Loading...
HomeMy WebLinkAboutCONTRACT BETWEEN AUGUSTA, GEORGIA AND BLAIR CONSTRUCTION, INC. FOR 15TH STREET AND WRIGHTSBORO ROAD STORM AND SANITARY SEWER IMPROVEMENT CONTRACT DOCUMENTS AND SPECIFICATIONS for 15th Street and Wrightsboro Road Storm & Sanitary Sewer Improvement August 2015 WKD#20150037.00.AG AUD #UB 2015 004 Prepared for Augusta Utilities Department 360 Bay Street,Suite 180 Augusta,GA 30901 No. 039127 * PROFESSIONAL Z <e 3-11-16 40 9,4, N AGS wALT0" Plans& Specifications Prepared by W.K.Dickson & Co.,Inc. 1450 Green Street,Suite 225 Augusta,GA 30901 706-722-3479 The City of Augusta Utilities Department 15th Street and Wrightsboro Road Storm & Sanitary Sewer Improvement TABLE OF CONTENTS Document 00 11 16 Invitation to Bid Document 00 21 13 Instructions to Bidders Document 00 31 00 Available Project Information Document 00 40 00 Affidavit of Compliance for Augusta Document 00 40 01 E-Verify Affidavit Document 00 41 43 Bid Form Document 00 43 13 Bid Bond Document 00 51 00 Notice of Award Document 00 52 15 Agreement Form Document 00 55 00 Notice to Proceed Document 00 61 13 Performance Bond Document 00 61 15 Payment Bond Document 00 61 16 Contractor's Affidavit Related to Liens and Claims Document 00 62 75 Contractor's Application for Payment Document 00 72 15 Standard General Conditions Document 00 73 14 Supplementary Conditions Document 00 80 00 Special Provisions Document 00 91 13 Addendum Document 00 94 63 Change Order TECHNICAL SPECIFICATIONS DIVISION 01—GENERAL REQUIREMENTS Section 01 10 00 Summary Section 01 20 00 Price And Payment Procedures Section 01 21 00 Measurement and Payment Section 01 25 00 Substitution Procedures Section 01 30 00 Administrative Requirements Section 01 32 16 Construction Progress Schedule Section 01 33 00 Submittal Procedures Section 01 40 00 Quality Requirements Section 01 43 13 References Section 01 50 00 Temporary Facilities And Controls Section 01 70 00 Execution And Closeout Requirements Augusta Utilities Department Table Of Contents 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 01 10- 1 WKD Project Number: 201500037.00.AG I DIVISION 03—CONCRETE Section 03 30 00 Cast-In-Place Concrete Section 03 60 00 Grouting DIVISION 31 —EARTHWORK Section 31 10 00 Site Clearing Section 31 23 16 Excavation And Fill Section 31 23 16.13 Trenching Section 31 23 16.26 Rock Removal Section 31 23 23.33 Flowable Fill Section 31 25 13 Erosion Controls DIVISION 32—EXTERIOR IMPROVEMENTS Section 32 01 90 Landscape Maintenance Section 32 11 23 Aggregate Base Courses Section 32 12 16 Asphalt Paving Section 32 13 13 Concrete Paving Section 32 17 23 Pavement Markings Section 32 91 19 Landscape Grading Section 32 92 19 Seeding Section 32 92 23 Sodding DIVISION 33—UTILITIES Section 33 01 30.13 Sewer And Manhole Testing Section 33 01 30.16 TV Inspection Of Sewer Pipelines Section 33 05 13.16 Public Manholes and Structures Section 33 05 19 Pressure Piping Tied Joint Restraint System Section 33 05 23 Trenchless Utility Installation-Jacking Section 33 31 00 Sanitary Utility Sewerage Piping Section 33 31 00.01 Sanitary Sewer Pipe Rehabilitation Section 33 41 00 Storm Utility Drainage Piping PROJECT PERMITS Georgia Department of Transportation Permit END OF SECTION Augusta Utilities Department Table Of Contents 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 01 10-2 WKD Project Number: 201500037.00.AG I Invitation to Bid Sealed bids will be received at this office until Thursday,May 19,2016@ 3:00 p.m.for furnishing: Bid Item#16-168 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvement for Augusta Utilities Department Bids will be received by Augusta,GA Commission hereinafter referred to as the OWNER at the offices of: Geri A,Sams,Director Augusta Procurement Department 535 Telfair Street-Room 605 Augusta,Georgia 30901 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 ARC Southern. The fees for the plans and specifications which are non-refundable are$75.00. 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.e-arc.com) at no charge through ARC Southern (706 821- 0405) beginning Thursday, March 31, 2016. Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook issues of construction phasing,delivery of goods or services, or coordination with other work that is material to the successful completion of the project. Bidders are cautioned that acquisition of documents through any other source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory Pre Bid Conference will be held an Thursday, May 5,2016 @ 10:00 a.m.in the Procurement Department, 535 Telfair Street,Room 605. A Mandatory Site Visit will follow. All questions must be submitted in writing by fax to 706 821-2811 or by email to ,rocbidbndco eit -: sir to the office of the Procurement Department by Friday,May 6,2016 @ 5:00 P.M. No bid will be accepted by fax,all must be received by mail or hand delivered. No proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. 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 walveabie or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta,Georgia Commission. Please mark BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail,fax or email as follows: Augusta Procurement Department Attn: Geri A.Sams,Director of Procurement 535 Telfair Street,Room 605 Augusta,GA 30901 Fax: 706.821-2811 or Email: contract a :usta a a.:ay No bid will be accepted by fax,all must be received by mail or hand delivered. GERI A.SAMS,Procurement Director Publish: Augusta Chronicle March 31,April 7,14,21,2016 Metro Courier April 13,2016 • INSTRUCTIONS TO SUBMIT 1.1 Purpose:The purpose of this document Is to provide general and specific Information for use by vendors 1.7 Minority/Women Business Enterprise (MWBE) in submitting a bid to supply Augusta,Georgia with Policy:Court Order Enjoining Race-Based Portion of equipment,supplies,and or services as listed above. DBE Program Augusta, Georgia does:gat have a All bids are governed by the Augusta,Georgia Code. race or gender conscious Disadvantaged Business Enterprises (DBE) program far projects having Augusta, Georgia as the source of funding. 1.2 Viewing the Augusta Code: All bids are governed Augusta does enforce mandatory DBE requirements and awarded In accordance with the applicable of federal and state agencies an contracts funded federal and state regulations and the Augusta, by such agencies and hos a DBE Program eo comply Georgia Code. To view the Code visit Augusta's with U.S. Department of Transportation (DOT), • website at Avvrxii.queustena.etni or Federal Transit Administration (FTA), Federal trati)WWW ataBustaRB.igaviirqS!!Nthe48.5 Aviation Administration (FAA) and other federal Guidelines&Procedures. and state mandated DBE requirements for certain DOT,FTA,FAA,and other federal and state assisted 1.3 Compliance with laws: The Proponent shall obtain contracts as required by 49 C.F.R. Part 26, et.seq. and maintain all licenses, permits,liability Insurance, and/or 49 C.F.R.Part23,et.seq. This OBE program workman's compensation insurance and comply is only for DOT,FTA and FAA assisted contracts and with any and all other standards or regulations other federal or state funded contracts having required by federal, state or Augusta, Georgia mandatory DBE requirements.(See Article 13 of the statute, ordinances and rules during the Augusta,GA.Code.) performance of any contract between the Proponent and Augusta, Georgia. Any such Augusta, Georgia prohibits any language in any • requirement specifically set forth in any contract solicitation,bid or contract that is inconsistent with document between the Proponent and Augusta, the July 21,2011 Court Order in the case,Thompson Georgia shall be supplementary to this section and Wrecking, Inc. v.Augusta Georgia, civil action Na. not In substitution thereof. 1:07-CV-019. Any such language appearing In any Augusta,Georgia solicitation,bid or contract is void 1.4 Bid's For All Or Part:Unless otherwise specified by and unenforceable. Augusta,Georgia or by the proponent,AUGUSTA, GEORGIA RESERVES THE RIGHT TO MAKE AWARD A copy of this Order can be reviewed at ON ALL ITEMS,OR ON ANY OF THE ITEMS •x}yw;augusttrpticaov home page. ACCORDING TO THE BEST INTEREST OF AUGUSTA, GEORGIA. Proponent may restrict his bid to 1.8 Augusta, Georgia License Requirement:For further consideration in the aggregate by so stating,but information contact the License and Inspection must name a unit price on each Item submitted Department @ 706 312-5050. upon. General Contractors License Number: if applicable, 1.5 All protest shall be made In writing to: In accordance with O.C.G.A.§43-41,or be subjected Attn: Geri A,Sams to penalties as may be required by law. Director of Procurement 935 Telfair Street,Room 605 Utility Contractor License Number: if applicable,in Augusta,GA 30901 accordance with 0.C.G.A:§43-14,or be subjected to Fax: 706-821-2811 or Email: penalties as may be required by law.. iprocbftfandtontfest@al gustaea gav 1.9 Terms of Contract:(Check where applicable) 1.6 Local Vendor Preference: The Local Vendor [ )(A)Annual Contract Preference policy shall only be applied to projects of IX](B)One time Purchase. one-hundred thousand dollars ($100,000) or less [ ](C)Other and only when the lowest local qualified bidder is within 10% or $10,000, whichever is less of the lowest non-local bidders. Revised 2/11/isle Bid Item#16-168 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvement Bid Due:Thursday,May 19,2016 @ 3:00 p.m. Page 3 of 15 I -- 7-f'' €.., t .-per.. -'4.-- 1; 1; F: fl R G 1 .A NOTICE TO ALL VENDORS (PLEAS"{ 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 10 Number must be provided) Attachment B Must be Notarized and the 2 Pages Must be returned with your submittal- No Exceptions. Business License Reauirement: Firm must be licensed in the Governmental entity for where they do the majority of their business. Your company's business license number must be provided on Page 1 of Attachment B. If your Governmental entity (State or Local) does not require a business license, your company will be required to obtain a Richmond County business license if awarded a RFQ. For further information contact the License and Inspection Department@ 706 312-5050. Acknowledaement of Addenda: You must acknowledge all Addenda. See Page 1 of Attachment B. E-Verify *User Identification Number (Company J.D.) The recommended awarded vendor will be required to provide a copy of Homeland Security's Memorandum Of Understanding (MOU) Affidavit Verifying Status for Augusta Benefit Application (S.A.V.E. Program ) (Must Be Returned With Your Submittal) Return Only if Applicable: 1. The Exception Sheet (if applicable) 2. Local Vendor Registration (if applicable) DO NOT RETURN AT THIS TIME: 1. Georgia Security and Immigration Subcontractor Affidavit 2. Non-Collusion Affidavit of Sub-Contractor Note: The successful vendor will submit the above forms to the Procurement Department not later than five (5) days after receiving the "Letter of Recommendation" (vendor's letter will denote the date forms are to be received). WARNING: Please review"Notice to Vendors"regarding Augusta Georgia's Local Small Business Opportunity Program vendor Requirements. Vendors are cautioned that acquisition of RFQ documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources places the vendor at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. RFQs are publicly opened. It is your responsibility to ensure that your company has met the Specifications and Licenses'requirements prior to submitting a RFQ. Rev.1/12/2015 G P: O R G f A Attachment B You Must Complete and Return the 2 paces of Attachment B with Your Submittal, Document Must Be Notarized. Augusta,Georgia Augusta Procurement Department ATTN;Procurement Director 635 Telfalr Street,Suite 605 Augusta,Georgiaa 30901 Name of Proponent: Blair Construction,Inc. Street Address: 4308 Evans To Locks Road City,State,Zip Code:. Evans,Georgia 30809 Phone: 706-868-1950 Fax 706-868-1855 Emaq Patrick@blairconstruction.us Do You Have A Business License? Yes: V No: • Business License#for your Company(Must'provide)t #00206 Company must be licensed in the Governmental entity for where they do the majority of their business. If your Govemmental entity(State or Local)does not require a business license,your company wiil be required to obtain a Richmond County business license If awarded a Bid. For further information contact the License end Inspection Department CO 708 312-5050. List the State,City&County that•Issued your iicebse; Georgia,Evans,Columbia County ,._. Acknowledgement of Addenda:(#1) :(#2)-. (#3)_i 04) :(#5) : (#6)�:(#71_,..:(#8) ; NOTE: CHECKAPPROPRIATF BOX(ES1•ADD AD tl'lQ5 L /MOMS AS APPLiiABLB Statement of Non*Dlecrlininatlon The undersigned understands that It is the policy of Augusta,Georgia to promote full and equal business opportunity for all persons doing buelness 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 smell businesses on the bid or contract awarded by Augusta,Georgia. The undersigned further covenants lh'etive have completed truthfully and fully the required forms regarding good faith efforts and local small business subcontractor/suppler utlNzetion. The undersigned further covenants end agrees not to engage In discriminatory conduct of any type against local smell businesses, In conformity with Augusta, Georgia's Local Small Business Opportunity Program. Set forth below Is the signature of an officer of the proposer/contracting entity with the authority to bind the entity. The undgretgned acknowledge and warrant that this Company has been made aware of understands end 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 end effect without Interruption; That the promises of non-discrimination as made and set forth herein shall be end 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 eat forth herein shell applicable riiute ghtsr remedies including bbreach of ut not limitedntract tito cancellationofthe contract.termination of the contract,suspeia tO dicier(' the contrack In default and to n sion ion and dercise eand ell barment from future contracting opportunities,and withholding end or forfeiture of compensation due and owing on a contract. Non-Collusion of Prime Proponent (By submission of a bid,the vendor certifies,under penally of perjury,that to,the best of Its knowledge and beNef: a)The prices in the bid have been Arrived at independently Ilhout collusion,consullalfon,comimbnicatlone,.or agreement,for the purpose of rostacling Competition,es to any mailer relating to such prices with any other vendoror with any competitor.. - (b)tiniest otherwise required by law,the prices which have been quoted In the bid have not been knowingly disclosed by the vendor prior to • opening,directly or Indirectly,to any other vendor or to any competitor. (c).Np attempt has been mode or wilt be made;by the vendor to induce any other parson,partnership or corporation to submit or not to submit a bid for the purpose of restridting_Competition. Collusions and fraud In bid preparation shell be reported to the Stela of Georgia Attorney General end the united States Justice Department. Bid Item#16-188 15th Street and Wrightsboro Road Storm&Sanitary Sewer improvement Bid Due:Thursday,May 19.2016 3:00 p.m. Page a of 15 I I I , 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 RFP,and 2.That no employee of the County,nor any member thereof,not any public agency or official affected by this RFP,has any pecuniary interest in the business of the responding firm or his sub•consuitenl(e)has any Interest that would conflict In any manner or degree with the performance related to this RFP, 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 errived et independently without colluusion,consultation,communications,or agreement,for the purpose of restricting competition,ae 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 violatlon of this provision, the County shall have the right to terminate eny related contract or agreement without liability end at its discretion to deduct from the price,or otherwise recover,the full amount otsuch fee,commission,percentage,gilt,payment or consfderatlon. Contractor Affidavit and Aaree egj By executing this affidavit, the undersigned contractor verifies Its compliance with O.C.O.A. § 13-10-91, stating affirmatively that the individual,firm,or corporation which is contracting with Augusta,Georgia Board of Commissioners has registered with and is participating in a federal work authorization program'/any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorizationro ram operated the United Stales of Homeland Security to verify information of newly hired employees,pursuant to the Immigration Reform and Control Act of 1988(iR A),P.L. 89.603J,In accordance with the applicability provisions and deadlines established In 0.C.GA§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 Auguste, Georgia Board of Commissioners, contractor will secure from such subcontractor(s)similar verification of compliance with 0.C.G.A§13.10.91 on the Subcontractor Affidavit provided In Rule 300-10-01-.08 or a substantially similar form.Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta,Georgia Board of Commissioners at the time the subcontractor(s)is retained to perform such service. Georgia Law requires your company to have an E•Ver1fy+User Identification Number(Company t,D,)on or after July 1,2009. For additional information or to enroll your company,visit the State of Georgia website: 1 tIDS:/e.Verliv,u'scls;gov/onroll/ and/or httn://www.doi,state.ga.us/adfhulesy30Q_10 1pdf t•E-Verify t User tdontlflcation Number(Company i.D,) #224004 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. Blair Construction,Inc. Company Name s-- Rti -• BY: Authorized Officer or Agent : y r t*` Z (Contractor Signature) NE Vice President {9 7 B 'a:" Title of Authorized Officer or Agent of Contractor S • p R r,‘t William R.Mutimer, Jr. !� �'r�lltill ilUN�"N• Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ONTTI ISS THE 19th DAY OF May ,yp 16 NOTARY SEAL Notary Public • My Commission Expires: August 7,2016 You Must Complete and Return the 2 ggg a lib u r rQ Y4 1.S rcitrel,Document Must Be Notarized, REv.B/6/2015 j a Bid item fi18 815th Slre'etf d Wright(;boora#toad Storm&Sanitary Sewer Improvement PATRICK SCOTT DILLARD - ry NOTARY PUBLIC • 4- `G B Due:Thursday,May 18,2016®3:00 p.m. BURKE COUNTY p U }- ('' - Page B of ib STATE OF GEORGIA .Q;�F.... •U My Commission Expires August 7.2016 �. . J 1 I I • / OIA You Must Complete end Return with Your Submittal, Document Must Be Notarized Systematic Alien Verification for Entitlements(SAVE) Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, as an applicant for an Augusta, Georgia Business License or Occupation Tax Certificate, Alcohol License,Taxi Permit,Contract or other public benefit as reference in O.C.G.A.Section S0-36-1, I am stating the following with respect to my bid for an Augusta, Georgia contract for Bid Item#16-168 15th Street and Wrightsboro Road Sewer fire Project Number and Project Nome] William R. Mutimer,Jr. !Print/Type:Name of natural person applying on behalf of individual,business,corporation,partnership,or other private entity) Blair Construction,Inc. iPsint/Type:Nome of business,corporation,partnership,or other privote entity) 1.) 11 ,i am a citizen of the United States. OR 2.) I am a legal permanent resident 18 years of age or older. OR 3.). I am an otherwise qualified alien 18§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.* i In making the above representation under oath, I understand that any person who knowingly and willfully makes a false,fictitious,or fraudulent statement or representation In an affidavit shall be guilty of a violation of Code Section 16-10-20 of the Official Code of Georgia. Signature of Applicant William R.Mutimer, Jr. Printed Name j`a S i R CI per:. n/a : 0 ..• f,P OR•., *Alien Registration Number for Non-Citizens -:• qty EA t 1"t•Z - 3r SUBSCRIBED AND SWORN BEFORE MEONTHIS THE 19th DAY OF May ,2016 �:•.�4'©Rc,P �,�'_` Notary Public '��+;;,,, oo0° TT My Commission Expires: August 7,2016 AOy p��l Cl- �1AA j - Note: THIS FORM MUST BE COMPLETED AND RErL ED Wt ''f1 UR SUJMITTAL liEV.2/17/2016 ��" Bid Item#16-16816th Street and•rmo i e�bro Roe Storm 44itenitaiy Sewer Improvement PATRICK SCOTT DILLARD /Vid:Pue:•Tiiitrt y,.May 18,2010®3:00 p.m. NOTARY PUBLIC i• .3- C 0L Page 7 of 16 BURKE COUNTY ,.,t1O. STATE OF GEORGIA My Commission Expires August'7.2016 I Local Small Business Opportunity Program Ordinance participation of local small businesses;and(c)agreement Reoulrements not to engage in discriminatory conduct of any type. Noticc TO.All Siddtlirs(PLEASE READ CAREFULLY) (II) Proposed Local Small Business Subcontractor/Supplier Utilization Plan. Shall apply to ALL Bids regardless of the dollar amount (ill)Documentation of Good Faith Efforts to use In accordance with Chapter 10B of the AUGUSTA, GA. local small businesses. CODE, Contractors agree to collect and maintain all records Failure to submit the above documentation shall necessary to for Augusta, Georgia to evaluate the effectiveness of result In the bid being declared non-responsive. Its Local Small Business Opportunity Program and to make such (d)Post Contract Award Requirements.The purpose of records available to Augusta, Georgia upon request. The this sub-section is to establish requirements for contractor requirements of the local.Small Business Opportunity Program can compliance with the LSBOP after a contract has been be found at www upualaaa tibv; in accordancewith AUGtisTA.,GA. awarded. This is Incorporated into all Augusta, Georgia CODE,Contractors shall report to Augusta,Georgia the total dollars Contracts for which a local small business goal has been paid to each subcontractor, vendor, or other business on each established or negotiated. contract, and shall provide such payment affidavits, regarding (1) Contractors shall have an affirmative, payment to subcontractors,If any as required by Augusta,S'eorgia. ongoing obligation to meet or exceed the committed local Such utilization reports shall be In the format *VOW..d',by the • small business goal for the duration of the contract.The Director of Minority and Small Business Opportunities, and shall be Augusta,Georgia may deem a contractor to be in violation submitted at such times as required by Augusta,Georgia. Required of the LSBOP and In breach of its contract if at any time forms can be found at v„'w auraustagastay. if you need assistance Augusta,Georgia determines that; completing,,,a form or filing Iiifotmatitori,please•contact the 1.550 (a)The contractor will not meet the committed Program office at(706)02444945: Failure to provide such repq* local small business goals;and within the tune pertt�d spec3#lad by Augusta, Georgia shall iarltitle (b) the reasons for the contractor's failure are Augusta,Georgia to exercise any of the remedies set forth,Including within the contractor's control.For example,if a contractor but not limited to, withholding payment from the Contractor and/or does not meet the local small business goal because the collecting liquidated damages. contractor terminated a local small business without cause To print a copy of the Prime Contractor Data Collection Form or if the contractor caused and local small business to visit:htttaj'. w, ca,tibvilfldem Px4N)D 167 withdraw from the project without Justification, then Website:° ) :)1t i tziius p ,gii+dep scxrn(d S Augusta,Georgia Is justified in finding the contractor to be a SHALL APPL. T a PR�EGTS 0 000.&UP in violation of the LSBOP. Local Srijall B�usiriess.t piporturn ty Pro:rami(Continued (h)Comp( ) Th. (b)The Director of minority and small business • Sec.1-18-129.Local small buslness opportunities program opportunities shall be responsible for evaluating good faith participation. efforts documentation and subcontractor information (a) Seated Bids The following procedures and contract submitted by bidders in conformance with,the AUGUSTA, requ(r'ements will be used to Insure that local small GA.CODE and any State and Federal Laws applicable to businesses are encouraged to participate In Augusta, any bid specifications for competitive sealed bid projects Georgia contracts,including but not limited to construction prior to award of the contract. contracts, requests for professional services and the (i)Competitive Bids. performance of public works contracts. The Augusta, Nothing in this Policy Is to be construed to require eiiorilia user department shall,lpoleete goals for local Augusta,Georgia to award a bid contract to other than the small business in all solicitations for contracts over lowest responsible bidder, or to require contractors to $100,000 in value; award to subcontractors, or to make significant material (1) Bid conditions for contracts awarded by purchases from local small businesses who do not submit Augusta, Georgia will require that, where subcontracting the best overall pricing to Augusta,Georgia. goal Is utilized in performing the contract, the bidder or S,tg„140-130.Exceptions—federally funded pro)ects, propatent; Villi Maki.k .Good Faith Efforts tO subcontract tri accordance with§1-10-8 and Chapter'1M the LSBOP 4th or pt1tohaso supplles from local small businesses..tild shall only be utilized with federally funded projects. solicitations or epacsifications:illi.i alible the bidder;or proponent to keep contracts as authorized by federal (and Georgia)laws, regulations records of such efforts that are adequate to permit a and conditions applicable to such projects.To the extent that there determination of compliance with this requirement. are any conflicts between any such laws, regulations or conditions (2) Each bidder shall be required to provide and the LSBOP, the federal (and Georgia) laws, regulations and documentation of achieving goal or provide documentation conditions shall control. of Good Faith Efforts to engage local small businesses es subcontractors or suppliers, the names of local small NATE: All forms should be submitted in a separate,-sealed businesses and other subcontractors to whom It intends to envelope labeled Local Small Business Required Forms; award subcontracts, the dollar value of the subcontracts, Company's Name&Bid Number and the scope of the work to be performed, recorded on the form(s)provided or made available as part of the bid mit'_Ammons atici. or gddltiori$ :irtfortrtattaa plow package, If there are no sub-contracting opportunities, contact: blttdarsiaail so Indicate on the appropriate form. (8) All bid documents shall require bidders or Mrs.Yvonne Gentry, proponents to s{rl?lull•wit(: their itiki.the following written Local Small Business Opportunity Program, documents, tstatetnertts,0) fnrme,'which shall be made 535 Telfair Street,Roam 610, available by the Procurement Department. Augusta,Georgia 30901 (i) Non-Discrimination Statement which shall 821.2408. affirm the bidder's: (a) adherence to the policies of (706 ) Augusta, Georgia relating to equal opportunity in contracting;(b)agreement to undertake certain measures Website: littp:illAnArW,aurjut3taria.ciovllndeat_ssrsx?gil083 • as provided in this policy to ensure maximum practicable Revised 2-11-15 Bid Item#16-168 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvement Bid Due:Thursday,May 19,2016 ec 3:00 p.m. Page 8 of 15 Local Small Business,i. 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.' The Local Small Business goal for this procurement is: 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 ro uti b.. !: dare., on-res p t sive. I 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 net exempt Bidders from Local Small Business Opportunity Program requirements unless the self-performer is a qualified and registered Local Small Business. All of the requirements of the Local Small Business Opportunity Program can be found in Augusta,GA Code,Chapter IOB. 2 Applicable forms are available on Augusta Georgia's Disadvantaged Business Enterprise website: W„autto.sta ar.nQv: 3 Only one Non-Discrimination statement is required"See Attachment B". Bid Item#16-168 15th Street and Wrighisboro Road Storm&Sanitary Sewer Improvement Bid Due:Thursday,May 19,2016 @ 3:00 p.m. Page 9 of 15 Local Small Business Opportuni#V.Program 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 all of the requirements of the LSBOP which can be found on Augusta, Georgia's Disadvantaged Business Enterprise Department website (wwwsaUa =s;y ��u . 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). !, The pte'award reottltemehts of the LSBOP are material coniditfont if this`l r cttrattlent A Bid shall be rejected if it is determined that a Bid fails to meet the required LSBOP requirements, including but not limited to, falling to provide the Required Pre-Award Bid Submittal documents, falling 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. ill. Begutred 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 Item#16-166 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvement Bid Due:Thursday,May 19,2016 @ 3;00 p.m, Page 10 of 15 I I 1 1 (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 Bid. 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-mails) 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. :Letid1_.1•of AC tttt, The Bidder shall submit with its bid completed Letter(s) of Intent (LO€) 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. AN 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 Requirement*, (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 Bid Item#16-168 15th Street and Wrightsboro Road Storm&Sanitary Sewer improvement Bid Due:Thursday,May 19,2016 @ 3:00p.m. Page 11 of 15 I business goal, the contractors shall comply with the Good Faith Efforts set in an effort to meet the supplemental local small business goal. (b) Contract Monitoring (1) Monthly Utilization Reports To evaluate the effectiveness of the LSBOP, Augusta, Georgia monitors the participation of Subcontractors and Suppliers on Augusta Georgia contracts. Each Contractor must submit a Monthly Utilization Report of Subcontract Payments by the 15 n of each month. The Monthly Utilization Report must reflect, from project start to date, the Contractor's receipt of payments from Augusta Georgia and the utilization of and payments to all Subcontractors or Suppliers identified in the Utilization Plan. Failure to submit a completed monthly Status Report will be considered a contract breach. Return all Utilization Reports to Disadvantaged Business Enterprise Department 535 Telfair Street Room 610 Augusta,Georgia 30901 (2) Monitoring Procedures Procedures for monitoring contract compliance may include, but are not limited to, site visits or 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 the Monthly Utilization Status Reports of Subcontractor/Suppliers Payments. Sid Item#16-16815th Street and Wrightsboro Road Storm&Sanitary Sewer Improvement Bid Due:Thursday,May 19,2016 @ 3:00 p.m. Page 12 of 15 i PROJECT 15th Street and Wrightsboro Road Sewer i LOCAL SMALL BUSINESS OPPORTUNITY PROGRAM LETTER OF INTENT TO PERFORM ASA SUBCONSULTANTISUBCONTRACTOR/SUPPLIER TOi Blair Construction,Inc. (Name of Proposer) A. The undersigned intends to perform work in connection with the above project In the following 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 Tran�portatfon V 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 Trucking Haul of Stone,Asphalt,Select Backfill Material,and Demo Material D. The undersigned states that they will be performing 2 %of the total project. E. The undersigned will sublet and/or award 0 %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. RR$Trucking LLC Date: May 17, 2016 (LSBOP Contractor Firm Name) By: (Signature of Authorized Representative) Bid Item#16-188 15th Street and Wrightsboro Road Storm&Sanitary Sewer improvement Bid Due:Thursday,May 10,2016 @ 3:00 p.m. Page13of15 I 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): • VThe 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 % will submit documentation demonstrating good faith efforts. Name of bidder/offeror's firm: Blair Construction,Inc. By William R. Mutimer,Jr. (Print Name) '1414 • l 5/19/16 (Signature) (Date) Bid Item#16.168151h Street and Wrighteboro Road Storm&Sanitary Sewer Improvement Bid Due:Thursday,May 19,2016 @ 3:00 p.m. Page 14 of 15 i - L , gO '"" S vii cc to at s �m� Ce & o .a I g �. o 'c �, as '� 0 E o 2 E ... ¢ C s D y �3 CA Cd CO °p N o W S. .RQ o t m yy 0N la t. n .. i A <,:, o CI ro 0 11 `` c 1 al 'O 2 -b `w 'U X01 C.:: ' c t, N p . — X; fo I a pr ;`' E ° a W 0 L .. • • O "E.) F O 01 s. bA o ; I E Ng//1/ 00._. A E g g z , m ad 'c d h. vHijy L o gi Hp @ saV 04 I w° c i_ la 12 33E g� a a :12 aha LL is m t7, I Or O R G IA STATE OF GEORGIA-COUNTY OF RICHMOND BID/RFP/RFQ# 16-168 SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13- 10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with Blair Construction,Inc. on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating In a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O. C. G.A 13-10-91. 396476 E-Verify'User Identification Number Country Boy Grassing Company Name /424.1 BY: Authorized Officer or Agent (Contractor Signature) Owner Title of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an E•Verify*User identification Number on or after July Harry Miller, Ir. 1,2009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia http://www.dol.state.Da.us/pdf/rules/300 10 1.pdf SUBSCRIBED AND SWORN BEFORE ME ON THIS THE htlps:l/e-verify.uscis.gov/enroll/ 30th DAY OF June 2016 I/ PATRICK SCOTT DlE.LARt} NOTARY PUBLIC BURKE COUNTY STATE OF GEORGIA Notary Public My Commission Expires August 7.2016 My Commission Expires: August 7,2016 NOTARY SEAL Note: The successful vendor will submit the above fornas.'o.•the Pio urefl n,t Department no later Q,c than five(5) days after receiving the "Letter of R "rn as � +(tkwior's letter will denote the date forms are to be received). =' : Rev.7/22/2011 Q, , � 'Vit~ tic Bid Item x116-168/15th Street and Sbtfr¢ pad;'Stofm&Sanitary Sewer Improvement Page 3 of 4 i G E% O R CIA In accordance with the Laws of Georgia,the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, Harry Miller,Jr, certify that this bid or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A. Section 36-91-21 (d)and(e), Country Boy Grassing 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 Country Boy Grassing 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. Signatu e of Authorized Company Representative Owner Title Sworn to and subscribed before me this 30th day of June Notary 2016. Signature PATRICK SCOTT DILLARD NOTARY PUBLIC BURKE COUNTY Notary Public: Patrick Scott Dillard (Print Name) STATE OF GEORGIA My Commission Expires August 7.2016 County: Burke Commission Expires: August 7,2016 NOTARY SEAL t!.• ' • �' Note: The successful vendor will submit the above forrras4;tike a ep t:Department no later than five(5) days after receiving the "Letter of Race uineclation"(Vend ltls letter will denote the date forms are to be received). O. • Rev.7/22/2011 E •� '• n 13 1 1 c vs ',J./h., Bid Item#16-168/15th Street and wrightsboro Road Storm&Sanitary Sewer Improvement Page 4 of 4 • G /E-"O R G I A STATE OF GEORGIA-COUNTY OF RICHMOND BID/RFP/RFQ# 16-168 SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with 0,C.G.A, 13- 10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with Blair Construction,Inc. on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland 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.I.. 99-603), in accordance with the applicability provisions and deadlines established in O. C. G. A 13-10-91. See Attached Exemption Form E-Verify*User Identification Number DJ Construction Company flame 41) BY: A th'rized Officer or Agent (Contractor Signature) Owner Title of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an E-Verify*User Identification Number on or after July Dewight Johnson 1,2009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia htto://mtm.dol.state. a.us/odf/rules/300 10 1.pdf SUBSCRIBED AND SWORN BEFORE ME ON THIS THE https:tie-verifv.uscis.govienroili 30th DAY OF June , 2016 PATRICK SCOTT DILLARD NOTARY /'` ��l r BURKE COUNTIY �� STATE OF GEORGIA Notary Public My Commission Expires August 7.2010 My Commission Expires: August 7,2016 NRT,4RY.SEAL CO ►.i Note: The successful vendor will submit the above fr?r/l. o tlierOppvr ent Department no later than five (5) days after receiving the "Letter of:i ai, 1)endation" iidor's tetter will denote the date forms are to be received). ,_ REV.7/22/2011 P t113', • , CX Bid Item 3116.163/15th Street and WtightibotAoad Storm&Sanitary Sewer Improvement Page 3 of 4 G BO R GI A In accordance with the Laws of Georgia, the following affidavit Is required by alt vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR 1, Dewight Johnson certify that this bid or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A. Section 36-91-21 (d)and(e), DJ Construction 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 DI Construction 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 oflAuthorized Company Representative Owner Title Sworn to and subscribed before me this 30th day of June 2016. Notary Signature PATRICK SCOTT DILLARD NOTARY PUBLIC BURKE COUNTY Notary Public: Patrick Scott Dillard (Print Name) STATE OF GEORGIA My commission Expires August 7.2016 County: Burke Commission Expires: August 7,2016 NOTARY SEAL t` JE. Note: The successful vendor will submit the above forms to the Procurement Defla ,6nt o v - than five(5) days after receiving the "Letter of Recommendation"(Vendor's tgxer`v�,�i dttno the date forms are to be received). t h: �, ,, ;.n :cl Rev.7/22/2011 • Bid Item tiib-168/1Sth Street and Wrightsboro Road Storm&Sanitary Sewer improvement Page 4 of A O L' Q .`R` C) 1:` A Affidavit of Agreement I have 10 or fewer employees and do not intend to hire 11 employees or more for the purpose of supplying goods or services to Augusta, Georgia. Per HO 87 Section, Vendors with 10 or. fewer employees are exempt from acquiring an E-Verify account and are required to supply a copy of their driver license if they have not registered and do not have an E-Verify User Identification Number. Should I acquire more than 10 employees, I will acquire an E-Verify account. D.J.Construction Company Name (Ai \i J Date: June 30,2016 BY: Authorized Officer or Agent (Contractor Signature) Owner Title of Authorized Officer or Agent of Contractor Dewight Johnson PATRICK SCOTT DILLARD Printed Name of Authorized Officer or Agent NOTARY PUBLIC BURKE COUNTY STATE OF GEORGIA SUBSCRIBED AND SWORN My Commission Expires August 7.2016 30th DAY OF June ,20 16 ;0,4 4 Notary Public 4• �� U: kr () co: / My Commission Expires: August 7,2016 - • c `-- fco Per HS 87, if you have 10 or fewer employees and do not intend to hire employees more tha }1 .;..`y'.'' employees for the purpose of supplying goods or services to Augusta, Georgia, you are exempt from acquiring an 8-Verify number. You are required to complete the attached affidavit of agreement form. Please return a notarized copy of the form along with a copy of your driver license if you do not have an E-Verify User Identification Number and do not intent to acquire one. Rev.8/30/13 G ,E` O R G I A STATE OF GEORGIA-COUNTY OF RICHMOND BID/RFP/RFQ# 16-168 SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with 0.C.G.A. 13- 10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with Blair Construction,Inc. on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ((RCA), P.L. 99-603), in accordance with the applicability provisions and deadlines established in O. C. G.A 13-10-91. 237339 E-Verify*User Identification Number H&C Surveying Company Name BY: Authorized Officer or Agent (Contractor Signature) Vice President Title of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an E-Verify*User Identification Number on or after July Randell E.Cook 1,2009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia htip:IA vw.dol.state.pa.uslpdffrulesl300 10 1.pdf SUBSCRIBED AND SWORN BEFORE ME ON THIS THE htias:lfe-verify.uscis.gov/enroll( 30th DAY OF June , 2016 PATRICK SCOTT DILLARD NOTARY PUBLIC BURKE COUNTY STATE OF GEORGIA i Notary Public ► y Commission Expires August 7.2016 My Commission Expires: August 7,2016 NOTARY SEAL Note: The successful vendor will submit the above forms to the Procurers r1..Oe tt ~ 4 ter than five(5) days after receiving the "Letter of Recommendation"O/c-VA/0 Mto?iii!.d0;i to the date forms are to be received), .s' :0 • 4. a REV.7/22/2011 ?. 3*. , ;PUB• V\() `, RYf'. ‘\`\\ Item Did Item#16.168/15th Street and Wrightsboro Road Storm&Sanitary$.ewet'ftLprovement Page 3 of 4 G E. O R C I A in accordance with the Laws of Georgia,the following affidavit Is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR 1, Minden E. Cook certify that this bid or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. i agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A. Section 36-91-21 (d)and(e), H&C Surveying,Inc. has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition In such bidding or proposals by any means whatsoever.Affiant further states that(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 H&C Surveying,Inc. Is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only,or if furnished to any other bidder, that the material shall be at a higher price. Signature of Authorized Company Representative Vice President Title Sworn to and subscribed before me this 30th day of June , 2016. Notary Signature PATRICK SCOTT DILL ARD NOTARY PUBLIC Notary Public: Patrick Scott Dillard (Print Name) BURKE COUNTY GEORGIA County: Burke my CommissionSTATE ExOFpires August 7.2016 Commission Expires: August 7,2016 NOTARY SEAL Cilis Note: The successful vendor will submit the above forms to the Pracurerria 'be, t1.t Pt`e'1 titer than five (5) days after receiving the "Letter of Recommendation"(iE rl ett r ll eie)Iote the date forms are to be received). f : t3 Rev.7/22/2911 Bid Rein g16-168/15th Street and wrightsboro Road Storm&Sanitary Sever iniprovernent Page 4 of 4 G E-/ O R G I A STATE OF GEORGIA-COUNTY OF RICHMOND BID/RFP/RFQ# 16-168 SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13- 10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with Blair Construction,Inc, on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* fany of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O. C. G.A 13-10-91. 294595 E-Verify*User Identification Number IPR Southeast,LLC Company Name Authorized Officer or Agent (Contractor Signature) Project Manager Title of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an E-Verify*User Identification Number on or after July Jacob Crowe 1,2009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia http:l/vmw.do€.state.ga_usi.df/rules/300 10 1.pdf SUBSCRIBED AND SWORN BEFORE ME ON THIS THE htles:l/e-verify.uscis.nov/enroll/ 30th DAY OF June , 2016 PATRICK SCOTT DILLARD NOTARY PUBLIC LATE COUNTY OG IAust Notary Public My Commission Expires AuOftGg7.2010 My Commission Expires: August 7,2016 NOTARY SEAL -Gj:` o Note: The successful vendor will submit the above forms to the Pro inf.. rkin ho later than five(5) bays after receiving the "Letter of Reconli:nendatidr�„jVc )dor s letter y4'i denote the date forms are to be received). a Rev.7/22/2011 4s` PUl31 •,.,ri ;;, ist�� -- Bid Item#16.168/15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvement Page 3of4 C E' 0 R G 1 A In accordance with the Laws of Georgia,the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, Jacob Crowe certify that this bid or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and Is in all respects fair and without collusion or fraud. I understand collusive bidding Is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A. Section 36-91-21 (d)and(e), IPR Southeast,LLC 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.Afflant 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 IPR Southeast,LLC 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 f1urnish/"ed to any other bidder, that the material shall be at a higher price. / ature of Authorized Company Representative Project Manager Title Sworn to and subscribed before me this 30th day of June , 2016, -Air –'" '`— � PATRICK SCOTT DILLARD Notary Signature NOTARY PUBLIC BURKE COUNTY STATE OF GEORGIA My Commission Expires August 7.2010 Notary Public: Patrick Scott Dillard (Print Name) County: Burke Commission Expires: August 7,2016 NOTARY SEAL ,e,C0T '_ Note: The successful vendor wil submit tt ie above forms to the Procr�i1 'er?�crake' tr 1er`ii,rs later than five(5) days after receiving the Letter of RecommendationrWer for s letter vxil;denote the date forms are to be received). �•y���� :E3 or: Rey.7/z2/2011c, co A(16 d , `\ • .,,.`��y,,; Bid Rem U16.168/15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvement Page 4of4 G �i;`' O R 0 1 A STATE OF GEORGIA- COUNTY OF RICHMOND BIDIRFP)RFQ# 16-168 SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with 0.C.G.A. 13- 10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with Blair Construction,Inc. on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating In a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O. C. G.A 13-10-91. 737777 E-Verify*User Identification Number RRB'Trucking,LLC Company Name :retie/ 1, 6A1i•4 BY: Authorizect fficer or Agent (Contractor Signature) Owner Title of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an E-Verify`User Identification Number on or after July Ruby Bassey 1,2009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia http://vAvw.dastate.ga.us/pdf/rules/300 10 1.pdf SUBSCRIBED AND SWORN BEFORE ME ON THIS THE https:f/e-verifv.uscis ctov/enroll! 30th DAY OF June , 2016 PATRICK SCOTT DILLARD NOTARY PUBLIC BURKE COUNTY STATE OF GEORGIA Notary Public My Commission Expires August 7.2016 My Commission Expires: August 7,2016 NOTARY.,SE$AL;};: 'GOTI' Note: The successful vendor will submit the above forms f±*� •P9rcuf �i9nt•gerartmenf no later than five (5) days after receiving the "Letter of Recottt3r tidktion"(Vendor.%'letter will denote the date forms are to be received). REv.7/22/2011 � �?U B'-"G ' t*-= • Rid Item 416.168/15th Street and wrightsboro Road Storm&Sanitary Sewer Improvement Page 3014 i G E.:'OR CIA In accordance with the Laws of Georgia,the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR t, Ruby Bassey certify that this bid or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result In fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A. Section 36-91-21 (d)and(e), RRB Trucking,LLC 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 protect 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 RRB Trucking,LLC 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. Ltq Signature of Auth lzed Company Representative Owner Title Sworn to and subscribed before me this 30th day of June ,2016. Notary Signature PATRICK SCOTT DILLARD NOTARY PUBLIC BURKE COUNTY Notary Public: Patrick Scott Dillard (Print Name) STATE OF GEORGIA My Commission Expires August 7.2016 County: Burke Commission Expires: August 7,2016 NOTARY SEAL Note: The successful vendor will submit the above forms to the Procur nibt r pia fr 'ts.f©,fater than five(5) days after receiving the 'Letter of Recommendation" ttdcNr letter riil'r gtote the date forms are to be received). Rev.7/22/2011 u=43 $ • Rid item 1116.168/25th Street and Wrightsboro Road Storm&Sanitary Sewer Improvement Page 4 of 4 I 1 1 G E O R G IA STATE OF GEORGIA- COUNTY OF RICHMOND BID/RFPIRFQ# 16-168 SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with 0.C.G.A. 13- 10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with Blair Construction,Inc. on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ((RCA), P.L. 99-6031, in accordance with the applicability provisions and deadlines established in O. C. G.A 13-10-91. 225912 E-Verify*User Identification Number Southern Asphalt,LLC Corpparty Name BY: Authorized Officer or Agent (Contractor Signature) President Title of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an E-Verify'User Identification Number on or after July Brannon S.Brown 1,2009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia httn:/lw w.doi.state.ga.usipdf/rules/300 10 1.0df SUBSCRIBED AND SWORN BEFORE ME ON THIS THE https:/!e-verify.uscis.gov/enroll/ 30th DAY OF June 2016 PATRICK SCOTT DILLARD NOTARY PUBLIC t3URKE COUNTY STATE OF GEOGIA Notary Public My Comm ss on Expires August 7.2016 My Commission Expires: August 7,2016 NOTARY SEAL,, , ;:'•'g ........�:� Note: The successful vendor will submit the above forms 4ffte qt;c(cltrrner'►}j oartment no later than five(5) clays after receiving the Letter of Recokt14 44drion"(Vencforwis'::lctter will denote the date forms are to be received). h-• ,- it) Z Y _ % ) REV.7/22/2011IJt \, • GY/,-.••G• • \, �, Y`\, Bid Item(116.168/15th Street and 4Nrightsboro'toad Storm&Sanitary Sewer Improvement Page 3 of 4 f�I G ,E "'O R CIA In accordance with the Laws of Georgia,the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR 1, Brannon S.Brown certify that this bid or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A. Section 36-91-21 (d)and(0), Southern Asphalt,LLC 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 Southern Asphalt,LLC 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 President Title ! Sworn to and subscribed before me this 30th day of June , 2016. Notary Signature PATRICK SCOTT DILLARD NOTARY PUBLIC BURKE COUNTY STATE OF GEORGIA Notary Public: Patrick Scott Dillard (Print Name) My Commission Expires August 7.2016 County: Burke Commission Expires: August 7,2016 NOTARY SEAL Note: The successful vendor will submit the above forms to the Procerc ie /}aJ ixe no later than five(5) days after receiving the "Letter of Recorn mendatior�' /e, or's Iett6r Mk denote the date forms are to be received). ..,-- : t Rev.7/22/2011 � ': ll tl L Bid Item U16.168/1Sth Street and wrightsboro Road Storm&Sanitary Sewer Improvement Page 4 of 4 I w s O R G 1 A STATE OF GEORGIA- COUNTY OF RICHMOND BIDIRFPIRFQ# 16-168 SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with 0.C.G.A, 13- 10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with Blair Construction,Inc, on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* (any of the electronic verification of work authorization programs operated by the United States Department of Homeland 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. 99-604 in accordance with the applicability provisions and deadlines established in O. C. G. A 13-10-91. 234026 E-Verify*User Identification Number Turpin,Inc. Company Name BY: Authorized Officer or Agent (Contractor Signature) Vice President Title of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an E-Verify*User Identification Number on or after July Keith Turpin 1,2009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia http://www.dol.state.gaus/pdffrules/300 10 1.pdf SUBSCRIBED AND SWORN BEFORE ME ON THIS THE htips://e-vorify_tiscissiov/enrollt 30th DAY OF June 2016 PATRICK SCOTT DILLARD NOTARY PUBLIC BURKE COUNTY STATE OF GEORGIA Notary Public My Commission Expires August 7.2016 My Commission Expires: August 7,2016 NOTARYS1tt!i•;y;•,, Note: The successful vendor will submit the above forms to tl f*btdcureiJ91t,b0ge ment no later than five(5) days after receiving the "Letter of Racomm� a-ila Vencor's:l ttjar will denote the date forms are to be received). = Rev.7/22/2011 :".U 8``" 'C7 Bid Item#16.168/15th Street and Wrightsboro Roast term'&'Sanitary Sewer Improvement Page 3 of 4 7. G E" O R CIA In accordance with the taws of Georgia,the following affidavit is required by all vendorsNOTARY NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR 1, Keith Turpin certify that this bid or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding Is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A. Section 36-91-21 (d)and(e), 'Turpin,Inc. has not, by itself' or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever.Affiant further states that(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 Turpin,Inc. is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or if furnished to any other bidder, that the material shall be at a higher price. Signature of Authorized Company Representative Vice President Title Sworn to and subscribed before me this 30th day of lime , 2016, '---/-'4 --'' -''-"c'-"--,e- -------- . .."::?1:----1/4---, Notary Signature PATRICK SCOTT DILtARD PUBLIC BURKE COUNTY STATE OF GEORGIA Notary Public: Patrick Scott Dillard (Print Name) My Commission Expires August 7.2016 County: Burke Commission Expires: August 7,2016 NOTARY SEAL Note: The successful vendor will submit the above forms to the Procur na.,41$D� ten M. 0 later than five(5) days after receiving the "Letter of recommendation nattAs fetterkWilPilenote the date forms are to be received). }. Rev.7/22/2011 U `�' Bid Item#16-168/15th Street arid Wrightsboro Road Storm&'SahitaIy}etiger Improvement Page 4 of 4 DOCUMENT 00 31 00 AVAILABLE PROJECT INFORMATION 1.1 SUMMARY A. Document includes information available for bidders: 1. Plans for"15th Street and Wrightsboro Road, Storm& Sanitary Sewer Improvements" B. Related Documents: 1. Document 00 21 13 -Instructions to Bidders: Site Examination. 1.2 SUBSURFACE INVESTIGATION REPORT A. No geotechnical report was performed for this project. 1.3 TOPOGRAPHIC SURVEY A. A copy of a topographic survey is included in the plans,titled "15th Street and Wrightsboro Road, Storm& Sanitary Sewer Improvements", as prepared by W.K. Dickson& Co., Inc. B. This survey identifies grade elevations prepared primarily for use of Engineer in establishing new grades and identifying natural water shed. 1.4 EXISTING CONDITIONS SURVEY A. A copy of an existing conditions survey is included in the plans,titled "15th Street and Wrightsboro Road, Storm & Sanitary Sewer Improvements", as prepared by W.K. Dickson &Co., Inc. B. This survey identifies conditions of existing construction prepared primarily for use of Engineer in establishing extent of new versus existing work. Proposed work, by Georgia Regents University(GRU), currently under way in the project area was included in the survey drawing as an aid to the Engineer to represent site improvements planned by the outside entity. These improvements were last updated per the August 3`d,2015 GRU plan revisions. The extent of improvements completed by GRU is subject to change as time passes and subsequently, so will the conditions of the site. The City of Augusta Utilities Department Available Project Information 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 31 00- 1 WKD Project Number: 201500037.00.AG DOCUMENT 00 41 43 BID FORM-UNIT PRICE Proposal of Blair Construction,Inc. [hereinafter called"Bidder"); (Bidder) organized and existing:under the laws of the.State of Georgia,doing.business as(1/{...- tporatign,.[( )]a partnership,:( )an individual for Augusta UtilitiesDeuaiimetit ,(hereinafter called"Owner"). In compliance with your Invitation to Bid, Bidder hereby proposes to perform all work for tho construction of Did Item 16.168 15°'Strect and Wrightsboro Road Storm and Sanitary Sewer Improvements, . in strict accordance with the Contract Documents, within the time set forth therein, and at the prices stated below. By submission of this Bid, each Bidder certifies,and in the case of a joint Bid each party:thereto certifies as to his own organization, that this Bid has been strived at Independently;without consultation, communication, or agreement as to any matter relating to this Bid with any other Bidder or with any competitor. Bidder hereby agrees to commence work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete the project within j_54 consecutive calendar days thereafter. Bidder fiirtiicr agrees to:pay:as liquidated damages,the sum of$;1,000.00 for each eonseeutive calendar day that the Ctttlracior falls to complete the work Indicated thereafter, Contract Documents — Are defined in the Agreement Form(Doeunnent 00 52 15)and Standard General Conditions(Document 00 72 15). Bidder acknowledges receipt of the following Addenda: Addendum No.1,dated ,Signature .. Addendum No.2,dated ,Signature . Addendum No.3,dated ,Signaturo Addendum No.4,dated ,Signature Addendum No.5,dated ,Signature Augusta Utilities Department Bid Form-Unit Price 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 4143.-I VKD Project Number: 201500037.00.AG BiD Item Spec.Ref. Item Description Unit Unit Unit Price Total General Construction LS-1 - Mobilization,Demobilization LS 1 /G-0'3a `�" /40 41-4'S LS-2 - Bonds,Insurance LS 1 Z#7.4.4,"`'i Zo 247e,e'" LS-3 0150 00 Traffic Control LS r 1 30205"5 3 0 7I s LS-4 - Remove and reset sl:na;a and traffic si; ais LS 1 5:5240 �?' S3 .. .1e-f2 LS-5 31 25 13 Erosion and sediment control LS 1 /372.5. '...`= /5-/2s �2 LS-6 - Utility Relocate LS 1 /p./ 4e1/2Z/ Demolition&Earthwork LS-7 ! 32 9219 Permanent Grassing I LS ."� 1 36,'74, s-1 36,74, 11padway 8"Thick Plowable Fill Cap with a 2"Thick P-11A 32 12 16 12.5mm Superpave Asphalt Patch,including _ bituminous tack coat SY 1,100 7S �� g4. Asphalt overlay 1.5"Type F,including P-1 32 12 16 bituminous tack coat. SY 3,350 /G' 3f42473 P-9 32 13 13 24"Concrete Curb and/or Gutter Replacement LF 150 Z.? /32. -- P-5 32 13 13 4"thick Concrete sidewalk,3000 psi mix SY 50 74, ' 3i Z Z' = Drainage SD-2 33 0513,16 Junction Box,GADOT STD 9031U-As Apprcved by Engineer EA 4 g '7 �' 334a3 7 --- SD-1 33 0513.16 Pre-cast Manhole,AUD Standard Detail 2.3, L /� 3 �,� 42 03 ry Depth 8'to 10'(72"Diameter) LA 1 SD-2 33 0513.16 Pre-cast Conflict Structure at Wrightsboro Rd LS 1 Za'4-ea2-dy Z ,–�� '."-!=- 50-1. 50-1 33 4100 8"Dia.PVC SDR 26,Depth 0'to 6' LF 44 444, ??-- SD-1 SD-1 33 4100 15"Dia.RCP,Class III GADOT STD 1030D LF 70 /ti,S /z?7 SD-1 33 4100 18"Dia.RCP,Class II1 GA DOT STD 10300-As Approved by Engineer LF 40 /�3 3- 732- !'f:›- SD-1 33 4100 42"Dia.RCP,Class III GADOT STD 1030D LF 90 .3241- 2 y2ve„ SD-1 33 4100 48"Dia.RCP,Class III GADOT STD 1030D-As Approved by Engineer LF 40 3S2 /02°5- SD-3 2 cSD-3 33 0513.16 Fully/Partially Plug 8"Combination Sewers EA 1 Bze, SD-3 33 0513.16 Fully/Partially Plug 15"Combination Sewers EA 2 /' ;e3 , • ?73 - SD-3 33 0513,16 Fully/Partially Plug 42"Combination Sewers EA 1 304,5.. •g, S✓r� Augusta Utilities Department Bid Port-Unit Price 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 41 43-2 WKD Project Number: 201500037.00,AG i SID-3 33 05 13.16 Fully/Partially Plug 48"Combination Sewers 13A SD-3 33 0513.16 Fully/Partially Plug 54"Combination Sewers EA SD-3 33 0513.16 Fully/Partially Plug 60"Combination Sewers EA 1 77/ 74,9/ M-4 31 23 16 Select Backfill,GA DOT Type 1,Class I& (Sand/Clay).-As Approved by Eng-ingot CY 500 M-8 31 23 16 #57 Stone for Bedding-6"plus half pipe-As #-344, I3 a a Approved by.EnitleeX CY 100 �Z Sewer P S-1 33 3100 36"Dia.Ductile Iron Pipe(Protecto 401 Lined- Ceramic Epoxy),Depth 6'to 8' LF 136 614' 015-75" S-1 33 3100 36"Dia.Ductile Iron Pipe(Protecto 401 Lined- 0, Ceramic Epoxy),Depth 8'to 10' LF 299 _ t�� S-1 33 3100 8"Dia.PVC SDR 26,Depth 8'to 10'-As Approved by Engineer LF 20 /425.- �- 2/� . 8.1 33 3100 36"Dia.PVC SDR 26,Depth 6'to 8' LP 399 2�'�` �� //2/' '/ /7- S-1 33 3100 36"Dia,PVC SDR 26,Depth 8'to 10' LF 4 184 1.07 ?2 73-143/ 34' Jack&Bore-54"Dia.Steel Casing and Ductile S-4 33 05 23 Iron Carrier Pipe,(Protecto 401 Lined-Ceramic 114- Epoxy),Including supports and ends sealed. LP 135 /2/Z `'3�'. f S-21 33 31 00.10 54"Rehabilitation Spray-On Geopolytner Lining System LF 390 72.0. Z.051-2 �! M-4 31 23 16 Select Backfill,GA DOT Type 1,Class I&II /�� " (Sand/Clay)-As Approved by Engineer CY 1400 T7 4,277'4' M-8 31 23 16 #57 Stone for Bedding-6"plus half pipe-As /l Approved vy.Engineer. CY 400 '0/ /4O 7Z M-1 3123 23.33 Plowable Fill-As Approved bY:Engzineer CY 300 2z7/ � 4'c'3)5— ' I S-6 33 0513.16 Pre-cast Sanitary Manhole,AUD Standard Detail 2.3,Depth 6'to 8'(72"Diameter) EA 4 'S�7 '� 2. 5-6 33 0513,16 Pre-cast Sanitary Manhole,AUD Standard Detail 2,3,Depth 8'to 10'(72"Diameter) EA 2 /,/97 03772 �. S-6 33 0513.16 Pre-cast Sanitary Drop Manhole,AUD Standard ,` Detail 2.4,Depth 8'to 10'(72"Diameter) EA 1 - ��- 449- 4) Pre-cast Sanitary Manhole,Pre-cast Transition S-6 33 0513,16 Manhole 1 Detail,Depth 8'to 10'(180" f9667 /74...3—,3'- Diameter) EA 1 Augusta Utilities Detainment Bid Form-Unit Price 15th Street sad Wrighishoro Road Storm&Sanitary Sewer improvements 0041 43-3 WKD Project Number: 201500037.O0.AG I I.-. • . Pre-cast Sanitary Manhole,Pre-cast Transition S-6 33 0513.16 Manhole 5 Detail,Depth 8'to 10'(144" /04.33B--e. A43 3 _o Diameter) EA 1 S-6 33 0513.16 Pre-cast Sanitary Doghouse Manhole,Doghouse j'r� ry Manhole over Brick Sewer Detail,.Depth 6'to 8' EA 1 /eg 97/ • /B 92l __.-- S-6 33 0513.16 Pre-cast Sanitary Manhole,Pre-cast Transition 3 Manholes Detail,Depth 6'to 8'(120"Diameter) - .EA 1 /5 077 /895. S-13 33 3100 6"Sanitary.Sewer Service ConTllete in Place BA _ 1 '3)v' - 9 3 74:. "-._ Water W-1 312316.13 Water Service Conflicts-As Approved by vv Ra�gineer EA 3 3l.�00 /,e" ' 'al-"� W-1 31 23 16.13 Water Main Conflicts-As Approved by ''>> �tl �o Engineer BA 3 ��Y'az�-- �3Z47p , Other M-7 31 23 16.13 Fiber Optic Crossing _ LS 1 4,10'f-- 4'? Additional Work/Materials-As Required By Field Conditions A-1 - Landscaping Allowance•As Approved by Engineer IS 1 $10,000.00 $ 10,000,00 LS-8 33 0513.16 L Bypass Pumping LS 1 l 7sv'7-6 $ 4,07�c,'�' • • TOTAL BID PRICE Having examined the Contract.Docwnents for the above mentioned project,we,the undersigned,hereby offer to enter info a Contract to perform the Work for the following Total Bid Price of: One Million Seven Hundred Seventy Two Thousand Dollars($ 1,772,174.74 (Words) One Hundred Seventy Four&74/100 (Numbers) Respectfully submitted: Blair Construction,Inc. P.O. Box 770 Evans,Georgia 3 09 Business Name Business Address William R. Mutimer,Jr. Ct/., `4 Printed/Typed Name Signature Vice President May 19,2016 Title Date Augusta Utilities Department Bid Form-Unit Price 15th Street end Wriglttsboro Road Storm&Sanitary Sewer Improvements 00 41 43-4 WKD Project Number: 20150003100.AD State of Georgia UC300100 P.O.Box.770 Evans,GA 30809 Name of Licensing State and License Number Corporate(Partnership)Address 706-868-1950 Georgia Telephone Number State of Incorporation Seal-If Bid is by a Corporation 706-868-1950 • Telephone Number / • : 0N..TRS Attest: .///4•1pRP0,g A a r eBlair L.Mutimer,III .. _ < SZ� tAi-- Z• Title Corporate Secretary 197q ' Note: Fora valid bid,the Bid Form and Bid Bond must both be properly signed by the President of therm officer authorized to sign contracts for the firm. �I1,,,,h, ,,r'%*s • • • • Augusta Utilities Department Bid Form-Unit Price 15th Street and 1Vrigtitsboro Road Storm&Sanitary Sewer Improvements 00 4143-5 WKD Project Number: 201500037.00.AG I Blair Construction, Inc. P.O. Box 770 Evans, Georgia 30809 Phone (706) 868-1950 Fax (706) 868-1855 June 14, 2016 W.K. Dickson & Co., Inc. 1450 Greene Street, Suite 225 Augusta, GA 30901 Attn: Trey Wingate, P.E. Re: 15th Street and Wrightsboro Road Storm & Sanitary Sewer Improvements for Augusta, GA— Utilities Department Dear Mr. Wingate, In an effort to lower the cost of this project for the City of Augusta, we have taken the time to re- examine some of our bid prices submitted on May 19, 2016. Please find attached a newly prepared bid schedule with our reduced prices indicated in RED. Please note that the Bypass Pumping (Item # LS-8) has changes to both the unit cost and the unit of measure. We sincerely hope that these changes/savings will help in the award of this needed project. Please let me know if you have any questions or need any additional information. Sincerely, Patrick S. Dillard Chief Estimator 15th Street And Wrightsboro Road Sewer 5-1--16 Item# Description Unit Quantity Unit Bid Bid Amount General Construction LS-1 Mobilization, Demobilization LS 1 $ 10,000.00 $ 10,000.00 LS-2 Bonds, Insurance LS 1 $ 22,800.00 $ 22,800.00 LS-3 Traffic Control LS 1 $ 30,000.00 $ 30,000.00 LS-4 Remove and Reset Signage and Traffic Signals LS 1 $ 5,538.50 $ 5,538.50 LS-5 Erosion And Sediment Control LS 1 $ 15,125.90 $ 15,125.90 LS-6 Utility Relocation LS 1 $ 32,000.00 I $ 32,000.00 LS-7 Permanent Grassing LS 1 $ 3,076.10 1 $ 3,076.10 Roadway 8"Thick Flowable Fill Cap with a 2"Thick 12.5mm P-11A Superpave Asphalt Patch, Including Bituminous Tack SY 1100 $ 75.33 $ 82,863.00 Coat P-1 Asphalt Overlay 1.5"Type F, Including Bitiminous Tack SY 3350 $ 10.21 $ 34,203.50 Coat P-9 24"Concrete Curb and/or Gutter Replacement LF 150 $ 27.55 $ 4,132.50 P-5 4"Thick Concrete Sidewalk,3000 psi Mix SY 50 $ 76.44 $ 3,822.00 Drainage SD-2 Junction Box,GADOT STD 9031 U-As Aspproved By EA 4 Engineer $ 8,409.40 $ 33,637.60 SD-1 Pre-cast Manhole,AUD Standard Detail 2.3, Depth 8'to EA 1 10' (72"Diameter) $ 10,839.50 $ 10,839.50 SD-2 Pre-Cast Conflict Sturcture at Wrightsboro Road LS 1 $ 26,562.00 $ 26,562.00 SD-1 8"Dia.PVC SDR 26 0'-6'Depth LF 44 $ 146.71 $ 6,455.24 SD-1 15"Dia RCP,Class III GADOT STD 1030D LF 70 $ 185.64 $ 12,994.80 SD-1 18"Dia RCP,Class III GADOT STD 1030D-As Approved LF 40 By Engineer $ 193.32 $ 7,732.80 SD-1 42"Dia RCP Class III GADOT STD 1030D LF 90 $ 324.52 $ 29,206.80 SD-1 48"Dia RCP,Class III GADOT STD 1030D-As Approved LF 40 By Engineer $ 357.14 $ 14,285.60 SD-3 Fully/Partially Plug 8"Combination Sewers EA 1 $ 820.80 $ 820.80 SD-3 Fully/Partially Plug 15"Combination Sewers EA 2 $ 1,486.75 $ 2,973.50 SD-3 Fully/Partially Plug 42"Combination Sewers EA 1 $ 3,486.50 $ 3,486.50 SD-3 Fully/Partially Plug 48"Combination Sewers EA 1 $ 5,128.10 $ 5,128.10 SD-3 Fully/Partially Plug 54"Combination Sewers EA 3 $ 6,050.85 $ 18,152.55 SD-3 Fully/Partially Plug 60"Combination Sewers EA 1 $ 7,691.20 $ 7,691.20 M-4 Select Backfill Materail,GA DOT Type I,Class I&II ----- ----- --- - (Sand/Clay)-As Approved By Engineer CY 500 $ 25.00 $ 12,500.00 M-8 #57 Stone For Bedding-6"Plus Hlf Pipe-As Approved By Engineer CY 100 $ 35.00 $ 3,500.00 Sewer — S 1 36"Dia. Ductile Iron Pipe(Protecto 401 Lined-Ceramic Epoxy), Depth 6'-8' LF 136 $ 474.82 $ 64,575.52 S-1 36"Dia. Ductile Iron Pipe(Protecto 401 Lined-Ceramic Epoxy), Depth 8'-10' LF 299 $ 493.12 $ 147,442.88 S-1 8"Dia. PVC SDR 26 Depth 8'-10'-As Approved By LF 20 $ 105.64 $ 2,112.80 Engineer S-1 36"Dia. PVC SDR 26 Depth 6'-8' LF 399 $ 294.89 $ 117,661.11 S-1 36"Dia. PVC SDR 26,Depth 8'-10' LF 184 $ 409.79 $ 75,401.36 Jack&Bore-54"Dia.Steel Casing and Ductile Iron S-4 Carrier Pipe,(Protecto 401 Lined-Ceramic Epoxy), LF 135 $ 1,212.46 $ 163,682.10 Including Supports and Ends Sealed S-21 54"Rehabilitation-Spray-On Geopolymer Lining System LF 390 $ 607.36 $ 236,870.40 M-4 Select Backfill,GA DOT Type 1,Class I&II(Sand/Cla)- As Approved By Engineer CY 1400 $ 25.00 $ 35,000.00 M-8 #57 Stone For Bedding-6"Plus Half Pipe-As Approved By Engineer CY 400 $ 35.00 $ 14,000.00 M-1 Flowable Fill-As Approved by Engineer CY 300 $ 201.25 I $ 60,375.00 S-6 Pre-Cast Sanitary Manhole,AUD Standard Detail 2.3, EA 4 Depth 6'-8'(72"Diameter) $ 11,655.07 $ 46,620.28 S-6 Pre-Cast Sanitary Manhole,AUD Standard Detail 2.3, EA 2 Depth 8'-10'(72"Diameter) $ 11,998.50 $ 23,997.00 S-6 Pre-Cast Sanitary Manhole,AUD Standard Detail 2.4, EA 1 Depth 8'-10'(72"Diameter) $ 14,050.50 $ 14,050.50 S-6 Pre-Cast Sanitary Manhole,Pre-Cast Transition Manholel EA 1 Detail, Depth 8'-10'(180"Diameter) $ 19,659.30 $ 19,659.30 S-6 Pre-Cast Sanitary Manhole,Pre-Cast Transition Manhole EA 1 5 Detail, Depth 8'-10'(144"Diameter) $ 18,633.30 $ 18,633.30 S-6 Pre-cast Sanitary Doghouse Manhole, Doghouse Manhole Over Brick Sewer Detail, Depth 6-8' EA 1 $ 18,971.50 $ 18,971.50 15th Street And Wrightsboro Road Sewer 5-1--16 Item# Description Unit Quantity Unit Bid Bid Amount S-6 Pre-Cast Sanitary Manhole, Pre-Cast Transition Manhole EA 1 5 Detail, Depth 8'-10'(120"Diameter) $ 18,899.30 $ 18,899.30 S-13 6"Sanitary Sewer Service Complete In Place EA 1 $ 4,370.00 $ 4,370.00 Water W-1 Water Service Conflicts-As Approved By Engineer EA 3 $ 3,600.00 $ 10,800.00 W-1 Water Main Conflicts-As Approved By Engineer EA 3 $ 14,400.00 $ 43,200.00 Other M-7 Fiber Optic Crossing LS 1 $ 6,900.00 $ 6,900.00 Additional Work/Material A-1 Landscaping Allowance-As Approved By Engineer LS 1 $ 10,000.00 $ 10,000.00 LS-8 Bypass Pumping DAY 30 $ 1,250.00 $ 37,500.00 $ 1,630,250.84 1 • NA SURETY Bid Bond Bond No. 05192016 CONTRACTOR: SURETY: Western Surety Company: South Dakota Corporation (Name, legal status and address) (Name, legal status and principal place Blair Construction, Inc. of business) PO Box 770 Evans, GA 30809 333 S. Wabash Avenue 41st Floor Chicago, IL 60604 This document has important legal consequences. Consultation with OWNER: an attorney is encouraged with (Name, legal status and address) respect to its completion or modification, Augusta, GA Commission 535 Telfair Street Any singular reference to Augusta, Georgia 30901 Contractor, Surety, Owner or other party shall be considered plural where applicable. BOND AMOUNT: 10% of Bid Amount PROJECT: (Name,location or address,and Project number,if any) 15th Street and Wrightsboro Road Storm & Sewer Improvements Bid Item#16-168 The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators,successors and assigns,jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time,tbt'LL acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's conseet'h?....... C' an extension beyond sixty(60)days. )' •`v,F© Cl ` U q If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this 13cAtlish IL, t� be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. — SEA T When this Bond has been furnished to comply with a statutory or other legal requirement in the location df,,tbAlerojeit TS d i any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted here'4, avtc° fl G 1 .• :r t' provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. Wheevo furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. r ,'r Signed and sealed this 1 9th day of May , 2016 � s ; �,�/ _ � Blair Construction, Inc. —G_/ �/L.-�, (princi a� 1 (*al). . (Witness) ,vtp�• ,,r tiiOSjb'p ,s (Title) Vice President • ,t Western Surety Company ( f/ (Surety) (Witness) G Q ( U (Title)Attorney-in-Fact . '•`. c'��i Printed in cooperation with the American Institute of Architects(AIA). The language in this document conforms to the language used in AIA Document A310-Bid Bond-2010 Edition. i ..k em ure ompany .. POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY--IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its ptincipal.office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Thomas M Altus,Buck Leigh,Individually of Columbia,SC,its true and lawful Attorneys)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. in Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 3rd day of June,2015. } WESTERN SURETY COMPANY 4o °kr�, tri T.Briflat,Vice President State of South Dakota 1 ss County of Minnehaha On this 3rd day of June,2015,before me personally came Paul T.Bruflat,to me known,who,being by rue duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires t�.a+`oo ortear rAoa. .w . .o. . February 12,2021 ; S.EACH 4; -" '- 14atteirt&%1Pirecitiial t s Sj . akin .Eich,Notary Public CERTIFICATE I,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. in testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 19th day of May , 2016 gt1''ill-, WESTERN SURETY COMPANY rtbbe D Form F4280-7-2012 L Nelson,Assistant Secretary I I I i I , Blair Construction, Inc. P.O. Box 770 Evans, Georgia 30809 Phone (706)868-1950 Fax(706) 868-1855 BIDDERS QUALIFICATION STATEMENT Bid Item#16-168 In the early 1950's Blair L.Mutimer began the Augusta located company Blair Construction. In 1973 the business was incorporated in the State of Georgia as Blair Construction,Inc. Blair Construction,Inc.has at some time performed grading,paving and underground utility construction for most every municipality within a 40 to 50 mile radius of the City of Augusta. The majority of the work we perform is either for the City of Augusta or Columbia County. We have an outstanding and well-respected relationship with both these municipalities. Our company employs approximately 53 persons and has an average annual revenue of around$12,000,000. Approximately 80 percent of our work is large diameter underground utilities with the other 20 percent being earthwork and base&paving. Our bonding capacity is$20,000,000. We currently hold certificates of qualifications from both the Georgia DOT&South Carolina DOT. As established in past projects with Augusta-Richmond County,we have both the experience and the means to perform the subject project to which we are bidding. Listed below are recent projects to which Blair Construction,Inc.has successfully completed for Augusta-Richmond County. 1. Mike Padgett Highway 24"Water Line Extension Contract Amount: $358,290 2. Wrightsboro Road/Druid Park Storm Drainage Improvements Contract Amount: $754,500 3. Walton Way Storm Drain Repair Contract Amount: $235,734 4. Fort Gordon Raw Water Irrigation Lines Contract Amount: $1,848,149 5. Butler Creek Interceptor Upgrade,Phase 2 Contract Amount: $4,127,038 6. Jamestown Sewer Extension,Phase 3A Contract Amount: $102,101 7. Diamond Lakes Basketball Facility Contract Amount: $425,713 8. Fort Gordon Raw Water Irrigation System Contract Amount: $1,848,149 I 1 1 9. Butler Creek Interceptor Upgrade,Phase 2 Contract Amount: $4,127,038 10. Jamestown Sewer Extension,Phase 3A Contract Amount: $102,101 11. Gordon Highway 16"Water Line Extension Contract Amount: $363,656 12. Belair Hills Subdivision Improvements Contract Amount: $6,793,498 13. Eisenhower Hospital Sanitary Sewer Extension Contract Amount: $771,378 14. Lamar Road Grading&Paving Contract Amount: $169,847 15. Fort Gordon Recreation Area Water&Sewer Contract Amount: $692,364 16. Horsepen Street Sanitary Sewer,Phase 2A Contract Amount: $1,304,780 17. Sixth Street Emergency Sewer Replacement Contract Amount: $562,884 18. AUD 36"Water Main Project Contract Amount: $3,540,420 19. Meadowbrook Area Utility&Roadway Improvements Contract Amount: $2,626,663 20. College Station Entrance Improvements Contract Amount: $198,112 We appreciate the opportunity to submit our bid on this project and are sure our experience and qualifications will be acceptable. If any other information is needed,please feel free to contact us. Respectfully Submitted: William R.Mutimer,Jr. Vice President Note: Attached and made a part of this qualification statement is an"Equipment Listing"showing most of our major equipment in our fleet. I 1 1 i Report Date 10/29/2013 Equipment Listing for: Page 1 t Blair Construction, Inc. Thru 12/31/2013 ` { 3--Auto/Transport F Number Description Perch Date _ 67 FRUEHAUF VAN 01/07/1976 88 BODY FOR ABM 08/21/1986 3007 73 FORD LIME SPREAD 12/31/1988 1 8018 85 INTL FLATBED 01/09/1988 8019 90 FORD WATER TRUCK 05/31/1990 s' 8028 72 GREAT DANE 6TN 11/28/1990 8029 81 DORSEY VAN 08/15/1991 8036 94 SCOTTSMAN 09/14/1994 8041 97 KENWORTH T-800 02116/1999 8056 99 FRD F500 CREW 08/19/1999 8057 00 INTL EAGLE SEMI 09/17/1999 8061 00 CHEV 1500 SILVER 08/16/2002 8067 01 FORD F550 08/07/2003 8068 01 CHEV SILV C2500 08/07/2003 8074 03 DODGE RAM 150 02/1912003 8076 03 TALBERT 55 TRAIL 06/20/2003 8078 04 CHEV SILVER 11/14/2003 8084 2003 GMC C-7500 FLT 04/28/2004 8085 2004 CHEV SERV TRK 09/07/2004 8088 2005 Ford F550 04/16/2007 8089 2005 Chev Silverado 07/31/2007 8094 2006 ETNYRE LOWBOY 09/12/2005 8095 D&E TRAILOR 08/11/2005 8098 06 Ford F750XL WtrTK 04/25/2006 8099 06 Sierra 1500 P/U 05//01/2006 8100 GMC C-4500 10/05/2006 ► 8101 06 Hydraulic Trailer 08/03/2006 8104 07 Kenilworth Fuel Tr 12/31/2006 8106 2007 Chev Silverado 06/16/2009 8107 2007 Chev P/U 08/15/2007 8113 2009 Chevrolet Siverado 01/18/2009 8114 2009 Chevrolet Silverado 11/18/2009 ' - 8116 2010 CHEC SILVERADO 03/15/2010 8118 1973 FRUEHAUF FLATBED 08/24/2010 8119 2007 KENWORTH DUMP TRUCK 12/17/2010 8120 2005 STRAWBLOWER TRAILER 09/22/2011 I 8122 2011 GMCSIERRA2500 12/21/2011 ? 8123 2012 FORD F150 ( 12/26/2011 8124 2012 FORD F550 03/07/2012 8125 2012 CHEV SILVERQADO 06/26/2012 8126 2013 Chev Avalanche 08/11/2012 I 8127 2005 Terex 15 T Crane Truck 08/29/2012 8128 2012 FORD F150 11/26/2012 8130 2013 CHEV SILVERADO 11/30/2012 8131 2013 FORD F450SD 10/23/2013 '• i I i 1 l # 1 � i } } i I 1 i I I I i Report Date 10/2912013 Page 2 4--Machinery&Equipment Number Description Furth Date 133 KIOTI TRACTOR• 08111/1998 134 LOADER W/54 BUCKET" 08/11/1998 155 MULLER TAP MACH 02/01/2001 • 1003 NEW HAUL TN55 BROOM 06/01/2001 1008 WACKER RT 820 ROLL j 01/28/2003 1010 DRESSER P3000 09/17/1991 1012 DYNA 151 PAC ROLLER 04/21/1998 1017 lingersoil-Rand Compa 05/22/2007 1018 NEW HOLLAND BROOM 12/02/2005 1021' 1996 Pwr Curber Asph 05/31/2007 2001 WACKER TRENCH ROLLE 10/3012000 2002 2006 WACKER ROLLER 02122/2010 2003 2006 WACKER ROLLER 02/22/2010 2005 CASE 586 D FORKLIFT 08/31/1987 2006 WACKER TRENCH ROLL 07/14/2001 2011 CAT 936F 11/23/1994 2027 95 INGERSOL ROLL 07/25/2000 2028 CAT 325L HYD EXCAV 03/21/2001 2029 MOORKA MST1100 DUMP 03121/2001 2033 CAT 420D HOE 12/15/2001 2036, INGER RD SD-400 ROL 02128/2003 2040 2004 WACKER ROLLER 11/11/2004 2042 CAT 930G Wheel Loade 07/30/2007 2044 IR SD25D VIB Roller 09/25/2006 2045 IR SD45D VIB Roller 10/05/2006 2046 CAT 328D Excavator 12/30/2008 2049 CAT 321 D LCR EXCAVATOR 08/06/2008 2050 930 H WHEEL LOADER 12/31/2009 2051 CAT 345BL EXCAVATOR 06/16/2010 2052 CAT 308DCR SB EXCAVATOR 12/29/2010 2053 CAT 336E EXCAVATOR 12/29/2011 3002 CAT 12G MOTOR GRAD 02/07/1986 3010 CAT 123 MOTOR GRADE 01/13/1993 3017 DYNA C815PD ROLLER 01/13/1986 3019 JOHN DEER 2350 TRAC 08/15/1983 3021 HOWARD TILLER HR418 12/03/2002 3027 JOHN DEER 5510 TRAC 04/14/2000 3032 2004 KUBOTA TRACTOR 05/19/2004 3033 CAT MOTOR GRADER 10/29/2004 3034 CAT Dozier 07/30/2007 3035 BATWING MWR MOD3180W 08/31/2005 3036 State Shoulder Machi 04/02/2007 3037 2006 IR SD100D VIB ROLLER 02/03/2010 7015 PIT BURNER 03/29/1991 7027 TAMPO ROLLER 09/08/1989 7032 AUGER/BORE MACHINE 07/01/2002 7033 REV DRILL SER 4 MD3 03/02/2004 20321 CAT 315BL 60 BUCK 05/2012003 • 20391 COUPLER FOR#2039 E 07/23/2004 20461 Attachment 2046 01/31/2007 20462 42 Bucket-2046" 01/31/2007 30331 ACCUGRADE KIT-3033 ' 11/07/2005 82026 BUCK COUP(W/2026) 05/15/2001 83000 2 EXCAVATOR BUCKET ATTACHMENT 01/20/2011 2050F FORKS FOR 2050 10/25/2012 14is,, DOCUMENT 00 51 00 NOTICE OF AWARD DATE: 06/30/16 CONTRACTOR: Blair Construction, Inc. ADDRESS: 4308 Evans to Looks Road Evans GA 30809 City Slate lip Code PROJECT: 150 Street end Wrtghtsboro Road Storm PROJECT NO: UB 2015 004 and Sanitary Sewer Improvements Ata meeting of the Augusta County Commission held on(Date) 06/30/16 you were awarded the Contract for the following Project: 15th Street and Wrightaboro Road Storm & Sanitary Sewer Improvement Enclosed please find 5 copies of the Contract Documents for your execution. Please complete the pages,affixing signatures,dates,notary and/or corporate seats,etc.where necessary and return to this office within 10 days from the date of this letter,excluding Legal Holidays. The Certificate of Insurance must be complete. Power of Attorney must be submitted In triplicate;an original and Iwo copies are permissible. Very truly yours, Augusta Program Management Team i •alert Engineer R era a NOTICE OF AWARD to hereby acknowledged thta, 8th day July 20 16 Blair Construction,Inc. d J C--}` 0\'f tint.,67, Vice President Contractor By Tile Please sign and avium one copy of this Notice of Award Acknowledgement to: Augusta Utilities Department Attn:Program Managers 380 Bay Street,Suite 180 Augusta,GA 30001 Augusta Utilities Department Notice Of Award 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 5100-1 WKD Project Number: 201500037.00.AG 1 DOCUMENT 00 52 15 AGREEMENT FORM THIS AGREEMENT,made the day of[ j,20 16 by and between Augusta,Georgia by and through the Augusta Richmond County Commission ,hereinafter called"Owner",and Blair Construction,Inc. doing business as(1/)a corporation,( )a partnership,( )an individual,hereinafter called"Contractor". WITNESSETH: That for and in consideration of payments and agreements hereinafter mentioned: 1. The Contractor will commence and complete the construction of all work as shown in the design plans prepared by W.K.Dickson&Co.,Inc.,entitled"Bid Item 16-168, 15th Street and Wrightsboro Road,Storm&Sanitary Sewer Improvements",consisting of the installation of approximately 1,150 linear feet of 36 inch gravity sewer main,rehabilitation of approximately 390 linear feet of gravity sewer with a Spray-On Geopolymer Lining System,manholes,storm water improvements,asphalt paving and other improvements as indicated on the plans. 2. The Contractor will furnish all of the materials,supplies,tools equipment,labor,and other services necessary for the construction and completion of the project described herein. The Contractor will commence the work required by the Contract Documents within 10 calendar days after the date of the Notice to Proceed. Work will be fully complete within 150 calendar days from the date of the Notice to Proceed. Should the Contractor fail to complete the work within the time stated above,the Contractor agrees to pay as liquidated damages the sum of$1,000.00 for each consecutive calendar day thereafter until said work is fully complete. 4. The Contractor agrees to perform all of the Work described in the Contract Documents and comply with the terms herein for the sum of$ 1,630,250.84 (One Million,six-hundred thirty thousand,two hundred fifty dollars and eighty-four cents),as shown in the Bid. 5. The term"Contract Documents"means and includes the following: Invitation to Bid Instructions to Bidders Available Project Information Affidavit of Compliance Bid Form Bid Bond Certificate of Attorney Notice of Award Agreement Form Notice to Proceed Performance Bond and Payment Bond Contractor's Affidavit Minority Business Enterprises Material Inventory General Conditions Supplementary Conditions Special Provisions Addendum Change Order Technical Specifications The City of Augusta Utilities Department Agreement Form 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 52 15- 1 WKD Project Number: 201500037.00.AG Addenda No. 1 ,Dated ,20 Signature No. 2 ,Dated ,20 Signature Drawings prepared by W.K.Dickson&Co.Inc., 1450 Greene Street, Suite 225,Augusta,GA 30901, Numbered 20150037.00.AG dated 02/25/2016 . 6. The Owner will pay to the Contractor in the manner and such times as set forth in the General Conditions such amounts as required by the Contract Documents. 7. This Agreement shall be binding upon all parties hereto and their respective heirs,executors, administrators,successors,and assigns. IN WITNESS WHEREOF,the parties hereto have executed,or caused to be executed by their duly authorized officials,this Agreement in 5(five) counterparts,each of whichAa}}- d ed,,an.Q.rjgi�nal on the date first above written. = - J a..®am Its OWNER: ATTE�, : 406.41' /coag tl./0 'Itti, (Seal) Augusta,Georgia by and through the Augusta „dr M k!**. Qm,•..�... ,a 0 r^ O Richmond County Commission �,.z.) : s . , p _ y By(Signature) - 111; t'° .1• By(Si aturr� � ,��' - � Printed Name The Honorable Hardie Davis,Jr. Printe•` �� ° 9 er Name c�,�a J.Banner �,� oc� �V �$ a� K 140 Title Mayor °` '0 40 Y Title er�• Men missig$ $ 1, . /64' Date: Date: P/ ��.i' i APPROVED AS TO 0' : DEPARTMENT APPROVAL: By(Signature) t ,y:, By(Signature) �j.�p.•%._) Printed Name , .A 40'C 1 I 1 h 2.' Printed Name Thomas D.Wiedmeier Title Attorney / Title Director,Augusta Utilities Dept. Date: ,�(,f / /i Date: 7/1-411‘ CONTRACTOR: ATTEST: (Seal) Blair Construction,Inc. ' A ��J fi�la , •I, By(Signature) �sWAwt" .„ , . � By(Signaturi� h / le Printed Name William R.Mutimer,Jr. Printed Name Blair L.Mutimer,III 0,`,, ,`""''',,, -.)-1 Rl JL Title Vice President Title Corporate Secretary '`CJ,:pR P O •-• i�s' Date: July 22,2016 Date: July 22,2016 . e EAS - - . i T9 .,� The City of Augusta Utilities Department Agreemc Form-... P•, 'O 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 52.1.$-2 a WKD Project Number: 201500037.00.AG I I I i DOCUMENT 00 55 00 NOTICE TO PROCEED TO: Blair Construction, Inc. DATE: 4308 Evans to Locks Road Evans, Georgia 30809 PROJECT: 15th Street and Wrightsboro Road Storm& Sanitary Sewer Improvements You are hereby notified to commence work on or before in accordance with the Agreement dated , and you are to complete the work by The City of Augusta Utilities Department Owner ACCEPTANCE OF NOTICE TO PROCEED Receipt of this Notice to Proceed is By: Tom Wiedmeier hereby acknowledged and accepted. (Printed/Typed Name) Blair Construction, Inc. Signature: Company Name Title: Director By: (Printed/Typed Name) Signature: Title: Date: The City of Augusta Utilities Department Notice To Proceed 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 55 00- 1 WKD Project Number: 201500037.00.AG 1 1 Claws-J eigUgenccy, .C.CC 9725 Dunbarton Drive Columbia, SC 29223 TEL: 803/788-4597 FAX: 803/788-4576 Cell: 803/261-6582 Email: buckleigh@bellsouth.net Date: July 18, 2016 Re: Blair Construction, Inc. Job: 15th Street and Wrightsboro Road Storm & Sanitary Sewer Richmond County, GA This letter gives authorization to both Augusta, GA Commission and W.K. Dickson & Co., Inc. to sign and date the bonds and power of attorney in the absence of the surety. Upon signing, please send a copy of the signed and dated bonds and power of attorney back to Blair Construction, Inc. Best Regards cBuc&Leigh File: Undated Bonds i CNA SURETY Performance Bond Bond No. 587 36191 CONTRACTOR: SURETY: Western Surety Company: South Dakota Corporation (Name, legal status and address) (Name, legal status and principal place Blair Construction, Inc. of business) PO Box 770 Evans, GA 30809 333 S. Wabash Avenue 41st Floor Chicago, IL 60604 This document has important legal consequences. Consultation with OWNER: an attorney is encouraged with (Name, legal status and address) respect to its completion or Augusta Richmond County Commission modification. 530 Greene Street, Room 605 Any singular reference to Augusta, Georgia 30911 Contractor, Surety, Owner or other party shall be considered plural where applicable. CONSTRUCTION CONTRACT AIA Document A312-2010 Date: combines two separate bonds, a Performance Bond and a Amount: One Million Six Hundred Thirty Thousand Two Hundred Fifty and 84/100s Payment Bond, into one form. Dollars($1,630,250.84) This is not a single combined Description: Performance and Payment Bond. (Name and location) 15th Street and Wrightsboro Road Storm &Sanitary Sewer Improvement BOND Date: (Not earlier than Construction Contract Date) Amount: One Million Six Hundred Thirty Thousand Two Hundred Fifty and 84/100s Dollars($1,630,250.84) Modifications to this Bond: ® None ❑ See Section 16 ,0. t'Q CONTRACTOR AS PRINCIPAL ,:, SURETY Company: (Corporate Seal) Company: e J Blair Construction, Inc. Western Surety Company 1j,VALIA.Ael"-le-ACqSignature: Signature:' (LCA _ ,{�Q :'.,�C,?inn � � \Name William R. Mutimer, JR Blair L. MName Buck Leigh S ''«"=nu++,++1`. and Title: Vice President and Title: Attorney-in-Fact (Any additional signatures appear on the last page of this Performance Bond.) (FOR INFORMATION ONLY—Name, address and telephone) """" AGENT or BROKER: OWNER'S REPRESENTATIVE: ,'GL.�� W Albus-Leigh Agency, LLC (Architect,Engineer or other party:) c;iik p 0 9725 Dunbarton Drive W.K. Dickson &Co., Inc 2 w�, Columbia, SC 29223 1450 Green Street, Suite 225 <i v N {: TEL: 803-261-6582 Augusta, GA 30901 .1 t , • - r.) Printed in cooperation with the American Institute of Architects(AIA). " The language in this document conforms to the language used in AIA Document A312-Performance Bond-2010 Edition. 