'P h . °,....., / 4 °•...„,., t.,,,, , , 1 ---°-.,..,°. t, ,"---,, , „ , ' j * 11.4.c 1.• ' ‘' ,..,i4/P ,C' - /,,it: .,„ ; ' t` -' • . ir — , .1 vaipi.- '-- - '..... ' 'I :, . i-44-,„. • , .-.>") , ,..„e"/V ": — 1: '4.2 tif,- i ',.=`,,‘ ' , . 1% . ° .a.'-'..q, 1 . . , ..0 - , • ,' . . 1 , .... , - , „,10,..,.7., t ‹,' ' t ....-..*,,,*-* ' , ' - : ' - \ -7.,..,.,.,. ..1 ' - - ° • . . - . = :-."'"L'''''' •,-","-.4'---- ..,'°---ttyi'''.1.41 - . • . . 41.-.." ''',.. ' 1 ° . N''''' ' 1." .`;',=';5",- NI:A.40' 1 ... t--'ti.. C''.4.t''''°:r ---* ' ''' ',' '"/ •••° ' 4 , • • . „ . , - - - -,,,„,' k, , ,e(t„ : -,,'„,, , ,.--:-,.\\ \„,..,. 1 1-7, .,' -k, '4.:,''''- , ,i, it - 1 \ , ' ,... jcv „,‘ ":-,.*” °I f,' - ‘0`s1 *N.' ° -,/ -,. h y ..e., :, 41* -,—, . # . 1, l ,,,,,, _ f..,1'27' '''''' i -*"7:44..-,-"''''''''''", * ' ' ' : ' ' " ' ,,,,• -:, ' ''' ',1 i, . , 1,. '' '1.1'4'474,, , ° : , - .,W• 4, ' • • ,& ..■,- . , ,, , ., , ,., " , t, 1 ° ,.. 1 1 Addendum 1 Bid Item #14-174 / 441, • • ' R 04" . 9 • 4 ° ✓ 'p.. K 1 ✓t ,8 - Addendum 1 Bid Item #14 -174 A s1 3 1 1 , , S I f , dti „r 1 , P 1 F ', ! � .� } S _ t 3 .rt a „ 1 * I ; , ? ,ma z { r . q �„ ,+? r mom $ b , „ 9* 6 " j Y f , Addendum 1 Bid Item #14 -174 I i . .',', . 5 „ . .,, .,„„...,..,, i - - -%,.•‘4,, r, ,„ .,•ii4t t - ,,,,,,' • . ' ,,'.,:',1-'-' '”' , ,. Ifit '7:k. $.7,-q,\ 4* .......5.,;,. I,,......,,, \,.. ',' ..;..:,• -,4,. 1-,--.1.*::,14, , , 'it N'i. !-. .. ''.'. = ' ' -,c• ' , .., . : S° ....'"`"4,43,64::. .7P-«,.....34,47.Zt'.;...,,,_"-.7-t1,74,,, , ., - , • 1, .,. .4.4Sy, , :. -T.T'z'..:7'!"-"tr..."..,„„0,----'4.:;:it ' -1!'k's,\ N-,,,,,, , . 14..„,p • ,.... ,,,,,..:...: 4, -.i...,.:4.7_,.,...,.„,`X,,,,, ., ., .., 1. ., . ., .., .. , • .. „ 1 1 , 1 : - Addendum 1 Bid item #1 i i's-1 . ):.+ : It! ;i f 9 4,„ A it I o Y 4 k • • °> r 4 d I ' C a lt. !. � '� " 1 1 p / a 5 -. ., j t', a ,,> 4 �i . S".% +a " ' . .a , ;' 4 ,,-.',4C,, fir � •,,,,‘.141,-N..; . 1. 1 1 1 1 Addendum 1 Bid Item #14 -174 ■ . , ....., , „ , ,.. 4 AiOrk i 1 , I i ; 14 s 6'0d17?A/AleNi: FORT CORDOP ) ,t oeii - o-o74-oo- o i .,. ' 1 4 J ° t i A b ), ' t , , ,- FtEMOket; .c f° eq,ACh (PIC%) , c • It, , i f./ FEt4cE To fAATCH EXIC1. 1 ,I, / , ,,v THIN 1rE, Afjt it fit ti cvi 1 3 4 4 2 ., . , II stil.,(,44) , , T-- r ,-;--- - n, ,,,,, ,, 1 ......,...,,,.„„,„ , ) ,,, ,.<, 1. . 1 1.)1 , A41.. t pl ..,• g< , ^' ( 1,,,,, V ; ,,,, ,,, ,,„, / ,. • * ,- ' i 1 ,, ° 4 ,„,,,.., , , , .„..,_ ,, i A , cm_ e a 1 ,......%tjt,...' ; ...) , l'' , r' (' yvi ' ) 75' PI 41°0°8"- i f airVA' i , 4,- ..'' ,...•'' ... 51'4 7z- tPA MA .'..,:p (. ' it -- ' , 7177 - PA.. - <.,, , .."f: * .,„A ; .1 " ;to 1:-11',,iir1" ''''''' - t 4.1t-7,-„--4., ‘s}: til I * , '''' ' . 4 1:. :I i 4 ;1 '' :•;Alik - ,-. ft' --ft-, i , .,".4444‘,4:01,:. ,, • '-,.--- -- z'' I.,',- \ t'.... - :; ,-,..,„ 4 If t ' • r ,.. ,...- .°'.,, - "*'-44, - -, - ' i ° 1 - ...r .,‘,..' ..,-:! `' ilf ---- 7i - N . .,. , ,.„ . - ) - - -_ 14'144, i ,.... - -- ..„,_:-...,,.--.../ '''''~ -i.' ._...n7 ,„, / , .., • ,'• i , i,,,;-: i - 74iNir 0::4:- • i--z, - i TIP' !! ' ,2: . . ., . 1..1 .... ...„. . £ ' ';'. ....., f i".;:•TI..ii ' ;,' '.''''''7... i .q J A . ...; P 4* C• -' k , g - , 1 1 1 Addendum 1 Bid Item #14-174 1 ■ .. - -4 , Pfut,i'1; 3 A..4, ' • 1 11 11 1 :,-_,, k. --:,-, .. p ,•.41 4,ittL,I,F{i4t 11 .%. ,„,.... - , ,,,,--. 4.1 A !,,.!•4 ' ! ,,, , 1 'E'',' " ' ' ' i 4 , 1WA 4,x1 ,.„ : r, ::--.7:--;,::::: .0,0tfr,ta \ ' 1 t i : .......„ A ' Pi PaSe17 1 # 1 : ,' N A, t A • k I I 1 W41. pp ve: -N.,..4 51 A 1 , 4 t 4, 4N ‘''' ,44 ;. , .'" . . ' t.4tt 1 :4 1 4 ,1 t ,, ' • f t ' i i , \ ,, t 44• t t..,°: . " '''' / 4 , 4 4.*„.-; .t., " ; , •• • '44 ,t r, 1 t , , 1 ■ , , ,.. , . .i .-1. '. '1 7•, , It , ;1 i et ..,' 2 ',.. 1 ' ,,... 4 \ir. ..5 ,,, \ % - .,"'1C4,--4,,Lt..--, m .4---- , r 1*- -, , "r -- '' -',-----07..:- 7, :4 , ,'' -.%.1_ 1 .:41 4 't4.0` '74' '',' .,N-'-`,7„:::,a ' "' ' „,,, \ .,,..,,,,,....,-- 1 : 4,1 ,livifl,,,,,,, „k° ,,,,,,,::. i. .. ., 22 . — W) — ,„, 135‘14.17 '7,,,,,, .r ' - A . - . ,,. 7 - ' ' 1 ' ' ', .;1 y 'Iv, -'',4: , '..":- ... s`” -- . •4" • *4e, ,, I ,., : '-44.44.{-tt . N., '''. ,,,%, 4 , 4 .4.•'',..i4 4 4 -4 4 •' 4. 4,E4' . '''''. 1 1441' . 4''''':.' .tt, ....4,-- ., \ , • " ••• •••- , it `' ,-,,,,••••,--4 • 4 A - .„ „? t. ,. ,,,:, 4f ;..." '',. 1 .' 't "4 ' ; 1 , -. t s * --‘7r.'44'. ''''' '4 ' 41 4!t• • -4;' ..,,'" t ■ 4 -,—"7-.7 t t t - 4, - ' t 1 , 4'.. A I 4 '''• r,, 2, , i .-.,...-_-.7* 1, .‘„,...--,, ' ' ... - •' e, ° ' , . '1,- ';,;',.':; '' - .:;-",,-:,,,,,:7-1, i -1------‘ -,.1,).- .....„ „ ., • n , ., '.. -■ ..- ■ I 1 I Addendum 1 Bid Item #14-174 1 1 1 "3 + i f 1t i / a �n z g s r A .lx u x . } � N(y * o , ,. 1 tr:n e a ,+r ■ .b... q § fir" z .,•. ^` , t ,:-„.._ ,...e ,,,,.. , { �4 I" ' a Fl ex ,fi 3y,J' , /' ' - f 7 q . - A a i x x ,, tM1 F A H j I I 1 Addendum 1 Bid Item #14 -174 ■ A �1 f`' 9 f'l 8 . ! J , t e i i ch_::: ': 10\ ' if" — 1 * ''‘, s ' ;- i Q „> l � 1,, _ _ ,„ 1 il l i -.-t:\ q , „ 'is .;, ; , 'I ' ' ' ` — :::,?(;. , ..- - ,./.!: 5 4- :, ,, , ii ,, - _ ; , A , l A . Tom - ^t : — x 3EE '+ ‘,\, }t 3 t 1 ` y... «4' • f ' { 4 +y { w t f ,. fn E' a t a,. iv ,,xv., if 2 \ M ��� , g)+ @a v 1 I Addendum 1 Bid Item #14 -174 e 1 teL / fr ft i as` 13� &ir �ppii3 Jl , r,�#! S� .... -w ^. `aG1.-. '� .`4 e Addendum 1 Bid Item #14 -174 11 :11' is; , . , , — — ' ' . • . i • 4::,,,, ti \. 1 xa..0 . ., - ' 4 't. , :', '''' ,..,C, ',,..,..tt 7'.'7?i ' '' ' ' , ''' ' ,','I''''''' ''';'''' ''ZI'''4'* .` . S ' Y '''''''' '''' --- - — --.> < . tz3.s 1 . g,. z ' \ ''''' ' \ 'is': ,I,,,,:o''ll:.:„,''':w' i f,,,''' ... , 1 1 G t- t 1 , Addendum 1 Bid Item #14 -174 1 _ Rich Laschober From: Stevens, Courtney M SAS < Courtney .M.Stevens @usace.army.mil> Sent: Friday, June 06, 2014 9:25 AM To: Rich Laschober Cc: Trevor Wimberly Subject: RE: SAS- 2009 -00965 Butler Creek Interceptor Sewer Line Installation (UNCLASSIFIED) Classification: UNCLASSIFIED Caveats: NONE Rich - My apologies! That is what happens when I try to multi -task! My previous email should have read: Per our conversation this morning, I am providing the attached documentation from the Federal Register which explains that the Nationwide Permit (NWP) Program was modified to allow all NWP verification letters be extended until the same date as the NWP program expires (March 18, 2017). The NWP verification letter that was issued by this office on October 4, 2012, is therefore valid until March 18, 2017. I highlighted a few key areas in the attached document which call out the changes to the NWP program, however you may find the entire excerpt to be helpful. Please let me know if you have any other questions. Thanks, Courtney - ---- Original Message From: Rich Laschober [ mailto :rlaschober @thejlagroup.cam] Sent: Friday, June 06, 2014 9:06 AM To: Stevens, Courtney M SAS Cc: Trevor Wimberly Subject: (EXTERNAL] RE: SAS - 2009 -00965 Butler Creek Interceptor Sewer Line Installation (UNCLASSIFIED) Importance: High Courtney, Would you please re -send this email with the corrected date of October 4, 2012. Also, when we spoke yesterday you mentioned a date of 2017 verse 2015. I see where the 2017 date is mentioned in the October 4, 2012 letter. The 2015 date accommodates us through our upcoming construction contract, but just wanted to make sure it wasn't an error. Thanks. 1 Addendum 1 Bid Item #14 -174 h Joh Lasc & Associates, PC 1296 Broad St. Augusta, GA 30901 PO Box 2103 Augusta GA 30903 hober Tel: 706 - 724 -5756 Fax: 706 - 724 -3955 Website: www.thejlagroup.com <htt / /www.thejlagroup.com> Email :raaschober @thejlagroup.com From: Stevens, Courtney M SAS [mailto: Courtney .M.Stevens @usace.army.mil] Sent: Thursday, June 05, 2014 2:40 PM To: Rich Laschober Subject: SAS- 2009 -00965 Butler Creek Interceptor Sewer Line Installation (UNCLASSIFIED) Classification: UNCLASSIFIED Caveats: NONE Mr. Laschober- Per our conversation this morning, I am providing the attached documentation from the Federal Register which explains that the Nationwide Permit (NWP) Program'was modified to allow all NWP verification letters be extended until the same date as the NWP program expires (March 18, 2015). The NWP verification letter that was issued by this office on October 4, 2014, is therefore valid until March 18, 2015. I highlighted a few key areas in the attached document which call out the changes to the NWP program, however you may find the entire excerpt to be helpful. 2 Addendum 1 Bid Item #14 -174 5 726 F Register / Vol. 7R, No, 1 i / Monday, January 28, 2013 / Rules and Regulations inflation. This ruse is consistent with trala: llttoncsrr tht�listtt individual and cumulative effects on the current agency practice, dons not �axsael;rs:.tr $1 lacier& ct`�rsnwl��ae*r'iiiit" aquatic environment end the Corps impose new substantive requirements, te s nc t lette„rMr xp r�.t1 t;. public interest review factors. and therefore will not have a significant Mme te mites tn, rtde'p ° 41 expir 3 This rule has two effects: adverse effect on the supply, This aendment will Irrnvide regulatory 1. Most NWPs, through Ibo distribution, or use of energy, flexibty and efficiency, by allowing application of the PC N gcraral fist of Subjects in 33 CFR Part 328 districengineers to issue nationwide condition, have a 45 day review period pei verlflcntions that arc valid for the for PCNa. The NWP regulations, Administrative practice and salve period of time a nationwide however, dating beck to 1.991, still prcx :edure, Intergovernmental relations, permit is in effect. We are also specify the default PCN review period Investigations, Lew euforceunenl. amending those regulations to reflect the as 30 days. this final' rule makes the Navigation (water), Water pollution 45 -day pre - construction notification NWP regulation consistent with the control, Waterways. review periud thaf has been in effect for current NWI' PCN general condition, Dated: January 22, 2013. the nationwide permit "pre- which will reduce confusion and ensure Approved by: Jo-Ellen Darcy, construction notification" goners] consistent implementation, Assistant Secretary of the Army (Civil Works), condition since June 7, 2000. 