Loading...
HomeMy WebLinkAboutCONTRACT WITH INSITUFORM TECHNOLOGIES, LLC FOR CONSTRUCTION OF CAMP HANCOCK OUTFALL SEWER REHABILITATION- PHASE 1 • • • • E' O R G 1 • • CONTRACT DOCUMENTS AND SPECIFICATIONS • • FOR • Camp Hancock Outfall Sewer • Rehabilitation—Phase I • July 2018 • WKD#20160266.00.AG • • Prepared For: • • Augusta Utilities Department • City of Augusta Utilities Department • 452 Walker Street • Suite 200 • Augusta,GA 30901 • figri7fro / of /), 4110 Tit * MAIM r PROF • K;g. • • 6. • • Plans & Specifications • • Prepared by W.K. Dickson&Co.,Inc. • 1450 Greene Street,Suite 225 • Augusta,GA 30901 • 706-722-3479 • • • • • • CONFORMED DOCUMENTS • • • • • • • • • • INTENTIONALLY LEFT BLANK • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • The City of Augusta Utilities Department • Camp Hancock Outfall Rehabilitation Phase I • • TABLE OF CONTENTS • S • Document 00 11 16 Invitation to Bid Document 00 21 14 Instructions to Bidders • Document 00 31 00 Available Project Information • Document 00 40 00 Affidavit of Compliance for Augusta Document 00 41 43 Bid Form • Document 00 42 13 Memo of Negotiation of Construction Contract • 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 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 • Section 01 71 13 Mobilization S Bid Item#18-160,Addendum 1 The City of Augusta Utilities Department Table Of Contents • Camp Hancock Outfall Rehabilitation Phase I 00 01 10-1 WKD Project Number: 20160266.00.AG S • • • • • • DIVISION 03—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 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 DIVISION 33—UTILITIES Section 33 01 30.11 Cleaning&CCTV Inspection of Sewer Pipelines • Section 33 01 30.72 Cured-in-Place Pipe Lining(Water/Steam Cured) • Section 33 01 30.73 Cured-in-Place Pipe Lining(UV Cured) • Section 33 01 35 Manhole Grout Sealing • Section 33 05 05.13 Sewer and Manhole Testing • Section 33 05 13.15 Wet Well and Manhole Lining • Section 33 05 13.16 Public Manhole and Structures • Section 33 05 23 Trenchless Utility Installation-Jacking Section 33 05 23.23 Sewer Service Connection Seal&Lateral CIPP • Section 33 31 00 Sanitary Utility Sewerage Piping • END OF SECTION • • • • • S S Bid Item#18-160,Addendum 1 • The City of Augusta Utilities Department Table Of Contents • Camp Hancock Outfall Rehabilitation Phase I 00 01 10-2 WKD Project Number: 20160266.00.AG S • • DOCUMENT 00 11 16 • INVITATION TO BID • • Invitation to Bid • Sealed bids will be received at this office until Tuesday, March 6,2018 @ 3:00 p.m.for furnishing: • Bid Item#18-160 Camp Hancock Outfall Rehabilitation—Phase 1 for Augusta,Georgia—Augusta Utilities Department • Bid documents may be examined at the office of the Augusta, GA Procurement Department, 535 Telfair Street—Room 605, • Augusta,GA 30901. Plans and specifications for the project shall be obtained by all prime contractors,subcontractors and suppliers exclusively from ARC. The fees for the plans and specifications which are non-refundable are$100.00. • It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the • Owner is providing the opportunity to view plans online(www.e-arc.com)at no charge through ARC Southern(706 821-0405) • beginning Thursday,January 25,2018. 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 on Friday, February 16, 2018 @10:00 a.m. in the Procurement Department, • 535 Telfair Street,Room 605. • All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Tuesday, February 20,2017 @ 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 waiveable or modifiable by the Procurement Director. • All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta,Georgia Commission for approval by the Augusta,Georgia Commission. Please mark BID number on the • outside of the envelope. • Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or • inaccurate information upon which to base his qualifications. • 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:procbidandcontract@augustaga.gov • No bid will be accepted by fax,all must be received by mail or hand delivered. • GERI A.SAMS, Procurement Director • Publish: • Augusta Chronicle January 25, February 1,8,15,2018 • Metro Courier January 25,2018 • Revised:2/2/2016 • • • • • • • • • • DOCUMENT 00 21 14 • INSTRUCTIONS TO BIDDERS • IB-01 GENERAL • All proposals must be presented in a sealed envelope,addressed to the OWNER. The proposal must be filed with • the OWNER on or before the time stated in the invitation for bids. Mailed proposals will be treated in every respect as though filed in person and will be subject to the same requirements. • • Proposals received subsequent to the time stated will be returned unopened. Prior to the time stated any proposal may be withdrawn at the discretion of the bidder, but no proposal may be withdrawn for a period of sixty(60) days after bids have been opened,pending the execution of contract with the successful bidder. • IB-02 EXAMINATION OF WORK • Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work; the conformation of the ground;the character,quality and quantity of the facilities needed preliminary to and during • the prosecution of the work;the general and local conditions;and all other matters which can in any way affect • the work or the cost thereof under the contract. No oral agreement or conversation with any officer, agent,or employee of the OWNER,either before or after the execution of the contract, shall affect or modify any of the • terms or obligations therein. IB-03 ADDENDA AND INTERPRETATIONS • No interpretation of the meaning of plans,specifications or other pre-bid documents will be made to any bidder • orally. • Every request for such interpretation should be in writing addressed to the Geri A. Sams, Director of • Procurement; Procurement Department; Room 605; 530 Greene Street; Augusta, GA 30901 and to be given • consideration must be received at least ten days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued,will be sent by facsimile or U.S. mail to all prospective bidders(at the respective addresses • furnished for such purposes),not later than five days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his • bid as submitted. All addenda so issued shall become part of the Contract Documents. • IB-04 PREPARATION OF BIDS • Bids shall be submitted on the forms provided and must be signed by the bidder or his authorized representative. Any corrections to entries made on bid forms should be initialed by the person signing the bid. • • Bidders must quote on all items appearing on the bid forms,unless specific directions in the advertisement,on the bid form,or in the special specifications allow for partial bids. Failure to quote on all items may disqualify the • bid. When quotations on all items are not required,bidders shall insert the words "no bid"where appropriate. • Alternative bids will not be considered unless specifically called for. • Telegraphic bids will not be considered. Modifications to bids already submitted will be allowed if submitted by • telegraph prior to the time fixed in the Invitation for Bids. Modifications shall be submitted as such,and shall not • reveal the total amount of either the original or revised bids. Bids by wholly owned proprietorships or partnerships will be signed by all OWNERs. Bids of corporations will • be signed by an officer of the firm and his signature attested by the secretary thereof who will affix the corporate seal to the proposal. • • The City of Augusta Utilities Department Instructions To Bidders EPMS • Camp Hancock Outfall Rehabilitation Phase I 00 21 14- 1 • WKD Project Number:20160266.00.AG • • • • • NOTE: A 10%Bid Bond is required in all cases. • • IB-05 BASIS OF AWARD • The bids will be compared on the basis of unit prices,as extended,which will include and cover the furnishing of • all material and the performance of all labor requisite or proper,and completing of all the work called for under the accompanying contract,and in the manner set forth and described in the specifications. • Where estimated quantities are included in certain items of the proposal,they are for the purpose of comparing bids. While they are believed to be close approximations,they are not guaranteed. It is the responsibility of the • CONTRACTOR to check all items of construction. In case of error in extension of prices in a proposal,unit bid • prices shall govern. • IB-06 BIDDER'S QUALIFICATIONS • No proposal will be received from any bidder unless he can present satisfactory evidence that he is skilled in work • of a similar nature to that covered by the contract and has sufficient assets to meet all obligations to be incurred in carrying out the work. He shall submit with his proposal, sealed in a separate envelope, a FINANCIAL • EXPERIENCE AND EQUIPMENT STATEMENT,giving reliable information as to working capital available, • plant equipment,and his experience and general qualifications. The OWNER may make such investigations as are deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to him all such additional information and data for this purpose as may be requested. The OWNER reserves the • right to reject any bid if the evidence submitted by the bidder or investigation of him fails to satisfy the OWNER that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Part of the evidence required above shall consist of a list of the names and addresses of not • less than five(5)firms or corporations for which the bidder has done similar work. IB-07 PERFORMANCE BOND At the time of entering into the contract,the CONTRACTOR shall give bond to the OWNER for the use of the • OWNER and all persons doing work or furnishing skill,tools,machinery or materials under or for the purpose of • such contract,conditional for the payment as they become due,of all just claims for such work,tools,machinery, skill and terms, for saving the OWNER harmless from all cost and charges that may accrue on account of the • doing of the work specified, and for compliance with the laws pertaining thereto. Said bond shall be for the • amount of the contract satisfactory to the OWNER and authorized by law to do business in the State of Georgia. • Attorneys-in-fact who sign bonds must file with each copy thereof a certified and effectively dated copy of the . power of attorney. • IB-08 REJECTION OF BIDS • These proposals are asked for in good faith,and awards will be made as soon as practicable,provided satisfactory • bids are received. The right is reserved, however to waive any informalities in bidding, to reject any and all proposals,or to accept a bid other than the lowest submitted if such action is deemed to be in the best interest of • the OWNER. • END OF SECTION • The City of Augusta Utilities Department Instructions To Bidders EPMS • Camp Hancock Outfall Rehabilitation Phase I 00 21 14-2 • WKD Project Number:20160266.00.AG • • • • • • • • • • • • • • I • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • DOCUMENT 00 31 00 • AVAILABLE PROJECT INFORMATION • • 1.1 SUMMARY • • A. Document includes information available for bidders: • 1. Plans for"Camp Hancock Outfall Rehabilitation Phase P" • 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"Camp Hancock Outfall • Rehabilitation Phase P", 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"Camp Hancock • Outfall Rehabilitation Phase P", 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 3rd, 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. • End of Section • • • • • • • • S • The City of Augusta Utilities Department Available Project Information Camp Hancock Outfall Rehabilitation Phase I 00 31 00- 1 • WKD Project Number: 20160266.00.AG • • • • • • • • • • • • • • • • • SI • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • INTENTIONALLY LEFT BLANK • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • 410 • G E� O R G T A • • Attachment B • You Must Complete andeeturn the 2 pages of Attactgpent Bxith Your Suklrpittal. Documeralkstpe Notarized, • Augusta,Georgia Augusta Procurement Department • ATTN: Procurement Director 535 Teifair Street, Suite 605 • Augusta, Georgia 30901 • Name of Proponent: Insituform Technologies, LLC • Street Address: 17988 Edison Avenue • City,State,Zip Code: Chesterfield, MO 63005 Phone: (636)530-8000 Fax: (636)530-8701 Email: dpartridge(fgaegion.com Do You Have A Business License? Yes: Itir No: Business License#for your Company(Must Provide): UC300736 Company must be licensed in the Governmental entity for where they do the majority of their business. If your Governmental entity(State or • Local)does not require a business license,your company will be required to obtain a Richmond County business license if awarded a Bid. • For further information contact the License and Inspection Department @ 706 312-5050. List the State.City&County that issued your license: State of Georgia • Acknowledgement of Addenda:(#1) ✓:(#2) :(#3) :(#4) :(#6) : (#6) :(#7) :(#8) : • NOTE: CHECt(APPROPRIATE 13OX(ES)-ADD ADDmONAL NUMBERS AS APPLICABLE • Statement of Non-Discrimination The undersigned understands that it Is the policy of Augusta,Georgia to promote full and equal business opportunity for all persons doing • business with Augusta,Georgia. The undersigned covenants that we have not discriminated,on the basis of race,religion,gender,national origin or ethnicity,with regard to prime contracting,subcontracting or partnering opportunities. • The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable participation of local small businesses on the bid or contract awarded by Augusta,Georgia. The undersigned further covenants that we have completed truthfully and 411 fully the required forms regarding good faith efforts and local small business subcontractor/supplier utilization. • The undersigned further covenants and agrees not to engage In discriminatory conduct of any type against local small businesses, In conformity with Augusta, Georgia's Local Small Business Opportunity Program. Set forth below Is the signature of an officer of the • proposer/contracting entity with the authority to bind the entity. The undersigned 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 and • effect without interruption; That the promises of non-dIscrimination as made and set forth herein shall be and are hereby deemed to be made as part of and • Incorporated by reference Into any contract or portion thereof which this Company may hereafter obtain and; That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination as made and set forth herein • shall constitute a material breach of contract entitling Augusta, Georgia to declare the contract in default and to exercise any and all applicable rights remedies Including but not limited to cancellation of the contract, termination of the contract, suspension and debarment • from future contracting opportunities,and withholding and or forfeiture of compensation due and owing on a contract. • Non-Collusion of Prime Proponent • By submission of a bid,the vendor certifies,under penalty of perjury,that to the best of its knowledge and belief: (a)The prices in the bid have been arrived at independently without collusion,consultation,communications,or agreement,for the purpose • of restricting competition,as to any matter relating to such prices with any other vendor or with any competitor. (b)Unless otherwise required by law,the prices which have been quoted in the bid have not been knowingly disclosed by the vendor prior to • opening,directly or indirectly,to any other vendor or to any competitor. (c)No attempt has been made,or will be made, by the vendor to Induce any other person, partnership or corporation to submit or not to • submit a bid for the purpose of restricting competition. Collusions and fraud in bid preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department. • • • • Bld 18-160 Camp Hancock Outfall Sewer Rehabilitation • Bid Due:Tuesday,March 6,2018 @ 3:00 p.m. • Page 5 of 15 • • • • • • • I • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • - ! . - I Ii'. •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 pecunia Interest in the business of the responding firm or his sub-consultants)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 arrived at Independently without collusion,consultation,communications,or agreement,for the purpose • of restricting competition,as to any matter relating to such prices with any other vendor or with any competitor. (b)Unless otherwise required by law,the prices which have been quoted in the bid have not knowingly been disclosed by the vendor prior to • opening,directly or indirectly,to any other vendor or competitor. cs been or be e submitNo aa bid fort ath purposeeof restricting ting competition.vendor any breach or any iolatioother n of thi`spartnership or provision, the County shall haveration to e the right to mit or not to • terminate any related contract or agreement without liability and at its discretion to deduct from the price, or otherwise recover, the full • amount of such fee,commission,percentage,gift,payment or consideration. • Contractor Affidavit and Agreement By executing this affidavit, the undersigned contractor verifies Its compliaance with 0.C.G.A. § 13-10-91, stating affirmatively that the • individual,firm,or corporation which is contracting with Augusta,Georgia Board of Commissioners has registered with and Is participating In a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States • Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees,pursuant to the immigration Reform and Control Act of 1986(IRCA),P.L. • 99-603j,in accordance with the applicabliity provisions and deadlines established in 0.C.G.A§13-10-91. The undersigned further agrees that,should It employ or contract with any subcontractor(s)In connection with the physical performance of services pursuant to this contract • with Augusta, Georgia Board of Commissioners, contractor will secure from such subcontractor(s)similar verification of compliance with 0.C.G.A§13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 ore 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-Verlfy*User Identification Number(Company I.D.)on or after July 1,2009. • For additional information or to enroll your company,visit the State of Georgia website: • https://e-verifv.usds.gov/enroll/ and/or htta://www.doLstate.ea.us/adf/rules/300 10 1.pd( • **E-Veriffy*User Identification Number(Company I.D.) 19959 • NTE: E-VERIFY USER IDENTIFICATION 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 subm(t all • required forms for any subcontractor(s)as requested and or required. I further understand that my submittal will be deemed non- wmpliant if any part of this process Is violated. • Insituform Tech logies, LLC • Company Name • hQ J./,,,U ` aa:' • BY: Authorized Officer or Agent (Contractor Signature) • Contracting and Attesting Officer • Title of Authorized Officer or Agent of Contractor • Dian ePartridge • Printed Name of Authorized Officer or Agent • SUBSCRIBED AND SWORN EFORE ME ON THIS THE 6th DAY OF March ,2018 • V c+ NOTARY SEAL • oto Public JANET w Hck:••• • Commission Expires: ///27/0-0 Notary public-Notary Seal St Louis County-State of Missouri • Commission Number 12.`29:,86 • Yog Must, g plete and Return the 2 pages of Attachnept B with Your Submittal.Document Mal Co fission Erairr ,...N 2 2020 gong/6/2015 m w — �.e`�1 a a • E141Notary JANETpublic W.HASS-Notary Seal d 18-160 Camp Hancock Outfall Sewer Rehabilitation • 1 St Louis County-State of Missouri Bid Due:Tuesday,March 6,2018 @ 3:00 p.m. Commission Number 12529086 Page 8 of 15 • ( My Commission Expires Nov 27,2020 • • • •• ::::::yPrO R G t A • • tuMust Comi Iete 300 ROurn 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 50-36-1, I am stating the • following with respect to my bid for an Augusta, Georgia contract for Bid Item#18-160 Camp Hancock Outfall sewer Rehabilitation-Phase I • (lTB Project Number and Project Name! • Diane Partridge, Contracting and Attesting Officer • (Print/Types Name of natural person applying on behalf of individual,business,corporation,partnership,or other private entity) lnsituform Technologies, LLC • (Print/iype: Name of business,corporation,partnership,of other private entity] 1.) 10 I am a citizen of the United States. Alk lI MIIF OR 2.) i am a legal permanent resident 18 years of age or older. OR • 3.) I am an otherwise qualified alien(8§ USC 1641)or nonimmigrant under the Federal Immigration • • and Nationality Act(8 USC 1101 et seq.) 18 years of age or older and lawfully present in the United States.* • In making the above representation under oath, 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.• • ___ Avi%7�- Signature of Applicant Diane Partridge, Contracting and Attesting Officer • Printed Name • • *Alien Registration Number for Non-Citizens • SUBSCRIBED AND SWO N EFORE ME ON THIS THE 6th DAY OF March o,,,�al9P — e'— �do • • / (! JANET W.HASS ' Notary Public-Notary Seal • Public St Louis County-State of Missouri I • Commission Number 12529086 / I My Commission Expires Nov 27,2020 • •ommission Expires: /1 7,120 NOTARY SEAL • Note: THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR SUBMITTAL REV.2/17/2016 Bid 18-160 Camp Hancock Outfall Sewer Rehabilitation • Bid Due:Tuesday,March 6,2018 @ 3:00 p.m. Page 7of15 • • • • • • DOCUMENT 00 41 43 • BID FORM-UNIT PRICE • Proposal of Insituform Technologies, LLC _(hereinafter called"Bidder"); • (Bidder) • LLC organized and existing under the laws of the State of Georgia,doing business as(ea corporation,( )a • partnership,( )an individual for The City of Augusta Utilities Department,(hereinafter called"Owner"). • In compliance with your Invitation to Bid,Bidder hereby proposes to perform all work for the • construction of the Camp Hancock Outfall Rehabilitation Phase I Project,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 arrived 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 ontract on or before a date to be specified in the • Notice to Proceed and to fully complete the project within consecutive calendar days thereafter. • Bidder further agrees to pay as liquidated damages,the sum of$ 1,000.00 for each consecutive calendar day that the Contractor fails to complete the work indicated thereafter.Contract Documents—Are defined in the Agreement Form(Document 00 52 15)and Standard General Conditions(Document 00 72 15). • Bidder acknowledges receipt of the following Addenda: ^ Diane Partridge • Addendum No. 1,dated 2/27/18 ,Signature �t,�ct,1,tt,4 Contacting&Attesting officer Addendum No. 2,dated , Signature • Addendum No. 3,dated , Signature • Addendum No.4,dated ,Signature Addendum No. 5,dated ,Signature • • I • • • • • • • • S • • The City of Augusta Utilities Department Bid Item#18-160,Addendum 1 • Bid Form-Unit Price Camp Hancock Outfall Rehabilitation Phase I 00 4143-1 • WKD Project Number. 20160266.O0.AG • • • • • • • ITEMIZED PROPOSAL FORM • M&P • IBem Section 1 1 Item Description Unit Unit (012100) p Unit No. Qty. Price Total • ItemNo. IIII GENERAL CONSTRUCTION-LUMP SUM ITEMS • 1 Ls-1 Bid}Mobilization(not to exceed 3%of Base _ - • 2 �Q�1'�5, 101'� ,00 LS-2 Bonds,Insurance • o 3 .' L5-4 Traffic Control - �� `� l • - LS-7 Owners Allowance LS 1 $61,00.00 $61,000.00 5 LS-8 Bypass Pumping LS 1 • °to�bo °lo, bo. • CLEANING&CCTV INSPECTION • 6 1 S-21 : Clean Sr CCTV Inspection of Existing • Sewers prior to Rehabilitation • a : 24-inch Diameter Main Sewer 1 LF i 1,380 1Wk.-V-10 I ,Vit6- 6•90 Heavy Cleaning,add to 1a above ; LF 1 400 - ,5o.ao • CURED-IN-PLACE PIPE LINING(CIPP) J - • 7 S-22 Installation of Cured-in-Place Pipe • I Lining(CIPP) _ 1 a 24-inch CIPP Lining - LF - 1,780 5\\-1-' 3 8 S-23 i Removal of Protruding Service _.- - ....... ......... �g t i�d'10 Connections EA 7 I$-11.x,*I`ca}-1aV.a'Q 9 IS-24 Reinstate Active Service Lateral %V"\I - -- - EA 19 J ,-1\.ko0 S TO S-25 CIPP Product Tests EA 8 S-26 Lateral CIPP with connection repair _ a ; Lateral connection repair with the first 58 o • ft of lateral CIPP EA • b ( Each additional foot of lateral CIPP j LF _120 `• as^j0 :\1°\ 0� SANITARY SEWER -- - -. 12 1 S-27 ' Cleanout Assembly installed on Service — • t Laterals EA 1Q \? \ o I`,oi�\\ ,\ - — -- __. MANHOLE REHABILITATION • 13 S-28 Cementitious Mortar Lining VF 117 I�4-)\-.-0- 135.%5M- • S 29 Rebuild Bench and Invert EA 1 4 !]m bo(\,P L GRAVITY MAIN POINT REPAIRS • 15 5-30 Point Repairs to Main Sewers(10-Feet -- - • i in Length).. • The City of Augusta Utilities Department Bid Item#18-160,Addendum 1 • Camp Hancock Outfall Rehabilitation Phase 1 Bid Form-Unit Price WKD Project Number: 20160266.00.AG 00 41 43-2 • 0 0 a • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • Bid M&P { --_�_ __ Item Section Unit Unit r • (01 21 00) Item Description Unit Total • No. I- Qty. Price Item No. i • a24-inch PVC Pipe(0'-10'deep) EA 1k)ti,), J1-;k31$ ,V3 • i b 24 Inch PVC Pipe(10.1' �L 15'deep} EA 1 \ ,nI Yp� c Add for 24-inch DIP(any depth) EA 1 1'� • 1 Add for 24-inch DIP Tee within Point 5 • d Repair EA 1 \5.t� t\�j. ‘s." • PAVEMENT STRUCTURES• - -- Asphalt Roadway Pavement Restoration,Concrete Cap(8"thick) ��r I • 16 P-11 and Asphalt Surfaces Course(2"thick) SY 20 j, '� `b`��' • Detail 4.1.2 1 I • 17 P-5 Concrete Sidewalk Repair SY 8 l'L% ' l '�� • 18 P-6 Concrete DrivewayRepair SY 10 10'5,\Z) , tbg )- • 19 i P-7 Asphalt Driveway Repair SY 5 ' u1 c1 I db\ �.c`, OD P-$ 1��d 1• j___ P-8 ; Concrete Curb&GutterI,F 18 • BASE BID TOTAL: A \O. .‘3.0 • 1, • IN WORDSN'c d-c ,c) '-•a^�" ;�. �`� �. Contract Time: 145 Calendar Days \ ., 5‘)(( • • • _,_ ADDITIVE ALTERNATE A Extend• Rehabilitation limits to SMH MC059M0194(Holly St) Bid M&P _� __ _ - — • Item Section Unit Unit • No. (01 21 00) Item Description Unit Total Item No. Qty. Price • GENERAL CONSTRUCTION-LUMP SUM ITEMS _____________ LS-1 Mobilization(not to exceed 3%of Alt A total) LS 1 1 s£ • `'+,ate �� 22 LS-2 Bonds,Insurance LS 1 I •%1o,0, 31'10-1(:),• 23 LS-3 Temp.Erosion and Sediment Control LS 1 • 24.. LS-4 Traffic Control LS 1 \5 ,j 5_.-- 6 - ,• 25 , LS-7 Owner's Allowance i $19,900.00 • $19,900.00 • 26 LS-8 Bypass Pumping LS 1 ` y1AN3 1/4/\%\00w-- • .. GRAVITY MAIN POINT REPAIRS _ .___ 27 1 S-30 Point Repairs to Main Sewers(10-Feet 1 f — T 1 ^"-" • C 1 rn Length) _. _... i -- E • The City of Augusta Utilities Department Bid Item#18-160,Addendum 1 Bid Form-Unit Price Camp Hancock Outfall Rehabilitation Phase I 00 41 43-3 • WKD Project Number: 20I60266.00,AG • • S 0 • • O Bid M&P Section Unit Unit • Item (01 21 00) Item Description Unit Qty. Price Total No. • Item No, _ •-, - 0 a 24-inch PVC Pipe(0'-10'deep) b 24-inch PVC Pipe(10.1'-15'deep) EA 1 • c Add for 24-inch DIP(any depth) EA 1 vt),Da .oz, Ac5,c6D.r;b • d Add for 24-inch DIP Tee within Point EA 4 • Repair 1 1 28 5-31 Additional Repair Length(Over 10 0 Feet);Add to item AS-1 above. • a 24-inch PVC Pipe(0'-10'deep) LF 2 01...V3, ., 5 6z 0 b ' 24-inch PVC Pipe(10.1-15 deep) LF 4 • c Add or 24-inch DIP(any depth) . fLP 5 5.1AD'72.' ' 310,‘-\ .0.• 29 5-32 : Replace Existing Service Lateral 1 -0 --- -_ • a 1 6-inch Service Lateral(any depth) Replacement LP j -V)ktitc.°)— • _ I Add for DIP Service Lateral LF • CLEANING&CCTV INSPECTION 30 5-21 Clean&CCTV Inspection of Existing T • Sewers prior to Rehabilitation _I Vk i • a 1 24-inch Diameter Main Sewer LF . 335 \5)4‘° 1 455_\55 . . CURED-IN-PLACE PIPE LINING(CIPP) • ;31 S-22 Installation of Cured-in-Place Pipe • Lining(CIPP) 1 a 24-inch CIPP Lining LP 3:51 0 32 S-24 Reinstate Active Service Lateral EA 5— '`**,z 1\et \ • 33 S-25 , app Product Tests EA 1 i A\ciz)5:Z, 11 V.,to,z,5. (•,) • r _ • MANHOLE REHABILITATION 34 I S-28 I Cementitious Mortar Lining r VF 10 -} • • MISCELLANEOUS CONSTRUCTION ; • 35 104 i Select Backfill,GADOT Type I,Class I sc &II CY 65 • ; PAVEMENT STRUCTURES i • . . . . 1 Asphalt Roadway Pavement • 36 P-11 ' Restoration,8"Concrete cap and 2" SY 40 \lk:‘:).\071 ,tP It\„),V,.t•Q ,,z5 , , surface course.See Detail 4.1.2 • 37 • Asphalt Overlay , 1 SY 350 6c) ,.--Nrz:›' 5,0-3 1_ t • • 1 ALTERNATE A TOTAL: O Bid Itern#18-160,Addendum 1 The City of Augusta Utilities Department Bid Form-Unit Price • Camp Hancock Outfall Rehabilitation Phase 1 DO 41 43-4 • WKD Project Number: 20160266.00.AO • • 0 0 • • — -- Bid _. SectionM&P Unit Unit • Item (012100) Item Description Unit7 Total No. I Qty. Price • Item No, • W WORDS: \t.�O r -+Sc,X--....,0Arc*tN Contract Time:20 Calendar Days .b • 4111 • _.-Ext__ __ ADDITIVE ALTERNATE B • end Rehabilitation limits from SMH MC059M0194(Holly St)to MC058M0466(Lee Beard Way) Bid I M&P • Item Section Unit • Item Description Unit Unit UiTotal No. (0121 OO) Item No. Qty. Price GENERAL CONSTRUCTION-LUMP SUM ITEMS 38 1 LS-1 Mobilization(not to exceed 3%of Alt B • Ii total) LS 1 `At), 93- - 39 ' LS-2 IBonds,Insurance � 40 LS..._. � (�10�OP `10, 0_.. LS-3 Tem Erosion and Sediment Control . LS . 1 0 _. � 55� 5 I 55- LS-4 Traffic Control LS 1 -\1`.A�O* i 41 n 42 LS-7 Owner's Allowance LS 1 $18,000.00 $18,000.00 • 43 ; LS-8 Bypass Pumping 'Z ..!%--- c-P'Jisb 5- - -- • GRAVITY MAIN POINT REPAIRS _ - - - - - ------_-._.__ • 44 S-30 ; Point Repairs to Main Sewers(10-Feet • I in Length) . ____ ..k_ _I • a 4-inch PVC Pipe(up to 15'deep) i EA 1 C � CLEANING&CCTV INSPECTION • 45 S-21 I Clean&CCTV Inspection of Existing - -_. _ ' Sewers prior to Rehabilitation • a 24-inch Diameter Main SewerLF 367 ; "-\ to -- - 7 • CURED-IN-PLACE PIPE LINING(CIDP) I —^ 46 522 Installation of Cured-in-Place Pipe - - f ID I Lining(CP) L kv • 1__. a II 24-inch CIPP Linin �.._ \\ g - , LF ! 367 1.) L-\\.]\�,\0 • 47 I S-24 If Reinstate Active Service Lateral 1 \CJ-�`c� - — I .EA_ 5 l7� �� ��y1_L D EA 6 � • 48 S-25 I CIDP Product Tests - MANHOLE REHABILITATION ... - • 49 , S-28 i Cemmentitious Mortar Lining I • • The City of Augusta Utilities Department Bid Item#I 8-l60,Addendum] • Camp Hancock Outfall Rehabilitation Phase I Bid Form-Unit Price • WKD Project Number: 20160266.O0.AG 00 41 43-5 0 0 • • • • Bid Item Section Unit Unit • (01 21 00) Item Description Unit Total • No. Qty. Price Item No. • MISCELLANEOUS CONSTRUCTION ITEMS f -4 Select Backfill,GADOT Type I, Class I 50 f • CY 30 1` �.�jJ � M &11 • PAVEMENT STRUCTURES - ____L_ _ J • ' Asphalt Roadway Pavement 51 P-11 ` Restoration,8"Concrete cap and 22" a � • surface course SY 40 \;10 ; t'SJ • 1 Detail 4.1.2 52 p_1 Asphalt Overlay y - SY 400 ID,\o • ALTERNATE B TOTAL: —,_ __• _—. —- _� _ IN WORDS: `� \\� — — — — -- — • 1 Contract Time:20 Calendar Days �h �&-cc� ,� ( �1 • �o\cr> (��\ ,5�'sb� • • • • BASE BID GRAND TOTAL: • ALTERNATE A TOTAL: • ALTERNATE B TOTAL: - \24 e, BASE BID+ALT A $ ----\a0 ,\A‘36`k.,. • C .1 BASE BID+ALTS $ 0'.'``OL�a.L.\O BASE BID+ALL ALTERNATES: $ ' 9�`'vs' Lkk • • • TOTAL BID PRICE •• Having examined the Contract Documents for the above mentioned project,we,the undersigned,hereby offer to enter into a Contract to perform the Work fore the followingTotalBid Price of • \z:. •-\ `� -b .c-to `c'o-A'•r-- � Dollars($1/5. r '.5 N\Q ) • (Words)�,„, J�----sN.,,c•�6`_scr'�'- \\ ...r-N-..\-3-..NA Ceb (Numbers) • The undersigned hereby agrees that, upon written acceptance of this bid,he will within 10 days of receipt of • such notice execute a formal contract agreement with the Owner, and that he will provide the bond or guarantees required by the contract documents. • • The City of Augusta Utilities Department Bid Item#18-160,Addendum I • Bid Form-Unit Price Camp Hancock Outfall Rehabilitation Phase I 00 41 43-6 • WKD Project Number. 20160266.00.AG • • • • • The undersigned hereby agrees that, if awarded the contract, he will commence the work in • accordance with required contract performance dates based upon a written notice to proceed per each qualified task order. The undersigned hereby also agrees that the work will be completed within a time • frame reasonable to accomplish the work, or that which has been mutually agreed upon by the Augusta • Utilities Department,based on the scope for work for the task order as assigned. • Enclosed is a bid guarantee consisting of Bid Bond the to • Amount of Ten Percent of Amount Bid • Respectfully submitted: • • lnsituform Technologies, LLC 17988 Edison Avenue, Chesterfield, MO 63005 • Business Name Business Address • Diane Partridge alakiLt.�\ / OGLAtiPrinted/Typed Name SignatureL • Contracting and Attesting Officer March 15,2018 • Title Date • • State of Georgia- UC300736 • N/A Name of Licensing State and License Number Corporate(Partnership)Address (636)530-8000 Delaware • Telephone Number State of Incorporation• Seal-If Bid is by a Corporation (636)530-8000 • Telephone Number • • • Attest: 111PaI irr • Janet Hass Contracting and Attesting Officer • itle • Note: For a valid bid,the Bid Form and Bid Bond must both be properly signed by the President of the firm or an • officer authorized to sign contracts for the firm. • • • The City of Augusta Utilities Department Bid Item#18-160,Addendum 1 • Camp Hancock Outfall Rehabilitation Phase 1 Bid Form-Unit Price • WKD Project Number. 20160266.00.AG 00 41 43-7 • • • . • • • • • DOCUMENT 00 42 13 MEMORANDUM OF NEGOTIATION OF CONSTRUCTION CONTRACT • GENERAL(attach to executed contract) • (for proposed contract award less than bid amount) • • OWNER: City of Augusta Utilities Department CONTRACTOR: Insituform Technologies,LLC CONSULTANT: W.K. Dickson&Co.,Inc. • CONTRACT# 18-160 BID AMOUNT: $853,333.40 BID DATE: March 15, • 2018 • BRIEF DESCRIPTION OF CONTRACT AS BID: _Camp Hancock Outfall Rehabilitation Phase I • • The Owner and Contractor acknowledge and agree that the bid(s)received on the above project have resulted in the project budget being exceeded and that a contract(s)cannot be awarded based on the amount of the bid(s)received. This memorandum documents that both parties to the contract entered into and completed • negotiations in order to arrive at a mutually acceptable amount on which the construction contract(s)is to be • awarded. It is hereby agreed that the terms and conditions as stated in this document shall be binding on all parties and it shall become a part of the terms and conditions of the contract, subject only to the Owner being • successful in obtaining any needed additional funding resulting from this memorandum within the specified time period below. • • The following changes in the contractor's bid and the following changes in the terms/provisions of the contract are hereby incorporated into the proposed contract award. 40 • See below"Summary of Mutually Agreed Cost Reduction Items". PROPOSED NEGOTIATED CONTRACT AWARD AMOUNT: $ 914,333.40 • It is further understood and agreed by all parties that should additional funds become available within the • contract time or extension thereof,the Owner shall have the right to add back to the project any items deleted • above or to otherwise revise the contract as originally bid based on the same prices for deletions/revisions as noted above, subject only to any additional costs to which the contractor is entitled to per the terms of the • contract. • This memorandum shall be valid and binding up to and inclusive of 6/11/18 (date). • We agree to the terms and conditions of this document: • • • h /9 j 8 O RI d CONTRACTOR date • r Ay<��- Y , b cR LF C ' Diane Partridge • a(/7//i l A �, �_ Contracting and Attesting Officer A.)‘ � � ��t ! V 9 • ENGINEER date • • City of Augusta Utilities Department Memorandum of Negotiation of Construction Contract • Camp Hancock Outfall Rehabilitation Phase I 00 42 13-1 WKD Project Number: 20160266.00.AG S S 41 • • • • • CAMP HANCOCK OUTFALL REHABILITATION PHASE I S • AUGUSTA, GEORGIA • * * * * * • SUMMARY OF MUTUALLY AGREED COST REDUCTION ITEMS • • FOR ATTACHMENT TO THE • "MEMORANDUM OF NEGOTIATION—CONSTRUCTION CONTRACT" • Prepared: Date • • 'Insert Option Herel: • 1. [Description of Change] DEDUCT: $ • 2. [Description of Change] • DEDUCT: $ • • GRAND TOTAL OF COST REDUCTION FOR ALL ITEMS, [1] THROUGH[2]ABOVE: $ • • [Insert above amount spelled out] • S S S • S S • • • • • • 4 • City of Augusta Utilities Department Memorandum of Negotiation of Construction Contract • Camp Hancock Outfall Rehabilitation Phase I 00 42 13-2 WKD Project Number: 20160266.00.AG S S • • • • gxant fanent • c- • ) dl O '1 'A {ext rtw.tnet, _r iix • June 11,2018 • • EMAILED doartridoet aegion.com • Diane Partridge • Insituform Technologies 6792 Business Park BI Jacksonville, FL.32256 • Ref: Bid Opening Item#18-160 Camp Hancock Outfall Rehabilitation Phase 1 for Augusta, Georgia-Utilities Department Bid Due:Thursday, March 15, 2018 @ 11:00 a.m. • • Dear Ms.Partridge, • Thank you for your submittal in response to bid item #18-160, Camp Hancock Outfall Rehabilitation Phase 1 for Augusta, Georgia- Utilities Department. After the department reviewed your package, it was • noted that the cumulative total that you have listed on the bid schedule form that was submitted is Incorrect. The cumulative base bid total should be $559,152.60 instead of the amount which is listed as • $498,152.60. This will result in a revised cumulative total including Alternate 1 and 2 of$914,333.40. I • have attached a copy of the Extended Tabulation Sheet for your review. I wish to call your attention to Article 6, 1-10-50 (h) (3) of the Augusta Richmond County Code as it relates to the submission of your • bid. • ...(3) After the bid opening, corrections to bids shall be permitted only as to bid price and only to the extent that the bidder can show by clear and convincing evidence that a mistake • of a non judgmental character was made, the nature of the mistake, and the bid price actually intended.Otherwise, no changes in bid prices or other provisions of bids shall be • permitted. • Please be advised that the city would like to give you the option to approve or reject the change to the Contractor's Bid Tab to reflect the revised amount of$914,333.40. Please be advised this is not a bid • award. We are requesting that you reply to this request by signing below and faxing this page back to 706-821-2811 by Weay,June 13,2018 @ 3:00 p.m. • � • Sign: Date; o hi /I r1W cept the revised total WILL NOT accept the revised total • Diane artridge,Contracting and Attesting Officer Any Correspondence concerning this matter or questions concerning future procurements must be • submitted via mail,fax or email as follows: • Augusta Procurement Department Attn: Geri A.Sams,Director of Procurement • 535 Telfair Street,Room 605,Augusta,GA 30901 Or Fax:706-821-2811;Email:procbidandcontract(gaugustaga.gov • Si y, • G- •.0 amvprector • Procurement Department • GAS/nw Attachments(as indicated) • cc: Tom Wiedmeier, Utilities Department • Room 605- 535 Telfair Street,Augusta Georgia 30901 0 .r;$a Scan this OR code with your • (706)821-2422-Fax(706)821-2811 •:• �� l smartphone or camera equipped • evww,auautt��a.cov pp • Register at www.demandstar.com/supplier for automatic bid notification ' 'td o tablet to visit the Augusta,Georgia Z • • • • • • • • • • • • I! • • ' • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • BID TABULATION • Camp Hancock Outfall Rehabilitation Phase I BID Item No. 18-160 • BID DATE:March 15,2018 • WKD#20160266.00.AG • Insituform Technologies • 17988 Edison Ave Chersterfield,MO 63005 • License No G117075 • Item No. I Item Desorption Unit Quantities 1 Unit Price ce To GENERAL CONSTRUCTION-LUMP SUM ITEMS • 1 LS-1 Mobilization(not to exceed 3%of base Bid) LS 1 $10,725.00 $10,725.00 • 2 LS-2 Bonds,Insurance LS 1 $670.00 $670.00 3 LS-4 Traffic Control LS 1 $11,200.00 $11,200.00 • 4 LS-7 Owners Allowance LS 1 $61,000.00 $61,000.00 • 5 LS-8 Bypass Pumping LS 1 $90,260.00 $90,260.00 CLEANING&CCTV INSPECTION 5 Clean&CCTV Inspection of Existing Sewers prior to 6 S-21 Rehabiliation 4111 a 24-inch Diameter Main Sewer LF 1,380 $7.70 $10,626.00 5 _ b Heavy Cleaning,add to la above LF 400 $8.90 $3,560.00 • CURED-IN-PLACE PIPE LINING(CIPP) 7 S-22 Installation of Cured-in-Place Pipe Lining(CIPP) • a 24 inch CII'P Lining LF 1780 $117.00 $208,260.00 8 S-23 Removal of Protruding Service Connections BA 7 $772.60 $5,408.20 9 S-24 Reinstate Active Service Lateral EA 19 $171.60 $3,260.40 • 10 S-25 CIPP Product Tests EA 8 $606.20 $4,849.60 • 11 S-26 Lateral CIPP with connection repair Lateral connection repair with the first 5-ft of lateral C1PP EA 8 $9,968.50 $79,748.00 a b Each additional foot of lateral C1PP LF 120 $22.30 $2,676.00 • 5 SANITARY SEWER 12 ( S-27 Cleanout Assembly installed on Service Laterals EA 10 $1,061.101 $10,611.00 • • MANHOLE REHABILITATION 13 S-28 Cementitious Mortar Lining VF 117 $221.00 $25,857.00 14 S-29 Rebuild Bench and Invert EA 4 $609.80 $2,439.20 • GRAVITY MAIN POINT REPAIRS • 15 S-30 Point Repairs to Main Sewers(10-feet in length) • a 24 inch PVC Pipe(0'-10'deep) EA 1 $2,880.00 $2,880.00 _b 24-inch PVC Pipe(10.1'-15'deep) EA Mill $3,940.00 $3,940.00 �^ c Add for 24-inch DIP(any depth) EA $5,000.00 $5,000.00 _. • d Add for 24-inch DIP Tee within Point Repair _... BA I 1 $7,115.00 $7,115.00 • PAVEMENTSTRUCTURES • Asphalt Roadway Pavement Restoration Concrete Cap 16 P-11 (8"thick)and Asphalt Surfaces Course(2"thick) Detail SY 20 $305.00 $6,100.00 • 4.1.2 • 17 P-5 Concrete Sidewalk Repair SY 8 $46.90 $375.20 18 P-6 Concrete Driveway Repair SY 10 $83.80 $838.00 • _ 19 P-7 Asphalt Driveway Repair SY 5 $247.00 $1,235.00 • • 1 0 • • • • • BID TABULATION • Camp Hancock Outfall Rehabilitation Phase I BID Item No. 18-160 • BID DATE:March 15,2018 • WKD#20160266.00.AG • Insituform Technologies 410 17988 Edison Ave Chersterfield,MO 63005 • License No.G117075 • Item No. Item Description Unit Quantities 1 Unit Price Total 20 P-8 Concrete Curb&Gutter LF 15 $34.60 $519.00 • BASE BID GRANDTOTAL: $559,152.60 • 1 IN WORDS: $498,152.60 • Contract Time:145 Calendar Days • • • • S • ` • • • • S • • • • S • • • • • • S S S 2 S • • • _ • • BID TABULATION • Camp Hancock Outfall Rehabilitation Phase I BID Item No. 18-160 • BID DATE:March 15,2018 • WKD#20160266.00.AG • Insituform Technologies • 17983 Edison Ave Chersterfield,MO 63005 • License No.G117075 • Item No. 1 F Item Description Unit Quantities 1 J Unit Pace Total ADDITIVE ALTERNATE A Extend Rehabilitation limits to SMH MC059M0194(Holly St.) • Item No. Item Description I Unit ( Quantities Unit Price Total GENERAL CONSTRUCTION-LUMP SUM ITEMS • 21 LS-1 Mobilization(not to exceed 3%of Alt A total) LS 1 $4,000.00 $4,000.00 • 22 LS-2 Bonds,Insurance LS 1 $670.00 $670.00 • 23 LS-3 Temp.Erosion and Sediment Control LS 1 $560.00 $560.00 24 LS-4 Traffic Control LS 1 $4,550.00 $4,550.00 • 25 LS-7 Owner's Allowance LS 1 $19,900.00 $19,900.00 • 26 LS-8 Bypass Pumping LS 1 $14,860.00 $14,860.00 • GRAVITY MAIN POINT REPAIRS 27 S-30 Point Repairs to Main Sewers(10-feet in length) • 24-inch PVC Pipe(0'-10'deep) EA 1 $2,880.00 $2,880.00 • 24-inch PVC Pipe(10.1'-15'deep) EA 1 $3,940.00 $3,940.00 Add for 24-inch DIP(any depth) EA 1 $5,000.00 $5,000.00 • Add for 24-inch DIP Tee within Point Repair EA 4 $7,115.00 $28,460.00 • 28 S-31 Additional Repair Length(Over 10-feet);Add to item AS- 1 above. • 24-inch PVC Pipe(0'40'deep) —� LF 2 $3,040.00 $6,080.00 • 24-inch PVC Pipe(10.1'-15'deep) LF 4 $4,160.00 $16,640.00 Add for 24-inch DIP(any depth) I LF 5 $5,280.00 $26,400.00 • 29 S-32 Replace Existing Service Lateral • a 6-inch Service Lateral(any depth)Replacement LF 100 1 1 $72.60 $7,260.00 b Add for DIP Service Lateral LF 25 $25.00 $625.00 0 • CLEANING&CCTV INSPECTION 30 S-21 Clean&CCTV Inspection of Existing Sewers prior to • Rehabilitation • a 24-inch Diameter Main Sewer LF 335 I I $10.601 $3,551.00 • CURED-IN-PLACE PIPE LINING(CIPP) • 31 S-22 Installation of Cured-in-Place Pipe Lining(CIPP) a 24-inch CIPP Lining LP 335 $152.50 $51,087.50 • 32 S-24 Reinstate Active Service Lateral EA 5 $212.60 $1,063.00 • 33 S-25 CIPP Product Tests EA 1 $605.00 $605.00 • MANHOLE REHABILITATION • 34 S-28 Cementitious Mortar Lining VF 10 I $22L001 $2,210.00 • MISCELLANEOUS CONSTRUCTION • 35 M-4 Select Backfill,GA DOT Type I,Class I&II CY 65 I I $31.301 $2,034.50 0 • 3 • • • • • • BID TABULATION • Camp Hancock Outfall Rehabilitation Phase I BID Item No. 18-160 • BID DATE:March 15,2018 • WKD#20160266.00.AG • Insituform Technologies • 17988 Edison Ave Chersterfield,MO 63005 • License No.G117075 • Item No.I Item Description Unit - Quantities i Unit Price Total • PAVEMENT STRUCTURES • 36 P-11 Asphalt Roadway Pavement Restoration,8"Concrete SY 40 $322.00 $12,880.00 Cap and 2'surface course.See Detail 4.1.2 • 37 P-1 Asphalt Overlay SY 350 $20.10 $7,035.00 • ADDITIVE ALTERNATE A GRAND TOTAL: I $222,291.00 • IN WORDS: • Contract Time:20 Calendar Days • • ADDITIVE ALTERNATE B Item Description Unit Quantities • GENERAL CONSTRUCTION-LUMP SUM ITEMS • 38 LS-1 Mobilization not to exceed 3%of Alt B total) LS 1 $3,800.00 $3,800.00 39 LS 2 Bonds,Insurance LS 1 $670.10 $670.10 • 40 LS-3 Temp.Erosion and Sediment Control LS 1 $558.50 $558.50 • 41 LS-4 Traffic Control; LS 1 $4,750.70 $4,750.70 42 LS-7 Owner's Allowance LS 1 $18,000.00 $18,000.00 • 43 LS-8 Bypass Pumping ._�.,......__ LS 1 I $20,963S0 $20,963.50 • GRAVITY MAIN POINT REPAIRS • 44 5-30 Point Repairs to Main Sewers(10-feet in length) • a 124-inch PVC Pipe(up to 15'deep) I EA 1 I I $4,044.20 $4,044.20 • CLEANING&CCTV INSPECTION • 45 S-21 Clean&CCTV Inspection of Existing Sewers prior to Rehabilitation • a 24-inch Diameter Main Sewer LF 367 I I $7.901 $2,899.30 • CURED-IN-PLACE PIPE LINING(CIPP) • 46 S-22 Installation of Cured-in-Place Pipe Lining(CIPP) • a 24-inch CII'?Lining LF 367 $112.30 $41,214.10 47 5-24 Reinstate Active Service Lateral EA 6 $157.90 $947.40 • 48 S-25 CIPP Product Tests EA 5 $605.80 $3,029.00 • MANHOLE REHABILITATION • 49 5-28 Cementitious Mortar Lining VF 46 I I- $221.001 $10,166.00 • MISCELLANEOUS CONSTRUCTION • 50 M4 Select Backfill,GA DOT Type I,Class I&II CY 30 I 1 $31.30.1 $939.00 • • • 4 0 • • • • • BID TABULATION Camp Hancock Outfall Rehabilitation Phase I • BID Item No. 18-160 • BID DATE:March 15,2018 WKD#2D160266.00.AG •• Insituform Technologies • 17988 Edison Ave Chersterfield,MO 63005 • - License No.G117075 • Item No. Item Description Unit Quantities I Unit Price Total PAVEMENT STRUCTURES 411 51 P-11 Asphalt Roadway Pavement Restoration,8"Concrete SY 40 $321.70 $12,868.00 Cap and 2-1/2'surface course.See Detail 4.1.2 • 52 13-1 Asphalt Overlay SY 400 $20.10 $8,040.00 • • ADDITIVE ALTERNATE B GRAND TOTAL: $132,889.80 • IN WORDS: • Contract Time:20 Calendar Days • Base Bid Grand Total: 1559,152.60 • Alternate A: $722,291.00 Alternate B: $132,889.80 • BASE BID+ALL ALTERNATES: $914,333A0 • „ $853,333.40 • • • • • • • • • • • • • • • • • • • 5 • • • • • • • • • • • • • I • ' • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • r „ • • . DOCUMENT 00 43 13 BID BOND • • • KNOW ALL MEN BY THESE PRESENTS,that we,the Insitu form Technologies,LLC Travelers Casualty and Surety Company li • 17988 Edison Avenue,Chesterfield,MO 63005 as Principal, of America,One Tower Square and as Surety, Hartford,CT 06183 • are hereby held and firmly bound unto the Augusta,Georgia Commission of Augusta, • • Georgia as Owner in the penal sum of Ten Percent(10%)of the Amount Bid • for the payment of which,well and truly to be made,we hereby • • jointly and severally bind ourselves,our heirs,executors,administrators,successors and assigns. • Signed this 6 day of March ,20 18 • The condition of the above obligation is such that whereas the Principal has submitted to the • • Augusta,Georgia Commission of Augusta,Georgia,a certain Bid,attached hereto and • hereby made a part hereof to enter into a contract in writing for the Camp Hancock Outfall Rehabilitation Phi, • • for Augusta,Georgia in accordance with plans and specifications of the AUGUSTA UTILITIES • DEPARTMENT. • • NOW,THEREFORE, • (a) If said Bid shall be rejected,or in the alternate, • • (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in • the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for • the payment of all persons performing labor or furnishing materials in connection • therewith, and shall in all other respects perform the agreement created by the • acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability • of the Surety for any and all claims hereunder shall, in no event, exceed the penal • amount of this obligation as herein stated. • • • • Augusta Utilities Department Bid Bond Camp Hancock Outfall Rehohilitation Phase I 00 43 13•I • WKI)Project Number. 20160266.00.AG • • • • •• • The Surety,for value receive,hereby stipulates and agrees that the obligations of said Surety • and its bond shall be in no way impaired or affected by any extension of the time within which • • the Owner may accept such Bid;and said Surety does hereby waive notice of any such extension. • • • IN WITNESS WHEREOF,the Principal and the Surety have hereunto set their hands and seats,and such of them as arc corporations have caused their corporate seals to be hereto affixed and • these presents to be signed by their proper officers,the day and year first set forth above. • • Signed and sealed this 6 day of March A.D.20 Is . • • • • Witness Insituform Technologies,LLC (Seal) /J, __ • t Hass, fitness (Principal) • • • S.l�t.fAttes :it i► ` BY kuL __. 'al) Chnstlanda Adkins (True) • Contracting&Attesting Officer Diane Partridge,Contracting&Attesting Officer • • t I i' 1. Travelers Casualty and Surety Witness 1 LAJDVA Company of America (Seal) • Amanda L.Williams,Witness (Surety) • •• Attest -----� ( �/ BYLLAA � Ashley Miller,Witness (Title) • Donna Robson,Attorney-in-Fact • • • • • • • • • Augusta I hilities Department Bid Bond Camp Hancock()offal!Rehabilitation Phase] 00 43 13-2 • WKI)Project Number: 2016020.00.AG • • • • • • • • • • State of Missouri • County of St.Louis • • On 3/06/2018, before me, a Notary Public in and for said County and State, residing therein, duly • commissioned and sworn,personally appeared Donna Robson known to me to be Attorney-in-Fact of • • TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA • • • the corporation described in and that executed the within and foregoing instrument, and known to me • to be the person who executed the said instrument in behalf of said corporation, and he duly acknowledged to me that such corporation executed the same. • • IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year • stated in this certificate above. • •• air OtA4St iktOgH/tit • Amanda L. Williams,Notary Public • • AMANDA l WILLIAMS NotaryPublic-N3otary Seal • State of Missouri,St.Louis County My Commission Expiresr±iJu7224 2021 • My Commission Expires: • • • • • • • • • • • • • • • • • • n • • Travelers Casualty and Surety Company of America • 4111111k Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company • POWER OF ATTORNEY • KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut(herein collectively called the • "Companies"),and that the Companies do hereby make,constitute and appoint Donna Robson,of Chesterfield,Missouri,their true and lawful Attorney-in-Fact to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts • and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. • IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017. • tM.4hYa�,.trANo. • `s1 _ t+tet tr 1tJ • State of Connecticut ��%%� .J • By: j%r s!'i; .., r City of Hartford as. Robert L.Raney,Senor Vice President • On this the 3rd day of February,2017,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St.Paul Fire and Marine Insurance Company,and • that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. • In Witness Whereof,I hereunto set my hand and official seal. ti-Tat • My Commission expires the 30th day of June,2021 il #!'!I11•7t L C - ► Mane C.Tetreault,Notary Public • ��, t. • This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St.Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: • RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any • Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with • the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is • FURTHER RESOLVED, that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice • President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is • FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior 1 • Vice President or any Vice President, any Second Vice President,the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by • one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and itis • FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power • of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing • such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 5 I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company,and St,Paul Fire and Marine insurance Company,do hereby certify that the above and foregoing is a true and correct copy of the Power of • Attorney executed by said Companies,which remains in full force and effect. 4111 Dated this as day of March , 2018 . je.gokY y Auttr Aka+i N, F'^ Ili • I //yam sot • • '`a! . A�1, t,,p * �/ i'iA�• • LL Kevin E.Hughes,Assi tant Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880, • Please refer to the above-named Attorney-in-Fact and the details of the bond to which the power is attached. • • • 4111 • • • • • ,u I. r • } 7, • e#~' DOCUMENT 00 51 00 • NOTICE OF AWARD • • DATE: August 10, 2018 • CONTRACTOR: Insituform Technologies,LLC • ADDRESS: 17988 Edison Avenue • Chesterfield MO 63005 • City State Zip Code • PROJECT: Camp Hancock Outfall Rehabilitation PROJECT NO 1/8-2016-009 Phase I • • At a meeting of the Augusta Richmond County Commission held on(Date) August 7,2018 • you were awarded the Contract for the following Project:Camp Hancock Outfall Rehabilitation Phase I • • • Enclosed please find 5 copies of the Contract Documents for your execution. Please complete the necessary • pages,affixing signatures,dates,notary and/or corporate seals,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 two copies are permissible. • Very truly yours, • Augusta Utilities Department CA-A• • S `.. • Project Engineer • Receipt of this NOTICE OF AWARD is hereby acknowledged this,the I of August , 2,01 8 • insituform Technologies,LLC / • / i / Diane Partridge . • ,L A_ / d� - Contracting and Attesting Officer • Contractor Dy I Title • Please sign and return one copy of this Notice of Award Acknowledgement to: Augusta Utilities Department • Atte:Chad Hendrix �� f .'" Date 6- O-1 • 452 Walker Street,Suite 200 Ja Lause,Notary Public in • St.Louis County,Missouri Augusta,GA 30901 • 4€0.4,7„ JANA LAUSE �° 'r My Caninlission Expires • s _NOTARY'; 'z 5,2021 The City of Augusta Utilities Department e$,Louis County Notice Of Award Camp Hancock Outfall Rehabilitation—Phase I ° '*416—** SEAL' • WKD Project Number: 20I60266.00.AG •4 �• Commission#13805815 00 S l 00-i • • • • • • • • • • • • • • • INTENTIONALLY LEFT BLANK • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • I • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • DOCUMENT 00 52 15 • AGREEMENT • AGREEMENT S This AGREEMENT,made on the day of ,2018,by and between • AUGUSTA,GEORGIA,BY AND THROUGH THE AUGUSTA-RICHMOND COUNTY COMMISSION,party of the first part,hereinafter called the OWNER,and Insituform Technologies,LLC., • party of the second part,hereinafter called the CONTRACTOR. • WITNESSETH,that the Contractor and the Owner,for the considerations hereinafter named, • agree as follows: • ARTICLE I-SCOPE OF THE WORK • The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor • necessary,and to perform all of the work shown on the plans and described in the specifications for the project entitled: • • CAMP HANCOCK OUTFALL REHABILITATION PHASE I • and in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions hereto attached,which are hereby made a part of this agreement. • ARTICLE II-TIME OF COMPLETION-LIQUIDATED DAMAGES • • The work to be performed under this Contract shall be commenced within 10 calendar days • after the date of written notice by the Owner or the Contractor to proceed.All work shall be fully completed within the number of calendar days from the date of the Notice to Proceed,as indicated below,based on • the portions of the work awarded.The contract durations for each portion of the project in the bid package are listed below: • 1. Base Bid—145 calendar days • 2. Bid Alternate 1 —20 calendar days 3. Bid Alternate 2—20 calendar days • • The contract duration will be established based on the amount of work awarded. The contract duration shall reflect the above listed amount of calendar days for the respective project scope of work. Therefore, the contract duration • shall be 185 calendar days. • All work shall be fully completed within this number of calendar days from the date of the Notice to Proceed with all • such extensions of time as provided for in the General Conditions. • It is hereby understood and mutually agreed,by and between the Contractor and the Owner, that the date of beginning, rate of progress and the time for completion of the work to be done hereunder are • ESSENTIAL CONDITIONS of this contract. Contractor agrees that said work shall be prosecuted regularly, diligently,and uninterruptedly at such rate of progress as will ensure full completion thereof within the time specified. • It is expressly understood and agreed by and between the Contractor and the Owner,that the time for completion of • the work described herein is a reasonable time for completion of the same, taking into consideration the average climatic range and construction conditions prevailing in this locality. • • • The City of Augusta Utilities Department Agreement Form Camp Hancock Outfall Rehabilitation Phase I 00 52 15-1 • WKD Project Number: 20160266.00.AG • • • • • • • • IF THE CONTRACTOR SHALL NEGLECT,FAIL,OR REFUSE TO COMPLETE THE WORK WITHIN THE TIME HEREIN SPECIFIED,then the Contractor does hereby agree,as a part of the • Consideration for the awarding of this contract,to pay the Owner the sum of one thousand and no/100s($1000.00) • Dollars,not as a penalty,but as liquidated damages for such breach of contract as hereinafter set forth,for each and every calendar day that the Contractor shall be in default after the time stipulated in the Contract for completing the • work. • The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability • and extreme difficulty of fixing and ascertaining the actual damages the Owner would,in such event,sustain,and said amounts shall be retained from time to time by the Owner from current periodical estimates. • It is further agreed that time is of the essence of each and every portion of this Contract and the specifications wherein a definite portion and certain length of time is fixed for the additional time is allowed for the completion of • any work,the new time limit fixed by extension shall be the essence of this contract. • ARTICLE III—PAYMENT • (A) The Contract Sum • The Owner shall pay to the contractor for the performance of the Contract the amount as stated in the BID • FORM and Schedule of Items. No variations shall be made in the amount except as set forth in the specifications • attached hereto. • (B) Progress Payment • On no later than the fifth day of every month,the Contractor shall submit to the Owner's Engineer an estimate covering the percentage of the total amount of the Contract which has been completed from the start of the job up to • and including the last working day of the preceding month,together with such supporting evidence as may be required • by the Owner and/or the Engineer.This estimate shall include only the quantities in place and at the unit prices as set forth in the Bid Schedule. On the vendor run following approval of the invoice for payment, the Owner shall after • deducting previous payments made, pay to the Contractor 90% of the amount of the estimate on units accepted in • place.The 10%retained percentage may be held by the Owner until the final completion and acceptance of all work under the Contract. • ARTICLE IV-ACCEPTANCE AND FINAL PAYMENT • (A) Upon receipt of written notice that the work is ready for final inspection acceptance,the Engineer shall within • 10 days made such inspection, and when he finds the work acceptable under the Contract and the Contract fully • performed, he will promptly issue a final certificate, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance • found to be due the Contractor,including the retained percentage,shall be paid to the Contractor by the Owner within • 15 days after the date of said final certificate. • (B) Before final payment is due, the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed • indebtedness of liens of evidence of payment of all such disputed amounts when adjudicated in cases where such • payment has not already been guaranteed by surety bond. • (C) The making and acceptance of the final payment shall constitute a waiver of all claims by the Owner,other than those arising from unsettled liens, from faulty work appearing within 12 months after final payment, from • requirements of the specifications,or from manufacturer's guarantees.It shall also constitute a waiver of all claims by • the Contractor except those previously made and still unsettled. • • • The City of Augusta Utilities Department Agreement Form Camp Hancock Outfall Rehabilitation Phase I 00 52 15-2 • WKD Project Number: 20160266.00.AG • • • • • • • • • • • • • • • • • • • I'I • ' • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • (D) If after the work has been substantially completed,full completion thereof is materially delayed through no fault of the Contractor,and the Engineer,so certifies,the Owner shall upon certification of the Engineer,and without • terminating the Contract,make payment of the balance due for that portion of the work fully completed and accepted. • Each payment shall be made under the terms and conditions governing final payment,except that it shall not constitute a waiver of claims. • IN WITNESS WHEREOF,the parties hereto have executed this Agreement in three(3)counterparts,each of which • shall be deemed an original,in the year and day first mentioned above. • • K f � ",� nvismoao,_ • OWNER:AUGUSTA,GEORGIA 01 tt () , ki� 1 • �;. Ar ,�+e ~ a"es 0 0 • ATTEST: �" 0 r� fry "%`� 0�4 • r tU " 41 By: 4f:)."---- By IA//. ,—,..%4 fl. $ • The Honorable Hardie Davis Lena J.Bonner / xs d d �" ",�" • MayorClerk of th- Co issrS . *41 , 'Q$m®a,,,""" ,. • Date: Date: / / r ' RCA + • APPROVED AS TO FORM: DEPARTMENT APPROVAL: :4 • • By: j! IPA.liatiti By: t e'tit.�._9 LJ — Thomas D.Wiedmeier • Attorney Director,Augusta Utilities Department • Date: G Date: Z 11. • • • • CONTRACTOR: INSITUFORM TECHNOLOGIES,LLC. IP ATTEST: SEAL • By• : h B ��A , // / Name: Diane Partridge Name: Janet Hass • Title: Contracting and Attesting Officer Tit1 Contracting and Attesting Officer • Date: August 9,2018 August 9,2018 Date: • • • • 1 • • The City of Augusta Utilities Department Agreement Form Camp Hancock Outfall Rehabilitation Phase I 00 52 15-3 • WKD Project Number: 20160266.O0.AG • • • • • • • INSITUFORM TECHNOLOGIES,LLC • • PRESIDENT APPOINTMENT OF • CONTRACTING AND ATTESTING OFFICERS • • Pursuant to the authority set forth in the Limited Liability Company Agreement of Insituform Technologies,LLC(the"Company"), I hereby determine that: • • 1. Christlanda Adkins, Laura M.Andreski,Janet Hass,Jana Lause, Diane Partridge, • Whittney Schulte,and Ursula Youngblood are appointed as Contracting and Attesting • Officers of the Company,each with the authority,individually and in the absence of the • others,subject to the control of the Board of Managers of the Company,to: (i)certify • and attest to the signature of any officer of the Company;(ii)enter into and bind the Company to perform pipeline rehabilitation activities of the Company and all matters related thereto,including the maintenance of one or more offices and facilities of the Company; (iii)execute and to deliver documents on behalf of the Company;and(iv) • take such other action as is or may be necessary and appropriate to carry out the project, • activities and work of the Company. • 2. Any person previously appointed or serving as a Contracting and Attesting Officer of the • Company prior to the date hereof and who is not named above is hereby removed from any such appointment. • • • Dated: June 29,2018 • Frank R.Firsching • President • • S S S S S S S S S • • • • . . • ACORD® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) • it.,...----- 7/1/2019 7/24/2018 • 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on • this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies CONTNAME: ACT . Three City Place Drive,Suite 900 (A/C,No,Ext): FAX No): St.Louis MO 63141-7081 E-MAIL • (314)432-0500 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIL# • INSURER A:XL Insurance America,Inc. 24554 INSURED IriSiHJfO1TY1 Technologies,LLC INSURER B:ACE American Insurance CompanyI 22667 • 1347996 17988 Edison Avenue Chesterfield MO 63005 INSURER C:Indemnity Insurance Co of North America 43575 • INSURER D:Starr Indemnity&Liability Company 38318 INSURER E • INSURER F: • COVERAGES INSTE02 CERTIFICATE NUMBER: 15508279 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD • INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. • INSR ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS . A X COMMERCIAL GENERAL LIABILITY Y Y CGD300084903 7/1/2018 7/1/2019 EACH OCCURRENCEDAMAGE TO $ 2,000,000 CLAIMS-MADE X OCCUR PREMISES(Ea occur ence) $ 1,000,000 • A X Independt Contractor BROAD FORM PD/CONTRACTUAL MED EXP(Any one person) $ 10,000 • X XCU PERSONAL&ADV INJURY $ 2,000,000 GENII AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 • POLICY X JECOT X LOC PRODUCTS-COMP/OP AGG $ 4,000,000 5 OTHER: $ B AUTOMOBILE LIABILITY Y Y ISA H25158945 7/1/2018 7/1/2019 COMBINED NGLE LIMIT $ (Ea accident)SI5,000,000 • x ANY AUTO BODILY INJURY(Per person) $ XXXXXXX OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ XXXXXXX . HIRED NON-OWNED AUTOS ONLY PROPERTY DAMAGE AUTOS ONLY (Per accident) $ XXXXXXX • $ XXXXXXX D UMBRELLA LIAR X OCCUR Y Y 1000095154181 7/1/2018 7/1/2019 EACH OCCURRENCE $ 10,000,000 • X EXCESS LIAB CLAIMS-MADE AGGREGATE $ 10,000,000 • DED RETENTION$ $ XXXXXXX WORKERS COMPENSATION Y PER OTH- B AND EMPLOYERS'LIABILITY Y/N WLRC65224987(CA/MA) 7/1/2018 7/1/2019 X STATUTE ER • C ANY PROPRIETOR/PARTNER/EXECUTIVE WLRC6522494A(AOS) 7/1/2018 7/1/2019 E.L.EACH ACCIDENT $_1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (EXCLUDING MONOPOLISTIC - (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 • If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 . . I , DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) . PROJECT:CAMP HANCOCK OUTFALL REHABILITATION PHASE I.CITY OF AUGUSTA,GEORGIA,BY AND THROUGH THE AUGUSTA COMMISSION,CONTRACTOR, SUBCONTRACTORS,PROFESSIONAL AND PROFESSIONAL'S CONSULTANT'S IN THE WORK ARE ADDITIONAL INSURED ON A PRIMARY AND NON-CONTRIBUTORY • BASIS UNDER GENERAL LIABILITY,AUTOMOBILE LIABILITY,AND EXCESS LIABILITY AS REQUIRED BY WRITTEN CONTRACT.WAIVER OF SUBROGATION APPLIES UNDER GENERAL LIABILITY,AUTOMOBILE LIABILITY,EXCESS LIABILITY,AND WORKERS'COMPENSATION WHERE PERMISSIBLE BY LAW AS REQUIRED BY WRITTEN CONTRACT. • . . CERTIFICATE HOLDER CANCELLATION See Attachments 15508279 • CITY OF AUGUSTA,GEORGIA, SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE BY AND THROUGH THE AUGUSTA COMMISSION THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN . 535 TELFAIR STREET ACCORDANCE WITH THE POLICY PROVISIONS. • AUGUSTA GA 30901 AUTHORIZED REPRESENTATI • I . ©1988-2 ACORD CORPORATI N. All rights reserved. • ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD . NMI • • • Attachment Code:D545910 Master ID: 1347996,Certificate ID: 15508279 • l�1 • • LOCKTON • • CITY OF AUGUSTA, GEORGIA, BY AND THROUGH THE • AUGUSTA COMMISSION 535 TELFAIR STREET • AUGUSTA GA 30901 • • To whom it may concern: • In an effort to meet demand for more timely delivery of certificates, Lockton Companies now • provides paperless delivery of Certificates of Insurance. Thank you for your patience and . willingness to help lessen our environmental footprint. • To ensure electronic delivery for future renewals of this certificate,we need your email address. • Please contact us via one of the methods below,referencing the Certificate ID found at the top of this page. • • • Email: PCertificate@lockton.com; • • Phone: (866) 728-5657 (toll-free) Please notify us if this certificate is no longer needed. • Thank you, • • Lockton Companies • • • • • 0 I 0 I • • • • • • Lockton Companies • Three CityPlace Dr, Suite 900 i St. Louis,MO 63141-7088 314-432-0500/lockton.com •S • • • Attachment Code:D544456 Certificate ID: 15508279 • • • ENDORSEMENT# • This endorsement, effective 12:01 a.m., 7/1/2018, forms a part of • Policy No. CGD300084903 issued to AEGION CORPORATION • By XL Insurance America, Inc. • • THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. • • CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT • • In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, • advanced written notice will be mailed or delivered to person(s)or entity(ies)according to the notification • Number of Days • Name of PersonAdvanceds)or Entity(ies) Mailing Address: Notice of • Cancellation: • AS PER SCHEDULE ON FILE WITH 30 THE COMPANY. • • All other terms and conditions of the Policy remain unchanged. • • • • • • • • • • • • • • • • • • IX!405 0910 ©2010 X.L.America, Inc. All Rights • Reserved. • • NNW • • •' Attachment Code:D543763 Certificate ID: 15508279 • NOTICE TO OTHERS ENDORSEMENT SCHEDULE • NOTICE BY INSURED'S REPRESENTATIVE • Named Insured Aeglon Uorporatlon Endorsement Number • Policy Symbol Policy Number Policy Period Effective Date of Endorsement • ISA ISA 7/1/2018To 7/1/2019 H25158945 • Issued By(Name of Insurance Company) • ACE American Insurance Company Insert the policy number.The remainder of the information is to be completed only when this endorsement Is issued subsequent to the preparation of • the policy. • THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. • • A. If we cancel this Policy prior to its expiration dale by notice to you or the first Named Insured for any reason other than • nonpayment of premium, we will endeavor, as set out in this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the "Schedule") by • allowing your representative to send such notice to such persons or organizations.This notice will be in addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in • accordance with the cancellation provisions of the Policy. • B. The notice referenced in this endorsement as provided by your representative is intended only to be a courtesy notification to the person(s)or organization(s)named in the Schedule in the event of a pending cancellation of coverage. • We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s)or organization(s)shown in the Schedule will impose no obligation or liability • of any kind upon us, our agents or representatives,will not extend any Policy cancellation date and will not negate any cancellation of the Policy. • C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information • that you or your representative may use. • D. We will only be responsible for sending such notice to your representative, and your representative will In turn send the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date applicable to • the Policy. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. • E. This endorsement does not apply In the event that you cancel the Policy. • • All other terms and conditions of this Policy remain unchanged. • • • Authorized Representative • • • • • • • • ALL-32686(01/11) Page 1 of 1 • • • • • • • • Attachment Code:D544740 Certificate ID: 15508279 • Workers'Compensation and Employers'Liability Policy • Named Insured EndorsementNumber AEGION CORPORATION • 17988 EDISON AVENUE • CHESTERFIELD MO 63005 Policy Number • Symbol: WLR Number:WLRC6522494A(AOS) PolicyPeriod Effective Date of Endorsement 7/1/2018 TO 7/1/2019 7/1/2018 • IssuedBy(Name of InsuranceCompany) Indemnity Insurance Co of North America • Insert the policy number.The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. • • NOTICE TO OTHERS ENDORSEMENT—SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE • A. If we cancel this Policy prior to its expiration date by notice to you or the first Named insured for any reason other • than nonpayment of premium,we will endeavor, as set out in this endorsement,to send written notice of cancellation, to • the persons or organizations listed in the schedule that you or your representative create or maintain (the"Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be in addition S to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in • accordance with the cancellation provisions of the Policy. • B. The notice referenced in this endorsement as provided by your representative is intended only to be a courtesy notification to the person(s)or organization(s) named in the Schedule in the event of a pending cancellation of • coverage.We have no legal obligation of any kind to any such person(s)or organization(s). The failure to provide advance notification of cancellation to the person(s)or organization(s)shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives,will not extend any Policy cancellation date • and will not negate any cancellation of the Policy. • C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. • D. We will only be responsible for sending such notice to your representative, and your representative will in turn send • the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schedule, or in causing your representative to • provide the Schedule. • E. This endorsement does not apply in the event that you cancel the Policy. • • All other terms and conditions of this Policy remain unchanged. • This endorsement is not applicable in the states of AZ, FL, ID, ME, NC, NJ, NM, TX and WI. S S S S S • Authorized Representative S • WC 99 03 69 (01/11) Page 1 of • • S • • • Attachment Code:D544757 Certificate ID: 15508279 • • Starr Indemnity & liability Company • Dallas,TX 1-866-519-2522 • • Earlier Notice of Cancellation • Provided by US • • Policy Number: 1000095154181 Effective Date: 7/1/2018 at 12:01 A.M. • Named Insured: Aegion Corporation • SCHEDULE • • • Number Of Days'Notice 90 • • • For any statutorily permitted reason other than nonpayment of premium,the number of days required for notice of cancellation, • as provided in Paragraph 2.of either the Cancellation Condition or as amended by an applicable state cancellation endorsement, is increased to the number of days shown in the Schedule above. • • All other terms and conditions of this Policy remain unchanged. • • Signed for the company as of the Effective Date above: • • • • •• t • Charles H. Dangelo,President Nehemiah E.Ginsburg, GeneralCounsel • • • • • • • • • XS 147(10108) Page 1 of 1 • Copyright(0 C.V.Starr 8 Company and Starr Indemnity 8 Liability Company.All rights reserved. Includes copyrighted material of ISO Properties,Inc..used with Its permission. • • • • • • • • • • • • • • • • INTENTIONALLY LEFT BLANK • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • S • • • • • • • • • • • • • • • • • • • • • • • . . • DOCUMENT 00 55 00 • . cusp • NOTICE TO PROCEED rR•_ • • DATE: • TO: Insituform Technologies,LLC. • • Attn:Firm Contact • 17988 Edison Avenue • Chesterfield,MO 63005 II' PROJECT: Camp Hancock Outfall Rehabilitation Phase I PROJECT NO: . . • You are hereby notified to commence WORK in accordance with the Agreement dated • on or before ,and you are to complete the WORK within 185 • consecutive calendar days thereafter. The date of completion of all WORK is therefore • Very truly yours, • . • Project Engineer • • Receipt of this NOTICE TO PROCEED is hereby acknowledged • This,the day of , 2018 . • Contractor: By: • Title: . • Please sign and return one copy of this Notice to Proceed Acknowledgement to: • Augusta Utilities Department • • 452 Walker Street,Suite 200 • Augusta,GA 30901 . . • The City of Augusta Utilities Department Notice To Proceed • Camp Hancock Outfall Rehabilitation Phase I 00 55 00-1 WKD Project Number: 20160266.00.AG . . • • • • • • • • • • INTENTIONALLY LEFT BLANK • •• • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • Bond No.106962636 • DOCUMENT 00 61 13 • PERFORMANCE BOND • • • (NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PAYMENT BOND ON PAGE PB-3, IN FAVOR OF THE OWNER CONDITIONED FOR THE PAYMENT OF LABOR AND • MATERIAL.) • KNOW ALL MEN BY THESE PRESENTS: • • That Insituform Technologies,LLC as Principal, • hereinafter called Contractor,and Travelers Casualty and Surety Company of America • a corporation organized and existing under the laws of the State of Connecticut ,with • • its principal office in the City of Hartford ,State of Connecticut ,as Surety, hereinafter called Surety,are held and firmly bound unto AUGUSTA,GEORGIA BY AND • THROUGH THE AUOUSTA COMMISSION as Obligee hereinafter called the Owner,in the penal • Nine Hundred Fourteen ousan 'three Hundred amount of Thirty Three Dollars&40/100's Dollars($ 914,333.40 )for the • payment whereof Contractor and Surety bind themselves,their heirs,executors,administrators,successors, and assigns,jointly and severally,firmly by these presents for the faithful performance of a certain written • agreement. • • WHEREAS,Contractor has by said written agreement dated A 1AØ Vr,S,� 2 d S D entered into a contract with Owner for the Camp Hancock Outfall Reh& ilitation Phase I in accordance 5 with the drawings and specifications issued by the Augusta Utilities Department and the Augusta- • Richmond County Commission,which contract is by reference made a part hereof,and is hereinafter • referred to as the CONTRACT. Contract#18-160 • NOW, THEREFORE, the condition of this obligation is such that, if Contractor shall promptly and • faithfully perform said CONTRACT, then this obligation shall be null and void; otherwise it shall remain • in full force and effect. • The Surety hereby waives notice of any alteration or extension of time made by the Owner. • • Whenever Contractor shall be, and declared by Owner to be in default under the CONTRACT, the Owner having performed Owner's obligations thereunder, the Surety may • promptly remedy the default,or shall promptly • (I) Complete the CONTRACT in accordance with its terms and conditions,or • (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions,and upon • determination by Surety of the lowest responsible bidder,or,if the Owner elects,upon determination by the Owner and the Surety jointly of the lowest responsible bidder,arrange for a contract between such • bidder and Owner,and make available as Work progresses(even though there should be a default a • succession of • The City of Augusta Utilities Department Performance Bond Camp Hancock Outfall Rehabilitation Phase 1 00 61 13- 1 • WKD Project Number: 20160266.00.AG • • • • • • • • • defaults under the contract or contracts of completion arranged under this paragraph)sufficient funds to pay the cost of completion less the balance of the contract price;but not exceeding,including other costs • and damages for which the Surety may be liable hereunder,the amount set forth in the first paragraph • hereof.The term"balance of the contract price," as used in this paragraph,shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto,less the amount • properly paid by Owner to Contractor • • Any suit under this bond must be instituted before the expiration of two(2)years • from the date on which final payment under the CONTRACT falls due. • No right of action shall accrue on this bond to or for the use of any person or • corporation other than the Owner named herein or the heirs,executors,administrators or successors of the Owner. • .gned and sealed this day of 1\111 0+0. A.D. 201 V • i• Insituform Technologies,LLC 17988 Edison Avenue • Witnes , Chesterfield,MO 63005 (Seal) • ristlanda Adkins,Contr•cting&Attesting Officer (Contractor) • / • Attest By • (Seal) Hass,Contracting&AttestinOfficerPartridge,>( ie) Contracting&Attesting Officer • Travelers Casualty and Surety Company of America • �///�` � � One Tower Square • WitnessCD &,'VL Ct �,tf" �^'��V'�� Hartford,CT 06183 (Seal) onna Robson,Witness /(Surety) ett• • Attest M i warror By (Seal) • Amanda L.Williams,Witness (Title) • Andrea McCarthy,Attorney-in-Fact • • • • • • • • • The City of Augusta Utilities Department • Performance Bond Camp Hancock Outfall Rehabilitation Phase 1 00 61 13- • WKD Project Number: 20160266.00.AG • • • • • • Bond No.106962636 DOCUMENT 00 61 15 • LABOR AND MATERIAL PAYMENT BOND • • • NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND • ON PAGE PB-I, IN FAVOR OF THE OWNER CONDITIONED FOR THE • PERFORMANCE OF THE WORK.) • KNOW ALL MEN BY THESE PRESENTS: • • That Insituform Technologies,LLC as Principal, • hereinafter called Contractor,and Travelers Casualty and Surety Company of America • a corporation organized and existing under the laws of the State of Connecticut with • • its principal office in the City of Hartford ,State of Connecticut as • Surety,hereinafter called Surety,are held and firmly bound unto AUGUSTA,GEORGIA BY AND 411/ THROUGH THE AUGUSTA,GEORGIA COMMISSION,as Obligee,hereinafter called the Owner,for the use and benefit of claimants as herein below defined in the amount of • Tnirty Te HuidreeredDoF rtersr n40/100's Thousand Three Hundred aDollars($ 914,333.40 ) • for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, • successors,and assigns,jointly and severally,firmly by these presents. WHEREAS,Contractor has by written agreement dated 7,so S r red • into a contract with Owner for the Camp Hancock Outfall Rehabilitation Phase'I in accordance with drawings • and specifications issued by the Augusta Utilities Department and Augusta-Richmond County Commission, which contract is by reference made a part hereof,and is hereinafter referred to as the CONTRACT. • Contract#18-160 • NOW, THEREFORE, the condition of this obligation is such that, if the Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used • or reasonably required to use in the performance of the CONTRACT, then this obligation shall be • void;otherwise it shall remain in full force and effect,subject,however,to the following conditions: • (1) A claimant is defined as one having a direct contract with the Contractor or with a • subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the contract, labor and material being • construed as to include that part of water, gas, power, light, heat, oil, gasoline, • telephone service or rental of equipment directly applicable to the CONTRACT. • (2) The above named Contractor and Surety hereby jointly and severally agree with the • Owner that every claimant as herein defined, who has not been paid in full before • the expiration of a period of ninety(90)days after the date on which the last of such • The City of Augusta Utilities Department Payment Bond Camp Hancock Outfall Rehabilitation Phase I 00 61 15- 1 • WKD Project Number: 20160266.00.AG • • • • • • • • claimant's work or labor was done or performed,or materials were furnished by such claimant,may sue on this bond for the use of such claimant,prosecute the suit to • final judgement for such sum or sums as may be justly due claimant,and have execution thereon.The Owner shall not be liable for the payment of any costs or • expenses of any such suit. • (3) No suit or action shall be commenced hereunder by any claimant, • • (a) Unless claimant, other than one having a direct contract with the Contractor, • shall have given written notice to any two of the following: The Contractor, the Owner, or the Surety above named, within ninety (90) days after such • claimant did or performed the last of the work or labor, or furnished the last • of the materials for which said claim is made, stating with substantial • accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or • performed. Such notice shall be served by mailing the same by registered • mail or certified mail, postage prepaid, in an envelope addressed to the Contractor, Owner or Surety, at any place where an office regularly • maintained for the transaction of business, or served in any manner in which • legal process may be served in the state in which the aforesaid project is • located,save that such service need not be made by a public officer. • (b) After the expiration of one ( I) year following the date on which Contractor • ceased work on said CONTRACT, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the • construction hereof, such limitation shall be deemed to be amended so as to • be equal to the minimum period of limitation permitted by such law. • (c) Other than in a state court of competent jurisdiction in and for the county or • other political subdivision of the state in which the project, or any part • thereof, is situated, or in the United States District Court for the district in which the project,or any part thereof,is situated,and not elsewhere. • • (4) The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or • not claim for the amount of such lien be presented under and against this bond. • • • • • • The City of Augusta Utilities Department Payment Bond • Camp Hancock Outfall Rehabilitation Phase 1 00 61 15-2 WKD Project Number: 20160266.00.AG • • • • • • • • • • Signed and sealed this "1 day of ,1AG+ (.4‘t A.D.20 ( • Insituform Technologies,LLC 17988 Edison Avenue • Chesterfield,MO 63005 (Seal) • Witness NVa Adkins,Contrac ng&Attesting Officer (Contractor) • • Atte ',_ lBy kit/&IttSeal) • Hass,Contracting&Attesting Officer (Title) Diane rtridge, Contracting&Attesting Officer • - Travelers Casualty and Surety Company of America - ) One Tower Square • Witness ���. Hartford,CT 06183 (Seal) 'C ®-t�t.�� - v" `�-' • Donna Robson,Witness / (Surety) • 8�,' ,j ... (Seal) • Attest 0/17) y)th ) • y Amanda L.Williams,Witness (Title) • Andrea McCarthy,Attorney-in-Fact • • • • • • • • • • • • • • • •• • • • The City of Augusta Utilities Department Payment Bond • Camp Hancock Outfall Rehabilitation Phase 1 00 61 15-3 WKD Project Number: 20160266.00.AG • S S • • • • • • State of Missouri • County of St. Louis • • On , before me, a Notary Public in and for said County and State, residing therein, duly • commissioned and sworn, personally appeared Andrea McCarthy known to me to be Attorney-in- • Fact of S • TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA • the corporation described in and that executed the within and foregoing instrument, and known to me • to be the person who executed the said instrument in behalf of said corporation, and he duly acknowledged to me that such corporation executed the same. • • • IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. • • • Donna Robson, Notary Public • • _ _ _ _ _ __ • 4 DONNA ROBSON Notary Public—Notary Seal • �; St.C hzrles County 17 7842 `1 ?O21 My Commission Expires: ' e � • DONNA ROBSON Notary Public—Notary Seal • State of Missouri,St.Charles County ► Commission#17367942 • My Commission Expires June 21,2021 S • S S S S S S S • • • • • • Travelers Casualty and Surety Company of America TRAVELERS. Travelers Casualty and Surety Company • St. Paul Fire and Marine Insurance Company • POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St. • Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut(herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Andrea McCarthy,of Chesterfield,Missouri,their true and lawful • Attorney-in-Fact to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts • and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, • 2017. cro �t ar J7�tY A,yp.`,n 1s •'1 . '; ) ' to{ A 1s F� • • State of Connecticut .,� :--- By: r,---. t - • City of Hartford ss. Robert L.Raney,Sefirr Vice President On this the 3rd day of February,2017,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of • Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St.Paul Fire and Marine Insurance Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations • by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. • TQ • My Commission expires the 30th day of June,2021 t `(YlO,lu�. C. ' iAA& ,u.&t * it Marie C.Tetreault,Notary Public eft • This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and • Surety Company of America,Travelers Casualty and Surety Company,and St.Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: • RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President, any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and • Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a • bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is • FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation • is in writing and a copy thereof is filed in the office of the Secretary;and it is • FURTHER RESOLVED,that any bond,recognizance,contract of indemnity, or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer, the Corporate Secretary or any Assistant • Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more • Company officers pursuant to a written delegation of authority;and it is 5 FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only • of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile • signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. • I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company,and St.Paul Fire and Marine Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of the Power of • Attorney executed by said Companies,which remains in full force and effect. • Dated this day of // e its . • LYF'W t�ti[/Y ne„.1. II • g tl 4 \ 9 / CL V • Vii t . j4) �(/�.o • — P ire,...-- E.Hughes,Ass�retary • Ta verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. • Please refer to the above-named Attorney-in-Fact and the details of the bond to which the power is attached. • • • • • • • JWTERRILL • Insurance,Benefits a Marsh&McLennan Agency LLC company &Risk Management • Suite 200 • 825 Maryville Centre Drive St.Louis,MO 63017 • 314-594-2700 • August 9, 2018 www.jwterrill.com • Augusta, Georgia, By and Through The Augusta Commission • 452 Walker Street • Augusta, GA 30901 • Re: Insituform Technologies,LLC • Bond No. 106962636 Project: Camp Hancock Outfall Rehabilitation Phase 1 • To Whom It May Concern: • The Performance &Payment Bonds covering the above captioned project were executed by this • agency through Travelers Casualty and Surety Company of America insurance company. • We hereby authorize Augusta, Georgia, By and Through The Augusta Commission to date the • Performance &Labor&Material Payment Bond,jurat and powers of attorney to coincide with • the date of the contract. If you should have any questions or concerns, please call me at(314) 594-2700. • • • Sincerely, • J. W. Terrill, a Marsh& cLennan Agency, LLC company • f� n • I$ Andrea McCarlth ey-In= act • TravElcis Casualty and Surety Company of America • • S S S S S • • • • • • • State of Missouri • County of St. Louis • • On 8/9/2018 , before me, a Notary Public in and for said County and State, residing therein, duly • commissioned and sworn, personally appeared Andrea McCarthy known to me to be Attorney-in- Fact of • • TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA • the corporation described in and that executed the within and foregoing instrument, and known to me • to be the person who executed the said instrument in behalf of said corporation, and he duly • acknowledged to me that such corporation executed the same. • • IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year • stated in this certificate above. • • d / Donna Robson,Notary Public • DONNA ROBSON • Notary Public—Notary Seal State of Missouri,St.Chi rtes County • Commission#17367942 My Commission Expires: My Commission Expires June 21,2021 • • • • • • • • • • • • • • • • • • Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company • TRAVELERS J St. Paul Fire and Marine Insurance Company • POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St. • Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut(herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Andrea McCarthy,of Chesterfield,Missouri,their true and lawful • Attorney-in-Fact to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts • and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, • 2017. • �I.MdfiCrF s,,,,SY AyQ P 41111 f - " o t, ux �iv..... r 1 ti `s Fr • i• State of Connecticut - ,j �-; x ;5•,•------ • -By: ,,<---72:2,----",-..•• /.i mss : ..— • City of Hartford ss. Robert L.Raney,Seflr Vice President • On this the 3rd day of February,2017,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St.Paul Fire and Marine Insurance Company,and • that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. • In Witness Whereof,I hereunto set my hand and official seal. My Commission expires the 30th day of June,2021 36.0.117 ,*.\ 111 ./VIA, C • ,�g«as Marie C.Tetreault,Notary Public • This Power of Attorney is granted under and by the authority of the following resolutionsuadopted by the Boards of Directors of Travelers Casualty and • Surety Company of America,Travelers Casualty and Surety Company,and St.Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: • RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President, any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and • Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances,contracts of indemnity,and other writings obligatory in the nature of a • bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is • FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Corn pany,provided that each such delegation • is in writing and a copy thereof is filed in the office of the Secretary;and it is • FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond, recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior • Vice President or any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more • Company officers pursuant to a written delegation of authority;and it is • FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power • of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing • such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. • I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of the Power of • • Attorney executed by said Companies,which remains in full force and effect. Dated this 9 day of August. 2018 • • a • a r J fKevin E.Hughes,Ass�retary • To verify the authenticity of this:Power of Attorney,please call us at1-800-421-3880, • Please refer to the above mined Attorney-in-Fact and the details of the bond to which the power is attached • 0 • • • • • • • • 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, Camp Hancock Outfall Rehabilitation Phase I 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 Camp Hancock Outfall Rehabilitation Phase I 00 61 16- 1 • WKD Project Number: 20160266.00.AG S • • • • • • • • • • • • • INTENTIONALLY LEFT BLANK • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • DOCUMENT 00 62 75 • CONTRACTORS APPLICATION FOR PAYMENT • • • • • • • • • • • • • • • • • • • • • • • • • • The City of Augusta Utilities Department Contractors Application for Payment Camp Hancock Outfall Rehabilitation Phase I 00 62 75- 1 WKD Project Number: 20160266.00.AG S • • • o g o Q Q 00 AID T� at 5 EA A A A A A EA AEA A A 0 O W O• o g o f.-1 W • 0 0 ao= o •CC7 ba •c • L cct o du aXU ,, > k°' c.c..) •Q Oi.O .o V L o o N O W Uw 0O O V ° O bp V1 o C Vi q S •O ,.E .4 O a> 011 A 7 � Ug •O + a7 W° °z a az 0 u. co co o EN 5 H w 6 tO q ° N O E � w am ;b CD • -H .+0 ' C.)V' .y h m w N a O 0a a es ° z d a w a 1W • .2 w a ° a s� Lel -$5.' 5 a, oo • sa EA Fl 0 44 0 •O w U a O.ia w F. -o44.0 U cd .c A S •i flaO C ° o bcUa z z U z Po Cil ey u sem. N = F nfl ! C °' i. Sd a a•� O z U H. Sa, St )-i N M 7 A b r 70 0 •CoU V. oO i y U • Q U un ou oz . QU , 5 9. 2 IS aO a Oo v 5 s W o o • GO •° o b UCZ O N pc o 0 0c°i 'O VU 66b V .b vii •QO Octl C O i. x 0 v � o ova • da ;12, w ! -6'.lol:i F- O n b v V:,. 3 Illifihiuul T40 01 cd g a7,b Q0O � oU 1-CS tliliF +.a. All o O _ TVa A. Q � • 04 70 !I i 1 i,41, 2 o oO CJ A a) Oa)0etIi EdO ' . d ." az oQ � O � "C 0W G vox > eu v1on UZW d A ° '> °a a.)atiUo UC0o i y c4 uQQH momUC � � �b. � U �� O O Aaai ai H F- 70-O a . CCI 3 •o .a 4Zo OG O dti. ci F-, % o le • • 0 O a • •o O 01 v --- 0 ti 04 TO • pa c0 O C7 Q • V O C0 6 x d ro cct • a -4b � d O U• H 70 CES • j: Y • Q = • q q U P. w O • J V ti i6 a. • ¢Q - 1 o O • b ,0 w `8 4" • ° S • wy rri • w aS m • �� A Wig«� ¢ •u &A 4..: 61:1 w - 0 W • 7 �Ti O• y U 5 ^ N • a a: d4 ' 5w y ,,,, o • O W N cC � i,-' C 0 act O > O U W O O • U a ® d • m • ° 4 w a • o 9, Z • o M U N • • a • • ..= 44 at • V E a • o . Q 74 74 • G °� .¢ � " 4.1 Q H 5cd w • Vi 0 • o x• o • • c d o o g • ' at • u z • w • o a z • L o d bA v .o • ° iy W Q+ w° • • • ■ » • o m .\ { rej \e } � � � . \ ` / •-i _ f ^ \ • \^ 5:+. CO ¢ • lii Uo )0 U \ '2.' $ 2 ` • 2 / ) \ } 7 = a = / ) ) J ( § - •• ƒ < , ( 4 \ . II L.17 \ • LI • \ 2 _ 0 IP T0 — (® 0 / 0 {c ± . . } m . \\ \\ 0 \ ) \ \\\ 0 > 3r ) } a, 0 \ \ • \ \ \ \ • F A • \ §/ ® \ \ ) 0 ti ° •\ A '( 0 kAll j 111/ 1 11 \ \_ cl q I\ rd As .13 •E ) § e 2 je _\ ] } § \ e �= = g 2 « .6 cu \ 11, % 0Z ) 10 2 « 4 v / CU lik k H 2 \ \ / / ) . • • • • • • • • • • • • • • • • • INTENTIONALLY LEFT BLANK • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • Revision Date • August 2001 • DOCUMENT 00 72 15 • • • STANDARD GENERAL CONDITIONS • • OF THE • • CONSTRUCTION CONTRACT • • • • • • • • • • • • • • • • • • • • • • • • • • • • • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15- 1 WKD Project Number: 20160266.00.AG • • • • • Revision Date 411 August 2001 • GENERAL CONDITIONS • ARTICLE I--DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the • meanings indicated,which are applicable to both the singular and plural thereof: • Addenda-Any changes,revisions or clarifications of the Contract Documents which have been duly issued by • OWNER to prospective Bidders prior to the time of opening of Bids. • Agreement-The written agreement between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided • therein. • Application for Payment-The form accepted by PROFESSIONAL which is to be used by CON I RACTOR in • requesting progress or final payments and which is to include such supporting documentation as is required by • the Contract Documents. Bid-The offer or proposal of the bidder submitted on the prescribed form setting forth the price(s)for the Work • to be performed. Bonds-Bid,performance and payment bonds and other instruments of security furnished by CONTRACTOR • and its Surety in accordance with the Contract Documents. • Change Order--A document recommended by PROFESSIONAL,which is signed by CONTRACTOR and • OWNER,and authorizes an addition,deletion or revision in the Work,or an adjustment in the Contract Price • or the Contract Time, issued on or after the Effective Date of the Agreement. • Contract Documents-The Agreement:Addenda(which pertain to the Contract Documents); CONTRACTOR's • Bid(including documentation accompanying the Bid and any post-Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement; the Bonds; these General Conditions;the • Supplementary Conditions; the Plans, Specifications and the Drawings as the same are more specifically • identified in the Agreement; Certificates of Insurance;Notice of Award; and Change Order duly delivered • after execution of Contract together with all amendments,modifications and supplements issued pursuant to paragraphs 3.3 and 3.5 or after the Effective Date of the Agreement. • • Contract Price-The moneys payable by OWNER to CONTRACTOR under the Contract Documents as stated • in the Agreement(subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). • Contract Time-The number of days (computed as provided in paragraph 17.2.1) or the date stated in the • Agreement for the completion of the Work. • CONTRACTOR-The person, firm or corporation with whom OWNER has entered into the Agreement. • COUNTY-Richmond County, is,or Augusta,Georgia,political subdivisions of the State of Georgia,the • Augusta, Georgia Commission, and its authorized designees, agents, or employees. • • Day-Either a working day or calendar day as specified in the bid documents. If a calendar day shall fall on a legal holiday,that day will be omitted from the computation.Legal Holidays:New Year's Day,Martin Luther • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15-2 WKD Project Number: 20160266.00.AG • • • Revision Date • August 2001 • King Day,Memorial Day,4th of July,Labor Day,Veterans Day,Thanksgiving Day and the following Friday, • and Christmas Day. Defective-An adjective which,when modifying the word Work,refers to Work that is unsatisfactory,faulty or • deficient,does not conform to the Contract Documents,or does not meet the requirements of any inspection, • reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to • PROFESSIONAL's recommendation of final payment,unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion(in accordance with paragraph 14.8 or 14.10). • Drawings-The drawings which show the character and scope of the Work to be performed and which have • been prepared or approved by PROFESSIONAL and are referred to in the Contract Documents. S • Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective,but if no • such date is indicated it means the date on which the Agreement is signed by the Mayor of Augusta,Georgia. • Field Order-A written order issued by PROFESSIONAL that modifies Drawings and Specifications,but which • does not involve a change in the Contract Price or the Contract Time. • General Requirements-Sections of Division I of the Specifications. Laws or Regulations-Laws, rules,regulations, ordinances, codes and/or orders. • Notice ofAward-The written notice by OWNER to the apparent successful bidder stating that upon compliance • by the apparent successful bidder with the conditions precedent enumerated therein,within the time specified, OWNER will •sign deliver the Agreement. g g • Notice to Proceed-A written notice given by OWNER to CONTRACTOR(with a copy to PROFESSIONAL) • fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents. OWNER-Augusta, Georgia, and the Augusta, Georgia Commission. • • Partial Utilization-Placing a portion of the Work in service for the purpose for which it is intended or for a related purpose)before reaching Substantial Completion for all the Work. • PROFESSIONAL-The Architectural/Engineering firm or individual or in-house licensed person designated to perform the design and/or resident engineer services for the Work. • PROGRAM MANAGER — The professional firm or individual designated as the representative or the • OWNER who shall act as liaison between OWNER and both the PROFESSIONAL and CONTRACTOR when project is part of an OWNER designated program. • Project-The total construction of which the Work to be provided under the Contract Documents may be the • whole, or a part, as indicated elsewhere in the Contract Documents. • Project Area-The area within which are the specified Contract Limits of the improvements contemplated to be • constructed in whole or in part under this Contract. • Project Manager-The professional in charge,serving OWNER with architectural or engineering services,his • • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15-3 WKD Project Number: 20160266.00.AG • • 411 • • Revision Date • August 2001 • successor,or any other person or persons,employed by said OWNER,for the purpose of directing or having in • charge the work embraced in this Contract. • Resident Project Representative-The authorized representative of PROFESSIONAL as PROGRAM • MANAGER who is assigned to the site or any part thereof. 4/ Shop Drawings-All drawings,diagrams,illustrations,schedules and other data which are specifically prepared • by or for CONTRACTOR to illustrate some portion of the Work and all illustrations, brochures, standard • schedules, performance charts, instructions, diagrams and other information prepared by a Supplier and • submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. • Specifications-Those portions of the Contract Documents consisting of written technical descriptions of • materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. • Subcontractor-An individual, firm or corporation having a direct contract with CONTRACTOR or with any • other SUBCONTRACTOR for the performance of a part of the Work at the site. Substantial Completion-The Work (or a specified part thereof) has progressed to the point where, in the • opinion of PROFESSIONAL as evidenced by PROFESSIONAL's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or • specified part) can be used for the purposes for which it is intended, or if there be no such certificate issued, • when final payment is due in accordance with paragraph 14.13. The terms "substantially complete" and • "substantially completed" as applied to any Work refer to Substantial Completion thereof. Supplementary Conditions-The part of the Contract Documents which amends or supplements these General • Conditions. • Supplier-A manufacturer, fabricator, supplier, distributor, materialman or vendor. • Underground Facilities-All pipelines,conduits,ducts,cables,wires,manholes,vaults,tanks,tunnels or other • g p�p such facilities or attachments, and any encasement containing such facilities which have been installed • underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum • products,telephone or other communications,cable television,sewage and drainage removal,traffic or other control systems, or water. • • Unit Price Work-Work to be paid for on the basis of unit prices. Work-The entire completed construction or the various separately identifiable parts thereof required to be • furnished under the Contract Documents. Work is the result of performing services, furnishing labor and • furnishing and incorporating materials and equipment into the construction,and furnishing documents,all as required by the Contract Documents. • Work Change Directive-A written directive to CONTRACTOR, issued on or after the Effective Date of the • Agreement and signed by OWNER and recommended by PROFESSIONAL, ordering an addition,deletion or revision in the Work,or responding to differing or unforeseen physical conditions under which the Work is to • be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.22. A Work Change • Directive may not change the Contract Price or the Contract Time but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued 411 • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15-4 WKD Project Number: 20160266.00.AG S MENEM • • Revision Date • August 2001 • Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract S Time as provided in Article 10. • Written Amendment-A written amendment of the Contract Documents, signed by OWNER and • CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non- • engineering or non-technical rather than strictly Work-related aspects of the Contract Documents. • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15-5 WKD Project Number: 20160266.00.AG • 1110 • • • Revision Date • August 2001 • ARTICLE 2-PRELIMINARY MATTERS • Delivery of Bonds: • • 2.1.When CONTRACTOR delivers the executed Agreements to OWNER,CONTRACTOR shall also • deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with these Contract Documents. • • Copies of Documents: • • 2.2. After the award of the Contract, OWNER shall furnish CONTRACTOR, at no cost, one (1) • complete set of the Contract Documents for execution of the work. Additional sets of the project manual and drawings and/or individual pages or sheets of the project manual or drawings will be furnished by COUNTY • upon CONTRACTOR's request and at CONTRACTOR's expense,which will be OWNER's standard charges • for printing and reproduction. • Commencement of Contract Time,Notice to Proceed: S • 2.3. The Contract Time shall commence as established in the Notice to Proceed.A Notice to Proceed may be given at any time after the Effective Date of the Contract. • • Starting the Project: • 2.4.CONTRACTOR shall begin the Work on the date the Contract Time commences. No Work shall • be done prior to the date on which the Contract Time commences. Any Work performed by CONTRACTOR • prior to date on which Contract Time commences shall be at the sole risk of CONTRACTOR. • Before Starting Construction: • 2.5.Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the • Contract Documents and check and verify pertinent figures shown thereon and all applicable field • measurements. CONTRACTOR shall promptly report in writing to PROFESSIONAL any conflict, error, • ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from PROFESSIONAL before proceeding with any Work affected thereby.CONTRACTOR shall • be liable to OWNER for failure to report any conflict, error, ambiguity or discrepancy in the Contract • Documents, if CONTRACTOR knew or reasonably should have known thereof. • 2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the • General Requirements), CONTRACTOR shall submit to PROFESSIONAL and OWNER for review: • 2.6.1.an estimated progress schedule indicating the starting and completion dates of the various stages • of the Work: • 2.6.2. a preliminary schedule of Shop Drawing and Sample submissions, and 1111 2.6.3.a preliminary schedule of values for all of the Work which will include quantities and prices of • items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15-6 WKD Project Number: 20160266.00.AG S • • Revision Date • August 2001 • of overhead and profit applicable to each item of Work which will be confirmed in writing by CONTRACTOR • at the time of submission. • 2.7. Before any Work at the site is started, CONTRACTOR shall deliver to OWNER,with copies to • each additional insured identified in the Supplementary Conditions, an original policy or certified copies of • each insurance policy (and other evidence of insurance which OWNER may reasonably request) which • CONTRACTOR is required to purchase and maintain in accordance with Article 5. • Pre-construction Conference: 2.8. Before any Work at the site is started, a conference attended by CONTRACTOR, OWNER , • PROFESSIONAL and others as appropriate will be held to establish a working understanding among the • parties as to the Work and to discuss the schedules referred to in 2.6 as well as procedures for handling Shop • Drawings and other submittals,processing applications for payment and maintaining required records. IP Finalizing Schedules: 2.9.At least ten days before submission of the first Application for Payment,a conference attended by ID CONTRACTOR, PROFESSIONAL and OWNER and others as appropriate will be held to finalize the schedules submitted in accordance with paragraph 2.6. CONTRACTOR shall have an additional ten (10) • calendar days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules are submitted and acceptable to OWNER and • PROFESSIONAL as provided below. The finalized progress schedule will be acceptable to OWNER and • PROFESSIONAL as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Time, but such acceptance will neither impose on PROFESSIONAL • responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from full responsibility therefor. The finalized schedule of Shop Drawing submissions and Sample submissions will be acceptable to PROFESSIONAL as providing a workable arrangement for reviewing and processing the submissions. CONTRACTOR's schedule of values shall be approved by PROFESSIONAL as to form and substance. • CONTRACTOR, in addition to preparing an initially acceptable schedule, shall be responsible for maintaining the schedule,including updating schedule. Schedule updates shall include progression of work as compared to scheduled progress on work. Schedule updates shall accompany each pay request. • S S S S S S The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15-7 • WKD Project Number: 20160266.00.AG S • • • Revision Date • August 2001 ARTICLE 3-CONTRACT'DOCUMENTS; INTENT, • AMENDING,REUSE Intent: • 3.1.The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary:what is called for by one is as binding as • if called for by all. The Contract Documents will be construed in accordance with the law of the State of • Georgia. • • 3.2. It is the intent of the Contract Documents to describe a functionally complete Project(or part thereof)to be constructed in accordance with the Contract Documents. Any Work,materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being • required to produce the intended result will be supplied whether or not specifically called for. When words or phrases which have a well-known technical or construction industry or trade meaning are used to describe • Work,materials or equipment, such words shall be interpreted in accordance with that meaning. • • 3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in 3.6 or 3.7,the provisions of the • Contract Documents shall take precedence in resolving any conflict,error,ambiguity or discrepancy between • the provisions of the Contract Documents and the provisions of any such standard,specification,manual,code • or instruction (whether or not specifically incorporated by reference in the Contract Documents) and the provisions of any such Laws or Regulations applicable to the performance of the Work (unless such an • interpretation of the provisions of the Contract Documents would result in violation of such Law or • Regulation).Clarifications and interpretations of the Contract Documents shall be issued by PROFESSIONAL as provided in paragraph 9.4. • 3.4.Reference to standards,specifications,manuals or codes of any technical society,organization or association,or to the Laws or Regulations of any governmental authority,whether such reference be specific or • by implication,shall mean the latest standard,specification,manual,code or Laws or Regulations in effect at • the time of opening of Bids(or on the Effective Date of the Agreement if there were no Bids),except as may • be otherwise specifically stated in the Contract Documents. • 3.5.If,during the performance of the Work,CONTRACTOR discovers any conflict,error,ambiguity • or discrepancy within the Contract Documents or between the Contract Documents and any provision of any • such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in 6.7, CONTRACTOR shall so report to • PROFESSIONAL in writing at once and before proceeding with the Work affected thereby and shall obtain a • written interpretation or clarification from PROFESSIONAL;however, CONTRACTOR shall not be liable to OWNER or PROFESSIONAL for failure to report any conflict,error,ambiguity or discrepancy in the Contract • Documents unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof. • Amending and Supplementing Contract Documents: • 3.6.The Contract Documents may be amended to provide for additions,deletions and revisions in the • Work or to modify the terms and conditions thereof in one or more of the following ways: • • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15-8 • WKD Project Number: 20160266.00.AG • • • Revision Date • August 2001 • 3.6.1. a formal Written Amendment, • 3.6.2. a Change Order(pursuant to paragraph 10.3), or • 3.6.3. a Work Change Directive(pursuant to paragraph 10.4). • As indicated in paragraphs 11.2 and 12.1,Contract Price and Contract Time may only be changed by a Change • Order or a Written Amendment. • 3.7. In addition, the requirements of the Contract Documents may be supplemented, and minor • variations and deviations in the Work may be authorized in one or more of the following ways: • • 3.7.1. a Field Order(pursuant to paragraph 9.5). • 3.7.2. PROFESSIONAL's approval of a Shop Drawing or sample(pursuant to paragraphs 6.24 and • 6.26),or • 3.7.3. PROFESSIONAL's written interpretation or clarification(pursuant to paragraph 9.4). • • Reuse of documents: • 3.8. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER shall have or • acquire any title to or OWNERSHIP rights in any of the Drawings, Specifications or other documents (or copies of any thereof)prepared by or bearing the seal of PROFESSIONAL or PROFESSIONAL's consultant; • and they shall not reuse such Drawings, Specifications or other documents (or copies of any thereof) on • extensions of the Project or any other project without written consent of OWNER and PROFESSIONAL and . specific written verification or adaptation by PROFESSIONAL. • • • • • • • • • • • • • • • • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15-9 WKD Project Number: 20160266.00.AG • • • Revision Date • August 2001 • ARTICLE 4-AVAILABILITY OF LANDS, PHYSICAL • CONDITIONS; REFERENCE POINTS 411 • Availability of Lands: • 4.1.OWNER shall furnish,as indicated in the Contract Documents,the lands upon which the Work is to be performed,rights-of-way and easements for access thereto,and such other lands which are designated for • the use of CONTRACTOR. Necessary easements or rights-of-way will be obtained and expenses will be borne • by OWNER. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's furnishing • these lands, rights-of-way or easements, the CONTRACTOR may make a claim therefor as provided in • Articles 11 and 12. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. • • Physical Conditions: • 4.2.1.Explorations and Reports:Reference is made to the Supplementary Conditions for identification • of those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been • utilized in preparing the Contract Documents and those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site(except Underground Facilities)that have • been utilized in preparing the Contract Documents. • 4.2.2. CONTRACTOR may rely upon the general accuracy of the"technical data"contained in such • reports and drawings. Such "technical data" is identified in the Supplementary Conditions. Except for such • reliance on such "technical data," CONTRACTOR may not rely upon or make any claim against OWNER, • PROFESSIONAL, or any of PROFESSIONAL's Consultants with respect to: • 4.2.2.1.the completeness of such reports and drawings for CONTRACTOR's purposes,including but • not limited to,any aspects of the means,methods,techniques,sequences and procedures of construction to be • employed by CONTRACTOR and safety precautions and programs incident thereto, or 4.2.2.2. other data, interpretations, opinions and information contained in such reports or shown or • indicated in such drawings, or • 4.2.2.3.any CONTRACTOR interpretation of or conclusion drawn from any"technical data"or any • such data, interpretations, opinions or information. 4.2.3. If conditions are encountered,excluding existing utilities,at the site which are(1)subsurface or • otherwise concealed physical conditions which differ materially from those indicated in the Contract • Documents or (2) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character • provided for in the Contract Documents,then CONTRACTOR shall give OWNER notice thereof promptly • before conditions are disturbed and in no event later than 48 hours after first observance of the conditions. • 4.2.4. The OWNER and PROFESSIONAL shall promptly investigate such conditions, and, if they • differ materially and cause an increase or decrease in CONTRACTOR's cost of, or time required for, • performance of any part of the Work, the OWNER and PROFESSIONAL shall recommend an equitable adjustment in the Contract Price or Contract Time,or both. If the OWNER and PROFESSIONAL determine 411 • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15- 10 • WKD Project Number: 20160266.00.AG • • • Revision Date • August 2001 • that the conditions at the Site are not materially different from those indicated in the Contract Documents or are • not materially different from those ordinarily found and that no change in the terms of the Contract is justified, • the PROFESSIONAL shall notify CONTRACTOR of the determination in writing. The Work shall be performed after direction is provided by the PROFESSIONAL. • Physical Conditions-Underground Facilities: • • 4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract Documents • with respect to existing Underground Facilities at or contiguous to the site is based on information and data • furnished to OWNER or PROFESSIONAL by OWNER'S of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: • 4.3.1.1.OWNER and PROFESSIONAL shall not be responsible for the accuracy or completeness of • any such information or data; and • 4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR • shall have full responsibility for reviewing and checking all such information and data for locating all • Underground Facilities shown or indicated in the Contract Documents,for coordination of the Work with the • OWNER'S of such Underground Facilities during construction, for the safety and protection thereof as • provided in paragraph 6.20 and repairing any damage thereto resulting from the Work,the cost of all of which will be considered as having been included in the Contract Price. • 4.3.2.Not Shown or Indicated. If an Underground Facility is uncovered or revealed at or contiguous • to the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not • reasonably have been expected to be aware of, CONTRACTOR shall,promptly after becoming aware thereof • and before performing any Work affected thereby except in an emergency as permitted by paragraph 6.22, • identify the OWNER of such Underground Facility and give written notice thereof to that OWNER and to OWNER and PROFESSIONAL. PROFESSIONAL will promptly review the Underground Facility to • determine the extent to which the Contract Documents should be modified to reflect and document the conse- • quences of the existence of the Underground Facility, and the Contract Documents will be amended or • supplemented to the extent necessary. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as provided in paragraph 6.20.CONTRACTOR shall be allowed • an increase in the Contract Price or an extension of the Contract Time, or both, to the extent that they are • attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of. If the parties • are unable to agree as to the amount or length thereof, CONTRACTOR may make a claim therefor as • provided in Articles 11 and 12. • • Reference Points: • 4.4.OWNER shall provide Engineering surveys to establish reference points for construction which in • PROFESSIONAL's judgment are necessary to enable CONTRACTOR to proceed with the Work. • CONTRACTOR shall be responsible for laying out the Work (unless otherwise specified in the General Requirements), shall protect and preserve the established reference points and shall make no changes or • relocations without the prior written approval of OWNER. CONTRACTOR shall report to PROFESSIONAL • whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades • or locations, and shall be responsible for the accurate replacement or relocation of such reference points by • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15- 11 WKD Project Number: 20160266.00.AG • • • Revision Date • August 2001 professionally qualified personnel. Asbestos,PCBs,Petroleum,Hazardous Waste or Radioactive Material: • • 4.5 OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or • Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. • OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR,Subcontractor, • Suppliers or anyone else for whom CONTRACTOR is responsible. • 4.6 CONTRACTOR shall immediately:(i)stop all work in connection with such hazardous condition • and in any area affected thereby(except in an emergency as required by 6.22), and(ii)notify OWNER and PROFESSIONAL (and thereafter confirm such notice in writing). OWNER shall promptly consult with • PROFESSIONAL concerning the necessity for OWNER to retain a qualified expert to evaluate such hazardous • condition or take corrective action, if any. CONTRACTOR shall not be required to resume Work in • connection with such hazardous condition or in any such affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR special written notice(i)specifying that such • condition and any affected area is or has been rendered safe for the resumption of Work,or(ii)specifying any • special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment,if any,in Contract Price or Contract Times • as a result of such Work stoppage or such special conditions under which Work is agreed by CONTRACTOR • to be resumed, either party may make a claim therefor as provided in Articles 11 and 12. • 4.7 If after receipt of such special written notice, CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special • conditions, then CONTRACTOR may order such portion of the Work that is in connection with such hazardous conditions or in such affected area to be deleted from the Work. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment,if any,in Contract Price or Contract • Times as a result of deleting such portion of the Work,then either party may make a claim therefor as provided in Articles 11 and 12. OWNER may have deleted such portion of the Work performed by OWNER's own ID forces or others in accordance with Article 7. • 4.7.1 The provisions of 4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site. S S S S S S • S S S S • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15- 12 • WKD Project Number: 20160266.00.AG S S Revision Date • August 2001 • • ARTICLE 5-BONDS AND INSURANCE • • Performance and Other Bonds: 5.1.CONTRACTOR shall furnish performance and payment Bonds,each in an amount at least equal to the Contract Price as Security for the faithful performance and payment of all CONTRACTOR's obligations • under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when • final payment becomes due,except as otherwise provided by Law or Regulation or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions. All • Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed by such sureties as are named in the current list of"Companies Holding Certificates of Authority as Acceptable • Sureties on Federal Bonds,and as Acceptable Reinsuring Companies"as published in Circular 570(amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be • accompanied by a certified copy of the authority to act. • Licensed Sureties and Insurers; Certificates of Insurance • • 5.2.1 All bonds and insurance required by the Contract Documents to be purchased and maintained by • CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Georgia to issue bonds or insurance policies for the limits and coverages so required. All bonds • signed by an agent must be accompanied by a certified copy of authority to act. Such surety and insurance • companies shall also meet such additional requirements and qualifications as may be provided in the • Supplementary Conditions. IP 5.2.2. CONTRACTOR shall deliver to OWNER,with copies to each additional insured identified in • 5.3, an original or a certified copy of the complete insurance policy for each policy required, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which • CONTRACTOR is required to purchase and maintain in accordance with 5.3. • 5.2.3. If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomes • insolvent or its right to do business is terminated in any state where any part of the Project is located or it • ceases to meet the requirements of paragraph 5.1,CONTRACTOR shall within five days thereafter substitute • another Bond and Surety, both of which must be acceptable to OWNER. • • CONTRACTOR's Liability Insurance: • 5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and other • insurance as is appropriate for the Work being performed and furnished and as will provide protection from • claims set forth below which may arise out of or result from CONTRACTOR's performance and furnishing of the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be • performed or furnished by CONTRACTOR,by any Subcontractor,by anyone directly or indirectly employed • by any of them to perform or furnish any of the Work,or by anyone for whose acts any of them may be liable: 410 5.3.1. Claims under workers' or workmen's compensation, disability benefits and other similar • employee benefit acts; • • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15- 13 WKD Project Number: 20160266.00.AG • • • • • Revision Date • August 2001 • 5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of • CONTRACTOR's employees; • 5.3.3. Claims for damages because of bodily injury,sickness or disease,or death of any person other • than CONTRACTOR's employees; • 5.3.4.Claims for damages insured by personal injury liability coverage which are sustained(a)by any • person as a result of an offense directly or indirectly related to the employment of such person by • CONTRACTOR, or (b)by any other person for any other reason; • 5.3.5.Claims for damages,other than to the Work itself,because of injury to or destruction of tangible • property wherever located, including loss of use resulting therefrom; 5.3.6.Claims arising out of operation of Laws or Regulations for damages because of bodily injury or • death of any person or for damage to property; and • 5.3.7.Claims for damages because of bodilyinjuryor death of any person or propertydama a arising out of the OWNERSHIP, maintenance or use of any motor vehicle. • • The insurance required by this paragraph 5.3 shall include the specific coverage's and be written for not less than the limits of liability and coverage's provided in the Supplementary Conditions, or required by law, • whichever is greater. The comprehensive general liability insurance shall include completed operations • insurance. All of the policies of insurance so required to be purchased and maintained(or the certificates or • other evidence thereof) shall contain a provision or endorsement that the coverage afforded will not be canceled,materially changed or renewal refused until at least thirty days prior written notice has been given to • OWNER,PROGRAM MANAGER,and PROFESSIONAL by certified mail. All such insurance shall remain • in effect until final payment and at all times thereafter when CONTRACTOR may be correcting,removing or replacing defective Work in accordance with paragraph 13.12. In addition, CONTRACTOR shall maintain • such completed operations insurance for at least two years after final payment and furnish OWNER with • evidence of continuation of such insurance at final payment and one year thereafter. • Contractual Liability Insurance: • 5.4.The comprehensive general liability insurance required by paragraph 5.3 will include contractual liability insurance applicable to CONTRACTOR's obligations under paragraphs 6.32 and 6.33. • • OWNER's Liability Insurance: • • 5.5.OWNER shall be responsible for purchasing and maintaining OWNER's own liability insurance, and/or Risk Retention Program, and,at OWNER's option,may purchase and maintain such insurance as will • protect OWNER against claims which may arise from operations under the Contract Documents. • Property Insurance: • • 5.6. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase and maintain property insurance upon the Work at the site to the full insurable value thereof(subject to such • • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15-14 • WKD Project Number: 20160266.00.AG • • • Revision Date • August 2001 • deductible amounts as may be provided in the Supplementary Conditions or required by Laws and • Regulations). This insurance shall include the interests of OWNER, CONTRACTOR, Subcontractors, • PROGRAM MANAGER, PROFESSIONAL and PROFESSIONAL's consultants in the Work,all of whom shall be listed as insureds or additional insured parties, shall insure against the perils of fire and extended • coverage and shall include "all risk" insurance for physical loss and damage including theft,vandalism and • malicious mischief,collapse and water damage,and such other perils as may be provided in the Supplementary • Conditions,and shall include damages,losses and expenses arising out of or resulting from any insured loss or incurred in the repair or replacement of any insured property(including but not limited to fees and charges of • PROFESSIONALs, architects, attorneys and other PROFESSIONALs). If not covered under the "all risk" • insurance or otherwise provided in the Supplementary Conditions, CONTRACTOR shall purchase and maintain similar property insurance on portions of the Work stored on and off the site or in transit when such • portions of the Work are to be included in an Application for Payment. • 5.7.OWNER shall purchase and maintain such boiler and machinery insurance or additional property • insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include • the interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL AND PROFESSIONAL's • consultants in the Work, all of whom shall be listed as insured or additional insured parties. • 5.8.All the policies of insurance(or the certificates or other evidence thereof)required to be purchased • and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or • endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least thirty days prior written notice has been given to CONTRACTOR by certified mail and will contain • waiver provisions in accordance with paragraph of 5.11.2. • 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to • protect the Interests of CONTRACTOR,Subcontractors or others in the Work to the extent of any deductible • amounts that are provided in the Supplementary Conditions.The risk of loss within the deductible amount will • be borne by CONTRACTOR, Subcontractor or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the • purchaser's own expense. • 5.10. If CONTRACTOR requests in writing that other special insurance be included in the property • insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to • CONTRACTOR by appropriate Change Order or Written Amendment.Prior to commencement of the Work at • the site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. • • Waiver of Rights: • • 5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and damages • caused by any of the perils covered by the policies of insurance provided in response to paragraphs 5.6 and 5.7 and other property insurance applicable to the Work,and also waive all such rights against the Subcontractors, • PROFESSIONAL,PROFESSIONAL's consultants and all other parties named as insureds in such policies for • losses and damages so caused.As required by paragraph 6.11,each subcontract between CONTRACTOR and • a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of OWNER, CONTRACTOR,PROFESSIONAL,PROFESSIONAL's consultants and all other parties named as insureds. • None of the above waivers shall extend to the rights that any of the insured parties may have to the proceeds of • insurance held by OWNER as trustee or otherwise payable under any policy so issued. • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15- 15 WKD Project Number: 20160266.00.AG • • • • • Revision Date • August 2001 • • 5.11.2. OWNER and CONTRACTOR intend that policies provided in response to paragraphs 5.6 and 5.7 shall protect all of the parties insured and provide primary coverage for all losses and damages caused by • the perils covered thereby.Accordingly,all such policies shall contain provisions to the effect that in the event • of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named • as insureds or additional insureds, and if the insurers require separate waiver forms to be signed by PROFESSIONAL or PROFESSIONAL's consultant,OWNER will obtain the same,and if such waiver forms • are required of any Subcontractor, CONTRACTOR will obtain the same. • Receipt and Application of Proceeds: • • 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as trustee for the insureds,as their interests may appear, • subject to the requirements of any applicable mortgage clause and of paragraph 5.13.OWNER shall deposit in • a separate account any money so received and shall distribute it in accordance with such agreement as the • parties in interest may reach.If no other special agreement is reached,the damaged Work shall be repaired or replaced,the moneys so received applied on account thereof,and the Work and the cost thereof covered by an O appropriate Change Order or Written Amendment. • O Receipt and Application of Insurance Proceeds • 5.13. OWNER,as trustee,shall have power to adjust and settle any loss with the insurers unless one • of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's • exercise of this power.If such objection be made,OWNER,as trustee,shall make settlement with the insurers • in accordance with such agreement as the parties in interest may reach.If required in writing by any party in interest, OWNER as trustee shall, upon the occurrence of an insured loss, give bond for the proper • performance of such duties. • • Acceptance of Insurance: • • 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the basis of its not complying with the Contract Documents, OWNER shall notify CONTRACTOR in writing • thereof within ten days of the date of delivery of such certificates to OWNER in accordance with paragraph 2.7. If CONTRACTOR has any objection to the coverage afforded by or other provisions of the policies of 0 insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 on • the basis of their not complying with the Contract Documents, CONTRACTOR shall notify OWNER in • writing thereof within ten days of the date of delivery,of such certificates to CONTRACTOR in accordance with paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional information 0 in respect of insurance provided by each as the other may reasonably request. Failure by OWNER or • CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of such insurance purchased by the other as complying with the Contract Documents. • • Partial Utilization-Property Insurance: • 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to 0 • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15- 16 • WKD Project Number: 20160266.00.AG • • • Revision Date • August 2001 • Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with • paragraph 14.10 provided that no such use or occupancy shall commence before the insurers providing the • property insurance have acknowledged notice thereof and in writing effected the changes in coverage neces- sitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or • policies, but the property insurance shall not be canceled or lapse on account of any such partial use or • occupancy. • • Indemnification • 5.16.1.CONTRACTOR shall indemnify and hold harmless OWNER,PROGRAM MANAGER,and • its employees and agents from and against all liabilities,claims,suits,demands,damages,losses,and expenses, • including attorneys' fees,arising out of or resulting from the performance of its Work,provided that any such • liability,claim,suit,demand,damage,loss,or expense(a)is attributable to bodily injury,sickness,disease or death,or injury to or destruction of tangible property, including the loss of use resulting therefrom and(b)is • caused in whole or in part by an act or omission of CONTRACTOR, any Subcontractor, anyone directly or • indirectly employed by any of them, or anyone for whose acts any of them may be liable,whether or not it is caused in whole or in part by the negligence or other fault of a party indemnified hereunder. • • 5.16.2. In any and all claims against OWNER or any of its agents or employees by any employee of • CONTRACTOR,any SUBCONTRACTOR,anyone directly or indirectly employed by any of them,or anyone for whose acts any of them may be liable,the indemnification obligation under the previous paragraph shall not • be limited in any way as to the amount or type of damages, compensation or benefits payable by or for . CONTRACTOR or any SUBCONTRACTOR under workmen's compensation acts,disability benefit acts,or • other employee benefit acts. • 5.16.3. CONTRACTOR shall indemnify and hold harmless OWNER and anyone directly or . indirectly employed by it from and against all claims, suits, demands, damages, losses expenses (including attorneys' fees)arising out of any infringement on patent or copyrights held by others and shall defend all such • claims in connection with any alleged infringement of such rights. • • • • • • • • • • • • • • • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15- 17 WKD Project Number: 20160266.00.AG • • • • • Revision Date • August 2001 • • ARTICLE 6--CONTRACTOR'S RESPONSIBILITIES • 6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently,devoting such • attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance • with the Contract Documents.CONTRACTOR shall be solely responsible for the means,methods,techniques, sequences and procedures of construction,but CONTRACTOR shall not be responsible for the negligence of • others in the design or specification of a specific means, method, technique, sequence or procedure of • construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract • Documents. • • 6.2. CONTRACTOR shall keep on the Work, at all times during its progress, a competent resident superintendent, who shall not be replaced without written notice to OWNER and PROFESSIONAL except • under extraordinary circumstances.The superintendent will be CONTRACTOR's representative at the site and • shall have authority to act on behalf of CONTRACTOR.All communications to the superintendent shall be as • binding as if given to CONTRACTOR. • Labor,Materials and Equipment: 6.3. CONTRACTOR shall provide competent,suitably qualified personnel to survey and lay out the • Work and perform construction as required by the Contract Documents. CONTRACTOR shall at all times • maintain good discipline and order at the site.Except in connection with the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract • Documents, all Work at the site shall be performed during regular working hours,and CONTRACTOR will • not permit evening work or the performance of Work on Saturday, Sunday or any legal holiday without • OWNER's written consent given after prior written notice to PROFESSIONAL. • 6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and • assume full responsibility for all materials, equipment, labor, transportation, construction equipment and • machinery,tools,appliances,fuel,power, light,heat,telephone,water,sanitary facilities,temporary facilities and all other facilities and incidentals whether temporary or permanent necessary for the execution,testing, • initial operation, and completion of the Work as required by the Contract Documents. 