1 §1 The Contractor and Surety,jointly and severally,bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract,which is incorporated herein by reference. §2 If the Contractor performs the Construction Contract,the Surety and the Contractor shall have no obligation under this Bond,except when applicable to participate in a conference as provided in Section 3. §3 If there is no Owner Default under the Construction Contract,the Surety's obligation under this Bond shall arise after .1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default. Such notice shall indicate whether the Owner is requesting a conference among the Owner, Contractor and Surety to discuss the Contractor's performance. If the Owner does not request a conference, the Surety may,within five (5)business days after receipt of the Owner's notice, request such a conference. If the Surety timely requests a conference,the Owner shall attend. Unless the Owner agrees otherwise, any conference requested under this Section 3.1 shall be held within ten (10)business days of the Surety's receipt of the Owner's notice. If the Owner,the Contractor and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner's right,if any, subsequently to declare a Contractor Default; .2 the Owner declares a Contractor Default, terminates the Construction Contract and notifies the Surety; and .3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. §4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply with a condition precedent to the Surety's obligations, or release the Surety from its obligations, except to the extent the Surety demonstrates actual prejudice. §5 When the Owner has satisfied the conditions of Section 3, the Surety shall promptly and at the Surety's expense take one of the following actions: §5.1 Arrange for the Contractor,with the consent of the Owner,to perform and complete the Construction Contract; §5.2 Undertake to perform and complete the Construction Contract itself, through its agents or independent contractors; §5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default;or §5.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, make payment to the Owner;or .2 Deny liability in whole or in part and notify the Owner,citing the reasons for denial. §6 If the Surety does not proceed as provided in Section 5 with reasonable promptness, the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Section 5.4, and the Owner refuses the payment or the Surety has denied liability,in whole or in part,without further notice the Owner shall be entitled to enforce any remedy available to the Owner. Printed in cooperation with the American Institute of Architects(AIA). The language in this document conforms to the language used in AIA Document A312-Performance Bond-2010 Edition. 2 §7 If the Surety elects to act under Section 5.1, 5.2 or 5.3, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price,the Surety is obligated,without duplication, for .1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; .2 additional legal, design professional and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Section 5;and .3 liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. §8 If the Surety elects to act under Section 5.1, 5.3 or 5.4, the Surety's liability is limited to the amount of this Bond. §9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs,executors, administrators, successors and assigns. §10 The Surety hereby waives notice of any change,including changes of time,to the Construction Contract or to related subcontracts,purchase orders and other obligations. § 11 Any proceeding,legal or equitable,under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond,whichever occurs first. If the provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. §12 Notice to the Surety,the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. § 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. §14 Definitions §14.1 Balance of the Contract Price. The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made,including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. §14.2 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreement and the Contract Documents. §14.3 Contractor Default. Failure of the Contractor,which has not been remedied or waived,to perform or otherwise to comply with a material term of the Construction Contract. §14.4 Owner Default. Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. §14.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor. §15 If this Bond is issued for an agreement between a Contractor and subcontractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. Printed in cooperation with the American Institute of Architects(AIA). The language in this document conforms to the language used in AIA Document A312-Performance Bond-2010 Edition. 3 § 16 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties,other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address Address Printed in cooperation with the American Institute of Architects(AIA). The language in this document conforms to the language used in AIA Document A312-Performance Bond-2010 Edition. 4 CNA SURETY Payment Bond Bond No. 587 36191 CONTRACTOR: SURETY: Western Surety Company: South Dakota Corporation (Name, legal status and address) (Name, legal status and principal place Blair Construction, Inc. of business) PO Box 770 Evans, GA 308091 333 S. Wabash Avenue 41st Floor Chicago, IL 60604 This document has important legal consequences. Consultation with OWNER: an attorney is encouraged with (Name, legal status and address) respect to its completion or Augusta Richmond County Commission modification. 530 Greene Street, Room 605 Any singular reference to Augusta, Georgia 30911 Contractor, Surety, Owner or other party shall be considered plural where applicable. CONSTRUCTION CONTRACT AIA Document A312-2010 Date: combines two separate bonds, a Performance Bond and a Amount: One Million Six Hundred Thirty Thousand Two Hundred Fifty and 84/100s Payment Bond, into one form. Dollars($1,630,250.84) This is not a single combined Description: Performance and Payment Bond. (Name and location) 15th Street and Wrightsboro Road Storm &Sanitary Sewer Improvement BOND Date: (Not earlier than Construction Contract Date) Amount:One Million Six Hundred Thirty Thousand Two Hundred Fifty and 84/100s Dollars ($1,630,250.84) Modifications to this Bond: ® None ❑ See Section 18 !`.lUuilnt yr,, • V,3 CONTRACTOR AS PRINCIPAL SURETY , 's Company: (Corporate Seal) Company: (Corporot gal) , , n Blair Construction, Inc. Western Surety Company l !' // ,,�/� • dna v Signature:'Li.'d �'-�/ p,�� . tgik Signature: L-4--C& ae_ _ e( . 'f " ,y Name William R. Mutimer,JR Blair L. Mutimer, Im7zll Name Buck Leigh f "J- ▪ S""�,v,`...��` and Title: Vice-President and Title: Attorney-in-Fact ,,�„6�'' (Any additional signatures appear on the last page of this Payment Bond.) (FOR INFORMATION ONLY—Name, address and telephone) „%o”"""" AGENT or BROKER: OWNER'S REPRESENTATIVE: so 0 N / Albus-Leigh Agency, LLC (Architect,Engineer or other party:) 9725 Dunbarton Drive W.K. Dickson &Co., Inc Columbia, SC 29223 1450 Green Street, Suite 225 F TEL: 803-261-6582 Augusta, GA 30901 FA' , Printed in cooperation with the American Institute of Architects(A/A). The language in this document conforms to the language used in AIA Document A312-Payment Bond-2010 Edition. 5 §1 The Contractor and Surety,jointly and severally,bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference, subject to the following terms. §2 If the Contractor promptly makes payment of all sums due to Claimants, and defends,indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract, then the Surety and the Contractor shall have no obligation under this Bond. §3 If there is no Owner Default under the Construction Contract, the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety(at the address described in Section 13) of claims, demands,liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety. §4 When the Owner has satisfied the conditions in Section 3, the Surety shall promptly and at the Surety's expense defend, indemnify and hold harmless the Owner against a duly tendered claim, demand,lien or suit. §5 The Surety's obligations to a Claimant under this Bond shall arise after the following: §5.1 Claimants, who do not have a direct contract with the Contractor, .1 have furnished a written notice of non-payment to the Contractor, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were,or equipment was,furnished or supplied or for whom the labor was done or performed,within ninety(90)days after having last performed labor or last furnished materials or equipment included in the Claim;and .2 have sent a Claim to the Surety(at the address described in Section 13). §5.2 Claimants,who are employed by or have a direct contract with the Contractor, have sent a Claim to the Surety(at the address described in Section 13). §6 If a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor, that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-payment under Section 5.1.1. §7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2,whichever is applicable, the Surety shall promptly and at the Surety's expense take the following actions: §7.1 Send an answer to the Claimant, with a copy to the Owner,within sixty(60)days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed;and §7.2 Pay or arrange for payment of any undisputed amounts. §7.3 The Surety's failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim,except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however,the Surety fails to discharge its obligations under Section 7.1 or Section 7.2,the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. §8 The Surety's total obligation shall not exceed the amount of this Bond,plus the amount of reasonable attorney's fees provided under Section 7.3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. §9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any,under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond,they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work. Printed in cooperation with the American Institute of Architects(A/A). The language in this document conforms to the language used in A/A Document A312-Payment Bond-2010 Edition. 6 § 10 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to,or give notice on behalf of, Claimants or otherwise have any obligations to Claimants under this Bond. §11 The Surety hereby waives notice of any change, including changes of time,to the Construction Contract or to related subcontracts,purchase orders and other obligations. § 12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date (1)on which the Claimant sent a Claim to the Surety pursuant to Section 5.1.2 or 5.2, or(2)on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract,whichever of(1)or(2)first occurs. If the provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. § 13 Notice and Claims to the Surety,the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. Actual receipt of notice or Claims, however accomplished, shall be sufficient compliance as of the date received. §14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. § 15 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. §16 Definitions § 16.1 Claim. A written statement by the Claimant including at a minimum: .1 the name of the Claimant; .2 the name of the person for whom the labor was done,or materials or equipment furnished; .3 a copy of the agreement or purchase order pursuant to which labor, materials or equipment was furnished for use in the performance of the Construction Contract; .4 a brief description of the labor, materials or equipment furnished; .5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; .6 the total amount earned by the Claimant for labor, materials or equipment furnished as of the date of the Claim; .7 the total amount of previous payments received by the Claimant; and .8 the total amount due and unpaid to the Claimant for labor, materials or equipment furnished as of the date of the Claim. §16.2 Claimant. An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Construction Contract. The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located. The intent of this Bond shall be to include without limitation in the terms"labor, materials or equipment"that part of water, gas,power,light,heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. §16.3 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and all changes made to the agreement and the Contract Documents. Printed in cooperation with the American Institute of Architects(AIA). The language in this document conforms to the language used in AIA Document A312-Payment Bond-2010 Edition. 7 §16.4 Owner Default. Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. §16.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor. §17 If this Bond is issued for an agreement between a Contractor and subcontractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. §18 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties,other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address Address Printed in cooperation with the American Institute of Architects(AIA). The language in this document conforms to the language used in AIA Document A312-Payment Bond-2010 Edition. 8 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Thomas M Albus,Buck Leigh,Individually of Colmbia,SC,its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts- and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 3rd day of June,2015. ry WESTERN SURETY COMPANY ion .t 4417110M.�`�i`t' w_ /`• ul T.Bruflat,Vice President State of South Dakota ss County of Minnehaha On this 3rd day of June,2015,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires $.000•0000•+•.ti+wM+v4000.•r S.ETCH February 12,2021 ( 71 R1F \Ss/ . EA:AA TN DAKOTA -WIT‘r. o CERTIFICATE S.Eich,Notary Public I,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this day of ',- WESTERN SURETY COMPANY d fA>jy� Form F4280-7-2012 L.Nelson,Assistant Secretary A�� ® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 7/18/2016 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 CONTACT Linda Mitchell CIC NAME: Sutter, McLellan, & Gilbreath, Inc. FAx PHONE (770)246-8300 (A/C.No.Ext): (A/C,ao): (770)246-8301 1424 North Brown Road aoDRess:lmitchell@smginsurance.com Suite 300 INSURER(S)AFFORDING COVERAGE NAIC# Lawrenceville GA 30043-8107 INSURERA:National Trust Insurance INSURED Blair Construction, Inc. ; Southern INSURER B:FCCI Insurance Co. Ashpalt LLC; First Equipment LLC and Evans INsuRERc:Berkley FIre and Marine Paving and Grading LLC INSURER D: P. O. Box 770 INSURER E: Evans GA 30809 INSURERF: COVERAGES CERTIFICATE NUMBER:2016-2017 REVISION NUMBER: 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 IN SD WVD POLICY NUMBER (MM/DD/YYYY) (MMIDD/EXP YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS-MADE X OCCUR DAMAGE TO RENTED 100,000 PREMISES(Ea occurrence) $ CPP0004476 2/14/2016 2/14/2017 MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X !INF LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: Employee Benefits $ 1,000,000 AUTOMOBILE LIABILITY COMBINEDaccident)SINGLE LIMIT $ 1,000,000 (Ea A X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED AUTOS AUTOS CA 0005458 2/14/2016 2/14/2017 BODILY INJURY(Per accident) $ X HIRED AUTOS X NO -OWNED PROPERTY DAMAGE AUTOS (Per accident) $ X UMBRELLA LIAB X Medical payments $ 5,000 OCCUR EACH OCCURRENCE $ 10,000,000 B EXCESS LIAB CLAIMS-MADE AGGREGATE $ 10,000,000 DED X RETENTION$ 10,000 UMB0002841 2/14/2016 2/14/2017 $ WORKERS COMPENSATION PER 0TH- AND EMPLOYERS'LIABILITY y STATUTE ER Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? y I N/A E.L.EACH ACCIDENT $ 1,000,000 A (Mandatory in NH) 010-WC16A-54981 2/14/2016 2/14/2017 E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 C Leased/Rented Equipment MII41003777-50 2/14/2016 2/14/2017 Any one item $310,000 Policy Limit $500,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Augusta GA Commission and W.K. Dickson & Co. , Inc. are additional insured as defined by the policy as respects General Liability when required by written contract. Additional insured status is not extended to architects, engineers, or surveyors for injury or damage arising out of professional services or activities as defined by the policy. Project: 15th Street and Wrightsboro Road Storm & Sanitary Sewer Contract Amount: $1,630,250.84 is an CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Augusta GA Commission THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 535 Telfair Street ACCORDANCE WITH THE POLICY PROVISIONS. Augusta, GA 30901 AUTHORIZED REPRESENTATIVE (L M Jaynes CSP/LINDAM �`�` C� ©1988-2014 ACORD CORPORATION. All rights reserved. CORD 25(2014/01) The ACORD name and logo are registered marks of ACORD NS025(201401) COMMERCIAL GENERAL LIABILITY CGL 088(10 13) 2. Loss of Earnings Paragraph 1.d. is replaced with the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or"suit", including actual loss of earnings up to$500 a day because of time off from work. SECTION II—WHO IS AN INSURED is amended as follows: 1. Incidental Malpractice Paragraph 2.a.(1)(d)is replaced with the following: (d) Arising out of his or her providing or failing to provide professional health care services. However, this exclusion does not apply to a nurse, emergency medical technician or paramedic employed by you to provide medical services, unless: (i) You are engaged in the occupation or business of providing or offering medical, surgical, dental, x-ray or nursing services,treatment, advice or instruction; or (ii) The"employee" has another insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. 2. Broadened Who Is An Insured The following are added to Paragraph 2.: Subsidiaries e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. Additional Insureds f. Any person or organization described in paragraphs g.through k. below whom you are required to add as an additional insured on this policy under a written contract or agreement in effect during the term of this policy, provided the written contract or agreement was executed prior to the"bodily injury", "property damage" or"personal and advertising injury"for which the additional insured seeks coverage. However,the insurance afforded to such additional insured(s): (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; (3) Will not be broader than that which is afforded to you under this policy; (4) Is subject to the conditions described in paragraphs g. through k. below; and CGL 088(10 13) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 10 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088(10 13) Any error or omission in the description of, or failure to completely describe or disclose any premises, operations or products intended to be covered by the Coverage Form will not invalidate or affect coverage for those premises, operations or products, provided such error or omission or failure to completely describe or disclose premises, operations or products was not intentional. You must report such error or omission to us as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium charges or exercise our right of cancellation or nonrenewal. 5. The following is added to paragraph 8. Transfer Of Rights Of Recovery Against Others To Us: However, we waive any right of recovery we may have because of payments we make for injury or damage arising out of your ongoing operations or"your work"included in the"products-completed operations hazard" under the following conditions: a) Only when you have agreed in writing to waive such rights of recovery in a contract or agreement; b) Only as to the person/entity as to whom you are required by the contract to waive rights of recovery; and c) Only if the contract or agreement is in effect during the term of this policy, and was executed by you prior to the loss. 6. Paragraph 10. is added as follows: 10. Liberalization If we revise this Coverage Form to provide more coverage without additional premium charge, your policy will automatically provide the additional coverage as of the day the revision is effective in the applicable state(s). CGL 088(10 13) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 16 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL AUTO CAU 003(12 08) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO ADVANTAGE COVERAGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Business Auto Coverage Form, and will apply unless excluded by separate endorsement(s)to the Business Auto Coverage Form. With respect to coverages provided by this endorsement, the provisions of the Business Auto Coverage Form apply unless modified by this endorsement. The Business Auto Coverage Form is amended as follows: SECTION II—LIABILITY COVERAGE is amended as follows: A.1. Who Is An Insured provision is amended by adding the following: d. Any legally incorporated subsidiary of yours in which you own more than 50%of the voting stock on the effective date of this coverage form. However, "insured"does not include any subsidiary that is an "insured" under any other liability policy or would be an"insured" under such a policy but for its termination or the exhaustion of its limits of insurance. In order for such subsidiaries to be considered insured under this policy, you must notify us of such subsidiaries within 60 days of policy effective date. e. Any organization you newly acquire or form during the policy period, other than a partnership or joint venture, and over which you maintain sole ownership or a majority interest. However, coverage under this provision: (1) Does not apply if the organization you acquire or form is an"insured" under another liability policy or would be an "insured"under such a policy but for its termination or the exhaustion of its limits of insurance; (2) Does not apply to"bodily injury"or"property damage"that occurred before you acquired or formed the organization; and (3) Is afforded only for the first 90 days after you acquire or form the organization or until the end of the policy period,whichever comes first. f. Who Is An Insured is amended to include as an insured any person or organization except a person or organization that leases or rents "auto(s)"to you, but only to the extent of his, her, or its liability for whom you and such person or organization have agreed in writing in a contract or agreement, signed and executed by you prior to the loss for which coverage is sought, that such person or organization be added as an additional insured on your policy. Certificates of insurance will not be considered an Agreement to Insure. Such person or organization is an additional insured but only with respect to your negligent actions, which cause liability to be imposed on such person or organization without fault on the part of said person or organization. CAU 003(12 08) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 1 of 4 Copyright 2008 FCCI Insurance Group. COMMERCIAL AUTO CAU 014(04 04) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE Name of Person or Organization: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Paragraph 5. the Transfer of Rights of Recovery Against Others to Us Condition (Section IV—Business Auto Conditions) is amended by the addition of the following: However, we will waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make under this Coverage Form arising out of an "accident"or"loss" if: a. The"accident"or"loss" is caused by operations undertaken by you in accordance with the contract existing between you and such person or organization shown in the Schedule above: and b. The contract or agreement was executed prior to any"accident"or"loss." Our waiver of our right to recovery applies only to the extent that the person or organization shown in the Schedule above is considered to be either an Additional Insured under the policy or is entitled to indemnity from you. No waiver of the right of recovery will directly or indirectly apply to your employees or employees of the person or organization shown in the Schedule, and we reserve our rights or lien to be reimbursed from any recovery funds obtained by an injured employee. CAU 014(04 04) Contains copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 1 of 1 Copyright 2004 FCCI Insurance Group. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY Insured Name: Blair Construction,Inc.; Southern Asphalt LLC;Evans Paving and Grading LLC Policy Number: 010-WC16A-54981 Agency Name: 3235,Sutter McLellan&Gilbreath Inc. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE All persons or organizations that,in a written contract executed by both parties prior to the date of the injury covered -- by this policy,require you to obtain this agreement from us. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise noted. Issued by: National Trust Insurance company 27367 Endorsement Number: 0000010 Effective Date: Date Issued: Countersigned by Authorized Representative WC 00 03 13 Copyright 1983 National Council on Compensation Insurance ¢0201. 6104 DOCUMENT 00 61 16 CONTRACTORS AFFIDAVIT RELATED TO LIENS, CLAIMS STATE OF GEORGIA COUNTY OF RICHMOND On this day, ,being duly sworn,deposes and says that he is the of (Contractor)who entered into a contract, dated with The City of Augusta Utilities Department (Owner)for furnishing materials and labor in the erection and construction of facilities defined in the Contract Documents, such erection and construction having been completed. Further,that in accordance with the Contract Documents and applicable Statutes of the State of Georgia the undersigned hereby declares that the claims of all subcontractors,materialmen, laborers, and all other persons and parties furnishing labor and materials with respect to the above mentioned Contract have been paid in full except as follows: Affiant further states that, by execution of this affidavit, he agrees to indemnify and save harmless the Owner from any liability for payment of said deficiencies in the stated amounts or any part thereof. Contractor Subscribed and sworn to before me this day of , 20 Notary Public My Commission Expires: The City of Augusta Utilities Department Contractors Affidavit Related To Liens,Claims 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 61 16- I WKD Project Number: 201500037.00.AG I DOCUMENT 00 62 75 CONTRACTORS APPLICATION FOR PAYMENT The City of Augusta Utilities Department Contractors Application for Payment 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 62 75- 1 WKD Project Number: 201500037.00.AG 1 ca 0 o o q q 0 o F bS 69 69 b9 ff3 Ef} 6f3 69 Ffi 69 69 O a U N y o 0 _ N 'C,. ,vF, .U. a f.. E R 6 a oY @ 3 n v c a . 0 0 0 a ;ga j a 6 W e W 0 c z - o s 0 7 N v �a on d F Fa r .2 w c, ,� 0z r za N as G OD V ® u @ ® pt Ca, sU W W g c,o L A 4 �C Y g F� @ cn w o F a C-, Fv, r� Ca 40 s,, a® • • wcc � 0 F, 5 c� U • ra u a ® O o ® 0 ' WQ E. .2 °@ aU u c. @ EW E, 6d u 4 cta g aaZ " E o o -oa 6 O >N P, @ O O@ °N t - O o 47g fro g a c F 2 a a z G F @ a@ p V p,c 1 a 00 a, @ n 'B 3 O ° c 0 2 o N U 2 U Zi UO :U ^ cQ� � � d° bo z U 2 G4O.. N 0 yN O o Na'OUD O RGi Q P1 ! VU dV 'O U U,° a--c-- . O.� NiOy O .V. _ O _ . a3Vv U ° al`4"S a a a b 0 0 o o ° oca F. 5 tir@ w w U U E ct r on°i a v, a� o o o E o i, 1U.jUII ti G U U °'w or• O " � 4°-0 U bL v ❑8 ami ° @ U o > go., h °J rd U ^ ,°-.: .O C^ aUaO"ati 4a: ;b ib V i@y. "go cn .. 0 co F4 @ TYaE FY Zi S o.W b `n vy o co P o 0 -8.5, .0zF r o ' Q r cRF ,i., _V S ` .. v FW .J 00 u .Go op.� j i+'. . Z O O ,. 0 60 3 oh U ° °� o � � 0 ?on Z. a U d o a3 gO c ooo o ,p o " btQ n b s E 7 -: -t-a .on. aU5 �vww 0 Z U A Q Q 4 3 °. o Z 2 ° ci o z U t t k _a° o y m G u wD, H C2 O a y m .=. a©@ v,tiM o ° @ 3 3 3 , c`a F��F���.. ° v I - e Cs) » \ f ƒ E Po A cA4a z® ^k CD C.,) . . m = ° ) ) z 0 R \ ar + / } 2 « 0 m / \ y ) » E \ ) j = » , ) (\ j• ] \ = u ƒ } 0 ) O U . 9.'6'. » \ \\§; & )}/ . . \\\ j) Po \ \ ki) ° o/ \ E CD R ) G- 2 \ 0 / k ) /\ ou -‹ G \ / ti ƒ \ 2 _ / ) j± 0 % - j ƒ / c © \e )% m § *} ƒ . )) . " " ' , , , , , , , , , , , , , , , , , , ' ' ' " ' ' rfl c Vi 6+ Cr.) }/e be , be , GSebe „ 69 , 69 69 69696969be6969 , , 6969 „ 6969Se696969 iii E \} ° % \ t )/ ) 1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . / 1..- }{2 » „ 69 , 69 „ 69 69 69 e 69 , , 69 69 , 69 , 69 , 69 , 69 , be 69 69 , , 69 „ * )/\ \ )&/ / o )i\ {\ J// ,ci \ a u , ƒ±/ \§ \ / ° /m \ _ % } \ \ �o\ ; 6 z ( 4 § / g a P. Ef ' ( ©} \ / ± \ ` / 2 / / ; ® \ / / P. k J \ d % \ { / ° 9. a / / ƒ k 2 }/ o Q -0, ',1-: ) ., — 0.1 A . - - 3 .5 \ 3 k = w k > ƒ g g Cr.) ® ° ^ / .5 IL3 0 0 }\ §\ t . ) ƒ\ E ƒ ƒ / J « 0 ) \ ) 7 { � ( ' t � \ ° � ' \ g \ ED I � � = y ) a) ® « \ § ( f3 - // / / u ) \ /\ 6 2 cn \\ e-' � _ Ct ii/ - / \ - 0 N o \k o\ \ t" z in I m = E - E / ` 2 m74)\ k ® *}§ & \ o\ I .2 .0 ., ; . Ti) ƒ ƒ2ai_ ) / m m ° •/. @_ \o { (» 'E ''g) _ Po k ƒ - 2 3 38 PL.', / ` - G 2 8 \* U A ! >" e fl / ° ) ) « \ ) 7 � \ ) ƒ\ E \ } / oA 0 e.\\ \$ { g \ ^ {\ ƒ / 79 LI \o \ \8 k ) z\ ® _\ . \ \ �\ \ V 60 ; \ \ c.)— g / ) ® $ 0 0 / N RI W 0 8. N © \ 1 \ / 0 % = § — / 2 m ) ®) \ 7 n3s $ z = _ 6 } _\\ CO 0r. ~ - cin j f 2 // DOCUMENT 00 72 15 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15- 1 WKD Project Number: 201500037.00.AG GENERAL CONDITIONS TABLE OF CONTENTS ARTICLE 1.0-DEFINITIONS AND TERMINOLOGY 00 72 15-5-00 72 15-7 1.12 Defined Terms 00 72 15-7-00 72 15-8 1.2 Termminology ARTICLE 2.0-PRELIMINARY MATTERS 00 72 15-8 2.1 Delivery of Bonds 00 72 15-8 2.2 Copies of Documents 00 72 15-8 2.3 Commencement of Contract Times-Notice to Proceed 00 72 15-8 2.4 Starting the Work 00 72 15-8-00 72 15-9 2.5 Before Starting Construction 00 72 15-9 2.6 Pre-Construction Conference 00 72 15-9 2.7 Initial Acceptance of Schedules 00 72 15-9 2.8 Award ARTICLE 3.0-CONTRACT DOCUMENTS:INTENT,AMENDING,REUSE 00 72 15 9 3.100 72 15-9-00 72 15-10 3.22 Reference ence Standards 00 72 15-10 3.3 Reporting and Resolving Discrepancies 00 72 15-10 3.4 Amending and Supplementing Contract Documents 00 72 15-10 3.5 Reuse of Documents ARTICLE 4.0-AVAILABILITY OF LANDS;SUBSURFACE AND PHYSICAL CONDITIONS;REFERENCE POINTS 00 72 15-10 4.1 Availability of Lands 00 72 15-10-00 72 15 11 4.2 Subsurface and Physical Conditions 00 72 15-11 4.3 Differing Subsurface or Physical Conditions 00 72 15 11-00 72 15-12 4.4 Underground Facilities 00 72 15-12 4.5 Reference Points 00 72 15-12-00 72 15 13 4.6 Hazardous Environmental Condition at Site ARTICLE 5.0-BONDS AND INSURANCE 00 72 15-13-00 72 15-14 5.1 Performance and Payment Bonds 00 72 15-14-00 72 15-15 5.2 Insurance Requirements ARTICLE 6.0-CONTRACTOR'S RESPONSIBILITIES 00 72 15-15 6.1 Supervision and Superintendence 00 72 15-16 6.2 Labor;Working Hours 00 72 15-16 6.3 Services,Materials,and Equipment 00 72 15-16 6.4 Progress Schedule 00 72 15-16-00 72 15 17 6.5 Substitutes and"Or-Equals" 00 72 15-16-00 72 15-18 6.6 Concerning Subcontractors,Suppliers,and Others 00 72 15-18 6.7 Patent Fees and Royalties 00 72 15-18 6.8 Permits 6.9 Laws and Regulations 00 72 15-18-00 72 15-19 00 72 15-19 6.10 Taxes 00 72 15-19 6.11 Use of Site and Other Areas 00 72 15-19 6.12 Record Documents 00 72 1519-00 72 15-20 6.13 Safety and Protection 00 72 15-19 6.14 Safety Representative 00 72 15-20 6.15 Hazard Communication Programs 00 72 15-20 6.16 Emergencies 6.17 Shop Drawings and Samples 00 72 15-20-00 72 15-21 Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15-2 WKD Project Number: 201500037.00.AG 6.18 Continuing the Work 00 72 15-21 6.19 Contractor's General Warranty and Guarantee 00 72 15-21 6.20 Indemnification 00 72 15-21-00 72 15-22 ARTICLE 7.0-OTHER WORK 7.1 Related Work at Site 00 72 15-22 7.2 Coordination 00 72 15-23 ARTICLE 8.0-OWNER'S RESPONSIBILITIES 8.1 Communications to Contractor 00 72 15-23 8.2 Replacement of Engineer 00 72 15-23 8.3 Furnish Data 00 72 15-23 8.4 Pay Promptly When Due 00 72 15-23 8.5 Lands and Easements;Reports and Tests 00 72 15-23 8.6 Insurance 00 72 15-23 8.7 Inspections,Tests,and Approvals 00 72 15-23 8.8 Limitations on Owner's Responsibilities 00 72 15-23 8.9 Undisclosed Hazardous Environmental Condition 00 72 15-23 8.10 Evidence of Financial Arrangements 00 72 15-23 ARTICLE 9.0-ENGINEER'S STATUS DURING CONSTRUCTION 9.1 Owner's Representative 00 72 15-23 9.2 Clarifications and Interpretations 00 72 15-23 9.3 Authorized Variations in Work 00 72 15-24 9.4 Rejecting Defective Work 00 72 15-24 9.5 Shop Drawings,Change Orders and Payments 00 72 15-24 9.6 Determinations for Unit Price Work 00 72 15-24 9.7 Decisions on Requirements of Contract Documents and Acceptability of Work 00 72 15-24 9.8 Engineer's Project Representative 00 72 15-24-00 72 15-25 9.9 Limitations on Engineer's Authority and Responsibilities 00 72 15-25 ARTICLE 10.0-CHANGES IN THE WORK;CLAIMS 10.1 Authorized Changes in the Work 00 72 15-25 10.2 Unauthorized Changes in the Work 00 72 15-25 10.3 Execution of Change Orders 00 72 15-25 10.4 Notification to Surety 00 72 15-25-00 72 15-26 10.5 Claims and Disputes 00 72 15-26 ARTICLE 11.0-COST OF THE WORK;CASH ALLOWANCES;UNIT PRICE WORK 11.1 Cost of the Work 00 72 15-26-00 72 15-28 11.2 Cash Allowances 00 72 15-28 11.3 Unit Price Work 00 72 15-28 ARTICLE 12.0-CHANGE OF CONTRACT PRICE;CHANGE OF CONTRACT TIMES 12.1 Change of Contract Price 00 72 15-28-00 72 15-29 12.2 Change of Contract Times 00 72 15-29 12.3 Delays Beyond Contractor's Control 00 72 15-29 12.4 Delays Within Contractor's Control 00 72 15-29 12.5 Delays Beyond Owner's and Contractor's Control 00 72 15-29 12.6 Delay Damages 00 72 15-29 12.7 Abnormal Weather Conditions 00 72 15-29-00 72 15-30 12.8 Liquidated Damages 00 72 15-30 Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15-3 WKD Project Number: 201500037.00.AG ARTICLE 13.0-TESTS AND INSPECTIONS;CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 00 72 15-30 13.1 Notice of Defects 00 72 15-30 13.2 Access to Work 00 72 15-30 13.3 Tests and Inspections 00 72 15-30-00 72 15-31 13.4 Uncovering Work 00 72 15-31 13.5 Owner May Stop the Work 00 72 15-31 13.6 Correction or Removal of Defective Work 00 72 15-31 13.7 Correction Period 00 72 15-31 13.8 Acceptance of Defective Work 00 72 15-31-00 72 15-32 13.9 Owner May Correct Defective Work ARTICLE 14.0-PAYMENTS TO CONTRACTOR AND COMPLETION 00 72 15-32 14.1 Schedule of Values 00 72 15-32-00 72 15-34 14.2 Progress Payments 00 72 15-34 14.3 Contractor's Warranty of Title 00 72 15-34 14.4 Substantial Completion 00 72 15-34 14.5 Partial Utilization 00 72 15-34 14.6 Final Inspection 14.7 Final Payment 00 72 15-34-00 72 15-35 14.8 Final Completion Delayed 00 72 15-35 14.9 Waiver of Claims 00 72 15-35 ARTICLE 15.0-SUSPENSION OF WORK AND TERMINATION 15.1 Owner May Suspend Work 00 72 15-35 00 72 15-36 15.2 Owner May Terminate for Cause 00 72 15-36 15.3 Owner May Terminate for Convenience 00 72 15-36 15.4 Contractor May Stop Work or Terminate 00 72 15-36 00 72 15 37 15.5 Assignment of Contract ARTICLE 16.0-DISPUTE RESOLUTION 00 72 15-37 16.1 Methods and Procedures ARTICLE 17.0-MISCELLANEOUS 00 72 15-37 17.1 Giving Notice 00 72 15-37 17.2 Computation of Times 00 72 15-37 17.3 Cumulative Remedies 00 72 15-37 17.4 Survival of Obligations 00 72 15-37 17.5 Controlling Law ARTICLE 18.0-DISCRIMINATION 00 72 15 37 18.1 Discrimination Prohibited Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15-4 WKD Project Number: 201500037.00.AG GENERAL CONDITIONS ARTICLE 1.0—DEFINITIONS K. Contract Documents: The Contract AND TERMINOLOGY Documents establish the rights and obligations of the parties and include the Agreement,Addenda(which pertain to the 1.1 Defined Terms Contract Documents),Contractor's Bid(including documentation accompanying the Bid and any post Bid Wherever used in the Contract Documents and documentation submitted prior to the Notice of Award)when printed with initial or all capital letters,the terms listed below attached as an exhibit to the Agreement,the Notice to will have the meanings indicated which are applicable to both Proceed,the Bonds,these General Conditions,the the singular and plural thereof. Specifications and the Drawings as the same are more specifically identified in the Agreement,together with all A. Addenda: Written or graphic instruments Written Amendments,Change Orders,Work Change issued prior to the opening of Bids which clarify,correct,or Directives,Field Orders,and Engineer's written change the Bidding Requirements or the Contract interpretations and clarifications issued on or after the Documents. effective date of the Agreement. Approved Shop Drawings and the reports and Drawings of subsurface and physical B. Agreement: The written instrument which conditions are not Contract Documents. Only printed or hard is evidence of the Agreement between Owner and Contractor copies of the items listed in this Article are Contract covering the Work. Documents. Files in electronic media format of text,data, graphics,and the like that may be furnished by Owner to C. Asbestos: Any material that contains more Contractor are not Contract Documents. than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels L. Contract Price: The moneys payable by established by the United States Occupational Safety and Owner to Contractor for completion of the Work in Health Administration. accordance with the Contract Documents as stated in the Agreement(subject to the provisions of Article 11.3 in the D. Bid: The offer or proposal of a bidder case of Unit Price Work). submitted on the prescribed form setting forth the prices for the Work to be performed. M. Contract Times: The number of days or the dates stated in the Agreement to complete the Work so that it E. Bidding Documents: The Bidding is ready for final payment as evidence by Engineer's written Requirements and the proposed Contract Documents recommendation of final payment. (including all Addenda issued prior to receipt of Bids). N. Contractor: The individual or entity with F. Bidding Requirements: The Advertisement whom Owner has entered into the Agreement. or Invitation to Bid,Instructions to Bidders,Bid security form,if any,and the Bid form with any supplements. O. Cost of the Work: See Article 11.1, Paragraph A.for definition. G. Bonds: Performance and payment Bonds and other instruments of security. P. Drawings: That part of the Contract Documents prepared approved by Engineer which H. Change Order: A document recommended graphically shows the scope,extent,and character of the by Engineer which is signed by Contractor and Owner and Work to be performed by Contractor. Shop Drawings and authorizes an addition,deletion,or revision in the Work or an other Contractor submittals are not Drawings as so defined. adjustment in the Contract price or the Contract Times, issued on or after the Effective Date of the Agreement. Q. Effective Date of the Agreement: The date indicated in the Agreement on which it becomes effective, I. Claim: A demand or assertion by Owner or but if no such date is indicated,it means the date on which Contractor seeking an adjustment of Contract Price or the Agreement is signed and delivered by the last of the two Contract Times,or both,or other relief with respect to the parties to sign and deliver. terms of the Contract. A demand for money or services by a third party is not a Claim. R. Engineer: The Engineer for this Project is W.K.Dickson&Co.,Inc. J. Contract: The entire and integrated written Agreement between the Owner and Contractor concerning S. Engineer's Consultant: An individual or the Work. The Contract supersedes prior negotiations, entity having a Contract with Engineer to furnish services as representations,or Agreements,whether written or oral. Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15-5 WKD Project Number: 201500037.00.AG I Engineer,independent professional associate,or consultant startTimes to ill commence m the WooCU n k underandon the Contrat Documents.Contractorshall with respect to the Project. T. Engineer's Project Representative: The EE. Owner: The individual,entity,public body, authorized representative of Engineer who may be assigned or auority with whom Agreement and for whom tntractor has he Work is too nterbe edpeinto the to the Site or any part thereof. d. U. Field Order: A written order issued by FF. Partial Payment Estimate: The form Engineer which requires minor changes in the Work but acceptable to Engineer which is to be used during the course which does not involve a change in the Contract Price or the of the Work in requesting progress or final payments for Contract Times. construction and which is to be accompanied by such supporting documentation as is required by the Contract V. General Requirements: Sections of Documents. Division 1 of the Specifications. The General Requirements GG. Partial Utilization: Use by Owner of a pertain to all sections of the Specifications. substantially completed part of the Work for the purpose for W. Hazardous Environmental Condition: The which it is intended(or a related purpose)prior to Substantial presence at the Site of asbestos,PCBs,Petroleum,Hazardous Completion of all the Work. Waste,or radioactive material in such quantities or HH. PCBs: Polychlorinated biphenyls. circumstances that may present a substantial danger to persons or property exposed thereto in connection with the II. Petroleum: Petroleum,including crude oil Work. or any fraction thereof which is liquid at standard conditions X. Hazardous Waste: The term Hazardous of temperature and pressure(60 degrees Fahrenheit and Waste shall have the meaning provided in Section 1004 of 14.7 pounds per square inch absolute),such as oil,Petroleum, the Solid Waste Disposal Act(42 USC Section 6903)as fuel oil,oil sludge,oil refuse,gasoline,kerosene,and oil amended from time to time. mixed with other non-hazardous waste and crude oils. Y. Laws and Regulations;Laws or JJ. CU The total construction of which the Regulations: Any and all applicable laws,rules,regulations, Work to be performed under the Contract Documents may be ordinances,codes,and orders of any and all governmental the whole,or a part as may be indicated elsewhere in the bodies,agencies,authorities,and courts having jurisdiction. Contract Documents. Z. Liens: Charges,security interests,or KK. Project Manual: The bound documentary encumbrances upon Project funds,real property,or personal information prepared for bidding and construction the Work. property. A listing of the contents of the Project Manual,which may be bound in one or more volumes,is contained in the table(s)of AA. Liquidated Damages: An amount agreed to contents. by the parties as an estimate of Owner's actual damages,set LL. Radioactive Material: Source,special forth on a calendar day basis,to compensate Owner for its damages(and not as a penalty)in the event Contractor fails to nuclear,or byproduct material as defined by the atomic complete the work within the Contract Time,or any Energy Act of 1954(42 USC Section 2011 et seq.)as authorized extensions thereof,by the date or dates established amended from time to time. in the Contract Documents. MM. Samples: Physical examples of materials, BB. Milestone: A principal event specified in equipment,or Workmanship that are representative of some the Contract Documents relating to an intermediate portion of the Work and which establish the standards by completion date or time prior to Substantial Completion of all which such portion of the Work will be judged. the Work. NN. Shop Drawings: All Drawings,diagrams, CC. Notice of Award: The Written Notice by illustration,schedules,and other data or information which Owner to the apparent successful bidder stating that upon are specifically prepared or assembled by or for Contractor timely compliance by the apparent successful bidder with the and submitted by Contractor to illustrate some portion of the conditions precedent listed therein,Owner will sign and Work. deliver the Agreement. 00. Site: Lands or areas indicated in the DD. Notice to Proceed: A Written Notice given Contract Documents as being furnished by Owner upon by Owner to Contractor fixing the date on which the Contract which the Work is to be and easements for access theore o,and suchrmed, rong t err lands right-of-way Standard General Conditions Augusta Utilities Department 00 72 15-6 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements WKD Project Number: 201500037.00.AG furnished by Owner which are designated for the use of Work,or responding to differing or unforeseen subsurface or Contractor. physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change PP. Specifications: That part of the Contract the Contract Price or the Contract Times but is evidence that Documents consisting of written technical descriptions of the parties expect that the change ordered or documented by a materials,equipment,systems,standards,and Workmanship Work Change Directive will be incorporated in a as applied to the Work and certain administrative details subsequently issued Change Order following negotiations by applicable thereto. the parties as to its effect,if any,on the Contract Price or Contract Times. QQ. Subcontractor: An individual or entity having a direct contact with Contractor or with any other YY. Written Amendment: A written statement Subcontractor for the performance of a part of the Work at modifying the Contract Documents,signed by Owner and the Site. Contractor on or after the effective date of the Agreement and normally dealing with the non-engineering or non-technical RR. Substantial Completion: The time at which rather than strictly construction-related aspects of the the Work(or a specified part thereof)has progressed to the Contract Documents. point where,in the opinion of Engineer,the Work(or a specified part thereof)is sufficiently complete,in accordance ZZ. Resident Observer: Shall have the same with the Contract Documents,so that the Work(or a definition as"Resident Project Representative"when referred specified part thereof)can be utilized for the purposes for to in these documents or during the duration of the Project. which it is intended. The terms"substantially complete"and "substantially completed"as applied to all or part of the AAA. Acceptance: By the Owner of the Work as Work refer to Substantial Completion thereof. being fully complete in accordance with the Contract Documents subject to waiver of claims. SS. Supplementary Condition: That part of the Contract Documents which amends or supplements these BBB. Written Notice: The"Notice"as used General Conditions. herein shall mean and include all Written Notices,demands, instruction,claims,approvals,and disapprovals required to TT. Supplier: A manufacturer,fabricator, obtain compliance with Contract requirements. Written Supplier,distributor,materialman,or vendor having a direct Notice shall be deemed to have been duly served if delivered Contract with Contractor or with any subcontract to furnish in person to the individual or to a member of the firm or to an materials or equipment to be incorporated in the Work by officer of the corporation for whom it is intended,or to an Contractor or any Subcontractor. authorized representative of such individual,firm or corporation,or if delivered at or sent by individual,firm or UU. Underground Facility or Facilities: All corporation,or if delivered at or sent by registered mail to the underground pipeline,conduits,ducts,cables,wires, last business address known to him who gives the notice. manholes,vaults,tanks,tunnels,or other such facilities or Unless otherwise stated in writing,any notice to or demand attachments,and any encasements containing such facilities, upon the Owner under this Contract shall be delivered to the including those that convey electricity,gases,steam,liquid Owner through the Engineer. petroleum products,telephone or other communications, cable television,water,wastewater,storm water,other liquids 1.2 Terminology or chemicals,or traffic of other control systems. A. Intent of Certain Terms or Adjectives VV. Unit Price Work: Work to be paid for on the basis of unit prices. 1. Whenever in the Contract Documents the terms"as allowed","as approved",or terms WW. Work: The entire completed construction of like effect or import are used,or the adjectives or the various separately identifiable parts thereof required to "reasonable","suitable","acceptable","proper", be provided under the Contract Documents. Work includes "satisfactory",or adjectives of like effect or import are used and is the result of performing or providing all labor, to describe an action or determination of Engineer as to the services,and documentation necessary to produce such Work,it is intended that such action or determination will be construction,and furnishing,installing,and incorporating all solely to evaluate,in general,the completed Work for materials and equipment into such construction,all as compliance with the requirements of and information in the required by the Contract Documents. Contract Documents and conformance with the design concept of the completed Project as a functioning whole as XX. Work Change Directive: A written shown or indicated in the Contract Documents(unless there statement to Contractor issued on or after the effective date of is a specific statement indicating otherwise). The use of any the Agreement and signed by Owner and recommended by such term or adjective shall not be effective to assign to Engineer ordering an addition,deletion,or revision in the Engineer any duty or authority to supervise or direct the Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15-7 WKD Project Number: 201500037.00.AG o performance of the Work or any duty or authority to 2.2 Copies of Documents undertake responsibility contrary to the provisions of The Contractor will be furnished without Article 9.9 or any other provision of the Contract Documents. A.charge up to five sets of Specifications and full size B. Day: The word"day"shall constitute a Drawings. Additional sets of Drawings and specifications calendar day or 24 hours measured from midnight to the next requested by the Contractor will be furnished at the cost of midnight. reproduction,plus handling. C. Defective: The word"defective",when 2.3 Commencement of Contract Times—Notice to modifying the word"Work",refers to Work that is Proceed unsatisfactory,faulty,or deficient in that it does not conform commence will c oc The Contract ce to run to the Contract Documents or does not meet the requirements on the da A indicated in the Notice Timeo Proceed;but no event of any inspection,reference standard,test,or approval Y referred to in the Contract Documents,or has been damaged will the Contract Time commence to run later than the 90th prior to Engineer's recommendation of final payment(unless day after the day of Bid opening or the 30th day after the responsibility for the protection thereof has been assumed by effective date of the Agreement. By mutual consent of the Owner at Substantial Completion in accordance with parties to the Contract,these time limits may be changed. Article 14.4 or 14.5). 2.4 Starting the Work D. Furnish,Install,Perform,Provide A. Contractor shall start to perform the Work 1. The word"furnish",when used in on the date when the Contract Times commence to run. No connection with services,materials,or equipment,shall mean Work shall be done at the Site prior to the date on which the to supply and deliver said services,materials,or equipment to Contract Times commence to run. the Site(or some other specified location)ready for use or 2 5 Before Starting Construction installation and in usable or operable condition. 2. The Work"install",when used in A. Contractor's Review of Contract connection with services,materials,or equipment,shall mean Documents: Before undertaking each part of the Work, to put into use or place in final position said services, Contractor shall carefully study and compare the Contract materials,or equipment complete and ready for intended use. Documents and check and verify pertinent figures therein and all applicable field measurements. Contractor shall promptly 3. The words"perform"or"provide", report in writing to Engineer any conflict,error,ambiguity,or when used in connection with services,materials,or discrepancy which Contractor may discover and shall obtain equipment,shall mean to furnish and install said services, a written interpretation or clarification from Engineer before materials,or equipment complete and ready for intended use. proceeding with any Work affected thereby;however, Contractor shall not be liable to Owner or Engineer for 4. When"furnish","install", failure to report any conflict,error,ambiguity,or discrepancy "perform",or"provide"is not used in connection with in the Contract Documents unless Contractor knew or services,materials,or equipment in a context clearly reasonably should have known thereof. requiring an obligation of Contractor,"provide"is implied. B. Preliminary Schedules: Within ten days E. Unless stated otherwise in the Contract after the effective date of the Agreement(unless otherwise Documents,words or phrases which have a well-known specified in the General Requirements)Contractor shall technical or construction industry or trade meaning are used submit following schedules to Engineer for timely review: in the Contract Documents in accordance with such recognized meaning. 1. A preliminary progress schedule indicating the times(numbers of days or dates)for starting ARTICLE 2.0—PRELIMINARY MATTERS and completing the various stages of the Work,including any Milestones specified in the Contract Documents; 2.1 Delivery of Bonds 2. A preliminary schedule of shop A. When Contractor delivers the executed drawing and sample submittals which will list each required Agreements to Owner,Contractor shall also deliver to Owner submittal and the times for submitting.reviewing,and such Bonds as Contractor may be required to furnish. processing such submittal;and 3. A preliminary schedule of values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and Standard General Conditions Augusta Utilities Department 00 72 15-8 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements WKD Project Number: 201500037.00.AG I I I subdivides the Work into component parts in sufficient detail 2.8 Award to serve as the basis for progress payments during performance of the Work. Such prices will include an A. The award of the Contract,if it is awarded, appropriate amount of overhead and profit applicable to each will be to the lowest responsive,responsible bidder whose item of Work. qualifications indicate the award will be in the best interest of the Owner and whose Bid complies with all the prescribed C. Evidence of Insurance: The Contractor requirements. Notice of Award will not be given until the shall submit three copies of its insurance certificate Owner has concluded such investigations as deemed simultaneous with submittal of his executed Contract necessary to establish the responsibility,qualifications,and Documents. The Contractor may use the"Accord Form"for financial ability of the bidders to execute the Work in the Certificate of Insurance. Contractor shall review"Accord accordance with the Contract Documents to the satisfaction Form"before forwarding to the Engineer. of the Owner within the time prescribed. The Owner reserves the right to reject the Bid of any bidder who does not pass 2.6 Pre-Construction Conference such investigation to the Owner's satisfaction. In analyzing Bids,the Owner may take into consideration alternates and A. Within 20 days after the Contract Time unit prices,if requested in the Bid form. If the Contract is starts to run,but before any Work at the Site is started,a awarded,the Owner will give the successful bidder a Notice conference attended by Contractor,Engineer,and others as of Award within 90 days after the opening of Bids. appropriate will be held to establish a Working understanding among the parties as to the Work and to discuss the schedules ARTICLE 3.0—CONTRACT DOCUMENTS: INTENT, referred to in Article 2.5,Paragraph B.,procedures for AMENDING,REUSE handling Shop Drawings and other submittals,processing Applications for Payment,and maintaining required records. 3.1 Intent 2.7 Initial Acceptance of Schedules A. The Contract Documents are complementary;what is called for by one is as binding as if A. Unless otherwise provided in the Contract called for by all. Documents,at least ten days before submission of the first Partial Payment Estimate a conference attended by B. It is the intent of the Contract Documents to Contractor,Engineer,and others as appropriate will be held describe a functionally complete Project(or part thereof)to to review for acceptability to Engineer as provided below the be constructed in accordance with the Contract Documents. schedules submitted in accordance with Article 2.5, Any labor,documentation,services,materials,or equipment Paragraph B. Contractor shall have an additional ten days to that may reasonably be inferred from the Contract make corrections and adjustments and to complete and Documents or from prevailing custom or trade usage as being resubmit the schedules. No progress payment shall be made required to produce the intended result will be provided to Contractor until acceptable schedules are submitted to whether or not specifically called for at no additional cost to Engineer. Owner. B. The progress schedule will be acceptable to C. Clarifications and interpretations of the Engineer if it provides an orderly progression of the Work to Contract Documents shall be issued by Engineer as provided completion within any specified Milestones and the Contract in Article 9.0. Times. Such Acceptance will not impose on Engineer responsibility or the progress schedule,for sequencing, 3.2 Reference Standards scheduling,or progress of the Work nor interfere with or relieve Contractor from Contractor's full responsibility A. Standards,Specifications,Codes,Laws,and therefor. Regulations: C. Contractor's schedule of shop drawing and 1. Reference to standards, sample submittals will be acceptable to Engineer if it Specifications,manuals,or codes of any technical society, provides a Workable arrangement for reviewing and organization,or association,or to laws or regulations, processing the required submittals. whether such reference be specific or p by implication,shall mean the standard,specification,manual,code,or laws or D. Contractor's schedule of values will be regulations in effect at the time of opening of Bids(or on the acceptable to Engineer as to form and substance if it provides effective date of the Agreement if there were no Bids),except a reasonable allocation of the Contract Price to component as may be otherwise specifically stated in the Contract parts of the Work. Documents. 2. No provision of any such standard, specification,manual or code,or any instruction of a Supplier Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15-9 WKD Project Number: 201500037.O0.AG i shall be effective to change the duties or responsibilities of the following ways: (i)a Field Order;or(ii)Engineer's Owner,Contractor,or Engineer,or any of their written interpretation or clarification. Subcontractors,consultants,agents,or employees from those 3 5 Reuse of Documents set forth in the Contract Documents,nor shall any such provision or instruction be effective to assign to Owner, A. Contractor and any Subcontractor or Engineer,or any of Engineer's Consultants,agents,or employees any duty or authority to supervise or direct the Supplier or other individual or entity performing or performance of the Work or any duty or authority to furnishing any of the Work under a direct or indirect contract undertake responsibility inconsistent with the provisions of with Owner: (i)shall not have or acquire any title in or the Contract Documents. ownership rights in any of the Drawings,Specifications,or other documents(or copies of any thereof)prepared by or 3.3 Reporting and Resolving Discrepancies bearing the seal of Engineer or Engineer's Consultant, including electronic media editions;and(ii)shall not reuse A. Reporting Discrepancies: If,during the any of such Drawings,Specifications,other documents,or performance of the Work,Contractor discovers any conflict, copies thereof on extensions of the Project or any other error,ambiguity,or discrepancy within the Contract project without written consent of Owner and Engineer and Documents or between the Contract Documents and any specific written verification or adoption by Engineer. This provision of any law or regulation applicable to the prohibition will survive final payment,completion,and performance of the Work or of any standard,specification, Acceptance of the Work,or termination or completion of the manual or code,or of any instruction of any Supplier, Contract. Nothing herein shall preclude Contractor from Contractor shall report it to Engineer in writing at once. retaining copies of the Contract Documents for record Contractor shall not proceed with the Work affected thereby purposes. (except in an emergency as required by Article 6.16, Paragraph A.)until an amendment or supplement to the ARTICLE 4.0—AVAILABILITY OF LANDS; Contract Documents has been issued by one of the methods SUBSURFACE AND PHYSICAL CONDITIONS; indicated in Article 3.4;provided,however,that Contractor REFERENCE POINTS shall not be liable to Owner or Engineer for failure to report 4.1 Availabilityof Lands any such conflict,error,ambiguity,or discrepancy unless Contractor knew or reasonably should have known thereof. A. Owner shall furnish the Site. Owner shall B. Resolving Discrepancies: Except as may be notify Contractor of any encumbrances or restrictions not of otherwise specifically stated in the Contract Documents,the general application but specifically related to use of the Site provisions of the Contract Documents shall take precedence with which Contractor must comply in performing the Work. in resolving any conflict,error,ambiguity,or discrepancy Owner will obtain in a timely manner and pay for easements between the provisions of the Contract Documents and: for permanent structures or permanent changes in existing facilities. If Contractor and Owner are unable to agree on 1. The provisions of any standard, entitlement to or on the amount or extent,if any,of any specification,manual,code,or instruction(whether or not adjustment in the Contract Price or Times,or both,as a result specifically incorporated by reference in the Contract of any delay in Owner's furnishing the Site,Contractor may Documents)or make a Claim therefor as provided in Article 10.5. 2. The provisions of any laws or B. Upon reasonable written request,Owner regulations applicable to the performance of the Work(unless shall furnish Contractor with a current statement of record such an interpretation of the provisions of the Contract legal title and legal description of the lands upon which the Documents would result in violation of such law or Work is to be performed and Owners interest therein as regulation). necessary for giving notice of or filing a mechanic's or construction lien against such lands in accordance with 3.4 Amending and Supplementing Contract Documents applicable Laws and Regulations. A. The Contract Documents may be amended C. Contractor shall provide for all additional to provide for additions,deletions,and revisions in the Work lands and access thereto that may be required for temporary or to modify the terms and conditions thereof in one or more construction facilities or storage of materials and equipment. of the following ways:(i)a Written Amendment;(ii)a 4 2 Subsurface and Physical Conditions Change Order;or(iii)a Work Change Directive. B. The requirements of the Contract A. Any testing reports or Drawings which are Documents may be supplemented and minor variations and available or have been relied upon for this Project are deviations in the Work may be authorized by one or more of identified or included in the Site Work sections of this specification. Standard General Conditions Augusta Utilities Department 00 72 15-10 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements WKD Project Number: 201500037.00.AG 1 I I I I B. Limited Reliance by Contractor on writing(with a copy to Contractor)of Engineer's findings Technical Data Authorized: Contractor may rely upon the and conclusions. general accuracy of the technical data. Except for such reliance on such technical data,Contractor may not rely upon C. Possible Price and Time Adjustments: or make any Claim against Owner,Engineer,or any of Engineer's Consultants with respect to: 1. The Contract Price or the Contract Times,or both,will be equitably adjusted to the extent that 1. The completeness of such reports the existence of such differing subsurface or physical and Drawings for Contractor's purposes,including,but not condition causes an increase or decrease in Contractor's cost limited to,any aspects of the means,methods,techniques, of,or time required for,performance of the Work;subject, sequences,and procedures of construction to be employed by however,to the following: Contractor,and safety precautions and programs incident thereto;or a. Such condition must meet any one or more of the categories described in Article 4.3, 2. Other data,interpretations,opinions, Paragraph A.;and and information contained in such reports or shown or indicated in such Drawings;or b. With respect to Work that is paid for on a unit price basis,any adjustment in Contract 3. Any Contractor interpretation of or Price will be subject to the provisions of Articles 9.8 and conclusion drawn from any"technical data"or any such other 11.3. data,interpretations,opinion,or information. 2. Contractor shall not be entitled to 4.3 Differing Subsurface or Physical Conditions any adjustment in the Contract Price or Contract Times if: A. Notice: If Contractor believes that any a. Contractor knew of the subsurface or physical condition at or contiguous to the Site existence of such conditions at the time Contractor made a that is uncovered or revealed either: final commitment to Owner in respect of Contract Price and Contract Times by the submission of a Bid or becoming 1. Is of such a nature as to establish bound under a negotiated Contract;or that any"technical data"on which Contractor is entitled to rely as provided in Article 4.2 is materially inaccurate;or b. The existence of such condition could reasonably have been discovered or revealed 2. Is of such a nature as to require a as a result of any examination,investigation,exploration, change in the Contract Documents;or test,or study of the Site and contiguous areas required by the Bidding Requirements or Contract Documents to be 3. Differs materially from that shown conducted by or for Contractor prior to Contractor's making or indicated in the Contract Documents;or such final commitment;or c. Contractor failed to give the 4. Is of an unusual nature,and differs Written Notice within the time and as required by Article 4.3, materially from condition ordinarily encountered and Paragraph A. generally recognized as inherent in Work of the character provided for in the Contract Documents: 3. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent,if any, Then Contractor shall,after becoming of any adjustment in the Contract Price or Contract Times,or aware thereof and before further disturbing the subsurface or both,a Claim may be made therefor as provided in Article physical conditions or performing any Work in connection 10.5. However,Owner,Engineer,and Engineer's therewith(except in an emergency as required by Consultants shall not be liable to Contractor for any claims, Article 6.16,Paragraph A.),notify Owner and Engineer in costs,losses,or damages(including but not limited to all fees writing about such condition. Contractor shall not further and charges of Engineers,architects,attorneys,and other disturb such condition or perform any Work in connection professionals and all court or arbitration or other dispute therewith(except as aforesaid)until receipt of written order resolution costs)sustained by Contractor on or in connection to do so. with any other Project or anticipated Project. B. Engineer's Review: After receipt of 4.4 Underground Facilities Written Notice as required by Article 4.3,Paragraph A. Engineer will promptly review the pertinent condition, A. Shown or Indicated: The information and determine the necessity of Owner's obtaining additional data shown or indicated in the Contract Documents with exploration or tests with respect thereto,and advise Owner in respect to existing underground facilities at or contiguous to the Site is based on information and data furnished to Owner Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15- 11 WKD Project Number: 201500037.00.AG I 1 I I or Engineer by the Owners of such underground facilities, 4.5 Reference Points including Owner,or by others. A. Owner shall provide engineering surveys to 1. Owner and Engineer shall not be establish reference points for construction which in responsible for the accuracy or completeness of any such Engineer's judgment are necessary to enable Contractor to information or data;and proceed with the Work. Contractor shall be responsible for laying out the Work,shall protect and preserve the 2. The cost of all of the following will established reference points and property monuments,and be included in the Contract Price,and Contractor shall have shall make no changes or relocations without the prior written full responsibility for: approval of Owner. Contractor shall report to Engineer whenever any reference point or property monument is lost or relocation because of necessary a. Reviewing and checking all destroyed required locations,and shall be responsible for such information and data. the accurate replacement or relocation of such reference b. Locating all underground points or property monuments by professionally qualified facilities shown or indicated in the Contract Documents. personnel. c. Coordination of the Work 4.6 Hazardous Environmental Condition at Site with the Owners of such underground facilities,including A. Reports and Drawings: Reference is made Owner,during construction,and to these General Conditions for the identification of those d. The safety and protection of reports and Drawings relating to a Hazardous Environmental all such underground facilities and repairing any damage Condition identified at the Site,if any,that have been utilized thereto resulting from the Work. by the Engineer in the preparation of the Contract Documents. B. Not Shown or Indicated: B. Limited Reliance by Contractor on 1. If an Underground Facility is Technical Data Authorized: Contractor may rely upon the uncovered or revealed at or contiguous to the Site which was general accuracy of the technical data contained in such not shown or indicated,or not shown or indicated with reports and Drawings,but such reports and Drawings are not reasonable accuracy in the Contract Documents,Contractor Contract Documents. Except for such reliance on such shall,promptly after becoming aware thereof and before "technical data",Contractor may not rely upon or make any further disturbing conditions affected thereby or performing Claim against Owner,Engineer or any of Engineer's any Work in connection therewith(except in an emergency as Consultants with respect to: required by Article 6.16,Paragraph A.),identify the owner of 1. The completeness of such reports such Underground Facility and give Written Notice to that owner and to Owner and Engineer. Engineer will promptly and Drawings for Contractor's purposes,including,but not review the Underground Facility and determine the extent,if limited to,any aspects of the means,methods,techniques, any,to which a change is required in the Contract Documents sequences and procedures of construction to be employed by to reflect and document the consequences of the existence or Contractor and safety precautions and programs incident location of the Underground Facility. During such time, thereto;or Contractor shall be responsible for the safety and protection 2. Other data,interpretations,opinions of such Underground Facility. and information contained in such reports or shown or 2. If Engineer concludes that a change indicated in such Drawings;or in the Contract Documents is required,a Work Change 3. Any Contractor interpretation of or Directive or a Change Order will be issued to reflect and document such consequences. An equitable adjustment shall conclusion drawn from any"technical data"or any such other be made in the Contract Price or Contract Times,or both,to data,interpretations,opinions,or information. the extent that they are attributable to the existence or C. Contractor shall not be responsible for any location of any Underground Facility that was not shown or indicated or not shown or indicated with reasonable accuracy Hazardous Environmental Condition uncovered or revealed in the Contract Documents and that Contractor did not know at the Site which was not shown or indicated in Drawings or of and could not reasonably have been expected to be aware Specifications or identified in the Contract Documents to be of or to have anticipated. If Owner and Contractor are unable within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any to agree on entitlement to or on the amount or extent,if any, materials brought to the Site by Contractor,Subcontractors, of any such adjustment in Contract Price or Contract Times, roug anyone else for whom ContractorSu isc ntr responsible. . Owner or Contractor may make a Claim therefor as provided Suppliers, in Article 10.5. Standard General Conditions Augusta Utilities Department 00 72 15- 12 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements WKD Project Number: 201500037.00.AG D. If Contractor encounters a Hazardous individual or entity from and against the consequences of that Environmental Condition or if Contractor or anyone for individual's or entity's own negligence. whom Contractor is responsible creates a Hazardous Environmental Condition,Contractor shall immediately: H. To the fullest extent permitted by Laws and (i)secure or otherwise isolate such condition;(ii)stop all Regulations,Contractor shall indemnify and hold harmless Work in connection with such condition and in any area Owner,Engineer,Engineer's Consultants,and the officers, affected thereby(except in an emergency as required by directors,partners,employees,agents,other consultants,and Article 6.16);and(iii)notify Owner and Engineer(and Subcontractors of each and any of them from and against all promptly thereafter confirm such notice in writing). Owner claims,costs,losses,and damages(including but not limited shall promptly consult with Engineer concerning the to all fees and charges of engineers,architects,attorneys,and necessity for Owner to retain a qualified expert to evaluate other professionals and all court of arbitration or other such condition or take corrective action,if any. dispute resolution costs)arising out of or relating to a Hazardous Environmental Condition created by Contractor or E. Contractor shall not be required to resume by anyone for whom Contractor is responsible. Nothing in Work in connection with such condition or in any affected this Article 4.6,Paragraph H.shall obligate Contractor to area until after Owner has obtained any required permits indemnify any individual or entity from and against the related thereto and delivered to Contractor Written Notice: consequences of that individual's or entity's own negligence. (i)specifying that such condition and any affected area is or has been rendered safe for the resumption of Work;or 1. The provisions of Articles 4.2,4.3, (ii)specifying any special conditions under which such Work and 4.4 are not intended to apply to a Hazardous may be resumed safely. If Owner and Contractor cannot Environmental Condition uncovered or revealed at the Site. agree as to entitlement to or on the amount or extent,if any, of any adjustment in Contract Price or Contract Times,or ARTICLE 5.0—BONDS AND INSURANCE both,as a result of such Work stoppage or such special conditions under which Work is agreed to be resumed by 5.1 Performance and Payment Bonds Contractor,either party may make a Claim therefor as provided in Article 10.5. A. Concurrent with execution of the Agreement and within ten days of the Notice of Award,the F. If after receipt of such Written Notice successful Contractor shall procure,execute,and deliver to Contractor does not agree to resume such Work based on a the Owner and maintain,at his own cost and expense,the reasonable belief it is unsafe,or does not agree to resume following Bonds,in the forms attached,of a surety company such Work under such special conditions,then Owner may approved by the state in which the Work is being performed order the portion of the Work that is in the area affected by as a Surety: such condition to be deleted from the Work. If Owner and Contractor cannot agree as to entitlement to or on the amount 1. Performance Bond in an amount not or extent,if any,of an adjustment in Contract Price or less than 100%of the total amount payable to the Contractor Contract Times as a result of deleting such portion of the by the terms of the Contract as security for the faithful Work,then either party may make a Claim therefor as performance of the Work. Bond must be valid until one year provided in Article 10.5. Owner may have such deleted after the date of issuance of the Certificate of Substantial portion of the Work performed by Owner's own forces or Completion. others in accordance with Article 7.0. 2. Payment Bond in an amount not less G. To the fullest extent permitted by Laws and than 100%of the total amount payable to the Contractor by Regulations,Owner shall indemnify and hold harmless the terms of the Contract as security for the payment of all Contractor,Subcontractors,Engineer,Engineer's Consultants persons performing labor and furnishing material in and the officers,directors,partners,employees,agents,other connection with the Work. Bond must be valid until one year consultants,and Subcontractors of each and any of them from after the date of issuance of the Certificate of Substantial and against all claims,costs,losses,and damages(including Completion. but not limited to all fees and charges of Engineers, architects,attorneys,and other professionals and all court or B. All Bonds signed by an agent must be arbitration or other dispute resolution costs)arising out of or accompanied by a certified copy of the authority to act. relating to a Hazardous Environmental Condition,provided Bonds shall be executed by such sureties as are named in the that such Hazardous Environmental Condition:(i)was not current list of"Companies Holding Certificates of Authority shown or indicated in the Drawings or Specifications or as Acceptable Sureties on Federal Bonds and as Acceptable identified in the Contract Documents to be included within Reinsuring Companies"as published in Circular 570 the scope of the Work,and(ii)was not created by Contractor (amended)by the Audit Staff,Bureau of Government or by anyone for whom Contractor is responsible. Nothing in Financial Operations,U.S.Treasury Department. this Article 4.6 shall obligate Owner to indemnify any Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15- 13 WKD Project Number: 201500037.00.AG C. If the surety on any bond furnished by the by either of them,and as will also cover the contingent Conttdeclared bkrupt or beces vent or its liability of The Insured,if any,which may arise from said right toracdoor business is e in theanstate in whichomthe insolWork is being operations under this Contract. The amounts of such performed is revoked,the Contractor shall,within ten days insurance shall be as follows: thereafter,substitute another bond or surety,both of which shall be acceptable to the Owner. 1. Bodily Injury Liability: For liability for bodily injury,including accidental or wrongful death, 5.2 Insurance Requirements $1,000,000 for any one person and,subject to the same limit for each person,$1,000,000 on account of any one accident, A. Wherever in this Article the terms"The subject to an aggregate limit of not less than$2,000,000. Insured"and"Owner"occur with respect to coverage in a Such insurance shall contain provisions that the aggregate policy,it shall mean the Owner and its agent and agencies,all limit applies separately to this Project. municipalities where Work is being performed under the Contract,the Engineer,and any other parties specifically 2. Property Damage Liability: For designated herein,who shall be named as insured in each liability for property damage,$1,000,000 on account of any policy issued. The insurance policies required herein shall one accident,and$1,000,000 on account of all accidents, not contain any Third Party Beneficiary Exclusion. subject to an aggregate limit of not less than$2,000,000. Such insurance shall contain provisions that the aggregate 1. The Contractor shall not commence limit applies separately to this Project. Work under the Contract until he has obtained all insurance required under this Article and such insurance has been 3. Builders Risk or Fire and Extended approved by the Owner,nor shall the Contractor allow any Coverage: For fire and extended coverage,including Subcontractor to commence Work on his subcontract until all vandalism and malicious mischief,an amount sufficient to similar insurance required of the Subcontractor has been so cover the cost of replacement of Contractor's Work. obtained and approved. Insurance policies shall provide for 2. Provision of some types of reinstatement of full coverage after payment of any Claim. insurance by a Subcontractor may be waived,at the option of the Owner,where it is deemed that adequate coverage is C. The following types of insurance shall be provided by the Contractor's insurance. Subcontractors must, provided: in all cases,provide Workmen's Compensation and Employer's Liability Insurance and Motor Vehicle Liability 1. Workmen's Compensation and Insurance. Employer's Liability Insurance: The Contractor shall take out and maintain during the life of this Contract,Workmen's 3. Contractor will make available to Compensation and Employer's Liability Insurance for all of the Engineer,upon request,a copy of his certificates of his employees,employees employed at the Site,and in case insurance. Certificates must indicate type and amounts for any Work is sublet,the Contractor shall require the each coverage required. Subcontractor similarly to provide Workmen's Compensation and Employer's Liability insurance for all employees of the 4. Should any of the described policies latter unless such employees are covered by the protection be cancelled before the expiration date thereof,the Contractor afforded by the Contractor. shall mail 30 days Written Notice to the certificate holder, provided this cancellation falls within the life of the Contract. 2. Contractor's Commercial General Liability: Liability for Contractor's bodily injury insurance 5. The insurance carrier shall notify shall be in the amounts specified in Article 5.2,hereinbefore. each of the insured of the filing of any claims within 30 days of the filing of such Claim. 3. Contractor's Contractual Bodily Injury Insurance: Liability for Contractor's Contractual B. The Contractor shall,at his own cost,take Bodily Injury Insurance shall be in the amount specified in out and maintain during the life of this Contract such Bodily Article 5.2,hereinbefore. Injury,Property Damage and Builders Risk Insurance as will protect him,the Insured,and any Subcontractor performing 4. Contractor's Property Damage Work covered by this Contract from claims of any character Insurance: Liability for Contractor's Property Damage for property damage or bodily injury,including death,and Insurance shall be in the amount specified in Article 5.2, demands,suits,actions,recoveries and judgments against the hereinbefore. Insured therefore,for which the Insured shall be or may become liable;which may arise from operations under this 5. Contractor's Contractual Property Contract whether such operations be by himself or by a Damage Insurance: Liability for Contractor's Contractual Subcontractor or by anyone directly or indirectly employed Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15- 14 WKD Project Number: 201500037.00.AG Property Damage Insurance shall be in the amounts specified F. All policies and certificates of insurance of in Article 5.2,hereinbefore. the Contractor shall contain the following provisions: 6. Motor Vehicle Liability Insurance: 1. Insurers shall have no right of recovery or subrogation against the Owner and its agents and a. Bodily Injury Insurance agencies and the Engineer,it being the intention of the parties covering the operation of all motor vehicles owned by the that the insurance policies so affected shall protect both Contractor,or used by the Contractor in the prosecution of parties and be primary coverage for any and all losses the Work under the Contract,shall be in the amount specified covered by the above-described insurance. in Article 5.2,hereinbefore. 2. The insurance required of Contractor shall be primary and non-contributory to any other b. Property Damage Insurance insurance which may be available as respects this Project. covering the operation of all motor vehicles owned by the Contractor,or used by the Contractor in the prosecution of 3. The insurance companies issuing the the Work under the Contract,shall be in the amount specified policy or policies shall have no recourse against the Owner in Article 5.2,hereinbefore. and its agents and agencies and the Engineer,for the payment of any premiums or for assessments under any form of 7. Special Hazards Insurance: Bodily policy. Injury and Property Damage Insurance shall be in the amount specified in Article 5.2,hereinbefore when bodily injury and 4. Any and all deductibles in the property damage results from the following special hazards: above-described insurance policies shall be assumed by and be for the amount of,and at the sole risk of the Contractor. a. Blasting and explosion. G. Contractor shall add Owner and Engineer as b. Collapse of or structural additional insureds under all applicable policies of insurance injury to any structure due to the Contractor's operations. called for in this Agreement. c. Damage to underground ARTICLE 6.0—CONTRACTOR'S structures,pipes,or conduits. RESPONSIBILITIES 8. Fire and Extended Coverage 6.1 Supervision and Superintendence Insurance: Builder's Risk(fire and extended coverage, including vandalism and malicious mischief)Insurance for A. Contractor shall supervise,inspect,and the life of the Contract upon all Work in place,or materials at direct the Work competently and efficiently,devoting such the Site,or both,shall be in the amount specified in Article attention thereto and applying such skills and expertise as 5.2,hereinbefore. may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely 9. Completed Operation Hazards responsible for the means,methods,techniques,sequences, Insurance: Completed Operations Hazards Insurance is to be and procedures of construction,but Contractor shall not be provided for all the named insured in the amounts set forth in responsible for the negligence of Owner or Engineer in the Article 5.2,hereinbefore. The intent of this Article is to design or specification of a specific means,method, provide coverage to all of the named insureds for one year for technique,sequence,or procedure of construction which is any and all claims which may arise from operations under shown or indicated in and expressly required by the Contract this Contract. Documents. Contractor shall be responsible to see that the D. If any of the property and casualty completed Work complies accurately with the Contract insurance requirements are not complied with at their renewal Documents. dates,payments to the Contractor will be withheld until these requirements have been met,or at the option of the Owner, B. At all times during the progress of the the Owner may pay the renewal premiums and withhold such Work,Contractor shall assign a competent resident payments from any monies due to the Contractor. superintendent thereto who shall not be replaced without Written Notice to Owner and Engineer except under E. In the event that claims in excess of the extraordinary circumstances. The superintendent will be insured amounts provided herein are filed by reason of any Contractor's representative at the Site and shall have operations under the Contract,the amount of excess of such authority to act on behalf of Contractor. All communications claims,or any portion thereof,may be withheld from given to or received from the superintendent shall be binding payment due or to become due the Contractor until such time on Contractor. as the Contractor shall furnish such additional security 6.2 Labor; Working Hours covering such claims as may be determined by the Owner. Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15- 15 WKD Project Number: 201500037.00.AG A. Contractor shall provide competent, requirements of Article 12.0. Such adjustments may only be suitably qualified personnel to survey,lay out,and construct made by a Change Order or Written Amendment in the Work as required by the Contract Documents. Contractor accordance with Article 12.0. shall at all times maintain good discipline and order at the Site. 6.5 Substitutes and"Or-Equals" B. Except as otherwise required for the safety A. Whenever an item of material or equipment or protection of persons or the Work or property at the Site or is specified or described in the Contract Documents by using adjacent thereto,and except as otherwise stated in the the name of a proprietary item or the name of a particular Contract Documents,all Work at the Site shall be performed Supplier,the specification or description is intended to during regular Working hours,and Contractor will not permit establish the type,function,appearance,and quality required. overtime Work or the performance of Work on Saturday, Unless the specification or description contains or is followed Sunday,or any legal holiday without a minimum 48 hour by words reading that no like,equivalent,or"or-equal"item, Written Notice to Engineer. Nothing contained herein shall equipment or material,or equipment of other Suppliers may be construed as a waiver of Contractor's duty to meet all be submitted to Engineer for review under the circumstances Contract Times set forth in the Contract Documents. described below. 6.3 Services,Materials,and Equipment 1. "Or-Equal"Items: If,in Engineer's sole discretion,an item of material or equipment proposed by A. Unless otherwise as specified in the General Contractor is functionally equal to that named and Requirements,Contractor shall provide and assume full sufficiently similar so that no change in related Work will be responsibility for all services,materials,equipment,labor, required,it may be considered by Engineer as an"or-equal" transportation,construction equipment and machinery,tools, item;in which case,review and approval of the proposed appliances,fuel,power,light,heat,telephone,water,sanitary item may,in Engineer's sole discretion,be accomplished facilities,temporary facilities,and all other facilities and without compliance with some or all of the requirements for incidentals necessary for the performance,testing,startup, approval of proposed substitute items. For purposes of this and completion of the Work. Article 6.5,Paragraph A.1.,a proposed item of material or equipment will be considered functionally equal to an item so B. All materials and equipment incorporated named if: into the Work shall be as specified or,if not specified,shall be of good quality and new,except as otherwise provided in a. In the exercise of reasonable the Contract Documents. All warranties and guarantees judgment Engineer determines that:(i)it is at least equal in specifically called for by the Specifications shall expressly quality durability,appearance,strength,and design run to the benefit of Owner. If required by Engineer, characteristics;(ii)it will reliably perform at least equally Contractor shall furnish satisfactory evidence(including well the function imposed by the design concept of the reports of required tests)as to the source,kind,and quality of completed Project as a functioning whole,and; materials and equipment. All materials and equipment shall be stored,applied,installed,connected,erected,protected, used,cleaned,and conditioned in accordance with b. Contractor certifies that:(i) instructions of the applicable Supplier,except as otherwise there is no increase in cost to the Owner;and(ii)it will may be provided in the Contract Documents. conform substantially,even with deviations,to the detailed requirements of the item named in the Contract Documents. 6.4 Progress Schedule 2. Substitute Items: A. Contractor shall adhere to the progress schedule established in accordance with Article 2.7 as it may a. If in Engineer's sole be adjusted from time to time as provided below. discretion an item of material or equipment proposed by Contractor does not qualify as an"or-equal"item under 1. Contractor shall submit to Engineer Article 6.5,Paragraph A.1.,it will be considered a proposed for Acceptance(to the extent indicated in Article 2.7) substitute item. proposed adjustments in the progress schedule that will not result in changing the Contract times(or Milestones). Such b. Contractor shall submit adjustments will conform generally to the progress schedule sufficient information as provided below to allow Engineer to then in effect and additionally will comply with any determine that the item of material or equipment proposed is provisions of the General Requirements applicable thereto. essentially equivalent to that named and an acceptable substitute items of material or equipment will not be accepted 2. Proposed adjustments in the by Engineer from anyone other than Contractor. progress schedule that will change the Contract Times(or Milestones)shall be submitted in accordance with the Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15- 16 WKD Project Number: 201500037.00.AG c. The procedure for review by D. Special Guarantee: Owner may require Engineer will be as set forth in Article 6.5,Paragraph A.2.d., Contractor to furnish at Contractor's expense a special as supplemented in the General Requirements and as performance guarantee or other surety with respect to any Engineer may decide is appropriate under the circumstances. substitute. d. Contractor shall first make E. Engineer's Cost Reimbursement: Engineer written application to Engineer for review of a proposed will record time required by Engineer and Engineer's substitute item of material or equipment that Contractor seeks Consultants in evaluating substitutes proposed or submitted to furnish or use. The application shall certify that the by Contractor pursuant to Article 6.5,Paragraph A.2.and proposed substitute item will perform adequately the Paragraph B.and in making changes in the Contract functions and achieve the results called for by the general Documents(or in the provisions of any other direct Contract design,be similar in substance to that specified,and be suited with Owner for Work on the Project)occasioned thereby. to the same use as that specified. The application will state Whether or not Engineer approves a substitute item so the extent,if any,to which the use of the proposed substitute proposed or submitted by Contractor,Contractor shall item will prejudice Contractor's achievement of Substantial reimburse Owner for the charges of Engineer and Engineer's Completion on time,whether or not use of a proposed Consultants for evaluating each such proposed substitute. substitute item in the Work will require a change in any of the Contract Documents(or in the provisions of any other F. Contractor's Expense: Contractor shall direct Contract with Owner for Work on the Project)to adapt provide all data in support of any proposed substitute or"or- the design to the proposed substitute item and whether or not equal"at Contractor's expense. incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any 6.6 Concerning Subcontractors,Suppliers,and Others license fee or royalty. All variations of the proposed substitute item from that specified will be identified in the A. Contractor shall not employ any application,and available engineering,sales,maintenance, Subcontractor,Supplier,or other individual or entity,whether repair,and replacement services will be indicated. The initially or as a replacement,against whom Owner may have application will also contain an itemized estimate of all costs reasonable objection. Contractor shall not be required to or credits that will result directly or indirectly from use of employ any Subcontractor,Supplier,or other individual or such substitute item,including costs of redesign and claims entity to furnish or perform any of the Work against whom of other Contractors affected by any resulting change,all of Contractor has reasonable objection. which will be considered by Engineer in evaluating the proposed substitute item. Engineer may require Contractor to B. Within ten days after Notice of Award has furnish additional data about the proposed substitute item. been issued,the Contractor shall furnish to the Engineer a list of Subcontractors,Suppliers,or other persons or B. Substitute Construction Methods or organizations that will participate in the Work or furnish Procedures: If a specific means,method,technique, principal items of materials and equipment to be utilized in sequence,or procedure of construction is shown or indicated the Work. The list shall include the Subcontractors, in and expressly required by the Contract Documents, Suppliers,or other persons or organizations indicated on the Contractor may furnish or utilize a substitute means,method, Bid form. Within ten days after receipt of the list but prior to technique,sequence,or procedure of construction approved the effective date of the Agreement,the Engineer shall notify by Engineer. Contractor shall submit sufficient information the Contractor in writing if the Owner has reasonable to allow Engineer,in Engineer's sole discretion,to determine objection to any Subcontractor,Supplier,or other person or that the substitute proposed is equivalent to that expressly organization on the list. Failure by the Owner to object to called for by the Contract Documents. The procedure for anyone on the list within the specified time shall constitute review by Engineer will be similar to that provided in Article Acceptance of the Subcontractor,Supplier,or other person or 6.5,Paragraph A.2.d. organization. Acceptance of a Subcontractor,Supplier,other person or organization named shall not constitute a waiver of C. Engineer's Evaluation: Engineer will be the requirements of the Contract Specifications or the right of allowed a reasonable time within which to evaluate each the Owner or Engineer to reject defective Work. proposal or submittal made pursuant to Article 6.5,Paragraph A.and Paragraph B. Engineer will be the sole judge of If the Owner has a reasonable objection as acceptability. No"or-equal"or substitute will be ordered, described above,the Contractor may either(i)submit an installed or utilized until Engineer's review is complete, acceptable substitute without an increase in his Bid price,or which will be evidenced by either a Change Order for a ii)withdraw his Bid without forfeiting his Bid security. substitute or an approved shop drawing for an"or equal". Engineer will advise Contractor in writing of any negative C. Contractor shall be fully responsible to determination. Owner and Engineer for all acts and omissions of the Subcontractors,Suppliers,and other individuals or entities performing or furnishing any of the Work just as Contractor Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15- 17 WKD Project Number: 201500037.00.AG is responsible for Contractor's own acts and omissions. shall indemnify and hold harmless Owner,Engineer, Nothing in the Contract Documents shall create for the Engineer's Consultants,and the officers,directors,partners, benefit of any such Subcontractor,Supplier,or other employees or agents,and other consultants of each and any of individual or entity any contractual relationship between them from and against all claims,costs,losses,and damages Owner or Engineer and any such Subcontractor,Supplier or (including but not limited to all fees and charges of other individual or entity,nor shall it create any obligation on Engineers,architects,attorneys,and other professionals and the part of Owner or Engineer to pay or to see to the payment all court or arbitration or other dispute resolution costs) of any moneys due any such Subcontractor,Supplier,or other arising out of or relating to any infringement of patent rights individual or entity except as may otherwise be required by or copyrights incident to the use in the performance of the Laws and Regulations. Owner or Engineer may furnish to Work or resulting from the incorporation in the Work of any any such Subcontractor,Supplier,or other individual or invention,design,process,product,or device not specified in entity to the extent practicable,information about amounts the Contract Documents. paid to Contractor on account of Work performed for Contractor by a particular Subcontractor,Supplier,or other 6.8 Permits individual or entity. A. Contractor shall obtain and pay for all D. Contractor shall be solely responsible for construction permits and licenses. Owner shall assist scheduling and coordinating the Work of Subcontractors, Contractor,when necessary,in obtaining such permits and Suppliers,and other individuals or entities performing or licenses. Contractor shall pay all governmental charges and furnishing any of the Work under a direct or indirect Contract inspection fees necessary for the prosecution of the Work with Contractor. which are applicable at the time of opening of Bids,or,if there are no Bids,on the effective date of the Agreement. E. Contractor shall require all Subcontractors, Contractor shall pay all charges of utility Owners for Suppliers,and such other individuals or entities performing connection to the Work. or furnishing any of the Work to communicate with Engineer through Contractor. 6.9 Laws and Regulations F. The divisions and sections of the A. Contractor shall give all notices and comply Specifications and the identifications of any Drawings shall with all Laws and Regulations applicable to the performance not control Contractor in dividing the Work among of the Work. Except where otherwise expressly required by Subcontractors or Suppliers or delineating the Work to be applicable Laws and Regulations,neither Owner nor performed by any specific trade. Engineer shall be responsible for monitoring Contractor's compliance with any laws or regulations. G. All Work performed for Contractor by a Subcontractor shall be pursuant to an appropriate Agreement B. If Contractor observes that the between the Contractor and Subcontractor. The Specifications or Drawings are at variance with any laws or Subcontractor shall not commence Work until the Contractor regulations,he shall give Engineer prompt Written Notice has obtained all insurance as required by Article 5.0, thereof. If Contractor performs any Work knowing it to be inclusive. contrary to such laws or regulations,and without such notice to Engineer,he shall bear all costs arising therefrom. The H. The Contractor shall not subcontract more Contractor shall,at all times,observe and comply with and than 50 percent of the Contract Price without prior written shall cause all his agents and employees and all his approval of the Owner. Subcontractors to observe and comply with all such existing and future laws or regulations,and shall protect and indemnify the Owner and the Engineer and the municipalities 6.7 Patent Fees and Royalties in which Work is being performed,and their officers and A. Contractor shall pay all license fees and agents against any Claim or liability arising from or based on royalties and assume all costs incident to the use in the the violation of any such law or regulation,whether by performance of the Work or the incorporation in the Work of himself or his employees or any of his Subcontractors. any invention,design,process,product,or device which is the subject of patent rights or copyrights held by others.If a C. Changes in laws or regulations not known particular invention,design,process,product,or device is at the time of opening of Bids(or,on the effective date of the specified in the Contract Documents for use in the Agreement if there were no Bids)having an effect on the cost performance of the Work and if to the actual knowledge of or time of performance of the Work may be the subject of an Owner or Engineer its use is subject to patent rights or adjustment in Contract Price or Contract Times. If Owner copyrights calling for the payment of any license fee or and Contractor are unable to agree on entitlement to or on the royalty to others,the existence of such rights shall be amount or extent,if any,of any such adjustment,a Claim disclosed by Owner in the Contract Documents. To the may be made therefor as provided in Article 10.5. fullest extent permitted by Laws and Regulations,Contractor Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15-18 WKD Project Number: 201500037.00.AG 6.10 Taxes D. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any A. Contractor shall pay all sales,consumer, manner that will endanger the structure,nor shall Contractor use,and other similar taxes required to be paid by Contractor subject any part of the Work or adjacent property to stresses in accordance with the Laws and Regulations of the place of or pressures that will endanger it. the Project which are applicable during the performance of the Work. A listing of sales tax paid for the period shall be 6.12 Record Documents submitted with each progress payment. A. Contractor shall maintain in a safe place at 6.11 Use of Site and Other Areas the Site one record copy of all Drawings,Specifications, Addenda,Written Amendments,Change Orders,Work A. Limitation on Use of Site and Other Areas: Change Directives,Field Orders,and written interpretations and clarifications in good order and annotated to show 1. Contractor shall confine changes made during construction. These record documents construction equipment,the storage of materials and together with all approved Samples and a counterpart of all equipment,and the operations of Workers to the Site and approved Shop Drawings will be available to Engineer for other areas permitted by Laws and Regulations,and shall not reference. Upon completion of the Work,these record unreasonably encumber the Site and other areas with documents,Samples,and Shop Drawings will be delivered to construction equipment or other materials or equipment. Engineer for Owner. Contractor is advised that failure to Contractor shall assume full responsibility for any damage to furnish the Engineer with accurate and detailed record any such land or area,or the owner or occupant thereof,or of drawings shall be reason for withholding final payment. any adjacent land or areas resulting from the performance of the Work. 6.13 Safety and Protection 2. Should any Claim be made by anyA. Contractor shall be solely responsible for such owner or occupant because of the performance of the initiating,maintaining,and supervising all safety precautions Work,Contractor shall promptly settle with such other party and programs in connection with the Work. Contractor shall by negotiation or otherwise resolve the Claim by arbitration take all necessary precautions for the safety of,and shall or other dispute resolution proceeding or at law. provide the necessary protection to prevent damage,injury, or loss to: 3. To the fullest extent permitted by Laws and Regulations,Contractor shall indemnify and hold 1. All persons on the Site or who may harmless Owner,Engineer,Engineer's Consultant,and the be affected by the Work; officers,directors,partners,employees,agents,and other consultants of each and any of them from and against all 2. All the Work and materials and claims,costs,losses,and damages(including but not limited equipment to be incorporated therein,whether in storage on to all fees and charges of Engineers,architects,attorneys,and or off the Site;and other professionals and all court or arbitration or other dispute resolution costs)arising out of or relating to any 3. Any property referred to in Article Claim or action,legal or equitable,brought by any such 6.13,Paragraph A.2.or A.3 caused,directly or indirectly,in owner or occupant against Owner,Engineer,or any other whole or in part,by Contractor,any Subcontractor,Supplier, party indemnified hereunder to the extent caused by or based or any other individual or entity directly or indirectly upon Contractor's performance of the Work. employed by any of them to perform any of the Work,or anyone for whose acts any of them may be liable,shall be B. Removal of Debris During Performance of remedied by Contractor. the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of 4. Other property at the Site or waste materials,rubbish,and other debris. Removal and adjacent thereto,including trees,shrubs,lawns,walks, disposal of such waste materials,rubbish,and other debris pavements,roadways,structures,utilities,and underground shall conform to applicable Laws and Regulations. facilities not designated for removal,relocation,or replacement in the course of construction. C. Cleaning: Prior to substantial completion of the Work,Contractor shall clean the Site and make it ready B. Contractor shall comply with all applicable for utilization by Owner. At the completion of the Work Laws and Regulations relating to the safety of persons or Contractor shall remove from the Site all tools,appliances, property,or to the protection of persons or property from construction equipment and machinery,and surplus material damage,injury,or loss;and shall erect and maintain all and shall restore to original condition all property not necessary safeguards for such safety and protection. designated for alteration by the Contract Documents. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15- 19 WKD Project Number: 201500037.00.AG prosecution of the Work may affect them,and shall cooperate material,Supplier,pertinent data such as catalog numbers, with them in the protection,removal,relocation,and and the use for which intended and otherwise as Engineer replacement of their property. Contractor's duties and may require to enable Engineer to review the submittal for responsibilities for safety and for protection of the Work shall the limited purposes required by Article 6.17,Paragraph E. continue until such time as all the Work is completed and Contractor shall submit three Samples plus the number Engineer has issued a notice to Owner and Contractor in required to be returned to the Contractor for each Sample accordance with Article 14.7,Paragraph B.that the Work isrequired. acceptable(except as otherwise expressly provided in connection with Substantial Completion). C. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop 6.14 Safety Representative .Drawings and Sample submittals acceptable to Engneer as required by Article 2.7,any related Work performed prior to A. Contractor shall designate a qualified and Engineer's review and approval of the pertinent Submittal experienced safety representative at the Site whose duties and will be at the sole expense and responsibility of Contractor. responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and D. Submittal Procedures: programs. 1. Before submitting each Shop 6.15 Hazard Communication Programs Drawing or Sample,Contractor shall have determined and verified: A. Contractor shall be responsible for coordinating any exchange of material safety data sheets or a. All field measurements, other hazard communication information required to be made quantities,dimensions,specified performance criteria, available to or exchanged between or among employers at the installation requirements,materials,catalog numbers,and Site in accordance with laws or regulations. similar information with respect thereto; 6.16 Emergencies b. All materials with respect to intended use,fabrication,shipping,handling,storage, A. In the event of emergencies affecting theassembly,and installation pertaining to the performance of safety or protection of persons,the Work or property at the the Work; Site or adjacent thereto,Contractor shall act as necessary to prevent damage,injury,or loss. Contractor shall give c. All information relative to Engineer prompt Written Notice if Contractor believes that means,methods,techniques,sequences,and procedures of any significant changes in the Work or variations from the construction and safety precautions and programs incident Contract Documents have been caused thereby or are thereto;and required as a result thereof. If Engineer determines that a change in the Contract Documents is required because of the d. Contractor shall also have action taken by Contractor in response to such an emergency, reviewed and coordinated each Shop Drawing or Sample a Work Change Directive or Change Order will be issued. with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 6.17 Shop Drawings and Samples e. Each Shop Drawing A. Contractor shall submit Shop Drawings to submitted to the Engineer must be accompanied by a Engineer for review and approval in accordance with the transmittal which references the applicable section(s)of the acceptable schedule of Shop Drawings and Sample Specifications. In addition,each Shop Drawing shall be submittals. Contractor shall submit four copies of all Shop numbered in the order of submittal sequence. All submittals Drawings plus the number required for use by the Contractor. called for in the Specifications shall be submitted in the The data shown on the Shop Drawings will be complete with number of copies as follows. respect to quantities,dimensions,specified performance and design criteria,materials,and similar data to show Engineer 2. Each submittal shall bear a stamp or the services,materials,and equipment Contractor proposes to specific written indication that Contractor has satisfied provide and to enable Engineer to review the information for Contractor's obligations under the Contract Documents with the limited purposes required by Article 6.17, respect to Contractor's review and approval of that submittal. Paragraph E. 3. At the time of each submittal, B. Contractor shall also submit Samples to Contractor shall give Engineer specific Written Notice of Engineer for review and approval in accordance with the such variations,if any,that the Shop Drawing or Sample acceptable schedule of Shop Drawings and Sample submitted may have from the requirements of the Contract submittals. Each Sample will be identified clearly as to Documents,such notice to be in a written communication Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15-20 WKD Project Number: 201500037.00.AG separate from the submittal;and,in addition,shall cause a 6.19 Contractor's General Warranty and Guarantee specific notation to be made on each Shop Drawing and Sample submitted to Engineer for review and approval of A. Contractor warrants and guarantees to each such variation. Owner,Engineer,and Engineer's Consultants that all Work will be in accordance with the Contract Documents and will E. Engineer's Review: not be defective. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. Engineer will timely review and approve Shop Drawings and Samples in accordance with the 1. Abuse,modification,or improper schedule of Shop Drawings and Sample submittals acceptable maintenance or operation by persons other than Contractor, to Engineer. Engineer's review and approval will be only for Subcontractors,Suppliers,or any other individual or entity the limited purpose of checking for conformance with the for whom Contractor is responsible;or information contained in the Contract Documents and for compatibility with the design concept of the completed 2. Normal wear and tear under normal Project as a functioning whole as indicated by the Contract usage. Documents. B. Contractor's obligation to perform and 2. Engineer's review and approval will complete the Work in accordance with the Contract not extend to means,methods,techniques,sequences,or Documents shall be absolute. None of the following will procedures of construction(except where a particular means, constitute an Acceptance of Work that is not in accordance method,technique,sequence,or procedure of construction is with the Contract Documents or a release of Contractor's specifically and expressly called for by the Contract obligation to perform the Work in accordance with the Documents)or to safety precautions or programs incident Contract Documents: thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item 1. Observations by Engineer; functions. 2. Recommendation by Engineer or 3. Engineer's review and approval of payment by Owner of any progress or final payment; Shop Drawings or Samples shall not relieve Contractor from responsibility for any variation from the requirements of the 3. The issuance of a Certificate of Contract Documents unless Contractor has in writing called Substantial Completion by Engineer or any payment related Engineer's attention to each such variation at the time of each thereto by Owner; submittal as required by Article 6.17,Paragraph D.3.,and Engineer has given written approval of each such variation by 4. Use or occupancy of the Work or specific written notation thereof incorporated in or any part thereof by Owner; accompanying the Shop Drawing or Sample approval;nor will any approval by Engineer relieve Contractor from 5. Any Acceptance by Owner or any responsibility for complying with the requirements of failure to do so; Article 6.17,Paragraph D.1. 6. Any review and approval of a shop F. Resubmittal Procedures: Contractor shall drawing or sample submittal or the issuance of a notice of make corrections required by Engineer and shall return the acceptability by Engineer; required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. 7. Any inspection,test,or approval by Contractor shall direct specific attention in writing to revision others; other than the corrections called for by Engineer on previous submittals. 8. Any correction of defective Work by Owner,or 6.18 Continuing the Work 9. Any act by the Owner to suspend or A. Contractor shall carry on the Work and terminate pursuant to Article 15. adhere to the progress schedule during all disputes or disagreements with Owner. No Work shall be delayed or 6.20 Indemnification postponed pending resolution of any disputes or disagreements,except as permitted by Article 15.4 or as A. To the fullest extent permitted by Laws and Owner and Contractor may otherwise agree in writing. Regulations,Contractor shall indemnify and hold harmless Owner.Engineer,Engineer's Consultants,and the officers, directors,partners,employees,agents,and other consultants and Subcontractors of each and any of them from and against Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15-21 WKD Project Number: 201500037.00.AG all claims,costs,losses,and damages(including but not ARTICLE 7.0—OTHER WORK limited to all fees and charges of Engineers,architects, attorneys,and other professionals and all court of arbitration 7.1 Related Work at Site or other dispute resolution costs)arising out of or relating to the performance of the Work,provided that any such Claim, A. Owner may perform other Work related to cost,loss,or damage: the Project at the Site by Owner s employees,or let other direct Contracts therefore,or have other Work performance 1. Is attributable to bodily injury, by utility Owners. If such other Work is not noted in the sickness,disease,or death,or to injury to or destruction of Contract Documents,then: tangible property(other than the Work itself),including the loss of use resulting therefrom;and 1. Written notice thereof will be given to Contractor prior to starting any such other Work;and 2. Is caused in whole or in part by any negligent act or omission of Contractor,any Subcontractor, 2. If Owner and Contractor are unable any Supplier,or any individual or entity directly or indirectly to agree on entitlement to or on the amount or extent,if any, employed by any of them to perform any of the Work or of any adjustment in the Contract Price or Contract Times anyone for whose acts any of them may be liable,regardless that should be allowed as a result of such other Work,a of whether or not caused in part by any negligence or Claim may be made therefor as provided in Article 10.5. omission of an individual or entity indemnified hereunder or whether liability is imposed upon such indemnified party by B. Contractor shall afford each other Laws and Regulations regardless of the negligence of any Contractor who is a party to such a direct Contract and each such individual or entity. utility owner(and Owner,if Owner is performing the other Work with Owner's employees)proper and safe access to the B. In any and all claims against Owner or Site and a reasonable opportunity for the introduction and Engineer or any of their respective consultants,agents, storage of materials and equipment and the execution of such officers,directors,partners,or employees by any employee other Work and shall properly coordinate the Work with (or the survivor or personal representative of such employee) theirs. Unless otherwise provided in the Contract of Contractor,any Subcontractor,any Supplier,or any Documents,Contractor shall do all cutting,fitting,and individual or entity directly or indirectly employed by any of patching of the Work that may be required to properly them to perform any of the Work,or anyone for whose acts connect or otherwise make its several parts come together any of them may be liable,the indemnification obligation and properly integrate with such other Work. Contractor under Article 6.20,Paragraph A.shall not be limited in any shall not endanger any Work of others by cutting,excavating, way by any limitation on the amount or type of damages, or otherwise altering their Work and will only cut or alter compensation,or benefits payable by or for Contractor or any their Work with the written consent of Engineer and the such Subcontractor,Supplier,or other individual or entity others whose Work will be affected. The duties and under Workers' compensation acts,disability benefit acts,or responsibility of Contractor under this Article are for the other employee benefit acts. benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of C. The indemnification obligations of Contractor in said direct contracts between Owner and such Contractor under Article 6.20,Paragraph A.shall not extend utility owners and other contractors. to the liability of Engineer and Engineer's Consultants or to the officers,directors,partners,employees,agents,and other C. If the proper execution or results of any part consultants and Subcontractors of each and any of them of Contractor's Work depends upon Work performed by arising out of: others under this Article 7.0,Contractor shall inspect such other Work and promptly report to Engineer in writing any 1. The preparation or approval of,ordelays,defects,or deficiencies in such other Work that render the failure to prepare or approve,maps,Drawings,opinions, it unavailable or unsuitable for the proper execution and reports,surveys,Change Orders,designs,or Specifications; results of Contractor's Work. Contractor's failure to so or report will constitute an Acceptance of such other Work as fit and proper for integration with Contractor's Work except for 2. Giving directions or instructions,or latent defects and deficiencies in such other Work. failing to give them,if that is the primary cause of the injury or damage. 7.2 Coordination D. Nothing in the Contract Documents shall A. If Owner intends to contract with others for create or give to third parties any Claim or right of action the performance of other Work on the Project at the Site,the against the Contractor,the Owner,or the Engineer beyond following will be set forth: such as may legally exist irrespective of the Contract. Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15-22 WKD Project Number: 201500037.00.AG 1. The individual or entity who will A. Owner's responsibility in respect to certain have authority and responsibility for coordination of the inspections,tests,and approvals is set forth in Article 13.3. activities among the various contractors will be identified; 8.8 Limitations on Owner's Responsibilities 2. The specific matters to be covered by such authority and responsibility will be itemized;and A. The Owner shall not supervise,direct,or have control or authority over,nor be responsible for, 3. The extent of such authority and Contractor's means,methods,techniques,sequences,or responsibilities will be provided. procedures of construction,or the safety precautions and programs incident thereto,or for any failure of Contractor to B. Owner shall have sole authority and comply with Laws and Regulations applicable to the responsibility for such coordination. performance of the Work. Owner will not be responsible for Contractor's failure to perform the Work in accordance with ARTICLE 8.0—OWNER'S RESPONSIBILITIES the Contract Documents. 8.1 Communications to Contractor 8.9 Undisclosed Hazardous Environmental Condition A. Except as otherwise provided in these A. Owner's responsibility in respect to an General Conditions,Owner shall issue all communications to undisclosed Hazardous Environmental Condition is set forth Contractor through Engineer. in Article 4.6. 8.2 Replacement of Engineer 8.10 Evidence of Financial Arrangements A. In case of termination of the employment of A. If and to the extent Owner has agreed to Engineer,Owner shall appoint an engineer to whom furnish Contractor reasonable evidence that financial Contractor makes no reasonable objection,whose status arrangements have been made to satisfy Owner's obligations under the Contract Documents shall be that of the former under the Contract Documents,Owner's responsibility in Engineer. respect thereof will be as set forth in these General Conditions. 8.3 Furnish Data ARTICLE 9.0—ENGINEER'S STATUS DURING A. Owner shall promptly furnish the data CONSTRUCTION required of Owner under the Contract Documents. 9.1 Owner's Representative 8.4 Pay Promptly When Due A. Engineer will be Owner's representative A. Owner shall make payments to Contractor during the construction period. promptly when they are due as provided in Articles 14.2, Paragraph C.and 14.7,Paragraph C. 9.2 Clarifications and Interpretations 8.5 Lands and Easements;Reports and Tests A. The Engineer shall conduct on-site observations of the Work in progress to become generally A. Owner's duties in respect of providing lands familiar with the quality and progress of Work which has and easements and providing engineering surveys to establish been completed,to determine in general if the Work actually reference points are set forth in Articles 4.1 and 4.5. Article observed is proceeding so as to indicate that,upon 4.2 refers to Owner's identifying and making available to completion,will comply with the Contract Documents,and Contractor copies of reports of explorations and tests of such Work whether tests,equipment,system start-ups,and subsurface conditions and Drawings of physical conditions in operating and maintenance instructions are being prepared or relating to existing surface or subsurface structures at or and performed as required by the Contract Documents. contiguous to the Site that have been utilized by Engineer in Engineer shall have the authority to disapprove or reject preparing the Contract Documents. defective Work in accordance with Article 13.0. 8.6 Insurance 9.3 Authorized Variations in Work A. Owner's responsibilities,if any,in respect to purchasing and maintaining liability and property A. Engineer may authorize minor variations in insurance are set forth in Article 5.0. the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or 8.7 Inspections,Tests,and Approvals the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15-23 WKD Project Number: 201500037.00.AG indicated by the Contract Documents. These may be writing in accordance with the provisions of Article 10.5 with accomplished by a Field Order and will be binding on Owner a request for a formal decision. and also on Contractor,who shall perform the Work involved promptly. If Owner and Contractor are unable to agree on B. When functioning as interpreter or decision entitlement to or on the amount or extent,if any,of any maker under this Article 9.7,Engineer will not show adjustment in the Contract Price or Contract Times,or both, partiality to Owner or Contractor and will not be liable in as a result of a Field Order,a Claim may be made therefor as connection with any interpretation or decision rendered in provided in Article 10.5. good faith in such capacity.The rendering of a decision by Engineer pursuant to this Article 9.7 with respect to any such 9.4 Rejecting Defective Work Claim,dispute,or other matter(except any which have been waived by the making or Acceptance of final payment as A. Engineer will have authority to disapprove provided in Article 14.7)will be a condition precedent to any or reject Work which Engineer believes to be defective,or exercise by Owner or Contractor of such rights or remedies that Engineer believes will not produce a completed Project as either may otherwise have under the Contract Documents that conforms to the Contract Documents or that will or by laws or regulations in respect of any such Claim, prejudice the integrity of the design concept of the completed dispute,or other matter. Project as a functioning whole as indicated by the Contract Documents. Engineer will also have authority to require 9.8 Engineer's Project Representative special inspection or testing of the Work provided in Article 13.4,whether or not the Work is fabricated,installed,or A. If Owner and Engineer shall agree, completed. Engineer will furnish an Engineer's Project Representative to assist Engineer in providing more extensive observation of 9.5 Shop Drawings,Change Orders and Paymentsthe Work. The responsibilities and authority and limitations thereon of any such Engineer's Project Representative and A. In connection with Engineer's authority as assistants will be as provided in the following Article 9.2.B to Shop Drawings and Samples,see Article 6.17. and in Article 9.9. If Owner designates another representative or agent to represent Owner at the Site who is B. In connection with Engineer's authority as not Engineer's Consultant,agent or employee,the to Change Orders,see Articles 10.0, 11.0,and 12.0. responsibilities and authority and limitations thereon of such other individual or entity will be as provided in these General C. In connection with Engineer's authority as Conditions. to applications for payment,see Article 14.0. B. Except upon written instruction of the 9.6 Determinations for Unit Price Work Engineer,the Engineer's Project Representative: A. Engineer will determine the actual 1. Shall not authorize any deviation quantities and classifications of Unit Price Work performed from the Contract Documents or approve any substitute by Contractor. Engineer will review with Contractor the materials or equipment. Engineer's preliminary determinations on such matters before rendering a written decision thereon(by recommendation of 2. Shall not exceed the limitation of an Partial Payment Estimate or otherwise). Engineer's Engineer's authority as set forth in the Contract Documents. written decision thereon will be final and binding(except as modified by Engineer to reflect changed factual conditions or 3. Shall not undertake any of the more accurate data)upon Owner and Contractor,subject to responsibilities of Contractor,Subcontractors,or Contractor's the provisions of Article 10.5. superintendent,or expedite the Work. 9.7 Decisions on Requirements of Contract Documents 4. Shall not advise on or issue and Acceptability of Work directions relative to any aspect of the means,methods, techniques,sequences or procedures of construction unless A. Engineer will be the initial interpreter of the such is specifically called for in the Contract Documents. requirements of the Contract Documents and initial decision maker as to the acceptability of the Work thereunder. 5. Shall not advise on or issue Claims,disputes,and other matters relating to the directions as to safety precautions and programs in acceptability of the Work,the quantities and classifications of connection with the Work. Unit Price Work,the interpretation of the requirements of the Contract Documents pertaining to the performance of the Work,and claims seeking changes in the Contract Price or Contract Times,will be referred initially to Engineer in Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15-24 WKD Project Number: 201500037.00.AG 9.9 Limitations on Engineer's Authority and B. If Owner and Contractor are unable to agree Responsibilities on entitlement to,or on the amount or extent,if any,of an adjustment in the Contract Price or Contract Times,or both, A. Neither Engineer's authority or that should be allowed as a result of a Work Change responsibility under this Article 9 or under any other Directive,a Claim may be made therefor as provided in provision of the Contract Documents,nor any decision made Article 10.5. by Engineer in good faith either to exercise or not exercise such authority or responsibility,or the undertaking,exercise, 10.2 Unauthorized Change in the Work or performance of any authority or responsibility by Engineer shall create,impose,or give rise to any duty in contract,tort, A. Contractor shall not be entitled to an or otherwise owed by Engineer to Contractor,any increase in the Contract Price or an extension of the Contract Subcontractor,any Supplier,any other individual or entity,or Times with respect to any Work performed that is not to any surety for or employee or agent of any of them. required by the Contract Documents as amended,modified, or supplemented as provided in Article 3.4,except in the case B. Engineer will not supervise,direct,contract, of an emergency as provided in Article 6.16 or in the case of or have authority over or be responsible for Contractor's uncovering Work as provided in Article 13.4,Paragraph B. means,methods,techniques,sequences,or procedures of construction,or the safety precautions and programs incident 10.3 Execution of Change Orders thereto,or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. A. Owner and Contractor shall execute Engineer will not be responsible for Contractor's failure to appropriate Change Orders recommended by Engineer(or perform the Work in accordance with the Contract Written Amendments)and agreed to by Owner and Documents. Contractor covering: C. Engineer will not be responsible for the acts 1. Changes in the Work which are:(i) or omissions of Contractor or of any Subcontractor,any ordered by Owner pursuant to Article 10.1,Paragraph A.,(ii) Supplier,or of any other individual or entity performing any required because of Acceptance of defective Work under of the Work. Article 13.8,Paragraph A.or Owner's correction of defective Work under Article 13.9,or(iii)agreed to by the parties; D. Engineer's review of the final Partial Payment Estimate and accompanying documentation and all 2. Changes in the Contract Price or maintenance and operating instruction,schedules,guarantees, Contract Times which are agreed to by the parties,including Bonds,certificates of inspection,tests and approvals,and any undisputed sum or amount of time for Work actually other documentation required to be delivered by Article 14.7, performed in accordance with a Work Change Directive;and Paragraph A.will only be to determine generally that their content complies with the requirements of,and in the case of 3. Changes in the Contract Price or certificates of inspections,tests,and approvals that the results Contract Times which embody the substance of any written certified indicate compliance with,the Contract Documents. decision rendered by Engineer pursuant to Article 10.5; provided that,in lieu of executing any such Change Order,an E. The limitations upon authority and appeal may be taken from any such decision in accordance responsibility set forth in this Article 9.9 shall also apply to with the provisions of the Contract Documents and applicable Engineer's Consultants,Engineer's Project Representative, Laws and Regulations,but during any such appeal, and assistants. Contractor shall carry on the Work and adhere to the progress schedule as provided in Article 6.18,Paragraph A. ARTICLE 10.0—CHANGES IN THE WORK;CLAIMS B. The execution by the parties of a Change 10.1 Authorized Changes in the Work Order shall constitute a full and final resolution of all claims by Contractor,whether for money or time,including any A. Without invalidating the Agreement and schedule impacts,arising out of the matters set forth in the without notice to any surety,Owner may,at any time or from Change Orders. time to time,order additions,deletions,or revisions in the Work by a Written Amendment,a Change Order,or a Work 10.4 Notification to Surety Change Directive. Upon receipt of any such document executed or issued pursuant to these provisions,Contractor A. If notice of any change affecting the general shall promptly proceed with the Work involved which will be scope of the Work or the provisions of the Contract performed under the applicable conditions of the Contract Documents(including,but not limited to,Contract Price or Documents(except as otherwise specifically provided). Contract Times)is required by the provisions of any Bond to be given to a surety,the giving of any such notice will be Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15-25 WKD Project Number: 201500037.00.AG Contractor's responsibility. The amount of each applicable D. No Claim for an adjustment in Contract Bond will be adjusted to reflect the effect of any such change. Price or Contract Times(or Milestones)will be valid if not submitted in accordance with this Article 10.5. 10.5 Claims and Disputes ARTICLE 11.0—COST OF THE WORK;CASH A. Notice: Written notice stating the general ALLOWANCES;UNIT PRICE WORK nature of each Claim,dispute,or other mater shall be delivered by the claimant to Engineer and the other party to 11.1 Cost of the Work the Contract promptly(but in no event later than 30 days) after the start of the event-giving rise thereto. Notice of the A. Costs Included: The term Cost of the Work amount or extent of the Claim,dispute,or other matter with means the sum of all costs necessarily incurred and paid by supporting data shall be delivered to the Engineer and the Contractor in the proper performance of the Work. When the other party to the Contract within 60 days after the start of value of any Work covered by a Change Order or when a such event(unless Engineer allows additional time for Claim for an adjustment in Contract Price is determined on claimant to submit additional or more accurate data in the basis of Cost of the Work,the costs to be reimbursed to support of such Claim,dispute,or other matter). A Claim for Contractor will be only those additional or incremental costs an adjustment in Contract Price shall be prepared in required because of the change in the Work or because of the accordance with the provisions of Article 12.1,Paragraph B. event giving rise to the Claim. Except as otherwise may be A Claim for an adjustment in Contract Time shall be agreed to in writing by Owner,such costs shall be in the prepared in accordance with the provisions of Article 12.2, amounts no higher than those prevailing in the locality of the Paragraph B. Each Claim shall be accompanied by Project,shall include only the following items,and shall not claimant's written statement that the adjustment claimed is include any of the costs itemized in Article 11.1,Paragraph the entire adjustment to which the Claimant believes it is B. entitled as a result of said event. The opposing party shall submit any response to Engineer and the claimant within 30 1. Payroll costs for employees in the days after receipt of the claimant's last submittal(unless direct employ of Contractor in the performance of the Work Engineer allows additional time). under schedules of job classifications agreed upon by Owner and Contractor. Such employees shall include without B. Engineer's Decision: Engineer will render limitation superintendents,foremen,and other personnel a formal decision in writing within 30 days after receipt of employed full time at the Site. Payroll costs for employees the last submittal of the claimant or the last submittal of the not employed full time on the Work shall be apportioned on opposing party,if any. Engineer's written decision on such the basis of their time spent on the Work. Payroll costs shall Claim,dispute,or other matter will be final and binding upon include,but not be limited to,salaries and wages plus the cost Owner and Contractor unless: of fringe benefits,which shall include social security contributions,unemployment,excise,and payroll taxes, 1. An appeal from Engineer's decision worker's compensation,health and retirement benefits, is taken within the time limits and in accordance with the bonuses,sick leave,vacation and holiday pay applicable dispute resolution procedures set forth in Article 16.0;or thereto. The expenses of performing Work outside of regular Working hours,on Saturday,Sunday,or legal holidays,shall 2. If no such dispute resolution be included in the above to the extent authorized by Owner. procedures have been set forth in Article 16,a Written Notice of intention to appeal from Engineer's written decision is 2. Cost of all materials and equipment delivered by Owner or Contractor to the other and to furnished and incorporated in the Work,including costs of Engineer within 30 days after the date of such decision,and a transportation and storage thereof,and Suppliers'field formal proceeding is instituted by the appealing party in a services required in connection therewith. All cash discounts forum of competent jurisdiction within 60 days after the date shall accrue to Contractor unless Owner deposits funds with of such decision or within 60 days after Substantial Contractor with which to make payments,in which case the Completion,which ever is later(unless otherwise agreed in cash discounts shall accrue to Owner. All trade discounts, writing by Owner and Contractor),to exercise such rights or rebates and refunds and returns from sale of surplus materials remedies as the appealing party may have with respect to and equipment shall accrue to Owner,and Contractor shall such Claim,dispute,or other matter in accordance with make provisions so that they may be obtained. applicable Laws and Regulations. 3. Payments made by Contractor to C. If Engineer does not render a formal Subcontractors for Work performed by Subcontractors and all decision in writing within the time stated in Article 10.5, subcontracts shall be subject to the provisions of the Contract Paragraph B.,a decision denying the Claim in its entirety Documents. shall be deemed to have been issued 31 days after receipt of the last submittal of the claimant or the last submittal of the 4. Costs of special consultants opposing party,if any. (including but not limited to Engineers,architects,testing Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15-26 WKD Project Number: 201500037.00.AG laboratories,surveyors,attorneys,and accountants)employed h. Minor expenses such as for services specifically related to the Work. telegrams,long distance telephone calls,telephone service at the Site,expressage,and similar petty cash items in 5. Supplemental costs including the connection with the Work. following: i. When the Cost of the Work a. The proportion of necessary is used to determine the value of a Change Order or of a transportation,travel,and subsistence expenses of Claim,the cost of premiums for additional Bonds and Contractor's employees incurred in discharge of duties insurance required because of the changes in the Work or connected with the Work. caused by the event giving rise to the Claim. b. Cost,including j. When all the Work is transportation and maintenance,of all materials,supplies, performed on the basis of cost-plus,the costs of premiums equipment,machinery,appliances,office,and temporary for all Bonds and insurance Contractor is required by the facilities at the Site,and hand tools not owned by the Contract Documents to purchase and maintain. Owners,which are consumed in the performance of the Work,and cost,less market value,of such items used but not B. Costs Excluded: The term Cost of the consumed which remain the property of Contractor. Work shall not include any of the following items: c. Rentals of all construction 1. Payroll costs and other equipment and machinery,whether rented from Contractor or compensation of Contractor's officers,executives,principals others,shall be negotiated between the Engineer and the (of partnerships and sole proprietorships),general managers, Contractor. These rates shall include all fuel,lubricants, Engineers,architects,estimators,attorney,auditors, insurance,etc. Equipment rental charges shall not exceed the accountants,purchasing and contracting agents,expediters, prorated monthly rental rates listed in the current edition of timekeepers,clerks,and other personnel employed the"Compilation of Rental Rates for Construction Contractor,whether at the Site or in Contractor's principal or Equipment,"as published by the Associated Equipment branch office for general administration of the Work and not Distributors. Charges per hour shall be determined by specifically included in the agreed upon schedule of job dividing the monthly rates by 176. The rental of any such classifications referred to in Article 11.1,Paragraph A.1.or equipment and machinery shall close when the use thereof is specifically covered by Article 11.1,Paragraph A.4.,all of no longer necessary for the Work. which are to be considered administrative costs covered by the Contractor's fee. d. Sales,consumer,use,and other similar taxes related to the Work and for which 2. Expenses of Contractor's principal Contractor is liable imposed by Laws and Regulations. and branch offices other than Contractor's office at the Site. e. Deposits lost for causes other 3. Any part of Contractor's capital than negligence of Contractor,any Subcontractor,or anyone expenses,including interest on Contractor's capital employed directly or indirectly employed by any of them or for whose for the Work and charges against Contractor for delinquent acts any of them may be liable,and royalty payments and payments. fees for permits and licenses. 4. Costs due to the negligence of f. Losses and damages(and Contractor,any Subcontractor,or anyone directly or related expenses)caused by damage to the Work,not indirectly employed by any of them or for whose acts any of compensated by insurance of otherwise,sustained by them may be liable,including but not limited to,the Contractor in connection with the performance of the Work correction of defective Work,disposal of materials or (except losses and damages with the deductible amounts of equipment wrongly supplied,and making good any damage property insurance established in accordance with to property. Article 5.6.4),provided such losses and damages have resulted from causes other than the negligence of Contractor, 5. Other overhead or general expense and any Subcontractor,or anyone directly or indirectly costs of any kind and the costs of any item not specifically employed by any of them or for whose acts any of them may and expressly included in Article 11.1,Paragraph A.and be liable. Such losses shall include settlements made with 11.1,Paragraph B. the written consent and approval of Owner. No such losses, damages,and expenses shall be included in the cost of the C. Contractor's Fee: When all the Work is Work for the purpose of determining Contractor's fee. performed on the basis of cost-plus,Contractor's fee shall be determined as set forth in the Agreement. When the value of g. The cost of utilities,fuel,and any Work covered by a Change Order or when a Claim for an sanitary facilities at the Site. adjustment in Contract Price is determined on the basis of Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15-27 WKD Project Number: 201500037.00.AG Cost of the Work,Contractor's fee shall be determined as set 1. The quantity of any item of Unit forth in Article 12.1,Paragraph C. Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item D. Documentation: Whenever the Cost of the indicated in the Agreement;and Work for any purpose is to be determined pursuant to Articles 11.1,Paragraph A.and Paragraph B.,Contractor will 2. There is no corresponding establish and maintain records thereof in accordance with adjustment with respect to any other item of Work;and generally accepted accounting practices and submit in a form acceptable to Engineer an itemized cost breakdown together 3. If Contractor believes that with supporting data. Contractor is entitled to an increase in Contract Price as a result of having incurred additional expense or Owner 11.2 Cash Allowances believes that Owner is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any A. It is understood that Contractor has included such increase or decrease. in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be ARTICLE 12.0—CHANGE OF CONTRACT PRICE; performed for such sum as may be acceptable to Owner and CHANGE OF CONTRACT TIMES Engineer. Contractor agrees that: 12.1 Change of Contract Price 1. The allowances include the cost to Contractor(less any applicable trade discounts)of materials A. The Contract Price may be changed only by and equipment required by the allowances to be delivered at a Change Order or by a Written Amendment. Any Claim for the Site,and all applicable taxes,and an adjustment in the Contract Price shall be based on Written 2. Contractor's costs for unloading and Notice submitted by the party making the Claim to the handling on the Site,labor,installation costs,overhead, Engineer and the other party to the Contract in accordance profit,and other expenses contemplated for the allowances with provisions of Article 10.5. have been included in the Contract Price and not in the allowances,and no demand for additional payment on B. The value of any Work covered by a account of any of the foregoing will be valid. Change Order or of any Claim for an adjustment in the Contract Price will be determined as follows: B. Prior to final payment,an appropriate Change Order will be issued as recommended by Engineer to 1. Where the Work involved is covered reflect actual amounts due Contractor on account of Work by unit prices contained in the Contract Documents,by covered by allowances,and the Contract Price shall be application of such unit price to the quantities of the items correspondingly adjusted. involved(subject to the provisions of Article 11.2);or 11.3 Unit Price Work 2. Where the Work involved is not covered by unit prices contained in the Contract Documents, A. Where the Contract Documents provide that by a mutually agreed lump sum(which may include an all or part of the Work is to be Unit Price Work,initially the allowance for overhead and profit not necessarily in Contract Price will be deemed to include for all Unit Price accordance with Article 12.1,Paragraph C.2.);or Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the 3. Where the Work involved is not estimated quantity of each item as indicated in the covered by unit prices contained in the Contract Documents Agreement. The estimated quantities of items of Unit Price and Agreement to a lump sum is not reached under Article Work are not guaranteed and are solely for the purpose of 12.1,Paragraph B.2.,on the basis of the Cost of the Work comparison of Bids and determining an initial Contract Price. (determined as provided in Article 11.1)plus a Contractor's Determinations of the actual quantities and classifications of fee for overhead and profit(determined as provided in Article Unit Price Work performed by Contractor will be made by 12.1,Paragraph C.). Engineer subject to the provisions of Article 9.6. C. Contractor's Fee: The Contractor's fee for B. Each unit price will be deemed to include overhead and profit shall be determined as follows: an amount considered by Contractor to be adequate to cover 1 A mutually acceptable fixed fee;or Contractor's overhead and profit for each separately identified item. 2. If a fixed fee is not agreed upon, C. Owner or Contractor may make a Claim for then a fee based on the following percentages of the various an adjustment in the Contract Price in accordance with portions of the Cost of the Work: Article 10.5 if: Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15-28 WKD Project Number: 201500037.00.AG a. For costs incurred under the Work as contemplated by Article 7.0,fires,floods, Articles 11.1,Paragraph A.1.and Paragraph A.2.,the epidemics,abnormal weather conditions,or acts of God. Contractor's fee shall be 15 percent; 12.4 Delays Within Contractor's Control b. For costs incurred under Article 11.1,Paragraph A.3.,the Contractor's fee shall be A. The Contract Times(or Milestones)will not five percent; be extended due to delays within the control of Contractor. c. Where one or more tiers of Delays attributable to and within the control of a subcontracts are on the basis of Cost of the Work plus a fee Subcontractor or Supplier shall be deemed to be delays and no fixed fee is agreed upon,the intent of Article 12.1, within the control of Contractor. Paragraph C.2.a.is that the Subcontractor who actually performs the Work,at whatever tier,will be paid a fee of 15 12.5 Delays Beyond Owner's and Contractor's Control percent of the costs incurred by such Subcontractor under Article 11.1,Paragraphs A.1.and A.2.,and that any higher A. Where Contractor is prevented from tier Subcontractor and Contractor will each be paid a fee of completing any part of the Work within the Contract Times five percent of the amount paid to the next lower tier (or Milestones)due to delay beyond the control of both Subcontractor; Owner and Contractor,an extension of the Contract Times d. No fee shall be payable on (or Milestones)in an amount equal to the time lost due to the basis of costs itemized under Article 11.1,Paragraph A.4. such delay shall be Contractor's sole and exclusive remedy and A.S.,and Article 11.1,Paragraph B.; for such delay. e. The amount of credit to be allowed by Contractor to Owner for any change which results 12.6 Delay Damages in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an A. In no event shall Owner or Engineer be amount equal to five percent of such net decrease;and liable to Contractor,any Subcontractor,any Supplier,or any other person or organization,or to any surety for or employee f When both additions and or agent of any of them,for damages arising out of or credit are involved in any one change,the adjustment in resulting from: Contractor's fee shall be computed on the basis of the net change in accordance with Articles 12.1,Paragraph C.2.a. 1. Delays caused by or within the through Paragraph C.2.e.,inclusive. control of Contractor;or 12.2 Change of Contract Times 2. Delays beyond the control of both Owner and Contractor including but not limited to fires, A. The Contract Times(or Milestones)may floods,epidemics,abnormal weather conditions,acts of God, only be changed by a Change Order or by a Written or acts or neglect by utility owners or other Contractors Amendment. Any Claim for an adjustment in the Contract performing other Work as contemplated by Article 7.0. Times(or Milestones)shall be based on Written Notice submitted by the party making the Claim to the Engineer and B. Nothing in this Article 12.6 bars a change in the other party to the Contract in accordance with the Contract Price pursuant to this Article 12.0 to compensate provisions of Article 10.5. Contractor due to delay,interference,or disruption directly attributable to actions or in actions of Owner or anyone for B. Any adjustment of the Contract Times(or whom Owner is responsible. Milestones)covered by a Change Order or of any Claim for an adjustment in the Contract Times(or Milestones)will be 12.7 Abnormal Weather Conditions determined in accordance with the provisions of this Article 12.0. A. Abnormal weather conditions for rain shall be derived from the most recent 20-year(minimum)average 12.3 Delays Beyond Contractor's Control for the nearest NOAA weather reporting station. The mean number of days of precipitation per month of 0.10 inch or A. Where Contractor is prevented from more shall establish the mean number of weather days for the completing any part of the Work within the Contract Times period. When the actual number of calendar days the (or Milestones)due to delay beyond the control of Contractor could not work due to abnormal weather Contractor,the Contract Times(or Milestones)will be conditions exceeds the monthly mean as determined above, extended in an amount equal to the time lost due to such the Contract shall be extended the number of days in excess delay if a Claim is made therefor as provided in Article 12.2, of the monthly mean for each month during the Contract Paragraph A. Delays beyond the control of Contractor shall period. A Working day is a day when the Contractor or his include,but not be limited to,acts or neglect by Owner,acts Subcontractors could work for more than four hours. If the or neglect of utility owners or other Contractors performing actual number of calendar days the Contractor could not work Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15-29 WKD Project Number: 201500037.00.AG due to abnormal weather conditions is less than the monthly random Samples of material or performance tests on mean,then the number of days the Contract was extended equipment delivered to the Site. These tests,if made,will be shall be reduced for the Contract period. At the end of the conducted in accordance with the appropriate referenced Contract period the total Contract Time will be the total standards or specification requirements. The entire shipment adjusted. Should the total days the Contractor cannot work represented by a given sample,Samples,or price of due to abnormal weather conditions be less than the mean for equipment may be rejected on the basis of the failure of the Contract period,no time will be deleted from the Samples or pieces of equipment to meet specified test Contract. The time extension awarded to the Contractor shall requirements. All rejected materials or equipment shall be be for time only. No increase in Contract Price will be removed from the Site,whether stored or installed in the considered. Work,and the required replacement shall be made,all at no additional cost to the Owner. 12.8 Liquidated Damages D. If any Work(or the Work of others)that is A. The required completion times for the to be inspected,tested,or approved is covered by Contractor Project are as set forth in the Contract Documents. The without written concurrence of Engineer,it must,if requested Contractor is advised that the Contract Times stated in the by Engineer,be uncovered for observation. Contract Documents are of the essence of the Contract. For each and every day in excess of each Contract Time stated in E. Uncovering Work as provided in Article the Contract Documents that the Contractor fails to complete 13.3,Paragraph D.,shall be at Contractor's expense unless the Work indicated,the Contractor shall pay to the Owner the Contractor has given Engineer timely notice of Contractor's sum stated in the Contract Documents as Liquidated intention to cover the same and Engineer has not acted with Damages. reasonable promptness in response to such notice. ARTICLE 13.0—TESTS AND INSPECTIONS; 13.4 Uncovering Work CORRECTION,REMOVAL OR ACCEPTANCE OF A. If any Work is covered contrary to the DEFECTIVE WORK written request of Engineer,it must,if requested by Engineer, 13.1 Notice of Defects be uncovered for Engineer's observation and replaced at Contractor's expense. A. Prompt notice of all defective Work of which Owner or Engineer has actual knowledge will be given B. If Engineer considers it necessary or to Contractor. All defective Work may be rejected, advisable that covered Work be observed by Engineer or corrected,or accepted as provided in this Article 13.0. inspected or tested by others,Contractor,at Engineer's request,shall uncover,expose,or otherwise make available 13.2 Access to Work for observation,inspection,or testing as Engineer may require,that portion of the Work in question,furnishing all A. Owner,Engineer,Engineer's Consultants, necessary labor,material,and equipment. If it is found that other representative and personnel of Owner,independent such Work is defective,Contractor shall pay all claims,costs, testing laboratories,and governmental agencies with losses,and damages(including but not limited to all fees and jurisdictional interest will have access to the Site and the charges of Engineers,architects,attorneys,and other Work at reasonable times for their observation,inspecting, professionals and all court or arbitration or other dispute and testing. Contractor shall provide them proper and safe resolution costs)arising out of or relating to such uncovering, conditions for such access and advise them of Contractor's exposure,observation,inspection,and testing,and of Site safety procedures and programs so that they may comply satisfactory replacement or reconstruction(including but not therewith as applicable. limited to all costs of repair or replacement of Work of others);and Owner shall be entitled to an appropriate 13.3 Tests and Inspections decrease in the Contract Price. If the parties are unable to agree as to the amount thereof,Owner may make a Claim A. Contractor shall give Engineer timely notice therefor as provided in Article 10.5. If,however,such Work of readiness of the Work for all required inspections,tests,or is not found to be defective,Contractor shall be allowed an approvals and shall cooperate with inspection and testing increase in the Contract Price or an extension of the Contract (or ,or both,directly attributable to such Milestones personnel to facilitate required inspections or tests. Times ) uncovering,exposure,observation,inspection,testing, B. Contractor shall employ and pay for the replacement,and reconstruction. If the parties are unable to services of an independent firm to perform testing and agree as to the amount or extent thereof,Contractor may inspection as required by the Contract Documents. make a Claim therefor as provided in Article 10.5. C. The Owner reserves the right to 13.5 Owner May Stop the Work independently perform at its own expense,laboratory tests on Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15-30 WKD Project Number: 201500037.00.AG A. If the Work is defective,or Contractor fails for that item may start to run from an earlier date if so to supply sufficient skilled Workmen or suitable materials or provided in the Specifications or by Written Amendment. equipment,or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract C. Where defective Work(and damage to Documents,or if the Work interferes with the operation of other Work resulting therefrom)has been corrected or the existing facility,the Owner may order Contractor to stop, removed and replaced under this Article 13.7,the correction by a written order any Work,or any portion thereof,until the period hereunder with respect to such Work will be extended cause for such order has been eliminated. for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. 13.6 Correction or Removal of Defective Work D. Contractor's obligations under this Article A. Contractor shall correct all defective Work, 13.7 are in addition to any other obligation or warranty whether or not fabricated,installed,or completed,or,if the provided in the Contract Documents,at law,or in equity. Work has been rejected by Engineer,remove it from the The provisions of this Article 13.7 shall not be construed as a Project and replace it with Work that is not defective. substitute for or a waiver of the provisions of any applicable Contractor shall pay all claims,costs,losses,and damages statute of limitation or repose. (including but not limited to all fees and charges of Engineers,architects,attorneys,and other professionals and 13.8 Acceptance of Defective Work all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal A. If,instead of requiring correction or (including but not limited to all costs of repair or replacement removal and replacement of defective Work,Owner(and, of Work of others). prior to Engineer's recommendation of final payment, Engineer)prefers to accept it,Owner may do so. Contractor 13.7 Correction Period shall pay all claims,costs,losses,and damages(including but not limited to all fees and charges of Engineers,architects, A. If within one year after the date of attorneys,and other professionals and all court or arbitration Substantial Completion or such longer period of time as may or other dispute resolution costs)attributable to Owner's be prescribed by laws or regulations or by the terms of any evaluation of and determination to accept such defective applicable special guarantee required by the Contract Work(such costs to be approved by Engineer to Documents or by any specific provision of the Contract reasonableness)and the diminished value of the Work to the Documents,any Work is found to be defective,or if the extent not otherwise paid by Contractor pursuant to this repair of any damages to the land or areas made available for sentence. If any such Acceptance occurs prior to Engineer's Contractor's use by Owner or permitted by Laws and recommendation of final payment,a Change Order will be Regulations as contemplated in Article 6.11,Paragraph A.,is issued incorporating the necessary revisions in the Contract found to be defective,Contractor shall promptly,without cost Documents with respect to the Work,and Owner shall be to Owner and in accordance with Owner's written entitled to an appropriate decrease in the Contract Price, instruction:(i)repair such defective land or areas,or(ii) reflecting the diminished value of Work so accepted. If the correct such defective Work or,if the defective Work has parties are unable to agree as to the amount thereof,Owner been rejected by Owner,remove it from the Project and may make a Claim therefor as provided in Article 10.5. If the replace it with Work that is not defective,andiii ( ) Acceptance occurs after such recommendation,an satisfactorily correct or repair or remove and replace any appropriate amount will be paid by Contractor to Owner. damage to other Work,to the Work of others or other land or areas resulting therefrom. If Contractor does not promptly 13.9 Owner May Correct Defective Work comply with the terms of such instructions,or in an emergency where delay would cause serious risk of loss or A. If Contractor fails within a reasonable time damage,Owner may have the defective Work corrected or after Written Notice from Engineer to correct defective Work repaired or may have the rejected Work removed and or to remove and replace rejected Work as required by replaced,and all claims,costs,losses,and damages Engineer in accordance with Article 13.6,Paragraph A.,or if (including but not limited to all fees and charges of Contractor fails to perform the Work in accordance with the Engineers,architects,attorneys,and other professionals and Contract Documents,or if Contractor fails to comply with all court or arbitration or other dispute resolution costs) any other provision of the Contract Documents,Owner may, arising out of or relating to such correction or repair or such after seven days Written Notice to Contractor,correct and removal and replacement(including but not limited to all remedy any such deficiency. costs of repair or replacement of Work of others)will be paid by Contractor. B. In exercising the rights and remedies under this Article,Owner shall proceed expeditiously. In B. In special circumstances where a particular connection with such corrective and remedial action,Owner item of equipment is placed in continuous service before may exclude Contractor from all or part of the Site,take Substantial Completion of all the Work,the correction period possession of all or part of the Work and suspend Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15-31 WKD Project Number: 201500037.00.AG Contractor's services related thereto,take possession of mobilization line item will be payable when the Project Work Contractor's tools,appliances,construction equipment and is ten percent complete as indicated by the approved progress machinery at the Site,and incorporate in the Work all payments. materials and equipment stored at the Site,and incorporate in the Work all materials and equipment stored at the Site or for 14.2 Progress Payments which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner,Owner's A. Requests for Payments: representatives,agents,and employees,Owner's other shall haveor f 1. All requests contractors and Engineer and Engineer's Consultants access q payment to the Site to enable Owner to exercise the rights and an effective ending date of 25th day of each month and shall remedies under this Article. be submitted on Document 00 62 75,Partial Payment Estimate,as provided in the Contract Documents,unless C. All claims,costs,losses,and damages mutually agreed upon otherwise. All requests for payment (including but not limited to all fees and charges of will be computer-generated based on the schedule of values Engineers,architects,attorneys,and other professionals and as provided in Article 14.1,and submitted in no less than all court or arbitration or other dispute resolution costs) triplicate. The request will be generated each period by the incurred or sustained by Owner in exercising the rights and Contractor. remedies under this Article 13.9 will be charged against 2. Prior to final preparation of each Contractor,and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with progress payment,the Contractor and Engineer shall respect to the Work;and Owner shall be entitled to an mutually measure and agree upon the quality and quantity of appropriate decrease in the Contract Price. Such claims, Work completed each period. costs,losses and damages will include but not be limited to 3. Partial payment for materials or all costs of repair,or replacement of Work of others destroyed or damaged by correction,removal,or replacement equipment properly stored on-Site will be made on basis of of Contractor's defective Work. the invoice cost of materials or equipment,provided a detailed list of the materials for which partial payment is D. Contractor shall not be allowed an requested and supporting copies of the invoices are attached extension of the Contract Times(or Milestones)because of to each Partial Payment Estimate. The submitted list of any delay in the performance of the Work attributable to the stored materials will be on a form furnished in the Contract exercise by Owner of Owner's rights and remedies under this Documents or on a form agreed upon by Contractor and Article 13.9. Engineer. As Work progresses,the value of stored materials will be reduced as materials or equipment are placed in ARTICLE 14.0—PAYMENTS TO CONTRACTOR AND construction. At completion of the Work,the value of stored COMPLETION materials not utilized in the Work must be zero. 14.1 Schedule of Values 4. Retainage: For public construction contracts in which the total Project costs are less than A. The schedule of values established as $100,000,there shall be no retainage on periodic or final provided in Article 2.7,Paragraph A.will serve as the basis payment made by the Owner. Retainage on periodic or final for progress payments and will be incorporated into a form of payments on public construction contracts equal to or greater a Partial Payment Estimate acceptable to Engineer. Progress than$100,000 is allowed as follows: payments on account of Unit Price Work will be based on the a. The Owner may number of units completed. retain up to 5 percent of any periodic payment due B. With the schedule of values,the Contractor Contractor. shall submit for the Engineer's approval,a complete b. A Project shall be breakdown of all lump sum items in the Bid form. This breakdown,modified where directed by the Engineer,will be deemed 50 percent complete when the Contractor's gross used as a basis for preparing partial estimates and Project invoices,excluding the value of materials stored off establishing progress payments. Site,equal or exceed 50 percent of the value of the Contract; except,the value of materials stored on Site shall not exceed C. A lump sum payment not to exceed three 20 percent of the Contractor's gross Project invoices for the percent of the total Bid price(to include all Bonds,insurance, purpose of determining whether the Project is 50 percent move-on expenses,etc.)will be allowed for`mobilization'as complete. Upon 50 percent completion,with written consent a progress payment line item. Up to half of the cost for of the surety,the Owner at its election may cease to retain mobilization will be considered in the initial payment request any further retainage from periodic payments due the provided that cost documentation suitable to the Engineer is Contractor if any non-conforming Work identified in writing furnished by the Contractor. Any outstanding balance of a prior to that time by the Engineer and/or Owner has been Standard General Conditions Augusta Utilities Department 00 72 15-32 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements WKD Project Number: 201500037.00.AG I corrected by the Contractor and accepted by the Engineer a. Neither Engineer's review of and/or Owner and the Contractor continues to perform Contractor's Work for the purposes of recommending satisfactorily. If,after retainage has ceased,the Owner payments nor Engineer's recommendation of any payment, determines Contractor's performance is unsatisfactory,the including final payment,will impose responsibility on Owner may reinstate retainage for each subsequent periodic Engineer to supervise,direct,or control the Work or for the payment up to the maximum amount of 5 percent. means,methods,techniques,sequences,or procedures of construction,or the safety precautions and programs incident B. Review of Requests for Payment: thereto,or for Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the 1. Engineer will,within 10 days after Work. Additionally,said review or recommendation will not receipt of each Partial Payment Estimate,either indicate in impose responsibility on Engineer to make any examination writing its approval of payment and present the request to to ascertain how or for what purposes Contractor has used the Owner or return the request to the Contractor indicating in moneys paid on account of the Contract Price,or to writing the reasons for refusing to approve payment. In the determine that title to any of the Work,materials,or latter case,Contractor may make the necessary correction and equipment has passed to Owner free and clear of any Liens. resubmit the request for payment. Within 30 days of receiving the submittal of an approved Partial Payment 4. Engineer may refuse to recommend Estimate,the Owner subject to Article 14.2,Paragraph D, the whole or any part of any payment if,in Engineer's will make partial payment to the Contractor on the basis of a opinion,it would be incorrect to make the representations to duly certified approved estimate of the Work performed Owner referred to in Article 14.2,Paragraph B.2. Engineer during the specified period by the Contractor. may also refuse to recommend any such payment or,because of subsequently discovered evidence or the results of 2. Engineer's recommendation of any subsequent inspections or tests,revise or revoke any such payment requested in a Partial Payment Estimate will payment recommendation previously made,to such extent as constitute a representation by Engineer to Owner,based on may be necessary in Engineer's opinion to protect Owner Engineer's observations on the Site of the executed Work as from loss because: an experienced and qualified design professional and on Engineer's review of the Partial Payment Estimate and the a. The Work is defective,or accompanying data and schedules,that to the best of completed Work has been damaged,requiring correction or Engineer's knowledge,information,and belief: replacement; a. The Work has progressed to b. The Contract Price has been the point indicated; reduced by Written Amendment or Change Orders; b. The quality of the Work is c. Owner has been required to generally in accordance with the Contract Documents correct defective Work or complete Work in accordance with (subject to an evaluation of the Work as a functioning whole Article 13.9;or prior to or upon Substantial Completion,to the results of any subsequent tests called for in the Contract Documents,to a d. Engineer has actual final determination of quantities and classifications for Unit knowledge of the occurrence of any of the events enumerated Price Work under Article 9.8,and to any other qualifications in Article 15.2,Paragraph A. stated in the recommendation);and C. Payment Becomes Due: Thirty days after c. Conditions precedent to presentation of the Partial Payment Estimate to Owner with Contractor's being entitled to such payment appear to have Engineer's recommendation,the amount recommended will been fulfilled in so far as it is Engineer's responsibility to (subject to the provisions of Article 14.2,Paragraph D.) observe the Work. become due,and when due will be paid by Owner to Contractor. 