1. NWPs are reissued every 5 years, For the reasons set forth in the DATES: F.ffcctive Date: February 27, but NWP verification letters expire 2013. within two years. This rule will change preamble, the Corps amends 33 CFR the verification letter expiration date to part 326 as follows: ADDRESSES: U.S. Artily Corps of be the same as the expiration date of the Engineers. Attn: CECW –CO, 441 G applicable NWP(s). This will ease the PART 326— ENFORCEMENT Street NW , Washington, DC 20314– regulatory burden on porn +ittees whose 1000, construction is not completed within • 1. The authority citation for 33 CFR FOR FURTHER INFORMATION CONTACT' Mr. part 326 continues to read as follows: two years by making it unnecessary to part David Olson at 202- 761 -4922 or by reverify the NWP authorization. Authority: 33 U.S.C. 401 et seq.; 33 U.S.C. email at david.b.olson@'usace.army.rniI, 1344; 33 U.S.(. 1413: 33 U.S.C. 2104; 33 or access tug U.S. Army Corps of Background LI.S.C. 1319; 28 U.S.C. 2461 nine. Engineers Regulatory Home Page at The last_reissuance of the NWPs, • 2. Amend § 326.6 by revising http: / /www.usace.arnry.mil /Missions/ including the 1'CN general condition paragraph (a)(1) tb read as follows: CivilWorks/ (general condition 31), was published in 1326.6 Class I administrative penalties. RogulatoryPmgramandPermits.aspx. the February 21; 2012, issue of the SUPPLEMENTARY INFORMATION: Federal Register (77 FR 10184). The (a) Introduction. (1) This section sofa 2012 NWPs expire on March 18, 2017. forth procedures for initiation and Executive Summary The Corps regulations governing the administration of Glass I administrative Tho U.S. Army Corps of iing veers p ATP program ere a=ided et 33 CFR penalty orders Act, Section 309(8) of part 330. The current NWP regulations the Clean Water r Act, and Section 205 of (Corps) issues nationwide ermits the National Fishing E nhancement Act. (NWPs).to authorize certain activities Were published Feder Re gsster Under Section 309( )(2)(A) of rho Clean that require Deportment of the Army on November 22, 1991 (581*9R 59#10), g permits udder Section 404 of the Clean Section 330.1(e) of the 1991 rule Water Act, Class . civil penalties may provided district'an Hoots with 30 days da not exceed $11,000 per violation, exceptItlter A end/ Sttlnn 10 of the P td Y that the maximum amount of an Class Rivers and Harbors Act of 1899. The to review notifications to determine } N WPs authorize activities that have whether proposed NWP activities result 1 civil penalty shall not exceed $32.500. minimal individual and cumulative in minimal individual and cumulative Under Section 205(e) of the National adverse environmental effects. 'Cho adverse environmental effects and are in F fishing l nhanramant Act, penalties for NWPs are proposed, • issued, modified, the public interest. Section violations of permits issued in reissued, and revoked from time to time 330,6(a)(3)(ii) of the 1991 regulation accordance with that Act shall not (generally five years), after an stated that NWP verification letters can exceed $11,000 for each violation. opportunity for public notice and be valid for nu more than two years. comment. Since 1991. there have been substantial II R Ia=e, 2014 unese I 1 - 25 -13: 8 4. aml Some NWPs require project changes to the NWP program and other B ILLING CODE 3720-58-P proponents to notify Corps district Federal programs that warrant engineers prior to commencing NWP amendments to these provisions. DEPARTMENT OF DEFENSE activities. These notifications are called In the November 30, 2004. issue of the pre - construction notifications (PCNs), Federal Register (09 FR 66563) we Department of the Army, Corps of and they provide district engineers with published a proposed rule to amend Engineers opportunities to confirm whether or not these provisions of the NWP the proposed activities qualify for NWP regulations: 33 CFR Part 330 authorization. For most NWPs, the 1. In §330.1(e)(1) and §330.4(c)(6) district engineer has to respond within and (d)(6). we proposed to change the RIN 0710 –AA60 45 days of receipt of a complete PCN. PCN review period from 30 days to 45 Nationwide Permit Program if, after reviewing the PCN. the district days, to conform with the length of the engineer determines that the proposed PCN review period that has been in use AGENCY: U.S. Army Corps of Engineers. activity qualifies for NWP authorization, fur certain NWPs since 1996. On June 7. Doll. the district engineer issues an NWP 2000, the 45 -day PCN review period was ACTION: Final rule. verification letter to the project applied to all NWPs requiring pre - , ,,._ .,- -._. _ -------- proponent. The NWP verification may construction notification (see. 65 FR SUMMARY: Tartu '11 'tr neet`, =e g 0 contain special conditions to ensure that 12818). The 45 -day PCN review periud ▪ tls,rx t , _ ,a laii,ontywor the NWP activity results in minimal is found in the "pre - construction Addendum 1 Bid item #14 -174 Federal Register /Vol. 78, No. 18 /Monday, January 28, 2013 /Rules and Regulations 5727 , notification" general condition oldie review period was adopted In the final increasing the PCN review period would NWPs {currently general condition 31). NWPs„ in the preambles to the Federal delay time sensitive activities, such as 2. In § 330 ;6(e) 3)(iil we proposed to Register notices announcing the final activities occurring in areas with short change the length ahem an NWP NWPs, we also provided responses to construction seasons. One commenter verification would be valid from two comments that were received. stated that changes to the "pre - years to the expiration date of the NWP. Therefore, in each of these cases, the construction notification" plural Comments and Revisions APA procedures were used to condition for the nationwide rmits to the proposed rule, 15 promulgate the teaz and conditloni of does not require confo .. " : dims g � ran In response ro A P the NWPs. Today's final rule concludes p 33n . since panne. con, he comments were received. One the rulemaking process for making the more stringent than regulations. commenter expressed general support appropriate sections of 33 CFR part 330 Another commenter said that it is for the proposed revisions and two consistent with the NWPs currently in unnecessary to change the NWP commenters said that the proposed rule effect, and for changing the length of regulations, since the timing should be withdrawn, time an NWP verification could be in requirements in the "pre- construction Two commenters said that the effect. notification" general condition can proposed rule violates the Two commenters asserted that the change whenever the NWPs are Administrative Procedure Act (APA) proposed rifle violates the Regulnty reissued. Two commenters stated that because the impacts of proposed male Flexibility Mt (RFA). because its the proposed Chang w will have are not fully explained. These impacts are net fully explained, end the el atifirtiant tmpar�ts nn I nar l I en commenters also said tha changh the Cor 4 k1 not discuss ►nonric Imparts wri the y ere compared to the tow PCN review panne fmni 30 days to 4 or their potential aign1ficanrss. One re ulations pr m h at ed in 1991 days is not cmnsistent with ncy Commenter said that the 30-day the P C'3�t review period in 33 because the Corps id use APA rOtnpteteness review and 45-day PCN CPR, P 330 from 30 deyyss to 45 days rtdemaking proced to c hange the review period adopted in the 2000 will maketheNWP`regulation PCN review Period to 45 days. NWPs and subsequent NWPs must be in consistent with the "pre construction We complied with APA requirements the final rule or a setbe impacts on notification " general condition for the when we:undertuolc this rulemaking to small entities would be substantial. This current NWPs. it should also be noted amend the NWP regulations, in the commenter also stated that the final rule that the 2007 and 2012 NWPs were preamble to the November 30. 2004, needs to include the provisions of the promulgated as rules under the notice of proposed rulemaking. Wsi 'constructionn �e d,• an general condition Administrative Procedures Act. By p rovided a concise ex lanaltion-of the for th 2002 s for impacts on smell establishing the same time fratries in the d purpose o ft 00 entities to be insubstantial. NWPs and their governing regulations amendments to specific sections of 33 We have revised our RFA analysis to this amendment wilt also help ensure CPR part 330, and discussed thei better explain the impacts of the fi nal consistent interpretation and anticipated effects. As —isco in the rule on small entities. The RFA analysis impleinpntation of the NWP terms and proposed rule, the purpose of amending is provided below in the conditions; and the NWP regulatious.. these sections of 33 CFR part 330 is to "Administrative R tuilentents " section The longer processing times for NWP stake the NWP regulation consistent of this preamble. We do note a that ver cation requests are not direct y due with those provisions in the general it is necessary to incorporate the 30 -day to Champ to the " pre - construction condition addressing the tuning of PCN completeness review Into 9330.1(e)(i) notificatiori '" general condition or flee processing that has been in effect for ell for this rule to have an insubstantial Corps" rations governing the NWP P NWPs since June 7. 2000. and to impact on small entities. The 30 - day pro rem, Longer processing times are a provide regulatory efficiency when completeness review is currently result of the increased camplexttyofthe issuing NWP verification letters. addressed through the terms of general regulatory environment that has We also complied with APA condition 31 (pre - construction occurred since 1991 as a result of requirements when we issued and notification) of the 2012 NWPs, as judicial decisions and changes in laws reissued NWPs in 1998, 2000, 2002, published to the February 21. 