6.5. All materials and equipment shall be of good quality and new,except as otherwise provided in the • Contract Documents. If required by PROFESSIONAL, CONTRACTOR shall furnish satisfactory evidence • (including reports of required tests)as to the kind and quality of materials and equipment. All materials and • equipment shall be applied,installed,connected,erected,used,cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents;but no pro- • vision of any such instructions will be effective to assign to PROFESSIONAL,or any of PROFESSIONAL's • consultants,agents or employees,any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.14 or • 9.15. • Adjusting Progress Schedule: • • 6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the extent indicated in • paragraph 2.9 adjustments in the progress schedule to reflect the impact thereon of new developments;these will conform generally to the progress schedule then in effect and additionally will comply with any • • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15- 18 • WKD Project Number: 20160266.00.AG • • • Revision Date • August 2001 • provisions of the General Requirements applicable thereto. • • Substitutes or "Or-Equal"Items: • • 6.7.1. Whenever materials or equipment are specified or described in the Contract Documents by • using the name of a proprietary item or the name of a particular Supplier,the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted,materials or equipment of other Suppliers may be accepted by PROFESSIONAL if • sufficient information is submitted by CONTRACTOR to allow PROFESSIONAL to determine that the material or equipment proposed is equivalent or equal to that named. The procedure for review by • PROFESSIONAL will include the following as supplemented in the General Requirements. Requests for • review of substitute items of material and equipment will not be accepted by PROFESSIONAL from anyone • other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall make written application to PROFESSIONAL for acceptance thereof, • certifying that the proposed substitute will perform adequately the functions and achieve the results called for • by the general design,be similar and of equal substance to that specified and be suited to the same use as that specified. The application will state that the evaluation and acceptance of the proposed substitute will not • prejudice CONTRACTOR's achievement of Substantial Completion on time,whether or not acceptance of the • substitute for use in the Work will require a change in any of the Contract Documents(or in the provisions of • any other direct contract with OWNER for work on the Project)to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of • any license fee or royalty.All variations of the proposed substitute from that specified will be identified in the • application and available maintenance,repair and replacement service will be indicated.The application will also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such • substitute, including costs of redesign and claims of other contractors affected by the resulting change,all of • which shall be considered by PROFESSIONAL. In evaluating the proposed substitute,PROFESSIONAL may • require CONTRACTOR to furnish, at CONTRACTOR's expense, additional data about the proposed substitute. • 6.7.2. If a specific means,method,technique,sequence or procedure of construction is indicated in or • required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, • sequence,technique or procedure of construction acceptable to PROFESSIONAL,if CONTRACTOR submits • sufficient information to allow PROFESSIONAL to determine that the substitute proposed is equivalent to that • indicated or required by the Contract Documents. The procedure for review by PROFESSIONAL will be similar to that provided in paragraph 6.7.1 as applied by PROFESSIONAL and as may be supplemented in the • General Requirements. • 6.7.3. PROFESSIONAL will be allowed a reasonable time within which to evaluate each proposed • substitute.PROFESSIONAL will be the sole judge of acceptability and no substitute will be ordered,installed • or utilized without PROFESSIONAL's prior written acceptance which will be evidenced by either a Change • Order or an approved Shop Drawing.OWNER may require CONTRACTOR to furnish,at CONTRACTOR's expense,a special performance guarantee or other surety with respect to any substitute.PROFESSIONAL will • record time required by PROFESSIONAL and PROFESSIONAL's consultants in evaluating substitutions . proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby.Whether • or not PROFESSIONAL accepts a proposed substitute, CONTRACTOR shall reimburse OWNER for the charges of PROFESSIONAL and PROFESSIONAL's consultants for evaluating each proposed substitute. • Concerning Subcontractors,Suppliers and Others: • • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15- 19 WKD Project Number: 20160266.00.AG • • • • • Revision Date • August 2001 • • 6.8.1. CONTRACTOR shall not employ any Subcontractor,Supplier or other person or organization • (including those acceptable to OWNER and PROFESSIONAL as indicated in paragraph 6.8.2) whether initially or as a substitute, against whom OWNER or PROFESSIONAL may have reasonable objection. • CONTRACTOR shall not be required to employ any Subcontractor,Supplier or other person or organization to • furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. • 6.8.2. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers or • other persons or organizations including those who are to furnish the principal items of materials and equipment to be submitted to OWNER prior to the Effective Date of the Agreement for acceptance by • OWNER and PROFESSIONAL and if CONTRACTOR has submitted a list thereof in accordance with the • Supplementary Conditions, OWNER's or PROFESSIONAL's acceptance (either in writing or by failing to • make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents)of any such Subcontractor,Supplier or other person or organization so identified may • be revoked on the basis of reasonable objection after due investigation, in which case CONTRACTOR shall • submit an acceptable substitute,the Contract Price will be increased by the difference,and the cost occasioned • by such substitution and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER or PROFESSIONAL of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or PROFESSIONAL to reject defective Work. 6.9. CONTRACTOR shall be fully responsible to OWNER and PROFESSIONAL for all acts and omissions of the Subcontractors,Suppliers and other persons and organizations performing or furnishing any • of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for • CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between OWNER or PROFESSIONAL and any such Subcontractor, Supplier or other person or • organization,nor shall it create any obligation on the part of OWNER or PROFESSIONAL to pay or to see to • the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. • • 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to • be performed by any specific trade. • • 6.11. All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcontractor to the • applicable terms and conditions of the Contract Documents for the benefit of OWNER and PROFESSIONAL • and contains waiver provisions as required by paragraph 5.11.CONTRACTOR shall pay each Subcontractor a • just share of any insurance moneys received by CONTRACTOR on account of losses under policies issued pursuant to paragraphs 5.6 and 5.7. • • Patent Fees and Royalties: • 6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use • in the performance of the Work or the incorporation in the Work of any invention,design,process,product or device which is the subject of patent rights or copyrights held by others. CONTRACTOR shall indemnify and • hold harmless OWNER and PROFESSIONAL and anyone directly or indirectly employed by either of them • from and against all claims,damages, losses and expenses including attorneys'fees and court and arbitration • costs arising out of any infringement on patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention,design,process,product or device not • • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15-20 • WKD Project Number: 20160266.00.AG • • • Revision Date • August 2001 • specified in the Contract Documents, and shall defend all such claims in connection with any alleged • infringement of such rights. • Permits: • • 6.13. CONTRACTOR shall obtain and pay for all construction and encroachment permits,licenses, • governmental charges and inspection fees,and all public utility charges which are applicable and necessary for the execution of the Work.All permit costs shall be included in the base bid.Permits,if any,that are provided • and paid for by OWNER are listed in the Supplementary Conditions.Any delays associated with the permitting • process will be considered for time extensions only and no damages or additional compensation for delay will i be allowed. • Laws and Regulations: • 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to • furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and • Regulations,neither OWNER nor PROFESSIONAL shall be responsible for monitoring CONTRACTOR's • compliance with any Laws or Regulations. • 6.14.2. If CONTRACTOR observes that any of the Contract Documents are contradictory to such • laws, rules, and regulations, it will notify the Project Manager promptly in writing. Any necessary changes shall then be adjusted by an appropriate Change Order. If CONTRACTOR performs any Work that it knows or should have known to be contrary to such laws,ordinances,rules,and regulations and without such notice to • the Project Manager, it shall bear all related costs. • Taxes: • 6.15. CONTRACTOR shall pay all sales,consumer,use and other similar taxes required to be paid in • accordance with the Laws and Regulations of the place of the Project which are applicable during the • performance of the Work. • Use of Premises: • • 6.16. CONTRACTOR shall confine construction equipment,the storage of materials and equipment • and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights-of-way, permits and IP easements. CONTRACTOR shall not unreasonably encumber the premises with construction equipment or • other materials or equipment. Any loss or damage to CONTRACTOR's or any Subcontractor's equipment is solely at the risk of CONTRACTOR.CONTRACTOR shall assume full responsibility for any damage to any • such land or area,or to the OWNER or occupant thereof or of any land or areas contiguous thereto,resulting • from the performance of the Work. Should any claim be made against OWNER or PROFESSIONAL by any • such OWNER or occupant because of the performance of the Work,CONTRACTOR shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at law. • CONTRACTOR shall,to the fullest extent permitted by Laws and Regulations,indemnify and hold OWNER • harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of PROFESSIONALs, architects, attorneys and other professionals and court and arbitration costs) arising • directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party • against OWNER to the extent based on a claim arising out of CONTRACTOR's performance of the Work. •• The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15-21 WKD Project Number: 20160266.00.AG • • • • • Revision Date • August 2001 6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from • accumulations of waste materials,rubbish and other debris or contaminants resulting from the Work. At the completion of the Work,CONTRACTOR shall remove all waste materials,rubbish and debris from and about • the premises as well as all tools,appliances,construction equipment and machinery,and surplus materials,and • shall leave the site clean and ready for occupancy by OWNER. CONTRACTOR shall restore to original • condition all property not designated for alteration by the Contract Documents. • • • • • • • • • • • • • • • • • • • • • S • • S S S S • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15-22 • WKD Project Number: 20160266.00.AG • • • Revision Date • August 2001 • • 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner • that will endanger the structure,nor shall CONTRACTOR subject any part of the Work or adjacent property to • stresses or pressures that will endanger them. • Record Documents: • 6.19. Contractor shall keep at the site and in good order one record copy of the Contract Documents • and all Drawings and Specifications. These documents shall be annotated on a continuing basis to show all • changes in red made during the construction process. These shall be available to PROFESSIONAL and the • Project Manager and shall be submitted with the Application for Final Payment. • Safety and Protection: • 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety 411 precautions and programs in connection with the Work.CONTRACTOR shall assume all risk of loss for stored • equipment or materials, irrespective of whether CONTRACTOR has transferred the title of the stored equipment or materials to OWNER. CONTRACTOR shall take all necessary precautions for the safety of,and • shall provide the necessary protection to prevent damage, injury or loss to: • 6.20.1. all employees on the Work and other persons and organizations who may be affected thereby; • • 6.20.2. all the Work and materials and equipment to be incorporated therein,whether in storage on or • off the site; and • 6.20.3. other property at the site or adjacent thereto,including trees,shrubs,lawns,walks,pavements, • roadways,structures,utilities and Underground Facilities not designated for removal,relocation or replacement • in the course of construction. • CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction • for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify OWNERs of • adjacent property and of Underground Facilities and utility OWNERs when prosecution of the Work may • affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their • property.All damage,injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused,directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or • organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone • for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or • PROFESSIONAL or anyone employed by either of them or anyone for whose acts either of them may be • liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CON- • TRACTOR). CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and PROFESSIONAL has issued a notice to OWNER 411 and CONTRACTOR in accordance, with paragraph 14.13 that the Work is acceptable(except as otherwise • expressly provided in connection with Substantial Completion). • 6.21. CONTRACTOR shall designate a responsible member of its organization whose duty shall be the • prevention of accidents at the site. This person shall be CONTRACTOR's superintendent unless otherwise • designated in writing by CONTRACTOR to the Project Manager. • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15-23 WKD Project Number: 20160266.00.AG • • • • • Revision Date • August 2001 • • Emergencies: 6.22. In emergencies affecting the safety or protection of persons or the Work or property at the site or • adjacent thereto, CONTRACTOR, without special instruction or authorization from PROFESSIONAL or • OWNER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give PROFESSIONAL prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby.If PROFESSIONAL determines that a • change in the Contract Documents is required because of the action taken in response to an emergency,a Work • Change Directive or Change Order be issued to document the consequences of the changes or variations. 6.22.1. CONTRACTOR shall immediately notify PROFESSIONAL of all events involving injuries to • any person on the Site,whether or not such person was engaged in the construction of the Project,and shall file a written report on such person(s)and any other event resulting in property damage of any amount within five • (5) days of the occurrence. • 6.22.2. If PROFESSIONAL determines that a change in the Contract Documents is required because • of the action taken by CONTRACTOR in response to such an emergency, a Change Order will be issued to document the consequences of such action. • Shop Drawings and Samples: • • 6.23. After checking and verifying all field measurements,CONTRACTOR shall promptly submit to • PROFESSIONAL for approval, in accordance with the accepted schedule of submittals, all submittals and samples required by the Contract Documents. All submittals and samples shall have been checked by and • stamped with the approval of CONTRACTOR and identified as PROFESSIONAL may require. The data • shown on or with the submittals will be complete with respect to dimensions,design criteria,materials and any other information necessary to enable PROFESSIONAL to review the submittal as required. At the time of • each submission,CONTRACTOR shall give notice to PROFESSIONAL of all deviations that the submittal or • sample may have from the requirements of the Contract Documents. • 6.24. PROFESSIONAL shall review and approve submittals and samples. Professional's review and • approval shall be only for conformance with the design concept of the Project and compliance with the • information given in the Contract Documents. The approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR will make any corrections required by • PROFESSIONAL and resubmit the required number of corrected copies until approved. CONTRACTOR's • stamp of approval on any submittal or sample shall constitute its representation to PROFESSIONAL and • OWNER that CONTRACTOR has determined and verified all quantities, dimensions, field construction criteria,materials,catalog numbers,and similar data,and that each submittal or sample has been reviewed or • coordinated with the requirements of the Work and the Contract Documents. • 6.24.1. No Work requiring a submittal or sample submission shall commence until the submission has been approved by PROFESSIONAL. A copy of each approved submittal and each approved sample shall be • kept in good order by CONTRACTOR at the site and shall be available to PROFESSIONAL and OWNER. • Any delays associated with the submittal process will be considered for time extensions only,and no damages or additional compensation for delay will be allowed. • • 6.24.2. Before submission of each Shop Drawing or sample,CONTRACTOR shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, • • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15-24 • WKD Project Number: 20160266.00.AG • • • Revision Date • August 2001 • catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or • sample with other Shop Drawings and samples and with the requirements of the Work and the Contract • Documents. • 6.24.3. At the time of each submission,CONTRACTOR shall give PROFESSIONAL specific written • notice of each variation that the Shop Drawings or samples may have from the requirements of the Contract • Documents, and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted to PROFESSIONAL for review and approval of each such variation. • 6.26. PROFESSIONAL will review and approve with reasonable promptness Shop Drawings and • samples,but PROFESSIONAL's review and approval will be only for conformance with the design concept of • the Project and for compliance with the information given in the Contract Documents and shall not extend to • means,methods,techniques,sequences or procedures of construction(except where a specific means,method, • technique,sequence or procedure of construction is indicated in or required by the Contract Documents)or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not • indicate approval of the assembly in which the item functions. • 6.27. PROFESSIONAL's approval of submittals or samples shall not relieve CONTRACTOR from • responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has, • in writing, called PROFESSIONAL's attention to each such variation at the time of submission and the • OWNER has given written approval to the specific deviation; any such approval by PROFESSIONAL shall not relieve CONTRACTOR from responsibility for errors or omissions in the submittals. • 6.28. Where a shop drawing or sample is required by the Contract Documents or the schedule of shop • drawings and sample submissions accepted by PROFESSIONAL as required, any related work performed • prior to PROFESSIONAL's review and approval of the pertinent submittal will be at the sole expense and • responsibility of CONTRACTOR. • • Continuing the Work: • 6.30. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes • or disagreements with OWNER.No Work shall be delayed or postponed pending resolution of any disputes or • disagreements, except as permitted by paragraph 15.6 or as CONTRACTOR and OWNER may otherwise • agree in writing. • • Cleaning Up: • 6.31. CONTRACTOR shall maintain the site free from accumulations of waste materials,rubbish,and • other debris or contaminants resulting from the work on a daily basis or as required. At the completion of the • work,CONTRACTOR shall remove all waste materials,rubbish,and debris from the site as well as all tools, construction equipment and machinery, and surplus materials and will leave the Site clean and ready for • occupancy by OWNER. All disposal shall be in accordance with applicable Laws and Regulations. In • addition to any other rights available to OWNER under the Contract Documents,CONTRACTOR's failure to maintain the site may result in withholding of any amounts due CONTRACTOR. CONTRACTOR will • restore to original condition those portions of the site not designated for alteration by the Contract Documents. • • • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase 1 00 72 15-25 WKD Project Number: 20160266.00.AG • • • • • Revision Date • August 2001 • Indemnification: • 6.32. To the fullest extent permitted by Laws and Regulations,CONTRACTOR shall indemnify and • hold harmless OWNER, PROGRAM MANAGER and PROFESSIONAL and their consultants, agents and • employees from and against all claims, damages, losses and expenses, direct, indirect or consequential • (including but not limited to fees and charges of PROGRAM MANAGER, PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim,damage, loss or expense(a)is attributable to bodily • injury,sickness,disease or death,or to injury to or destruction of tangible property(other than the Work itself) • including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of CONTRACTOR,any Subcontractor,any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, • regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. • • 6.33. In any and all claims against OWNER,PROGRAM MANAGER or PROFESSIONAL or any of • their consultants,agents or employees by any employee of CONTRACTOR,any Subcontractor,any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone • for whose acts any of them may be liable, the indemnification obligation under paragraph 6.32 shall not be • limited in any way by any limitation on the amount or type of damages,compensation or benefits payable by or for CONTRACTOR or any such Subcontractor or other person or organization under workers'or workmen's compensation acts, disability benefit acts or other employee benefit acts. • 6.34. The obligations of CONTRACTOR under paragraph 6.32 shall not extend to the liability of PROFESSIONAL, PROFESSIONAL's consultants, agents or employees arising out of the preparation or • approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications. S S S S S S S S S S S S S S S S S • The City of Augusta Utilities Department Standard General Conditions 41110 Camp Hancock Outfall Rehabilitation Phase I 00 72 15-26 WKD Project Number: 20160266.00.AG S • • Revision Date • August 2001 • ARTICLE 7---OTHER WORK • • Related Work at Site: • 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces,have • other work performed by aided OWNERs or let other direct contracts therefor which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract • Documents,written notice thereof will be given to CONTRACTOR prior to starting any such other work,and, S if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or • requires additional time and the parties are unable to agree as to the extent thereof,CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. 411 • 7.1.2. CONTRACTOR shall afford each utility OWNER and other contractor who is a party to such a • direct contract for OWNER,if OWNER is performing the additional work with OWNER's employees,proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs. • CONTRACTOR shall do all cutting,fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work.CONTRACTOR shall not endanger any work • of others by cutting,excavating or otherwise altering their work and will only cut or alter their work with the • written consent of PROFESSIONAL and the others whose work will be affected. The duties and • responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility OWNERs and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct • contracts between OWNER and such utility OWNERs and other contractors. • 7.2. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of • any such other contractor or utility OWNER(or OWNER),CONTRACTOR shall inspect and promptly report • to PROFESSIONAL in writing any delays,defects or deficiencies in such work that render it unavailable or • unsuitable for such proper execution and results. CONTRACTOR's failure so to report will constitute an acceptance of the other work as fit and proper for integration with CON 1'RACTOR's Work except for latent or nonapparent defects and deficiencies in the other work. • Coordination: • • 7.4. If OWNER contracts with others for the performance of other work on the Project at the site,the • person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be 411 covered by such authority and responsibility will be itemized, and the extent of such authority and • responsibilities will be provided in the Supplementary Conditions. Unless otherwise provided in the • Supplementary Conditions,neither OWNER nor PROFESSIONAL shall have any authority or responsibility in respect of such coordination. • • • • • • • • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15-27 WKD Project Number: 20160266.00.AG • • • Revision Date • August 2001 ARTICLE 8---OWNER'S RESPONSIBILITIES • 8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all communications to CONTRACTOR through the PROGRAM MANAGER or PROFESSIONAL. • • 8.2. In case of termination of the employment of PROFESSIONAL, OWNER shall appoint a PROFESSIONAL against whom CONTRACTOR makes no reasonable objection, whose status under the • Contract Documents shall be that of the former PROFESSIONAL. Any dispute in connection with such • appointment shall be subject to arbitration. 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and • shall make payments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and 14.13. ID 8.4. OWNER's duties in respect of providing lands and easements and providing Engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's • identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and in existing structures which have been utilized by PROFESSIONAL in preparing the Drawings and Specifications. • • 8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property insurance are set forth in paragraphs 5.5 through 5.8. • • 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.3. • 8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in • paragraph 13.4. • 8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain • circumstances. • • • • 410• • 111 • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15-28 • WKD Project Number: 20160266.00.AG • • • Revision Date • August 2001 • ARTICLE 9---PROFESSIONAL'S STATUS DURING • CONSTRUCTION • OWNER's Representative: • • i 9.1. PROFESSIONAL will be OWNER's representative during the construction period. The duties • and responsibilities and the limitations of authority of PROFESSIONAL as OWNER's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of • OWNER and PROFESSIONAL. • Visits to Site: • 9.2. PROFESSIONAL will make visits to the site at intervals appropriate to the various stages of • construction to observe the premises and quality of the executed Work and to determine, in general, if the • Work is proceeding in accordance with the Contract Documents. PROFESSIONAL will not be required to • make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. PROFESSIONAL's efforts will be directed toward providing for OWNER a greater degree of confidence that • the completed Work will conform to the Contract Documents. On the basis of such visits and on-site • observations as an experienced and qualified design PROFESSIONAL,PROFESSIONAL will keep OWNER • informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. • • Project Representation: • • 9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a Resident Project • Representative to assist PROFESSIONAL in observing the performance of the Work. The duties, responsibilities and limitations of authority of any such Resident Project Representative and assistants will be • as provided in the Supplementary Conditions.If OWNER designates another agent to represent OWNER at the • site who is not PROFESSIONAL's agent or employee,the duties,responsibilities and limitations of authority • of such other person will be as provided in the Supplementary Conditions. • Clarifications and Interpretations: • • 9.4. PROFESSIONAL shall issue such written clarifications or interpretations of the Contract • Documents(in the form of Drawings or otherwise)as may be determined necessary,or as reasonably requested by CONTRACTOR, which shall be consistent with or reasonably inferable from the overall intent of the • Contract Documents. If CONTRACTOR believes that a written clarification and interpretation entitles it to an • increase in the Contract Price and/or Contract Time, CONTRACTOR may make a claim as provided for in • Articles 11 or 12. • Authorized Variations in Work: • 9.5. PROFESSIONAL may authorize minor variations in the Work from the requirements of the • Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are • consistent with the overall intent of the Contract Documents.These may be accomplished by a Field Order and • will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly.If S The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15-29 WKD Project Number: 20160266.00.AG 5 1110 ID • Revision Date • August 2001 CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the • Contract Time and the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may • make a claim therefor as provided in Article 11 or 12. • • Rejecting Defective Work: 9.6. PROFESSIONAL will have authority to disapprove or reject Work which PROFESSIONAL • believes to be defective and will also have authority to require special inspection or testing of the Work as • provided in paragraph 13.9,whether or not the Work is fabricated, installed or completed. • Shop Drawings, Change Orders and Payments: II 9.7. In connection with PROFESSIONAL's responsibility for Shop Drawings and samples, see • paragraphs 6.23 through 6.29 inclusive. 9.8. In connection with PROFESSIONAL's responsibilities as to Change Orders,see Articles 10, 11 • and 12. • 9.9. In connection with PROFESSIONAL's responsibilities in respect of Applications for Payment, • etc., see Article 14. • Determinations for Unit Prices: 41) • 9.10. PROFESSIONAL will determine the actual quantities and classifications of Unit Price Work • performed by CONTRACTOR. PROFESSIONAL will review with CONTRACTOR PROFESSIONAL's preliminary determinations on such matters before rendering a written decision thereon(by recommendation of • an Application for Payment or otherwise). PROFESSIONAL's written decisions thereon will be final and • binding upon OWNER and CONTRACTOR,unless,within ten days after the date of any such decision,either • OWNER or CONTRACTOR delivers to the other party to the Agreement and to PROFESSIONAL written notice of intention to appeal from such a decision. S • Decisions on Disputes: 9.11. PROFESSIONAL will be the initial interpreter of the requirements of the Contract Documents • and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the • acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes to the • Contract Price or Contract Time will be referred initially to PROFESSIONAL in writing with a request for a • formal decision in accordance with this paragraph,which PROFESSIONAL will render in writing within a reasonable time.Written notice of each such claim,dispute and other matter will be delivered by the claimant • to PROFESSIONAL and the other party to the Agreement promptly(but in no event later than thirty days after • the occurrence of the event giving rise thereto) and written supporting data will be submitted to PROFESSIONAL and the other party within sixty days after such occurrence unless PROFESSIONAL allows • an additional period of time to ascertain more accurate data in support of the claim. • • 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11,PROFESSIONAL will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any • • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15-30 • WKD Project Number: 20160266.00.AG S • • Revision Date • August 2001 • interpretation or decision rendered in good faith in such capacity. The rendering of a decision by • PROFESSIONAL pursuant to paragraphs 9.10 and 9.11 with respect to any such claim,dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph • 14.16) will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or • remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter. • • Limitations on PROFESSIONAL's Responsibilities: • 9.13. Neither PROFESSIONAL's authority to act under this Article or elsewhere in the Contract • Documents nor any decision made in good faith to exercise such authority shall give rise to any duty or • responsibility of PROFESSIONAL to CONTRACTOR,any Subcontractor,any of their agents or employees. 9.14. PROFESSIONAL shall not be responsible for the construction means, methods, techniques, • sequences, or procedures or the safety precautions and programs used. PROFESSIONAL shall not be • responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. • 9.15. PROFESSIONAL shall not be responsible for the acts or omissions of CONTRACTOR,any • Subcontractors,any agents or employees, or any other persons performing any of the Work. • • • • • • • • • • • • • • • • • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15-31 WKD Project Number: 20160266.00.AG • • • • • Revision Date • August 2001 • ARTICLE 10--CHANGES IN THE WORK • • 10.1. Without invalidating the Contract, OWNER may at any time or from time to time order • additions,deletions,or revisions in the Work. The OWNER shall provide CONTRACTOR with a proposal request, identifying the Work to be added,deleted or revised. Upon receipt,CONTRACTOR shall promptly submit a written proposal for the changed work prepared in accordance with Articles 11 and 12. If the • proposal request calls only for the deletion of Work,the OWNER may order the partial suspension of any Work related to the proposed deletion, in which case CONTRACTOR must cease performance as directed; • CONTRACTOR shall not be entitled to claim lost profits on deleted work. All changed Work shall be executed under the applicable conditions of the Contract Documents. • 10.2.Additional Work performed by CONTRACTOR without authorization of a Change Order will • not entitle CONTRACTOR to an increase in the Contract Price or an extension of the Contract Time,except in • the case of an emergency as provided in Article 6. The effect of this paragraph shall remain paramount and • shall prevail irrespective of any conflicting provisions contained in these Contract Documents. 10.3. Upon agreement as to changes in the Work to be performed,Work performed in an emergency • as provided in Article 6, and any other claim of CONTRACTOR for a change in the Contract Time or the Contract Price,PROFESSIONAL will prepare a written Change Order to be signed by PROFESSIONAL and CONTRACTOR and submitted to OWNER for approval. • 10.4.In the absence of an agreement as provided in 10.3,OWNER may,at its sole discretion,issue a • Work Change Directive to CONTRACTOR. Pricing of the Work Change Directive will be in accordance with • Section 11.3. The Work Change Directive will specify a price,and if applicable a time extension,determined • to be reasonable by OWNER. If CONTRACTOR fails to sign such Work Change Directive,CONTRACTOR may submit a claim in accordance with Articles 11 and 12,but CON TRACTOR shall nevertheless be obligated to fully perform the work as directed by the Work Change Directive. • 10.5.CONTRACTOR shall proceed diligently with performance of the Work as directed by OWNER, • regardless of pending claim actions,unless otherwise agreed to in writing. • • 10.6.If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents(including,but not limited to,Contract Price or Contract Time)is required by the provisions of any • Bond to be given to a surety,the giving of any such notice will be CONTRACTOR's responsibility, and the • amount of each applicable Bond will be adjusted accordingly. • • • • • • • • • • • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15-32 • WKD Project Number: 20160266.00.AG S • • Revision Date • August 2001 • • ARTICLE 11-CHANGE OF CONTRACT PRICE • • 11.1. The Contract Price constitutes the total compensation(subject to written authorized adjustments) • payable to CONTRACTOR for performing the Work. All duties,responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. • 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment.Any • claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party • making the claim to the other party and to PROFESSIONAL promptly(but in no event later than thirty days) • after the occurrence of the event giving rise to the claim and stating the general nature of the claim.Notice of • the amount of the claim with supporting data shall be delivered within sixty days after such occurrence(unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim) • and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts • (direct,indirect and consequential)to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined by PROFESSIONAL in accordance with • paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved.No claim for • an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2. • 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the • Contract Price will be determined by the following procedures: • 11.3.1. Designated Unit Price (Field Measure). CONTRACTOR and OWNER recognize and • acknowledge that the quantities shown for those items designated in the Bid Proposal as unit price items are • approximations prepared by OWNER for bid purposes and that the actual compensation payable to • CONTRACTOR for the utilization of such items is based upon the application of unit prices to the actual quantities of items involved as measured in the field and required to complete the Work as originally defined in • the Contract Documents. ID 11.3.2. When it is determined by OWNER that an addition, deletion, or revision to the Work, as • defined in these Contract Documents, is required and affects the quantities required for items designed in the • Bid Proposal as unit price items, CON TRACTOR and OWNER agree that the compensation payable to • CONTRACTOR for such unit price items shall be adjusted accordingly by a Change Order based upon the application of the appropriate unit prices shown in the Bid Proposal to the quantity of the unit price item • required to complete the Work as defined in the Contract Documents. • 11.3.3. Other Unit Prices. For items not designated in the bid proposal as unit prices, OWNER and • CONTRACTOR may establish unit prices as agreed on by Change Order. • 11.3.4. Lump Sum. When it is determined by OWNER that an addition, deletion or revision to the Work is required which results in a change in Work designated in the Bid Proposal as a lump sum item,the amount of increase or decrease in the lump sum price shall be established by mutual agreement of the parties. • 11.3.5.If the pricing methods specified in 11.3 are inapplicable,or if the parties are unable to agree on • a price for the changed work,a reasonable price for the same shall be established by OWNER in accordance • with 11.4 and 11.5. OWNER shall then process a unilateral Change Order, specifying the said reasonable • price, in accordance with 11.4 through 11.6. CONTRACTOR shall perform the Work as directed in the • • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15-33 WKD Project Number: 20160266.00.AG • • • • • Revision Date August 2001 • • Change Order. • • 11.3.6.Failure on the part of CONTRACTOR to construct any item to plan or authorized dimensions within the specification tolerances shall result in:reconstruction to acceptable tolerances at no additional costs to OWNER;acceptance at no pay;or acceptance at reduced final pay quantity or reduced unit price,all at the discretion of OWNER. Determinations of aggregate monetary change for items identified as lump sum • quantities shall be made by OWNER based upon an analysis of the scope of CONTRACTOR's failure to • construct to plan or authorized dimensions. • Cost of the Work: • 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by 111 CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by • OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall • include only the following items and shall not include any of the costs itemized in paragraph 11.5: • 11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the • Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR.Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits • which shall include social security contributions, unemployment, excise and payroll taxes, workers' or • workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours,on Saturday, Sunday or legal holidays,shall be included in the • above to the extent authorized by OWNER. 11.4.2. Cost of all materials and equipment furnished and incorporated in the Work,including costs of • transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash • discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. Trade discounts, rebates and • refunds and all returns from sale of surplus materials and equipment shall accrue to OWNER, and • CONTRACTOR shall make provisions so that they may be obtained. • 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed by • Subcontractors.If required by OWNER,CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to CONTRACTOR and shall deliver such bids to OWNER who then determines,with the advice of • PROFESSIONAL,which bids will be accepted.If a subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee,the Subcontractor's Cost of the Work shall be determined in the • same manner as CONTRACTOR's Cost of the Work.All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. • • 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing • laboratories, surveyors, attorneys and accountants)employed for services specifically related to the Work. • 11.4.5. Supplemental costs including the following: • 11.4.5.1. The proportion of necessary transportation,travel and subsistence expenses of CONTRAC- • • • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15-34 • WKD Project Number: 20160266.00.AG • • • Revision Date • August 2001 • TOR's employees incurred in discharge of duties connected with the Work. • • 11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, • machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, • which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. • 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented • from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of • PROFESSIONAL,and the costs of transportation, loading,unloading, installation,dismantling and removal • thereof-all in accordance with terms of said rental agreements.The rental of any such equipment,machinery or • parts shall cease when the use thereof is no longer necessary for the Work. • 11.4.5.4. Sales,consumer,use or similar taxes related to the Work,and for which CONTRACTOR is • liable, imposed by Laws and Regulations. • 11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or • anyone directly or indirectly employed by any of them or for whose acts any of them may be liable,and royalty • payments and fees for permits and licenses. • 11.4.5.6. Losses and damages(and related expenses),not compensated by insurance or otherwise,to • the Work or otherwise sustained by CONTRACTOR in connection with the performance and furnishing of the Work(except losses and damages within the deductible amounts of property insurance established by OWNER • in accordance with paragraph 5.6) provided they have resulted from causes other than the negligence of • CONTRACTOR,any Subcontractor,or anyone directly or indirectly employed by any of them or for whose • acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER.No such losses,damages and expenses shall be included in the Cost of the Work for the • purpose of determining CONTRACTOR's Fee. If,however,any such loss or damage requires reconstruction • and CONTRACTOR is placed in charge thereof,CONTRACTOR shall be paid for services a fee proportionate • to that stated in paragraph 11.6.2. • 11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site. • 11.4.5.8. Minor expenses such as telegrams, long distance telephone calls,telephone service at the • site, expressage and similar petty cash items in connection with the Work. • 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the • Work and premiums of property insurance coverage within the limits of the deductible amounts established by • OWNER in accordance with paragraph 5.6. • 11.5. The term Cost of the Work shall not include any of the following: • 11.5.1. Payroll costs and other compensation of CONTRACTOR's officers,executives,principals(of • partnership and sole proprietorships),general managers,engineers,architects,estimators,attorneys,auditors, • accountants,purchasing and contracting agents,expeditors,timekeepers,clerks and other personnel employed • by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general • administration of the Work and not specifically included in the agreed upon schedule of job classifications • • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase 1 00 72 15-35 WKD Project Number: 20160266.00.AG • • • • • Revision Date • August 2001 • referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4-all of which are to be considered • administrative costs covered by CONTRACTOR's Fee. • 11.5.2. Expenses of CONTRACTOR's principal area branch offices other than CONTRACTOR's office at the site. • 11.5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR'S • capital used for the Change Order Work and charges against CONTRACTOR for delinquent payments. • 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is • required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). 1 • 11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly,employed by any of them or for whose acts any of them may be liable,including but not limited to, • the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any • damage to property. 11.5.6. Other overhead or general expense costs of any kind and the costs of any item not specifically • and expressly included in paragraph 11.4. IP • CONTRACTOR's Fee: • • 11.6. CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: • 11.6.1. a mutually acceptable fixed fee, or if none can be agreed upon; • • 11.6.2. a fee based on the following percentages of the various portions of the Cost of the Work: • 11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2,CONTRACTOR's Fee shall be fifteen ID percent, • 11.6.2.2. for costs incurred under paragraph 11.4.3,CONTRACTOR's Fee shall five percent;and if a • subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to CONTRACTOR on • account of overhead and profit of all Subcontractors shall be fifteen percent, • 11.6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and • 11.3, • 11.6.2.4. the amount of credit to be allowed by CONTRACTOR to OWNER for any such change • which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in • CONTRACTOR's Fee by an amount equal to ten percent of the net decrease, and 11.6.2.5. when both additions and credits are involved in any one change,the adjustment in CON- • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15-36 WKD Project Number: 20160266.00.AG • • • Revision Date • August 2001 • TRACTOR'S Fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 • through 11.6.2.4, inclusive. • 11.7. For all changes, CONTRACTOR shall submit an itemized cost breakdown, together with • supporting data in such detail and form as prescribed by the Project Manager. When a credit is due, the • amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net . decrease in cost will be the amount of the actual net decrease in direct cost as determined by the Project • Manager,plus the applicable reduction in overhead and profit. When both additions and credits are involved in any change,the combined overhead and profit shall be calculated on the basis of the net change,whether an • increase or decrease. In any event,the minimum detail shall be an itemization of all man-hours required by • discipline/trade with the unit cost per man-hour and total labor price, labor burden,equipment hours and rate for each piece of equipment,material by units of measure and price per unit,other costs specifically itemized, • plus the overhead and profit markup. • • Cash Allowances: • 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so • named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or • Suppliers and for such sums within the limit of the allowances as may be acceptable to PROFESSIONAL • CONTRACTOR agrees that: • 11.8.1. The allowances include the cost to CONTRACTOR(less any applicable trade discounts)of materials and equipment required by the allowances to be delivered at the site and all applicable taxes; and • 11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, • overhead,profit and other expenses contemplated for the allowances have been included in the Contract Price • and not in the allowances.No demand for additional payment on account of any thereof will be valid. • Prior to final payment,an appropriate Change Order will be issued as recommended by PROFESSIONAL to • reflect actual amounts due CONTRACTOR on account of Work covered by allowances,and the Contract Price • shall be correspondingly adjusted. • Unit Price Work: • 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of • each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. • Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR • will be made by PROFESSIONAL in accordance with Paragraph 9.10. • 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item. • 11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR differs • • • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15-37 WKD Project Number: 20160266.00.AG • • • • • Revision Date • August 2001 materially and significantly from the estimated quantity of such item indicated in the Agreement and there is no • corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes that • CONTRACTOR has incurred additional expense as a result thereof,CONTRACTOR may make a claim for an • increase in the Contract Price in accordance with Article 11 if the parties are unable to agree as to the amount of any such increase. • • • • • • • 410• • • • • • • • • • • • • • • • • S • • • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15-38 WKD Project Number: 20160266.00.AG • • • Revision Date • August 2001 • ARTICLE 12--CHANGE OF CONTRACT TIME • • 12.1. The Contract Time may only be changed by a Change Order. Any request for an extension in , the Contract Time shall be made in writing and delivered to PROFESSIONAL and OWNER within seven(7) • calendar days of the occurrence first happening and resulting in the claim. Written supporting data will be submitted to PROFESSIONAL and OWNER within fifteen(15)calendar days after such occurrence unless the 41 OWNER allows additional time. All claims submitted by CONTRACTOR for adjustments to the Contract • Time must set forth in detail the reasons for and causes of the delay and clearly indicate why the subject delay was beyond CONTRACTOR's control or fault. • 12.2. If CONTRACTOR is delayed at any time in the performance, progress, commencement, or • completion of the Work by any act or neglect of OWNER or PROFESSIONAL,or by an employee of either,or • by any separate CONTRACTOR employed by OWNER, or by changes ordered in the Work, or by labor disputes, fire, unavoidable casualties, utility conflicts which could not have been identified or foreseen by • CONTRACTOR using reasonable diligence,or any causes beyond CONTRACTOR's control or fault,then the Contract Time shall be extended by Change Order for such reasonable time as OWNER may determine. • CONTRACTOR shall be entitled to an extension of time for such causes only for the number of days of delay • which OWNER may determine to be due solely to such causes and only to the extent such occurrences actually delay the completion of the Work and then only if CONTRACTOR shall have strictly complied with all the requirements of the Contract Documents. Provided, however, notwithstanding anything in the Contract • Documents to the contrary,no interruption,interference,inefficiency,suspension or delay in the performance, • progress, commencement or completion of the Work for any cause whatsoever, including those for which OWNER or PROFESSIONAL may be responsible in whole or in part, shall relieve CONTRACTOR of its 41 duty to perform or give rise to any right to damages or additional compensation from OWNER. • CONTRACTOR's sole and exclusive remedy against OWNER for interruption, interference, inefficiency, • suspension or delay of any aspect of the Work shall be the right to seek an extension to the Contract Time in accordance with the procedures set forth herein. • • • • • • • • • • • • • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase 1 00 72 15-39 WKD Project Number: 20160266.00.AG • • • • • Revision Date • August 2001 • • ARTICLE 13--WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION, • REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK Warranty and Guarantee: • • 13.1. CONTRACTOR warrants and guarantees to OWNER that all materials and equipment will be new unless otherwise specified and that all work will be of good quality,performed in a workmanlike manner, • free from faults or defects, and in accordance with the requirements of the Contract Documents and any • inspections, tests, or approvals referred to in this Article. All unsatisfactory Work, all faulty Work and all • Work not conforming to the requirements of the Contract Documents or such inspections,tests,approvals,or all applicable building, construction and safety requirements shall be considered defective. Notice of all • defects shall be given to CONTRACTOR by PROFESSIONAL. All defective work,whether or not in place, • may be rejected, corrected, or accepted as provided in this Article. • Access to Work: • 13.2. For the duration of the Work, PROFESSIONAL and its representatives, other designated • representatives of OWNER,and authorized representatives of any regulatory agency shall at all times be given • access to the Work. CONTRACTOR shall provide proper facilities for such access and observation of the • Work and also for any inspection or testing by others. • Tests and Inspections: • 13.3. If the Contract Documents,laws,ordinances,rules,regulations or orders of any public authority 41 having jurisdiction require any Work to specifically be inspected,tested,or approved by someone other than • CONTRACTOR, CONTRACTOR shall give PROFESSIONAL timely notice of readiness therefore. • 13.4. The testing firm(s) (if assigned by OWNER to this Work) and all such inspections, tests, or approvals provided for by OWNER shall be identified in writing by PROFESSIONAL to CONTRACTOR. • All other inspections,tests or approvals shall be at CONTRACTOR's expense including additional expenses for inspection and tests required as a result of delays by CONTRACTOR or hours worked in excess of 40 • hours per week. For all required inspections, tests, and approvals on any Work prepared, performed, or • assembled away from the site,CONTRACTOR will furnish PROFESSIONAL with the required Certificates of • Inspection, testing, or approval. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organizations as may be required by law • or the Contract Documents. Materials or Work in place that fail to pass acceptability tests shall be retested at • the direction of PROFESSIONAL and at CONTRACTOR's expense. • 13.5. All inspections, tests or approvals other than those required by Laws or Regulations of any • public body having jurisdiction shall be performed by organizations acceptable to OWNER and • CONTRACTOR(or by PROFESSIONAL if so specified). • 13.6. If any Work(including the work of others)that is to be inspected,tested or approved is covered • without written concurrence of PROFESSIONAL,it must,if requested by PROFESSIONAL,be uncovered for observation. Such uncovering shall be at CONTRACTOR's expense unless CONTRACTOR has given • PROFESSIONAL timely notice of CONTRACTOR's intention to cover the same and PROFESSIONAL has • • • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15-40 • WKD Project Number: 20160266.00.AG • • • Revision Date • August 2001 • not acted with reasonable promptness in response to such notice. • • 13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests, or • approvals by persons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to perform • the Work in accordance with the requirements of the Contract Documents. • ' Uncovering Work: • 13.8. If any Work required to be inspected, tested or approved is covered prior thereto without the prior written approval of PROFESSIONAL, or if any Work is covered contrary to the request of • PROFESSIONAL, the Work shall, if requested by PROFESSIONAL, be uncovered for observation, • inspection,testing or approval and replaced at CONTRACTOR's expense. • 13.9. If PROFESSIONAL considers it necessary or advisable that covered Work be observed by • PROFESSIONAL or inspected or tested by others, CONTRACTOR, at PROFESSIONAL's request, shall uncover,expose or otherwise make available for observation,inspection or testing as PROFESSIONAL may • require,that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is • found that such Work is defective, CONTRACTOR shall bear all direct and consequential costs of such uncovering,exposure,observation,inspection and testing and of satisfactory reconstruction(including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs), and • OWNER shall be entitled to an appropriate decrease in the Contract Price and,if the parties are unable to agree • as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an S extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, • inspection,testing and reconstruction,and,if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. • OWNER May Stop the Work: • 13.10. When Work is defective or when CONTRACTOR fails to supply sufficient skilled workmen or • suitable materials or equipment or make prompt payments to Subcontractors for labor,materials,or equipment • or if CONTRACTOR violates any provisions of these Contract Documents, OWNER may order CONTRACTOR to stop the Work until the cause for such order has been eliminated. However,this right of • OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the • benefit of CONTRACTOR or any other party. CONTRACTOR shall have no right to claim an increase in the Contract Price or Contract Time or other damages for a stop work order under this paragraph. ID IP Correction or Removal of Defective Work: 41 13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly, without cost to • OWNER and as specified by PROFESSIONAL, either correct the defective Work whether fabricated, • installed,or completed,or remove it from the site and replace it with non-defective Work. If CONTRACTOR does not correct such defective Work or remove and replace such defective Work within a reasonable time,as specified in a written notice from PROFESSIONAL,OWNER may have the deficiency corrected. All direct • and indirect costs of such correction shall be paid by CONTRACTOR or deducted from payment to CONTRACTOR. CONTRACTOR will also bear the expense of correcting or removing and replacing all S • S The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15-41 WKD Project Number: 20160266.00.AG S S • • Revision Date • August 2001 Work of others destroyed or damaged by the correction,removal, or replacement of the defective Work. One Year Correction Period: • • 13.12. If, after approval of final payment and prior to the expiration of one year after the date of substantial completion or such longer period of time as may be prescribed by law or by the terms of any • applicable special guarantee required by the Contract Documents, any Work or materials are found to be • defective, incomplete, or otherwise not in accordance with the Contract Documents, CONTRACTOR shall promptly,without cost to OWNER and in accordance with OWNER's written instructions,either correct such • defective Work or if it has been rejected by OWNER,remove it from the Site and replace it with non-defective • Work. If CONTRACTOR does not promptly comply with the terms of such instructions,OWNER may have • the defective Work corrected, removed, or replaced. All direct, indirect and consequential costs of such removal and replacement(including but not limited to fees and charges of engineers,architects,attorneys and • other professionals)will be paid by CONTRACTOR. • Acceptance of Defective Work: • • 13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER • (and,prior to PROFESSIONAL's recommendation of final payment,PROFESSIONAL)prefers to accept it, OWNER may do so. CONTRACTOR shall bear all direct, indirect and consequential costs attributable to • OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by • PROFESSIONAL as to reasonableness and to include but not be limited to fees and charges of engineers, • architects, attorneys and other professionals). If any such acceptance occurs prior to PROFESSIONAL's recommendation of final payment,a Change Order will be issued incorporating the necessary revisions in the • Contract Documents with respect to the Work,and OWNER shall be entitled to an appropriate decrease in the • Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11.If the acceptance occurs after such recommendation,an appropriate amount • will be paid by CONTRACTOR to OWNER. ID ID OWNER May Correct Defective Work: • • 13.14. If CONTRACTOR fails within a reasonable time after written notice of PROFESSIONAL to proceed to correct defective Work or to remove and replace rejected Work as required by PROFESSIONAL in • accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the • Contract Documents, or if CONTRACTOR falls to comply with any other provision of the Contract Documents,OWNER may,after seven days'written notice to CONTRACTOR,correct and remedy any such • deficiency.In exercising the rights and remedies under this paragraph,OWNER shall proceed expeditiously,to • the extent necessary to complete corrective and remedial action.OWNER may exclude CONTRACTOR from • all or part of the site,take possession of all or part of the Work,and suspend CONTRACTOR's services related thereto,take possession of CONTRACTOR's tools,appliances,construction equipment and machinery at the • site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid • CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees such access to the site as may be necessary to enable OWNER to • exercise the rights and remedies under this paragraph.All direct,indirect and consequential costs of OWNER • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15-42 • WKD Project Number: 20160266.00.AG • • • Revision Date • August 2001 • in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved as to • reasonableness by PROFESSIONAL,and a Change Order will be issued incorporating the necessary revisions • in the Contract Documents with respect to the Work,and OWNER shall be entitled to an appropriate decrease • in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a • claim therefor as provided in Article 11. Such direct,indirect and consequential costs will include,but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all • costs of repair and replacement of work of others destroyed or damaged by correction,removal or replacement • of CONTRACTOR's defective Work.CONTRACTOR shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER's rights • and remedies hereunder. • Neglected Work by CONTRACTOR 41 13.15. If CONTRACTOR neglects to execute the Work in accordance with the Contract Documents, • including any requirements of the progress schedule,PROFESSIONAL may direct CONTRACTOR to submit a recovery plan and take specific corrective actions including, but not limited to, employing additional • workmen and/or equipment, and working extended hours and additional days, all at no cost to OWNER in • order to put the Work back on schedule. If CONTRACTOR fails to correct the deficiency or take appropriate • corrective action,OWNER may terminate the contract or CONTRACTOR's right to proceed with that portion of Work and have the Work done by others. The cost of completion under such procedure shall be charged • against CONTRACTOR. A Change Order shall be issued incorporating the necessary revisions in the Contract • Documents,including an appropriate reduction in the Contract Price. If the payments due CONTRACTOR are not sufficient to cover such amount, CONTRACTOR shall pay the difference to OWNER. • 410 13.16. Should CONTRACTOR work overtime,weekends or holidays to regain the schedule,all costs to OWNER of associated inspection, construction management and resident engineers shall be identified to • CONTRACTOR and the Contract Price reduced by a like amount via Change Order. • • • • • • S • • • • • S S • S • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15-43 WKD Project Number: 20160266.00.AG S S • • • Revision Date • August 2001 • • ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION • Schedule of Values: • • 14.1. The schedule of values established as provided in 2.9 will serve as the basis for progress • payments and will be incorporated into a form of application for Payment acceptable to Project Manager. Progress payments on account of Unit Price Work will be based on the number of units completed. • • Application for Progress Payment: • 14.2. At least twenty (20)calendar days before the date established for each progress payment(but • not more often than once a month), CONTRACTOR shall submit to PROFESSIONAL for review an • application for Payment filled out and signed by CONTRACTOR covering the work completed as of the date of the application and accompanied by such supporting documentation as is required by the Contract • Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but • delivered and suitably stored at the site or at another location agreed to in writing,the Application for Payment • shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all liens and evidence that the materials and equipment • are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein,all • of which will be satisfactory to OWNER. Payment is subject to a ten percent(10%)retainage that will be held until the final payment or acceptance by OWNER.The amount of retainage with respect to progress payments • will be as stipulated in the Agreement. • CONTRACTOR's Warranty of Title: • • 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment • covered by any Application for Payment,whether incorporated in the Project or not,will pass to