3. By recommending any such payment,Engineer will not thereby be deemed to have D. Reduction in Payment: represented that:(i)inspections made to check the quality or the quantity of the Work have been exhausted,extended to 1. Owner may refuse to make payment every aspect of the Work in progress,or involved detailed of the full amount recommended by Engineer because: inspections of the Work beyond the responsibilities specifically assigned to Engineer in the Contract Documents; a. Claims have been made or(ii)that there may not be other matters or issues between against Owner on account of Contractor's performance or the parties that might entitle Contractor to be paid furnishing of the Work; additionally by Owner or entitle Owner to withhold payment to Contractor. Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15-33 WKD Project Number: 201500037.00.AG I b. Liens have been filed in use of a specified part of the Project which Owner believes connection wWk, xhrConthmay be used without significant interference with delivered a specific bond satisfactoryeceptwe toe Ownerractor to secure the construction of the other parts of the Project. If Contractor satisfaction and discharge of such Liens; agrees,he will certify to Owner and Engineer that said part of the Project is substantially complete and request the Engineer c. There are other items to issue a Certificate of Substantial Completion for that part entitling Owner to a set-off against the amount of the Project. Within a reasonable time thereafter Owner, recommended;or Contractor,and Engineer shall make an inspection of that part of the Project to determine its status of completion. If d. Owner has actual knowledge Engineer and Owner do not consider that it is substantially of the occurrence of any events as enumerated in Article complete,Engineer will notify Contractor in writing giving 15.2,Paragraph A. reasons therefore. If Engineer and Owner consider that part of the Project to be substantially complete,Engineer will 2. If Owner refuses to make payment execute and deliver to Owner and Contractor a certificate to of the full amount recommended by Engineer,Owner must that effect fixing the date of Substantial Completion as to that give Contractor immediate Written Notice(with a copy to part of the Project. Engineer)stating the reasons for such action and promptly B. The Contractor is specifically advised that pay Contractor any amount remaining after deduction of the amount so withheld. Owner shall promptly pay Contractor payment in full for sections so completed and used by the the amount so withheld,or any adjustment thereto agreed to Owner will NOT be made until the entire Project has been by Owner and Contractor,when Contractor corrects to completed. Partial payments for Work completed and the Owner's satisfaction the reasons for such action. retainage will be handled on the basis of the ENTIRE Contract amount as herein specified. The Contractor shall 3. If it is subsequently determined that account for this in its Bid and under no circumstances will Owner's refusal of payment was not justified,the amount occupancy and use of completed sections of the Work by the wrongfully withheld shall be treated as an amount due as Owner be considered as grounds for reducing the retainage determined by Article 14.2,Paragraph C. withheld from the Contractor's partial payments,or for an increase in the Contract Price. 14.3 Contractor's Warranty of Title 14.6 Final Inspection A. Contractor warrants and guarantees that title A. Upon Written Notice from Contractor that to all Work,materials,and equipment covered by any Partialp Payment Estimate,whether incorporation in the Project or the entire Work or an agreed portion thereof is complete, not,will pass to Owner no later than the time of payment free Engineer will promptly make a final inspection with Owner and clear of all Liens. and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is 14.4 Substantial Completion incomplete or defective. Contractor shall immediately take such measure as are necessary to complete such Work or A. Contractor may,in writing to Owner and remedy such deficiencies. Engineer,certify that the entire Project is substantially complete and request that Engineer issue a Certificate of 14.7 Final Payment Substantial Completion. Within a reasonable time thereafter A. Requests for Payment: Owner,Contractor,and Engineer shall make an inspection ofq y the Project to determine the status of completion. If Engineer 1. After Contractor has,in the opinion and Owner do not consider the Project substantially complete,Engineer shall prepare a list of items to be of Engineer,satisfactorily completed all corrections identified completed or corrected before Substantial Completion,and during the final inspection and has delivered,in accordance shall fix the time within which such items shall be completed with the Contract Documents,all maintenance and operating or corrected,said time to be within the Contract Time. instructions,schedules,guarantees,Bonds,certificates or other evidence of insurance certificates of inspection, B. Owner shall have the right to exclude marked-up record documents(as provided in Article 6.12), Contractor from the Site after the date of Substantial and other documents,Contractor may make request for final Completion,but Owner shall allow Contractor reasonable payment following the procedure for progress payments. access to complete or correct items on the tentative list. 2. The final Partial Payment Estimate 14.5 Partial Utilization shall be accompanied(except as previously delivered)by:(i) all documentation called for in the Contract Documents, A. Prior to Substantial Completion of the including but not limited to the evidence of insurance Project,Owner may in writing request Contractor to permit required by Article 5.2;(ii)consent of the surety,if any,to Standard General Conditions Augusta Utilities Department 00 72 15-34 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements WKD Project Number: 201500037.00.AG final payment;and(iii)complete and legally effective Contractor's final Partial Payment Estimate and releases or waivers(satisfactory to Owner)of all lien rights recommendation of Engineer,and without terminating the arising out of or Liens filed in connection with the Work. Agreement,make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining 3. In lieu of the releases or waivers of balance to be held by Owner for Work not fully completed or Liens specified in Article 14.7,Paragraph A.2.and as corrected is less than the retainage stipulated in the approved by Owner,Contractor may furnish receipts or Agreement,and if Bonds have been furnished as required in releases in full from all Subcontractors and Suppliers and an Article 5.1,the written consent of the surety to the payment affidavit of Contractor that:(i)the releases and receipts of the balance due for that portion of the Work fully complete include all labor,services,material,and equipment for which and accepted shall be submitted by Contractor to Engineer a lien could be filed;and(ii)all payrolls,material and with the request for such payment. Such payment shall be equipment bills,and other indebtedness connected with the made under the terms and conditions governing final Work for which Owner or Owner's property might in any payment,except that it shall not constitute a waiver of claims. way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release 14.9 Waiver of Claims or receipt in full,Contractor may furnish a bond or other collateral satisfactory to Owner to indemnify Owner against A. The making and Acceptance of final any lien. payment will constitute: B. Review of Payment Request and 1. A waiver of all claims by Owner Acceptance: If,on the basis of Engineer's observation of the against Contractor,except claims arising from unsettled Work during construction and final inspection and Engineer's Liens,from defective Work appearing after final inspection review of the final Partial Payment Estimate and pursuant to Article 14.6,from failure to comply with the accompanying documentation as required by the Contract Contract Documents or the terms of any special guarantees Documents,Engineer is satisfied that the Work has been specified therein,or from Contractor's continuing obligations completed and Contractor's other obligations under the under the Contract Documents;and Contract Documents have been fulfilled,Engineer will, within ten days after receipt of the final Partial Payment 2. A waiver of all claims by Contractor Estimate,indicate in writing Engineer's recommendation of against Owner other than those previously made in writing payment and present the Partial Payment Estimate to Owner which are still unsettled. for payment. At the same time Engineer will also give Written Notice to Owner and Contractor that the Work is ARTICLE 15.0—SUSPENSION OF WORK AND acceptable subject to the provisions of Article 14.9. TERMINATION Otherwise,Engineer will return the Partial Payment Estimate to Contractor,indicating in writing the reasons for refusing to 15.1 Owner May Suspend Work recommend final payment,in which case Contractor shall make the necessary corrections and resubmit the Partial A. At any time and without cause,Owner may Payment Estimate. suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to C. Payment Becomes Due: On all public Contractor and Engineer which will fix the date on which construction contracts,the balance due a Contractor shall be Work will be resumed. Contractor shall resume the Work on paid in full within 45 days after any respective Contract for the date so fixed. Contractor shall be allowed an adjustment the Project has been accepted by the Owner,certified by the in the Contract Price or an extension of the Contract Times, Engineer to be completed in accordance with terms of the or both,directly attributable to any such suspension if plans and Specifications,or occupied by the Owner and used Contractor makes a Claim therefor as provided in Article for the purpose for which the Project was constructed, 10.5. whichever occurs first. However,when the Engineer in charge of the Project determines that a delay in completion of 15.2 Owner May Terminate for Cause the Project in accordance with terms of the plans and Specifications is the fault of the Contractor,the Project may A. The occurrence of any one or more of the be occupied and used for the purposes for which it was following events will justify termination for cause: constructed without payment of any interest on amounts withheld past the 45-day limit. I. Contractor's persistent failure to perform the Work in accordance with the Contract 14.8 Final Completion Delayed Documents(including,but not limited to,failure to supply sufficient skilled Workers or suitable materials or equipment A. If,through no fault of Contractor,final or failure to adhere to the progress schedule established under completion of the Work is significantly delayed,and if Article 2.7 as adjusted from time to time pursuant to Engineer so confirms,Owner shall,upon receipt of Article 6.4); Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer hnprovements 00 72 15-35 WKD Project Number: 201500037.00.AG 2. Contractor's disregard of laws or 2. For expenses sustained prior to the regulations of any public body having jurisdiction; effective date of termination in performing services and furnishing labor,materials,or equipment as required by the 3. Contractor's disregard of the Contract Documents in connection with uncompleted Work, authority of Engineer;or plus fair and reasonable sums for overhead and profit on such expenses. 4. Contractor's violation in any substantial way of any provisions of the Contract Documents. B. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss B. If one or more of the events identified in arising out of or resulting from such termination. Article 15.2,Paragraph A.occur,Owner may,after giving C. Owner's termination for convenience shall Contractor(and the surety,if any)seven days Written Notice, terminate the services of Contractor,exclude Contractor from not release or relieve Contractor from its obligations set forth the Site,and take possession of the Work and of all in this Agreement,including without limitation,obligations Contractor's tools,appliances,construction equipment,and for Work performed prior to such termination machinery at the Site,and use the same to the full extent they could be used by Contractor(without liability to Contractor 15.4 Contractor May Stop Work or Terminate for trespass or conversion),incorporate in the Work all materials and equipment stored at the Site or for which A. If,through no act or fault of Contractor,the Owner has paid Contractor but which are stored elsewhere, Work is suspended for more than 90 consecutive days by and finish the Work as Owner may deem expedient. In such Owner or under an order of a court or other public authority, case,Contractor shall not be entitled to receive any further or Engineer fails to act on any Partial Payment Estimate payment until the Work is finished. If the unpaid balance of within 30 days after it is submitted,or Owner fails for 30 the Contract Price exceeds all claims,costs,losses,and days to pay Contractor any sum finally determined to be due, damages(including but not limited to all fees and charges of then Contractor may,upon seven days Written Notice to Engineers,architects,attorneys,and other professionals and Owner and Engineer,and provided Owner or Engineer do not all court or arbitration or other dispute resolution costs) remedy such suspension or failure within that time,terminate sustained by Owner arising out of or relating to completing the Contract and recover from Owner payment on the same the Work,such excess will be paid to Contractor. If such terms as provided in Article 15.3. In lieu of terminating the claims,costs,losses,and damages exceed such unpaid Contract and without prejudice to any other right remedy,if balance,Contractor shall pay the difference to Owner. Such Engineer has failed to act on a Partial Payment Estimate claims,costs,losses,and damages incurred by Owner will be within 30 days after it is submitted,or Owner has failed for reviewed by Engineer as to their reasonableness and,when so 30 days to pay Contractor any sum finally determined to be approved by Engineer,incorporated in a Change Order. due,Contractor may,seven days after Written Notice to When exercising any rights or remedies under this Article Owner and Engineer,stop the Work until payment is made of Owner shall not be required to obtain the lowest price for the all such amounts due Contractor,including interest thereon. Work performed. Owner's exercise of the option to The provisions of this Article 15.4 are not intended to substitute another person or entity to furnish services shall preclude Contractor from making a Claim under Article 10.5 not relieve Contractor of any liability for Work performed for an adjustment in Contract Price or Contract Times or prior to such substitution or any other obligations under this otherwise for expenses or damage directly attributable to Agreement,all of which shall survive termination. Contractor's stopping the Work as permitted by this Article. Termination shall not preclude Owner's exercise of all remedies available under this Agreement,at law,or in equity, 15.5 Assignment of Contract and such remedies shall be deemed cumulative,and not A. Contractor shall not assign,transfer,convey exclusive. or otherwise dispose of the Contract,or of its legal right,title, 15.3 Owner May Terminate For Convenience or interest in or to the same or to any part thereof,without the prior written consent of the Owner. Contractor shall not A. Upon seven days Written Notice to assign by power of attorney or otherwise any monies due and Contractor and Engineer,Owner may,without cause and payable under this Contract without the prior written consent without prejudice to any other right or remedy of Owner, of the Owner. Such consent,if given,will in no way relieve elect to terminate the Contract. In such case,Contractor shall the Contractor from any of the obligations of this Contract. be paid(without duplication of any items): Owner shall not be bound to abide by or observe the requirements of any such assignment,absent Owner's written 1. For completed and accepted Work consent as set forth herein. executed in accordance with the Contract Documents prior to the effective date of termination,including fair and reasonable sums for overhead and profit on such Work; Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15-36 WKD Project Number: 201500037.00.AG ARTICLE 16.0—DISPUTE RESOLUTION accordance with the Contract Documents,as well as all continuing obligations indicated in the Contract Documents, 16.1 Methods and Procedures will survive final payment,completion,and Acceptance of the Work or termination or completion of the Agreement. A. Dispute resolution methods and procedures, if any,shall be as set forth in these General Conditions. If no 17.5 Controlling Law method and procedure has been set forth,and subject to the provisions of Article 9.9 and 10.5,Owner and Contractor A. This Contract is to be governed by the law may exercise such rights or remedies as either may otherwise of the state in which the Project is located. have under the Contract Documents or by laws or regulations in respect of any dispute. ARTICLE 18.0—DISCRIMINATION B. Should Owner and Contractor agree,they 18.1 Discrimination Prohibited may submit any and all unsettled claims or counterclaims, disputes,or other matters in questions between them arising A. During the performance of this Contract,the out of or relating to the Contract Documents or the breach Contractor will not discriminate against any employee or thereof to non-binding mediation by the American applicant for employment because of race,religion,color, Arbitration Association before having recourse to a judicial sex,or national origin,except where religion,sex,or national forum. origin is a bona fide occupational qualification reasonably necessary to the normal operation of the Contractor and ARTICLE 17.0—MISCELLANEOUS agrees to post in conspicuous places,available to employees and applicants for employment,notices setting forth the 17.1 Giving Notice provisions of the non-discrimination clause;and(i)will state that such Contractor is an equal opportunity employer in all A. Whenever any provision of the Contract solicitations or advertisements for employees placed by or on Documents requires the giving of Written Notice,it will be behalf of the Contractor;and(ii)agrees that notices, deemed to have been validly given if delivered in person to advertisements,and solicitations placed in accordance with the individual or to a member of the firm or to an officer of federal law,rule,or regulation shall be deemed sufficient for the corporation for whom it is intended,or if delivered at or the purpose of meeting the requirements of this Article. sent by registered or certified mail,postage prepaid,to the last business address knows to the giver of the notice. B. The Contractor will include these non- discrimination provisions in every subcontract or purchase 17.2 Computation of Times order in excess of$10,000 so that the provisions will be binding upon each Subcontractor or vendor. A. 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. 17.3 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to,and are not to be construed in any way as a limitation of,any rights and remedies available to any or all of them which are otherwise imposed or available by laws or regulations,by special warranty or guarantee,or by other provisions of the Contract Documents,and the provisions of this Article will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation,right,and remedy to which they apply. 17.4 Survival of Obligations A. All representations,indemnifications, warranties,and guarantees made in,required by,or given in Augusta Utilities Department Standard General Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 72 15-37 WKD Project Number: 201500037.00.AG I I DOCUMENT 00 73 14 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and effect. The terms used in these Supplementary Conditions,which are defined in the Standard General Conditions of the Construction Contract,have the meanings assigned to them in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below which are applicable to both the singular and plural thereof. ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.3 Tests and Inspections B. Owner will employ services of an independent firm to perform testing and inspections for which the Contractor is not qualified to perform, at no cost to Contractor. Augusta Utilities Department Supplementary Conditions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 73 14- 1 WKD Project Number: 201500037.00.AG DOCUMENT 00 80 00 SPECIAL PROVISIONS 1. CONSTRUCTION SAFETY In order to protect the lives and health of his employees under the contract,the Contractor shall comply with all pertinent provisions of the Contract Work Hours and Safety Standards Act, as amended. This Act is commonly known as the Construction Safety Act and pertains to health and safety standards. The Contractor shall also maintain an accurate record of all cases of death, occupational disease, and injury requiring medical attention or causing loss of time from Work, arising out of and in the course of employment on Work under the contract. The Contractor alone shall be responsible for the safety, efficiency, and adequacy of his construction products, appliances, and methods and for any damage that may result from their failure or their improper construction, maintenance, or operation. 2. BUILDER'S RISK The Contractor shall assume entire responsibility for all work, materials, and equipment provided by him until final completion and acceptance of the project, and he shall be held responsible and liable for their safety in the amount paid to him by the Owner on account thereof. 3. PUBLIC TRAFFIC The Contractor shall maintain, in a safe and practical way,the roadways that are now used by the public or individuals that neither may be unnecessarily delayed or inconvenienced on account of the work being carried on by the Contractor. The Contractor will be responsible for all injuries and damages to persons or property incurred by such person or persons, firm, or corporation on account of the acts or claims of negligence by the Contractor to the aforesaid while passing over the public or private roadways. The Contractor will be required to repair or make reparation for any damages that he may have caused to the roadways,public or private, immediately after discontinuing traffic along such route or when authorized to do so by the Georgia Department of Transportation. 4. BARRICADES AND LIGHTS Travel upon streets, commercial driveway,or residential driveway shall not be inconvenienced needlessly. Whenever a street is closed,the Contractor shall cause plainly worded signs, announcing such fact, to be placed with proper barricades at the nearest cross street upon each side of obstruction and upon intersecting streets. The Contractor shall maintain sufficient warning lights during the hours of darkness in and about the work which is underway, and it is his responsibility to see that such lights are lit and kept lit from sunset to sunrise. Augusta Utilities Department Special Provisions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 80 00- 1 WKD Project Number: 201500037.00.AG The Contractor shall also provide and maintain suitable detour signs so as to warn the public of work underway and to guide them around the work in progress where it would be dangerous for them to proceed through the work area. 5. UNDERGROUND UTILITIES All underground utilities may not be shown on the plans relative to type and/or location. The Contractor shall be responsible for locating all existing utilities prior to excavation. The Contractor shall have all utilities located at least one week prior to the planned date for excavating in the areas of interest. The Contractor shall immediately inform the Engineer of unforeseen problems related to the types and/or locations of underground utilities and shall allow for a minimum of seven days for the Engineer to revise plans in the event revisions are necessary based on underground utility findings. All costs for temporarily or permanently relocating overhead or underground utilities shall be paid for by the Contractor. 6. GDOT SPECIAL PROVISIONS All work in the GDOT right-of-way is subject to the provisions of the GDOT Regulations for Driveway and Encroachment Control dated October 10, 2009 or latest edition. Augusta Utilities Department Special Provisions 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 80 00-2 WKD Project Number: 201500037.00.AG SECTION 00 91 13 SAMPLE ADDENDUM The City of Augusta Utilities Department 15`h Street and Wrightsboro Road Storm and Sanitary Sewer Improvements WKD Project Number 20150037.00.AG ADDENDUM NUMBER[ ] [Date Prepared] BID DATE: [a.m.] [p.m.] TO ALL BIDDERS: This Addendum forms a part of the Contract Documents and modifies the Bidding Documents dated and all previous Addenda. Acknowledge receipt of this Addendum in the space provided in the Bid Form. Failure to do so may disqualify the Bidder. Below are changes, additions, and/or clarifications to the bid documents for this project. Specifications Item 1: [Document Title] Item 2: [Document Title] Item 3: [Document Title] Item 4: [Document Title] Drawings Item 5: [Document Title] Augusta Utilities Department Sample Addendum 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 91 13-1 WKD Project Number: 201500037.00.AG Item 6: [Document Title] Clarifications Item 7: [Document Title] Item 8: [Document Title] Item 9: [Document Title] Item 9: [Document Title] Receipt of this addendum must be acknowledged on Page 00 41 43-1 of your Bid Form. Sincerely, W. K.Dickson & Co.,Inc. SEAL [Project Manager's Name] Project Manager /[Initials of typist] Enclosures [If applicable] Sample Addendum Augusta Utilities Department 00 91 13 2 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements WKD Project Number: 201500037.00.AG DOCUMENT 00 94 63 SAMPLE CHANGE ORDER NUMBER Date: Agreement Date: PROJECT: 15'Street and Wrightsboro Road Storm& Sanitary Sewer Improvements OWNER: The City of Augusta Utilities Department CONTRACTOR: WKD Project Number: 20150037.O0.AG Changes and/or additions are hereby made to the Contract Documents as follows: PAYMENT SCHEDULE THIS CHANGE ORDER COST CHANGE Additions $ Deductions $ Net Change This Change Order $ Change to Contract Time: Days Justification for Change Order: Original Contract Price $ Contract Additions by Previous Change Orders Add $ Contract Deductions by Previous Change Orders Deduct $ Contract Change by this Change Order Add/Deduct $ New Contract Price,including this Change Order $ Original Contract Completion Date Net Change By Calendar Days New Contract Completion Date Accepted By Owner: The Augusta Utilities Department Date Accepted By Contractor: Date Accepted By Engineer: W.K.Dickson&Co.,Inc. Date Augusta Utilities Department Sample Change Order 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 00 94 63- 1 WKD Project Number: 201500037.00.AG SECTION 01 10 00 SUMMARY PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Contract description. 2. Specification Conventions. 3. Contractor's use of site. 1.2 CONTRACT DESCRIPTION A. Work of the Project includes all work as shown in the design plans prepared by W.K.Dickson& Co., Inc., entitled"15th Street and Wrightsboro Road, Storm& Sanitary Sewer Improvements", consisting of the installation of approximately 1,140 linear feet of 36 inch gravity sewer main, rehabilitation of approximately 390 linear feet of gravity sewer with a Spray-On Geopolymer Lining System,manholes, storm water improvements, asphalt paving and other improvements as indicated on the plans. B. Perform Work of Contract under unit prices contract with Owner in accordance with Conditions of Contract. 1.3 SPECIFICATION CONVENTIONS A. These specifications are written in imperative mood and streamlined form. This imperative language is directed to the Contractor,unless specifically noted otherwise. The words"shall be" are included by inference where a colon(:)is used within sentences or phrases. 1.4 CONTRACTOR'S USE OF SITE AND PREMISES A. Limit use of site as follows: 1. All Work performed by the Contractor within the property bounds of the Board of Regents (BOR),TMS: 045-4-040-00-0 shall be confined to the permanent and temporary easements as shown on the plans. This shall include access, equipment and material storage. 2. Unless the BOR provides the Contractor with written consent otherwise, Contractor may only access the Easement Area and the temporary construction area from the adjacent public right-of-ways. 3. Contractor may remove any BOR construction fence to access the Easement Area, at its sole expense, as long as such fencing is placed back in its original location and condition within a reasonable time period that does not unreasonably interfere with the BOR's construction or site work, as determined in the BOR's sole discretion. 4. Contractor shall not come within three(3)feet of any permanent or temporary BOR improvements situated in the temporary construction easement. B. Time Restrictions for Performing: 1. Due to the anticipated schedule of construction improvements currently being undertaken on TMS: 045-4-040-00-0, the CONTRACTOR shall coordinate his anticipated construction Summary Augusta Utilities Department O1 10 00 1 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements WKD Project Number: 201500037.00.AG schedule with the OWNER and ENGINEER to ensure that key aspects of the WORK are completed in a timely manner to avoid conflicts with the concurrent project. PART 2 PRODUCTS -Not Used PART 3 EXECUTION-Not Used END OF SECTION Augusta Utilities Department Summary 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 10 00-2 WKD Project Number: 201500037.00.AG SECTION 01 20 00 PRICE AND PAYMENT PROCEDURES PART 1 GENERAL 1.1 SECTION INCLUDES A. Schedule of values. B. Applications for payment. C. Change procedures. D. Defect assessment. E. Unit prices. F. Alternates. G. Contingency allowances. H. Testing and inspection allowances. 1.2 SCHEDULE OF VALUES A. Submit printed schedule on C-620 Contractor's Application for Payment(2010)or other approved form. Contractor's standard form or electronic media printout will be considered. B. Submit Schedule of Values in duplicate within 15 days after date established in Notice to Proceed. C. Format: Utilize Table of Contents of this Project Manual. Identify each line item with number and title of major specification Section. Identify site mobilization,bonds and insurance. D. Include in each line item, amount of Allowances specified in this Section. For unit cost allowances, identify quantities taken from Contract Documents multiplied by unit cost to achieve total for each item. E. Revise schedule to list approved Change Orders,with each Application for Payment. 1.3 APPLICATIONS FOR PAYMENT A. Submit three copies of each application on C-620 Contractor's Application for Payment(2010)or other approved form. Contractor's electronic media driven form will be considered. B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. C. Submit updated construction schedule with each Application for Payment. Augusta Utilities Department Price and Payment Procedures 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 20 00-1 WKD Project Number: 201500037.00.AG D. Payment Period: Submit at intervals stipulated in the Agreement. E. Submit with transmittal letter as specified for Submittals in Section 01 33 00- Submittal Procedures. F. Substantiating Data: When Engineer requires substantiating information, submit data justifying dollar amounts in question. Include the following with Application for Payment: 1. Partial release of liens from major subcontractors and vendors. 2. Shipping or Truck Tickets attesting to off-site stored products and material quantities used. 3. Construction progress schedules,revised and current as specified in Section 01 33 00— Submittal Procedures. 1.4 CHANGE PROCEDURES A. Submittals: Submit name of individual authorized to receive change documents and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. The Engineer will advise of minor changes in the Work not involving adjustment to Contract Price or Contract Time by issuing supplemental instructions. C. The Engineer may issue a Notice of Change including a detailed description of proposed change with supplementary or revised Drawings and specifications, a change in Contract Time for executing the change with stipulation of overtime work required and the period of time during which the requested price will be considered valid. Contractor will prepare and submit estimate within 15 days. D. Contractor may propose changes by submitting a request for change to Engineer, describing proposed change and its full effect on the Work. Include a statement describing reason for the change, and effect on Contract Price and Contract Time with full documentation and a statement describing effect on Work by separate or other Contractors. Document requested substitutions in accordance with Section 00 21 13—Instructions to Bidders. E. Stipulated Price Change Order: Based on Notice of Change and Contractor's fixed price quotation or Contractor's request for Change Order as approved by Engineer. F. Unit Price Change Order: For contract unit prices and quantities,the Change Order will be executed on fixed unit price basis. For unit costs or quantities of units of work which are not pre- determined, execute Work under Work Change Directive. Changes in Contract Price or Contract Time will be computed as specified for Time and Material Change Order. G. Work Change Directive: Engineer may issue directive, on C-940 Work Change Order Directive (2007)signed by Owner, instructing Contractor to proceed with change in the Work, for subsequent inclusion in a Change Order. Document will describe changes in the Work and designate method of determining any change in Contract Price or Contract Time. Promptly execute change. H. Document each quotation for change in cost or time with sufficient data to allow evaluation of quotation. Augusta Utilities Department Price and Payment Procedures 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 20 00-2 WKD Project Number: 201500037.00.AG I. Change Order Forms: C-941 Change Order(2007). J. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in Conditions of the Contract. K. Correlation Of Contractor Submittals: 1. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as separate line item and adjust Contract Price. 2. Promptly revise progress schedules to reflect change in Contract Time, revise sub-schedules to adjust times for other items of work affected by the change, and resubmit. 3. Promptly enter changes in Project Record Documents. 1.5 DEFECT ASSESSMENT A. Replace the Work, or portions of the Work,not conforming to specified requirements. B. If, in the opinion of the Engineer, it is not practical to remove and replace the Work,the Engineer will direct appropriate remedy or adjust payment. C. Authority of Engineer to assess defects and identify payment adjustments is final. D. Non-Payment For Rejected Products: Payment will not be made for rejected products for any of the following: 1. Products wasted or disposed of in a manner that is not acceptable. 2. Products determined as unacceptable before or after placement. 3. Products not completely unloaded from transporting vehicle. 4. Products placed beyond lines and levels of required Work. 5. Products remaining on hand after completion of the Work. 6. Loading,hauling, and disposing of rejected products. 1.6 UNIT PRICES A. Authority: Measurement methods are delineated in Section 01 21 00 or individual Specification Sections. B. Measurement methods delineated in Section 01 21 00 or the individual Specification Sections complement criteria of this Section. In event of conflict, requirements of individual Specification Section govern. C. Engineer or Owner will take measurements and compute quantities accordingly. Provide assistance in taking of measurements. D. Unit Quantities: Quantities and measurements indicated in Bid Form are for contract purposes only. Actual quantities provided shall determine payment. 1. When actual Work requires more or fewer quantities than those quantities indicated, provide required quantities at unit sum/prices contracted. Augusta Utilities Department Price and Payment Procedures 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 20 00-3 WKD Project Number: 201500037.00.AG E. Payment Includes: Full compensation for required labor, products,tools,equipment,plant and facilities,transportation, services and incidentals, erection, application or installation of item of the Work, overhead, and profit. F. Final payment for Work governed by unit prices will be made on basis of actual measurements and quantities accepted by Engineer multiplied by unit sum/price for Work incorporated in or made necessary by the Work. G. Measurement Of Quantities: 1. Weigh Scales: Inspected,tested, and certified by applicable State Weights and Measures Department within past year. 2. Platform Scales: Of sufficient size and capacity to accommodate conveying vehicle. 3. Metering Devices: Inspected,tested, and certified by applicable State Department within past year. 4. Measurement by Weight: Concrete reinforcing steel,rolled or formed steel or other metal shapes will be measured by handbook weights. Welded assemblies will be measured by handbook or scale weight. 5. Measurement by Volume: Measured by cubic dimension using mean length,width and height or thickness. 6. Measurement by Area: Measured by square dimension using mean length and width or radius. 7. Linear Measurement: Measured by linear dimension at item centerline or mean chord. 8. Stipulated Sum/Price Measurement: Items measured by weight,volume, area, or linear means or combination, as appropriate, as completed item or unit of the Work. H. Unit Price Schedule: Refer to Bid Form. 1.7 ALTERNATES A. None 1.8 CONTINGENCY ALLOWANCES A. Landscaping: Completion of the construction currently underway on the Board of Regents property may result in decorative landscaping being installed,by others, in the permanent and/or temporary easement prior to the Notice of Award for this project. Furthermore, work completed under this Contract may delay installation of said landscaping. Owner establishes this allowance fund, for use as authorized,to account for this scheduling conflict. 1. Include in the Contract,a stipulated price of$10,000.00 for use upon Owner's instruction. 2. Contractor's costs for products, delivery, installation, labor, insurance, payroll,taxes, bonding, equipment rental, overhead, and profit will be included in Work Directives authorizing expenditure of funds from this Contingency Allowance. 3. Funds will be drawn from Contingency Allowance only by Work Directive. 4. At closeout of Contract,funds remaining in Contingency Allowance will be credited to Owner. Augusta Utilities Department Price and Payment Procedures 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 20 00-4 WKD Project Number: 201500037.00.AG 1.9 TESTING AND INSPECTION ALLOWANCES A. None PART 2 PRODUCTS-Not Used PART 3 EXECUTION-Not Used END OF SECTION Augusta Utilities Department Price and Payment Procedures 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 20 00-5 WKD Project Number: 201500037.00.AG THIS SECTION INTENTIONALLY LEFT BLANK Augusta Utilities Department Price and Payment Procedures 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 20 00-6 WKD Project Number: 201500037.00.AG ./.41- 4 SECTION O1 21 00 MEASUREMENT AND PAYMENT PROVIDED BY AUGUSTA UTILITIES DEPARTMENT This section describes the methods by which measurement will be made of quantities for which payment will be made for the project. It is the intention of this section that payment will be made for those items listed in the Bid Schedule only. All items of work not specifically listed in the Bid Schedule shall be included in the prices for the various items listed on the bid schedule. ITEMS W-1(A-Z)-All piping line items shall be measured in linear feet and shall include costs for piping and installation, locating wire, locating tape,normal joints and gaskets,trench excavation,trench protection,dewatering,bedding material, asphalt cutting,normal backfill,pressure and leakage testing, pipe sterilization,bacteriological testing, and flushing.AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS W-2(A-Z)-All piping line items shall be measured in linear feet and shall include costs for piping and installation, locating wire, locating tape,restrained joints and gaskets,trench excavation, trench protection, dewatering,bedding material, asphalt cutting,normal backfill,pressure and leakage testing,pipe sterilization,bacteriological testing, and flushing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-3(A-Z)-Jack and bore line items shall be measured in linear feet and shall include costs for casing piping, field lok gasket carrier piping, and installation. Shall also include costs for bore pit excavation,trench protection,dewatering,bedding material, asphalt cutting, end seals,casing spacers, normal backfill,pressure and leakage testing,pipe sterilization,bacteriological testing,and flushing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-4—Miscellaneous pipe fittings shall be measured in pounds of the fitting only and include costs for all water fittings and installation including polywrap and mechanical joint restraint, regardless of material. Miscellaneous Pipe Fittings shall either be Mechanical Joint Fittings and/or Flanged Fitting unless otherwise specified on the plans or contract documents. All mechanical joint fittings shall be installed using approved restraining glands;no separate payment will be made for these restraining glands. Approved adapters shall be used where necessary to provide a transition between pipes and/or fittings of differing outside diameters. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor.No additional payment shall be made for these items. Thrust blocking shall only be utilized, in addition to restraining glands, if specified on plans,when tying-into existing non-restrained pipe, or when approved by AUD Construction Inspector, and will be paid for under pay M-2. ITEM W-5—Fire hydrants shall be measured individually(each)and shall include costs for hydrants, fire hydrant riser,security check valve at the shoe,restrained ductile iron lead pipe, polywrap,valve, valve box,fittings associated with connecting to water main,connection to water main, stone drain bed, soil surface preparation excavation, asphalt/concrete cutting, installation, normal backfill, and testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional 1 OF 10 AUD 32-MEASURE PMT 2016 payment shall be made for these items. ITEMS W-6(A—Z)-All vertical gate valve line items shall be measured individually(each)and shall include costs for frill body ductile iron valves, polywrap, hand wheel where specified,valve boxes/vaults,manholes, concrete collar, excavation, dewatering, asphalt/concrete cutting, all associated fittings, installation,normal backfill, and testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor.No additional payment shall be made for these items. ITEMS W-7(A—Z)-All horizontal gate valve line items shall be measured individually(each)and shall include costs for full body ductile iron valves, polywrap,hand wheel where specified, valve boxes/vaults,manholes, concrete collar, excavation, dewatering, asphalt/concrete cutting, all associated fittings,installation,normal backfill, and testing.AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor.No additional payment shall be made for these items. ITEMS W-8(A—Z)-All butterfly valve line items shall be measured individually(each)and shall include costs for full body ductile iron valves,polywrap hand wheel where specified, valve boxes/vaults,manholes,concrete collar, excavation, dewatering, asphalt/concrete cutting, all associated fittings, installation, normal backfill, and testing.AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS W-9 (A—Z)-All combination air valve, dual air valve, and air and vacuum valve line items shall be measured individually(each) and shall include costs for the specified air valve, brass fittings, copper tubing,PVC fittings,PVC schedule 80 pipe,painted air release pipe with cap, bollards,pipeline marker,manhole, concrete collar,excavation, dewatering, asphalt/concrete cutting,installation, normal backfill, and testing.AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-10-Tapping sleeve and valves shall be measured individually(each)and shall include costs for tapping sleeve,tapping valve, associated hardware,polywrap,valve boxes, concrete collar, temporary plugging/draining of pipeline, excavation, dewatering, asphalt/concrete cutting, installation, normal backfill, and testing.AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-11—Check valves,Actuator valves, and Pressure Reducing Valves shall be measured individually(each)and shall include costs for valves,valve boxes/vaults,manholes, concrete collars, excavation, dewatering, asphalt/concrete cutting, all associated pipe and fittings, installation, normal backfill,and testing. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-12 -All cut-in gate valves shall be measured individually(each) and shall include costs for full body ductile iron valves,valve boxes/vaults,concrete collar, manholes, excavation, dewatering, asphalt/concrete cutting, all associated fittings, installation, normal backfill,and testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-13 (A-Z)—Long side water service connections shall be measured individually(each)and shall include costs for piping, all associated fittings,water meter connection,relocating water meter if necessary, dewatering, asphalt/concrete cutting(including service markings), installation: open cut and/or by torpedo, normal backfill,grassing, and property restoration. This line item shall include the cost of reconnection of any existing services, if required. AUD will coordinate materials testing, and AUD 32-MEASURE PMT 2016 2 OF 10 be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-14 (A-Z)—Short side water service connections shall be measured individually(each)and shall include costs for piping, all associated fittings,water meter connection,relocating water meter if necessary, dewatering,asphalt/concrete cutting(including service markings), installation: open cut and/or by torpedo,normal backfill,grassing, and property restoration. This line item shall include the cost of reconnection of any existing services, if required. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-15-Polyethylene pipe wrap shall be measured in linear feet and shall include costs for pipe wrap materials and installation. Polyethylene pipe wrap shall be 8.0 mils in thickness.No additional payment shall be made for these items. ITEM W-16—Tie-ins to existing lines shall be measured individually(each) and shall include costs for cutting,removal of any needed existing pipe,concrete anchor block with stainless steel rods to the existing line, and abandoning the existing line. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-17—Miscellaneous concrete shall be measured in cubic yards and shall include costs for 3,000 psi concrete,form work,installation, excavation, dewatering, soil stabilization, pipe stabilization,asphalt cutting,and normal backfill.AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-18—Abandon valve shall be measured individually(each)and shall include costs for closing valve, removing valve riser,removing valve collar, removing valve lid, filling with flowable fill or dirt, situational specific. No additional payment shall be made for these items. ITEM W-19—Adjust valve box to grade shall be measured individually (each)and shall include costs for adjusting the height of the riser and the lid, remove and replacing the concrete collar. No additional payment shall be made for these items. ITEM W-20—Adjust water meter to grade shall be measured individually (each) and should only include costs for fill dirt, dirt removal,grassing,and property restoration. No additional pay item shall be made for this item. SANITARY SEWER ITEMS S-1 (A-Z)-All gravity sewer line piping line items shall be measured in linear feet and shall include costs for piping and installation, locating wire,locating tape,trench excavation,trench protection, dewatering, 57 stone, asphalt cutting,normal joints and gaskets,normal backfill, infiltration and exfiltration testing, and mandrel pulling. CCTV camera inspection will be performed by the Augusta Utilities Department. Lines will not be approved or accepted until the Augusta Utilities Department's Project Manager approves all testing results. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS S-2 (A-Z)-All force main sewer line piping line items shall be measured in linear feet and shall include costs for piping and installation, locating wire,locating tape,trench excavation,trench protection,dewatering,bedding material, asphalt cutting,normal joints and gaskets,normal backfill, air testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. AUD 32-MEASURE PMT 2016 3 OF 10 ITEMS S-3 (A-Z)-All force main sewer line piping line items shall be measured in linear feet and shall include costs for piping and installation, locating wire,trench excavation,trench protection, dewatering, bedding material,asphalt cutting,restrained joints and gaskets,welded, fused, normal backfill, air testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-4(A-Z)-Jack and bore line items shall be measured in linear feet and shall include costs for casing piping, field-lok gasket carrier piping, and installation. Shall also include costs for bore pit excavation,trench protection, dewatering, asphalt cutting,end seals, casing spacers,normal backfill, infiltration and exfiltration testing, and mandrel pulling. CCTV camera inspection will be performed by the Augusta Utilities Department. Lines will not be approved or accepted until the Augusta Utilities Department's Project Manager approves all testing results. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-5- Miscellaneous pipe fittings shall be measured in pounds of the fitting only and include costs for all sewer fittings and installation including polywrap and mechanical joint restraint, regardless of material. Miscellaneous Pipe Fittings shall either be Mechanical Joint Fittings and/or Flanged Fitting unless otherwise specified on the plans or contract documents. All mechanical joint fittings shall be installed using approved restraining glands;no separate payment will be made for these restraining glands. Approved adapters shall be used where necessary to provide a transition between pipes and/or fittings of differing outside diameters. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. Thrust blocking shall only be utilized, in addition to restraining glands, if specified on plans, when tying-into existing non-restrained pipe, or when approved by AUD Construction Inspector, and will be paid for under pay Item M-2. ITEMS S-6(A-Z)—Pre-cast manholes shall be measured individually(each)and shall include costs for manholes, ring and cover as specified on the plans,risers, concrete collar, excavation, 57 stone, dewatering, asphalt cutting, collars and boots, grouting and/or other connections, installation,normal backfill, and vacuum testing. 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. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS S-7(A-Z)-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-8(A-Z)—Sanitary sewer exterior manhole joint wrapping shall be measured individually and shall include the costs for wrapping material and installation.No additional payment shall be made for these items. ITEMS S-9(A-Z)—Sanitary sewer interior protective coating shall be measured by the vertical foot of manhole and shall include the costs for coating material and installation. No additional payment shall be made for these items. ITEM S-10—Outside drop piping shall be measured individually(each)and shall include the costs for all piping,fittings,joint restraints,brick dam, and 57 stone. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. AUD 32-MEASURE PMT 2016 4 OF 10 ITEM S-11—Dog house/connector manholes shall be measured individually (each) and shall include the costs for excavation, 57 stone,dewatering, asphalt cutting,pipe cutting and removal,collars and boots, grouting and/or other connections, installation,normal backfill, and vacuum testing as specified. The costs for the manhole ring and cover as specified on the plans,risers,and concrete collar shall be included within this line item. Additional depth manhole sections shall be included within the appropriate manhole line item 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. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-12-Sanitary sewer manhole tie-ins shall be measured individually (each)and shall include costs for cutting/coring of existing manholes,collars, rubber boots, any required gaskets, concrete collar,excavation, dewatering, soil stabilization, asphalt cutting, and normal backfill. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-13-Sanitary sewer service connections shall be measured individually (each) and shall include costs for 6-inch PVC piping, concrete collar or precast concrete valve ring,PVC twist-off plug, mainline wye, 6"wye, cleanout,plug, excavation, dewatering, asphalt/concrete cutting(including service markings), installation,normal backfill, and property restoration. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-14-Concrete pipe encasement shall be measured in cubic yards and shall include costs for concrete,reinforcing steel when specified or detailed,form work,installation,excavation, dewatering, soil stabilization,pipe stabilization, asphalt cutting, and normal backfill.No additional payment shall be made for these items. ITEM S-15—Water main crossings shall be measured individually(each) and shall include costs for pipe cutting,excavation,ductile iron water piping, connection sleeves, normal backfill,and property restoration. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-16—Polyethylene pipe encasement shall be measured in linear feet and shall include costs for pipe wrap materials and installation. Polyethylene pipe wrap shall be 8.0 mils in thickness.No additional payment shall be made for these items. ITEM S-17-Cut and plug sewers shall be measured in cubic yards and shall include costs for cutting of existing pipelines,plugging of existing pipelines with flowable fill, excavation, dewatering, asphalt/concrete cutting, and normal backfill. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-18—Abandon manhole shall be measured individually(each)and shall include costs for removing the cone,filling the trough with flowable fill,and filling the remainder of the manhole with select fill or flowable fill, situation specific. No additional payment shall be made for these items. ITEM S-19 —Adjust manhole to grade shall be measured individually (each) and shall include costs for adjusting the height of the riser, manhole ring and cover, remove and replacing the concrete collar. No additional payment shall be made for these items. ITEM S-20—Miscellaneous concrete shall be measured in cubic yards and shall include costs for 3,000 psi concrete, form work, installation, excavation, dewatering, soil stabilization,pipe 5 OF 10 AUD 32-MEASURE PMT 2016 stabilization,asphalt cutting,and normal backfill.AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-21—Rehabilitation by means of a Spray-On Geopolymer Lining System shall be measured and paid per linear foot for various pipe sizes and materials. Work shall include all costs associated with: Cleaning of pipes,removing and disposing of all internal solids and debris, preparation of existing pipe, excavating entry and exit pits if necessary,video inspection after cleaning,pipe size verification, bypass pumping related to this work, installation of the lining material, post rehabilitation video, maintenance of traffic, restoration,and all other incidental work necessary for the rehabilitation of the pipe or structures as specified and as shown on the Plans. PAVEMENT STRUCTURES ITEM P-1 -Asphalt overlay shall be measured in square yards and shall include costs for asphalt materials, tack coat, and installation,temporary striping and permanent striping(replaced in kind), and markers(both temporary and permanent). AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-2-Aggregate base(10 ''A"thick) and asphalt patch(2 'A"thick) shall be measured in square yards and shall include costs for all aggregates(regardless of type),2 ''/z"graded aggregate base removal and disposal, bituminous tack coat, asphalt, installation, excavation, removal &disposal of any existing asphalt, 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. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. 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. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. 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-Concrete sidewalk shall be measured in square yards and shall include costs for existing sidewalk removal and disposal, 3000 psi concrete, installation, site preparation, formwork, and finishing. Existing concrete shall be removed to the nearest joint as directed by the project representative. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS P-6-Concrete driveways shall be measured in square yards and shall include costs for existing driveways removal and disposal, 3000 psi concrete, installation, site preparation, formwork, and finishing. Existing concrete shall be removed to the nearest joint as directed by the project representative. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-7—Asphalt driveway replacement shall be measured in square yards and shall include costs for existing asphalt removal and disposal, asphalt,tack coat, installation, site preparation. Existing asphalt shall be removed to the nearest joint as directed by the project representative. AUD will AUD 32-MEASURE PMT 2016 6 OF 10 coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-8-Curb and/or gutter placement shall be measured in linear feet and shall include costs for concrete,installation,site preparation,formwork, and finishing.AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-9-Curb and/or gutter removal and replacement shall be measured in linear feet and shall include costs for removal and disposal of existing concrete curb and/or gutter, concrete, installation, site preparation, formwork, and finishing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-10—Raised edge asphalt curb removal/replacement shall be measured in square yards and shall include costs for removal and disposal of existing asphalt curb, site preparation,tack coat, asphalt, and installation. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-11—Concrete Cap(8"thick) and asphalt patch(2"thick)shall be measured in square yards and shall include costs for select backfill,bituminous tack coat, asphalt, installation,excavation, removal &disposal of any existing asphalt, striping(both temporary and permanent), and markers (both temporary and permanent). The square yardage calculation shall be based upon a standard width of 4' plus the outside diameter of the utility for payment purposes. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-11A—Flowable Fill Cap(8"thick) and asphalt patch(2"thick) shall be measured in square yards and shall include costs for flowable fill,bituminous tack coat, asphalt, installation,excavation, removal &disposal of any existing asphalt, striping(both temporary and permanent),and markers (both temporary and permanent). The square yardage calculation shall be based upon a standard width of 4' plus the outside diameter of the utility for payment purposes. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. MISCELLANEOUS ITEM M-1-Flowable fill shall be measured in cubic yards and shall include costs for all materials, labor, equipment, and excess materials.No additional payment shall be made for these items. ITEM M-2—3000 psi concrete shall be measured in cubic yards and shall include costs for excavation, labor, equipment,formwork, and concrete material placement. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM M-3-Rock excavation shall be measured in cubic yards and shall include costs for blasting, labor, equipment,and material removal and disposal.No additional payment shall be made for these items. ITEM M-4- Select backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation,stockpiling,removal and disposal charges. The volume of material included shall be the actual measured"in-place"volume. The maximum trench width used to calculate the volume will be 7 feet. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be AUD 32-MEASURE PMT 2016 7 OF 10 the responsibility of the contractor. No additional payment shall be made for these items. ITEM M-5-Clearing and grubbing shall be measured in acres and shall include costs for vegetation removal, stockpiling, disposal and any required permitting.No additional payment shall be made for these items. ITEM M-6(A-Z)—Fence removal and replacement shall be measured in linear feet and shall include all costs associated with removal and replacement of the existing fence with new materials of like quality as necessary for water line installation. No additional payment shall be made for these items. ITEM M-7-Fiber Optic Cable shall be measured in linear feet and shall include costs for conduit and installation, locating tape, trench excavation,trench protection, dewatering, asphalt cutting,and normal backfill. No additional payment shall be made for these items. ITEM M-8-No. 57 Bedding Stone shall be measured in cubic yards and shall include costs for the placement,transportation, stockpiling, removal and disposal charges. The volume of material included shall be the actual measured"in-place"volume as furnished and installed where directed by an AUD representative. The maximum trench width used to calculate the volume will be 7 feet. No additional payment shall be made for these items. STORM DRAINAGE ITEM SD-1 -All storm piping line items shall be measured in linear feet for various sizes,materials and bury depths and shall include costs for piping and installation,trench excavation,trench protection, dewatering, bedding, asphalt cutting, normal joints and gaskets, normal backfill,testing, and mandrel pulling. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM SD-2 -Pre-cast and constructed in-place storm structures shall be measured individually(each) and shall include costs for structure, ring and cover as specified on the plans,risers, concrete collar, excavation, bedding,trench protection and dewatering, asphalt cutting, collars and boots, grouting and/or other connections, installation costs,and normal backfill.AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM SD-3 — Line abandonment and plugging of storm/combination sewers shall be measured individually (each) and shall include costs for cutting of existing pipelines, plugging of existing pipelines with flowable fill and/or brick and mortar, excavation, dewatering, asphalt/concrete cutting, and normal backfill.AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. LUMP SUM CONSTRUCTION ITEM LS-1 - Mobilization and demobilization, not exceeding 3%of the total bid price, will be made as a Lump Sum line item payment. Up to half of the line item cost will be allowed in the first progress payment provided that cost documentation suitable to the Engineer is furnished by the Contractor. Any outstanding balance will be made at the final progress payment. ITEM LS-2 —Bonds and Insurance, not exceeding 1.5% of the total bid price, will be made as a Lump Sum line item payment. Up to full payment of the line item cost will be allowed in the first progress payment provided that cost documentation suitable to the Engineer is furnished by the Contractor. Any outstanding balance will be made in any subsequent progress payment. AUD 32-MEASURE PMT 2016 8 OF 10 ITEM LS-3 - Traffic control will be made as a Lump Sum line item payment measured as a percentage of the contract time completed. Items include furnishing, installation and maintenance of temporary signage, barriers, barrels, cones, enclosures and fencing, lighting, flagmen, coordination with governing authority and any other accepted means of traffic control as shown on the plans. ITEM LS-4-Removal and resetting of signage and traffic signals will be made as a Lump Sum line item payment measured as completed work at the time of progress payment. Items include all costs, including coordination with governing authority, associated with removal and replacement of any existing signage and/or traffic signals back to a condition equal to or better than prior to construction. ITEM LS-5-Erosion and sediment control will be made as a Lump Sum line item payment measured as a percentage of the contract time completed. Items include installation and maintenance of temporary silt fence, baled straw or gravel checks, temporary sediment basins, erosion control matting and blankets, mulching, sediment tubes and bags, and any other accepted means of erosion control as shown on the plans. ITEM LS-6 — Utility relocating will be made as a Lump Sum line item payment measured as a percentage of completed work at the time of progress payment. The lump sum cost for coordination and relocation of the specified existing utility line shall include all costs associated with: coordination with the utility owner as necessary to complete the relocation, adherence to rules, regulations, specifications and procedures set forth by utility owner, obtaining all required permits and paying associated fees, shoring and trench support, removal and disposal of material, excavation as necessary for relocation of existing utility, temporary utility service and rerouting as necessary, backfilling and compaction after completion of relocate, and all other related and necessary materials,work and equipment required to relocate the existing utility. ITEM LS-7 — Permanent grassing will be made as a Lump Sum line item payment measured as a percentage of completed work at the time of progress payment. Items include costs for installation, seed, soil preparation, watering, lime and fertilizer, protective mulching and matting, hydro-seeding, mowing, and maintenance to specified time limit. No additional payment shall be made for these items. ITEM LS-8 — Bypass pumping will be made as a Lump Sum line item payment measured as a percentage of completed work at the time of progress payment if field conditions warrant bypass pumping. Cost shall include furnishing all labor,equipment,time,materials,pumps,piping and other appurtenances as necessary to divert sewer around the work area for the duration of the project. ALLOWANCES ITEM A-1 - Landscaping, if approved by an AUD representative through a Work Directive, will include costs for products, furnishing and delivery, installation, labor, insurance, payroll, taxes, bonding, profit, equipment rental, overhead, trees, shrubbery, irrigation appurtenances, soil preparation, watering, lime and fertilizer, protective mulching and matting, and landscaping maintenance to specified time limit and any additional items identified in the Work Directive. Scope of Work and costs will be negotiated between the Owner and Contractor prior to the issuance of the Work Directive AUD 32-MEASURE PMT 2016 9 OF 10 THIS PAGE INTENTIONALLY LEFT BLANK AUD 32-MEASURE PMT 2016 10 OF 10 SECTION 01 30 00 ADMINISTRATIVE REQUIREMENTS PART 1 GENERAL 1.1 SECTION INCLUDES A. Coordination. B. Field engineering. C. Preconstruction meeting. D. Progress meetings. E. Pre-installation meetings. F. Cutting and patching. 1.2 COORDINATION A. Coordinate scheduling, submittals, and Work of various specification sections to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Verify utility requirements and characteristics of operating equipment are compatible with existing utilities. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service, operating equipment. C. Coordinate space requirements, supports, and installation of mechanical and electrical Work indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit,as closely as practicable;place runs parallel with lines of building. Utilize spaces efficiently to maximize accessibility for other installations,for maintenance, and for repairs. D. In finished areas except as otherwise indicated, conceal pipes, ducts,and wiring within construction. Coordinate locations of fixtures and outlets with finish elements. E. Coordinate completion and clean-up of Work of separate sections in preparation for Substantial Completion and for portions of Work designated for Owner's occupancy or partial occupancy. F. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents,to minimize disruption of Owner's activities. 1.3 FIELD ENGINEERING A. Employ Land Survey licensed in State of Project location. Augusta Utilities Department Administrative Requirements 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 30 00-1 WKD Project Number: 201500037.00.AG B. Locate and protect survey control and reference points. Promptly notify Engineer of discrepancies discovered. C. Control datum for survey is that indicated on Drawings. D. Submit copy of an as-built survey sealed and signed by Land Surveyor certifying elevations and locations of the Work are in conformance with Contract Documents. E. Maintain complete and accurate log of control and survey work as Work progresses. F. Protect survey control points prior to starting site work;preserve permanent reference points during construction. G. Promptly report to Engineer loss or destruction of reference point or relocation required because of changes in grades or other reasons. H. Replace dislocated survey control points based on original survey control. Make no changes without prior written notice to Engineer. 1.4 PRECONSTRUCTION MEETING A. Owner will schedule meeting after Contract time starts to run. B. Attendance Required: Owner, Engineer, and Contractor. C. Agenda: 1. Execution of Owner-Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of Subcontractors,list of products, schedule of values, and progress schedule. 5. Designation of personnel representing parties in Contract,Engineer, independent testing firm. 6. Procedures and processing of field decisions, submittals, and substitutions, applications for payments, proposal requests, Change Orders, and Contract closeout procedures. 7. Scheduling. D. Engineer will record minutes and distribute copies within two days after meeting to participants, with two copies to Engineer, Owner, Contractor, and those affected by decisions made. 1.5 PROGRESS MEETINGS A. Owner will make arrangements for meetings,prepare agenda with copies for participants,preside at meetings and administer meetings. B. Schedule: Throughout progress of the Work at maximum interval of monthly. Meet more often if Work dictates need. Augusta Utilities Department Administrative Requirements 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 30 00-2 WKD Project Number: 201500037.00.AG C. Attendance Required: Job superintendent,major subcontractors and suppliers, Owner, Engineer, and others as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations,problems, and decisions. 4. Identification of problems impeding planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off-site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Owner will record minutes and distribute copies within three days after meeting to participants, with copies to Engineer, Contractor, and those affected by decisions made. 1.6 PRE-INSTALLATION MEETINGS A. When required in individual specification sections, convene pre-installation meetings at Project site prior to commencing work of specific Section. B. Require attendance of parties directly affecting, or affected by,Work of specific Section. C. Notify Owner and Engineer four days in advance of meeting date. D. Prepare agenda and preside at meeting: 1. Review conditions of installation, preparation and installation procedures. 2. Review coordination with related work. E. Record minutes and distribute copies within two days after meeting to participants,with two copies to Engineer, Owner, and those affected by decisions made. PART 2 PRODUCTS-Not Used PART 3 EXECUTION 3.1 CUTTING AND PATCHING A. Employ skilled and experienced installer to perform cutting and patching. B. Submit written request in advance of cutting or altering elements affecting: 1. Structural integrity of element. Administrative Requirements Augusta Utilities Department O1 30 00-3 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements WKD Project Number: 201500037.00.AG 2. Integrity of weather-exposed or moisture-resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight exposed elements. 5. Work of Owner or separate contractor. C. Execute cutting, fitting, and patching including excavation and fill,to complete Work,and to: 1. Fit the several parts together,to integrate with other Work. 2. Uncover Work to install or correct ill-timed Work. 3. Remove and replace defective and non-conforming Work. 4. Remove samples of installed Work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and electrical Work. D. Execute work by methods to avoid damage to other Work, and to provide proper surfaces to receive patching and finishing. E. Cut masonry and concrete materials using masonry saw or core drill. F. Cut pavements using concrete saw. G. Restore Work with new products in accordance with requirements of Contract Documents. H. Refinish surfaces to match adjacent finishes. For continuous surfaces,refinish to nearest intersection; for assembly,refinish entire unit. I. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. J. Maintain integrity of wall, ceiling, or floor construction; completely seal voids. K. At penetrations of fire rated walls,partitions, ceiling, or floor construction, completely seal voids with fire rated material,to maintain original fire rating. L. Identify hazardous substances or conditions exposed during the Work to Engineer for decision or remedy. END OF SECTION Augusta Utilities Department Administrative Requirements 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 30 00-4 WKD Project Number: 201500037.00.AG SECTION 01 32 16 CONSTRUCTION PROGRESS SCHEDULE PART 1 GENERAL 1.1 SECTION INCLUDES A. Submittals. B. Quality assurance. C. Format for network analysis schedules. D. Bar chart schedules. E. Review and evaluation. F. Updating schedules. G. Distribution. 1.2 SUBMITTALS A. Within 10 days after date established in Notice to Proceed, submit proposed preliminary schedule defining planned operations for the entire duration of Work. B. Submit updated schedules with each Application for Payment. C. Submit schedules under transmittal letter form specified in Section 01 33 00 - Submittal Procedures. D. Schedule Updates: 1. Overall percent complete, projected and actual. 2. Completion progress by listed activity and sub-activity,to within five working days prior to submittal. 3. Changes in Work scope and activities modified since submittal. 4. Delays in submittals or resubmittals,deliveries, or Work. 5. Adjusted or modified sequences of Work. 6. Other identifiable changes. 7. Revised projections of progress and completion. E. Narrative Progress Report: 1. Submit with each monthly submission of Progress Schedule. 2. Summary of Work completed during the past period between reports. 3. Work planned during the next period. 4. Explanation of differences between summary of Work completed and Work planned in previously submitted report. Augusta Utilities Department Construction Progress Schedule 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 32 16- 1 WKD Project Number: 201500037.00.AG 5. Current and anticipated delaying factors and estimated impact on other activities and completion milestones. 6. Corrective action taken or proposed. 1.3 QUALITY ASSURANCE A. Scheduler: Contractor's personnel specializing in scheduling with experience in scheduling construction work of complexity comparable to the Project shall be in charge of preparing the schedule. B. Contractor's Administrative Personnel: Experience in using and monitoring schedules on comparable Projects. 1.4 FORMAT FOR SCHEDULE A. Bar Chart or as approved. B. Scale and Spacing: To allow for notations and revisions. 1.5 BAR CHART SCHEDULES A. Format: Bar chart Schedule,to include at least: 1. Identification and listing in chronological order of those activities reasonably required to complete the Work,including: a. Subcontract Work. b. Major equipment design,fabrication,factory testing, and delivery dates including required lead times. c. Move-in and other preliminary activities. d. Equipment and equipment system test and startup activities. e. Project closeout and cleanup. f. Work sequences, constraints, and milestones. 2. Listings identified by Specification Section number. 3. Identification of the following: a. Horizontal time frame by year, month, and week. b. Duration, early start, and completion for each activity and subactivity. c. Critical activities and Project float. d. Subschedules to further define critical portions of Work. 1.6 REVIEW AND EVALUATION A. Participate in joint review and evaluation of schedules with Architect/Engineer and Owner at each submittal. B. Evaluate Project status to determine Work behind schedule and Work ahead of schedule. C. After review, revise schedules incorporating results of review, and resubmit within 5 days. Augusta Utilities Department Construction Progress Schedule 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 32 16-2 WKD Project Number: 201500037.00.AG 1.7 UPDATING SCHEDULES A. Maintain schedules to record actual start and finish dates of completed activities. B. Indicate progress of each activity to date of revision,with projected completion date of each activity.Update schedules to depict current status of Work. C. Identify activities modified since previous submittal, major changes in Work,and other identifiable changes. D. Upon approval of a Change Order, include the change in the next schedule submittal. E. Indicate changes required to maintain Date of Substantial Completion. F. Submit sorts as required to support recommended changes. G. Prepare narrative report to define problem areas, anticipated delays, and impact on schedule. Report corrective action taken or proposed and its effect. 1.8 DISTRIBUTION A. Following joint review, distribute copies of updated schedules to Architect/Engineer,Owner, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections shown in schedules. PART 2 PRODUCTS—NOT USED PART 3 EXECUTION—NOT USED END OF SECTION Augusta Utilities Department Construction Progress Schedule 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 013216-3 WKD Project Number: 201500037.00.AG THIS PAGE INTENTIONALLY LEFT BLANK Augusta Utilities Department Construction Progress Schedule 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 32 16-4 WKD Project Number: 201500037.00.AG SECTION 01 33 00 SUBMITTAL PROCEDURES PART 1 GENERAL 1.1 SUMMARY A. Section Includes. 1. Submittal procedures. 2. Product data. 3. Shop drawings. 4. Samples. 5. Design data. 6. Test reports. 7. Certificates. 8. Manufacturer's instructions. 9. Manufacturer's field reports. 10. Construction progress schedules. 11. Proposed products list. 12. Erection drawings. 13. Construction photographs. 1.2 SUBMITTAL PROCEDURES A. Submit number of copies Contractor requires, plus two copies Engineer will retain. B. Deliver to Engineer at business address. C. For each submittal for review, allow 15 days excluding delivery time to and from Contractor. D. Transmit each submittal with Engineer accepted form. E. Sequentially number transmittal forms. Mark revised submittals with original number and sequential alphabetic suffix. F. Identify Project, Contractor, subcontractor and supplier,pertinent drawing and detail number, and specification Section number appropriate to submittal. G. Apply Contractor's stamp signed or initialed certifying that review, approval,verification of products required, field dimensions,adjacent construction Work, and coordination of information is in accordance with requirements of the Work and Contract Documents. H. Schedule submittals to expedite Project. Coordinate submission of related items. I. Identify variations from Contract Documents and product or system limitations which may be detrimental to successful performance of completed Work. J. Allow space on submittals for Contractor and Engineer review stamps, approximately 4-inches Submittal Procedures Augusta Utilities Department 01 33 00-1 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements WKD Project Number: 201500037.00.AG square. K. When revised for resubmission, identify changes made since previous submission. L. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report inability to comply with requirements. M. Submittals not requested will not be recognized or processed. 1.3 PRODUCT DATA A. Product Data: Submit to Engineer for review for limited purpose of checking for conformance with information given and design concept expressed in Contract Documents. B. Mark each copy to identify applicable products,models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. C. Indicate product utility and electrical characteristics,utility connection requirements, and location of utility outlets for service for functional equipment and appliances. 1.4 SHOP DRAWINGS A. Shop Drawings: Submit to Engineer for review for limited purpose of checking for conformance with information given and design concept expressed in Contract Documents. B. Indicate special utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. C. When required by individual specification sections, provide shop drawings signed and sealed by professional engineer responsible for designing components shown on shop drawings. 1. Include signed and sealed calculations to support design. 2. Submit drawings and calculations in form suitable for submission to and approval by authorities having jurisdiction. 3. Make revisions and provide additional information when required by authorities having jurisdiction. D. Submit number of copies described in SUBMITTAL PROCEDURES article. 1.5 SAMPLES A. Samples: Submit to Engineer for review for limited purpose of checking for conformance with information given and design concept expressed in Contract Documents. B. Submit number of samples specified in individual specification sections; Engineer will retain one sample. C. Samples For Selection as Specified in Product Sections: 1. Submit to Engineer for aesthetic, color, or finish selection. 2. Submit samples of finishes from full range of manufacturers' standard colors, in custom Augusta Utilities Department Submittal Procedures 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 33 00-2 WKD Project Number: 201500037.00.AG colors selected,textures, and patterns for Engineer selection. D. Submit samples to illustrate functional and aesthetic characteristics of Products with integral parts and attachment devices. Coordinate sample submittals for interfacing work. E. Include identification on each sample with full Project information. F. Reviewed samples which may be used in the Work are indicated in individual specification sections. G. Samples will not be used for testing purposes unless specifically stated in specification section. H. After review, produce duplicates and distribute in accordance with SUBMITTAL PROCEDURES article and for record documents purposes described in Section 01 70 00- Execution and Closeout Requirements. 1.6 DESIGN DATA A. Submit for Engineer's knowledge as contract administrator or for Owner. B. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.7 TEST REPORTS A. Submit for Engineer's knowledge as contract administrator or for Owner. B. Submit test reports for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.8 CERTIFICATES A. When specified in individual specification Sections, submit certification by manufacturer, installation/application subcontractor, or Contractor to Engineer. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product but must be acceptable to Engineer. 1.9 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification Sections, submit printed instructions for delivery, storage, assembly, installation, startup, adjusting, and finishing to Engineer for delivery to Owner. B. Indicate special procedures,perimeter conditions requiring special attention, and special environmental criteria required for application or installation. Submittal Procedures Augusta Utilities Department 01 33 00-3 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements WKD Project Number: 201500037.00.AG 1.10 MANUFACTURER'S FIELD REPORTS A. Submit reports for Engineer's knowledge as contract administrator or for Owner. B. Submit report within 72 hours of observation to Engineer for information. C. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.11 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial schedules within 15 days after date established in Notice to Proceed. After review, resubmit required revised data within 10 days. B. Submit revised Progress Schedules with each Progress Meeting or Application for Payment, but not less than monthly. C. Distribute copies of reviewed schedules to Project site file, subcontractors,suppliers, and other concerned parties. D. Instruct recipients to promptly report, in writing,problems anticipated by projections indicated in schedules. E. Submit computer generated Gantt chart with separate line for each major portion of Work or operation, identifying first work day of each week. F. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate early and late start, early and late finish, float dates, and duration. G. Indicate estimated percentage of completion for each item of Work at each submission. H. Submit separate schedule of submittal dates for shop drawings,product data, and samples. Indicate dates reviewed submittals will be required from Engineer. Indicate decision dates for selection of finishes. I. Indicate delivery dates for Owner furnished products and products identified under Allowances if required. J. Revisions To Schedules: 1. Indicate progress of each activity to date of submittal, and projected completion date of each activity. 2. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. 3. Prepare narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed,and its effect, including effect of changes on schedules of separate contractors. 1.12 PROPOSED PRODUCTS LIST Augusta Utilities Department Submittal Procedures 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 33 00-4 WKD Project Number: 201500037.00.AG A. Within 15 days after date of Notice to Proceed, submit list of major products proposed for use, with name of manufacturer,trade name, and model number of each product. B. For products specified only by reference standards,give manufacturer,trade name, model or catalog designation, and reference standards. 1.13 ERECTION DRAWINGS A. Submit drawings for Engineer's knowledge as contract administrator or for Owner. B. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. C. Data indicating inappropriate or unacceptable Work may be subject to action by Engineer or Owner. 1.14 CONSTRUCTION PHOTOGRAPHS A. Provide photographs of site and construction throughout progress of Work produced by an experienced photographer, acceptable to Engineer. B. Submit photographs monthly or to show milestones of Work. C. Photographs: Two prints; color, glossy; 8 x 10 inch size;mounted on 8-1/2 x 11 inch soft card stock,with left edge binding margin for three-hole punch. D. Take three photographs from differing directions for each section of work indicating relative progress of the Work,three days maximum prior to submitting. E. Take photographs as evidence of existing project conditions. F. Identify each print on front. Identify name of Project, contract number,phase orientation of view, date and time of view, name and address of photographer, and photographer's numbered identification of exposure. G. Deliver negatives to Owner with project record documents. Catalog and index negatives in chronological sequence; include typed table of contents. PART 2 PRODUCTS-Not Used PART 3 EXECUTION-Not Used END OF SECTION Augusta Utilities Department Submittal Procedures 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 33 00-5 WKD Project Number: 201500037.00.AG THIS PAGE INTENTIONALLY LEFT BLANK Augusta Utilities Department Submittal Procedures 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 33 00-6 WKD Project Number: 201500037.00.AG SECTION 01 40 00 QUALITY REQUIREMENTS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Quality control and control of installation. 2. Tolerances. 3. References. 4. Testing and inspection services. 5. Manufacturers' field services. 6. Labeling. 7. Mock-up requirements. 8. Examination. 9. Preparation. 1.2 QUALITY CONTROL AND CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship,to produce Work of specified quality. B. Comply with manufacturers' instructions, including each step in sequence. C. When manufacturers'instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform Work by persons qualified to produce required and specified quality. F. Verify field measurements are as indicated on Shop Drawings or as instructed by manufacturer. G. Secure products in place with positive anchorage devices designed and sized to withstand stresses,vibration,physical distortion, or disfigurement. 1.3 TOLERANCES A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers'tolerances. When manufacturers'tolerances conflict with Contract Documents,request clarification from Engineer before proceeding. C. Adjust products to appropriate dimensions;position before securing products in place. Augusta Utilities Department Quality Requirements 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 40 00- 1 WKD Project Number: 201500037.00.AG 1.4 REFERENCES A. For products or Work specified by association,trades, or other consensus standards, comply with requirements of standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date for receiving Bids, (date of Owner-Contractor Agreement when there are no Bids), except where specific date is established by code. C. Obtain copies of standards where required by product specification sections. D. When specified reference standards conflict with Contract Documents,request clarification from Engineer before proceeding. E. Contractual relationships, duties, and responsibilities of parties in Contract and those of Engineer shall not be altered from Contract Documents by mention or inference otherwise in reference documents. 1.5 TESTING AND INSPECTION SERVICES A. Owner will employ and pay for specified services of an independent firm to perform testing and inspection. B. Independent firm will perform tests,inspections and other services specified in individual specification sections and as required by Engineer. 1. Laboratory: Authorized to operate in State of Project location. 2. Laboratory Staff: Maintain full time registered Engineer and necessary specialists on staff to review services. 3. Testing Equipment: Calibrated at reasonable intervals with devices of accuracy traceable to National Bureau of Standards or accepted values of natural physical constants. C. Testing and inspections may occur on or off project site. Perform off-site testing as required by Engineer or Owner. D. Cooperate with independent firm; furnish samples of materials, design mix, equipment,tools, storage, safe access, and assistance by incidental labor as requested. 1. Notify Engineer and independent firm 24 hours prior to expected time for operations requiring services. 2. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. E. Testing and employment of independent firm does not relieve Contractor of obligation to perform Work in accordance with requirements of Contract Documents. F. Re-testing or re-inspection required because of non-conformance to specified requirements shall be performed by same independent firm on instructions by Engineer. 1. Payment for re-testing or re-inspection will be charged to Contractor by deducting testing charges from Contract Sum/Price. 2. Submit final report indicating correction of Work previously reported as non-compliant. Augusta Utilities Department Quality Requirements 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 40 00-2 WKD Project Number: 201500037.00.AG G. Independent Firm Responsibilities: L Test samples of mixes submitted by Contractor. 2. Provide qualified personnel at site. Cooperate with Engineer and Contractor in performance of services. 3. Perform specified sampling and testing of products in accordance with specified standards. 4. Ascertain compliance of materials and mixes with requirements of Contract Documents. 5. Promptly notify Engineer and Contractor of observed irregularities or non-conformance of Work or products. 6. Perform additional tests required by Engineer. 7. Attend preconstruction meetings and progress meetings. H. Independent Firm Reports: After each test,promptly submit one copy of report to Engineer and Owner; and two copies to Contractor, and authority having jurisdiction. When requested by Engineer,provide interpretation of test results. Include the following: 1. Date issued. 2. Project title and number. 3. Name of inspector. 4. Date and time of sampling or inspection. 5. Identification of product and specifications section. 6. Location in Project. 7. Type of inspection or test. 8. Date of test. 9. Results of tests. 10. Conformance with Contract Documents. I. Limits On Independent Firm: 1. May not release,revoke, alter, or enlarge on requirements of Contract Documents. 2. May not approve or accept any portion of the Work. 3. May not assume duties of Contractor. 4. Has no authority to stop the Work. 1.6 MANUFACTURERS' FIELD SERVICES A. When specified in individual specification sections,require material or product suppliers or manufacturers to provide qualified staff personnel to: 1. Observe site conditions. 2. Observe conditions of surfaces. 3. Review installation and quality of Work. 4. Review start-up of equipment. 5. Review testing, adjusting and balancing of equipment. 6. Initiate instructions when necessary. B. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers'written instructions. 1.7 LABELING A. Attach label from agency approved by authority having jurisdiction for products, assemblies, and systems required to be labeled by applicable code. Augusta Utilities Department Quality Requirements 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 40 00-3 WKD Project Number: 201500037.00.AG B. Label Information: Include manufacturer's or fabricator's identification, approved agency identification, and the following information, as applicable, on each label. 1. Model number. 2. Serial number. 3. Performance characteristics. 1.8 MOCK-UP REQUIREMENTS A. Tests will be performed under provisions identified in this section and identified in respective product specification sections. B. Assemble and erect specified items with specified attachment and anchorage devices,flashings, seals, and finishes. C. Accepted mock-ups shall be comparison standard for remaining Work. D. Where mock-up has been accepted by Engineer and is specified in product specification sections to be removed;remove mock-up and clear area when directed to do so by Engineer. PART 2 PRODUCTS-Not Used PART 3 EXECUTION 3.1 EXAMINATION A. Verify existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Verify existing substrate is capable of structural support or attachment of new Work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. D. Verify utility services are available, of correct characteristics, and in correct locations. 3.2 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying new material or substance in contact or bond. END OF SECTION Augusta Utilities Department Quality Requirements 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 40 00-4 WKD Project Number: 201500037.00.AG SECTION 01 43 13 REFERENCES GENERAL 1.1 SECTION INCLUDES A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1. Quality assurance. 2. Schedule of references. 1.2 RELATED SECTIONS A. Document—General Conditions: Reference Standards. 1.3 QUALITY ASSURANCE A. For products or workmanship specified by association,trades, or Federal Standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. 1. Applicable Codes: a. BOCA National Building Code. b. The National Electrical Code,NFPA 70. c. The Life Safety Code,NFPA 101. B. Obtain copies of standards when required by product specification sections. C. Maintain copy at jobsite during submittals,planning, and progress of the specific work, until Substantial Completion. D. Should specified reference standards conflict with Contract Documents,request clarification from Engineer before proceeding. E. The contractual relationship of the parties to the Contract shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.4 SCHEDULE OF REFERENCES Augusta Utilities Department References 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 43 13- 1 WKD Project Number: 201500037.00.AG AA ACGIH Al Aluminum Association American Conference of Asphalt Institute 900 19th St., NW Governmental Research Park Drive Washington, DC 20006 Industrial Hygienists P.O. Box 14052 www.aluminum.orq 1330 Kemper Meadow Dr. Suite Lexington, KY 40512-4052 (202) 862-5100 600 "nww.aonhoNnstituta.unn Cincinnati, Ohio 45240 (606)288-4960 AABC www.acqih.orq Associated Air Balance Council (513)742-2020 AISC 1518 K St., NW American Institute of Steel Washington, DC 20005 ACI Construction "pww.oabuhq.00m American Concrete Institute One East Wacker Dr., Suite (202) 737-0202 P.O. Box 9094 8100 Farmington Hills, MI 48333 Chicago, IL 60601-2001 AAMA www.aci-int.orq www.aisc.orq American Architectural (248) 848-3700 (312)670-2400 Manufacturers Association 1827 Walden Office Sq., Suite ADC AISI 104 Air Diffusion Council American Iron and Steel Institute Schaumburg, IL 60173'4268 104 South Michigan Ave., Suite 1101 17NGL. NW, Suite 13OO www.aamanet.orq 1500 Washington, DC 20036 (847) 303-5664 Chicago, IL 60603 www.steel.orq (312)201-0101 (202)452-7100 AASHTO (800)277-3850 American Association of State ADSC Highway and Transportation The International Association of AITC Officials Foundation Drilling American Institute of Timber 444 North Capitol St., NW, Suite 9696 Skillman 5/reet, Suite 280 Construction 249 DaUma, TX 75243 7012 S. Revere Pxwy, Suite 140 Washington, DC 20001 www.adsc-iafd.com Englewood, CO 80112 www.aashto.orq (214)681-5994 vpww.oitc' |u|am.orn (202)624-5800 (303)792-9559 (800) 231-3475 AF&PA American Forest and Paper AMCA ABMA Association Air Movement and Control American Bearing Manufacturers 1111 19th St., NW, Suite 800 Association International, Inc. Association vvaxhington. DC 20036 30 W. University Dr. 1200 19th St., NW, Suite 300 "m^w.afandpa.orq Arlington Heights, IL 60004-1893 Washington, DC 20036'2422 (202)463-2700 www.amca.orq www.abma-dc.orq (847)394-0150 (202)429-5155 AHA American Hardhoard Association 1210 W. Northwest Hwy Palatine, IL 60067 (847) 934-8800 Augusta Utilities Department References 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 43 13-2 WKD Project Number: 201500037.004o ANSI ARRA ASTM American National Standards Asphalt Recycling and ASTM International Institute Reclaiming Association 100 Barr Harbor Dr. 1819 L. Street, N.W. #3 Church Circle, PMB 250 West Conshohocken, PA 19428- Washington, DC 20036 Annapolis, MD 21401 2959 www.ansi.orq www.arra.orq www.astm.orq (202)293-8020 (410)267-0023 (601)832-9585 APA/EWA ASCE AWI APA-The Engineered Wood American Society of Civil Architectural Woodwork Institute Association Engineers 1952 Isaac Newton Sq. West P.O. Box 11700 World Headquarters Reston, VA 20190 Tacoma, WA 98411-0700 1801 Alexander Graham Bell Dr. www.awinet.orq www.apawood.orq Reston, VA 20191-4400 (703)733-0600 (253) 565-6600 www.asce.orq (800) 548-2723 AWPA API (703)295-6300 American Wood-Preservers' American Petroleum Institute Association 1220 L St., NW ASHRAE P.O. Box 5690 Washington, DC 20005-4070 American Society of Heating, Granbury, TX 76049 www.api.orq Refrigerating and Air- www.awpa.com (202)682-8000 Conditioning Engineers (817) 326-6300 1791 Tullie Circle, NE AREMA Atlanta, GA 30329 AWS American Railway Engineering www.ashrae.orq American Welding Society and (800) 527-4723 550 NW LeJeune Rd. Maintenance-of-Way Association (404)636-8400 Miami, FL 33126 8201 Corporate Drive, Suite www.amweld.orq 1125 ASME (800)443-9353 Landover, MD 02785-2230 American Society of Mechanical (305)443-9353 www.arema.org Engineers (301)459-3200 3 Park Ave. A JVA New York, NY 10016-5990 American Water Works ARI wwvv.asme.orq Association Air-Conditioning and (800)843-2763 6666 W. Quincy Ave. Refrigeration Institute Denver, CO 80235 4301 Fairfax Dr., Suite 425 ASSE www.awwa.orq Arlington,VA 22203 American Society of Sanitary (303)794-7711 www.ari.orq Engineering (703) 524-8800 901 Canterbury, Suite A BAAQMD Westlake, OH 44145 Bay Area Air Quality www.asse-plumbinq.orq Management District (440) 835-3040 939 Ellis St. San Francisco, CA 94109 www.baaqmd.qov (417)771-6000 Augusta Utilities Department References 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 43 13-3 WKD Project Number: 201500037.O0.AG CDA C0 DASMA Copper Development Carpet and Rug Institute Door and Access Systems Association Inc. 310 S. Holiday Ave. Manufacturers 260 Madison Ave., 16m Floor Daxon, GA 30722-2048 Association International New York, NY 10016 www.carpet-ruq.com 1300 Summer Avenue www.copper.orq (800)882-8846 Cleveland, OH 44115-2851 (800)232-3282 (706)278-3176 www.dasma.com (212) 251-7200 (216)241-7333 CRS! CGA Concrete Reinforcing Steel DHI Compressed Gas Association Institute The Door and Hardware Institute 1725 Jefferson Davis Hwy, Suite 933 N. Plum Grove Rd. 14150 Newbrook Dr., Suite 200 1004 Schaumburg, IL 60173-4758 Chantilly, VA 20151 Arlington, VA 22202-4102 www.crsi.orq vn^*vdhiorq www.cqanet.com (847) 517-1200 (703)222-2010 (703)412-0900 CSSB DIPRA CISCA Cedar Shake and Shingle Ductile Iron Pipe Research Ceilings and Interior Systems Bureau Association Construction Association P.O. Box 1178 245 Riverchase Parkway East, 1500 Lincoln Hwy, Suite 202 Sumas, WA 98295 Suite 0 St. Charles, IL 60174 www.cedarbureau.orq Birmingham, AL35244 www.cisca.orq (604)462-8961 www.dipra.orq (630)584-1919 (205)402-8700 CS! CISPI Construction Specifications BMA Cast Iron Soil Pipe Institute Institute EIFS Industry Members 5959 Shallowford Rd., Suite 419 99 Canal Center Plaza, Suite Association Chattanooga, TN 37421 300 3000 Corporate Center Dr., vwww.doni.orq Alexandria, VA 22314 Suite 270 (423)892-0137 www.csinet.orq Morrow, GA 30260 (800)689-2900 www.eifsfacts.com CLFMI (800)294-3462 Chain Link Fence Manufacturers CTI (770)968-7945 Institute Cooling Technology Institute 9081 Broken Land Pk°y, Suite 530 Wells Fargo Drive, Suite EPA 300 218 Environmental Protection Cu|umbia, MD 21046 Houstun, TX 77090 Agency v=vw.ohain|inNnfo.orq vmww.cU.mn US EPA/NGCEP (301) 596'2503 (281) 5834087 P.O. Box 42419 Cincinnati, Ohio 45242 "mmw.epa.qnv (800)490-9198 Augusta Utilities Department References 15th Street and Wrightsboro Road Storni&Sanitary Sewer Improvements 0143 /3'4 WKD Project Number: 201500037.00.xm FSC HMMA EPRI Electric Power Research Forest Stewardship Council Hollow Metal Manufacturers Institute 1155 30th St. NW Association 3412 Hillview Avenue Suite 300 Division of NAAMM Palo Alto, California 94304 VVYVVVEPRiCOM Washington, DC 20007 8 South Michigan Ave. Suite (650) 855-8900 www.fscus.orq 1000 (877) 372'5640 Chicago, IL 60603 FAA vwww.naamm.orq Federal Aviation Administration GA (312) 332-0405 800 Independence Ave. SW Gypsum Association Washington, DC 20591 810 First St., NE, Suite 510 HPVA vmw*.fao.nov Washington, DC 20002 Hardwood Plywood and Veneer • (202)366-4000 www.usq.com Association www.qypsum.orq P.O. Box 2789 Reston,FIBA (202) 289-5440 es n' VA201S5-070S International Basketball vpw*.hpva.orq Federation GANA (703)435-2900 (Federation Internationale De Glass Association of North Basketball) America IAS 8, Ch. De Blandonnet 2e45 Sn"thwaytVVanamnker International Approval Services `214Vernier/Geneva Dr., Suite A U.S. Operations Switzerland Top=ma, KS 66614 8501 E. Pleasant Valley Rd. www.fiba.com vwww.n|aooweboite.00m Cleveland, Ohio 44131-5575 (+41-22)545.00.00 (785) 271-0208 vmwwjaenn|ina.orq (216) 524-4990 FM GS FM Global Green Seal ICC Corporate Headquarters. 1001 Connecticut Ave. International Code Council P.O. Box 7500 Suite 827 5203 Leesburg Pike#708 Johnston, RI 02919 Washington, DC 20038'5525 Falls Church, VA 22041 www.fmqlobal.com vmww.gnaenoaotonp www.iccsafe.orq (401)275-3000 (202) 872-6400 (703)931-4533 FS HI IEEE Federal Specification Unit Hydronics Institute Institute of Electrical and General Services Admin. Division of Gas Appliance Electronics Engineers Federal Supply Service Manufacturers Association 3 Park Ave., 17th Floor FSS Acquisition Management 2107 Wilson B|vd., Suite 600 New York, NY 10016'5987 Center Adington, VA 22201 www.ieee.orq Environmental Programs and www.qamanet.orq (212)419-7900 Engineering Policy Division (703) 525-7060 Washington, DC 20406 vmmw.qoo.nnv (703) 305-5682 ReferencesxwuusuohKt�aocpu�mcm 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 43 13-5 WKD Project Number: 20/500037.00.xo IES LPI MSS Illuminating Engineering Society Lightning Protection Institute Manufacturers Standardization of North America J335N. Arlington Heights Rd, Society of the Valve 120 Wall Street, 17N Floor Suite E and Fittings Industry New York, NY 10005 Arlington Heights, IL 60004 127 Park St., NE vmww.ioona.orq vmww.|inNminq.orQ Vienna, VA 22180-4602 (212)248-5000 (800)488-6864 www.mss-hq.com (847)577-7200 (703)281-6613 IGSHPA International Ground Source MBMA NAA Heat Pump Association Metal Building Manufacturers National Arborist Association Oklahoma State University Association Route 101, P.O. Box 1094 499 Cordell South 1300 Sumner Ave. Amkemt, NH 03031-1094 Stillwater, OK74Ur8 Cleveland, OH 44115-2851 vmww.naUadu.00m www.iqshpa.okstate.edu www.mbma.com (800)733-2622 (800)626-4747 (216)241-7333 (003)673'3311 |L| MFMA NAAMM Indiana Limestone Institute of Maple Flooring Manufacturers National Association of America Association Architectural Metal 400 Stone City Bank Building 60 Revere Dr., Suite 500 Manufacturers Bedford, IN 47421 Northbrook, IL 60062 800 Roosevelt Road, Building C. www.iliai.com vmwwmap|eUoncovq Suite 312 (812)275-4426 (847)480-9138 Glen Ellyn, IL 60137 www.naamm.org ISO MIA (630)942-6591 International Organization for Marble Institute of America Standardization 30 Eden Alley, Suite 301 NAAMM 1, rue de Varembé, Case Columbus, OH 43215 North American Association of postale 56 vpxwvmorble'netitute.00m Mirror Manufacturers CH-1211 Geneva 20, (614)228-6194 (Division of GANA) Switzerland 2945 Southwest Wanamaker www.iso.orq MIL Dr., Suite A +41 22 749 01 11 Military Standardization Tupoko, KS 66614 Documents vwww.o|aoo*ebaito.00m KCMA Defense Automated Printing (913)266-7013 Kitchen Cabinet Manufacturers Service Association 700 Robbins Ave., Building 4D NACE 1899 Preston White Dr. Phi|ado|phia, PA 19111-5094 NACE International Reston, VA 20191-5435 www.dodssp.daps.mil 1440 South Creek Drive www.kcma.orq (215)697-2179 Houston, TX 77084 (703)264-1690 www.nace.orq (281)228-6200 Augusta Utilities Department References 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 43 13-6 WKD Project Number: 20100037.00.uG NAIMA NEBB NFHS North American Insulation National Environmental National Federation of State Manufacturers Association Balancing Bureau High School Associations 44 Canal Center P|azu, Suite 8575 Grovemont Circle P.O. Box 690 310 Gaithersburg; MD 20877 Indianapolis, Indiana 46206 Alexandria,VA 22314 www.nebb.orq vmww.nfhs.onn www.naima.orq (301)977-3698 (317)972-6900 (703)684-0084 NECA NFPA NBGQA National Electrical Contractors National Fire Protection National Building Granite Association Association Quarries Association, inc 3 Bethesda Metro Center, Suite One Batterymarch Park 1zzOLSt, NW, Suite 1n0'1Or 1100 P.O. Box 9101 Washington, DC 20005 Bethesda, MD 20814 Quincy, MA 02269-9101 "mww.nbqna.00m www.necanet.orq www.nfpa.orq (800) 557-2848 (301)657-3110 (800) 344-3555 (617)770-3000 NCAA NELMA The National Collegiate Athletic Northeastern Lumber NFRC Association Manufacturers Association National Fenestration Rating 700 W. Washington Street 272 Tuttle Rd. Council P.O. Box 6222 P.O. Box 87A 1300 Spring St., Suite 500 Indianapolis, Indiana 46206- Cumberland Cen*e,, ME 04021 Silver Spring, MD 20910 6222 www.nelma.orq "wwwofro.orq "=vw.noaa.o,q (207) 829-6901 (301) 589-6372 (317) 917-6222 NEMA NIBS NCMA National Electrical National Institute of Building National Concrete Masonry Manufacturers Association Sciences Association 1300 N 17th St., Suite 1847 1090 Vermont Ave., NW, Suite 2302 Horse Pen Rd. Rosslyn, VA 22209 700 Herndon, VA 20171-3499 www.nema.orq Washington, DC 20005-4905 "w*vvnuma.orq (703)841'3200 vwww.nibs.orq (703) 713-1900 (202)289-7800 NETA NCRP International Electrical Testing NIST National Council on Radiation Association National Institute of Standards Protection and Measurement P.O. Box 687 and Technology rS1OvVoodmontAvo.. Suite UO0 106 Stone St. 100 Bureau Dr., MS 2150 Gamesda, MD 20814-3095 Mooiann, CO 80465 Gaithersburg, MD 20899-2150 www.ncrponline.com www.netaworld.orq vp^nv.niut.nov (301)657-2652 (303)697-8441 (301)975-4025 Augusta Utilities Department References 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 43 13-7 WKD Project Number: 201500037»0.xo NLA National Lime Association National Precast Concrete National Utility Contractors 200 North Glebe Rd., Suite 800 Association Association xmngmn. VA 22203 10333 N Meridian St. Ste. 272 4301 North Fairfax Dr., Suite vwww.|ima.orq Indianapolis IN 46290-1081 860 (703) 243-5463 vmww.nneoautorq Arlington, VA 22203-1627 (317) 571-9500 www.nuca.com NLGA (703) 358-9300 National Lumber Grades NRCA Authority National Roofing Contractors PCA #4O5'FimtCapital Pl. Association Portland Cement Association 960 Quayside Dr. OHare International Center 5420 Old Orchard Rd. New Westminster, BC V3M 6G2 10255 W. Higgins Rd., Suite 600 Skokie, IL 60077 CANADA Rosemont, IL 60018 www.cement.orq www.nlqa.orq www.roofonline.orq (847)966-6200 (604) 524-2393 (847)299-9070 PCI NOFMA NSF PnacauKP,extreaoouConce,e National Oak Flooring NSF International Institute Manufacturers Association P.O. Box 130140 209 W. Jackson Blvd. P.O. Box 3009 Ann Arbor, MI 48113-0140 Chicago, IL 60606-6938 Memphis, TN 38173-0009 www.nsf.orq www.pci.orq vmww.nohna.00q (734)769-8010 (312) 786-0300 (901) 526-5016 (800)673-6275 PDCA NOMMA NSPI Painting and Decorating National Ornamental and National Spa and Pool Institute Contractors of America Miscellaneous Metals 2111 Eisenhower Ave. a81JOld Lee Hwy, Suite 3J'B 532 Forest Pkwy., Suite A A|exandrio, VA 22314 Fairfax, VA 22030 Forest Park, GA 30297 www.nespapool.orq www.pdca.com www.nomma.org (703)838-0083 (703)359-0826 (404) 363-4009 NTMA PDI NPCA National Terrazzo and Mosaic Plumbing and Drainage Institute National Paint and Coatings Association 45 Bristol Dr. Association 110 E. Market St., Suite 200-A South Easton, MA 02375 1500 Rhode Island Ave., NW Leesburg, VA 20176 vww*.PD|on|ino.orA Vvashingk/n. DC 20005 www.ntma.com (800)589-8956 www.paint.orq (800) 323'9738 (202)462-6272 (703)779-1022 Augusta Utilities Department References 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 43 13-8 WKD Project Number: 201500037o0.xa PEI SDI SPRI Petroleum Equipment Institute Steel Deck Institute Single Ply Roofing Institute P.O. Box 2380 P.O. Box 25 200 Reservoir St., 309 A Tulsa, OK 74101-2380 Fox River Grove, IL 60021 Needham, MA 02494 www.pei.org www.sdi.orq www.spri.orq (918)494-9696 (847)462-1930 (781)444-0242 PTI SDI SSPC Post Tensioning Institute Steel Door Institute SSPC: The Society for 1717 W. Northern Ave., Suite 30200 Detroit Rd. Protective Coatings 114 Cleveland, OH 44145-1967 40 24th St., 6th Floor Phoenix, AZ 85021 www.steeldoor.orq Pittsburgh, PA 15222-4656 www.post-tensioninq.orq (440) 899-0010 vvww.sspc.orq (602)870-7540 (800)837-8303 SIGMA (412)281-2331 RCSC Sealed Insulating Glass Research Council on Structural Manufacturers Association STI Connections 401 N. Michigan Ave. Steel Tank Institute www.boltcouncil.orq Chicago, IL 60611 570 Oakwood Rd. www.iqmaonline.orq Lake Zurich, IL 60047 RIS (312)644-6610 www.steeltank.com The Redwood Inspection (847)438-8265 Service SJI 630 J Street Steel Joist Institute SWI Eureka, CA 95501 3127 10th Ave., North Ext. Steel Window Institute (707)444-3024 Myrtle Beach, SC 29577-6760 1300 Sumner Ave. (843)626-1995 Cleveland, OH 44115-2851 SCAQMD www.steelwindows.com South Coast Air Quality SMACNA (216)241-7333 Management District Sheet Metal and Air Conditioning 21865 E. Copley Dr. Contractors' SWRI Diamond Bar, CA 91765 National Association Sealant, Waterproofing and www.cypressinfo.orq 4201 Lafayette Center Dr. Restoration Institute (800)288-7664 Chantilly, VA 20151-1209 2841 Main St. (909)396-2000 www.smacna.orq Kansas City, MO 64108 (703) 803-2980 www.swrionline.orq SCMA (816)472-7974 Southern Cypress SPIB Manufacturers Association Southern Pine Inspection TCA 400 Penn Center Blvd.,#530 Bureau Tile Council of America, Inc. Pittsburgh, PA 15235 4709 Scenic Hwy 100 Clemson Research Blvd. www.CV P ressinfo.orq Pensacola, FL 32504-9094 Anderson, S.C. 29625 (877)607-7262 www.spib.orq www.tileusa.com (850)434-2611 (864)646-8453 Augusta Utilities Department References 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 43 13-9 WKD Project Number: 201500037.00.AG TIA/EkA WCLIB Telecommunications Industry West Coast Lumber Inspection Association Bureau /Electronic Industries Alliance P.O. Box 23145 2500 Wilson Blvd., Suite 300 Portland, OR 97281 Arlington, VA 22201 www.wclib.orq www.tiaonline.orq (503)639-0651 (703) 907-7700 WDMA TMS Window and Door Manufacturers The Masonry Society Association 3870 Bruadway, Suite 201-D 1400 E, Touhy Ave., Suite 470 Boulder, CO80JV4'1135 Des Plaines, IL 60018 vmww.manunnmouietv.orq (800)223-2301 (303)939-9700 WH TPI Intertek Testing Services Truss Plate Institute (Warnock Hersey Listed) 583 D'0nohio Dr., Suite 200 3210 American Drive Madison, WI 53719 Mississauga, Ontario www.tpinst.orq Canada L4V183 (608)833-5900 www.intertek-etlsemko.com (905)678-7820 TPI Turfgrass Producers WI International Woodwork Institute 1855-A Hicks Rd. 3188 Industrial Blvd. Rolling Meadows, IL 60008 West Sacramento, CA 95691 vwxw.mdgnseeod.n/g www.woodworkinstitute.com (800)405-8873 (916) 372-9943 (847) 705-9898 �vvPA UL Western Wood Products Underwriters Laboratories Inc. Association 333 Pfingsten Rd. 522 SW 5th Ave., Suite 500 Northbrook, IL 60062'2096 Portland, OR 97204-2122 www.ul.com www.wwpa.orq (847)272-8800 (503)224-3930 USGBC U.S. Green Building Council END OfSECTION 1015 18th St., NW, Suite 805 Washington, DC 20036 vm^mvueqbc.o,q (202)828-7422 Augusta Utilities Department References 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 43 /3' |u WK.D Project Number: 201500037.00.us SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 1.1 SECTION INCLUDES A. Temporary Utilities: 1. Temporary electricity. 2. Temporary lighting for construction purposes. 3. Temporary heating, ventilation, and cooling. 4. Telephone, facsimile, and internet service. 5. Temporary water service. 6. Temporary sanitary facilities. B. Construction Facilities: 1. Contractor's Field offices and sheds. 2. Engineer's Field Office. 3. Project identification. 4. Vehicular access. 5. Parking. 6. Progress cleaning and waste removal. 7. Traffic regulation. 8. Fire prevention facilities. C. Temporary Controls: 1. Barriers. 2. Enclosures and fencing. 3. Security. 4. Water control. 5. Dust control. 6. Erosion and sediment control. 7. Noise control. 8. Pest and rodent control. 9. Pollution control. D. Removal of temporary utilities, facilities, and controls. 1.2 TEMPORARY ELECTRICITY A. Provide and pay for power service required from utility source as needed for construction operation. B. Provide temporary electric feeder from electrical service at location as directed by Owner. Do not disrupt Owner's use of service. C. Complement existing power service capacity and characteristics as required for construction operations. Augusta Utilities Department Temporary Facilities and Controls 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 50 00- 1 WKD Project Number: 201500037.00.AG D. Provide power outlets, with branch wiring and distribution boxes located as required for construction operations. Provide flexible power cords as required for portable construction tools and equipment. E. Provide main service disconnect and over-current protection at convenient location or feeder switch at source distribution equipment. F. Permanent convenience receptacles may not be utilized during construction. 1.3 TEMPORARY LIGHTING FOR CONSTRUCTION PURPOSES A. Provide and maintain lighting for construction operations during non-daylight hours. 1.4 TEMPORARY HEATING VENTILATION AND COOLING A. Provide heating,ventilation, and cooling devices, as needed, to maintain specified conditions for construction operations 1.5 TELEPHONE, FACSIMILE AND INTERNET SERVICE A. Provide,maintain, and pay for telephone, facsimile and internet service to field office and Engineer's field office at time of project mobilization if field offices are to be provided. 1.6 TEMPORARY WATER SERVICE A. For projects not involving the local utility, provide and pay for suitable quality water service as needed to maintain specified conditions for construction operations. Connect to existing water source if available and provide separate metering per utility company requirements. B. Extend branch piping with outlets located so water is available by hoses with threaded connections. Provide temporary pipe insulation to prevent freezing. 1.7 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. Use of any existing facility is not permitted. Provide facilities at time of project mobilization. B. At end of construction,return existing facilities used for construction operations to same or better condition as original condition. 1.8 CONTRACTORS FIELD OFFICES AND SHEDS A. Provide weather tight office with lighting, electrical outlets, heating, cooling and ventilating equipment, and equipped with sturdy furniture drawing rack, and drawing display table. B. Provide space for Project meetings,with table and chairs to accommodate 8 persons. C. Provide separate private office, similarly equipped and furnished, for use of Engineer and Owner. Augusta Utilities Department Temporary Facilities and Controls 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 50 00-2 WKD Project Number: 201500037.00.AG D. Do not use permanent facilities for field offices or for storage without written permission from Owner. Contractor may request from the Owner and Engineer to forego a Contractor's Field Office if there is not adequate room on site or if project size and scope does not necessitate the need. E. Construction: Portable or mobile buildings, or buildings constructed with floors raised above ground, securely fixed to foundations with steps and landings at entrance doors. 1. Construction: Structurally sound, secure,weather tight enclosures for office and storage spaces. Maintain during progress of Work; remove when no longer needed. 2. Temperature Transmission Resistance of Floors, Walls, and Ceilings: Compatible with occupancy and storage requirements. 3. Exterior Materials: Weather resistant,finished in color acceptable to Engineer. 4. Interior Materials in Offices: Sheet type materials for walls and ceilings,pre-finished or painted;resilient floors and bases. 5. Lighting for Offices: 50 ft-C at desk top height, exterior lighting at entrance doors. 6. Interior Materials in Storage Sheds: As required to provide specified conditions for storage of products. F. Environmental Control: 1. Heating, Cooling, and Ventilating for Offices: Automatic equipment to maintain comfort conditions. 2. Storage Spaces: Heating and ventilation as needed to maintain products in accordance with Contract Documents; lighting for maintenance and inspection of products. G. Storage Areas And Sheds: Size to storage requirements for products of individual Sections, allowing for access and orderly provision for maintenance and for inspection of products to requirements of Section 00 21 13—Instructions to Bidders. H. Preparation: Fill and grade sites for temporary structures sloped for drainage away from buildings. I. Installation: Install office spaces ready for construction purposes. J. Construct temporary bridges and culverts to span low areas and allow unimpeded drainage. K. Extend and relocate vehicular access as Work progress requires,provide detours as necessary for unimpeded traffic flow. L. Location as indicated on Drawings or approved by Engineer. M. Provide unimpeded access for emergency vehicles. Maintain 20-foot wide driveways with turning space between and around combustible materials. N. Provide and maintain access to fire hydrants and control valves free of obstructions. O. Provide means of removing mud from vehicle wheels before entering streets. Augusta Utilities Department Temporary Facilities and Controls 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 50 00-3 WKD Project Number: 201500037.00.AG 1.9 ENGINEERS FIELD OFFICE A. None Required. 1.10 PROJECT IDENTIFICATION A. Project Identification Sign: 1. One painted sign of construction, design, and content indicated on Drawings, location as designated. If not shown on the plans then one will not be required. 1.11 VEHICULAR ACCESS A. Construct temporary all-weather access roads from public thoroughfares to serve construction area, of width and load bearing capacity to accommodate unimpeded traffic for construction purposes. B. Construct temporary bridges and culverts to span low areas and allow unimpeded drainage. C. Extend and relocate vehicular access as Work progress requires, provide detours as necessary for unimpeded traffic flow. D. Location as indicated on Drawings or approved by Engineer. E. Provide unimpeded access for emergency vehicles. Maintain 20-foot wide driveways with turning space between and around combustible materials. F. Provide and maintain access to fire hydrants and control valves free of obstructions. G. Provide means of removing mud from vehicle wheels before entering streets. 1.12 PARKING A. Provide temporary gravel surface parking areas to accommodate construction personnel. B. Locate as indicated on Drawings or as approved by Engineer. C. When site space is not adequate,provide additional off-site parking. D. Use of designated existing on-site streets and driveways for construction traffic is not permitted unless approved by the Owner and Engineer. Tracked vehicles not allowed on paved areas unless nature of work requires. E. Use of designated areas of existing parking facilities by construction personnel is not permitted unless approved by the Owner and Engineer. F. Do not allow heavy vehicles or construction equipment in parking areas. G. Do not allow vehicle parking on existing pavement. Augusta Utilities Department Temporary Facilities and Controls 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 50 00-4 WKD Project Number: 201500037.00.AG H. Designate one parking space for Owner and Engineer. I. Permanent Pavements And Parking Facilities: 1. Prior to Substantial Completion,bases for permanent roads and parking areas may be used for construction traffic. 2. Avoid traffic loading beyond paving design capacity.Tracked vehicles not allowed unless nature of work requires. 3. Use of permanent parking structures is not permitted unless approved by the Owner and Engineer. J. Maintenance: 1. Maintain traffic and parking areas in sound condition free of excavated material, construction equipment,products, mud, snow, and ice. 2. Maintain existing and permanent paved areas used for construction; promptly repair breaks, potholes,low areas, standing water, and other deficiencies,to maintain paving and drainage in original, or specified, condition. K. Removal,Repair: 1. Remove temporary materials and construction at Substantial Completion. 2. Remove underground work and compacted materials to depth of 2 feet;fill and grade site as specified. 3. Repair existing or permanent facilities damaged by use,to original or specified condition. L. Mud from Site Vehicles: Provide means of removing mud from vehicle wheels before entering streets. 1.13 PROGRESS CLEANING AND WASTE REMOVAL A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in clean and orderly condition. B. Remove debris and rubbish from pipe chases,plenums, attics, crawl spaces,and other closed or remote spaces,prior to enclosing spaces. C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D. Collect and remove waste materials,debris, and rubbish from site weekly and dispose off-site. E. Open free-fall chutes are not permitted. Terminate closed chutes into appropriate containers with lids. 1.14 TRAFFIC REGULATION A. Signs, Signals, and Devices: 1. Post Mounted and Wall Mounted Traffic Control and Informational Signs: As approved by authority having jurisdiction. 2. Automatic Traffic Control Signals: As approved by local jurisdictions. 3. Traffic Cones and Drums, Flares and Lights: As approved by authority having jurisdiction. Augusta Utilities Department Temporary Facilities and Controls 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 50 00-5 WKD Project Number: 201500037.00.AG 4. Flagperson Equipment: As required by authority having jurisdiction. B. Flag Persons: Provide trained and equipped flag persons to regulate traffic when construction operations or traffic encroach on public traffic lanes. C. Flares and Lights: Use flares and lights during hours of low visibility to delineate traffic lanes and to guide traffic. D. Haul Routes: 1. Consult with authority having jurisdiction, establish public thoroughfares to be used for haul routes and site access. 2. Use haul routes and site access as indicated on Drawings. 3. Confine construction traffic to designated haul routes. 4. Provide traffic control at critical areas of haul routes to regulate traffic,to minimize interference with public traffic. E. Traffic Signs And Signals: 1. Provide signs at approaches to site and on site, at crossroads, detours,parking areas, and elsewhere as needed to direct construction and affected public traffic. 2. Provide, operate, and maintain automatic traffic control signals to direct and maintain orderly flow of traffic in areas under Contractor's control, and areas affected by Contractor's operations. 3. Relocate as Work progresses,to maintain effective traffic control. F. Removal: 1. Remove equipment and devices when no longer required. 2. Repair damage caused by installation. 3. Remove post settings to depth of 2 feet. 1.15 FIRE PREVENTION FACILITIES A. Prohibit smoking with buildings under construction and demolition. Designate area on site where smoking is permitted. Provide approved ashtrays in designated smoking areas. B. Establish fire watch for cutting and welding and other hazardous operations capable of starting fires. Maintain fire watch before, during, and after hazardous operations until threat of fire does not exist. C. Standpipes: Maintain existing standpipes in usable condition to height within one floor of floor being demolished. D. Portable Fire Extinguishers: NFPA 10; 10 pound capacity,4A-60BC UL rating. 1. Provide one fire extinguisher at each stair on each floor of buildings under construction and demolition. 2. Provide minimum one fire extinguisher in every construction trailer and storage shed. 3. Provide minimum one fire extinguisher on roof during roofing operations using heat producing equipment. Augusta Utilities Department Temporary Facilities and Controls 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 50 00-6 WKD Project Number: 201500037.00.AG 1.16 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide barricades and covered walkways required by authorities having jurisdiction for public rights-of-way and for public access to existing building. C. Provide protection for plants designated to remain. Replace damaged plants. D. Protect non-owned vehicular traffic, stored materials, site, and structures from damage. 1.17 ENCLOSURES AND FENCING A. Construction: Contractor's option or as designated on plans. B. When and where indicated,provide fencing of sufficient height around construction site; equip with vehicular and pedestrian gates with locks. 1.18 SECURITY A. Security Program: 1. Protect Work and existing premises from theft,vandalism, and unauthorized entry. 2. Initiate program at project mobilization. 3. Maintain program throughout construction period until Owner acceptance precludes need for Contractor security. 1.19 WATER CONTROL A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. 1.20 DUST CONTROL A. Execute Work by methods to minimize raising dust from construction operations. B. Provide positive means to prevent air-borne dust from dispersing into atmosphere. 1.21 EROSION AND SEDIMENT CONTROL A. Plan and execute construction by methods to control surface drainage from cuts and fills, from borrow and waste disposal areas. Prevent erosion and sedimentation. B. Minimize surface area of bare soil exposed at one time. Augusta Utilities Department Temporary Facilities and Controls 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 50 00-7 WKD Project Number: 201500037.00.AG C. Provide temporary measures including berms, dikes, and drains, and other devices as indicated to prevent water flow. D. Construct fill and waste areas by selective placement to avoid erosive surface silts or clays. E. Periodically inspect earthwork to detect evidence of erosion and sedimentation; promptly apply corrective measures. 1.22 NOISE CONTROL A. Provide methods, means, and facilities to minimize noise produced by construction operations. 1.23 PEST AND RODENT CONTROL A. Provide methods, means, and facilities to prevent pests, insects, and rodents from damaging the Work. 1.24 POLLUTION CONTROL A. Provide methods,means, and facilities to prevent contamination of soil,water, and atmosphere from discharge of noxious,toxic substances, and pollutants produced by construction operations. B. Comply with pollution and environmental control requirements of authorities having jurisdiction. 1.25 REMOVAL OF UTILITIES, FACILITIES,AND CONTROLS A. Remove temporary utilities, equipment, facilities, and materials prior to Substantial Completion inspection. B. Remove underground installations to minimum depth of 2 feet. Grade site as indicated on Drawings. C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing and permanent facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART 2 PRODUCTS -Not Used PART 3 EXECUTION-Not Used END OF SECTION Augusta Utilities Department Temporary Facilities and Controls 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 50 00-8 WKD Project Number: 201500037.00.AG SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS PART 1 GENERAL 1.1 SUMMARY A. Section includes the following: 1. Closeout procedures. 2. Final cleaning. 3. Starting of systems. 4. Demonstration and instructions. 5. Protecting installed construction. 6. Project record documents. 7. Operation and maintenance data. 8. Manual for materials and finishes. 9. Manual for equipment and systems. 10. Spare parts and maintenance products. 11. Product warranties and product bonds. 1.2 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected,and that Work is complete in accordance with Contract Documents and ready for Engineer's review. B. Provide submittals to Engineer required by authorities having jurisdiction. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.3 FINAL CLEANING A. Execute final cleaning prior to final project assessment. B. Clean interior and exterior glass, surfaces exposed to view;remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. C. Clean equipment and fixtures to sanitary condition with cleaning materials appropriate to surface and material being cleaned. D. Replace filters of operating equipment. E. Clean debris from roofs, gutters, downspouts, and drainage systems. F. Clean site; sweep paved areas,rake clean landscaped surfaces. Augusta Utilities Department Execution and Closeout Requirements 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 70 00-1 WKD Project Number: 201500037.O0.AG G. Remove waste and surplus materials,rubbish, and construction facilities from site. 1.4 STARTING OF SYSTEMS A. Coordinate schedule for start-up of various equipment and systems. B. Notify Engineer and Owner seven days prior to start-up of each item. C. Verify each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, and for conditions which may cause damage. D. Verify tests, meter readings, and specified electrical characteristics agree with those required by equipment or system manufacturer. E. Verify wiring and support components for equipment are complete and tested. F. Execute start-up under supervision of applicable manufacturer's representative and Contractors' personnel in accordance with manufacturers' instructions. G. When specified in individual specification Sections,require manufacturer to provide authorized representative to be present at site to inspect, check, and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation. H. Submit a written report in accordance with Section 01 33 00 - Submittal Procedures that equipment or system has been properly installed and is functioning correctly. 1.5 DEMONSTRATION AND INSTRUCTIONS A. Demonstrate operation and maintenance of products to Owner's personnel two weeks prior to date of substantial completion. B. For equipment or systems requiring seasonal operation, perform demonstration for other season within six months. C. Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with Owner's personnel in detail to explain all aspects of operation and maintenance. D. Demonstrate start-up, operation, control, adjustment,trouble-shooting, servicing, maintenance, and shutdown of each item of equipment at agreed time at equipment location. E. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. F. Required instruction time for each item of equipment and system is specified in individual Sections. 1.6 PROTECTING INSTALLED CONSTRUCTION Augusta Utilities Department Execution and Closeout Requirements 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 70 00-2 WKD Project Number: 201500037.00.AG A. Protect installed Work and provide special protection where specified in individual specification sections. B. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. C. Provide protective coverings at walls, projections,jambs, sills, and soffits of openings. D. Protect finished floors, stairs, and other surfaces from traffic, dirt,wear, damage, or movement of heavy objects,by protecting with durable sheet materials. E. Prohibit traffic or storage upon waterproofed or roofed surfaces. When traffic or activity is necessary,obtain recommendations for protection from waterproofing or roofing material manufacturer. F. Prohibit traffic from landscaped areas. 1.7 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed Shop Drawings,Product Data, and Samples. 6. Manufacturer's instruction for assembly, installation, and adjusting. B. Ensure entries are complete and accurate, enabling future reference by Owner. C. Store record documents separate from documents used for construction. D. Record information concurrent with construction progress,not less than weekly. E. Specifications: Legibly mark and record at each product section description of actual products installed,including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and modifications. F. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish first floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract drawings. Augusta Utilities Department Execution and Closeout Requirements 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 70 00-3 WKD Project Number: 201500037.00.AG G. Submit documents to Engineer. 1.8 OPERATION AND MAINTENANCE DATA A. Submit data bound in 8-1/2 x 11 inch(A4)text pages,three D side ring capacity expansion binders with durable plastic covers. B. Prepare binder cover with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS",title of project, and subject matter of binder when multiple binders are required. C. Internally subdivide binder contents with permanent page dividers, logically organized as described below;with tab titling clearly printed under reinforced laminated plastic tabs. D. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings to size of text pages. E. Contents: Prepare Table of Contents for each volume, with each product or system description identified,typed on white paper, in three parts as follows: 1. Part 1: Directory listing names, addresses, and telephone numbers of Engineer, Contractor, Subcontractors, and major equipment suppliers. 2. Part 2: Operation and maintenance instructions arranged by system or process flow and subdivided by specification section. For each category,identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: a. Significant design criteria. b. List of equipment. c. Parts list for each component. d. Operating instructions. e. Maintenance instructions for equipment and systems. f. Maintenance instructions for finishes, including recommended cleaning methods and materials, and special precautions identifying detrimental agents. 3. Part 3: Project documents and certificates, including the following: a. Shop drawings and product data. b. Air and water balance reports. c. Certificates. d. Originals and Photocopies of warranties and bonds. 1.9 MANUAL FOR MATERIALS AND FINISHES A. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Engineer will review draft and return one copy with comments. B. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit documents within ten days after acceptance. Augusta Utilities Department Execution and Closeout Requirements 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 70 00-4 WKD Project Number: 201500037.00.AG C. Submit one copy of completed volumes 15 days prior to final inspection. Draft copy be reviewed and returned after final inspection,with Engineer comments. Revise content of document sets as required prior to final submission. D. Submit two sets of revised final volumes in final form within 10 days after final inspection. E. Building Products,Applied Materials,and Finishes: Include product data,with catalog number, size, composition, and color and texture designations. Include information for reordering custom manufactured products. F. Instructions for Care and Maintenance: Include manufacturer's recommendations for cleaning agents and methods, precautions against detrimental agents and methods, and recommended schedule for cleaning and maintenance. G. Moisture Protection and Weather Exposed Products: Include product data listing applicable reference standards,chemical composition, and details of installation. Include recommendations for inspections, maintenance, and repair. H. Additional Requirements: As specified in individual product Specification Sections. I. Include listing in Table of Contents for design data, with tabbed fly sheet and space for insertion of data. 1.10 MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Engineer will review draft and return one copy with comments. B. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit documents within ten days after acceptance. C. Submit one copy of completed volumes 15 days prior to final inspection. Draft copy be reviewed and returned after final inspection,with Engineer comments. Revise content of document sets as required prior to final submission. D. Submit two sets of revised final volumes in final form within 10 days after final inspection. E. Each Item of Equipment and Each System: Include description of unit or system, and component parts. Identify function,normal operating characteristics, and limiting conditions. Include performance curves,with engineering data and tests, and complete nomenclature and model number of replaceable parts. F. Panelboard Circuit Directories: Provide electrical service characteristics, controls, and communications;typed or by label machine. G. Include color coded wiring diagrams as installed. Augusta Utilities Department Execution and Closeout Requirements 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 70 00-5 WKD Project Number: 201500037.00.AG H. Operating Procedures: Include start-up, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shut-down, and emergency instructions. Include summer,winter, and special operating instructions. I. Maintenance Requirements: Include routine procedures and guide for preventative maintenance and trouble shooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions. J. Include servicing and lubrication schedule, and list of lubricants required. K. Include manufacturer's printed operation and maintenance instructions. L. Include sequence of operation by controls manufacturer. M. Include original manufacturer's parts list,illustrations, assembly drawings,and diagrams required for maintenance. N. Include control diagrams by controls manufacturer as installed. O. Include Contractor's coordination drawings, with color coded piping diagrams as installed. P. Include charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams. Q. Include list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage. R. Include test and balancing reports as specified in Section 01 40 00 -Quality Requirements. S. Additional Requirements: As specified in individual product Specification Sections. T. Include listing in Table of Contents for design data,with tabbed dividers and space for insertion of data. 1.11 SPARE PARTS AND MAINTENANCE PRODUCTS A. Furnish spare parts,maintenance, and extra products in quantities specified in individual Specification Sections. B. Deliver to project site and place in location as directed by Owner; obtain receipt prior to final payment. 1.12 PRODUCT WARRANTIES AND PRODUCT BONDS A. Obtain warranties and bonds executed in duplicate by responsible subcontractors, suppliers, and manufacturers within ten days after completion of applicable item of work. Augusta Utilities Department Execution and Closeout Requirements 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 70 00-6 WKD Project Number: 201500037.00.AG B. Execute and assemble transferable warranty documents and bonds from subcontractors, suppliers, and manufacturers. C. Verify documents are in proper form, contain full information, and are notarized. D. Co-execute submittals when required. E. Include Table of Contents and assemble in three D side ring binder with durable plastic cover. F. Submit prior to final Application for Payment. G. Time of Submittals: 1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within ten days after acceptance. 2. Make other submittals within ten days after Date of Substantial Completion,prior to final Application for Payment. 3. For items of Work for which acceptance is delayed beyond date of substantial completion, submit within ten days after acceptance, listing date of acceptance as beginning of warranty or bond period. PART 2 PRODUCTS-Not Used PART 3 EXECUTION-Not Used END OF SECTION Augusta Utilities Department Execution and Closeout Requirements 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 70 00-7 WKD Project Number: 201500037.00.AG THIS PAGE INTENTIONALLY LEFT BLANK Augusta Utilities Department Execution and Closeout Requirements 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 01 70 00-8 WKD Project Number: 201500037.00.AG SECTION 03 30 00 CAST-IN-PLACE CONCRETE ACI PART 1 GENERAL 1.1 SUMMARY A. Section includes: 1. Formwork and accessories. 2. Shoring,bracing, and anchorage. 3. Reinforcing bars. 4. Welded wire fabric. 5. Inserts and accessories. 6. Cast-in-place concrete. B. Related Sections: 1. Section 31 23 16 -Excavation and Fill: Excavation for Work of this Section. 1.2 REFERENCES A. American Concrete Institute: 1. ACI 117 -Standard Specifications for Tolerances for Concrete Construction and Materials. 2. ACI 301 - Specifications for Structural Concrete. 3. ACI 305 - Hot Weather Concreting. 4. ACI 306.1 - Standard Specification for Cold Weather Concreting. 5. ACI 308.1 - Standard Specification for Curing Concrete. 6. ACI 318 -Building Code Requirements for Structural Concrete. 7. ACI 530.1 - Specifications for Masonry Structures. 8. ACI SP-66 -ACI Detailing Manual. B. American Forest and Paper Association: 1. AF&PA-National Design Specifications for Wood Construction. C. The Engineered Wood Association: 1. APA/EWA PS 1 -Voluntary Product Standard for Construction and Industrial Plywood. D. ASTM International: 1. ASTM A184- Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement. 2. ASTM A496- Standard Specification for Steel Wire,Deformed,for Concrete Reinforcement. 3. ASTM A615 - Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement. 4. ASTM A775 - Standard Specification for Epoxy-Coated Steel Reinforcing Bars. 5. ASTM A884- Standard Specification for Epoxy-Coated Steel Wire and Welded Wire for Reinforcement. 6. ASTM A934- Standard Specification for Epoxy-Coated Prefabricated Steel Reinforcing Bars. Augusta Utilities Department Cast-In-Place Concrete ACI 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 03 30 00- 1 WKD Project Number: 201500037.00.AG 7. ASTM C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. 8. ASTM C33 - Standard Specification for Concrete Aggregates. 9. ASTM C39- Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 10. ASTM C42- Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 11. ASTM C94- Standard Specification for Ready-Mixed Concrete. 12. ASTM C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 13. ASTM C150- Standard Specification for Portland Cement. 14. ASTM C172- Standard Practice for Sampling Freshly Mixed Concrete. 15. ASTM C173 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method. 16. ASTM C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 17. ASTM C260- Standard Specification for Air-Entraining Admixtures for Concrete. 18. ASTM C494- Standard Specification for Chemical Admixtures for Concrete. 19. ASTM C618- Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 20. ASTM C685 - Standard Specification for Concrete Made By Volumetric Batching and Continuous Mixing. 21. ASTM C1017- Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete. 22. ASTM C 1064 - Standard Test Method for Temperature of Freshly Mixed Hydraulic-Cement Concrete. 23. ASTM C1107- Standard Specification for Packaged Dry, Hydraulic-Cement Grout (Nonshrink). 24. ASTM C1218 - Standard Test Method for Water-Soluble Chloride in Mortar and Concrete. 25. ASTM D994- Standard Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type). 26. ASTM D1751 - Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction(Nonextruding and Resilient Bituminous Types). 27. ASTM D1752 - Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction. 28. ASTM D3963 - Standard Specification for Fabrication and Jobsite Handling of Epoxy- Coated Reinforcing Steel Bars. 29. ASTM D6690- Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements. 30. ASTM E96- Standard Test Methods for Water Vapor Transmission of Materials. 31. ASTM E1643 - Standard Practice for Selection, Design, Installation and Inspection of Water Vapor Retarders Used in Contact with Earth or Granular Fill under Concrete Slabs. 32. ASTM E1745 - Standard Specification for Plastic Water Vapor Retarders Used in Contact with Soil or Granular Fill under Concrete Slabs. E. American Welding Society: 1. AWS D1.1 - Structural Welding Code- Steel 2. AWS D1.4- Structural Welding Code- Reinforcing Steel. F. Concrete Reinforcing Steel Institute: Augusta Utilities Department Cast-In-Place Concrete ACI 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 03 30 00-2 WKD Project Number: 201500037.00.AG 1. CRSI-Manual of Standard Practice. 2. CRSI-Placing Reinforcing Bars. G. West Coast Lumber Inspection Bureau: 1. WCLIB - Standard No. 17 Grading Rules for West Coast Lumber. 1.3 PERFORMANCE REQUIREMENTS A. Vapor Retarder Permeance: Maximum 0.3 perm when tested in accordance with ASTM E96, Procedure A. 1.4 SUBMITTALS A. Section 01 33 00- Submittal Procedures: Submittal procedures. B. Product Data: Submit data on joint devices, attachment accessories, and admixtures. C. Shop Drawings: Indicate bar sizes, spacing, locations, and quantities of reinforcing steel and welded wire fabric, bending and cutting schedules, and supporting and spacing devices. D. Certificates: Submit AWS qualification certificate for welders employed on the Work. E. Manufacturer's Certificate: Certify products meet or exceed specified requirements. 1. Submit certified copies of mill test report of reinforcement materials analysis. F. Concrete Design Data: 1. Submit a concrete mix design for each concrete strength. Submit separate mix designs when admixtures are required for the following: a. Hot and cold weather concrete work. b. Air entrained concrete work. 2. Identify mix ingredients and proportions, including admixtures. 3. Identify chloride content of admixtures and whether or not chloride was added during manufacture. G. Manufacturer's Installation Instructions: Submit installation procedures and interface required with adjacent Work. H. Project Record Documents: Accurately record actual locations of embedded utilities and components concealed from view in finished construction. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with ACI 301. B. For wood products furnished for work of this Section,comply with AF&PA. C. Prepare shop drawings in accordance with ACI SP-66. D. Conform to ACI 305 when concreting during hot weather. Augusta Utilities Department Cast-In-Place Concrete ACI 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 03 30 00-3 WKD Project Number: 201500037.00.AG E. Conform to ACI 306.1 when concreting during cold weather. F. Acquire cement and aggregate from one source for Work. 1.6 QUALIFICATIONS A. Welders: AWS qualified within previous 12 months. 1.7 ENVIRONMENTAL REQUIREMENTS A. Maintain concrete temperature after installation at minimum 50 degrees F for minimum 7 days. B. Maintain high early strength concrete temperature after installation at minimum 50 degrees F for minimum 3 days. 1.8 COORDINATION A. Coordinate placement of joint devices with erection of concrete formwork and placement of form accessories. 1.9 DELIVERY, STORAGE,AND HANDLING A. Section 00 21 13 —Instructions to Bidders: Products storage and handling requirements. B. Deliver void forms and installation instructions in manufacturer's packaging. Store off ground in ventilated and protected manner to prevent deterioration from moisture. PART 2 PRODUCTS 2.1 WOOD FORM MATERIALS A. Softwood Plywood: APA/EWA PS 1, C Grade, Group 2. B. Lumber Forms: 1. Application: Use for edge forms and unexposed finish concrete. 2. Boards: 6 inches or 8 inches in width, ship lapped or tongue and groove, "Standard"Grade Douglas Fir, conforming to WCLIB Standard Grading Rules for West Coast Lumber. Surface boards on four sides. C. Plywood Forms: 1. Application: Use for exposed finish concrete. 2. Forms: Conform to PS 1;full size 4 x 8 feet panels; each panel labeled with grade trademark of APA/EWA. 3. Plywood for Surfaces to Receive Membrane Waterproofing: Minimum of 5/8-inch thick; APA/EWA "B-B Plyform Structural I Exterior"grade. 4. Plywood where"Smooth Finish"is required, as indicated on Drawings: APA/EWA"HD Overlay Plyform Structural I Exterior"grade, minimum of 3/4-inch thick. Augusta Utilities Department Cast-In-Place Concrete ACI 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 03 30 00-4 WKD Project Number: 201500037.00.AG 2.2 PREFABRICATED FORMS A. Manufacturers: 1. Aluma-Systems Inc.,Burke Co. 2. Economy Forms Corp. 3. Molded Fiber Glass Concrete Forms Co. 4. Perma Tubes. 5. Sonoco Products Co. 6. Symons Corp. Product Western Forms,Inc. 7. Product Substitutions: Equal per Section 00 21 13—Instructions to Bidders. B. Preformed Steel Forms: Minimum 16 gage matched,tight fitting,stiffened to support weight of concrete without deflection detrimental to tolerances and appearance of finished surfaces. C. Glass Fiber Fabric Reinforced Plastic Forms: Matched,tight fitting, stiffened to support weight of concrete without deflection detrimental to tolerances and appearance of finished concrete surfaces. D. Pan Type: Steel or glass fiber of size and profile required. E. Tubular Column Type: Round, spirally wound laminated fiber material; surface treated with release agent,non-reusable, sizes as indicated on Drawings. F. Void Forms: Moisture resistant treated paper faces, biodegradable, structurally sufficient to support weight of wet concrete mix until initial set;4 inches thick. G. Steel Forms: Sheet steel, suitably reinforced and designed for particular use indicated on Drawings. H. Form Liners: Smooth, durable, grainless, and non-staining hardboard, unless otherwise indicated on Drawings. I. Framing, Studding,and Bracing: Stud or No. 3 structural light framing grade. 2.3 ARCHITECTURAL FORM LINERS A. Architectural Form Liners: As indicated on Drawings. 2.4 FORMWORK ACCESSORIES A. Form Ties: Removable type, adjustable length,with waterproofing washer, free of defects capable of leaving holes larger than 1 inch in concrete surface,and leaving no metal within 1 inch of exposed surface. B. Spreaders: Standard non-corrosive metal form clamp assembly of type acting as spreaders and leaving no metal within 1 inch of concrete face. Wire ties,wood spreaders, or through bolts are not permitted. C. Form Anchors and Hangers: Augusta Utilities Department Cast-In-Place Concrete ACI 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 03 30 00-5 WKD Project Number: 201500037.00.AG 1. Do not use anchors and hangers exposed concrete leaving exposed metal at concrete surface. 2. Symmetrically arrange hangers supporting forms from structural steel members to minimize twisting or rotation of member. 3. Penetration of structural steel members is not permitted. D. Form Release Agent: Colorless mineral oil that will not stain concrete or absorb moisture or impair natural bonding or color characteristics of coating intended for use on concrete. 1. Manufacturers: a. Areal Chemical Corporation,Areal-80. b. Industrial Synthetics Company, Synthex. c. Nox-Crete Company,Nox-Crete Form Coating. d. Substitutions: Section 00 21 13 - Instructions to Bidders. E. Corners exposed to view: Fillet and Chamfer; rigid plastic or wood strip type; 3/4 x 3/4 inch size; maximum possible lengths. F. Vapor Retarder: Where indicated on Drawings, 6 mil thick polyethylene sheet. G. Bituminous Joint Filler: ASTM D1751. H. Nails, Spikes, Lag Bolts, Through Bolts,Anchorages: Size, strength, and character to maintain formwork in place while placing concrete. I. Water Stops: Polyvinyl chloride,minimum 1,750 psi tensile strength, minimum 50 degrees F to plus 175 degrees F working temperature range, width as shown on Drawings,maximum possible lengths, ribbed profile,preformed corner sections, heat welded jointing. 2.5 REINFORCEMENT A. Deformed Reinforcement: ASTM A615; 60 ksi yield strength, steel bars, unfinished or epoxy coated finish as indicated on Drawings. B. Welded Deformed Steel Bar Mats: ASTM A184; fabricated from ASTM A615 60 ksi yield strength, steel bars, unfinished or epoxy coated finish as indicted on Drawings. C. Steel Welded Wire Reinforcement, Plain, for Concrete: ASTM A185; in flat sheets or coiled rolls; unfinished or epoxy coated finish as indicated on Drawings. 2.6 REINFORCEMENT ACCESSORIES A. Tie Wire: Minimum 16 gage annealed type, epoxy coated. B. Chairs, Bolsters,Bar Supports, and Spacers: Sized and shaped for strength and support of reinforcement during concrete placement conditions including load bearing pad on bottom to prevent vapor retarder puncture. C. Special Chairs, Bolsters, Bar Supports, Spacers Adjacent to Weather Exposed Concrete Surfaces: Plastic-coated steel type; size and shape to meet Project conditions. Augusta Utilities Department Cast-In-Place Concrete ACI 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 03 30 00-6 WKD Project Number: 201500037.00.AG D. Reinforcing Splicing Devices: Exothermic welding type or mechanical threaded type; full tension and compression; sized to fit joined reinforcing. E. Epoxy Coating Patching Material: Type as recommended by coating manufacturer. 2.7 REINFORCEMENT FABRICATION A. Fabricate concrete reinforcement in accordance with ACI 301. B. Form standard hooks for 180 degree bends, 90 degree bend, stirrup and tie hooks; and seismic hooks as indicated on Drawings. C. Form reinforcement bends with minimum diameters in accordance with ACI 301. D. Fabricate column reinforcement with offset bends at reinforcement splices. E. Form spiral column reinforcement from minimum 3/8-inch diameter continuous deformed bar or wire. F. Form ties and stirrups from the following: 1. For bars No. 10 and Smaller: No. 3 deformed bars. 2. For bars No. 11 and Larger: No.4 deformed bars. G. Weld reinforcement in accordance with AWS D1.4. H. Epoxy-Coated Reinforcement: Clean surfaces,weld and re-protect welded joint in accordance with CRSI. I. Locate reinforcement splices not indicated on Drawings, at point of minimum stress. Review location of splices with Engineer. 2.8 SHOP FINISHING A. Epoxy Coated Finish for Steel Bars: ASTM A775; ASTM A934 if coating is applied after fabrication. B. Epoxy Coated Finish for Steel Wire: ASTM A884, Class A using ASTM A775; ASTM A934 if coating is applied after fabrication. 2.9 SOURCE QUALITY CONTROL A. Section 01 40 00 - Quality Requirements: Testing, inspection, and analysis requirements. B. When fabricator is approved by authority having jurisdiction, submit certificate of compliance indicating Work performed at fabricator's facility conforms to Contract Documents. Specified shop tests are not required for Work performed by approved fabricator. Augusta Utilities Department Cast-In-Place Concrete ACI 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 03 30 00-7 WKD Project Number: 201500037.00.AG 2.10 CONCRETE MATERIALS A. Cement: ASTM C 150, Type I—Normal, Type IA-Air Entraining,Type II—Moderate, Type IIA -Air Entraining, or Type V- Sulfate Resistant Portland type. B. High Early Strength Cement: ASTM C 150, Type III or Type III—Air Entraining only when indicated on Drawings. C. Normal Weight Aggregates: ASTM C33. 1. Coarse Aggregate Maximum Size: In accordance with ACI 301. D. Water: ACI 301;potable,without deleterious amounts of chloride ions. 2.11 CONCRETE ADMIXTURES A. Manufacturers: 1. Degussa Admixtures,Inc. (Master Builders). 2. Euclid Chemical Co. 3. Fritzpak Concrete Admixtures Co. 4. Grace Construction Products. 5. Larsen Products Corp. 6. L&M Construction Chemicals. 7. Sika Chemical Co. 8. W. R. Meadows Inc. 9. Substitutions: Section 00 21 13 -Instructions to Bidders. B. Air Entrainment: ASTM C260. C. Chemical: ASTM C494: 1. Type A- Water Reducing. 2. Type B—Retarding. 3. Type C—Accelerating. 4. Type D- Water Reducing and Retarding. 5. Type E- Water Reducing and Accelerating. 6. Type F - Water Reducing, High Range. 7. Type G-Water Reducing, High Range and Retarding. D. Fly Ash: ASTM C618, Class F or C. E. Plasticizing: ASTM C1017, Type I-Plasticizing or Type II- Plasticizing and retarding. 2.12 CONCRETE ACCESSORIES A. Bonding Agent: 1. Not exposed to water after placement: Polyvinyl Acetate. 2. Exposed to water after placement: Latex emulsion or epoxy adhesive. B. Vapor Retarder: ASTM E1745 Class A; 6 mil thick clear polyethylene film; type recommended for below grade application. Furnish joint tape recommended by manufacturer. Augusta Utilities Department Cast-In-Place Concrete ACI 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 03 30 00-8 WKD Project Number: 201500037.00.AG C. Non-Shrink Grout: ASTM C1107, Grade A or B; premixed compound consisting of non-metallic aggregate, cement,water reducing and plasticizing agents;capable of developing minimum compressive strength of 4,000 psi in 3 days and 7,000 psi in 28 days. 2.13 JOINT DEVICES AND FILLER MATERIALS A. Joint Filler: ASTM D1751 or ASTM D994;Preformed asphalt impregnated fiberboard or felt, thickness as indicated on Drawings;tongue and groove profile. B. Sealant: ASTM D6690, Type III. 2.14 CONCRETE MIX A. Select proportions for normal weight concrete in accordance with the GDOT Standard Specifications. B. Admixtures: Include admixture types and quantities indicated in concrete mix designs only when approved by Engineer. 1. Use accelerating admixtures in cold weather. Use of admixtures will not relax cold weather placement requirements. 2. Do not use calcium chloride or admixtures containing calcium chloride. 3. Use set retarding admixtures during hot weather. 4. Add air entrainment admixture to concrete mix for work exposed to freezing and thawing or deicing chemicals. 5. For concrete exposed to deicing chemicals, limit fly ash to less than 25 percent of the combined weight of cement and fly ash. C. Ready Mixed Concrete: Mix and deliver concrete in accordance with ASTM C94. D. Site Mixed Concrete: Mix concrete in accordance with ACI 301. 2.15 CURING COMPOUNDS A. Membrane Curing Compound: ASTM C309 Type 1, Class B. 1. Manufacturers: a. Degussa Admixtures, Inc., Confilm. b. Euclid Chemical Co.,Kurez W VOX. c. W. R. Meadows,Inc., 1100-Clear Series. d. Substitutions: Equal per Section 00 21 13 -Instructions to Bidders. B. Water: Potable,not detrimental to concrete. PART 3 EXECUTION 3.1 EXAMINATION A. Section 01 30 00-Administrative Requirements: Coordination and project conditions. Augusta Utilities Department Cast-In-Place Concrete ACI 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 03 30 00-9 WKD Project Number: 201500037.00.AG B. Verify requirements for concrete cover over reinforcement. C. Verify anchors, seats,plates, reinforcement and other items to be cast into concrete are accurately placed,positioned securely, and will not interfere with placing concrete. 3.2 PREPARATION A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent. Remove laitance, coatings, and unsound materials. B. In locations where new concrete is doweled to existing work,drill holes in existing concrete, insert steel dowels and pack solid with epoxy. C. Remove debris and ice from formwork,reinforcement, and concrete substrates. D. Remove water from areas receiving concrete before concrete is placed. E. Earth Forms: 1. Trench earth forms neatly, accurately, and at least 2 inches wider than footing widths indicated on Drawings. 2. Trim sides and bottom of earth forms. 3. Construct wood edge strips at top of each side of trench to secure reinforcing and prevent trench from sloughing. 4. Form sides of footings where earth sloughs. 5. Tamp earth forms firm and clean forms of debris and loose material before depositing concrete. F. Formwork- General: 1. Provide top form for sloped surfaces steeper than 1.5 horizontal to 1 vertical to hold shape of concrete during placement, unless it can be demonstrated that top forms can be omitted. 2. Construct forms to correct shape and dimensions,mortar-tight, braced, and of sufficient strength to maintain shape and position under imposed loads from construction operations. 3. Camber forms where necessary to produce level finished soffits unless otherwise shown on Drawings. 4. Carefully verify horizontal and vertical positions of forms. Correct misaligned or misplaced forms before placing concrete. 5. Complete wedging and bracing before placing concrete. G. Forms for Smooth Finish Concrete: 1. Use steel,plywood or lined board forms. 2. Use clean and smooth plywood and form liners,uniform in size, and free from surface and edge damage capable of affecting resulting concrete finish. 3. Install form lining with close-fitting square joints between separate sheets without springing into place. 4. Use full size sheets of form lines and plywood wherever possible. 5. Tape joints to prevent protrusions in concrete. 6. Use care in forming and stripping wood forms to protect corners and edges. 7. Level and continue horizontal joints. 8. Keep wood forms wet until stripped. Augusta Utilities Department Cast-In-Place Concrete ACI 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 03 30 00- 10 WKD Project Number: 201500037.O0.AG H. Architectural Form Liners: 1. Erect architectural side of formwork first. 2. Attach form liner to forms before installing form ties. 3. Install form liners square and straight,with joints and pattern aligned. 4. Seal form liner joints to prevent grout leaks. 5. Dress joints and edges to match form liner pattern and texture. I. Forms for Surfaces to Receive Membrane Waterproofing: Use plywood or steel forms. After erection of forms,tape form joints to prevent protrusions in concrete. J. Framing, Studding and Bracing: 1. Size framing, bracing, centering,and supporting members with sufficient strength to maintain shape and position under imposed loads from construction operations. 2. Distribute bracing loads over base area on which bracing is erected. 3. When placed on ground,protect against undermining, settlement, or accidental impact. K. Erect formwork, shoring, and bracing to achieve design requirements in accordance with requirements of ACI 301. L. Arrange and assemble formwork to permit dismantling and stripping. Do not damage concrete during stripping. Permit removal of remaining principal shores. M. Obtain Engineer's approval before framing openings in structural members not indicated on Drawings. N. Install fillet and chamfer strips on external corners of exposed corners. O. Install void forms in accordance with manufacturer's recommendations. P. Do not reuse wood formwork with damaged faces or edges for concrete surfaces to be exposed to view. Do not patch formwork. 3.3 APPLICATION-FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturer's recommendations. B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form release agent where concrete surfaces are indicated to receive special finishes or applied coverings that are affected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces coated prior to placement of concrete. D. Reuse and Coating of Forms: Thoroughly clean forms and reapply form coating before each reuse. For exposed work, do not reuse forms with damaged faces or edges. Apply form coating to forms in accordance with manufacturer's specifications. Do not coat forms for concrete indicated to receive"scored finish". Apply form coatings before placing reinforcing steel. Augusta Utilities Department Cast-In-Place Concrete ACI 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 03 30 00- 11 WKD Project Number: 201500037.00.AG 3.4 INSTALLATION- INSERTS,EMBEDDED PARTS,AND OPENINGS A. Install formed openings for items to be embedded in or passing through concrete work. B. Locate and set in place items required to be cast directly into concrete. C. Coordinate with Work of other sections in forming and placing openings, slots, reglets, recesses, sleeves,bolts, anchors, other inserts, and components of other Work. D. Install accessories straight, level, and plumb. Ensure items are not disturbed during concrete placement. E. Install water stops continuous without displacing reinforcement. Heat seal joints watertight. F. Provide temporary ports or openings in formwork where required to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. G. Close temporary openings with tight fitting panels, flush with inside face of forms, and neatly fitted so joints will not be apparent in exposed concrete surfaces. H. Form Ties: 1. Use sufficient strength and sufficient quantity to prevent spreading of forms. 2. Place ties at least 1 inch away from finished surface of concrete. 3. Leave inner rods in concrete when forms are stripped. 4. Space form ties equidistant, symmetrical, and aligned vertically and horizontally unless otherwise shown on Drawings. 5. Set with waterstops. I. Arrangement: Arrange formwork to allow proper erection sequence and to permit form removal without damage to concrete. J. Construction Joints: 1. Install surfaced pouring strip where construction joints intersect exposed surfaces to provide straight line at joints. 2. Just prior to subsequent concrete placement, remove strip and tighten forms to conceal shrinkage. 3. Show no overlapping of construction joints. Construct joints to present same appearance as butted plywood joints. 4. Arrange joints in continuous line straight,true and sharp. K. Embedded Items: 1. Make provisions for pipes, sleeves, anchors, inserts,reglets, anchor slots, nailers, water stops, and other features. 2. Do not embed wood or uncoated aluminum in concrete. 3. Obtain installation and setting information for embedded items furnished under other Specification sections. 4. Securely anchor embedded items in correct location and alignment prior to placing concrete. 5. Verify conduits and pipes, including those made of coated aluminum, meet requirements of ACI 301 for size and location limitations. Augusta Utilities Department Cast-In-Place Concrete ACI 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 03 30 00- 12 WKD Project Number: 201500037.00.AG L. Openings for Items Passing Through Concrete: 1. Frame openings in concrete where indicated on Drawings. Establish exact locations, sizes, and other conditions required for openings and attachment of work specified under other sections. 2. Coordinate work to avoid cutting and patching of concrete after placement. 3. Perform cutting and repairing of concrete required as result of failure to provide required openings. M. Screeds: 1. Set screeds and establish levels for tops of concrete slabs and levels for finish on slabs. 2. Slope slabs to drain where required or as shown on Drawings. 3. Before depositing concrete,remove debris from space to be occupied by concrete and thoroughly wet forms. Remove freestanding water. N. Screed Supports: 1. For concrete over waterproof membranes and vapor retarder membranes,use cradle,pad,or base type screed supports which will not puncture membrane. 2. Staking through membrane is not permitted. O. Cleanouts and Access Panels: 1. Provide removable cleanout sections or access panels at bottoms of forms to permit inspection and effective cleaning of loose dirt, debris, and waste material. 2. Clean forms and surfaces against which concrete is to be placed. Remove chips, saw dust and other debris. Thoroughly blow out forms with compressed air just before concrete is placed. 3.5 FORM CLEANING A. Clean forms as erection proceeds to remove foreign matter within forms. B. Clean formed cavities of debris prior to placing concrete. C. Flush with water or use compressed air to remove remaining foreign matter. Ensure that water and debris drain to exterior through clean-out ports. D. During cold weather,remove ice and snow from within forms. Do not use de-icing salts. Do not use water to clean out forms unless formwork and concrete construction proceed within heated enclosure. Use compressed air or other means to remove foreign matter. 3.6 FORM REMOVAL A. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads or removal has been approved by Engineer. B. Leave forms in place for minimum number of days as specified in ACI 347. C. Loosen forms carefully. Do not wedge pry bars,hammers, or tools against finish concrete surfaces scheduled for exposure to view. Augusta Utilities Department Cast-In-Place Concrete ACI 15th Street and Wrightsboro Road Storm&Sanitary Sewer Lnprovements 03 30 00- 13 WKD Project Number: 201500037.00.AG D. Store removed forms in manner that surfaces to be in contact with fresh concrete will not be damaged. Discard damaged forms. E. Twist ties off, point and patch holes with non-shrink grout within 48 hours of form removal. 3.7 ERECTION TOLERANCES A. Tolerances: Construct formwork to produce completed concrete surfaces within construction tolerances specified in ACI 117. B. Camber slabs and beams in accordance with ACI 301. 3.8 FIELD QUALITY CONTROL A. Section 01 40 00- Quality Requirements: Field inspecting,testing,adjusting, and balancing. B. Inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and that supports, fastenings, wedges,ties,and items are secure. C. Notify Engineer after placement of reinforcing steel in forms but prior to placing concrete. D. Schedule concrete placement to permit formwork inspection before placing concrete. 