2012, and regulations. Since the 1991 rule was 2007, and 2012. with 45 -day PCN issue of the Fede ral tor. issued, there have been substantial review. periods in the " pre- construction For reasons cite 1 4 t e March 12, changes In Federal t aws end regulations notification" general condition. In the 2007, notice of the reissuance of the that have affected the implementatkin of June, 17,1996, prt pcisal to reissue NWPs, the "construction period" the Corps Regulatory Program, as well NWPs (61 FR 30786), we solicited general condition that was adopted in as changer in agency practices and comments on increasing the notification 2002 was not retained in the current policies such as compensatory review period for NWP 28 from 30; days NWPs (see 72 FR 11171). Removal of mitigation requirements and to 45 days. In the July 21, 1000, this general condition will not cause the jurisdiction. These changes have caused proposal to issue five new NWPs and NWPs to result in substantial impacts increased processing tines for NWP modify six existing NWPs to replace on small entities. Its removal was I'CNs, as well as applications for other NWP 26 (94 FR 39341), we requested necessary to be consistent with Section types of DA permits. comments on increasing the MN review 404(e)(2) of the Clean Water Act. For ""snits. th>c promulgation or period to 45 days for all NWPs, le th regulations in 1997 and 2002 to Augus 0 200 (66 FR 42070), Forty••Five Day PCN Review Period implement the essential fish habitat Seine/niter 26, 2008 (71 FR 56296), and Several commenters objected to provisions of the Magnuson - ~Stevens February 16, 2011 (78 PR 9174) increasing the PCN review period in 33 Fishery Conservation and Management proposals to issue and reissue Nees, CFR part 330 from 30 to 45 days. Act has resulted in an additional we solicited comments from interested Several commenters stated that the consultation requirement for many parties on a proposed PCN review longer PCN review period is contrary to activities authorized by Corps permits. period of 45 days, Comments received the original intent of NWP program, As another example, the Advisory in response to those proposals were which is to streamline the authorization Counsel on Historic Preservation issued fully considered, and the 45 -day PCN process. Two commenters said that revised regulations in 2000 and 2004 Addendum 1 Bid Item #14 -174 5728 Federal er / Vol, 78 No. 18 / l nday, jathuexy 211, 20131Itules and ltegtala that govetth Section 106 of the National affe the reg: a pu because of complet resulting in lo rocessi times, Ilistorio 1'reservatf caxi Act, whi ch h th N' processing tithes p ng resul itx ch anges to p rocess from 16 days 1093 m 37 "day In 2 said that nger if the 45 pro uses for 1?,�i pe under O c ommenr sai tha t ft o L;o day xsview period is adopted in th " Corp sb on1 d 1rn a pt 3 �itn guiti i ssu ed by the Corps on sh sccY el to Sinai "rule, . Ap ril 2b, 2tl a* d, l a n ary 31, x007, prC p rd tbo cdid iri rrtn o ra is oft • m ff th tt believe wie e regtrito re at vitiglta o 1t tCi 23; result ohia angt3. resultin mal;ilvi d p sti ft oil a cu above, we do not believ umulvade a s en the ve n that tb ac enmnt toe aC},ac ertmet . mtn lest incre ra ula miigtin asla c l2810 ti acng times, a s i uts etre tispltlatloiildea ainform of eo dathet 221 ds d farlctau.an f ngonhi j are tlto A a it t m nimal i inia d fslb1a d l y e was 32 ys. s tive adve es on e hlosses of rk resos. t this fina m10 w111 cl ge the aquatic,envi�tonmen Sincxh 1091,.there have also been ave$ge pzaceasing doom for Two. commenters said that lacteasing changes to ihaltiletory.l'tom`g vsr`ificatiC,n negttsats. since it reflects the PCN review period to 45 days will componsetory anitlgation peptides, such long ataeMgp+l tip PCN „_, �...: ng change lmplementatfora of paragreplt'(a) astbassrtaricstcifggulatorlr tiuidanca practicaas "tys "�provl ded in $ "era- #tibia "'p on Nficatton'" Letter aZ- 02 on lleceirtioir 24 a40wa, condtructfon notifcatton"" eral general. cortdltota tba a, Althongh the Corps.regulationafits condition 1M a�t a cons ders the Fatagraltb (a require s the dMrlct compathsatory riiitiI a Ion for losses of changes i s p t seing times that have engineer 10 etaririina if a PCN is aquatic resources :sit 38 CPR port 332 for the-va * types;.of> A con iota :wltbin 30 days of the date of were suod f see 73 -lB 10 04) aft this p� t "t11NP m still fulfills ca t pt of the PCN..end ifas ditional props tl rye was pub�eda the its intent of reduch aye and nfounation"Is necessary to make the wire rots for lm leuientin tlxat rule a 'mlc'to autthOrfze,aetivitlea that 1'04 eomisleto; to nest fire additional support these o'a ragas to tIe bl n u d a d v e su dfeets on the lnfartnat on wlthlnn t at 30 dey�riod, re ationa, agttatioetivirota�t *.Taevaloptng These commenters stated that raging I1 ' to issuing a ve tion letter far mtotnatvea to ",� p rn to PST "review period in secti on aht NWf' activity, the district engineer reduce pt�i thnea iNblla 330 »1 oX1j would "rcmovc the 15 days must review the mitigation statement or r�ottt lyi ,with a requiretrtente of between the end of the 3o -day conci+ itual or .+detail$d leas, try appl lawn and ri ulstions, such as c, ompleteness review and the end of the #igato . plan ra thin " aye of the � Act and the 45 - da P review, commenter receipt era complete PON fsee the 30 -day National Mitotic Preservation A is said that the ' • = peed amendment paragraph ( >ifNPVP general not feasible. would result " a 45 completeness condition uro t (77 Ef a 1)• Busing this Two commenters stated that the review for NWP PCNs. time p d, the "add engineer must propcled a fld unneo es ta,ere esaary, This amendment do not affect the to also tiaetnine wheethehe r the'proposed atria) the.av age view period for t rig prov o f t "pre - — ad co y " 'tjttttction witladaaty NWP verifications in 2003 was 2 7 days. construction a n notification" general proposed oompensatry mitigation` will On commenter di t hat t c includi p er io individl d insult d ua t usi and cumul ative than more mul ative adv minim erse a vers , p tocass tttuefor NWT' for making completeness determinations e i°fects on the aquatic anvirottment and verification requests �r�a.2 days in for PGNs. In accordance with the other pttltlic tntereat factors, The 45 -day 2003, and said that the processing times current "pre - construction notification" are usuelly longer then 27 days. Two general condition (general condition 31 review period time ido to aife effe c ttivt commo lters - remarked that increasing of the 2012 NWPa), district engineers enginee with compensatory ivoly the PCN review period from 30 days to are still required to make their sta h statements or rps ! ` 45 days should not alter processing complet de within 30 PCNs exercise discretionary y 'tied with times for NWP PCNs. Several days. Tito 45.day clock for making a GNo, it I the ver eti commenters stated that the proposed decision on. a PC14 still begins on the the aqua f the met m ic anvitCtnmentnt se re re d e deteer e r on mined amendment would increase processing date a complete P is received by the te aquat times. district to be mat a than minimal. Despite these and other changes in the It is important to understand that the One commenter remarked that the regulatory environment, NWP 27 - day average review period cited in proposed rule should have discussed verification processing times are still the propose rule is the mean potential effects of the amendment on substantially less than "recessing times processing tima for NWP Paris and program efficiency, specifically the time for individual permits ;see below). other - .NAIM verification requests. necessary to determine that a PCN is Amending. the NWP regulations so that Processing times may he longer for complete, This commenter noted that the PCN review period is the same as specific proposed activities, especially the 2001 finally and Water the PCN review period in the "pre for NWP activities where 'cannsultation lops e t Ap io track riations report construction notification" general with rather agencies is required to requires p. condition will not significantly impact comply with other federal laws, such as tins information` small entities, since the 46 -day PCN Section '7 of the Enda egad Species Act This amendment will have no effect review period has been in effect for all and Section 106 of The ational I3 atorlc on program efficiency since 46 -day PCN the NWPs since 2000. Two commenters said that the Preservation Act. In those situations, the review period has been part of the NWP NWP authorization may be suspended program since 1 This rule does not proposed changes will significantly until the required consultation is affect the reporting required under the 1 I Addendum 1 Bid item #14 -174 Federal Register / Vol. 78, Nn. 181 Monday, January 28, 201 3 / Rules and Regulations 5729 2001 Energy and Water Development In the preamble to the November 30, engineers to issue NWP verifications Appropriations Act. 2004, proposed rule, we discussed the that are valid until the date the NWP Several commenters recommended EFH regulations as an example of expires, instead of requiring that the Corps amend the NWP additional consultation and verifications to expire in two years or regulations to include the 3Q.day coordination requirements that have less. An NWI' verification provides completeness review for PCNs and been imposed since the NWP confirmation that u particular activity is allow that elisttie t engineer to maw only regulations were last amended in 1991. authorized by NWP. This amendment one request for additional Information + The EFH regulations are simply one will help promote administrative to make a P24 rnmplete. example. Another example is Section efficiency by eliminating the two year The 30•day c amplctene':sa review and 106 of the National Historic limit for NWP verifications, so that it the general rule regarding uests for Preservation Act, for which new will not be necessary for district addit information are adeqtteleiy implementing regulations were engineers to reverify an NWP addressed through general condition 31. promulgated In 2000 and further revised authorization when the permittee has "pre - construction notification," of the in 2004. finder the Corps R ulato not completed the authorized work 2012 NWPs. The 2012 NWPs were Progcau;tt's April 28.2005 January, within two years of the issuance of the promulgated as a rule, and we do not 31, 2007, Interim guidance, there is a NWI' verification letter. believe it is necessary to incorporate 30 -day review period for most Many commenters expressed general those provisions into 33 CFR part 330. determinations concerning effects to support for proposed amendment of 330.13 a 3 ii . One commenter noted One commenter objected to the