OWNER no later than the time of payment free and clear of all Liens. • • Review of Applications for Progress Payment: • • 14.4. PROFESSIONAL will, within ten (10) calendar days after receipt of each Application for • Payment,either indicate in writing a recommendation of payment and present the application to OWNER,or return the application to CONTRACTOR indicating in writing PROFESSIONAL's reasons for refusing to • recommend payment. In the latter case,CONTRACTOR may make the necessary corrections and resubmit the • application. OWNER shall, within thirty-one calendar days of presentation to him of the application for payment with PROFESSIONAL's recommendation of the amount for payment,pay CONTRACTOR amount • recommended. • • 14.5. PROFESSIONAL's recommendation of any payment requested in an Application for Payment will constitute a representation by PROFESSIONAL to OWNER, based on PROFESSIONAL's on-site • observations of the Work in progress as an experienced and qualified design PROFESSIONAL and on PROF- . ESSIONAL's review of the Application for Payment and the accompanying data and schedules,that the Work has progressed to the point indicated; that, to the best of PROFESSIONAL's knowledge, information and • belief,the quality of the Work is in accordance with the Contract Documents subject to an evaluation of the • • • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15-44 • WKD Project Number: 20160266.00.AG • • • Revision Date • August 2001 • Work as a functioning whole prior to or upon Substantial Completion,to the results of any subsequent tests • called for in the Contract Documents,to a final determination of quantities and classifications for Unit Price • Work under paragraph 9.10, and to any other qualifications stated in the recommendation; and that • CONTRACTOR is entitled to payment of the amount recommended. However,by recommending any such • payment, PROFESSIONAL will not thereby be deemed to have represented that exhaustive or continuous on-site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities • specifically assigned to PROFESSIONAL in the Contract Documents or that there may not be other matters or • issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or OWNER to withhold payment to CONTRACTOR. • 14.6. PROFESSIONAL's recommendation of final payment will constitute an additional • representation by PROFESSIONAL to OWNER that the conditions precedent to CONTRACTOR's being • entitled to final payment as set forth in paragraph 14.13 have been fulfilled. • 14.7. PROFESSIONAL may refuse to recommend the whole or any part of any payment if, in • PROFESSIONAL's opinion, it would be incorrect to make such representations to OWNER. • PROFESSIONAL may also refuse to recommend any such payment,or,because of subsequently discovered • evidence or the results of subsequent inspections or tests,nullify any such payment previously recommended, • to such extent as may be necessary in PROFESSIONAL's opinion to protect OWNER from loss because: • 14.7.1. the Work is defective, or completed Work has been damaged requiring correction or • replacement. • 14.7.2. the Contract Price has been reduced by Written Amendment or Change Order. • 14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with • paragraph 13.14. or • 14.7.4. of PROFESSIONAL's actual knowledge of the occurrence of any of the events enumerated in • paragraphs 15.2.1 through 15.2.9 inclusive. • OWNER may refuse to make payment of the full amount recommended by PROFESSIONAL because claims • have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work or • Liens have been filed in connection with the Work or there are other items entitling OWNER to a off-set • against the amount recommended,but OWNER must give CONTRACTOR immediate written notice(with a • copy to PROFESSIONAL)stating the reasons for such action. • Substantial Completion: • 14.8. When CONTRACTOR considers the entire Work ready for its intended use,CONTRACTOR • shall notify OWNER and PROFESSIONAL in writing that the entire Work is substantially complete(except • for items specifically listed by CONTRACTOR as incomplete) and request that PROFESSIONAL issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and • PROFESSIONAL shall make an inspection of the Work to determine the status of completion. If • PROFESSIONAL does not consider the Work substantially complete, PROFESSIONAL will notify CONTRACTOR in writing giving the reasons therefor.If PROFESSIONAL considers the Work substantially • • • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15-45 WKD Project Number: 20160266.00.AG • • • • • Revision Date • August 2001 • complete, PROFESSIONAL will prepare and deliver to OWNER a tentative certificate of Substantial • Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a • tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after • receipt of the tentative certificate during which to make written objection to PROFESSIONAL as to any provisions of the certificate or attached list.If,after considering such objections,PROFESSIONAL concludes • that the Work is not substantially complete,PROFESSIONAL will,within fourteen days after submission of • the tentative certificate to OWNER notify CONTRACTOR in writing stating the reasons therefor. If, after consideration of OWNER's, objections, PROFESSIONAL considers the Work substantially complete, • PROFESSIONAL will within said fourteen days execute and deliver to OWNER and CONTRACTOR a • definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or • corrected)reflecting such changes from the tentative certificate as PROFESSIONAL believes justified after consideration of any objections from OWNER.At the time of delivery of the tentative certificate of Substantial • Completion,PROFESSIONAL will deliver to OWNER and CONTRACTOR a written recommendation as to • division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities, insurance and warranties. Unless OWNER and • CONTRACTOR agree otherwise in writing and so inform PROFESSIONAL prior to PROFESSIONAL's • issuing the definitive certificate of Substantial Completion,PROFESSIONAL's aforesaid recommendation will • be binding on OWNER and CONTRACTOR until final payment. • 14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of • Substantial Completion,but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. ID Partial Utilization: • • 14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work which • (i) has specifically been identified in the Contract Documents, or (ii) OWNER, PROFESSIONAL, and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by • OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the • remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the • following: • 14.10.1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any • such part of the Work which OWNER believes to be ready for its intended use and substantially complete.If CONTRACTOR agrees,CONTRACTOR will certify to OWNER and PROFESSIONAL that said part of the • Work is substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion • for that part of the Work.CONTRACTOR at any time may notify OWNER and PROFESSIONAL in writing • that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work.Within • a reasonable time after either such request,OWNER,CONTRACTOR and PROFESSIONAL shall make an • inspection of that part of the Work to determine its status of completion. If PROFESSIONAL does not consider that part of the Work to be substantially complete, PROFESSIONAL will notify OWNER and • CONTRACTOR,in writing,giving the reasons therefor.If PROFESSIONAL considers that part of the Work • to be substantially complete,the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification • of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. S • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15-46 WKD Project Number: 20160266.00.AG S • • Revision Date • August 2001 • • 14.10.2. OWNER may at any time request CONTRACTOR, in writing,to permit OWNER to take • over operation of any such part of the Work although it is not substantially complete. A copy of such request • will be sent to PROFESSIONAL and, within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion,and • PROFESSIONAL will prepare a list of the items remaining to be completed or corrected thereon before final • payment.If CONTRACTOR does not object in writing to OWNER and PROFESSIONAL that such part of the • Work is not ready for separate operation by OWNER, PROFESSIONAL will finalize the list of items to be completed or corrected and will deliver such list to OWNER and CONTRACTOR together with a written • recommendation as to the division of responsibilities pending final payment between OWNER and • CONTRACTOR with respect to security,operation,safety,maintenance,utilities, insurance,warranties and • guarantees for that part of the Work which will become binding upon OWNER and CONTRACTOR at the time when OWNER takes over such operation (unless they shall have otherwise agreed in writing and so informed PROFESSIONAL). During such operation and prior to Substantial Completion of such part of the • Work,OWNER shall allow CONTRACTOR reasonable access to complete or correct items on said list and to complete other related Work. • 14.10.3. No occupancy or separate operation of part of the Work will be accomplished prior to • compliance with the requirements of paragraph 5.15 in respect of property insurance. • • 14.10.4. OWNER, may at its discretion, reduce the amount of retainage subject to Beneficial • Occupancy. • Final Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed upon portion • thereof is complete,PROFESSIONAL will make a final inspection with OWNER and CONTRACTOR and • will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to remedy 4110 such deficiencies. • • Final Application for Payment: • 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of • PROFESSIONAL and OWNER and delivered in accordance with the Contract Documents all maintenance • and operating instructions,schedules,guarantees,bonds,certificates or other evidence of insurance required by 5.2,certificates of inspection,marked-up record documents and other documents,CONTRACTOR may make application for final payment following the procedure for progress payments. The fmal Application for • Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents,including but not limited to the evidence of insurance required,(ii)consent of the surety, • if any,to final payment,and(iii)complete and legally effective releases or waivers(satisfactory to OWNER)of • all liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of liens and as • approved by OWNER, CONTRACTOR may furnish receipts or release in full and an affidavit of CONTRACTOR that(i)the releases and receipts include all labor,services,material and equipment for which • a lien could be filed,and(ii)all payrolls,material and equipment bills and other indebtedness connected with • the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or supplier fails to furnish such a release or receipt in full, • • • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15-47 • WKD Project Number: 20160266.00.AG 41 • • • Revision Date • August 2001 • CONTRACTOR may furnish a bond or other collateral satisfactory to OWNER to indemnify OWNER against any lien. • 14.12.1. No application for final payment will be accepted by OWNER until approved as-built • documents by CONTRACTOR are accepted and approved by PROFESSIONAL. • • • • • •• • • • • • • • • • • • • • • • • • • • • • • • • i The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15-48 • WKD Project Number: 20160266.00.AG • • • Revision Date • August 2001 • 14.12.2. Notwithstanding any other provision of these contract documents to the contrary,OWNER • and PROFESSIONAL are under no duty or obligation whatsoever to any vendor, materials provider, • Subcontractor, laborer or other party to ensure that payments due and owing by CONTRACTOR to any of • them are or will be made. Such parties shall rely only on CONTRACTOR's surety bonds for remedy of • nonpayment by him. CONTRACTOR agrees to defend and resolve all claims made by Subcontractors, indemnifying OWNER and PROFESSIONAL for all claims arising from or resulting from Subcontractor or supplier or material men or laborer services in connection with this project. • 14.12.3. General Indemnity: CONTRACTOR shall indemnify OWNER and PROFESSIONAL for • any damages sustained, including lost profits,resulting from CONTRACTOR's failure or refusal to perform • the work required by these contract documents. • • Final Payment and Acceptance: • 14.13. If,on the basis of PROFESSIONAL's observation of the Work during construction and final S inspection and PROFESSIONAL's review of the final Application for Payment and accompanying • documentation as required by the Contract Documents,PROFESSIONAL is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, • PROFESSIONAL will, within ten (10) working days after receipt of the final Application for Payment, • indicate in writing PROFESSIONAL's recommendation of payment and present the Application to OWNER • for payment. At the same time PROFESSIONAL will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of 14.6. Otherwise,PROFESSIONAL will return the application to CONTRACTOR, indicating in writing the reasons for refusing to recommend • final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. After the presentation to OWNER of the application and accompanying documentation, in • appropriate form and substance and with PROFESSIONAL's recommendation and notice of acceptability,the • amount recommended by PROFESSIONAL will become due and will be paid by OWNER to • CONTRACTOR. • 14.14. If,through no fault of CONTRACTOR,final completion of the Work is significantly delayed • and if PROFESSIONAL so confirms,OWNER shall,upon receipt of CONTRACTOR's final Application for Payment and recommendation of PROFESSIONAL and without terminating the Agreement,make payment of • the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held • by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Contract and • if bonds have been furnished as required in Article 5,the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CON TRACTOR 411 to PROFESSIONAL with the application for such payment. Such payment shall be made under the terms and • conditions governing final payment, except that it shall not constitute a waiver of claims. CONTRACTOR's Continuing Obligation: 411 14.15. CONTRACTOR's obligation to perform and complete the Work in accordance with the • Contract Documents shall be absolute. Neither recommendation of any progress or final payment by PROFESSIONAL,nor the issuance of a certificate of Substantial Completion,nor • any payment by OWNER to CONTRACTOR under the Contract Documents,nor any use or occupancy of the Work or any part thereof by OWNER,nor any act of acceptance by OWNER • • • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15-49 WKD Project Number: 20160266.00.AG • 4110 • Revision Date • August 2001 • nor any failure to do so, nor any review and approval of a Shop Drawing or sample • submission, nor the issuance of a notice of acceptability by PROFESSIONAL pursuant to • paragraph 14.13, nor any correction of defective Work by OWNER will constitute an acceptance of Work not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents (except as provided in paragraph 14.16). • Waiver of Claims: • 14.16. The making and acceptance of final payment will constitute: 14.16.1. A waiver of all claims by OWNER against CONTRACTOR, except claims arising from • unsettled liens,from defective Work appearing after final inspection pursuant to 14.11,from failure to comply • with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and • • 14.16.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. • • • • • • • ID • • • • • • • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15-50 • WKD Project Number: 20160266.00.AG • • • Revision Date • August 2001 • • ARTICLE 15--SUSPENSION OF WORK AND • TERMINATION • OWNER May Suspend Work: • 15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof for a • period of not more than ninety days by notice in writing to CONTRACTOR and PROFESSIONAL which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. • CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Time,or • both,directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided • in Articles 11 and 12. • Termination For Cause: • 15.2. Upon the occurrence of any one or more of the following events: • CONTRACTOR commences a voluntary case under anychapter of the Bankruptcy Code • 15.2. 1. if ry p (Title 11, United States Code), as now or hereafter in effect, or if CONTRACTOR takes any equivalent or • similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating • to the bankruptcy or insolvency; • 15.2.2.if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now • or hereafter in effect at the time of filing,or if a petition is filed seeking any such equivalent or similar relief • against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or • insolvency; • 15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors; • 15.2.4.if a trustee,receiver,custodian or agent of CONTRACTOR is appointed under applicable law • or under contract, whose appointment or authority to take charge of property of CONTRACTOR is for the • purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of CONTRACTOR'S creditors; • • 15.2.5. if CONTRACTOR admits in writing an inability to pay its debts generally, as they become • due; • 15.2.6. if CONTRACTOR fails to perform the Work in accordance with the Contract Documents • (including,but not limited to,failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as revised from time to time); • • 15.2.7. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; • 15.2.8. if CONTRACTOR disregards the authority of PROFESSIONAL; or 15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract • Documents, • • • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15-51 WKD Project Number: 20160266.00.AG • • • • Revision Date • August 2001 • • OWNER may,after giving CONTRACTOR(and the surety,if there be one)seven days'written notice and to • the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude • CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools,appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by • CONTRACTOR(without liability to CONTRACTOR for trespass or conversion),incorporate in the Work all • materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere,and finish the Work as OWNER may deem expedient.In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract • Price exceeds the direct,indirect and consequential costs of completing the Work(including but not limited to • fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and arbitration costs) such excess will be paid to CONTRACTOR. If such costs exceed such unpaid balance, • CONTRACTOR shall pay the difference to OWNER. Such costs incurred by OWNER will be approved as to • reasonableness by PROFESSIONAL and incorporated in a Change Order,but when exercising any rights or remedies under this paragraph, OWNER shall not be required to obtain the lowest price for the Work • performed. • • 15.3. In the event OWNER terminates the contract for cause and it is subsequently judicially • determined that there was no cause for termination, the termination for convenience provision will be the • means for disposition of the balance of the contract obligations. Termination for Convenience • 15.4. Upon seven working days'written notice to CONTRACTOR and PROFESSIONAL,OWNER • may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the • Contract. In such case, CONTRACTOR shall be paid(without duplication of any items): 15.4.1. For completed and acceptable Work executed in accordance with the Contract Documents • prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such • Work; 40 15.4.2. For expenses sustained prior to the effective date of termination in performing services and • furnishing labor, materials or equipment as required by the Contract Documents in connection with • uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; • 15.4.3. For all claims,costs, losses and damages incurred in settlement of terminated contracts with • Subcontractors, suppliers and others; and 15.4.4. For reasonable expenses directly attributable to termination. • • CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. • 15.5. Where CONTRACTOR's services have been so terminated by OWNER,the termination will • not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release • • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15-52 • WKD Project Number: 20160266.00.AG • • Revision Date • August 2001 • CONTRACTOR from liability. • • CONTRACTOR May Stop Work or Terminate: 15.6. If through no act or fault of CONTRACTOR, the Work is suspended for a period of more • than ninety calendar days by OWNER or under an order of court or other public authority, or • PROFESSIONAL fails to act on any Application for Payment within thirty days after it is submitted or • OWNER fails for thirty-one days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may upon seven working days' written notice to OWNER and PROFESSIONAL and provided OWNER or PROFESSIONAL did not remedy such suspension or failure within that time,terminate • the Agreement and recover from OWNER payment on the same terms as provided in 15.2. In lieu of terminating the Agreement and without prejudice to any other right or remedy,if PROFESSIONAL has failed • to act on an Application for Payment within thirty days after it is submitted or OWNER has failed for thirty- • one calendar days after it is submitted to pay CONTRACTOR any sum finally determined to be due, • CONTRACTOR may upon seven days'written notice to OWNER and PROFESSIONAL stop the Work until receipt of payment of all such amounts due CONTRACTOR,including interest thereon. The provisions of this paragraph are not intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an • increase in Contract Price or Contract Time or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph.The provisions of this paragraph shall not • relieve CONTRACTOR of the obligations under paragraph 6.30 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER. • • • • • • • • • • • • • • • • • • • • • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15-53 WKD Project Number: 20160266.00.AG • 110 • • • Revision Date • August 2001 • • ARTICLE 16--DISPUTE RESOLUTION • 16.1. All disputes arising under this Contract or its interpretation whether involving law or fact or • both, or extra work, and all claims for alleged breach of contract shall within ten (10) working days of the • commencement of the dispute be presented by CONTRACTOR to OWNER for decision. All papers • pertaining to claims shall be filed in quadruplicate. Such notice need not detail the amount of the claim but shall state the facts surrounding the claim in sufficient detail to identify the claim,together with its character • and scope. In the meantime, CONTRACTOR shall proceed with the Work as directed. Any claim not • presented within the time limit specified in this paragraph shall be deemed to have been waived,except that if • the claim is of a continuing character and notice of the claim is not given within ten(10)working days of its commencement,the claim will be considered only for a period commencing ten(10)working days prior to the • receipt by OWNER of notice thereof. Each decision by OWNER will be in writing and will be mailed to • CONTRACTOR by registered or certified mail,return receipt requested, directed to his last known address. • 16.2 All claims, disputes and other matters in question between OWNER and CONTRACTOR • arising out of,or relating to,the Contract Documents or the breach thereof shall be decided under Georgia Law • in the Superior Court of Richmond County,Georgia.CONTRACTOR by execution of the Contract consents to jurisdiction and venue in the Superior Court of Richmond County, Georgia, and waives any right to contest • same. • • • • • • • • • • • • • • • • • • • • • • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15-54 • WKD Project Number: 20160266.00.AG • • NNW • Revision Date • August 2001 • ARTICLE 17-MISCELLANEOUS • • Giving Notice: • 17.1. Whenever any provision of the Contract Documents requires the giving of written notice,it • will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or • to an officer of the corporation for whom it is intended,or if delivered at or sent by registered or certified mail, • postage prepaid,to the last business address known to the giver of the notice. • Computation of Time: • 17.2.1. When any period of time is referred to in the Contract Documents by days,it will be computed • to exclude the first and include the last day of such period. If the last day of any such period falls on a • Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction,such day will be • omitted from the computation. • 17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight shall • constitute a day. • General: • 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of • any error, omission or act of the other party or of any of the other party's employees or agents or others for • whose acts the other party is legally liable, claim should be made in writing to the other party within a • reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall • not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. • 17.4. The duties and obligations imposed by these General Conditions and the rights and remedies • available hereunder to the parties hereto, and, in particular but without limitation,the warranties,guarantees • and obligations imposed upon CONTRACTOR by paragraphs 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all • of the rights and remedies available to OWNER and PROFESSIONAL thereunder,are in addition to,and are not to be construed in any way as a limitation of,any rights and remedies available to any or all of them which • are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other • provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated • specifically in the Contract Documents in connection with each particular duty,obligation,right and remedy to which they apply. All representations,warranties and guarantees made in the Contract Documents will survive final payment and termination or completion of the Agreement. • 17.5. CONTRACTOR shall keep adequate records and supporting documentation applicable to this • Work and Contract. Said records and documentation shall be retained by CONTRACTOR for a minimum of • five(5)years from the date of final completion or termination of this Contract. OWNER shall have the right to • audit, inspect,and copy all such records and documentation as often as OWNER deems necessary during the period of the Contract and for a period of five (5)years thereafter provided, however, such activity shall be • conducted only during normal business hours. OWNER,during this period of time,shall also have the right to • obtain a copy of and otherwise inspect any audit made at the direction of CONTRACTOR as concerns the aforesaid records and supporting documentation. • • • The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 72 15-55 • WKD Project Number: 20160266.00.AG • • • • Revision Date • August 2001 • • • 17.6. The Contract Documents are intended by the Parties to,and do,supersede any and all provisions of the Georgia Prompt Pay Act,O.C.G.A. Section 13-11-1,et seq. In the event any provision of the Contract • Documents are inconsistent with any provision of the Prompt Pay Act, this provision of the Contract Documents shall control. • 17.7. Notwithstanding any provision of the law to the contrary,the parties agree that no interest shall • be due Contractor on any sum held as retainage pursuant to the Contract Documents and CONTRACTOR • specifically waives any claim to same. • Substitutions: • • 17.8. Notwithstanding any provision of these general conditions,there shall be no substitutions of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. • Sanitary Sewer Overflow Prevention: • • 17.9. Procedures to Prevent Overflows During Sanitary Sewer Construction: • 17.9.1 The CONTRACTOR is hereby notified that the discharge of any untreated wastewater to waters • of the State is a violation of Georgia Water Quality Regulations and is prohibited. • 17.9.2 The CONTRACTOR will submit an Emergency Response Plan prior to beginning work. This • plan will include a list of key personnel with 24-hour contact information who will respond during an • emergency situation. The ERP will include estimates of mobilization time for a response crew to arrive onsite. • Any changes to the Emergency Response Plan will be submitted to the RESIDENT PROJECT REPRESENTATIVE prior to implementation. • • 17.9.3 In the event bypass pumping is required to facilitate new sewer construction, bypassing plans • and supporting calculations must be submitted to the Augusta Utilities Department for review prior to establishment of the bypass. All bypass systems will include complete redundancy in pumping systems, if • failure of the primary pumping system could result in a discharge of untreated wastewater to waters of the • State. • 17.9.4 Bypass pumping will be monitored continuously by a person knowledgeable in pump operation • and maintenance if the failure of the bypass pump could result in the discharge of untreated wastewater to . waters of the State. • 17.9.5 In the event of a discharge of untreated wastewater,the CONTRACTOR will take the following • actions: 1. Take immediate steps to eliminate or minimize the discharge of untreated wastewater. • 2. Immediately notify the Utilities Department dispatcher (706.796.5000) and the RESIDENT • PROJECT REPRESENTATIVE (contact information will be provided at the preconstruction conference). • 3. Maintain a chronicle of relevant information regarding the incident including specific actions • • • The City of Augusta Utilities Department Standard General Conditions Camp Hancock Outfall Rehabilitation Phase I 00 72 15-56 WKD Project Number: 20160266.00.AG 4111 • • Revision Date • August 2001 • taken by the CONTRACTOR and estimates of the discharge volume. • 17.9.6 The RESIDENT PROJECT REPRESENTATIVE will coordinate notification of the Georgia • Environmental Protection Division (800.241.4113) and the Augusta Emergency Management Agency if appropriate. • • 17.9.7 If, in the opinion of the RESIDENT PROJECT REPRESENTATIVE and the OWNER,the • CONTRACTOR is not responding to an emergency situation in an appropriate manner, the Utilities Department will undertake necessary actions to abate an overflow situation. The cost of these actions will be • the responsibility of the CONTRACTOR. • 17.9.8 Following a discharge of untreated wastewater,a downstream inspection will be conducted by the Utilities Department to assess potential mitigation measures that may be required of the CONTRACTOR. 411 PROGRAM MANAGER: • • 17.10 The PROGRAM MANAGER for the project is Augusta Utilities Department, Engineering • Division. • The presence or duties of PROGRAM MANAGER's personnel at the construction site, whether as onsite • representatives or otherwise,do not make PROGRAM MANAGER or PROGRAM MANAGER's personnel • in any way responsible for those duties that belong to OWNER and/or the CONTRACTOR or other entities, and do not relieve the CONTRACTOR or any other entity of their obligations, duties, and responsibilities, • including,but not limited to,all construction methods,means,techniques,sequences,and procedures necessary • for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health and safety precautions required by such construction work. • • PROGRAM MANAGER and PROGRAM MANAGER's personnel have no authority to exercise any control • over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty of inspecting, noting, observing, correcting,or reporting on health or safety deficiencies of the CONTRACTOR(s)or other entity or any other persons at the site except PROGRAM • MANAGER's own personnel. • The presence of PROGRAM MANAGER's personnel at the construction site is for the purpose of providing to • OWNER a greater degree of confidence that the completed construction work will conform generally to the • construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). PROGRAM MANAGER neither • guarantees the performance of the construction contractor(s) nor assumes responsibility for construction • contractor's failure to perform work in accordance with the construction documents. • For this AGREEMENT only,construction sites include places of manufacture for materials incorporated into • the construction work,and construction contractors include manufacturers of materials incorporated into the • construction work. 411 END OF SECTION • • • 4/ The City of Augusta Utilities Department Standard General Conditions • Camp Hancock Outfall Rehabilitation Phase 1 00 72 15-57 WKD Project Number: 20160266.00.AG • • • • • • • • • • • • • • • • • INTENTIONALLY LEFT BLANK • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • DOCUMENT 00 73 14 • INDEX TO SUPPLEMENTARY CONDITIONS • • • • SECTION • SC-01 Scope of the Work • SC-02 List of Drawings • SC-03 Bonds • SC-04 Contractor's Liability Insurance SC-05 Project Sign • SC-06 Protection of the Environment • SC-07 Temporary Toilets SC-08 Plans and Specifications Furnished SC-09 Record Drawings • SC-10 Shop Drawings SC-11 Existing Structures SC-12 Salvage Material • SC-13 Referenced Specifications • SC-14 Traffic Control SC-15 Surveys SC-16 Construction Order and Schedule • SC-17 Consulting Engineers SC-18 Inspection and Testing of Work • SC-19 Site Access • SC-20 Tree Save SC-21 Georgia Prompt Pay Act • SC-22 City Acceptance • SC-23 Disputes • SC-24 Specified Materials SC-25 Interest Not Earned on Retainage • SC-26 Basis of Payment • SC-27 Compliance with Laws, Codes, Regulations,Etc. SC-28 Equivalent Materials SC-29 After Hours Inspection • SC-30 Supplement to the Agreement • • • • • • • • • The City of Augusta Utilities Department Supplementary Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 73 14- 1 WKD Project Number: 20160266.00.AG • • • • • • • • • DOCUMENT 00 73 14 SUPPLEMENTARY CONDITIONS -01. SCOPE OF THE WORK: • The project consists of rehabilitation of approximately 2,450 LF of 24-inch diameter gravity sewer line via Cured-In-Place Pipe (CIPP). The project also includes trenchless lateral rehabilitation, open-cut repairs, • limited service lateral improvements, installation of cleanouts, and all associated surface restoration. 411 • -02. LIST OF DRAWINGS: • The following drawings,prepared by The Augusta Utilities Department comprise the plans for the project. S SHEET LIST TABLE SHEET SHEET TITLE ORIGINAL DATE • NO. /REVISED REVISED G-01 COVER SHEET • G-02 GENERAL NOTES AND LEGENT • G-03 BYPASS • G-04 GRAVITY MAIN AND MANHOLE REPAIR TABLES CE01 SEDIMENT AND EROSION CONTROL DETAILS C-01 PLANA AND B • C-02 PLAN C AND D • C-501 CIVIL DETAILS C-502 CIVIL DETAILS C-503 GDOT CONSTRUCTION DETAILS • _ C-503 TRAFFIC CONTROL DETIALS • • -03.BONDS: The Contractor will include in the lump sum payment for Lump Sum Construction the cost of his performance • and payment bonds. • • • • • • • • The City of Augusta Utilities Department Supplementary Conditions Camp Hancock Outfall Rehabilitation Phase I 00 73 14-2 WKD Project Number: 20160266.00.AG • -04.CONTRACTOR'S LIABILITY INSURANCE: • Insurance shall be written with limits of liability shown below or as required by law,whichever is greater: • 411 Commercial General Liability(per occurrence)Each Occurrence $ 1,000,000 • General Aggregate $2,000,000 Products $ 2,000,000 • Personal &Adv Injury $ 1,000,000 • Fire Damage $ 500,000 Automobile Liability(any auto)Combined Single Limit $ 1,000,000 • Excess Liability(any auto)Each Occurrence $ 5,000,000 • Workers Compensation Statutory Limits • Employer Liability $ 1,000,000 • -05.PROJECT SIGN: • The Contractor will provide and install one(1)project sign at prominent location on the construction site as • directed by the Engineer.The sign will carry in a prominent manner the name of the project,the Owner,and • the name of the Contractor and the Engineer and a 24-hour phone number for the Contractor in 4-inch letters. The sign shall be constructed and erected on wood posts in a substantial manner 7-feet above the ground.The • full size stencil shall be approved along with colors before fabrication.The Contractor shall include the cost • of the project sign in the Total Base Bid. • -06.PROTECTION OF THE ENVIRONMENT: • The Contractor will carefully schedule his work so that a minimum amount of the exposed earth will be • subject to erosion by rainfall or wind,and he will provide means satisfactory to the Engineer to minimize the 411 transportation of silt and other deleterious material from the project area onto adjacent properties or into • adjacent water courses. • All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, must show approval of either EPA or • USDA.Use of all such chemicals and disposal of residues shall be in conformance with printed instructions. • -07.TEMPORARY TOILETS: • Contractor shall provide temporary toilet facilities on the site for workmen employed in the construction 411 work. Toilets shall be adequate for the number of men employed and shall be maintained in a clean and sanitary condition. Workmen shall be required to use only these toilets. At completion of the work,toilets • used by Contractor shall be removed and premises left in the condition required by the Contract. • -08.PLANS AND SPECIFICATIONS FURNISHED: • The Contractor will be furnished, free of charge,by the Owner up to five(5)sets of direct black line prints 41/ together with a like number of complete bound specifications for construction purposes. Additional sets of • plans and/or specifications will be furnished to the Contractor at the cost of reproduction upon his written • request. 411 -09.RECORD DRAWINGS: • The City of Augusta Utilities Department Supplementary Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 73 14-3 • WKD Project Number: 20160266.00.AG • • • • The Contractor will maintain in his office one complete set of drawings (including any supplemental sketches) pertaining to the project upon which, at the end of each day's work any deviations from the • construction lines shown thereon and all changes in red ordered by the Engineer will be shown accurately in • red pencil. If necessary, supplemental drawings will be made to show details of deviations or changes, and • these will be kept with the marked set.The drawings will be available to the Engineer for inspection during construction and at the completion of construction.Prior to submitting his estimate for final payment,as-built • drawings are to be prepared and submitted by the contractor to the engineer.As-built drawings shall include • tap locations and manholes located to a minimum of two separate surface features. • -10. SHOP DRAWINGS: • The Contractor shall submit to the Engineer for his review shop drawings, cuts, diagrams, bar lists, steel details and other descriptive data on every item, where shown on the drawings or specified herein. The Contractor shall check all submittals and so indicate on each copy thereof Five copies of such shop drawings • shall be submitted to the Engineer before ordering of the material. Submittals which have not been checked by the Contractor will not be reviewed by the Engineer. Reviews by the Engineer of submittals will cover • only general conformity with the project requirements, while responsibility for detailed conformity shall • remain with the Contractor. The Contractor will be notified by mail of the results of the submittal reviews within ten(10) days of the receipt by the Engineer thereof • -11.EXISTING STRUCTURES: Where sidewalks, street signs, private signs, walls, sidewalks, fences, pipelines, etc. are removed in • accomplishing the work,each and every item will be replaced in the same or better manner or condition than • that in which it was before construction began.The Contractor will protect and hold harmless the Owner from any suit, action, or dispute whatever arising from the Contractor's work adjacent to private property. • • -12. SALVAGE MATERIAL: • All existing installations to be removed, including but not limited to masonry and concrete rubble, asphalt, • pipe,etc.will be disposed of at an approved location by the Contractor. -13.REFERENCED SPECIFICATIONS: • • Where specifications or standards of trade organizations and other groups are referenced in these specifications,they are made as much a part of these specifications as if the entire standard or specification • were reprinted herein.The inclusion of the latest edition or revision of the referenced specification or standard • is intended. • -14.TRAFFIC CONTROL: • • Traffic control shall conform to the Manual on Uniform Traffic Control Devices(MUTCD) of the Federal Highway Administration,latest edition.The Contractor shall give prior written notification to and shall obtain • the approval of the Augusta Fire Department, Police Department, Emergency Medical Services, and the • Augusta Traffic Engineering Department of any street closures. -15.SURVEYS: • The Engineer has established base lines for locating the principal component parts of the work,together with • a suitable number of bench marks adjacent to the work.From the information thus provided,the Contractor • • The City of Augusta Utilities Department Supplementary Conditions Camp Hancock Outfall Rehabilitation Phase I 00 73 14-4 WKD Project Number: 20160266.00.AG 5 • • • IP shall develop and make all detail surveys needed for construction lines and elevations.The Contractor shall • employ only Registered Land Surveyors or Registered Professional Engineer to perform all detail surveys. The Contractor will diligently preserve and maintain the position of all stakes, reference points and bench 1111 marks after they are set and, in case of willful or careless destruction,he shall be charged with the resulting • expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or • disturbance. • -16. CONSTRUCTION ORDER AND SCHEDULE: • • A. The Contractor shall be responsible for the detailed order, schedule, and methods of construction • activities within the general guidelines specified for maintenance and protection of highway and pedestrian,traffic;utility lines; drainage ways; adjacent properties; and as otherwise specified. B. After notice to proceed and prior to the first payment on the contract the Contractor shall submit the • following for review: • (1) Breakdown of contract price into units of cost for each item required to complete the total work; • this breakdown will be the basis for judging the percentage complete at any time. (2) A statement of the order of procedure to be followed that will result in the required protection • and completion of the work within the overall contract time. • (3) A bar chart showing the percentage of each item schedules against time and so scheduled that • Contractor's order of construction is clearly shown. C. With each request for payment the Contractor shall submit two copies of the bar chart clearly marked • to show the work completed at the date of the payment requested. D. Progress Schedule Requirements • (1) Bar Chart Schedule: Prepare on maximum 11 inch by 17 inch sheet size for each separate 4111 stage of Work as specified and shown,to include at least: (a) Identification and listing in chronological order of those activities reasonably • required to complete work, including, but not limited to, subcontract work, major • equipment design, factory testing and startup activities, project close out and • cleanup and specified work sequences, constraints, and milestones, including Substantial Completion date(s). Listings to be identified by Specification section number. • (b) Identify: (i) horizontal time frame by year, month, and week, (ii) duration, early- start,and completion of each activity and sub-activity and(iii)critical activities and • Project float. • (c) Provide sub-schedules to further define critical portions of the work. • (d) Monthly schedule submissions:show overall percent complete,projected and actual, and completion progress by listed activity and sub-activity. • (e) Identify the critical path on the schedule. • (2) General: • • • • The City of Augusta Utilities Department Supplementary Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 73 14-5 • WKD Project Number: 20160266.00.AG • • • 111 • (a) Schedule(s)shall reflect work logic sequences,restraints,delivery windows,review times,contract times and milestones set forth in the Agreement,and shall begin with ID the date of Notice to Proceed and conclude with the date of Final Completion. • (b) The schedule requirement herein is the minimum required. Contractor may prepare • a more sophisticated schedule if such work will aid Contractor in execution and timely completion of work. (c) Base schedule on standard 5-day work week. • (d) When bar chart or network analysis schedules are specified,use Primavera Project Planner, latest version, SureTrak latest version or a compatible and approved • software. • (e) Adjust or confirm schedules on a monthly basis as follows: Contractor shall submit to Engineer for acceptance proposed adjustments in the progress schedule that will not change the contract times (or milestones). Such • adjustments will conform generally to the progress schedule then if effect and • additionally will comply with any provisions of the General Requirements applicable thereto. • Proposed adjustments in the progress scheduled that will change the contract times (or milestones)may only be a Change Order. • • Use of float suppression techniques such as preferential sequencing or logic,special . lead/lag logic restraints,and extended activity times are prohibited,and use of float time disclosed or implied by use of alternate float-suppression techniques shall be • shared to proportionate benefits to Owner and Contractor. • Pursuant to above float-sharing requirement,no time extensions will be granted nor delay damages paid until a delay occurs which(i)impacts project's critical path,(ii) • extends work beyond contract completion date. • -17. CONSULTING ENGINEERS: • The Owner has engaged consulting engineers to assist the Director of Utilities,defined herein as the Engineer, • by preparing plans and specifications for the work and by providing certain services during the bidding and construction phases of the project. The consulting engineer, W.K. Dickson & Co., Inc. is authorized to • represent the Director of Utilities within the limits of the various duties delegated and assigned to the firm by the Director.Nevertheless the Director of Utilities remains the final authority hereunder and is the"Engineer" • as used throughout the Contract Documents. • The presence or duties of Consulting Engineer's personnel at the construction site, whether as onsite representatives or otherwise, do not make personnel in any way responsible for those duties that belong to • Owner and/or the Contractor or other entities, and do not relieve the Contractor or any other entity of their • obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the • construction work in accordance with the construction Contract Documents and any health and safety • precautions required by such construction work. • The Consulting Engineer's personnel have no authority to exercise any control over • any construction contractor or other entity or their employees in connection with their work or any • health or safety precautions and have no duty of inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the Contractor(s) or other entity or any other persons at • • The City of Augusta Utilities Department Supplementary Conditions Camp Hancock Outfall Rehabilitation Phase I 00 73 14-6 WKD Project Number: 20160266.00.AG • • 0 • the site except Consulting Engineer's own personnel. • The presence of the Consulting Engineer's personnel at the construction site is for the purpose of providing to IP Owner a greater degree of confidence that the completed construction work will conform generally to the e construction documents and that the integrity of the design concept as reflected in the construction documents • has been implemented and preserved by the construction contractor(s). Consulting Engineer neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction • contractor's failure to perform work in accordance with the construction documents. • For this Agreement only,construction sites include places of manufacture for • materials incorporated into the construction work, and construction contractors include • manufacturers or materials incorporated into the construction work. , -18.INSPECTION AND TESTING OF WORK: • The Owner shall provide sufficient competent engineering personnel for the technical IP observation and testing of the work. • The Engineer and his representatives shall at all times have access to the work whenever it is in preparation or • progress, and the Contractor shall provide proper facilities for such access, and for inspections. 0 Inspectors shall have the power to stop work on account of a workman's incompetency, drunkenness, or • willful negligence or disregard of orders.An inspector may stop the work entirely if there is not a sufficient IP quantity of suitable and approved materials or equipment on the ground to carry it out properly or for any • good and sufficient cause.Inspectors may not accept on behalf of the Owner any material or workmanship • which does not conform fully to the requirements of the contract and they shall give no orders or directions under any possible circumstances not in accordance with the Specifications.The Contractor shall furnish the • inspector with all required assistance to facilitate thorough inspection or the culling over or removal of • defective materials or for any other purpose requiring discharge of their duties for which service no additional • allowance shall be made. The inspector shall, at all times, have full permission to take samples of the materials that mayor may not be used in the work. • Any inspection provided by the Engineers is for the purpose of determining compliance with provisions of the 4111 contract specifications and is in no way a guarantee of the methods or appliances use by the Contractor,nor • for the safety of the job. • If the specifications,the Engineer's instructions,laws,ordinances,or any public authority require any work to • be specially tested or approved, the Contractor shall give the Engineer timely notice of its readiness for • inspection, and if the inspection is by an authority other than the Engineer, of the date fixed for such inspection. Inspections by the Engineer shall be made promptly, and where practicable at the source of IP supply.If any work should be covered up without review or consent of the Engineer, it must, if required by • the Engineer,be uncovered for examination and properly restored at the Contractor's expense. • Re-examination of any work may be ordered by the Engineer,and,if so ordered,the work must be uncovered • by the Contractor.If such work is found to be in accordance with the Contract Documents,the Owner shall • pay the cost of re-examination and replacement. If such work is not in accordance with the Contract Documents,the Contractor shall pay such cost. • The Owner will employ a qualified materials testing laboratory,hereinafter referred to as the Laboratory,to • monitor more fully on the Owner's behalf the quality of materials and work,and to perform such tests as may • 0 The City of Augusta Utilities Department Supplementary Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 73 14-7 • WKD Project Number: 20160266.00.AG 0 • • • be required under the Contract Documents as conditions for acceptance of materials and work. The Laboratory will be solely responsible to and paid separately by the Owner. The timing of the work of the • Laboratory will be coordinated by the Engineer through his duly authorized inspector. • The Owner will bear the cost of testing a particular material or area of the work once. Where retesting is • required following corrective measures or under other circumstances, the Contractor shall reimburse the Owner for the cost of additional testing. • • -19. SITE ACCESS: In order to minimize damage to existing paving and landscaping, access to the site for the contractor's • personnel and equipment will be restricted to the routes designated by the Owner. The contractor will be • required to use on those routes unless written approval is given by the owner. • -20.TREE SAVE: • Prior to beginning grading operations,the Contractor is to notify the Owner and the Engineer so that those trees which are to be saved can be marked in the field. Once these trees are marked,the Contractor shall take • every precaution, including tree protection fence,to save these trees. • -21. GEORGIA PROMPT PAY ACT: • This Agreement is intended by the Parties to, and does, supersede any and all provisions of the Georgia • Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision of this Agreement is • inconsistent with any provision of the Prompt Pay Act,the provision of this Agreement shall control. • -22. CITY ACCEPTANCE: ID • Notwithstanding any other obligations of the Contractor,he shall complete the work to the full satisfaction of the Augusta Utilities Department and the Engineer. This provision shall not relieve the Contractor of his • responsibilities for guarantees. • -23.DISPUTES: • • All claims, disputes and other matters in question between the Owner and the Contractor arising out of or • relating to the Agreement,or the breach thereof,shall be decided in the Superior Court of Richmond County, Georgia.The Contractor,by executing this Agreement, specifically consents to venue in Richmond County and waives any right to contest the venue in the Superior Court of Richmond County, Georgia. • -24. SPECIFIED MATERIALS: • • Attention is drawn to the specification of certain brands or manufacturers of construction materials on the • drawings.Unless the phrase"or equal"appears in the specification thereon,no substitution or deviation from the product specified will be allowed. Notwithstanding any provision of the general conditions,there shall be • no substitution of materials that are not determined to be equivalent to those indicated or required in the • contract documents without an amendment to the contract. • -25.INTEREST NOT EARNED ON RETAINAGE: • 11114 • The City of Augusta Utilities Department Supplementary Conditions Camp Hancock Outfall Rehabilitation Phase I 00 73 14-8 WKD Project Number: 20160266.00.AG • • • • • Notwithstanding any provision of the law to the contrary,the parties agree that no interest shall be due to the • Contractor on any sum held as retainage pursuant to this Agreement and Contractor specifically waives any claim to same. • • -26.BASIS OF PAYMENT: • As explained in the section"Instructions to Bidders"and in the"General Conditions",payment will be made • based on the per cent complete per the contractor's breakdown. • -27.COMPLIANCE WITH LAWS,CODES,REGULATIONS,ETC.: • Supplementing the provision of the GENERAL CONDITIONS,the successful bidder awarded this contract • by signing the contract acknowledges the following, however,this is not to be construed as all inclusive or being these only: • 1. Underground Gas Pipe Law: • The Contractor signing the contract acknowledges that he is fully aware of the contents and . requirements of "Georgia Laws 1969, Pages 50 and the following, and any amendments and regulations pursuant thereto", and the Contractor shall comply therewith. • • 2. High Voltage Act: • The Contractor by signing the contract acknowledges that he is fully aware of the contents and requirements of "Act No. 525, Georgia law 1960, and any amendments thereto, and Rules and • Regulations of the commissioner of Labor pursuant thereto" (the preceding requirements within quotation marks being hereinafter referred to as the "high voltage act"), and the Contractor shall • comply therewith. The signing of Contract shall also confirm on behalf of the Contractor that he: • A. has visited the premises and has taken into consideration the location of all electrical power lines • on and adjacent to all areas onto which the contract documents require to permit the Contract • either to work,to store materials, or to stage operations, and • B. that the Contractor has obtained from the Owner of the aforesaid electric power lines advice in • writing as to the amount of voltage carried by the aforesaid lines. • The Contractor agrees that he is the "person or persons responsible for the work to be done" as • referred to in the high voltage act and that accordingly the Contractor is solely "responsible for the • completion of the safety measures which are required by Section 3 of the high voltage act before proceeding with any work." The Contractor agrees that prior to the completion of precautionary • measures required by the high voltage act he will neither bring nor permit the bringing of any • equipment onto the site (or onto any area or areas onto which the contract documents require or • permit the Contractor to work,to store materials,or to stage operations)with which it is possible to come within eight feet of any high voltage line or lines pursuant to operations arising out of • performance of the Contract. The foregoing provisions apply to power lines located(a)on the site • and (b) on any area or areas onto which the contract documents require or permit the Contractor either to work,to store materials,or to stage operations,or(c)within working distance for equipment • or materials,being used on(a)and(b)above. These provisions of the Contract do not limit or reduce • the duty of the Contractor otherwise owed to the Owner,to other parties,or to both. The Contractor agrees that the foregoing provisions supplement provisions of the General Conditions. The • • The City of Augusta Utilities Department Supplementary Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 73 14-9 WKD Project Number: 20160266.00.AG • • • • • • • Contractor agrees and acknowledges that any failure on his part to adhere to the high voltage act shall not only be a violation of law but shall also be a breach of contract and specific violation of the • provisions of the General Conditions which pertains to safety precautions. • 3. Occupational Safety&Health Act: • The Contractor by signing the contract acknowledges that he is fully aware of the provisions of the • Williams-Steiger Occupational Safety and Health Act of 1970 and he shall comply therewith. • -28. EQUIVALENT MATERIALS: Notwithstanding any provision of the general conditions,there shall be no substitution of materials that are • not determined to be equivalent to those indicated or required in the contract documents without an • amendment to the contract. • -29. AFTER HOURS INSPECTION: • • If the Contractor opts to work before or after normal working hours,8 a.m.to 5 p.m.,Monday through Friday, or on Augusta,Georgia Legal Holidays,then the Contractor must pay for the cost of inspection by the City of Augusta, Georgia and follow all necessary procedures listed in "Section 15, Right-of-way Encroachment • Guidelines, Part E, Outside of Normal Working Hours," of the Augusta-Richmond County Planning Commission Development Documents dated September, 1999, or latest version. If inspectors of Augusta- • Richmond County are needed to work outside normal business hours,Augusta-Richmond County needs to be • notified in advance. • -30. SUPPLEMENT TO THE AGREEMENT • • a) Defective pricing To the extent that the pricing provided by CONTRACTOR is erroneous and defective, the parties may,by • agreement, correct pricing errors to reflect the intent of the parties. • b) Specified excuses for delay or non-performance • CONTRACTOR is not responsible for delay in performance caused by hurricanes, tornadoes, floods, and other severe and unexpected acts of nature. In any such event, the contract price and schedule shall be • equitably adjusted. • c) Termination of the contract for default • • Failure of the CONTRACTOR,which has not been remedied or waived,to perform or otherwise comply with • a material condition of the Agreement shall constitute default. Augusta,Georgia may terminate this contract • is part or in whole upon written notice to the CONTRACTOR pursuant to this term. • d) Prohibition against contingent fees • There shall be no contingent fees allowed under this contract. • • e) An acknowledgement by all parties contracting with Augusta, Georgia as follows: • • The City of Augusta Utilities Department Supplementary Conditions Camp Hancock Outfall Rehabilitation Phase I 00 73 14- 10 • WKD Project Number: 20160266.00.AG • • • • • "Contractor acknowledges that this contract and any changes to it by amendment,modification,change order • or other similar document may have required or may require the legislative authorization of the Board of • Commissioners and approval of the Mayor.Under Georgia law,Contractor is deemed to possess knowledge concerning Augusta,Georgia's ability to assume contractual obligations and the consequences of Contractor's • provision of goods or services to Augusta,Georgia under an unauthorized contract,amendment,modification, change order or other similar document,including the possibility that the Contractor may be precluded from . recovering payment for such unauthorized goods or services. Accordingly, Contractor agrees that if it • provides goods or services to Augusta, Georgia under a contract that has not received proper legislative authorization or if the Contractor provides goods or services to Augusta, Georgia in excess of the any • contractually authorized goods or services, as required by Augusta, Georgia's Charter and Code, Augusta, • Georgia may withhold payment for any unauthorized goods or services provided by Contractor. Contractor • assumes all risk of non-payment for the provision of any unauthorized goods or services to Augusta,Georgia, • and it waives all claims to payment or to other remedies for the provision of any unauthorized goods or services to Augusta, Georgia, however characterized, including, without limitation, all remedies at law or • equity." This acknowledgement shall be a mandatory provision in all Augusta,Georgia contracts for goods • and services, except revenue producing contracts. • I) Use of Augusta,Georgia Landfill All contracts for contractors performing demolition and/or construction projects for Augusta,Georgia shall • contain a provision requiring that all debris,trash and rubble from the project be transported to and disposed • of at the Augusta,Georgia Solid Waste Landfill in accordance with local and state regulations.The contractor shall provide evidence of proper disposal through manifests, which shall include the types of material • disposed of,the name and location of the disposal facility, date of disposal and all related fees. • g) Federal Work Authorization Program All contractors and subcontractors entering into contracts with Augusta,Georgia for the physical performance • of services shall be required to execute an Affidavit verifying its compliance with O.C.G.A. § 13-10-91, stating affirmatively that the individual,firm,or corporation which is contracting with Augusta,Georgia has • registered with and is participating in a federal work authorization program. All contractors and • subcontractors must provide their E-Verify number and must be in compliance with the electronic verification • of work authorized programs operated by the United States Department of Homeland Security or any • equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees,pursuant to the Immigration Reform and Control • Act of 1986(IRCA),P.L.99-603,in accordance with the applicability provisions and deadlines established in • O.C.G.A. § 13-10-91 and shall continue to use the federal authorization program throughout the contract • term. All contractors shall further agree that, should it employ or contract with any subcontractor(s) in • connection with the physical performance of services pursuant to its contract with Augusta, Georgia the contractor will secure from such subcontractor(s) each subcontractor's E-Verify number as evidence of • verification of compliance with O.C.G.A.§ 13-10-91 on the subcontractor affidavit provided in Rule 300-10- • 01-.08 or a substantially similar form. All contractors shall further agree to maintain records of such • compliance and provide a copy of each such verification to Augusta,Georgia at the time the subcontractor(s) • is retained to perform such physical services. • 41 The City of Augusta Utilities Department Supplementary Conditions • Camp Hancock Outfall Rehabilitation Phase I 00 73 14- 11 • WKD Project Number: 20160266.00.AG • • • • • • h) Owner Inspections • All contracts shall provide that Augusta,Georgia may,at reasonable times,inspect the part of the plant,place • of business, or work site of a contractor or subcontractor or subunit thereof which is pertinent to the performance of any contract awarded or to be awarded by Augusta, Georgia. • • i) Local Small Business: • In accordance with Chapter 10B of the AUGUSTA,GA. CODE,Contractor expressly agrees to collect and • maintain all records necessary to for Augusta, Georgia to evaluate the effectiveness of its Local Small Business Opportunity Program and to make such records available to Augusta,Georgia.The requirements of • the Local Small Business Opportunity Program can be found at www.augustaga.gov. In accordance with • AUGUSTA, GA. CODE § 1-10-129(d) (7), for all contracts where a local small business goal has been • established, the contractor is required to provide local small business utilization reports. Contractor shall • report to Augusta, Georgia the total dollars paid to each local small business on each contract, and shall provide such payment affidavits, regarding payment to subcontractors as may be requested by Augusta, • Georgia. Such documents shall be in the format specified by the Director of minority and small business • opportunities,and shall be submitted at such times as required by Augusta,Georgia. Failure to provide such • reports within the time period specified by Augusta,Georgia shall entitle Augusta,Georgia to exercise any of 1110 the remedies set forth,including but not limited to,withholding payment from the contractor and/or collecting liquidated damages. • • • END OF SECTION • • • • • • • • • • • • • • • • • • • The City of Augusta Utilities Department Supplementary Conditions Camp Hancock Outfall Rehabilitation Phase I 00 73 14- 12 • WKD Project Number: 20160266.00.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. • • • The City of Augusta Utilities Department Special Provisions • Camp Hancock Outfall Rehabilitation Phase I 00 80 00- 1 WKD Project Number: 20160266.00.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. • • • • • • • • • • • • • • • • • • • • • • • The City of Augusta Utilities Department Special Provisions Camp Hancock Outfall Rehabilitation Phase I 00 80 00-2 • WKD Project Number: 20160266.00.AG • • • oe� wnt�gGa�inent • �.. —14—._ ---jr- • G J: « R G� l A 999 A. Gert Owgn6, Qaxectaz • • MAILED/FAXED • TO: All Vendors • Nancy Williams, Quality Assurance Analyst Tom Wiedmeier, Utilities Department • FROM: Geri Sams412 • Procurement Direc or • DATE: February 27, 2018 • SUBJ: New Bid Opening Date, Clarifications to Specifications and Responses to • Vendor's Questions • BID ITEM: Bid Item#18-160 Camp Hancock Outfall Rehabilitation— Phase 1 for • Augusta Utilities Department • BID OPENING DATE: Thursday, March 15, 2018 @ 11 :00 a.m. • ADDENDUM 1 • • Bidders on this project are hereby notified that this Addendum shall be attached to and made part of the • above-named Bid Package. The changes and clarifications shall supplement the contract documents for the above referenced project. Changes shown in this document shall supersede previously dated • contract documents. Acknowledge receipt of all Addendums on Attachment B within the • Specifications package. • The Bid Opening Date for Bid Item #18-160 Camp Hancock Outfall Rehabilitation — Phase 1 for • Augusta Utilities Department has been changed: • From: Tuesday, March 6, 2018 @ 3:00 p.m. • To: Thursday, March 15, 2018 @ 11:00 a.m. • • Clarifications to the Specifications: • When you are instructed to ADD, DELETE, or MAKE CHANGES to A BIDITEM PAGE OR PAGES, • these additions, deletions, or changes MUST be made on the bid item pages you submit with your bidding proposal. • CHANGES TO OTHER PAGES • When you are instructed to DELETE something which is NOT on a Bid Item Page, you may line • through the text diagonally and/or print or write the word "DELETE" on the text being deleted. • Physically removing the page(s) is not necessary. • When you are instructed to ADD A NON-BID ITEM PAGE(S), OR PORTIONS THEREOF, you MUST • CONSIDER it/them in developing your bid. • Responses to Vendor's Questions: • 1. Will the City provide a list of qualified LSB's? • Response: The LSBOP directory is accessible online via AuciustaGA.Gov/LS P-Directory • Room 605 - 535 Telfair Street,Augusta Georgia 30901 a ■ (706)821-2422-Fax(706)821-2811 /ore Scan this QR code with your • 0 smartphone •or camera equipped wwtau; usta a.; v . it, to visit the Augusta,Georgia • Register at www.demandstar.com/supplier for automatic bid notification Q t*.;. rrr z Addendum 1 Bid Item#18-160 Camp Hancock Outfall Rehabilitation—Phase 1 • • • • • 2. Is the 185 day completion period including or excluding Alternate Bid Items? • Response: The contract duration is revised to reflect the amount of work in the base bid and each alternate. The new contract duration for each are as follows: a. Base Bid — 145 calendar days • b. Bid Alternate 1 —20 calendar days • c. Bid Alternate 2—20 calendar days This change is also reflected in the attached revised Section 00 52 15 — Agreement Form. • Remove Section 00 52 15 in its entirety and replace with the attached revised Section 00 5215. • 3. What is the budget for Base and Alternates? • Response: No. The Engineers opinion of probable construction cost will not be released prior to the Bid opening. • 4. Which EPMS system will be used on this project? • Response: Upon further review, the EPMS is determined to be unnecessary for this project. All references to the EPMS shall be removed from the Contract Documents. This results in the • following changes to the Contract Documents: a. Remove Specifications Section 01 22 01 in its entirety. • b. In Specifications Section 00 21 14, remove item IB-09— Electronic Project Management • System. c. Remove Specifications Section 00 33 01 in its entirety and replacement with Section 01 33 • 01, attached. • d. Remove all references to EPMS in individual Technical Specifications. 