3.9 PLACEMENT A. Place, support, and secure reinforcement against displacement. Do not deviate from required position beyond specified tolerance. 1. Do not weld crossing reinforcement bars for assembly except as permitted by Engineer. B. Do not displace or damage vapor retarder. C. Accommodate placement of formed openings. D. Space reinforcement bars with minimum clear spacing in accordance with ACI 301. E. Maintain concrete cover around reinforcement as indicated in Drawings with a minimum cover as follows: Reinforcement Location Minimum Concrete Cover Footings and concrete formed against earth 3 inches Concrete exposed to No. 6 bars and larger 2 inches earth or weather No. 5 bars and smaller 1-1/2 inches Supported slabs,walls, No. 14 bars and larger 1-1/2 inches and joists No. 11 bars and smaller 3/4-inch Beams and columns 1-1/2 inches Augusta Utilities Department Cast-In-Place Concrete ACI 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 03 30 00- 14 WKD Project Number: 201500037.00.AG Shell and folded plate No. 6 bars and larger 3/4-inch members No. 5 bars and smaller 1/2-inch F. Splice reinforcing only where indicated on Drawings or approved by Engineer. Splice in accordance with splicing device manufacturer's instructions. 3.10 ERECTION TOLERANCES A. Section 01 40 00- Quality Requirements: Tolerances. B. Install reinforcement within the following tolerances for flexural members,walls, and compression members: Reinforcement Depth Depth Tolerance Concrete Cover Tolerance Greater than 8 inches Plus or minus 3/8-inch Minus 3/8-inch Less than 8 inches Plus or minus 1/2-inch Minus 1/2-inch C. Install reinforcement within the tolerances specified in ACI 530.1 for foundation walls. 3.11 PLACING CONCRETE A. Place concrete in accordance with ACI 301. B. Notify testing laboratory and Engineer minimum 48 hours prior to commencement of operations. C. Ensure reinforcement, inserts, embedded parts, formed expansion,and contraction joints are not disturbed during concrete placement. D. Install vapor retarder under interior slabs on grade in accordance with ASTM E1643. Lap joints minimum 6 inches and seal watertight by taping edges and ends. E. Repair vapor retarder damaged during placement of concrete reinforcing. Repair with vapor retarder material; lap over damaged areas minimum 6 inches and seal watertight. F. Separate slabs on grade from vertical surfaces with 1/2 inch thick joint filler. G. Place joint filler in slab pattern placement sequence. Set top to required elevations. Secure to resist movement by wet concrete. H. Extend joint filler from bottom of slab to within 1/2 inch of finished slab surface. I. Install construction joint devices in coordination with slab pattern placement sequence. Set top to required elevations. Secure to resist movement by wet concrete. J. Install joint device anchors. Maintain correct position to allow joint cover to be flush with floor and wall finish. Augusta Utilities Department Cast-In-Place Concrete ACI 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 03 30 00- 15 WKD Project Number: 201500037.00.AG K. Install joint covers in longest practical length,when adjacent construction activity is complete. L. Deposit concrete at final position. Prevent segregation of mix. M. Place concrete in continuous operation for each panel or section determined by predetermined joints. N. Consolidate concrete. O. Maintain records of concrete placement. Record date, location, quantity, air temperature, and test samples taken. Keep records on site in Contractor's office or file with Engineer. P. Place concrete continuously between predetermined expansion, control, and construction joints. Q. Do not interrupt successive placement; do not permit cold joints to occur. R. Place floor slabs in pattern indicated. S. Saw cut joints prior to concrete set. Thickness and depth as indicated on Drawings T. Screed floors and slabs on grade level,maintaining surface flatness of maximum 1/4 inch in 10 feet. 3.12 SEPARATE FLOOR TOPPINGS A. Prior to placing floor topping,roughen substrate concrete surface and remove deleterious material. Broom and vacuum clean. B. Place required dividers, edge strips,reinforcing and other items to be cast in. C. Apply bonding agent to substrate. D. Place concrete floor toppings to required lines and levels. E. Screed toppings level,maintaining surface flatness of maximum 1/8 inch in 10 feet. 3.13 CONCRETE FINISHING A. Provide formed concrete surfaces to be left exposed smooth rubbed, sand float, or sack rubbed finish as indicated on Drawings. B. Finish concrete floor surfaces in accordance with ACI 301. C. Steel trowel surfaces which are indicated to be exposed. D. In areas with floor drains, maintain floor elevation at walls;pitch surfaces uniformly to drains at 1/8 inch per foot nominal or as indicated on Drawings. Augusta Utilities Department Cast-In-Place Concrete ACI 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 03 30 00- 16 WKD Project Number: 201500037.00.AG 3.14 CURING AND PROTECTION A. Immediately after placement,protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Protect concrete footings from freezing for minimum five days. C. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. D. Cure concrete in accordance with ACI 308.1 using method approved by Engineer. E. Maintain 100 percent coverage over floor slab areas continuously for seven days. 3.15 FIELD QUALITY CONTROL A. Section 00 14 00-Quality Requirements: Field inspecting,testing,adjusting, and balancing. B. Field inspection and testing will be performed by Owner's testing laboratory in accordance with ACI 301. C. Provide free access to Work and cooperate with appointed firm. D. Reinforcement Inspection: 1. Placement Acceptance: Specified and ACI 301 material requirements and specified placement tolerances. 2. Welding: Inspect welds in accordance with AWS Dl.1 [AWS D1.4]. 3. Periodic Placement Inspection: Inspect for correct materials,fabrication, sizes, locations, spacing, concrete cover, and splicing. 4. Continuous Weld Inspection: Inspect reinforcement as required by ACI 301. 5. Periodic Weld Inspection: Other welded connections. E. Concrete Inspections: 1. Continuous Placement Inspection: Inspect for proper installation procedures. 2. Periodic Curing Inspection: Inspect for specified curing temperature and procedures. F. Strength Test Samples: 1. Sampling Procedures: ASTM C 172. 2. Cylinder Molding and Curing Procedures: ASTM C31, cylinder specimens, standard cured or field cured. 3. Sample concrete and make one set of 4 cylinders for every 50 cubic yards or less of each class of concrete placed each day and for every 5,000 square feet of surface area for slabs and walls. 4. When volume of concrete for any class of concrete would provide less than five sets of cylinders,take samples from five randomly selected batches or from every batch when less than five batches are used. G. Field Testing: 1. Slump Test Method: ASTM C143. Augusta Utilities Department Cast-In-Place Concrete ACI 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 03 30 00- 17 WKD Project Number: 201500037.00.AG 2. Air Content Test Method: ASTM C173 or ASTM C231. 3. Temperature Test Method: ASTM C 1064. 4. Measure slump and temperature for each compressive strength concrete sample. 5. Measure air content in air entrained concrete for each compressive strength concrete sample. H. Cylinder Compressive Strength Testing: 1. Test Method: ASTM C39. 2. Test Acceptance: In accordance with ACI 301. 3. Test one cylinder at 7 days. 4. Test one cylinder at 14 days. 5. Test one cylinder at 28 days. 6. Retain one cylinder for testing when requested by Engineer. 7. Dispose remaining cylinders when testing is not required. I. Core Compressive Strength Testing: 1. Sampling and Testing Procedures: ASTM C42. 2. Test Acceptance: In accordance with ACI 301. 3. Drill three cores for each failed strength test from concrete represented by failed strength test. J. Water Soluble Chloride Ion Concentration Test Method: ASTM C1218;tested at 28 days. 1. Maximum Concentration: As permitted by applicable code. K. Maintain records of concrete placement. Record date, location, quantity, air temperature, and test samples taken. 3.16 PATCHING A. Allow Engineer to inspect concrete surfaces immediately upon removal of forms. B. Excessive honeycomb or embedded debris in concrete is not acceptable. Notify Engineer upon discovery. C. Patch imperfections as directed by Engineer in accordance with ACI 301. 3.17 DEFECTIVE CONCRETE A. Defective Concrete: Concrete not conforming to required lines, details, dimensions,tolerances, or specified requirements. B. Repair or replacement of defective concrete will be determined by Engineer. C. Do not patch, fill,touch-up,repair, or replace exposed concrete except upon express direction of Engineer for each individual area. END OF SECTION Augusta Utilities Department Cast-In-Place Concrete ACI 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 03 30 00- 18 WKD Project Number: 201500037.00.AG SECTION 03 60 00 GROUTING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Portland cement grout. 2. Rapid curing epoxy grout. 3. Non-shrink cementitious grout. B. Related Sections: 1. Section 03 30 00 -Cast-In-Place Concrete. 1.2 REFERENCES A. American Concrete Institute: 1. ACI 301 - Specifications for Structural Concrete. 2. ACI 318-Building Code Requirements for Structural Concrete. B. American Society of Testing and Materials: 1. ASTM C33 - Standard Specification for Concrete Aggregates. 2. ASTM C40-Test Method for Organic Impurities in Fine Aggregates for Concrete. 3. ASTM C150- Standard Specification for Portland Cement. 4. ASTM C191 -Test Method for Time of Setting of Hydraulic Cement by Vicat Needle. 5. ASTM C307 -Test Method for Tensile Strength of Chemical-Resistant Mortar,Grouts, and Monolithic Surfacings. 6. ASTM C531 -Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical-Resistant Mortars,Grouts, Monolithic Surfacings, and Polymer Concretes. 7. ASTM C579-Test Method for Compressive Strength of Chemical-Resistant Mortars, Grouts,monolithic Surfacings and Polymer Concretes. 8. ASTM C827 -Test Method for Change in Height at Early Ages of Cylindrical Specimens from Cementitious Mixtures. C. U. S. Army Corps of Engineers Concrete Research Division(CRD): 1. CRD C621 -Non-Shrink Grout. 1.3 SUBMITTALS A. Section 01 33 00- Submittal Procedures: Requirements for submittals. B. Product Data: Submit product data on grout. C. Manufacturer's Installation Instructions: Submit manufacturer's instructions for mixing, handling, surface preparation and placing epoxy type and non-shrink type grouts. D. Manufacturer's Certificate: Certify Products meet or exceed specified requirements. Augusta Utilities Department Grouting 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 03 60 00- 1 WKD Project Number: 201500037.O0.AG 1.4 QUALITY ASSURANCE A. Perform Work in accordance to the Georgia Department of Transportation standards. 1.5 DELIVERY, STORAGE,AND HANDLING A. Deliver grout in manufacturer's unopened containers with proper labels intact. B. Store grout in a dry shelter,protect from moisture. 1.6 ENVIRONMENTAL REQUIREMENTS A. Do not perform grouting if temperatures exceed 90 degrees F. B. Maintain minimum temperature of 40 degrees F before, during, and after grouting, until grout has set. PART 2 PRODUCTS 2.1 PORTLAND CEMENT GROUT MATERIALS A. Portland Cement: ASTM C150, Type I and II. B. Water: 1. Potable; containing no impurities, suspended particles, algae or dissolved natural salts in quantities capable of causing: a. Corrosion of steel. b. Volume change increasing shrinkage cracking. c. Efflorescence. d. Excess air entraining. C. Fine Aggregate: 1. Washed natural sand. 2. Gradation in accordance with ASTM C33 and represented by smooth granulometric curve within required limits. 3. Free from injurious amounts of organic impurities as determined by ASTM C40. D. Mix: 1. Portland cement, sand and water. Do not use ferrous aggregate or staining ingredients in grout mixes. 2.2 RAPID CURING EPDXY GROUT A. Furnish materials in accordance with Georgia Department of Transportation Standard Specifications. Augusta Utilities Department Grouting 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 03 60 00-2 WKD Project Number: 201500037.00.AG B. Rapid Curing Epoxy Grout: High strength,three component epoxy grout formulated with thermosetting resins and inert fillers. Rapid-curing,high adhesion, and resistant to ordinary chemicals, acids and alkalies. 2.3 NON-SHRINK CEMENTITIOUS GROUT A. Furnish materials in accordance with Georgia Department of Transportation Standard Specifications. B. Non-shrink Cementitious Grout: Pre-mixed ready for use formulation requiring only addition of water; non-shrink,non-corrosive, non-metallic,non-gas forming, no chlorides. C. Properties: Certified to maintain initial placement volume or expand after set and meet the following minimum properties when tested in accordance with CRD-C621, for Type D non- shrink grout: Property Test Time Result Setting Time ASTM C191 Initial 2 hours(Approx) Final 3 hours(Approx) Expansion 0.10%- 0.4%Maximum Compressive Strength CRD-C621 1 day 4,000 psi 7 days 7,000 psi 28 days 10,000 psi to 10,800 psi 2.4 FORMWORK A. Refer to the Georgia Department of Transportation Standard Specifications, latest edition. 2.5 CURING A. Prevent rapid loss of water from grout during first 48 hours by use of approved membrane curing compound or with use of wet burlap method. PART 3 EXECUTION 3.1 EXAMINATION A. Section 01 30 00-Administrative Requirements: Verification of existing conditions before starting work. B. Verify areas to receive grout. 3.2 PREPARATION A. Remove defective concrete,laitance,dirt, oil,grease and other foreign material from concrete surfaces by brushing,hammering, chipping or other similar means until sound, clean concrete surface is achieved. Augusta Utilities Department Grouting 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 03 60 00-3 WKD Project Number: 201500037.00.AG B. Rough concrete lightly, but not enough to interfere with placement of grout. C. Remove foreign materials from metal surfaces in contact with grout. D. Align, level and maintain final positioning of components to be grouted. E. Saturate concrete surfaces with clean water; remove excess water, leave none standing. 3.3 INSTALLATION-FORMWORK A. Construct leakproof forms anchored and shored to withstand grout pressures. B. Install formwork with clearances to permit proper placement of grout. 3.4 MIXING A. Portland Cement Grout: 1. Use proportions of 2 parts sand and 1 part cement,measured by volume. 2. Prepare grout with water to obtain consistency to permit placing and packing. 3. Mix water and grout in two steps;pre-mix using approximately 2/3 of water; after partial mixing, add remaining water to bring mix to desired placement consistency and continue mixing 2 to 3 minutes. 4. Mix only quantities of grout capable of being placed within 30 minutes after mixing. 5. Do not add additional water after grout has been mixed. B. Mix and prepare non-shrink cementitious grout in accordance with manufacturer's instructions. 1. Capable of developing minimum compressive strength of 2400 psi in 48 hours and 7000 psi in 28 days. C. Mix grout components in proximity to work area and transport mixture quickly and in manner not permitting segregation of materials. 3.5 PLACING GROUT A. Place grout material quickly and continuously. B. Do not use pneumatic-pressure or dry-packing methods. C. Apply grout from one side only to avoid entrapping air. D. Do not vibrate placed grout mixture, or permit placement when area is being vibrated by nearby equipment. E. Thoroughly compact final installation and eliminate air pockets. F. Do not remove leveling shims for at least 48 hours after grout has been placed. Augusta Utilities Department Grouting 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 03 60 00-4 WKD Project Number: 201500037.00.AG 3.6 CURING A. Immediately after placement,protect grout from premature drying, excessively hot or cold temperatures, and mechanical injury. B. After grout has attained its initial set,keep damp for minimum of 3 days. 3.7 FIELD QUALITY CONTROL A. Section 01 40 00 -Quality Requirements: Field inspecting,testing,adjusting, and balancing. B. Field inspection and testing will be performed in accordance with ACI 301 and under provisions of Section 01 40 00- Quality Requirements. C. Submit proposed mix design to testing firm for review prior to commencement of Work. D. Tests of grout components may be performed to ensure conformance with specified requirements. END OF SECTION Augusta Utilities Department Grouting 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 03 60 00-5 WKD Project Number: 201500037.00.AG THIS PAGE INTENTIONALLY LEFT BLANK Augusta Utilities Department Grouting 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 03 60 00-6 WKD Project Number: 201500037.00.AG SECTION 31 10 00 SITE CLEARING r GENERALUMMARY. Section Includes:1. Removing surface debris. 2. Removing designated paving, curbs, and slabs. 3. Removing designated trees, shrubs, and other plant life. 4. Removing abandoned utilities and structures where indicated. 5. Plugging abandoned utilities and filling abandoned structures where indicated. 6. Protecting plant life and structures designated to remain. . Related Sections:1. Section 31 23 16- Excavation and Fill: Topsoil and subsoil removal,proofrolling. 2. Section 31 23 16.26-Rock Removal. EFERENCESDOT Standard Specifications:1. Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition,published by the Georgia Department of Transportation. UALITY ASSURANCE. Perform Work in accordance with Section 201 and 202 of the latest edition of GDOT Standard Specifications.. Maintain one copy of document on site. . Conform to applicable code for environmental requirements and disposal of debris. 2 PRODUCTS—Not Used.3 EXECUTIONEXAMINATIONA. Section 01 30 00-Administrative Requirements: Verification of existing conditions before starting work.B. Verify existing plant life designated to remain is tagged or identified. a Utilities Department Site Clearing reet and Wrightsboro Road Storm&Sanitary Sewer Improvements 3110 00-1 roject Number: 201500037.00.AG C. Identify waste area or salvage area for placing removed materials when materials are indicated to remain on site. 3.2 PREPARATION A. Call local utility line information service indicated on Drawings not less than three working days before performing Work. 1. Request underground utilities to be located and marked within and surrounding construction areas. 3.3 PROTECTION A. Locate,identify, and protect from damage utilities indicated to remain. B. Protect trees, plant growth, and features designated to remain as final landscaping. C. Protect bench marks and survey control points from damage or displacement. 3.4 CLEARING A. Remove trees and shrubs within areas indicated on Drawings. B. Remove stumps, main root ball,root system, surface rock, and pavements to depth of 12 inches below proposed Subgrade elevation. C. Clear undergrowth and deadwood without disturbing subsoil. 3.5 REMOVAL A. Remove debris, rock, and extracted plant life from site. B. Remove paving, curbs, and site slabs. C. Where indicated on Drawings partially remove paving, curbs, and slabs. Neatly saw cut edges at right angle to surface. D. Remove abandoned utilities. Indicate removal termination point for underground utilities on Record Documents. E. Continuously clean-up and remove waste materials from site. Do not allow materials to accumulate on site. F. Do not burn or bury materials on site unless authorized in writing by authority having jurisdiction. G. Leave site in clean condition. END OF SECTION Augusta Utilities Department Site Clearing 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 10 00-2 WKD Project Number: 201500037.00.AG SECTION 31 23 16 EXCAVATION AND FILL L GENERAL MARY Section Includes: L Excavating topsoil. 2. Excavating subsoil for buildings,pavements, and landscape. 3. Backfilling building perimeter to subgrade elevations. 4. Backfilling site structures to subgrade elevations. 5. Filling under pavements or slabs-on-grade. 6. Undercutting and filling over-excavation. 7. Disposal of excess material. Related Sections: 1. Section 31 10 00 -Site Clearing: Clearing site prior to excavation. 2. Section 31 25 13 -Erosion Controls: Controlling sediment and erosion from Work of this section. 3. Section 31 23 16.13 -Trenching: Excavating and backfilling for utilities. 4. Section 31 23 16.26-Rock Removal. 5. Section 32 91 19-Landscape Grading: Finish grading with topsoil to contours. FERENCES GDOT Standard Specifications:1. Standard Specifications Construction of Transportation Systems,2013 Edition or latest edition, published by the Georgia Department of Transportation. American Association of State Highway and Transportation Officials: 1. AASHTO T180- Standard Specification for Moisture-Density Relations of Soils Using a 4.54-kg(10-1b) Rammer and a 457-mm(18-in.) Drop. ASTM International:1. ASTM D698- Standard Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort(12,400 ft-lbf/ft3 (600 kN-m/m3)). 2. ASTM D1556- Standard Test Method for Density of Soil in Place by the Sand-Cone Method.3. ASTM D1557 - Standard Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort(56,000 ft-lbf/ft3 (2,700 kN-m/m3)). 4. ASTM D2167- Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method.5. ASTM D2419- Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate.6. ASTM D2487 - Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System). tilities Department Excavation and Fill t and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 23 16-ect Number: 201500037.00.AG 7. ASTM D6938—Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods(Shallow Depth). 1.3 SUBMITTALS A. Section 01 33 00- Submittal Procedures: Requirements for submittals. B. Excavation Protection Plan: Describe sheeting, shoring, and bracing materials and installation required to protect excavations and adjacent structures and property; include structural calculations to support plan. C. Dewatering Plan: Describe dewatering methods to be used to keep excavations dry if required. D. Samples: Submit, in air-tight containers, 10-pound sample of each type of fill to testing laboratory. E. Materials Source DOT Approval: Submit certification that aggregate and soil material suppliers are approved by the State Department of Transportation. F. Manufacturer's Certificate: Certify products meet or exceed specified requirements. 1.4 CLOSEOUT SUBMITTALS A. Section 01 70 00-Execution and Closeout Requirements: Requirements for submittals. B. Project Record Documents: Accurately record actual locations of utilities remaining by horizontal dimensions, elevations or inverts, and slope gradients. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with Sections 204,205, 206, 207, 211, 213, 800, 806 and 812 of the GDOT Standard Specifications. B. Maintain one copy of document on site. C. Prepare excavation protection plan under direct supervision of Professional Engineer experienced in design of this Work and licensed in State of Project location. 1.6 PROJECT CONDITIONS A. Excavations adjacent to structures,whether above or below grade, must be completed with care. Contractor shall take all precautions to protect existing underground and/or above ground infrastructure to ensure no damage during construction. Augusta Utilities Department Excavation and Fill 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 23 16-2 WKD Project Number: 201500037.00.AG PART 2 PRODUCTS 2.1 MATERIALS A. Topsoil: Original surface soil typical of the area which is capable of supporting native plant growth. It shall be free of large stones, roots,waste, debris, contamination, or other unsuitable material which might hinder plant growth. B. Subsoil: Clean natural soil with a plasticity index of 15 or less that is free of clay,rock, or gravel lumps larger than 2 inches in any dimension, debris,waste, frozen material, and any other deleterious material that might cause settlement. Suitable material excavated from the site may be used as subsoil fill under optimum moisture conditions. C. Granular Fill: Clean sand, slightly silty sand, or slightly clayey sand having a Unified Soil Classification of SW, SP, SP-SM,or SP-SC. D. Structural Fill: Clean course aggregate Gradation No. 57 conforming to Sections 800 and 806 of the GDOT Standard Specifications. E. Borrow Material: Conform to subsoil requirements. 2.2 ACCESSORIES A. Geotextile Fabric: Non-woven,non-biodegradable, conforming to the Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition,published by the Georgia Department of Transportation. PART 3 EXECUTION 3.1 EXAMINATION A. Section 01 30 00-Administrative Requirements: Verification of existing conditions before starting work. B. Verify survey bench mark and intended elevations for the Work are as indicated on Drawings. C. Verify subdrainage, dampproofing, or waterproofing installation has been inspected. D. Verify underground structures are anchored to their own foundations to avoid flotation after backfilling. E. Verify structural ability of unsupported walls to support loads imposed by fill. 3.2 PREPARATION FOR EXCAVATION A. Call Local Utility Line Information service as indicated on Drawings not less than three working days before performing Work. Augusta Utilities Department Excavation and Fill 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 23 16-3 WKD Project Number: 201500037.00.AG 1. Request underground utilities to be located and marked within and surrounding construction areas. B. Identify required lines, levels, contours, and datum. C. Notify utility company to remove and relocate utilities. D. Protect utilities indicated to remain from damage. E. Protect plant life, lawns,rock outcropping, and other features remaining as portion of final landscaping. F. Protect bench marks, survey control point, existing structures, fences, sidewalks,paving, and curbs from excavating equipment and vehicular traffic. 3.3 TOPSOIL EXCAVATION A. Excavate topsoil from areas to be further excavated,re-landscaped, or regraded without mixing with foreign materials for use in finish grading. B. Do not excavate wet topsoil. C. Stockpile in area designated on site and protect from erosion. D. Remove from site excess topsoil not intended for reuse. 3.4 SUBSOIL EXCAVATION A. Underpin adjacent structures which may be damaged by excavation work. B. Excavate subsoil to accommodate building foundations, structures, slabs-on-grade,paving, landscaping, and construction operations. C. Compact disturbed load bearing soil in direct contact with foundations to original bearing capacity. D. Slope banks with machine to angle of repose or less until shored. E. Do not interfere with 45-degree bearing splay of foundations. F. Grade top perimeter of excavation to prevent surface water from draining into excavation. G. Trim excavation. Remove loose matter. H. Remove lumped subsoil, boulders, and rock up to 1/3 cubic yard measured by volume. Remove larger material as specified in Section 31 23 16.26—Rock Removal. I. Notify Engineer and testing agency of unexpected subsurface conditions. Augusta Utilities Department Excavation and Fill 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 23 16-4 WKD Project Number: 201500037.00.AG J. Correct areas over excavated with granular fill structural fill and compact as required for fill areas. K. Remove excess and unsuitable material from site. L. Repair or replace items indicated to remain damaged by excavation. M. Excavate subsoil from areas to be further excavated, re-landscaped, or regraded. N. Do not excavate wet subsoil or excavate and process wet material to obtain optimum moisture content. O. When excavating through roots, perform Work by hand and cut roots with sharp axe. P. Remove from site excess subsoil not intended for reuse. Q. Benching Slopes: Horizontally bench existing slopes greater than 3:1 to key placed fill material into slope to provide firm bearing. R. Stability: Replace damaged or displaced subsoil as specified for fill. 3.5 SHEETING AND SHORING A. Sheet, shore,and brace excavations to prevent danger to persons, structures,and adjacent properties and to prevent caving, erosion, and loss of surrounding subsoil. B. Support excavations more than 5 feet deep excavated through unstable, loose, or soft material. Provide sheeting, shoring, bracing, or other protection to maintain stability of excavation. C. Design sheeting and shoring to be left in place as part of the completed Work,cut off minimum 18 inches below finished subgrade, or design sheeting and shoring to be removed at completion of excavation work. D. Repair damage caused by failure of the sheeting, shoring, or bracing and for settlement of filled excavations or adjacent soil. E. Repair damage to new and existing Work from settlement,water,or earth pressure or other causes resulting from inadequate sheeting, shoring, or bracing. 3.6 SURFACE WATER CONTROL A. Control and remove unanticipated water seepage into excavation. B. Provide ditches,berms, and other devices to divert and drain surface water from excavation area as specified in Section 31 25 13—Erosion Controls. C. Divert surface water and seepage water within excavation areas into sumps or settling basins prior to pumping water into drainage channels and storm drains. Augusta Utilities Department Excavation and Fill 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 23 16-5 WKD Project Number: 201500037.00.AG 3.7 DEWATERING A. Design and provide dewatering system to permit Work to be completed on dry and stable subgrade. B. Operate dewatering system continuously until backfill is minimum 2 feet above normal ground water table elevation. C. When dewatering system cannot control water within excavation, notify Engineer and stop excavation work. 1. Supplement or modify dewatering system and provide other remedial measures to control water within excavation. 2. Demonstrate dewatering system operation complies with performance requirements before resuming excavation operations. D. Modify dewatering systems when operation causes or threatens to cause damage to new construction, existing site improvements, adjacent property, or adjacent water wells. E. Discharge ground water and seepage water within excavation areas into sumps or settling basins prior to pumping water into drainage channels and storm drains. F. Remove dewatering and surface water control systems after dewatering operations are discontinued. 3.8 PROOF ROLLING A. Proof roll areas to receive fill,pavement and building slabs to identify areas of soft yielding soils. 1. Use loaded tandem-axle pneumatic tired dump truck. 2. Load equipment to maximum 50 tons gross weight and make a minimum of four passes with two passes perpendicular to the others. B. Undercut such areas to firm soil, backfill with granular fill structural fill, and compact to density equal to or greater than requirements for subsequent fill material. C. Do not proof roll or undercut until soil has been dewatered. 3.9 BACKFILLING A. Scarify subgrade surface to depth of 4 inches. B. Compact subgrade to density requirements for subsequent backfill materials. C. Backfill areas to contours and elevations with unfrozen materials. D. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous,wet, frozen, or spongy subgrade surfaces. E. Place fill material in continuous layers and compact in accordance with Schedule at end of this Section. Augusta Utilities Department Excavation and Fill 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 23 16-6 WKD Project Number: 201500037.00.AG F. Employ placement method that does not disturb or damage other work. G. Maintain optimum moisture content of backfill materials to attain required compaction density. H. Support foundation walls and structures prior to backfilling. I. Backfill simultaneously on each side of unsupported foundation walls and structures until supports are in place. J. Slope grade away from building minimum 2 percent slope for minimum distance of 10 feet, unless noted otherwise. K. Make gradual grade changes. Blend slope into level areas. L. Remove surplus backfill materials from site. 3.10 TOLERANCES A. Section 01 40 00-Quality Requirements: Tolerances. B. Top Surface of Backfilling Within Building and Paved Areas: Plus or minus 1 inch from required elevations. C. Top Surface of Backfilling Within Landscape Areas: Plus or minus 2 inches from required elevations. 3.11 PROTECTION A. Prevent displacement or loose soil from falling into excavation; maintain soil stability. B. Protect bottom of excavations and soil adjacent to and beneath foundation from freezing. C. Protect structures,utilities, and other facilities from damage caused by settlement,lateral movement, undermining,washout, and other hazards created by earth operations. D. Repair or replace items indicated to remain damaged by excavation or filling. 3.12 FIELD QUALITY CONTROL A. Section 01 40 00-Quality Requirements: Independent laboratory,field inspecting,testing, adjusting, and balancing. B. Request visual inspection of bearing surfaces by Engineer and inspection agency before installing subsequent work. C. Laboratory Material Tests: In accordance with ASTM D1557 or AASHTO T180. D. In-Place Compaction Tests: In accordance with the following: 1. Density Tests: ASTM D1556,ASTM D2167, or ASTM D6938. Augusta Utilities Department Excavation and Fill 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 23 16-7 WKD Project Number: 201500037.00.AG 2. Moisture Tests: ASTM D6938. E. When tests indicate Work does not meet specified requirements,remove Work, replace, and retest. F. Frequency of Tests: 1. Building and Pavement Areas: Twice per lift for every 5,000 square feet. 2. Underground Utilities: Once per lift spaced every 100 linear feet. 3. Landscape Areas: Twice per lift for every 10,000 square feet. END OF SECTION Augusta Utilities Department Excavation and Fill 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 23 16-8 WKD Project Number: 201500037.O0.AG SECTION 31 23 16.13 TRENCHING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Excavating trenches for utilities and utility structures. 2. Bedding. 3. Backfilling and compacting to subgrade elevations. 4. Sheeting and Shoring. 5. Dewatering. 6. Compacting backfill material. B. Related Sections: 1. Section 31 23 16-Excavation and Fill: Topsoil and subsoil removal from site surface. 2. Section 31 23 16.26- Rock Removal: Removal of rock found during excavating. 3. Section 31 25 13—Erosion Controls: Controlling sediment and erosion from Work of this section. 4. Section 33 11 16—Site Water Utility Distribution Piping: Water piping and appurtenances. 5. Section 33 31 00 - Sanitary Utility Sewerage Piping: Sanitary sewer piping and bedding. 6. Section 33 41 00- Storm Utility Drainage Piping: Storm sewer piping and bedding. 1.2 REFERENCES A. American Association of State Highway and Transportation Officials: 1. AASHTO T180- Standard Specification for Moisture-Density Relations of Soils Using a 4.54-kg(10-1b)Rammer and a 457-mm(18-in.)Drop. B. ASTM International: 1. ASTM D698 - Standard Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort(12,400 ft-lbf/ft3 (600 kN-m/m3)). 2. ASTM D1556- Standard Test Method for Density of Soil in Place by the Sand-Cone Method. 3. ASTM D1557 - Standard Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort(56,000 ft-lbf/ft3 (2,700 kN-m/m3)). 4. ASTM D2167 - Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method. 5. ASTM D2487—Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System). 6. ASTM D6938—Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods(Shallow Depth). C. GDOT Standard Specifications: 1. Standard Specifications Construction of Transportation Systems,2013 Edition or latest edition,published by the Georgia Department of Transportation. Trenching Augusta Utilities Department 31 23 r6.ch 1 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements WKD Project Number: 201500037.00.AG 1.3 DEFINITIONS A. Utility: Any buried pipe, duct, conduit,or cable. B. Utility Structures: Manholes, catch basins,inlets,valve vaults, hand holes, and other utility access structures as indicated on Drawings. C. Trench Terminology: 1. Foundation: Area under bottom of trench supporting bedding. 2. Bedding: Fill placed under utility pipe. 3. Haunching: Fill placed from bedding to center line of pipe. 4. Initial Backfill: Fill place from center line to 6 to 12 inches above top of pipe. 5. Final Backfill: Fill placed from initial backfill to subgrade. 1.4 SUBMITTALS A. Section 01 33 00- Submittal Procedures: Requirements for submittals. B. Excavation Protection Plan: Describe sheeting, shoring, and bracing materials and installation required to protect excavations and adjacent structures and property; include structural calculations to support plan. Prepare excavation protection plan under direct supervision of Professional Engineer experienced in design of this Work and licensed in the State in which the work is performed. C. Dewatering Plan if required: Describe methods of dewatering and disposal of water. D. Product Data: Submit data for geotextile fabric indicating fabric and construction. E. Samples: Submit to testing laboratory, in air-tight containers, 10-pound sample of each type of fill. F. Materials Source: Submit name of imported fill material suppliers. G. Manufacturer's Certificate: Certify products meet or exceed specified requirements. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with the Standard Specifications Construction of Transportation Systems,2013 Edition or latest edition,published by the Georgia Department of Transportation. B. Maintain one copy of document on site. 1.6 FIELD MEASUREMENTS A. Verify field measurements prior to fabrication. 1.7 COORDINATION A. Section 01 30 00 -Administrative Requirements: Coordination and project conditions. Augusta Utilities Department Trenching 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 23 16.13-2 WKD Project Number: 201500037.00.AG B. Verify Work associated with lower elevation utilities is complete before placing higher elevation utilities. PART 2 PRODUCTS 2.1 BACKFILL MATERIALS A. Subsoil Fill: Clean natural soil with a plasticity index of 15 or less that is free of clay,rock, or gravel lumps larger than 2 inches in any dimension; debris;waste; frozen material; and any other deleterious material that might cause settlement. Suitable material excavated from the site may be used as subsoil fill under optimum moisture conditions. B. Granular Fill: Clean sand, slightly silty sand, or slightly clayey sand having a Unified Soil Classification of SW, SP, SP-SM or SP-SC. C. Foundation Stone: Clean course aggregate Gradation No. 57 conforming to Sections 800 and 806 of the Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition,published by the Georgia Department of Transportation. D. Bedding and Haunching Material: 1. Rigid Pipe: Granular Fill. 2. Flexible Pipe: Foundation Stone. E. Bedding for Structures: Foundation Stone. F. Initial Backfill to 6 inches Minimum Above Utility: 1. Rigid Pipe: Subsoil Fill. 2. Flexible Pipe: Foundation Stone. G. Final Backfill to Subgrade: 1. Under Pavement: Granular Fill. 2. Under Landscape: Subsoil Fill. 2.2 ACCESSORIES A. Geotextile Fabric: Non-woven, non-biodegradable conforming to the Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition, published by the Georgia Department of Transportation. B. Concrete: Class AA-1 Concrete conforming to Section 500 of the GDOT Standard Specifications. 1. Compressive strength of 4,000 psi at 28 days. 2. Air entrained. 3. Water cement ratio of 0.44. 4. Slump Lower Limits 2 inches.Upper Limits of 4 inches. 5. Minimum cement content of 675 lbs per cubic yard. Augusta Utilities Department Trenching 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 23 16.13-3 WKD Project Number: 201500037.00.AG PART 3 EXECUTION 3.1 PREPARATION A. Call local utility line information service indicated on Drawings not less than three working days before performing Work. 1. Request underground utilities to be located and marked within and surrounding construction areas. B. Identify required lines, levels, contours, and datum locations. C. Protect plant life, lawns,rock outcropping, and other features remaining as portion of final landscaping. D. Protect bench marks, existing structures, fences, sidewalks,paving, and curbs from excavating equipment and vehicular traffic. E. Maintain and protect above and below grade utilities indicated to remain. F. Establish temporary traffic control and detours when trenching is performed in public right-of- way. Relocate controls and reroute traffic as required during progress of Work. 3.2 LINES AND GRADES A. Excavate to lines and grades indicated on Drawings. 1. Owner reserves right to make changes in lines, grades, and depths of utilities when changes are required for Project conditions. B. Use laser-beam instrument with qualified operator to establish lines and grades. 3.3 TRENCHING A. Excavate subsoil required for utilities. B. Remove lumped subsoil, boulders, and rock up of 1/3 cubic yard, measured by volume. Remove larger material as specified in Section 31 23 16.26—Rock Removal. C. Perform excavation within 48 inches of existing utility service in accordance with utility's requirements. D. Do not advance open trench more than 200 feet ahead of installed pipe. E. Remove water or materials that interfere with Work. F. Trench Width: Excavate bottom of trenches maximum 16 inches wider than outside diameter of pipe or as indicated on Drawings. G. Excavate trenches to depth indicated on Drawings. Provide uniform and continuous bearing and support for bedding material and pipe. Augusta Utilities Department Trenching 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 23 16.13-4 WKD Project Number: 201500037.00.AG H. Maintain vertical faces to an elevation equal to 12 inches above top of pipe. 1. When Project conditions permit, side walls may be sloped or benched above this elevation. 2. When side walls cannot be sloped,provide sheeting and shoring to protect excavation as specified in this Section. I. Support Utilities and Structures: 1. Keep trench width at top of trench to practical minimum to protect adjacent or crossing utility lines 2. Support utilities crossing trench by means acceptable to utility company. 3. Do not interfere with 45-degree bearing splay of foundations. 4. Provide temporary support for structures above and below ground. J. When subsurface materials at bottom of trench are loose or soft,excavate to firm subgrade or to depth directed by Engineer. 1. Cut out soft areas of subgrade not capable of compaction in place. 2. Backfill with foundation stone and compact to density equal to or greater than requirements for subsequent backfill material. K. Trim Excavation: Hand trim for bell and spigot pipe joints where required. Remove loose matter. L. Correct areas over excavated areas with compacted backfill as specified for authorized excavation or replace with fill concrete as directed by Engineer. M. Place geotextile fabric over trench foundation stone prior to placing subsequent bedding materials. 3.4 SHEETING AND SHORING A. Sheet, shore, and brace excavations to prevent danger to persons, structures, and adjacent properties and to prevent caving, erosion, and loss of surrounding subsoil. B. Support trenches more than 5 feet deep excavated through unstable, loose, or soft material. Provide sheeting, shoring,bracing, or other protection to maintain stability of excavation. C. Design sheeting and shoring to be removed at completion of excavation work unless approved by Engineer. D. Repair damage caused by failure of the sheeting, shoring, or bracing and for settlement of filled excavations or adjacent soil. E. Repair damage to new and existing Work from settlement,water, or earth pressure or other causes resulting from inadequate sheeting, shoring, or bracing. 3.5 SURFACE WATER CONTROL A. Control and remove unanticipated water seepage into excavation. B. Provide ditches,berms, and other devices to divert and drain surface water from excavation area as specified in Section 31 25 13 —Erosion Controls. Augusta Utilities Department Trenching 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 23 16.13-5 WKD Project Number: 201500037.00.AG C. Divert surface water and seepage water within excavation areas into sumps or settling basins prior to pumping water into drainage channels and storm drains. 3.6 DEWATERING A. Design and provide dewatering system to permit Work to be completed on dry and stable subgrade. B. Operate dewatering system continuously until backfill is minimum 2 feet above normal ground water table elevation. C. When dewatering system cannot control water within excavation,notify Engineer and stop excavation work. 1. Supplement or modify dewatering system and provide other remedial measures to control water within excavation. 2. Demonstrate dewatering system operation complies with performance requirements before resuming excavation operations. D. Modify dewatering systems when operation causes or threatens to cause damage to new construction, existing site improvements, adjacent property, or adjacent water wells. E. Discharge ground water and seepage water within excavation areas into sumps or settling basins prior to pumping water into drainage channels and storm drains. F. Remove dewatering and surface water control systems after dewatering operations are discontinued. 3.7 BEDDING,HAUNCHING,AND INITIAL BACKFILL A. Place bedding full width of trench to the depth indicated on Drawings and compact to 95 percent maximum density. Excavate for pipe bells. B. Install utility pipe and conduit in accordance with the respective utility section. C. Support pipe uniformly along entire length of pipe. D. Carefully place haunching material to center of pipe, rod and tamp material to fill voids and provide uniform support of pipe haunches. Compact to 90 percent maximum density. E. Carefully place initial backfill to 6 inches above top of pipe or to depth indicated on Drawings. Compact to 95 percent maximum density. 3.8 FINAL BACKFILLING TO SUBGRADE A. Backfill trenches to contours and elevations with unfrozen fill materials. B. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen, or spongy subgrade surfaces. Augusta Utilities Department Trenching 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 23 16.13-6 WKD Project Number: 201500037.00.AG C. Place fill material in continuous layers and compact in accordance with schedule at end of this Section. D. Employ placement method that does not disturb or damage utilities in trench or foundation perimeter drainage. E. Maintain optimum moisture content of fill materials to attain required compaction density. F. Do not leave more than 50 feet of trench open at end of working day. G. Protect open trench to prevent danger to the public. 3.9 DISPOSAL OF EXCESS MATERIAL A. Dispose of excess material offsite and legally. B. Furnish Engineer with certificate of disposal site or agreement from private property owner. 3.10 TOLERANCES A. Section 01 40 00 - Quality Requirements: Tolerances. B. Top Surface of Backfilling: Plus or minus 1 inch from required elevations. 3.11 FIELD QUALITY CONTROL A. Section 01 40 00 - Quality Requirements: Field inspecting,testing,adjusting, and balancing. B. Perform laboratory material tests in accordance with ASTM D1557 or AASHTO T180. C. Perform in place compaction tests in accordance with the following: 1. Density Tests: ASTM D1556,ASTM D2167, or ASTM D6938. 2. Moisture Tests: ASTM D6938. D. When tests indicate Work does not meet specified requirements,remove Work,replace, compact, and retest. E. Frequency of Tests: Two tests per lift for every 1,000 feet of trench. 3.12 PROTECTION OF FINISHED WORK A. Section 01 70 00-Execution and Closeout Requirements: Protecting finished work. B. Reshape and re-compact fills subjected to vehicular traffic during construction. 3.13 SCHEDULE OF COMPACTION A. Under Pavement and Slabs: 1. Granular Fill in maximum 8-inch loose lifts. 2. Compact to minimum 95 percent maximum density except the top 12 inches. Augusta Utilities Department Trenching 15th Street and Wrightsboro Road Storni&Sanitary Sewer Improvements 31 23 16.13-7 WKD Project Number: 201500037.00.AG 3. Compact top 12 inches to minimum 98 percent maximum density. B. Under Landscape Areas: 1. Subsoil Fill in maximum 8-inch loose lifts. 2. Compact to minimum 90 percent maximum density. C. In Unstable or Unsuitable Trench Foundation Areas: 1. Foundation Stone in maximum 12-inch loose lifts. 2. Compact to 98 percent maximum density. END OF SECTION Augusta Utilities Department Trenching 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 23 16.13-8 WKD Project Number: 201500037.00.AG SECTION 31 23 16.26 ROCK REMOVAL PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Removing identified and discovered rock during excavation. 2. Expansive tools to assist rock removal. 3. Explosive tools to assist rock removal. B. Related Sections: 1. Section 31 23 16-Excavation and Fill: Excavating and filling for road or site work. 2. Section 31 23 16.13 -Trenching: Excavating and backfilling for utilities. 1.2 REFERENCES A. National Fire Protection Association: 1. NFPA 495 -Explosive Materials Code. 1.3 DEFINITIONS A. Rock: Solid mineral material with volume in excess of 1/3 cubic yard or solid material that cannot be removed with 3/4 cubic yard capacity excavator without drilling or blasting. 1.4 SUBMITTALS A. Section 01 33 00- Submittal Procedures: Submittal procedures. B. Shop Drawings: Indicate proposed method of rock removal. C. Survey Report: Submit survey report on conditions of buildings near locations of rock removal when rock removal is to be performed using none mechanical means.. 1.5 QUALITY ASSURANCE A. Perform work in accordance with NFPA 495—Explosive Materials Code. B. Seismic Survey Firm: Licensed company specializing in seismic surveys with five years documented experience. C. Explosives Firm: Company specializing in explosives for disintegration of rock with five years documented experience. Augusta Utilities Department Rock Removal 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 23 16.26- 1 WKD Project Number: 201500037.00.AG 1.6 PROJECT CONDITIONS FOR USE OF EXPLOSIVES A. The use of explosives is prohibited. If conditions warrant and approval is given by the Owner, Engineer and is allowed by local codes and regulations,Contractor will be permitted to use explosives provided that the Contractor adheres to this Section and accepted Industry means and methods. B. Conduct survey and document conditions of buildings near locations of rock removal prior to blasting; photograph existing conditions identifying existing irregularities. C. Advise owners of adjacent buildings or structures, in writing, prior to executing seismographic survey. Explain planned blasting and seismic operations. D. Obtain seismic survey prior to rock excavation to determine maximum charges that can be used at different locations in area of excavation without damaging adjacent properties or other work. 1.7 SCHEDULING A. Section 01 30 00-Administrative Requirements: Coordination and project conditions. B. Schedule Work to avoid disruption to occupied buildings nearby. PART 2 PRODUCTS 2.1 MATERIALS A. Conform to NFPA 495—Explosive Materials Code. B. Explosives,Delay Devices, and Blast Mat Materials: Type recommended by explosive firm following seismic survey and required by authorities having jurisdiction. C. Mechanical Disintegration Compound: Grout mix of materials that expand on curing. PART 3 EXECUTION 3.1 EXAMINATION A. Section 01 30 00-Administrative Requirements: Coordination and project conditions. B. Verify site conditions and note subsurface irregularities affecting Work of this Section. 3.2 PREPARATION A. Identify required lines, levels, contours, and datum. 3.3 ROCK REMOVAL BY MECHANICAL METHOD A. Excavate and remove rock by mechanical method. Augusta Utilities Department Rock Removal 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 23 16.26-2 WKD Project Number: 201500037.00.AG 1. Drill holes and use expansive tools,wedges, and mechanical disintegration compound to fracture rock. B. Cut away rock at bottom of excavation to form level bearing. C. Remove shaled layers to provide sound and unshattered base for footings and foundations. D. In utility trenches, excavate to 6 inches below invert elevation of pipe and 16 inches wider than pipe diameter. E. Remove excavated materials from site. F. Correct unauthorized rock removal in accordance with backfilling and compacting requirements of Section 31 23 16—Excavation and Fill. 3.4 ROCK REMOVAL BY EXPLOSIVE METHODS A. When rock is uncovered requiring explosives method for rock disintegration,notify Architect/Engineer prior to executing as follows. B. Provide seismographic monitoring during progress of blasting operations. C. Drill blasting holes within 12 feet of finished slope. D. Disintegrate rock and remove from excavation. E. Remove rock at excavation bottom to form level bearing. F. Remove shaled layers to provide sound and unshattered base for footings and foundations. G. In utility trenches, excavate to 6 inches below invert elevation of pipe and 16 inches wider than pipe diameter. H. Remove excavated material from site. I. Correct unauthorized rock removal in accordance with backfilling and compacting requirements of Section 31 23 16—Excavation and Fill. J. Notify affected parties 72 hours in advance of using explosives including. K. Home owners. L. Schools M. Fire department. N. Rescue. O. Emergency management. Augusta Utilities Department Rock Removal 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 23 16.26-3 WKD Project Number: 201500037.00.AG P. Local Law Enforcement department. Q. GDOT Department of Transportation. R. Railroads. 3.5 FIELD QUALITY CONTROL A. Section 01 40 00-Quality Requirements: Field inspecting,testing, adjusting, and balancing. B. Request visual inspection of foundation bearing surfaces by Architect/Engineer and inspection agency before installing subsequent work. END OF SECTION Augusta Utilities Department Rock Removal 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 23 16.26-4 WKD Project Number: 201500037.00.AG SECTION 31 23 23.33 FLOWABLE FILL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Flowable fill for: a. Structure backfill. b. Utility bedding. c. Utility backfill. d. Filling abandoned utilities. B. Related Requirements: 1. Section 31 23 16-Excavation and Fill: General building excavation. 2. Section 31 23 16.13 -Trenching: Soil and aggregate backfill for utility trenches. 3. Section 32 91 19 - Landscape Grading: Filling of topsoil over backfilled trenches to finish grade elevation. 4. Section 33 11 13 -Public Water Utility Distribution Piping: Utility service water piping and bedding. 5. Section 33 11 16 - Site Water Utility Distribution Piping: Water piping and bedding from building to utility service. 6. Section 33 31 00 - Sanitary Utility Sewerage Piping: Sanitary sewer piping and bedding from building to utility service. 7. Section 33 31 13 - Public Sanitary Utility Sewerage Piping: Utility service sanitary sewer piping and bedding. 8. Section 33 41 00 - Storm Utility Drainage Piping: Storm sewer piping and bedding from building to utility service. 9. Section 33 41 13 - Public Storm Utility Drainage Piping: Utility service storm sewer piping and bedding. 1.2 DEFINITIONS A. Utility: Any buried pipe, duct, conduit,manhole,tank, or cable. B. Excavatable Flowable Fill: Lean cement concrete fill used where future excavation may be required, such as fill for utility trenches, bridge abutments, and culverts. C. Non-excavatable Flowable Fill: Lean cement concrete fill used where future excavation is not anticipated, such as fill below structure foundations and filling abandoned utilities. 1.3 REFERENCE STANDARDS A. ASTM International: 1. ASTM C33 -Standard Specification for Concrete Aggregates. 2. ASTM C94/C94M- Standard Specification for Ready-Mixed Concrete. 3. ASTM C150- Standard Specification for Portland Cement. 4. ASTM C260- Standard Specification for Air-Entraining Admixtures for Concrete. Augusta Utilities Department Flowable Fill 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 23 23.33-1 WKD Project Number: 201500037.00.AG 5. ASTM C403/C403M - Standard Test Method for Time of Setting of Concrete Mixtures by Penetration Resistance. 6. ASTM C494/C494M- Standard Specification for Chemical Admixtures for Concrete. 7. ASTM C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete. 8. ASTM C1017/C1017M - Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete. 9. ASTM C 1040 - Standard Test Methods for Density of Unhardened and Hardened Concrete in Place By Nuclear Methods. 10. ASTM D4832 - Standard Test Method for Preparation and Testing of Controlled Low Strength Material (CLSM) Test Cylinders. 1.4 SUBMITTALS A. Section 01 33 00—Submittal Procedures: Requirements for submittals. B. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. C. Field Quality-Control Submittals: 1. Mix Design: a. Furnish flowable fill mix design for each specified strength. b. Furnish separate mix designs when admixtures are require for the following: 1) Flowable fill Work during hot and cold weather. 2) Air entrained flowable fill Work. c. Identify design mix ingredients, proportions,properties, admixtures, and tests. 2. Furnish test results to certify flowable fill mix design properties meet or exceed specified requirements. D. Delivery Tickets: 1. Furnish duplicate delivery tickets indicating actual materials delivered to Project Site. E. Qualifications Statements: 1. Submit qualifications for supplier. 1.5 QUALITY ASSURANCE A. Perform Work according to Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition, published by the Georgia Department of Transportation. 1.6 QUALIFICATIONS A. Supplier: 1. Company specializing in supplying products specified in this Section with minimum three years' documented experience. 2. Product source approved by authority having jurisdiction. 1.7 ENVIRONMENTAL REQUIREMENTS A. Section 01 50 00 - Temporary Facilities and Controls specifies ambient condition control facilities for product storage and installation. Augusta Utilities Department Flowable Fill 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 23 23.33-2 WKD Project Number: 201500037.00.AG B. Minimum Conditions: Do not install flowable fill during inclement weather or when ambient temperature is less than 40 degrees F. 1.8 FIELD MEASUREMENTS A. Verify field measurements before installing flowable fill to establish quantities required to complete the Work. PART 2-PRODUCTS 2.1 FLOWABLE FILL A. Furnish materials according to Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition, published by the Georgia Department of Transportation. B. Flowable Fill: Excavatable type flowable fill shall be installed in abandoned underground structures, piping and as backfill material where and when field conditions require as approved by the Engineer. 2.2 MATERIALS A. In accordance with the Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition,published by the Georgia Department of Transportation. B. Fine Aggregates: As listed in Section 801 of the Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition, published by the Georgia Department of Transportation. C. Water: Clean and not detrimental to concrete. 2.3 ADMIXTURES A. As listed in Section 831 of the Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition, published by the Georgia Department of Transportation. B. Air Entrainment: As listed in Subsection 831.2.01 of the Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition, published by the Georgia Department of Transportation. C. Chemical Admixture:As listed in Section 831 of the Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition, published by the Georgia Department of Transportation. 2.4 MIXES A. Mix and deliver flowable fill according to ASTM C94/C94M, Option C. B. Flowable Fill Design Mix: Augusta Utilities Department Flowable Fill 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 23 23.33-3 WKD Project Number: 201500037.00.AG 1. Type 1 Cement Content: a. Excavatable: 75-100 lbs/cu yd 2. Fly Ash Content: a. Excavatable:None. 3. Water Content: a. Excavatable: As specified. 4. Air Entrainment: a. Excavatable: 15 to 35 percent. 5. 28-Day Compressive Strength: a. Excavatable: Maximum 100 psi. 6. Unit Mass(Wet): a. Excavatable: 90 to 110 pcf 7. Temperature, Minimum, at Point of Delivery: a. Excavatable: 50 degrees F C. Provide water content in design mix to produce self-leveling, flowable fill material at time of placement. D. Design mix air entrainment and unit mass are for laboratory design mix and source quality control only. 2.5 SOURCE QUALITY CONTROL A. Section 01 40 00 -Quality Requirements: Testing, inspection and analysis requirements. B. Test properties of flowable fill design mix and certify results for the following: 1. Design mix proportions by weight of each material. 2. Aggregate: ASTM C33 for material properties and gradation. 3. Properties of plastic flowable fill design mix including: a. Temperature. b. Slump. c. Air entrainment. d. Wet unit mass. e. Yield. f. Cement factor. 4. Properties of hardened flowable fill design mix including: a. Compressive strength at 1 day, 7 days, and 28 days. Report compressive strength of each specimen and average specimen compressive strength. b. Unit mass for each specimen and average specimen unit mass at time of compressive strength testing. C. Prepare delivery tickets containing the following information: 1. Project designation. 2. Date. 3. Time. 4. Class and quantity of flowable fill. 5. Actual batch proportions. 6. Free moisture content of aggregate. 7. Quantity of water withheld. Augusta Utilities Department Flowable Fill 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 23 23.33-4 WKD Project Number: 201500037.00.AG PART 3 -EXECUTION 3.1 EXAMINATION A. Section 01 30 00 - Administrative Requirements: Verification of existing conditions before starting Work. B. Verify trenching specified in Section 31 23 16.13 is complete. C. Verify utility installation is complete and tested before placing flowable fill. D. Verify excavation is thy. 3.2 PREPARATION A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for installation preparation. B. Support and restrain utilities to prevent movement and flotation during installation of flowable fill. C. Protect structures and utilities from damage caused by hydraulic pressure of flowable fill before fill hardens. D. Protect utilities and drains to prevent intrusion of flowable fill. 3.3 INSTALLATION- FILL,BEDDING,AND BACKFILL A. Place flowable fill by chute,pumping or other methods approved by Architect/Engineer. 1. When required, place flowable fill under water using tremie procedure. 2. Do not place flowable fill through flowing water. B. Place flowable fill in lifts to prevent lateral pressures from exceeding structural capacity of structures and utilities. C. Place flowable fill evenly on both sides of utilities to maintain alignment. D. Place flowable fill to elevations indicated on Drawings without vibration or other means of compaction. 3.4 INSTALLATION-FILLING ABANDONED UTILITIES A. Verify pipes and conduits are not clogged and are sufficiently empty to permit gravity installation of flowable fill for entire length indicated to be filled. B. Seal lower end of pipes and conduits by method to contain flowable fill and to vent trapped air caused by filling operations. C. Place flowable fill using method to ensure there are no voids. 1. Fill pipes and conduits from high end. 2. Fill manholes,tanks, and other structures from grade level access points. Augusta Utilities Department Flowable Fill 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 23 23.33-5 WKD Project Number: 201500037.00.AG D. After filling pipes and conduits seal both ends. 3.5 FIELD QUALITY CONTROL A. Section 01 40 00 -Quality Requirements: Requirements for inspecting and testing. B. Perform testing according to ASTM C94/C94M. 1. Take samples for tests for every 150 cu yd of flowable fill, or fraction thereof, installed each day. 2. Sample, prepare and test four compressive strength test cylinders according to ASTM D4832. Test one specimen at 3 days, one at 7 days, and two at 28 days. 3. Measure temperature at point of delivery when samples are prepared. C. Perform in-place density tests using nuclear test device according to ASTM C 1040. 1. Perform tests at locations as directed by Engineer. D. Defective Flowable Fill: Fill failing to meet the following test requirements or fill delivered without the following documentation. 1. Test Requirements: a. Minimum temperature at point of delivery. b. Compressive strength requirements for each type of fill. 2. Documentation:Duplicate delivery tickets. 3.6 CLEANING A. Section 01 70 00-Execution and Closeout Requirements: Requirements for cleaning. B. Remove spilled and excess flowable fill from Project Site. C. Restore facilities and Site areas damaged or contaminated by flowable fill installation to existing condition before installation. END OF SECTION Augusta Utilities Department Flowable Fill 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 23 23.33-6 WKD Project Number: 201500037.00.AG SECTION 31 25 13 EROSION CONTROLS PART 1 GENERAL 1.1 SUMMARY A. Section Includes installing, maintaining and removing: 1. Silt Fence. 2. Temporary Construction Entrances. 3. Diversion Channels. 4. Sediment Traps. B. Rip Rap. 1. Stone Check Dams. 2. Inlet Protection. 3. Site Stabilization. 4. Sedimentation Ponds with Pipe Risers and Pipe Outlet. C. Related Sections: 1. Section 31 10 00 - Site Clearing. 2. Section 31 23 16-Excavation and Fill. 3. Section 32 92 19- Seeding. 4. Section 32 92 23 - Sodding 1.2 REFERENCES A. American Association of State Highway and Transportation Officials: 1. AASHTO T180- Standard Specification for Moisture-Density Relations of Soils Using a 4.54-kg(10-pound)rammer and a 457-mm(18-inch)drop. B. ASTM International: 1. ASTM C602—Standard Specification for Agricultural Liming Materials. 2. ASTM D698- Standard Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort(12,400 ft-lbf/ft3 (600 kN-m/m3)). 3. ASTM D1556—Standard Test Method for Density and Unit Weight of Soil in Place by the Sane-Cone Method 4. ASTM D1557 - Standard Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort(56,000 ft-lbf/ft3 (2,700 kN-m/m3)). 5. ASTM D2167—Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method. 6. ASTM D6938—Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods(Shallow Depth). C. GDOT Standard Specifications: 1. Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition, published by the Georgia Department of Transportation. Augusta Utilities Department Erosion Controls 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 25 13-1 WKD Project Number: 201500037.00.AG 1.3 SUBMITTALS A. Section 01 33 00- Submittal Procedures: Requirements for submittals. B. Product Data: Submit data on geotextile,posts,woven wire, concrete mix design,and pipe. C. Manufacturer's Certificate: Certify products and aggregates meet or exceed specified requirements. D. Closeout Submittals: Section 01 70 00-Execution and Closeout Requirements: Requirements for submittals. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with Sections 160 through 171 of GDOT Standard Specifications. B. Maintain one copy of document on site. 1.5 PRE-INSTALLATION MEETINGS A. Section 01 30 00 -Administrative Requirements: Pre-installation meeting. B. Convene minimum one week prior to commencing work of this Section. PART 2 PRODUCTS 2.1 GEOTEXTILE MATERIALS A. Engineering Fabric Materials: Non-biodegradable conforming to GDOT Standard Specifications: Silt Fence: Type"A"and"B"Fences-Use either woven or nonwoven filter fabric for Type "A"and"B"fences. If using woven fabric,the fabric may have slit tape yarns in one direction(warp or fill)only. Type"C"Fences: Use non-calendared woven fabric constructed with monofilament yarns only. See Section 881 of the GDOT Standard Specifications. 1. Under Rip Rap or Construction Entrances: See Section 881 of the GDOT Standard Specifications. 2.2 STONE,AGGREGATE, AND SOIL MATERIALS A. Washed Stone: Course aggregate, Gradation No. 57 conforming to Section 800 of the GDOT Standard Specifications. B. Aggregate for Construction Entrance: Coarse aggregate shall be in accordance with the National Stone Associations R-2, 1.5"—3.5"stone. C. Soil Fill: Clean natural soil with a plasticity index of 15 or less that is free of clay,rock, or gravel lumps larger than 2 inches in any dimension; debris; waste; frozen material; and any other deleterious material that might cause settlement. Suitable material excavated from the site may be used as soil fill under optimum moisture conditions. Augusta Utilities Department Erosion Controls 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 25 13-2 WKD Project Number: 201500037.00.AG 2.3 PLANTING MATERIALS A. General: Refer to other Specification Sections for seed, agricultural ground limestone, fertilizers, and mulch. B. Temporary Seed Mixture: 1. Late winter and early spring: Rye and Annual Lespedeza(Kobe) 2. Summer: German Millet. 3. Fall: Rye. C. Fertilizer: Commercial grade; recommended for grass. D. Lime: ASTM C602, Class 0 agricultural ground limestone containing a minimum 80 percent calcium carbonate equivalent. E. Mulch: Oat or wheat straw, free from weeds, foreign matter detrimental to plant life, and dry. Hay or chopped cornstalks are not acceptable. 2.4 CONCRETE A. Concrete: Class AA-1 concrete conforming to Section 500 of the GDOT Standard Specifications. 1. Compressive strength of 4,500 psi at 28 days. 2. Air entrained. 3. Water cement ratio of 0.44. 4. Slump Lower Limits 2 inches. Upper Limits of 4 inches. 5. Minimum cement content of 675 lbs per cubic yard. 2.5 PIPE MATERIALS A. Pipe: Refer to other Specification Sections for pipe and fittings. 2.6 ACCESSORIES A. Posts for Silt Fence and Inlet Protection: Steel posts 5 feet long, minimum weight 1.33 lbs/ft conforming to Section 171, 862 and 894 of GDOT Standard Specifications. B. Woven Wire Fence for Silt Fence: Minimum 32 inches high,minimum 5 horizontal wires, vertical wires spaced 12 inches apart,minimum 10 gage top and bottom wires, and minimum 12- 1/2 gage; all other wires conforming to Section 894 of GDOT Standard Specifications. C. Attachment Devices for Silt Fence: 17 gauge staple,minimum 1/2 inches long legs, or other approved attachment devices. D. Hardware Cloth for Inlet Protection: 24 gage, 1/4-inch mesh opening hardware cloth. 2.7 SOURCE QUALITY CONTROL(AND TESTS) A. Section 01 40 00- Quality Requirements: Testing, inspection, and analysis requirements. Augusta Utilities Department Erosion Controls 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 25 13-3 WKD Project Number: 201500037.00.AG B. Perform tests on cement, aggregates, and mixes to ensure conformance with specified requirements. C. Make rock available for inspection at producer's quarry prior to shipment. Notify Architect/Engineer at least seven days before inspection is allowed. D. Allow witnessing of inspections and tests at manufacturer's test facility. Notify Architect/Engineer at least seven days before inspections and tests are scheduled. PART 3 EXECUTION 3.1 EXAMINATION A. Section 01 30 00-Administrative Requirements: Verification of existing conditions before starting work. B. Verify compacted subgrade is acceptable and ready to support devices and imposed loads. C. Verify gradients and elevations of base or foundation for other work are correct. 3.2 SILT FENCE A. Install in accordance with Section 894 of GDOT Standard Specifications at locations shown on Drawings. 3.3 TEMPORARY CONSTRUCTION ENTRANCES A. Excavate and compact subgrade as specified in Section 31 23 16—Excavation and Fill. B. Install construction entrances to the dimensions and locations as shown on Drawings. Minimum thickness is 6 inches. C. Mound aggregate near intersection with public road to prevent site runoff entering road. D. Periodically dress entrances with 2-inch thick course aggregate when aggregate becomes clogged with soil. 3.4 INLET PROTECTION A. Install four posts around drainage structure and attach hardware cloth as indicated on Drawings. B. Place Class B erosion control stone at base of fabric and mound at approximately 2:1. C. Place washed stone filter blanket on upstream side(s). 3.5 SITE STABILIZATION A. Incorporate erosion control devices indicated on the Drawings into the Project at the earliest practicable time. Augusta Utilities Department Erosion Controls 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 25 13-4 WKD Project Number: 201500037.00.AG B. Construct,stabilize, and activate erosion controls before site disturbance within tributary areas of those controls. C. Stockpile and waste pile heights shall not exceed 35 feet. Slope stockpile sides at 2:1 or flatter. D. Stabilize any disturbed area of affected erosion control devices on which activity has ceased and which will remain exposed for more than 14 days. 1. During non-germinating periods,apply mulch at recommended rates. 2. Stabilize disturbed areas which are not at finished grade and which will be disturbed within one year in accordance with Section 32 92 19 - Seeding at 75 percent of permanent application rate with no topsoil. 3. Stabilize disturbed areas which are either at finished grade or will not be disturbed within one year in accordance with Section 32 92 19—Seeding permanent seeding specifications. E. Stabilize diversion channels, sediment traps, and stockpiles immediately. 3.6 FIELD QUALITY CONTROL A. Section 01 40 00-Quality Requirements: Field inspecting,testing, adjusting, and balancing. B. Inspect erosion control devices on a weekly basis and after each runoff event. Make necessary repairs to ensure erosion and sediment controls are in good working order. C. Perform laboratory material tests in accordance with ASTM D1557 or AASHTO T180. D. Perform in place compaction tests in accordance with the following: 1. Density Tests: ASTM D1556,ASTM D2167, or ASTM D6938. 2. Moisture Tests: ASTM D6938. E. When tests indicate Work does not meet specified requirements,remove Work,replace, and retest. F. Frequency of Tests: Twice per lift for every 10,000 square feet. 3.7 CLEANING A. Section 01 70 00-Execution and Closeout Requirements: Requirements for cleaning. B. When sediment accumulation in sedimentation structures has reached a point one-half depth of sediment structure or device,remove and dispose of sediment. C. Do not damage structure or device during cleaning operations. D. Do not permit sediment to erode into construction or site areas or natural waterways. E. Clean channels when depth of sediment reaches approximately one-half channel depth. Augusta Utilities Department Erosion Controls 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 25 13-5 WKD Project Number: 201500037.00.AG 3.8 SCHEDULES A. Erosion Control Schedule: Erosion Control Element Location Size Silt Fence As indicated on plans N/A Temporary Construction Entrance As indicated on plans N/A Diversion Channel N/A N/A Sediment Trap N/A N/A Rock Lining(Rip Rap) N/A N/A Stone Check Dams N/A N/A Inlet Protection As indicated on plans N/A Sediment Pond N/A N/A END OF SECTION Augusta Utilities Department Erosion Controls 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 31 25 13-6 WKD Project Number: 201500037.00.AG SECTION 32 01 90 LANDSCAPE MAINTENANCE PART 1 GENERAL 1.1 SUMMARY A. Scope: Landscape maintenance shall start from date of acceptance of installed landscaping for a period of 12 months. B. Section includes mowing,blowing, edging, pruning, fertilizing,pesticide application, deer spraying, and debris removal. C. Related Sections: 1. Section 32 92 19 - Seeding, applies to this section for the application of seed, with additions and modifications herein. 2. Section 32 92 23 - Sodding, applies to this section for the installation of sod,with additions and modifications herein. 1.2 REFERENCES A. The publications listed below form a part of these specifications to the extent referenced. Publications are referred to in the text by the basic designation only. 1. American Standard for Nursery Stock 2. Standards of Practice of the American Association of Nurserymen 3. Standard of practice for all state associations of nurserymen 1.3 DEFINITIONS A. Pesticide: Fumigant, herbicide, insecticide, fungicide, and rodenticide. B. Stand of Turf: 95 percent groundcover of the established species. 1.4 SUBMITTALS A. All material shall be subject to approval and inspection by the Owner and Landscape Architect. Submit the following in accordance with Section 01 33 00 - Submittal Procedures. 1. Product Data: a. Fertilizers: Include physical characteristics, application instructions, and recommendations. b. Pesticides: Include physical characteristics, application instructions, and recommendations. 2. Test Reports: a. Topsoil Composition Tests: Provide certified reports of inspections and laboratory tests prepared by an independent testing agency, including analysis and interpretation of test results. Tests and analysis shall be performed by agricultural experiment station or any agricultural laboratory recommendations by the USDA. 3. Manufacturer's Instructions. Augusta Utilities Department Landscape Maintenance 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 01 90- 1 WKD Project Number: 201500037.00.AG 4. Landscape Maintenance Program: Contractor shall submit,within these guidelines and specifications, a written and comprehensive landscape maintenance program. This program shall be submitted to the Owner and Landscape Architect for approval. 1.5 DELIVERY, STORAGE,AND HANDLING A. Pesticides: 1. Delivery: Deliver to the site in original containers with legible label and material safety data sheet indicating Environmental Protection Agency (EPA)registration number and manufacturer's registered uses. 2. Storage: Do not store with other maintenance material. Store herbicides"downwind" relative to the airflow in the storage building, from other pesticides. Do not store with plants. B. Fertilizer, Gypsum, Iron,and Mulch: 1. Delivery: Deliver to the site in original containers bearing manufacturer's chemical analysis, name,trade name or trademark, and indication of conformance to state and federal laws. Instead of containers, fertilizer,gypsum, and mulch may be furnished in build with a certificate indicating the above information. 2. Storage: Store in dry locations and away from contaminants. 3. Handling: Do not drop or dump fertilizers from vehicles. Bulk mulch should be located on a dry area with proper drainage in a temporary storage area. Location of temporary storage area shall be approved by Owner and Landscape Architect. PART 2 PRODUCTS 2.1 PRODUCTS A. See Paragraph 1.1, C. Related Sections, of this section. PART 3 EXECUTION 3.1 IRRIGATION EQUIPMENT AND SYSTEM MANAGEMENT A. The Contractor shall provide all necessary maintenance and repair to ensure proper operation of the irrigation system and its components. All hoses or portable irrigation equipment, upon completion of watering each day, shall be cleaned up, removed from the site,and stored in a proper fashion. Use of portable equipment shall be provided at no additional cost. In the event that the main water supply connected to a system is completely shut down on a temporary or permanent basis,the Contractor shall provide water by portable tanker or water truck or from the closest water source. If hose bibbs from buildings are utilized for water sources, Contractor shall provide a hose bibb backflow preventer for each connection between the hose and hose bibb. 3.2 TURF MAINTENANCE A. Promotion of Turf Growth: Turf shall be maintained in a manner that promotes proper health, growth,rich natural green color, and neat uniform manicured appearance free of bare areas,ruts, Augusta Utilities Department Landscape Maintenance 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 01 90-2 WKD Project Number: 201500037.O0.AG holes,weeds,pests, dead vegetation,debris, and unwanted vegetation that present an unsightly appearance. Mow, remove excess clippings,eradicate weeds,water, fertilize, overseed, roll, aerate,topdress, and perform other operations necessary to promote turf growth. B. Mowing: Turf shall be mowed at a uniform finished height. Maintain turfed areas to an average height of 3 inches. The height of turf is measured from the soil. Mowing of turf shall be performed in a manner that prevents scalping,rutting,bruising,unevenness, and rough cutting. Each successive mowing shall be at approximate 45 degree angles to the previous mowing where practical. Prior to mowing, all rubbish,debris,trash, leaves, rocks,paper, and limbs or branches on a turf area shall be picked up and disposed. Adjacent paved areas shall be swept/blown clean. C. Turf Edging: Perimeter of planter bed edges, sidewalks, driveways, curbs, and other paved surfaces shall be edged. Uniformly edge these areas to prevent encroachment and to provide a clear cut division line between planter beds,turf, and groundcover. Edging is to be accomplished in a manner that prevents scalping, rutting,bruising,unevenness, and rough cutting. Edging shall be performed on the same day that turf is mowed. Use of string line trimmers is permitted in "soft"areas such as an edge between turf grass and a planter bed. Care shall be exercised to avoid damages to any plants. D. Turf Trimming: Trimming around trees,fences,poles,walls, irrigation valve boxes, and other similar objects is to be accomplished to match the height and appearance of surrounding mowed turf growth. Trimming shall be performed on the same day the turf is mowed. Care shall be exercised to avoid girdling trees located in turf areas. Any plants damaged during mowing or trimming will be replaced at the Contractor's expense. E. Post-Fertilizer Application: See Sections 32 92 19- Seeding, and 32 92 23 - Sodding. F. Turf Watering: The Contractor shall perform irrigation in a manner that promotes the health, growth, color, and appearance of cultivated vegetation and that complies with all federal, state, and local water agencies and authorities' directives. The Contractor shall be responsible for preventing over watering,water run-off, erosion, and ponding due to excessive quantities or rate of application. The Contractor shall abide by state, local,or other water conservation regulations or restrictions in force. G. Overseeding of Turf Areas: See Sections 32 92 19 - Seeding, and 32 92 23 - Sodding. H. Turf Clearance Area: Trees located in turf areas shall be maintained with a growth-free clearance of 18 inches from the tree trunk base. The use of mechanical weed whips to accomplish the turf growth-free bed area is prohibited. 1. Policing: The Contractor shall police all landscaped areas. Policing includes removal of leaves, branches,and limbs regardless of length or diameter, dead vegetation,paper,trash,cigarette butts,garbage, rocks, or other debris. Policing shall extend to both sides of fencing or walls. Collected debris shall be promptly removed and disposed of at an approved disposal site. J. Drainage System Maintenance: The Contractor shall remove all obstructions from surface and subsurface drain lines to allow water to flow unrestricted in swales, gutters,catch basins, storm drain curb inlets, and yard drains. Remove grates and clear debris in catch basins. Open drainage Augusta Utilities Department Landscape Maintenance 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 01 90-3 WKD Project Number: 201500037.00.AG channels are to be maintained free of all debris and vegetation at all times. Edges of these channels shall be clear of any encroachments by vegetation. K. Replanting: Replant in accordance with Sections 32 92 19 - Seeding, and 32 92 23 - Sodding, and within specified planting dates for the areas which do not have a satisfactory stand of turf. 3.3 PLANT MAINTENANCE(TREES, SHRUBS, PLANT BEDS) A. Watering: Provide sufficient water to maintain health and vigor of all plants. Check regularly and refill as necessary;water in gator bags. B. Weeding: During the growing season,weed mulched areas and cultivate twice a month. Remove weeds from site. C. Spraying: Spray trees and shrubs to cover all twigs with an anti-desiccant between November 15th and 30`h, at a time when the temperature is over 50 degrees F as approved by the Owner. Protect abutting cars,pedestrians, structures, site improvements, and construction from damage or staining. D. Pruning: Prune plants only as required to remove dead growth,to develop a natural shape, and/or to remove obstructions. Do not shear plants. E. Fertilizing: See Section 32 93 00-Plants. 3.4 PESTICIDE APPLICATION A. See Section 32 92 19- Seeding, and Section 32 92 23 - Sodding. B. Reporting Procedure: Apply pesticides in accordance with EPA label restrictions and recommendations and federal and state laws. The Contractor shall maintain a label book of pesticides used, including all appropriate Material Safety Data Sheets(MSDS), and have it readily available at all times for inspection. Pesticides shall always be stored in original containers having EPA-registered labels or in containers meeting EPA label requirements. 3.5 DEER SPRAYING A. If browsing occurs repeatedly and if damage is not deterred by chemical spraying, notify Landscape Architect in order to implement an alternative method of control. END OF SECTION Augusta Utilities Department Landscape Maintenance 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 01 90-4 WKD Project Number: 201500037.00.AG SECTION 32 11 23 AGGREGATE BASE COURSES PART 1 GENERAL 1.1 SUMMARY A. Section Includes: L Aggregate base course on a prepared subgrade. B. Related Sections: 1. Section 31 23 16 -Excavation and Fill: Preparing subgrade under base course. 2. Section 32 12 16-Asphalt Paving: Binder and finish asphalt courses. 3. Section 33 05 1.16-Manholes and Structures: Frames and lids penetrating aggregate base course. 1.2 REFERENCES A. American Association of State Highway and Transportation Officials: L AASHTO T180- Standard Specification for Moisture-Density Relations of Soils Using a 4.54-kg(10-pound) rammer and a 457-mm(18-inch)drop. B. ASTM International: L ASTM D1556 - Standard Test Method for Density of Soil in Place by the Sand-Cone Method. 2. ASTM D1557 - Standard Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort(56,000 ft-lbf/ft3(2,700 kN-m/m3)). 3. ASTM D2167 - Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method. 4. ASTM D6938—Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth). C. GDOT Standard Specifications: L Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition,published by the Georgia Department of Transportation. 