historic properties In light of these § O( )(��) proposed amendment, and stated that examples and other requirements, we that under the proposed rule, district the Corps should pursue available believe that amending the NWP engineers have the distlon to issue means to streamline consultations regulations to be consistent with the 45- NWP verifications for any specified time required by other Federal statutes, such day pre - constriction notification review period, but generally the verification as the Essential Fish Habitat (EFiT) eriod in the current NWP general would have the same expiration date as provisions of the Magnuson-Stevens condition 27 will help ensure the NWP. .ialutry Management and Conservation compliance with all applicable statutes We are adopting the proposed Act cited ae air example in the preamble and regulations, while providing timely amendment in this final rule. District to the proposed rule. This commenter responses to NWP verification requests. engineers may impose expiration dates said that the EFH regulations provide One commenter asked how the on NWP verifications that occur earlier mechanisms to reduce administrative rn osed rule would affect the process than the expiration date of the burdens on Federal agencies through f r incorporating the conditions of an applicable NWPs, but they should programmatic consultations and general individual Section 401 water quality document the reasons for shorter concurrences, to streamline the certification that is issued after the expiration dates. Shorter verification consultation process for classes of tliatriot. ongitteercompletes the review periods may he appropriate in cases similar projects. These mechanists of asPCN within: the 45 day eriod. This where the authorized activity needs to could be used to conduct FFII commenter also requested that the final be done by a specific date because of consultations within the PCN review rule provide clerification on the process concerns for the aquatic environment or period stated in § 330.1(o)(1). for Incorporating the conditions a an other public interest factors. We understand that the EFH individual water quality certification One commenter recommended that regulations provide mechanisms to into an NWP authorization. the final rule clarify that an NWP streamline the consultation process and The amendment to section 330.4(c)(6) verification cannot extend past the comply with the requirements of the does not affect the provisional expiration date of the NWP. This EFH provisions of the Magnuson- verification process for NWP activities commenter said that allowing an NWI' Stevens Fishery Management and that require individual water quality verification to be valid beyond the Conservation Act. However, the use of certification, or the process fur expiration date of an NWP conflicts those slevaeuliniug mechanisms is Inure incorporating water quality certification with 33 CFR 330.6(b), which states that appropriately addressed at the regional conditions into an NWP authorization. an NWP automatically expires if it is not level. between Corps district offices and It only changes the PCN review period modified or reissued within five years of NMFS regional offices. in addition. to 45 days to be consistent with the 45 its effective date. Two committers those streamlining mechanisms may not day review periud in the NWP "pre- stated that the proposed rule limits be available for all NWP activities construction notification" general NWP verification periods to the dote the conducted across the country, so we condition. Regulatory Guidance i,,etter NWP expires, and that district engineers believe that a regulation change is an 92 -04 provides guidance on could not issue verifications that are appropriate course of action for incorporating water quality certification valid for a period of time after the NWP at:tyommodating the consultation conditions into NWP authorizations. expires. Those commenters suggestec requirements of " the 1 Ffl provisions. as That guidance discusses, from the Corps that the Corps clarify the amount of I well as titbit ro isati cvnsultatitea perspectival what constitutes discretion afforded to district engineers requirements, such as those unacceptable conditions in water when estahlishiug expiration dates for promulgated for the purposes of Section quality certifications and Coastal Zone case - ters asked wh tha tions. Th l ne of the National Historic Management Act consistency co i m e n commenters asked i w NWP d Preservation Act. Amending the NWP concurrences. Regulatory Guidance g il regttlatintts also provides greater t faulty latter 92-04 is available on the Intern( that are valid after the expiration date of and predictability for rite public:, by at: http;//snvtv.usace.ofmy.mil /Portals / the NWP. reducing the number of instances where 2/d ocs /civilworks/RGI.S /rg192- 04.pdf As discussed above, the final rule it is necessary to -evoker or suspend contains Flexibility for district engineers I' NW authorizations in cases where P °�x¢t .= rt 3atoa tar V. 11 lo tt ' to establish expiration dates for NWP needs any t o with other agencies is In the November 30, 2004, proposed verifications, out in most cases the necessary la comply with applicable rule we proposed to amend expiration date for an NWP verification laws § 330,6(a)(3)(ii) to allow district letter will be the same as the expiration 1 Addendum 1 Bid item #14 -174 5 730 F R egister / Vol. 78, No. 18 / Monday, janutry 28, 2013 / R an d Rog d ate for the ap NWP(s). The first N verification. These commenters extension would be consistent with s entonce of § 330,6 states that an referred to the "construction period" applicable regulations and would be NWP verification s hould be valid general condition of the 2002 NWPs, contrary to the public. interest. "generally until th ex pir ation da te of which. were published in the Janua 15, This change to th e N re th e N W P ." The a m endme nt of 2002, issue of the F ederal Re (67 does not reduce the amount of time an § 33o•8(e)(3)(ii) do not affect FR 2020). One comerrentar expressed NWP verificatiau would lie valid• In § 330,6()), Section 330.6 (b) of the NWP support for tho proposed amendment to cease where a reissued NWP can be regulations provide up t o 12 months to this section. as long as the "construction used to authorize the previously verified eom late au NWP activit after the period" general condition is not NWP activity, the Corps could issue a NWP exp res, as k es that activity has changed. Two commenteraessortod that new verification letter that would be commenced or Is un c ontract to clarification is needed in the final :rule, valid until that NWP expires. For thos commence by the date th e NWP expires, so that there is no conflict with activities that do not qualify for the If an NWP verifica le tter to to be "construction period" general reissued NWP, the grandfather issued near the iration date of the condition, Two commenters stated that provision at 33 CFR 330.6(b)` +could appl NWP' . the c�ict e ng( r the pro ru le wo uld make the co niin uu w p th e N ' tnep inform the perm of the ' " corastrttct ion pe riod" general condition uutborizatfon for up to an ad ditio nal 1 evailabiiity of § 33 to pr en i nvalid. tin commw ter express months fo r el igibl e act unl the additional 12 months to i inplete the concern that the proposed amendment c t en irieer exercises dIeeratlonary authorized activity. would reduce the amount of time en aiathorily to modify, su d. or revoke One commenter said that the NWP verification would be valid, tits NWP aiuthorlaation Loving the proposed amendiruent contllcts with 33 especially in cases where the expiration NWP verification letter expire at the CFR 330,6()), which prnvl ono year date of the NWP is leas than two years same time as the NWP itself expires will to complote the work authorized by an from the date of the verification letter. promote cornpliance and;help protect NWI', as brig as the activity is.under This commenter said that a permittee the aquatic onvlronmont by requiring eonstruetia�n, or le tLnder;contyact to needs a reasonable amount of time to district engineers to consider whether commence construction, at the time the c ompleto the authorised work, and` tits proposml activity still qualifies for NWP expires, unless discretionary nuggested'uslng the "construction NWP authorization under the terms and authority has been exercised. This period ".general condition to address conditions of a roisaued or new NWP, commenter stated that althou h Section this concern. The reissued or new NWP may have 404(o) of'the Gloan Water Act As discussed In the March 12, 2007, changeel strbstantlally dtiacin$ the NWP NWPs to'fiva yua authorization porfods, Federal Re ' ter notice (72 FR 11171— eoa that the G„ it does trot Unlit~ the amount of time to 11172), we have removed the co fi ye p pct the complete the work once it is authorized "construction period" general condition aquatic anvironrl. nt or other public by NWP. from the NWPs. That general condition interest review ftors. This amendment dons not conflict was removed because it Is contrary to t commenter suggested linking the with 33 CFR 330.6(h). The additional Section 404(e)(2) of' the Clean Water expiration date of the NWP verification year to complete the a utboriz ed work in R.ct, which Im pose s a foie limit on the e'''t"'"'"'""'" a date dateis) of any oilier reliance on the previous .NWP allows general permits In light o ec statutory �qhired Federal authorizat to Patentees time to complete activities time limit faced on eneral permits, red periods duplication with otttar Federal that have begun construction, or are NWP actin s with rangg construction per ate, i +coxttm enter also said that under contract to begin construction, can he addressed in two ways. Ail Corps permits have alaealfin flocs in NWIi expires, the permit a re vo riftcetior�of NWP activitiesshould not be required if they are lona -term construction periods, an if the project can utilize 33 CFR 330.8[)) to complete at tiviiea that am subject to proponent cannot. complete the work. That regulation allows aomp rs t O regulation t through construction within those time periods, perxnitteesto continue work for 12 another leed e 'thro statute. he or she must either