5. Is CCTV available for the pipes scheduled for rehab and if so, how do we get a copy of the video? Response: CCTV data is available upon request and can be obtained by contacting the Engineer, W.K. Dickson, by phone or via email at nkasey@wkdickson.com. The data will be sent • via physical hard drive via overnight shipping. Data cost will be$50.00. • 6. There are no provisions for point repairs in the base bid. If needed, with the pay item for the work • be attributed to one of the Alternates? Response: The Bid Form is revised to address this issue by providing pay items for point • repairs under the Base Bid. Specifications Section 00 41 43 — Bid Form shall be removed in its • entirety and replaced with the revised attached Section 00 41 43. • 7. If awarded, will the Alternates be awarded as a total or in a line item by line item basis? Response: If awarded, the Alternatives will be awarded as a total. The awarded scope shall not consist of individual line items representing portions of the work in the Alternatives. • 8. Does the prime contractor have to have an employee of the prime contractor acting as a site • supervisor at all times during execution of work? • Response: Yes. Article 6.2 of the General Conditions states the "Contractor shall keep on the work, at all times during its progress, a competent resident superintendent." The Prime • Contractor shall maintain continuous competent supervision of all work on the jobsite during • work hours, including supervision of all subcontractors. • 9. Will the engineer approve air inversion /steam cure as an acceptable method prior to the bid? Response: Yes. While Specifications Section 33 01 30.72, Articles 3.7 and 3.8 states written approval is required for any method other than water inversion and curing, our intent is to allow air inversion and steam curing of the CIPP. It is hereby clarified that air inversion and steam • curing methods are acceptable and this shall serve as written approval for these methods. • 10. There is a FIVE years warranty on CIPP lining —correct? Response: Yes, this is correct. • 11. Will the 2014 CCTV logs and video be available to the bidders? • Response: Please the response to question 5 above. • 12. Can you show on the proposed by pass plan, where the 36" storm drain that was referred to in the • pre-bid for by-pass under the live rail road tracks? • Addendum 1 Bid item#18-160 Camp Hancock Outfall Rehabilitation—Phase 1 Pana 9 of 1 • • • Response: The existing storm drain crosses under the rail road tracks near the crossing on Poplar Street. The storm drain is oriented parallel to Poplar Street and is located on the north • side of the street in this area. It is in the right-of-way and just outside the edge of pavement. The • upstream storm drain manhole is approximately 70 feet west-north-west (in the direction towards the intersection of Poplar Street and Holley Street) from the rail road crossing. The • downstream storm drain manhole is approximately 45 feet east-south-east (in the direction towards the intersection of Poplar Street and Augusta Avenue) from the real road crossing. • 13. Will steam curing and inversion be allowed on this contract? It states that the Engineer must give • written approval. Is it approved for this job? • Response: Please the response to question 9 above. • 14. Will the city provide a water meter and access to all fire hydrants in the area for the Contractor to • use? Response: Yes. The Owner will place a hydrant meter on a fire hydrant within the project area • for the Contractors use. The Contractor will be charged a $1,500 refundable deposit for the • meter. The Contractor shall not remove or relocate the meter. If it is necessary to relocate the • meter, the Owner can do so at the Contractor's request. The meter will be removed by the Owner after the project. The Contractor will not be otherwise charged for water usage. • 15. If more than one manhole to manhole section is lined at one time, can a sample be taken once at • the most downstream manhole and used for both segments? • Response: Yes. One test sample shall be obtained for each CIPP segment or"shot" If one CIPP "shot" covers more than one segment of pipeline, only one test is required. Testing of CIPP is addressed further in Specification Section 33 01 30.72, Article 3.12. • Please acknowledge addendum in your submittal END ADDENDUM • • ATTACHMENTS: REVISED SECTION 00 5215(PAGES 5) REVISED TABLE OF CONTENTS(PAGES 2) • REVISED SECTION 01 33 01 (PAGES 6) REVISED SECTION 00 41 43(PAGES 8) • • • • • • • • • • • • S S S S S S Addendum 1 Bid Item#18-160 Camp Hancock Outfall Rehabilitation—Phase 1 • Pann2nf3 • • DOCUMENT 00 94 63 • CONSTRUCTION CONTRACT CHANGE ORDER • CO NUMBER • BID ITEM • DATE • PROJECT TITLE Camp Hancock Outfall Rehabilitation Phase I • ORIGINAL CONTRACT DATE PROJECT NUMBER • OWNER AUGUSTA,GEORGIA PO NUMBER • The following change is hereby made to the contract for the above project: Description of Change(for a more detailed description see attached proposal): 1111 PAYEE • TOTAL AMOUNT OF THIS CHANGE ORDER $ • The contract time will be INCREASED by 0 calendar days as a result of this change. • ORIGINAL CONTRACT AMOUNT $ PREVIOUS CHANGE ORDER(INCREASE) $ • THIS CHANGE ORDER(INCREASE) $ • TOTAL REVISED CONTRACT AMOUNT WITH CHANGE ORDER $ • FUNDING NUMBER/ACCOUNT NUMBER • • • PROPOSED BY: DATE: • CONTRACTOR • REQUESTED BY: DATE: • ENGINEER • SUBMITTED BY: DATE: • DEPARTMENT HEAD • FINANCE ENDORSEMENT: DATE: • COMPTROLLER • RECOMMENDED BY: DATE: • ADMINISTRATOR • APPROVED BY: DATE: • MAYOR • • • • The City of Augusta Utilities Department Sample Change Order Camp Hancock Outfall Rehabilitation Phase I 00 94 63- 1 • WKD Project Number: 20160266.00.AG S • • • • • • • • • INTENTIONALLY LEFT BLANK • • • • • • • • • • • ' • • • • • • • • • • • • • • • • • • • • • • • • • • • • • 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"Camp Hancock Outfall Rehabilitation Project,"consisting of the rehabilitation • of approximately 2,500 linear feet of 24-inch gravity sewer by installation of Cured-in-Place Pipe. The project also includes point repairs, rehabilitation of manholes,replacement of active service lateral connections and associated asphalt pavement restoration 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. Work Hour Restrictions: • 1. The work to be performed under this contract will occur in both residential and commercial • areas of Augusta, GA. The work will also have significant impacts on the flow of traffic. Therefore,performance of the work will be permitted only during certain hours of the day, • as described by the following. • a. Work in AED's right-of-way shall be performed in conformance with the encroachment permit. • • b. Work in all other areas shall be performed between the hours of 7:00 AM and 6:00 PM, Monday through Friday, except for holidays. • • c. Work on weekends or other than normal working hours may be permitted if so required by the Contractor and approved in writing at least 7 days prior to any proposed off- • hours work. • 1.5 WORK SEQUENCE • • • The City of Augusta Utilities Department Summary Camp Hancock Outfall Rehabilitation Phase I 01 10 00- 1 • WKD Project Number: 20160266.00.AG • • • A. Construct Work in stages during construction period, coordinate construction schedule and • operations with Owner. • B. Cured-in-place pipe lining shall be installed after all point repairs, service connection • replacements, and excavation work is complete. 410 1.6 OWNER OCCUPANCY &MAINTENANCE OF EXISTING SEWER FLOWS • A. The Owner reserves the right to occupy the site during the entire period of construction for 410 purposes including, but not limited to,maintenance and normal operation of the active • wastewater collection system. • B. Cooperate with Owner to minimize conflicts and to facilitate Owner's operations as necessary. PART 2 PRODUCTS-Not Used • • PART 3 EXECUTION-Not Used • • END OF SECTION • • • • • • • • • • • • • • • • • • The City of Augusta Utilities Department Summary • Camp Hancock Outfall Rehabilitation Phase I 01 10 00-2 • WKD Project Number: 20160266.00.AG S • • • • 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. Cash allowances. • • H. Contingency allowances. • I. Testing and inspection allowances. • 1.2 SCHEDULE OF VALUES S • A. Submit printed schedule on EJCDC C-620 Contractor's Application for Payment(2013). Electronic format will be provided by the Engineer. • • 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. Include within each line item direct proportional amount of Contractor's overhead and profit. 411 F. 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 EJCDC C-620 Contractor's Application for Payment • (2013). Electronic format will be provided by the Engineer. S • The City of Augusta Utilities Department Price And Payment Procedures Camp Hancock Outfall Rehabilitation Phase I 01 20 00- 1 WKD Project Number: 20160266.00.AG • • • • • • 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. • D. Payment Period: Submit at intervals stipulated in the Agreement. • • E. Submit with transmittal letter as specified for Section 01 22 01 - Electronic Project Management System and Section 01 33 01 - Submittal Procedures EPMS. • F. Substantiating Data: When Engineer requires substantiating information, submit data justifying • dollar amounts in question. Include the following with Application for Payment: 1. Current construction photographs specified in Section 01 22 01 —Electronic Project • Management System and Section 01 33 01 —Submittal Procedures EPMS. • 2. Partial release of liens from major subcontractors and vendors. • 3. Record documents as specified in Section 01 70 00,for review by Owner which will be returned to Contractor. • 4. Shipping or Truck Load Tickets attesting to off-site stored products and material quantities • used. 5. Construction progress schedules,revised and current as specified in Section 01 22 01 — • Electronic Project Management System and Section 01 33 01 —Submittal Procedures EPMS. • 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[14]—Instructions to Bidders. • E. 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. • F. Work Change Directive: Engineer may issue directive, on EJCDC C-940 Work Change Order • Directive(2013) signed by Owner, instructing Contractor to proceed with change in the Work, for • • The City of Augusta Utilities Department Price And Payment Procedures • Camp Hancock Outfall Rehabilitation Phase I 01 20 00-2 WKD Project Number: 20160266.00.AG • • • • • • • 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. G. Force Account Change Order: Submit itemized account and supporting data after completion of • change within time limits indicated in Conditions of the Contract. Engineer will determine • change allowable in Contract Price and Contract Time as provided in Contract Documents. H. Maintain detailed records of work done on Force Account basis. Provide full information • required for evaluation of proposed changes and to substantiate costs for changes in the Work. • I. Document each quotation for change in cost or time with sufficient data to allow evaluation of • quotation. • J. Change Order Forms: EJCDC C-941 Change Order(2013), or applicable Change Order forms provided elsewhere in the Contract Documents. • K. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as • provided in Conditions of the Contract. L. 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. The defective Work may remain, but unit price will be adjusted to new price at discretion of • Owner. • D. Defective Work will be partially repaired to instructions of Owner, and unit price will be adjusted • to new price at discretion of Owner. • E. Individual specification sections may modify these options or may identify specific formula or • percentage sum/price reduction. • F. Authority of Engineer to assess defects and identify payment adjustments is final. • • G. 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. • The City of Augusta Utilities Department Price And Payment Procedures • Camp Hancock Outfall Rehabilitation Phase I 01 20 00-3 WKD Project Number: 20160266.00.AG • • • • • 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 individual Specification Sections. • B. Measurement methods delineated Section 01 21 00 or in 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. • 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. • S S The City of Augusta Utilities Department Price And Payment Procedures • Camp Hancock Outfall Rehabilitation Phase 1 01 20 00-4 WKD Project Number: 20160266.00.AG S S • • • • • 1.7 ALTERNATES • • A. None. • a. • 1.8 CASH ALLOWANCES • 1. None. • 1.9 CONTINGENCY ALLOWANCES • A. The Bid Form includes a Contingency Allowance in the amount of five percent(5%)of the Base • Bid amount for use upon Owner's instruction. • B. Contractor's costs for products, delivery, labor, insurance,payroll,taxes, bonding, equipment rental,overhead, and profit will be included in Change Orders authorizing expenditure • of funds from this Contingency Allowance. • C. Funds will be drawn from Contingency Allowance only by Change Order. • • D. At closeout of Contract, funds remaining in Contingency Allowance will be credited to Owner by Change Order. • • 1.10 TESTING AND INSPECTION ALLOWANCES None. • PART 2 PRODUCTS -Not Used S • PART 3 EXECUTION-Not Used • • END OF SECTION • • • • • • • S S S S S • The City of Augusta Utilities Department Price And Payment Procedures Camp Hancock Outfall Rehabilitation Phase I 01 20 00-5 WKD Project Number: 20160266.00.AG S • • • • • • • • • • • • INTENTIONALLY LEFT BLANK • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • G Er OR GI A • • DOCUMENT 01 21 00 • • AUGUSTA UTILITIES DEPARTMENT • MEASUREMENT AND PAYMENT • WATER MAIN • 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. • • • • • • • • • • AUD MEASUREMENT&PAYMENT 2017 1 OF 16 • • • • • ITEM W4 (A-Z) -Miscellaneous pipe fittings shall be measured individually (each) and include costs for the complete fitting and installation including polywrap and mechanical • joint restraint,regardless of material. Miscellaneous Pipe Fittings shall either be Mechanical Joint Fittings 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,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 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 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-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. ID 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 5 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. • S S S AUD MEASUREMENT&PAYMENT REVISED 2017 2 OF 16 • • • • • • • 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 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. • • AUD MEASUREMENT&PAYMENT REVISED 2017 3 OF 16 • • • • • 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,pressure 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 MEASUREMENT&PAYMENT REVISED 2017 4 OF 16 • • • • • 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. 4110 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. • • • • AUD MEASUREMENT&PAYMENT REVISED 2017 5 OF 16 • 41 • • • 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 S 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. 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 failingmanholes 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-13A-Sanitary sewer service long side 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. S S S S S S • AUD MEASUREMENT&PAYMENT REVISED 2017 6 OF 16 • • • ITEM S-13B-Sanitary sewer service short side 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 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-Cleaning and CCTV inspection of existing sewers shall be measured and paid • for on a linear foot basis to the nearest one-tenth of a foot for main sewers 8" and larger. ID • AUD MEASUREMENT&PAYMENT REVISED 2017 7 OF 16 • • • • • Measurement will be along the horizontal centerline of the pipe with no deductions for • manholes and will be from center of manhole to center of manhole. This item includes all • work and equipment required to completely clean(remove debris,sediment,roots, grease, pipe tuberculation and other material) and televise existing sewers to further evaluate the • condition of the sewers as specified. The cleaning and CCTV inspections will be used to • identify defects in need of repair and as pre-CIPP installation work. Costs shall include any and all debris encountered in the work regardless of severity and disposing of all debris. Further,costs shall include any and all costs associated with accessing the sewers and • manholes to perform the work as specified including negotiating with property owners, • traffic control,complete restoration of areas disturbed by the work, etc. This item includes . working in any location(unpaved areas or paved areas) as defined in the Special Provisions. Bid Items are included for cleaning and televising existing 24-inch diameter. A separate • item is included to provide compensation for heavy cleaning. Heavy cleaning is defined in • Section 33 01 30.11. • Payment will be made on the basis of the Unit Price bid in the Proposal. • • This item does not include televising sewers for final acceptance. Those costs shall be • included in the various Unit Prices for that work-no separate payment will be made. ITEM S-22- Cured-In-Place Pipe (CIPP) Lining shall be measured in place on a linear foot • basis to the nearest one-tenth of a foot. Measurement will be along the horizontal centerline of the pipe with no deductions for manholes and will be from center of manhole to center of manhole. Payment will be made on the basis of the Unit Prices bid in the Bid. • This item includes all materials,equipment, and work required to install cured-in-place pipe • lining(CIPP) in existing 24" diameter sewers in any location(unpaved or paved areas). • Costs shall include any thickness required for installation based on design calculations but • not less than the specified minimum installed thicknesses. Work shall be as specified and in • accordance with the Specifications. Bid Items are included for lining existing 24" sewers. A separate Bid Item is included for performing the specified CIPP product tests (flexural modulus,flexural strength, and thickness). • The CIPP installation Bid Items include payment for preparing the existing sewer and • performing pre-construction inspections including additional pre-cleaning and television • inspection of the sewer as required prior to CIPP installation, supplying and installing the pipe lining,coating the invert channel with grout to raise the channel to the liner pipe • elevation,providing a watertight seal at the manhole-pipe interface, accessing sewers and • manholes for lining installation as specified,performing post-rehabilitation television inspections, distributing project notices,traffic control,coordination with and location of • existing utilities,erosion control,complete restoration of all areas disturbed by the work, • and for all else incidental thereto for which separate payment is not provided under other • Bid Items. Payment will not be made until the final post-rehabilitation television inspections are submitted and reviewed by the Engineer. In addition,results of the CIPP • tests for each liner shall be submitted within 30 days after the liner is installed or payment • will be withheld. • • • AUD MEASUREMENT&PAYMENT REVISED 2017 8 OF 16 • • • • • ITEM S-23-Remove protruding service lateral connections by cutting lateral pipe flush • with the existing pipe wall via an internal robotic remote cutting device prior to installing CIPP lining as specified. This item includes payment for accessing the sewers and • manholes as specified,locating existing service connections,remote cutting of the • connections,retrieval and removal of the cut pieces of lateral pipe, and all else incidental to • thereto for which separate payment is not provided under other bid items. This item includes all sizes of main sewer and service lateral. • • ITEM S-24-Reinstating existing active service lateral connections to CIPP lined sewers • shall be measured individually (each) and shall include payment for all materials, equipment,and work required to reconnect existing active service connections to the main sewer after it is lined via an internal remote cutter as specified. This item includes payment • for accessing the sewers and manholes as specified,locating existing service connections, • remote cutting through new lining,retrieval and removal of cut-out sections of lining, buffing openings with a wire brush to provide a smooth opening,and all else incidental • thereto for which separate payment is not provided under other Bid Items. This item includes all sizes of main sewer and service laterals. ID ITEM S-25-CIPP Product Tests shall be shall be measured individually (each) and shall • include all costs for capturing the sample,labeling the sample as to the sewer segment and • date of installation,cutting the samples for testing and providing a 1-inch-wide sample to • the Engineer as specified, delivering the samples to the independent testing laboratory for testing,correspondence and coordination with the testing laboratory,testing of the • samples by the testing lab to determine flexural strength,flexural modulus, and thickness, and submitting the results to the Engineer. The CIPP testing shall include determining • flexural strength,flexural modulus, and thickness of each sample. These three separate • individual tests make up one completed CIPP test. Payment will be made for each completed CIPP test at the Unit Price bid after the test results are submitted to the Engineer. • ITEM S-26-Cured-in-Place Pipe (CIPP) lining of service laterals shall be measured and 411 paid individually for each service connection and lateral lined up to 5 feet. An additional • item is included for additional footage of lateral CIPP beyond the initial 5 feet. This item • includes all materials,equipment,and work required to install cured-in-place pipe lining • (CIPP) in existing 4" through 6" sewer service laterals in any location. All work and materials shall be in accordance with the Technical Specifications. S • Payment shall be on a lump sum basis for each complete installation. Failed installations • shall not be considered for payment. • ITEM S-27-Cleanout assemblies shall be measured individually (each) and shall include • all material,equipment, and work required to install cleanouts on service laterals at the • edge of the Right-of-Way (ROS), as specified. This item includes cleanouts on the specified lateral at any depth. The cleanout shall be in accordance with the standard detail included • in the Drawings. This Bid Item includes payment for cleanouts installed on existing service • laterals where the lateral is not otherwise replaced or rehabilitated. • S • AUD MEASUREMENT&PAYMENT REVISED 2017 9 OF 16 • • • • • This item includes payment for excavation,removal, and off-site disposal of existing sewer • pipe materials,installation of the cleanout with necessary fittings and adapters, • connections to lateral pipes,bedding,backfilling and compaction,locating and accessing cleanouts,traffic control. Coordination with and location of existing utilities,erosion • control,complete restoration including concrete or grass (including but not limited to sign, • fence, guard rail, decorative wall,shrub,and mailbox replacement,replacement of any • existing rip-rap,and creek bank for drainage ditch grading as necessary),as specified,and for all else incidental thereto for which no separate payment is provided under other items. Sewer service lateral replacement and asphalt restoration will be paid for as described in • separate pay items elsewhere herein. • ITEM S-28-Manhole rehabilitation via installation of 1-in thick cementitious mortar on interior surface of manhole shall be measured in place on a vertical foot (VF) basis to the • nearest one-half foot. Measurement will be from the point of intersection between the • manhole benching and the manhole invert channel to the point of termination of the lining at the manhole frame as specified by the Engineer and in the Details. • • This item includes all materials,equipment,and work required to install 1-inch-thick • cementitious mortar on existing manhole walls (any height or diameter) and benches as specified and in accordance with the details. Refer to Details included at the end of these S Specifications. Bid Items are included for coating existing manholes and for installing any • specified product. This item includes working in any location(unpaved areas or paved • areas). S This item includes payment for pre-construction inspection of manholes,manhole cleaning, • root removal and grease removal, other work required to prepare the manhole for lining • including,but not limited to, stopping active leaks and filling voids in the manhole wall or • between brick layers,furnishing and installing cementitious mortar lining on the manhole walls to the limits shown on the Details and on the benching to the top of the invert • channel,sealing around the manhole wall/pipe interfaces,performing specified product • tests and vacuum tests and other specified acceptance tests,accessing manholes as • specified,traffic control,complete restoration of all areas disturbed by the work,and all else incidental thereto for which separate payment is not provided under other Bid Items. • ITEM S-29-Rebuild Manhole benching and invert shall be measured individually (each) • and shall include all materials,equipment, and work required to rebuild existing manhole • benching and invert channels as specified and in accordance with the Details. This item 5 includes payment for removal and off-site disposal of existing materials,new concrete, • accessing manholes as specified,bypass pumping during construction,traffic control,and • for all else incidental thereto for which separate payment is not provided under other Bid Items. Bid Items are included for rebuilding benches and inverts in existing 5-foot- • diameter manholes. Payment will be made on the basis of the Unit Price bid in the • Proposal. ITEM S-30-Point Repairs to existing sanitary sewer will be measured individually(each) • and shall include payment for all materials,equipment,and work required to perform 5 point repairs to existing sewers to repair defects and/or replace or install tees for service • • AUD MEASUREMENT&PAYMENT REVISED 2017 10 OF 16 • • • • • • • connections. A lump sum payment shall be made for each point repair of 10 feet in length • on gravity main sewer lines utilizing PVC pipe at the various depth ranges as indicated on the Bid Form. When a point repair exceeds 10 feet in length,the Contractor shall be paid • for the first 10 feet of the point repair under this Bid Item(lump sum) plus the additional • linear footage for each foot over 10 feet using the Additional Point Repair length bid item • (Bid Item S-31) at the appropriate depth ranges. The work shall be performed as specified and in accordance with the details. S • An additional add-on lump sum Bid Item is included to provide additional compensation • for pipe material (DIP in lieu of PVC). The base repair specified herein consists of 10 linear feet of 24-inch diameter PVC pipe at various depth ranges. • • In addition,an item is included for installing a tee/why within point repair segments to • reconnect existing,active service laterals and replace the first four (4)feet of the existing service lateral(as measured horizontally from the centerline of the main sewer). Tee/why • connections shall be measured individually (each). Whenever a service lateral connects to the main sewer within a point repair segment,the Contractor shall install a new tee (of the • specified material and diameter), to reconnect the service lateral to the main sewer. As part of the reconnection work,the Contractor shall install a minimum of 4 feet of new service • lateral pipe (of the specified diameter and pipe material) to connect the existing lateral to • the new tee. The new lateral pipe will be PVC unless DIP is called for on the drawings or • as directed by the Engineer or Owner. The unit price bid for the tee installation shall include all costs associated with furnishing and installing the tee at any depth,installing 4 • feet of new lateral pipe to make the connection,and all else required for complete • installation. If the Drawings or Engineer specifies replacement of the existing lateral to the • edge of the sewer easement or road right-of-way,the first 4 feet of lateral replacement will • be paid herein (with the tee installation Item) and the additional footage will be paid under the Remove and Replace Existing Service Lateral to Property Line,as appropriate. • • This item further includes payment for everything necessary to complete the repair as • specified on the Drawings and herein including locating the repair segment,accessing sewers,manholes,and laterals as specified, sawcutting existing asphalt or concrete and off- • site disposal of the material,excavation,removal and off-site disposal of existing soil and • sewer pipe,installation of new sewer pipe,couplings,connections to existing sewers, • manholes, and laterals,locating and accessing service connections and laterals,bedding, backfilling,compaction,bypass pumping of existing wastewater flows as necessary, • removing and replacing mailboxes,fences,landscaping features,culvert pipes and other • such moveable objects as necessary,traffic control,coordination with and location of • existing utilities,erosion control,and all else incidental thereto for which separate payment is not provided under other Bid Items. In addition,the costs for restoration of grassed • areas disturbed by the work,including seeding and mulching of right-of-away areas after • construction shall be considered incidental to the work and all costs shall be included in the • unit prices bid-no separate payment will be made. This item also includes television inspection after the point repairs are completed to confirm proper installation. Point • Repairs are considered completed once all areas (paved and grassed) are restored,prior to • which,repairs will not be approved for payment. • • • AUD MEASUREMENT&PAYMENT REVISED 2017 11 OF 16 • • • 41 • The base Bid Items include backfilling with the excavated soil. Additional Bid Items are • included for removing the excavated soil and disposing of it offsite and importing ABC • stone for backfilling under paved roads and for backfilling with flowable fill in roadways as specified. Restoration of asphalt pavement,concrete, and graveled areas shall be paid 411 under a separate Bid Item. • Payment will be made for each point repair at the installed depth. Payment will be made 41 on the basis of the Unit Price bid in the Proposal. • 41 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. • 0 ITEM S-31 - The additional length of point repairs (length beyond 10 feet) will be paid • under this bid item. For point repairs that exceed 10 feet in length,the payment shall be made for the first 10 feet in length under Bid Item AS-1 (lump sum) at the appropriate • depth range plus the additional footage beyond the initial 10 feet (in linear feet)under this • Bid Item at the corresponding depth range. An add-on unit price shall be added to the • PVC bid item when DIP is specified or required for the repair. If DIP is required,payment shall be made for the length of pipe installed under the unit price for the PVC plus the unit • price for the DIP. If tees are located within the additional point repair length, they are to be • replaced. Compensation for tees shall be made under Pay Item AS-1. • ITEM A-32-Replacement of existing service laterals shall be measured on a linear foot 41 basis to the nearest one-tenth of a foot for the type of pipe installed at any depth. • Measurement will be along the horizontal plane and includes all pipe installed and all • fittings,bends,and couplings. New service laterals shall be installed form the new tee to the edge of the Owner's sewer easement,public Right-of-Way,or to a length as directed by • the Engineer/Owner in the field. Pay Items are included for 6-inch diameter services, and • new service laterals shall match diameter of existing private service. New tee installations • are to include 4 feet of service lateral pipe as specified in previous Pay Items. Therefore, • this item shall provide compensation only for new service laterals greater than 4 feet in length. The base bid for the new service laterals is for installing new PVC pipe. A Bid Item 0 is included for substituting ductile iron pipe for the PVC on a per foot basis,which will be • paid only where specified or as directed by the Engineer. If DIP is required,compensation • will be made for the full length of pipe installed (PVC and DIP) under the PVC bid item plus the length of DIP installed under the add-on price for the corresponding pipe 41 diameter. Payment for this item will begin at the end of the 4 feet of pipe installed as part41 of the tee connection or for any new lateral pipe installed that is not part of a tee connection • (e.g. laterals connecting to manholes). • The base Bid Items for the connection and new service laterals include backfilling with the • excavated soil. Bid Items are included for removing the excavated soil and disposing of it • offsite and importing ABC stone for backfilling under paved roads,and for backfilling with flowable fill under roadways where specified. 0 Separate payment shall be made for installing cleanout assemblies on service laterals at any • 0 • AUD MEASUREMENT&PAYMENT REVISED 2017 12 OF 16 • • • • • • depth. The cleanout shall be considered to begin at the wye fitting on the service lateral • pipe. These Bid Items include payment for everything necessary to install the new service laterals • including locating and accessing the laterals, disposal of the existing sewer pipes,bedding, • backfill,compaction,connecting the new lateral to the existing private service (4" or 6") with the specified couplings,testing,and erosion control, sawcutting existing asphalt or • concrete and disposing of material,excavation,removal and off-site disposal of existing • sewer pipe materials, surveying services to install the new sewers as necessary,installation • of new sewer connection and lateral pipes including all necessary fittings,adapters and couplings,bypass pumping,connections to existing sewers and laterals,bedding, backfilling,compaction,locating and accessing service connections and laterals,traffic • control,coordination with and location of existing utilities, erosion control,and for all else • incidental thereto for which separate payment is not provided under other Bid Items. Also included are all costs associated with restoration of grassed areas disturbed by the work. Restoration of asphalt pavement,concrete,curbs and gutters,sod and graveled areas shall be paid under a separate Bid Item. I II• 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 (101/2" thick) and asphalt patch (21/" thick) shall be measured in • square yards and shall include costs for existing pavement removal and disposal,all • aggregates (regardless of type),21/2' graded aggregate base removal and disposal, bituminous tack coat, asphalt,installation,excavation,striping(both temporary and permanent), and markers (both temporary and permanent). The square yardage • calculation shall be based upon a standard width of seven (7) feet for payment purposes. • 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. • • • AUD MEASUREMENT&PAYMENT REVISED 2017 13 OF 16 • 0 • 0 0 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 e 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 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 0 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. 411 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 0 these items. 0 ITEM P-11-Concrete Cap (8" thick) and asphalt patch (2" thick) shall be measured in 411 square yards and shall include costs for select backfill,bituminous tack coat, asphalt, • installation, excavation,striping (both temporary and permanent),and markers (both • temporary and permanent). The square yardage calculation shall be based upon a standard width of 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. • • AUD MEASUREMENT&PAYMENT REVISED 2017 14 OF 16 5 • • • • • • 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 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. • • LUMP SUM CONSTRUCTION ITEM LS-1-Mobilization, Demobilization includes,but is not limited to,performance of • preparatory work and operations for the assembling and setting up necessary for work on • the Project,such as shops,plants,storage areas,sanitary facilities,moving in of personnel and equipment,incidentals to the Project,and any other facilities,as required by the Specifications and special requirements of the Contract Documents,as well as by Laws and • Regulations in effect at the Site. Partial payments will be made with 50 percent payable with 110 the first pay application and the remaining 50 percent payable with the final pay application. No separate or additional payment shall be made for these items. S • ITEM LS-2-Bonds,Insurance includes all costs associated with obtaining any bonds or • insurance required to perform the work in accordance with the plans and specifications and S • AUD MEASUREMENT&PAYMENT REVISED 2017 15 OF 16 • • • • • as required by local and state law. Partial Payments shall be made base on the percentage • complete on the current pay application excluding payments made for mobilization (LS-1), • bonds,insurance (LS-2), and temporary erosion and sediment control(LS-3). No separate or • additional payment shall be made for these items. ITEM LS-3-Temporary Erosion and Sediment Control includes,but is not limited to,the • installation,maintenance,and removal of all temporary erosion and sediment control • measures as required by the engineer,local and state law, and in accordance with plans and • specifications during construction to ensure no sediment leaves the construction site until a • time at which final stabilization is approved by the local issuing authority and/or the state. • Partial Payments shall be made base on the percentage complete on the current pay application excluding payments made for mobilization (LS-1),bonds,insurance (LS-2), and • temporary erosion and sediment control (LS-3). No separate or additional payment shall be • made for these items. • ITEM LS-4-Traffic Control includes,but is not limited to, all flaggers,labor,materials, • equipment, and all other items necessary and incidental to completion of the work as required by all local and state laws and permits and in accordance with plans and • specifications. Progress payments will be made based upon the percentage of estimated • total time that traffic control will be required unless otherwise specified. No separate or • additional payment shall be made for these items. • ITEM LS-5-Permanent Grassing includes,but is not limited to,all labor,materials and • maintenance required to establish permanent grassing on all disturbed areas in accordance with plans and specifications. Payment will not be made for this item until such a time that • the Notice of Termination(NOT)has been filed and the grass is established to the • satisfaction of the e local issuing authority and/or the state. No separatearate or additional payment shall be made for these items. • • ITEM LS-6-As-built GPS Survey (X,Y,Z) includes all labor and materials required to • prepare As-built GPS Survey Drawings in accordance with plans and specifications and to • the satisfaction of the engineer. No Partial Payment will be made. Full Payment will only be made after as-built drawings are complete and approved. No separate or additional • payment shall be made for these items. • ITEM LS-7-Allowance to be used only at the approval of the Owner. • 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. • • • • AUD MEASUREMENT&PAYMENT REVISED 2017 16 OF 16 • • S • 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. ID • F. Cutting and patching. 1.2 COORDINATION IP 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. S • The City of Augusta Utilities Department Administrative Requirements • Camp Hancock Outfall Rehabilitation Phase I 013000- 1 WKD Project Number: 20160266.00.AG • • 411• • • 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. 4110 B. Attendance Required: Owner,Engineer, and Contractor. • • C. Agenda: • of Owner-Contractor 1. ExecutionAgreement. 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. Engineer 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. • • • The City of Augusta Utilities Department Administrative Requirements • Camp Hancock Outfall Rehabilitation Phase I 013000-2 • WKD Project Number: 20160266.00.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. Engineer will record minutes and distribute copies within three days after meeting to participants, • with two copies to Owner, 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. 40 • B. Require attendance of parties directly affecting, or affected by, Work of specific Section. • C. Notify 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. • • The City of Augusta Utilities Department Administrative Requirements Camp Hancock Outfall Rehabilitation Phase I 013000-3 • WKD Project Number: 20160266.00.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 • • • • • S S S S • The City of Augusta Utilities Department Administrative Requirements • Camp Hancock Outfall Rehabilitation Phase 1 013000-4 • WKD Project Number: 20160266.00.AG S • • • • • 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. 41 • 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. 411 3. Work planned during the next period. 4. Explanation of differences between summary of Work completed and Work planned in • previously submitted report. 411 • The City of Augusta Utilities Department Construction Progress Schedule • Camp Hancock Outfall Rehabilitation Phase I 01 32 16- 1 WKD Project Number: 20160266.00.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. ID 1.4 FORMAT FOR SCHEDULE • A. Bar Chart or as approved. • B. Scale and Spacing: To allow for notations and revisions. • i 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. 111 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 ID each submittal. 5 B. Evaluate Project status to determine Work behind schedule and Work ahead of schedule. • S C. After review, revise schedules incorporating results of review, and resubmit within 5 days. • • The City of Augusta Utilities Department Construction Progress Schedule • Camp Hancock Outfall Rehabilitation Phase I 01 32 16-2 • WKD Project Number: 20160266.00.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. 411 • 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. 41 • PART 2 PRODUCTS—NOT USED • • PART 3 EXECUTION—NOT USED • END OF SECTION • • • • • • • • • • • The City of Augusta Utilities Department Construction Progress Schedule Camp Hancock Outfall Rehabilitation Phase I 01 32 16-3 • WKD Project Number: 20160266.00.AG • • • • • • • • • • • • • • • INTENTIONALLY LEFT BLANK • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • SECTION 01 33 01 • SUBMITTAL PROCEDURES EPMS • • 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. 411 8. Manufacturer's instructions. • 9. Manufacturer's field reports. 10. Construction progress schedules. 411 11. Proposed products list. 12. Erection drawings. • 1.2 SUBMITTAL PROCEDURES • • A. Submittals may be made via hard copies or electronically(in PDF)via email. B. If hard copies are submitted, submit number of copies Contractor requires,plus two copies • Engineer will retain. • C. Deliver to Engineer at business address,or electronically via email. • D. For each submittal for review,allow 21 days. • • E. Transmit each submittal with Engineer accepted form. • F. Sequentially number transmittal forms. Mark revised submittals with original number and • sequential alphabetic suffix. • G. Identify Project, Contractor,subcontractor and supplier,pertinent drawing and detail number, • and specification Section number appropriate to submittal. H. 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. • I. Schedule submittals to expedite Project. Coordinate submission of related items. • J. Identify variations from Contract Documents and product or system limitations which may be • detrimental to successful performance of completed Work. • K. Allow space on submittals for Contractor and Engineer review stamps. • Bid Item#18-160,Addendum 1 The City of Augusta Utilities Department Submittal Procedures Epms • Camp Hancock Outfall Rehabilitation Phase I 01 33 00-1 WKD Project Number. 20160266.00.AG • • • • • L. When revised for resubmission,identify changes made since previous submission. • M. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report • inability to comply with requirements. • N. 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 submittal 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(via email,in PDF)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. • 1.5 SAMPLES • A. Samples: Email Engineer for avenue of submittal and quantity. e.g.physically shipped to • Engineer or constructed on site for appropriate approval. Submit 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 specifications sections or as communicated • by Engineer. • C. Samples For Selection as Specified in Product Sections: 5 1. Submit to Engineer for aesthetic,color,or finish selection. • 2. Submit samples of finishes from full range of manufacturers'standard colors,in custom • colors selected,textures, and patterns for Engineer selection. • • Bid Item#18-160,Addendum 1 The City of Augusta Utilities Department Submittal Procedures Epms 5 Camp Hancock Outfall Rehabilitation Phase I 01 33 00-2 • WKD Project Number. 20160266.00.AG • • • • • • 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. 411/ p Sam les will not be used for testing purposes unless specifically stated in specification section. • H. After review,produce duplicates and distribute(if appropriate based on method of • submission)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. • • Bid Item#18-160,Addendum 1 • The City of Augusta Utilities Department Submittal Procedures Epms • Camp Hancock Outfall Rehabilitation Phase I 01 33 00-3 WKD Project Number: 20160266.00.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 horizontal bar or Gantt chart with separate line for each major • portion of Work or operation,identifying first work day of each week. Schedule type S documents shall be submitted in PDF format. 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 S 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. S Bid Item#18-160,Addendum 1 The City of Augusta Utilities Department Submittal Procedures Epms 5 Camp Hancock Outfall Rehabilitation Phase I 01 33 00-4 • WKD Project Number: 20160266.00.AG S • • • • • 1.12 PROPOSED PRODUCTS LIST • 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. • • PART 2 PRODUCTS -Not Used • • PART 3 EXECUTION-Not Used • • END OF SECTION • • • • • • • • • • • • • • • • 41 S Bid Item#18-160,Addendum 1 • The City of Augusta Utilities Department Submittal Procedures Epms • Camp Hancock Outfall Rehabilitation Phase I 01 33 00-5 WKD Project Number: 20160266.00.AG S • • • • • • • • • • • • • • INTENTIONALLY LEFT BLANK • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • 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. • The City of Augusta Utilities Department Quality Requirements Camp Hancock Outfall Rehabilitation Phase I 01 40 00- 1 • WKD Project Number: 20160266.00.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 S 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. The City of Augusta Utilities Department Quality Requirements • Camp Hancock Outfall Rehabilitation Phase I 01 40 00-2 • WKD Project Number: 20160266.00.AG • S S S S G. Independent Firm Responsibilities: • 1. 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. 410 6. Perform additional tests required by Engineer. 7. Attend preconstruction meetings and progress meetings. S • 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 S • A. Attach label from agency approved by authority having jurisdiction for products, assemblies, and systems required to be labeled by applicable code. • S • The City of Augusta Utilities Department Quality Requirements Camp Hancock Outfall Rehabilitation Phase I 01 40 00-3 • WKD Project Number: 20160266.00.AG S • • • • 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 • • • • The City of Augusta Utilities Department Quality Requirements • Camp Hancock Outfall Rehabilitation Phase I 01 40 00-4 WKD Project Number: 20160266.00.AG • • • • • • • • SECTION 01 43 13 REFERENCES S • 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 ID • 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. S 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. S • 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. S • 1.4 SCHEDULE OF REFERENCES S S S S S S S S • The City of Augusta Utilities Department References 110WKD Hancock Outfall Rehabilitation Phase 1 01 43 13- 1 WKD Project Number: 20160266.00.AG S . �� �� • • • AA ACG|H Al • Aluminum Association American Conference of Asphalt Institute �N� �� 900 19th StNW Governmental ResearchParkDriva � Washington, DC 20006 Industrial Hygienists P.O. N�� Box 14052 �� www.aluminum.orq 1330 Kemper Meadow Dr. Suite Lexington, KY40S}2-4O52 • (202) 862-5100 600 www.asphaltinstitute.orq �� Cincinnati, Ohio4524O (606) 288-4980 `~ �N� AABC www.acqih.orq �~ Associated Air Balance Council (513) 742-2020 AISC 0 American Institute of Steel 1518KSL. NVV ��h Washington, DC 20005 ACI Construction -- vmww.aabohq.00m American Concrete Institute One East Wacker Dr., Suite 0 (202) 737-0202 PD. Box 3O94 3100 • Farmington Hills, M|48338 Chicago, IL 60601-2001 �N� �� AAMA v*vwo�'in�ong www.aisc.orq www.aci-int.org �N� American Architectural (248) 849'3700 (312)670-2400 �� Manufacturers Association 0 1827 Walden Office Sq., Suite ADC AISI �N� �� 104 Air 0ffuninnCound| 4mehcon |mnand Steel |n�ituto Schaumburg, |L8O,73'428O 104 South Michigan Ave., Suite 1101 17th St., NW, Suite 1300 0 vmww.eamone .onq 1500 Washington, DC 20036 0 (847) 303'5664 Chicago, IL 60603 www.steel.orq �N� (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 |nahiuhanfTimber -- 444 North Capitol St., NW, Suite 9696 Skillman Street, Suite 280 Construction ���mp 249 Dallas,TX 75243 7012 S. Revere Pkwy, Suite 140 • Washington, DC 20001 www.adsc-iafd.com Englewood, CO8V112 �N& vmwweouhho ovn (214)001'5894 vwww.oitu-q|u|am.orq ~- � � (202)624-5800 (303) 792-9559 �mr�N� (800) 231-3475 AF&PA • American Forest arid Paper AMCA �N� �� ABA Association 4irK4ovennantand Control American Bearing Manufacturers 1 1111 1S�h � . NVV. 8oi1e800 Association International, Inc. ���m� Association VVaohing\nn, DC 20036 30 W. University Dr. • 1200 19th St., NW, Suite 300 www.afandpa.orq Arlington Heights, IL 60004-1893 �� �� Washington, DC 20036-2422 (202)463-2700 www.amca.orq �N� www.abma-dc.org (847) 394-0158 �mr (202)429-5155 AHA • American Hardhoard Association �N� �� 121OVV. No�hwestHwy Palatine, ��|L000O7 �mp (847) 934-8800 • �� �� �� �� The City of Augusta Utilities Department References im Camp Hancock Outfall Rehabilitation Phase 01 43 l]'2/ �� v/�Dyr�vot]�umhec 20160266.00.AG �~ m� n� • • • �� n� • ANSI ARRA ASTM �N� American NaVnna| 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 1Q428' • Washington, DC 20036 Annapo|in, MD 21401 2959 • wvmw.anoi.n»o www.arra.orq vwmw.aotm.onq (202) 293-8020 (410)267-0023 (601) 832-9585 �� �� • AP/VEVVA ASCE AVV| �N& APA-The Engineered VVood American Society of Civil Aohitoctura| VVoudwork |nohtute �� Association Engineers 1952 Isaac Newton Sq. West • P.O. Box 117OO World Headquarters Reston, VA 20190 • Tacoma, WA 98411-0700 1801 Alexander Graham Bell Dr. vmww.mwinet.ovq �N� vmmw.apawnod.orq Reston, VA 20191-4400 (703) 733'0600 �� (253) 565'8600 vmmw.aaoo.ovn • (800) 548-2723 AWPA • API (703) 295-6300 Amo,ioanVVung'P,oaema,s' �N� American Petroleum Institute Association�~ 1220 L St., NW ASHRAE P.O. Box 5690 • VVaxhinghon. DC 20005-4070 American Society of HeadnU, Gmnbury, TX 76049 • www.api.orq Ro�iQerahngand Ai� www.awpa.com • (202)682-8000 Conditioning Engineers (817) 326-6300 1791 Tullie Circle, NE • AREm\A Au|anta, GA 30329 AWS • American Railway Engineering www.ashrae.orq American Welding Society �� and (800) 527-4723 55ONVVLeJounoRd. �� Maintenance-of-Way Association (404)636-8400 Miami, FL 33126 • 8201 Corporate Drive, Suite www.amweld.orq • ASME 4SE (800) 443-9353 • Landover, MD 02785'2230 American Society of Mechanical (305)443-9353 www.arema.orq Engineers • (301) 459'3200 3 Park Ave. AWWA • New York, NY 10016'5890 American Water Works �N� ARI vmxwx.aamo.ovq Association�� Air-Conditioning and (800) 843-2763 6666 W �uin�y�� Ave, �� Refrigeration Institute Denver, CO 80235 O 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 O VVeodake, OH 44145 Bay Area Air Quality �� www.asse-plumbinq.orq Management District n� (440) 835-3040 939 Ellis St. • San Francisco, CA 94109 • vmww.boaqmd.nox • (417) 771'OOOO • O The City of Augusta Utilities Department References Camp Hancock Outfall Rehabilitation Phase 1 01 43 133 �N� - �� Project\mKD Nvm�z: 20160266.00.AG • • • • �� �� CDA CRI DASMA • Copper Development Carpet and Rug Institute Door and Access Systems �� Association Inc310S HolidayAve� Manufacturers -- � S. �N� 20OK�adioonAve. 16th Floor Dalton, GA 30722-2048 Association International �� New York, NY 10016 www.carpet-ruq.com 1300 Summer Avenue 0 www.00pomr.nnq (800) 882-8846 Cleveland, OH44115'2851 �N� (800) 232 (7Om278-3176 vmww.daoma.00m �� (212) 251-7200 (216) �N�241'7%l3 �� CRS| • CGA Concrete Reinforcing Steel DHI �N� �� Compressed Gas Association Institute The Door and Hardware Institute 1725 JeffIII DavisDavinHwy. Suite 933N� Plum �roveRd� |4150Ne*hroohDr�. Suite 200 �� 1004 Schaumburg, IL 60173-4758 Chantilly, VA 20151 • Arlington, VA 22202-4102 vwww.nmi.o/n www.dhi.orq �N& vmwwcqane1oom (847) 517'1200 (703)222-2010 ~~ www.cqanet.com �� (703)412-0900 ~- CSSB DIPRA • CISCA Cedar Shake and Shingle Ductile Iron Pipe Research �N& � lirCoiUnOsand \n1ehorSyutanno Bureau Association �N� Construction Association P.O. Box 1178 245 Riverchase Parkway East, �� 1500 Lincoln Hwy, Suite 202 Sumao, WA 98295 Suite 0 • St. Charles, IL 60174 www.cedarbureau.org Birmingham, AL 35244 �N� www.cisca.orq (604)462-8961 www.dipra.orq �� (630) 584-1919 (205)402-8700 0 � C8| 0 C|SP| Construction Specifications E1K8A �� �� Cast Iron Soil Pipe Institute InstituteBFS Industry Members 5g58Shallowford Rd.. Suite 419 99 Canal Center Ptaza, Suite Association 0 Chattanooga, TN 37421 300 3000 Corporate Center Dr., • www.cispi.orq Alexandria, VA 22314 Suite 270 �N& (423) 892-0137 vmww.00in�g.orq k�orm,v. 0A3020O �� (800)689-2900 vmww.oifsfacto.00m 0 CLFMI (800)294-3462 • Chain Link Fence Manufacturers CTI (770) 968-7945 �N� �� Institute Cooling Technology Institute 9891 Broken Land Pkwy, Suite 530 Wells Fargo Drive, Suite EPA • 300 218 Environmental Protection • Columbia, MD 21046 Houston, TX 77090 Agency �N� �� vmmwuhain|inkinhuorq vwwwdi�ovq US EPA/NSCEP www.chainlinkinfo.orq � �� (301) 596-2583 (281) 583-4087 P.O. Box 42419 �� Cincinnati, Ohio 45242 �� n� www.epa.qov (800) 490-9198 • �� n� �� �� �� �� �� n� The City of Augusta Utilities DeparReferences ��unco� �� OutfallCamp Hancock Robuhi|hatioPhase 0} 438'4u � �N� \YK1]P,�vm]Numhoc 20160266.00.&G =~ �� �� 0 • • �� �� �� n� FSC HMMA �N� EPRI �� Electric Power Research Forest Stewardship Council Hollow Metal Manufacturers 0 Institute 1155 30th St. NW Association 3412 Hillview Avenue �� Suite 300 Division ofN8AMK� �� Palo Alto, California 94304 �N� VVVVVVEPRiCOM VVaohinQhnn. DC20OO7 @ South K��higanAve, Suite �� (650) 855-8900 wvmw�fonuo�ovo 1000 • (877) 372-5646 Chicago, IL 60603 O FAA www.naamm.orq FederalAviahonAdminia�rshon GA • (312) 332-0405 800 Independence Ave.. SW Gypsum Association • Washington, DC 20591 810 First St., NE, Suite 510 HPVA • www.faa.qov Washington, DC 20002 Hardwood Plywood and Veneer �� (202)366-4000 wvmw.uoq.00m Association�� vwww.qvpuum.orQ P.O Box 2789 II FIBA (202) 289-5440 Reston, VA 20195-0789 • International Basketball www.hpva.org �� Federation GANA (703)435-2900 �� (Federation Internationale De Glass Association of North • Basketball) America |4S • 8, Ch. Dc Blandonnet 2945 Southwest Wanamaker International Approval Services • 1214Vemiar/Geneva Dr, Suite 8 U.S. Operations Switzerland Topeka, KS 66614 8501 E, Pleasant Valley Rd. 0 www.fiba.com www.glasswebsite.com Cleveland, Ohio 44131-5575 O (+41-22) 545.00.00 (785)271-0208 www.iasonline.orq 1 �N� (216) 524-4990 �� FM GS �� �� FM Global Green Seal ICC �� Corporate Headquarters. 1001 Connecticut Ave. |ntornahono| Code Council , `~ P.O. Box750O Suite827 52O3L b Pike#708 • Leesburg Johnston, RI 02919 Washington, DC 20036-5525 Falls Church, VA 22041 �� �� www.fmqlobal.com xmww.qmonaooiorq www.iccsafe.orq O (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 Blvd., Suite 600 New York, NY 10016-5997 • Center Arlington, VA 22201 www.ieee.orq • Environmental Programs and www.qamanet.orq (212)419-7900 • EnginoehogPolicy Division (703) 525-7060 Washington, DC 20406 �� �� "mww.qno.qov �N� (703) 305-5632�� �� n� �� �� • The City of Augusta Utilities Department References Camp Hancock Outfall Rehabilitation Phase I 01 43 13-5 �� �mr WKD Project Number: 20160266.004G �� �� �� n� • �� n� 4/ 41 �� IES LPI MSS �� Illuminating Engineering Society Lightning Protection Institute Manufacturers Standardization ���� of North America 3335 N. Arlington Heights Rd., Society of the Valve • 120 Wall Street, 17th Floor Suite E and Fittings Industry �N� New YorkNY 10005 A�ing\onHeig�s. |LO0O04 127Park St, NE �- www.iesna.orq vmmw.Uqhtninq.orq Vienna, �NNVA221OO�u�0� �� (212) 248-5000 (800)488-6864 vm^wvmua-hq.onm • (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 �� n� 499 Cordell South 1300SunnnarAve. Amherst, NH 030311084 Stillwater, OK 74078 Cleveland, OH 44115-2851 www.natlarb.com ���� www.iqshpa.okstate.edu vm^mv.mbma.00m (800) 733'2622 0 (800)626-4747 (216) 241-7333 (603)673-3311 �N� �� |L| MFMA NAAMM 0 Indiana Limestone Institute of Maple Flooring Manufacturers National Association of • America Association Architectural Metal �� �� 400 Stone City Bank Building 50Revere Dr, Suite 500 Manufacturers Bedford, IN 47421 Northbrook, IL 60062 800 Roosevelt ��Road. Bui|diogC. �� vmwwj|iaiuom www.maplefloor.orq Suite 312 • (812) 275-4426 (847) 480-9138 Glen Ellyn, IL 60137 �N� www.naamnn.o/g �� ISO MIA (630)942-6591 ���� International Organization for Marble Institute of America • � Standardization 30 Eden Alley, Suite 301 NAAMM �N� 1, ruedoVmmmU� Case Columbus, OH 43215 No�hAmehcanA000da�onnf �� ' postale 56 www.marble-institute.com Mirror Manufacturers �N��� CH-1211 Geneva 20, (614) 228-6194 (Division of GANA) • 2S45Southwest VVanamaker Switzerland 2945 www.iso.org MIL Dr., Suite A ~- +41 22 749 01 11 Military Standardization Topakm, KS 66514 • Documents vwww.q|eoowoboite.com • KCMA Defense Automated Printing (913) 266-7013 �N& Kitchen Cabinet Manufacturers Service �mr Association ��700 Robbins Ave., Building 4D NACE �� 1899 Preston White Dr. Philadelphia, PA 19111-5094 NACE International • Reston,VA 20191-5435 www.dodssp.daps.mil 1440 South Creek Drive �N� vnwwkomanrq (215) 697-2179 Houston, TX 77084 �� www.kcma.orq (703) 204-1890 www.nace.org �m~�N� (281) 228-6200 ��� �� 41 �� �� The City of Augusta UtiliReferences �N�,ioonopu,�mcu/ �� Camp Hancock Outfall Rehabilitation Phase| 01 43 13-6 �N� \�9J)yo� Number: 2V|60266.00.�\G n� �� n� �� �� • • • �� �� �� �� • NAIMA NEBB NFHS • North American Insulation National Environmental National Federation of State • Manufacturers Association Balancing Bureau High School A000ciaUona 44 Canal Center Plaza, Suite 8575 Grovemont Circle P.D. Box 690 • 310 Gaithersburg, MD 20877 Indianapolis, Indiana 46206 O Alexandria, VA 22314 vwww.nobb»vq vmmw.nfho.nvq �N� www.naima.orq (301) 977-3698 (317)972-6900 �� (703) 684-0084 III NECA NFPA III NBGQA National Electrical Contractors National Fire Protection • Nednna| Building Gmnite Association Association Quarries Association, Inc. 3 Bethesda Metro Center, Suite One Batterymarch Park • 122OLSL. NW. Suite 10U'187 1100 P.O. Box 9101 • Washington, DC 20005 Bethesda, MD 20814 Quincy, MA 02269-9101 • vmww.nbqqa.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 ! �N� �mp 700 W. Washington Street 272 Tuttle Rd. Council • P.O. Box 6222 P,0. Box 87A 1308 Spring SL, Suite 500 �� Indianapolis, Indiana 46206- Cumberland Cen1or, ME 04021 Silver Spring, MD 20910 �� 6222 vwww.ne|mo.orq vwvw.nfrc.ovn �w II .ncaa.o»q (207) 829-6901 (301) 589-6372 � O (317) 917'0222 �� 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 • 2302HomaPen Rd. Roedyn. VA222O9 700 Herndon, VA2V171'3459 www.nema.orq Washington, DC 20005-4905 • wvmwnuma.unq (703) 841'3200 www.nibs.orq • (703) 713-1900 (202) 289-7800 NETA • NCRP International Electrical Testing NIST • National Council on Radiation Association National Institute of Standards O Protection and Measurement P.O, Box 087 and Technology �� 7S1UYVoodmon(Avm, Suite 800 106 Stone St. 100 Bureau Dr., MS 2150 �� Bethesda, MD 20814-3095 Morrison, CO 80465 Gaithersburg, MD 20899-2150 �N� �� www.ncrponline.com www.netaworld.orq www.nist.qov • (301) 657-2652 (303)697-8441 (301)975-4025 • �� �� • The City of Augusta Utilities Department References �� Camp Hancock 0vubd1KobuhU��iwuPhase/ 01 43 13-7 �� WKD Project Number: 20160266.00./\G �� �� • �� �� • • �� �� �� �� �� n� NLA NPCA NUCA • National Lime Association National Precast Concrete National Utility Contractors �N� 20ONodhGlebe Rd Suite8OO Association Association -~ ,Arlington, VA 22203 10333 N Meridian St. Ste. 272 4301 NorthFairfaxc �� D . Suite �� vwmw|imo.orq Indianapolis IN 46290-1081 300 • (703) 243-5463 www.precast.orq Arlington, VA 22203-1627 �N� (317) 571-9500 www.nuca.com �� NLGA (703) 358-9300 • National Lumber Grades NRCA • Authority National Roofing Contractors PCA �N& #4O6'Firo\Capital P| Association PortlandComon��n000iaKion �� � 960 Quayside Dr. O'Hare International Center 5420 Old Orc ��hevdRd� �� New Westminster, BC V3M 5G2 10Z55VKHiggins Rd, Suite GOO Skokie, IL 60077 • CANADA Rosemont, IL 60010 vmxmv.00mem.orQ �� �� vmwwn|qaorq vmww�m�on|ino�oop (847)966-6200 www.nlqa.orq �� (604) 524-2393 (847)293'8070 �� PCI �� NOFMA NSF Precast/PrestressedConcrete �~ National Oak Flooring NSF International Institute • 1 Manufacturers Association P.O. Box 130140 209 W. Jackson Blvd. ��•�� P.O, Box 3U09 Ann Arbor, MI 48113-0140 Chicago, IL 60606-6938 • Memphis, TN 38173'0088 www.nsf.orq vw^mv.pui.onq �� n� vwwwnofmoorg (734) 769-8010 (312) 786-0300 www.nofnna.org (901) 526-5016 (800)673-6275 �mr�N& PDCA �� � NOMMA NSPI Paindngand DeooreUng �� National Ornamental and National Spa and Pool Institute Contractors of America 0 Miscellaneous Metals 2111Eisenhower Ave, 3913 Old ��LaoHwy. Sui�e3J'O �� 532 Forest Pkwy., Suite A A|exend,ia, VA 22314 Fairfax, VA 22030 • Forest Park, GA 30297 www.nespapool.orq www.pdca.com �N� vmwwnommnorq (703) 83�'0OO8 (703) 35g-OOZ0 �� � � �� (404) 363-4009 �� NTMA PDI �N� NPCA Nadona|Terrazzo and Mosaic Plumbing and Dminage |nohtute �� 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 vmww.PD|on|ino.onq 0 Washington, DC 20005 www.ntma.com (800) 589-8956 �N� vmwwpaintnnq (800) 323-9736 �� www.paint.orq (202) 462-6272 (703) 779-1022 n�•�N� • �� �� �� n� The City of Augusta Utilities DepartReferences ��mcu| �� Camp Hancock Outfall Rehabilitation Phase 1 01 43 13-8 �N� \�KDPo�ou��umhoc 20l00266.0V.�\G �� �� �� • �� n� • 0 • PB SDI 3PR| �N� Petroleum Equipment Institute Deck Institute 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.orq vmww.odi.unl www.spri.orq �N� (918)494-9696 (847)462-1930 (781)444-0242 �� • PTI SDI 8SPC • Post Tensioning Institute Steel Door Institute SSPC: The Society for �N� 1717 W. Northern Ave., Suite 3O2O0D�gmi\ Rd. Protective Coatings �� 114 Cleveland, OH 44145-1967 40 24th St6th Floor �� , �� Phoenix, AZ 85021 vwww.s toe|donrupo Pittnbu,gh. PA 15222'4650 • www.post-tensioninq.org (440) 899-0010 vmmw.00pc.onl (602) 870-7540 ��x (800) 837-8303 �� SIGMA (412)281-2331 • RCSC Sealed Insulating Glass • Research Council on Structural Manufacturers Association STI �N� Connections 401 N. Michigan Ave. Steel Tank |nsdtute �� www.boltcouncil.orq Chicago, IL 60611 570 Oakwood Rd. �� �� www.iqmaonline.orq Lake Zurich, IL 60047 • RIS (312)644-6610 woww.steeKank.00m • 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 My�|eBeach, GC2957�876O (843) 626-1995 13O0Sumner Ave. �� Cleveland, OH 44115-2851 • SCAQMD www.steelwindows.com • South Coast Air Quality SMACNA (216)241-7333 �N� Management District Sheet K�eta| and Air Condi0oning �� Z10O5E� Cvp|eyD,� Contractors' SWRI �� �� Diamond Bar, CA 91765 National Association Sealant, Waterproofing and • vmww.ovnnaooinfo.000 4201 Lafayette Center Dr. Restoration Institute • (800) 288-7664 Chanh||y. VA2O151-12O9 2841 Main St. (909) 396-2000 www.smacna.orq Kansas CityMO 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. �N� vw^mv�cvpmuxinfo.opn Penvaco/a. FL 32504-9094 www.spib.org Anderson,on. S.C. 29625 �� (877) 607-7262vmww0nuuaoom • � � (850)434-2611 (864)646-8453 • �� �� �� �� • The City of Augusta Utilities Department References �� Camp Hancock 0udbUR�uhUi:«i"uPhase/ 01 43 13-9 �� WKD Project Number: 20/60266.00./\G �� �� = • • • �� �� TIA/EIA WCLIB • Telecommunications Industry West Coast Lumber Inspection �� �� Association Bureau /Electronic Industries Alliance P.O. �� Box23145 �mr 2500 Wilson Blvd., Suite 300 Portland, OR 97281 • Arlington,VA 22201 www.wclib.orq •vmwwUaun|inoonq (503) O3S'O551 www.tiaonline.orq N� � (703) 907-7700 �_ WDMA • TMS Window and Door Manufacturers �N� �� The kXoxonrySode1y Association 3970 Broadway, Suite 201-D 1400E.TouhyAve.. Suite 47O �� Boulder, CO 80304-1135 Des Plaines, IL 60018 0 www.manonrv000ietv.oro (800)223-2301 �� n� (303) 939-9700 �� WH �� TPI Iritertek Testing Services • Truss Plate Institute (Warnock Hersey Listed) �� 503D'Ono�ioD, Suite20O 3210Amu,icanDrivo , �� KAadinon. YV| 53719 Mississauga, Ontariom� www.tpinst.orq Canada L4V 1B3 0 (608) 833-5900 vwmw.intortok'etloemko.com •(905) O78'7OZO 1 TPI ��n� Turfgrass Producers WI • International Woodwork Institute �� 1855-A Hicks Rd3188 |ndus�ha| B|vd� - �N� Ro0ngMeadows, |L000O8 WestSacramento, �� www.turfqra000durg www.woodworkinstitute.com 0 (800)405-8873 (916) 372-9943 •(047) 705-9x98 �N� WWPA �� UL Western Wood Products • Underwriters Laboratories Inc. Association �N� 333 Pfingsten Rd522 �VV5�h�ve�. Sui\e ��0 n� Northbrook, IL 60062-2096 Portland, �N�0R97204'2122 �� ,mww.u|.00m vmww.vmwPa.orq �mr•�� (847) 272-8800 (503) 224-3930 • �� USGBC �� U.S. Green Building Council 0 END OF SECTION 1015 18th St., NW, Suite 0n5 •Washington, DC 20036 �N� =� vmmw.uonbo.ono (202) 828-7422 • �� �� �� �� The City of Augusta Utilities DepartReferences �N� mon/ 01 43 \]' !0 �� Camp Hancock Outfall "nkarbohi\bmioupkuoo[ �N� u/KDP,�xo/��umhcc 20l6O26600.AG �� �� n� • • • • • • 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. I • 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. • • • The City of Augusta Utilities Department Temporary Facilities and Controls Camp Hancock Outfall Rehabilitation Phase I 01 50 00- 1 WKD Project Number: 20160266.00.AG S • • • • 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. • • • The City of Augusta Utilities Department Temporary Facilities and Controls • Camp Hancock Outfall Rehabilitation Phase I 01 50 00-2 WKD Project Number: 20160266.00.AG S S • • • • • 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. S S S • The City of Augusta Utilities Department Temporary Facilities and Controls • Camp Hancock Outfall Rehabilitation Phase I 01 50 00-3 WKD Project Number: 20160266.00.AG S • • • • • 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. • • • The City of Augusta Utilities Department Temporary Facilities and Controls • Camp Hancock Outfall Rehabilitation Phase I 01 50 00-4 • WKD Project Number: 20160266.00.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. • The City of Augusta Utilities Department Temporary Facilities and Controls Camp Hancock Outfall Rehabilitation Phase I 01 50 00-5 WKD Project Number: 20160266.00.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. • • • The City of Augusta Utilities Department Temporary Facilities and Controls • Camp Hancock Outfall Rehabilitation Phase I 01 50 00-6 • WKD Project Number: 20160266.00.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. 40 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 • p p p g 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. • • • • The City of Augusta Utilities Department Temporary Facilities and Controls 40WKD Hancock Outfall Rehabilitation Phase I 01 50 00-7 WKD Project Number: 20160266.O0.