1.3 SUBMITTALS A. Section 01 33 00- Submittal Procedures: Requirements for submittals. B. Samples: Submit to testing laboratory 10-pound sample of each type of aggregate in airtight containers. C. Materials Source: Submit name of imported materials suppliers. D. Manufacturer's Certificate: Certify products meet or exceed specified requirements. Augusta Utilities Department Aggregate Base Courses 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 11 23- 1 WKD Project Number: 201500037.00.AG 1.4 QUALITY ASSURANCE A. Perform Work in accordance with the Standard Specifications Construction of Transportation Systems,2013 Edition or latest edition,published by the Georgia Department of Transportation. B. Maintain one copy of document on site. C. Furnish each aggregate material from single source throughout the Work. D. Use sources accepted by GDOT. PART 2 PRODUCTS 2.1 MATERIALS A. Aggregate Base Course: Course aggregate Group 1 or 2 with a gradation of ABC conforming to Sections 800 and 815 of GDOT Standard Specifications. B. Fine Aggregate: Sand gradation conforming to Sections 801 of GDOT Standard Specifications. PART 3 EXECUTION 3.1 EXAMINATION A. Section 01 30 00 -Administrative Requirements: Verify existing conditions before starting work. B. Verify substrate has been inspected and gradients and elevations are correct and dry. 3.2 PREPARATION A. Correct irregularities in substrate gradient and elevation by scarifying,reshaping, and recompacting as specified in Section 31 23 16—Excavation and Fill. B. Do not place fill on soft, muddy, or frozen surfaces. 3.3 AGGREGATE PLACEMENT A. Place aggregate in minimum 4-inch and maximum 10-inch layers and roller compact to specified density. When total thickness is 10 inches or less, place in one layer. When total thickness is greater than 10 inches,place in two equal layers. B. Have each layer of material compacted and approved prior to placing succeeding layers. C. Level and contour surfaces to elevations and gradients indicated on Drawings. D. Add small quantities of fine aggregate to coarse aggregate as appropriate to assist compaction. E. Maintain optimum moisture content of fill materials to attain required compaction density. Augusta Utilities Department Aggregate Base Courses 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 11 23-2 WKD Project Number: 201500037.00.AG F. Use mechanical tamping equipment in areas inaccessible to roller compaction equipment. 3.4 TOLERANCES A. Section 01 40 00 - Quality Requirements: Tolerances. B. Maximum Variation from Thickness: 1/2 inch. C. Maximum Variation from Elevation: 1/2 inch. 3.5 FIELD QUALITY CONTROL A. Section 01 40 00 -Quality Requirements: Independent laboratory, field inspecting,testing, adjusting, and balancing. B. Laboratory Material Tests: Conform to Modified Proctor ASTM D1557 or AASHTO T180. C. In-place Compaction Tests: Conform to: 1. Density Tests: ASTM D1556, ASTM D2167, or ASTM D6938. 2. Moisture Tests: ASTM D6938. D. Compaction: 1. 100 percent of maximum when measured in-place by standard methods. 2. 98 percent of maximum when measured in-place by nuclear methods. E. When tests indicate Work does not meet specified requirements,remove Work, replace and retest. F. Frequency of Compaction Tests: Two tests per layer for every 5,000 tons of aggregate base course. END OF SECTION Augusta Utilities Department Aggregate Base Courses 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 11 23-3 WKD Project Number: 201500037.O0.AG THIS PAGE INTENTIONALLY LEFT BLANK Augusta Utilities Department Aggregate Base Courses 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 11 23-4 WKD Project Number: 201500037.00.AG SECTION 32 12 16 ASPHALT PAVING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Asphaltic Concrete Paving: Surface, binder, and base courses. 2. Prime Coat and Tack Coat. 3. Surface Sealer. 4. Quality Control and Testing. B. Related Sections: 1. Section 31 23 16 -Excavation and Fill: Compacted subbase for paving. 2. Section 32 11 23 -Aggregate Base Courses: Compacted base for paving. 3. Section 32 13 13 -Concrete Paving: Concrete curbs. 4. Section 32 17 23 -Pavement Markings. 5. Section 33 05 13.16 -Manholes and Structures: Frames and lids in pavement. 1.2 REFERENCES A. GDOT Standard Specifications: 1. Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition, published by the Georgia Department of Transportation. 1.3 SUBMITTALS A. Section 01 33 00- Submittal Procedures: Requirements for submittals. B. Product Data: Submit product information and mix design. C. Manufacturer's Certification: Certify products are produced at a plant approved by GDOT and that products meet or exceed specified requirements. D. Installer Certification: Certify installer is on list of GDOT approved contractors with an approved Quality Control Plan. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with GDOT Standard Specifications. B. Maintain on site one copy of each document. C. Obtain materials from same source throughout. D. Installer Qualification: Company specializing in performing work of this Section with minimum 5 years' experience. Augusta Utilities Department Asphalt Paving 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 12 16-1 WKD Project Number: 201500037.00.AG 1.5 ENVIRONMENTAL REQUIREMENTS A. Do not place asphalt base course or intermediate course when ambient air or road surface temperature is less than 35 degrees F. or surface is wet or frozen. B. Do not place asphalt surface course when ambient air or road surface temperature is less that 50 degrees F. or wet. C. Place bitumen mixture when temperature is not more than 15 degrees F. below temperature at when initially mixed and not more than maximum specified temperature. PART 2 PRODUCTS 2.1 MATERIALS A. Asphalt Plant Mix Materials: Conform to Sections 828 of GDOT Standard Specifications. B. Prime Coat and Tack Coat: Conform to Section 413 of GDOT Standard Specifications. C. Reclaimed Asphalt Pavement(RAP): Processed material obtained by milling or full depth removal of existing asphalt concrete pavements. Conform to Section 329, 402 and 403 of GDOT Standard Specifications. D. Sand: Fine aggregate conforming to Section 801 of the GDOT Standard Specifications. 2.2 ASPHALT PAVING MIX A. General: Use Superpave mix design conforming to Section 400 and 828 of the GDOT Standard Specifications for 9.5mm Superpave, Type 2(formerly-F Mix). B. Wedging or Leveling Mix: Conform to Section 400 and 828 of the GDOT Standard Specifications. C. Reclaimed Asphalt Pavement(RAP)Content: Per Section 402 of GDOT Standard Specifications. 2.3 SOURCE QUALITY CONTROL AND TESTS A. Section 01 40 00 -Quality Requirements: Testing, inspection, and analysis requirements. B. Submit proposed mix design of each class of mix for review prior to beginning Work. C. Obtain materials from plant approved by GDOT. D. Test plant samples in accordance with GCDOT Standard Specifications. Augusta Utilities Department Asphalt Paving 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 12 16-2 WKD Project Number: 201500037.00.AG PART 3 EXECUTION 3.1 EXAMINATION A. Verify compacted subgrade and aggregate base is dry and ready to support paving and imposed loads. B. Verify gradients and elevations of base are correct. C. Verify utility structure frames and lids are installed in correct position and elevation. 3.2 PRIME COAT A. Apply primer on aggregate base course at uniform rate of 0.15 to 0.3 gal/sq.yd.in accordance with Section 412 of GDOT Standard Specifications. B. Apply primer to contact surfaces of curbs and gutters. C. Use clean sand to blot excess primer. 3.3 TACK COAT A. Apply tack coat on asphalt or concrete surfaces at uniform rate of 0.06 to 0.10 gallons/square yard in accordance with Section 413 of GDOT Standard Specifications. B. Apply tack coat to contact surfaces of curbs and gutters. C. Coat surfaces of utility structures with oil to prevent bond with asphalt pavement. Do not tack- coat these surfaces. 3.4 PLACING ASPHALT PAVEMENT A. Install Work in accordance with Section 400 of the GDOT Standard Specifications. B. Place asphalt within 24 hours of applying prime coat or tack coat. C. Place asphalt in courses to the thicknesses and dimensions shown on the Drawings. D. Place binder and intermediate courses. E. Place surface course within 2 hours of placing and compacting binder course. When binder course is placed more than 24 hours before placing wearing course, clean surface and apply tack coat before placing wearing course. F. Place surface course to thicknesses and dimensions shown on the Drawings. G. Compact each course by rolling to specified density. Do not displace or extrude pavement from position. Hand compact in areas inaccessible to rolling equipment. H. Perform rolling with consecutive passes to achieve even and smooth finish without roller marks. Augusta Utilities Department Asphalt Paving 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 12 16-3 WKD Project Number: 201500037.00.AG 3.5 JOINTS A. Traverse Joints: 1. When Work is suspended long enough to allow mixture to chill, construct transverse joint. 2. Use butt joint when traffic will not pass over pavement. 3. Use sloped wedge ahead of the end of pavement when traffic will pass over pavement. Place paper parting strip to removal of wedge. 4. Tack coat edge of pavement prior to placing adjoining pavement. B. Longitudinal Joints: 1. Tack the edge of longitudinal joints prior to placing adjoining pavement. 2. Pinch joint by rolling immediately behind the paver. 3. Offset longitudinal joints in each layer by approximately 6 inches. 3.6 TOLERANCES A. Density Compaction: Minimum of 92 percent of Maximum Specific Gravity(G,,,,,). B. Flatness: Maximum variation of 1/8-inch measured with 10-foot straight edge. C. Compacted Thickness: Within 1/4-inch. D. Variation From Indicated Elevation: Within 1/2-inch. 3.7 FIELD QUALITY CONTROL A. Section 01 40 00-Quality Requirements: Independent testing firm, field testing, and inspecting. B. Perform Contractor Quality Control Program in accordance with Section 400 on GDOT Standard Specifications. C. Take compaction tests every 2,000 linear feet or fraction thereof per day on pavement placed at the paver lay down width. D. Take 6-inch diameter full depth pavement cores every 2,000 linear feet or fraction thereof per day on pavement placed at the paver lay down width. E. When tests indicate Work does not meet specified requirements,remove Work,replace,and retest. 3.8 PROTECTION OF FINISHED WORK A. Section 01 70 00 -Execution and Closeout Requirements: Protecting finished work. B. Immediately after placement, protect pavement from mechanical injury for seven days or until surface temperature is less than 140 degrees F. END OF SECTION Augusta Utilities Department Asphalt Paving 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 12 16-4 WKD Project Number: 201500037.00.AG SECTION 32 13 13 CONCRETE PAVING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete sidewalks. 2. Concrete integral curbs and gutters. 3. Concrete median barriers. 4. Concrete base and surface for parking areas and roads. 5. Small miscellaneous slabs. B. Related Sections: 1. Section 31 23 16 -Excavation and Fill: Compacted subgrade for paving. 2. Section 32 11 23 -Aggregate Base Courses: Compacted base for paving. 3. Section 32 12 16-Asphalt Paving: Asphalt wearing course. 4. Section 32 17 23 -Pavement Markings. 5. Section 33 05 13.16-Manholes and Structures: Frames and lids in paving. 1.2 REFERENCES A. American Association of State Highway Transportation Officials(AASHTO) 1. AASHTO M 31 —Standard Specification for Deformed and Plain Carbon Steel Bars for Concrete Reinforcement. 2. AASHTO M 32—Standard Specification for Steel Wire,Plain for Concrete Reinforcement. 3. AASHTO M 148 - Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. 4. AASHTO M 282—Standard Specification for Joint Sealants, Hot Poured, Elastomeric-Type, for Portland Cement Concrete Pavements. B. American Concrete Institute: 1. ACI 301 - Specifications for Structural Concrete. 2. ACI 304-Guide for Measuring, Mixing, Transporting, and Placing Concrete. C. ASTM International: 1. ASTM C309- Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. 2. ASTM A 497- Standard Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement. 3. ASTM A 615 - Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. 4. ASTM C1315 -Standard Specification for Liquid Membrane-Forming Compounds Having Special Properties for Curing and Sealing Concrete. 5. ASTM D1751 - Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types). Augusta Utilities Department Concrete Paving 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 13 13- 1 WKD Project Number: 201500037.00.AG 6. ASTM D1752 - Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. 7. ASTM D3406—Standard Specification for Joint Sealant,Hot-Applied, Elastomeric-Type, for Portland Cement Concrete Pavements. D. GDOT Standard Specifications: 1. Standard Specifications Construction of Transportation Systems,2013 Edition or latest edition,published by the Georgia Department of Transportation. 1.3 SUBMITTALS A. Section 01 33 00- Submittal Procedures: Requirements for submittals. B. Concrete Mix Design: Submit concrete mix design 30 days prior to use of concrete. C. Product Data: Submit data on joint materials, admixtures, and curing compounds. D. Manufacturer's Certification: Certify products are produced at a plant approved by GDOT and that products meet or exceed specified requirements. E. Installer Certification: Certify installer is on list of GDOT prequalified contractors with an approved Quality Control Plan. F. Process Control Plan: Submit process control plan for delivering and placing concrete. 1.4 QUALITY ASSURANCE 1. Perform Work in accordance with Sections 430-Portland Cement Concrete Paving,438 - Concrete Header Curb, 430-Portland Cement Concrete Paving(Special),440—Plain Portland Concrete Shoulders, 441 —Miscellaneous Concrete and 500—Concrete Structures of the Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition,published by the Georgia Department of Transportation. B. Obtain cementitious materials from same source throughout. 1.5 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section and prequalified by GDOT. B. Installer: Company specializing in performing Work of this Section and prequalified by GDOT. 1.6 ENVIRONMENTAL REQUIREMENTS A. Section 00 21 13 - Instructions to Bidders: Environmental conditions affecting products on site. B. Do not place concrete when base surface temperature or air temperature in the shade is 40 degrees F and falling or surface is wet or frozen. Augusta Utilities Department Concrete Paving 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 13 13-2 WKD Project Number: 201500037.00.AG C. Do not place concrete when air temperature in the shade is 95 degrees F and rising or when concrete temperature is greater than 95 degrees F. PART 2 PRODUCTS 2.1 FORM MATERIALS A. Slip Form Methods: Use slip form methods wherever possible. B. Fixed Form Materials: Metal conforming to Section 430 of GDOT Standard Specifications. 2.2 JOINT MATERIALS A. General: Conform to Section 833 of GDOT Standard Specifications. B. Joint Filler: Sponge rubber or cork type conforming to ASTM D1751 (AASHTO M213)or bituminous, non-extruding,resilient type conforming to ASTM D1752(AASHTO M153), Type 1;thickness as indicated on Drawings. C. Silicone Sealant: Low modulus, cold applied, single component, chemically curing silicone material. 1. Type A: A one part, low modulus,non-sag silicone. Used to seal horizontal and vertical joints in Portland cement concrete pavements and bridges. Tooling is required. 2. Type B: A one part,very low modulus, self-leveling silicone. Used to seal horizontal joints in Portland cement concrete pavements and bridges. Tooling is not normally required. 3. Type C:A one part,ultra-low modulus, self-leveling silicone. Used to seal horizontal joints in Portland cement concrete pavements and bridges and joints between Portland cement concrete pavement and asphaltic concrete shoulders. Tooling is not normally required. 4. Type D: A two part, ultra-low modulus, self-leveling, rapid cure silicone. Used to seal horizontal joints in Portland cement concrete pavements and bridges and joints between Portland cement concrete pavement and asphaltic concrete shoulders. Tooling is not required. D. Rubber Asphalt Sealant: Hot poured rubber asphalt joint sealer conforming to Section 407 of the Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition, published by the Georgia Department of Transportation. E. Bond Breaker: 1. General: Product that does not stain or adhere to the sealant and is chemically inert and resistant to oils, gasoline, solvents, and primer. 2. For On-Grade Pavements: Circular backer rod, diameter 25 percent larger than joint width. a. Type L,For Cold Pour Sealants Only: Closed cell expanded polyethylene foam. Use with Type NS silicone only. b. Type M, For Cold or Hot Pour Sealants: Closed cell polyolefin with closed skin over an open cell core. 3. Bond Breaking Tapes: a. Type N,bond breaking tapes are made from extruded polyethylene with a pressure- sensitive adhesive on one side. Bond breaking tapes may be used with all four types of Augusta Utilities Department Concrete Paving 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 13 13-3 WKD Project Number: 201500037.00.AG silicone, but is suitable for bridge joints only.Bond breaking tapes shall have a minimum thickness of.005 in(0.13 mm.). 2.3 REINFORCEMENT A. General: Conform to Sections 511, 514, 853 and 867 of GDOT Standard Specifications. B. Reinforcing Steel: ASTM A615 (AASHTO M 31); 60 ksi yield grade; deformed billet steel bars; epoxy coated finish. C. Dowels and Tie Bars: ASTM A615 (AASHTO M 31); 60 ksi yield grade,plain steel, epoxy coated finish. D. Welded Wire Fabric Steel: AASHTO M55/M 55M and AASHTO M221/M 221M. 2.4 CONCRETE MATERIALS A. Concrete Materials: Provide fine aggregate, coarse aggregate, Portland Cement, fly ash, ground granulated blast furnace slag, water, air entraining agent, and chemical admixtures in accordance with GDOT Standard Specifications. 2.5 ACCESSORIES A. Curing Compound: ASTM C309 (AASHTO M-148), see Section 832 of the Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition,published by the Georgia Department of Transportation. 2.6 CONCRETE MIX A. Mix and deliver concrete in accordance with Section 430 of GDOT Standard Specifications. B. Roadway and Area Pavement concrete: Air entrained conforming to the following criteria: 1. Class 1: a. Flexural Strength: 600 psi+ .67s at 28 days. b. Slump: 2.5 inch maximum for fixed form hand methods. c. Minimum Cement Content: 5.41 CWT. d. Maximum Water/Cement Ratio: 0.53. e. Air Entrainment: Between 4.0 and 5.5 percent. 2. Class 2: a. Flexural Strength: 700 psi+ .50s at 28 days. b. Slump: 2.5 inch maximum for fixed form hand methods. c. Minimum Cement Content: 5.64 CWT. d. Maximum Water/Cement Ratio: 0.50. e. Air Entrainment: Between 4.0 and 5.5 percent. 3. Class HES: a. Flexural Strength: 700 psi+ .50s at 28 days. b. Slump: 2.5 inch maximum for fixed form hand methods. c. Minimum Cement Content: 6.58 CWT. d. Maximum Water/Cement Ratio: 0.47. Augusta Utilities Department Concrete Paving 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 13 13-4 WKD Project Number: 201500037.00.AG e. Air Entrainment: Between 4.0 and 5.5 percent. C. Class A Concrete for sidewalk, curb,curb and gutter, and other incidental site concrete: Air entrained,vibrated conforming to the following criteria: 1. Compressive Strength: 3,000 psi at 28 days. 2. Maximum Slump Vibrated: 3.5 inches. 3. Minimum Cement Content: 564 pounds/cubic yard. 4. Maximum Water/Cement Ratio for Angular Aggregate: 0.532. 5. Maximum Water/Cement Ratio for Rounded Aggregate: 0.488. 6. Air Entrainment: 6.0 percent plus or minus 1.5 percent. D. Use accelerating admixtures in cold weather only when approved by the Engineer in writing. Use of admixtures will not relax cold weather placement requirements. E. Use calcium chloride only when approved by the Engineer in writing. F. Use set retarding admixtures during hot weather only when approved by the Engineer in writing. 2.7 SOURCE QUALITY CONTROL AND TESTS A. Section 01 40 00 - Quality Requirements: Testing and Inspection Services. B. Submit proposed mix design of each class of concrete to independent firm for review prior to commencement of Work. C. Tests on cement, aggregates, and mixes will be performed to ensure conformance with specified requirements. D. Test samples in accordance with ACI 301 for compressive strength(cylinders)and flexural strength(beams.) PART 3 EXECUTION 3.1 EXAMINATION A. Section 01 30 00 -Administrative Requirements: Verification of existing conditions before starting work. B. Verify compacted base course is acceptable and ready to support paving and imposed loads. C. Verify gradients and elevations of base are correct. D. Verify utility structure frames and lids are installed in correct position and elevation. 3.2 PREPARATION A. Moisten base to minimize absorption of water from fresh concrete. Augusta Utilities Department Concrete Paving 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 13 13-5 WKD Project Number: 201500037.00.AG B. Coat surfaces of manhole, catch basin, and other utility structure frames with oil to prevent bond with concrete pavement. C. Notify Engineer minimum 24 hours prior to commencement of concreting operations. 3.3 FORMING A. Place and secure forms to correct location, dimension,profile, and gradient. B. Assemble formwork to permit easy stripping and dismantling without damaging concrete. C. Place joint filler vertical in position, in straight lines. Secure to formwork during concrete placement. 3.4 REINFORCEMENT A. Place reinforcement as indicated on Drawings. B. Interrupt reinforcement at contraction and expansion joints. C. Place dowels to achieve pavement and curb alignment as detailed. D. Provide doweled joints 18 inches on center at transverse joints with one end of dowel set in capped sleeve to allow longitudinal movement. 3.5 PLACING CONCRETE A. Place concrete in accordance with Section 430 of GDOT Standard Specifications. B. Place concrete using the slip form technique wherever possible. C. Ensure reinforcement, inserts,embedded parts, and formed joints are not disturbed during concrete placement. D. Place concrete continuously over the full width of the panel and between predetermined construction joints. Do not break or interrupt successive pours such that cold joints occur. E. Place concrete to pattern indicated on Drawings. 3.6 PAVEMENT JOINTS A. Provide expansion, contraction, and construction joints as indicated on Drawings. B. Place expansion joints at 60 foot maximum intervals. Place contraction joins at 20-foot maximum intervals. Align pavement joints with curb, gutter, and sidewalk joints. C. Place joint filler between paving components and building or other appurtenances. Recess top of filler 1/2 inch for backer rod and sealant placement. Augusta Utilities Department Concrete Paving 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 13 13-6 WKD Project Number: 201500037.00.AG D. Saw cut contraction joints 3/16 inch wide or as indicated at an optimum time after finishing. Cut 1/3 into depth of slab. 3.7 SIDEWALK, CURB,AND JOINTS A. Provide sawn joints at 5-foot CURB intervals.ANDGUTTER Provide 3/4 inch expansion joint at 30 feet maximum and between sidewalks and curbs and structures. B. Align sidewalk,curb and gutter joints with pavement joints. 3.8 FINISHING A. Area Paving: Heavy broom. B. Sidewalk Paving: Light broom. Brush to 6 inch radius with smooth trowel joint edges. C. Median Barrier: Light broom and trowel joint edges. D. Curbs and Gutters: Light broom. E. Inclined Vehicular Ramps: V-grooves with mechanical equipment and spring tines, perpendicular to slope. 3.9 EXPOSED AGGREGATE A. Apply surface retarder where exposed aggregate finish is indicated. B. Wash exposed aggregate surface with clean water and scrub with stiff bristle brush exposing aggregate to match sample panel. C. Sand blast concrete surfaces to achieve aggregate exposure surface to match sample panel. 3.10 CURING A. Place curing compound on concrete surfaces immediately after finishing. B. Cover with burlap or polyethylene film to protect from cold weather and rain. 3.11 JOINT SEALING A. Separate pavement from vertical surfaces with 1/2 inch thick joint filler. B. Place joint filler in pavement pattern placement sequence. Set top to required elevations. Secure to resist movement by wet concrete. C. Extend joint filler from bottom of pavement to within 1/2 inch of finished surface. 3.12 TOLERANCES A. Maximum Variation of Surface Flatness: 1/4 inch in 10 feet. Augusta Utilities Department Concrete Paving 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 13 13-7 WKD Project Number: 201500037.00.AG B. Maximum Variation From True Position: 1/2 inch. C. Maximum Variation in thickness: 1/2 inch. 3.13 FIELD QUALITY CONTROL A. Section 01 40 00-Quality Requirements: Field inspecting, testing, adjusting, and balancing. B. Prepare three concrete test beams for every 1,333 or less square yards of pavement for each class of concrete placed each day. C. Prepare one additional test beam during cold weather and cured on site under same conditions as concrete it represents. D. One slump test will be taken for each set of test cylinders taken. E. Maintain records of placed concrete items. Record date, location of pour, quantity, air temperature, and test samples taken. F. Take one 4-inch diameter core for every 1,333 square yards or less of pavement for each class of concrete placed each day. 3.14 PROTECTION A. Immediately after placement, protect pavement from premature drying, excessive hot or cold temperatures, and mechanical injury. B. Do not permit pedestrian or vehicular traffic over pavement for 7 days minimum after finishing. 3.15 SCHEDULES A. Concrete Sidewalks: Class A Concrete, compressive strength of 3,000 psi at 28 days, 4 inches thick, buff color Portland cement, light broom finish. B. Roadway Pavement Concrete: None END OF SECTION Augusta Utilities Department Concrete Paving 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 13 13-8 WKD Project Number: 201500037.00.AG SECTION 32 17 23 PAVEMENT MARKINGS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Traffic lines, legends and markings on asphalt and concrete surfaces. 2. Waterborne Traffic Paint. 3. Thermoplastic Pavement Markings. 4. Glass beads. B. Related Sections: 1. Section 32 12 16-Asphalt Paving. 2. Section 32 13 13 -Concrete Paving. 1.2 REFERENCES A. American Association of State Highway and Transportation Officials: 1. AASHTO M247- Standard Specification for Glass Beads Used in Pavement Marking. B. GDOT Standard Specifications: 1. Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition,published by the Georgia Department of Transportation. 1.3 PERFORMANCE REQUIREMENTS A. Paint Adhesion: Adhere to road surface forming smooth continuous film one minute after application. B. Paint Drying: Tack free by touch so as not to require coning or other traffic control devices to prevent transfer by vehicle tires within 10 minutes after application. 1.4 SUBMITTALS A. Section 01 33 00-Submittal Procedures: Requirements for submittals. B. Product Data: Submit paint formulation for each type of paint and glass beads if required. C. Manufacturer's Certificate: Certify products meet or exceed specified requirements. D. Manufacturer's Installation Instructions: Submit instructions for application temperatures, eradication requirements, application rate, line thickness, and application of glass beads if required. Augusta Utilities Department Pavement Markings 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 17 23- 1 WKD Project Number: 201500037.00.AG 1.5 QUALITY ASSURANCE A. Perform Work in accordance with applicable Sections(652-659) of the GDOT Standard Specifications. B. Maintain one copy of document on site. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum 5 years experience. B. Applicator: Company specializing in performing work of this section with minimum 5 years experience. 1.7 DELIVERY, STORAGE, AND HANDLING A. Invert containers several days prior to use when paint has been stored more than two months. Minimize exposure to air when transferring paint. Seal drums and tanks when not in use. B. Where glass beads are required, store glass beads in cool, dry place. Protect from contamination by foreign substances. 1.8 ENVIRONMENTAL REQUIREMENTS A. Do not apply materials when surface and ambient temperatures are outside temperature ranges required by paint product manufacturer or: 1. Waterborne Paint: Apply when ambient air temperature and surface temperature is minimum 40 degrees F and rising and a maximum of 160 degrees F. 2. Thermoplastic: Do not apply until ambient air temperature and temperature of the pavement is 50 degrees F or higher. B. Do not apply materials during rain or snow when relative humidity is outside humidity ranges or moisture content of surfaces exceed those required by paint product manufacturer. C. Volatile Organic Content(VOC). Do not exceed State or Environmental Protection Agency maximum VOC on traffic paint. PART 2 PRODUCTS 2.1 PAINTED PAVEMENT MARKINGS A. Manufactures: 1. Ennis Paint Co., (ennispaint.com). 2. Franklin Paint Company(franklinpaint.com). 3. EZ-Liner Industries(ezliner.com). 4. TAPCO, Inc. (tapconet.com). 5. Pervo Paint Company(pervo.com). Augusta Utilities Department Pavement Markings 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 17 23-2 WKD Project Number: 201500037.00.AG 6. Substitutions: Equal per Section 00 21 13 -Instructions to Bidders. B. Furnish materials in accordance with Sections(652-659)of the GDOT Standard Specifications. C. Waterborne Paint: Ready mixed, fast dry waterborne traffic paints, lead-free, non-toxic, suitable for roadway or parking lots. D. Thermoplastic: Alkyd based ready mixed, fast dry, lead free,non-toxic,for roadways. E. Glass Beads: AASHTO M247, Type 1, coated to enhance embedment and adherence with paint. 2.2 EQUIPMENT A. Roadway Application for Continuous Longitudinal Lines: Use equipment with following capabilities. 1. Dual nozzle paint gun to simultaneously apply parallel lines of indicated width in solid or broken patterns or various combinations of those patterns. 2. Pressurized bead-gun to automatically dispense glass beads onto painted surface, at required application rate. 3. Measuring device to automatically and continuously measure length of each line placed,to nearest foot. 4. Device to heat paint to manufacturer's temperature recommendation for fast dry and thermoplastic applications. B. Machine Calibration: Calibrate machines to meet specified tolerances. C. Other Equipment: For application of crosswalks, intersections, stop lines, legends and other miscellaneous items by walk behind stripers,hand spray or stencil trucks, apply with equipment meeting requirements of this section. Do not use hand brushes or rollers. Optionally apply glass beads by hand. PART 3 EXECUTION 3.1 EXAMINATION A. Section 01 30 00 -Administrative Requirements: Verification of existing conditions before starting work. B. Do not apply paint to concrete surfaces until concrete has cured for 28 days. 3.2 PREPARATION A. Maintenance and Protection of Traffic: 1. Provide short term traffic control in accordance with Section 01 50 00 -Temporary Facilities and Controls and as required by the local authority having jurisdiction. 2. Prevent traffic from interrupting or driving on newly applied markings before markings dry. 3. Maintain roadway travel lanes between 7:00 a.m. to 9:00 a.m. and between 4:00 p.m. and 6:00 p.m. Augusta Utilities Department Pavement Markings 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 17 23-3 WKD Project Number: 201500037.00.AG 4. Maintain access to existing businesses and other properties requiring access. B. Surface Preparation. 1. Clean and dry paved surface prior to painting. 2. Blow or sweep surface free of dirt, debris, oil, grease, or gasoline. 3. Spot location of final pavement markings as specified and as indicated on Drawings by applying pavement spots 25 feet on center. 4. Notify Engineer after placing pavement spots and minimum three days prior to applying traffic lines. 3.3 EXISTING WORK A. Remove existing markings in an acceptable manner. Do not remove existing pavement markings by painting over with black paint. Remove by methods that will cause least damage to pavement structure or pavement surface. Satisfactorily repair any pavement or surface damage caused by removal methods. B. Clean and repair existing or remaining lines and legends. 3.4 APPLICATION A. Agitate paint for 1-15 minutes prior to application to ensure even distribution of paint pigment. B. Dispense paint at temperature recommended by manufacturer to wet-film thickness of 25 mils. C. Dispense thermoplastic at temperature recommended by manufacture to thickness as specified in Section 653 of the Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition,published by the Georgia Department of Transportation D. Apply glass beads at the rate specified in the Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition, published by the Georgia Department of Transportation. E. Apply markings to indicated dimensions at indicated locations. F. Prevent splattering and over spray when applying markings. G. Unless material is track free at end of paint application convoy, use traffic cones to protect markings from traffic until track free. H. When vehicle crosses a marking and tracks it or when splattering or overspray occurs, eradicate affected marking and resultant tracking and apply new markings. I. Collect and legally dispose of residues from painting operations. 3.5 APPLICATION TOLERANCES A. Section 01 40 00- Quality Requirements: Tolerances. Augusta Utilities Department Pavement Markings 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 17 23-4 WKD Project Number: 201500037.00.AG B. Maximum Variation from Wet Film Thickness: 1 mil. C. Maximum Variation from Wet Paint Line Width: Plus or minus 1/8 inch. D. Maintain cycle length for skip lines at tolerance of plus or minus 6 inches per 40 feet and line length or plus or minus 3 inches per 10 feet. E. Maximum Variation from Specified Application Temperature: Plus or minus 5 degrees F. 3.6 FIELD QUALITY CONTROL A. Section 01 40 00 - Quality Requirements: Field inspecting,testing, adjusting, and balancing. B. Inspect for incorrect location, insufficient thickness,line width, coverage,retention, uncured or discolored material, and insufficient bonding. C. Repair lines and markings which after application and curing do not meet following criteria: 1. Incorrect Location: Remove and replace incorrectly placed patterns. 2. Insufficient Thickness, Line Width,Paint Coverage, Retention or Glass Bead Coverage (where required): Prepare defective material by acceptably grinding or blast cleaning to remove substantial amount of beads and to roughen marking surface. Remove loose particles and debris. Apply new markings on cleaned surface in accordance with this Section. 3. Uncured or Discolored Material, Insufficient Bonding: Remove defective markings in accordance with this Section and clean pavement surface one foot beyond affected area. Apply new markings on cleaned surface in accordance with this Section. D. Replace failed or defective markings in entire section of defective markings within 30 days after notification when any of the following exists: 1. Marking is discolored or exhibits pigment loss and is determined to be unacceptable by visual comparison with beaded color plates. 2. If glass beads are used,the average retro-reflectivity is less than 375 mcd/m2/Ix for white pavement markings and 250 mcd/m2/1 x for yellow pavement markings. E. When eradication of existing paint lines is necessary, eradicate by shot blast or water blast method. Do not gouge or groove pavement more than 1/16 inch during removal. Limit area of removal to area of marking plus 1 inch on all sides. Prevent damage to transverse and longitudinal joint sealers, and repair any damage according to requirements in Section 32 12 16- Asphalt Paving or Section 32 13 13—Concrete Paving. F. Maintain daily log showing work complete, results of inspections or tests,pavement and air temperatures, relative humidity,presence of any moisture on pavement, and any material or equipment problems. Make legible entries in log in ink, sign, and submit by end of each work day. Enter environmental data into log prior to starting work each day and at two additional times during day. Augusta Utilities Department Pavement Markings 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 17 23-5 WKD Project Number: 201500037.00.AG 3.7 PROTECTION OF FINISHED WORK A. Section 01 70 00 -Execution and Closeout Requirements: Requirements for protecting finished Work. B. Protect painted pavement markings from vehicular and pedestrian traffic until paint is dry and track free. Follow manufacturer's recommendations or use minimum of 30 minutes. Consider barrier cones as satisfactory protection for materials requiring more than two minutes dry time. END OF SECTION Augusta Utilities Department Pavement Markings 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 17 23-6 WKD Project Number: 201500037.00.AG SECTION 32 91 19 LANDSCAPE GRADING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Final grade topsoil for finish landscaping. 2. Testing Topsoil. 3. Supplying Topsoil. 4. Scarifying substrate surface. 5. Placing and lightly compacting topsoil. 6. Removing excess topsoil from site. B. Related Sections: 1. Section 31 23 16 -Excavation and Fill; Cutting and filling to site subgrade. 2. Section 31 23 16.13 - Trenching: Backfilling trenches to subgrade. 3. Section 32 92 19 - Seeding. 4. Section 32 92 23 - Sodding. 1.2 REFERENCES A. GDOT Standard Specifications: 1. Standard Specifications Construction of Transportation Systems,2013 Edition or latest edition, published by the Georgia Department of Transportation. 1.3 SUBMITTALS A. Section 01 33 00- Submittal Procedures: Submittal procedures. B. Test Results: Submit results of topsoil tests to determine soil amendments required. C. Samples: Submit to testing laboratory for independent test, in air-tight containers, 10 pound sample of topsoil. D. Materials Source: Submit name and location of imported materials source. 1.4 QUALITY ASSURANCE A. Furnish each topsoil material from single source throughout the Work. B. Perform Work in accordance with applicable portions of Section 702 and 893 of GDOT Standard Specifications. Augusta Utilities Department Landscaping Grading 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 91 19-1 WKD Project Number: 201500037.00.AG PART 2 PRODUCTS 2.1 MATERIAL A. Topsoil: Original surface soil typical of the area, which is capable of supporting native plant growth; free of large stones,roots,waste, debris, contamination, or other unsuitable material, which may be detrimental to plant growth; pH value of 5.4 to 7.0. B. Suitable material excavated from site,amended per requirements of tests is acceptable. PART 3 EXECUTION 3.1 EXAMINATION A. Section 01 30 00 -Administrative Requirements: Verification of existing conditions before starting work. B. Verify building and trench backfilling have been inspected. C. Verify substrate base has been contoured and compacted. 3.2 PREPARATION A. Protect landscaping and other features remaining as final Work. B. Protect existing structures, fences, sidewalks, utilities,paving, and curbs. 3.3 SUBSTRATE PREPARATION A. Eliminate uneven areas and low spots. B. Remove debris,roots,branches, stones, in excess of 1 inch in size. Remove contaminated subsoil. C. Scarify surface to depth of 6 inches where topsoil is scheduled. Scarify in areas where equipment used for hauling and spreading topsoil has compacted subsoil. 3.4 PLACING TOPSOIL A. Place topsoil in areas where seeding, sodding, and planting is required to thickness as scheduled. Place topsoil during dry weather. B. Fine grade topsoil to eliminate rough or low areas. Maintain profiles and contour of subgrade. C. Remove roots, weeds,rocks, and foreign material while spreading. D. Manually spread topsoil close to plant material,buildings, and pavement to prevent damage. E. Lightly compact placed topsoil. Augusta Utilities Department Landscaping Grading 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 91 19-2 WKD Project Number: 201500037.00.AG F. Remove surplus subsoil and topsoil from site. G. Leave stockpile area and site clean and raked,ready to receive landscaping. 3.5 TOLERANCES A. Section 01 40 00-Quality Requirements: Tolerances. B. Top of Topsoil: Plus or minus 1/2 inch. 3.6 PROTECTION OF INSTALLED WORK A. Section 01 70 00 -Execution and Closeout Requirements: Requirements for protecting finished Work. B. Prohibit construction traffic over topsoil. Scarify and regrade disturbed areas. 3.7 SCHEDULES A. Compacted topsoil thicknesses: 1. Seeded Areas: 6 inches. 2. Sodded Areas: 4 inches. 3. Shrub Beds: 18 inches. 4. Flower Beds: 12 inches. 5. Planter Boxes: To within 3 inches of box rim. 6. Trees: As indicated on Drawings. END OF SECTION Augusta Utilities Department Landscaping Grading 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 91 19-3 WKD Project Number: 201500037.00.AG THIS PAGE INTENTIONALLY LEFT BLANK Augusta Utilities Department Landscaping Grading 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 91 19-4 WKD Project Number: 201500037.00.AG SECTION 32 92 19 SEEDING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Fertilizing. 2. Seeding. 3. Hydroseeding. 4. Mulching. 5. Maintenance. B. Related Sections: 1. Section 32 91 19 -Landscape Grading: Preparation and placement of topsoil in preparation for the Work of this Section. 2. Section 32 92 23 - Sodding. 1.2 REFERENCES A. ASTM International: 1. ASTM C602 - Standard Specification for Agricultural Liming Materials. B. GDOT Standard Specifications: 1. Standard Specifications Construction of Transportation Systems,2013 Edition or latest edition, published by the Georgia Department of Transportation. 1.3 DEFINITIONS A. Weeds: Vegetative species other than specified species to be established in given area. 1.4 SUBMITTALS A. Section 01 33 00- Submittal Procedures: Requirements for submittals. B. Product Data: Submit data for seed mix,fertilizer, mulch, and other accessories. C. Test Reports: Indicate topsoil nutrient and pH levels with recommended soil supplements and application rates. D. Manufacturer's Certificate: Certify products meet or exceed specified requirements. E. Invoices or proof of purchase to verify quantities specified. Augusta Utilities Department Seeding 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 92 19- 1 WKD Project Number: 201500037.00.AG F. Operation and Maintenance Data: Include maintenance instructions, cutting method and maximum grass height; and,types, application frequency, and recommended coverage of fertilizer. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with Section 700 and 890 of the GDOT Standard Specifications. B. Maintain copy of document on site. 1.6 QUALIFICATIONS A. Seed Supplier: Company specializing in manufacturing products specified in this Section with minimum 3 years documented experience. B. Installer: Company specializing in performing work of this Section with minimum 5 years documented experience. 1.7 DELIVERY, STORAGE,AND HANDLING A. Deliver grass seed mixture in sealed containers showing percentage of seed mix, germination, inert matter and weeds;year of production;net weight; date of packaging; and location of packaging. Seed in damaged packaging is not acceptable. B. Deliver fertilizer in waterproof bags showing weight, chemical analysis, and name of manufacturer. 1.8 MAINTENANCE SERVICE A. Section 01 70 00- Execution and Closeout Requirements: Requirements for maintenance service. B. Maintain seeded areas for 12 months from Date of Substantial Completion. PART 2 PRODUCTS 2.1 TOPSOIL MATERIALS A. Conform to Section 32 91 19-Landscape Grading. Original surface soil typical of the area, which is capable of supporting native plant growth; free of large stones,roots,waste, debris, contamination, or other unsuitable material,which may be detrimental to plant growth;pH value of 5.4 to 7.0. 2.2 SEED MIXTURE A. Furnish materials in accordance with Section 700 and 890 of the GDOT Standard Specifications. B. Seed Mixture and Rate: Per Section 700 of the GDOT Standard Specifications Augusta Utilities Department Seeding 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 92 19-2 WKD Project Number: 201500037.00.AG 2.3 ACCESSORIES A. Mulching Material: Oat or wheat straw, free from weeds, foreign matter detrimental to plant life, and dry. Hay or chopped cornstalks are not acceptable. B. Fertilizer: Commercial grade; recommended for grass; of proportion necessary to eliminate deficiencies of topsoil, as indicated in analysis. When test is not available, use 10-10-10 mixture of Nitrogen, phosphoric acid, and soluble potash. C. Lime: ASTM C602, Class T or Class 0 agricultural limestone containing a minimum 80 percent calcium carbonate equivalent. D. Water: Clean,fresh and free of substances or matter capable of inhibiting vigorous growth of grass. E. Erosion Fabric: Jute matting, open weave. F. Herbicide: As required to combat type of weeds encountered. G. Stakes: Softwood lumber, chisel pointed. H. String: Inorganic fiber. PART 3 EXECUTION 3.1 EXAMINATION A. Section 01 30 00-Administrative Requirements: Verification of existing conditions before starting Work. B. Verify prepared soil base and topsoil are ready to receive the Work of this Section. 3.2 FERTILIZING A. Apply lime at application rate recommended by soil analysis. Work lime into top 6 inches of soil. B. Apply fertilizer at application rate recommended by soil analysis. C. Apply after smooth raking of topsoil and prior to roller compaction. D. Do not apply fertilizer at same time or with same machine used to apply seed. E. Mix fertilizer thoroughly into upper 2 inches of topsoil. F. Lightly water soil to aid dissipation of fertilizer. Irrigate top level of soil uniformly. 3.3 SEEDING A. Apply seed evenly in two intersecting directions at the rates shown above. Rake in lightly. Augusta Utilities Department Seeding 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 92 19-3 WKD Project Number: 201500037.00.AG B. Do not seed areas in excess of that which can be mulched on same day. C. Planting Season: Per Section 700 of the GDOT Standard Specifications D. Do not sow immediately following rain,when ground is too dry, or when winds are over 12 mph. E. Roll seeded area with roller not exceeding 112 lbs/linear foot. F. Immediately following seeding and rolling, apply mulch to thickness of 1/8 inch. Maintain clear of shrubs and trees. G. Apply water with fine spray immediately after each area has been mulched. Saturate to 4 inches of soil. 3.4 HYDROSEEDING A. Apply fertilizer, mulch and seeded slurry with hydraulic seeder at the rate indicated in Section 700 of the GDOT Standard Specifications. B. Apply water with fine spray immediately after each area has been hydroseeded. Saturate to 4 inches of soil and maintain moisture levels two to four inches. 3.5 SEED PROTECTION A. Identify seeded areas with stakes and string around area periphery. Set string height to 12 inches. Space stakes at 5 feet on center. B. Cover seeded slopes where grade is greater than 3 H:1 V with erosion fabric. Roll fabric onto slopes without stretching or pulling. C. Lay fabric smoothly on surface, bury top end of each section in 6 inch deep excavated topsoil trench. Overlap edges and ends of adjacent rolls minimum 12 inches. Backfill trench and rake smooth,level with adjacent soil. D. Secure outside edges and overlaps at 36 inch intervals with stakes. E. Lightly dress slopes with topsoil to ensure close contact between fabric and soil. F. At sides of ditches,lay fabric laps in direction of water flow. Lap ends and edges minimum 6 inches. 3.6 MAINTENANCE A. Mow grass at regular intervals to maintain at maximum height of 2-1/2 inches. Do not cut more than 1/3 of grass blade at each mowing. Perform first mowing when seedlings are 40 percent higher than desired height. B. Neatly trim edges and hand clip where necessary. Augusta Utilities Department Seeding 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 92 19-4 WKD Project Number: 201500037.00.AG C. Immediately remove clippings after mowing and trimming. Do not let clippings lay in clumps. D. Water to prevent grass and soil from drying out. E. Roll surface to remove minor depressions or irregularities. F. Control growth of weeds. Apply herbicides. Remedy damage resulting from improper use of herbicides. G. Immediately reseed areas showing bare spots. H. Repair washouts or gullies. I. Protect seeded areas with warning signs during maintenance period. END OF SECTION Augusta Utilities Department Seeding 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 92 19-5 WKD Project Number: 201500037.00.AG THIS PAGE INTENTIONALLY LEFT BLANK Augusta Utilities Department Seeding 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 92 19-6 WKD Project Number: 201500037.00.AG SECTION 32 92 23 SODDING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Fertilizing. 2. Sod installation. 3. Maintenance. B. Related Sections: 1. Section 32 91 19 -Landscape Grading: Preparation and placement of topsoil in preparation for the Work of this section. 2. Section 32 92 19- Seeding. 1.2 REFERENCES A. ASTM International: 1. ASTM C602- Standard Specification for Agricultural Liming Materials. B. GDOT Standard Specifications: 1. Standard Specifications Construction of Transportation Systems,2013 Edition or latest edition, published by the Georgia Department of Transportation. C. Turfgrass Producers International: 1. TPI-Guideline Specifications to Turfgrass Sodding. 1.3 DEFINITIONS A. Weeds: Vegetative species other than specified species to be established in given area. 1.4 SUBMITTALS A. Section 01 33 00- Submittal Procedures: Requirements for submittals. B. Product Data: Submit data for sod grass species, fertilizer,mulch, and other accessories. C. Test Reports: Indicate topsoil nutrient and pH levels with recommended soil supplements and application rates. D. Manufacturer's Certificate: Certify Products meet or exceed specified requirements. Augusta Utilities Department Sodding 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 92 23- 1 WKD Project Number: 201500037.00.AG .....-_.-_— E. Invoices or proof of purchase to verify quantities specified. 1.5 CLOSEOUT SUBMITTALS A. Section 01 70 00-Execution and Closeout Requirements: Requirements for submittals. B. Operation and Maintenance Data: Submit maintenance instructions, cutting method and maximum grass height;types, application frequency, and recommended coverage of fertilizer. 1.6 QUALITY ASSURANCE A. Sod: Root development capable of supporting its own weight without tearing, when suspended vertically by holding upper two corners. B. Perform Work in accordance with Section 700 and 890 of the GDOT Standard Specifications. 1.7 QUALIFICATIONS A. Sod Producer: Company specializing in manufacturing Products specified in this Section with minimum three years documented experience. B. Installer: Company specializing in performing work of this section with minimum three years documented experience. 1.8 DELIVERY, STORAGE,AND HANDLING A. Deliver sod on pallets. Protect exposed roots from dehydration. B. Do not deliver more sod than can be laid within 24 hours. 1.9 COORDINATION A. Section 01 30 00-Administrative Requirements: Requirements for coordination. 1.10 MAINTENANCE SERVICE A. Section 01 70 00 -Execution and Closeout Requirements: Maintenance service. B. Maintain sodded areas sodded areas for 12 months from Date of Substantial Completion. PART 2 PRODUCTS 2.1 GENERAL A. Furnish materials in accordance with Section 700 and 890 of the GDOT Standard Specifications. Augusta Utilities Department Sodding 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 92 23-2 WKD Project Number: 201500037.00.AG 2.2 TOPSOIL MATERIALS A. Conform to Section 32 91 19 - Landscape Grading: Original surface soil typical of the area, which is capable of supporting native plant growth; free of large stones,roots,waste, debris, contamination, or other unsuitable material,which may be detrimental to plant growth; pH value of 5.4 to 7.0. 2.3 SOD A. Sod: TPI defined Field grown; cultivated grass sod;type indicated below;with strong fibrous root system, free of stones,burned or bare spots; containing no more than five weeds per 1,000 square feet. 2.4 ACCESSORIES A. Fertilizer: Commercial grade;recommended for grass; of proportion necessary to eliminate deficiencies of topsoil, as indicated in analysis. When test is not available, use 10-10-10 mixture of Nitrogen,phosphoric acid, and soluble potash. B. Lime: ASTM C602, Class T or Class 0 agricultural limestone containing a minimum 80 percent calcium carbonate equivalent. C. Water: Clean, fresh, and free of substances or matter capable of inhibiting vigorous growth of grass. D. Herbicide: As required to combat type of weeds encountered. E. String: Inorganic fiber. F. Wood Pegs: Softwood, sufficient size and length to anchor sod on slope. G. Surface Mesh: Interwoven hexagonal plastic mesh of 2 inch size. 2.5 HARVESTING SOD A. Machine cut sod and load on pallets in accordance with TPI guidelines. B. Cut sod in area not exceeding 1 sq yd,with minimum 1/2 inch and maximum 1 inch topsoil base. PART 3 EXECUTION 3.1 EXAMINATION A. Section 01 30 00 -Administrative Requirements: Verification of existing conditions before starting work. B. Verify prepared soil base and topsoil are ready to receive the Work of this Section. Augusta Utilities Department Sodding 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 92 23-3 WKD Project Number: 201500037.00.AG 3.2 FERTILIZING A. Apply lime at the application rate recommended by topsoil analysis or 2 tons per acre (100 pounds per 1000 square feet). Work lime into top 6 inches of soil. B. Apply fertilizer at application rate recommended by soil analysis or 1,000 lbs per acre(25 pounds per 1,000 square feet)of 10-10-10 fertilizer in fall or 5-10-10 fertilizer in spring. C. Apply after smooth raking of topsoil and prior to roller compaction. D. Do not apply fertilizer at same time sod is applied. E. Mix fertilizer thoroughly into upper 2 inches of topsoil. F. Lightly water soil to aid dissipation of fertilizer. Irrigate top level of soil uniformly. 3.3 LAYING SOD A. Moisten prepared surface immediately prior to laying sod. B. Lay sod within 48 hours of being cut and within 24 hours after topsoil is prepared and fertilized. C. Lay sod tight with no open joints visible, and no overlapping; stagger end joints 12 inches minimum. Do not stretch or overlap sod pieces. D. Lay smooth. Align with adjoining grass areas. E. Place top elevation of sod 1/2 inch below adjoining paving. F. On slopes 6 inches per foot and steeper, lay sod perpendicular to slope and secure every row with wooden pegs at maximum 2 feet on center. When using"big roll", lay sod parallel to slope. Drive pegs flush with soil portion of sod. G. Do not place sod when temperature is lower than 32 degrees F. H. Prior to placing sod, on slopes exceeding 8 inches per foot or where indicated, place surface mesh over topsoil. Securely anchor mesh in place with wood pegs sunk firmly into ground. I. Water sodded areas immediately after installation. Saturate soil to 4 inches. J. After sod and soil have dried,roll sodded areas to bond sod to soil and to remove minor depressions and irregularities. Roll sodded areas with roller not exceeding 112 pounds. K. Roll before first watering. Augusta Utilities Department Sodding 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 92 23-4 WKD Project Number: 201500037.00.AG 3.4 MAINTENANCE A. Mow grass at regular intervals to maintain at maximum height of 2-1/2 inches. Do not cut more than 1/3 of grass blade at each mowing. Perform first mowing when seedlings are 40 percent higher than desired height. B. Neatly trim edges and hand clip where necessary. C. Immediately remove clippings after mowing and trimming. Do not let clippings lay in clumps. D. Water to prevent grass and soil from drying out. E. Roll surface to remove minor depressions or irregularities. F. Control growth of weeds. Apply herbicides. Remedy damage resulting from improper use of herbicides. G. Immediately reseed areas showing bare spots. H. Repair washouts or gullies. I. Protect sodded areas with warning signs during maintenance period. END OF SECTION Augusta Utilities Department Sodding 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 92 23-5 WKD Project Number: 201500037.00.AG THIS PAGE INTENTIONALLY LEFT BLANK Augusta Utilities Department Sodding 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 32 92 23-6 WKD Project Number: 201500037.00.AG SECTION 33 01 30.13 SEWER AND MANHOLE TESTING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Gravity Sewer Testing: a. Low-pressure Air Test. b. Exfiltration Test. c. Infiltration Test. 2. Deflection Testing of Plastic Piping. 3. Manhole Testing: a. Vacuum Test. b. Exfiltration Test. B. Related Sections: 1. Section 33 05 13.16 -Public Manholes and Structures. 2. Section 33 31 00 - Sanitary Utility Sewerage Piping. 3. Section 33 41 00- Storm Utility Drainage Piping. 1.2 REFERENCES A. ASTM International: 1. ASTM C828 - Standard Test Method for Low-Pressure Air Test of Vitrified Clay Pipe Lines. 2. ASTM C924- Standard Practice for Testing Concrete Pipe Sewer Lines by Low-Pressure Air Test Method. 3. ASTM C1244- Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure(Vacuum) Test Prior to Backfill. 4. ASTM D2122 -Standard Test Method for Determining Dimensions of Thermoplastic Pipe and Fittings. 1.3 SUBMITTALS A. Section 01 33 00- Submittal Procedures: Requirements for submittals. B. Submit the following prior to start of testing: 1. Testing procedures. 2. List of test equipment. 3. Testing sequence schedule. 4. Provisions for disposal of flushing and test water. 5. Certification of test gauge calibration. 6. Deflection mandrel drawings and calculations. C. Test Reports: Indicate results of manhole and piping tests. Augusta Utilities Department Sewer and Manhole Testing 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 01 30.13- 1 WKD Project Number: 201500037.00.AG PART 2 PRODUCTS-Not Used PART 3 EXECUTION 3.1 EXAMINATION A. Verify that manholes and piping are ready for testing. B. Verify trenches are backfilled. C. Verify pressure piping concrete reaction support blocking or mechanical restraint system is installed. 3.2 PIPING PREPARATION A. Flush and clean piping. B. Assist Engineer in lamping gravity piping. 1. Engineer will perform lamping operation by shining light at one end of each pipe section between manholes; observe light at other end;reject pipe not installed with uniform line and grade 2. Remove and reinstall rejected pipe sections;re-clean and assist engineer with re-lamping. C. Plug outlets,wye-branches, and laterals; brace plugs to resist test pressures. 3.3 FIELD QUALITY CONTROL A. Section 01 40 00- Quality Requirements: Field inspecting,testing, adjusting, and balancing. B. Notify Engineer 72 hours in advance of tests and have witness tests. 3.4 TESTING GRAVITY SEWER PIPING A. Low-pressure Air Test: 1. Perform test in accordance with applicable portions of ASTM 828 and ASTM 924. 2. Test each section of gravity sewer piping between manholes. 3. Introduce air pressure slowly to approximately 4 psig. 4. Determine groundwater elevation above spring line of pipe. For every foot of groundwater above spring line of pipe, increase starting air test pressure by 0.43 psig; do not increase pressure above 10 psig. 5. Allow pressure to stabilize for at least five minutes. Adjust pressure to 4 psig or increased test pressure as determined above when groundwater is present. Start test. 6. Determine test duration for sewer section with single pipe size from the following table. Do not make allowance for laterals. Nominal Pipe Size Minimum Test Time Length for Min. Time for Longer (inches) (min:sec) Time(ft) Length(sec) 4 1:53 597 .190L Augusta Utilities Department Sewer and Manhole Testing 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 01 30.13-2 WKD Project Number: 201500037.00.AG 6 2:50 398 .427L 8 3:47 298 .760L 10 4:43 239 1.187L _ 12 5:40 199 1.709L 15 7:05 159 2.671L 18 8:30 133 3.846L 21 9:55 114 5.235L 24 11:20 99 6.837L 27 12:45 88 8.653L 30 14:10 80 10.683L 33 15:35 72 12.926L 36 17:00 66 15.384L 7. Record drop in pressure during test period; when air pressure has dropped more than 0.5 psig during test period, piping has failed;when 0.5 psig air pressure drop has not occurred during test period, discontinue test and piping is accepted. 8. When piping fails, determine source of air leakage, make corrections and retest; test section in incremental stages until leaks are isolated; after leaks are repaired, retest entire section between manholes. B. Exfiltration Test: 1. Test pipe larger than 36 inch diameter with exfiltration test not exceeding 100 gallons for each inch of pipe diameter for each mile per day for each section under test. Perform test with minimum positive head of 2 feet. C. Infiltration Test: 1. Use only when gravity piping is submerged in groundwater minimum of 4 feet above crown of pipe for entire length being tested. 2. Maximum Allowable Infiltration: 100 gallons per inch of pipe diameter for each mile per day for section under test; include allowances for leakage from manholes. 3.5 DEFLECTION TESTING OF PLASTIC PIPING A. Perform vertical ring deflection testing on PVC and ABS sewer piping after backfilling has been in place for at least 30 days but not longer than 12 months. B. Allowable maximum deflection for installed plastic sewer pipe is limited to 5 percent of original vertical internal diameter. C. Furnish rigid ball or mandrel with diameter not less than 95 percent of base or average inside diameter of pipe as determined by ASTM standard to which pipe is manufactured. Measure pipe in compliance with ASTM D2122. D. Perform deflection testing using properly sized rigid ball or'Go,No-Go' mandrel. E. Perform test without mechanical pulling devices. F. Locate, excavate,replace, and retest pipe exceeding allowable deflection. Augusta Utilities Department Sewer and Manhole Testing 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 01 30.13-3 WKD Project Number: 201500037.00.AG 3.6 TESTING MANHOLES A. General: Test using air whenever possible prior to backfilling to assist in locating leaks. Make joint repairs on both outside and inside of joint to ensure permanent seal. Test manholes with manhole frame set in place. B. Vacuum test in accordance with ASTM C1244 and as follows: 1. Plug pipe openings; securely brace plugs and pipe. 2. Inflate compression band to affect seal between vacuum base and structure; connect vacuum pump to outlet port with valve open; draw vacuum to 10 inches of Hg; close valve; start test. 3. Determine test duration for manhole from the following table: Manhole Diameter Test Period 4 feet 60 seconds 5 feet 75 seconds 6 feet 90 seconds 4. Record vacuum drop during test period; when vacuum drop is greater than 1 inch of Hg during test period, repair and retest manhole;when vacuum drop of 1 inch of Hg does not occur during test period, discontinue test and accept manhole. 5. When vacuum test fails to meet 1 inch Hg drop in specified time after repair, repair and retest manhole. C. Exfiltration Test: 1. Plug pipes in manhole;remove water in manhole; observe plugs over period of not less than 2 hours to ensure there is no leakage into manhole. 2. Determine groundwater level outside manhole. 3. Fill manhole with water to within 4 inches of top of cover frame. Prior to test, allow manhole to soak from minimum of 4 hours to maximum of 72 hours;after soak period, adjust water level inside manhole to within 4 inches of top of cover frame. 4. Measure water level from top of manhole frame; at end of 4 hour test period, again measure water level from top of manhole frame; compute drop in water level during test period. 5. Manhole exfiltration test is considered satisfactory when drop in water level is less than values listed in table below: Manhole Allowable Leakage(Inches for Manhole Diameter) Depth(feet) 4 feet 5 feet 6 feet 4 0.11 0.14 0.17 6 0.17 0.21 0.26 8 0.23 0.29 0.35 10 0.28 0.35 0.42 12 0.34 0.43 0.51 14 0.40 0.50 0.60 16 0.45 0.56 0.68 18 0.51 0.64 0.77 20 0.57 0.71 0.86 Augusta Utilities Department Sewer and Manhole Testing 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 01 30.13-4 WKD Project Number: 201500037.00.AG Manhole Allowable Leakage(Inches for Manhole Diameter) Depth(feet) 4 feet 5 feet 6 feet 22 0.62 0.78 0.93 24 0.68 0.85 1.02 26 0.74 0.93 1.11 28 0.79 0.99 1.19 30 0.85 1.06 1.28 6. When unsatisfactory test results are achieved, repair manhole and retest until result meets criteria;repair visible leaks regardless of quantity of leakage. END OF SECTION Augusta Utilities Department Sewer and Manhole Testing 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 01 30.13-5 WKD Project Number: 201500037.00.AG THIS PAGE INTENTIONALLY LEFT BLANK Augusta Utilities Department Sewer and Manhole Testing 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 01 30.13-6 WKD Project Number: 201500037.00.AG SECTION 33 01 30.16 TV INSPECTION OF SEWER PIPELINES PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Pipeline flushing and cleaning. 2. TV inspection of sewer pipelines. 3. Audio-video taping of pipeline interior. B. Related Sections: 1. Section 33 01 30.13 - Sewer and Manhole Testing. 2. Section 33 31 00- Sanitary Utility Sewerage Piping. 1.2 REFERENCES A. Electronics Industries Association(EIA). 1.3 SUBMITTALS A. Section 01 33 00- Submittal Procedures: Requirements for submittals. B. Submit completed DVD's, identified by number,project name, street name,right-of-way property name, and manhole numbers. C. DVD's become property of Owner. D. Submit cleaning and television inspection logs for each section of sewer line to be rehabilitated and three copies of color video for work performed. Include the following as minimum information: stationing and location of lateral services,y's or tees, clock references,pipe joints, infiltration/inflow defects, cracks, leaks, offset joints, and other information required to assess condition of sewer. E. Submit a specific, detailed description of proposed bypass pumping system to include written description of plan and addressing quantity, capacity, and location of pumping equipment. Submit spill plan to address any spills that might occur. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with local agency having jurisdiction. B. Use cameras with video output capable of producing minimum of 600 lines of horizontal resolution at center; optimum imagery with minimum illumination; and meet requirements of EIA Standard Video Signal. Augusta Utilities Department TV Inspection of Sewer Pipelines 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 01 30.16-1 WKD Project Number: 201500037.00.AG 1.5 QUALIFICATIONS A. Applicator: Company specializing in performing work of this Section with minimum three years documented experience. PART 2 PRODUCTS 2.1 DVD A. Audio track containing simultaneously recorded narrative commentary and evaluations of operator describing in detail condition of pipeline interior. PART 3 EXECUTION 3.1 PREPARATION A. Flush and clean pipeline interiors to remove sludge, dirt, sand, stone, grease, and other materials from pipe to ensure clear view of interior conditions. B. Intercept flushed debris at next downstream manhole by use of weir or screening device; remove and dispose of debris off site. C. Furnish materials, labor, equipment, power, and maintenance to implement a temporary bypass pumping system around work area for time required to complete TV inspection. 3.2 APPLICATION A. Closed-Circuit TV Camera System: 1. Utilize cameras specifically designed and constructed for closed-circuit sewer line inspection. Utilize camera equipment with pan and tilt capability to view each lateral connection at multiple angles. 2. Utilize camera capable of moving upstream and downstream; minimum 1,000 feet horizontal distance with one setup; direct reading cable position meter. 3.3 FIELD QUALITY CONTROL A. Section 01 40 00- Quality Requirements: Field inspecting,testing,adjusting, and balancing. B. Pipeline Inspection: 1. Audio-video sections of sewer pipeline between manholes designated. 2. Identify and record locations of flat grades, dips, deflected joints, open joints, broken pipe, protrusions into pipeline, and points of infiltration. 3. Locate and record service connections. 4. Record locations of pipeline defects and connection horizontal distance, in feet, and direction from manholes. Augusta Utilities Department TV Inspection of Sewer Pipelines 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 01 30.16-2 WKD Project Number: 201500037.00.AG 5. Video with pipe section plugged as to view 100 percent of inside pipe diameter;use flow control methods as specified for bypass pumping system to eliminate surcharging and reduce flow. END OF SECTION Augusta Utilities Department TV Inspection of Sewer Pipelines 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 01 30.16-3 WKD Project Number: 201500037.00.AG THIS PAGE INTENTIONALLY LEFT BLANK Augusta Utilities Department TV Inspection of Sewer Pipelines 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 01 30.16-4 WKD Project Number: 201500037.00.AG SECTION 33 05 13.16 PUBLIC MANHOLES AND STRUCTURES PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Precast reinforced concrete manholes and structures with tongue-and-groove joints with masonry transition to frames, lids,grates, anchorage, and accessories. 2. Masonry manhole and structure sections with masonry transition to frames, lids, grates, anchorage, and accessories. 3. Cast-in-place concrete manholes and structures with masonry transition to frames,lids, grates, covers, anchorage, and accessories. 4. Structure connections to existing public utility lines. 5. Bedding and backfill materials. B. Related Sections: 1. Section 31 23 16—Excavation and Fill: Topsoil and subsoil removal from site surface. 2. Section 31 23 16.13 -Trenching: Excavating and backfilling for manholes, structures, and foundation slabs. 3. Section 33 01 30.13 - Sewer and Manhole Testing. 4. Section 33 31 00—Sanitary Utility Sewerage Piping: Connections to manholes. 5. Section 33 41 00—Storm Utility Drainage Piping: Connections to inlets, catch basins, manholes, and structures. 1.2 REFERENCES A. American Concrete Institute: 1. ACI 530/530.1 -Building Code Requirements for Masonry Structures and Specifications for Masonry Structures. B. ASTM International: 1. ASTM A48- Standard Specification for Gray Iron Castings. 2. ASTM C32- Standard Specification for Sewer and Manhole Brick(Solid Masonry Units Made From Clay or Shale). 3. ASTM C39- Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. ASTM C55 - Standard Specification for Concrete Brick. 5. ASTM C443—Standard Specification for Joints for Circular Concrete Sewer and Culvert Pipe,Using Rubber gaskets. 6. ASTM C478 -Standard Specification for Precast Reinforced Concrete Manhole Sections. 7. ASTM C497- Standard Test Methods for Concrete Pipe,Manhole Sections,or Tile. 8. ASTM C857- Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures. 9. ASTM C890 - Standard Practice for Minimum Structural Design Loading for Monolithic or Section Precast Concrete Water and Wastewater Structures. Augusta Utilities Department Public Manholes and Structures 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 05 13.16- 1 WKD Project Number: 201500037.00.AG 10. ASTM C891 -Standard Practice for Installation of Underground Precast Concrete Utility Structures. 11. ASTM C913 - Standard Specification for Precast Concrete Water and Wastewater Structures. 12. ASTM C923 - Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures,Pipes, and Laterals. 13. ASTM C990- Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants. C. National Precast Concrete Association: 1. NPCA Quality Control Manual for Precast Plants. 2. NPCA Plant Certification Program. D. GDOT Standard Specifications: 1. Standard Specifications Construction of Transportation Systems,2013 Edition or latest edition, published by the Georgia Department of Transportation. 1.3 SUBMITTALS A. Section 01 33 00- Submittal Procedures: Requirements for submittals. B. Shop Drawings: 1. Standard Fabrication: Indicate structure locations, elevations, sections, equipment support, piping sizes, and elevations of penetrations. 2. Custom Fabrication: Indicate design, construction and installation details,typical reinforcement and additional reinforcement at openings for each custom type, size and configuration. C. Product Data: Submit manhole frames and lids, accessories, component construction,features, configuration, dimensions, and joint data. D. Manufacturer's Certificate: Certify products meet or exceed specified requirements. E. Project Record Documents: Record actual locations of manholes and structures with rim and invert elevations. F. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 1.4 QUALITY ASSURANCE A. Obtain precast concrete utility structures from single source. B. Perform Work in accordance with Sections 500, 668, 834, 853 and 866 of GDOT Standard Specifications. C. Maintain one copy of document on site. Augusta Utilities Department Public Manholes and Structures 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 05 13.16-2 WKD Project Number: 201500037.00.AG 1.5 QUALIFICATIONS A. Manufacturer: Certified by NPCA Plant Certification Program prior to and during Work of this section. B. Installer: Company specializing in performing work of this Section with minimum five years experience. C. Design custom utility structures under direct supervision of Professional Engineer experienced in design of this Work and licensed in State of Project location. 1.6 DELIVERY, STORAGE AND HANDLING A. Comply with precast concrete manufacturer's instructions and ASTM C913 for unloading, storing and moving precast manholes and drainage structures. B. Store precast concrete manholes and drainage structures to prevent damage to Owner's property or other public or private property. Repair property damaged from materials storage. C. Mark each precast structure by indentation or waterproof paint showing date of manufacture, manufacturer and identifying symbols, and numbers shown on Drawings to indicate its intended use. 1.7 ENVIRONMENTAL REQUIREMENTS A. Masonry Work: Maintain materials and surrounding air temperature to minimum 50 degrees F prior to,during, and 48 hours after completion of masonry work. B. Cold Weather Requirements: ACI 530/530.1. PART 2 PRODUCTS 2.1 PRECAST REINFORCED MANHOLES AND STRUCTURES A. Precast Manhole and Structure Sections: Reinforced precast concrete in accordance with ASTM C478. 1. Joints for Precast Manholes and Structures for Sanitary Utility Sewer Service: 0-ring rubber gaskets in accordance with ASTM C443. 2. Joints for Precast Manholes and Structures for Other Utility uses: Butyl rubber gaskets in accordance with ASTM C990. 2.2 MASONRY CONSTRUCTION A. Concrete Brick: ASTM C55, Grade S, Type II-Non-moisture controlled; except that the absorption of brick shall not exceed 10 lbs/cubic foot. B. Clay or Shale Brick: ASTM C32, Grade SW, solid units. Augusta Utilities Department Public Manholes and Structures 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 05 13.16-3 WKD Project Number: 201500037.00.AG C. Mortar: Conform to Section 608, 830 and 834 of GDOT Standard Specifications. Do not add more water than is necessary to make a workable mixture. D. Grout: Non-shrink, non-metallic in accordance with Section 834 of GDOT Standard Specifications with a compressive strength of at least 5,000 psi at 3 days. 2.3 CAST-IN-PLACE CONCRETE A. Concrete: Class AA-1 Concrete conforming to Section 500 of the GDOT Standard Specifications. 1. Compressive strength of 4,500 psi at 28 days. 2. Air entrained and vibrated. 3. Water cement ratio of 0.44. 4. Slump Lower Limits 2 inches. Upper Limits of 4 inches. 5. Minimum cement content of 675 pounds per cubic yard. 2.4 FRAMES AND COVERS A. Manufacturers: 1. Barry Pattern and Foundry Co.,Inc. 2. East Jordan Iron Works. 3. McKinley Iron Works. 4. Neenah Foundry Co. 5. Substitutions: Equal per 00 21 13 - Instructions to Bidders.. B. Product Description: Grey cast iron ASTM A48, Class 30B; size and shape as indicated on Drawings. Live load rating of HS 20 in paved areas. C. Cover shall be stamped"SANITARY SEWER"or"STORM SEWER"as applicable. D. Watertight manhole covers shall be used in areas prone to flooding. Locked manhole covers shall be used in isolated areas or areas prone to vandalism. 2.5 CONFIGURATION A. Provide size and shape as indicated on Drawings. B. Foundation Slab: Cast-in-place or precast reinforced concrete integral with bottom section, level top surface. 2.6 ACCESSORIES A. Steps: Conform to local agency requirements, minimum 12 inches wide spaced vertically 16 inches on center. B. Strap Anchors: Stainless steel capable of supporting pipe or accessories indicated on Drawings, minimum 1 inch wide x 1/8 inch thick. C. Geotextile Filter Fabric: Type 1 Engineering fabric in accordance with GDOT Standard Specifications; non-woven, needle punched, non-biodegradable,and rot-proof. Augusta Utilities Department Public Manholes and Structures 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 05 13.16-4 WKD Project Number: 201500037.00.AG 2.7 BEDDING AND BACKFILL MATERIALS A. Bedding: Clean course aggregate Gradation No. 57 conforming to Section 800 of the GDOT Standard Specifications. B. Backfill around Structures: As specified in Section 31 23 16.13 -Trenching. PART 3 EXECUTION 3.1 EXAMINATION A. Verify items provided by other Sections of Work are properly sized and located. B. Verify built-in items are in proper location and ready for roughing into Work. C. Verify correct size of manhole and structure excavation. 3.2 PREPARATION A. Coordinate placement of inlet and outlet pipe or duct sleeves required by other Sections. B. Do not install manholes and structures where site conditions induce loads exceeding structural capacity of manholes or structures. C. Inspect precast concrete manholes and structures immediately prior to placement in excavation to verify manholes and structures are internally clean and free from damage. Remove and replace damaged units. 3.3 INSTALLATION—GENERAL A. Excavation and Backfill: 1. Excavate and backfill for manholes and structures in accordance with Section 31 23 16.13 - Trenching in location and to depth shown. Provide clearance around sidewalls of manhole or structure for construction operations, backfill, and placement of geotextile filter fabric if required. 2. When groundwater is encountered,prevent accumulation of water in excavations. Place manholes or structures in dry trench. 3. Where possibility exists of watertight manhole or structure becoming buoyant in flooded excavation, anchor manhole or structure to avoid flotation. B. Place foundation slab,trowel top surface level. C. Place precast manhole sections plumb and level,trim to correct elevations, anchor to foundation slab. D. As Work progresses,install steps and other fabricated metal items. E. Install cast-in-place manholes and structures supported at proper grade and alignment as shown on Drawings. Augusta Utilities Department Public Manholes and Structures 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 05 13.16-5 WKD Project Number: 201500037.00.AG F. Cut pipe to connect to structure as indicated on Drawings. G. Grout base of shaft sections to achieve slope to exit piping. Trowel smooth. Contour to form continuous drainage channel as indicated on Drawings. H. Set cover frames and covers level without tipping,to correct elevations. 3.4 PRECAST CONCRETE MANHOLE AND STRUCTURE INSTALLATION A. Install underground precast utility structures in accordance with ASTM C891. B. Lift precast manholes and structures at lifting points designated by manufacturer. C. When lowering manholes and structures into excavations and joining pipe to units,take precautions to ensure interior of pipeline and manhole or structure remains clean. D. Set precast manholes and structures bearing firmly and fully on stone bedding, 8-inch minimum thickness, compacted to 95 percent maximum density per Section 31 23 16.13 -Trenching or on other support system shown on Drawings. E. Assemble multi-section manholes and structures by lowering each section into excavation. Install rubber gasket joints between precast sections in accordance with manufacturer's recommendations. Lower, set level, and firmly position base section before placing additional sections. F. Remove foreign materials from joint surfaces and verify sealing materials are placed properly. Maintain alignment between sections by using guide devices affixed to lower section. G. Joint sealing materials may be installed on site or at manufacturer's plant. H. Verify manholes and structures installed satisfy required alignment and grade. I. Remove knockouts or cut structure to receive piping without creating openings larger than required to receive pipe. Fill annular space with non-shrink grout. 3.5 MASONRY MANHOLE AND STRUCTURE INSTALLATION A. Maintain masonry courses to uniform dimension. Form vertical and horizontal joints of uniform thickness. B. Lay masonry units in running bond. Course one unit and one mortar joint to equal 8 inches. C. Form flush mortar joints. D. Lay masonry units in full bed of mortar,with full head joints,uniformly jointed with other Work. E. Install joint reinforcement 16 inches on center. F. Place joint reinforcement in first and second horizontal joints above base pad and below cover frame opening. Augusta Utilities Department Public Manholes and Structures 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 05 13.16-6 WKD Project Number: 201500037.00.AG 3.6 CAST-IN-PLACE CONCRETE MANHOLE AND STRUCTURE INSTALLATION A. Prepare crushed stone bedding or other support system shown on Drawings to receive foundation slab as specified for precast manholes and structures. B. Erect and brace forms against movement in accordance with Sections 441, 500 and 860 of GDOT Standard Specifications. C. Install reinforcing steel as indicated on Drawings and in accordance with Section 500 and 511 of GDOT Standard Specifications. D. Place and cure concrete in accordance with Section 430 of GDOT Standard Specifications. 3.7 CONNECTION TO EXISTING SEWER WITH MANHOLE A. Stake out location and burial depth of existing sewer line in area of proposed manhole or structure. B. Carefully excavate around existing sewer line to adequate depth for foundation slab installation. Protect existing pipe from damage. Cut out soft spots and replace with granular fill compacted to 95 percent maximum dry density per Section 31 23 16.13 -Trenching. C. Prepare crushed stone bedding or other support system shown on Drawings,to receive foundation slab as specified for precast manholes and structures. D. Install manhole or structure around existing pipe in accordance with the appropriate paragraphs specified herein. E. Block upstream flow at existing manhole or structure with expandable plug. F. If flow is excessive, pump flow around new manhole to existing downstream manhole. G. Use hydraulic saw to cut existing pipe at manhole or structure entrance and exit and along pipe length at a point halfway up the outside diameter on each side of the pipe. Bottom half of pipe shall remain as manhole flow channel. Saw cut to have a smooth finish with top half of pipe flush with interior of manhole or structure. H. Connection to existing pipes or structure may need to be performed during non-peak flow times, coordinate with Owner and Engineer. 3.8 SANITARY MANHOLE DROP CONNECTIONS A. Construct drop connections into sanitary manholes in accordance with Drawings. B. Concrete encase pipe drop connection to minimum of 2 feet outside of manhole. C. Form channel from pipe drop to sweep into main channel at maximum angle of 45 degrees. Augusta Utilities Department Public Manholes and Structures 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 05 13.16-7 WKD Project Number: 201500037.00.AG 3.9 CASTINGS INSTALLATION A. Set frames using mortar and masonry as indicated on Drawings. Install radially laid concrete brick with 1/4 inch thick vertical joints at inside perimeter. Lay concrete brick in full bed of mortar and completely fill joints. Where more than one course of concrete brick is required, stagger vertical joints. B. Do not install more than 3 courses of brick or more than 12 inches of masonry. 3.10 FIELD QUALITY CONTROL A. Section 01 40 00 -Quality Requirements: Field inspecting,testing,adjusting, and balancing. B. Perform soil compaction tests in accordance with Section 31 23 16.13 - Trenching. C. Perform hydrostatic tests in accordance with Section 33 01 30.13—Sewer and Manhole Testing. 1. Notify Engineer 72 hours in advance of test and have witness test. D. Test cast-in-place concrete in accordance with ASTM C39. E. Test concrete manhole and structure sections in accordance with ASTM C497. F. Vertical Adjustment of Existing Manholes and Structures: 1. Where required, adjust top elevation of existing manholes and structures to finished grades shown on Drawings. 2. Reset existing frames,grates and covers, carefully removed, cleaned of mortar fragments, to required elevation in accordance with requirements specified for installation of castings. 3. Remove concrete without damaging existing vertical reinforcing bars when removal of existing concrete wall is required. Clean vertical bars of concrete and bend into new concrete top slab or splice to required vertical reinforcement, as indicated on Drawings. 4. Clean and apply sand-cement bonding compound on existing concrete surfaces to receive cast-in-place concrete. END OF SECTION Augusta Utilities Department Public Manholes and Structures 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 05 13.16-8 WKD Project Number: 201500037.00.AG SECTION 33 05 19 PRESSURE PIPING TIED JOINT RESTRAINT SYSTEM PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Tied joint restraint system. B. Related Sections: 1. Section 31 23 16.13—Trenching: Excavation and Backfill for Work of this Section. 2. Section 33 31 00 - Sanitary Utility Sewerage Piping: Pipe to be restrained. 1.2 REFERENCES A. American National Standards Institute(ANSI): 1. ANSI B1.1 -Unified Inch Screw Threads. B. ASTM International (ASTM): 1. ASTM A36 - Standard Specification for Carbon Structural Steel. 2. ASTM A123 - Standard Specification for Zinc(Hot-Dip Galvanized)Coatings on Iron and Steel Products. 3. ASTM A153 - Standard Specification for Zinc Coating(Hot-Dip) on Iron and Steel Hardware. 4. ASTM A307- Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. 5. ASTM A325- Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 6. ASTM A563 - Standard Specification for Carbon and Alloy Steel Nuts. 7. ASTM A588 - Specification for High Strength Low-Alloy Structural Steel up to 50 ksi(345 MPa)Minimum Yield Point with Atmospheric Corrosion Resistance. 8. ASTM B633 - Specification for Electrodeposited Coating of Zinc on Iron and Steel. 9. ASTM F436—Standard Specification for Hardened Steel Washers. 1.3 DESIGN REQUIREMENTS A. Provide restrained joints within all casing pipes. 1.4 SUBMITTALS A. Section 01 33 00- Submittal Procedures: Requirements for submittals. B. Shop Drawings: Indicate restrained joint details and materials being utilized. Submit layout drawings showing piece numbers and locations. Also, indicate restrained joint locations. C. Product Data: Submit catalog data for restrained joint details and installation instructions. Augusta Utilities Department Pressure Piping Tied Joint Restraint System 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 05 19-1 WKD Project Number: 201500037.00.AG D. Design Data: Submit design calculations showing determination of restrained lengths and submit joint restraint details. Use joint restraint devices specifically designed for applications described in manufacturer's data. E. Manufacturer's Installation Instructions: Submit installation instructions. F. Manufacturer's Certificate: Certify products meet or exceed specified requirements. G. Project Record Documents: Record actual locations of joint restraints. 