obtain a time months in reliance . on en NWP n r not believe it would t l be extension or a new individual permit or authorization, if that NWP has expired e do n o to link the expiration date general permit authorization. Strom the or been modified or revoked, and the ap ap pr op t e to s l ti the e ex othe d teal NWPs cannot be issued for -a period of activity is under construction or under ou v vtion Other F ith o dl more than five years, the Corps cannot contract to commence construction. If. environmental statutes often do not I grant time extensions for those NWP that NWP activity cannot be completed au en vi exactly the same re r e often as activities beyond the 12 months within that 12 month time period, then the statutes the SUMO reg a l the n r s• 1 provided in § 330.603), lithe previous; the permittee would have to obtain Therefore, there is often a need for Inc NWP authorization expires and another DA authorization, which may o s r to do an independent review or §33116(b) does not apply, the corps will he provided by Corps to pen compliance a reissued or new NWP. termination to de evaluate the proposed activity and We believe that 33 CFR 330.6()) is Be th the laws that apply kp the Co s determine if it qualifies for sufficient to address concerns with a uthorization under any of the new, projects that may not be completed C regulatory program Actions or codified, or reissued NWPs, If the before all NWP expires. For NWP outcomes required by other Federal proposed activity does not qualify for d activities that requlxe mpl o substantial environmental statutes often differ from I any of the new, modified; or reissued amounts of time to complete, project Corps requirements. In addition, Section 404(0) of the Clean Water Act limits the NWPs, then the project proponent needs proponents should venal sr whether it to obtain an individual permit or a would be more advantageous to pursue issuance of general permits, including regional general permit authorization. an Individual permit authorization. NWPs, to a maximum of five years. Several commenters soil: that the final individual permits can have greater One commenter requested rule should include a "reasonable flexibility in construction periods, An clarification on how the proposed construction period" to allow a pormitteao sufficient time to complete an individual permit authorization can also amendment of § 330.6(a)(3)(1i) would 11! be extended, as long as the district affect situations where the NWP is NWP activity without obtaining a new engineer determines that the time revoked, modified, or expired during 1 Addendum 1 Bid Item #14 -174 Federaleter /Vol, 78 No. 18lMonday, January 28, 2013 /Rules and Regulations 5731 the time period specified in the (33 Mater1all "alter the bum Adrel tine Procedure Act or any verification letter, impact of entitlements, grates, user fess. other ate tamest tltn agar certifies If an NWP is revoked, suspended, or or (inn martens or the :' and that the :rule not haven gnificani modified by the Chief of Engineers obi ations of t ents ft, econcenic I on a substantial before the NWP verification letter (�L �e nr 1 1 er po VAC 3 mbar of e n tit i es , St 11 entities tres, 33 CFIi ;a30.6(h) applies, In out of legal Mandates 81n lnolude small businesses, smell nt r wo * �lect o p iponeete nt the set forth in ese E ein#'s pprts °titles, ovum meiples urganizatimet and small warn=ente would ve "nnanthe t compl tharecu O uruera. j irtisdit.�tiozaa. authorized work, as lougea be or alts �atnt to theterms xrf utive 17or purposes of ing "the i onsets has commenced construction, or is Order _ "re have determined that of this role on email entities, a ania11 under contract to commence the final rifle is "tint a "significant amity is. deft * . d ass (t,) A snne 11ltnsfx sa construction, before the NWP was re gullat ory attun because it hoes not based on Sinalllaiisiness Administration revoked, suspended. or modified and meet any o these i ur-criter Tide rule s ize sunder (2), a s h mell governmental the district engineer has not exercised co af +odi cd that Is " e overnm ofa dlsMetionary authority to Modify, e mil regulationS Tor NW Ps "th city,-county, town, s ci oa 1 d or' susp�rid, or revoke the requ Pt , t s, the "£iusl rule « 1 dl with a • pa a l ess e eePe ti soon. tine t ire y review ert to 46 increases dew, , 8tl,nq istrtc# , ar (9) s a trrganh atio winch is "consistent "With the current that is arty no! for profit enterprise Administrative Requirements general editions fin the N'WP&. In which is indePondently owned and; Pla Language addition, the final mile clues the operated and is AM dominant in its length. of tiros an NWP verification letter field. In. corn�tIiancs with the «, ai 1 in g y v alid Amending the NWP regulations to the Pre Memo : , ' ' of one 1, allow district engineers to isstte NWP 1 9 0 8, ( 6 3 FR 31 e :F8) re p lain Ex ecut ive Order 19132 um e pn ass verification letters with expiration dates i this lrtsaambla written using Exemitive Order�.13'132, entitle that are the carne as the expiration date p� 1 .:. °T use o f "we" lin tbia " u�Ite m" (84 v43 Auk 10, of NWPs will benefit mall entideS notice , " tai the Corp We lave e also 1099), r nitdras.t Corps t o devaiop a w ho "tree 1 s• Implementation ntatlou a th tins e mad rite active veaioe, z f sentences, act ountabl to ensure cre t ba t prov assura is - d ew ttt th e end common usryday t except fax ' "ineeitin and ' t reely tnputby Stara p1retion: is of the varii� r letter nec. technical terns, and io+ officials in " the .dove lo tit of Will afy neaten the expt it date Paperwork Reduction Act regulatory policies' that have Federalism of the NWRbeie used to authorize the t tp iicathin s." Tice *foe "policies that act It will so eliminate T his action will not impose any new have Pedexalism implications" is un rega whethe m* information collection burden under the defined in the ExecutiveDrder to ve cation i s. ne q a ry in cases where provisions of the Paperwork Production include regulations that have the t t t g wo - year verifica tion Iette u e nt r exp r ired Act (44 U.S.C. 3501 et seq.). For NWPs "substantial direct effects on the States, before the da the NWP itself that. require .PCN modRlc s, the atoll an 1e tease ationAh1 between the national The revised regulation will provide changes . the 30-dday'review , �� `. to a oveirnment and le States. or on t small enti nce th th e 46.day reviiiw period- In :. ditton, the distribution of power and NWP auth wiorizati a final rule " the length of time alt responsibilities the various I+1WP expires. NWP verification letter could be valid. ," eking the i f per ad th" ► S t h e final rule does not involve any g does not have N WP tsgttl trttsi stent valid 'vith til additional collection of information Federalism Implications, We do root NWP "'pre-construct-2n not ftcatlon" from the public, this action is not. baliet flint as riending the regulation to general condition will have no enact on subject to the Paperwork Reduction Act. increase the NWP PON rev pe or s mell entities. since users o the NWPs Executive Order 22866 and Executive. increase the length of time an NWP must comply with all apps #cable terms Order 13563, "Improving Regulation verification l etter ma y be valid w ha ve artd con "dit3tttrs of the NWPs, includ ng and Regulatory Review" su bstanti al dire c t effects o the State the " pre - construction =afloat' an the relationship between the Federal general condition, which establishes Under Executive Order 12$t3t3'(56 FR government and ` P States, or on the time frames for CN reviews, 31735, October 4, 1095), the "Corps must distribution of power and After considering the economic determine whether the lately action responsibilities among the var impacts of this rulemaking on small is "stgaitfrcatt #'" and there sub)ect to levels of govert3utent, This ru does not entities, I certify that this action will not review by O MB an the req o impose new substant requ have a significant impact on a the Executive Oder. The Executive substantial number of small entities. In a dditit3t�, #1t +a "+rltsrtges will not impose Order defines "sign regulatory any additional substantive obligations The ability for district engineers to issue action" as one that is likely to result in on State or local governments. NWP verification letters that have the a rule that may: Therefore, Executive Order 13132 does sae expiration date as the NWPs (1) Have an annual effect on the not apply to this rule. themselves will benefit small entities by economy of $100 nilllton or more in providing clarity and reducing adversely affect in a material way the Regulator y - Flexibility Act as Amended paperwork burdens. Am the endin e PCN the by the Smell Rusixiesss Regulatory NWP re uletion to ha ve m economy, a sector of the economy, g Sri ement ullness A c t o 1996 review period as the NWP " productivity, competition, fobs, the F P re- P et 601 C S U 5 . .. e seq, construction n otification" general etivirnnmattt. #li or safely. o The Regulatory S State, local, or Tribapublic heall governments or yFlexibility Act condition will also provide clarity and communities; generally requires an agency to prepare regulatory certainty, This final rule is (2) Create a serious inconsistency or a regulatory flexibility analysis of any consistent with current agency practice, otherwise interfere with an action taken rule subject to notice- and - comment does not impose new substantive or planned by another agency; rulemaking;requirements under the requirements, and therefore would not Addendum 1 Bid Item 414 -174 5732 Federal Register /Vol. 78, No. 18 / Monday, January 28, 2013 /Rules and Regulations have a significant economic impact on 205 of the UMRA. For the same reasons, Environmental Documentation a substantial number of small entities. we have determined that this rule The Corps prepares appropriate Unfunded Mandates Reform Act contrtrns no regulatory requirements that environmental documentation might significantly affect small including Environmental Impact Title II of the Unfunded Mandates governments. Therefore, it Is not subject Statements when required. for all permit Reform Act of 1995 (UMRA), Public to the requirements of Section 203 of docistcns, Thereto*, envireorn tai Law 104-4, establishes