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. • • installation or use o f temporary work. C. Clean and.repair damage caused by p ry • 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 • • • • • The City of Augusta Utilities Department Temporary Facilities and Controls • Camp Hancock Outfall Rehabilitation Phase I 01 50 00-8 WKD Project Number: 20160266.00.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. • • • The City of Augusta Utilities Department Execution and Closeout Requirements Camp Hancock Outfall Rehabilitation Phase I 01 70 00-1 WKD Project Number: 20160266.00.AG S • • • • 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 • • • The City of Augusta Utilities Department Execution and Closeout Requirements • Camp Hancock Outfall Rehabilitation Phase 1 01 70 00-2 • WKD Project Number: 20160266.00.AG • • • • • A. Protect installed Work and provide special protection where specified in individual specification sections. S • B. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. S • 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 410 • 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. • • The City of Augusta Utilities Department Execution and Closeout Requirements Camp Hancock Outfall Rehabilitation Phase I 01 70 00-3 WKD Project Number: 20160266.00.AG 110 • • • • G. Submit documents to Engineer. 411 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 411 binders with durable plastic covers. • B. Prepare binder cover with printed title "OPERATION AND MAINTENANCE 411 INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are 411 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 411 size of text pages. 411 E. Contents: Prepare Table of Contents for each volume, with each product or system description 411 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. 411 c. Parts list for each component. • d. Operating instructions. e. Maintenance instructions for equipment and systems. 411 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: 411 a. Shop drawings and product data. 411 b. Air and water balance reports. • c. Certificates. d. Originals and Photocopies of warranties and bonds. • 1.9 MANUAL FOR MATERIALS AND FINISHES i 411 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. • S S S The City of Augusta Utilities Department Execution and Closeout Requirements • Camp Hancock Outfall Rehabilitation Phase I 01 70 00-4 • WKD Project Number: 20160266.00.AG S S • • • 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 ID 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. 40 • 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. S S S • The City of Augusta Utilities Department Execution and Closeout Requirements Camp Hancock Outfall Rehabilitation Phase I 01 70 00-5 WKD Project Number: 20160266.00.AG S • • • • 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. S 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. •• • • The City of Augusta Utilities Department Execution and Closeout Requirements • Camp Hancock Outfall Rehabilitation Phase I 01 70 00-6 • WKD Project Number: 20160266.00.AG S • • • • •• B. Execute and assemble transferable warranty documents and bonds from subcontractors, suppliers, and manufacturers. 41 • 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 • • • • • • • • • 41 • The City of Augusta Utilities Department Execution and Closeout Requirements • Camp Hancock Outfall Rehabilitation Phase I 01 70 00-7 WKD Project Number: 20160266.00.AG • • • • • • • • • • • • • INTENTIONALLY LEFT BLANK • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • SECTION 01 71 13 MOBILIZATION • • PART 1 GENERAL • • 1.1 SUMMARY: • A. The work covered by this section consists of preparatory work and operations, including but not • limited to: 1. Those necessary for the movement of personnel, equipment, supplies, and incidentals to the • project site. 2. Those items necessary for providing the items required by the General Provisions, Special • Provisions, and General Requirements. 3. Those items including but not limited to: the establishment of all temporary fencing, staging • areas, temporary access and haul routes, and other facilities necessary for work in the • project. 4. Those items necessary for the maintenance of vehicle and construction traffic; including but • not limited to: portable and stationary construction signs, barricades, drums, cones, and other • traffic control devices. 5. Surveying and construction staking. • 6. All barricades, barricade lights, and other phasing and detour devices. • 7. Performance bond, labor and materials bond, insurance. • 8. Those items for all other work in the various items on the project site which must be performed or costs incurred prior to beginning work. • 9. This item also includes all work outside the limits of construction that is necessary to • demobilize and restore areas disturbed by the Contractor to their original condition including, but not limited to,pavement rehabilitation, grading, seeding, mulching, cleaning, • and disposal. • 1.2 MEASUREMENT AND PAYMENT: 1110 • A. All work covered by this section will be paid for at the contract lump sum price for • "Mobilization." • B. Should "Mobilization" exceed 5%of the total bid amount for the Contract, partial payments for • the item of"Mobilization" will be made with the first and second partial pay estimates, paid on the Contract,and will be made at the rate of 50 percent of the lump sum price for"Mobilization" on each of these partial pay estimates, less retainage provided for in the Contract;the remaining • amount over 5% shall be paid in the final pay request of the project. If the Mobilization bid amount does not exceed 5%, it shall be paid equally in the first two(2)partial pay estimates. • • C. Payment will be made per lump sum. • • • • • The City of Augusta Utilities Department Mobilization Camp Hancock Outfall Rehabilitation Phase I 01 71 13-1 • WKD Project Number: 20160266.00.AG • • • • • • PART 2 PRODUCTS -Not Used. • • PART 3 EXECUTION-Not Used. • • END OF SECTION • • • • • • • • • • • • • • • • • • • • • • • • • • • • The City of Augusta Utilities Department Mobilization • Camp Hancock Outfall Rehabilitation Phase I 01 71 13-2 WKD Project Number: 20160266.00.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. • • The City of Augusta Utilities Department Grouting Camp Hancock Outfall Rehabilitation Phase I 03 60 00- 1 • WKD Project Number: 20160266.00.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. S • 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. • • • The City of Augusta Utilities Department Grouting • Camp Hancock Outfall Rehabilitation Phase I 03 60 00-2 • WKD Project Number: 20160266.00.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 S . A. Furnish materials in accordance with Georgia Department of Transportation Standard Specifications. S • 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: S . 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 gir • A. Refer to the Georgia Department of Transportation Standard Specifications, latest edition. • 2.5 CURING S . 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. • S The City of Augusta Utilities Department Grouting • Camp Hancock Outfall Rehabilitation Phase I 03 60 00-3 WKD Project Number: 20160266.00.AG S MOW • • • • 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 5 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. • • • • • The City of Augusta Utilities Department Grouting • Camp Hancock Outfall Rehabilitation Phase I 03 60 00-4 WKD Project Number: 20160266.00.AG S • • • • • 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 • •• • • • • • • • • • • • • • • • • • The City of Augusta Utilities Department Grouting Camp Hancock Outfall Rehabilitation Phase I 03 60 00-5 • WKD Project Number: 20160266.00.AG S • • • • • • • • • • • INTENTIONALLY LEFT BLANK • S • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • SECTION 31 10 00 SITE CLEARING • • PART 1 GENERAL • • 1.1 SUMMARY • A. 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. • • B. Related Sections: 1. Section 31 23 16-Excavation and Fill: Topsoil and subsoil removal, proofrolling. • 2. Section 31 23 16.26 -Rock Removal. 411 1.2 REFERENCES • 1.3 GDOT Standard Specifications: • 1. Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition, published by the Georgia Department of Transportation. • • 1.4 QUALITY ASSURANCE • A. Perform Work in accordance with Section 201 and 202 of the latest edition of GDOT Standard • Specifications. B. Maintain one copy of document on site. • C. Conform to applicable code for environmental requirements and disposal of debris. • • PART 2 PRODUCTS—Not Used. • • PART 3 EXECUTION • • 3.1 EXAMINATION • A. 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. • • • • The City of Augusta Utilities Department Site Clearing Camp Hancock Outfall Rehabilitation Phase I 31 10 00-1 WKD Project Number: 20160266.00.AG S • • • • • 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 • • The City of Augusta Utilities Department Site Clearing • Camp Hancock Outfall Rehabilitation Phase I 31 10 00-2 • WKD Project Number: 20160266.00.AG • • • • • • SECTION 31 23 16 • EXCAVATION AND FILL • • PART 1 -GENERAL • • 1.1 SUMMARY • A. Section Includes: • 1. 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. S B. 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. • 1.2 REFERENCES S A. GDOT Standard Specifications: • 1. Standard Specifications Construction of Transportation Systems, 2013 Edition or latest • edition, published by the Georgia Department of Transportation. B. 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. 410 • C. 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 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). S S • The City of Augusta Utilities Department Excavation and Fill Camp Hancock Outfall Rehabilitation Phase I 31 23 16- 1 WKD Project Number: 20160266.00.AG S • • • • 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. S 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. • • • • • • The City of Augusta Utilities Department Excavation and Fill • Camp Hancock Outfall Rehabilitation Phase I 31 23 16-2 • WKD Project Number: 20160266.00.AG • • S S S • 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 S 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. S • 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. S • PART 3 EXECUTION 3.1 EXAMINATION • • A. Section 01 30 00-Administrative Requirements: Verification of existing conditions before starting work. S • 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. S S • The City of Augusta Utilities Department Excavation and Fill • Camp Hancock Outfall Rehabilitation Phase I 31 23 16-3 WKD Project Number: 20160266.00.AG S • • • • 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. • s 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 4110 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. • • • The City of Augusta Utilities Department Excavation and Fill • Camp Hancock Outfall Rehabilitation Phase I 31 23 16-4 • WKD Project Number: 20160266.00.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. 4111 • 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. • • • The City of Augusta Utilities Department Excavation and Fill Camp Hancock Outfall Rehabilitation Phase I 31 23 16-5 • WKD Project Number: 20160266.00.AG • MOM • • 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 ID 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 ID 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 1111 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. 40 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 5 porous,wet, frozen, or spongy subgrade surfaces. • E. Place fill material in continuous layers and compact in accordance with Schedule at end of this 5 Section. • S The City of Augusta Utilities Department Excavation and Fill • Camp Hancock Outfall Rehabilitation Phase I 31 23 16-6 • WKD Project Number: 20160266.00.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. • • The City of Augusta Utilities Department Excavation and Fill Camp Hancock Outfall Rehabilitation Phase I 31 23 16-7 • WKD Project Number: 20160266.00.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 • • • • • • • • • • • • • • • • • • • • • • • • • • • • The City of Augusta Utilities Department Excavation and Fill • Camp Hancock Outfall Rehabilitation Phase I 31 23 16-8 • WKD Project Number: 20160266.00.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. S • 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-Ib)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: 410 1. Standard Specifications Construction of Transportation Systems, 2013 Edition or latest edition, published by the Georgia Department of Transportation. S S • The City of Augusta Utilities Department Trenching • Camp Hancock Outfall Rehabilitation Phase I 31 23 16.13- 1 WKD Project Number: 20160266.00.AG S • • • • • 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. 411 • 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. 411 411 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. • • The City of Augusta Utilities Department Trenching • Camp Hancock Outfall Rehabilitation Phase I 31 23 16.13-2 • WKD Project Number: 20160266.00.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. • • • • The City of Augusta Utilities Department Trenching • Camp Hancock Outfall Rehabilitation Phase I 31 23 16.13-3 WKD Project Number: 20160266.00.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. • • The City of Augusta Utilities Department Trenching • Camp Hancock Outfall Rehabilitation Phase I 31 23 16.13-4 WKD Project Number: 20160266.00.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. • The City of Augusta Utilities Department Trenching Camp Hancock Outfall Rehabilitation Phase I 31 23 16.13-5 • WKD Project Number: 20160266.00.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 S 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. • BEDDING,HAUNCHING,AND INITIAL BACKFILL • 3.7 • 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. • • • The City of Augusta Utilities Department Trenching • Camp Hancock Outfall Rehabilitation Phase I 31 23 16.13-6 WKD Project Number: 20160266.00.AG 411/ S • • • • 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. • • The City of Augusta Utilities Department Trenching Camp Hancock Outfall Rehabilitation Phase I 31 23 16.13-7 • WKD Project Number: 20160266.00.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 • • • • • • • • • • • • • • • • • • • • • • • • • • • • The City of Augusta Utilities Department Trenching • Camp Hancock Outfall Rehabilitation Phase I 31 23 16.13-8 • WKD Project Number: 20160266.00.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. The City of Augusta Utilities Department Flowable Fill Camp Hancock Outfall Rehabilitation Phase I 31 23 23.33-1 • WKD Project Number: 20160266.00.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 C1.040 - 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. S 1.7 ENVIRONMENTAL REQUIREMENTS • A. Section 01 50 00 - Temporary Facilities and Controls specifies ambient condition control • facilities for product storage and installation. • • The City of Augusta Utilities Department Flowable Fill • Camp Hancock Outfall Rehabilitation Phase I 31 23 23.33-2 • WKD Project Number: 20160266.00.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: • • The City of Augusta Utilities Department Flowable Fill Camp Hancock Outfall Rehabilitation Phase 1 31 23 23.33-3 • WKD Project Number: 20160266.00.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. • Test properties of flowable fill design mix and certifyresults for the following: • B. p p g 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. • • The City of Augusta Utilities Department Flowable Fill • Camp Hancock Outfall Rehabilitation Phase I 31 23 23.33-4 WKD Project Number: 20160266.00.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 dry. • 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. • • The City of Augusta Utilities Department Flowable Fill Camp Hancock Outfall Rehabilitation Phase I 31 23 23.33-5 • WKD Project Number: 20160266.00.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 C1040. • 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 • • • • •• • • • • • • • The City of Augusta Utilities Department Flowable Fill • Camp Hancock Outfall Rehabilitation Phase I 31 23 23.33-6 WKD Project Number: 20160266.00.AG • S • • • • • • 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. • • • The City of Augusta Utilities Department Erosion Controls Camp Hancock Outfall Rehabilitation Phase I 31 25 13- 1 • WKD Project Number: 20160266.00.AG S • • • • • 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. • 11111 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. • • The City of Augusta Utilities Department Erosion Controls • Camp Hancock Outfall Rehabilitation Phase 1 31 25 13-2 • WKD Project Number: 20160266.00.AG • S • 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 S 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. S 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. S S • The City of Augusta Utilities Department Erosion Controls Camp Hancock Outfall Rehabilitation Phase I 31 25 13-3 • WKD Project Number: 20160266.00.AG 1110 • • • • 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. • • The City of Augusta Utilities Department Erosion Controls • Camp Hancock Outfall Rehabilitation Phase I 31 25 13-4 WKD Project Number: 20160266.00.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. ID 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 ID 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. • • • The City of Augusta Utilities Department Erosion Controls Camp Hancock Outfall Rehabilitation Phase I 31 25 13-5 • WKD Project Number: 20160266.00.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 • • • • • • • • • • • • • • • • • • • • • • • • • The City of Augusta Utilities Department Erosion Controls • Camp Hancock Outfall Rehabilitation Phase I 31 25 13-6 • WKD Project Number: 20160266.00.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. ID 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. S • 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. • • The City of Augusta Utilities Department Landscape Maintenance Camp Hancock Outfall Rehabilitation Phase I 32 01 90- 1 WKD Project Number: 20160266.00.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. • ID 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, • • The City of Augusta Utilities Department Landscape Maintenance • Camp Hancock Outfall Rehabilitation Phase 1 32 01 90-2 WKD Project Number: 20160266.00.AG • • • • • • • holes,weeds, pests, dead vegetation, debris, and unwanted vegetation that present an unsightly S 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. I. 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 • 411 • The City of Augusta Utilities Department Landscape Maintenance Camp Hancock Outfall Rehabilitation Phase I 32 01 90-3 • WKD Project Number: 20160266.00.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 30th, 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. S 3.4 PESTICIDE APPLICATION S 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 • • • • • • • • The City of Augusta Utilities Department Landscape Maintenance • Camp Hancock Outfall Rehabilitation Phase 1 32 01 90-4 WKD Project Number: 20160266.00.AG • • • • • SECTION 32 11 23 AGGREGATE BASE COURSES • • PART 1 GENERAL • • 1.1 SUMMARY • A. Section Includes: • 1. 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: 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 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: • 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. 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. • • • • The City of Augusta Utilities Department Aggregate Base Courses Camp Hancock Outfall Rehabilitation Phase I 32 11 23- 1 WKD Project Number: 20160266.00.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 • • g A. Correct irregularities in substrate gradient and elevation by scarifying,reshaping,p g, 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. • • The City of Augusta Utilities Department Aggregate Base Courses • Camp Hancock Outfall Rehabilitation Phase I 32 11 23-2 WKD Project Number: 20160266.00.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. 41) F. Frequency of Compaction Tests: Two tests per layer for every 5,000 tons of aggregate base • course. • • END OF SECTION • • • • 410• • • • • • • • The City of Augusta Utilities Department Aggregate Base Courses • Camp Hancock Outfall Rehabilitation Phase I 32 11 23-3 WKD Project Number: 20160266.00.AG • • • • • • • • • • • • • • • • INTENTIONALLY LEFT BLANK • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • 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 411 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. 411 • The City of Augusta Utilities Department Asphalt Paving 411 Camp Hancock Outfall Rehabilitation Phase I 32 12 16- 1 WKD Project Number: 20160266.00.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. • • • • • The City of Augusta Utilities Department Asphalt Paving • Camp Hancock Outfall Rehabilitation Phase I 32 12 16-2 • WKD Project Number: 20160266.00.AG • S • • • 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. • Apply B. A 1 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. • The City of Augusta Utilities Department Asphalt Paving Camp Hancock Outfall Rehabilitation Phase I 32 12 16-3 • WKD Project Number: 20160266.00.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(Gmm). • 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 • • The City of Augusta Utilities Department Asphalt Paving • Camp Hancock Outfall Rehabilitation Phase I 32 12 16-4 • WKD Project Number: 20160266.00.AG S • • • • SECTION 32 13 13 CONCRETE PAVING S • 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. S • 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). • S • The City of Augusta Utilities Department Concrete Paving Camp Hancock Outfall Rehabilitation Phase I 32 13 13- 1 • WKD Project Number: 20160266.00.AG S • • • • 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. • installer is on list o f GDOT prequalified contractors with an • E. Installer Certification: Certify p q 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. • • • The City of Augusta Utilities Department Concrete Paving • Camp Hancock Outfall Rehabilitation Phase I 32 13 13-2 • WKD Project Number: 20160266.00.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. IP B. Fixed Form Materials: Metal conforming to Section 430 of GDOT Standard Specifications. • • 2.2 JOINT MATERIALS IP 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. IP 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. IP 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- 411 sensitive adhesive on one side. Bond breaking tapes may be used with all four types of • The City of Augusta Utilities Department Concrete Paving Camp Hancock Outfall Rehabilitation Phase I 32 13 13-3 WKD Project Number: 20160266.00.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. • • The City of Augusta Utilities Department Concrete Paving • Camp Hancock Outfall Rehabilitation Phase I 32 13 13-4 • WKD Project Number: 20160266.00.AG • • • S • • • 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. 0 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.) S • 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. S S • The City of Augusta Utilities Department Concrete Paving Camp Hancock Outfall Rehabilitation Phase I 32 13 13-5 S WKD Project Number: 20160266.00.AG S • • • • • B. Coat surfaces of manhole, catch basin, and other utility structure frames with oil to prevent bond • with concrete pavement. 411 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 411 placement. 411 3.4 REINFORCEMENT • A. Place reinforcement as indicated on Drawings. • B. Interrupt reinforcement at contraction and expansion joints. 411 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 411 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 411 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 411 filler 1/2 inch for backer rod and sealant placement. • • The City of Augusta Utilities Department Concrete Paving • Camp Hancock Outfall Rehabilitation Phase I 32 13 13-6 • WKD Project Number: 20160266.00.AG S • • • • • 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 CURB AND GUTTER JOINTS A. Provide sawn joints at 5-foot intervals. 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. 411 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. 41 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. 410 • 3.12 TOLERANCES A. Maximum Variation of Surface Flatness: 1/4 inch in 10 feet. • The City of Augusta Utilities Department Concrete Paving Camp Hancock Outfall Rehabilitation Phase I 32 13 13-7 • WKD Project Number: 20160266.00.AG • • • • • B. Maximum Variation From True Position: 1/2 inch. • C. Maximum Variation in thickness: 1/2 inch. • 3.13 FIELD QUALITY CONTROL i 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. 410 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. 4111 411 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. • 411 3.14 PROTECTION 411 A. Immediately after placement,protect pavement from premature drying, excessive hot or cold • temperatures, and mechanical injury. 411 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 • • • • • S S S S S The City of Augusta Utilities Department Concrete Paving • Camp Hancock Outfall Rehabilitation Phase I 32 13 13-8 • WKD Project Number: 20160266.00.AG S • • • • • • 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 ID A. Paint Adhesion: Adhere to road surface forming smooth continuous film one minute after • application. ID 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. • 411/ 410 • The City of Augusta Utilities Department Pavement Markings Camp Hancock Outfall Rehabilitation Phase I 32 17 23- 1 • WKD Project Number: 20160266.00.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). • • The City of Augusta Utilities Department Pavement Markings • Camp Hancock Outfall Rehabilitation Phase I 32 17 23-2 • WKD Project Number: 20160266.00.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. • I. 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. • The City of Augusta Utilities Department Pavement Markings Camp Hancock Outfall Rehabilitation Phase I 32 17 23-3 • WKD Project Number: 20160266.00.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 • in the Standard Specifications Construction of D. Apply glass beads at the rate specified p pPYTransportation 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. • S S The City of Augusta Utilities Department Pavement Markings • Camp Hancock Outfall Rehabilitation Phase I 32 17 23-4 WKD Project Number: 20160266.00.AG 5 S • • • • • • 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/m2/1x for white • pavement markings and 250 mcd/m2/lx 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. • • • • • The City of Augusta Utilities Department Pavement Markings Camp Hancock Outfall Rehabilitation Phase I 32 17 23-5 WKD Project Number: 20160266.00.AG S • • • • • 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 •• • • • • • • • • • • • • • • • • • • • • • • • • • • • The City of Augusta Utilities Department Pavement Markings • Camp Hancock Outfall Rehabilitation Phase I 32 17 23-6 • WKD Project Number: 20160266.00.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. • • • • • The City of Augusta Utilities Department Landscaping Grading Camp Hancock Outfall Rehabilitation Phase I 32 91 19-1 WKD Project Number: 20160266.00.AG S • • • • • 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. • • The City of Augusta Utilities Department Landscaping Grading • Camp Hancock Outfall Rehabilitation Phase I 32 91 19-2 WKD Project Number: 20160266.00.AG S • • • • • • 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 • • • • • • • • • • • S S S S • The City of Augusta Utilities Department Landscaping Grading Camp Hancock Outfall Rehabilitation Phase I 32 91 19-3 • WKD Project Number: 20160266.00.AG • • • • • • • • • • • •• • • INTENTIONALLY LEFT BLANK • • • • • • ' • • • • • • • • • • • • • • • • • • • • • • • S S S • • SECTION 32 92 19 • SEEDING S S 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. S S S • The City of Augusta Utilities Department Seeding Camp Hancock Outfall Rehabilitation Phase I 32 92 19- 1 WKD Project Number: 20160266.00.AG S • • • 41 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 • S The City of Augusta Utilities Department Seeding • Camp Hancock Outfall Rehabilitation Phase I 32 92 19-2 WKD Project Number: 20160266.00.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. • • The City of Augusta Utilities Department Seeding Camp Hancock Outfall Rehabilitation Phase I 32 92 19-3 • WKD Project Number: 20160266.00.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. • • • The City of Augusta Utilities Department Seeding • Camp Hancock Outfall Rehabilitation Phase I 32 92 19-4 • WKD Project Number: 20160266.00.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 • • • • • • • • • • • • • • • • • • S S S S S • The City of Augusta Utilities Department Seeding Camp Hancock Outfall Rehabilitation Phase I 32 92 19-5 • WKD Project Number: 20160266.00.AG • • • • • • • • • • • • • • INTENTIONALLY LEFT BLANK • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • S S • • SECTION 33 01 30.11 CLEANING AND 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 30.72-Relining Sewers by the Cured-in-Place Pipe Method. 2. Section 33 31 00—Sanitary Utility Sewerage Piping. • • 1.2 UNIT PRICE—MEASUREMENT AND PAYMENT A. Cleaning and TV Inspection of Sewer Pipelines • 1. Basis of Measurement: By linear foot. • 2. Basis of Payment: Includes pipeline flushing and cleaning,removal and off-site • disposal of debris, TV inspection, and audio-video recording of pipeline. • 1.3 DEFINITIONS A. "Internal inspection" shall consist of using a closed circuit television within a designated sewer • pipeline segment to determine the physical condition of the sewer pipeline. "Internal inspection" shall consist of using a closed circuit television (CCTV) within a designated sewer pipeline segment to detect point sources of infiltration/inflow or exfiltration, restrictions or obstructions within the pipe potentially affecting hydraulic capacity and, to determine the overall physical condition and suitability for cured-in-place pipe(CIPP)rehabilitation of the sewer pipeline. B. The term "clean" as used in this Section, shall mean removing all sand, dirt, roots, grease and all • other solid or semi-solid materials from the sewer pipelines, so that a closed circuit television camera can be used in the internal pipeline inspection for the purpose of discerning structural S defects, misalignment and infiltration/inflow sources. Sanitary sewer lines requiring "Heavy • Cleaning"shall be defined as those pipes that have greater than twenty-five percent(>25%)of their 110 cross-sectional area full of debris, silt, roots, sand, grit, gravel, rock, grease, oil, sludge, slime, or any other loose material or encrustation. "Heavy Cleaning" shall be defined as requiring the use of mechanical apparatuses (i.e. buckets, pigs, rodding machines, grinders, etc.) to remove debris • and/or obstructions from a pipe. • 1.4 REFERENCES • A. Electronic Industries Association(EIA). S S S • The City of Augusta Utilities Department Cleaning and TV Inspection of Sewer Pipelines Camp Hancock Outfall Rehabilitation Phase I 33 01 30.11 - 1 WKD Project Number: 20160266.00.AG S • • • • • 1.5 SUBMITTALS • A. Section 01 22 01 — Electronic Project Management System and Section 01 33 01 — Submittal • Procedures EPMS: Requirements for submittals. • B. After completion of the post-installation CCTV work for each pipeline section to be rehabilitated, the Contractor shall deliver a video of the pipelines and service laterals inspected on DVD-ROM or external hard drive to Engineer for review. Each video shall contain the following: 1. Inspection Number 2. Upstream Manhole Number(or Pipeline ID for service lateral CCTV inspections) • 3. Downstream Manhole Number (or Cleanout ID for service lateral CCTV • inspections) 4. Person&Company Performing Inspection 5. Date Inspection Performed • 6. Length Surveyed 7. Direction of Survey 8. Location of all service connections (distance from upstream or downstream manhole). 9. Clock direction of tap entry to main. • 10. Date of Cured-in-place pipeline(CIPP)rehabilitation. • 11. Thickness of CIPP installed in millimeters(mm). • C. DVD-ROM or external hard will become property of Owner. 1.6 QUALIFICATIONS • A. Applicator: Company specializing in performing work of this Section with minimum three years • documented experience. • PART 2 PRODUCTS • • 2.1 Cleaning Equipment • A. The Contractor shall certify that sufficient cleaning units can be provided, including standby • units in the event of breakdown, in order to complete the work within the contract period. • Further, the Contractor shall certify that standby or back-up equipment can be delivered to the • site within 24 hours in the event of equipment breakdown. • B. The Contractor shall locate all hydrants from which water may be obtained. • 1. All details of the point of water connection, backflow protection, conveyance methods, and all local conditions regarding the use of water shall be approved by the • Engineer prior to commencement of work. All equipment, labor, and material • required for obtaining water for the work shall be provided by the Contractor. 2. The Contractor must ensure that a 6-inch minimum air gap is maintained at the • water supply point on de-silting/cleaning/jetting equipment or any other receiving • apparatus. • • • The City of Augusta Utilities Department Cleaning and TV Inspection of Sewer Pipelines • Camp Hancock Outfall Rehabilitation Phase I 33 01 30.11 -2 • WKD Project Number: 20160266.00.AG • • • • • 2.2 CCTV Equipment • A. The camera unit shall be a color pan and tilt unit for mainline inspections and may be fixed • position for service lateral inspections. The television camera shall have a resolution of 700 lines • minimum and shall have a source of illumination attached to it. With the monitor adjusted for correct saturation,the six colors plus black and white shall be clearly resolved with the primary and complementary colors in order of decreasing luminance. The gray scale shall appear in • contrasting shades of gray with no tint. To ensure the camera shall provide similar results when used with its own illumination source, the lighting shall be fixed in intensity prior to commencing the inspection. In order to ensure color constancy, no variation in illumination • shall take place during the inspection. The televised image shall be displayed on a monitor, • located in an enclosed space in the television inspection vehicle. • B. CCTV Focus/Iris/Illumination: The adjustment of focus and iris shall allow optimum picture • quality to be achieved and shall be remotely operated. The adjustment of focus and iris shall provide a minimum focal range from 6 inches in front of the camera's lens to infinity. The distance along the sewer in focus from the initial point of observation shall be a minimum of • twice the vertical height of the sewer. The illumination must allow an even distribution of the • light around the sewer perimeter without the loss of contrast picture, flare out or shadowing. C. The camera shall be self-propelled or mounted on skids and drawn or pushed through the sewer by • winches or jetting hose for pipelines with an equivalent diameter from 6 to 54-inches for mainline inspections. The inspecting equipment shall be capable of inspecting a length of sewer up to at • least 1,000 feet when entry onto the sewer may be obtained at each end and up to 750 feet where • a self-propelled unit is used, where entry is possible at one end only. Push camera units for service lateral inspections must be capable of inspecting a length up to 150 linear feet. The ID Contractor shall maintain this equipment in full working order and shall satisfy the Engineer at • the commencement of each working shift that all items of equipment have been provided and are • in full working order. • D. Each inspection unit shall contain a means of transporting the CCTV camera equipment in a • stable condition through the sewer under inspection. Such equipment shall ensure the maintained location of the CCTV camera on or near to the central axis of a circular shaped sewer when • required in the prime position. • E. Where the CCTV camera head is towed by winch and bond through the sewer, all winches shall • be stable with either lockable or ratcheted drums. All bonds shall be steel or of an equally non- • elastic material to ensure the smooth and steady progress of the CCTV camera and/or Sonar • equipment. All winches shall be inherently stable under loaded conditions. • F. Each unit shall carry sufficient numbers of guides and rollers such that, when inspecting, all • bonds are supported away from pipe and manhole structures and all CCTV cables and/or lines used to measure the CCTV camera's head location within the sewer are maintained in a taut manner and set at right angles where possible,to run through or over the measuring equipment. • G. The Contractor shall use a suitable metering device, which enables the cable length to be 411 accurately measured; this shall be accurate to within +/- 2-inches. When requested by the • Engineer in writing at any time during a survey or inspection, the Contractor shall demonstrate • compliance with the above tolerance. The device used by the Contractor to measure the footage • • The City of Augusta Utilities Department Cleaning and TV Inspection of Sewer Pipelines Camp Hancock Outfall Rehabilitation Phase I 33 01 30.11 -3 • WKD Project Number: 20160266.00.AG • • • S along the sewer will be compared with a standard tape measure. The results will be noted. If the • Contractor fails to meet the required standard of accuracy, the designated Engineer shall instruct • the Contractor to provide a new device to measure the footage. • H. The in-sewer photographic/video camera system and suitable illumination shall be capable of • providing an accurate, uniform and clear record of the sewer's internal condition. In-sewer lighting standards shall meet the requirements of the designated Engineer and applicable codes • regarding safety and power. • I. A reserve television camera shall be available on-site to replace the regular television camera in the • event of a breakdown. Should the reserve equipment malfunction, another camera shall be provided • within 24 hours. • J. Suitable flow control devices shall be plugs designed and manufactured for use in sanitary sewers. • Sand bags or other types of devices shall not be used within sanitary sewer pipelines or manholes. • PART 3 EXECUTION • • 3.1 PREPARATION AND CLEANING • • A. Cleaning will be accomplished by utilizing a high pressure, hydraulic sewer pipeline cleaner. • Pressure jetting equipment used shall be sufficient for the purposes of attaining the degree of • cleanliness in sewers as specified. • B. The cleaning unit(s) shall be capable of operating routinely, up to a minimum of 500-feet 600 feet • from the point of access to the sewer; minimal hose diameter shall be one-inch diameter. • C. The Contractor's rates specified in the bid shall be for jetting in sewers both upstream and • downstream. • D. Successive passes using constantly moving pressure jetting techniques shall be applied to sewers • until they are cleaned to the level specified. Nozzle hold-time (stationary time), for any particular • location, shall not be more than 60 seconds in order to forestall damage to the pipe being cleaned. • Ideally nozzles shall have jet angles of between 30°to 45°. "High efficiency nozzles"(discharging • "pencil jets") with jet angles higher than this figure shall not be allowed to be stationary at any time. Successive passes using constantly moving pressure jetting techniques shall be applied to • sewers until they are cleaned to the level specified. The Contractor shall exercise care at all times • in order to forestall damage to the pipe being cleaned. • E. Cleaning shall be done immediately prior to the internal inspection to preclude the build-up of debris • from infiltration/inflow sources and upstream manhole sections. Should television inspection reveal • that a sewer pipeline is not clean; the cleaning operations shall be repeated until the sewer pipeline is clean. This additional cleaning shall be done at the expense of the Contractor,at no additional cost to • the Owner unless"Heavy Cleaning"as defined in this Specification is authorized by the Engineer. • F. During preconditioning and cleaning work and all other associated Contract operations, sewer • • The City of Augusta Utilities Department Cleaning and TV Inspection of Sewer Pipelines • Camp Hancock Outfall Rehabilitation Phase I 33 01 30.11 -4 WKD Project Number: 20160266.00.AG S S • • • • • services shall be maintained at all times. This requirement may be relaxed only with the written approval of the Engineer. • • G. The manholes and sewers to be preconditioned and cleaned convey sanitary sewage or combined sewage. In many instances such sewers are subject to high flows, either continuously or in a • periodically varying cycle, due to rainfall, infiltration, and/or pumping operations. The Contractor • shall include in his bid provisions for dealing with such variations, and where necessary, schedule his Work to accommodate such variation in flows. • • H. Cleaning shall include the trapping and removal of all sediments and residual wastes from successive . manholes as the cleaning progresses. When hydraulic cleaning equipment is used, a suitable weir or dam shall be constructed in the downstream manhole, in such a manner,that the solids and water are • trapped. Under no circumstances shall sewage or solids removed from the pipeline or manhole, be • dumped onto streets, in catch basins or in storm drains. Material which could cause pipeline stoppages, accumulations of sand in wet wells, or damage to pumps, shall not be permitted to pass • from manhole section to manhole section. The cost of trapping, removing, hauling and disposing of • the residual wastes shall be included in the cost of cleaning. Residual wastes shall be removed and transported to the Felix C. Davis Wastewater Treatment Facility or other pre-approved disposal • facility in a manner approved by the Engineer and the Owner. • I. The Contractor shall provide for the pumping down of any surcharged manhole section and provide • all bypass pumping, if required, during the cleaning operation. All costs for setup, operation and • removal of bypass pumping systems shall be included in the lump sum item listed on the Bid Form. • J. The Contractor shall submit a comprehensive equipment list to the Engineer before • commencement of the Work. The complete list, which shall include all backup and standby • equipment, shall be broken down into the following categories(at a minimum): • • 1. Safety equipment 2. Manhole preconditioning and cleaning equipment • 3. Sewer preconditioning and cleaning equipment 4. Flow diversion and flow control equipment • 5. Traffic control equipment 6. All other equipment necessary for the completion of the work 111 • K. Blockages in the system shall be reported to the Engineer immediately. • • L. A responsible representative of the Contractor shall be present on the site of the work, or other • location approved by the Engineer,to provide supervision of the work. At all times, and especially when a change of work location is underway, the Contractor's representative shall keep the • Engineer continuously aware of the location, progress, planned execution of the work, and • problems encountered. • M. If during the course of cleaning and/or inspection operations, the Contractor believes a pipeline • will require "heavy cleaning", they shall inform the Engineer prior to conducting "heavy cleaning" operations. Visual evidence in the form of a CCTV image or digital image of the • pipeline shall be provided by the Contractor to the Engineer to justify heavy cleaning operations. • • The City of Augusta Utilities Department Cleaning and TV Inspection of Sewer Pipelines Camp Hancock Outfall Rehabilitation Phase I 33 01 30.11 -5 WKD Project Number: 20160266.00.AG • • • • • After reviewing the evidence, the Engineer shall make a determination if the evidence provided • meets the definition of"heavy cleaning". If it is determined that"heavy cleaning" is required,the Engineer shall provide written authorization to the Contractor to proceed with "heavy cleaning" operations at the rate set forth in the Bid for the pipe or pipes determined to require "heavy • cleaning". N. Flows may be attenuated using suitable flow control devices such as plugs designed and • manufactured specifically for use in sanitary sewers. Sand bags or other types of devices shall not be used within sanitary sewer pipelines or manhole. • O. Heavy Cleaning: • 1. If roots are present which require the use of mechanical brushes or dragging devices or, if • in the judgment of the Engineer, the pipe is more than 25% full of debris, the pipe shall • be cleaned to the satisfaction of the Engineer and additional payment authorized under the appropriate Pay Item on the Bid Form. Heavy Cleaning shall be defined as the pipe being • more than 25% full of debris or requiring the use of apparatus other than normal high- • pressure jetting equipment. The Contractor shall be paid for heavy cleaning on the basis of the distance loosened debris is moved to the nearest point of extrication from the • sewer. Payment shall be calculated on a lineal foot basis and will be paid in addition to • the normal cleaning rate shown on the Bid Sheet. Any heavy cleaning must have pre- • approval from the Engineer. 2. It is recognized that man-entry and hand cleaning is necessary when cleaning large-bore • pipe. For work under this Contract, man-entry and hand-cleaning will not automatically • constitute"heavy cleaning." • 3.2 CCTV INSPECTION • • A. Operation of the television inspection equipment shall be controlled from above ground, with a • skilled technician at the control panel in the television inspection van controlling the movement of the television camera. The technician shall have the capability to: adjust the brilliance of the • built-in lighting system; change the focus of the television camera by remote control; control the • forward and reverse motion of the camera; and determine the camera's position, at any time. All • post-CIPP installation videos shall be continuous with no evidence of"blink outs" or editing. In the event that the video is not continuous, the contractor shall re-inspect the sewer segment and • provide a new video to the satisfaction of the Engineer. • B. Video Inspection: Prior to installation of the CIPP, the section of sewer designated for CIPP is to • be televised over its full length using a remote television camera specifically designed for that • purpose. • C. Pre and post-installation videos and logs shall be submitted during the course of the Work. The • television camera used for this purpose shall be operative in one hundred percent moisture conditions. Lighting for the camera shall be sufficient to yield a clear picture of the entire • periphery of the pipe. Videos between manhole segments shall be continuous; no breaks or • "blink-outs" in the video shall be observed. The videos shall be in CD-ROM or DVD format. • • • The City of Augusta Utilities Department Cleaning and TV Inspection of Sewer Pipelines • Camp Hancock Outfall Rehabilitation Phase I 33 01 30.11 -6 WKD Project Number: 20160266.00.AG • • • • • • • D. Pre-rehabilitation video inspection - No more than 48-hours prior to rehabilitation, the television • inspection shall be performed in one section of the sewer pipeline at a time, between adjacent • manholes for mainline inspections. The inspection shall be performed by pulling, pushing or • propelling the television camera through the section of the sewer along the axis of the pipeline. The inspection shall be performed in a forward and/or backward direction, as dictated by the • pipeline conditions at the time of the inspection. During the inspection of the pipelines, every • possible means shall be taken to ensure total viewing of the inside periphery of the pipeline. The inspection shall be conducted in such a manner as to determine that the line is clean and the • location of any conditions which may prevent the proper rehabilitation of the pipeline. Television • camera movement shall be temporarily halted at each visible point source of infiltration/inflow. • The camera shall also be stopped at all service connections. The full cross-sectional area of service connections shall be inspected and a determination as to the active/inactive status of the • service shall be made and noted. A digital copy of this inspection for each mainline pipeline or • service lateral inspection conforming to the data collection standards of this section shall be supplied to the Engineer for review prior to commencing rehabilitation. • . E. Provisions: 1. The Contractor shall maintain on site at all times a competent field supervisor in • charge of the inspection. The field supervisor shall be responsible for the safety of • all site workers and site conditions as well as ensuring that all work is conducted in • conformance with these specifications and to the level of quality specified. 2. The Contractor shall provide bypass pumping, where necessary, to prevent flooding • or sanitary sewer overflows. • 3. The Contractor shall provide for the pumping down of any surcharged manhole section, if required, before television inspection commences. No separate payment • shall be made for bypass pumping for CCTV inspection. • 4. The Contractor shall furnish, to the Engineer, certification of the accuracy of the automatic counter before any work shall begin on the Project. If, at any time, the • Engineer has reason to believe that the counter is inaccurate, the calibration of the • counter will be checked before any more work progresses. • 5. CCTV Camera Head Speed: The speed of the CCTV camera in the sewer shall be limited to 20 feet per minute for inspections to enable all details to be extracted • from the ultimate video recording. • 6. At the start of each sewer length being surveyed or inspected and each reverse set- up, the length of pipeline from zero footage (the entrance to the pipe)up to the cable • calibration point shall be recorded and reported in order to obtain a full record of the • sewer length. Only one inspection shall be indicated in the final report. All reverse set-ups, blind manholes, and buried manholes shall be logged on a separate log. • Each log shall make reference to a start(ST)and finish(FH)manhole. • 7. If during the course of CCTV Inspection, a protruding tap is discovered in the • pipeline that will not allow the passage of a CCTV inspection camera, then the Contractor will be required to remove the protruding tap via a remotely controlled • robotic cutting device. • 8. If for any reason the camera becomes disabled inside the sewer and cannot further proceed, the Contractor shall be responsible for retrieving the camera at no • additional cost to the Owner. • 9. All digital video shall be continuous with no evidence of missed footages or "blink- outs." That the entire pipeline segment was traversed and inspected shall be obvious on the final digital video. • • The City of Augusta Utilities Department Cleaning and TV Inspection of Sewer Pipelines Camp Hancock Outfall Rehabilitation Phase I 33 01 30.11 -7 • WKD Project Number: 20160266.00.AG • • • • • • F. Data Collection • 1. The Contractor shall furnish all equipment and software required for taking videos of the view which appears on the monitor. Digital Video will be used to record • location of taps and service connections, severe leaks, holes, collapses, • misalignments, and serve as a record of the pre and post installation conditions of the sanitary sewer and rehabilitated service laterals. Standard header information • such as upstream and downstream manhole numbers, direction of survey, pipe size, • pipe material, date performed,person performing the inspection and length of survey shall be captured. Defect coding will not be required as part of this contract other • than the location and condition of service connections and taps. • 2. At the start of each manhole length a data generator shall electronically generate and • clearly display on the viewing monitor and subsequently on the video recording a • record of data in alpha-numeric form containing the following minimum • information: a. Automatic update of the camera's footage position in the sewer line from • adjusted zero. • b. Sewer dimensions in inches c. Manhole numbers or Pipeline ID and Cleanout ID • d. Date of survey • e. Road name(nearest)/location • f. Direction of survey, i.e., downstream or upstream g. Time of start of survey • h. Material of construction of the pipe • G. The size and position of the data display shall be such as not to interfere with the main subject of • the picture. • H. Once the survey of the pipeline is under way, the following minimum information shall be • continually displayed: • 1. Automatic update of the camera's footage position in the sewer line from adjusted • zero. • I. A typical log and summary form used to record internal inspection data shall be submitted by the • Contractor, for the Engineer's review, prior to any television work being initiated. • J. The Contractor's responsible Project representative will be available during internal television • inspection, and no work shall be performed without the responsible Project representative present, unless authorized by the Engineer. • 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. The City of Augusta Utilities Department Cleaning and TV Inspection of Sewer Pipelines • Camp Hancock Outfall Rehabilitation Phase 1 33 01 30.11-8 WKD Project Number: 20160266.00.AG • • • • • • • 4. Record locations of pipeline defects and connection horizontal distance, in feet, and • direction from manholes. • 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 • • • • • • • • • • • • • • • • • • • • • • • • • • • The City of Augusta Utilities Department Cleaning and TV Inspection of Sewer Pipelines Camp Hancock Outfall Rehabilitation Phase I 33 01 30.11 -9 • WKD Project Number: 20160266.00.AG • • • • • • • • • • • • • • • INTENTIONALLY LEFT BLANK • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • SECTION 33 01 30.72 CURED-IN-PLACE PIPE LINING • • PART 1 GENERAL • • 1.1 SUMMARY • A. Section Includes: • 1. Liners for existing sewers: Inverted, resin-impregnated tube pipe liner. 2. Bypass Pumping. • 3. Reestablishing service connections. • B. Related Requirements: • 1. Section 31 23 16—Excavation: Excavating for utilities. 2. Section 33 01 30.11 —Cleaning and TV Inspection of Sewer Pipelines: TV • inspection of pipeline and preparatory activities. 3. Section 33 05 13.15—Wet Well and Manhole Lining • • 1.2 UNIT PRICE -MEASUREMENT AND PAYMENT • A. Section 01 20 00 -Price and Payment Procedures: Contract Sum/Price modification • procedures. • B. Relining Sewers: • 1. Basis of Measurement: By linear foot,measuring along centerline of pipe from the • end of pipe in the manhole. For bidding purposes,the liner thickness is assumed to be a minimum of 13.5 mm. • 2. Basis of Payment: Includes liner preparation, installation, and finishing. • 1.3 REFERENCE STANDARDS • • A. ASTM International: 1. ASTM F1216 - Standard Practice for Rehabilitation of Existing Pipelines and • Conduits by the Inversion and Curing of a Resin-Impregnated Tube. • 2. ASTM F1743 - Standard Practice for Rehabilitation of Existing Pipelines and • Conduits by Pulled-in-Place Installation of Cured-in-Place Thermosetting Resin Pipe(CIPP). • 3. ASTM D5813 - Standard Specification for Cured-In-Place Thermosetting Resin • Sewer Piping Systems 4. ASTM D790 - Standard Test Methods for Flexural Properties of Unreinforced and • Reinforced Plastics and Electrical Insulating Materials. • 5. ASTM D638 - Standard Test Method for Tensile Properties of Plastics. 6. ASTM D5260 - Standard Classification for Chemical Resistance of Poly(Vinyl • Chloride)(PVC)Homopolymer and Copolymer Compounds and Chlorinated Poly • (Vinyl Chloride)(CPVC)Compounds. • 7. ASTM D256 - Standard Test Methods for Determining the Izod Pendulum Impact Resistance of Plastics. • 8. ASTM D1693 - Standard Test Method for Environmental Stress-Cracking of • Ethylene Plastics. • • The City of Augusta Utilities Department Cured-In-Place Pipe Lining(Water/Steam Cured) Camp Hancock Outfall Rehabilitation Phase I 33 01 30.72- 1 • WKD Project Number: 20160266.00.AG ID • • • 9. ASTM D2837 - Standard Test Method for Obtaining Hydrostatic Design Basis for • Thermoplastic Pipe Materials or Pressure Design Basis for Thermoplastic Pipe • Products. • 1.4 COORDINATION • A. Section 01 30 00 -Administrative Requirements: Requirements for coordination. • B. Notify home owners and businesses at least 48 hours in advance of expected disruption of • sanitary service. • C. Provide and maintain temporary facilities, including piping and pumps,to meet • requirements. • • 1.5 PREINSTALLATION MEETING • A. Section 01 30 00 -Administrative Requirements: Requirements for preinstallation • meeting. • B. Convene minimum one week prior to commencing Work of this Section 1.6 SUBMITTALS • • A. Section 01 33 00- Submittal Procedures: Requirements for submittals. • B. The Contractor shall furnish 3 copies of the design calculations establishing the structural • capabilities, chemical composition,thickness, curing temperature and period, • assumptions, and other mechanical properties of the liner system proposed. Design • calculations shall bear the seal and signature of a Professional Engineer registered in the State of Georgia. C. The Contractor shall furnish 3 copies of the manufacturer's brochures giving a complete • description of the product proposed, its physical and chemical composition,the same for • the thermosetting resin or epoxy hardener,the recommended range of curing temperature, • period of cure, cool-down procedures and method of installation. • D. Catalyst system and resin/catalyst ratio. • E. The proposed curing schedules and process shall be approved by the resin manufacturer • in writing. Cure schedules shall include specific information on"post exotherm cook • times", duration and"cool-down procedures, all to be approved by the resin manufacturer • in writing. • F. The Contractor shall submit a Certificate of Authenticity from the resin manufacturer for • each shipment to the wet-out facility to include the date of manufacture and Heat Distortion Temperature. This information shall be submitted before the manufacture or • installation of any CIPP. • G. Sampling procedures for obtaining representative restrained and/or plate samples of the • finished liner. The City of Augusta Utilities Department Cured-In-Place Pipe Lining(Water/Steam Cured) • Camp Hancock Outfall Rehabilitation Phase I 33 01 30.72-2 WKD Project Number: 20160266.00.AG • • • • • • H. Submit accreditation for the independent testing laboratory to be used for analysis of the . CIPP samples. • I. The CIPP manufacturer shall submit written certification that the lining system proposed • complies with all applicable requirements of these Specifications. • J. Submit flow bypass plan. The plan shall include,but not limited to,means of diversion, • bypass pumping and fluming, and amount of flow being diverted at each location. ID 1.7 CLOSEOUT SUBMITTALS • A. Section 01 70 00-Execution and Closeout Requirements: Requirements for submittals. • 1.8 QUALITY ASSURANCE • A. During the course of the Work,make no substitutions of materials, design values or procedures • for those specified without the prior written approval of the Engineer or Owner. • B. The Contractor performing the CIPP lining work shall be fully qualified, experienced and • equipped to complete this work expeditiously and in a satisfactory manner and shall be certified • and/or licensed as an installer by the CIPP manufacturer. The Contractor shall submit detailed information and Owner references to document his experience and the experience of the • proposed superintendent/foreman. • C. Resin Class • • 1. The Contractor shall designate a wet-out facility and shall provide wet-out liner tubes from this designated facility only. Multiple facilities to supply wet-out liner • tubes for the duration of this contract may not be used without prior approval of the Owner. • 2. The Contractor shall place a sampling valve in-line at a point in the resin/catalyst mixing stage so that a sample of non-catalyzed resin may be taken. A second • sampling valve shall be placed in-line at a point after the resin/catalyst mixing stage, • but prior to catalyzed resin injection into the liner so that a resin sample may be • taken. Both sampling valves shall be left in place for the duration of the Contract. 3. The Owner shall have the right to inspect the designated wet-out facility and draw • samples from one or both sampling valves without prior notice to the Contractor for • the duration of the Contract. 4. Infrared Analysis • a. The Owner reserves the right to subject resin samples to an infrared analysis • (IR Scan). This standard analytical test involves shining a beam of light in the infrared frequency region through a thin sample of subject resin. The • frequency of light is then varied across the infrared spectrum. Chemical • functional groups present in the resin being analyzed will absorb infrared • light as specific frequencies and with characteristic absorption intensities. b. A spectrum created from the measurement of light transmitted through the sample across the range of infrared frequencies shall be used to determine • the resin's chemical fingerprint. For standard resins, an overlaid IR spectrum of ReichholdPolylite®33420 shall be used as a baseline • comparison for the purpose of a test under this contract. For enhanced • resins, an overlaid IR spectrum of ReichholdPolylite®33420-E shall be • used as a baseline comparison for the purpose of a test under this contract. • The City of Augusta Utilities Department Cured-In-Place Pipe Lining(Water/Steam Cured) Camp Hancock Outfall Rehabilitation Phase I 33 01 30.72-3 • WKD Project Number: 20160266.00.AG • • • • c. The Owner or Engineer may perform random Infrared Scans(IR Scans) • and/or composite burn-offs to insure resin quality and consistency • throughout the duration of the Contract and shall be responsible for the cost of IR testing. • 1.9 QUALIFICATIONS • 0 A. Products and Installers seeking approval must meet all of the following criteria to be deemed • Commercially Acceptable: • 1. For a Product to be considered Commercially Proven, a minimum of 250,000 linear I feet or 1,000 manhole-to-manhole line sections of successful wastewater collection • system installations worldwide. The company specializing in manufacturing • products specified in this Section with minimum ten years' documented experience. The installations must be documented to the satisfaction of the Owner to assure • commercial viability. In addition, at least 50,000 linear feet of the product shall • have been in successful service for a minimum of three years. 2. For an Installer to be considered as Commercially Proven,the Installer must satisfy 0 all insurance, financial, and bonding requirements of the Owner, and must have had • at least 5 (five)years active experience in the commercial installation of the product bid. In addition,the Installer must have successfully installed at least 50,000 feet of • the product bid in wastewater collection systems. Acceptable documentation of • these minimum installations must be submitted to the Owner. • 3. Sewer rehabilitation products submitted for approval must provide Third Party Test Results supporting the long-term performance and structural strength of the product • and such data shall be satisfactory to the Owner. Test samples shall be prepared so • as to simulate installation methods and trauma of the product. No product will be approved without independent third party testing verification. • 4. Both the rehabilitation manufacturing and installation processes shall operate under • a quality management system which is third-party certified to ISO 9000 or other • internationally recognized organization standards. Proof of certification shall be required for approval. • B. Pipeline Assessor: • 1. Person specializing in assessing condition of sewer pipelines prior to and following • relining. • 2. Currently certified in Pipeline Assessment and Certification Program(PACP) of the National Association of Sewer Service Companies(NASSCO). • • C. Inspector: • 1. Person specializing in inspection of sewer pipeline rehabilitation. 2. Currently certified in Inspector Training and Certification Program(ITCP) of • NASSCO. • 1.10 DELIVERY, STORAGE,AND HANDLING • A. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for • damage. • B. Store liner material according to manufacturer instructions. • • C. Care shall be taken in shipping, handling and laying to avoid damaging the liner. Extra • care shall be taken during cold weather construction. Any liner damaged in shipment • The City of Augusta Utilities Department Cured-In-Place Pipe Lining(Water/Steam Cured) • Camp Hancock Outfall Rehabilitation Phase I 33 01 30.72-4 • WKD Project Number: 20160266.00.AG • • • • shall be replaced as directed by the Engineer or Owner. Any liner showing a split or tear • or has been mishandled shall be marked as rejected and removed at once from the work. The liner shall be maintained at a proper temperature in refrigerated facilities to prevent • premature curing at all times prior to installation. Any liner showing evidence of • premature curing will be rejected for use and will be removed from the site immediately • 1.11 EXISTING CONDITIONS • A. Field Measurements: • 1. Verify field measurements prior to fabrication. • 2. Indicate field measurements on Shop Drawings. 