1.5 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum 3 years experience. B. Installer: Company specializing in performing work of this Section with minimum 3 years documented experience. PART 2 PRODUCTS 2.1 TIED JOINT RESTRAINT SYSTEM A. Manufacturers: 1. Dresser Piping Specialties. 2. Ebaa Iron Sales, Inc. 3. Star Pipe Products, Inc. 4. Substitutions: Equal per Section 00 21 13 -Instructions to Bidders. 2.2 MATERIALS A. Steel Types: 1. High Strength Low-Alloy Steel,ASTM A588, heat-treated. 2. High Strength Low-Alloy Steel, ASTM A588. 3. Carbon Steel ASTM A36. 2.3 COMPONENTS A. Tie Bolts: 1. 5/8 inch for 2 inch and 3 inch mechanical joints, 3/4 inch for 4 inch to 12 inch mechanical joints and flanged joints,ASTM A588, Grade B; ASTM A325,Type 3, except increase tensile strength of full-body threaded section to 40,000 pounds minimum for 5/8 inch and 60,000 pounds minimum for 3/4 inch by heat-treating(quenching and tempering)to manufacturer's reheat and hardness specifications. 2. 3/4 inch for 14 inch to 24 inch mechanical joints, ASTM A588, Grade B; ASTM A325, Type 3. 3. 1 inch for 30 inches and larger mechanical joints and flanged joints,ASTM A588/,Grade B; ASTM A325, Type 3; except increase tensile strength of full-body thread section to 100,000 Augusta Utilities Department Pressure Piping Tied Joint Restraint System 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 05 19-2 WKD Project Number: 201500037.00.AG pounds minimum by heat-treating(quenching and tempering)to manufacturer's reheat and hardness specifications. B. Tie Nut: Hex nut for each tie bolt and tie rods;ASTM A563, Grade C3; plain, zinc plated, or galvanized. C. Tiepin: 3/4 inch round bar stock for use on bends and hydrants, 6-inch hairpin shape, ASTM A588;ANSI B1.1;plain,zinc plated, or galvanized. D. Tie Coupling: Used to extend continuous threaded rods and provided with center stop to aid installation;ASTM A588;plain, zinc plated, or galvanized. E. Tie Clamp: Retainer clamp for ductile iron, asbestos cement and polyvinyl chlorite,push-on pipe in front of bell; ASTM A36; ASTM A307; ASTM A563, Grade A; plain,zinc plated, or galvanized. F. Tie Rod: Continuous threaded rod for cutting to desired lengths;ASTM A588, Grade B;ASTM A325, Type 3; ANSI B1.1; plain zinc plated, or galvanized. G. Tie Bar: Steel bar used to restrain push-in plugs; ASTM A36;plain,zinc plated, or galvanized. H. Tie Washer: Round flat washers;ASTM A588,ASTM F436, Type 3;plain,zinc plated, or galvanized. 2.4 FACTORY APPLIED FINISHES—STEEL A. Items to be zinc plated or galvanized to meet the following requirements: 1. ASTM B633 for electrodeposited coating of zinc on steel. 2. ASTM A153 for galvanizing iron and steel hardware. 3. Galvanizing for rolled,pressed, and forged steel shapes: ASTM A123;minimum 2.0 ounces per square foot coating thickness; galvanize after fabrication. PART 3 EXECUTION 3.1 PREPARATION A. Verify pipe and fittings are ready to receive work. B. Field measure and verify conditions. C. Clean surfaces of pipe and fittings to receive tied joint restraint system. 3.2 INSTALLATION A. Excavate and Backfill in accordance with Section 31 23 16.13 -Trenching. B. Install pipe and fittings in accordance with Section 33 31 00—Sanitary Utility Sewerage Piping. Augusta Utilities Department Pressure Piping Tied Joint Restraint System 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 05 19-3 WKD Project Number: 201500037.00.AG C. Install joint restraint system so joints are mechanically locked together to prevent joint separation. 3.3 ERECTION TOLERANCES A. Torque nuts on mating threaded fasteners to 45-foot pounds to 60-foot pounds for 5/8 inch nut. B. Torque nuts on mating threaded fasteners to 75-foot pounds to 90-foot pounds for 3/4 inch nut. C. Torque 1 inch nuts to 100-foot pounds to 120-foot pounds. END OF SECTION Augusta Utilities Department Pressure Piping Tied Joint Restraint System 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 05 19-4 WKD Project Number: 201500037.00.AG SECTION 33 05 23 TRENCHLESS UTILITY INSTALLATION (JACKING) PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Excavation and backfill for approach trenches and pits. 2. Excavation for Casing pipe. 3. Carrier pipe. 4. Disposal of excess materials. B. Related Sections: 1. Section 03 30 00- Cast-In-Place Concrete. 2. Section 31 23 16.13 -Trenching: Excavating and backfilling access pits. 3. Section 33 01 30.13 - Sewer and Manhole Testing. 4. Section 33 31 00- Sanitary Utility Sewerage Piping. 5. Section 33 41 00- Storm Utility Drainage Piping. 1.2 REFERENCES A. American Association of State Highway and Transportation Officials: 1. AASHTO H2O- Standard Specification for Live Loading. 2. AASHTO M133 -Standard Specification for Preservatives and Pressure Treatment Processes for Timber. B. American Railway Engineering and Maintenance-of-Way Association: 1. AREMA-Manual for Railway Engineering. C. ASTM International: 1. ASTM A36- Standard Specification for Carbon Structural Steel. 2. ASTM A53 - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless. 3. ASTM A139- Standard Specification for Electric fusion(Arc)Welded steel Pipe(NPS 4- inch and over). 4. ASTM A307- Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. 5. ASTM A449- Standard Specification for Quenched and Tempered Steel Bolts and Studs. 6. ASTM A1011- Standard Specification for Steel, Sheet and Strip,Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy and High-Strength Low-Alloy with Improved Formability. D. American Welding Society: 1. AWS D1.1 - Structural Welding Code- Steel. E. National Utility Contractors Association: Augusta Utilities Department Trenchless Utility Installation(Jacking) 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 05 23-1 WKD Project Number: 201500037.00.AG 1. NUCA-Pipe Jacking&Microtunneling Design Guide. 2. NUCA-Trenchless Excavation Construction Equipment&Methods Manual. F. GDOT Standard Specifications: 1. Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition, published by the Georgia Department of Transportation. 1.3 DESIGN REQUIREMENTS A. Design casing pipe liner joints of leakproof construction. Design for earth and/or other pressures present. 1. Highway Crossings: Design tunnel for earth and/or other pressure loads present, plus AASHTO H2O live loading. 2. Railroad Crossings: Design tunnel for earth and/or other pressure loads present, plus railroad E80 live loading with 50 percent added for impact. B. Design bracing,backstops, and use jacks of sufficient rating for continuous jacking without stoppage, except for adding pipe sections and as conditions permit,to minimize tendency of ground material to "freeze" around casing pipe. 1.4 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Requirements for submittals. B. Shop Drawings: Prepare scaled shop Drawings to supplement Drawings, signed and sealed by Professional Engineer. 1. Include details of casing,jacking head, sheeting, and other falsework for trenches and pits and support for adjacent facilities, field sketches, and other details to complete the Work. 2. Show relation of proposed installation to adjacent facilities and natural features over installation, angle of installation,right-of-way lines, and general layout of built facilities. 3. Show cross-section or sections from field survey showing installation in relation to actual profile of ground. C. Submit history of previous work completed of equivalent nature and scope. Include qualification and experience of key personnel. D. Installation Plan: Submit description of proposed construction plan, dewatering plan, and plan to establish and maintain vertical and horizontal alignment. E. Submit emergency response procedures to handle situations when conduit is compromised and jeopardizes integrity of installation or safety. F. Submit written report results of visual check prior to installation of carrier pipe of entire length of casing or liner,to verify there are no voids or defective joints. G. Manufacturer's Certificate: Certify products meet or exceed specified requirements. Augusta Utilities Department Trenchless Utility Installation(Jacking) 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 05 23-2 WKD Project Number: 201500037.00.AG 1.5 CLOSEOUT SUBMITTALS A. Section 01 70 00-Execution and Closeout Requirements: Requirements for submittals. B. Project Record Documents: Record actual locations of casing or tunnel liner, carrier pipe, and invert elevations. C. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 1.6 QUALITY ASSURANCE A. Perform work in accordance with GDOT Standard Specifications,NUCA Trenchless Excavation Construction Equipment and Methods Manual,NUCA Pipe Jacking& Microtunneling Design Guide, and AREMA when jacking under railroads. B. Maintain one copy of each document on site. 1.7 QUALIFICATIONS A. Installer: Company specializing in performing work of this section with minimum five years documented experience. 1. Work Experience: Include projects of similar magnitude and conditions. 2. Furnish list of references upon request. 1.8 PRE-INSTALLATION MEETINGS A. Section 01 30 00-Administrative Requirements: Pre-installation meeting. B. Convene minimum one week prior to commencing work of this Section. 1.9 DELIVERY, STORAGE,AND HANDLING A. Provide temporary end caps and closures on piping and fittings. Maintain in place until installation. B. Protect piping and jacking systems from entry of foreign materials and water by temporary covers, completing sections of work, and isolating parts of completed system. C. Accept system components on site in manufacturer's original containers or configuration. Inspect for damage. D. Use wooden shipping braces between layers of stacked pipe. Stack piping lengths no more than three layers high. E. Store field joint materials indoors in dry area in original shipping containers. Maintain storage temperature of 60 to 85 degrees F. F. Support casing and carrier pipes with nylon slings during handling. Augusta Utilities Department Trenchless Utility Installation(Jacking) 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 05 23-3 WKD Project Number: 201500037.00.AG 1.10 ENVIRONMENTAL REQUIREMENTS A. Conduct operations so as not to interfere with, interrupt, damage, destroy, or endanger integrity of surface or subsurface structures or utilities, and landscape in immediate or adjacent areas. 1.11 FIELD MEASUREMENTS A. Verify invert elevations of existing work prior to excavation and installation of casing or tunnel. PART 2 PRODUCTS 2.1 CASING AND JACKING PIPE MATERIALS A. Steel Casing Pipe: ASTM A53 or ASTM A139, 35,000 psi minimum yield strength, minimum wall thickness of 0.75 inch, full circumference welded joints in accordance with AWS D1.1 to withstand excavation forces. 2.2 CARRIER PIPE MATERIALS A. Public Water Utility Distribution Piping: As specified in Section 33 11 10. B. Sanitary Utility Sewerage Piping: As specified in Section 33 31 00. C. Sanitary Utility Sewerage Force Mains: As specified in Section 33 34 00. D. Storm Utility Drainage Piping: As specified in Section 33 41 00. 2.3 GROUT AND COVER MATERIALS A. Soil Backfill for Trench Approaches and Pits to Finish Grade: As specified in Section 31 23 16.13 -Trenching. B. Fill and Seal Grout at Pipe Ends: Mortar conforming to Section 834 of GDOT Standard Specifications. Do not add more water than is necessary to make a workable mixture. C. Pressure Grout Mix: Grout conforming to Section 450 of GDOT Standard Specifications One part Portland cement and six parts mortar sand mixed with water to consistency applicable for pressure grouting. 2.4 ACCESSORIES A. Supports and Insulators: 1. Steel and Plastic: 14 gage stainless steel band, 5/16 inch stainless steel flange bolts, heavy duty PVC liner,polyethylene or phenolic skids. 2. Plastic: Polyethylene casing insulator band and skids with stainless steel bolts. B. Steel Strapping: ASTM A36. Augusta Utilities Department Trenchless Utility Installation(Jacking) 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 05 23-4 WKD Project Number: 201500037.00.AG C. Concrete: Class AA-1 Concrete conforming to Section 500 of the GDOT Standard Specifications. 1. Compressive strength of 4,500 psi at 28 days. 2. Air entrained and vibrated. 3. Water cement ratio of 0.44. 4. Slump Lower Limits 2 inches. Upper Limits of 4 inches. 5. Minimum cement content of 675 pounds per cubic yard. PART 3 EXECUTION 3.1 EXAMINATION A. Section 01 30 00-Administrative Requirements: Verification of existing conditions before starting work. B. Verify connection to existing piping system size,location, and invert elevations are in accordance with Drawings. 3.2 PREPARATION A. Identify required lines,levels, contours, and datum locations. B. Locate,identify,and protect utilities indicated to remain from damage. C. Notify utility company to remove and relocate utilities. D. Protect plant life, lawns,rock outcroppings] and other features remaining as portion of final landscaping. E. Protect bench marks, survey control points, existing structures, fences, sidewalks,paving, and curbs from excavating equipment and vehicular traffic. F. Establish minimum separation of from other utility piping in accordance with local code. 3.3 EXCAVATION AND BACKFILL A. Excavate and backfill in accordance with Section 31 23 16.13 -Trenching. 3.4 DEWATERING A. Intercept and divert surface drainage precipitation and groundwater away from excavation through use of dikes, curb walls, ditches,pipes, sumps, or other means. B. Develop substantially dry subgrade for prosecution of subsequent operations. C. Comply with State of Georgia requirements for dewatering to any watercourse,prevention of stream degradation, and erosion and sediment control. Augusta Utilities Department Trenchless Utility Installation(Jacking) 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 05 23-5 WKD Project Number: 201500037.00.AG 3.5 EXISTING WORK A. Maintain access to existing facilities and other remaining active installations requiring access. Modify installation as necessary to maintain access. 3.6 PITS OR APPROACH TRENCHES A. Excavate approach trenches or pits in accordance with shop drawings and as site conditions require. B. Ensure casing entrance face as near perpendicular to alignment as conditions permit. C. Establish vertical entrance face at least 1 foot above top of casing. D. Install dewatering measures and excavation supports as specified in Section 31 23 16.13 - Trenching. 3.7 CASING PIPE INSTALLATION A. Boring: 1. Push pipe into ground with boring auger rotating within pipe to remove spoil. Do not advance cutting head ahead of casing pipe except for distance necessary to permit cutting teeth to cut clearance for pipe. Arrange machine bore and cutting head to be removable from within pipe. Arrange face of cutting head to provide barrier to free flow of soft material. 2. When unstable soil is encountered during boring retract cutting head into casing to permit balance between pushing pressure and ratio of pipe advancement to quantity of soil. 3. When voids develop greater than outside diameter of pipe by approximately one inch, grout to fill voids. 4. When boring is obstructed,abandon boring, relocate jack or tunnel as directed by Engineer. B. Jacking 1. Construct adequate thrust wall normal to proposed line of thrust. 2. Impart thrust load to pipe through suitable thrust ring sufficiently rigid to ensure uniform distribution of thrust load on full pipe circumference. C. Drilling and Jacking 1. Use oil field type rock roller bit or plate bit made up of individual roller cutter units solidly welded to pipe which is turned and pushed for its entire length by drilling machine to give bit necessary cutting action. 2. Inject high density slurry(oil field drilling mud)to head as cutter lubricant. Inject slurry at rear of cutter units to prevent jetting action ahead of pipe. D. Mining and Jacking: Utilize manual handmining excavation from within casing pipe as casing is advanced with jacks, allowing minimum ground standup time ahead of casing pipe. 3.8 PRESSURE GROUTING A. Pressure grout annular space between casing pipe and surrounding earth. Augusta Utilities Department Trenchless Utility Installation(Jacking) 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 05 23-6 WKD Project Number: 201500037.00.AG 3.9 CARRIER PIPE INSTALLATION A. Clean,inspect, and handle pipe in accordance with applicable Section for carrier pipe. B. Exercise care to prevent damage to pipe joints when carrier pipe is placed in casing. C. Support pipeline within casing so no external loads are transmitted to carrier pipe. Attach supports to barrel of carrier pipe; do not rest carrier pipe on bells. 1. Use minimum 2 supports per joint of carrier pipe. D. All carrier pipe joints shall have internal or external restraints within the casing pipe. E. Grout ends of casing to seal. 3.10 TOLERANCES A. Do not over cut excavation by more than 1 inch greater than outside diameter of casing pipe. B. Install casing pipe to vertical and horizontal alignment on Drawings within plus or minus 3 inches prior to installation of carrier pipe. C. Install pipe bells with minimum 1/2 inch clearance to casing. 3.11 FIELD QUALITY CONTROL A. Section 01 40 00-Quality Requirements: Field inspecting and testing. B. Compaction Testing: As specified in Section 31 23 16.13 - Trenching. C. When tests indicate Work does not meet specified requirements, remove Work,replace and retest. 3.12 REMOVAL OF FACILITIES AND CONTROLS A. Remove temporary facilities for casing installation and jacking operations in accordance with Section 01 50 00- Temporary Facilities and Controls. END OF SECTION Augusta Utilities Department Trenchless Utility Installation(Jacking) 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 05 23-7 WKD Project Number: 201500037.00.AG THIS PAGE INTENTIONALLY LEFT BLANK Augusta Utilities Department Trenchless Utility Installation(Jacking) 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 05 23-8 WKD Project Number: 201500037.00.AG SECTION 33 31 00 SANITARY UTILITY SEWERAGE PIPING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Sanitary sewer pipe and fittings. 2. Underground pipe markers. 3. Connection to existing manholes. 4. Wye branches and tees. 5. Sanitary Laterals. B. Related Sections: 1. Section 31 23 16.13 -Trenching: Excavation, bedding and backfill requirements for trenching required by this section. 2. Section 33 01 30.13 - Sewer and Manhole Testing.: Pressure, infiltration, and deflection tests. 3. Section 33 05 13.16—Public Manholes and Structures: Concrete manholes, frames and lids for sanitary sewer. 1.2 REFERENCES A. ASTM International: 1. ASTM C12 - Standard Practice for Installing Vitrified Clay Pipe Lines. 2. ASTM A74- Standard Specification for Cast Iron Soil Pipe and Fittings. 3. ASTM A746- Standard Specification for Ductile Iron Gravity Sewer Pipe. 4. ASTM C76- Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. 5. ASTM C425 - Standard Specification for Compression Joints for Vitrified Clay Pipe and Fittings. 6. ASTM C443 - Standard Specification for Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets. 7. ASTM C564- Standard Specification for Rubber Gaskets for Cast Iron Soil Pipe and Fittings. 8. ASTM C700- Standard Specification for Vitrified Clay Pipe, Extra Strength, Standard Strength, and Perforated. 9. ASTM C828 - Standard Test Method for Low-Pressure Air Test of Vitrified Clay Pipe Lines. 10. ASTM C923 - Standard Specification for Resilient Connectors between Reinforced Concrete Manhole Structures,Pipes and Laterals. 11. ASTM C1479- Standard Practice for Installation of Precast Concrete Sewer, Storm Drain, and Culvert Pipe Using Standard Installations. 12. ASTM D2235 - Standard Specification for Solvent Cement for Acrylonitrile-Butadiene- Styrene(ABS)Plastic Pipe and Fittings. Augusta Utilities Department Sanitary Utility Sewerage Piping 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 31 00- 1 WKD Project Number: 201500037.00.AG 13. ASTM D2321 - Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications. 14. ASTM D2564 - Standard Specification for Solvent Cements for Poly(Vinyl Chloride) (PVC)Plastic Piping Systems. 15. ASTM D2729 - Standard Specification for Poly (Vinyl Chloride)(PVC) Sewer Pipe and Fittings. 16. ASTM D2751 - Standard Specification for Acrylonitrile-Butadiene-Styrene(ABS)Sewer Pipe and Fittings. 17. ASTM D2855 - Standard Practice for Making Solvent-Cemented Joints with Poly(Vinyl Chloride)(PVC)Pipe and Fittings. 18. ASTM D3034 - Standard Specification for Type PSM Poly (Vinyl Chloride)(PVC) Sewer Pipe and Fittings. 19. ASTM F477- Standard Specification for Elastomeric Seals(Gaskets)for Joining Plastic Pipe. B. American Water Works Association: 1. AWWA C110-American National Standard for Ductile-Iron and Grey-Iron Fittings, 3 in. Through 48 in. (75 mm through 1200 mm), for Water and Other Liquids. 2. AWWA C111 -American National Standard for Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 3. AWWA C153 -American National Standard for Ductile-Iron Compact Fittings for Water Service. 4. AWWA C600-Installation of Ductile-Iron Water Mains and Their Appurtenances. C. GDOT Standard Specifications: 1. Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition, published by the Georgia Department of Transportation. 1.3 SUBMITTALS A. Section 01 33 00- Submittal Procedures: Requirements for submittals. B. Permits: Submit copies of construction permits obtained for this Work. C. Product Data: Submit catalog cuts and other pertinent data indicating proposed materials, accessories, details, and construction information. D. Submit reports indicating field tests made and results obtained. E. Manufacturer's Installation Instructions: 1. Indicate special procedures required to install Products specified. 2. Submit detailed description of procedures for connecting new sewer to existing sewer line and directional drilling, or pipe jacking installation. F. Manufacturer's Certificate: Certify products meet or exceed specified requirements. 1.4 CLOSEOUT SUBMITTALS A. Section 01 70 00-Execution and Closeout Requirements: Requirements for submittals. Augusta Utilities Department Sanitary Utility Sewerage Piping 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 31 00-2 WKD Project Number: 201500037.00.AG B. Project Record Documents: Record location of pipe runs, connections, manholes, cleanouts, and invert elevations. C. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with Sections 841 and 846 of GDOT Standard Specifications. B. Maintain one copy of document on site. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years documented experience. B. Installer: Company specializing in performing Work of this section with minimum 3 years documented experience. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver and store valves in shipping containers with labeling in place. B. Block individual and stockpiled pipe lengths to prevent moving. C. Do not place pipe or pipe materials on private property or in areas obstructing pedestrian or vehicle traffic. D. Do not place pipe flat on ground. Cradle to prevent point stress. E. Store UV sensitive materials out of direct sunlight. 1.8 FIELD MEASUREMENTS A. Verify field measurements and elevations are as indicated. 1.9 COORDINATION A. Section 01 30 00-Administrative Requirements: Requirements for coordination. B. Coordinate Work with local sewerage authority. Convene pre-installation meeting minimum of one week prior to starting Work of this Section. C. Notify affected utility companies minimum of 72 hours prior to construction. Augusta Utilities Department Sanitary Utility Sewerage Piping 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 31 00-3 WKD Project Number: 201500037.00.AG PART 2 PRODUCTS 2.1 SANITARY SEWER PIPE AND FITTINGS A. PVC Flexible Joint Plastic Pipe: ASTM D3034,Type PSM, Poly(Vinyl Chloride)(PVC) material;bell and spigot style rubber ring sealed gasket joint. 1. Pipe Class: C905 DR 26 2. Fittings: PVC conforming to pipe specifications. 3. Joints: ASTM F477,elastomeric gaskets. B. Ductile Iron Gravity Sewer Pipe: ASTM A746, bell and spigot ends. 1. Pipe Class: Pressure Class 200, AWWA C150&C151. 2. Fittings: Ductile iron,AWWA C110. Compact fittings,AWWA C153. 3. Joints: Rubber gaskets per AWWA C111. 4. Lining: Protecto 401'm by Vulcan Painters for all ductile iron pipe,joints, and fittings in accordance with specifications provided by Protecto 401 Ceramic Epoxy Company. 2.2 FLEXIBLE PIPE BOOT FOR MANHOLE PIPE ENTRANCES A. Furnish materials in accordance with authority having jurisdiction. B. Flexible Pipe Boot: ASTM C923, ethylene propylene rubber(EPDM), Series 300 stainless steel clamp and stainless steel hardware. 2.3 UNDERGROUND PIPE MARKERS A. Plastic Ribbon Tape: Brightly colored green continuously printed with "SANITARY SEWER" in large letters, minimum 6 inches wide by 4 mils thick. 2.4 MANHOLES A. Manholes: As specified in Section 33 05 13.16—Public Manholes and Structures and indicated on Drawings; cover inscribed with "SANITARY SEWER". 2.5 CONCRETE AND GROUT A. Concrete: Class AA-1 Concrete conforming to Section 500 of the GDOT Standard Specifications. 1. Compressive strength of 4,500 psi at 28 days. 2. Air entrained and vibrated. 3. Water cement ratio of 0.44. 4. Slump Lower Limits 2 inches. Upper Limits of 4 inches. 5. Minimum cement content of 675 pounds per cubic yard. B. Grout:Non-shrink, non-metallic in accordance with Section 834 of GDOT Standard Specifications with a compressive strength of at least 5,000 psi at 3 days. Augusta Utilities Department Sanitary Utility Sewerage Piping 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 31 00-4 WKD Project Number: 201500037.00.AG 2.6 BEDDING AND COVER MATERIALS A. General: Conform to Section 31 23 16.13 -Trenching for bedding and backfill around and on top of pipe. B. Bedding for Rigid Pipe(CIP,DIP,VCP, and RCP): Clean sand, slightly silty sand, or slightly clayey sand having a Unified Soil Classification of SP, SP-SM or SP-SC. C. Bedding for Flexible Pipe(PVC,ABS): Clean course aggregate Gradation No. 57 conforming to Sections 800 of the GDOT Standard Specifications. PART 3 EXECUTION 3.1 EXAMINATION A. Section 01 30 00 -Administrative Requirements: Verification of existing conditions before starting work. B. Verify existing sanitary sewer utility main size,location, and inverts are as indicated on Drawings. 3.2 EXCAVATION AND BEDDING A. Excavate pipe trench in accordance with Section 31 23 16.13 -Trenching. B. Excavate to lines and grades shown on Drawings or required to accommodate installation of encasement. C. Dewater excavations to maintain dry conditions and preserve final grades at bottom of excavation. D. Provide sheeting and shoring in accordance with Section 31 23 16.13 -Trenching. E. Place bedding material at trench bottom, level continuous layer not exceeding 8-inch compacted depth; compact to 95 percent per Section 31 23 16.13 -Trenching. 3.3 INSTALLATION—PIPE A. Install in accordance with manufactures instructions and as indicated on Drawings. B. Install plastic pipe, fittings, and accessories in accordance with ASTM D2321. C. Install VCP, fittings, and accessories in accordance with ASTM C12. D. Install RCP, fittings, and accessories in accordance with ASTM C1479. E. Install CIP and DIP, fittings, and accessories in accordance with applicable portions of AWWA C600. Augusta Utilities Department Sanitary Utility Sewerage Piping 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 31 00-5 WKD Project Number: 201500037.00.AG F. Seal joints watertight. G. Lay pipe to slope gradients indicated on Drawings with maximum variation from indicated slope of 1/8 inch in 10 feet. Begin at downstream end and progress upstream. H. Ensure entire pipe is supported by bedding. I. Assemble and handle pipe in accordance with manufacturer's instructions except as modified on the Drawings or by Engineer. J. Keep pipe and fittings clean until work is completed and accepted by Engineer. Cap open ends during periods of work stoppage. K. Lay bell and spigot pipe with bells upstream. L. Connect pipe to existing sewer system as indicated on Drawings at existing manhole or using doghouse manhole connection per Section 33 05 13.16—Public Manholes and Structures. M. Place haunching material,rod, and tamp per Section 31 23 16.13—Trenching to eliminate voids. N. Install underground marking tape continuously 18 inches above pipe line. 3.4 CONNECTION TO EXISTING MANHOLE A. Core drill existing manhole to clean opening. Using pneumatic hammers, chipping guns, and sledge hammers is not permitted. B. Install watertight neoprene gasket and seal with non-shrink concrete grout. C. Concrete encase new sewer pipe minimum of 24 inches to nearest pipe joint. Use epoxy binder between new and existing concrete. D. Prevent construction debris from entering existing sewer line when making connection. 3.5 MANHOLE INSTALLATION A. Install manholes in accordance with Section 33 05 13.16—Public Manholes and Structures. 3.6 INSTALLATION- WYE BRANCHES AND TEES A. Install y's branches or pipe tees at locations indicated on Drawings concurrent with pipe laying operations. Use standard fittings of same material and joint type as sewer main. B. Maintain minimum 5 feet separation distance between wye connection and manhole. C. Use saddle wye or tee with stainless steel clamps for taps into existing piping. Mount saddles with solvent cement or gasket and secure with metal bands. Layout holes with template and cut holes with mechanical cutter. Augusta Utilities Department Sanitary Utility Sewerage Piping 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 31 00-6 WKD Project Number: 201500037.00.AG 3.7 INSTALLATION - SANITARY LATERALS A. Construct laterals from wye branch to terminal point at right-of-way or as indicated on Drawings. B. Where depth of main pipeline warrants, construct riser type laterals from wye branch. C. Maintain 3-foot minimum depth of cover over pipe. D. Maintain minimum 5-foot separation distance between laterals. E. Install watertight plug,braced to withstand pipeline test pressure thrust, at termination of lateral. Install temporary marker stake extending from end of lateral to 24 inches above finished grade. Paint top 6 inches of stake with fluorescent orange paint. 3.8 BACKFILLING A. Backfill around sides and to top of pipe in accordance with Section 31 23 16.13 -Trenching. B. Maintain optimum moisture content of backfill material to attain required compaction density. 3.9 FIELD QUALITY CONTROL A. Section 01 40 00- Quality Requirements: Field inspecting,testing, adjusting, and balancing. B. Request inspection prior to and immediately after placing bedding. C. Perform test on sanitary sewage system in accordance with Section 33 01 30.13—Sewer and Manhole Testing and local code. Perform the following tests: 1. Gravity Sewer Testing: a. Low pressure air test. b. Infiltration test. 2. Deflection Testing of Plastic Piping. 3. Manhole Testing: Vacuum Test. 4. Notify Engineer and Owner 72 hours in advance of test and have witness test. D. Compaction Testing: In accordance with Section 31 23 16.13 -Trenching. E. When tests indicate Work does not meet specified requirements,remove work, replace, and retest. 3.10 PROTECTION OF FINISHED WORK A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for protecting finished Work. B. Protect pipe and aggregate cover from damage or displacement until backfilling operation is in progress. END OF SECTION Augusta Utilities Department Sanitary Utility Sewerage Piping 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 31 00-7 WKD Project Number: 201500037.00.AG THIS PAGE INTENTIONALLY LEFT BLANK Augusta Utilities Department Sanitary Utility Sewerage Piping 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 31 00-8 WKD Project Number: 201500037.00.AG SECTION 33 31 00.01 SANITARY SEWER PIPE REHABILITATION 1.1 GENERAL The Contractor shall provide all labor, material and equipment for the structural rehabilitation of identified pipelines by the installation of a liner into the existing line by a Spray-On Geopolymer Lining System. Installation, flow bypass and traffic control shall be included in the cost of the lining. 1.2 WORK INCLUDED Work shall be performed to the lines, grades and dimensions as shown on the Plans. The work shall include but is not limited to: 1. Cleaning of pipes. 2. Removing and disposing of all internal solids and debris. 3. Preparation of existing pipe. 4. Excavating entry and exit pits if necessary. 5. Video inspection after cleaning. 6. Pipe size verification. 7. Bypass pumping. 8. Installation of the lining material. 9. Post rehabilitation video. 10. Maintenance of Traffic (MOT). 11. Restoration. 12. All other incidental work necessary for the rehabilitation of the pipe or boxes as specified herein, and as shown on the Plans. 1.3 GENERAL REFERENCE SPECIFICATIONS &REPORT This specification references American Society for Testing and Materials (ASTM) standard specifications, which are made a part hereof by such reference and shall be the latest edition and revision thereof. 1.5 SUBMITTALS REQUIRED A. Submit written verification from the manufacturer documenting authorization for the Contractor to install the lining. B. Submit detailed installation procedures. C. Submit, prior to use of the materials, a satisfactory written certification of compliance with the standards for all materials. The certification shall include third-party testing of the material for short term and long term physical properties. Augusta Utilities Department Sanitary Sewer Rehabilitation 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 31 00.01- 1 WKD Project Number: 201500037.00.AG D. Submit the design calculations for the wall thickness. E. Submit plans and procedures used for the reconstruction/rehabilitation of the pipelines at the location of each insertion shaft. F. Submit the flow bypass plan. The plan shall include, but not be limited to, means of diversion, bypass pumping and fluming, and amount of flow being diverted at each location. G. Submit accreditation for the independent testing laboratory being used. H. Submit a flash drive/external hard drive with corresponding files that show both the before and after conditions, including the restored connections, Video Inspection. I. Submit a copy of the CCTV operator's current NASSCO certification. 1.6 SITE PREPARATION PROCEDURE The following installation procedures shall be adhered to unless otherwise approved by the Engineer: A. Safety - The Contractor shall carry out his operations in strict accordance with all OSHA and manufacturer's safety requirements. Particular attention is drawn to those safety requirements involving working with scaffolding and entering confined spaces. B. Cleaning of Line -It shall be the responsibility of the Contractor to clean the pipelines and remove internal debris out of the pipelines. Jetting, rooting and mineral deposit removal (at the discretion of the engineer) is considered conventional methods of cleaning. In pipe segments of questionable structural integrity, the Contractor shall reduce the pressure of the jet and shall not direct the jet onto the cracked pipe. The Contractor shall dispose of all debris removed in accordance with the local, state and federal regulations. C. Inspection of Pipelines - Inspection of pipelines shall be performed by experienced personnel trained in locating breaks, obstacles and service connections by closed- circuit televisions. The interior of the pipeline shall be carefully inspected after cleaning & prior to lining to determine the location of any conditions that may prevent proper installation of lining into the pipelines, and it shall be noted so that these conditions can be corrected. A digital file and suitable log shall be kept for later reference. D. By-passing - All pumps and bypass lines shall have adequate capacity to convey the required flow. During execution of work, the Contractor shall be responsible for continuity of service to each facility connected to the pipeline. The existing pipe may flow full or under pressure at times. The Contractor shall familiarize himself with the flow conditions to be encountered at all locations. The Contractor is being made aware that operations and maintenance of the system will take priority over construction and work may be subject to disruptions. The sole compensation for any delays resulting from operation and maintenance of the pipe system shall be a time extension. Augusta Utilities Department Sanitary Sewer Rehabilitation 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 31 00.01-2 WKD Project Number: 201500037.00.AG E. Line Obstructions - It shall be the responsibility of the Contractor to clear the line of obstructions such as solids, dropped joints, protruding service connections or collapsed pipes that will prevent the insertion of the liner. If inspection reveals an obstruction that cannot be removed by conventional pipelines cleaning equipment, or the pipelines has partially collapsed,then the Contractor shall make a point repair. If the point repair could not have been identified from the bidding documents, or pre- bid video, it shall be approved in writing by the Engineer prior to the commencement of the work and shall be considered as extra work. F. Pipe Preparation - The contractor shall control infiltration to the extent required to install the liner in accordance with all of the manufactures requirements. The materials used for infiltration control and repairs shall be submitted to the Engineer for approval. The Contractor is responsible for the repair of all holes or fractures visible in the pre-bid video. The holes shall be filled with non-shrink grout or mortar or polyurethane foam and covered with a 3/8 inch stainless steel plate. The plate shall be sealed with epoxy sealant. 1.7 LINING DESIGN CRITERIA 1. The thickness of the lining shall be calculated and designed based upon the following physical conditions of work Item lA to be rehabilitated: A. The pipeline shall be considered fully deteriorated. B. The pipeline shall be subjected to an earth load (specific weight of soil = 120 lb./ft3) with applicable live load(HS-20 or E-80 criteria) and a water table 5 feet below top of ground(unless otherwise specified). C. The factor of safety shall be 2. D. The soil modulus shall be not more than 700 psi. 2. The thickness of the lining shall be calculated and designed based upon the following physical conditions of work Item 1B to be rehabilitated: A. The box culvert shall be designed to be restored to like new condition. B. The design should be based upon the physical inspection of the pipe prior to repair. C. If sections are requiring structural enhancement to be returned to an as-new condition, they will require welded wire mesh cages on the box top and sides and minimum of 1" of geopolymer material above the wire(total estimate of 1.5"). D. If sections are requiring only infiltration stoppage and repair(i.e. steel is not exposed or corroded significantly)a minimum of 1.5"of geopolymer lining should be applied. 1.8 SPRAY-ON GEOPOLYMER LINING SYSTEM Provide all labor, material and equipment to provide for the structural reconstruction of existing sanitary pipes using an approved structural geopolymer lining system by forming a new pipe Augusta Utilities Department Sanitary Sewer Rehabilitation 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 31 00.01-3 WKD Project Number: 201500037.00.AG within an existing structurally deteriorated pipe, which has generally maintained its original shape. The geopolymer liner may be spin cast or hand sprayed. 1. Reference Documents The specification references the latest edition and revision of the following manuals: A. ASTM C39/39M Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens B. ASTM C293 - Standard Test Method for Flexural Strength of Concrete(Using Simple Beam with Center-Point Loading) C. ASTM C469 Standard Test Method for Static Modulus of Elasticity and Poisson's Ratio of Concrete in Compression D. ASTM C496/C496 Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete Specimens E. ASTM C882 Standard Test Method for Bond Strength of Epoxy-Resin Systems Used With Concrete by Slant Shear F. ASTM F2414 Practice for Sealing Sewer Manholes Using Chemical Grouting G. ACI Certified Concrete Field Testing Technician,Level I 2. Submittal Required In addition to section(1.4),the Contractor is required to submit: A. The design calculations for the wall thickness. Design calculations and drawings substantiating the geopolymer liner system thickness shall be prepared under the direction of a Licensed Structural Engineer registered in the State of Tennessee or a Licensed Structural Engineer registered in the State of manufacture (Engineer of Record), with experience in the design of storm pipes or storm pipe linings. B. Method to verify applied thickness during installation. C. Field measurement of cured liner thickness. D. Site specific health and safety plan. E. Manufacturers'product data for Steel Wire Fabric and installation instruction. F. Plastic indicator tabs. G. The new liner test results to verify 28-day compressive strength in accordance with Augusta Utilities Department Sanitary Sewer Rehabilitation 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 31 00.01-4 WKD Project Number: 201500037.00.AG 3. Materials C39. A. The geopolymer lining material shall be a micro-fiber reinforced ultra-dense geopolymer. This material shall provide a high strength fiber reinforced mortar specifically designed for ease of mechanical pumping, spraying and spin casting. The geopolymer lining shall be GeoSpray as manufactured by Milliken Infrastructure Solutions, LLC. B. The geopolymer liner material shall conform to the minimum requirements, as listed below: Physical Properties ASTM Reference Requirements Compressive Strength ASTM C39 8000 psi @ 28 days Flexural Strength ASTM C293 1300 psi @ 28 days Modulus of Elasticity ASTM C469 5,800,000 psi @ 28 days Bond Strength ASTM C882 1,700 psi @ 28 days Maximum Particle Size ASTM C33 2.38 mm(100%No.8 Sieve) The geopolymer supplier must provide XRD(X-ray Diffraction)data showing that the preformulated mixture contains at least 70%pozzolanic material as chosen from a group of SiO2,Al2O3,Fe2O3,MgO C. Steel Welded Wire Fabric shall conform to the ASTM A185 Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete if required by the designing engineer—specifically for Item 1B. 4. Design of Liner A. The thickness of the liner shall be calculated and designed based on the requirements stated in section(1.7). B. The minimum installed geopolymer liner thickness shall be: Less Than 54"— 1.0" Greater Than or Equal to 54" 1.5 5. Installation of Liner A. The Steel Welded Wire Fabric shall be furnished and rigidly secured in place so that the installation of geopolymer liner will not move the reinforcing steel from its proper location — if required by structural engineer specifically related to box culvert rehabilitation. Wire Fabric is not required for structural rehabilitation of round structures or pipe. Augusta Utilities Department Sanitary Sewer Rehabilitation 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 31 00.01-5 WKD Project Number: 201500037.00.AG B. Mixing - Combine all of the packaged geopolymer liner dry mix with the specified amount of potable water while mixing until proper consistency is obtained, as described by the manufacturer. The mixer must be capable of regulating the amount of water added to the mix on a consistent basis. Mixing water temperatures must be determined before blending operations begin. The mixing water temperature must be recorded in the daily operation log at multiple times throughout the day during the installation process. If water temperatures exceed 80 degrees F, then the water should be chilled to 80 degrees F or lower. The ability to provide mixing water at a consistent temperature is a critical aspect of the mixing and installation process. Tempering of the material above the manufacturers published limits is not allowed. Continue to agitate the geopolymer liner material to prevent thickening beyond the desired fluidity. The working time shall be as per manufacturer's recommendations. C. Application - The geopolymer liner may be spin cast or hand sprayed to the interior surface of the host pipe after it has been properly prepared and cleaned. The geopolymer lining material shall be applied to a damp surface. However, pools of water should be removed before the start of the application of the geopolymer lining material. The spin-cast nozzle shall be attached to an oscillating spray head to ensure equal coverage on each side of the corrugations in the CMP. The geopolymer lining material delivery hose shall be coupled to a medium- velocity spray application nozzle. Pumping of the material shall commence and the material shall be atomized by the introduction of air at the nozzle, creating a medium-velocity spray pattern for material application. Where the geopolymer liner meets other pipes/liners, the joints shall be flush with no gaps, providing a uniform surface. The geopolymer liner shall not be applied when ambient and surface temperatures are expected to fall below 36 degrees F within 72 hours of placement, without written permission from the manufacturer. For applying mortar at temperatures below 36 degrees F,the material, water and substrate shall be warmed to above a temperature of 32 degrees F. If heating the substrate is required, the area shall be properly ventilated. The newly installed liner shall be protected from freezing. D. Thickness verification - Three (3) small plastic depth gauges (plastic indicator tabs) shall be attached as a ring around the inner surface of the pipes, one (1) at the crown, and one(1) at each spring line. The depth gauges shall show the thickness as designed or specified. The gauge rings shall be placed twenty (20) linear feet apart. The preset depth gauge guides shall be positioned just below the designed or specified finished geopolymer layer. The gauges will be left in place within the geopolymer layer. These measurements must be written down in a log book which will be submitted. The Contractor shall be required to apply the approved designed liner thickness. Additional material thickness applied by the Contractor will be at the Contractor's own expense.No separate additional payment will be made for any extra material thickness applied above the approved designed liner thickness. E. Curing - Follow the manufacturer's recommended cure schedule in curing of the Augusta Utilities Department Sanitary Sewer Rehabilitation 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 31 00.01-6 WKD Project Number: 201500037.00.AG geopolymer liner. 6. Testing A. A minimum of four samples shall be obtained and formed into cylinders following ASTM C31 and tested in accordance with ASTM C39. B. The samples may be taken from the pump immediately before discharge into the hose or at the spin caster,if feasible. C. The samples must be undisturbed for a period of at least 24 hours before they can be transported to the independent testing laboratory. D. The test cylinders shall be required at the start of the project. From that point on, a set of samples shall be collected for every 25,000 pounds of material applied. A final sample set shall be collected on the last day of application. E. When requested by engineer, the contractor shall remove a test core from the installed liner pipe at the contractor's expense, at established intervals. The Contractor shall mark the core sample with the date that the liner was installed, the date that the core was removed, and the location within the pipe segment. The Contractor shall provide it to the testing lab. When requested by the Engineer,the pipe liner sample shall be cored at three different clock positions, and the average thicknesses measured shall be taken as the actual thickness of the spin cast liner. If a sample fails the test, additional material shall be applied to meet the thickness requirements. The Contractor shall restore the liner. f. The Contractor shall be responsible for the preparation, documentation, labeling and storage of the test cylinders. Also the Contractor shall be responsible for deliver the test cylinders to the testing laboratory. 7. Non-Confirming Work If the thickness or the compressive strength or the compressive modulus of elasticity of the installed spin cast pipe lining is less than 90 percent of the specified values, the product is considered unacceptable. Submit a proposed method of repair or replacement for review and approval by the Engineer. Work required to remedy non-conforming work shall be at no additional cost. 8. Contractor Qualifications The contractor installing the geopolymer lining must have a minimum of 40,000 linear feet of installation history with the particular product installed at pipe diameters of at least 36" or greater. For projects involving pipes 54" or larger the contractor must have a minimum of 40,000 linear feet of installation history with the particular product they are installing with diameters 54" or larger. The contractor must have references dating back at least 3 years of installation history with the particular geopolymer they are installing. Augusta Utilities Department Sanitary Sewer Rehabilitation 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 31 00.01-7 WKD Project Number: 201500037.00.AG 1.9 LATERAL CONNECTIONS The Contractor shall be responsible for confirming all locations of service connections prior to installing the liner. There may be more connections than shown on the as is plan. After the liner has been installed and inspected, the Contractor shall reconnect the existing active lateral connections. This shall be done without excavation, and in the case of non-man entry pipes, from the interior of the pipeline by means of a television camera and a cutting device that re-establishes connections to not less than 90 percent capacity. The service connection shall be finished flush with connecting pipe by polymer mortar(if necessary). 1.10 RESTORATION The Contractor shall restore all disturbed areas to the original or better condition. 1.11 VIDEO INSPECTION A.The liner shall be inspected by a closed-circuit television as well as visually. The liner shall be continuous over the entire length of installation. There shall be no infiltration of ground water visible through the liner. All lateral entrances should be accounted for and be unobstructed. The invert of the pipe or culvert shall be visible in the video. B.After the rehabilitation is completed, the Contractor will provide the District with a flash drive/external hard drive showing both the before and after conditions including the restored connections. The video shall be a minimum of 640x480 resolution at a data bit rate of 4.0 Mbps. The video shall be in .wmv format or approved equal. C. The stationing (STA) or MH labels shown in the plans shall be used in the inspection videos. The contractor shall provide an individual video file for each line segment. The file names shall be in the following format: (pipe name) - (from manhole)to (to manhole) - (year of inspection) - (month of inspection). (file extension) D.All inspection reports shall be done in accordance with the most current standards set forth by NASSCO PACP and Manhole Assessment and Certification Program(MACP). E. The operator shall be NASSCO Certified in pipeline assessment. 1.12 CONTINUOUS WORK All work shall be arranged as to keep at least one-half of the street and driveways open for use at all times and reduce the length of time that obstructions to traffic are in place to a minimum. To accomplish this, the Contractor shall start work only when, in the opinion of the Engineer, all necessary preparations have been made, and then shall execute the work continuously each day until the work is complete and traffic restored to the full width of the street unless otherwise ordered by the Engineer. 1.13 CLEAN-UP Upon acceptance of the installation work and testing, the Contractor shall restore the project area Augusta Utilities Department Sanitary Sewer Rehabilitation 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 31 00.01-8 WKD Project Number: 201500037.00.AG affected by his operations to equal or better condition within 30 days. END OF SECTION Augusta Utilities Department Sanitary Sewer Rehabilitation 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 31 00.01-9 WKD Project Number: 201500037.00.AG THIS PAGE INTENTIONALLY LEFT BLANK Augusta Utilities Department Sanitary Sewer Rehabilitation 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 31 00.01- 10 WKD Project Number: 201500037.00.AG SECTION 33 41 00 STORM UTILITY DRAINAGE PIPING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Storm drainage piping. 2. Accessories. 3. Concrete Collars. B. Related Sections: 1. Section 03 60 00—Grouting 2. Section 31 23 16.13 - Trenching: Excavation,bedding, and backfill requirements for trenching required by this Section. 3. Section 33 01 30.13 - Sewer and Manhole Testing: Pressure, infiltration, and deflection tests. 4. Section 33 05 13.16 — Public Utility Manholes and Structures: Concrete and masonry manholes, catch basins, inlets,junction boxes, and frames and grates for storm drains. 1.2 REFERENCES A. American Association of State Highway and Transportation Officials 1. AASHTO M36—Standard Specification for Corrugated Steel Pipe, Metallic Coated,for Sewers and Drains. 2. AASHTO M190 —Standard Specification for Bituminous-Coated Corrugated Metal Culvert Pipe and Pipe Arches. 3. AASHTO M196 — Standard Specification for Corrugated Aluminum Pipe for Sewers and Drains. 4. AASHTO M294 — Standard Specification for Corrugated Polyethylene Pipe, 12- to 60- in (300-to 1,500-mm)Diameter B. ASTM International: 1. ASTM C12- Standard Practice for Installing Vitrified Clay Pipe Lines. 2. ASTM C14 - Standard Specification for Concrete Sewer, Storm Drain, and Culvert Pipe. 3. ASTM C76 - Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. 4. ASTM C425 - Standard Specification for Compression Joints for Vitrified Clay Pipe and Fittings. 5. ASTM C443 - Standard Specification for Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets. 6. ASTM C700 - Standard Specification for Vitrified Clay Pipe, Extra Strength, Standard Strength, and Perforated. 7. ASTM C828 - Standard Test Method for Low-Pressure Air Test of Vitrified Clay Pipe Lines. Augusta Utilities Department Storm Utility Drainage Piping 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 41 00-1 WKD Project Number: 201500037.00.AG 8. ASTM C924 - Standard Practice for Testing Concrete Pipe Sewer Lines by Low-Pressure Air Test Method. 9. ASTM C969 - Standard Practice for Infiltration and Exfiltration Acceptance Testing of Installed Precast Concrete Pipe Sewer Lines. 10. ASTM CI 103 - Standard Practice for Joint Acceptance Testing of Installed Precast Concrete Pipe Sewer Lines. 11. ASTM D2321 - Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications. 12. ASTM D3034 - Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. 13. ASTM F477 - Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. C. GDOT Standard Specifications: 1. Standard Specifications Construction of Transportation Systems,2013 Edition or latest edition,published by the Georgia Department of Transportation. 1.3 SUBMITTALS A. Section 01 33 00- Submittal Procedures: Requirements for submittals. B. Product Data: Submit data for pipe and pipe accessories. C. Manufacturer's Installation Instructions: Submit special procedures required to install products specified. D. Manufacturer's Certificate: Certify products meet or exceed specified requirements. 1.4 CLOSEOUT SUBMITTALS A. Section 01 70 00 -Execution and Closeout Requirements: Requirements for submittals. B. Project Record Documents: 1. Accurately record actual locations of pipe runs, connections, catch basins, cleanouts, and invert elevations. 2. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with Sections 550 and 843 of GDOT Standard Specifications. B. Maintain one copy of document on site. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing Products specified in this Section with minimum 5 years documented experience. Augusta Utilities Department Storm Utility Drainage Piping 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 41 00-2 WKD Project Number: 201500037.00.AG B. Installer: Company specializing in performing Work of this section with minimum 5 years documented experience. 1.7 DELIVERY, STORAGE, AND HANDLING A. Block individual and stockpiled pipe lengths to prevent moving. B. Do not place pipe or pipe materials on private property or in areas obstructing pedestrian or vehicle traffic. C. Do not place pipe flat on ground. Cradle to prevent point stress. D. Store UV sensitive materials out of direct sunlight. 1.8 COORDINATION A. Section 01 30 00-Administrative Requirements: Coordination and project conditions. B. Coordinate Work with local storm drain authority. C. Notify affected utility companies minimum of 72 hours prior to construction. PART 2 PRODUCTS 2.1 STORM DRAINAGE PIPING A. Reinforced Concrete Pipe(RCP): ASTM C76,bell and spigot or tongue and groove ends. 1. Pipe Class: Class IV unless noted differently on plans 2. Fittings: Reinforced concrete. 3. Joints: ASTM C443,rubber compression gasket. 2.2 MANHOLES AND STRUCTURES A. Manholes: As specified in Section 33 05 13.16 - Public Manholes and Structures and indicated on Drawings; covers inscribed with"STORM SEWER." B. Catch Basins,Inlets and Junction Boxes: Conform to Section 33 05 13.16-Public Manholes and Structures and as indicated on Drawings. 2.3 CONCRETE AND GROUT A. Concrete: Class AA-1 Concrete conforming to Section 500 of the GDOT Standard Specifications. 1. Compressive strength of 4,500 psi at 28 days. 2. Air entrained and vibrated. 3. Water cement ratio of 0.44. 4. Slump Lower Limits 2 inches. Upper Limits of 4 inches. 5. Minimum cement content of 675 pounds per cubic yard. Augusta Utilities Department Storm Utility Drainage Piping 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 41 00-3 WKD Project Number: 201500037.00.AG B. Grout: Non-shrink, non-metallic in accordance with GDOT Standard Specifications with a compressive strength of at least 5,000 psi at 3 days. 2.4 BEDDING AND COVER MATERIALS A. General: Conform to Section 31 23 16.13 -Trenching for bedding and backfill around and on top of pipe. B. Bedding for Rigid Pipe(RCP): Clean sand, slightly silty sand, or slightly clayey sand having a Unified Soil Classification of SP, SP-SM or SP-SC. C. Bedding for Flexible Pipe(HDPE and CMP): Clean course aggregate Gradation No. 57 conforming to Section 800 of the GDOT Standard Specifications. PART 3 EXECUTION 3.1 EXAMINATION A. Section 01 30 00 -Administrative Requirements: Verification of existing conditions before starting work. B. Verify trench cut is ready to receive work and excavations, dimensions, and elevations are as indicated on Drawings. 3.2 PREPARATION A. Excavate pipe trench in accordance with Section 31 23 16.13 -Trenching. B. Excavate to lines and grades shown on Drawings or required to accommodate installation of encasement. C. Dewater excavations to maintain dry conditions and preserve final grades at bottom of excavation. D. Provide sheeting and shoring in accordance with Section 31 23 16.13 -Trenching. E. Place bedding material at trench bottom, level continuous layer not exceeding 8-inch compacted depth; compact to 95 percent per Section 31 23 16.13 - Trenching. F. Maintain optimum moisture content of bedding material to attain required compaction density. 3.3 INSTALLATION—PIPE A. Install in accordance with manufactures instructions and as indicated on Drawings. B. Install plastic pipe, fittings, and accessories in accordance with ASTM D2321. C. Seal joints watertight. Augusta Utilities Department Storm Utility Drainage Piping 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 41 00-4 WKD Project Number: 201500037.00.AG D. Lay pipe to slope gradients indicated on Drawings;with maximum variation from indicated slope of 1/8 inch in 10 feet. Begin at downstream end and progress upstream. E. Assemble and handle pipe in accordance with manufacturer's instructions except as modified on the Drawings or by Engineer. F. Keep pipe and fittings clean until work is completed and accepted by Engineer. Cap open ends during periods of work stoppage. G. Lay bell and spigot pipe with bells upstream. H. Connect pipe to existing sewer system as indicated on Drawings at existing manhole or using doghouse manhole connection per Section 33 05 13.16-Public Manhole and Structures. I. Install underground marking tape continuously 12 inches above pipe line. J. Install site storm drainage system piping to 5 feet of building and plug. 3.4 INSTALLATION-CONNECTION TO EXISTING STRUCTURES A. Core drill existing manhole to clean opening. Do not use pneumatic hammers, chipping guns, and sledge hammers. B. Install watertight neoprene gasket and seal with non-shrink concrete grout. C. Concrete encase new sewer pipe minimum of 24 inches to nearest pipe joint. Use epoxy binder between new and existing concrete. D. Prevent construction debris from entering existing sewer line when making connection. 3.5 INSTALLATION—MANHOLES, CATCH BASINS AND CLEANOUTS A. Install manholes in accordance with Section 33 05 13.16- Public Manholes and Structures. B. Form bottom of excavation clean and smooth to correct elevation. C. Form and place cast-in-place concrete base pad or pre-cast concrete base with provision for storm sewer pipe end sections. D. Level top surface of base pad; sleeve concrete shaft sections to receive storm sewer pipe sections. E. Establish elevations and pipe inverts for inlets and outlets as indicated on Drawings. F. Mount lid and frame level in grout, secured to top cone section to elevation indicated. 3.6 FIELD QUALITY CONTROL A. Section 01 40 00-Quality Requirements: Field inspecting,testing, adjusting, and balancing. B. Request inspection prior to and immediately after placing bedding. Augusta Utilities Department Storm Utility Drainage Piping 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 41 00-5 WKD Project Number: 201500037.00.AG C. Perform tests on storm drain system if required by the local jurisdictional authority. Perform the following tests: 1. Gravity Sewer Testing: a. Low Pressure Air Test. b. Infiltration Test. 2. Deflection Testing of Plastic Piping. 3. Manhole Testing: Vacuum Test. 4. Testing as required by local authority. 5. Notify Engineer 72 hours in advance of test and have witness test. D. Soil Compaction Testing: In accordance with Section 31 23 16.13 -Trenching. E. When tests indicate Work does not meet specified requirements,remove work,replace, and retest. 3.7 PROTECTION OF FINISHED WORK A. Section 01 70 00-Execution and Closeout Requirements: Protecting finished Work. B. Protect pipe and aggregate cover from damage or displacement until backfilling operation is in progress. 1. Take care not to damage or displace installed pipe and joints during construction of pipe supports,backfilling,testing, and other operations. 2. Repair or replace pipe that is damaged or displaced from construction operations. END OF SECTION Augusta Utilities Department Storm Utility Drainage Piping 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 33 41 00-6 WKD Project Number: 201500037.00.AG Augusta Utilities Department PROJECT PERMITS Project Permits 15th Street and Wrightsboro Road Storm&Sanitary Sewer Improvements 1 WKD Project Number: 201500037.00.AG ��t oFrRANAo9,� Russell R. McMurry, P.E.,Commissioner 's, :9a wr' res ;t GEORGIA DEPARTMENT OF TRANSPORTATION •;, S I One Georgia Center,600 West Peachtree Street,NW c r; �. * Atlanta,Georgia 30308 .r� __ Telephone:(404)631-1000 :94.OF GtiaAG August 12,2015 Michael Cannell RECFWE0 Augusta Utilities Department 360 Bay Street, Suite 180 AUG 17 2015 Augusta, Georgia 30901 Dear Mr. Cannell: SUBJECT: JACK&BORE 36"DIP GRAY SWR MN W/54"STL CASING(120')—PARTIAL 20' EASMENT RICHMOND COUNTY—SR 4 GUPS#: 1133346 PERMIT EXPIRATION DATE: 8-12-2016 Your permit application to perform specified work within the public right-of-way limits of the above subject location has been duly executed on behalf of the Department of Transportation. Your copy of the permit has been forwarded to Robert Jennings,4260 Frontage Road, Augusta, Georgia. His telephone number is(706) 836-8193. It will be necessary for you or your representative to contact him to claim your permit copy and identification sign, discuss the beginning of construction date,traffic control and methods of complying with permit requirements. Please allow two to three days from the date of this letter before contacting the inspector concerning this permit. Please contact him at least twenty-four(24)hours in advance of your planned construction beginning time. It is suggested that you contact the above office by telephone prior to any personal visits. Your permit and plans are required to be kept on the construction site during construction. If the work described under this permit is within the limits of a Highway Construction Project,the applicant must obtain written permission of the prime highway contractor before beginning any work within the project limits. If you have any questions or need additional information,please contact Tonia Parker at(478)553-3386. Yours very truly, iS24,- "<"' ,. <AO' James H. Smith, P.E. I Le District Engineer JHS:JL:tlp cc: Lee Upkins, State Utilities Engineer,w/attachments Robert Jennings, Permit Inspector(Columbia, Lincoln,McDuffie, Richmond, Warren, Wilkes),w/attachments File DISTRICT TWO—TENNILLE, P. O. BOX 8, 643 HIGHWAY 15 SOUTH, TENNILLE,GEORGIA 31089-0008 VAC, ,C DOT 8413 A 4�,/�` Sept 2005 DEPARTMENT OF TRANSPORTATION State of Georgia Atlanta,Georgia 30334 APPLICATION AND PERMIT FOR UTILITY FACILITY ENCROACHMENT APPLICATION IS HEREBY MADE TO THE GEORGIA DEPARTMENT OF TRANSPORTATION BY. AUGUSTA UTILITIES DEPARTMENT (UTILITY - NAME AND ADDRESS) Augusta Utilities Dept. 360 Bay Street Suite 180 , Augusta GA-30901 FOR PERMISSION TO CONSTRUCT OPERATE AND MAINTAIN THE FOLLOWING DESCRIBED UTILITY FACILITY WITHIN OR FROM THE RIGHT-OF-WAY OFSTATE HIGHWAY NO. 000400 COUNTY ROAD NO IN Richmond COUNTY. DESCRIPTION: Installing approximately 120 LF of 36 inch DIP gravity sewer main inside a 54 inch steel casing pipe with restrained joints by jack and bore. LOCATION: Mile Point(23.3) TO Mile Point(23. 31) THE UTILITY SHALL COMPLY WITH THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) CURRENT EDITION. IT IS ANTICIPATED THAT THE TEMPORARY TRAFFIC CONTROL UTILIZED FOR THIS INSTALLATION WILL BE IN ACCORDANCE WITH ONE OF THE FOLLOWING: Ix) MUTCD 6-TYPICAL APPLICATION PLAN ( ) DETAILED TRAFFIC CONTROL PLAN ( I COMBINATION TYPICAL APPLICATION& (ATTACHED) DETAIL TRAFFIC CONTROL PLAN (ATTACKED) THE UTILITY FACILITIES COVERED HEREBY SHALL BE INSTALLED IN ACCORDANCE WITH THE PLANS ATTACHED HERETO AND MADE A PART HEREOF. UTILITY AGREES TO COMPLY WITH AND BE BOUND BY THE DEPARTMENTS U LITY A 0 u• A. •N •O Ise ' * AND.RD CURRENT EDITION, ON FILE IN THE GENERAL OFFICE OF THE DEPARTMENT OF TRANSPORTATION, MADE A PART HEREOF BY REFERENCE, AND ALL GENERAL PROVISIONS AND SPECIAL PROVISIONS SHOWN ON THE REVERSE HEREOF, OR ATTACHED HERETO, DURING THE INSTALLATION, OPERATION AND MAINTENANCE OF SAID UTILITY FACILITIES WITHIN OR FROM THE RIGHT-OF-WAY. PERMIT REQUESTED THIS 2 DAY OF AUcUSt. 201$ 100322 ( MEMBER CODE ) Deanna Davis Michael Cannell WITNESS TO SIGNATURE ( SIGNATURE - Electronic ) Civil Engineer II 706-823-4393 (TITLE & PHONE NUMBER) PERMISSION IS GRANTED FOR THE ABOVE DESCRIBED UTILITY FACILITY ENCROACHMENT IN ACCORDANCE WITH THE PLANS AND PROVISIONS HEREOF. THIS PERMIT IS TO BE STRI}CTLY CONSTRUED AND NOWOREOTHEROTHAN THAT SPECIFICALLY DESCRIBED ABOVE IS HEREBY AUTHORIZED. PERMIT GRANTED THISr \ DAY OF 7' 20 DEPARTMENT OF TRANSPORTATION BY: 111 (DI'','ICT ENGINEER) y DISTRICT NO. 2 COUNTY Richmond STATE ROUTE NO.000400 U.S. — CO. RD. NO. [� PROJECT NO. ACTIVE PERMIT NO. 1133346 UNDER CONSTR GENERAL PROVISIONS IT IS EXPRESSLY STIPULATED THAT THIS PERMIT IS A LICENSE FOR PERMISSIVE USE ONLY AND THE PLACING OF UTILITY FACILITIES UPON PUBLIC PROPERTY PURSUANT TO THIS PERMIT SHALL NOT OPERATE TO CREATE OR VEST ANY PROPERTY RIGHT IN THE HOLDER. WHENEVER NECESSARY FOR THE CONSTRUCTION, REPAIR, IMPROVEMENT, MAINTENANCE, SAFE AND EFFECTIVE OPERATION, ALTERATION OR RELOCATION OF ALL OR ANY PORTION OF THE HIGHWAY, AS DETERMINED BY THE DEPARTMENT, ANY OR ALL OF SAID FACILITIES AND APPURTENANCES AUTHORIZED HEREUNDER SHALL BE IMMEDIATELY REMOVED FROM THE RIGHT-OF-WAY, OR RESET OR RELOCATED THEREON, AS REQUIRED BY THE CHIEF ENGINEER, AND AT THE SOLE EXPENSE OF THE UTILITY UNLESS REIMBURSEMENT IS AUTHORIZED BY SEPARATE AGREEMENT. SHOULD THE UTILITY FAIL TO REMOVE OR RELOCATE IT-S FACILITIES, UPON DUE NOTICE FROM THE DEPARTMENT, THE UTILITY SHALL BE LIABLE FOR ANY EXTRAORDINARY COSTS OR DAMAGES INCURRED BY THE DEPARTMENT AS A RESULT THEREOF. IF THE DEPARTMENT UNDERTAKES TO IMPROVE THIS HIGHWAY SHALE- BE THE RESPONSIBILITY OF THE UTILITY TO PLAN WITH THE DEPARTMENT AND ITS CONTRACTOR A SCHEDULE WHICH WITS, CLEARLY SET FORTH AT WHICH STAGE OF OPERATIONS THE UTILITY WILL BE REQUIRED TO PERFORM ANY ADJUSTMENT TO ITS FACILITIES NECESSARY TO ACCOMMODATE THE HIGHWAY IMPROVEMENTS. DURING THE INITIAL INSTALLATION OR CONSTRUCTION OF FACILITIES AUTHORIZED BY THIS PERMIT, OR DURING ANY FUTURE REPAIR, REMOVAL OR RELOCATION THEREOF OR ANY MISCELLANEOUS OPERATIONS, THE UTILITY SHALL, AT ALL TIMES, MAINTAIN FLAGMEN, SIGNS, LIGHTS, FLARES, BARRICADES, AND OTHER SAFETY DEVICES IN ACCORDANCE WITH THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES, CURRENT EDITION, AND AS MAY BE NECESSARY TO PROPERLY PROTECT TRAFFIC UPON THE HIGHWAY AND TO WARN AND SAFEGUARD THE PUBLIC AGAINST INJURY OR DAMAGE. IT IS EXPRESSLY PROVIDED THAT WITH RESPECT TO ANY LIMITED ACCESS HIGHWAY, THE UTILITY SHALL NOT HAVE OR GAIN DIRECT ACCESS, EITHER INGRESS OR EGRESS, FROM THE MAIN TRAVELED WAY OF SAID HIGHWAY OR ITS ON OR OFF RAMPS TO ANY FACILITIES AUTHORIZED BY THE PERMIT EXCEPT UPON SPECIFIC APPROVAL BY THE DEPARTMENT. IT IS THE UTILITY'S RESPONSIBILITY TO VERIFY THE LIMITS OF RIGHT-OF-WAY FOR LOCATION OF THE UTILITY FACILITIES AUTHORIZED HEREBY. NO INHERENT OR RETAINED RIGHT OR PRIVILEGE OF ANY ABUTTING PROPERTY OWNER IS AFFECTED BY THIS PERMIT NOR IS THE DEPARTMENT RESPONSIBLE FOR ANY CLAIM WHICH MAY DEVELOP BETWEEN THE UTILITY AND ANY PROPERTY OWNER CONCERNING USE OF THE RIGHT OF WAY. THE UTILITY IS RESPONSIBLE FOR MAINTAINING REASONABLE ACCESS TO PRIVATE DRIVEWAYS DURING INSTALLATION OF ITS FACILITIES AND FOR RESTORATION OF DRIVEWAYS TO THE PROPERTY OWNER'S SATISFACTION. APPROVAL OF THIS PERMIT DOES NOT CONSTITUTE APPROVAL OF DESIGN OR CONSTRUCTION DETAILS FOR THE PROPOSED UTILITY FACILITIES. THE UTILITY IS RESPONSIBLE FOR COMPLIANCE WITH ALL APPLICABLE GOVERNMENTAL CODES AND REGULATIONS. USE OF EXPLOSIVES WITHIN THE RIGHT OF WAY IS PROHIBITED UNLESS APPROVED BY SEPARATE PERMIT. THE UTILITY SHALL GIVE THE DEPARTMENT A MINIMUM OF 24 HOURS NOTICE PRIOR TO BEGINNING ANY WORK UNDER THIS PERMIT. THIS PERMIT SHALL BE VOID UNLESS WORK HEREUNDER IS BEGUN WITHIN TWELVE(12) MONTHS OF THE DATE OF ITS APPROVAL. THE PROVISIONS OF THIS PERMIT ARE REGULATORY AND NOT CONTRACTUAL. NO INTEREST OR RIGHT OF A UTILITY GRANTED BY THIS PERMIT MAY BE TRANSFERRED TO ANOTHER EXCEPT BY WRITTEN CONSENT OF THE DEPARTMENT. THIS PERMIT MAY BE REVOKED AT THE PLEASURE OP THE DEPARTMENT UPON THIRTY (30) DAYS WRITTEN NOTICE TO THE UTILITY. FOR DEPARTMENT USE ONLY FOR DEPARTMENT USE ONLY This installation is within the limits of proposed GDOT projects 0013360 (September 2015 LET)and 0011408, by accepting this permit,applicant agrees to relocate permitted facilities at no cost to GDOT. THE INSTALLATION COVERED BY THIS PERMIT HAS BEEN COMPLETED IN ACCORDANCE WITH THE PROVISIONS OF THE PERMIT AND THE PLANS ATTACHED HERETO. DATE: SIGNED: PERMIT DATA FOR PERMIT APPLICATION 1133346 The work category of your project is Sewer & Drain in Richmond County/Counties Location Information The Utility installation location was narrowed down to Beginning Mile Point 23.3 and Ending Mile Point 23.31 on Route No 000400 Map Uploads General Encroachment Information Traffic Control type is MUTCD Part 6 - Typical Application Plan Traffic Control Plan Upload Utility Information Work Installing approximately 120 LF of 36 inch DIP gravity sewer main inside a 54 description inch steel casing pipe with restrained joints by jack and bore. Work days estimate 7 Bridge and Wall Attachments No Facility Placement Type Crossing Installation Length 120 Facility Type Sewer Service Type NA Pipe Size 36 Pipe Material DIP Pressure 0.0 Casing Material Steel Casing Diameter 54 Valve Quantity 0 Main Type Gravity Manhole Quantity 0 Handhole Quantity 0 Minimum Depth 12 Maximum Depth 14 Number of Test Holes 0 Involves Pavement Cutting No Joint Trench No Underground Jack and Bore Drawings Upload ## Construction Upload Type(s) 1 File Name 1133346_Map.j File Map Upload # pg Description 2 File Name 15th St File Permit Plans Blasting Permitting 8- Description Information 12-15.pdf Blasting General Adjustment Required is Utility Schedule No. Adjustment Required is Schedule No. „,,,, , /7/ '..: „„2-..,:14-1 - '''f : ;-'''''''::::: -,-'',' '-''''l'\'- I, I „ . . : ,.. , .. ., ., . .. ' // ' t.---.,.._ i g Is , , a ., ....,... ,. . ,..,. -' P P.n 23; , .../ . .., I ,:t a.,5 '"'",np*, :0 i - - , - .,,, , „ , i . f ,,)-.<-':' . . .„. \ m . ,,,,_, , , , , :, ' ..... .;;;;:: '''''''\''''‘''''''''''..,, ,/,;:':'•,... 4.,/ ,. --- z. < ./.., , 1: ”; '.4 0=Mt 7 iiiii ila-''' ,i oik go IgLi , - . , .., ,;/ tiliir .,.',,,I ../,, , • , s 2 .,... , . . . .., ...,,,,„,i .. . .,, , ,/ .., ., ... ., ,, ... . . 1.,., .. .. , ,. 941. 7:„.5, --":.----g--------, '''5'';': . //I/1/i' - .. : • ' . ..„ ,.,, .,,,..,..„, , --- ,, .„. ....„4., W) ... ..„...,,., CI fil ;. \k .. Tim \ . .• •Cs.„, IV” „,,,..-- .,.-r•' -''-'"Irt.'-- ...,,r-,- . . . _. '., ).>?';'? ?...' , , .., .. t \‘'... . . ,,... , ... 0• ,.., . .. ... ; „. . ilf , ' •' ..* 4,1r . 4? C . ,„ , Trt , . • ,. a rr",%:? ' •. re- . ... .r.t. A I' s J , .naJlll.aw/N�qt'A�ttYyN wy�n vpu�n�W+gE/..mat -- 'Ot1aS1GW �vJll��,IQ D11M xrii DY°19iWlTlm 3lYD'D)! wwsrov vrnv JVY1 > Z.: nDisiN3W3AONdW1 kf3M3S AItlllNVS CI NV Wtl01S inn0� ,�.y, n''Nm.^u+: nwno ym rom� OtlOd OtlOSS1H`JItlM ONY 133Fi15 HL5t I a177611 8 + J" fl'U•7 @."-.i�rh11G�F.iFsC�E — —__ aenxmo Ys�rorw,`rvnYaa NOILJ(1_.. ...`JHOd10N'13StJNLWW!!3d `t:981.7Av DyJ6S�IFF��?t" o ! 1_ II r_ 6-N -_l m I_ Z�ysa ^ ! r,gd .L.---)i..., .,i, 1i`� ` ,,. 1..i , ,E,,... a rt \t,,,:k_iry„. 1 t i 1111 j N o is' °€ m 3 3 c o id rD il gg '` + V II FIE �= a m yq - _ 0 d Y .G a W ` .Q U d y y N W b ° 2; still f d 1— I ( y S N i2 a c E g g m 'w 'a'a•m'1a 'Sr I ---- ` t'`o U g W Ui N N U ff a a Mpg p p y 5 8 _-� ¢ � o a m v n Co t` w m w m v rz g i-1RoiV 2 O , o f$$3 Z F 5A Z EE 1W 0 I N a CD p� a al W w m o p E e C7 Q I N n C W Of Q E 1 c � o Q �I o � a a = pIo N w ZI < r (41 111 rWNM ' 7 o; Q0i pp � ZME ® I �fy wr- Co D� j� f� CO ~ Q �1 _o o oZ ttlDc9E:z F. D ° C7 EI � wW of . ¢ CC ' Q � (=Um iH EI D 0 Q m EQ \ Q f °z g i C bK$.d ° , O p F-W I -I 6• 11111_ .-. I 4. . of . • r . v .o a3«� O?1 VIz , 1 _ -I t� Lit! + C f •^ f\f 4 1 9' --, --, ,- M. 'MN r ,,, 7,-,1,.... —1 -------"5-392——7-1,-: --T-L-- , St-,801.00+oVISVILiottdaNVNYldg3M.SSAVVXgigg .::. yea 11.. in 8 $ flIgE , tz,A =7:7_-_-_7.7:—.72 ______ _____ _______!_ 1 1 ifig i 's6e ' 4 i ' 1 11 41 U-2 8 1 SINOW3A0U4411 IBAUSAEIVINVSCNV INUOIS ',.. ,..N.E.;. .3, ,_1_,, ,. ! °WM 0809S1.1-10113NIGNIVL9aidis HIS I. , -.1.—• ) awmanrow, ii I g ir) OU001INC4TAMI , , L 0Vb 0 g N. 1 eg§ 01 I 043- 8 4 e„,1 vg _. I . ,ip.„—.., ,---- -,-.- 0----. -7-- — — — - • --vs,' , • 5$ •-"A L,- ' ,:„1'-'=- .. - .....ro-ra mu,.11.0.tieri--"--, ' ' ' '' 1 - V S .. visag,4111 I.Nr....Crifiu,o0 - It.1 gil ih 4 .6.11 NU ory . . . . . . . . . . . _8 41 03 •A 4. ' A (..,,...N....., . 1 . i igi qi ' i 6,I 1 1 i d 10111i! ' ' !!! Ill •..,' 2 - 1 1% 2.i .h.- •uot . • • ' . -L-ei,,E, /Igo :', g. 1 ,i. e,Fdi , Pi ill =64. I •...,,7 t':ik • "-. 14 . ...22 9...r,14011 I , WO.Wit . „1--,aizt 1 ... , t ' ,,,,\\ IN oe, g , 0.1.1 ' \ . igi hi i f i i.q,..: . A„„ p N.. \I ' ' P. ILI 0'2 16 --40- --Ft---- ---7"- - - I 'i- i ' . 4 c‘i'I 4-1 \ l'. a- ES 1- . k . 1 I co . . \. . . . . . .,y, ff, I a . . . A . a5. . i E:'-`•E E'i E'P',i E 6 I : 8 .1-,ai I ._t 1 £ ,,fs,, •V .I ,:,-- t -. "'4 , • E§ • 1-1-- f";si E,g i '. 1 - Rg - ., w 1 i 2 • 1 .• . \ ti A 31 i i' 4 • 'E . . . . • • -t r, )4 i 4.. gE22. 1 g09- • 'tb fn _.\s. .‘"....::-, t:f,, . . 1 RV3 4k • I I!: ...........L__ .,.......10411 t i -• , . ,,, @A .4, 1 ralt1/41/.. ir251 MI 2.11.0..4 -- -I'V--2L1. 4...f.t '''' i gip RI. . t . i .8., - ..... 1 • 4, -2 '.1611' lii - .g 2 ' i '7' . •i,;.- i . . I . E . ..E 2 .5. ,4,1,1110M1 M.NI/2.4 • ..--..! :.IL ^1';' to-, rVISI.Mu ' k ' -1' s•.,k____ ._ .___r , 7:.•tf. ...; . . m• , , z 8 i ' `'.'R:.! 0‘t-- 11: :.• 1 \ • •='"g ? zi 6 4 • r2..7. et . , IL 5 t'4; e \ rtN Z. 0_.‹ ,--• . . . -'8- .. - 07 A • - "ntIN,1 . 1 . .1 ,6 Wen rati VIS v. lei Ili..-2 ; i ) 1 ft+7 tri, - i i t O.' .“„,A, tagint . / ..$...,:" . :x 11' 114. 7'1,---------f-- 7;4.E 4-,..., ---- ' : a,8q Srg Jf ,, s 0 if 42 i Cift,;.-- ..innEttzt•:::s-••:-Fiar,:77-ffr-s,--.:÷7-r.fill) •, I �CQZn ( 1(_N‘ -- Rl I gel' .. I ii Fkrrb� ..—____�_._ — 1 r. x � 14+C1----_V-31t30}y------y{ ---- YS (ii ^�5 r• M,`Ri'wo ,1____�___— _ "—_ _.._—..._._.__.....___ .._�.__._-__..__1111 t11fMAYlq of 1 it 41 O 'geg tt "se „..,,,,,,...s., s S1N3W3AOttdWl LONGS AaNlINVSQNV WaOlS 8 , -. _.__ _.___—_.__ _ ......,,..... .1,..o I (VOW Oa08SINVINM ONVI33alS H1Sl sunwrronao u3arrwn_sivzue T —✓, _ _ L-. _ O'tlOtr]llNd'a!3}I - —., _ o e l alriNtO'lOW� 5.119 E S E F — — — –ivouona LSNoo aoA ION-las a___ 1 a —x ���,e,F e��n c y4 Yeo ;i E �gi 3110 d 9 YY '5%4 villE1 -4' 1:11, ilIllfgrAl s IL irls�sr{>nm ,... > Pk xa.�Rk � Oa AM B td �ATAal iMMIt \ T m"•Yet'l,W k. ?.1. I gra . '� Via. ,W- w k, tE gig 03 $ s8s & - { § ~ aa �..�. Ng'� oma , 3 r ,• S is z N $i Aleg r3 sgpw AF(" itAJam- S 6 g 6 Ill �tSS W Ni wk�a S $i� 1`1 ,21.1.302.W 6• � —1��4 u 6h ' I V, 2 Fj: '725V1.11Z O� Wf:=c' mly` Es 5+v. , / —.r— 5 r El ZI qJ.:_uiu) e �' a w re a. 7 p g aih°4 ?,t :-.s4s3 eX$ p .. r} hag - 1r 1 z�1— wy tures rnori.� —__ —_ e 11.13 1411. n Y I 1 s s '' W'C R-t`» ! r'''''''' "nnif no t__—_'J_ s r:J."' _ ss t\,:i Oil' a ^� -- �'1 a� F HS 85 ¢fz' - g of • Print Form Created Date: July 28,2010 First Use Date: September 1,2010 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA UTILITY SPECIAL PROVISION Section 647—Traffic Signal Installation Permit Nod, 1133346 Add the following: Protection of Existing Traffic Signal Facilities If milling or excavation is required within 1,000 feet of any existing traffic signal or flashing beacon,contact Joey Shurling with GDOT District Traffic Operations(DTO),at phone number 478-553-3364, before any milling or excavation occurs. The permittee shall speak to the DTO contact at least 24 hours prior to starting any work. All traffic signal inductive loops, loop lead-in,communication cables and conduits shall be located by the permittee. The work authorized by this permit shall not begin until traffic signal cable(s)and conduit(s)have been located and identified. Appropriate measures shall be taken to protect traffic signal cable(s) and conduit(s)during the performance of the work. In the event that traffic signal facilities are damaged,the permittee shall immediately notify the Permit Inspector and DTO contact to discuss the plan of repair. Existing inductive loops or lead-in cables that are cut,damaged, destroyed, or that have had the sealant removed shall not be repaired by splicing. All loops or lead-in cables that are cut,damaged,destroyed or sealant removed shall be replaced entirely within one week. Any damages that occur that impair the operation of the traffic signal heads shall be repaired immediately. The repair method for all traffic signal facilities damaged by the permittee will be at the discretion of DTO. All cost associated with meeting the requirements of this special provision will be borne by the permittee. There shall be no cost to the Department. The Department reserves the right to replace and or repair any traffic signal facilities as it deems necessary by using the Department's forces or its contractors. Permittee shall reimburse the Department for the actual cost incurred as supported by the Department's records.The permittee shall make the reimbursement to the Department within 60 days after receiving a statement. Page 1 Date: September 8, 2005 First Use Date GUPS: September 8,2005 Revised: February 26,2010 DEP ' TMENT OF TRANSPORTATION STATE OF GEORGIA UTILITY SPECIAL PROVISION Controls for Appurtenances Permit No. 1133346 Add the following: Manholes, Vaults and Hand Holes Add the following: Manholes, Vaults, and Hand Holes - Manholes, vaults, and hand holes are to be designed and located in such a manner that will cause the least interference to traffic, other utilities,and future highway expansion. These structures shall be limited to those necessary for installation and maintenance of underground lines. On rural highways, these structures shall not be placed within the roadbed structure. Also, it is desirable for them to be placed outside the ditch limits and as near as practical to the right-of-way line. However, in cases where they must be installed in the ditch, they shall be flush and have a water tight cover. In addition, the ditch shall be paved with concrete (in accordance with Department standards) a minimum of 10 feet on both sides of the structure. On urban highways, these structures shall not be placed within the roadway, which includes the curb and gutter. It is desirable for them to be placed outside the sidewalk limits and as near as practical to the right-of-way line. However, in cases where they must be installed in the sidewalk due to limited right-of-way, the installation shall meet ADA requirements. Exceptions to the above requirements shall be reviewed and approved by the State Utilities Engineer. These exceptions shall be made only at those locations where manholes, vaults, and hand holes are essential parts of existing lines that have been permitted to remain under existing or proposed roadways. (See Sections 2.8.B and 5.3 of the 2009 Utility Accommodation Policy and Standards manual for additional information on retention.) When adjustment to grade is approved for manholes, vaults, and hand holes that will be retained in the pavement, the adjustment shall be Page 1 Manholes, Vaults and Hand Holes treated as an open cut and repaired in accordance with Section 5.2.F.2 of this Manual or repaired using an "Approved Manhole Method" (See Below). Manholes shall be flush with finish grade within roadbed limits and shall protrude no more than 4 inches above grade in other areas of relatively flat grade. TR 3 INCH RING RISER spv \ i THEVID L MIS 1144 kli—1".11411111.11.11.1111 r 41 4t•Ifig17.41 tb.. . p. 0 ,, ' ITO-i11r NUN HMI ,ii. 'ASS DE IMRE COMTE CAP 174p Ik/Ti,r,rva7glifi I 0'*0 FERRER tI OF IRE NAME, * 4rENEIIIII Mitet DV ,.10 To ii' II:1 %4Vit MI 111112110 Mirv. il Iv., .ii,4,timmi En . s I rim MI 1 l :111 M 4116411 1. MI Pk am me 1 mum — al RI" . ..., CASE IV: DIAGRAM OF "APPROVED MANHOLE METHOD" REQUIRED ON ANY NEW INSTALLATION OR WHEN EXISTING MANHOLES MUST BE LOWERED&RAISED IrcAL 4 Mg IV VIE Page 2 Date: September 8, 2005 First Use Date GUPS: September 8,2005 Revised: February 26,2010 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA UTILITY SPECIAL PROVISION Section 107—Legal Regulations and Responsibility to the Public Permit No. 1133346 Add the following: Section 107—Exclusive Use Add the following: 107.26 General Description The facilities installed under this permit are for the applicant's exclusive use in the operation of their system. Any other use by the applicant or by a third party for any other purpose shall require the approval of the Department. This approval may require right-of-way use agreements and the payment of right-of-way use fees. Page 1 Date: September 8, 2005 First Use Date GUPS: September 8,2005 Revised: February 26,2010 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA UTILITY SPECIAL PROVISION Section 105— Control of Work Permit No. 1133346 Add the following: Section 105--Special Assurances form Add the following:: 105.17 General Description If the work proposed in this permit is to be done by forces other than the applicant's own and/or approved continuing contractors,a Special Assurances form must be executed and made a part of this permit. Prior to any work,an executed form shall be given to the D.O.T.Inspector. Page 1 Section 105—Special Assurances form SPECIAL ASSURANCES FOR UTILITY CONTRACT WORK WITHIN PUBLIC RIGHT OF WAY Permit Number: Date: Project Identification: Contract Identification: All work under this contractwhich is to be performed on public right of way under control and permit of the Georgia Department of Transportation shall be done in compliance with the terms and conditions of the Department's utility permit as per the Utility Accommodation Policy and Standards manual, current editions, including any utility installation Standards and Specifications. The Department shall have the right to inspect the work and to require any action necessary to correct all deviations from said terms and conditions. Contractor agrees that the Georgia Department of Transportation shall not be held liable for any extra expense or damages to the Contractor as a result of the requirement for compliance with the Department's standards and specifications or any corrective action which the Department may order in enforcement thereof. Company Name Contractor's Authorized Representative Date Page 2 Date: September 8, 2005 First Use Date GUPS: September 8,2005 Revised: February 26,2010 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA UTILITY SPECIAL PROVISION Section 104—Scope of Work Permit No: 1133346 Add the following: Section 104—UTILITY RESTORATION AND CLEANUP Add the following: 104.09 General Description The utility company or its contractor shall plan,coordinate,and prosecute the work such that disruption to personal property and business is held to a practical minimum. All construction areas abutting lawns and yards of residential or commercial property shall be restored promptly. Backfilling of underground facilities, ditches, and disturbed areas shall be accomplished on a daily basis as work is completed. Finishing,dressing, and grassing shall be accomplished immediately thereafter as a continuous operation within each area being constructed with emphasis placed on completing each individual yard or business frontage. Care shall be taken to provide positive drainage to avoid ponding or concentration of runoff. Page 1 Handwork, including raking and smoothing, shall be required to ensure that the removal of roots,sticks,rocks, and other debris is removed in order to provide a n eat and pleasing appearance. G rassing, when in season, shall immediately follow in order to establish permanent cover at the earliest date. If grassing is not in season, proper erosion control shall be installed and maintained. The Department's engineer shall be authorized to stop all work by the utility company or its contractor when restoration and cleanup are unsatisfactory and to require appropriate remedial measures. Page 2 f .. i .. { 1 _ .. J f - .. r .. • .. :..... .. -. i. .. - --. ;..,' i 2 -:., . I ... .. _ • .. • . ...