requirements for UMRA, documentation under the National Federal agencies to assess the effects of E xecutiv e Order 13045 Environmental Policy Act is not their ulatory ac anState local, required for this rule. Appropriate and T r� overnntents end the p rivate Executive Order 13045, Protection of environmental documentation, which g „ sector. Linder Section 202 of the UMRA, Children from Environmental Health includes an environmental assessment, the agencies generally must prepare a Risks and Safety Risks" (62 FR 19885, is prepared for each NWP when it is written statement, including a cost- April 23, 1997), applies to any rule that: issued, reissued, or modified. benefit analysis, for proposed and final (1) Is determined to be "economically Congressional Review Act rules with "Federal mandates" that may significant" as defined under Executive S result in expenditures to State, local, Order 12866, and (2) concerns an The Congressional Review Act, 5 and Tribal governments, in the environmental health or safety risk that U.S.C. 601 et seq., as added by the Small aggregate, or to the private sector, of we have reason to believe may have a l ttsiness R:.ulatory Enforcement $100 million or more in an one .year. disproportionate effect on children, If Fairness Aot iii 1996, goon�' providos Before promulgating a rule for which a the regulatory action meets both criteria, that bysfore a r ule m take effect, the written statement is needed, Section 205 we must evaluate the environmental ag t pr onitr)ga p ng "t rule must of the UMRA generally requires the health or safety effects of this rule on submit a rule rep w a agencies to identify and consider a eltildren, -and a lain , why the copy afthe rule, t each of th+s reasonable number of reguiatory regulation is referable to other ` Congress trod to th Com ptroller lsezlaral alternatives and adopt the least costly, p ot en t3 a li e a , .. ve and reasonably of the United States. We will submit a mgt cost- efffectivo. or least. burdensome teasihle alteanatteee. report containing this rule and other alternative that achieves the objectives Th e final rule i s not su to this requited orntation to the U.S. Sang a, n fthe rcz lo. The provisions o ~f sec Executive Order because it is not the U.S. House of Representatives. and 205 do not apply when they a economically significant es defined In the Comptroller General of the United inconsistent with applicable law:: Executive Order 12866. In addition, it .States. A major° rule "cannot "take effect Moreovar, sectio 205 allows. an u uncy does not concern an environmental or until 6fl days niter it is published in the to adopt an alternative other than the safety risk that we have reason to Federal Resister. Tbis rule Is not a least costly, most cost - effective, or least bolievo may have a disproportionate with the final rule a "irt�ajor miler' as defined by 5 U.S.C. burdensome alternative if the agency publish effect on children. 804(2). es rt. Executive Order 92asa explanation why that alternative was Executive Order 13275 Tribal Govern O 1 8 r � that eq not adtopt d« before an agency Executive Order 13175, entitled to the test ar t cable an tenant ea any regulatory yni affect "Consultation and Coordination w t that tray significantly or uniquely affect' Indian ments" (65 with permitted by law, ea Federal agenoy small governments, i a lading Tribal Indian November 6, 2000), requires must male achieving enviommental governments, It must have developed, nc justice p of its mission" > xet irtive under Section 203 of the UM1tA. a small a e g ge s t t o e deve ' op an an accountable tababl Or der 12896 prowl drat e Federal government agency plan. The p lan must tm e ly input by tribal officials in the ncy conduct its p ltcrli s, provide for notifying potentially and activities that substantially affect davelogmcrnt o Wary policies that human health or the environment i a officials d ials O affected small governments g have tribal implications," Tile, phrase s, licles that h ave tri nn natione manner anti activities do not We the the development dev 3In ngf of f and dumb p sly Isipu seta is fined in the Ex ecutive Order to policies. including persons (including with significant rne c tt Federal t include regulations that have populations) from pinticipation in.- vcrn nCia intergovernmental mandates, and "substantial direct effects on one or denying persona (including informing, educating, and advising more Indian trip, on the relationshifr populations) me benefits trl. or small governments on compliance with between the Federal government and subjecting persons (including the Indian tribes. or on. the distributfor populations) to discrimination under thW e h have e r mi ne d that o f tower and responsibilities between We have determined that the final I P such programs, policies, and activities rule does not contain a Federal mandate the Federal government and Indian because of their race, color, or national that may result in expenditures of $100 tribes," 4 origin. final rule is not expected to million ar more for State, Local, and This rule does not have tribal The Tribal governments, in the aggregate, or implications, It will not have substantial negatively impact any community, and the private sector in any one year This direct affects on tribal governments, on tlturefuras is nut oxpeu to ultum o oily rule is consistent with current agency the relationship between the Federal disproportionately high and adverse practice, does not impose new substantive requirements and therefore government and the Indian tribes, or on the distribution of power and eocommunities. doss not contain a Federal mandate that respotrsibillties between the Federal pac ts to minority or low - income Executive Order 95211 may result in expenditures of $100 government and Indian tribes. It is million or more for State, local, and generally consistent with current agency This rule is not a "significant energy Tribal governments, in the aggregate, or practice and does not impose new the private sector in any one year substantive requirements. tlrerfare, action" as defined in Executive Order 13211, " Ar:tions Concerning Regulations Therefore, the final rule is not subject to Faxecutive Order 13175 doss not apply That Significantly Affect Energy Supply, the requirements of Sections 202 and to this rule. Distribution, or Ilse" (66 FR 28355, May 1 Addendum 1 Bid Item #14 -174 Federal Register /Vol. 78, No. 18 / Monday, January 28, 2013 /Rules and Regulations 5733 22, 2001) because it is not likely to have suspend, or revoke the NWP day pre - construction notification the DE a significant adverse effect on the authorization. will immediately begin, and may supply, distribution, or use 'of energy * * * * complete, his review prior to the state The firm[ n11e updates regulations for action on the individual consistency • 3. Amend § 330.4 by revising implementing the Nationl Perm paragraphs (c)(6) and (d)(6) to read as certification. If a state indicates that Program > The rttle is consistent with follows: individual conditions are necessary for currant agene, practice, does not consistency with the state's Federally - "stnpoae.necv substantive requirements § 330.4 Conditions, limitations, and approved coastal management program and therefore will not heave Significant restrictions• for that individual activity, the DE will adverse effect on the supply, " * " include those conditions as activity - distribution, or use of energy, (c) " " " specific conditions of the NWP unless List of Subjects in 33 CFR Part 330 (6) In instances where a stale has he determines that such conditions do denied the 401 water quality not comply with the provisions of 33 Administrative practice and certification for discharges under a no t 325.4. In the latter case the DE will procedure, lntergovarsunental relations, particular NWP, permittees must consider the . I n the conditioned l a t ter c concurrence as Navigation (water), Water pollution furnish the DE with an individual 401 c non-concurrence er c unless the concurrence control, Waterways. Water goal l ertificatlon or a copy of chooses to comply voluntarily with all Dated: January 22, 2013. the appphcat tm to the state for such the conditions in the conditioned Approved by: ceill#i lion, rot NWT's for which a state th e concurrence. Jo- Ellen has denied the 401 water quality c • It * " certification, the DE will determine a Assistant Socrotory of the Army (Civil Works). rarasonab)tt period of tlrtle lifter 4. Amend § 330.6 by revising • For the reasons stated in the the request for en activity 401 era ra h (a)(3)(ii) to read as follows: preamble, the Corps is amending 33 water g on certification (generally p g P CFR part 330 as f ollows: days), upon the expiration of which the §330.6 Authorisation by nationwide PART 330 — NATIONWIDE PERMIT D will presume state waiver° cif the permit. certification for PROGRAM the Individual activity (a) * " covered by the NWPs. However, the DE • 1. 'rho authority citation for part 330 and the state may negotiate for (3) * * * continues to read as follows: additional time for the 401 water quality 1 -, . u. , 4 i certification, but in no event shall the 4 r Authority: 33 U.S.C. 401 et seci.; 33 U.S.C. period exceed one (t) year (see 3 C FR � 0 � 1344:33 U.S.C. 1413. 325.2(b)(1)(11)). Upon receipt of an t = >* ■ 2. Amend § 330.1 by revising g individual 401 water quality s +� paragraph (e)(1) to read as follows: certification, or if the prospective " � §330.1 Purpose and policy. permittee demonstrates to the DE state •;,, $ - - t , tee " w • • * waiver of such certification, the �� ?� g (e) • " proposed work can be authorized under , , y '. (1) In most cases, permittees may theNWP, For NWPa requiring a 45 -day „ ,, ,.. proceed with activities authorized by pre construction notifi t he district 5 n• 4 , NWPs without notifying the DE. engineer will immediately begin, and complete, his review prior to the state However, the prospective permittee P P ,,�� a � , �,R� -• - �q_ , � = should carefully review the language of action on the individual section 401 Furthermore, the response should the NWP to ascertain whether he must water quality certification. If a state notify the DE prior to commencing the issues a conditioned indlet sal 401 include a statement that the provisions water ualit certification for an of § 330.6(b) will apply, if during that authorized activity. For NWPs requiring q Y advance notification, such notification individual activity, the DE will include period of time, the MVP authorization must be made in writing as early as those conditions as activity- specific expiroe, or is suspended o: revoked, or possible prior to commencing the conditions of the NWP. is tnutllf#ed, tuclr, ; il>ut the activity would proposed activity. The permittee may * " no longer comply with the terms and presume that his protect qualifie fur the ( d) " • • conditions of an NWP. Finally, the liZtarP he le otherwise notified by (6) In instances w here a state has response should include any known the DE within a 95 -day period. The 45 disagreed with the Corps consistency expiration date that would occur during day period starts on the date of receipt determination for activities under a the specified period of time. A period of of the notification in the Corps district particular NWP, permittees must time less than the amount of time office and ends 45 calendar days later furnish the DE with an individual remaining until the expiration date of 1 regardless of weekends or holidays. if consistency concurrence or a ropy of t he NWP may be used if deemed the DE notifies the prospective the consistency tortlfrt°,ation provided to appropriate. permittee that the notification is the state for concurrence. if a state falls * * * * incomplete, a new 45 -day period will to act on a permittoe's consistency IFR Doc. 2013 01655 Filed 1 25-13,13 amt I commence upon receipt of the revised certification within six months after siesta cone 3710-66-P notification, ire prospective permittee receipt by the state, concurrence will be ma 1 i ot Proceed with the proposed presumed. Upon receipt of an activity b efore t of the 45 »t ia y in dividual consistency concurrence or period unless otherwise notified by, that upon presumed consistency, the 1}IC, if ibo DE fails t alit wi thi n t l . 4 5- proposed work i s authorized if it day period, he must use the p complies • with all terms and conditions of 33 CFR 330.5 in order to modify, of the NWP. For NWPs requiring a 45- L Addendum I Bid Item #14 -174 1 Clarican ractr's Electrical and Related Electrical ope Work associated with Sum Bid I tems if LS - 1, LS -1B, & LS -1C 1. Existing Conditions: Cont a. The Contractor i s responsible for decommissioning of the existing electrica components and providing the Owner with the opportunity to cla any of the ex electrica components. An equ o not desired by the Owner will be the Contractor's responsibility to dispose of offsite. y e e b The Owner will claim o the existing VFD an contro panel with antenna They will rework, upgrad and tion expand the exist control panel, i ncluding programmin g, and provid the same to th Con for i into the MCC / Contro l Panel Power Zone ( PZ) bui enclosure . If Add Alternate No. 1 is accepted into t he contract, the Owner of will claim the existing generator and propanetank. 2. Proposed Work: a. The Contractor will coordinate with Georgia Power Co. regarding the upgrade of the existing 200 amp service to 600 amp. b. The Contractor will review and approve all project mechanical, electrical and instrumentation equipment, and; and review and comment on all items to be purchased under the Allowance No. 1. c. After reviewing and commenting on Allowance No. 1 items and a follow -up review by the Owner and the Owner's engineer, the Contractor shall place the order for all Allowance No. 1 items. d. The Contractor shall receive (off load) and store shipments of all project mechanical, electrical and instrumentation equipment, including Allowance No. 1 items. e. MCC Equipment, including VFD's, and pre- engineered PZ building enclosure: 1) The MCC equipment shown on detail 3/E201 and as revised by "SK" drawings attached to this addendum, will be shipped installed in the pre- engineered PZ building enclosure with all internal electrical connections made. 2) The projected delivery time off the MCC equipment /PZ building enclosure package is approximately 70 working days or 14 weeks. 3) The approximate weight of the above package is 18,200 lbs. 4) Building dimensions: 9'0" wide by 18' -6" long by 11' -6" high (9'+ ceiling height) f. The Contractor shall be responsible for installing underground conduit and wire for power and controls for the following items: 1) Pumps and grinder motors, 2) Instrumentation (level and pressure transmitters), 3) Flow meters and grinder PLC, 1 Addendum 1 Bid Item #14 -174 4) The generator (existing for Base Bid, or new for Additive Alternate No. 1), 5) The three harmonic filters (whether they are ultimately required or not), and 6) The Georgia Power 600 amp service, and routing them to equipment located within the Power Zone (PZ) building enclosure, including the control panel and the MCC equipment bank as shown on drawings E101 and E201 and as revised by sketches SK- 1 &2 -E101 and SK -1, 2 & 3 -E201, in this addendum. The Contractor shall be responsible for coordinating and setting the exact location of all conduit stub -ups through the concrete building pad to facilitate connections through the floor of the PZ enclosure to equipment located inside enclosure. The Contractor shall be responsible for coordinating required cable lengths with pump manufacturer and providing waterproof junction boxes between cable and components and wire in conduit. g. The Contractor shall be responsible for preparing subgrade for the MCC building enclosure and installing a concrete pad for the building enclosure and concrete stoops (w /steps) at each access door. h. The Contractor shall be responsible for installing the MCC /Control Panel PZ building enclosure on the concrete pad and anchoring it to pad in accordance with manufacture's recommendations and as noted on the drawings. i. The Contractor shall be responsible for making all connections for the above components. At the time that connections are to be made they shall notify and coordinate with the Owner's electrical personnel so they have the opportunity to be present during this work. j. The Contractor shall receive the upgraded and expanded control panels from the Owner and install them inside the MCC enclosure. k. The Contractor shall install grounding. Grounding shall be tested in the presence of Owner electrical department personnel. I. The Contractor, inclusive of his electrical personnel and all equipment manufacturers' representatives (including manufacturers involved with furnishing equipment in Allowance No. 1), shall be present during final equipment check -out, testing, start-up and commissioning. The Contractor shall schedule this work with the Owner and. the Owner's engineer. m. Allowance No. 2: The Owner will perform harmonic testing in coordination with Georgia Power to determine necessity for three (3) harmonic filters). If determined necessary, the Contractor shall purchase the harmonic filters under Allowance No. 2 through the Owner specified vendor and install in a coordination with the Owner. The Owner will perform follow -up testing in coordination with Georgia,Powerto determine performance and acceptability of filters. n. In accordance with the Contract documents, the Contractor provide operation and maintenance manuals and as -built drawings of installation. o. The above narrative is provided as clarification to the Contractor's scope of work and does not relieve the Contractor of his responsibility to comply fully the contract documents. 2 Addendum 1 Bid Item #14 -174 d : 9;1..17; LENGTHS .,�� � S SPE ��•: AS REQ'D ",. ALL JOINTS TO BE SEALED :, WITH PREFORMED PLASTIC . '' - GASKET, "RAMNECK" OR ` APPROVED EQUAL. . GROUT OUTSIDE 4 -0 � � : :w ' JOINTS {T1''.) ° ' REDUCER SLA CONC. INVERT lam �' ~ GRO oc — B ,, ._ :;.' co 2/3D IC J # . r • {. • • ' • '• SANITARY SEWER STAINLESS STEEL CLAMP 6" 6'-0"I.D. 61 WATER - TIGHT FLEXIBLE BOOT NOTES: 1. PRECAST MANHOLE SHALL CONFORM TO G.D.O.T. STANDARD DETAIL 101 1-A. 2. USE 6" WALL THICKNESS IF MANHOLE EXCEEDS 20' DEPTH. 3. INVERT CURVATURE TO HAVE AS LONG A RADIUS AS POSSIBLE. M.H. STEPS - EACH 1' -0" O.C. MAX. 4. REFER TO TABLE ON DWG. C101 FOR FRAME & COVER TYPE. tg SECTION "A ." F z PRECAST MANHOLE si NO SCALE REVISES DETAIL 11/C303 l I [ JOHNSON, LASCHOBER PHASE III - BUTLER CREEK INTERCEPTOR UPGRADE - WEST No s & ASSOCIATES, P.C. ADDEN NO. 1 • qOq r A RCHITECTS• ENGINEERS i LANDSCAPE A SKETCH SK'1'C303 1 AR L SOX* 1980 12 96 11110 \I7Sl, \LI(.16Il(,I % R 1c ci[n h o " , REy 0 wvtw.#tsJLA +.com el IJNI • : 7116 724 57561 \\ ■'06 7;+ TAW RAIL 6014 42.0 •. \ " Iltitis.i\iurtc 1 UZA 14V1.1 I, 4 -f t`t a NOTE: MANHOLE FRAME & COVER SEE DET. 14/C303 (TYPE 2 INSTALLATION AS SHOWN). °'` FOR TYPE 1 INSTALLATION, FRAME SHALL 1 DROP MANHOLE TO SECTION BE INTEGRALLY CAST. BE USED WHERE INLET AND OUTLET I.E. DIFFERENCE IS GROUT % GREATER THAN 2'. „� t_imi Za itS Mil imommonsmossiss rAn, USE MAXIMUM OF 3 CONC. ).. GRADE RINGS AS REQUIRED TO ADJUST TO FIN. GRADE .4.* PRECAST MANHOLE 0 ti r- S f' !9 I ll imitii < , , . Tit ""....�. 1 JT. MIN. D.LR - � , , , (` IN0 6" MIN. ' �`r. 11M11 rt ,s. mm� ," DROP PIPE TO BE 0;,. - DUCTILE IRON OF OP . ‘11111 411,4* • NEXT STD. SIZE `' ' K ;. 0 i : "# ;END2 ill I I MIN., TYP.) 6lMC i! 4 4: a. -, ` ' i. ' '.' g ..e taP >'rs 11 y -F4 ? +v i i.o / li k < RiF ill /Coo t ia: c .` 04 di ditty � .t Oi i/F s 6' - 0"I.D. 2•„6" REFER TO "PRECAST MANHOLE" DETAIL, 11/C303 g FOR ADDITIONAL INFORMATION. f DROP MANHOLE 1 i JOHNSON, LASCHVBER NO SCALE REVISES DETAIL 12/C303 P HASE III - BUTLER CREEK INTERCEPTOR UPGRADE - WEST No. & ASSOCIATES, P.C. ADDENDUM N0.1 � ( ARCHITECTS . ENGINEERS SKETCH �' `•� •C303 � LANDSCAPE ARCHITECTS � d Shard 113&1 1296 11110 \u N1 . \1l(.1I I \, (.1011.0 \ 30901 DRAW BY: CHECKED BY: DATE DEPT. AEY 0 4 vrww.itaeJL Am 1'I IJNI. 706 X21 X561 •��• (706 72 x3935 TAW RJL 61612014 42.061 - .. AE ..., tat a t «' i Ii. 1 1. • -. a. 5 3/4" _ (NP.) :: • CUT -OFF RAMNECK $ •P. : '' FLUSH W/ INSIDE OF 4— c': --- 4' -0" 1.D. ,7. 4" ow WALLS AND GROUT D. ;; -- SECTIONS OF MANHOLE INSIDE AND OUTSIDE MAKE UP NJ MANHOLE STEP .. AND WIPE SMOOTH COS Q LEN GTHS .', _ (SEE SPECS) AS RED � _ .'. CONCRETE TO BE P , . • POURED AROUND PIPE c �: ----- • ' PENETRATION FOR M :',.: SEAL ON OUTSIDE. w ` .