1.12 WARRANTY • • A. Section 01 70 00-Execution and Closeout Requirements: Requirements for warranties. • B. Furnish five-year manufacturer's warranty for liner. S • PART 2 PRODUCTS • 2.1 CURED-IN-PLACE PIPE • • A. Manufactures: • 1. Cured-in-place lining(CIPP)shall be one of the following products or approved equal: • a) Invert-A-Pipe by Improved Technologies Group • b) National Liner by National EnviroTech Group,LLC c) Inliner by Layne Inliner,LLC • d) Insituform by Insituform Technologies,Inc. • e) Diamond Lining Systems by Daystar Composites LLC f) Premier-Pipe USA by J.W.M. Environmental, Inc. • 2. The above products shall adhere to all requirements specified herein and shall be • modified as necessary to meet these requirements. • B. The CIPP material shall be fabricated from materials which,when cured,will be suitable for the • environment intended, i.e.,resistant to withstand exposure to sewage gases containing normal • levels for domestic sewage of hydrogen sulfide, carbon monoxide, carbon dioxide,methane, traces of mercaptan, kerosene, saturation with moisture, dilute sulfuric acid, external exposure to • soil bacteria, and any chemical attack which may be due to materials in the surrounding ground. • The final product must not deteriorate, corrode, or lose structural strength in any manner that will preclude meeting the expected design life. • • C. The structural performance of the inverted cured-in-place pipe must be adequate to accommodate all internal and external loads (live and dead)over its design life.The CIPP liner shall be • designed considering the host pipe to be fully deteriorated(FD)and shall be based on design • parameters in paragraph 2.5.A.1.,Items(a)through(j)of this Specification adjusted for site- • specific field conditions and approved by the Engineer prior to tube manufacture. S S S • The City of Augusta Utilities Department Cured-In-Place Pipe Lining(Water/Steam Cured) • Camp Hancock Outfall Rehabilitation Phase I 33 01 30.72-5 WKD Project Number: 20160266.00.AG S • • 2.2 RESINS • A. The resin class for CIPP installed under this contract shall be a Standard Polyester or Enhanced • Polyester unless otherwise directed by the Engineer due to site-specific field conditions and/or • design requirements. • B. Standard Polyester Resin • 1. The resin used shall be high-grade corrosion resistant isophthalic polyester specifically • designed for the CIPP being installed. Only premium, non-recycled resin shall be used. The • acceptable resin, (ReichholdPolylite® 33420 or approved equal) shall have been tested • according to ASTM D2990, D5813, and F1216 by accredited, third-party testing facilities. • Results of these tests shall be made available to the Engineer upon request. • 2. The resin must be manufactured under ISO 9002 certified procedures. The resin vendor • must be able to reference the corrosion scale with the resin itself having a heat deflection • temperature greater than 212 degrees Fahrenheit. Only PREMIUM, NON-RECYCLED • resins will be accepted. PET resins or those containing enhancement additives and/or fillers will not be accepted. • C. Enhanced Polyester Resin: The resin used shall be high-grade corrosion resistant isophthalic • polyester specifically designed for the CIPP being installed. Only premium,non-recycled resin • shall be used. The acceptable resin, (ReichholdPolylite®33420-E or approved equal)shall have • been tested according to ASTM D2990,D5813, and F1216 by accredited,third-party testing facilities. Results of these tests shall be made available to the Engineer upon request. • D. The resin shall be shipped directly from the resin manufacturer's facility to the CIPP wet-out • facility. The resin shall not be sent to any intermediate mixing facility. Copies of the shipping • documents from the resin manufacturer shall be submitted to the Engineer indicating dates of • shipment, originating and receiving locations. • 2.3 CATALYST SYSTEMS • A. The catalyst system shall be made up of a primary catalyst and a secondary catalyst. The primary • catalyst shall be AkzoPerkadox 16 or approved equal and shall be added at a maximum of 1% of the resin volume by weight unless otherwise approved by the Engineer. The secondary catalyst • shall be AkzoTrigonox or approved equal and shall be added at a maximum of 0.05% of the resin volume by weight unless otherwise approved by the Engineer. • B. Resins, catalysts and resin/catalyst mix ratios shall not be changed or altered during this Contract • unless specifically approved by the Engineer in writing. • • 2.4 FLEXIBLE LINER TUBE • A. The tube shall consist of one or more layers of absorbent non-woven felt fabric and meet the • latest requirements of ASTM F1216. In the event of a discrepancy between the referenced ASTM • requirement and this specification,this specification will govern. • B. The tube shall be constructed to withstand installation pressures,have sufficient strength to bridge • missing pipe, and stretch to fit irregular shaped pipe sections. • • The City of Augusta Utilities Department Cured-In-Place Pipe Lining(Water/Steam Cured) • Camp Hancock Outfall Rehabilitation Phase I 33 01 30.72-6 • WKD Project Number: 20160266.00.AG • • • • • C. The wet-out tube shall have a uniform thickness that when compressed at installation pressures • shall meet or exceed design "finished and installed"thickness. • D. The tube shall be manufactured to a size that when installed shall tightly fit the internal • circumference and length of the original pipe. In the event that under-sized pipe is present, liner tube shall be manufactured so that overlap folds or wrinkles do not occur. Allowances shall be • made for circumferential stretching during inversion. E. The outside layer of the tube, before installation, shall have an impermeable polyurethane or • polyethylene plastic coating. This coating shall be an impermeable, flexible membrane that shall • contain the resin and facilitate monitoring of resin saturation during resin impregnation. This • coating shall form the inner layer of the finished pipe and is required for enhancement of corrosion resistance, flow and abrasion properties. • F. The tube shall be homogeneous across the entire wall thickness containing no intermediate or encapsulated layers. No material may be included in the tube that may cause de-lamination in the • cured liner, and no dry or unsaturated areas or layer shall be evident. • G. The wall color of the interior liner surface after installation shall be a light-reflective color so that 41 a clear, detailed inspection with closed-circuit television equipment may be conducted. • H. The outside of the tube shall be marked for distance at regular intervals not to exceed 10 feet. 4/ Such markings shall include the manufacturers name or identifying symbol. • I. The minimum length shall be that deemed necessary by the Contractor to effectively span the • distance between manhole sections of the segment to be lined unless otherwise specified. The • line lengths shall be verified in the field before impregnation of the tube with resin. • J. The acceptable liner tube shall be constructed under ISO 9002 certified procedures. Proper • certification shall be submitted prior to the installation of any CIPP. • 2.5 CIPP DESIGN 0 • A. Liner Thickness 1. The Contractor shall submit liner thickness calculations to the Engineer for review, complete • design calculations for the liner, signed and sealed by a Professional Engineer registered in • the State of Georgia. The CIPP shall be designed in accordance with the applicable • provisions of F1216 and D2412 for"fully deteriorated gravity pipe conditions"(FD)and shall meet the following design conditions: • a. AASHTO H-20 Live Load with two trucks passing for CIPP in streets(16,000 lbs.) • b. A soil modulus of elasticity of 700 psi, soil weight of 120 pounds per cubic foot and a coefficient of friction of Ku'=0.130r. • c. Short-term flexural modulus of 250,000 psi and long-term modulus of 125,000 psi for • Standard Resins and a Short-term flexural modulus of 400,000 psi and long-term modulus of 200,000 psi for Enhanced Resins • d. Flexural strength of 4,500 psi. • e. Safety factor of 2.0 shall be used. • f. Groundwater elevation at the ground surface. g. Pipe ovality: 2% • h. Poisson ratio of 0.3. • i. Enhancement factor(K) of 7. j. Service temperature range shall be 40 to 140 degrees • The City of Augusta Utilities Department Cured-In-Place Pipe Lining(Water/Steam Cured) Camp Hancock Outfall Rehabilitation Phase I 33 01 30.72-7 . WKD Project Number: 20160266.00.AG • • • • 2. The Minimum Acceptable Pipe Thickness (Finished and Installed), shall be based on • design parameters in paragraph 2.5.A.1., items(a)through(j)of this Specification adjusted • for site-specific field conditions and approved by the Engineer prior to tube manufacture. • 3. For the purpose of preparing bid pricing,the Contractor shall assume a minimum CIPP pipe • thickness(Finished and Installed)of 13.5 mm. B. It is the Contractor's responsibility to determine the site specific external loads on the liner and • increase its thickness as required. The Contractor shall submit his proposed plan for ensuring that • the finished and installed CIPP meets minimum thickness requirements. The plan shall include detailed inversion procedures to reduce stretching and resin loss and to minimize shrinkage. • C. The contractor shall submit his price proposal based on the appropriate length, size, and existing • pipe parameters. The deterioration of sewers is an on-going process. In the event pre- • construction inspections reveal the sewers to be in substantially different conditions than those in • the design considerations,the contractor shall request such changes in reconstruction liner thickness, supporting such requests with the appropriate design data satisfactory to the Engineer. • The deviation, if approved, shall be reflected by the appropriate addition or reduction in the unit • cost for that size as agreed to by the Owner. • PART 3 EXECUTION • 3.1 GENERAL A. All reconstruction of existing gravity sewer mains using an approved CIPP Product and Installer shall be performed in strict accordance with this Specification and the latest revision of ASTM F1216. Where discrepancies exist, or any latitude is either inferred or interpreted between this • specification and ASTM product and process standards, this Specification shall govern. • B. Inversion of CIPP using a hydrostatic water column is the preferred method of installation. • However,the Engineer will consider the use of alternative methods of installation on a case by 411case basis. For alternative methods to be considered,the Contractor shall submit a request in writing describing the alternative installation and any benefit to the Owner resulting from its use. • The Contractor may not assume that any method other than a hydrostatic water column is • acceptable on any sewer segment without a written request and subsequent approval by the Engineer. 40 C. The Contractor shall carry out his operations in strict accordance with all applicable OSHA standards. Particular attention is drawn to those safety requirements involving work on an • elevated platform, entry into a confined space and the operation of high-pressure air/steam • equipment. • D. All surfaces, which have been damaged by the Contractor's operations, shall be restored to a • condition at least equal to that in which they were found immediately prior to the beginning of the • Contractor's operations. Suitable materials and methods shall be used for such restoration. The restoration of existing property or structures shall be done as promptly as practicable and shall not • be left until the end of the construction period. Compensation for this work will be included in the • Contractor's proposal. • E. The tube shall be fabricated to a size that,when installed,will neatly fit the internal • circumference of the conduit(s)designated for CIPP. Allowance shall be made for the The City of Augusta Utilities Department Cured-In-Place Pipe Lining(Water/Steam Cured) • Camp Hancock Outfall Rehabilitation Phase I 33 01 30.72-8 • WKD Project Number: 20160266.00.AG • • 0 • circumferential stretching during insertion of the tube. After curing of the resin is completed,the • hardened CIPP will extend from manhole to manhole of the section designated providing a structurally sound, corrosion-resistant,watertight conduit that excludes exfiltration and • infiltration, is tight-fitting within the existing pipe, and is free of voids or annular spaces between • the CIPP and the existing pipe walls. K-Factor for tightness shall equal 7.0 or greater. All • terminations into manhole walls shall be watertight at the time of final inspection. No annular space shall be visible between the CIPP and manhole wall. In the event that an annular space is • present, it shall be completely filled with epoxy or other suitable material to the satisfaction of the • Engineer. • F. The Contractor shall be responsible for determining the minimum length to effectively span the • distance from the manhole to manhole and shall verify the length of the fabric tube in the field before the tube is either cut to length or wet-out with resin. The tube may run through one or • more manholes with the approval of the Engineer. • G. Traffic Control: The Contractor shall be responsible for traffic control during the course of each • phase of the Work. Prior to beginning Work, Contractor shall provide a traffic control plan to the • Engineer for each section of Work for the review and approval. It is the intent that this Work is to • be accomplished with as little disturbance to traffic,private property, and the public as is reasonably possible, consistent with timely completion thereof. The traffic control plan shall • reflect such requirements where applicable. Signs, signals, and detours shall conform to SCDOT • requirements for streets and highways, latest edition, as well as all local jurisdictional requirements. The Contractor shall have and maintain on site a sufficient supply of traffic cones • and other traffic signaling devices, including trained and properly equipped flagmen,to safely • control all traffic through the work zone(s). Road closures and/or detours will require advance • scheduling and shall have prior approval by the Owner and SCDOT. • 3.2 BY-PASS PUMPING • A. The installation methodology contemplated requires the temporary blocking and back-ups of • sewers and sewage. Contractor shall be responsible to limit the extent and duration of such • blockages and back-ups so that overflows and spillage onto public or private property and into storm sewers,waterways, and streets does not occur. In the event that such spillage or overflows • do occur during the course of or as a result of the Work,the Contractor performing the Work shall • immediately notify the Owner and eliminate the spillage or overflow and, as necessary,remove the blockage and eliminate the back-up. On elimination of the spillage or overflow,the 4I Contractor is to clean up and disinfect the area as directed by the Owner. Work to stop or contain • such events is to be deemed EMERGENCY in nature and sufficient justification for total • mobilization of resources,the use of overtime or double time, and any other reasonable measures to assure correction of the problem without delay. Damages and any costs incurred arising from • blockages,back-ups, spillage, or overflows of sewage during the course of the Work or because • of the Work shall be the sole responsibility of the Contractor. • B. Sewage flow shall be pumped around segments during the installation and testing of cured-in- 1111 place pipe,the televising of sewers and lateral service reinstatement. • C. Pumping equipment shall have the capacity to convey 100%of peak flows around the • construction area. The flow shall be intercepted at the upstream end of the construction area and • shall be pumped through temporary piping of adequate size. The flow shall be discharged into a manhole on the downstream side of the construction area,thus by-passing the sewer segment(s) • under construction. The Contractor shall be required to contact all residential and commercial • customers whose service lines connect to the sewer main being bypassed and inform them that • The City of Augusta Utilities Department Cured-In-Place Pipe Lining(Water/Steam Cured) Camp Hancock Outfall Rehabilitation Phase I 33 01 30.72-9 • WKD Project Number: 20160266.00.AG • • • • they will be temporarily out of service. The Contractor shall also advise those customers against • water usage until the mainline is back in service. The Contractor may be required to leave door- • hangers on each affected residence or commercial entity at least 48 hours prior to beginning work. The door-hangers to be used shall list the Contractor's 24-hour contact name and telephone • number as well as a designated contact for the Owner(if applicable). If requested by Owner,the • Contractor shall send a knowledgeable representative to any public meeting(s) deemed necessary • by the Owner to address questions or concerns of the general public. After completing the necessary work on the main line to allow its reuse,the Contractor shall advise those customers • that the sewer main is back in service. The Contractor shall maintain a high degree of • professionalism,both in workmanship and appearance, at all times. Should a condition arise that the Contractor cannot restore service within 12 hours of service interruption;the Contractor shall • make provisions for pumping all flows within the service interruption area at no cost to the • Owner. • D. Open channels or trenches shall not be used to convey flow. • E. A standby pump of the same capacity shall be required on site. 0 F. The Contractor is responsible for paying all fines imposed for overflows or spills during • construction. • • 3.3 PRE-CONDITIONING OF SEWERS: Reference Section 33 01 30.11 of these Specifications • A. Sewers shall be cleaned of all debris,roots and other materials that would inhibit proper inversion • of CIPP. • 3.4 VIDEO INSPECTION OF SEWERS: Reference Section 33 01 30.11 of these Specifications • 3.5 OBSTRUCTION REMOVAL,POINT REPAIRS,AND SAG ELIMINATION • • A. If pre-installation video inspection reveals an obstruction in the line segment(such as heavy • solids, dropped joints,protruding service connections or collapsed pipe)that cannot be removed • by conventional sewer cleaning equipment and the obstruction will prevent completion of the insertion process,perform point repairs or obstruction removal prior to CIPP installation. Obtain • approval of the Owner before performing work. • B. Point repairs, (if necessary), shall be performed by the Contractor in a timely manner. • C. If pre-installation video inspection reveals a sag in the sewer that has a vertical displacement 410 greater than one-third the pipe diameter, eliminate the sag by performing a point repair or by • removal and replacement of the sewer segment. Obtain approval of the Owner before performing • work. • D. After obtaining approval of the Owner/Engineer concerning the obstruction removal,point repair, • or sag elimination, submit to the Owner the length of pipe to be replaced,the number of services • to be disconnected and reconnected, and a bypass pumping plan for handling flow during the point repair. The Change Order cost should be submitted as a lump sum price for all work and • shall detail costs for the point repair including all materials equipment, excavation, sheeting, • bracing, backfill,embedment, compaction,dewatering, erosion control and backfill, compaction, hauling away and lawful disposal of excess excavated materials and debris, pipe,pipe fittings, • adapters and concrete collars,restoration,post-installation video inspection and any incidentals • necessary to complete point repair in a satisfactory manner. Expected quantities(both linear feet • The City of Augusta Utilities Department Cured-In-Place Pipe Lining(Water/Steam Cured) • Camp Hancock Outfall Rehabilitation Phase I 33 01 30.72- 10 • WKD Project Number: 20160266.00.AG 0 • • 41 • and diameter)of sewer laterals to be replaced, sewer lateral cleanouts, and select backfill should • be included with the lump sum price in order to negotiate prices if further complications arise during the point repair. The Owner has the right to eliminate work at the location of the obstruction,point repair, or sag(including the installation of cured-in-place liner from manhole to • manhole) for any reason. E. Point Repairs shall be completed in accordance with the Owner's Standard Details and • Specifications. • 3.6 RESIN IMPREGNATION OF THE CIPP TUBE(Wet-Out) • • A. The contractor shall designate a location where the tube shall be impregnated or"wet-out"with resin,using distribution rollers and a vacuum impregnation system to thoroughly saturate the • tube's felt fiber prior to installation in the field. The impregnated tube shall be free of pinholes, • resin voids and other defects. If the cured-in-place pipe is impregnated at the manufacturing plant, it shall be delivered to the job site in a refrigerated truck, and remain refrigerated prior to installation to prevent premature curing. The flexible tube shall be vacuum impregnated with • resin under controlled conditions so as to assure thorough resin impregnation to the full satisfaction of the Engineer. The volume of resin used shall be sufficient to fill all voids in the tube material at normal or design thickness and diameter. The volume of resin shall be adjusted • by adding seven to ten percent excess resin for the change in resin volume due to polymerization • and allow for any migration of resin into the cracks and joints in the original pipe. • 3.7 INVERSION OF CIPP • A. The impregnated tube shall be inverted through an existing manhole or other approved access point utilizing a hydrostatic water column or pressurized air until it has fully traversed the • designated line length and the inversion face breaches the destination manhole or termination point. The fluid column or air pressure shall have been adjusted and maintained to be sufficient • to cause the impregnated tube to hold tight against the existing pipe wall,produce dimples at side • connections, and flared ends at the manholes. Lubricant during inversion shall be used as • necessary in accordance with the CIPP manufacturer's recommendations. Thermocouples shall be placed at the top and bottom interface of the termination end of the liner for monitoring temperature during the cure cycle. Care should be taken during tube installation not to over-stress • the fabric fiber and to minimize longitudinal stretch,resin loss and thinning of the liner wall. • B. Inversion of CIPP using a hydrostatic water column is the preferred method of installation. • However,the Engineer will consider the use of alternative methods of installation on a case by case basis. For alternative methods to be considered,the Contractor shall submit a request in writing describing the alternative installation and any benefit to the Owner resulting from its use. • The Contractor may not assume that any method other than a hydrostatic water column is • acceptable on any sewer segment without a written request and subsequent approval by the Engineer. • • C. When using pressurized air,particular attention should be given to the maintenance of the minimum required"finished and installed"thickness of the CIPP. Before the inversion begins, • the tube manufacturer shall provide the minimum air pressure required to hold the tube tight • against the host pipe and the maximum allowable pressure so as not to damage the tube. Once the inversion has started,pressure shall be maintained between the minimum and maximum pressures until the inversion has been accomplished • • • The City of Augusta Utilities Department Cured-In-Place Pipe Lining(Water/Steam Cured) Camp Hancock Outfall Rehabilitation Phase I 33 01 30.72- 11 WKD Project Number: 20160266.00.AG • • • 3.8 CURING • A. Using Circulated Water • 1. A suitable source of heat and water recirculation equipment is required to circulate heated • water throughout the pipe. The equipment shall be capable of delivering hot water • throughout the inverted tube to uniformly raise the temperature required to affect a cure of • the resin. 2. Initial cure will occur during temperature heat-up and is completed when exposed portions • of the new pipe appear to be hard and sound and the thermocouples indicate that the • temperature is of a magnitude to realize an exotherm or cure in the resin. After initial cure is reached,the temperature should be raised to the post-cure temperature recommended by the • resin manufacturer. Post-Cure temperature should be held for a period as recommended by • the resin manufacturer,during which time the recirculation of the water and cycling of the • heat source to maintain the temperature continues. 3. Prior to any inversion,the Contractor shall provide a Post-Cure Hold Time and • Temperature Table. This table shall indicate the minimum time and temperature the • inverted tube will be held at in order to achieve desired physical properties. The resin manufacturer shall certify both the time and temperatures presented in the table. • 4. Curing must take into account the existing pipe material,the resin system, and the ground • conditions(temperature,moisture level, and thermal conductivity of the soil). • B. Using Controlled Steam: Curing of CIPP using circulated water is the preferred method of • processing. However,the Engineer will consider the use of controlled stream on a case by case • basis. The Contractor shall submit a request in writing describing any benefit to the Owner resulting from its use.The Contractor may not assume that any method other than circulated • water is acceptable on any sewer segment without a written request and subsequent approval by • the Engineer. 1. Suitable steam-generating equipment is required to distribute steam throughout the pipe. • The equipment shall be capable of delivering steam throughout the inverted tube to • uniformly raise the temperature required to affect a cure of the resin. 2. Initial cure will occur during temperature heat-up and is completed when exposed portions • of the new pipe appear to be hard and sound and the thermocouples indicate that the • temperature is of a magnitude to realize an exotherm or cure in the resin. After initial cure is reached,the temperature should be raised to the post-cure temperature recommended by the • resin manufacturer. Post-Cure temperature should be held for a period as recommended by • the resin manufacturer,during which time the distribution and control of steam to maintain • the temperature continues. 3. Prior to any inversion,the Contractor shall provide a Post-Cure Hold Time and • Temperature Table. This table shall indicate the minimum time and temperature the • inverted tube will be held at in order to achieve desired physical properties. The resin manufacturer shall certify both the time and temperatures on the table. • 4. The Time and Temperature Table submitted when using steam curing shall be identical to • time and temperature hold times when curing with heated, circulated water. 5. Curing must take into account the existing pipe material,the resin system, and the ground • conditions(temperature, moisture level, and thermal conductivity of the soil). • 3.9 COOL-DOWN • A. Cool-down of the CIPP shall be in accordance with the manufacturer's recommendations. • Absolute care shall be taken during the cool-down process so as to minimize shrinkage of the • CIPP. • S The City of Augusta Utilities Department Cured-In-Place Pipe Lining(Water/Steam Cured) • Camp Hancock Outfall Rehabilitation Phase I 33 01 30.72-12 • WKD Project Number: 20160266.00.AG 0 • S • 3.10 SERVICE CONNECTIONS • A. The Contractor shall fully reopen all of the existing active service connections in each length of sewer following lining. Complete service reconnections within 24 hours after completion of the • cured-in-place process. B. Existing active service connections shall be reestablished from inside the sewer by means of a • closed-circuit television camera and remote controlled cutting device appropriate for the CIPP. • C. The bottom of the openings shall be flush with the bottom of the lateral pipe to remove any lip • that could catch debris. • D. All openings shall be clean and neatly cut and shall be flush with the lateral pipe. Openings shall be minimum of 95 percent to maximum of 100 percent of the original service connection opening. • E. The openings of the reestablished connections shall be uniform and free of burrs and sharp edges. • • F. After reestablishing service connections,flush pipe clean. • G. The Contractor shall re-open any service lateral that does not meet this requirement as evidenced • by the post-rehabilitation inspections at no additional cost to the Owner. The Contractor shall be fully responsible for all backups and damage caused by not fully opening a lateral connection, including paying all costs associated with repairing damage as required by the Owner and/or • property owner. • H. No additional payment will be made for excavations for the purpose of reopening connections and the Contractor will be responsible for all costs and liability associated with such excavation and • restoration work. • 3.11 TERMINATION AND SEALING AT MANHOLES • A. No annular space shall be visible between the CIPP and manhole wall. In the event the finished liner does not fit tightly against the original pipe at its termination point(s),the void between the • liner and the host pipe shall be sealed and made watertight utilizing manhole end seals or a • mixture of resin/epoxy compatible with the CIPP to the satisfaction of the Engineer at no additional cost to the Owner. • B. The CIPP shall be sealed at the manholes to provide a watertight liner connection at the manhole. There shall be no leakage of groundwater into the manhole between the CIPP and existing sewer • pipe and between the existing sewer pipe and manhole wall. • C. Water-tight seal at manhole connections shall be achieved in accordance with Specifications • Section 33 05 13.15—Wet Well and Manhole Lining. 3.12 TESTING OF CIPP 111 • A. The Contractor shall prepare CIPP Acceptance Tests for each CIPP line segment during the 4110 modulus of this Contract. The CIPP testing shall include determining flexural strength, flexural modulus and wall thickness for each test sample. These three individual tests shall comprise • ONE COMPLETED TEST. S S • The City of Augusta Utilities Department Cured-In-Place Pipe Lining(Water/Steam Cured) Camp Hancock Outfall Rehabilitation Phase I 33 01 30.72- 13 • WKD Project Number: 20160266.00.AG S • • • B. From the point most distant from the heat source,the Contractor shall remove one restrained • sample of the installed liner at least 12 inches in length for testing. For sewers 15 inches and • larger,plate samples may be taken and cured in the same water as the installed CIPP. For each sample taken,the Contractor shall cut and deliver a 1-inch wide representative sample(taken at • least 2 inches from the end of the specimen)to Engineer. The sample delivered to the Engineer • shall be labeled and removed from any restraining mold. The Engineer may return such samples • to the Contractor for disposal. C. The tests shall be used to verify that the installed CIPP meets these specifications. CIPP • thickness shall be measured in accordance with ASTM D5813. Flexural properties shall be determined per ASTM D790. The Contractor shall label and date all samples and deliver the • samples directly to the Engineer. All testing shall be performed by an independent,ASTM- certified testing laboratory of the Owner's designation. Payment to the Contractor shall be • withheld pending the Owner's acceptance of the CIPP test results. • D. Any liner that does not meet the specified strength and/or thickness requirements,regardless of • the amount below the specified requirements, shall be corrected by the Contractor in a manner approved by the Engineer at no additional cost. The Engineer's decision on how to correct • deficient CIPP installations shall be final. • E. The cost for testing under this section shall be paid via the appropriate unit price item included in the Bid Form on a basis of each test. Payment for the testing shall not be made until the test • report is provide to the Engineer. • 3.13 NON-CONFORMING WORK • A. If the thickness, flexural strength or flexural modulus of elasticity of the installed CIPP are 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 Owner/Engineer. Work • required to remedy non-conforming work shall be at no additional cost to the Owner. B. Any liner that does not meet the specified strength and/or thickness requirements,regardless of • the amount below the specified requirements, shall be corrected by the Contractor in a manner • approved by the Engineer at no additional cost to the Owner. The Engineer's decision on how to • correct deficient CIPP installations shall be final. Options for correcting deficient liners that will • be considered by the Engineer include removing the liner and re-lining the sewer, excavating and replacing the sewer from manhole to manhole, or providing the Owner with a substantial credit. The primary option that will be considered will be to re-line the sewer. Credits will only be • authorized for CIPP that does not meet required thickness. If a credit is acceptable to the Owner, • the credit shall be calculated by multiplying the bid price by the percent that the liner thickness is below the required installed thickness as follows: • Credit=(1 —(installed CIPP thickness/min required thickness))x Bid Price • • C. The Contractor shall not assume a credit will be acceptable to Owner in any case. • D. All credits shall be accounted for on the monthly pay estimates(each and every month)as the • failed test results are received by the Owner/Engineer. Credits shall not accumulate until the end • of the Contract. In addition, any other defective CIPP shall be repaired within 21 days of being identified or work will not be allowed to continue. • The City of Augusta Utilities Department Cured-In-Place Pipe Lining(Water/Steam Cured) • Camp Hancock Outfall Rehabilitation Phase I 33 01 30.72-14 • WKD Project Number: 20160266.00.AG • • • • E. For all instances,where CIPP is deemed unacceptable,other than thickness, flexural strength, • and flexural modulus of elasticity, as described in this specification section, submit a proposed method of repair or replacement for review and approval by the Owner/Engineer. Work required to remedy non-conforming work shall be at no cost to the Owner • F. The finished CIPP will provide a uniform smooth, interior wall surface and will have at least • 100%of the flow capacity of the original pipe before rehabilitation. • 3.14 FINAL ACCEPTANCE • • A. Post-installation videos and lab test results shall be delivered to the Engineer no later than thirty • (30)days from the date the CIPP was installed. The finished CIPP shall be continuous over the length of pipe between two manholes and shall be an impermeable,joint-less conduit, free from • visual defects such as foreign inclusions, dry spots,pin holes, lifts, or delamination. Wrinkles in • the CIPP, (other than minor, longitudinal pressure wrinkles)or,those caused by the irregular surface of the host pipe wall will not be acceptable. The Engineer shall determine the acceptability of pressure wrinkling with that decision being final. The Contractor shall correct • any deficiencies under this section to the satisfaction of the Engineer at no additional cost to the • Owner. • END OF SECTION • • • • • • • • • • • • • • • • • • The City of Augusta Utilities Department Cured-In-Place Pipe Lining(Water/Steam Cured) Camp Hancock Outfall Rehabilitation Phase I 33 01 30.72- 15 411 WKD Project Number: 20160266.00.AG • • • • • • • • • • • • • • • • INTENTIONALLY LEFT BLANK • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • SECTION 33 01 30.73 • GLASS REINFORCED PLASTIC, UV CURED-IN-PLACE PIPE (CIPP) • SANITARY SEWER REHABILITATION • PART 1 -GENERAL • 1.01 Scope A. The work covered by this section of the specifications includes the furnishing of all labor, tools, • equipment and materials, and performing all operations in connection with the lining of existing • sewer with Glass Reinforced Plastic, UV Cured-In-Place Pipe (GRP- UV CIPP) referred to generically herein as CIPP. The work shall also include complete maintenance of all wastewater flows, reopening of service wyes or tees, removal of protruding service connections, manhole • seals, lateral seals, etc. When completed,the CIPP should extend from end-to-end of the section • being lined in a continuous jointless, seamless, tight-fitting pipe-within-a-pipe as specified herein. B. When cured, the CIPP shall form a continuous, tight-fitting, hard, impermeable liner which is chemically resistant to any chemicals normally found in domestic sewage. The liner shall be • chemically resistant to trace amounts of gasoline and other oil products commonly found in • municipal sewerage and soils adjacent to the sewer pipe to be lined. • C. The CIPP shall be fabricated to a size that will tightly fit the sewer being rehabilitated after being • installed and cured. The liner shall be capable of fitting into irregularly shaped pipe sections and • through bends and dips within the pipeline. Allowance for longitudinal and circumferential expansion shall be taken into account when sizing and installing the liner. All dimensions shall be verified in the field by the Contractor prior to fabrication of the liner. Field measurements shall be used to ensure maximum closure between the new liner and the existing sewer pipe. There shall be • no leakage of ground water between the existing pipe and the CIPP at the manhole connection or • service lateral connections. Any leakage found shall be eliminated by the Con tractor at no additional cost to the Owner. • • D. The application of the resin to the tubing (wet-out) shall be conducted under factory conditions • and the materials shall be fully protected against UV light, excessive heat and contamination at all times. • • E. The length of the liner shall be the length deemed necessary by the Contractor to effectively • carry out the insertion of the liner and sealing of the liner at the outlet and inlet manholes. The required length of liner shall be verified in the field by the Contractor prior to fabrication of the • liner. • • 1.02 Reference Standards • • The following documents form a part of this specification: • A. ASTM F2019 - Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the • Pulled in Place Installation of Glass Reinforced Plastic (GRP) Cured-in-P1 ace Resin Pipe (CIPP) • The City of Augusta Utilities Department Cured-In-Place Pipe Lining(UV Cured) Camp Hancock Outfall Rehabilitation Phase I 33 01 30.73 - 1 • WKD Project Number: 20160266.00.AG • 0 • • B. ASTM F1216 - Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the • Inversion and Curing of a Resin-Impregnated Tube (F1216-O7b liner thickness design not • accepted) • C. ASTM F1743 - Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the • Pull in and inflate and Curing of a Resin-Impregnated Tube • D. ASTM F2304 - Standard Practice for Rehabilitating of Sewers Using Chemical Grouting • • E. ASTM F2599 -Standard Practice for the Sectional Repair of Damaged Pipe by Means of an • Inverted Cured-in-Place Liner • F. ASTM D543 -Test Method for Resistance of Plastics to Chemical Reagents • III G. ASTM D578 -Standard Specification Glass Fiber Strands • H. ASTM D638 - Standard Test Method for Tensile Properties of Plastics 0 0 I. ASTM D790 - Standard Test Methods for Flexural Properties of Unreinforced and • Reinforced Plastics and Electrical Insulating Materials • J. ASTM D2122 - Standard 1 Test Method for Determining Dimensions of Thermoplastic • Pipe and Fittings • • K. ASTM D3567 - Standard Practice for Determining Dimensions of"Fiberglass" (Glass- Fiber- Reinforced Thermosetting Resin) Pipe and Fittings • • L. ASTM D581 3 -Standard Specification for Cured-in P1 ace Thermosetting Resin Sewer • Pipe • Where reference is made to one of the above standards,the revision in effect at the time of bid • opening shall apply. • • 1.03 Contractor Qualifications • • A. The contractor or subcontractor performing the work of this section shall be a licensed, • certified installer of the product manufacturer proposed. Product manufacturer shall demonstrate a proven technology with experience installing the products specified in this section and is defined • here as a minimum of 50,000 linear feet of successful sanitary sewer and/or storm water collection • system installations worldwide. Project owner contact information and location shall be provided. • Contractor's onsite superintendent shall have a minimum of 3 years' experience in the CIPP • industry. Documentation of the above shall be submitted with the bid. Manufacturer shall have on an onsite representative present during installation of 2,000 feet of the CIPP. • • • • The City of Augusta Utilities Department Cured-In-Place Pipe Lining(UV Cured) • Camp Hancock Outfall Rehabilitation Phase I 33 01 30.73-2 • WKD Project Number: 20160266.00.AG • • • • 1.04 Product Handling • • A. Care shall be taken in shipping, handling and laying to avoid damaging the CIPP. Extra care • shall be taken during cold weather construction. Any CIPP damaged in shipment shall be replaced • as directed by the Engineer. Any CIPP showing a split or tear or has been mishandled shall be • marked as rejected and removed at once from the work. Any liner showing evidence of premature curing will be rejected for use and shall be removed from the site immediately. 1.05 Submittals • • A. In general, the Contractor shall submit, prior to the installation or use of any lining material s or • equipment, certified test results from the manufacturers which indicate that all materials conform to • the applicable reference standards listed above. The following list of submittals shall be made in • accordance with Contract Documents: • 1. Bid submittal showing contractor meets above qualifications requirement and other pertinent • about the product systems proposed for the project. • 2. Contractor 's description of the proposed rehabilitation lining method. 3. Contractor's spill prevention control plan. 4. Contractor's description of the proposed rehabilitation lining method. • • 5. Letter from the resin manufacturer stating that the resin used is premium, non recycled • and contains no fillers or additives and complies with the reference standard. A copy of the • resin manufactures ISO 9002 Certificate or letter of certification. A letter from the resin manufacturer approving the resin to catalyst ratio. • • 6. The cure schedules for the CIPP shall be submitted for review. The curing • process/schedules shall be approved by the resin manufacturer in writing. The cure schedules shall include specific information on the UV light train, its insertion, speed, and • CCTV devices. • • 7. The contractor shall submit calculations sealed by a Professional Engineer, licensed in the State of Georgia, demonstrating the required CIPP liner thickness for full y deteriorated • gravity pipe conditions. S • 8. The contractor shall submit drawings of the pipe-manhole connections for approval, • including termination points in manholes and transitions with manhole linings where installed and reinforcing sleeves where installed. S • 9. The Contractor shall submit test results of the resin proposed that meet the chemical • resistance requirements of ASTM F2019. The chemical resistance tests will be completed in accordance with Test Method 0543. • • The City of Augusta Utilities Department Cured-In-Place Pipe Lining(UV Cured) Camp Hancock Outfall Rehabilitation Phase I 33 01 30.73-3 WKD Project Number: 20160266.00.AG S • • • 10. The Contractor shall submit Material Safety Data Sheets for all resins, and other additives • such as accelerants, colorants, and lubricants utilized in the pipe liner/lining process. 11. Additional manufacturer protocols not included above. The Contractor shall submit • manufacturer information that describes the materials, curing speeds, curing installation • processes, installation pressures,temperature limitations, and recommended post curing documentation. • 12. Field sampling procedure shall be in accordance with ASTM F2019 and in accordance with ASTM 0581 3. • • 13. Residential Informational Handout - The Contractor shall submit an informational hand out that describes the material s,processes, installation, pressures,temperature limitations, and • odors associated with the lining process that shall be provided at the request of concerned • residents. 14. The contractor to submit one copy of the final post-rehabilitation inspections shall be • submitted to the Engineer for review and approval as specified. • 1.06 Safety • A. The Contractor shall conform to all work safety requirements of pertinent regulatory agencies • and shall secure the site for the working conditions in compliance with the same. The Contractor • shall erect such signs and other devices as are necessary for the safety of the work site. • B. The Contractor shall also perform all of the work in accordance with applicable OSHA • standards. Emphasis shall be placed upon the requirements for entering confined spaces. • 1.07 Measurement & Payment • • A. Measurement and payment for work described in this section will be made in accordance with • the provisions of the section identified as Unit Prices. • B. Any lining that does not meet the specified installed strength and/or thickness requirements, • regardless of the a mount below the specified requirements, shall be corrected by the Contractor in a manner approved by the Engineer at no additional cost to the Owner. The Engineer's decision • on how to correct deficient CIPP installations shall be final. Options for correcting deficient liner • that will be considered by the Engineer include removing the liner and re-lining the sewer, excavating and replacing the sewer from manhole to manhole, re-lining sewers completely from manhole to manhole, or providing the Owner with a substantial cred it. The primary option that will • be considered is to re-line the sewers. Credits will only be considered for lining that does not meet • the required thickness. If a credit is acceptable to the Engineer and Owner, the cred it shall be calculated by multiplying the bid price by the percent that the liner thickness is below the minimum • required installed thickness as follows: The City of Augusta Utilities Department Cured-In-Place Pipe Lining(UV Cured) • Camp Hancock Outfall Rehabilitation Phase I 33 01 30.73-4 • WKD Project Number: 20160266.00.AG • • • Credit= [1 - (installed CIPP thickness=min. required thick ness) x Bid Price] x length of deficient • installation The Contractor shall not assume that a credit will be acceptable to the Engineer or Owner. • • C. All credits shall be accounted for on the monthly pay estimates (each and every month) as the failed test results are received by the Engineer. Credits shall not accumulate until the end of the Contract. In addition, any other defective CIPP shall be repaired within 21 days of being identified • or payment will be withheld and work will not be allowed to continue. D. Payment will not be made for any sewer lining until the Engineer has reviewed and approved • the final CCTV inspection. As stated elsewhere in these Special Provisions, the Owner will consider payment of the CIPP lining based on preliminary television inspections. In either case, the • Contractor shall submit the required digital inspections a minimum of 10 days in advance of an y • payment request to provide the Engineer ample time to review the information. • E. The costs for removing protruding connections shall not be a separate pay item. The Owner will • not approve payment for excavating protruding services in lieu of cutting them internally unless • prior approval is granted by the Engineer where there is a specific reason or circumstance in which the lateral cannot be cut. • PART 2 MATERIALS • 2.01 GRP-CIPP • A. Product Systems 1. 1 . Product systems shall adhere to all requirements specified herein and shall be modified • as necessary to meet these requirements. Cured-in-place pipe lining (GR- C IPP) shall be • one of the following products: ID a. BKP Berolina b. Daystar Composites, LLC c. Reline America, Inc. • d. Saertex e. Light Stream • B. Liner • 1 . The fiberglass within the liner shall be non-corrosion (E-CR), seamless material and shall be free from tears, holes, cuts, foreign materials and other surface defects. Its glass fibers shall extend in a longitudinal direction to insure no longitudinal stretching during the • pull-in process. • 2. The liner shall be constructed to withstand installation pressures as required by ID manufacturer's recommendations. • The City of Augusta Utilities Department Cured-In-Place Pipe Lining(UV Cured) Camp Hancock Outfall Rehabilitation Phase I 33 01 30.73 -5 WKD Project Number: 20160266.00.AG • • • • • 3. The liner shall be manufactured to a size that when installed will tightly fit the internal • circumference and the length of the original pipe. The tube be able to stretch to fit irregular • pipe sections and negotiate bends of up to 20 degrees and shall have sufficient strength to bridge missing pipe sections, with the use of a canvas sleeve if necessary. • 4. Interior and exterior plastics shall be styrene resistant to protect and contain the resin used in • the liner. • 5. The exterior plastic shall be ultra violet light resistant and allow visual inspection of the • impregnation of the resin within the glass fibers. • 6. The wall color of the interior pipe surface of CIPP after installation shall be a light reflective • color so that a clear detailed examination with CCTV inspection may be made. • • C. Resins • 1. The resin used to impregnate the liner shall produce a cured liner pipe resistant to shrinkage, • corrosion, abrasion and shall have a proven resistance to municipal wastewater. • 2. The resin shall be a chemically resistant UV cured isophthalic polyester resin or vinyl ester • resin. When cured the resin/Liner system shall meet the structural and chemical resistance • requirements of ASTM F2019. • • D. Design Requirements • The Contractor shall submit signed and sealed designs by a professional engineer licensed in the • State of Georgia prior to the CIPP installation. The designs shall include a step by step calculation • that shows all equations, defines all variables, lists all assumptions, and clearly indicates all values • used for the design. The CIPP thickness design shall conform to the following criteria: • 1. ASTM F1216 design considerations for minimum 50-year service life under • continuous loading conditions for fully deteriorated gravity pipe. • 2. AASHTO H-20 Live Load. 3. A soil modulus of elasticity of 700 psi, soil weight of 120 pounds per cubic foot and a • coefficient of friction of Ku=0.15. 4. Short-term flexural modulus of 1,000,000 psi per ASTM 0790, 50-year flexural creep • modulus of 60%per ASTM 02990, flexural strength of 6,500 psi per ASTM 0790. • 5. Safety factor of 2.0. 6. 10-feet depth of cover maximum. • 7. Groundwater elevation at ground surface. • 8. Pipe ovality of 2%. • 9. Poisson's ratio of 0.3. 10. Service temperature range shall be 40 to 140 degree F. 5 11. Maximum long-term deflection shall be 5 percent. • 12. The installed, cured thickness shall be the largest thickness as determined by calculations for deflection, bending, buckling or minimum stiffness or minimum project thickness as • specified below. • The City of Augusta Utilities Department Cured-In-Place Pipe Lining(UV Cured) • Camp Hancock Outfall Rehabilitation Phase I 33 01 30.73-6 • WKD Project Number: 20160266.00.AG S • • E. Minimum GRP-UV CIPP thickness for this Contract at above conditions rounded up to nearest • 1.0 mm: • 1. All 24-inch Mains—8.0 mm • PART 3 EXECUTION • 3.01 Preparatory Work • A. The Contractor shall clean and televise each length of pipe to be lined as specified in • 01010 - Special Requirements and defects that would affect the CIPP liner integrity or installation shall be repaired. • • 1. Protruding service lateral connections shall be internally cut/ground down flush with the • pipe wall with a robotic cutter specifically designed for this purpose. The internal cutter • shall be capable of cutting cast iron, PVC, vitrified clay pipe, ductile iron pipe and Orangeburg pipe. 2. Point repairs for crushed segments or dislocated laterals shall be completed prior to lining the main sewer or if blockage prevents adequate pre-rehabilitation • television inspection. • B. The Contractor shall bypass pump sewage flows around the lining work (or pre-lining re pair) • while it is being performed. Contractor shall submit a detailed bypass pumping plan to the Engineer • prior to starting any work. C. The Contractor shall verify the lengths of pipe to be relined and the inside diameters. • • D. The fabric tube shall be full y impregnated with resin (wet-out). The impregnation equipment shall contain devices to secure a proper distribution of the resin. Following the impregnation, the fabric tube shall be exposed to a resin thickening procedure. Certification documentation • concerning date, type of resin(manufacturer, trade name and lot number), resin calculation, and • volume of resin used shall be attached to the impregnated fabric tube. 3.02 GR P-UV CIPP Installation • The CIPP Liner shall be installed in the host pipe per the manufacturer's specifications as submitted • and approved, applicable ASTM F201 9, Section 6.4, and the following: • A. Final Cleaning and Inspection - The existing host pipe shall be cleaned just prior to insertion of • the Liner. A maximum of one hour may elapse between this final cleaning/flushing pass and the • insertion of the Liner. After the cleaning is complete, a recorded video inspection shall be made to verify the cleanliness of the li ne, shall be available to the Engineer upon request. IP B. Liner Protection - Prior to inserting the Liner, a plastic sheet 10 mil thick will be pulled into the • host pipe to protect the Liner from damage as the Liner is pulled in. • C. Liner Insertion- The Liner shall be pulled-in through an existing manhole or approved access point and fully extend to the next designated manhole or termination point. The pulling speed shall • not exceed 1 5 ft/min. Care shall be exercised not to damage the tube during the pulling phase. • The City of Augusta Utilities Department Cured-In-Place Pipe Lining(UV Cured) Camp Hancock Outfall Rehabilitation Phase I 33 01 30.73 -7 WKD Project Number: 20160266.00.AG ID D. Liner Inflation - The Liner shall then be inflated with air with sufficient pressure to hold the • liner tight to the host pipe wall. • E. Liner Inspection - The Contractor will video record the Liner prior to commencement of the • curing process, and make the recording available to the Engineer. • • 3.03 Curing for Ultraviolet Light • CIPP curing shall be in accordance with applicable ASTM F2019, Section 6.6 and 6.7, with the following modifications: • A. The ultraviolet curing lamps shall operate in a sufficient frequency range to insure the curing of the resin. • B. Cameras shall be located on each end of the ultraviolet light assembly to enable the video • inspection of the Liner and to insure that the Liner has been properly inflated and any liner • problems can be identified before curing begins. • C. The Contractor will submit a documented record of time,rate of travel of the ultraviolet light • assembly, and internal temperatures and pressures during the curing process to the Owner. •• 3.04 Finished Pipe Liner A. The cured Liner shall be continuous over the entire length of an installation run and be free of • material defects. The lining shall be impervious and free of any leakage from the pipe to the • surrounding ground or from the ground to inside the lined pipe. • B. Any defect, which will or could affect the structural integrity, strength, capacity, or future maintenance of the installed Liner, shall be repaired at the Contractor's expense, in a manner • approved by the Engineer. C. Both ends of the cured Liner shall be cut flush at the inlet and outlet points in the manhole, and • sealed with an epoxy or resin mixture compatible with the liner/resin system such as Hydrotite waterstop by Greenstreak Group or equal to provide a watertight seal. Sealing material and • installation method shall be submitted and approved by the Engineer prior to start of construction. Hydraulic cements and quick-set cement products are not acceptable. • D. The CIPP shall be neatly cut from the manhole walls after installation to facilitate the application • of the manhole coating where required. The C I PP shall be sealed at the manholes to provide a • watertight liner connect ion at the manhole. There shall be no leakage of ground water into the • manhole between the CIPP and existing sewer pipe and between the existing sewer pipe and • manhole wall. • • 3.05 Reinstatement of Sewer Service Laterals • • The City of Augusta Utilities Department Cured-In-Place Pipe Lining(UV Cured) • Camp Hancock Outfall Rehabilitation Phase 1 33 01 30.73-8 • WKD Project Number: 20160266.00.AG • • • • • A. After the liner has been properly cured, the Contractor shall full y reopen all of the existing • active service connections in each length of sewer following lining. The service connect ions shall • be reopened from inside the sewer by means of a closed-circuit television camera controlled cutting device appropriate for the CI PP. All openings shall be clean and neatly cut and shall be flush with • the lateral pipe. The openings shall also be buffed with a wire brush to remove rough edges and provide a smooth finish. The bottom of the openings shall be flush with the bottom of the lateral • pipe to remove any lip that could catch debris. Openings shall be 95%of the service lateral pipe. The Contractor shall re-open any service lateral that does not meet this requirement as evidenced by • the post-rehabilitation inspections at no additional cost to the Owner. The Contractor shall be fully • responsible for all backups and damage caused by not fully opening a lateral connect ion, including • paying all costs associated with repairing damage as required by the Engineer, Owner and/or property owner. • 3.06 Service Lateral Seals • A. Service laterals will be sealed in accordance with specification section 02764. • • 3.07 Final Acceptance • A. The Contractor shall conduct a final post- rehabilitation television inspection of the completed • work to verify that the liner installation is acceptable as defined herein. The sewers shall be • thoroughly cleaned prior to performing the television inspections. No cleaning equipment shall be • in the sewers u ring the post-rehabilitation inspections. The pipe shall be dry so that the entire CIPP can be seen. This will require that temporary plugging or bypass pumping be provided or all post- • rehabilitation television inspections. • • B. Post CCTV inspection s shall be per formed after manhole and lateral rehabilitation work is complete. It shall include manhole bench/channel and lateral inspection. • • C. The post-rehabilitation television inspections shall be within 3 feet of the actual sewer length as • measured above ground from center of manhole to center of manhole. Any inspection that • exceeds this limit shall be re-performed and re-submitted to the Engineer prior to payment at no additional cost to the Owner. • • D. The inspections shall be in order, correct and complete or the Engineer will immediately return • the inspections to the Contractor for corrections. • E. There shall be no holes, dry spots, lifts, ribs, wrinkles, ridges, splits, bulges, cracks, • delamination or other type defects in the C1PP lining unless predicted in writing by the Contractor • prior to lining. Defective lining or groundwater leakage shall be re paired in a manner suitable to and approved by the Engineer at no additional cost to the Owner. The Engineer's decision on how to • correct defective lining shall be final. Options for repairing defective lining that will be considered • by the Engineer include removing the liner and re-lining the sewer, excavating and replacing the • sewer from manhole to manhole, re-lining sewers completely from manhole to manhole, or • installing a sectional CIPP patch to repair the defective area. S • The City of Augusta Utilities Department Cured-In-Place Pipe Lining(UV Cured) Camp Hancock Outfall Rehabilitation Phase I 33 01 30.73 -9 • WKD Project Number: 20160266.00.AG • • • • F. In addition,there shall be no groundwater leakage through the CIPP or between the liner and the • existing pipes. Any leakage shall be eliminated in a manner approved by the Engineer. Options for • eliminating leaks that will be considered by the Engineer include installation of specialized grout by • injection methods and sealing leaks with specialized water-stop materials. • 3.08 Sampling and Testing • A. For every sewer segment that is lined,the Contractor shall remove one restrained sample of the • installed liner at least 12 inches in length for testing of installed CIPP flexural properties and • thickness. The CI PP testing shall include determining flexural strength, flexural modulus,tensile • strength and thickness of each sample. These four separate individual tests make up one completed • CIPP test. Payment will be made for each completed CIPP test at the unit price bid after the test • results are submitted to the Engineer. • B. For sewers 1 2 inches in diameter and smaller,the sample shall be captured by installing the • lining through a section of PV C pipe (same diameter as the existing sewer diameter) within the • most downstream manhole of the installation and at all intermediate manholes if multiple sewer segments are lined at the same time. For sewers 1 5 inches in diameter and larger, plate samples • shall be taken and cured in the same water as the installed CIPP. • C. The Contractor shall be responsible for capturing the samples and preparing the samples for • testing (cutting the samples to the required dimensions, removing the PVC pipe, etc.). The testing • laboratory shall specify the dimensions for the samples. In addition, the Contractor shall cut al - • inch wide re presentative sample (taken at least 2 inches from the end of the specimen) for the • Engineer's records. The Contractor shall label all samples including writing on the samples where • they were taken(manhole numbers and work orders) and the date they were taken. • D. Each day, the Contractor shall submit the samples to the testing laboratory. The • Contractor shall select the independent testing laboratory and shall pay the laboratory for • all tests. The testing laboratory shall submit all test results directly back to the Engineer with a copy to the Contractor. The test results shall be returned to the Engineer within 21 days from the • laboratory receiving the samples. If the results are not received in this timeframe, payment will be • withheld. It shall be the Contractor's responsibility to ensure that the laboratory meets the specified • schedule. • E. All testing shall be performed by a n independent, ASTM-certified testing laboratory. • The testing laboratory shall also submit their ASTM certification. The Contractor shall consider • utilizing a local testing laboratory for these services. • F. The tests shall be used to verify that the installed CIPP meets these specifications. CIPP • thickness shall be measured in accordance with ASTM 05813. Flexural properties shall be • determined per ASTM 0790. Tensile strength shall be determined per ASTM 0638. • 3.09 Clean Up 0 A. After the liner installation has been completed and inspected, the Contractor shall clean up the entire project area and return the ground cover to grade. All excess material and debris not 0 incorporated in the permanent installation shall be disposed of by the con tractor in accordance with • The City of Augusta Utilities Department Cured-In-Place Pipe Lining(UV Cured) • Camp Hancock Outfall Rehabilitation Phase I 33 01 30.73- 10 • WKD Project Number: 20160266.00.AG 41 • • • State and Federal laws and regulations. The project area affected by the Contractor's operations • shall be reinstated. • 3.10 Warranty • A. The liner shall be certified by the manufacturer for specified material properties. The • Manufacturer shall warrant the liner to be free from defects in raw materials for two years from the date of substantial completion. • • B. The Contractor shall warrant the liner installation for a period of two years from the date of • substantial completion. During the Contractor warranty period, any defects which affect the integrity or strength of the pipe shall be repaired at the Contractor's expense in a manner mutually • agreed by the Owner and the Contractor. • • C. I f a liner fails to perform, the Contractor shall be required to remove the failed liner at no additional cost. This shall include but not be limited to all material, excavation, backfilling, • cutting, concrete,pipe, shoring, temporary pavement, permanent pavement permits and other • incidental work required to remove the liner from the existing pipe. The integrity of the existing • pipe where the liner was removed shall be rehabilitated by installing another liner or if this • procedure is not feasible by installing a new pipe section. There shall be no direct payment for this work. S • END OF SECTION • • • • • • • • • S • • • • • • • S S • The City of Augusta Utilities Department Cured-In-Place Pipe Lining(UV Cured) Camp Hancock Outfall Rehabilitation Phase I 33 01 30.73 - 11 • WKD Project Number: 20160266.00.AG 5 • • • • • • • • • • • • • INTENTIONALLY LEFT BLANK • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • 41 • • • • SECTION 33 01 30.62 MANHOLE GROUT SEALING • • PART 1 GENERAL • • 1.1 SUMMARY • A. Section Includes: • 1. Manhole interior cleaning. 2. Manhole Sealing • 3. Injection Grouting • B. Related Sections: • 1. Section 33 01 32—Sewer and Manhole Testing. • 2. Section 33 05 13.13 —Manhole Grade Adjustment. . 3. Section 33 01 30.72—Cured-In-Place Pipe. • 1.2 UNIT PRICE-MEASUREMENT AND PAYMENT • A. Section 01 20 00-Price and Payment Procedures: Contract Sum/Price modification procedures. • • B. Injection Grouting: 1. Basis of Measurement: By gallon of grouting used. 2. Basis of Payment: Includes interior cleaning, investigation to determine leaks, grouting • leaks, and Work required to seal manhole. • 1.3 REFERENCES • • A. ASTM International: 1. ASTM C33 —Standard Specification for Concrete Aggregates. • 2. ASTM C39—Standard Test Method for Compressive Strength of Cylindrical Concrete • Specimens. 3. ASTM C 109—Standard Test Method for Compressive Strength of Hydraulic Cement • Mortars. • 4. ASTM C150—Standard Specification for Portland Cement. • 5. ASTM C267—Standard Test Method for Determining the Chemical Resistance of Grouts and Mortars • 6. ASTM C595—Standard Specification for Blended Hydraulic Cement. • 1.4 SUBMITTALS • • A. General Conditions, General Specifications, and Section 01 33 00 - Submittal Procedures: Requirements for submittals. • • B. Shop Drawings: Submit drawing regarding each sewer structures grouted, sealed, or lined. • C. Product Data: Submit product data on grout and sealant and liner. • • • The City of Augusta Utilities Department Manhole Grout Sealing Camp Hancock Outfall Rehabilitation Phase I 33 01 30 62- 1 • WKD Project Number:20160266.00.AG • • • • • • D. Test Reports: Indicate vacuum testing results or exfiltration testing results. • E. Manufacturer's Certificate: Certify Products and Services meet or exceed specified • requirements. • 1.5 CLOSEOUT SUBMITTALS • A. Per General Conditions and General Specifications. • B. Project Record Documents: Record actual locations of sealed manholes. • 1.6 QUALITY ASSURANCE • A. Perform Work in accordance with all governing State, County, Municipality and Public Works • standards. B. Maintain one copy of each document on site. • 1.7 QUALIFICATIONS • A. Manufacturer: Company specializing in manufacturing ufacturin Products specifiedecified in this section with • minimum 5 years documented experience. • B. Installer: Company specializing in performing work of this section approved by manufacturer. • • C. The Contractor performing the work shall be fully qualified, experienced and equipped to • complete this work expeditiously and in a satisfactory manner. The Contractor, as a company, must have at least three years of experience with the product. The Contractor shall submit • detailed information and Owner references to demonstrate that he meets the experience • requirements. • 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. Section 01 60 00-Product Requirements: Requirements for transporting,handling, storing, and • protecting products. • B. Accept materials on site in undamaged, unopened container,bearing manufacturer's original • labels. Inspect for damage. • • C. Protect materials from damage by storage in secure location. • D. Care shall be taken in shipping, handling and placing to avoid damaging the product. Any • product damaged in shipment, showing deterioration,or which has been exposed to any other • S The City of Augusta Utilities Department Manhole Grout Sealing • Camp Hancock Outfall Rehabilitation Phase 1 33 01 30 62-2 • WKD Project Number:20160266.00.AG • • • • • • adverse storage condition that may have caused damage, even though no such damage can be • seen, shall be marked as rejected and removed at once from the work. While stored,the • products shall be adequately packaged and protected. The products shall be stored in a manner • as recommended by the manufacturer. • 1.10 SCHEDULING 41 A. Section 01 30 00-Administrative Requirements: Requirements for scheduling. • • B. Schedule work to coincide with relining sewers,joint sealing, and Cured-In-Place Pipe. • 1.11 COORDINATION • A. Section 01 30 00-Administrative Requirements: Requirements for coordination. • • B. Provide schedule of Work indicating when manhole grouting will occur. 411 • PART 2 PRODUCTS • 2.1 GROUT SEALANT • • A. Chemical(Injection)Grout: 1. Mixture of dry acrylamide and dry N,N-methylenebisacrylamide, in proportions capable of diluting aqueous solutions and when properly catalyzed, forming stiff gels. • 2. Make solution at concentrations per the manufacture's recommendations. 3. With ability to tolerate ground water dilution and to react in moving water. • 4. Viscosity of less than 2 centipoise,remaining constant until gelation concurs. • 5. Reaction time controllable from 10 seconds to 3 minutes. • B. Catalyst: Ammonium persulfate; use in combination with activator; use of catalyst containing • Dimethyl Amino Propionitrile(DMAPN)is prohibited. • C. Activator: Triethanolamine or other compounds of equivalent properties. • • D. Inhibitor: Potassium ferricyanide. E. Root Growth Inhibitor: • 1. Dichlorobenzonitrile meeting recommendations of grout manufacturer; root treatment additive capable of remaining active for minimum of two years. • 2. Active ingredient for destroying root intrusions: Sodium methyldithiocarbamate. • 3. Root cell inhibiting agent 2,6 -dichlorobenzonitrile(DICHLOBENIL); for each application • disperse root control agent into clear, cool water free of acid, alkali, oxidizing agents, or large amounts of oil or other organic compounds or materials.Use tanks for transportation • or storage of makeup water free of material listed above. • F. Portland Cement: ASTM C 150, Type II. • • G. Fine Aggregate: ASTM C33 gradation. • • The City of Augusta Utilities Department Manhole Grout Sealing Camp Hancock Outfall Rehabilitation Phase I 33 01 30 62-3 • WKD Project Number:20160266.00.AG • • • • H. The grout used to completely stop identified leaks shall be Hydro Active Cut by DeNeef • Construction Chemicals or approved equal. • • I. The grout shall be suitable for injection and shall expand to seal identified leaks. The grout • shall be installed per the manufacturer's recommendations. The material shall be suitable for all the specified design conditions. • J. The grout shall provide a minimum service life of 25 years. When cured,the grout shall be • suitable for sewer system service and chemically resistant to any chemicals or vapors normally • found in domestic sewage. The grout shall be compatible with the thermal condition of the . existing sewer manhole surfaces. Surface temperatures will range from 20°F to 100°F. • K. The grout shall effectively seal the identified leak in the sewer manhole and prevent any penetration or leakage of groundwater infiltration at this location or other nearby locations or • within the same pre-cast manhole joint as a direct result of the injected grout. L. The Contractor shall submit complete shop drawings of the injectable grout to demonstrate • compliance with these specifications,to show materials of construction and to detail installation procedures. Testing procedures and quality control procedures shall also be submitted. • • PART 3 EXECUTION • • 3.1 EXAMINATION • A. Section 01 30 00 -Administrative Requirements: Verification of existing conditions before • starting work. • B. Verify manholes requiring grouting. • 3.2 GROUT SEALING • • A. Drill hole at each identifiable leakage point from inside manhole extending through sidewall of • manhole. Insert metal rod through hole to determine if exterior void space exists. • B. Fill exterior void spaces with chemical grout mix.Pump into void space until refusal is recorded • by rise in pressure on pump pressure gauge. Ensure hole through manhole wall is kept open and free of chemical grout. Plug hole and allow one hour for chemical grout to set. • C. Upon completion of grouting, pump manhole sealant until refusal at minimum pressure of 3.0 • psig(20 kPa)through probe type injection equipment. Deposit sealant from interior surface of • set chemical grout through drilled hole to inside surface of manhole. • D. Upon setting of manhole sealant, remove excess material protruding into inside of manhole. S 3.3 INJECTION GROUTING • A. The Contractor shall clean each sewer manhole to be treated as appropriate and shall dispose of 5 any resulting material. The cleaning shall be performed using a high power jet wash at a • S The City of Augusta Utilities Department Manhole Grout Sealing • Camp Hancock Outfall Rehabilitation Phase I 33 01 30 62-4 • WKD Project Number:20160266.00.AG • • • • • • minimum of 3500 psi water pressure to remove all dust, biological growths, grease, oil, paint or • any other surface contaminants or coatings. As appropriate, roots shall be removed by manually • cutting the roots from inside the manhole. • B. The Contractor shall notify all property owners who discharge sewage directly to the manhole • being rehabilitated 72 hours in advance, giving the date, start time and estimated completion • time for the work being conducted and the impacts to the property owner. • C. The Contractor shall bypass pump sewage flows around the manhole when the work is being • performed if necessary. Contractor shall submit a detailed bypass pumping plan to the Owner • prior to starting any work. • D. The Contractor shall furnish and place grout in each manhole as identified by the Engineer or • Owner. The installation of the grout shall be in complete accordance with the manufacturers' specifications. 