= PRE -CAST OPENING r y ez _ TO FIT OVER EXIST. : f �`�" PIPE AND GROUT NEW OR i er • y EXISTING GROUT - : SANITARY To 213D ;y ,, SEWER 6 " I i - ,-, cr •• ,.... -, I =Ma= - - - - - MOM ' I #4' 12" O.C., E.W. 1 POURED IN PLACE CENTERED IN SLR CONC. (3000 PSI) NOTES: 1. MANHOLES 5' OR LESS IN DEPTH USE A 2' -0" CONCENTRIC CONE SECTION. 2. USE 6" WALL THICKNESS IF MANHOLE EXCEEDS 20' DEPTH. 3. INVERT CURVATURE TO HAVE AS LONG A RADIUS AS POSSIBLE. 4. CONC. TO BE POURED TO THE SPRING LINE OF THE PIPE (PRECAST ONLY). 5. REFER TO TABLE ON DWG. C101 FOR FRAME & COVER TYPE. SECTION "A -A" f g DOGHOUSE MANHOLE I NO SCALE REVISES DETAIL 131C303 JOHNSON, LASCHOBER PHASE III - BUTLER CREEK INTERCEPTOR UPGRADE -WEST No. / & ASSOCIATES, P.C. ADDENDUM NO. 1 a ilb ARCHITECTS • ENGINEERS LANDSCAPE ARCHITECTS CTS sr,. tit! 1296 I1110 t) \u S1, 11.1( dl� I \, cd C IU J1 VII SKETCH SK-3-003 DRAWN BY: CMiECIOD B Y DATE DEPT RE{ 0 wrm. . ea,706 I l IDNl ,7 724 756 1 \\ '06 724-3955 1 3955 TAW l RJL 61612014 42,0602 4 It(ta+P _.. !'tuu mum I I J ItAi J1: $- 3 1'f �' d z� a , 1 W • � CL3 al i k ors p o �� ' .;': 4:1 r �cfCy U C ii , ❑ Cs X ' s ' e« ,..,.0., _.,. .,...,_...... ]G r ® N le i —1 0 t .. W t aL U _ d 'O J p o -ill _ a I 'M r *t 4,414,,, , 1.`4• '' i "OAS . i. _ '4, ,�- 9 *It V Ile - to Q �r ** * b Mw9 8 •o i I co z ,i, � : ; S`4, ' 1r I r ♦� *a t + g 8 kIS\\\,,,.//4,S*Ar. *i.V Oi / / p ..,.,.. ' q fr l 1 vi I II g c L11 U O REVISES DETAIL 141C303 JOHNSON, LASCHOBER PHASE III - BUTLER CREEK INTERCEPTOR UPGRADE - WEST No. i & ASSOCIATES, P.C. ADDENDUM NO.1 ARCHITECTS• ENGINEERS SK- 4-C303 LANDSCAPE ARCHITECTS Since 108 1396 IRO \I): I , \U(1ISl •\ (I.OP cd \ 309111 SKETCH CRAMBY: CHECIED BY: DATE . qEy, 0 Wy VW.rb.JLAQKCtp.cotff PI ION! 7116 72 -! 5756 I \\ (716, 73-1.393) TAW RJL 61612014 42.0602 ■ u1 ' o: 1 I I S Oi COMPACTED BACKFILL PER SPECS. 0 G REEN LOCATOR TAPE (SEE NOTES 1 & 3) 12" ' ► ` r`;r \,/ ...— __ ,v's, , 12 GAUGE COPPER $ ce 0 u. // .. • \, LOCATING WIRE FOR : PVC PIPE ONLY. 12 i g . i w GAUGE SINGLE Li ¢ STRAND COATED Q w 8 " MIN.; ' \ VARIES / > g , a WIRE TO BE LOCATED a z 8" MAX. .. }, ..: z V ON TOP OF FORCE or . i Lu J U rte ' . N MAIN IF PVC ,:: \\,, .. z Ix <0 W N . �_ LL 1 re W f 4' r ' SPRINGUNE \ �/ � ` SELECT BACKFILL u. t +r, a ,#` # s ,, COMPACTED IN 6" LIFTS. ;t ` #'�.5a:.ra" i+a 04o► . • N SEE NOTES 1 & 2. \ /i /2 " PIPE CLASS 1 BEDDING - NO. 57 STONE HAND EXCAVATE FOR COUPLING (DEPTH OF BEDDING VARIES BY PIPE DEPTH) NOTES: 1. SEE DETAIL 71C304 FOR COMPACTION IN PAVED AREAS. 2, EXCAVATED MATERIAL MAY QUALIFY AS SELECT BACKFILL MATERIAL AS APPROVED I BY THE AUGUSTA UTILITIES DEPT. INSPECTOR. ALSO, UNDER SPECIAL CONDITIONS THE AUGUSTA UTILITIES DEPT. INSPECTOR MAY AUTHORIZE THE USE OF NO. 67 STONE IN LIEU OF SELECT BACKFILL. 3. SEE NOTE 8 ON "WETLAND PRESERVATION NOTES' (DWG. G002) FOR BACKFILL 1 MATERIAL IN WETLAND AREAS. i TYPICAL TRENCH SECTION FOR ti C304 FORCE MAIN INSTALLATION s NO SCALE 1 REVISES DETAIL 91C304 J AR OHNSON, LASCHOBER. PHASE III -BUTLER CREEK INTERCEPTOR UPGRADE - WEST NO, NIP c` ASSCHITECTS OC IAE NTESGINEERS , P.C. ADDENDUM NO.1 SKETCH SK-1-C304 LANDSCAPE ARCHITECTS S lnce 1950 1296 IRO \1) S 1, \V.1( .1.1: .1.1: l'. (.101U .1 \ 30901 8 DRAWN at CHECKED D': DATE DEFT. REv 0 www.IheJI.Agroupcom ruo 4I ■ - 706 72a 5 7561 \\ :l 72 +3955 TAW RJL 81812014 42,0602 ..,�„ • • • CAUTION BURIED WATER LINE BELOW CAUTION BURIED SEWER LINE BELOW CAUTION BURIED FIBER OPTIC LINE BELOW NOTES: 1. UNDERGROUND MARKING TAPE SHALL BE (6" WIDTH), MARKING TAPE, WITH A MINIMUM 4.0 MIL OVER -ALL THICKNESS. 2. TAPE MUST MEET THE APWA COLOR -CODE STANDARD FOR IDENTIFICATION OF BURIED UTILITIES (WATER - BLUE, SEWER - GREEN, FIBER OPTIC - ORANGE). 1 REVISED: APRIL 2014 DETECTOR TAPE AUGUSTA UTILITIES DEPARTMENT 360 BAY STREET, SUITE 180 agyr vtp, =,nt,,,a,..,..h.WnrD:".,,,,.., . „ AUD DETAIL 4.3 AUGUSTA, GA 30901 Addendum 1 Aid Itf,m ##14 -174 co Iv– 0, U W 0 . L) a C CP -1: RELOCATED CONTROL 1 PANEL t \ . ( '•FT+O1 '802 FLOW 1 "/ O NOTE: TRANSMITTER 1 Y WASTE WATER GRINDER PROVIDE 3#10 CONDUCTORS FOR EACH PIECE f Iv OF EQUIPMENT C TO PANEL A. 2-814 THHN v• IN 3/4" CONDUIT _ 1" CONDUIT �, PER LT -01, LT -02, 'i LT -03 , 4 V CP -2: CONTROL PANEL , 1 E ADDITIVE ALTERNATE t NO.1 ONLY • .�f 1 0 410 3W CONDUIT LT. , VIERAT04G FORK 2 OLWS T) GENERA" (NNE /"-- + __ v,t "'w. A1pt0.TARY NEATER _. EXISTING w oo, FORCOAIC.PAD ..` f ^ ,,' ,^- : ' '" PROPANE TANK 6 1 , � *� TTERYCNARGER II GENERATOR 1. 2 -r NOW t f.:A / m BATTERY 1 nt p CHARQ r ■ I } y t � W y co AU X HEAVER ' I . ! 2 CONDUIT; : j� ' � t ' cruse HEA16R I i f +/ 4i { T- 4I. LEVE TRhNSMtYTER ) EXIVIING SC ( 7 t' 110 KW4 T7VOLT 304 t GENERTsT0R . - , f' SEE DET.31E101 ,,.�" JJ � 1 . - ' IT : .:, „f j ! CONC. PAD DETAIL j "--.....,„„/ jJ 18L . I I HARMONIC FILTERS, T - 3e8'.SS"Y0A 11'- 0"-I�PPfi�7X 1 t - IF REQUIRED `°""*•. it, t 1 t _ # WEIGHT:90,200 LBS. f f 1 (ALLOWANCE N0.2) 4 _ ,, � °°- .,,,, t 1 ,,...... GENERATOR p$ #F 4'50. -4' THK CONC. STOOP Wl1 '' .. 1 Il 2' CONDUIT TREAD, TURN DOWNS & REINF. "-" J 1 / SIMILAR TO DET. 3 E101 t / ' ( J G9 : » .. ow ""' - UNDER GROUND ' -41-- , , •' NUR �`" ELECTRICAL SERVICE f te j 2 -3` CONDUIT + TO CONTROL PANEL A -5 •t -r PRESSURE _ UNDER GROUND 2 - 814 THHN TRANSMITTER FORCE MAIN - - "'... f IN 3/4" CONDUIT !t FOR C E G;l (t1 PER FT -01, FT -02 POWER COMPANY METER COORDINATE WITHGA POWER � -- --fi— 1I TO POWER POLE i/t4 a re !1 1 I f f - -: PT -01: PRESSURE TRANSMITTER 1I 1 / �""° � " "' r TO FT -01: FLOW TRANSMITTER 1/ z ELECTRICAL SITE PLAN E101 SCALE: N.T.S. g I tv fie r 9 ! _. JOHNSON, LASCHOBER PHASE III - BUTLER CREEK INTERCEPTOR UPGRADE - WEST NO. & ASSOCIATES, P.C. ADDENDUM NO. 1 SK-1-E101 • ENGINEERS SKETCH I H LANDSCAPE ARCHITECTS sine. 1 S(1 1296 BROAD ST., AUGUSTA GEORGIA 30901 ' DRAWN BY: CHECKED BY: DA TE DEPT. REV. „ ^,,, , 1, PHONE (706) U6) 72 =1 -5756 FAN.: (706) 72-1-3955 CRE RJL I 6/6/2014 42.0602 0 Addendum 1 Bid Item #14 -174 i , v LU •c U m 6" a 6" VARIES TYP 1 e Al 4 I� O '" 1 W Iwu ' ELECTRICAL I it E + . 1 EN j { oi .'rte r 1w• 8 B" THICK CONCRETE PAD w 4" VARIES _ W/ TURNED -DOWN EDGE �i m i PLAN SCALE: 1/2 " =1' -0" 1/2 "0 STAINLESS STEEL ANCHOR BOLTS POWER ZONE CENTER & (PER MANUFACTURER) #5's @12" O.C., GENERATOR ENCLOSURES EACH WAY 1" CHAMFER 2" CLR. A 4 S ` LEVEL i 3" FINISHED GRADE 4? 1L:. #5's CONTINUOUS " 9 " 9 ' SECTION SCALE: 112 " =1' -0" CONCRETE PAD DETAILS FOR POWER ZONE E101 CENTER & GENERATOR ENCLOSURES SCALE: 1/2" = 1' -0" p JOHNSON, LASCHOBER PHASE III - BUTLER CREEK INTERCEPTOR UPGRADE - WEST 1.40, & ASSOCIATES, P.C. NDUM NO.1 ADDENDUM ARCHITECTS • ENGINEERS SKETCH LANDSCAPE ARCHITECTS 1 liak Slice 1950 1296 BROAD ST„ AUCLI.STA, CEORCIA 309th DRAWN BY CHECKED BY n REV, i , ,y{h�,} p�p, pin '1 IC NF.. (706) 7245756 ) (106) 7243955 CRE RJL 0A 6/6/2014 I SK- 2 -E101 0EPr 0 Addendum 1 Bid Item #14 -174 w o ' . U S. m d '. R p - COMPANY TRANSFRMER CONDUCTORS BY GA POWER rn TING 115 KW 480/277 VOLT POWER GEO POWER y 3108 4I WIR PROP FUELED ! TRA METER o PROVI TWO S 3" CONDUITS, ONE END E NGINE G ENER A TOR r. ° : 2:4 STUBB BEYOND CONCRETE UNDER rn GROU ND, OTHER END INTO M C C(G E B E NERATOR DISCONNECT) . 3 #1/0 2 S OF: USE O NE CONDUIT FOR WIRING #8 GND 3 #35 d EXIST GENERATOR. CAP BOTH 2, ' C #1 GND ENDS OF SECOND CONDUIT FOR 3" C MCC BCIS FU TU R E UE. i I' FUSIB SERVICE 1 t j' SWIT "� ENTRANCE F 600AF/150 r ,J 600AF/600AT c I 3 PO 3POLE �' 2SETSOF: 1 I 3 #350 600A TRANSFER X ( #1 GND SWITCH 1` ADDENDUM NO. 1 3 " C I 2 SETS OF: 3 #350 I #1 GND 1' 600AMPBUSS �r` 3 "C - 50 AMP 40 AM' 35 AMP 80 AMP 60 AMP 1 3 POLE 1 3 POLE 1 3 POLE j I.. 3 POLE 3 POL 3 POLE J. 3 POLE : POLE VFD • 1fFi) V1rD VFD ; I I 30 KVA I 208/120V I I , 100 AMP 1 I 3 POLE 3 #8 ` 3 #8 <. 3 #8 3 #6 .3 #2/0 3 #2/0 3 #2/0 1 ( 100 AMP BUSS ( #8 GND ' #8 GND #8 GND #8 GND #6 GND #6 GND # 8 GND – , 3/4" C , -- 1 '1='Q _ 2:1± Z "L – _1 ".0. – ,. GRINDER MCC PUMP PUMP PUMP PUMP PUMP PUMP - ENCLOSURE 16A 16B 17A 17B 17C A/C UNIT ELECTRICAL ONE LINE DIAGRAM W SCALE: N.T.S. W 5 a n 3 D JOHNSON, LASCHOBEK PHASE III - BUTLER CREEK INTERCEPTOR UPGRADE - WEST NO & ASSOCIATES, P.C. ADDENDUM NO" 1 ARCHITECTS •ENGINEERS SKETCH SK-1-E201 LANDSCAPE ARCHITECTS Slime 1880 1296 BROAD ST, AUGLISTA, GEORGIA 30901 DRAWN BY: CHECKED BY' DATE DEPT. REV 0 ,fir, .ttorri. PI IONS (706) 7245756 FA\ (706) 72 +3955 CRE • 1 RJL 6/6/2014 . 42. 0602 Addendum 1 Bid Item #14 -174 W o '' to 0 S; 0 o_ N er , O g m !D O E co 3 v g g PANEL TYPE: NQOD MOUNTING: MCC PANEL LOCATION: MCC MAIN LOCATION: BOTTOM = VOLTAGE: 120/208 SERVICE: 3 PH, 4 W CABLES/2I: 1 BUS RATING (AMPS): 100A d S AVAILABLE SHORT CIRCUIT CURRENT (RMS SYM. AMPERES): 10,000A MAIN BREAKER: 100A DESIGNATION [ %S„MfINl F1: I , 4 • DESIGNATION N PRESSURE & FLOW TRANSMITTER 20A ' , � 4 20A - - Y 20A P M ' 20A GENERATOR BATTERY CHARGER nip eyx - .4:01041111106. .�` .441118k, , r� .a8. 1►7 rs7i \ ► adli. aM� INTERIOR LIGHTS 20A "f'0 20A INTERIOR RECEPTACLES EXTERIOR LIGHTS 20A ' rii7 del 20A EXTERIOR RECEPTACLES 20A a 20A SPARE 20A ' 20A SPARE CMMIIIIIIIIIIIIIIIIIINIIIIIN 20A P 20A SPARE 20A 20A SPARE 20A 20A SPARE IMZEIIIIIIIIIIMIIIIRM BLANK BLANK vo001. 24 BLANK MAIN 100A 28 BLANK 100A BLANK MAIN 100A 9 30 BLANK TOTAL LOAD PER PHASE 4560 4360 ! 3600 TOTAL AMPS PER PHASE 38 36 30 2 DETAIL PANEL ADDENDUM NO. 1 E20 a t g cl i I JOHNSON, LASCHOBER PHASE 111 - BUTLER CREEK INTERCEPTOR UPGRADE - WEST No, § & ASSOCIATES, P.C. ADDENDUM N0. 1 a ARCHITECTS • ENGINEERS SK- 2-E201 LANDSCAPE ARCHITECTS SKETCH g since 190 296 BROAD ST., AUGLIS FA, GEORGIA 30901 DRAWN BY: CHECKED BY: DATE DEPT. 0 uvnx.lOWLAg{atp.com PH ONE (706) 724-5756 rA>E (706) 72 +3955 CRE RJL 6/6/2014 42.0602 REV' Addendum 1 Bid Item #14 -174 w o y U N Q O Z d si I 0 rn 3 v 8i m 8 i1 N O S Z 'w 0w p � Y u gZ ° y � d' z �5 Uw¢ 4 Z go V 0 U E l gad 2 N N = X 1 2 1 ii K ~ - I gE M CS 14 w id w O 0 ,z .. o . p o W Z rc � 1 Q ° w 6 a5 mzq a N W i a< B „, m 5 d E 0 '22:0 ( d ' ? 1wy a O S m CLL 2 Z t mill JOHNSON, LASCHOBER PHASE III - BUTLER CREEK INTERCEPTOR UPGRADE - WEST NC: & ASSOCIATES, P.C. ADDENDUM NO. 1 �( t ARCHITECTS •ENGINEERS SK-3 -E201 LANDSCAPE ARCHITECTS SKETCH g wee 1950 x 1296 BROAD ST, AUGUSTA, GEORGIA .30901 DRAWN BY: CHECKED DATE Dom• REV, 0 emu, .com PHONE (706) 72+-5756 FA+: (706) 72 +3955 CRE J BY: RJL 1 6/6/ 1 42 Addendum 1 Bid Item #14 -174