411 • 3.4 FIELD QUALITY CONTROL A. Inform the Owner immediately if materials being used are not producing required results or • need modification. The Owner has the right to stop the use of any material at any time. • 3.5 INSPECTION • A. After manhole wall sealing or manhole rehabilitation is complete,visually inspect manholes in 4111 the presence of the Owner. Check for cleanliness and for elimination of active leaks. B. At completion of manhole rehabilitation, assist the Owner in verifying installation of minimum • coating thickness of concrete liner. Test several points on manhole walls. Repair verification • points prior to final acceptance for payment. C. Field acceptance of the grout shall be based on the Owner's visual inspections,the Owner's • evaluation of the appropriate installation, and the absence of any visible active leaks in the • general area of the original leak location or within the same pre-cast manhole joint. • D. If the Owner has to enter the manholes to inspect the work,the Contractor shall provide forced • air ventilation, gas monitors and detectors, harnesses, lights, confined space entry permits, etc. for the Owner to enter the manhole and perform the inspection in complete accordance with • OSHA requirements at no additional cost to the Owner. • E. There shall be no groundwater infiltration or other leakage(active or previously active)at or • near the original leak location or within the same the pre-cast manhole joint after it has been repaired. If leakage is found and deemed to be a direct result of the original repair as • determined by the Owner, it shall be eliminated at no additional cost to the Owner. The Owner's decision on how additional leak(s)are repaired shall be final. If any additional leaks are discovered after it has been installed or during the warranty period,they shall be repaired in • a satisfactory manner at no additional cost to the Owner. 5 END OF SECTION S S • The City of Augusta Utilities Department Manhole Grout Sealing 4110 Camp Hancock Outfall Rehabilitation Phase I 33 01 30 62-5 WKD Project Number:20160266.00.AG S • • • • • • • • • INTENTIONALLY LEFT BLANK • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • SECTION 33 05 05.13 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 61 —Concrete Manholes. • 2. Section 33 31 00- Sanitary Utility Sewerage 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 C 1244- 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 22 01 —Electronic Project Management System and Section 01 33 01 - Submittal • Procedures EPMS: 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. • • The City of Augusta Utilties Department Sewer and Manhole Testing Camp Hancock Outfall Rehabilitation Phase I 33 05 05.13-1 • WKD Project Number: 20160266.00.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 S 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 3.5 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 notimake allowance for laterals. • Nominal Pipe Size Minimum Test Time • (inches) (min/ 100 feet) • 3 0.2 • • The City of Augusta Utilties Department Sewer and Manhole Testing • Camp Hancock Outfall Rehabilitation Phase I 33 05 05.13-2 • WKD Project Number: 20160266.00.AG S • • • • • • 4 0.3 6 0.7 • 8 1.2 • 10 1.5 • 12 1.8 15 2.1 • 18 2.4 • 21 3.0 24 3.6 27 4.2 • 30 4.8 • 33 5.4 • 36 6.0 • 7. Record drop in pressure during test period; when air pressure has dropped more than 1.0 psig • during test period, piping has failed; when 1.0 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: 41 1. Use only when gravity piping is submerged in groundwater minimum of 4 feet above crown • of pipe for entire length being tested. 411 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. Perform test with minimum positive head of 2 feet. 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. 41 • 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. 411 • The City of Augusta Utilties Department Sewer and Manhole Testing • Camp Hancock Outfall Rehabilitation Phase I 33 05 05.13-3 WKD Project Number: 20160266.00.AG • 0 0 • • • F. Locate, excavate,replace, and retest pipe exceeding allowable deflection. • 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. 0 3. Determine test duration for manhole from the following table: • Manhole Diameter Test Period • 4 feet 60 seconds S 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. IP 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: • Allowable Leakage (Inches for Manhole Diameter) • Manhole • 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 0 S The City of Augusta Utilties Department Sewer and Manhole Testing • Camp Hancock Outfall Rehabilitation Phase I 33 05 05.13-4 • WKD Project Number: 20160266.00.AG S • • • • • Manhole Allowable Leakage(Inches for Manhole Diameter) • Depth(feet) 4 feet 5 feet 6 feet • 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 22 0.62 0.78 0.93 ID 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 • • • • • • • • • • • ID • 41 • • 41 • The City of Augusta Utilties Department Sewer and Manhole Testing Camp Hancock Outfall Rehabilitation Phase I 33 05 05.13-5 41 WKD Project Number: 20160266.00.AG • • • • • • • • • • • • INTENTIONALLY LEFT BLANK • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • SECTION 33 05 13.15 • WET WELL AND MANHOLE LINING • PART 1 GENERAL • • 1.1 SUMMARY OF WORK A. The rehabilitation of sanitary sewer structures(manholes,wet wells, lift/pump stations)to • eliminate infiltration and protect against corrosion to the structures interior. Rehabilitation methods include injection grouting and sealing of sanitary sewer structures. • • B. Obtain a dense and durable concrete lining that is resistant to biosulfuric acid attack and meets the strength requirements described elsewhere in this specification. • • C. Provide for a uniformly smooth surface of specified thickness. D. Minimize, if not eliminate sources of inflow/infiltration(I/1). • 1.2 UNIT PRICE -MEASUREMENT AND PAYMENT • A. Section 01 20 00-Price and Payment Procedures: Contract Sum/Price modification procedures. • B. Manhole Lining: • 1. Basis of Measurement: By vertical foot(VF). • 2. Basis of Payment: Includes interior cleaning, investigation to determine leaks, lining, and Work required to seal manhole. • • 1.3 REFERENCES A. ASTM International(American Society for Testing and Materials): • 1. ASTM C33 - Standard Specification for Concrete Aggregates. • 2. ASTM C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. • 3. ASTM C78 - Standard Test Method for Flexural Strength of Concrete • 4. ASTM C94 - Standard Test for Ready Mix Concrete 5. ASTM C 109 - Standard Test Method for Compressive Strength of Hydraulic Cement • Mortars. • 6. ASTM C150 - Standard Specification for Portland Cement. 7. ASTM C234 - Standard Test Method for Comparing Concretes on the Basis of the Bond • Developed with Reinforcing Steel. • 8. ASTM C267 - Standard Test Method for Determining the Chemical Resistance of Mortars, • Grouts and Monolithic Surfacings. 9. ASTM C321 - Standard Test Method for Bond Strength of Chemical-Resistant Mortars • 10. ASTM C496 - Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete • Specimens 11. ASTM C595 - Standard Specification for Blended Hydraulic Cement. • 12. ASTM C596 - Standard Test Method for Drying Shrinkage of Mortar Containing Portland • Cement • The City of Augusta Utilities Department Wet Well And Manhole Lining Camp Hancock Outfall Rehabilitation Phase I 33 05 13.155- 1 WKD Project Number:20160266.00.AG • • • 13. ASTM C666 - Standard Test Method for Resistance of Concrete to Rapid Freezing and • Thawing 14. ASTM C827 - Standard Test Method for Change in Height at Early Ages of Cylindrical • Specimens from Cementitious Mixtures • 15. ASTM C882 -Test Method for Bond Strength of Epoxy-Resin Systems Used With Concrete by Slant Shear • 16. ASTM C952 - Standard Test Method for Bond Strength of Mortar to Masonry Units • 17. ASTM C 1072 -Test Method for Measurement of Masonry Flexural Bond Strength 18. ASTM C1244 - Standard Test Method for Concrete Sewer Manholes by the Negative Air • Pressure(Vacuum)Test • 19. ASTM D451-89 - Standard Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers. 1.4 QUALITY ASSURANCE • A. The lining material Manufacturer shall maintain a listing of competent contractors that have • demonstrated requisite skill and training to be qualified applicators of their materials. • B. Mortar mix must have at least 5 years of successful performance installed in at least 5,000 • manholes and be supplied by an ISO 9001 certified manufacturer. Manufacturer's ISO 9001 • certificate shall be submitted to owner. 410 C. In addition,the Contractor performing the work shall be fully qualified, experienced and • equipped to complete this work expeditiously and in a satisfactory manner and shall be an • approved installer as certified and licensed by the manufacturer. The contractor shall have held such certification by the manufacturer to install the specific product being used for a minimum of one year prior to the bid date. The Contractor shall submit detailed information and Owner • references to demonstrate that he meets the experience requirements. 1.5 SUBMITTALS • A. The Contractor shall furnish detailed and complete data pertaining to the surfaces of the structure to be rehabilitated,the rehabilitation product, surface preparation and installation to • the owner for approval. • B. Prior to initiating the work,the Contractor shall submit specific technical data with complete physical properties of the structure to be rehabilitated and the proposed product for the • rehabilitation of the structure, as well as a specific plan for sub-surface preparation. C. A certificate of"Compliance with Specifications" shall be furnished for all materials supplied. D. A copy of the liner manufacture's written ten(10)year warranty on materials and workmanship • that is required upon project completion. • E. A work plan detailing flow control and application sequence. F. A safety plan to comply with OSHA standards and all regulations pertaining to the work • including confined space entry. ID The City of Augusta Utilities Department Wet Well And Manhole Lining • Camp Hancock Outfall Rehabilitation Phase 1 33 05 13.155-2 WKD Project Number:20160266.00.AG • • • • • • G. The Contractor shall submit complete shop drawings of manhole lining system to demonstrate compliance with these specifications,to show materials of construction and to detail installation procedures. Testing procedures and quality control procedures shall also be submitted. • Certifications that the manhole lining was manufactured in accordance with these specifications and the appropriate ASTM standards shall be submitted with each shipment. • • 1.6 STORAGE AND HANDLING • A. Mortar mix shall be stored with adequate provisions for the prevention of absorption of • moisture. It shall be stored in a manner that will permit easy access for inspection and identification of each shipment. • • B. Mortar mix shall be stored with adequate provisions for the prevention of absorption of • moisture. It shall be stored in a manner that will permit easy access for inspection and identification of each shipment. • • C. Care shall be taken in shipping,handling and placing to avoid damaging the lining products. Any lining product damaged in shipment, showing deterioration, or which has been exposed to any other adverse storage condition that may have caused damage, even though no such damage • can be seen, shall be marked as rejected and removed at once from the work. While stored,the lining products shall be adequately packaged and protected. The lining products shall be stored in a manner as recommended by the manufacturer. • 1.7 SITE CONDITIONS • • A. Installer shall conform with all local, state and federal regulations including those set forth by • OSHA, RCRA and the EPA and any other applicable authorities. • B. All governing rules and local method statements and design procedures shall be followed by • Contractor when confined space entry, flow diversion or bypass is necessary in order for Installer to perform the specified work. • • 1.8 WARRANTY • A. The cementitious liner manufacturer shall warrant all work against defects in materials and • workmanship for a period of ten(10)years, from the date of final acceptance of the project. A shared responsibility warranty between the Applicator and the Manufacturer is not acceptable. • A sample copy of the warranty must be submitted with the other project submittal data prior to • the start of any work, and the final/original warranty must be provided to the Owner upon • completion of the project. • B. The liner manufacturer shall,within a reasonable time after receipt of written notice thereof, • arrange repair of defects in materials or workmanship which may develop during said ten(10) year period,and any damage to other work caused by such defects or the repairing of same, at its' own expense and without cost to the Owner. S S S S • The City of Augusta Utilities Department Wet Well And Manhole Lining Camp Hancock Outfall Rehabilitation Phase I 33 05 13.155-3 WKD Project Number:20160266.00.AG S • • • PART 2 -PRODUCTS • 2.1 CEMENT LINER MATERIALS: A. The cementitious lining system shall be pumpable Portland-based cement or fused calcium • aluminate cement. The lining shall be applied via low-pressure spray or trowel application only. The materials shall be suitable for all specified design conditions. The final product shall • not deteriorate, corrode, or lose structural strength in any manner. Cementitious lining materials shall be one of the following products, or approved equal: • 1. MS-2C or High performance Mix as manufactured by Strong Seal Systems • 2. Alumaliner as manufactured by Quadex • 3. Permacast MS-10,000 or CR-5000 with Conshield by as manufactured by APM, Inc. 4. Sewpercoat PG as manufactured by LaFarge Calcium Aluminates . 5. Mainstay ML-CA as manufactured by Madewell Products Corp. S 6. SewerSeal No.F-170 as manufactured by Sauereisen 7. CSM as manufactured by AW Cook 8. Reliner MSP®by Standard Cement Materials, Inc. • B. Lining material shall be a prepackaged mortar mix, including all cement, aggregates, and any • required additives with the proper amount of potable water so as to produce concrete suitable • for spray application. • C. The addition of Portland cement, other aggregates, or any admixtures whatsoever to lining • material is prohibited. • D. The design properties of the mortar mix shall be as follows: • Compressive Strength(ASTM C 109) > 6,000 psi 28 Days • Flexural Strength(ASTM C293) > 1,000 psi 7 Days Splitting Tensile Strength(ASTM C496) > 500 psi 24 hours • Bond Strength Slant Shear test(ASTM C882) >2,000 psi 7 Days • Modulus of Elasticity(ASTM C469) >5,000 ksi 28 Days Shrinkage at 28 days (ASTM C596) <0.08%cured @ 90%relative humidity • Freeze/Thaw after 300 Cycles(ASTM C666) No visible damage after 300 cycles E. The cementitious lining shall provide a minimum service life of 25 years. F. The cementitious manhole lining system for the interior of manholes shall be a monolithic • system suitable for use as a trowel or spray applied monolithic surfacing in sewer manholes. G. The cementitious lining system shall contain 100% fused calcium aluminate, including 100% • calcium aluminate aggregate. • H. The mortar mix shall be designed to withstand long-term exposure to a bacterially corrosive • hydrogen sulfide environment that may be expected to produce a pH of 1 on normal Portland • cement based concrete or typical brick and mortar surfaces. • • The City of Augusta Utilities Department Wet Well And Manhole Lining • Camp Hancock Outfall Rehabilitation Phase I 33 05 13.155-4 WKD Project Number:20160266.00.AG • • • • • • I. Water used in mixing shall be fresh, clean, potable water, free from injurious amounts of oil, • acid, alkali,vegetable, sewage and/or organic matter. Water shall be considered as weighing • 8.32 pounds per gallon. • J. Where inflow or infiltration is observed within the structure after surface preparation is complete, a rapid setting crystalline enhanced hydraulic cement product specifically formulated • for infiltration control shall be used to stop minor infiltration flows in accordance with the manufacturer's recommendations. The material shall meet the following strength requirements: • Compressive Strength(ASTM C597B) 600 psi (24 hours) 1,000 psi (7 days) • Bond Strength(ASTM C321) 30 psi (1 hour) • 80 psi (1 day) • K. Hydraulic cement shall be Preco Plug, Octocrete, Burke Plug, Cern Tec, or Engineer/Owner • approved equal. • L. Where infiltration flows are more severe,pressure grouting may be required conforming to • specification 33 01 35 —Manhole Grout Sealing. • M. Cement Liner Material should conform to the Owners Specifications or as detailed above. • • N. The cementitious lining shall be installed on the benches and walls of existing manholes as shown in the Details. All cementitious lining shall be troweled smooth after spray application. • The cured cementitious lining shall be applied to a minimum total thickness of 1 inch on brick • masonry or roughly corroded concrete surfaces. • O. The cured surfacing thickness shall be smooth, even(without ridges or bumps) and continuous • with proper sealing connections to all unsurfaced areas. • P. The materials used in the cementitious lining systems shall be mixed on site in accordance with • the manufacturer's recommendations. Water shall only be added to the materials during the • mixing process and prior to material pumping or spray application.No water shall be added at the nozzle. • • Q. The cured cementitious lining shall be continuously bonded to all the brick,mortar, concrete, chemical sealant, grout, pipe and other surfaces inside the sewer manhole. Provide bond • strength data on cured, cementitious lining based on ASTM test methods referenced herein. • R. Chemical sealants or grouts used to seal active manhole leaks,to patch cracks,to fill voids and • to otherwise prepare the manhole surfaces for the lining installation shall be suitable for the • intended purpose and shall be compatible with the lining as certified by the manufacturer. • S. When cured,the monolithic cementitious lining shall form a continuous,tight fitting,hard, • impermeable surfacing which is suitable for sewer system service and chemically resistant to • any chemicals or vapors normally found in domestic sewage. S S • • The City of Augusta Utilities Department Wet Well And Manhole Lining Camp Hancock Outfall Rehabilitation Phase I 33 05 13.155-5 WKD Project Number:20160266.00.AG S • • • • • T. The monolithic cementitious lining shall cover the complete interior of the existing sewer • manhole including the benches (shelves). The lining shall effectively seal the interior surfaces of the sewer manhole and prevent any penetration or leakage of groundwater infiltration. • U. The lining shall be compatible with the thermal condition of the existing sewer manhole • surfaces. Surface temperatures will range from 20oF to 100oF. Provide test data on shrinkage • of the cementitious lining based on the ASTM standards referenced herein. • V. All invert channels shall be coated with grout or cementitious mortar to build up the invert • channel to the invert elevations of the new liner pipes;to fill all voids, cracks,holes, etc.; and to • form a smooth flow channel. The entire channel shall be coated. The coating shall be a • minimum 1/4-inch thick. • 2.2 OTHER MATERIALS • A. Other materials, as selected by the Contractors, which are not specifically described yet required • to properly complete the project are subject to the approval of the Engineer/Owner. • PART 3 —EXECUTION • 3.1 GENERAL: • A. Provide all materials,equipment, skilled labor, instruments,etc. required to perform Work. • • B. Inspect each manhole or structure with owner's representative to determine the method(s) of • repair. • C. Inform the Engineer/Owner of discrepancies or errors founded in a prompt manner so that • correction(s)may be made. • D. Follow all manufacturer's instruction regarding surface preparation,materials,product • application and curing. • E. Nozzlemen shall be qualified by having had similar work experience. • • F. Applicator's job foreman shall operate the mixing/placing equipment and direct the work of mixing crew personnel.Applicator's work crew shall also maintain proper line pressures throughout the mixing/placing equipment to ensure the necessary consistent nozzle velocity. • Applicator's work crew shall further see that all material fed to the nozzle is uniformly fed • through this equipment. G. Equipment shall be of spray type and approved by the material manufacturer.Alternate • equipment may be utilized provided it meets the performance requirements of the specification. All equipment must be kept in operating condition and good repair. H. The Contractor shall provide all equipment necessary to individually gauge, control, and • monitor the actual amounts of all component materials necessary to complete the lining • . The City of Augusta Utilities Department Wet Well And Manhole Lining • Camp Hancock Outfall Rehabilitation Phase I 33 05 13.155-6 • WKD Project Number:20160266.00.AG • • installation. The type of equipment and methods used to gauge, control, and monitor • component materials shall be subject to approval by the Owner and Manufacturer. • • I. All lining materials shall be thoroughly mixed by mechanical means to ensure all agglomerated particles are reduced to original size or removed prior to placement into the application • equipment(i.e.the hopper). • J. Each batch of material should be entirely discharged before recharging with fresh material. • Mixing equipment shall be cleaned at regular intervals to remove all adherent materials. • K. The addition of water to the mix shall be in strict accordance with the Manufacturer's • recommendations. Re-mixing or tempering shall not be permitted. Rebound materials shall not • be reused. 1111 3.2 INSTALLATION: • A. The Contractor shall clean each sewer manhole to be surfaced and shall dispose of any resulting • material. The cleaning shall be performed using a high power jet wash at a minimum of 3500 • psi water pressure to remove all dust, biological growths, grease, oil, paint or any other surface • contaminants or coatings. Coatings that cannot be removed shall be sanded with coarse sand paper to rough the surface sufficient to obtain and insure adequate bonding of the cementitious • lining. Roots shall be removed by manually cutting the roots from inside the manhole. • B. The Contractor shall conduct a visual inspection of each manhole after it is cleaned. All active, • hydrostatic infiltration leaks shall be plugged or sealed with an appropriate grout compatible • with the cementitious lining. Injection grouting may be required to seal active leaks including . leaks in existing invert channels and benches. All loose mortar and rubble of existing walls, benches and inverts shall be removed. The Contractor shall prepare the manhole to receive • cementitious lining as necessary by reshaping and repairing benches, inverts, and walls where • required including smoothing out irregular shaped corbel and chimney sections prior to spray application. All interior surfaces shall be prepared as recommended by the manufacturer. • Minimum requirements are as listed below. • 1. All cracks and other voids must be repaired and filled with suitable non shrinking cements, sealants or grouts, including all voids between the existing sewer pipes and manhole walls. All patches shall be smooth and even with the manhole wall. 2. All voids around existing manhole rungs/steps shall be filled. • 3. All surfaces shall be suitably prepared for the required bonding of the cementitious lining as recommended by the manufacturer. • • C. The Contractor shall notify all property owners who discharge sewage directly to the manhole being rehabilitated 72 hours in advance, giving the date, start time and estimated completion time for the work being conducted and the impacts to the property owner. • D. The Contractor shall bypass pump sewage flows around the manhole when the work is being • performed. Contractor shall submit a detailed bypass pumping plan to the Owner prior to • starting any work. • E. The Contractor shall furnish and place cementitious lining in each manhole as shown in the • Details. The installation of the lining shall be in complete accordance with the applicable • The City of Augusta Utilities Department Wet Well And Manhole Lining Camp Hancock Outfall Rehabilitation Phase I 33 05 13.155-7 • WKD Project Number:20160266.00.AG • • • • • provisions of ASTM and the manufacturers' specifications. The Contractor is advised that a S number of manholes will surcharge during rain events. • • F. Prior to installing the lining,the Owner along with the Contractor must inspect and approve the • surface preparation work. The Contractor shall notify the Owner when the manholes are ready for inspection. The Contractor is responsible for ensuring proper preparation and installation conditions including temperature and moisture regardless of the findings by the Owner during • his inspection. The manhole lining shall be completed immediately after the inspection, or the manhole may need to be re-cleaned prior to spraying to remove accumulated debris on the • benches and walls. • G. The walls and benches shall be coated monolithically to the required thickness by spray on methods in one pass or application. Spray-applied linings shall be troweled smooth after • application. • H. The invert channel shall be coated with an appropriate quick-set grout product in complete accordance with the manufacturer's instructions. • I. A complete,watertight seal shall be provided at pipe and manhole wall connections. Contractor shall submit details of how the watertight connections will be made to the Owner for review and • approval. • J. The manhole lining shall not be installed until all required main sewer rehabilitation and other • manhole rehabilitation work are complete. • 3.3 CURING: • A. If the material has been applied and furnished in accordance to the specifications, and it has been determined that the environment is not moist enough for natural curing,the Contractor will • be required to apply a curing compound to all coated surfaces. Maximum recommended curing • time is 48 hours. • B. Curing compound shall meet the requirements of ASTM C309 and have the approval of the • lining material Manufacturer and the Owner prior to use. • C. Moist curing may also be used in lieu of curing compound. If moist curing is selected, it should • be implemented just after the notice of uniform heat generation of the installed lining. Moist • curing can consist of the use of soaker hoses, water sprinklers, or vapor/misting machines. Regardless of delivery method,moist curing should continue for a minimum of 18 hours. • 3.4 ACCEPTANCE TESTS: • A. Cementitious Mortar Lining: • 1. Field acceptance of the manhole lining shall be based on the Owner's field inspections and evaluation of the appropriate installation and curing test data. The lining shall provide a • continuous monolithic surfacing with uniform thickness throughout the manhole interior. • If the thickness of the lining is not uniform or is less than specified, it shall be repaired or replaced at no additional cost to the Owner. • • • The City of Augusta Utilities Department Wet Well And Manhole Lining • Camp Hancock Outfall Rehabilitation Phase I 33 05 13.155-8 WKD Project Number:20160266.00.AG • • • • • • • 2. If the Owner has to enter the manholes to inspect the work,the Contractor shall provide forced air ventilation, gas monitors and detectors, harnesses, lights, confined space entry • permits, etc. for Owner to enter the manhole and perform the inspection in complete • accordance with OSHA requirements at no additional cost to the Owner. 3. Samples shall be taken of the installed liner each day that cementitious lining is installed as follows: one sample if one to five manholes were coated that day,two samples if six to ten • manholes were coated that day,three samples if eleven to fifteen manholes were coated • that day, and four samples if sixteen or more manholes were coated that day. Samples shall be taken at equally spaced intervals throughout the day. The frequency of tests may • be increased by the Owner and performed by the Contractor at no additional cost to the • Owner when the required tests show that the installed lining does not meet the specifications. • 4. Samples shall be cube samples. At least six cubes shall be taken for each sample for • testing.All cube samples shall be taken in the field from the material being sprayed. The Contractor shall show the samples to the Owner each day and the Owner shall initial the samples for delivery to the testing laboratory. The Contractor shall properly take and store • the samples and shall deliver the samples to the testing laboratory. The laboratory shall • document that they received the initialed samples. The tests shall be performed by an independent testing laboratory. All costs associated with the tests shall be paid for by the • Contractor. The test results shall be submitted to the Owner immediately when available, • no later than 30 days after the lining is installed. 5. The samples shall be tested in accordance with the applicable ASTM standards to verify • that the installed liner meets the compressive strength requirements specified herein and • the lining manufacturer's published data on the product. Tests shall include 7-day and 28- day strength tests(3 tests/cubes for each time period for each sample). Shrinkage and bond • strength tests shall be performed on each batch or lot of material shipped to the Contractor. • B. Vacuum Testing of Cementitious Mortar Lined Manholes: • 1. All manholes shall be vacuum tested when all manhole rehabilitation is completed. • Manholes shall not be tested until at least 7 days after installation of lining. • 2. Vacuum testing shall be performed in accordance with ASTM C 1244 with all associated costs paid for by the Contractor and included in the bid price for manhole lining. • 3. The Engineer shall be present for all testing. The Contractor shall notify the Engineer 48 • hours prior to testing. 4. The Contractor shall submit test reports of the testing which include: the project name, • manhole tested,testing data(vacuum pressure, duration of test, etc.)and whether the • manhole passed or failed the test. Test reports must be submitted citing the reason for failure noted on the report. • 5. Any manhole failing the test shall be repaired and retested immediately by the Contractor • at no additional cost to the Owner. • • • END OF SECTION • • • • • The City of Augusta Utilities Department Wet Well And Manhole Lining Camp Hancock Outfall Rehabilitation Phase I 33 05 13.155-9 • WKD Project Number:20160266.00.AG • • • • • • • • • • • • • INTENTIONALLY LEFT BLANK • • • • • • • • • •• • • • • • • • • • • • • • • • • • • • • • • • • • 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. • • The City of Augusta Utilities Department Public Manholes and Structures Camp Hancock Outfall Rehabilitation Phase I 33 05 13.16- 1 • WKD Project Number: 20160266.00.AG • • • 10. ASTM C891 - Standard Practice for Installation of Underground Precast Concrete Utility • Structures. S 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. ID 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. • • • • The City of Augusta Utilities Department Public Manholes and Structures • Camp Hancock Outfall Rehabilitation Phase 1 33 05 13.16-2 WKD Project Number: 20160266.00.AG S • • • • • 1.5 QUALIFICATIONS S • 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 S • 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 4110 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 S • 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. S S • The City of Augusta Utilities Department Public Manholes and Structures Camp Hancock Outfall Rehabilitation Phase I 33 05 13.16-3 • WKD Project Number: 20160266.00.AG S • • 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: 41 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. • The City of Augusta Utilities Department Public Manholes and Structures • Camp Hancock Outfall Rehabilitation Phase I 33 05 13.16-4 WKD Project Number: 20160266.00.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. ID • 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. • The City of Augusta Utilities Department Public Manholes and Structures Camp Hancock Outfall Rehabilitation Phase I 33 05 13.16-5 • WKD Project Number: 20160266.00.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 S 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. S S The City of Augusta Utilities Department Public Manholes and Structures • Camp Hancock Outfall Rehabilitation Phase I 33 05 13.16-6 WKD Project Number: 20160266.00.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. • • • • The City of Augusta Utilities Department Public Manholes and Structures Camp Hancock Outfall Rehabilitation Phase I 33 05 13.16-7 . WKD Project Number: 20160266.00.AG S • • • • 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. • 411 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 • • • • • S • • • • • • The City of Augusta Utilities Department Public Manholes and Structures • Camp Hancock Outfall Rehabilitation Phase I 33 05 13.16-8 WKD Project Number: 20160266.00.AG • S • • • • • 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: • The City of Augusta Utilities Department Trenchless Utility Installation(Jacking) Camp Hancock Outfall Rehabilitation Phase I 33 05 23- 1 • WKD Project Number: 20160266.00.AG S • • • • 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. • • • • The City of Augusta Utilities Department Trenchless Utility Installation(Jacking) • Camp Hancock Outfall Rehabilitation Phase I 33 05 23-2 WKD Project Number: 20160266.00.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. S • 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. • S • The City of Augusta Utilities Department Trenchless Utility Installation(Jacking) Camp Hancock Outfall Rehabilitation Phase I 33 05 23-3 • WKD Project Number: 20160266.00.AG S • • • • 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. 41111 • • The City of Augusta Utilities Department Trenchless Utility Installation(Jacking) • Camp Hancock Outfall Rehabilitation Phase I 33 05 23-4 WKD Project Number: 20160266.00.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 4/ 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. 41 • 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. • • • The City of Augusta Utilities Department Trenchiess Utility Installation(Jacking) Camp Hancock Outfall Rehabilitation Phase I 33 05 23-5 • WKD Project Number: 20160266.00.AG S • • • • 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. • • The City of Augusta Utilities Department Trenchless Utility Installation(Jacking) Camp Hancock Outfall Rehabilitation Phase I 33 05 23-6 WKD Project Number: 20160266.00.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 • • • • • • • • • The City of Augusta Utilities Department Trenchless Utility Installation(Jacking) Camp Hancock Outfall Rehabilitation Phase I 33 05 23-7 • WKD Project Number: 20160266.00.AG • • • • • • • • • • • • • INTENTIONALLY LEFT BLANK • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • SECTION 33 05 23.23 • SERVICE CONNECTION SEAL AND SEWER LATERAL CURED-IN-PLACE PIPE PART 1 GENERAL • 1.1 SUMMARY • A. Section Includes: • 1. The rehabilitation of deteriorated gravity sewer service connections and laterals via structural re-construction of 4"thru 6"diameter service laterals and a water tight interface • connection seals in 6-inch through 27-inch main line pipes, normally without excavation, • by the installation of a one-piece resin impregnated, flexible, non-woven felt liner installed into the existing lateral connection utilizing a pressure apparatus positioned in the main 411 pipe. Curing shall be accomplished by use of ambient cure resin or other approved • methods to cure the resin into a hard impermeable Cured-In-Place-Pipe (CIPP). When • cured,the liner shall have a watertight connection seal at the main pipe and extend over the length of the service lateral in a structural pipe-within-a-pipe. • 2. Scope of work as per the Plans and Bid Form. • B. Related Sections: • 1. Section 33 01 30.72—Cured-In-Place Pipe • 2. Section 33 01 30.11 —Television Inspection of Sewers: Recording of pre-rehabilitation and post-rehabilitation of sewer pipelines and point repairs. • 3. Section 33 31 00—Sanitary Utility Sewage Piping: Installation and Testing of Sanitary • Sewer Piping. 1.2 UNIT PRICE-MEASUREMENT AND PAYMENT 411 411 A. Measurement for the work included in this section will be in accordance with the units set forth in the proposal. Unit prices shall include all labor, materials and equipment required to complete • the work as specified. The unit prices shall also include CCTV prior to and after lining, lateral • cleaning, bypass pumping of main pipe flow, installation of cleanouts(if required by the lateral lining process)and traffic control(standard cones and signs). • B. Payment for the work included in this section will be in accordance with the prices set forth in the proposal for the quantity of work performed. Progress payments will be made monthly based on the work performed during that period. • C. Section 00 81 00—Pay Item Descriptions defines payment terms. • D. Section 01 20 00—Price and Payment Procedures: Contract Sum/Price modification procedures. • 1.3 REFERENCES: • A. This specification references the following ASTM(American Society for Testing and Materials)test methods which are made a part hereof by such reference: • 1. ASTM F2561 —Standard Practice for Rehabilitation of Sewer Service Lateral and Its • Connection to the Main Using a One Piece Main and Lateral Cured-In-Place Liner. • • The City of Augusta Utilities Department Service Connection Seal and Sewer Lateral Cured-in-place Pipe Camp Hancock Outfall Rehabilitation Phase I 33 05 23.23-1 411 WKD Project Number:20160266.00.AG • • • 2. ASTM F1216—Standard Practice for Rehabilitation of Existing Pipelines and Conduits by • the Inversion and Curing of a Resin-Impregnated Tube. S 3. ASTM F 1743 —Standard Practice for the Rehabilitation of Existing Pipelines and Conduits • by the Pulled-In-Place Installation of Cured-In-Place Thermosetting Resin Pipe(CIPP). • 4. ASTM D5813 —Standard Specification for Cured-In-Place Thermosetting Resin Sewer Pipe. 5. ASTM C581 —Standard Practice for Determining Chemical Resistance of Thermosetting • Resins Used in Glass fiber Reinforced Structures, Intended for Liquid Service. 6. ASTM D2412—Standard Test Method for Determination of External Loading • Characteristics of Plastic Pipe by Parallel-Plate Loading. • 7. ASTM D5199—Standard Method for Measuring Nominal Thickness of Geotextiles and • Geomembranes. B. Where reference is made to one of the above standards, the revision in effect at the time of bid • opening shall apply. • • 1.4 SYSTEM DESCRIPTION: • A. Resin-impregnated flexible tubes inserted into existing sewers, expanded against the existing sewer interior surfaces, and cured by circulating heated water, or ambient temperature water or • air,throughout the tube. B. CIPP cures into a hard, impermeable, corrosion-resistant liner of specified thickness and physical properties,with a uniformly smooth interior surface. • C. CIPP Material and Installation: Comply with ASTM D 5813,ASTM F 1216, and ASTM F1743, • as modified by this specification. The Owner reserves the right to approve materials or • installation practices which differ from these standards. 1.5 SUBMITTALS: A. Make submittals in accordance with procedures listed in the General Conditions and General • Specifications. • B. Resin: 1. Submit results of testing performed by resin manufacturer demonstrating compliance with • specified chemical resistance requirements. 2. Chemical Resistance in accordance with ASTM F1216. • 3. Certificate of Compliance in accordance with ASTM F1216. • 4. Data stating physical and chemical properties(MSDS). • C. Flexible Tube: 1. Certificate of Compliance in accordance with ASTM 1216. • 2. Certificate of Compliance in accordance with ASTM 1743 for pull in place tubes. • D. CIPP thickness designs in accordance with ASTM F1216. Design calculations shall include • applicable designs as follows: 1. 4"through 6"diameter lateral liner assuming Fully Deteriorated conditions S 2. Main line pipe line assuming Partially Deteriorated condition when the main line pipe has • • The City of Augusta Utilities Department Service Connection Seal and Sewer Lateral Cured-in-place Pipe • Camp Hancock Outfall Rehabilitation Phase I 33 05 23.23-2 WKD Project Number:20160266.00.AG S • • • • • been CIPP lined. • 3. Main line pipe liner assuming Fully Deteriorated conditions when the main line pipe has • NOT been lined. E. Products and Installers seeking approval must meet all of the following criteria to be deemed • Commercially Acceptable: • 1. A five(5)year history of satisfactory performance in the CIPP industry. 2. A minimum of five(5)years continuous experience installing CIPP Lateral Lining in pipe of similar size, length and configuration as proposed in this project. • 3. A minimum of 1,000 CIPP laterals successfully installed in the United States using the proposed CIPP Lateral Lining system. • 4. A minimum of 1,000 CIPP laterals in a wastewater collection system application • 5. License or Certification that the proposed installer is approved to install the proposed • project. • F. On-site superintendent must meet all of the following criteria: • 1. The on-site superintendent must have installed a minimum of 500 CIPP laterals of like conditions. 2. A minimum of five(5)years of CIPP industry experience. • 1.6 QUALITY ASSURANCE: • A. During the course of the Work, make no substitutions of materials, design values or procedures • for those specified without the prior written approval of the Engineer or Owner. B. Design Liner under direct supervision of a Professional Engineer experienced in the design of • this work. • C. The Contractor or subcontractor perfuming this work shall be fully qualified, experienced and • equipped to complete this work expeditiously and in a satisfactory manner. The Contractor shall submit detailed information and Owner references to document his experience and the experience of the proposed superintendent/foreman. • D. The employees of the contractor or subcontractor performing the work shall be of the company • installing the CIPP Lateral Lining system components, or shall be licensed by the system • manufacturer. The Manufactured System must have a minimum of a five(5)year history of • satisfactory performance with a minimum of 1,000 CIPP lateral installations. The contractor or subcontractor contracted to perform the work shall have a minimum of five(5)years of service • continuous experience installing CIPP Lateral Lining in pipe of similar size, length and • configuration as proposed in this project. In addition,the contractor or subcontractor contracted to perform the work shall have successfully installed 1,000 CIPP laterals as the Contractor of • record for a given project in a wastewater collection system application. The on-site • Superintendent of the lateral lining contractor or subcontractor contracted to perform the work • shall have installed a minimum of 500 CIPP laterals of like condition for this geographic area and have a minimum of five(5)years of CIPP industry experience. Qualified Contractors and • Products must have confirmed experience with lateral rehabilitation lengths no less than those • specified in this contract. • • The City of Augusta Utilities Department Service Connection Seal and Sewer Lateral Cured-in-place Pipe Camp Hancock Outfall Rehabilitation Phase I 33 05 23.23-3 • WKD Project Number:20160266.O0.AG • • • • • 1.7 DELIVERY, STORAGE AND SHIPPING • • A. Service Connection Seal and Lateral CIPP: • 1. Care shall be taken in shipping,handling and laying to avoid damaging the liner. Extra • care shall be taken during cold weather construction. Any liner damaged in shipment shall be replaced as directed by the Engineer or Owner. Any liner showing a split or tear or has • been mishandled shall be marked as rejected and removed at once from the work. The • liner shall be maintained at a proper temperature in refrigerated facilities to prevent premature curing at all times prior to installation. Any liner showing evidence of S premature curing will be rejected for use and will be removed from the site immediately. • PART 2 PRODUCTS AND MATERIALS • 2.1 MATERIALS: • • A. General Requirements: • 1. Liner and resin will meet the requirements of ASTM F1216, F1743, and D5813. 2. The Owner shall obtain samples of the dry weather sewage flow to be analyzed for • temperature and chemical content should lateral installation(s)be in an industrial area(s) • subject to possible flows other than domestic sewage. This analysis shall be supplied to the Installer for his information B. CIPP Lateral Materials: • 1. The liner shall be fabricated to a size that when installed will neatly fit the internal • circumference of the conduit specified by the Owner. Allowance shall be made for • circumferential stretching during insertion. The liner shall be a joint-less polyester felt • "tube"that will create a watertight seal at the main pipe interface. 2. The length shall be a distance to effectively span from the lateral connection at the main • pipe or to the desired termination location in the service lateral pipe. For the purpose of • this specification,the termination point shall be a distance within 18-inches of the intersection of a cleanout or property line. When required, an overlap method is performed with a pull-in-process installation from a cleanout or access point back to the main pipe. In • either case,the lateral liner must provide a watertight seal at the main pipe and a structural • repair of the lateral over the specified length. The installer shall verify the lengths in the field before impregnation of the resin. • 3. Unless otherwise specified,this Installer shall furnish a specially designed,unsaturated, • Polyester or vinyl ester resin and catalyst system compatible with the cured-in-place process that provides cured physical strengths specified herein. • C. Pipe Strength: • 1. The structural performance of the finished cured-in-place-pipe must be adequate to • accommodate all anticipated loads throughout its design life. No cured-in-place-pipe • reconstruction technology will be allowed that requires bonding to the existing pipe for any • part of its structural strength. Only resin saturation using vacuum impregnation will be allowed. • 2. Design methods are to be derived from traditionally accepted pipe formulas for various • loading parameters and modes of failure. All equations will be modified to include ovality as a design parameter. The design method shall be submitted to the Engineer for approval. • • The City of Augusta Utilities Department Service Connection Seal and Sewer Lateral Cured-in-place Pipe • Camp Hancock Outfall Rehabilitation Phase I 33 05 23.23-4 WKD Project Number:20160266.00.AG • • • • • • • 3. The CIPP lateral pipe shall conform to the minimum structural standards as listed below, after curing: • • Property ASTM Standard Minimum Flexural Stress ASTM D790 4,500 PSI • Flexural Modulus ASTM D790 250,000 PSI S 2.2 APPROVED MANUFACTURED PRODUCTS • A. BLD "Service Connection Seal+Lateral" of BLD Services,LLC • • B. LMK"T-Liner"by LMK Technologies • C. Approved Equal • • 2.3 FLEXIBLE TUBE: • A. Provide flexible tube manufactured and fabricated under manufacturer's quality-controlled • conditions. Use tube sized so as to snugly fit the internal circumference of the existing sewer • and produce specified cured thickness and physical properties. • B. Resin for Tube Saturation: Liquid thermosetting polyester,vinyl ester, or epoxy resin meeting • specified requirements. 2.4 TESTING REQUIREMENTS: A. Manufacturer's Chemical Resistance Testing: Perform chemical resistance testing of resin in accordance with ASTM F 1216. • B. Test Results—Submit test results including at least the following: • 1. Raw data for each test specimen for each test interval performed. • 2. Calculated average test results for each test interval. 3. Using calculated averages for each test interval, calculate the average test result for the • duration of testing. • 2.5 PHYSICAL PROPERTIES: • • A. CIPP thickness designs in accordance with ASTM F1216. Design calculations shall include • applicable designs as follows: 1. 4"through 6"diameter lateral liner assuming Fully Deteriorated conditions 2. Main line pipe line assuming Partially Deteriorated condition when the main line pipe has • been CIPP lined. 3. Main line pipe liner assuming Fully Deteriorated conditions when the main line pipe has NOT been lined. • B. The Contractor shall verify the proposed CIPP liner thickness and submit the associated • calculations. The CIPP shall be designed in accordance with the applicable provisions of • ASTM F1216 and D2412 and shall meet the following design conditions: S • The City of Augusta Utilities Department Service Connection Seal and Sewer Lateral Cured-in-place Pipe Camp Hancock Outfall Rehabilitation Phase I 33 05 23.23-5 • WKD Project Number:20160266.00.AG S • • • • 1. AASHTO H 20 Live Load with two trucks passing for CIPP in streets(16,000 lbs.). • 2. A soil modulus of elasticity of 1,000 psi, soil weight of 120 pounds per cubic foot and a coefficient of friction of Ku'=0.130r. • 3. Short-term flexural modulus of 250,000 psi and long-term flexural modulus of 125,000 psi. • Flexural strength of 4,500 psi. 4. Safety factor of 2.0 shall be used. • 5. Groundwater elevation at the ground surface. • 6. Pipe ovality of 2%. 7. Poisson's ratio of 0.3. • 8. Enhancement factor(K)of 7. 9. Service temperature range shall be 40 to 140 degrees F. • 10. Maximum long-term deflection shall be 5 percent. 11. The installed, cured thickness shall be the largest thickness as determined by calculations • for deflection, bending, buckling and minimum stiffness. • PART 3 EXECUTION • 3.1 INSTALLATION PREPARATIONS • A. Access—If a cleanout already exists or is required by the Owner, it shall be constructed of • materials which provide a four-inch minimum diameter opening if the service lateral is four 41 inches(4"). A six-inch minimum diameter opening is required if the service lateral is six • inches (6"). Any cleanouts shall comply with the"Cleanout Assembly Detail"found as an • attachment to this specification. Note: it is recommended that the cleanout is a double e p wY double sweep Tee (or euivalent)shaped where the Iat eral and riser pipe joins to allow video inspection, cleaning and lining access. (Tee connections will not be permitted). • B. Safety—The Installer shall carry out his operations in strict accordance with all applicable • OSHA standards. Particular attention is drawn to those safety requirements involving entrance • into confined spaces. C. Cleaning of Sewer Line—The intent of this specification is for cleaning of the lateral to be accomplished from the main pipe via lateral launching equipment. If the lateral cannot be • cleaned using industry standard cleaning heads that can be launched from the main pipe,then a cleanout or access point will be required. The laterals shall be cleaned a sufficient length to • ensure the specified length of sewer is ready for lining. It shall be the responsibility of the • Installer to verify,prior to installation,that all internal debris has been removed from the sewer line. Internal debris consists of broken pipe sections,roots, loose gravel, etc. • D. Inspection of Pipelines—It is the intent of this specification for inspection of the lateral to be • accomplished from the main pipe via lateral launching equipment. If the lateral cannot be • inspected using industry standard inspection equipment that can be launched from the main • pipe,then a cleanout or access point will be required. Inspection of pipelines shall be performed by experienced personnel trained(PACP Certification) in locating breaks and S obstacles by closed circuit television(CCTV). The interior of the pipeline shall be carefully • inspected to determine the location of any conditions which may prevent proper installation of • the lateral liner into the pipelines, and it shall be noted so that these conditions can be corrected. A DVD and suitable log shall be kept for later reference by the Owner. • • The City of Augusta Utilities Department Service Connection Seal and Sewer Lateral Cured-in-place Pipe • Camp Hancock Outfall Rehabilitation Phase I 33 05 23.23-6 WKD Project Number:20160266.00.AG • • • • • • • E. Bypassing Sewage—The Installer,when required, shall provide for the flow of sewage around the section(s) of main pipe where the service lateral designated for lining is located. The bypass • shall be made by plugging the line at an existing upstream manhole and pumping the flow into a • downstream manhole or adjacent system. The pump and bypass lines shall be of adequate capacity and size to handle the flow. It is assumed that flows in the lateral specified for lining • will not require bypass pumping. • F. It is required that the service lateral be inactive during the time of installation. This is normally • accomplished by turning off the homeowner's services or requesting that the homeowner • relinquish using his services during the period of installation. Notification will be distributed to • impacted residents 24 hours in advance of the lateral liner installation. • G. Line Obstructions—If inspection reveals an obstruction that cannot be removed by conventional • sewer cleaning equipment, as in solids, dropped joints or collapsed pipe,then the Installer shall make a point repair excavation to uncover and remove or repair the obstruction. Such • excavation shall be approved in writing by the Owner's representative prior to the • commencement of the work and shall be considered as a separate pay item. • H. In case of lined main pipes,the lateral connection specified for rehabilitation shall be reinstated • to 100%of its original size. • 3.2 INSTALLATION OF LATERAL LINING • A. The Installer shall designate a location where the liner will be vacuum impregnated prior to • installation. The Installer shall allow the Owner to inspect the materials and resin_saturation • (wet-out)procedure. A catalyst system compatible with the resin and liner shall be used. • B. The wet-out liner shall be loaded inside a pressure apparatus above ground,utilizing a • hydrophilic sealant(or equivalent) on the backside of the connection to enhance a watertight • seal. Also, a Silicate Resin or a two-part 100% solid epoxy(reference ASTM C-881) shall be applied to the lateral interface to enhance adhesion against the host pipe. The pressure • apparatus, with an end attached to a robotic device, shall be winched through the main pipe to • the service connection. The robotic device,together with a television camera,will be used to • position the pressure apparatus' inversion elbow at the service connection opening. Air pressure, supplied to the pressure apparatus through an inversion hose, shall be used to invert • the wet-out liner through the lateral pipe to the cleanout/access point or"Right of Way"point. • The inversion head will be adjusted to be of sufficient pressure to cause the impregnated liner to invert completely in the lateral pipe and hold the liner tight to the pipe wall. Care shall be taken • during the curing process so as not to overstress the liner. • C. Curing—In most circumstances, an ambient-temperature curing resin system will be utilized. • • D. Initial cure shall be deemed to be completed when inspection of the exposed portions of the • CIPP appear to be hard and sound. The cure period shall be of a duration recommended by the resin manufacturer, as modified for the installation process. • E. Cool-down—The Installer shall cool the hardened CIPP to a temperature to approximately 100° F before relieving the pressure in the pressure apparatus. Care shall be taken to maintain proper • pressure throughout the cure and cool-down period. • The City of Augusta Utilities Department Service Connection Seal and Sewer Lateral Cured-in-place Pipe Camp Hancock Outfall Rehabilitation Phase 1 33 05 23.23-7 • WKD Project Number:20160266.00.AG • • • • • F. Finish—The finished CIPP shall be a watertight connection seal at the main pipe and extend • continuous over the entire length of the service lateral and be free of dry spots, lifts,and 411 delamination. This continuous one-piece structural pipe-within-a-pipe shall not inhibit the • closed circuit television (CCTV)post video inspection of the main or service lateral pipes. • G. Testing—For every 50 laterals, one flat plate sample shall be taken and sent to a 3rd party test • laboratory for confirmation of short term flexural modulus and strength properties in • accordance with ASTM F1216. The test results shall meet or exceed the values used in the design of the CIPP lateral liner. • H. During the warranty period,any defects which will affect the integrity or strength of the CIPP • liner shall be repaired at the Installer's expense in a manner mutually agreed upon by the Owner • and the Installer. • I. After the work is completed,the installer will provide the Owner with a digital video showing • the completed work including the restored condition. • 3.3 CLEAN-UP: • 411 A. After the work is completed,the Installer shall reinstate the project area affected by his • operations. The Contractor or Subcontractor will only be required to reinstate the area equivalent to the condition of the area as it was prior to commencing work. • 3.4 NON-CONFORMING WORK: • • A. If the thickness, flexural strength or flexural modulus of elasticity of the installed CIPP are 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 Owner/Engineer. Work required to remedy non-conforming work shall be at no additional cost to the Owner. • B. Any lining that does not meet the specified installed strength and/or thickness requirements, regardless of the amount below the specified requirements, shall be corrected by the Contractor • in a manner approved by the Owner/Engineer at no additional cost to the Owner. The • Owner/Engineer's decision on how to correct deficient CIPP installations shall be final. Options for correcting deficient liner that will be considered by the Owner/Engineer include • removing the liner and re-lining the sewer, excavating and replacing the sewer from manhole to • manhole, re-lining sewers completely from manhole to manhole, or providing the Owner with a • substantial credit. The primary option that will be considered is to re-line the sewers. Credits will only be considered for lining that does not meet the required thickness. If a credit is • acceptable to the Owner/Engineer,the credit shall be calculated by multiplying the bid price by • the percent that the liner thickness is below the minimum required installed thickness as follows: • Credit=(1 —(installed CIPP thickness/min required thickness))x Bid Price • • C. The Contractor shall not assume that a credit will be acceptable to the Owner/Engineer. • D. All credits shall be accounted for on the monthly pay estimates(each and every month)as the S failed test results are received by the Owner/Engineer. Credits shall not accumulate until the • S The City of Augusta Utilities Department Service Connection Seal and Sewer Lateral Cured-in-place Pipe • Camp Hancock Outfall Rehabilitation Phase I 33 05 23.23-8 WKD Project Number:20160266.00.AG • S • • • • • end of the Contract. In addition, any other defective CIPP shall be repaired within 21 days of • being identified or work will not be allowed to continue. • • E. If it is determined that the resin utilized did not match the submitted and approved resin via the Infrared Spectrum Analysis,the product is considered unacceptable and non-conforming. • Submit proof that the resin actually utilized meets the requirements of the specification or • submit a method for replacement of the sewer segment liner for review and approval by the Engineer. Work required to remedy non-conforming work shall be at no additional cost to the • City. • F. For all instances,where CIPP is deemed unacceptable, other than thickness, flexural strength, • and flexural modulus of elasticity, as described in this specification section, submit a proposed • method of repair or replacement for review and approval by the Owner/Engineer. Work • required to remedy non-conforming work shall be at no cost to the Owner. • 3.5 WARRANTY • A. Contractor warrants to Owner that all products and work provided by Contractor to Owner • under this Agreement will be free from material defects in workmanship and materials for a • period of five(5)years from the earlier of the date on which Contractor's work is accepted by Owner or the date on which the Contractor completes performance and leaves the worksite. In • the event that a material defect in workmanship or materials supplied by the Contractor is found • during the five(5)year period following acceptance of the work,then such defect shall be • repaired, replaced or adjusted by Contractor at no additional cost to the Owner. The Owner's exclusive remedy in the event of any warranty claim hereunder is limited to correction of such • defect, adjustment, repair or replacement as the Contractor shall at its sole option elect. The • foregoing warranty is the exclusive warranty provided by the Contractor and is given in lieu of all other warranties,whether express, implied or statutory, including but not limited to, any • implied warranties of merchantability or fitness or suitability for a particular purpose or use; • and all other warranties are hereby expressly disclaimed. • B. In no event shall the Contractor's liability for warranties hereunder exceed the purchase price • paid by the Owner for the Contractor's work and materials. • C. The warranty set out above shall be void and of no effect in the event that(i)the Contractor is • not notified of claim of defect within the five(5)year period provided above; (ii)the • Contractor is not provided timely unrestricted access to the site at which the claimed defect is located in order to investigate and/or repair, adjust or replace the work or materials claimed to • the defective or the Contractor is not provided suitable working conditions to perform such • investigation,repair, adjustment or replacement; (iii) any materials or work exposed to • chemicals or substances other than those listed in the Specification to the Agreement as accepted by the Contractor; (iv) site conditions or pipeline, conduit or access way conditions • are other than those disclosed to and accepted by the Contractor; (v) the Owner's site,pipeline, 4111 conduit or access ways are cleaned or modified in a manner not disclosed in writing to and accepted in writing by the Contractor in advance of commencement of the Contractor's work or • tampered with prior to, during or after completion of the Contractor's work; or(vi)the site at • which the work is performed or the materials provided by the Contractor are otherwise abused or misused. • END OF SECTION • • The City of Augusta Utilities Department Service Connection Seal and Sewer Lateral Cured-in-place Pipe Camp Hancock Outfall Rehabilitation Phase 1 33 05 23.23-9 • WKD Project Number:20160266.00.AG • • • • • • • • • • • • • INTENTIONALLY LEFT BLANK • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • SECTION 33 31 00 • SANITARY UTILITY SEWERAGE PIPING • • • PART 1 GENERAL • 1.1 SUMMARY • • A. Section Includes: 1. Sanitary sewer pipe and fittings. • 2. Connection to existing manholes and sewer piping. • 3. Wye branches and tees. 4. 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 C 1479- 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. 13. ASTM D2321 - Standard Practice for Underground Installation of Thermoplastic Pipe for • Sewers and Other Gravity-Flow Applications. • • The City of Augusta Utilities Department Sanitary Utility Sewerage Piping Camp Hancock Outfall Rehabilitation Phase I 33 31 00- 1 • WKD Project Number: 20160266.00.AG • • • • • 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. • • • • The City of Augusta Utilities Department Sanitary Utility Sewerage Piping • Camp Hancock Outfall Rehabilitation Phase I 33 31 00-2 WKD Project Number: 20160266.00.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. • • • • • The City of Augusta Utilities Department Sanitary Utility Sewerage Piping Camp Hancock Outfall Rehabilitation Phase I 33 31 00-3 • WKD Project Number: 20160266.00.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 conformingto pipe specifications. • 3. Joints: ASTM F477, elastomeric gaskets. 40 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 '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 5 Specifications with a compressive strength of at least 5,000 psi at 3 days. • S S S The City of Augusta Utilities Department Sanitary Utility Sewerage Piping • Camp Hancock Outfall Rehabilitation Phase I 33 31 00-4 WKD Project Number: 20160266.00.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. • 2.7 TRANSITION COUPLINGS • A. Couplings shall be used to joint pipe of difference materials. Couplings with adjustable stainless • steel shear rings shall be installed according to the manufacturer's instructions. Adjustable repair • couplings shall conform to ASTM C1173. • B. Transition couplings used to join Ductile Iron or C900 and ASTM D3034 PVC sewer pipe. • 1. Shall be Ductile Iron, deep bell, push on joint, and air test rated. • 2. Ductile Iron material shall comply with ASTM A536, Grade 65-45-12 or 88-55-06. 3. Bell depths shall meet the minimum socket depth requirements of ASTM F1336. 4. Gaskets shall be machined. • 5. Gaskets shall be of SBR rubber and comply with ASTM F477. 6. No rubber couplings with bands are permitted unless transiting to and/or from vitrified clay • (VC)pipe. 7. All couplings shall have pipe stops and a flow way tapered to allow a smooth transition • between the pipes. • • 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. • • • The City of Augusta Utilities Department Sanitary Utility Sewerage Piping Camp Hancock Outfall Rehabilitation Phase I 33 31 00-5 • WKD Project Number: 20160266.00.AG • • • • • 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 C 1479. • • E. Install CIP and DIP, fittings, and accessories in accordance with applicable portions of AWWA • C600. • 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 S 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 binder410 between new and existing concrete. • • The City of Augusta Utilities Department Sanitary Utility Sewerage Piping • Camp Hancock Outfall Rehabilitation Phase 1 33 31 00-6 WKD Project Number: 20160266.00.AG • • • • • • • 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. • 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. • The City of Augusta Utilities Department Sanitary Utility Sewerage Piping • Camp Hancock Outfall Rehabilitation Phase I 33 31 00-7 WKD Project Number: 20160266.00.AG • • • • • 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 S Work. • B. Protect pipe and aggregate cover from damage or displacement until backfilling operation is in • progress. • END OF SECTION • • • • • • • • • • • • • • • • • • • • • • • • • The City of Augusta Utilities Department Sanitary Utility Sewerage Piping • Camp Hancock Outfall Rehabilitation Phase I 33 31 00-8 WKD Project Number: 20160266.00.AG • • • • • • • • • INTENTIONALLY LEFT BLANK • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • s