Loading...
HomeMy WebLinkAboutCONSTRUCTION SERVICES CONTRACT TO REEVES CONSTRUCTION COMPANY FOR PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK GEORGIA CONSTRUCTION SERVICES FOR PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK P.I. # 0011381 & P/ 0011413 2018/2019 ominimmumminimmonniaminumemminge POC:Hameed Malik, Ph.D., PE, Director ENGINEERING DEPARTMENT CITY OF AUGUSTA,AUGUSTA,GA BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK PHASE II TABLE OF CONTENTS 1. INVITATION TO BID 2. INSTRUCTION TO BIDDERS 3. GEORGIA PROMPT PAY 4. TIA SPECIAL PROVISION 5. BID PROPOSAL 6. ADDENDUM 7. PROJECT SPECIFIC SPECIAL PROVISION 7.1 607-A RUBBLE WALL AND PARAPET FACING 7.2 SECTION 615-DIRECTIONAL BORING 7.3 SECTION 960-PRECAST REINFORCED CONCRETE THREE SIDED CULVERTS 8. CONTRACTOR'S DOCUMENT 9. AGREEMENT 10. SPECIAL CONDITIONS 11. GENERAL CONDITIONS 12.TECHNICAL SPECIFICATIONS 12.1 GDOT SPECIAL PROVISIONS TRAFFIC CONTROL 12.2 WATER QUALITY MONITORING ti fir... o ',x a 1 A 13.AUGUSTA UTILITIES DEPARTMENT 13.1 MEASUREMENTS AND PAYMENTS 13.2 AUD STANDARDS AND TECHNICAL SPECIFICATIONS 13.2.1 Section 02055 Soils-Structural 13.2.2 Section 02060 Aggregate 13.2.3 Section 02221 Selective Demolition 13.2.4 Section 02324 Trenching 13.2.5 Section 02512 Site Water Distribution 13.2.6 Section 02516 Disinfection of Water Distribution 13.2.7 Section 02760 Flowable Fill Material Augusta, GA Engineering Department INVITATION TO BID BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK P.I. # 0011381 & PI 0011413 2018/2019 Invitation to Bid Sealed bids will be received at this office until Tuesday,May 8,2018 @ 3:00 p.m.for furnishing: Bid Item#18-195 Berckmans Road Widening,Realignment and Bridge Replacement—Phase II for Augusta,GA— Engineering Department Bids will be received by Augusta,GA Commission hereinafter referred to as the OWNER at the offices of: Geri A.Sams,Director Augusta Procurement Department 535 Telfair Street-Room 605 Augusta,Georgia 30901 Bid documents may be examined at the office of the Augusta, GA Procurement Department, 535 Telfair Street— Room 605, ! Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers 4 r exclusively from Augusta Blue Print. The fees for the plans and specifications which are non-refundable is$325.00. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the i Owner is providing the opportunity to view plans online(www.augustablue.com)at no charge through Augusta Blue Print(706 1 722-6488) beginning Thursday, March 29, 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. A Mandatory Pre Bid Conference will be held on Friday,April 20, 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.gav to the office of the Procurement Department by Tuesday,April 24,2018 @ 5:00 P.M. No bid will be accepted by fax,all must be 1 received by mail or hand delivered. No bids 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. A 100% performance bond and a 100% payment bond will be 4 required for award. 3 6 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. i 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: e 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 a 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 March 29,April 5,12,19,2018 Metro Courier March 29,2018 Cc: Janice Allen Jackson Administrator 1 Hameed Malik Engineering Department Revised: 2/19/2016 I 1 9 i s Bid 18-185 Berckmans Road Widening,Realignment and Bridge Replacement—Phase II 1 Bid Due:Tuesday,May 8,2018 @ 3:00 p.m. Page 2 of 15 i i lowest non-local bidders. i I INSTRUCTIONS TO SUBMIT I 1.7 Minority/Women Business Enterprise (MWBE) i 11 Purpose:The purpose of this document is to provide Policy:Court Order Enjoining Race-Based Portion of i general and specific information for use by vendors DBE Program Augusta, Georgia does not have a in submitting a bid to supply Augusta,Georgia with race or gender conscious Disadvantaged Business equipment,supplies,and or services as listed above. Enterprises (DBE) program for projects having i All bids are governed by the Augusta,Georgia Code. Augusta, Georgia as the source of funding. Augusta does enforce mandatory DBE requirements . 1.2 Viewing the Augusta Code: All bids are governed of federal and state agencies on contracts funded and awarded In accordance with the applicable by such agencies and has a DBE Program to comply a federal and state regulations and the Augusta, with U.S. Department of Transportation (DOT), i Georgia Code. To view the Code visit Augusta's Federal Transit Administration (FTA), Federal f Aviation Administration (FAA) and other federal website at www,augustaga.eov or http://www.augustaea.Rov/index.asux?NID=685 and state mandated DBE requirements for certain 1 Guidelines&Procedures, DOT,FTA,FAA,and other federal and state assisted contracts as required by 49 C.F.R. Part 26,et. seq. 1.3 Compliance with laws: The Proponent shall obtain and/or 49 C.F.R.Part 23,et.seq. This DBE program and maintain all licenses,permits,liability insurance, is only for DOT,FTA and FAA assisted contracts and other federal or state funded contracts having ; workman's compensation insurance and complyi with any and all other standards or regulations mandatory DBE requirements.(See Article 13 of the required by federal, state or Augusta, Georgia Augusta,GA.Code.) . statute, ordinances and rules during the performance of any contract between the Augusta, Georgia prohibits any language in any Proponent and Augusta, Georgia. Any such solicitation,bid or contract that is Inconsistent with • requirement specifically set forth in•any contract the July 21,2011 Court Order in the case,Thompson document between the Proponent and Augusta, Wrecking, inc. v. Augusta Georgia, civil action No. Georgia shall be supplementary to this section and 1:07-Ci/--019. Any such language appearing in any ) not in substitution thereof. Augusta,Georgia solicitation,bid or contract is void and unenforceable. A' 1.4 Bid's for All or Part:Unless otherwise specified by Augusta,Georgia or by the proponent,AUGUSTA, A copy of this Order can be reviewed at GEORGIA RESERVES THE RIGHT TO MAKE AWARD wfvw.auqustaaa.gov home page. ON ALL ITEMS,OR ON ANY OF THE ITEMS ACCORDING TO THE BEST INTEREST OF AUGUSTA, 1,8 Augusta,Georgia License Requirement: For further GEORGIA. Proponent may restrict his bid to information, contact the License and Inspection consideration in the aggregate by so stating,but Department @ 706 312-5050, must name a unit price on each item submitted upon. General Contractors License Number: If applicable, in accordance with O.C.G.A.§43-41,or be subjected 1.5 All protest shall be made in writing to: to penalties as may be required by law. Attn: Geri A.Sams Director of Procurement Utility Contractor License Number: If applicable,in 535 Teifair Street,Room 605 accordance with O.C.G.A.§43-14,or be subjected to i? Augusta,GA 30901 penalties as may be required by law. Fax: 706-821-2811 or Email: procbidandcontract@augustaga.xov 1.9 Terms of Contract:(Check where applicable) (I(A)Annual Contract 1.6 Local Vendor Preference: The Local Vendor [X](B)One-time Purchase. Preference policy shall only be applied to projects of ()(C)Other one-hundred thousand dollars ($100,000) or less and only when the lowest local qualified bidder is within 10% or $10,000, whichever is less of the ' I 1 i Revised 2/11/2016 Bid 18-185 Berckmans Road Widening,Realignment and Bridge Replacement—Phase II Bid Due:Tuesday,May 8,2018 @ 3:00 p.m. Page 3 of 15 Augusta, GA Engineering Department INSTRUCTIONS TO BIDDERS BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK P.I. # 0011381 & PI 0011413 2018/2019 BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK PHASE II SECTION 2: INSTRUCTION TO BIDDERS INSTRUCTION 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 after bid closing and for a period of sixty (60) days after bids have been awarded, 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 prebid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to the Purchasing Department, 535 Telfair Street, Suite 605, Augusta, Georgia, 30901 and to be given consideration must be received at least ten working days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in IB-1 BERCKMANS ROAD IMPROVEMENT PROJECT-PHASE II AUGUSTA,GA BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK PHASE II the form of written addenda to the specifications which, if issued, will be sent to the Augusta, GA Procurement Director at least five working prior to the date fixed for the opening of bids. The Purchasing Director shall send by certified mail with return receipt requested to all prospective bidders (at the respective addresses furnished for such purposes), not later than three working 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. NOTE: A 10% Bid Bond is required in all cases. IB-05 BASIS OF AWARD IB-2 BERCKMANS ROAD IMPROVEMENT PROJECT-PHASE 11 AUGUSTA,GA BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK PHASE II 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. Payment to CONTRACTOR will be made only for actual quantities of Work performed or materials furnished in accordance with Contract and it is understood that quantities may be increased or decreased as provided in Section 23 of Special Conditions. 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 and PAYMENT BOND IB-3 BERCKMANS ROAD IMPROVEMENT PROJECT-PHASE/I AUGUSTA,GA BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK PHASE II 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 owner performing the work specified, and for compliance with the laws pertaining thereto. When performance and/or payment bonds are required, each shall be issued in an amount equal to the Contract Amount as security for the faithful performance and/or payment of all Contractor's obligations under the Contract Documents. Performance and payment bonds shall be issued by a solvent corporate surety authorized to do business in the State of Georgia, and shall meet any other requirements established by law or by OWNER pursuant to applicable law. 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. Bid may be rejected if any of the Unit Prices are obviously unbalanced. The Owner will decide whether any Unit Prices are unbalanced either excessively above or below a reasonable cost analysis value determined by the Engineer, particularly if these unbalanced amounts are substantial and contrary to the interest of the Owner. Bid may be rejected as irregular if they show any omissions, alterations of form, additions or conditions not called for, unauthorized alternate bids, erasures or changes not initialed, or other irregularities. IB-4 BERCKMANS ROAD IMPROVEMENT PROJECT-PHASE II AUGUSTA,GA Augusta, GA Engineering Department GEORGIA PROMPT PAY BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK P.I. # 0011381 & PI 0011413 2018/2019 SECTION 3: GEORGIA PROMPT PAY ACT BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK PHASE II 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. 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 Count, 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. 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 this Agreement and Contractor specifically waives any claim to same. NOTICE All references in this document, which includes all papers, writings, drawings, plans or photographs to be used in connection with this document, to "Richmond County Board of Commissioners" shall be deemed to mean "Augusta Richmond County Commission-Council and all references to "Chairman" shall be deemed to mean "Mayor". DISPOSALS Prior to any material from this project being wasted or otherwise disposed of outside the project limits the Contractor shall furnish the Engineer a copy of written permission, signed by the property owner (or his authorized agent) describing the estimated amount and type of material to be placed on said property. If any portland cement concrete, asphaltic concrete, wood or other such materials are to be wasted on the property, a copy of the owner's inert landfill permit, issued by the Environmental Protection Division shall be furnished to the Engineer prior to any such waste being removed from the project. In all cases, regardless of the material being wasted, a grading permit issued by Augusta Richmond County must be furnished to the Engineer. PPA-1 Augusta, GA Engineering Department TIA SPECIAL PROVISIONS BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK P.I. # 0011381 & PI 0011413 2018/2019 BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK PHASE II TIA SPECIAL PROVISIONS Projects funded 100%with special district transportation sales and use tax proceeds collected pursuant to the transportation investment act(TIA) of 2010 1. To terminate this contract without further obligation of the City to the extent that the obligations exceed the availability of such the Special District Transportation Sale and Use Tax proceeds for the project as designated by the City or the City may determine in its sole discretion that a suspension period should be instituted as set forth in specification "Temporary Suspension of Work". The City's certification as to the availability of the Special District Transportation Sale and Use Tax proceeds as designated by the City shall be conclusive. 2. Any payments shall be made to the Contractor after receipt of such transportation sales and use tax proceeds from GSFIC /GDOT by the City. The parties agree that the provisions of the Georgia Prompt Pay Act, O.C.G.A. § 13-11-1 et seq., do not control and that the Consultant/Contractor waives any and all rights it may have under said Act. 3. All provisions of this Specification shall be incorporated by and into any subcontracts entered into by the Contractor with its subcontractors. 4. DBE,SMALL BUSINESS AND VETERAN OWNED BUSINESS On May 17, 2012, the GDOT, acting by and through its Board, passed a resolution in which it: (1) reaffirmed its commitment to Title VI of the 1964 Civil Rights Act of nondiscrimination in the delivery and management of Transportation Investment Act funded projects; and (2) encouraged the use of Disadvantaged Business Enterprises (DBE) (including minority and woman owned businesses), small businesses, and veteran owned businesses in any project that is funded in whole or in part by Transportation Investment Act funds, and encouraged wherever practical and feasible, the local government or governments that manage Transportation Investment Act funded projects to include the same in its delivery and management of a project. Reference to this resolution shall be included in all subcontracts entered in by the Contractor related to this Project. While there is no DBE, small businesses or veteran owned businesses goal required, the Contractor is required to provide the following information monthly to the GDOT regarding whether it utilized any DBE (as defined in forth in 49 CFR Part 26), small business (as defined in 13, CRR Part 121) or veteran owned, along with the following information: (1) TIA PROJECT SPECIAL PROVISIONS BERCKMANS ROAD IMPROVEMENT PROJECT-PHASE Il AUGUSTA,GA 1) The names and addresses of DBE firms, small businesses or veteran owned businesses committed to participate in the Contract; 2) A description of the work each DBE firm, small business or veteran owned business will perform; and 3) The dollar amount of the participation of each DBE firm, small business or veteran owned business participating. All provisions of this Specification shall be incorporated by and into any subcontracts entered into by the Contractor with its subcontractors. 5. Temporary Suspension of Work The City has the authority to suspend The Work wholly or in part, for as long as the City may deem necessary, because of unsuitable weather, lack of special district transportation sales and use tax proceeds remitted to the City by GSFIC/GDOT and designated by the City for the Project, or other conditions considered unfavorable for continuing The Work, or for as long as he may deem necessary by reason of failure of the Contractor to carry out orders given, or to comply with any provisions of the Contract. No additional compensation will be paid the Consultant/Contractor because of suspension except as specifically set forth below. The Work shall be resumed when conditions are favorable or when corrective measures satisfactory to the City have been applied; when, and as ordered by the City in writing. The Consultant shall not stop The Work without authority. If The Work is stopped by the lack of special district transportation sales and use tax proceeds remitted to the City by GSFIC/GDOT and designated by the City for the Project or any temporary or permanent injunction, court restraining order, process or judgment of any kind, directed to either of the parties hereto, then such period or delay will not be charged against the Contract Time nor shall the City be liable to the Consultant/Contractor on account of such delay or termination of work. SUSPENSION PERIOD FOR LACK OF SPECIAL DISTRICT TRANSPORTATION SALES AND USE TAX PROCEEDS: If The Work is stopped and suspension period instituted by the City in writing as a result of the lack of special district transportation sales and use tax proceeds remitted to the City by GSFIC/GDOT and designated by the City for the Project, such suspension shall last for a maximum of ninety(90) days. This Contract does not obligate the City to make any payment to the Consultant/Contractor for said Extra Work from any funds other than from available special district transportation sales and use tax proceeds as designated by the Department for the Project. After this ninety (90) day period, if special district transportation sales and use tax proceeds as designated by the City for the Project are available or anticipated to be available as (2) TIA PROJECT SPECIAL PROVISIONS BERCKMANS ROAD IMPROVEMENT PROJECT-PHASE ll AUGUSTA,GA determined in the sole discretion of the City, the Consultant/Contractor will be directed by the City to either (1) continue The Work under the Contract or (2) agree to a new suspension period as determined by the City. After this ninety (90) day period, if special district transportation sales and use tax proceeds as designated by the Department for the Project are not available or anticipated to be not available as determined in the sole discretion of the City, this Contract shall be terminated upon notification by the City to the Consultant/Contractor. To the extent practically possible, the City will provide written notification to the Consultant/Contractor that The Work is going to be stopped either permanently or during a suspension period as the result of the lack of special district transportation sales and use tax proceeds three (3) months prior to the date of The Work stoppage. The City's certification as to the availability of the special district transportation sales and use tax proceeds as designated by the City for the Project shall be conclusive. The contract time will be extended to reflect the length of the suspension period and any resulting delays. No damages for delay or consequential damages will be recoverable as a result of any suspension period. ******************************************************************************** • (3) TM PROJECT SPECIAL PROVISIONS BERCKMANS ROAD IMPROVEMENT PROJECT-PHASE II AUGUSTA,GA Augusta, GA Engineering Department BID PROPOSAL BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK P.I. # 0011381 & PI 0011413 2018/2019 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK BID PROPOSAL—VE Bid Proposal Date In compliance with your invitation for bids dated 13/29/2018,the undersigned hereby proposed to furnish all labor, equipment, and materials, and to perform all work for the installation of roadway improvements,and appurtenances referred to herein as: PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK P.I. # 0011381 & PI# 0011413 In strict accordance with the Contract Documents and in consideration of the amounts shown on the Bid Schedule attached hereto and totaling: ELEVEN MILLION TWO HUNDRED FORTY SIX THOUSAND FOUR HUNDRED EIGHTY SEVEN&20/100 DOLLARS($ 11,246,487.20) 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 undersigned hereby agrees that, if awarded the contract, he will commence the work within 10 calendar days after the date of written notice to proceed, and that he will complete all work within 27 months. The undersigned acknowledges receipt of the following addenda: Respectfully: Addendum Number Addendum Date 1 5/1/18 Re-e-Q /e$ (WSfitkr—r, CMP, 2 5/3/18 (Name of the Firm) I AP I'')s7 cmc, [y Lbxs2D,0 36c/J 7 (Business Address) By: akJ6 741106 Title: ��IOJ 01.4\NA(.4.". Berckmans Road Improvement Project,Phase II Augusta,GA Page 1 of 9 PI#0011381 001-1000 FORCE ACCOUNT 1.000 LS $ 400,000.00 $ 400,000.00 150-1000 TRAFFIC CONTROL- LUMP SUM 1.000 LS $ 275,000.00 $ 275,000.00 210-0100 GRADING COMPLETE-LUMP SUM 1.000 LS $ 1,149,800.00 $ 1,149,800.00 Roadway 402-3113 RECYL AC 12.5MM SP,GPL/2,BM&HL 770.000 TN $ 95.00 $ 73,150.00 402-3190 RECYL AC 19 MM SP,GP 1 OR 2,INC BM&HL 291.000 TN $ 75.00 $ 21,825.00 402-3121 RECYL AC 25MM SP,GPL/2,BM&HL 859.000 TN $ 75.00 $ 64,425.00 310-1101 GR AGGR BASE CRS,INCL MATL 2,748.000 TN $ 40.00 $ 109,920.00 402-1801 RECYL AC PATCHING, INCL BM 200.000 TN $ 140.00 $ 28,000.00 402-1812 RECYL AC LEVELING,INC BM&HL 3,400.000 TN $ 87.00 $ 295,800.00 413-0750 TACK COAT 718.000 GL $ 5.00 $ 3,590.00 432-5010 MILL ASPH CONC PVMT,VARB DEPTH 4,203.000 SY $ 2.50 $ 10,507.50 439-0022 PLAIN PC CONC PVMT,CL3,10 IN 935.000 SY $ 145.00 $ 135,575.00 441-4020 CONC VALLEY GUTIER, 6 IN 35.000 SY $ 55.00 $ 1,925.00 441-4030 CONC VALLEY GUTIER, 8 IN 62.000 SY $ 65.00 $ 4,030.00 441-0016 DRIVEWAY CONCRETE,6 IN TK 53.000 SY $ 55.00 $ 2,915.00 441-0018 DRIVEWAY CONCRETE,8 IN TK 0.000 SY $ 65.00 $ - 441-5025 CONC HEADER CURB,4 IN,TP9 295.000 LF $ 17.00 $ 5,015.00 441-5008 CONC HEADER CURB,6 IN,TP7 207.000 LF $ 17.00 $ 3,519.00 441-6012 CONC CURB&GUTIER/6X24TP2 3,502.000 LF $ 15.00 $ 52,530.00 441-0748 CONCRETE MEDIAN,6 IN 544.000 SY $ 70.00 $ 38,080.00 446-1100 PVMT REF FAB STRIPS,TP2,18 INCH WIDTH 2,360.000 LF $ 8.40 $ 19,824.00 441-0104 CONC SIDEWALK,4 IN 2,300.000 SY $ 41.00 $ 94,300.00 500-3002 CLASS AA CONCRETE 268.000 SY $ 600.00 $ 160,800.00 500-3201 CL B CONC, RET WALL 62.000 CY $ 800.00 $ 49,600.00 500-9999 CL B CONC,BASE OR PVMT WIDEN 4.000 CY $ 400.00 $ 1,600.00 515-2020 GALV STEEL PIPE HANDRAIL,2 IN ROUND 176.000 LF $ 75.00 $ 13,200.00 641-1110 GUARDRAIL,TP T 80.000 LF $ 75.00 $ 6,000.00 641-1200 GUARDRAIL,TP W 102.000 LF $ 19.50 $ 1,989.00 641-5012 GUARDRAIL ANCHORAGE,TP 12 4.000 EA $ 3,040.00 $ 12,160.00 700-9300 SOD 4,900.000 SY $ 10.00 $ 49,000.00 572-1000 SLOPE UNDERDRAINS 1,000.000 LF $ 30.00 $ 30,000.00 Subtotal $ 1,289,279.50 Drainage 550-1180 STM DR PIPE 18,H 1-10 575.000 LF $ 45.00 $ 25,875.00 550-1300 STM DR PIPE 30,H 1-10 18.000 LF $ 65.00 $ 1,170.00 550-1360 STM DR PIPE 36,H 1-10 320.000 LF $ 70.00 $ 22,400.00 550-1420 STM DR PIPE 42,H 1-10 490.000 LF $ 90.00 $ 44,100.00 550-1480 STM DR PIPE 48,H 1-10 222.000 LF $ 118.00 $ 26,196.00 550-4248 FLARED END SECT,48",ST DR 1.000 EA $ 3,200.00 $ 3,200.00 550-4218 FLARED END SECT 18 IN,ST DR 5.000 EA $ 825.00 $ 4,125.00 550-4230 FLARED END SECT 30 IN,ST DR 1.000 EA $ 1,150.00 $ 1,150.00 668-1100 CATCH BASIN, GP 1 15.00 EA $ 3,000.00 $ 45,000.00 668-1110 CATCH BASIN,GP 1,ADDL DEPTH 4.000 LF $ 330.00 $ 1,320.00 668-4300 STORM SEW MANHOLE, TP 1 2.000 EA $ 2,650.00 $ 5,300.00 668-4311 ST SEW MANHOLE,TP 1,A DEP,CL 1 2.000 LF $ 350.00 $ 700.00 668-2100 DROP INLET,GP 1 10.000 EA $ 2,650.00 $ 26,500.00 668-2110 DROP INLET,GP I. ADDL DEPTH 5.000 LF $ 330.00 $ 1,650.00 Page 2 of 9 603-2181 STN DUMPED RIP RAP,TP 3,18 40.000 SY $ 95.00 $ 3,800.00 603-7000 PLASTIC FILTER FABRIC 40.000 SY $ 2.00 $ 80.00 611-4003 RECONSTR MISC DRAINAGE STR 2.000 EA $ 2,800.00 $ 5,600.00 668-5000 JUNCTION BOX 1.000 EA $ 1,500.00 $ 1,500.00 Subtotal $ 219,666.00 Signing and Marking 636-1020 HWY SGN,TPLMAT,REFL SH TP3 107.000 SF $ 17.00 $ 1,819.00 636-1033 HWY SIGNS,TPLMAT,REFL SH TP 9 148.000 SF $ 19.00 $ 2,812.00 636-2070 GALV STEEL POSTS,TP 7 585.000 LF $ 7.00 $ 4,095.00 652-5451 SOLID TRAF STRIPE,5 IN,WHITE 800.000 LF $ 0.30 $ 240.00 652-5452 SOLID TRAF STRIPE,5 IN,YELLO 4,500.000 LF $ 0.30 $ 1,350.00 652-5701 SOLID TRAF STRIPE,24,WHITE 21.000 LF $ 7.50 $ 157.50 652-5801 SOLID TRAF STRIPE,8 IN,WHITE 1,500.000 LF $ 2.50 $ 3,750.00 652-6501 SKIP TRAF STRIPE,5 IN,WHITE 260.000 GLF $ 0.20 $ 52.00 652-6502 SKIP TRAF STRIPE,5 IN,YELLOW 2,500.000 GLF $ 0.20 $ 500.00 652-0120 PAVEMENT MARKING, ARROW,TP 2 4.000 EA $ 75.00 $ 300.00 653-6004 THERM TRAF STRIPING,WHITE 9.000 SY $ 7.50 $ 67.50 652-0130 PAVEMENT MARKING, ARROW,TP 3 4.000 EA $ 150.00 $ 600.00 653-6006 THERM TRAF STRIPING,YELLOW 59.000 SY $ 7.50 $ 442.50 654-1001 RAISED PVMT MARKERS TP 1 115.000 EA $ 7.50 $ 862.50 654-1003 RAISED PVMT MARKERS TP 3 20.000 EA $ 7.50 $ 150.00 653-0105 PAVEMENT MARKING, BIKE SHARED LN SYN 12.000 EA $ 350.00 $ 4,200.00 653-0296 THERMO PVMT MARKING,WORD,TP 15 4.000 EA $ 350.00 $ 1,400.00 Subtotal $ 22,798.00 Erosion Control 163-0550 CONS&REM INLET SEDIMENT TRAP 21.000 EA $ 205.00 $ 4,305.00 165-0105 MATNT OF INLET SEDIMENT TRAP 11.000 EA $ 50.00 $ 550.00 171-0030 TEMPORARY SILT FENCE,TYPE C 3,100.000 LF $ 4.55 $ 14,105.00 165-0030 MAINT OF TEMP SILT FENCE,TPC 1,550.000 LF $ 0.10 $ 155.00 716-2000 EROSION CONTROL MATS,SLOPES 1,904.000 SY $ 1.25 $ 2,380.00 163-0527 CNST/REM RIP RAP CKDM,STN P RIPRAP/Sh 23.000 EA $ 360.00 $ 8,280.00 165-0041 MAINT OF CHECK DAMS-ALL TYPES 322.000 LF $ 10.00 $ 3,220.00 163-0300 CONSTRUCTION EXIT(INCL MAINT) 1.000 EA $ 1,500.00 $ 1,500.00 163-0501 CONSTRUCT AND REMOVE SILT CONTROL GA 2.000 EA $ 1,000.00 $ 2,000.00 165-0085 MAINT OF SILT CONTROL GATE TP1 2.000 EA $ 50.00 $ 100.00 710-9000 PERM SOIL REINFORCING MAT 86.000 SY $ 6.50 $ 559.00 643-8200 BARRIER FENCE(ORANGE)4 FT 1,445.000 LF $ 2.25 $ 3,251.25 163-0232 TEMPORARY GRASSING 6.000 AC $ 1,200.00 $ 7,200.00 700-6910 PERMANENT GRASSING 6.000 AC $ 2,500.00 $ 15,000.00 701-0030 AGRICULTURAL LIME 6.000 TN $ 75.00 $ 450.00 700-8000 FERTILIZER MIXED GRADE 5.000 TN $ 600.00 $ 3,000.00 700-8100 FERTILIZER NITROGEN CONTENT 300.000 LB $ 4.00 $ 1,200.00 163-0240 MULCH 130.000 TN $ 200.00 $ 26,000.00 CATCH BASIN FILTER INSERT 16.000 EA $ 1,000.00 $ 16,000.00 Subtotal $ 109,255.25 Bridge Culvert 211-0300 BR EXCAV,STREAM CROSSING 1,290.000 CY $ 175.00 $ 225,750.00 500-2110 CONCRETE PARAPET,SPCL DES 206.000 LF $ 600.00 $ 123,600.00 500-3700 SEALCONC 453.000 CY $ 325.00 $ 147,225.00 511-1000 BAR REINF STEEL 44,935.000 LB $ 1.20 $ 53,922.00 540-1102 REM OF EX BR, BR NO-LUMP SUM 1.000 LS $ 304,225.00 $ 304,225.00 Page 3 of 9 607-2000 RUBBLE WALL 350.000 En $ 330.00 $ 115,500.00 960-0550 PRECASTTHREE SIDED CULV., DOUBLE BARR 1.000 pm $ 1,476,000.00 $ 1,476,000.00 Subtotal $ 2,446,222.00 500-3101 CLASS A CONCRETE 19.000© $ 215.00 $ 4,085.00 511-1000 BAR REINF STEEL 5,058.000 EN $ 1.20 $ 6,069.60 615-1100 DIRECTIONAL BORE PIPE-2 IN 255.000 Mill $ 3.35 $ 854.25 681-6318 LUMINAIRE,TP 4, 185 W, LED 25.000 EA $ 2,100.00 $ 52,500.00 681-4398 LIGHTING STD,20'MH,6'ARM 24.000 EA $ 5,400.00 $ 129,600.00 681-4399 LIGHTING STD,20'MH,6'TWIN ARM 1.000 EA $ 6,150.00 $ 6,150.00 682-1503 CABLE,TP RHH/RHW, AWG NO 12 514.000 Ell $ 0.55 $ 282.70 682-1504 CABLE,TP RHH/RHW, AWG NO 10 1,714.000® $ 0.70 $ 1,199.80 682-1506 CABLE,TP RHH/RHW, AWG NO 6 9,441.000 Ell $ 1.00 $ 9,441.00 682-6222 CONDUIT,NONMETL,TP 2,2 IN 2,962.000 Ell $ 9.00 $ 26,658.00 682-6233 CONDUIT, NONMETL,TP 3,2 IN 255.000 Elli $ 9.00 $ 2,295.00 682-6120 CONDUIT, RIGID,2 IN 110.000 Mil $ 14.50 $ 1,595.00 682-9020 ELECJCT BOX 1.000 EA $ 500.00 $ 500.00 939-5020 ELEC PWR SVC ASSEMBLY,UNDRGRD SVC P. 1.000 Ell $ 15,000.00 $ 15,000.00 Subtotal $ 256,230.35 Page 4 of 9 PI # 0011413 001-1000 FORCE ACCOUNT 1.000 LS $ 350,000.00 $ 350,000.00 150-1000 TRAFFIC CONTROL-LUMP SUM 1.000 LS $ 275,000.00 $ 275,000.00 210-0100 GRADING COMPLETE-LUMP SUM 1.000 LS $ 1,146,200.00 $ 1,146,200.00 Roadway 402-3113 RECYL AC 12.5MM SP,GPL/2,BM&HL 1,377.000 TN $ 95.00 $ 130,815.00 402-3190 RECYL AC 19 MM SP,GP 1 OR 2,INC BM&HL 432.000 TN $ 75.00 $ 32,400.00 402-3121 RECYL AC 25MM SP,GPL/2,BM&HL 1,222.000 TN $ 75.00 $ 91,650.00 310-1101 GR AGGR BASE CRS,INCL MATL 2,630.000 TN $ 40.00 $ 105,200.00 402-1801 RECYL AC PATCHING,INCL BM 300.000 TN $ 140.00 $ 42,000.00 402-1812 RECYL AC LEVELING,INC BM&HL 2,400.000 TN $ 87.00 $ 208,800.00 413-0750 TACK COAT 1,083.000 GL $ 5.00 $ 5,415.00 432-5010 MILL ASPH CONC PVMT,VARB DEPTH 12,584.000 SY $ 2.50 $ 31,460.00 441-4020 CONC VALLEY GUTTER, 6 IN 282.000 SY $ 55.00 $ 15,510.00 441-4030 CONC VALLEY GUTTER, 8 IN 610.000 SY $ 65.00 $ 39,650.00 441-0016 DRIVEWAY CONCRETE,6 IN TK 60.000 SY $ 55.00 $ 3,300.00 441-0018 DRIVEWAY CONCRETE,8 IN TK 54.000 SY $ 65.00 $ 3,510.00 441-6012 CONC CURB&GUTIER/6X24TP2 7,240.000 LF $ 15.00 $ 108,600.00 446-1100 PVMT REF FAB STRIPS,TP2,18 INCH WIDTH 5,600.000 LF $ 8.40 $ 47,040.00 441-0104 CONC SIDEWALK,4 IN 2,625.000 SY $ 41.00 $ 107,625.00 500-3201 CL B CONC, RET WALL 220.000 CY $ 800.00 $ 176,000.00 500-9999 CL B CONC,BASE OR PVMT WIDEN 114.000 CY $ 400.00 $ 45,600.00 641-5001 GUARDRAIL ANCHORAGE,TP1 1.000 EA $ 1,200.00 $ 1,200.00 641-5012 GUARDRAIL ANCHORAGE,TP12 1.000 EA $ 3,040.00 $ 3,040.00 641-1200 GUARDRAIL,TP W 1,050.000 LF $ 19.50 $ 20,475.00 643-1152 CH LK FEN,ZC COAT,6',9GA 50.000 LF $ 100.00 $ 5,000.00 643-8010 GATE,CHAIN LINK ZC COAT-6 FT HEIGHT 2.000 EA $ 900.00 $ 1,800.00 700-9300 SOD 900.000 SY $ 10.00 $ 9,000.00 572-1000 SLOPE UNDERDRAINS _ 1,000.000 LF $ 30.00 $ 30,000.00 Subtotal $ 1,265,090.00 Drainage 550-1180 STM DR PIPE 18,H 1-10 3,191.000 LF $ 45.00 $ 143,595.00 550-1240 STM DR PIPE 24,H 1-10 518.000 LF $ 55.00 $ 28,490.00 550-4218 FLARED END SECT 18 IN,ST DR 1.000 EA $ 825.00 $ 825.00 668-1100 CATCH BASIN,GP 1 23.000 EA $ 3,000.00 $ 69,000.00 668-1110 CATCH BASIN,GP 1,ADDL DEPTH 1.000 LF $ 330.00 $ 330.00 668-4300 STORM SEW MANHOLE,TP 1 3.000 EA $ 2,650.00 $ 7,950.00 668-4311 ST SEW MANHOLE,Tp 1,A DEP,CL 1 4.000 LF $ 350.00 $ 1,400.00 668-2100 DROP INLET,GP 1 13.000 EA $ 2,650.00 $ 34,450.00 668-2110 DROP INLET,GP 1,ADDL DEPTH 5.000 LF $ 330.00 $ 1,650.00 611-9000 CAPPING MINOR STRUCTURE 1.000 EA $ 1,700.00 $ 1,700.00 668-5000 JUNCTION BOX 2.000 EA $ 2,000.00 $ 4,000.00 Subtotal $ 293,390.00 Signing and Marking 636-1020 HWY SGN,TP1MAT,REFL SH TP3 53.000 SF $ 17.00 $ 901.00 636-1033 HWY SIGNS,TPLMAT,REFL SH TP 9 64.000 SF $ 19.00 $ 1,216.00 636-2070 GALV STEEL POSTS,TP 7 196.000 LF $ 8.00 $ 1,568.00 652-5451 SOLID TRAF STRIPE,5 IN,WHITE 700.000 LF $ 0.30 $ 210.00 652-5452 SOLID TRAF STRIPE,5 IN,YELLO 8,300.000 LF $ 0.30 $ 2,490.00 Page 5 of 9 652-5701 SOLID TRAF STRIPE,24,WHITE 169.00 LF $ 7.50 $ 1,267.50 652-5801 SOLID TRAF STRIPE,8 IN,WHITE 3,800.000 LF $ 2.50 $ 9,500.00 652-6501 SKIP TRAF STRIPE,5 IN,WHITE 200.000 GLF $ 0.20 $ 40.00 652-6502 SKIP TRAF STRIPE,5 IN,YELLOW 5,300.000 GLF $ 0.20 $ 1,060.00 652-0120 PAVEMENT MARKING,ARROW,TP 2 29.000 EA $ 75.00 $ 2,175.00 653-6006 THERM TRAF STRIPING,YELLOW 129.000 SY $ 7.50 $ 967.50 654-1001 RAISED PVMT MARKERS TP 1 207.000 EA $ 7.50 $ 1,552.50 654-1003 RAISED PVMT MARKERS TP 3 35.000 EA $ 7.50 $ 262.50 653-0105 PAVEMENT MARKING, BIKE SHARED LN SY 25.000 EA $ 350.00 $ 8,750.00 Subtotal $ 31,960.00 Erosion Control 163-0550 CONS&REM INLET SEDIMENT TRAP 46.000 EA $ 205.00 $ 9,430.00 165-0105 MATNT OF INLET SEDIMENT TRAP 23.000 EA $ 50.00 $ 1,150.00 171-0030 TEMPORARY SILT FENCE,TYPE C 3,550.000 LF $ 4.55 $ 16,152.50 165-0030 MAINT OF TEMP SILT FENCE,TPC 1,775.000 LF $ 0.10 $ 177.50 716-2000 EROSION CONTROL MATS,SLOPES 1,127.000 SY $ 1.25 $ 1,408.75 163-0527 CNST/REM RIP RAP CKDM,STN P RIPRAP/Sh 156.000 EA $ 360.00 $ 56,160.00 165-0041 MAINT OF CHECK DAMS-ALL TYPES 2,184.000 LF $ 10.00 $ 21,840.00 163-0232 TEMPORARY GRASSING 6.000 AC $ 1,200.00 $ 7,200.00 700-6910 PERMANENT GRASSING 6.000 AC $ 2,500.00 $ 15,000.00 701-0030 AGRICULTURAL LIME 6.000 TN $ 75.00 $ 450.00 700-8000 FERTILIZER MIXED GRADE 5.000 TN $ 600.00 $ 3,000.00 700-8100 FERTILIZER NITROGEN CONTENT 300.000 LB $ 4.00 $ 1,200.00 163-0240 MULCH 130.000 TN $ 200.00 $ 26,000.00 643-8200 BARRIER FENCE(ORANGE), 4 FT 3,511.000 LF $ 2.25 $ 7,899.75 163-0542 CONSTR&REM STONE FILTER RING 1.000 EA $ 2,500.00 $ 2,500.00 165-0111 MAINT OF STONE FILTER RING 1.000 EA $ 500.00 $ 500.00 710-9000 PERM SOIL REINFORCING MAT 278.000 SY $ 6.50 $ 1,807.00 CATCH BASIN FILTER INSERT 23.000 EA $ 1,000.00 $ 23,000.00 Subtotal $ 194,875.50 Signal 615-1100 DIRECTIONAL BORE PIPE-3 IN 470.000 LF $ 3.35 $ 1,574.50 615-1100 DIRECTIONAL BORE PIPE-5 IN 210.000 LF $ 4.50 $ 945.00 636-1041 HWY SIGNS,TP 2MAT,REFL SH TP 9 114.000 SF $ 50.00 $ 5,700.00 639-3004.1 STEEL STRAIN POLE,TP IV,35'ARM 1.000 EA $ 14,000.00 $ 14,000.00 639-3004.2 STEEL STRAIN POLE,TP IV,40'ARM 3.000 EA $ 15,000.00 $ 45,000.00 647-1000 INTERNALLY ILLUMINATED SIGNS 6.000 EA $ 3,000.00 $ 18,000.00 647-1000 TRAF SIGNAL INSTALLATION NO-LUMP SUIS 1.000 LS $ 165,000.00 $ 165,000.00 682-6222 CONDUIT, NONMETL,TP 2,2 IN 290.000 LF $ 9.00 $ 2,610.00 682-6233 CONDUIT, NONMETL,TP 3,2 IN 1,450.000 LF $ 9.00 $ 13,050.00 682-6120 CONDUIT, RIGID,2 IN 30.000 LF $ 14.25 $ 427.50 Subtotal $ 266,307.00 Lighting 500-3101 CLASS A CONCRETE 35.000 CY $ 215.00 $ 7,525.00 511-1000 BAR REINF STEEL 9,693.000 LB $ 1.20 $ 11,631.60 615-1100 DIRECTIONAL BORE PIPE-2 IN 965.000 LF $ 3.35 $ 3,232.75 681-6318 LUMINAIRE,Tp 4, 185 W, LED 46.000 EA $ 2,150.00 $ 98,900.00 681-4398 LIGHTING STD,20'MH,6'ARM 46.000 EA $ 5,500.00 $ 253,000.00 682-1503 CABLE,TP RHH/RHW, AWG NO 12 986.000 LF $ 0.55 $ 542.30 682-1504 CABLE,TP RHH/RHW, AWG NO 10 3,286.000 LF $ 0.70 $ 2,300.20 682-1506 CABLE,TP RHH/RHW, AWG NO 6 18,094.000 LF $ 1.00 $ 18,094.00 682-6222 CONDUIT, NONMETL, TP 2,2 IN 5,678.000 LF $ 9.00 $ 51,102.00 Page 6 of 9 682-6233 CONDUIT, NONMETL, TP 3,2 IN 965.000 LF $ 9.00 $ 8,685.00 682-6120 CONDUIT, RIGID,2 IN 135.000 LF $ 14.25 $ 1,923.75 682-9020 ELEC JCT BOX 2.000 EA $ 500.00 $ 1,000.00 939-5020 ELEC PWR SVCASSEMBLY,UNDRGRD SVC P 1 2.000 EA $ 15,000.00 $ 30,000.00 Subtotal $ 487,936.60 Page 7 of 9 Utilities w-1A 16DIP WATER MAIN 2,797.000 LF $ 70.00 $ 195,790.00 W-2A 16"DIP WATER MAIN,RESTRAINED JNT 1,730.000 LF $ 94.50 $ 163,485.00 W2B 14"DIP WATER MAIN,RESTRAINEDJNT 38.000 LF $ 85.00 $ 3,230.00 W2C 10"DIP WATER MAIN.RESTRAINED JNT 133.000 LF $ 75.00 $ 9,975.00 W2D 6"DIP WATER MAIN,RESTRAINED JNT 151.000 LF $ 65.00 $ 9,815.00 W4A 16"90 BENDS 1.000 EA $ 1,300.00 $ 1,300.00 W4B 16"45 BENDS 51.000 EA $ 1,300.00 $ 66,300.00 W4C 16"22.5 BENDS 1.000 EA $ 1,300.00 $ 1,300.00 W4D 16" 11.25 BENDS 3.000 EA $ 1,300.00 $ 3,900.00 W4E 16"CAP 1.000 EA $ 550.00 $ 550.00 W4F 16"TEE 1.000 EA $ 1,650.00 $ 1,650.00 W4G 16"X 10"TEE 1.000 EA $ 1,650.00 $ 1,650.00 W4H 16"X 6"TEE 6.000 EA $ 1,450.00 $ 8,700.00 W4I 16"X 14"REDUCER 2.000 EA $ 800.00 $ 1,600.00 W4J 14"90 BENDS 1.000 EA $ 1,100.00 $ 1,100.00 W4K 14"CAP 4.000 EA $ 500.00 $ 2,000.00 W4L 10"90 BENDS 1.000 EA $ 800.00 $ 800.00 W4M 10"45 BENDS 11.000 EA $ 800.00 $ 8,800.00 W4N 10"22.5 BENDS 1.000 EA $ 800.00 $ 800.00 W40 10"CAP 2.000 EA $ 450.00 $ 900.00 W4P 6"90 BENDS 5.000 EA $ 700.00 $ 3,500.00 W4Q 6"22.5 BENDS 1.000 EA $ 700.00 $ 700.00 W4R 6"CAP 10.000 EA $ 300.00 $ 3,000.00 W5A FIRE HYDRANT COMPLETE 5.000 EA $ 4,500.00 $ 22,500.00 W7A 16"GATE VALVE 5.000 EA $ 7,000.00 $ 35,000.00 W7B 10"GATE VALVE 1.000 EA $ 2,500.00 $ 2,500.00 W10 TAPPING SLEEVES AND VALVES COMPLETE 8.000 EA $ 13,000.00 $ 104,000.00 W13A LONG SIDE WATER SERVICE COMPLETE 5.000 EA $ 3,000.00 $ 15,000.00 W14A SHORT SIDE WATER SERVICE COMPLETE 3.000 EA $ 2,000.00 $ 6,000.00 W15 POLY PIPE WRAP 140.000 LF $ 1.30 $ 182.00 W18 ABANDON VALVE 2.000 EA $ 1,650.00 $ 3,300.00 M1 FLOWABLE FILL 10.000 CY $ 380.00 $ 3,800.00 M2 CLASS A CONCRETE 10.000 CY $ 360.00 $ 3,600.00 M3 ROCK EXCAVATION 10.000 CY $ 500.00 $ 5,000.00 M4 FOUND BCKFL MATL 10.000 CY $ 75.00 $ 750.00 LS5 AUD ALLOWANCE 1.000 LS $ 75,000.00 $ 75,000.00 ,, „Subtotal o$ 767,477.00 Page 8 of 9 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK VE BID SUMMARY: A. TOTAL FOR 011381 $ 6,168,251.10 B. TOTAL FOR PI 011413 $4,310,759.10 C. TOTAL FOR AUD-16"WATERLINE $ 767, 477.00 TOTAL BID AMOUNT$ 11,246,487.20 ELEVEN MILLION TWO HUNDRED FORTY SIX THOUSAND FOUR HUNDRED EIGHTY SEVEN&20/100 DOLLARS ** GRADING COMPLETE:Shall include any work without a specific pay item such as: cut and fill, constructing shoulder and subgrade, finish grading, removal and disposal of roadway items (demolition), clearing and grubbing, construction layout, removal resetting values, meter boxes, remove or reset existing storm, drain & sanitary structures &pipe, fine grading, bonds and insurance.Also includes:Mob/Demob;Bonds/Insurance;remove/reset fences and gates(all type); remove/reconnect water services, complete; reconnect sanitary services, reconstruct wall, height varies; remove/reset signs (type varies); remove/reset water sprinkler systems(complete); remove/reset water valves(size varies); remove/reset yard lamps (type varies); remove/reset mailboxes ( type varies); Erosion Control (temporary grassing); construction exits, rip-rap. Misc. erosion control structures, silt fence (type A), raise man hole and valves boxes to grade. As-built Survey for both AUD/AED line items -(X,Y,Z), Electronic and Paper copies, Survey shall include location of all structures, bends, casing ends, fittings, cleanouts, and inverts/depths of all structures LS(Lump Sum)—For all Lump Sum items, attach itemized break of lump sum amount on separate sheet. Berckmans Road Improvement Project,Phase II Augusta,GA Page 9 of 9 Augusta, GA Engineering Department ADDENDUM BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK P.I. # 0011381 & PI 0011413 2018/2019 z.../07 PNaataos MAILED/FAXED TO: All Vendors Nancy Williams, Quality Assurance Analyst Hameed Malik, Engineering Department FROM: Geri Sams c f Procurement Director DATE: May 1, 2018 SUBJ: Responses to Vendor's Questions and Clarifications to Specifications BID ITEM: Bid Item#18-195 Berckmans Road Widening, Realignment and Bridge Replacement—Phase II for Augusta Engineering Department BID OPENING DATE: Tuesday, May 8, 2018 @ 3:00 p.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. Responses to Vendor's Questions: 1. There appears to be missing Bid Items for CL AA Substructure Concrete (268 CY)and Bar Reinf Steel(44,935 LB)for the substructure. The notes on bridge plans 5, 6, and 7 indicate that the wingwalls and headwalls are paid as part of the Pre-cast Three Sided Culvert but does not make mention of the Substructure CL AA Concrete and Reinf Steel. Please add those two Bid Items. Answer: See Revised Bid Proposal attached to this addendum. 2 new line items added to the bridge section of the bid schedule for PI 0011381. 500-3002 CLASS AA CONCRETE will be added to PI 0011381 —268 CY 511-1000 BAR REINF STEEL will be added to PI 0011381 —44,935 LB 2. Will any special backfill material be required over the three-sided pre-cast arch culvert? Answer: Backfill at the precast arch will vary per vendor. Cost shall be included In item 960-0550. The contractor shall abide by the direction of the precast arch manufacturer. 3. Special Provision 607A has been provided for the Rubble wall and parapet facing.We assume that this is for the arch bridge wingwalls and parapet walls on the three-sided culvert, but the bridge plans make no mention of the finish on the wingwalls and parapet walls. In addition, the Spec says that payment will be made under Bid Item 607-2000, but that bid item is not included. In the previous Phase of Berckmans Road, the rubble facing was done by others. Please clarify if this is in the scope or not. If so, please add Bid Items to pay for it. Answer: See Revised Bid Proposal "added bid Item 607-2000—RUBBLE WALL—230 SY", to be used as directed by AED Construction Manager" Room 605- 535 Telfair Street,Augusta Georgia 30901 (706)821-2422-Fax(706)821-2811 0 ....1, 0 Scan this QR code with your wwvv*au gustaga.gov ▪�▪ ' z smartphone or camera equipped Register at www.demandstar.com/supplier for automatic bid notification •'t0 a o tablet to visit the Augusta,Georgia ❑ 2 Addendum I Bid Item#18-195 Berckmans Road Widening,Realignment and Bridge Replacement—Phase II Page 1 of 5 4. There is an existing 4" steel gas line under the bridge over Raes Creek to be abandoned and is hung from the portion of the Bridge to be removed in Stage 1 Construction. Have there been provisions made to cut&cap the gas line on each side of the bridge since it will be out of service during Stage 1 bridge demolition and construction. Answer: AGL-Atlanta Gas is responsible to relocate the GAS Line,they are planning to relocate the gas line on the other side of the bridge near the water line. Assume that the utilities relocation to be completed prior to construction. 5. There are several utilities that need to be relocated between STA 136+00 to 146+00, including a gas line on the left and overhead electric on the right.There is no Utility Adjustment Schedule provided in the bid documents. Please provide the schedule of relocation from the Utilities. Answer: Most of the utilities are expected to be relocated before the construction starts. Utility Adjustment Schedule to be provided at the Preconstruction meeting. 6. Please provide a list of the approved waterline subs for the 16"waterline scope. Answer: Approved Water Main Subcontractors: AUD did not qualify a list of water main contractors for this project 7. Does the 10" PCC Truck Apron at the Round-about at Berckmans Rd and Ingleside Dr. require any special stamping or concrete coloring?There also are not any Bid Items for the 10"PCC Truck Apron and the Header Curb Tp 7 and Header Curb Tp 9 in the Round-about. Please add these Bid Items. Answer: See Revised Bid Proposal attached to this addendum. 439-0022 PLAIN PC CONC PVMT, CL 3 CONC, 10 INCH THK. is added to PI 0011381; -935 SY 441-5025 CONC HEADER CURB, 4 IN, TP 9 is added to PI 0011381 -295 LF 441-5008 CONC HEADER CURB, 6 IN, TP 7 is added to PI 0011381 -207 LF The contractor's attention is directed to GDOT Construction Detail RA-2 regarding stamping and color of truck apron. 8. The Bid Forms are broken down by PI #0011413 from STA 99+20 to 132+00, and PI#0011381 from STA 132+00 to 148+00. Furthermore, the Mainline profile drawing 15-008, states that PI #0011381 ends at STA 140+00. Based on the descriptions, we assume that Phase I is PI #0011381 and Phase !! is PI#0011413. However, Page 1 of special provisions says that AED is open to the round-about being constructed in Phase I, even though it is already included in Phase I. Please provide the Station limits of Construction for the Phase I and Phase II indicated in Specification Section 6, Construction Phases, and clarify which Phase the round-about is intended to the built? Answer: The intent is to construct the bridge in the 1st phase and Roundabout and Road Widening in the 2nd phase. AED is open to consider the suggestions from the awarded contractor regarding the construction phases and sequencing per the approval from the AED Construction Manager. 9. Specification Section 6, Construction Phases, states that the bid will be awarded in 2 phases. Will this project be awarded under 2 different Contracts, and if so, is it the intent to award each Phase to the low bidder of that Phase? Meaning that 2 different Contractors could be building the project. If AED's intent is to award to a single Contractor, will you consider combining the Bid Forms so there is a single unit price for each scope of work? Answer: Contract will be awarded to Single contractor for both PI#0011381 and PI #0011413 and AUD's Waterline. Notice to Proceed (NTP)to be issued separately for each project. 10. Specification Section 6, Construction Phases, requires that Phase I be complete by Sunday, March 2, 2019, and Phase 2 be completed in the following 18 months. The Arch Culvert is included in Phase I, and we don't think it can be completed in 9 months due to the unknown Addendum 1 Bid item#18-195 Berckmans Road Widening,Realignment and Bridge Replacement—Phase n Pane 2 of 5 utility relocations, the arch design and fabrication, and the 2 stage nature of the demolition and footing construction in the Creek, especially thru the Winter of 2019, and traffic staging.Will AED consider removing the Phased completion dates and replace them with 1 project completion time of 27 months with the requirement that the Contractor provides the pre-existing traffic pattern, or better, during the 2019 and 2020 Masters shutdowns. This allows the Contractor the freedom to Stage the project as they see fit, while ensuring that the Masters traffic is no worse than the current condition. Answer: AED is open to consider the suggestions from the awarded contractor regarding the construction start dates and phases per the approval from the AED Construction Manager. 11. Page 2 of 4 of Section 6, Project Special Provisions, requires the Bidders to provide the manufacturer and lead time for the three sided precast culvert. Please provide a form in the Bid Documents to fill in this information. Answer: See Revised Bid Proposal attached to this addendum. 12. Builders Risk Insurance is being requested in the Proposal. This is not something that roadway Contractors normally purchase. Can this be removed from the Bid? Answer: Builders Risk Insurance Is not required. Payment&Performance Bond and Certificate of Liability insurance will suffice. 13. The Bid has 2 Force Accounts in the amount of$750,000. Can these be removed from the Bid goal of 11%for LSBG participation? Answer: No,the overall goal for the project is 11%. 14. Please provide the schedule of PVC pipe for the irrigation piping that goes under every control joint of the sidewalk. Due to the large quantity of PVC sleeves required, please add a Bid Item for this. Answer: Schedule 80 pipe, Please refer to the note on Sheet 05-001 to 05-009 for PVC Sleeves 15. The Typical Section TS-13 for Ingleside Rd from STA 18+50 to 19+26 and Typical Section TS- 13 for Willow Ridge Rd from STA 30+70 to 31+13 indicate full depth pavement replacement. There are no Staging Plans provided that show how to do full depth replacement and keep these roads open. Can this instead be Mill and Level with full depth widening to the outside? Answer: Milling and leveling may be used, given that 1.5" of 12.5mm is provided on the surface and the final pavement thickness is not less than the existing pavement thickness. The profile grade and cross section elevations/slopes must be met. 16. General Condition 40, on Page 22 of 45, requires to remove and reset all ornamental shrubs and bushes in conflict with the proposed construction. Please remove this General Condition. If it is required, please add Bid Items to cover this scope of work. Answer: Include under Grading Complete(if required). 17. In the Berckmans Road Phase I Contract, there was a Bid Item for the Catch Basin Filter Inserts. Please add Bid Items for it in each of the PI numbers. Answer: See Revised Bid Proposal attached to this addendum. 18.There are no bid items for the concrete medians shown around the roundabout. Please add bid items for the medians. Answer: See Revised Bid Proposal attached to this addendum. 441-0748 CONCRETE MEDIAN, 6 IN.-544 SY will be added to PI 0011381. Install per GDOT Std. 9032B 19. Can the asphalt cement be indexed in accordance with GDOT Specification 109? Answer: No. Addendum 1 Bid Item#18-195 Berckmans Road Widening,Realignment and Bridge Replacement—Phase II Pape 3 of 5 20.Will "knock our precast drainage structures be allowed. No 21. In GC-55, you ask that the contractor provide a Builders Risk policy for this project. Is this required? Answer: Builders Risk Insurance is not required. Payment&Performance Bond and Certificate of Liability insurance will suffice. 22.Will videoing and/or laser profiling of the storm drain be required? Answer: No. 23. Please provide schedules and milestone dates for relocation of third party utilities. Is the time required for the relocation of the third party utilities estimated in the established calendar days in the agreement? Answer: Most of the utilities expected to be relocated before the construction starts. Owner will be open to consider any reasonable and justifiable request for time extension by the awarded contractor related to delay caused by utility relocation as approved by AED Construction Manager. 24. Will a field office be required? If so, how is it to be paid? Answer: Assume not required. 25. On the bid schedule, Page 2 of 12, Item #516-1100, "Alum Handrail, STD 3626, Standard 3626 is for handrail located on bridges; however, there is no designed handrail on the design plans for the bridge on this project. Please clarify. Answer: Item Removed, See Revised Bid Proposal attached to this addendum 26. On the Project Plans, typical section 05-008 and Sheet 31-005 show a GDOT Handrail Std 9031 R for the retaining walls. There is no pay item for this handrail. Please clarify. Answer: See Revised Bid Proposal attached to this addendum 515-2020 GALV STEEL PIPE HANDRAIL, 2 IN, ROUND should be added to PI 0011381.- 176 LF (Alternate to be determined in the field per approval from AED Construction Manager) 27, On the bid schedule for PI #0011381, the plans show T-Beam and W-Beam guardrail and Type 12A Anchors, but there is no pay items for these. Please clarify. Answer: See Revised Bid Schedule to this addendum. 641-1100 GUARDRAIL,TP T—80 LF will be added to 0011381 641-1200 GUARDRAIL, TP W— 102 LF will be added to 0011381 641-5012 GUARDRAIL ANCHORAGE, TP 12—4 EA will be added to 0011381 28. The project plans call for a traffic circle to be installed at the intersection of Ingleside Dr and Berckmans Road. On the plans, typical section 05-002, the detail shows GDOT Std 9032B TP 7 and TP9 Header curb and "Plain PC Concrete Pavement-10 IN Depth". There are no pay items for these items on either bid schedule. Please clarify. Answer: Truck apron and curbing addressed in Question#7 above. The contractor's attention is directed to GDOT Construction Detail RA-2 regarding deformed tie bars. Cost for tie bars shall be included in the cost of TP 7 and TP 9 header curb. 29. In "Section 6 Project Specific Special Provisions" of the contract specifications you state on page 2 of 4, that traffic"access to be maintained all times. No lane closure anticipated". This project requires the complete removal of existing pavements on Berckmans Road, Ingleside Drive and Willow Ridge Drive for the construction of a traffic circle at Sta. 134+71.50 to Sta. 136+05.50 and the raising of the roadway elevation to Sta. 143+50. However, there is no staging plans or traffic control plans in the contract documents. If traffic"access is to be maintained", please clarify how this work is to be completed under traffic. Addendum 1 Bid Item#18-195 Berckmans Road Widening,Realignment and Bridge Replacement—Phase II Page 4 of 5 Answer: Contractors to utilize Flagman and lane closure&traffic shift to keep traffic flowing. 30. On the project utility plans for the 16"Water Main, sheets C-002, C-003 and CU-100 are missing from the set of plans. Please provide. Answer: Missing plan sheets: See attachment to this addendum. 31. On sheet CU 107 on the utility plans, three new service lines are shown crossing Berckmans Road. There is not a size specified for these lines. Please clarify. Answer: The contractor will need to field verify all water and/or sanitary sewer mains. 32. In Section 6: Project Specific Special Provision, please verify that Phase I construction is the bridge only and Phase II work is all the roadway work. Answer: The intent is to construct the bridge in the 15t phase, Roundabout, and Widening in the 2nd phase. 33. In the bid schedule you have a pay item for slope underdrains. This tends to be somewhat specialized work, please clarify where these are required on the project. Answer: To be used as needed as directed by AED's Construction Manager" 34. On the bid schedule, page 8 of 12, there are two subheadings"Signal". Please clarify. Answer: See Revised Bid Proposal attached to this addendum. 35.On each bid schedule (Page 5 and Page 9 of 12) under the narrative"Grading Complete", you reference items that should be included in Grading Complete that there are pay items for in the bid schedule. Are these items incidental or to be paid on their respective line items on the bid schedule? Answer: See revised Bid Proposal attached to this addendum, Erosion control items to be paid on their respective line items, removed from the"Grading Complete" narrative. 36.Can the rubble wall mockup be installed on site, and if found acceptable, allowed to be incorporated into the finished project? Answer: Yes.AED Construction Manager will approve the mockup installed on site. 37. There is no pay item for the Rubble Wall. Please clarify. Answer: See Revised Bid Proposal attached to this addendum "added bid item 607-2000 —RUBBLE WALL—230 SY", to be used as directed by AED Construction Manager 38.Typical section TS-08 and on the cross sections from Sta. 137+85.01 to Sta. 143+50 shows the existing pavement to be removed, the grade raised, and full depth replacement. Can the contractor asphalt level this area on the existing pavement in lieu of the full depth replacement to aid in the maintenance of traffic? Answer: Yes, leveling may be used "As approved by AED's Construction Manager", given that 1.5" of 12.5mm is provided on the surface and the final pavement thickness is not less than the existing pavement thickness. The profile grade and cross section elevations/slopes must be met. 39. There are no pay items for the bridge substructure concrete or rebar. Please clarify. Answer: Please see Question#1 above. 40. The Concrete Parapet is a special design item; however, there is no design provided only a rubble wall veneer. Please clarify. Answer: Refer to Bridge Sheet#8 of 10 from the previously released plan sheets. Please acknowledge addendum in your submittal END ADDENDUM ATTACHMENTS: REVISED BID PROPOSAL(PAGES 13) REVISED DRAWINGS(4 PAGES) Addendum 1 Bid Item#18-195 Berckmans Road Widening,Realignment end Bridge Replacement—Phase II Page 5 of 5 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK SECTION 4: BID PROPOSAL Date: Gentlemen: In compliance with your invitation for bids dated , 2018, the undersigned hereby proposed to furnish all labor, equipment, and materials,and to perform all work for the installation of roadway improvements,and appurtenances referred to herein as: PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK P.1. # 0011381 & PI# 0011413 In strict accordance with the Contract Documents and in consideration of the amounts shown on the Bid Schedule attached hereto and totaling: DOLLARS (S 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 undersigned hereby agrees that, if awarded the contract, he will commence the work within 10 calendar days after the date of written notice to proceed,and that he will complete all work within 9 months for Phase I and 18 months for Phase II construction. The undersigned acknowledges receipt of the following addenda: Addendum Number Addendum Date Respectfully submitted: ®�,-- (Name of the Firm) �■.r� (Business Address) By: Title: Page 1 of 13 Berckmans Road improvement Project,Phase N Augusta,GA Addendum 1 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK A. BID FORM FOR PI#0011381 1ll 001-1000 LS FORCE ACCOUNT 1 $400,000 $400,000 150-1000 LS TRAFFIC CONTROL-LUMP SUM 1 210-0100 LS GRADING COMPLETE LUMP SUM l 1 402-3113 TN RECYL AC 12.5MM SP,GP1/2,BM&HL 770 RECYL AC 19 MM SP,GP 1 OR 2,INC 402-3190 TN BM&HL 540 402-3121 TN RECYL AC 25MM SP,GP1/2,BM&HL 1609 310-1101 TN GR AGGR BASE CRS,INCL MATL 3312 402-1801 TN RECYL AC PATCHING,INCL BM 200 402-1812 TN RECYL AC LEVELING,INC BM&HL 1500 413-0750 GL TACK COAT — 718 432-5010 SY MILL ASPH CONC PVMT,VARB DEPTH 4203 439-0022PLAIN PC CONC PVMT,CL 3 CONC, 10 INCH SY THK 935 4414020 SY CONC VALLEY GUTTER,6 IN 35 4414030 SY CONC VALLEY GUTTER,8 IN 62 441-0016 SY DRIVEWAY CONCRETE,6 IN TK 53 441-0018 SY DRIVEWAY CONCRETE,8 IN TK 0 441-5025 LF CONC HEADER CURB,4 IN,TP 9 295 441-5008 If CONC HEADER CURB,6 IN,TP 7 207 441-6012 IF CONC CURB&GUTTER/ 6X24TP2 4060 441-0748 SY CONCRETE MEDIAN,6IN, 544 446-1100 LF PVMT REF FAB STRIPS,TP2,18 INCH WIDTH 2360 441-0104 SY CONC SIDEWALK,4 IN 2300 500-3002 CY Class AA Concrete 268 500-3201 CY CL B CONC,RET WALL 62 500-9999 CY CL B CONC,BASE OR PVMT WIDEN 4 515-2020 LF GALV STEEL PIPE HANDRAIL,tin,ROUND 176 Page 2 of 13 Berckmans Road Improvement Project,Phase II Augusta,GA Addendum 1 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 641-1110 LF GUARDRAIL TP T 80 641-1200 LF GUARDRAIL TP W 102 641-5012 EA GUARDRAIL ANCORAGE,TP 12 4 700-9300 SY SOD 4900 572-1000 LF SLOPE UNDERDRAINS 1000 SUBTOTAL 14 , 550-1180 LF STM DR PIPE 18,H 1-10 575 550-1300 LF STM DR PIPE 30,H 1-10 18 550-1360 LF STM DR PIPE 36,H 1-10 320 550-1420 LF STM DR PIPE 42,H 1-10 490 550-1480 LF STM DR PIPE 48,H 1-10 222 550-4248 EA FLARED END SECT,48",ST DR 1 550-4218 EA FLARED END SECT 18 IN,ST DR 5 550-4230 EA FLARED END SECT 30 IN,ST DR 1 668-1100 EA CATCH BASIN,GP 1 15 668-1110 LF CATCH BASIN,GP 1,ADDL DEPTH 4 668-4300 EA STORM SEW MANHOLE,TP 1 2 668-4311 LF ST SEW MANHOLE,TP 1,A DEP,CL 1 2 668-2100 EA DROP INLET,GP 1 10 668-2110 LF DROP INLET,GP 1,ADDL DEPTH 5 603-2181 SY STN DUMPED RIP RAP,TP 3,18 40 603-7000 SY PLASTIC FILTER FABRIC 40 611-4003 EA RECONSTR MISC DRAINAGE STR 2 668-5000 EA JUNCTION BOX 1 SUBTOTAL 636-1020 SF HWY SGN,TP1MAT,REFL SH TP3 107 636-1033 SF HWY SIGNS,TP1MAT,REFL SH TP 9 148 636-2070 LF GALV STEEL POSTS,TP 7 585 652-5451 LF SOLID TRAF STRIPE,5 IN,WHITE 800 652-5452 LF SOLID TRAF STRIPE,5 IN,YELLO 4500 652-5701 LF SOLID TRAF STRIPE,24,WHITE 21 Page 3 of 13 Berckmans Road Improvement Project,Phase II Augusta,GA Addendum 1 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 652-5801 LF SOLID TRAF STRIPE,8 IN,WHITE 1500 652-6501 GLF SKIP TRAF STRIPE,5 IN,WHITE 260 652-6502 GLF SKIP TRAF STRIPE,5 IN,YELLOW 2500 652-0120 EA PAVEMENT MARKING,ARROW,TP 2 4 653-6004 SY THERM TRAF STRIPING,WHITE 9 652-0130 EA PAVEMENT MARKING,ARROW,TP 3 4 653-6006 SY THERM TRAF STRIPING,YELLOW 59 654-1001 EA RAISED PVMT MARKERS TP 1 115 654-1003 EA RAISED PVMT MARKERS TP 3 20 PAVEMENT MARKING,BIKE SHARED LN 653-0105 EA SYM 12 653-0296 EA THERMO PVMT MARKING,WORD,Tp 15 4 SUBTOTAL a ..m,««.«xs � ^.-,zt..a. -r .,".. ._ �.,,a,.a,y,,....�..,,�... 2:Aaa�,> x'i` •sem«»,�.r x # cs W', t 163-0550 EA CONS&REM INLET SEDIMENT TRAP 21 165-0105 EA MAINT OF INLET SEDIMENT TRAP 11 171-0030 LF TEMPORARY SILT FENCE,TYPE C 3100 165-0030 LF MAINT OF TEMP SILT FENCE,TP C 1550 716-2000 SY EROSION CONTROL MATS,SLOPES 1904 CNST/REM RIP RAP CKDM,STN P RIPRAP/SN 163-0527 EA BG 23 165-0041 LF MAINT OF CHECK DAMS-ALL TYPES 322 163-0300 EA CONSTRUCTION EXIT(Inc.Maintenance) 1 CONSTR AND REMOVE SILT CONTROL 163-0501 EA GATE,TP 1 2 165-0085 EA MAINT OF SILT CONTROL GATE,TP 1 2 710-9000 SY PERM SOIL REINFORCING MAT 86 643-8200 LF BARRIER FENCE(ORANGE),4 FT 1445 163-0232 AC TEMPORARY GRASSING 6 700-6910 AC PERMANENT GRASSING 6 701-0030 TN AGRICULTURAL LIME 6 700-8000 TN FERTILIZER MIXED GRADE 5 700-8100 LB FERTILIZER NITROGEN CONTENT 300 Page 4 of 13 Berckmans Road Improvement Project,Phase II Augusta,GA Addendum 1 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 163-0240 TN MULCH 130 EA Catch Basin Filter Insert 16 SUBTOTAL 'a, •'.,.,'. d. ;=He;..r ^2u wi .„,,.rss�,u �r.,..-.>.�x.�_.,-x,.�rs° ,.,.,.a.. .s„�„,r_ ..: =�.,,.:�»_.:�..,+avF s �,ea.. r..;�._: .x-�.�sr...,rewaa"'�'. 211-0300 CY BR EXCAV,STREAM CROSSING 1290 500-2110 LF CONCRETE PARAPET,SPCL DES 206 500-3700 CY SEAL CONC 453 511-1000 LB Bar Reiff.Steel 44935 540-1102 LS REM OF EX BR,BR NO-LUMP SUM 1 607-2000 SY RUBBLE WALL 350 PRECAST THREE SIDED CULV.,DOUBLE 960-0550 LF BARREL 1 SUBTOTAL 500-3101 CY CLASS A CONCRETE 19 511-1000 LB BAR REINF STEEL 5058 615-1100 LF DIRECTIONAL BORE PIPE-2 IN 255 681-6318 EA LUMINAIRE,TP 4,185W,LED 25 681-4398 EA LIGHTING STD,20'MH,6'ARM 24 681-4399 EA LIGHTING STD,20'MH,6'TWIN ARM 1 682-1503 LF CABLE,TP RHH/RHW,AWG NO 12 514 682-1504 LF CABLE,TP RHH/RHW,AWG NO 10 1714 682-1506 LF CABLE,TP RHH/RHW,AWG NO 6 9441 682-6222 LF CONDUIT,NONMETL,TP 2,2 IN 2962 682-6233 LF CONDUIT,NONMETL,TP 3,2 IN 255 682-6120 LF CONDUIT,RIGID,2 IN 110 682-9020 EA ELEC JCT BOX 1 ELEC PWR SVC ASSEMBLY,UNDRGRD SVC 939-5020 EA POINT 1 SUBTOTAL $ Page 5 of 13 Berckmans Road improvement Project,Phase 11 Augusta,GA Addendum 1 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK ** GRADING COMPLETE:Shall include any work without a specific pay item such as:cut and fill, constructing shoulder and subgrade, finish grading, removal and disposal of roadway items (demolition), clearing and grubbing, construction layout, removal resetting values, meter boxes, remove or reset existing storm, drain & sanitary structures &pipe, fine grading, bonds and insurance.Also includes:Mob/Demob;Bonds/Insurance;remove/reset fences and gates(all type); remove/reconnect water services, complete;reconnect sanitary services, reconstruct wall, height varies; remove/reset signs (type varies); remove/reset water sprinkler systems(complete); remove/reset water valves(size varies); remove/reset yard lamps (type varies); remove/reset mailboxes ( type varies), raise man hole and valves boxes to grade. As-built Survey for both AUD/AED line items -(X,Y,Z), Electronic and Paper copies, Survey shall include location of all structures,bends,casing ends,fittings,deanouts,and inverts/depths of all structures LS(Lump Sum)—For all Lump Sum items, attach itemized break of lump sum amount on separate sheet. Manufacturer's Lead Time on Precast Culvert: Page 6 of 13 Berckmans Road Improvement Project,Phase II Augusta,GA Addendum 1 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK B.BID FORM FOR PI#0011413 001-1000 LS FORCE ACCOUNT 1 $350,000 $350,000 150-1000 LS TRAFFIC CONTROL-LUMP SUM 1 210-0100 LS GRADING COMPLETE-LUMP SUM 1 402-3113 TN RECYL AC 12.5MM SP,GP1/2,BM&HL 1377 402-3190 TN RECYL AC 19 MM SP,GP 1 OR 2,INC BM&HL 432 402-3121 TN RECYL AC 25MM SP,GP1/2,BM&HL 1222 310-1101 TN GR AGGR BASE CRS,INCL MATL 2630 402-1801 TN RECYL AC PATCHING,INCL BM 300 402-1812 TN RECYL AC LEVELING,INC BM&HL 2400 413-0750 GL TACK COAT 1083 432-5010 SY MILL ASPH CONC PVMT,VARB DEPTH 12584 441-4020 SY CONC VALLEY GUTTER,6 IN 282 441-4030 SY CONC VALLEY GUTTER,8 IN 610 441-0016 SY DRIVEWAY CONCRETE,6 IN TK 60 441-0018 SY DRIVEWAY CONCRETE,8 IN TK 54 441-6012 LF CONC CURB&GUTTER/ 6X24TP2 7240 446-1100 LF PVMT REF FAB STRIPS,TP2,18 INCH WIDTH 5600 441-0104 SY CONC SIDEWALK,4 IN 2625 500-3201 CY CL B CONC,RET WALL 220 500-9999 CY CL B CONC,BASE OR PVMT WIDEN 114 641-5001 EA GUARDRAIL ANCHORAGE,TP 1 1 641-5012 EA GUARDRAIL ANCHORAGE,TP 12 1 641-1200 LF GUARDRAIL,TP W 1050 643-1152 LF CH LK FEN,ZC COAT, 6', 9 GA 50 643-8010 EA GATE,CHAIN LINK ZC COAT-6 FT HEIGHT 2 Page 7 of 13 Berckmans Road Improvement Project,Phase II Augusta,GA Addendum 1 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 700-9300 SY SOD 900 572-1000 LF SLOPE UNDERDRAINS 1000 SUBTOTAL fin' 550-1180 LF STM DR PIPE 18,1i 1-10 3191 550-1240 LF STM DR PIPE 24,H 1-10 518 550-4218 EA FLARED END SECT 18 IN,ST DR 1 668-1100 EA CATCH BASIN,GP 1 23 668-1110 LF CATCH BASIN,GP 1,ADDL DEPTH 1 668-4300 EA STORM SEW MANHOLE,TP 1 3 668-4311 LF ST SEW MANHOLE,TP 1,A DEP,CL 1 4 668-2100 EA DROP INLET,GP 1 13 668-2110 IF DROP INLET,GP 1,ADDL DEPTH 5 611-9000 EA CAPPING MINOR STRUCTURE 1 668-5000 EA JUNCTION BOX 2 SUBTOTAL 636-1020 SF HWY SGN,TP1MAT,REFL SH TP3 53 636-1033 SF HWY SIGNS,TP1MAT,REFL SH TP 9 64 636-2070 LF GALV STEEL POSTS,TP 7 196 652-5451 LF SOLID TRAF STRIPE,5 IN,WHITE 700 652-5452 LF SOLID TRAF STRIPE,5 IN,YELLO 8300 652-5701 LF SOLID TRAF STRIPE,24,WHITE 169 652-5801 IF SOLID TRAF STRIPE,8 IN,WHITE 3800 652-6501 GLF SKIP TRAF STRIPE,5 IN,WHITE 200 652-6502 GLF SKIP TRAF STRIPE,5 IN,YELLOW 5300 652-0120 EA PAVEMENT MARKING,ARROW,TP 2 29 653-6006 SY THERM TRAF STRIPING,YELLOW 129 654-1001 EA RAISED PVMT MARKERS TP 1 207 654-1003 EA RAISED PVMT MARKERS TP 3 35 653-0105 EA PAVEMENT MARKING,BIKE SHARED LN SYM 25 SUBTOTAL Page 8 of 13 Berckmans Road Improvement Project,Phase II Augusto,GA Addendum 1 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 163-0550 EA CONS&REM INLET SEDIMENT TRAP 46 165-0105 EA MAINT OF INLET SEDIMENT TRAP 23 171-0030 LF TEMPORARY SILT FENCE,TYPE C 3550 165-0030 LF MAINT OF TEMP SILT FENCE,TP C 1775 716-2000 SY EROSION CONTROL MATS,SLOPES 1127 CNST/REM RIP RAP CKDM,STN P RIPRAP/SN 163-0527 EA BG 156 165-0041 LF MAINT OF CHECK DAMS-ALL TYPES 2184 163-0232 AC TEMPORARY GRASSING 6 700-6910 AC PERMANENT GRASSING 6 701-0030 TN AGRICULTURAL LIME 6 700-8000 TN FERTILIZER MIXED GRADE 5 700-8100 LB FERTILIZER NITROGEN CONTENT 300 163-0240 TN MULCH 130 643-8200 LF BARRIER FENCE(ORANGE),4 FT 3511 163-0542 EA CONSTR&REM STONE FILTER RING 1 165-0111 EA MAINT OF STONE FILTER RING 1 710-9000 SY PERM SOIL REINFORCING MAT 278 EA Catch Basin Filter Insert 23 SUBTOTAL 615-1100 LF DIRECTIONAL BORE PIPE-3 IN 470 615-1100 LF DIRECTIONAL BORE PIPE-5 IN 210 636-1041 SF HWY SIGNS,TP 2MAT,REFL SH TP 9 114 639-3004 EA STEEL STRAIN POLE,TP IV w/35'Mast Arm 1 639-3004 EA STEEL STRAIN POLE,TP IV W/40'Mast arm 3 TRAF SIGNAL INSTALLATION NO 1-LUMP 647-1000 LS SUM 1 682-6222 LF CONDUIT,NONMETL,TP 2,2 IN 290 682-6233 LF CONDUIT,NONMETL,TP 3,2 IN 1450 682-6120 LF CONDUIT,RIGID,2 IN 30 SUBTOTAL Page 9 of 13 Berckmans Road Improvement Project,Phase It Augusta,GA Addendum 1 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 500-3101 CY CLASS A CONCRETE 35 511-1000 LB BAR REINF STEEL 9693 615-1100 LF DIRECTIONAL BORE PIPE-2 IN 965 681-6318 EA LUMINAIRE,TP4,185 W,LED 46 681-4398 EA LIGHTING STD,20'MH, 6'ARM 46 682-1503 LF CABLE,TP RHH/RHW,AWG NO 12 986 682-1504 LF CABLE,TP RHH/RHW,AWG NO 10 3286 682-1506 LF CABLE,TP RHH/RHW,AWG NO 6 18094 682-6222 LF CONDUIT,NONMETL,TP 2,2 IN 5678 682-6233 LF CONDUIT,NONMETL,TP 3,2 IN 965 682-6120 LF CONDUIT,RIGID,2 IN 135 682-9020 EA ELEC JCT BOX 2 ELEC PWR SVC ASSEMBLY,UNDRGRD SVC 939-5020 EA POINT 2 SUBTOTAL ** GRADING COMPLETE:Shall include any work without a specific pay item such as:cut and fill, constructing shoulder and subgrade, finish grading, removal and disposal of roadway items (demolition), Bearing and grubbing, construction layout, removal resetting values, meter boxes, remove or reset existing storm, drain & sanitary structures &pipe, fine grading, bonds and insurance.Also includes:Mob/Demob;Bonds/Insurance;remove/reset fences and gates(all type); remove/reconnect water services, complete; reconnect sanitary services, reconstruct wall, height varies; remove/reset signs (type varies); remove/reset water sprinkler systems(complete); remove/reset water valves(size varies); remove/reset yard lamps (type varies); remove/reset mailboxes ( type varies); raise man hole and valves boxes to grade. As built Survey for both AUD/AED line items -(X,Y,Z), Electronic and Paper copies, Survey shall include location of all structures,bends,casing ends,fittings,cleanouts,and inverts/depths of all structures LS(Lump Sum)—For all Lump Sum items, attach itemized break of lump sum amount on separate sheet. Page 10 of 13 Berckmans Road Improvement Project,Phase II Augusta,GA Addendum 1 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK C. BID FORM FOR 16"WATERLINE-AUGUSTA UTILITIES DEPARTMENT Water W-1A 16"Dia.,DIP water transmission Main, Standard joint LF 2,797 W-2A 16 Dia.,DIP water transmission Main, Restrained joint LF 1,730 14"Dia., water transmission Main, DIP Restrained joint LF 38 W 2C 10"Dia.,DIP water transmission Main, Restrained joint LF 133 W-2D 6"Dia.,DIP water transmission Main, Restrained joint LF 151 W-4A 16"90 Degree Bends EA 1 W-4B 16"45 Degree Bends EA 51 W-4C 16"22.5 Degree Bends EA 1 W-4D 16"11.25 Degree Bends EA 3 W-4E 16"Cap EA 1 W-4F 16"x16"x16"Tee EA 1 W-4G 16"x16"x10"Tee EA 1 W-4H 16"x16"x6"Tee EA 6 W-4I 16"x14"Reducer EA 2 W-4J 14"90 Degree Bends EA 1 W-4K 14"Cap EA 4 W-4L 10"90 Degree Bends EA 1 W-4M 10"45 Degree Bends EA 11 Page 11 of 13 Berckmans Road Improvement Project,Phase 11 Augusta,GA Addendum 1 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK W-4N 10"22.5 Degree Bends EA 1 W-40 10"Cap EA 2 W-4P 6"90 Degree Bends EA 5 W-4Q 6"22.5 Degree Bends EA 1 W-4R 6"Cap EA 10 W SA Fire hydrant,installed complete with valve, lead pipe,joint restraint,and blocking EA 5 W-7A 16"in-line gate valve,including valve box, installed complete,open right EA5 W-7B 10"in-line gate valve,including valve box, installed complete,open right EA 1 W 10 Tapping sleeve and valves,installed EA 8 complete W-13A Long side water service connection, installed complete EA 5 W-14A Short side water service connection, installed complete EA 3 W-15 Polyethelene pipe wrap,installed complete IF 140 W-18 Abandon Valve EA 2 Miscellaneous M-1 Flowable Fill CY 10 M-2 Class A Concrete CY 10 M-3 Rock Excavation CY 10 M-4 Foundation Backfill,GA DOT Type II,for additional unclassified excavation CY 10 Lump Sum L_5 AUD Owner's Allowances-As approved by the engineer LS 1 $75,000.00 $75,000.00 Page 12 of 13 Berckmens Road Improvement Project,Phase II Augusta,GA Addendum 1 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK BID SUMMARY A. TOTAL FOR PI 011413 B. TOTAL FOR PI 011381 C. TOTAL FOR AUD-16"WATERLINE TOTAL BID AMOUNT$ (NUMBERS) TOTAL BID AMOUNT$ (WORDS) ** GRADING COMPLETE:Shall include any work without a specific pay item such as:cut and fill, constructing shoulder and subgrade, finish grading, removal and disposal of roadway items (demolition), clearing and grubbing, construction layout, removal resetting values, meter boxes, remove or reset existing storm, drain & sanitary structures &pipe, fine grading, bonds and insurance.Also includes:Mob/Demob;Bonds/Insurance;remove/reset fences and gates(all type); remove/reconnect water services, complete;reconnect sanitary services, reconstruct wall, height varies; remove/reset signs (type varies); remove/reset water sprinkler systems(complete); remove/reset water valves(size varies); remove/reset yard lamps (type varies); remove/reset mailboxes(type varies);As built Survey for both AUD/AED line items-(X,Y,Z),Electronic and Paper copies, Survey shall include location of all structures, bends, casing ends,fittings, cleanouts, and inverts/depths of all structures LS(Lump Sum)—For all Lump Sum items, attach itemized break of lump sum amount on separate sheet. Page 13 of 13 Berckmans Road Improvement Project,Phase II Augusta,GA Addendum 1 CI.,-- -.-��..- d .5 l g uemew Oirectrnen4 ti F OR GIA P MAILED/FAXED TO: All Vendors Nancy Williams, Quality Assurance Analyst Hameed Malik, Engineering Department FROM: Geri Sams -- Procurement Director DATE: May 3, 2018 SUBJ: New Bid Opening Date, Responses to Vendor's Questions and Clarifications to Specifications BID ITEM: Bid Item#18-195 Berckmans Road Widening, Realignment and Bridge Replacement—Phase II for Augusta Engineering Department NEW BID OPENING DATE: Tuesday, May 15, 2018 @ 3:00 p.m. ADDENDUM 2 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#18-195 Berckmans Road Widening, Realignment and Bridge Replacement— Phase II for Augusta Engineering Department-Traffic Engineering Division has been changed: From: Tuesday, May 8, 2018 @ 3:00 p.m. To: Tuesday, May 15, 2018 @ 3:00 p.m. Responses to Vendor's Questions: 1. In response to Addendum#1 released yesterday, the response to question #38 stated that Leveling and overlay can be used in lieu of the full depth replacement in this section. However, there has been no adjustment in the revised bid schedule quantities to reflect this change. Please advise. Answer: See Revised Bid Proposal attached to this addendum. Clarifications to the Specifications: 1. Revision for Question#10- Addendum 1 Response Specification Section 6, Construction Phases, requires that Phase I be complete by Sunday, March 3, 2019, and Phase 2 be completed in the following 18 months. The Arch Culvert is included in Phase I, and we don't think it can be completed in 9 months due to the unknown utility relocations, the arch design and fabrication, and the 2 stage nature of the demolition and footing construction in the Creek, especially thru the Winter of 2019, and traffic staging. Will AED consider removing the Phased completion dates and replace them with 1 project completion time of 27 months with the Room 605- 535 Telfair Street,Augusta Georgia 30901 (706)821-2422-Fax(706)821-2811 0 ,-.4,, 0 Scan this OR code with your 4t ew;au ust<�ga. o� , • smartphone or camera equipped Register at www.demandstar.com/supplier for automatic bid notification o't0' o tablet to visit the Augusta,Georgia 2 Addendum 2 Bid Item#18-195 Berckmans Road Widening,Realignment and Bridge Replacement—Phase 8 Pam 1of2 requirement that the Contractor provides the pre-existing traffic pattern, or better, during the 2019 and 2020 Masters shutdowns. This allows the Contractor the freedom to Stage the project as they see fit,while ensuring that the Masters traffic is no worse than the current condition. • The project completion time revised to 27 months. See Revised Bid Proposal attached to this addendum • Contractor will be allowed to stage the project.Contractor to provide the pre-existing traffic pattern, or better, during the 2019 and 2020 Masters shutdowns ensuring that the Masters traffic is no worse than the current condition. • If contractor opt to start bridge work before masters 2019, it has to be completed one month prior to masters 2019. • If contractor opt to start bridge work after masters 2019, it has to be completed one month prior to next master 2020. • If contractors opt to start Road widening work, such work should be safely suspended one month prior to upcoming masters. • Sheet#27-002-Traffic Signal General Notes Remove: Line#11 Remove: Line#14 • Add: All traffic Signal Poles to be Powder Coated "Standard Black" per GDOT Standard. 2. Sheet#27-000 • Change: A. Controller Unit, Model 2070 E-1 EA to Controller Unit. McCain Model 2070. ATC- 1 EA • Change: B.Cabinet Assembly, Model 332 A to Controller Unit. McCain Model 352 I • Change: F.2010E Conflict Monitor Extended Features-1 EA to 2212 Auxiliary Display unit Conflict Monitor Extended Features-1 EA • Remove: G.Auxiliary Output File for Flashing Yellow Arrow-1 EA • Remove: H. Uninterruptable power system-1 EA • Change: 3 Section. 12"Signal Head Led"Incandescent Look"YELLOW Housing W/Black Front Plastic -11 EA. to 3 Section. 12"Slone! Head Led "Incandescent Look" BLACK Housing W/Black Front Plastic- 12 EA • Remove: 4 Section. 12" Signal Head Led"Incandescent Look"YELLOW Housing W/Black Front Plastic - 1 EA. 3. Sheet 27-006: Overhead Street name Sign Details and Quantities to be Internally Illuminated. Line 644-3000 Internally Illuminated Skins-6 EA. added to the revised bid proposal Please acknowledge addendum in your submittal END ADDENDUM ATTACHMENTS: REVISED BID PROPOSAL(PAGES 13) Addendum 2 Bid Item#18-185 Berckmans Road Widening,Realignment and Bridge Replacement—Phase ii Pane 2 of 2 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK SECTION 4: BID PROPOSAL Date: Gentlemen: In compliance with your invitation for bids dated , 2018, the undersigned hereby proposed to furnish all labor, equipment,and materials, and to perform all work for the installation of roadway improvements,and appurtenances referred to herein as: PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK P.I. # 0011381 & PI# 0011413 In strict accordance with the Contract Documents and in consideration of the amounts shown on the Bid Schedule attached hereto and totaling: DOLLARS (S 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 undersigned hereby agrees that, if awarded the contract, he will commence the work within 10 calendar days after the date of written notice to proceed,and that he will complete all work within 27 months. The undersigned acknowledges receipt of the following addenda: Respectfully submitted: Addendum Number Addendum Date (Name of the Firm) (Business Address) By: Title: Page 1 of 13 Berckmans Road Improvement Project,Phase II Augusta,GA Addendum 2 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK A. BID FORM FOR PI#0011381 001-1000 LS FORCE ACCOUNT 1 $400,000 $400,000 150-1000 LS TRAFFIC CONTROL-LUMP SUM 1 210-0100 LS GRADING COMPLETE-LUMP SUM 1 ROADWAY 402-3113 TN RECYL AC 12.5MM SP,GP1/2,BM&HL 770 RECYL AC 19 MM SP,GP 1 OR 2,INC 402-3190 TN BM&HL 540 402-3121 TN RECYL AC 25MM SP,GP1/2,BM&HL 1609 310-1101 TN GR AGGR BASE CRS,INCL MAIL 3312 402-1801 TN RECYL AC PATCHING,INCL BM 200 402-1812 TN RECYL ACLEVELING,INCBM&HL 3400 413-0750 GL TACK COAT 718 432-5010 SY MILL ASPH CONC PVMT,VARB DEPTH 4203 439-0022 PLAIN PC CONC PVMT,CL 3 CONC,10 INCH SY THK 935 441-4020 SY CONC VALLEY GUTTER,6 IN 35 441-4030 SY CONC VALLEY GUTTER,8 IN 62 441-0016 SY DRIVEWAY CONCRETE,6 IN TK 53 441-0018 SY DRIVEWAY CONCRETE,8 IN TK 0 441-5025 LF CONC HEADER CURB,4 IN,TP 9 295 441-5008 If CONC HEADER CURB,6 IN,TP 7 207 441-6012 LF CONC CURB&GUTTER/ 6X24TP2 4060 441-0748 SY CONCRETE MEDIAN,6IN, 544 446-1100 LF PVMT REF FAB STRIPS,TP2,18 INCH WIDTH 2360 441-0104 SY CONC SIDEWALK,4 IN 2300 500-3002 CY Class AA Concrete 268 500-3201 CY CL B CONC,RET WALL 62 500-9999 CY CL B CONC,BASE OR PVMT WIDEN 4 515-2020 LF GALV STEEL PIPE HANDRAIL,tin,ROUND 176 Page 2 of 13 Berckmans Road Improvement Project,Phase II Augusta,GA Addendum 2 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 641-1110 LF GUARDRAIL TP T 80 641-1200 LF GUARDRAIL TP W 102 641-5012 EA GUARDRAIL ANCORAGE,TP 12 4 700-9300 SY SOD 4900 572-1000 LF SLOPE UNDERDRAINS 1000 SUBTOTAL DRAINAGE 550-1180 LF STM DR PIPE 18,H 1-10 575 550-1300 LF STM DR PIPE 30,H 1-10 18 550-1360 LF STM DR PIPE 36,H 1-10 320 550-1420 LF STM DR PIPE 42,H 1-10 490 550-1480 LF STM DR PIPE 48,H 1-10 222 550-4248 EA FLARED END SECT,48",ST DR 1 550-4218 EA FLARED END SECT 18 IN,ST DR 5 550-4230 EA FLARED END SECT 30 IN,ST DR 1 668-1100 EA CATCH BASIN,GP 1 15 668-1110 LF CATCH BASIN,GP 1,ADDL DEPTH 4 668-4300 EA STORM SEW MANHOLE,TP 1 2 668-4311 IF ST SEW MANHOLE,TP 1,A DEP,CL 1 2 668-2100 EA DROP INLET,GP 1 10 668-2110 IF DROP INLET,GP 1,ADDL DEPTH 5 603-2181 SY STN DUMPED RIP RAP,TP 3, 18 40 603-7000 SY PLASTIC FILTER FABRIC 40 611-4003 EA RECONSTR MISC DRAINAGE STR 2 668-5000 EA JUNCTION BOX 1 SUBTOTAL SIGNING AND MARKING 636-1020 SF HWY SGN,TP1MAT,REFL SH TP3 107 636-1033 SF HWY SIGNS,TP1MAT,REFL SH TP 9 148 636-2070 LF GALV STEEL POSTS,TP 7 585 652-5451 LF SOLID TRAF STRIPE,5 IN,WHITE 800 652-5452 LF SOLID TRAF STRIPE,5 IN,YELLO 4500 652-5701 LF SOLID TRAF STRIPE,24,WHITE 21 Page 3 of 13 Berckmans Road Improvement Project,Phase II Augusta,GA Addendurrn 2 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 652-5801 LF SOLID TRAF STRIPE,8 IN,WHITE 1500 652-6501 GLF SKIP TRAF STRIPE,5 IN,WHITE 260 652-6502 GLF SKIP TRAF STRIPE,5 IN,YELLOW 2500 652-0120 EA PAVEMENT MARKING,ARROW,TP 2 4 653-6004 SY THERM TRAF STRIPING,WHITE 9 652-0130 EA PAVEMENT MARKING,ARROW,TP 3 4 653-6006 SY THERM TRAF STRIPING,YELLOW 59 654-1001 EA RAISED PVMT MARKERS TP 1 115 654-1003 EA RAISED PVMT MARKERS TP 3 20 PAVEMENT MARKING,BIKE SHARED LN 653-0105 EA SYM 12 653-0296 EA THERMO PVMT MARKING,WORD,TP 15 4 SUBTOTAL ERIN IOL 163-0550 EA CONS&REM INLET SEDIMENT TRAP 21 165-0105 EA MAINT OF INLET SEDIMENT TRAP 11 171-0030 LF TEMPORARY SILT FENCE,TYPE C 3100 165-0030 LF MAINT OF TEMP SILT FENCE,TP C 1550 716-2000 SY EROSION CONTROL MATS,SLOPES 1904 CNST/REM RIP RAP CKDM,STN P RIPRAP/SN 163-0527 EA BG 23 165-0041 LF MAINT OF CHECK DAMS-ALL TYPES 322 163-0300 EA CONSTRUCTION EXIT(Inc.Maintenance) 1 CONSTR AND REMOVE SILT CONTROL 163-0501 EA GATE,TP 1 2 165-0085 EA MAINT OF SILT CONTROL GATE,TP 1 2 710-9000 SY PERM SOIL REINFORCING MAT 86 643-8200 LF BARRIER FENCE(ORANGE),4 FT 1445 163-0232 AC TEMPORARY GRASSING 6 700-6910 AC PERMANENT GRASSING 6 701-0030 TN AGRICULTURAL LIME 6 700-8000 TN FERTILIZER MIXED GRADE 5 700-8100 LB FERTILIZER NITROGEN CONTENT 300 Page 4 of 13 Berckmans Road Improvement Project,Phase I! Augusta,GA Addendum 2 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 163-0240 TN MULCH 130 EA Catch Basin Filter Insert 16 SUBTOTAL BRIDGE CULVERT 211-0300 - CY BR EXCAV,STREAM CROSSING 1290 500-2110 LF CONCRETE PARAPET,SPCL DES 206 500-3700 CY SEAL CONC 453 511-1000 LB Bar Reinf.Steel 44935 540-1102 LS REM OF EX BR,BR NO-LUMP SUM 1 607-2000 SY RUBBLE WALL 350 PRECAST THREE SIDED CULV.,DOUBLE 960-0550 LF BARREL 1 SUBTOTAL LIGHTING 500-3101 CY CLASS A CONCRETE 19 511-1000 LB BAR REINF STEEL 5058 615-1100 LF DIRECTIONAL BORE PIPE-2 IN 255 681-6318 EA LUMINAIRE,TP 4,185W,LED 25 681-4398 EA LIGHTING STD,20'MH,6'ARM 24 681-4399 EA LIGHTING STD,20'MH,6'TWIN ARM 1 682-1503 LF CABLE,TP RHH/RHW,AWG NO 12 514 682-1504 LF CABLE,TP RHH/RHW,AWG NO 10 1714 682-1506 LF CABLE,TP RHH/RHW,AWG NO 6 9441 682-6222 LF CONDUIT,NONMETL,TP 2,2 IN 2962 682-6233 LF CONDUIT,NONMETL,TP 3,2 IN 255 682-6120 LF CONDUIT,RIGID,2 IN 110 682-9020 EA ELEC JCT BOX 1 ELEC PWR SVC ASSEMBLY,UNDRGRD SVC 939-5020 EA POINT 1 SUBTOTAL $ Page 5 of 13 Berckmans Road Improvement Project,Phase II Augusta,GA Adrtendtjrtn 2 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK ** GRADING COMPLETE:Shall include any work without a specific pay item such as:cut and fill, constructing shoulder and subgrade, finish grading, removal and disposal of roadway items (demolition), Bearing and grubbing, construction layout, removal resetting values, meter boxes, remove or reset existing storm, drain & sanitary structures &pipe, fine grading, bonds and insurance.Also includes:Mob/Demob;Bonds/Insurance;remove/reset fences and gates(all type); remove/reconnect water services, complete;reconnect sanitary services, reconstruct wall, height varies; remove/reset signs (type varies); remove/reset water sprinkler systems(complete); remove/reset water valves(size varies); remove/reset yard lamps (type varies); remove/reset mailboxes ( type varies), raise man hole and valves boxes to grade. As-built Survey for both AUD/AED line items -(X,Y,Z), Electronic and Paper copies, Survey shall include location of all structures,bends, casing ends,fittings,cleanouts,and inverts/depths of all structures LS(Lump Sum)—For all Lump Sum items, attach itemized break of lump sum amount on separate sheet. Manufacturer's Lead Time on Precast Culvert: Page 6 of 13 Berckmans Road Improvement Project,Phase If Augusta,GA Addendum 2 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK B.BID FORM FOR PI#0011413 001-1000 LS FORCE ACCOUNT 1 $350,000 $350,000 150-1000 LS TRAFFIC CONTROL-LUMP SUM 1 210-0100 LS GRADING COMPLETE-LUMP SUM 1 ROADWAY 402-3113 TN RECYL AC 12.5MM SP,GP1/2,BM&HL 1377 402-3190 TN RECYL AC 19 MM SP,GP 1 OR 2,INC BM&HL 432 402-3121 TN RECYL AC 25MM SP,GP1/2,BM&HL 1222 310-1101 TN GR AGGR BASE CRS,INCL MATL 2630 402-1801 TN RECYL AC PATCHING,INCL BM 300 402-1812 TN RECYL AC LEVELING,INC BM&HL 2400 413-0750 GL TACK COAT 1083 432-5010 SY MILL ASPH CONC PVMT,VARB DEPTH 12584 441-4020 CONC VALLEY GUTTER,6 IN 282 III 441-4030 CONC VALLEY GUTTER,8 IN 610 441-0016 DRIVEWAY CONCRETE,6 IN TK 60 441-0018 DRIVEWAY CONCRETE,8 IN TK 54 441-6012 CONC CURB&GUTTER/ 6X24TP2 7240 446-1100 PVMT REF FAB STRIPS,TP2,18 INCH WIDTH 5600 _ MOO 441-0104Ili CONC SIDEWALK,4 IN 2625 _1111111. 500-3201 CY CL B CONC,RET WALL 220 500-9999 CY CL B CONC,BASE OR PVMT WIDEN 114 641-5001 EA GUARDRAIL ANCHORAGE,TP 1 641-5012 EA GUARDRAIL ANCHORAGE,TP 12 1111 641-1200 IF GUARDRAIL,TP W 1050 643-1152 LF CH LK FEN,ZC COAT, 6', 9 GA 50 _ 643-8010 EA GATE,CHAIN LINK ZC COAT-6 FT HEIGHT 2 700-9300 SY SOD 900 Page 7of13 Berckmans Road Improvement Project,Phase it Augusta,GA Addendum 2 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 572-1000 I LF I SLOPE UNDERDRAINS 1000 I SUBTOTAL DRAINAGE 550-1180 LF STM DR PIPE 18,H 1-10 3191 550-1240 IF STM DR PIPE 24,H 1-10 518 550-4218 EA FLARED END SECT 18 IN,ST DR 1 668-1100 EA CATCH BASIN,GP 1 23 668-1110 LF CATCH BASIN,GP 1,ADDL DEPTH 1 668-4300 EA STORM SEW MANHOLE,TP 1 3 668-4311 LF ST SEW MANHOLE,TP 1,A DEP,CL 1 4 668-2100 EA DROP INLET,GP 1 13 668-2110 LF DROP INLET,GP 1,ADDL DEPTH 5 611-9000 EA CAPPING MINOR STRUCTURE 1 668-5000 EA JUNCTION BOX 2 SUBTOTAL sishim AND MARKING 636-1020 SF HWY SGN,TP1MAT,REFL SH TP3 53 636-1033 SF HWY SIGNS,TP1MAT,REFL SH TP 9 64 636-2070 LF GALV STEEL POSTS,TP 7 196 652-5451 LF SOLID TRAF STRIPE,5 IN,WHITE 700 652-5452 IF SOLID TRAF STRIPE,5 IN,YELLO 8300 652-5701 LF SOLID TRAF STRIPE,24,WHITE 169 652-5801 LF SOLID TRAF STRIPE,8 IN,WHITE 3800 652-6501 GLF SKIP TRAF STRIPE,5 IN,WHITE 200 652-6502 GLF SKIP TRAF STRIPE,5 IN,YELLOW 5300 652-0120 EA PAVEMENT MARKING,ARROW,TP 2 29 653-6006 SY THERM TRAF STRIPING,YELLOW 129 654-1001 EA RAISED PVMT MARKERS TP 1 207 654-1003 EA RAISED PVMT MARKERS TP 3 35 653-0105 EA PAVEMENT MARKING,BIKE SHARED LN SYM 25 SUBTOTAL EROSION CONTROL Page 8 of 13 Berckmans Road Improvement Project,Phase!I Augusta,GA Addendum 2 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 163-0550 EA CONS&REM INLET SEDIMENT TRAP 46 165-0105 EA MAINT OF INLET SEDIMENT TRAP 23 171-0030 LF TEMPORARY SILT FENCE,TYPE C 3550 165-0030 LF MAINT OF TEMP SILT FENCE,TP C 1775 716-2000 SY EROSION CONTROL MATS,SLOPES 1127 CNST/REM RIP RAP CKDM,STN P RIPRAP/SN 163-0527 EA BG 156 165-0041 LF MAINT OF CHECK DAMS-ALL TYPES 1 2184 163-0232 AC TEMPORARY GRASSING 6 700-6910 AC PERMANENT GRASSING 6 701-0030 TN AGRICULTURAL LIME 6 700-8000 TN FERTILIZER MIXED GRADE 5 700-8100 UN FERTILIZER NITROGEN CONTENT 300 163-0240 TN MULCH 130 643-8200 LF BARRIER FENCE(ORANGE),4 FT 3511 163-0542 EA CONSTR&REM STONE FILTER RING 1 165-0111 EA MAINT OF STONE FILTER RING 1 710-9000 SY PERM SOIL REINFORCING MAT I 278 EA Catch Basin Filter Insert 23 SUBTOTAL SI+ , 615-1100 LF DIRECTIONAL BORE PIPE-3 IN470 615-1100 LF DIRECTIONAL BORE PIPE-5 IN 210 636-1041 SF HWY SIGNS,TP 2MAT,REFL SH TP 9 114 639-3004 EA STEEL STRAIN POLE,TP IV w/35'Mast Arm 1 1 639-3004 EA STEEL STRAIN POLE,TP IV W/40'Mast arm 1 3 644-300 EA INTERNALLY ILLUMINATED SIGNS 6 TRAF SIGNAL INSTALLATION NO 1-LUMP 647-1000 LS SUM 1 682-6222 LF CONDUIT,NONMETL,TP 2,2 IN 290 682-6233 LF CONDUIT,NONMETL,TP 3,2 IN 1450 682-6120 LF CONDUIT,RIGID,2 IN 30 SUBTOTAL Page 9 of 13 Berckmans Road Improvement Project,Phase 11 Augusta,GA Addendum 2 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK LIGHTING 500-3101 CY CLASS A CONCRETE 35 511-1000 LB BAR REINF STEEL 9693 615-1100 LF DIRECTIONAL BORE PIPE-2 IN 965 681-6318 EA LUMINAIRE,TP4,185 W,LED 46 681-4398 EA II LIGHTING STD,20'MH, 6'ARM 46 682-1503 LF CABLE,TP RHH/RHW,AWG NO 12 986 682-1504 LF CABLE,TP RHH/RHW,AWG NO 10 3286 682-1506 LF CABLE,TP RHH/RHW,AWG NO 6 18094 682-6222 LF CONDUIT,NONMETL,TP 2,2 IN 5678 682-6233 LF CONDUIT,NONMETL,TP 3,2 IN 965 682-6120 LF CONDUIT,RIGID,2 IN 135 682-9020 EA ELEC JCT BOX 2 ELEC PWR SVC ASSEMBLY,UNDRGRD SVC 939-5020 EA POINT 2 SUBTOTAL ** GRADING COMPLETE:Shall include any work without a specific pay item such as:cut and fill, constructing shoulder and subgrade, finish grading, removal and disposal of roadway items (demolition), clearing and grubbing, construction layout, removal resetting values, meter boxes, remove or reset existing storm, drain & sanitary structures &pipe, fine grading, bonds and insurance.Also includes:Mob/Demob;Bonds/insurance;remove/reset fences and gates(all type); remove/reconnect water services, complete; reconnect sanitary services, reconstruct wall, height varies; remove/reset signs (type varies); remove/reset water sprinkler systems(complete); remove/reset water valves(size varies); remove/reset yard lamps (type varies); remove/reset mailboxes ( type varies); raise man hole and valves boxes to grade. As-built Survey for both AUD/AED line items -(X,Y,Z), Electronic and Paper copies, Survey shall include location of all structures,bends,casing ends,fittings,cleanouts,and inverts/depths of all structures LS(Lump Sum)—For all Lump Sum items, attach itemized break of lump sum amount on separate sheet. Page 10 of 13 Berckmans Road Improvement Project,Phase II Augusta,GA Addendum 2 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK C. BID FORM FOR 16"WATERLINE-AUGUSTA UTILITIES DEPARTMENT Water W-1A 16"Dia.,DIP water transmission Main, LF 2,797 Standard Joint W 2A 16"Dia.,DIP water transmission Main, Restrained joint LF 1,730 W-2B 14"Dia.,DIP water transmission Main, LF 38 Restrained joint W 2C 10"Dia.,DIP water transmission Main, LF 133 Restrained joint W-2D 6"Dia.,DIP water transmission Main, Restrained joint LF 151 W-4A 16"90 Degree Bends EA 1 W-4B 16"45 Degree Bends EA 51 W-4C 16"22.5 Degree Bends EA 1 W-4D 16"11.25 Degree Bends EA 3 W-4E 16"Cap EA 1 W-4F 16"x16"x16"Tee EA 1 W-4G 16"x16"x10"Tee EA 1 W-4H 16"x16"x6"Tee EA 6 W-41 16"x14"Reducer EA 2 W-4J 14"90 Degree Bends EA 1 W-41( 14"Cap EA 4 W-41 10"90 Degree Bends EA 1 W-4M 10"45 Degree Bends EA 11 W-4N 10"22.5 Degree Bends EA 1 W-40 10"Cap EA 2 W-4P 6"90 Degree Bends EA 5 Page 11 of 13 Berckmans Road Improvement Project,Phase II Augusta,GA Addendum 2 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK W-4Q 6"22.5 Degree Bends EA 1 W-4R 6"Cap EA 10 W SA Fire hydrant,installed complete with valve, lead pipe,joint restraint,and blocking EA 5 W-7A 16"in-line gate valve,including valve box, EA 5 installed complete,open right W 78 10"in-line gate valve,including valve box, EA 1 installed complete,open right W-10 Tapping sleeve and valves,installed EA 8 complete W-13A Long side water service connection, EA 5 installed complete W-14A Short side water service connection, EA 3 installed complete W-15 Polyethelene pipe wrap,installed complete LF 140 W-18 Abandon Valve EA 2 Miscellaneous M-1 Flowable Fill CY 10 M-2 Class A Concrete CY 10 M-3 Rock Excavation CY 10 M-4 Foundation Backfill,GA DOT Type II,for CY additional undassified excavation 10 Lump Sum -5 AUD Owner's Allowances-As approved by LSthe engineer the 1 $75,000.00 $75,000.00 Page 12 of 13 Berckmans Road Improvement Project,Phase II Augusta,GA Addendirrn 2 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK BID SUMMARY A. TOTAL FOR PI 011413 B. TOTAL FOR PI 011381 C. TOTAL FOR AUD-16"WATERLINE TOTAL BID AMOUNT$ (NUMBERS) TOTAL BID AMOUNT$ (WORDS) ** GRADING COMPLETE:Shall include any work without a specific pay item such as:cut and fill, constructing shoulder and subgrade, finish grading, removal and disposal of roadway items (demolition), clearing and grubbing, construction layout, removal resetting values, meter boxes, remove or reset existing storm, drain & sanitary structures &pipe, fine grading, bonds and insurance.Also includes:Mob/Demob;Bonds/Insurance;remove/reset fences and gates(all type); remove/reconnect water services, complete;reconnect sanitary services, reconstruct wall, height varies; remove/reset signs (type varies); remove/reset water sprinkler systems(complete); remove/reset water valves(size varies); remove/reset yard lamps (type varies); remove/reset mailboxes(type varies);As-built Survey for both AUD/AED line items-(X,Y,Z),Electronic and Paper copies, Survey shall include location of all structures, bends, casing ends,fittings, cleanouts, and inverts/depths of all structures LS(Lump Sum)—For all Lump Sum items, attach itemized break of lump sum amount on separate sheet. Page 13 of 13 Berckmans Road Improvement Project,Phase II Augusta,GA A,citik radtim 2 Augusta, GA Engineering Department PROJECT SPECIFIC SPECIAL PROVISION BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK P.I. # 0011381 & PI 0011413 2018/2019 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK SECTION 7: PROJECT SPECIFIC SPECIAL PROVISION CONSTRUCTION PHASES Work would tentatively commence June 2018. The Construction on Berckmans Road is expected to be done in two Phases. Phase I Construction to be completed on or before Sunday, March 2nd, 2019 (in order to shutdown/suspended work during Master's week-April 2019)which includes the construction of the Bridge Replacement over Raes Creek. Phase II construction to be resumed a week after masters 2019 which includes Berckmans Road Widening and Realignment. Phase II construction shall be for 18 months. All work shall be shutdown/suspended before a month of Master's week-April 2020 for necessary clean ups. AED is open to consider the construction of roundabout in Phase I as proposed by the contractors. Bid will be awarded in two phases. Contractors shall start to work no later than 10 days after the issue of NTP for each phase. MASTERS WEEK During Augusta Masters Golf Tournament, all work shall be safe up, shut down and maintained until the Engineer approves the resumption of work. No project is exempt without the expressed approval of the Engineer. If these type work stoppages impose a hardship, contract time wise, consideration will be given to extending the contract time in an amount commensurate with the delay caused by such work stoppages provided the Contractor has otherwise pursued the work diligently. No consideration will be given for claims for damages. Compensation for mobilization and demobilization, loss of productivity, rescheduling of crews, and rental of equipment or delays to the Contractor's schedule will not be considered for payment. Page 1 of 4 BERCKMANS ROAD IMPROVEMENT PROJECT-PHASE II AUGUSTA,GA PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK TRAFFIC MANAGEMENT Access to be maintained all times. No lane closure is anticipated. Traffic management to be closely monitored by the Engineering Department. If sheriff deputies are required on Saturday/Sundays, it will be the responsibility of the General Contractor to acquire them. Traffic Signals Coordination shall be maintained all the time. Roadway shall be restored for normal flow of traffic during master's week through construction zone.AED Traffic Management Plan for Masters is attached for the Information Purpose Only. Please check with AED Project Engineer for updated traffic management plans in February 2019. PAY APP The contractor has to submit pay application for AED and AUD pay items to the AED Construction Manager. LEAD TIME Please include the manufacturer and lead time required for the precast panels to be delivered on site for the bridge construction on the separate sheet of paper. PROJECT SIGN Two (2) 36" x 48" TIA Logo sign shall be installed by the contractor on each end of the project prior to beginning the work.The signs shall be removed by the contractor when the contract time charges are stopped by the department. The cost for installation, maintenance and removal of the signs shall be included on the bid item 150-1000 Traffic Control. Also, See Special Condition SC-04 Project Sign for AED Project sign details. Page 2 of 4 BERCKMANS ROAD IMPROVEMENT PROJECT-PHASE II AUGUSTA,GA PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK a ..e. ,..,,,......,. , \\,. . .,, ,,! 1-i k...N., iiiii,i -, . ..,. .,. . - .. . ....1 .,,... .. :.: .. ...„,, \ '- ' ,. r .a,+ -. • O YS CZ O x c:e \\\\\64 E eC u \\.\\ I g , .1. , ,,f\- f . • NC o cr , ''''., fli o . co Page 3 of 4 BERCKMANS ROAD IMPROVEMENT PROJECT-PHASE II AUGUSTA,GA PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK P` d LL ,1 >: � CU i. VFO ! b - er ,a ate. ,:„„ d et = k k 4,•. m LLJ - f i EV' ' ' ,,`,',`:.,',i'" .',;-`,..._-,- . _. 0.) / 1 ' - — Q ? . :/ O L. V f a �1 � ca Cf.L _ _ a _ I' E �q z, a v co x cry . �-_, .. ads � ; 1M z i� y 7! s N • V;1 . , S 1 1 11.74--.3' , alst„,-4 wili- 11 1 \Ilic ° I L .,. , fir.. - x v - a�,,, 3 I - Page 4 of 4 BERCKMANS ROAD IMPROVEMENT PROJECT-PHASE II AUGUSTA,GA SPECIAL PROVISION -607A- RUBBLE WALL AND PARAPET FACING 607A.1 General Description This special provision includes the requirement for all rubble wall and parapet facing details including mock up, materials,construction and final approval. 607A.1.01 Definitions General Provisions 101 through 150. 607A.1.02 Related References A. Standard Specifications a. Section 607-Rubble Masonry b. Section 801-Fine Aggregate c. Section 830-Portland Cement d. Section 834-Masonry Materials B. Referenced Documents a. General Provisions 101 through 150 b. AASHTO M 91 c. AASHTO M 240 d. AASHTO T 96 e. AASHTO T 104 f. ASTM C 5 g. ASTM 55 h. ASTM C 109(ASTM C 109M) 607A.1.03- Submittals A. Provide mock up as noted in 607A.4. B. Contractor shall provide shop drawing including the spacing, installation and materials for anchors to sufficiently attach all rubble details noted in this Special Provision.Shop drawing submittal shall be provided a minimum of 21 days prior to constructing the Mock Up. In addition,anchor spacing and load calculations,signed and sealed by a Professional Engineer in the State of Georgia,shall be included with the shop drawingsubmittal. C. All details for anchoring into precast components shall be submitted for review and approval. 607A.2 Materials A. For materials, delivery,storage,construction,equipment, requirements,fabrication, acceptance, material warranty, preparation,see Standard Specification 607-Rubble Masonry and Standard Specification 834-Masonry Materials,except as noted in this Special Provision. B. Wall anchors shall be galvanized or stainless steel. C. Anchors may be cast into the wall and parapet or may be attached after the wall and parapet is poured. For anchoring into precast components, Berckmans Road Widening and Realignment-Phase II,City of Augusta Page 1 607A. 3 Construction A. Mock up and final product shall provide a 3"to 5 1/2"thick facing to match the random ashlar pattern, arch treatment, 6"thick cap and medallion shown in FIGURE'A'and details provided in the contract documents. B. Contractor shall not drill into precast arches unless specifically approved by Contech Engineered Solutions, LLC. 607A. 4 Mock Up A. Contractor shall provide a mock up approximately eight feet tall x fifteen feet in the long dimension (along face of wall)and seven feet in the short dimension (along face of precast arch) as shown in the Contract Documents. B. Mock up shall include arch corner detail,arch treatment, parapet details,typical wall details as shown in FIGURE 'A'as well as anchors and proposed construction method. C. A representative or designated representative of Augusta National Golf Club,shall have the option to approve all details as it relates to the rubble wall and parapet details via Mock Up Review. D. After approval of anchor shop drawings and construction of Mock Up,the contractor, by letter, shall request a Mock Up Review noted in 607A.4.C. Letter shall include a specific date and time of Mock Up Review during normal business day and hours.Augusta National Golf Club shall respond by email or writing confirming the Mock Up Review date and time within five (5) business days of receipt. Failure to respond to Mock Up Review letter within five(5) business days or failure to reschedule Mock Up Review within ten(10) business days of receipt of letter, Augusta National Golf Club shall waive all rights,opinion and approval of all details as it relates to the rubble wall and parapet facing. E. Augusta National Golf Club shall provide Mock Up Review approval or non-approval in the form of a written letter,within 3 business days from Mock Up Review as noted in 607A.4.D.Approval letter may include any agreed modifications. F. If the Mock Up is not approved by Augusta National Golf Club as directed by letter in 607A.4.E, the contractor shall provide modifications and reschedule the Mock Up Review as directed in 607A.4.D. G. If Augusta National Golf Club and the contractor cannot reach an agreement on the Mock Up within 30 business days of initial receipt of Mock Up Review letter by the contractor,the City of Augusta shall intervene and resolve by resolution outline in the Construction Contract. 607A.5 Final Approval Final approval of all details as it relates to the rubble wall and parapet facing shall be provided by the City of Augusta or its designated certified inspectors. 607A.6 Measurement This work shall be measured in square yards of accepted rubble wall and parapet including the coping and inside face of parapet. Excavation for rubble masonry is not measured for separate payment. Berckmans Road Widening and Realignment-Phase II,City of Augusta Page 2 607A.7 Payment This work will be paid for at the Contract Price per square yard for rubble wall and parapet facing complete in place. Payment will be made under: Pay Item: No.607-2000, Unit: SY, Description: Rubble Wall and Parapet Facing 607A.8 Limits A. All special provisions,specifications,drawings,calculations are limited to the submittal by Contech Engineered Solutions, LLC and Structural Engineering Solutions, LLC. Use of any of these documents by the contractor using any other precast supplier or engineering firm documents is strictly prohibited. B. This special provision is not intended to contradict standard construction practice by the City of Augusta or the Georgia Department of Transportation. In the event,the contractor deems any requirement(other than providing the Mock Up as directed)contradictory, unclear, unable to provide a reasonable bid,the contractor shall provide written notification to the City of Augusta two(2)business days prior to the bid date.After the final bid date,the contractor waives any and all grievances and claims regarding the rubble wall and parapet facing details with the City of Augusta,Augusta National Golf Club, Contech Engineered Solutions, LLC and Structural Engineered Solutions, LLC and shall provide the rubble wall and parapet facing as directed by the contract documents,specifications and special provisions. Berckmans Road Widening and Realignment-Phase II,City of Augusta Page 3 Fust Use Date: 2011 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SUPPLEMENTAL SPECIFICATION Project No.: 0011413 and 0011381 P.I. Number.: 0011413 and 0011381 City: Augusta Section 615 - Directional Boring Delete section 615 and substitute the following: 615.1 General Description This work shall consist of installing various sizes of bores by directional boring through whatever materials may be encountered. 615.1.1 Definitions General Provisions 101 through 150. 615.1.2 Related References A. Standard Specifications Section 205—Roadway Excavation Section 208—Embankments B. Referenced Documents General Provisions 101 through 150. 615.1.3 Submittals Furnish,for the Engineer's approval,a plan showing the proposed methods for the installation of the horizontal directional bore.The Engineer will review the proposed installation plan within 10 working days of receipt by the Department.No directional boring work will be allowed until the Contractor's submitted plan is approved by the Engineer.This plan shall include the following detail as a minimum: • List of projects completed by the company performing the boring operation,environment of installation(urban work, river crossing,freeway),diameter of product installation and length of bores.This list of projects must include the name, address and phone number of an owner's representative with knowledge of the performance of the work.Provide at least five previously completed projects of similar scope as the boring work included in this contract. • List of the Contractor's key personnel with a resume of boring experience.The Department will be,the sole judge of the qualifications of the foreman and the drill operators. • Location of all proposed boring entry and exit pits. • Proposed alignment of bore both horizontal and vertical.The proposed alignment shall maintain a minimum clearance of 18 inches(450 mm)or 2 times the diameter of the final product installation,whichever is greater,at any obstruction. Boring will not be allowed in select backfill areas such as at mechanically stabilized wall locations. • Proposed diameter of bore.This diameter is the diameter of the final product installation. • Proposed diameter of pilot borehole. • Proposed diameter of back reamer.In no case shall the diameter of the back reamer exceed 1.5 times the diameter of the final product installation. • Proposed depth of cover.The depth of cover shall be equal to or greater than 10 times the diameter of the final product installation.Additionally,the minimum depth of cover allowed in paved shoulders shall be 4 feet(1.22 meters).The minimum depth of cover under travel lanes or otherwise outside of the paved shoulder shall be 8 feet(2.44 meters). • Evaluation of soil conditions to be encountered.Full soil survey not required.As a minimum,excavate the entrance and exit pits for the proposed bore and determine the nature of the material likely to be encountered.The drilling fluid composition should be based on the evaluation of the materials encountered in the bore pit(excavation. • Proposed composition of drilling fluid. • Proposed drilling fluid pressure and flow rates. • Proposed drilling fluid management plan. • Proposed pull back rate. • Type of tracking system. 615.2 Materials Use conduit types and sizes that conform to the Plans and the following: Material Section Electrical Wire,Cable,and Conduit 682 615.3 Construction Requirements Suitable pits or trenches shall be excavated for the boring operation and for placing end joints or termination connectors of conduit when required.Pits or trenches shall be securely sheeted and braced where necessary to prevent caving. Where directional boring is required under railroads,highways,streets or other facilities,construction shall be done in the manner that will not interfere with the operation of the facility,and shall not weaken the roadbed or structure.No roadway pavement,subgrade,roadbed,paved shoulder,or unpaved median shall be disturbed or excavated as part of the boring or pipe placing operation for any reason without written authorization by the Engineer.In the above areas,any broken or damaged boring rod/stem,boring head(including transmitter/transponder locating heads and cutter heads),couplings (including backreaming,swivel or connector couplings),or any other material that cannot be retrieved as part of the pullback operation shall become the property of the Department and shall be abandoned in place unless otherwise authorized in writing by the Engineer.There shall be no additional payment for abandoned material. Continuously monitor the location and alignment of the pilot drill progress to insure compliance with the proposed installation alignment and to verify depth of the bore. Monitoring shall be accomplished by manual plotting based on location and depth readings provided by the locating/tracking system or by computer generated bore logs which map the bore path based on information provided by the locating/tracking system. Readings or plots shall be obtained on every drill rod and provided to the Engineer on a daily basis for as-builts. Monitoring of the drilling fluids such as the pumping rate,pressures,viscosity and density during the pilot bore,back reaming,and/or pipe installation stages shall be undertaken to ensure adequate removal of soil cuttings and to ensure that the stability of the borehole is maintained.Drilling fluid pressures should not exceed that which can be supported by the overburden(soil)pressure to prevent heaving or a hydraulic fracture of the soils.Excess drilling fluids shall be contained at the entry and exit points until recycled or removed from the site.Ensure that all drilling fluids are disposed of in a manner acceptable to the appropriate local,state and federal regulations.The Contractor's work will be immediately suspended whenever drilling fluids seep to the surface other than in the boring entrance or exit pit.The Contractor must propose a method to prevent further seepage and must remove and dispose of any drilling fluid on the surface prior to resuming the boring operation. To minimize heaving during pullback,the pullback rate should be determined to maximize the removal of soil cuttings and minimize compaction of the ground surrounding the borehole.The pullback rate shall also minimize over cutting of the borehole during the backreaming operation to ensure that excessive voids are not created resulting in post installation settlement.Any surfaces damaged by the work shall be restored to their preconstruction conditions.All costs associated with the restoration are to be borne by the Contractor. The distance that the excavation extends beyond the end of the bore will depend upon the character of the excavated material, but shall not exceed 2 feet(0.61 meters)in any case.This distance shall be decreased on instructions from the Engineer if the character of the material being excavated makes it desirable. Once the directional boring is begun,the operation shall be carried on without interruption,insofar as practical. The pits or trenches excavated to facilitate boring operations shall be backfilled immediately after the boring has been completed. The boring shall proceed from a surface staging area provided for the boring equipment and workers.The location of the staging area shall be approved by the Engineer.The holes shall be bored mechanically.Excavated material will be placed near the top of the working pit and disposed of as required.The use of water or other fluids in connection with the boring operation will be permitted only to the extent necessary to lubricate cutting.Jetting will not be permitted. Excavation will not be paid for separately,but all of the provisions of Section 205 and 208 shall govern. In unconsolidated soil formations a gel-forming colloidal drilling fluid consisting of at least 10%high grade carefully processed bentonite may be used to consolidate excavated material,seal the walls of the hole,and furnish lubrication for subsequent removal of material and immediate backreaming/installation of conduit.Flow pressure on the drilling fluid shall be continuously monitored and maintained at the minimal pressure required to place the fluid.At no time shall the flow pressure exceed 500 psi(3448 k Pa)and should normally not exceed 200 psi(1379 k Pa).All drilling fluid spoils shall be completely removed from both ends of the bore and properly disposed of at a location provided by the Contractor. Allowable variation from line and grade established by the Engineer shall be a maximum of 2 percent.Any voids which develop during the installation operation and are determined by the Engineer to be detrimental to the Work,shall be pressure grouted with an approved mix. Directional boring operations inherently include the risk of encountering under grade obstructions that begin to alter the bore direction. Should an obstruction be encountered,the Engineer shall be notified immediately. Attempts at corrective measures to restore the proper bore alignment should include but are not limited to boring deeper or shallower(if minimum pipe depth can be maintained),moving the boring head to the right or left of the obstruction,or attempt to bore through the obstruction(if other than solid rock).To restore the bore alignment,a minimum of three attempts shall be made to the Engineer's satisfaction at each encountered obstruction with different corrective measures.If a suitable bore alignment cannot be restored,the Engineer may authorize a relocation of the bore.Unsuccessful boring attempts shall be paid in accordance with Sections 615.4 and 615.5 below,using the obstruction location as one end of the measured length of directional boring. 615.4 Measurement Directional bores will be measured by the horizontal linear foot(meter)of bore complete in place.The measurement for payment shall be determined by obtaining measurements from the points at which the bore arrives at the required minimum acceptable depth,at the entrance and exit of the boring operation,following the central axis of the bore.Directional boring above the minimum acceptable depth shall not be measured forpayment. 615.5 Payment This work performed and materials furnished as prescribed by this Item,measured as provided under Measurement will be paid for at the Contract Price per linear foot(meter)for Directional Boring of the size of bore specified,which shall be full compensation for furnishing the bore and all incidentals necessary to complete the Item.All excavated material resulting from the directional boring operations shall be disposed of or used as directed by the Engineer at no additional cost to the Department. Payment will be made under: Item No.615- Directional Bore Pipe(Size) Per linear foot(meter) Item No.615- Directional Bore(Size) Per linear foot(meter) 615.5.01 Adjustments General Provisions 101 through 150. OFFICE OF TRAFFIC SAFETY AND DESIGN Date:July 24,2009 First Ilse Date 2001 Specifications;November 21.2003 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION PROJECT NO. 0011413 AND 0011381; RICHMOND P.I. NO. 0011413 AND 0011381 Section 960—Precast Reinforced Concrete Three Sided Culverts 960.1 General description This,not consists of designing,constructing,uranspotting,Joining,and finishing precastthree sided culverts including footings according to Flan details and these Specifications.Designate three sided culverts by span and rise.'Wingwalls and headwalls may be protest or cast-in-place. Use precast structurcs only in these situa0onsc + Under allowable till heights designated on the Plan details • As approved Design numbers for precast sections refer to Plan designations, Precast ends refer to precast wingwalls. 910.1,01 Definitions General Pievisiona 101 thtough 150. 960.1.02 Related References A. Standard Specifications . itx t --_."aeavit'.i . sr 13,.cki I Minor tit r Section 500—Concrete Structures Section 506—J'xpanded Mortar Section 511—Reinf prevent Steal Seetiom814,--Masonty Materials Section 843—Concrete Pine Section 84 --Pipe Appurtenances Section g52-44isccllnneous Steel Material Page l Section 960—Precut Reinforced Concrete BOX Culverts B. Beferen wird Documents ASTM C 789 AASl1 M 259 AASUTC'M 36 AASHTO M 252 980.1.03 Submittals A. Shop frawhrgs Submit,for approval,three copies of the design computations and five sets of shop drawings signed by and bearing the seal of a professional engineer who is licensed in the State of Georgia.Furnish a longhand example of the design methodology if the design calculetions are in a r o peter printout format.Include all details and dimensions necessary to construct the culvert and wingwalls,but net limited to the following; • Designation of each section by span and rise • Locetion of each section within a schernthtic of all sections • Section details showing allconcrete dimensions and reinforcing meal requirements. • Finning details showing all concrete dimensions,elevations.and reinforcing std rear Pio Wins plan m id section views.Nose the actual design soil bearing pessure for spread footings or the plan driving objective for piles on the footing detail sheets, • Wingwall design computations and details showing all concrete dimensions,reinforcing steel and anchorage details.Provide wingwall plan,elevation,and section views. • headwall details showing all concrete dimension`,reinforcing steel and anchorage details.Provide headwall elevation end section views. • Structure backfill type and limits for culvert and wirigwalls. Design Calculations I. Design culverts and footings in accordance with the"Standard Specifications for Highway Bridges"adopted by the American Association of-Sim Highway and Transportation Uitiraals,seventeenth Lniitirni. 2. A minimum of one foot(30ttrrrmn)of carver above the crown of t c culvert is required in the installed condition. 3. The minimum cOncrete compressive ve strength to be used for the culvert is 4.000 psi(27.6.MPa). +t3 The vinyl/num concrete compressive strength to be used for the footing is 3,000 psi(20.7MPs). 5. The minimum yield strength of reinforcement to be used is 60,0000 020 WO,except that for welded wire fabric,a minimum yield strength of 65,E psi( WO may be used. 6, sign the footings in accordance with the foundations recommendations. 960.2 Materials Materials shall meet the requirements of the following Specifuentionst Material Section Concrete(tor Precast Boxes) 8432.01 All Other Concrete <►.► Reinforcing Steel SteelBolts,Netts.and Washers 85?,2 01 Anchor Soils SUM Bituminous Plastic Cement Preformed Plastic Gaskets Grout or Mortar 834.2.0 Esoancled Writs! �. . Corrugated Sloe/Pipe(Sleeves) AASHTO M 38 Page 2 Section 960—Precast Reinforced Concrete Box Culverts Metefiat Section Corrugated Plastic Pipe(Sleeves) AASI TC M 252 Backfill 29.1 1. Use concrete with a minimum compressive strength of 4,000 psi(276 MPa)for the culvert, 2. Use Class"A"concrete with a minimum compressive strength of 3,000 psi(20.7 MFa)for the footings. 3. For welded wire fabric,the maximum spacing of longitudinal wires is 8 Inches(200mm),Spacing or circumferential welded wire fabric is 4 inch(100mm)maximum and 2 inch(50tnm)minimum. 4. The minimum concrete cover for reinforcement in precast three-sided structureswith welded wire fabric is three times the wile diameter but not less than I inch(25mm) Far precast three=sided structures covered by less than 2 feet(600mm)of fill:the minimum cover for reinforcement in the top slab is 2 inches(50mm), 960:2.41 Delivery Storage,and Handling Stott the culvert sections in such a manner to prevent cracking or damage. 960.2.02 Precast Reinforced Concrete Three-Sided Culverts and Wingwalls A. Requirements Refer to the Standard Specifications or Plan details for the reinforcement steel requirements,concrete strength, maximum till heights,and minimum cover.Use the design values for the specified size and fill height, 1. Components a, Use precast components that me according to Plan details,notes,and Sectir+ri 5041, b. Use modified connector devices of the type required for connections to precast ends, c. Have the manufacturer of the precast ends galvanize and provide all steel bolts,nuts,steel plates,and anchor bolts. 2_ Certification Submit to the sngieser ss ecrtifics►te from the manufacturer of the precast sections statim Mat all of the precast three.. sided sections and all of the;precast end components manufactured for the use of the Department contain at least the minimum requirements of reinforcement steel specified herein. a. Ensure that the certificate's signed by a person having legal authority to bind the company. b. Submit the manuf'acturer's certi(ic ate with a guarantee providing the following: 1) All precast culvert secti.onsaantl/or all precast end components will be replaced without cost to the purchaser,if the reinforcement steel does not meet these Specifications. 2) Language so that the guarantee remains in effect as long as the manufacturer continues to furnish precast culvert sections and precast end sections for use by the Department. e. The manufacturer's certificate will not limit the right vf:the Department to make inspections and cheeks of the materials in manufactured precast sections prior to and during the construction of the culvert line. B. Fabrication Except as otherwise specified on the Plans or in the Specifications,Manufacture precast culvert sections according to AASHTO!M 259 or ASTM C'789 and applicable pans of CDT 16. 1. Lifting.Cast no more than four handling devices er lifting holes in eech section and,in each precast wing section, a. Make holes no more than 2 in.(50 mm)in diameter nor more than 2 in.(50 mm)square.Taper the holes. b. Do not lift wingwall sections by or through the pipe sleeve insets. 2. Finishing and Marking.Put a Type 1,ordinary formed surface finish on the precast sections trod precast end components as in Subsectoon 5003.05.AB. a. Ensure that the precast sections and precast wingwalis have the following markings made either by indenting into the concrete or with waterproof paint, 1) Name or trademark of the manufaeturcr 2) Date of manufacture 3) Three-sided sections(span,rise,maximum fill height,minimum cover,and concrete design strength) Page 3 Section 960—Precest Reinforced Concrete BOX Culverts 4) Ensure that the location of each precast section is learly indented by marking into either the inner or outer surface of the concrete during manufacture. 5) When so indiceterl on the-Plans,number and match-mark the sections. 6) Ensure each section bears the Department Inspector's approval stamp. 3. Produce the culvert sections with fiat butt endalVialce the sections so that when they are laid t6geth"they will make A continuous line of culverts with a smooth interior fret of appreciable inegularities,and are also in confonnance with allowable tolerances.Where required on the Plans,connect the ends of each culvert with a minimum of two connections.Do not exceed a joint width of 3/4 ioches(19mm). C. Tolerances . Internal Dimensions-Do not vary the internal dimensions by more than 1%from the design dimensions or more the 1 1/2 inches(38mm)whichever is less.The maximum variance in the haunch dimensions from the design is 34 inches (19mm), 2. Slab and Well Thickness—The maximum reduction in slab and wall thickness is to inch C6mm)less than the design thickness.A thickness more than that required in the design Is Ina Ca=for rejection 3„ Length of Opposite Surfaces Limit the variations in laying length of two opposite surfaces of the culvert to no More than 518 inch(16mm)in any culvert section,except where beveled ends for laying of curves are specified by the purchaser. 4. Length of Section—Do not shorten the length of any section by more than 14 inch(12mm). 5. Position of Reinforcement—Do not vary the position of any reinforcement by more than+1-le inch(12mm).The minimum Cover over the outside ekcumferential reinforcement is 114 inches(38mm)and the minimum inside circumferential reinforcernent is 1 Inch(25mm)as rneastmsd to The external and internal surface of the culvert sections,These tolerances or cover requirements do not apply to mating surfaces of the joints. 6. Area of Reinfm cement Provide The area of reinforcement as required by design and as shown in the manufacturer's shop drawings.Providing reinforcement areas greater than those required is not cause for rejection. The diameter of reinforcement is permitted to vary,provided it is within the allowable tolerances of the ASTM Specifications, D. Testing end Inspection 1. Ilse applicable parts of QDT 16. 2. Determine concrete compressive strength from cylinder or core tests as required by the laboratory. E. Rejection Culvert sections or wingwellt will be rejected due to the following conditions: 1, fractures or cracks that pass through the wall,except for a single end crack that does not exceed one half the thickness of the wall. 2. Defects that indicate proportioning,mixing,and molding not in accordance with the Georgia Specifierititum 3. Honeycombed or open texture. 4. Damaged ends,where such damage would prevent making a satisfactory joint. P. Repairs Culvert sections and wingwalls may be repaired,if necessary,due to imperfections in manufacture.handling damage,or tonstruction.Repairs will be acceptable if it is determined that the repairs AM sound,properly finished and cured,and if the repaired culvert section or wingwall is in accordance with the requirements in this specification Trapped air pockets causing surface defects are considered part of a smooth steel form finish. G. Materials Warranty General Provisions 101 through 150. 960.3 Construction Requirements 960.3.01 Personnel General Piovisions 101 through 150, 960.3.02 Equipment Page 4 Section 960—Precast Reinforced Concrete Box Culverts General Provisions 101 through 150. 960.3.03 Preparation A. Excevation and Foundations Excavate and construct castritepiace footings in accordance with the shop drawing details. The manufacturer's Engineer will determine the design size and elevation of the footings. Score surface of concrete footing with pattern shown in plans. Form a two inch minimum(50mm to 75mm)deep keyway in the top surface of the footing two inches(50mm)clear of the inside face of the culvert section,Give the footings a smooth float finish. Place culvert sections on footings after concrete reaches a Minimum compressive strength of 2.500 psi(17-MN- Do not allow the footing to vary more than 14 inch(6trun)in 10 feet(3 tri). 960.3.04 Fabrication General Provisions 101 through 150, 960.3.05 Construction A. Placement of Culvert Sections and Wingwalla place culvert sections and wingwalls in actordance with.the MOS.Set the sections on 5 inch(127mm)x 5 inch(127inni) masonite or steel shims.Provide a minimum of 1 inch(13mm)gap between the footing and the bottom of the culvert's bottom legs.Pill the 901)with grout(ace Subsection 834.2.03,"Mortar and&Own.Do not shim past the top of footing, I. Multiple Line Culverts Where multiple lines are skewed,determine the end treatment method including the positions of the connectors,and the lengths of wingwalls needed for proper slope intercepts.This must occur before barrel Installation begins. Install multiple culvert lines adjacent to one another according to Plan details. Use grout,a concrete mix,or other material approved by the Engineer as filter material between multiple lines. 2. Include details for attaching lighting conduit and junction boxes in shop drawings,sec plans for additional details. B. Finish Before backfilling precast culvert sections and wingwalls„do the following; 1. Repair spelled areas around the holes. 2. Pill the lift holes with mortar or concrete,or plastic or rubber plugs.Place external wrap over the holes and/or plugs. 3. Cure the concrete as directed in Subsection 500.3.052,"Cure Concrete." C. Connection of Culverts Where detailed on the Plans,use bolted steel plate connections when the adjoining culvert is properly Placed.Tighten the bolts by hunt rn case of differenem in elevation of the two adjoining concrete surfaces,place either grout or steel horseshoe shims under the 34 inch(19mm)thick connection plate until the connection plate is level.After all the culvert Sections are Set or final adjustments have been performed,perform the final tightening of the bolts.(if grout is used to level the connection plates,do not perform the final tightening until the grout reaches 2,500 psi(17.24/v1Pa)or has cured for 24 hours whichever Occurs first) External Protection of joints Cover the butt joints made by We adjoining eulvert sections with a minimum of a 9 inch(230mm)wide joint wrap. Clean the surface before applying tneioint material.Use external wrap in accordance with ASTM C 877(ASTM C 377M)Specification for External Scaling Bands,pr approved equal,Before applying the external joint wrap,cover the connection plates and hardware by the joint wrap.Once the connections are covered,cover the joint continuously from the bottom of one culvert section leg,moss the top lathe arch or arches,and to the opposite section leg,Cover joints between culvert sections and wingwalls and between culvert sections and headwalls with The same Wrap used between culvert sections.During the backfilling operation,take care to keep the joint wrap in its proper location over the joint. Pap 5 Section 960—Precast Reinforced Concrete Box Culverts E. Backfill Place back no material within four feet(L2 m)of each side of the culvert in accordance with the manufacturer's recommendations. At other locations,piece and compact backfill until the densities meet the following requirements: 1. Compact granular material to not less than 93%of maximum dry density, 2. Compact soil in accordance with Section 207.3.034.1. Do not place backfill against any structural elements until they have been approved by the Engineer. When waterproofing is required on the Plans,carefully place backfill against waterproofed surfaces to avoid damage to the waterproofing material. Use mechanical tampers or approved compactors to compact all backfill and embankment immediately adjacent to each side of the culvert and over the top of the culvert until it is covered to a minimum depth of 2 feet(600mm).When the backfill is within four feet(1.2 m)of each side of the culvert,place the backfill in 4 inch(100mm)lifts(loose depth) Place and compact backfill to the same elevation on both sides of the culvert and wingwalls before proceeding to the next lift,Heavy equipment may be operated in the four foot(1.2 in)zone each side of the culvert but do not operate heavy equipment in the area over the culvert until ft is covered to the greater depth of 2 feet(600rnm)or one fourth of the span or the culvert with compacted fill.Por multiple span culverts,,use the span length with the longest individual span. F. Protect Structures bum Traffic and Loads Before allowing traffic or loads on the box culvert,provide the depth and width ofeompacted backfill as shown on the Plans to protect the structure from damage or displacement. Damaged or displaced structures subjected to construction loads or erosion during installation and backfill shall be repaired at the Contractor's expense, 960.3.06 Quality Acceptance General Provisions 101 through 150. 960.3.07 Contractor Warranty and Maintenance General Provisions 101 through 150, 960.4 Measurement This work will be measured for payment in linear feet(meters)of accepted precast three sided culvert defined by span and rise, 660-4,01 Unfits No separate measurement for payment will be made for any of the following items: * Connecting hardware • Grout or Mortar * Joint materials • Filler material 960,6.01 Adjustments General Provisions 101 through 150. Page 6 Section 960—Precast Reinforced Concrete Box Culverts 960.5 Payment This Work will be paid for at the Contract Price per linear foot(meter)per barrel,complete in place and accepted, Payment is full compensation for all things necessary to design and construct the three sided structure,including but not limited to,excavation.foundations including piles,concrete slab-footing,furnishing and placing precast culvorl sections and wingwalls,hardware,and backfill,to complete the Work. Payment will be imide under: Item 9(d)0551) 'Precast'flute Sided Culvert,Single Barrel- ft(m)x ft Cm) Per linear foot(m) (span) (rise) 960.5.01 Adjustments C wend Provisions lot through 150. Page 7 Augusta, GA Engineering Department CONTRACTOR'S DOCUMENTS BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK P.I. # 0011381 & P1 0011413 2018/2019 p l i 1 (:--------.--7:7---1.4r--i—e- R G 1 A 1 1 i 1 Attachment B You Must Complete and Return the 2 pages of Attachment B with Your Submittal. Document Must Be Notarized. i Augusta, Georgia Augusta Procurement Department ATTN: Procurement Director 535 Telfair Street, Suite 605 Augusta, Georgia 30901 /` Name of Proponent: KE 0---1/43(S Ls-,4A1/4.(7( _, (:5,,,,A A'a y Street Address: j 11 ' 4.c (na(-",,S7'1..-roc t.....)\i City, State,Zip Code: A.,ki:.51 to, (z,°, 3 pq 0 7 i Phone: .i oto-731- .13 G Fax: 7 'o 73/- 8t.-o Email: as+v.�gSCC-)Y'ee a es C(, &._ Do You Have A Business License? Yes: t"--- No: _.lJ Augusta,GA Business License#for your Company(Must Provide): L«e:70070 0 3 3 C. And/or Your State/Local Business License#for your Company(Must Provide): Utility Contractors License#(Must Provide If applicable: UC 3cx�3 ' } X'3 MUST BE LISTED ON FRONT OF ENVELOPE General Contractor License#(Must Provide if applicable): Additional Specialty License#(Must Provide if applicable): NOTE: 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,please state above(Procurement will verify),your company will be required to obtain a Richmond County business license if awarded a BID. For further information regarding Augusta, GA license requirements, please contact the License and Inspection Department G@ 706 312-5050. 0r7 List the State,City&County that Issued your license: Av.b .S1 A Q' zv' b(-4 ''«I-tnw,.,o C-,„ Acknowledgement of Addenda:(#1) t!(#2) r/#3 #4 Y NOTE: CHECK APPROPRIATE BONES)-5 ADD ADD#6ONAL 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 proposal or contract awarded by Augusta,Georgia. The undersigned further covenants that we have completed truthfully and fully the required forms regarding good faith efforts and local small business subcontractor/supplier utilization. The undersigned further covenants and agrees not to engage In discriminatory conduct of any type against local small businesses, In conformity with Augusta, Georgia's Local Small Business Opportunity Program. Set forth below is the signature of an officer of the proposedcontracting entity with the authority to bind the entity. The undersigned acknowledge and warrant that this Company has been made aware of understands and agrees to take affirmative action E 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 i 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 f 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 F By submission of a proposal,the vendor certifies,under penalty of perjury,that to the best of its knowledge and belief: (a)The prices in the proposal have been arrived at independently without collusion,consultation,communications,or agreement,for the purpose of restricting competition,as to any matter relating to such prices with any other vendor or with any competitor. (b)Unless otherwise required by law, the prices which have been quoted in the proposal have not been knowingly disclosed by the vendor prior to opening,directly or indirectly,to any other vendor or to any competitor. (c)No attempt has been made,or will be made, by the vendor to induce any other person, partnership or corporation to submit or not to submit a proposal for the purpose of restricting competition. Collusions and fraud in proposal preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department. • Bid 18-185 Berckmans Road Widening,Realignment and Bridge Replacement—Phase II Bid Due:Tuesday,May 8,2018 @ 3:00 p.m. Page 5 of 15 1 i 1 I Conflict of interest i By submission of a proposal,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 BID,and 2.That no employee of the County,nor any member thereof,not any public agency or official affected by this BID,has any pecuniary interest in the business of the responding firm or his sub-consultant(s) has any interest that would conflict in any manner or degree with the performance related to this BID. By submission of a proposal,the vendor certifies under penalty of perjury,that to the best of Its knowledge and belief; (a)The prices in the proposal have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition,as to any matter relating to such prices with any other vendor or with any competitor. (b)Unless otherwise required by law, the prices which have been quoted In the proposal have not knowingly been disclosed by the vendor prior to opening,directly or indirectly,to any other vendor or competitor, c) No attempt has been made, or will be made, by the vendor to induce any other person, partnership or cooperation to submit or not to submit a proposal for the purpose of restricting competition. For any breach or violation of this provision, the County shall have the right to terminate any related contract or agreement without liability and at its discretion to deduct from the price, or otherwise recover, the full amount of such fee,commission,percentage,gift,payment or consideration. Contractor Affidavit and Agreement t By executing this affidavit, the undersigned contractor verifies its compliance with 0.C.G.A. § 13-10-91, stating affirmatively that the Individual,firm,or corporation which is contracting with Augusta,Georgia Board of Commissioners has registered with and is participating in a federal work authorization program" (any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees,pursuant to the Immigration Reform and Control Act of 1986(IRCA),P.L. 99-603J, in accordance with the applicability provisions and deadlines established In 0.C.G.A§13-10-91. The undersigned further agrees that,should it employ or contract with any subcontractor(s)In connection with the physical performance of services pursuant to this contract with Augusta, Georgia Board of Commissioners, contractor will secure from such subcontractor(s)similar verification of compliance with 0.C.G.A§13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form.Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta, Georgia Board of Commissioners at the time the subcontractor(s)is retained to perform such service. Georgia Law requires your company to have an E-VerifyUser 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.uscis.gov/enroli/ and/or http://www.doi.state.ga.us/pdf/rules/300 10 1.pdf **E-Verify*User Identification Number(Company I.D.) Li go Lig NOTE: 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 submit all required forms for any subcontractor(s) as requested and or required. I further understand that my submittal will be deemed non-compliant if any part of this process is violated. 'I\/�P�VCJ CJ�.zT/U.L`T(JN `/OM F_tz,IVy „„„—. ,` Co' ,,a Name / EONSr.e/ i II ......•• V BY: 'uthorized Icer o Agent ; w:•v �'t�Q (Contractor Signature) WWI E AL Z E�ta� I '4 At,e2 .. Title of Authorized Officer or Agent of Contractor 1ti = ♦,�111t1f N fry �P .• ♦ rand S4.66S i Printed Name of Authorized Officer or Agent �� r.3= Notory ..°a= i SU'. CRIBEi (' D SWO;N BEFORE ME ON THIS THE /5 DAY OF gin 7 IA = ethilo 1 otary Public NOTQ/ 1L .••�jQ•��� William Brandon Cooper i ....... .� My Commission Expires: N 00e fsN-5c.t_ 30, I q 'My Notary mm ssion Expires GA Public,Columbia Co., /I /276 fpl I%%��``` November 30,2019 You Must Complete and Return the 2 pages of Attachment B with Your Submittal.Document Must Be Notarized. REV.2/17/2016 Bid 18-185 Berckmans Road Widening,Realignment and Bridge Replacement—Phase II I 1 Bid Due:Tuesday,May 8,2018 @ 3:00 p.m. Page 6 of 15 I t i /` i 4_,,c4....1,----R G I A i 1 I You Must Complete and Return with Your Submittal. Document Must Be Notarized ; 3 Systematic Alien Verification for Entitlements(SAVE) Program i Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, as an applicant for an Augusta, Georgia Business License or Occupation Tax Certificate, Alcohol License, Taxi Permit, Contract or other public benefit as reference in 0.C.G.A. Section 50-36-1, I am stating the following with respect to myabid for an Augusta,Georgia contract for f / - / gs I� ft_riym,vs I(oc\r t3 :14 t N.)7Z, 1 Z1 ( 6.4 ina...37 .i&JD Ce eQP(_ 11T8 Project Number and Project Name) b i .(--(—-NS So. S,.._c LS [Print/Type:Name of natural person applying on behalf of individual,business,corporation,partnership,or other private entity) • Q< kJ-QS CvS- A:..0,( .J CUM PAry y € [Print/Type: Name of business,corporation,partnership,or other private entity) 1.) ✓ _I am a citizen of the United States. OR , 2.) I am a legal permanent resident 18 years of age or older. i OR 3.) I am an otherwise qualified alien (8 § USC 1641)or nonimmigrant under the Federal Immigration and Nationality Act(8 USC 1101 et seq.) 18 years of age or older and lawfully present in the United States.* In making the above representation under oath, 1 understand that any person who knowingly and willfully r 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 Ge rgia. 4 _,GONST9l;, ' Ato Kg:P3040 , - i/•.*Iii. O�i� Ci 5e Signature of Applicant tr S Printed Name '', •'•. 1855 .... .- ',, (�E0�,1'y�Q`. *Allen Registration Number for Non-Citizens �h ��` grancyo',.. SUB CRIBED i SWORN :EFORE ME ON THIS THE IS �� ��'�••"• DAY OF /✓IA 201K •: .. •�•No-- =3: Noto�` : % , Notary Public Wi ham erandon Cooper • -V �� N NotaryPublic,Columbia A -u s -' Co.,, (� . blit i. 7 My Commission Expires a O/'•.•� . My Commission Expires: 1\) oe143eR.3t/ c0( November 30,2019 NOTARY SEAL ei G Q'�� Note: THIS FORM MUST BE COMPLETED AND RETURNED WiTH YOUR SUBMITTAL REV.2/17/2016 Bid 18-185 Berckmans Road Widening,Realignment and Bridge Replacement—Phase II Bid Due:Tuesday,May 8,2018 @ 3:00 p.m. Page 7 of 15 , i Local Small Business Opportunity Program Ordinance participation of local small businesses; and(c)agreement Requirements not to engage in discriminatory conduct of any type. Notice To All Bidders(PLEASE READ CAREFULLY) (ii) Proposed Local Small Business Shall apply to ALL Blds regardless of the dollar amount Subcontractor/Supplier Utilization Plan. In accordance with Chapter 10B of the AUGUSTA, GA. (iii)Documentation of Good Faith Efforts to use CODE, Contractors agree to collect and maintain all records local small businesses. necessary to for Augusta, Georgia to evaluate the effectiveness of Failure to submit the above documentation shall I Its Local Small Business Opportunity Program and to make such result in the bid being declared non-responsive. I. records available to Augusta, Georgia upon request. The (d)Post Contract Award Requirements.The purpose of requirements of the Local Small Business Opportunity Program can this sub section Is to establish requirements for contractor be found at www.auaustaoa.gov. In accordance with AUGUSTA,GA. compliance with the LSBOP after a contract has been I CODE, Contractors shall report to Augusta, Georgia the total dollars awarded. This is incorporated Into all Augusta, Georgia paid to each subcontractor, vendor, or other business on each Contracts for which a local small business goal has been established or negotiated. contract, and shall provide such payment affidavits, regarding payment to subcontractors,if any as required by Augusta,Georgia. (1) Contractors shall have an affirmative, 4 Such utilization reports shall be in the format specified by the ongoing obligation to meet or exceed the committed local Director of Minority and Small Business Opportunities, and shall be small business goal for the duration of the contract. The i submitted at such times as required by Augusta,Georgia. Required Augusta, Georgia may deem a contractor to be In violation j forms can be found at www.auqustaga.gov. If you need assistance of the a,Geo and In breach of its contract if at any time completing a form or filing information, please contact the LSBO Augusta,Georgia,dete contractor that; Program office at(706)821-2406. Failure to provide such reports (a) The will not meet the committed within the time period specified by Augusta, Georgia shall entitle local small business goals;and Augusta,Georgia to exercise any of the remedies set forth,Including (b) the reasons for the contractor's failure are but not limited to, withholding payment from the Contractor and/or within the contractor's control.For example,if a contractor collecting liquidated damages. does not meet the local small business goal because the To print a copy of the Prime Contractor Data Collection Form contractor terminated a local small business without cause visit:htto://www.of the Prime Contractor ?NID=1672 or if the contractor caused and local small business to Website: http://www.auqustaga.gov/index.aspx7nid=83 withdraw from the project without justlflcation, then Augusta,Georgia Is justified In finding the contractor to be SHALL APPLY TO PROJECTS$100,000&UP in violation of the LSBOP. Local Small Business Opportunity Program(Continued) (h)Compliance. Sec.1-10-129.Local small business opportunities program (4)The Director of minority and small business participation. opportunities shall be responsible for evaluating good faith (a) Sealed Bids The following procedures and contract efforts documentation and subcontractor Information requirements will be used to insure that local small GAsubmitted by biddersnIn State and conformance Federalwith,Lawsse AUGUSTA, businesses are encouraged to participate In Augusta, any CODE and any and applicable bidroje to Georgia contracts,Including but not limited to construction bid award theous contract.or competitive sealed projects contracts, requests for professional services and the prior to award ofo performance of public works contracts. The Augusta, (i)CompetitivecBids. Georgia user department shall Indicate Nothing GeorgiaIn this Policy awardIs tb be contracttto tren the small business In all solicitations for cont acts o er Augusta,s to ber a bid requito othertrcion the $100,000 in value: lowest responsible bidder, or to require contractors to (1) Bid conditions for contracts awarded by award to subcontractors, or to make significant material Augusta, Georgia will require that, where subcontracting purchases efrom local small businesses who do not submit goal Is utilized in performing the contract, the bidder or the best overall prns icing federally Augusta,funded proje. E proponent, will make Good Faith Efforts to subcontract Sec.1 10 In accordanceExcepti -10-8nd protects. with or purchase supplies from local small businesses.Bidsin uzedwith with§1-10-8 and Chapterje10 o the LSBOP specifications will require the bidder or proponent to keep contracts only be authorized federaleey funded projects,laws, regulationsgons or • records of such efforts that are adequate to permit a cod con ass applicablepib by uh (andeGeorgia) extentthathe EE determination of compliance with this requirement. and conditions to such projects.eTog the there (2) Each bidder shall be required torequirement provide are any conflicts between any such laws, regulations or conditions and the LSBOP,c the federal (and Georgia) laws, regulations and documentation of achieving goal or provide documentation of Good Faith Efforts to engage local small businesses as conditions shall control. subcontractors or suppliers, the names of local small NOTE: All forms should be submitted In a separate, sealed businesses and other subcontractors to whom it intends to envelope labeled Local Small Business Required Forms, award subcontracts, the dollar value of the subcontracts, Company's Name&Bid Number and the scope of the work to be performed, recorded on the form(s)provided or made available as part of the bid For questions and or additional information Dlea package. If there are no sub-contracting opportunities, contact. bidder shall so Indicate on the appropriate form. f (6) All bid documents shall require bidders or Ms. Kelli Irving, proponents to submit with their bid the following Written Local Small Business Opportunity Program, documents, statements or forms, which shall be made pP Yf 535 available by the Procurement Department. ata, r Street,Room 710, (I) Non-Discrimination Statement which shall Augusta, Georgia 30901 affirm the bidder's: (a) adherence to the policies of (706)821-2406. Augusta, Georgia relating to equal opportunity In contracting;(b)agreement to undertake certain measures Website; httP://vvww.auqustaga.gov/index.aspx?hid=83 as provided in this policy to ensure maximum practicable Revised 2-11-16 1 J 1 Bid 18-185 Berckmans Road Widening,Realignment and Bridge Replacement—Phase II Bid Due:Tuesday,May 8,2018 @ 3:00 p.m. Page 8 of 15 1 • Document A310 TM — 2010 Conforms with The American Institute of Architects AlA Document 310 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place r fln sinal) Liberty Mutual Insurance Company Reeves Construction Construction 175 Berkeley Street #1 APAC Industrial Way Boston, MA 02116 This document has important Augusta,GA 30907 Mailing Address for Notices legal consequences.Consultation with an attorney is encouraged OWNER• 175 Berkeley Street with respect to its completion or modification. (Name,legal status and address) Boston, MA 02116 Augusta/Richmond County Commison Any singular reference to Contractor,Surety,Owner or 535 Telfair Street Room 605 other party shall be considered Augusta, GA 30901 plural where applicable. BOND AMOUNT: 10% Ten Percent of Amount Bid PROJECT: (Name,location or addresr and Project number,ijant% Berkmans Road Widening Phase II The Contractor and Surety arc bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perlomt the work covered by said bid,then this obligation shall be null and void,otherwise to remain in lull force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by lite Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been lumished to comply with a statutory or other legal requirement in the location of the Project,any provisit -—">'..,, this Bond conflicting with said statutory or legal requirement shall be deemed deleted herelrom and provisions conlitmming to s, ONS p �, statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall as a statutory bond and not as a common law bond. ""••� Signed. . alcd this 25th day of April, 2018. =�4i'����0%� ; W: SEAL Z i f Reeves Construction Construction ; Z..) tPrinci al) (Seal) • 1955 •' (Witness) By: L�'� � EOFtC�;� (title) ((((�������""""'""'" ibertyMutu surance oro an , ►rsu�j:4,0I L(Sureo,) tJortPo 4 (TI itnesr) Jynell Whitehead (.Seal) ..i? q''Si I:, r : io By. "s }r e)S yk am Chanthason? Atto ney-in-Fact * s-0054,As 8/10 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated.Not valid for mortgage,note,loan,letter of credit,bank deposit,currency rate,interest rate or residual value guarantees.To confirm the validity of this Power of Attorney call 610.832- 8240 between 9:00 am and 4:30 pm EST on any business day. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the'Companies.),pursuant to and by authority herein set forth,does hereby name,constitute and appoint. •x,.�e of the city of New York ,state of NY its true and lawful attorney-in-fact,with full power and authority hereby conferred to sign,execute and adcnowtedge the following surety bond: Principal Name: Reeves Construction Construction Obligee Name: Augusta/Richmond County Commison Surety Bond Number. Bid Bond Bond Amount See Bond Form IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 6^day of March 2017. ,�"`%NpSpt/Rq� y�°NSoar sup9y `0. %NSUr4ti The Ohio Casualty Insurance Company FJ 4'' trS t 4Q'..'r' rF�r',,, ir, z„Q'`,� °R+r CF:.... Liberty Mutual Insurance Company 19u 3 1919 1891 3 Wes encann�Insurance Company b d a t;., ; ,,R,rr. ! y�'�9ssACMf� e`er ryNAMv1? 3 �anN* t2 By: � * * * David A Carey,Assistant Secretary STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 6^day of March 2017 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute 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 have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. .sp PAST._ COMMONWEALTH OF PENNSYLVANIA ��oohrA Notarial Seal = Teresa Pastel's,onto Public d- 44'. Q J lfi) OF Upper Merlon Twp.,Montgomery County BY: /1/14Z4-1/ vPgv My Commission Expires March 28.2021 Teresa Pastela,Notary Public 4RY {(Y Member,Pennsylvania Association of Notaries This of Alto e and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV—OFFICERS—Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act In behalf of the Corporation to make,execute, seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney- in-fact under the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ARTICLE XIII—Execution of Contracts—SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as maybe necessary to act in behalf of the Company to make,execute, seal,adcnowledge and deliver as surety any and all undertakings,bonds,recogrdzances and other surety obligations. Such attorneys-in-fact in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach theretothe seal the Comptions set o y When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,reoognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Uewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do has nohereby certify rewkthat he.e o� power of attorney of which the foregoing is a full,true and correct copy of the Power of Attomey executed by said Companies,is in full force and effect and IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 25th day of April 2018 J0.INSUgq J,..-c 1NS%� NINSUf SaC'Ohw "6 6` `c4\ cavo¢pro�+ �e�J oef yC6 o o 1912 3 i 1919 3 1991 By: gA0-:‘ssALIet.,_?'9sE` 2 tiy'k 232Utan ry r S,1c;M1`' T 1 NAM 1. %WO` * * * Liberty LIBERTY MUTUAL INSURAN=CE COMPANY 3 FINANCIAL STATEMENT—DECEMBER 31,2016 SURETY Assets Liabilities Cash and Bank Deposits $1,092,914,837 Unearned Premiums $6,929,723,299 *Bonds—U.S Government 1,406,763,970 Reserve for Claims and Claims Expense 17,233,877,300 *Other Bonds 11,379,916,523 Funds Held Under Reinsurance Treaties 208,362,823 Reserve for Dividends to Policyholders 944,909 *Stocks 10'349'761'9" Additional Statutory Reserve 39,649,905 Real Estate 290,265,760 Reserve for Commissions,Taxes and Agents'Balances or Uncollected Premiums 4,709,977,463 Other Liabilities 3.061.117,958 Accrued Interest and Rents 112,757,395 Total $27,473,676,194 Special Surplus Funds $95,257,334 Other Admitted Assets 14.659.523,751 Capital Stock 10000 000 Paid in Surplus 9,229,250,104 Unassigned Surplus 7,193,698,055 Total Admitted Assets 544,001,881,687 Surplus to Policyholders 16.528,205.493 Total Liabilities and Surplus 544,001,881,687 a n * Bonds are stated at amortized or investment value;Stocks at Association Market Values. r 1912 r The foregoing financial information is taken from Liberty Mutual Insurance Company's financial ssk,,, �a statement filed with the state of Massachusetts Department of Insurance. 1,TIM MIKOLAJEWSKI,Assistant Secretary of Liberty Mutual Insurance Company,do hereby certify that the foregoing is a true,and correct statement of the Assets and Liabilities of said Corporation,as of December 31,2016,to the best of my knowledge and belief. IN WITNESS WHEREOF.I have hereunto set my hand and affixed the seal of said Corporation at Seattle,Washington,this 23'd day of March,2017 Assistant Secretary State of.Washington County of King Before me,this day,personally came and appeared Tim A.Mikolaiewski known to be the person whose name is subscribed to the foregoing instrument, and acknowledged that he executed the same for the purpose and considerations therein stated. In witness whereof, I have hereunto set my hand and Seal of Office,in the City of Seattle this 23rd day of March,2017. `Julia Bond,Notary Public (Notat7'Seal) o; .alai �"*r"commission expires 07/12/2019 S-1262LMIGa 3717 LOCAL SMALL BUSINESS UTILIZATION PLAN The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner(please check the appropriate space): Name of bidder/offeror's firm; RkQS ( s7 Au c esy--) By; r c( ,ti tbuldf 5715/g (Print Name) (Signa re) • (Date) The bidder/offeror is committed to a minimum of 2 7 % LSBOP utilization on this contract. (Please complete the requested subcontractor/supplier information below.) OR The bidder/offeror is unable to meet the LSBOP goal of / %. Therefore, complete in its entirety the document titled GOOD FAITH EFFORTSandh submit bidder/offeror s pportnig documentation demonstrating good faith efforts. Subcontractor/Supplier Address Principal Name Phone P LSBOP Utilization Email Contact Certified �2i�3ce S >-��sil Ir631 0�D NcSn�4. roraLA 2� _ 3t,ct0/ � es 0,3 (�Pr._ -H @ PP- 4/eSe.zotee5 r b 177( �l�o� Q(�Gltie Yco &sty ?o c. & ye 0, 4�O 14 Char 145 ��2� (LCL oc Chet,/Ps cs� I f\-0,0,5r� , 6A 3070( ` CIACKIp p5 �,�, ! , (-0 I is Use additional sheets as necessary. Bid 18-185 Berckmans Road Widening,Realignment and Bridge Replacement-Phase H Bid Due:Tuesday,May 8,2018 @ 3:00 p.m. Page 14of15 PROJECT NAME WC 01115 V.6 BID# 106 J ) S-5 I LOCAL SMALL BUSINESS OPPORTUNITY PROGRAM LETTER OF INTENT TO PERFORM AS A SUBCONSULTANT/SUBCONTRACTORJSUPPLIER I To: j (, ,+ior Ca a n t 2 (Name of Proposer) A. The undersigned intends to perform work in connection with the above project in the following capacity(check one): Individual Corporation Partnership Limited Liability Company(LLC) Joint Venture B. The Local Small Business Opportunity Program(LSBOP)status of the undersigned is confirmed as follows: / By attachment of a current Certificate of Certification issued bythe /Georgia Department of Transportation 7 By attachment of a current letter issued by the Augusta, Georgia Compliance Department-Disadvantaged Business Enterprise Division C. The undersigned is 1 lg prepared to perform the following work in connection with the above project ii0 r4c. Ver*oom.s Qncl Irbil Cctn 5 D. The undersigned states that they will be performing (7.3 %of the total project. E. The undersigned will sublet and/or award 0 % of this subcontract to non-Local Small i Business Opportunity Program contractors and/or suppliers. The undersigned will enter into a formal agreement for the above described work with the Proposer cited above conditioned upon the execution of a contract for the project cited herein between the Proposer and Augusta-Richmond County. Vor4b dery iiIS Inc (LSBOP Contractor Firm (dame) By: Date: 5 - 15- 1 15' ( attire of Authorized Representative) i a 1 Bid 18-185 Berckmans Road Widening,Realignment and Bridge Replacement—Phase II Bid Due:Tuesday,May 8,2018 @ 3:00 p.m. Page 13 of 15 Compliance Department c' N'., o R a 1 ,s Kellie Irving Compliance Director October 20, 2016 Portable Services, Inc. c/o Jan Bentley 1831 Old Savannah Rd Augusta, GA 30901 Dear Ms. Bentley: Your firm has been registered as a Local Small Business Opportunity Program (LSBOP) with the Augusta-Richmond County Disadvantaged Business Enterprise Department (DBE). Your company's registration will last for a period of nro (2) years. beginning October 20, 2016. Registration entitles your firm to be included on the LSB website directory and your firm information will be submitted to all contractors bidding on the Augusta-Richmond County projects. Placement on the LSB Directory's list is no guarantee of solicitation for informal or formal invitation to bids/proposals. This is a service of convenience for the vendor and Augusta- Richmond County and not a binding assurance of solicitation. To insure maximum bid participation, vendors should register with DemandStar Service which will allow you to receive the appropriate bid specifications as they are issued. Please call toll-free 1-800-711-1712 or visit www.demandstar,corn for more information. As a registered firm, you are required to notify the Disadvantaged Business Enterprise Department of any changes in ownership and/or control of your firm. Failure to provide this notification, in writing, may result in your firm being removed from the Local Small Business Opportunity Program register. We welcome you to the Augusta-Richmond County Local Small Business Opportunity Program. Sincerely, 96111• tiering Kellie Irving Compliance Director KI:tdw cc: Vendor File Compliance Department 535 Greene Street--Suite 710-Augusta.GA 30901 (706)821-2406--Fax(706)823-4395 WW W.AUGUSTAGA.GOV • ,� ori Russell R.McMurry,P.E.,Commissioner ' AVM. *:'t GEORGIA DEPARTMENT OF TRANSPORTATION y ID One Georgia Center,600 West Peachtree Street,NW r 1* Atlanta,Georgia 30308 Telephone'(404)631-1000 1i;Of GiOA,. January 4,2016 Janet B.Bentley,President Portable Services,Inc. 122 East Boundary St. Augusta,Georgia 30901 ANNIVERSARY DATE:Annually on January 4 Janet B.Bentley: The Georgia Department of Transportation has reviewed your Georgia Uniform Certification Disadvantaged Business Enterprise (DBE)application. Our evaluation of the information submitted with your request for certification indicates that your firm has met the criteria outlined in Federal Regulations 49 CFR,Part 26. DBE Certification will be continuous; however; it is contingent upon the firm maintaining its eligibility annually through this office. You will receive an Annual Affidavit for Continuing Eligibility(AACE)and request for Personal Financial Statement(PFS) approximately thirty days prior to your firm's certification anniversary date. The Annual Affidavit for Continuing Eligibility document must be completed, signed and returned to our office before your anniversary date in order to continue your firm's eligibility as a DEE. Your firm will be listed in Georgia's UCP DBE Directory which can he accessed through the Department's website: WWW,tOt . Prime contractors and consultants can verify your firm's DBE certification status and identify the work area(s) for which the firm is DBE eligible through this Directory. Your Vendor II)Code is: 13971 Your firm has been certified to provide the following services as outlined in the North American Industry Classification System (NAICS): NAICS Code 562991 . Portable Toilet Renting and/or Servicing it is your obligation to notify GULP of any changes in ownership andJor control of your company. If at any time during the year there is a change in ownership and/or control of your firm,you are required to notify this office of such change in writing by sworn affidavit and with supporting documents within thirty(30)days. Changes also include but are not limited to officers, directors, management, key personnel, scope of work performed,daily operations, ongoing business relationships with other firms or individuals,or the physical location of your firm. Failure to do so will be deemed a failure, on your part, to cooperate and will result in immediate actions to remove DBE certification in accordance with 49 CFR Part 26,Section 26.83(j)of the Federal DOT Regulation. Questions and concerns should be directed to this office by mail or telephone. Our telephone number is(404)631-1972. Our fax number is(404)631-1943- Sincerely, Betty C.Mason EEQ)Usi#tart Aiitninistrator—External Kinibdrly A.'King — ——— /y7 EEO Director 4 St PROJECT NAME 6z-YGkM,x'rt; Opt ?' 1,06,1-r 6iro K{al,y1Pirev 9 i 5 (AO 6r•idg� rc?feloirh'tto4. LOCAL SMALL BUSINESS OPPORTUNITY PROGRAM LETTER OF INTENT TO PERFORM AS A SUBCONSULTANT/SUBCONTRACTOR/SUPPLIER To: iCYN(S (_dvtS-1'r (-hoVt tomoCT\1/41 (Name of Proposer) A. The undersigned intends to perform work in connection with the above project in the following capacity(check one): individual Corporation • ./ Limited Liability Company(LLC) Partnership Joint Venture B. The Local Small Business Opportunity Program (LSBOP)status of the undersigned is confirmed as follows: By attachment of a current Certificate of Certification issued by the Georgia Department of Transportation ,1 By attachment of a current letter issued by the Augusta, Georgia Compliance Department-Disadvantaged Business Enterprise Division C. The undersigned is prepared to perform the following work in connection with the above project D. The undersigned states that they will be performing %of the total project. E. The undersigned will sublet and/or award 0 % of this subcontract to non-Local Small Business Opportunity Program contractors and/or suppliers. The undersigned will enter into a formal agreement for the above described work with the Proposer cited above conditioned upon the execution of a contract for the project cited herein between the Proposer and Augusta-Richmond County. InA L ,� j (LSBOP Contractor Firm Name) By; '.jam /:4„,!y,,/, R Date: %� `(Si`gnature cP Autl ionizedd eprescatative) Bid 18-185 Berckmans Road Widening,Realignment and Bridge Replacement—Phase II Bid Due:Tuesday,May 8,2018 @ 3:00 p.m. Page 13 of 15 �t Compliance Department G tr 0 rt r. 1 A Kellie Irving Compliance Director April 26,2016 Extension through May 26, 2018 Ruby Jenkins-Basey c/o RRB Trucking LLC 1771 Dixon Airline Rd. Augusta,GA 30906 Dear Ms. Jenkins-Basey: Your firm has been registered as a Local Small Business Opportunity Program (LSBOP) vendor with the Augusta-Richmond County Disadvantaged Business Enterprise Department (DBE). Your company's registration will last for a period of two (2) years, beginning April 26, 2016. Registration entitles your firm to be included on the LSB website directory and your firm information will be submitted to all contractors bidding on the Augusta-Richmond County projects. Placement on the LSB Directory's list is no guarantee of solicitation for informal or formal invitation to bids/proposals. This is a service of convenience for the vendor and Augusta- Richmond County and not a binding assurance of solicitation. To insure maximum bid participation, vendors should register with DemandStar Service which will allow you to receive the appropriate bid specifications as they are issued. Please call toll-free 1-800-711-1712 or visit WWW.demandstar.corn for more information. As a registered firm, you are required to notify the Disadvantaged Business Enterprise Department of any changes in ownership and/or control of your firm. Failure to provide this notification, in writing, may result in your firm being removed from the Local Small Business Opportunity Program register. We welcome you to the Augusta-Richmond County Local Small Business Opportunity Program. Sincerely, Kellie Irving Compliance Director cc: Vendor File Compliance Department 535 Tel fair Street—Suite 600-Augusta..CSA 30901 (706)821-2406- Fax(706)821-4228 WWW.A000USIA G.A.GOV Berkmans Road Widening and Realigment PROJECT NAME &Bridge Replacement Over Rees Creek PI 011413 BID# PI 011381 LOCAL SMALL BUSINESS OPPORTUNITY PROGRAM LETTER OF INTENT TO PERFORM AS A SUBCONSULTANT/SUBCONTRACTOR/SUPPLIER To: Reeves Construction Company (Name of Proposer) A. The undersigned intends to perform work in connection with the above project in the following capacity(check one): Individual Corporation x Limited Liability Company(LLC) Partnership Joint Venture B. The Local Small Business Opportunity Program (LSBOP)status of the undersigned is confirmed as follows: By attachment of a current Certificate of Certification issued by the Georgia Department of Transportation X By attachment of a current letter issued by the Augusta, Georgia Compliance Department-Disadvantaged Business Enterprise Division C. The undersigned is prepared to perform the following work in connection with the above project Erosion Control, Grassing D. The undersigned states that they will be performing Z o /o of the total project. E. The undersigned will sublet and/or award 0 % of this subcontract to non-Local Small Business Opportunity Program contractors and/or suppliers. The undersigned will enter into a formal agreement for the above described work with the Proposer cited above conditioned upon the execution of a contract for the project cited herein between the Proposer and Augusta-Richmond County. Charles W. Ware, LLC (LSBOP Contractor Firm Name) By: JCS---- Date: 5/14/2018 (Signature of Authorized Representative) Bid 18-185 Berckmans Road Widening,Realignment and Bridge Replacement—Phase I) Bid Due.Tuesday,May 8,2018 @ 3:00 p.m. Page 13of15 ,a ,.... r_it.5---Z-47...-• 7 G .E' 0 R jG 1 A Compliance Department Kellie Irving November 15,2017 Compliance Director Charles Ware c/o Charles Ware. LI.0 2940 ffiIIcreek Drive Augusta,Ga 30901 Dear Mr. Ware Your firm has been registered as a Local Small Business Opportunity Program (LSBOP) with the Augusta-Richmond County Disadvantaged Business Enterprise Department (DBE). Your Company's registration will last for a period of tai 121 ,'ears, beginning -Vove,nher 15, 2017. Registration entitles your firm to be included on the LSB website directory and your firm information will be submitted to all contractors bidding on the \ugu.sta-Ricl-rmond County projects. Placement on the LSB Directory's list is no guarantee of solicitation for informal or formal invitation to bids/proposals. This is a service of convenience for the vendor and Augusta- Richmond County and not a binding assurance of solicitation, To insure maximum bid participation, vendors should register with DemandStar Service which will allow you to receive the appropriate bid specifications as they are issued. Please call toll-free 1-800-711-1712 or visit Www.demandstar.corn for more information. As a registered firm,you are required to notify the Disadvantaged Business Enterprise Department of any changes in ownership and/or control of your firm. Failure to provide this notification, in writing, may result in your firm being removed from the Local Small Business Opportunity Program register. We welcome you to the Augusta-Richmond County Local Small Business Opportunity Program. Sincerely; Rte T . Kellie Irving Compliance Director cc: Vendor File updated 11'15/2017 Compliance Department 535 Greene Street—Suite?Go-Augusta,GA 309ot (706)821-2406—Fax(706)823-4395 111141.AUGIJ3 I'AGA..GO V w 0 u a c ,./ U LI CC Cr n W n o an Cr a z n a ° . m z z z . . o 0 z z m e.ti c w O O N '0 _V O c . t 0 EE V Ow w v — v Clc y f v, ,, g g a` 10r. u1 > > > J +r- C u O 0. C• r N a O m '^ a 'u w i . ya)u p � .2$ _ .Z u C a ar o ii X? al a H m 41 N > ra > 7 O o _` - o Cr 'C T H .o V E� ? ti m O ° • v a - m a E c o t co N N 3 E o o a Ln N 8 Q V w 'D O Ta f0 c C • 0 O v y r O C cu a IV w oo E 2 O a '0 Y 0 O. al w a o ao m m CO m a1 .0 u V - C Crcu pa a o m ti o m m '. E LL O C .a V m Cr V ° o Z 'O �. 'IT) 0 N c Y o c o �' u o �, a o` ` 3 m o N E m 3 2 ai 41 0 co C7 Y -0 V a E A - - Z - a c .c 0 3 V U 8 = U U a+ m E u ro t C os E 8 w co a+ t o `m 8 a E a F.).. N ` T L o o m E ami , c _ U o m i' m a � F. O N 1° E u m a E d a m c' aD . E, c 3 7 w m U c m w v u0 C N a m Crg o > v Y C 3 c c v 3 a 11,2 co w Z O O Y Y N N ..c ,0 u E E N v c m .c C U 0 N m Q m d 'C C Q m O Q am — co N m If - o a O ' t O a a m a 0 mo fl � Q 17, 12 CD£ va m CEm 8, O Nm m aO N ^ vq m, > � r CQ m Y Q vai r . L.()i Q '700 a° P. yCLZan ° .o `>.' c - - '2M cn o 'om ,_,h- a ^ h m N Jrn aMO •Z" CO n r0 ON vN U D GO O U i so .D Q is p n0 '• 5m v CaiCD Nt a-o o O — E m .N 6 . acorn Ne ,ro vi 0 vt0a 00 JU H N M N M ... N M Y, e E U EI ...2.N 7 W a W i m O ~ g • O in II 0 U ` O �, 0. a+ a+ V TI a CO 'O a+ al +0+ u Cr a c in C02 a ' t E u a �' a O c f0 i ts m u �°" 0 2 = m Co E L. c w O. v 3a o _� y w u U+ 8 m >11fF w sa d 4 V, n ¢ n a o Ol w ¢ 8 ¢ o [7 n WI O W V o 0 0 0 z CO cc z z z z 3 3 3 z IL v is C .-1_ wo O r E E -0 u = '7,,- _ = co o w E 7 7 7 7 - a 0 CU 7 2 2 C t .c W C N 0 o y a` m N V FC u O Z• a o ro on a 0 v E N D u N Y C m CO ao r a W p 00 w a%ii ' o - x0 W a vi LT fi r 3 i - rNo 2 7 V N N M T h A pr C w L o0 W a a_ r1 H o tea o 1 N W IN To W a+ co to C C m to 0 0 e= 0 m N > 'O .0 7 C 'a \ c o coco v W to �' `,1 o o c E +` W a -0 a v o w o w o co ? 03 `O m r N at i. , 3 3 m W L u V C o 3 m \ w \ Y m ._ W m a O g _ 3 3 Z m o Ca U z _ c •p u. O. Ti y c o U i E E E W W o N a L NcT L Yi - •p yI 0 y ..a a ¢ _ - a o 0.0 W C m° m0 m E .S E C c 35 8 0 9 ✓ r pEp �' m a l.�i) V) L U _ C _m f0 E co 8 N ami v C - o° c m 9 c E - m ✓ 0 m r 0)r m N 8 N S c m• 3 a E Ai• N @J 2 ro o E1 $ Y C N W V b N fD 3 = /t) oo 0 W c H N r co U O W �. to .3 c p c N E @) m U O 3 C 7 m aci E g a -� _rn b.' rn. c H is E > 1- w 2 o, 0 rn t v+o Y V C N W •O C d 0 t - 0 (S 0 00 O w C72 m j L mspr u1 N Q 0 N V. o' co ¢ ¢ LoO.a o v m 7 E •0 2 a m w m m 00 a - -O = � o " a 0 E 0 n m i m ° r> o o u O o �O ' . uN co NC • in 4- ,- f - co N ryN gi C « al Z N3 Lo p O N 1- D i._ .- r - O CO O N 0 m0 - m _W Q crn d � EN an � m m� _� m�� mn vii C a O 0) N O O J N a O 001 N N C En) 2 ,_ O N N y TO W E O 0 (0 N 0) O t7 0 0 re 0 0 ,-.6- ..r, O N yy� ON O N O a+ •i+ H U O M O a O m ^ CO 0 0 M O O O t0] O .- M co0 3 E1111 cu iW 7 1.- g w _ > a a a O y y a N N U. �+ 0 m h c Q M N N Wo \ 40 4., � J O a) 15U c J al a d COEA o " c v ci i `m a _ 'o z m m �O W tL C m ` % a J c c G > H u S v J 00 c o o u C 0 p a4 m a 9 E m` 2 O C 7 3 H = m c 2 m m ~ W ? p 1 n E E m o1 - W 13 m Q « I-- co r- 3 0 rr 8 8 N v 7; m 0 0 3 cc m in .1- 0 iii u $ 0 w y .� w °a O o 0 o o o o 'n v7i O 2. ac — a 01 O ri C V Z 3 z° 3 3 z° z 3 CO iOSt; c — o 0 m _ -O V = = = o 0 E Iv E E > j > > f io ao n o-, 0 C V V CO uW w N 9 0 d 0. . H +.. c 0 dM Y ro N 0. o w --' a oful .0 'Va) ao y 4 g 5 ar .O �= °� c r d W p = o fi r ° o u° y n N _ "w vl a c u 3 0 c N .n c T N � a o ro N 0 w v ° _ r 0. a w N O 'O O To N Na ro O cu N C C as ry o: N O C C . \ m \ m CO 7 0 ''a -o io cu'O t CC0 .Q'i \ ? aad o m vro ii w a. N O. o ti '"' a o 2 Y o ao cu 0 0. ;; d m C a`, sr «W 0 _W +' E r m - a V E C a .+_' 0 pup a O = -O°' o 00 v_ z 3 CO LL •ai E 7 C Q = •'' v o V Q '� 21N tal M t 0 0Y ^ m m . ` m7 a O. O op w C 12 a C .0 (p U U 7_ a+ eD — o, E ro c c E co c 00 a+ -0 8 E E E v 7 ` 8 E 0 E o d a ro o co ro 3 w € @� m o mm�` ° 0 m O OC 9. C N r Q g 15 O. JO t ro m p` a cu .0 Y a) L N D O y > N T W ul A ro E D .L. 7 •O V Can 0 00 C 1� al 15 C 9 Z 0 Ol N M N O v Q 01 p4 O co OJ O t o q a0 C.7 O 7 c •0 C Q o .5 co' O'0 1 N m S sr x m co m 3 U N m CO N O.0. _V . O N Ol e 0 �O N .-0 ¢ co 8{�gipp pp Op o O �1 m co N N NO 7 E V Co-O' )1 - .c co 3 0 ro co cc O N 0 O O a N V O an L a W N 7 C M O m S O ^ p (h O 0O M Q !.0 3 c -c d Z A 0 0 L M p N p CO N t0 to l0 Q r ro o _ n O ib- 4" •N .+ -0 co O v W C7 V co 'O " N O O C O O ¢co O> ` O w -o 3 ro x o `o o a m " m m m an d Q ZQ m mo o 0' 3 w rn0 O Eo h G a n cv 0 to 7 p coOaa>i O N M m U m a+ n, E N N ^ 0 n cco o N ro N V Q D_ m v a.+ V G N Iii tri -1 w s EI cm J j W O 7 elg 9 mi 0 H V >' O. m '' n 0. U w ' O �+ N N 7 oa J . "J I 2 H 2 O O C ` 0) oa N of MI c )o '�' U' c d 5 c o m ' N 0) 0. v y A m m 3 '0 0) 3 ° c U u o) a 0 a •O 2 w o m W m 8 !- m ` C CC a0+ co N U 0 0 .c ) O o 00 c O 1 7 u N Y a r 00 o m m 1 a+ ... - 0 0, ! a v p� RI Q 1L .0- V O N -a pa cc m 1%7 w O Um n OC 1 v ani o n n n o O-1 In 0U o a s v a) y ob CC Z Z Z Z Z Z Z 1-1 7t Oa a C 0 Y O u - C g a, E > D A _ E E , 0 o o CU U t U a+ N O 2 4- d a. u •y k C 'u O a, 4- ` v .z 2 u 3 z N d 't r N ry 'c '^ w o0 U fa O V ° u o o C 40 O. h ro W a nE a x OoN N T 33 O :- t 00yn a .-I lO V) 0o -U N WO oriY C 'p ,e ro L (0 In m m m CU o a, 1O O.0. w `� al in 0 U E n v m E W C co m "' o o — - .c u c 3 3 3" m _ ro LL P. .E 7 C . ? o z U 'O 0. .0 i N o w c l7 '^ _3 .O o a0 a g a o (o 0 v a` o m L C = m L.-. ++c c E E m o d .+ t 8 o u d O a co C 5 o E m o, CU u O no U d@ m m c (0 E a' O' a) d C N N 3 W E U N OC J d C a O G, IE .0 y V V C C 3 W p _> a E n. u a cora E T a 2 s E2 3 .n 3 +L-. u 'fl 0 a an O c • m 10 CU m o' a m p CO rn m d CL_ « C < � O j O Co O d vOi d O m d O m > j Q `O 0. 'U d 5 co (� a] Q J m 0 ` 3 a V co N Co m o �' Q m H of C � q m oN Q vm m O = a Vp m an ? oix m o, ¢ Lt V' � � m o' c o4 > C o N O) O C �+ .p U O r 13 h V N 5 V o co N U a, 7 a0.. 'O mt✓y �� ❑ � � 0 oN Oco m � ❑ L CO d Q mor`°) '>'- ry a vv c6 uC ink y aJ Ca O cCi co cr,❑ Y N O-m Y (+tu moi N .10 CO c E A N 1 0 fh aD co co H U co V' O , V co N co , CO N N .- N J .E y N U' co N CI' W U' CO m - 0- 3 EI al -2' U a O + ^ al 7 a 0 oo . - Y f ca -.4.2,.O 0 LI v c c 0 oa a, E u 0 CO av A w E U C V 3,, •• CO o ' E Z c n ` 2 m ' a ` 3 c LI > a 0 N �) co > C b O 1-�. G w a . �_,' - w 2 3 CO o m C O O 1 . 7 m _ U a ' LL a+ 0 W Y o d 3 co 0 N .O m d 0 Q CO 0 CC CO V7 O u ' w u 4-1 M C 2 O 0 2 G H C Ln 3 C nES 01 u in 0 z z z z a o Z z0 W 0 cc z o z A U m . ,-i C 0 O •' V = _ = O 2 E 3 19 o o c u It u ... w in .O w Li r to N V 4= C u G `' w i+ ` a v w a w ro a O. O O . Z z ., e- co -0 'u w viii 2 h 2 N 2 u •n *f 'u o — - ua tp O o 2 „ `g j c r Ca. w .O 9 9 .r. II a H N rti o > 7 a w v N o) h •C > N U v u n o c v 0 -- a Iy O v aw ra,°yo 0o m CU -0 Cti m m - 11 tiro r0v13 tic om —cc. E t' w waO v c a y a'0 a w v owo 0 in O 5 w o E _ m w LL! = Yu j0 Oo w` c E § O v E L U V C m v « m` -o tp != w Oo d O ° 3 u" Zm 'p c a V • o m > c 17 0ZO " 0 U U r. o NE r1wO ... -o o w iIP 0 o C7 a 13 a a oo w C C „C 10 -0 - m O U C CO — co 0 6” A % 8 E o 0 dU n. to L v V = E co u �E`to @E ��..i�i,� -o C 7 W S V d IU m c N O C . o a �m` rn C �?a`. w w O c N n U O N w = L V co O 5 CD C 5 O �j N 0 L O y O c 0 c E U in N C - U N N C E > 0 o E 0 a rn a, V *0 O O C '0 A , In 0 0 rn r 0 m 0o C a m 0 to N C73 C Yu 0 ^o m Q CL m p o` a U a m in" ; a m a a CC IX a `w co co d ♦� '=^ m E c E a a a' 10 ' 1° S lOj' c H ° „ 3 m A N Co` U 2 tr - Z o Q d m v) +3 C ' ' N 0 ¢ V. U I Q U rn oc C .— M L O O U A N CO p to ] r�1 O w 'O d N N a. O CO 2 N ,c-p- -0 -U L m _w Q J C O O N O M a, V =) o f E N VOf , a 2 N Cl) N O ON 0 0) N O 0 E O ( LO N N 0 I- 03 O N I d o O CO OCO N r CO VI M Of N Q 01 N co It M N mW 17 N -- 0 0 J C o y r7 U a7 E S E 0 W O d 7 N _1 U G `VI 7 g• i. °a iii ' O h v • a CP O iR. L+ O O O \ J _V C m Q M (' Z U) .5 O J 41 'O w w co . LL J p +. E a ff. zc0i 3 v w¢ d c a w CO". u w a c c o s y N n o G O O & .. 2 m c v m a O " ns N4. 8 = a = , Q o V 5 0 C 0 c H c > c a 01 H � °� oD d U i a3+ 3 O V Z co U U y C Y N N >CU w f0 Q LL ++ VJ oa 0 LL O O O O O N do 0 m 0 k- m m h p t v m m yN+ a a o v p p o a ,r, 3 C ¢ ¢ an a K a Ol Ns D D D a Ko0 ccZ Z Z Z z D O N Z u 0CB 0 }' _ 77, C EE O 7 7 2 7 7 7 7 O C C 00 U' L N •. N O 0 y a ` .0 10 N WC u O o. rho 41 H a. o `o Q il u O ,2 E o .ooa 4" E 8 3 G.) a0. CO W p ° Z N L O. y1 — a of N O y) O ^� ro aa g r co N O E a rl Q L VI a 0 N O L N N To O Lci 0 �' D C E a C O >. ro N N 1/ 0 O - y °,° `.2-,' a G a c 'a v c v m m 0 co a N O u E t o a W C a0+ E - o Y m 0 E .c • u c Li' 3 3 a m` E 3" o •- a, DD a V C — Z' l7 Z N 'u. 0 C O. .a a - w -p O. 'I N 0 z °' a F u N N O L ` l7 p a. o Y a v a a Ci aD y c c .c m 'O •.. 00 0 $ C C r m y 3 m ppE " u i oco N Y U O O- E N E a1 L C = O L O U m 8 N Us. Lc no 3 .a E 1Q W O p C N C a .... 4,1 . N 3 N 3 dEIta 3N IL E t 3 rn mJ 3N V tco p Q0a on CQ ;j4 7 t O Ur 0 JCN a a ¢ aO '0. a J vr c m m a a) o COa ti S Cl VO f0 3 Q Q !r =m m fn OQi p c @ ' N Z ry T O) 4-; N D' Z' • �j'. 112 O t7 10 N Y N Y N O . C Y 'p O h u3i (D 3 N ro m O N LL tO .N w -0 a rn o (n m 10 m mN Q E m av .0 o 0 >.� a m'4 J N 7 (h = c0 N O (Vp (0 O O U LO N• C _ O. J O F- D) Y co Y N 6 O` 0, o N 2 _To VyW� ro E ,Dv N ^ n (D o mo n Nm V E 0 N (gyp CO') IN.m- 0 N CO .�- O Q 0 co O tel _ r9 co CO U' N CO C.-- =J J C N O • u O _) ▪ E 3 E d j� co C " m _ �` a C w O . N ro N c w s. �' y Y o U N C h CU a w u E u j m ° 0 : 3 E ° c a E '� .O Z L N N _re, J 7 7 C J m u v C c, y C .c E a r `m w ` a O J o Co �. O r r0 N d E a U J m 3 p , w w U •C Z+ 7 0- o Q O o h E V a C L 7 j wt r c, 0a 0 m o 0 rn 3 0) v r0 W 7 O d n E O J u J Q — w '� a a < 0 C7 (7 t' cc m no in AFFIDAVIT OF PUBLICATION Reeves Conatruotton Company is soliciting Local Small Business subcontractors and venders for Local Small Businesses that are registered and approved through the Augusta- Richmond County Compliance Depart. ment Local Small Business Opportunity Prothese busim nesses fo the es is followinseeking proj- ects: Bld hem#1 8-1 06:Barkman,Road WldanMO.Radlpnm,nt lad Bridge Rapiaosmantp�Rhws 11 ATTORNEY REEVES CONSTRUCTION COMPANY prefeotBldapMrys,2ot0 OR AGENCY: 1 APAC INDUSTRIAL WAY Scopsotwotklncludes:Asphah RawA,obO.Conenb Slderrslk Concrete CAUGUSTA, GA 30907 Concrete RaakingW ,Stoma Drdnap,,Manage,Asphalt Wine. Grading,Guardnal,Fencing, Landscaping,Badge Construction, UUlhies,end Erosion Control ACCOUNT NUMBER: 25401 Interested Firms please coral the bR o tatei han Wee ertglay Mayy 2 AD NUMBER: 0003035189-01 2bt8•You may contact Greg Nantihon or Brandon Cooper at(708)731.5230 PO NUMBER: 5:00 from 8:00 a.m. until 5:00 p.m.or via ern* easteatimatInp@reevescc.com. Apr.21.2018-May 6,2018 STATE OF GEORGIA Ad- 3"-3'6° COUNTY OF RICHMOND Personally appeared before me, James Holmes, to me known, who being sworn, deposes and says: That he/she is the authorized agent of GateHouse Media Georgia Holdings, Inc, doing business in said County under the trade name of The Augusta Chronicle, a newspaper in said County; That he/she is authorized to make affidavits of publication on behalf of said publisher company: The Augusta Chronicle; that said newspaper is of general circulation in said county and in the area adjacent thereto; that he/she has reviewed the regular editions of said newspapers published on: 04/21/2018, 04/22/2018, 04/23/2018, 04/24/2018, 04/25/2018, 04/26/2018, 04/27/2018, 04/28/2018, 04/29/2018, 04/30/2018, 05/01/2018, 05/02/2018, 05/03/2018, 05/04/2018, 05/05/2018, 05/06/2018 and finds that the following advertisement appeared in each of said editions, to-wit: ,,o/ (deponent) Sworn to and su cribed before This day of 018 • )0,LL. k.3 Notary` I iij,f ichmond County, Georgia. ftp StON t ., 4 c7 i „IAA) St.. 1: � Q7JeO 3 = > Z,C ' RU3 pt 67se% fira•/ a 1. . , , - • • - I - .. „, w • , CERTIFIED MAIL® RECEIPT CERTIFIED MAIL® RECEIPT 3 Domestic Mail Only 1 Domestic Mail Only 1 _ .3. For delivery information,visit our website at',vim.traps.cont"-). tr9 For delivery information,visit our website at www,usps,como. r,, , • 1 c'''..s rs ,,,, - ,, r• /7.,} ^ 1 ,, ,I ' 1. \,,, 1 ,• , I rq . 1 ) . '' & 3 ' • ',.4-61 :-.; 1 Certified Mail Fee al Certified Mail Fee t $ EC $ ' Extra Services&Fees(check box,add feeds appropriate) I." Extra Services&Fees(check box,add fee as appropriate) C3Retum Receipt(hardcopy) $ ['Return Receipt Qrardcopy) $ I 0 Retum Receipt(electronic) $ _=...1 0 Return Receipt(electronic) $ Postmark Postmark °Certified Mall Restricted Delivery $ '-'. 0 Certified Mall Restricted Delivery $ Here ,, Here CI ,-, uAdult Signature Required $ I_jAdult Signature Required $ I 01 _ 0 Adult Signature Restricted Delivery$ Adult Signature Restricted Delivery S 1 Postage Postage $ 0 Total Postage and Fees Total Postage and Fees - Augusta Quality, LLC ') ii:i CSRA Custodial Specialists 1540 Keron Way I f::,.3 2709 Oakland Ave. Hephzibah, Georgia 30815 i Augusta, Georgia 30909 PS Fora]3800,April 2015 Part(7630-,ODO00,9047 See Reverse for inStrUctionS - 'P_ F. u_ ''' 4''il' '1 7 1- - .0., .,7 l'aaraweinaprzinnint • . — U.S. Postal Service' U.S. Postal Service" CERTIFIED MAIL® RECEIPT CERTIFIED MAIL® RECEIPT ru Domestic Mall Only En Domestic Mail Only ru rr. For delivery information,visit ow website at www USPS cam% For delivery information,visit our website at www.usps.eom4. fl% .5 .2 r,. • - 67;1 ,-- _ ' i". f".c'l ',-, ,, , I, •,., ,,, - - -4 rq ky .) ' ii 4. •-• ,, ' '. '' Certified Mail Fee ..1:1 Certified Mail Fee 43 $ P- $ Extra Services&Fees(check bon add fee as appropriate) Extra Services&Fees(check box,add fee as appropfiate) 0 Return Receipt(hardcopy) $ 0 0 Return Receipt(hardcopy) $ 0 Return Receipt(electronic) $ Postmark 0 0 Return Receipt(electronic) $ Postmark ['Certified Maii Restricted Delivery $ Here Cl 0 Certified Mail Restricted Delivery $ Here 0Adult Signature Required $ Cl 0 Adult Signature Required $ ['Adult Signature Restricted Delivery$ 0 Adult Signature Restricted Delivery$ Postage ' Cl Postage Cl $ , .= $ Total Postage and Fees nj Total Postage and Fees S. ,-$--- - I- - Kemp Lawn Service • rq Exousia Marketing Group cm 2453 Yates Drive I r,.. 149 Davis Road Augusta, Georgia 30907 1 Augusta, Georgia 30907 PS'Form 3800,April 2015 MI 7530,OE-046,8047 See Reverse for Instructions PS.Forrizzocr Apn tict ',PS 7.54u IP 4 • CERTIFIED MAIL® RECEIPT CERTIFIED MAIL® RECEIPT 1 Domestic Mail Only nj Domestic Mail Only ! For delivery information,visit our website at www.usps.com'', ij.J. For delivery information,visit our website at www.usps.com'-. I I ,. r r'.:,a ' '" - -, ,...-, :•;.:, ' "1 . ' 1 C- . I. ', - .) 71 --; : -: rq .(:. ,.) , I Certified Mail Fee -.a Certified Mail Fed I 1:13 . $ r- $ Extra Services&Fees(check box,add fee es appropriate) Extra Services&Fees(check box,add foe as appropriate) 1 ,..,0 Return Receipt(hardcopy) $ 0 0 Return Receipt(hardcopy) $ 1 u Return Receipt(electronic) $ Postmark CM 0 Return Receipt(electronic) $ Postmark 1 ['Certified Mall Restricted Delivery $ Here irm 0 Certified Mall Restricted Delivery $ Here i ['Adult Signature Required $ in ['Adult Signature Recruited $ ['Adult Signature Restricted Delivery$ OAdult Signature Restricted Delivery$ l Postage Cl Postage I I= . $ = $ I Total Postage and Fees ru Total Postage and Fees $ $ . r – 1 Diverse Enterprise 3070 Damasacus Road, Suite F ' .\cr,r` P24at5t2ercsaomn-aBkropwrivne&Associates r• Augusta,Georgia 30909 Augusta, Georgia 30909 _ - •—•, — ., •• , • J ON , 4' 1,:• / -- , , : . •I J PS Form 3500,April 2Cit5 PEA 7530 02.000.0047 See Reverse for Instructions U.S. Postal ServiceTM U.S. Postal Service CERTIFIED MAIL® RECEIPT CERTIFIED MAIL® RECEIPT 1:3 Domestic Mail Only =.. Domestic Mail Only ru For delivery information,Visit our website at www.usps.cane. ii" For delivery information,visit our website at www.usps.com'". g",'?•.. !---,-, -- ra i.l,'''':s ;' IA l'l .; ,-, s.; • , l -, ;1= ,'rt.:, r' :. '', 'i — P,'"t.t. -l -`, A . r4 Certified Mail Fee ...E1 Certified Mail Fee 43 $ P- $ Extra Services&Fees(check box,add fee as goproptiate) Extra Services&Fees(check box,add fee as appropriate) ID Return Receipt(harricopA $ ci 0 Return Receipt(hardcopy)— $ 0 Return Receipt(electronic) $ Postmark al 0 Return Receipt(electronic) $ Postmark 0 Certified Mail Restricted Delivery $ Here ci PCs:tilled Mall Restricted Delivery $ Here 0 Adult Signature Required $ 1:3 ElAcluitSignature Required $ CI Adult Signature Restricted Delivery$ ['Adult Signature Restricted Delivery$ Postage 1:3 Postage rzi $ Zr $ Total Postage and Fees nj Total Postage and Fees • $ _ i n• Q3 Office Installation Blade Trucking, Inc - - k • 3893 Grape Ave. 3105 Spring Grove Dr., Suite H-4 Augusta, Georgia 30909 Augusta, Georgia 30906 , -. o„ .,..., . . _ ._, ,_,: _II: ..•:.,,, 2:_.,,..• ___, „•,0, , ,,r,,,0 0 ps Farrn 38 00,April 2015 psN 7530•02-rioc•sop See Reverse for instructions • .$ - ,., CERTIFIED MAIL® RECEIPT , CERTIFIED MAIL® RECEIPT , Domestic Mail Only a Domestic Mail Only . , For delivery irtformat(ou,visit our website at www.usps.cor0.. trnj For delivery information,visit our website at www,us•Fiss„corri67, ) :. r4 , 1 ,i /, I. I Certified Mail Fee .-D Certified Mail Fee • I Extra Services&Fees(check box,add fee as appropriate) r- Extra Services&Fees(c(reck box,add fee as appropriate) 111111 _Return Receipt(hardcopy) $ 0 0 Return Receipt(harricopy) $ 1 0 Return Receipt(electronic) $ Postmark c3 0 Return Receipt(electronic) $ Postmark i 0 CertMed mail Restricted Delivery $ Here Cl Doe/tined Mat Restricted Delivery $ I ['Adult Signature Required $ E3 0 Adult Signature Required $ Here 0 Aduft Signature Restricted Delivery$ 0 Adult Signature Restricted Delivery$ I Postage 0 Postage • $ 1= .2- $ Total Postage and Feet ICU Total Postage and Fees $ $ Dexter's Contracting and Hauling, LLC 1 raN Terra Excavating, LLC I Ezi 4875 Old Waynesboro Road , 1760 Gordon Highway Hephzibah, Georgia 30815 ,• Augusta, Georgia 30904 ... _. _.1.....„, . _4.1 br psini M30-02-000-9047 See Reverse for Instructions S ono 3S00,April 2015 PSNI7610.1:12-000-E047 See Reverse for Instructions ,,. • , — U.S. Postal Service' U.S. Postal Service' CERTIFIED MAIL® RECEIPT CERTIFIED MAIL® RECEIPT Domestic Mail Only 43 Domestic Mail Only to For delivery information,visit our website at newtv.usps•coffr, n-I Par delivery information,visit our website at www,usps.com .. • r''' Er A„-,-. -7.,• . , • ,-. i..--, ; ...'. .,,' I Certified Mail Fee ...0 Certified Mail Fee I $ 43 $ Extra Services&Fees(check box,add feces appropriate) N Extra Services&Fees(check box,add fee as epdropriate) CI Return Receipt(hardcopy) $ 0 Return Receipt(hardcpPY) . $ I 31 Postmark _Return Receipt(electronic) $ Postmark C7-1 0 Return Receipt(electronic) $ I 0 Certified Mail Restricted Delivery $ Here CI 0 Certified Mail Restricted Delivery $ Here IM 1 0 Adult Signature Required $ En 0 Adult Signature Required $ 0 Adult Signature Restricted Delivery S 0 Adult Signature Restricted Delivery$ 1 Postage 17:1 Postage . 1 1=1 ...,.. 1 Total Postage and Fees -a Total Postage and Fees ru sk $ " Rise &Shine Lawncare/landscape i Suite Ni 1 P.O. Box 443 ci ..• 2825 Hephzibah, Georgia 30815 ti-fa- 6 Fogel's Carpet&Vinyl r- Georg' 'a 30909 ____--- _ asTorru 3800,Apr1120'15 PSNI 75,16-02000-9047 See FleVerse(Or instrUctiOnS ,PS or 3800,Apri120 •Orafoatnoayiumnimailatal• shington Road t Augusta,a • • . ' 6 , • r' .'0... • • ' ' . —,...• ••••' " •••,, • CERTIFIED MAIL® RECEIPT CERTIFIED MAIL® RECEIPT 2 Domestic Mail Only orq Domestic Mail Only :.I For delivery information,visit our website at www,usps,e0mt,._ M For delivery information,visit our website at www.usps.com'''. f7lit r?2 f ' i ,i‘,"= '7 e.'"'. *: •.- .- <_14,k, ,--,-,-.:, g; •• p... ..-,. !, .' ' ;' ,,,, f' r, II:-•! !,--,,, q '.' •‘!..ir :• ''.,f, El.'...1 ;1:.• .'..:1 ,f,;;; i', :., r-RI v:.:" •i .: ' /, k 3 Certified Mail Fee _a Certified Mail Fee 3 $ - Extra Services&Fees(check lox,add fee as,aplonopliate) N Extra Services&Fees(check box,add fee aa appropriate) , 0 Return Receipt(hatdu0PY) $ 0 Return Receipt(hardcopy) $ " Receipt(electronic)0 Return Receipt(electronic) $ Postmark P 0 Return ronic) $ Postmark 3C1 °Certified Mail Restricted Delivery $ Here °Certified Mail Restricted Delivery $ Here ,., CI 2 LJAduit Signature Required $ c.3 0 Adult Signature Reciutred $ OAdult Signature Restricted Delivery$ 0 Adult Signature Restricted Delivery$. . ) Postage p Postage 1 $ 0 $ Total Postage and Fees Z.- Total Postage and Fees 1 ru ,fe ...." $ • Kend _rick's Clearing and Hauling , N Watkins Trucking and Landscape 1 • i r4 I 1247 New Savannah Road I 1:3 3716 Kingsgate Drive J Augusta, Georgia 30901 rt.. 1 Hephzibah, Georgia 30815 PS Form 3800,April 2,015 PSN 7580-n2-M0-9c4? See Reverse for Instructions • arm 3800,Apri12015 PSN75n-02;000-ni14-7 See Reverse for Instructions U.S. Postal Service"' U.S. Postal Service"' CERTIFIED MAIL® RECEIPT CERTIFIED MAIL® RECEIPT Domestic Mail Only Ln nj Domestic Mail Only For delivery information,visit our website at www.usps,como. Pi . . .. . . . '. cr For deliveryInfortnatiOn,visit our website at www.usps,com . ;`,-•S' 3-.; ...f. '.., .."1;:,. !1. fl ":i :;1:57.2 --:::' ,....r--, r, ., ,•, ri, ,,,,,,, -; ,,,-..4 ;,: ..: rl .,," ! -,.., ! :" ?,' 1 ' ,_ •:,' 'q;,,, !:-:, Certified Mail Fr--1 ‘.i.',' ee ...n Certified Mall Fee $ 1:1:1 $ Extra Services&Fees(check box,add fee as aperopriate) N 0 Return Receipt $ Extra Services&Fees(check box,add teem tipiritopn'ate) (hardcopy) 0 Return Receipt filardcopy) ' $ 0 Return Receipt(electronic) $ . Postmark C3 CI Certified Mail Restricted Delivery $ Here C3 El Return Receipt(electronic) $ Postmark 0 Adult Signature Required $ Ej 0 Certified Mail Restricted Delivery $ Here C3 0 Adult Signature Required $ OAdult Signature Restricted Delivery$ , 0 Adult Signatuis Restricted Delivery: Postage ,. 0 Postage $ CZI Total Postage and Fees ='' $ . • n j Total Postage and Fees $ Sent To .. .. _. SB Trucking r4 D.J. Construction CI 821 12th Street,Suite C , N 611 Sea Isle Drive Augusta, Georgia 30901 Augusta, Georgia 30901 ._...,,,..,*.„.„:,..._:. ,•. ,s4e_FreVersefor)ristructi9nF,.. ........ • • • CERTIFIED MAIL® RECEIPT CERTIFIED MAIL® RECEIPT Domestic Mail Only TU m Domestic Mail Only For delivery information,visit put•website at wwW,usps.conn e., For deliveryinformation,visit our website at "' ,' ', ' asps wt-yw comp. I Certified Mail Fee r-3 ,.11Certified Mail Fee $ q] $ ' Extra Services&Fees(check box,add fee as appropriate) EXtraServlcea&Fees(check box,add fee as appropriate) 1 ❑Retum Receipt(hardcopy) $ ❑Ftetum Receipt(hardco ❑Return Receipt(electronic) -$ ❑Return Receipt(electronPe $ O Certified Mail Restricted Delivery $ Postmark O ❑Certified Mall Restricted Delivery Postmark 1 ❑Adult Signature Required $ rt $ Here ❑Adult.Signature Restricted Delivery$ Q ❑Adult Signature Required $ I Postage ❑Adult Signature Restricted Delivery$ I $ O Postage Total Postage and Fees Total Postage and Fees RI . C& C Vaughn Lawn Service 2715 Bertrand Road J 1.1 Servants Hands, CSRA LLC Augusta, Georgia 30906 i O 1110 Murphy Street I Augusta, Georgia 30904 PS Form 3800,April 2015 PSN 7530-02-000so47 See Reverse for instructionsPS Form 3800,April 2015 PON 7530-D2,006.9647 See Reverse for instructions' U.S. Postal Service' - - - CERTIFIED MAIL® RECEIPT U.S Postal Service' Domestic Mail Only m CERTIFIED MAIL® RECEIPT ,_p Domestic Mail Only For delivery information,visit 0117 website at www usps.come. lrm r ; 0-' For delivery information,visit our website at www_trsps,com,-, _ 7.1) r .' . . Certified Mail Fee r� l . $ X Certified Mail Fee Extra Services&Fees(check box,add fee as appropriate) N $ ❑Return Receipt(hardcopy) $ ra 0 Return Receipt(electronic) $ Return iRecel ces&Fees(py) box add fee as appropriate) Postmark O Pt prardcon) . $ 0 Certified Mail Restricted Delivery $ Here Q ❑Return Receipt(electronic) $ Postmark ❑Adult Signature Required $ Cf ❑Certified Mail Restricted Delivery $ Here 0 Adult Signature Restricted Delivery$ 0 ❑Adult Signature Required $ Postage ❑Adult Signature Restricted Delivery.$ $ 0 Postage Total Postage and Fees .a. $ $ ru Total Postage and Fees First Choice Home Inspections &Construction $Johnny's Heating&Air 2222 Woodland Ave. Q 3312 Tate Road Augusta, Georgia 30904 Augusta, Georgia 30906 PS Form 3800, pas-, e A April 2015 N 75sp•o oa0-goer gee eyersor ns rqc, P " ;' - - PS Form lado,April 201$PSN 753o-on-oofr9144y `,:See Reverse for instruatians'°. 4 ,. . , CERTIFIED MAIL® RECEIPT r- CERTIFIED MAIL® RECEIPT • . Domestic Mail Only co Domestic Mail Only I m . For delivery information,visit our website at www.usps.como, tr . For delivery information,visit our website at www.usps.cornk •fr.,..3 . 1 • ,i . , , ,. C ; T; I rq ri.... r :' -' ,, .: „. i I Certified Mail Fee —0 Certified Mail Fee c0 . $ r- $ Extra Services&Fees(c(ieck box,eddies as appropriate) Extra Services&Fees(check box,add fee as appropriate) lin _Return Receipt(hardcopy) $ CI 0 Return Receipt(hardcopy) $ 1 0 Return Receipt(electronic) $ Postmark gm °Return Receipt(electronic) $ Postmark j ['Certified Mall Restricted Delivery $ Here 0 0 Certified Mail Restricted Delivery $ • Here j 0 Adult Signature Required $ 1:3 0 Adult Signature Required $ DAdult Signature Restricted Delivery$ DAdult Signature Restricted Delivery$ Postage 1:3 Postage 1:3 $ .=" $ Total Postage and Fees n j Total Postage and Fees A $ _ Carkhum Consultants& Linkage, LLC r- rq Bradley&Associates Flooring, LLC 3110 Bellmeade Drive fn 2238 Hollis Road Augusta, Georgia Georgia 30906 Augusta, Georgia 30901 ? Form a so°,Apra 2o1s,psN 7.53nC2-Soo-sO47 See Reverse tor Instructions I orm :..,.pri JI PSN 7S30-1024100-DU47 See Reverse for Instructions U.S. Postal Service"' U.S. Postal Service" CERTIFIED MAIL® RECEIPT CERTIFIED MAIL® RECEIPT Domestic Mail Only CI Domestic Mail Only . 0 For delivery information,visit our website at Www,usps.com'. . . For delivery information,visit our website at www.usps.com,. u" ki -5--..• ••- , 1 - .....7: ,-- --• '8 , . ,-, -, , ',ri .' ,-' •I i , - 1:', Certified Mail Fee ...0 Certified Mail Fee - '. $ Extra Services&Fees(crieckcox,add fee as approptiate) r" Extra Services&Fees(check box,add fee as appropriate) 0 Return Receipt(hardcopy) $ 0 Return Receipt(hardcopy) $ 0 Return Receipt(electronic) $ Postmark CI 0 Return Receipt(electronic) $ Postmark El Certified Mail Restricted Delivery $ Here CI 0 Certified Mail Restricted Delivery $ Here DAdult Signature Required $ CI DAdult Signature Required $ 1=3 0 Adult Signature Restricted Delivery$ DAdult Signature Restricted Delivery 4 Postage I= Postage $ Total Postage and Fees -' Total Postage and Fees ru s_ $ Golden & Golden, Inc. , r- --- fi T. Garrett Enterprises, LLC 2919 Peach Orchard Road cl 3070 Damascus Road, Suite R Augusta, Georgia 30906 r- Augusta, Georgia 30909 2tte",F,?,101-3Epry 91iTs,17,00.02,0,;0•8017 ,See,Rovers6 for Jristruatto tts —1 ro,m,...!'1.2 APrli--115"PSIV-7530•02=LOG-$047 See Retterse fol..instruotiot , ,.. s • • CERTIFIED--MAIL° RECEIPT CERTIFIED MAIL° RECEIPT - Domestic Mail Only • '' Domestic Mail Only For delivery(pform4t rn.visit our website at;www.usps.com". For.deliver..irlfotmatton,visit our website at wwwaisps.comv. m . I i=, Q' :. r 'mss Certified Mail Fee Certified Mail Fee I $ Extra SWIMS&Fees heckbo,add fee asN $ ❑Return Receipt(hardcopy) $ appropriate) �' ExtraServices&Fees(check box,add fee as appropriate) R 0 Return Receipt(hardcopy) $ ❑'Return Receipt(electronic) $ Postmark O 0 Return Receipt(electronic) $ Postmark ❑Certified Mail Restricted Delivery $ Here O 0 Certified Mail Restricted Delivery $ Here ❑Adult Signature Required $_ ['Adult Signature Required $ ❑Adult Signature Restricted Delivery$ CI ['Adult Signature Restricted Delivery$ Postage p Postage $ Ca $ Total Postage and Fees Total Postage and Fees $. rU Robert Foreman's Discount Lawn Service i r`,.a' PlumbPro Plumbing 2815 Lumpkin Road i o - 1002 Turpin Street Augusta, Georgia 30906 N ' Augusta, Georgia 30901 ' .. clg kir ,,. i— r ' ��Tara�+r'�r-�,a�,�a a-- --f s.1,,. ® PS FoYin aS00,April 2015a5N rsao 0 00o eo4 See Reverse for Instructions U.S. Postal Servicer' U.S. Postal Service' CERTIFIED MAIL® RECEIPT CERTIFIED MAIL° RECEIPT en Domestic Mail Only Domestic Mail Only For delivery-informatign,visit our website at www.usps.com'.. For delivery information,visit our website at www.usps,com'='. i s .4 'I , i f%'" �3 t� � " f � x rix -_ Certified Mail Fee rL Certified Mail Fee Extra Services&Fees(check box,add fee as appropriate) N Extra Services&Fees(check box,add fee as eppmpriaie) 0 Return Receipt(hardcopy) $ D ❑Return Receipt(hardcopy) $ ❑Return Receipt(electronic) $ Postmark p ❑Return Receipt(electronic) $ Postmark ❑Certified Mall Restricted Delivery $ Here l= 0 Certified Mal Restricted Delivery $ Here 0 Adult Signature Required $ E3 ❑Adult Signature Required $ ❑Adult Signature Restricted Delivery$ - ❑Adult Signature Restricted Delivery$ Postage C7 Postage .- $ $ Total Postage and Fees Total Postage and Fees $ CCS FlooringTech Proqua Corporation ra , LLC 1827 Killingsworth Road 811 Laney Walker Blvd Augusta, Ga 30904 Augusta, Ga 30901 r ec nsir c tons;'__-,) PSrForm 580D,Arteil2015 PSK,17530,_ r,. 4 CERTIFIEDMAIL® RECEIPT CERTIFIED MAIL° RECEIPT � Domestic Mail Only . Domestic Mail Only , For delivery information,,Visitour website at www us s comes. I I- L. P I `>For def(vely-' i information, ', ...our website atwwwusps.come. t ' I Certified Mat Fee f t-9 `1 1 $ .11 Certified Mail Fed cLI Extra.Services&Fees(check box,add fee asapp,o (•.,pdate) $ Extra Services&Fees(checkbox,add fee as appropriate) 0 Return Receipt(hardcopy) $ CI ❑Return Receipt(electronic) $ 0 Return Receipt(hardcopy) $ i ❑Certified Mall Restricted Delivery $ Postmark 0 (]Return Receipt(electronic) $ Here 0 Certified Mat Restricted Delivery $ Postmark ❑-Adult Signature Required $ C] Here ❑Adult Signature Restricted Delivery$ ❑Adult Signature Required $ Postage 0Adult Signature Restricted Delivery$ $ O Postage Total Postage and Fee's O $ Total Postage and Fees ru GPK, LLC $ 600 Broad Street,Suite 5-E ! r West Warning Equipment Sales&Services 1 c 115 Sand Bar Ferry Road Augusta, Ga 30901 1 r Augusta, Ga 30901 PS Form Rri12Q6N75sq-o2op�Bd47 See,Reverse for instructions PSEormSQo,A ri[2k-j5Part 5SOp 00o7 See U.S. Postal ServiceTM £ ZOYMAIL®ERIFIED RECEIPT U.S. Postal Service'' CERTIFIED MAIL° RECEIPT For delivery information,visit ourwebsite at www.usps.corns', `n Domestic Mai!Only of - t, - 1.-, For delivery information,visit our website at www.usps.com^. Extra Services&Fees(check box,add fee as „n Certified Mail Fee 0 Return Receipt(hardcopy) $ appropriate) $ ❑Return Receipt(electronic) $ N FXt a Services&Fees(check box,add fee as appropriate) ❑Certified Mall Restricted Delivery $ Postmark 0 Return Receipt(hardcopy) $ ❑Adult Signature Required $�!— Here 0 ❑Return Receipt(electronic) $ Postmark ❑Adult Signature Restricted Delivery$ ❑Certified Mail Restricted Delivery $ Here ❑Adult Signature Required $ CI ❑Adult Signature Restricted Delivery$ Total Postage and Fees O Postage CI $ S 787 Engineering, LLC -.. fru TotalPostage and Fees- 1450 Greene Street,Suite 80 i Lumberjack Lawn 3315 Limber Twig Lane � '� Augusta, Ga 30901 tM1-'1 • i l p I r Augusta, Ga 30906 PS Form 3890,April 2Q19N 753e:0e-00171347.. 5eene verse for Instructions; Ps Form eaten,Agri)2618P$N7fi36'6e-cent s°57 r.i'See Re_verseleP ir)structrons U.S. Postal ServtceTM CERTIFIED MAIL® RECEIPT Domestic Mail Only For delivery information,visit our website at www.usps.COM f'. ri V i 3 Certified Mail Fee cC1 $ N Extra Services&Fees(checktrox,add fee as appropriate) O ❑Return Receipt(hardcopy g 0 Return Receipt(elecWnlc) $ ❑CertifiCI ed Mall Restricted Delivery $ Postmark r ❑Adult Signature Required $ ❑Adult Signature Restricted Delivery$ CI Postage 0 $ RI Total Postage and Fees r- Georgia Carolina Paving Co Nn 3020 Milledgeville Road Augusta, Ga 30903 / 5 i arm 3801.;A rif tot PSN 761apa oaa as r see lievt ta se folfnstroPlic s.^ 9 ss m mmS U 4c _ g L 0 C C a) ® b O O N > C C Q ❑ N N O m o O c m 'd S m 0 0 •l Q '1 0 } Z Km•Q €€� [n'a it O of¢ .�°. EEm at vsva u�UtJ J L P.0/ =L•1 CCN U 'C h m m CL N N V ¢ LAI z mm mdcoooa, H ?9 ;,, a.a:a:o«m(n 03¢ Eo •c°m�'m mane o)•crn,'�, in i Fa I ❑0❑ Op E 1 =ai a¢¢o¢fD ^,.$.g a 0 / Ea oat ❑o o r a 1 ❑ .2 ; 2 g. tU N acN a lk O t m O.Z 1 NZ a' > E- i m mIIiIIi ' yma=1. n WD t)U " � aio 1 d X ad ❑ C0I. . 0 i000OOI .1:1o< co00 0000I ri _0 •,-m It oo ' M1 0 a ru m m Q, ir) �o� Q^ > Q .-.. 0) ri ' Iaa ` ul r9 2 d a ~ rn c �� �h a o r z Q � ep O O N 0 O �� vs- i GD !m z► v cry ro o _ ❑ c 0. ! _ of I i` o C 'a 0 al Cl) C ' �� N I [h Cl) U c. ro n son N 0 c0 Q n v 0 �._ E a O cam \ CO N 0 z C -C m Q' f1 i a a CO 0 " a N ucyorU' a C C ti ~ c0 N N �- M ~ c O L M r_� <47,„- (ClWG U ro U - C to r N O o o z i-+ ro --� (rJ wa d cl !_ N a >_ .L-. 0 U ,f6 �.� ct D *- eu M c S N R N C N c +L, Q ..."....7111. 0N N Q 0 Q)">. 'p.- 'O ro - 0 , ��� q >, c U 0 O d 0 v> a, .__----_r_-_ tt - m c(0 t¢o Rs 0 °N' —J v ON - y Lal u, c > (D 'rte W a r O = c U U O N a, rr Cd ct • m 3 m , a... E r` ,- U 'm L a> rn y E — - CO .2 M1' r Q a i s.'c ¢ v �� O O 00 . O 3 t m v d t f r 1 r +-•.0 U c a) r .�:.■ O Z (�'� d 0 .-t v t ro O CO E C" ra o 0 c :. ,: �� tf, m N. W O. ,>t c5 user,, to O :❑ �.= E > to 7 07 (� E _ Fav°, : $ Q 3 o ao ¢ Z U � � Q `oa ozs a m Q ®" � $ I— N Q co W v, -. aJ a LL • d • m m N0 D 04'r m L° ami m cmc O a) •p '__` o)'o a) O a4 Q .2 E C m Cc a0i 0 Fi c c p- 17 1I ' -�� mmoo c a) a m mm p '� g�� ¢°��aai m mvC]� � p a_¢ - ,.. ¢ Wcc ' . c' ,m mrc »� Q O t u'_`0]" a cc4' E I U I.-- ornyt8cc� 4)-, Q ❑ -aaa 0•-- .,,, J E3 m mmao,m > 0 ���lll gP'g' ¢cemam c W 1:) o a`a:acr Minma: m 0� m mZ' m> >r 9 \ -21 ❑❑❑ o E W r• tnjn>>L.".cc U •o < om o U E3 °aO1i mmm o,oim E O . k rn :7 o a`Q ¢2 in i¢ o y O ��� �'� _6 y I3 o 0 O 2 �( O v1 a. R U U m > a m O , d I 'p m rx I� .c N > '2 0 15 0 O m m ' r ° 13-13'O i 'g a, m .. ti 13 i rp a, d • F` .O 17 i N w r Q m W •�' Z. V O Ti 00 O W N 'o Z+� _ _.. Q�,m >> m .m o mN o k' ami �+ -re, ` o �1a)W m c,..,CC_,`a8 ^ ti O Om ¢ mmani • Sc (n CC m_ mmmm�« -, ti =P. • '° 0 y >o,Y'®-ma, a X a)»r'C-- i ,o W as cctit'..�ccsso • 0 Q ^ m �¢QUUUU i -.' a c 0 NW mo o,o,0 65 aa o_o • r U Q X m 0 �"QQUUU75 U ai❑❑❑❑❑❑ O a) a ! �� r1 2 ` • 7c1 - O 0.A ,„ d o o d- a) co c 0-, 2 camammarl rn a m 10 0if) q W O v) Q 0 0 a �a� CO m cO N ° Y'� N mum N. ti w a a) I_�� 1- o es Ca ED. ° a`-) .�,� N H p Z U c� � � to _ N Z c al — O �.._ n E p a W °ra v o I� 2 CI t. Li N O1J ! Q 0 �_ M d O m J �� N ul 0 b H N = C a t co >Z V C)1 f� EO Q 0o to = co c T F- m a+ d O - 0 'n m •- ' N 5 1 c�.. E r m 0 m tet `m O o Z ) = v v o N OL �� p 111 W T 0 0 a N o •- CO c O >. U 0 i a) 0... °_) 0 (11 to a� a O) n r_ ir- 0. 0 a) c -p+• 0 o e io �� N (U cc m O -.c •° to .Y �� O ri CO Z E t0 0 c m (O 0 O W aL v p _9 ¢i +� _� C7 UO ` ,� m a: ft, 77 =o 0, .a 1,.. r Z ° C ° O r Q C71 7 o O ° °.3, "._.. Q Q B +fi, -� Z p C9 W U CL N Q o Q CC O 40 — a ti LLL! a..A t c) c m > C7 H NMI. a: 's rn a 9 c+. y0 O 0 n c-i n O) c N _- 0 y m 2 c c O. ta d ® o o d ID > ® 'G O O "Q) C 2' m mi m tO oo rnv CI y o cc mmZ, ai l i 0,v m o n a[ w € > cc • Q Q o Y Z mm _a €€� / Q Q }Z w2� mmood E ❑❑ a' ❑ ❑ � v m�UUa z 1 N, `�1• m' ❑❑ • d 0 ¢c L�01.000(3 m Y cc 0 2gt 'VI? m 1 \ 0 n, �,mmZ,cm>>4 CC U o.1-11::��y o NU E3 �m mmmrn�d m E 3 m m 1 m -� aro ti a: LC CO in¢ U.1 / aro a`¢G: tntna_ 0 1 a r71-.) OO OO o 0 o / `� ODDOO o ton a Ea 0 < O N 0 .rim O v ., .. 2 W m O •` \ m ,., m d Imp .3 c Z Z N ro =a 2' ' 19 O Ju- i �' 0 H - Z NN .m' m v ani �icm � ' � Om za U o m t o d C N m m m m v 11 - La m ¢ 0 a-O H '45 cc o 1 N- -.* N w 2,r m / to 7- .0 GI 2 _ a Q y m m 4. ur z a + - a.c - - - ff;'i11h bo rn` 0a> a= dmlow � 1.>_ - �mOOo� ccD 1y0, Nw 2Dm _ o o �. a} vm .- a .110. fA y_ m C.)• ¢ X i d COaacl al 13 'o Flo �an000_. c DDODO '1jz- p. c600001:1001j w '- mz u, (I rr:., a 6cn CO 0 10 if) m nr� O a`I a r� rn Q -- al c ` •- �:.EN to ..� c o• w o To-E �� co 9 • co o E �.� 0 m co o O a) O E -� O N .caa .� � N r- 901 • L T a u7 • [N" o ti U Co _ _� I� co o W o. = tri w � � U p W O a v. Vi �. 0 1111111111111 r•-• In vs to p'- MIMI I' 2 p n 0 ei aaicai n � ,:=.. N ' 0 z 2 a Na) 03m N .� N vmi p co t -0 v � I� E O a ti e vt ' a j _ 0 1 O a Imo- M �.-. W a — 0 0 to W cc' L V J m =-_- O d Ei ti N a E .'C-. N VC r.l .'' d' w O I+ N" a L- ... a - .0 L O Cr) : D W . c o a _; O '�_ CO y N W r lCC�' O •N O U 4' Cn M p N v r l0 m $ a) CT) �e M C S >. J N a (1.) co OM C‘Iru - a E E a ..:� o !LI z E E C .-. N �"' — O r nJ .a. coN to C N • Sc 2 a 0 t0 0 w Co t]A >j t3 — d' - 0 ._ C o o 0 m v± [G. d r• O a 2' o > _s c �` ,r- .. a - 3 :c ar 'o ! O E 1-4 CO c _.2 0 _, ".0 ¢ .� a to �� rn z M Cc p am L_ ¢ p i� CA z p CO LU pa- .T.L cE c m O iG il lf') m E +.L o c m J '- ga—NniCD a (- E Li. W 2 O4 U- 0 • • • •ie ) :rn¢ o if% m\ d rnv Coo CD Q O ' Z Ham .NloE Q Q > Z 6mi c c–• c u❑ El ' `N ❑❑ ❑❑ ❑O. r—m, E000a tLc eVd` tltv rnw>;t»z o1st Ny0E0ccy (r U — m - n Ec007.mrnrnm 0 0 t Is o ,' E� ❑DD 61 ❑❑ �o q —.• En ❑D� ❑ o o 2 . E U -0 Z •> 2 ,. m 'Et,- , m O rb 2 ` ) o •m > v y - , 0 0 >-ani 0 2 • h _ c _ S> m 'c in m > y o �m ¢2 2 > a m o_ ° - as coW v , T, ,,) t'g a@m®Qm W L yr m z W 5 • o W ? 1-ti0000-- a. cmc N } —W sig , c m m mecZ2c c�0 �odd° °mov� arnrn�.°m° a m �;m my� uv \ m . = 0 (/II .t m;momm : i O > CEm�U Q X m\• ci c" .W3oc g U 4 cd o ` .788oci CO M d00000( riDDODDDD .,p ca• N ra Q _ CO ra co Z Ts ' 0 2 N c O a� o f c*) 0 m o E = o u, 4 .0 >, tt` LO 4 N o c° IN.MMI o U co– ..� �ormemo LO �a o vI) u0i . 0 O ^ . 0'_�' C) ��' N. ucni rnm . E rn N c Cl (. ( x E c N. 2 O � ch mo v � 0 .� N Z rM v OE as _ N m Qz c ac a ° w rn � r� F co 2 0 -°taoa unc‘j CO o — E C3 (0 o < 4. N "O ` L ba O th w ra o IW N'O a) y 3 O d' O o• C! ,= al"m o Co o E >. '� t,) c Cl a W ,= A = O Co •o t J L M C) ti • Cl) a) '- a tc V •''' (o , -� N j a. co a) •- .O:L- t9 .� M C 1U E E c5a as t. w 'c ?� O �� o '- n.l z E E a c`a*' m U S� .rain N flJ -, • .0.. 2 o U O m 06 C a) d' ti :12 of O O o m _f6 o L a) N w N 0- Cl) P CD S T o L N y 0 L '� '1� N T . >>- CO N sum 1--i z o c� Lad o T� . ¢ 0 bbp moo z � V) O U r: U N p c"" to O U _co '3.) M Q N ULi: N QO LD QIP z 00. gQ0 o -. – t r) ,r rn 111 .. .. – Q rn - - cn • ec`se $ z•y •2 • . mP. c c O. m y > ® .�.• O O .i N >• . c c t. co a m 1 N p G. ¢ €€m < N p /iZ LR Q_xm -ma000m .5 Q Q o }Z ma0Uo m 22 m > is ® ,❑C 2 kr2c��� ❑ m U o`rn'v=a,cc, O .. j U � .gym ��r mm.c Ix Eo -m marmmorn) c in 3 zm _,--co ca 'y • E� ❑❑G 'V ❑❑ o Q ❑❑❑ L 2rnin¢ E TIP �E m o j i. 2 o m r� dv fifi � / W 9 Irmo) 'a O m m _- = y - • m a .b 0 to .0 7 H_> -2 U U s S v m N fi L d ° m a L v 0 _o.ie®¢ -- m rr W m .a • c m ¢ mdm c 'm a�W m c c M 2 c c i mo m h iiiii rn F-m m m m 0 U'i m„ in of y v} uNinmmO°� A 4 rnE m, tc(� a>al c�i°i-O°va�c5 8 d X ao d �,-.¢¢ooc.)o) 0 ¢ X DJ d (8¢-73 "o ❑❑❑❑❑❑C m vi❑❑❑❑❑ m m ti m ifi °' h $ — °� in co mo 2 • E N m Z �' • 'm ' o ra o 0 cm - m o E 'l o �o [� o LO csi OC"_' uY-. ui N. w o 0 c+o +'c. 'r N N o co. co °P. °= ammo N ani p '� CO a)i/3 0 M.-- 1 p `u3 .o d U CO 0 G �� N h p (0 0 CM i U U � -- N CI is- z c a t .0 0 0 .v t� E p a T c v L ° a O , -- N p CD CO m .. as m0 a N'`oi tat U M — v [� O !w- N•OE .Lro m CO I- N N O v7 $ "_' co T W - cC0"''CD . a r (O co� r:3 N aEi m �° me CO11 v eatO fU E Ec +.. ami p dA N j �• ° T. G. >0 m .c Q ° V Z '"9M fl{HH - ff`--c ° c ` 0 v p" f0 ° aJ n7 :3U - E hQo 3 CO = li ! t O n • • • to m 5 0 r m Virlg d.2Er cvca ¢ € m haoik $ c— — � y E❑❑ • pp al : = ❑❑ " Mm Nyo00 Fav D00° N ❑❑ ma- ovUUv// ! Jffl m Nat cc W � p, U •co ud • O Ctim wrnm y E3 ti Z a❑O❑ OE p , Ea OO❑ ❑❑o O Z Q N O �o r 2. > 2 °' w m=v rmO m �E�> ad v m ° nzai m d. odr11 W „i v o N m ao '. mm? d N O z N ta o W : m n N. N m v f, ° m ¢ W 14 m co�_ _ _ ¢ y rr a ti .o m:: .N rr 14 J > A�.��=GIN ¢ h Nm _ 5.,'•j a, 0 t®_NN ¢. Q. C N F-mia.i3m00-= W -a-) > mia y "O .Urnm�vo mgo C 1 mW t'• fDcrnrn.e.4. .25o 0 CC �' �«Mc�g �' I Z mw •..COW wa c �� d X m O 'a'li��e r `m fu o o c L.m o`m <C'it SJ U U f -o criCMcOO[ = riDOOOO =a RJ -u ruN Er E a `0 O CO N - O O N eP = E 0'-0 -o 0o Z a) -- ' = d' -0 o P. « >` m r O o O o O E — N q] o N gl T = v` m Ra O _: N, z ai CO 0 € N Wus ro. ro m, a c v= a o >' CTI 1` coD a Wnl E rL.. a _C 4-4 tv Q .� c61 O CO CD J f6 O = 0 5 -! r' lb .Q fn p -0 0 .n '�'�' 0, r' D p Fe N C O 0 a J t m CO V. O O CD d L �- '- 2� .�..... CO i N � �Wd r N d .O CO 0 a .� .f6 o cr) O N O m m IQ o c m Z fes' �.N I rU = 4 Hail • f6 N _ ./. "' 7 3 :E N 'O p 4) J r- T U , CD fn..- c r ° +�c v c aai fes03- �� ( C7 rl O cc fU ° .-•_ ¢ X O co' �rrr O A coT • U a ft? ° _� s� h = N ? N co 0 a.�r cio w +• = p co ai ¢ O` C� rn E of c ;a to fn O !`^ E ■ ■ • E Q � < li w Ua` f°n ¢ o` a v =' to . ■ is . _ ` ._, ® N N ai C c i N . N N U cii) .= Cvd o €€ N c 2 ° m €E- 0rno D Q Q CO'*„, >• Z u01tl a c ` 0 o X0- tz -2f `000� Q o �Z Wvg a.mogm m❑❑ 0 ,�a DmoEl • m ❑❑ A ue. m�� o > co� re''' r ''yERmW ` •pr mZ� � N NcC� -2.1-V74.5.0, .>iC , N �' o Cy U m ���o. E! �� m ¢000 ooo m 000� oa. [ n ��� E1 DoN m eN mI• c2 2. p0 p ( > co > m p z` n 2 4 C•O _ig 0 03•_ ro E' m `` E m is E v Ir Eom ›.rte--mm .- �acr c c 2 m c c o PrU U o'°'v.0m o�5_`' "' U.� Ni rncrn22Co05 • 1• N �vvmmoa 7o �1' m- .2"),P-m-= `da'i` • X . 0 ¢¢UUUU L m' • D oV¢UUUU! u)vvmm0o' r— 0i000000 o _. 6000000C m m °' a i l.0 _ 20`D m N e Qto �� � o N O r--1o Z - d j 'ay �� O G C t ` • '� e r .11 Oo U N O- O d ® 0 - - 04 C1 0 p N U C t4 0rp+, wt-. �� a p ,.- �• N USA �• C _ -_ ti co O .0 - coO CO to� 0 �� N- 2 W p p O« � N. Z rn.p Y E "t3 N a D U) 0 •. LO M d o p ct as �.� N o p uu)i t• in tO E = CO� p c‘iN h Z ET yr n W 'CI - 0 F O Lo =• c 73 .:15 - -a cc rn - I� o p a a1 a) ca .- Lo ti N C 0 a a=+ s+.., O N N •p r to (6 Om C1 ,m (0 ,- CO d $ N o co c D a W - c... 0 (0 o = C ro .� co N a to a) .- m =� ci Q 4 N E ." j J r aJ 0 +. :c E E .- m > m ■� O t -3 a N m v - v ao N `� �- Rl R1 c N 12 lA .. - C c ya y 0 O ru • = U U p L to •,.: a T- C d E m a7 c N a) >Fri Q CO.a 0 C I," C r., r 0 •'_' c m W . 2 U N � 4) d r- 33 ,;�L v U mom ,.q CO U a) cN o V' E M1 CO > ,� �,. ¢ na ..� rn 2 ' CO0 0 .-.L 3 :' 0. o� +� 3 a O rl • 0a- on ¢ `o ¢ ooO rn a o Z U4. ° Qod� c m =� � t o rn �" • m m d Ca . . .k.._ ® oo a W N U cc 2- ■ La ? 1m ;' m • FQUv0 `ga, 0.. ,° €€ Q aN Eai ........ €�rnm } O p * mE Q Zf_ ° E22 mood a)NUO 7❑❑ `1,31111:1 WV V ..E,0E30 O N pV co cr . N m' EL''—: o cc Y m m W E m»g 'U o'm °2cct W Fow� tmm•c U E3 mm mmrnrnm in U `oq agccct t W ; o a`¢¢o��ww¢ E d o a¢ m¢fmm¢ a, 2 Q y ❑O❑ DO Q E-0 ❑❑❑ • 0 o 0 o g a 2 2 Q N v N 2 r g jaa-p m d 2 E cv 2 O Z a)N --dam d v m O a i m p y ' N> N 0 V ) W d N a) V O U m 41%0 a) c�i Y m to .0 N > m 'c O v�i 43 ¢ NII v� N 2.C a) � � ~ . \ � a)y a) ¢co m m m N aai m � = ¢mm W ), a 2'E aLm®¢> > LLI t0 co is m-� t \ > F-.m m m 0 0 — C a) a)W p c c f 2 c c e co )U p U1 m m-- Cd � m a>- �NtnmaVi0 ') c Nj mW --acorn�Doo��' o i« Ev-g m C CO Q Nom. '?N W�,!„-,0 i 9 0 Q X ai �o ��Q8688j O I �a 0m0 ( > o ¢ X rm o Q�UUUC2. ,SO❑O❑❑O[ v° C DDD❑OC r'9 le,y • 0" - ca mx .---1 af ' c a) ai I coy Q n CD i a) .. .:m y O a) 0 E !'n a N O m o' E = co 1 cp 4 m m M1 o s >+ �. In cu O O L ,.�.. � h +, a) �. N o, CO o ya 0= j- N Z D n 0) y T• 4-• CI) mom 1,- •i D N- • me nE r-! .� N h p Z • co0sE -0 - N i O cca 0� ate) m �v, O = 0 E u� ti a v t- - a cc r` I D a cLa M �t m m a) a) p - O JLo r N r y O C') N N C 0 +L+ O. f7 - C�7 r 0 N 111111 ; ? J 0N NC � C7•i.• N fU • trs a` r Y O rl 00. tM. p� rn i ` ap UvQo` omw - i06:-. 0 < t3 < N = cItz a. L. on , • gi fli ; m .4 m a Q ..^^•- Ne ti m N W o e ❑ ■ m � ymoo^� c E' m m , Cmm U N. 'mvv cwpUU 7 1 rnv O m 0 air w €€m Q W a a ge as e?� I Q Q o �Z. Ltmw c, cog c W / c, _.:? o mm mmrn• ®m 1 r 0 ��m ¢c}Dmm m a`¢¢ fU�¢ m r� mm2 m» ¢ E fig 4 �; R� 2 O t �w 11111 do a¢¢ �wv�¢ m r Z a)m # 1 .!; ! In 12 • 1m2 t 9.v d m m 2` F '- CO N m ¢ Ioo�W N > Z a V N • C CO) U 7pW :_ m cc22cci 41 ocj c0. mmm w Vtiiii 2).It-. ,. U .. 1 . tn'ovmYmooF..iif Io",1a Nrnrn��oi we Cr Z c.�oQQUUUU c O� .0 (nmm050000O0C mil0moDrr°-p'b s`In Q 1U ,*� v3QQUUUCrtI RI m Y M..���rill_015.,..›. ri O O o O C10 Na1 m • Q —s 0 P� c II o V IT a1 avammar in o rq fp U GO -0 t m N o + i - - .� 43) .Q oo COwy a o �:� m O m o E mini '' �' o HH! U c r +, �W N aE U MO O to M ayi U tYi .,v,, `-t I �� NC‘J v C7 Z W ,_ �� �. a c y rt) o T c - .0 Z rn �_ � E C7 a y y d w ° '� .� ,' Com') co C7 cm ~ A a)�' o d N 0 = O .4:: Z 'E E 5 a --a ccJ CM i N 1 ti N"a m +� M `m p c O }-m U U p h i y v i� O ti r CIN ..0+ CO b (6 N C7 cm U _ JIHH C m �`o ' - 0 IiI Z EEctsati,D,O CD v> ■i iii. 0)to U ri 0�0 iO r Q r1 :.a P • C] o c o ° o43 3(22 MIMI °' ' UamQodr opo �v c to r • • N• �� U .O O. _._ N N = 0 N 0 V a� N m mmZ avi H j CD ® cc Q ID •O p N 0 �°" ¢ g�m m N OO 'm Q . I- } Z W 2 g 5 0 0 081 0)v . m O n ¢ .2 €€m cc ❑ ' : ❑ iavv s.000� m Q®Q o Tam n cc- c > 7Ee ¢cer.2 my -fit mmoo0 cr ,p r z'�ym c.c come U >.. ❑ • :1, vi aOi�VOv _O j U oma�F'cc" p 2EE ¢ceem ro E3 mmmtmrnaoa0i m 411$mcra cc 0 ❑❑❑"Q 0 E 3 •c 0 Fill;0 aw0 in 0 P p° r' @?0 a¢¢ from¢ 0 O �-. 0 Ea ❑❑❑ ❑❑ p e p m (q o > m p Z E > W (,�. U y > O Om N Or ^n O m v CO C� psi ID A n •O Z' Om m m ?, h ,�'` v •p v .0 •E CC 't ! ,♦ m m 0 e y> 2 a -tom' p Y' U q 2 0 • O i m iic T. (� 0 m v L L n O ¢ W @ v w - a3m®¢m•m ¢ ° ViH ro >.... _>� !->'IflhI1 c c0if 0HJ O° ¢ x od �o �¢¢cicicii 1A��'1,� y ') H_ • r— t;❑❑❑❑❑t �o - \dloc d a6_m 46 �, ��mm—pO Q QUUCJO p" 100 riO❑❑❑O❑ 1 y m SLI E iii �■ •�Pah.'0 o N Q" co > Q �_ •,-- 0 4 1 a 2 ciS U o O• m o E m N 0 • L >. O `— to . r_ V, ! 1 i 7 cu _ .� O U C� rtL+ 101•11111111111 r.... M 1 rCam x5 �� Lo r ,_ N .O O O L � �0 a A O tW N p ti p n. 1 LO 5 - 0 J ti u o to [ti ami ca .�� N OCO 1 N� 0!-' 0 � N. c T c v`L � o �. r~ O a 1 ri 28 YE tt N a ~ to +-' 0 C71 O .a o m y .O �� N o O 0 W N c o O ' ._� �t 0 3 c v.c .n a c co ti F a 1- N a f0 • en .�� co N 00 00 N N W 9 O w LUHIND r cO ��. C) , ti - 10 v ati t3 N W r N 1 o to o. in '> .- — C70 L. > .pA �� O k fL -, N 0 >E a/3p aC.iW . r_ ,- m m m y I < r" to (7 �� O CO iN uoiw m N¢ � O O M « � 30 �, • .Y ........' O (` W a a R -c d Oa' QOQJ.. 'AOp EC" oc.) � ['�- Ll1 _ nEi e. t fn/) W _ a 2 Q O Q Qj 1 t0 m "2mm E u .> `a ® oo N m i a ® Ecea)o m .> In IS Q Q O O ?•Z lijijil ` 1.N t 2 1V }❑ N' ❑ cc o CC p . f1itizii J d_O dGCQ m...-. N \ 1 'C m m an d Old m N UJ �` , .a DOD 1 OO o w \ m O❑O �❑❑¢ E CD c v Z. i 0 - m d Q Z / N m > ,, o Z Z m cv I 2 m P. v _> o U o va. o v-:, m ' 0 Z 0 `° o ? g W N a 0 m b N >co= mU v d z lis mZZ 15 w a) a . HII1J =o fk,, ) 0 . o=i2 " cm . iIIII1J � ria) 1mW co��o 7 �I0y� � > �> ]CL co m o pcW m Ii fl,; a rn m� v}O (no t In ccN U d x m\lp ..C.¢000( > O i- U d X cm o u): cScicic)6 ci❑❑❑O❑C f1J _ c',O❑000❑ N u7 • mai L} Ir m i as _ .� O m ).p lA —a-i o O = T E co c Z c° C �.. - o W O 0 .1-.6 00 n�� g 0 f o r co -❑ o N a el v) y o = C w�� f. W O = as ■�� S O 1.0 CO C0 2 'o v` m c° at rte) 0 i E O a co W mo 0a� co ; CM 4 C7 w cc z ti v« - _� > 0 C7 y v v a� m a as O O n E C] 1.0 FW. N •D +C- _c lV6 U �o d' •I • LLo U 0 N�-' p) N op O — ' F r W r N�' a0.. (� O V C3 C7 [73 ED C7 N F- N C .+ a .4:=U ,"•+ ,_ — C')4. u I N z E E 5 ct c ,L), C 0U` G �� p t (1.1 a E E g a.� v ? `y ■om N t I LI C) 0 i N 0)r- if 0 m 0) 1 N r O 2 c O v o m q - - 4'I 1 N r cO t9ilZ c,- 1 E3 Uav(0 < a) Z a n • Z Uavoi < `o ¢ j Cl) co • • S 0 y Li.) tiiy..) N I ii a) N U) Oa O)'O '� N O a ¢ o €€0 Q c• 0 0 aHi ! ll < < } Z 6 2; 50, 7,„i- E o��< � - O a � ii c c> OC pg❑ ip_ ❑ ❑ may y-vUUO a a m z -2M 50004, E ❑� 2Eg ¢ ;um� a) OOP- ❑❑ 4,13.0 x,2000•e Z W Z PEI o cc 0 MEE ¢ce@N 0 CU NHOEr N o a¢¢ a[�n`�i ori tz N ? • CS p-->>�C Cy '« W - 0 ❑❑.0 DO o W 0 0 0 2¢ 0�u�irn¢ aNi E N ❑ 4 -a) ❑❑❑ ❑❑ o 2 E t 4 ( HI n " p ro m ( I !U a-i. F� .Z i a N W w > qx U a v 2'.i N_ g T W .0. N N Y cil Mt i. m aW \113 ' 2l ¢. . ¢ FA i.... / ¢ mdai H~ i '; mo4, ti da, _ 0„ ®¢ma ¢l .> >� mxi0 a; , C } vcc0Z Cl) cm . y.�'cca n o ” �y � O i2 °'cvv0,. O 0 =9CYy �aa mrnmcn .Z.. � UEEU Q X m CI QWQ U 0 U n O . .oUQ ., p yvm mooH !ci❑❑❑❑❑ 41 . ¢¢0000 c = i❑❑❑❑❑❑❑❑ „ 11-1 m 6Ir �, Q- y U )O a) 0 .) i�� C) E C0) �� ri i �� N. cs 40 i m I�� N 47 0 > •a �. ,r- ' .p 1� �' a) z0 CD 0 � 9 O a) O E = r ac) N? U c� .- mown � GI o F �' 0 lA 0 ) 0 Wv O= r 0 W 0 ... CO - �mssomo c0, l J CO 131 Y E N i C7 co a) - 0• ��� CI 3 Co d 0 v a) 'a py , �� N ' O ci co C ru gs, Y E N m '� 13 a t C a �, ll3 O - N. I a. a �> Q �.. N CO GI in W al m a) _a cc O0 = o O r c a w c� rn _ I� �E i h cV a nt �n d n o al a) _ -p O -- O d o W C.' O O ❑ u N ti N D .L. c0C i M d' L O j r '- .N 132$ O •ra a Cr) c >, Cy r c o a - rori, �e c+) y =. N C, 0 0 a•- v +.+ 4-' tW Cv Et- Mrel c, ru m - .. N ° 0) C — - co c ru U �, 0 CO.i :L' a) ® 0) _a Ni- O °: O n O (L - cC N 0., t0. Q J erre .�� O = r9 Oro U 0 L 0 v_) : �' CJ -t' s.a 0) n rT- W Q r c�i c m .!n +° . d ® � O C,� CC ma. >O,3as -'.0 Q ° "�' C) z' O CO U d v A L oC oG L Lmd m co t NC E N N m U N-.> ® OO a)13 ii, t. _22 zaco a ~ €',_> N --..41-,. N 0 ¢ wd ¢Q O >-'3)'Z mm �. Cc- C Z _ m -Ti E�■ ❑ •m ❑ ❑ .. oimVo , m ❑ t-❑❑ af.67...7 D 188a _>-. N commE 'y,m ¢c£gm QcC 0 » lx 1.....,..,_...-s .......iii mg,. R. oU `Earn 5rnrnN N W 0 ^E3 a ¢ ¢�nv ¢ E3 °m°" > c c,li' inmod m=1 yo E �, o AW m ❑❑❑ 0 OD DO CD 73 0 CO CC E Q m m d c •'� O N 2 c•p Z. m EU m O \ \A! E'v > 2, - 2 E c-0 m > ti A m o 'Tii m m O w Z m m -> v o m Oy a C tm CO `• .ma73m . " n �� ko t2. >, v d Nz CU co > CC 'w > > > w • F m W'�ToO�== ti-. ��_.,,,,. m seri c. . T.0®�m 0i CC •� c mW moa crn��..„. W �- >4 1.._Tr, mpc•” C co a�� a> �u�ya°imom--9 _�_�� cmi mu m �rncrn�fo� 0 ¢ X ai o ` �ac�ci$i a O rnv'vdm=oa ci❑❑❑❑❑G z 0 Q [0 ¢¢DDD I - . __ ri❑❑❑❑❑❑ Rl $, U r9 n C O N v � _ 0" 2 o. Q e C.) m� O ~= N U o N m • aTa'• - d0• r1 o o > Q a) �- in 19 rn O N O E o co i `�ili O r= Z O • .� V �� N - O o >' d - N. i O O m O E 0 2 1`- N W O.+ y.., f4 �� i,..... 1 M ti .. O t V = G -O .� O U c r r ti �� ti G m swim r-- MIME f pO _ 1:3 nCChy C Y E 3 CVQZ „fa mO 2' ••• n o- a- - ti O � COC 2 a= moo u LID - N� E ap... c r _ a c - 1 oO FCa m � m p 0 O w in� -CC) 'Cr a 0 N ." N N N O nCV CCo - M D cmW o a O OLi C) caJ ..- N4 � _• N m O O Oai, '� co C � � 71, kl is rti cra iiI, 0. a) CD >,..a ON V'� p :) -0 'E = cvN S7aJ h a) ."- v- E2, a) = \I N tom cNOC p ` z U) E IIe p. � wS Cop _ C U Vo N y O d r 0 = CU0dm ON I 7 ` f- -i— en � 6)U ' mLe0 OE N M1 S. - ° SsE rNoR . - v { 5 0) z ,- co .. j L a) v G.) a: R �� O0rp .� m O 3n Tyt O Cf D >t ¢G. v c m E0OQ E c m � o � °0O ` ti ao < < > 0.0 _ t oZ .. w ¢ oa uo ¢ Z UvQo Q v Cn < U.S i. _, 1 (11 UJ MEM= 7111.7 2400 0000 7861 9165 7r1 -7 2400 0000 7861 9189 i • C N Ql CDC air -RS o❑❑❑❑❑�' i'; v' � N �'a -t v+ v ur a 0'q O <I a sol �: c7 C at c oo o N❑❑❑❑❑ C E (� b f0 C Y,f/1 N T ORl W '' m. c bn n 9 m y R Q`l . 4 7, 0 0 m m m a x s�. 3 r , N LT o m rn �' 3 m. gcn o. m a n = w 3 = g R m h �. -17 m N ° fD a r a A m 2 E .--..;-) w .73 •. L) S v m a � � �'m m 0 � 0 0 O- N m 5i6 i i R,� _ D (D n 6 � � �^m 3T 0 C ni (h m d a 9v-o Ro m - ° _� d -a p O r+ T s $ s 1 a m ,iii `n �.* D ra C O Q• I$ i m 1 m - 'ID/ ' -ri O O m H5e as oo, ca v. ,, O : C� r.t CM Q_ r� S. _ i N m c. m a H � vs�R�' Qm ..N ORl ('I m: 02 � a � � � m ` N �• ..O O �l. v y� O� 3 m O. O v _. c tD v cn R e- _0-41-n Q co U::) O n e.a s .n a D Q. N up _r, <a rn us tw w n oS'i.I Ql Q. Uel I rr �Q m r- 2I v O a i g r"' 1 .73m mCO m 0 � Z7 2i xy N co to 1 a cg i c ; o 1 ' I 7n1.7 2400 0000 7861 9158 7017 2400 UU1FF -- 0000 7861 61 9172 C6 ..e, °e, -0momO e, -o? CTv Jf1 m 4 .•BU3o ., m 3•m rF al (D O n -2 a 'S 'n D Gl y ass• ^m m m O, (D : • ig- ga 8" ", m _ a o o ON m 3 �' �' 9 1 m 1 7s 00 <. � w a S`.�$ .. Q o -s O Q w. f a a .o s 0 m ` °' x a Cn O4. Q_ o S W m n s :� . cu 4 v o o m O O , 0 Z „ M C z W -s = z S OO n v.snm v. u.a 0 < �' .... s W Q_ I n r•F w r- a (p "8 Q1 O. r0 I I m °� b Al i. C) 0 m m —i -v --I iO 3 r` o �a m w a 3 �' Y x . iR N 1 2 n O 0 3 �'I N • 7017 2400 0000 7861 9127 7017 2400 0000 7861 9141 CS z �• E❑O❑❑O b (g C ' f ; IIJ1iflt :j rae. Stn omro ' Vim A ,s b=rDsolrc- $ x3`I $ W .gm o (D -fp 1 5 x o»; m C)m ET -n 4 cmc 7¢J `y��4 ^� m 7.1 N rt• a o y ON OAU C 0 t) O• S�1 _. � 5. a gvg om -- ov om ' n o CM L a to OQ m F. x - C7 Z. w G• 3 , N N n a 4 ,, O Z. up N vw u e .1.. °P D n• ° 9, 69 E.61 69 w¢ I i ..0 >o_ l0 br-,,, p6 v . d .13 y m ° . m rn : @ n co F4.) m m 1 o m q g 0 269x8i • 0 m .;a N O 7017 2400 0000 7861 9110 7017 2400 0000 7861 9134 D N D,u+ �ri. " ❑❑O0❑❑T' I b () C = N Dobn 31v. -O❑OOOme' o L.0 O ' ro m e z 2 2C''Co m O 0 co t0 (cD y yaoaxc� - b •i C F� < O m " `s 3 3 5 a rn V i 0p pu s 9 Io 5 c f° c a'� • 0 • a c c� a - Am•�• v _ ao • N N � � m , 3m v N C mco 69 x= W T o _'1 Q a) CD-0-0 = m m m d m `g so w C' ��.I •. GI = fD d m a P° l' •T1 S -a O d d W m ci s"{ ,t •II fD N N -n a c .. a a y 1 v =` .'4' (D a3757 ,11-9-n • 0 Imo. oo 4, a 8 - rn v G) -+ ro „ i g =. a I m 'n E. < n m = g _° pcn o c w aag � orn . a o I m ((c���� w 69«.«,«ad.Q 3? N l0 o CDN O 3 CO 0 ' O N w. m rn n s1 o p a C, O 3 N 7017 2400 0000 7861 9080 7017 2400 0000 7861 9103 D N S 6163 c 0001:10T6'' Cj C y rn —{>�' rn o v> m JaIf c ac2 g % C F-2 (D . 1b3, ws3 ;m a = 1 OQ P." i '0 ag c c a. `ggm g Ow � damn m � O S P yw33 °p. rc, m m1lN V �(-h C tc ra' a s N ' fAG a a 9'�P. m n 0 • v A c ^ @ a. mi ni "O -a a a x v m 3-n .n (n `t C 0. noQ I' y 5 aaag rD oo 5' IiJ1I( 00, 04 y a REg� Om o ,-,mora H r- _ OD i 2. W 0 z x ,-/c p n m oQ ,� V O to£R N bs fn q y ` �/.) - % A G` a D (7y O C` s.fis.w fa a b. 33 i In .73 n , m I CCDIm M ° -o -4 C v m sy ,tf O m 2. S f 5 E.` I cY.+ m O a • I IN 7017 2400 0000 7861 9073 70Z7 2400 0000 7861 9097 v I D N > or •800000R- `n m T I C 0 Q S', g o a p, g 1 p \� • D N = o� H❑❑❑❑❑ `� m g I c cr) cam, 0 m yms3 3m a m (A or0 A v ; m 6 1aav' a Ob w„ C z a aam� y C O �' x, 333 B. � t17 0 1 v (1) r K m m § g , �. �, 7 . "� 9 2, rr �"' m m �+ a s ami P i — Iz N m 5 a -E oP m n O u = CC m m' ff a a 5 �' y 1 GI 0 a a a $ "3M ^S 0) < q to SI 4 a 1 (D n n a 3 K i m • 9f rig n 0) F. 3 3 a r. »P. O O O s •1 §. ,,a ,,. ..4.74 s ` Sv (D N RI r E 8 3 m y � , ov c 3 w om ° m :° 2aa; o m • to �' $ mr 0 f/1 - a4 r n g ; d � W S i Q g '. g N 01 0 n $ $ Q c j w m II O�^ ! g 0 m2 I 1 � r CDM m I °I mm P. Ni a a 0 7017 2400 0000 7861 9042 7017 2400 0000 7861 9066 3 43 o m ` ` . a g m a o . OCO O 11 rD - g❑❑❑❑0a ro . 'O v, G) H o . g 32 3 min n ee ! ° om . '•r m w a "5" r." cp .7-r 7C ,-r m v, u' 3 3 1D C 3 a N (D m § §a = � D w (D 5 m 0 3Q$aof P3 ? � . Ist (D (D O a a s a a 2 i -� (D v S o. . ., . a-2 T 8. r n ...., . y � ���� 0m o4 ro = 1 8 p11 g laigt O vi a. a ua a.. — ' ? O S 3 E g (D C � ° lD n D n o a 61 H a a 4 C o � � Iim o o N Ln y Q -13 ao IIn = im ' Y ' ' p, 13 • J m 2 8 tD �' ppppcl� N N m 93 R. y C m 1 0 R O c 0 2 O n 0 c w b ` v 7017 2400 0000 7861 9035 7n17 24-:_,- g-00 0000 7861 9059 : rki r r ivvvvi3F- 1 ,,i ,iroc, (.3Off UITi cnrn t N (D , . 6> 3$ m w. w -- (D Q GI r a g m 3 T •,, . 17 c n a- I c a 3 Ro m CS MINIM 4 O- 074 o = 4 0- 5- aas a '=• may a o O �� 8 = -�7 • p)'. Q 0 2 I 5. ?: Z D V3 _ °a CD :9 ' ago 3. =_ " 01" - .1.--: t7 ti wn.na.u.a ' F O 3 N ( m o p I m 3 m n Im m m 0 co M -o mM pro o m F ? ® m C O' i 0 a) 4- L'' CO 0 O t C U • ro cu L- -t, O ++ Cu a CIO CD C ,+_' U •'al v a ..c -0 0 a) c O O a O O rA co • v E Ti., a v O c O 0 M h N COCDO CO 13' 0 I 11 O c a r N (o y' `- 06 v a • CO s c C O LLO II NI N a Ni 4.-- ,Q }; 76 O a N N • CJU c o vi ++ it to U U O O C N a N to • O N o° d NO p O Q ate-' w N F. 0 NO D O .N c o Q U O N 0 t G! .4.' 0 N a Ca U N 2 e 0 a _ N g a ci.0 co 0 a aO (o o Q c p N cc N L c No o 0 Qpp `v CD \CU 11) VI C V) ✓~ C Q CO ti ; co E c Y Cu a v C N CV 0 v U a Y O �`ia ro C a) m N N +- c CO Ln 1i0 II ; 0 N Ln O c Y o 0 > 3 ino O o a D. L 3 0 ^ U .e m O ..c 3 N Q 0 v oo I— dA ate-+ •. MUNI H c Y C -0 I 'y., NS .0 N N Q o a, E E E vs mim O p p CO wo C C2 . N G vN aJ X W Ec >c ca o o C vw n Ni + o 0r 2 2 2 c0, V1 vs — 3 3 3 0 ',,_. co "' W o >. E 3 3 3 to E � Q d v CSI °� 3 3 3 > C i } n c o O i e w F a, °' v o co) v co _ i^ > c > _ = v a g` Q ^ °1 VO Liinin cc � a = L C 'c Q � � +. E a t s in m U v 0 0 Ln r1 < 0 N CO ON O kiD N M Moo w X 0 O Uuro • , COOPER, Brandon (AGSTA) From: Brenda Brown <bbrown@pba-diversity.com> Sent: Wednesday, May 09, 2018 4:17 PM To: HAMILTON, Greg (AGSTA); COOPER, Brandon (AGSTA) Subject: Augusta, GA Bid 18-195 - Berkmans Road Widening-Realignment and Bridge Patterson- Brown &Associates Message sent,from Internet with bbrown@pba-diversity.corn as email address Good afternoon Greg, We would like to provide traffic controllers, sweepers, and or water truck operators on this particular job. Please feel free to give us a call with any questions or concerns. Regards, Brenda Brown,MBA,MCA Princi•al&Business Development Director Patterson-Brown &Associates 600 Broad Street Suite C Augusta, GA 30901 P.O.Box 2882 Augusta, GA 30914 Office: (706) 945-2173 Fax: (706)447-4827 www.pba-diversity.corn 111 "Diversity Bridges Relationships!" LSBOP Registered(Augusta, GA),GDOT DBE, FDOT DBE,NCDOT DBE,SCDOT DBE SBA WOSB FAA eFast Holder **The information contained in this message may be privileged,confidential,and protected from disclosure. If you are not the intended recipient,or an employee, or agent responsible for delivering this message to the intended recipient,you are hereby notified that any dissemination,distribution,or copying of this communication is strictly prohibited.If you have received this communication in error,please notify us immediately by replying to the message and deleting from your computer.Opinions,conclusions,and other information in this message that do not relate to official Patterson-Brown&Associates business are those of the sender and are neither given nor endorsed by Patterson-Brown&Associates** 1 • Patterson-Brown & Associates/Augusta Metro Chamber <iframe width="560" height="315" src="https://www.youtube.com/embed/ymR8Rc6Ff8M" frameborder="0" al l o wful l screen></i frame> 2 ' i a COOPER, Brandon (AGSTA) From: Amanda Bugg <ahogan@portableservices.net> Sent: Tuesday, October 03, 2017 1:13 PM To: COOPER, Brandon (AGSTA) Subject: FW: Price Quote and Letter From Small Business Attachments: Reeves--Druid Improvements 17-244.pdf; Reeves--Resurfacing Various Roads 17-243.pdf; Reeves--Roundabout Projects 17-251.pdf Message sent,from Internet with ahogan@portableservices.net as email address Hi Brandon, I have attached the bid info for the 3 projects listed below. Please let me know if you need anything else. Thanks, Amanda Hogan • Administrative Assistant Portable Services, Inc. PO Box 889, Evans, GA 30809 o: (706)724-8420 • f: (706)724-8456 • c: (706)401-1582 www.Portableservices.net•ahogan@portableservices.net Services, Inc. From: COOPER, Brandon (AGSTA) [mailto:bcooper@reevescc.com] Sent:Tuesday, October 3, 2017 10:28 AM To: Mandy Pruitt <mpruitt@portableservices.net> Subject: RE: Price Quote and Letter From Small Business Here are the specs for those three projects we spoke about. Resurfacing: https://www.dropbox.com/s/1rd81et99oin38g/ARC%20Resurfacing%20Specs.pdf?d1=0 Druid Park: https://www.dropbox.com/s/vlyyidfbjSzscc9/Druid%20Park%20Specs.pdf?d1=0 Roundabouts: https://www.dropbox.com/s/26hpo8ispnusr63/Wheeler%20and%20N%20Leg%20Roundabouts%20specs.pdf?d1=0 1 Sincerely, Brandon Cooper REEVES. Construction Company North Region Estimator-Augusta 1 APAC Industrial Way Augusta, GA 30907 Office: 706-731-5243 Cell: 706-832-4008 Fax: 706-731-8620 bcooper@reevescc.com From: Mandy Pruitt [mailto:mpruitt@portableservices.net] Sent: Monday,August 28, 2017 10:12 AM To: COOPER, Brandon (AGSTA) <bcooper@reevescc.com> Subject: Price Quote and Letter From Small Business Message cent.from Interne! with mprui!!! R - S CONSTRUCTION COMPANY REEVES CONSTRUCTION CO. KEY PERSONNEL REEVES CONSTRUCTION COMPANY EAST REGION Contacts: Rob Loar, Vice President, Augusta and Carolinas Region 864-416-0200 Dallas Suggs, East Region Manager, Corp Asst Secretary 706-731-5230 Lee Schneider, Region Controller 706-731-5230 Greg Hamilton, Chief Estimator 706-731-5254 Jack Trude, General Superintendent 706-731-8611 Steve Drake, Plant Manager 706-731-5223 Please note Reeves Construction Company has sufficient employees in all areas or our company to complete any project bid. When additional crews are needed we have access to employees from other region offices. Local office: Mailing Address: 1 APAC Industrial Way P 0 Box 1129 Augusta, GA 30907 Augusta, GA 30903 Phone: 706-731-5230 Fax: 706-731-8620 CORPORATE OFFICERS: Robert Ponton, President Fred Shelton, Chief Financial Officer Rob Loar, Vice President/Assistant Secretary Corporate Office 250 Plemmons Road Duncan, SC 29334 Phone: 864-416-0200 Fax: 864-416-0201 A , , .. R • s S CONSTRUCTION COMPANY BONDING AND ADDITIONAL INFORMATION Bonding Company: Liberty Mutual/Willis HRH Agent John Homenuk One World Financial Center; 200 Liberty St.; 6th Floor New York, NY 10281 212-915-8199 Bond Request during past 3 Years: Approximately 300 Dun & Bradstreet Number: 00-580-8449 Parent Company: Colas, Inc. Duns #:606103737 Trade Style: Highway Construction Company/Asphalt Production Business Location: One APAC Industrial Way,Augusta, GA 30907 Mailing Address: P 0 Box 1129, Augusta, GA 30903 Classification: Paving & Street Contractor Phone: 706-731-5230 Fax: 706-731-8620 FEDERAL ID: 58-0641369 Incorporated February 1, 1955, State of Georgia GA License #: UC300349 GADOT Pre-qualified Contractors License#: 2RE390 SC License #: G102922 Augusta/Richmond County Business License #LCC20070035336 EEV# 48048 Authorized 08/15/07 Region Manager: Dallas Suggs Chief Estimator: Greg Hamilton Region Controller: Lee Schneider R S ' CONSTRUCTION COMPANY REEVES CONSTRUCTION CO. ADDITIONAL CREDIT FACTS BANK REFERENCES: The Bank of New York Mellon Bank of America 500 Ross St., Suite 1320 1455 Grant St., Bldg A -10th Floor Pittsburgh, PA 15219 Concord, CA 94520-2445 Attn: Dave Danielson 1-900-733-5100 (412) 234-9270 Phone (credit inquiry— fee assessed) (412) 234-5339 Fax Account No.: 1499710913 Account No. 2-923-548 Reeves Construction AP Account Demand Deposit Reeves Construction Company is sales taxable. It is against company policy to release financial information. For specific question, please contact our Region Controller, Ed Bantz at 706-731-5230, or fax written questionnaire to 706-731-8620. The only litigations associated with our company are minor as is normal with any large corporation. There are no outstanding litigations that would impact the company's financial status or stability of our company. k � R Sv CONSTRUCTION COM'PAN Y TRADE REFERENCES Tractor& Equipment Company 5336 Airport Highway Birmingham, AL 35212 866-591-2131 205-510-0462 FAX Customer Acct: REEVE009 NuStar Marketing, LLC P.O. Box 974487 Dallas, TX 75397-4487 229-435-6262 Yancey Brothers P O Box 1087 Albany, GA 31707 877-687-8270 Aggregates USA, Inc. 5868 Columbia Rd. Grovetown, Ga. 30813 706-541-0187 706-541-9161 FAX Acct: 3117691 ASC Construction Equipment, USA 9115 Harris Corners Parkway Suite 450 704-494-8100 Customer# 103235 Reeves Construction Equipment List Reeves Equipment No. Make & Type Model 110500 95 FORD ASPHALT SVC F800 110501 06 INT'L ASPH SVC TR 4400 110503 07 FORD ASP SER TRK F650 110504 07 FREIGHTLINER LUBE M2 110505 08 FORD ASPH SERVICE F650 110506 94 FORD LUBE SV TRK LN7000 110507 08 FORD ASPH SERVICE F650 110508 95 FORD ASPHALT SVC F800 110510 01 FORD LUBE SERV TR F750 110514 95 FORD ASP SER TRK L8000 110516 95 FORD ASPHALT SVC F800 110521 96 INT'L ASP SV TRK 4700 110522 96 INT'L ASP SV TRK 4700 110523 95 INTL LUBE SV TRK 4700 110524 95 INTL LUBE SV TRK 1995 110525 01 INTL LUBE SV TRK 4700 110526 95 INTL LUBE SV TRK 4700 110528 88 FORD LUBE SERV TR F700 110536 99 GMC ASPH SERVICE C70 110537 99 GMC ASPH SERVICE C70 110538 99 FORD ASPHLT SVC T F350 110539 80 FORD SVC TRK IRP LN7000 110540 97 CHEV SVC TRK IRP C7010 110550 07 FORD PIPE CREW SV F450 1111100 95 FORD/ETNYRE DIST F700 1111101 06 FORD/ETYNRE S4344 F750 1111102 98 CHEV DISTRIBUTOR 1998 1111103 84 INTNL DISTRIBUTOR 1984 1111109 93 FORD 1981 DIST J7 LN8000 1111110 93 FORD/ETN DIST S-1 LN8000 1111115 94 INT'L/ETNYRE S-14 4700 1111118 97 FORD/96 ETNYRE DI S2000 1111119 96 FORD/96 ETNYRE DI S2000 1111120 99 ETNYRE DIST S2000S2604 1111121 95 FORD & ETNRE DIST 1995 1111122 96 FORD & ETNRE DIST 1996 1111123 04 FORD & ETNYRE DIS 2004 F750 1111124 06 INT'L/ETYNRE S417 7300 1111150 98 FRTLINER/ETNRE DI FL70 1111152 96 FORD DISTRIBUTOR F8000 2013600 07 INGERSOLL SP RT R PT125R 2013601 95 INGERSOLL SP RT R PT125R 2013604 03 INGERSOLL SP RT R PT-125R 2013605 03 INGER SP RT ROLLE PT125R 2013606 96 INGER SP RT ROLLE PT125R 2013607 94 INGERSOLL SP RT R PT125R 2013609 94 INGERSOLL SP RT R PT125R 2013613 92 INGERSOLL SP RT R PT12OR Page 1 of 7 Reeves Construction Equipment List Reeves Equipment No. Make & Type Model 2013615 99 INGERSOLL SP RT R PT125R 2013618 94 INGERSOLL SP RT R PT-125R 2013619 94 INGERSOLL SP RT R PT-125R 2013620 94 INGERSOLL SP RT R PT-125R 2013624 02 INGERSOLL RT ROLL PT125R 2013625 04 INGERSOLL RT ROLL PT125R 2013630 96 INGER SP RT ROL PT125R 2013650 96 INGER SP RT ROLLE PT125R 2013651 97 INGER SP RT ROLLE PT125R 2013652 98 INGER SP RT ROLLE PT125R 2013653 99 CAT PNEUMATIC ROL PS150B 2083202 87 INGERSOLL VIB SHE SPF/56 2083203 88 DYNAPAC VIB SHEEP CA/25/PD 2083208 99 IR VIB SHEEPFOOT SD115 2083210 95 INGERSOLL VIB SHP SD100F 2083213 92 CAT VIB SHEEP FOO CP563 2083215 97 INGERSOLL VIB SHP SD-100-F 2083216 99 INGER RAND VIB SH SD115F 2083217 04 IR VIB SHEEPFOOT SD116F 2083230 94 INGER'RAND PAD FO SD-100-F 2113513 69 SEAMAN DUOPAC ROL 20DTR 2133300 94 INGERSOLL VIB ROL SD-100 2133301 03 INGERSOLL VIB ROL SD100D 2133303 04 ING RAND ROLLER 8 SD100TF 2133304 86 INGERSOLL VIB ROL SP56 2133306 86 INGERSOLL VIB ROL SD-100 2133308 04 INGERSOLL RAND RO SD100D 2133313 97 INGERSOLL VIB ROL SD-100 2133314 91 INGERSOLL VIB ROL SD100 2133316 94 DYNAPAC VIB ROLLE CA251 2133317 98 DYNAPAC VIB ROLLE CA252D 2133318 98 DYNAPAC VIB ROLLE CA252D 2133321 98 CATERPILLAR VIB R CS563D 2133322 00 INGERSOLL RAND RO SD100D 2133330 96 IR RAND ROLLER SI SD100D 2133331 96 IR RAND ROLLER SI CS431C 2133332 97 IR RAND ROLLER SI SD100D 2153700 07 IR DD VIB ROLLER DD24 2153702 94 CAT DD ROLLER CB224C 2153713 95 IR DD VIB ROLLER DD24 2153719 02 IR DD VIB ROLLER DD24 2153734 00 IR DD VIB ROLLER DD-24 2163718 84 IR VIB RMBL ROLL DA40 2163725 86 IR VIB RUMBLE ROL DA40 2163729 94 INGER DD VIB ROLL DD90 2163737 99 CAT DD VIBR ROLLE CB534C 2163738 03 INGER DD VIB ROLL DD90 2163739 05 IR DD VIB ROLLER DD90 Page 2 of 7 Reeves Construction Equipment List Reeves Equipment No. Make & Type Model 2163740 96 INGER DD VIB ROLL DD90 2163741 97 INGER DD VIB ROLL DD90 2163742 04 INGER DD VIB ROLL DD90 2163744 04 INGER DD VIB ROLL DD90 2163745 04 INGER DD VIB ROLL DD90 2163751 99 DYNAPAC DDVIB ROL CC522 2163752 99 DYNAPAC DDVIB ROL CC522 2163753 01 IR DD VIB ROLL 66 DD-90 2163756 03 IR RAND DDVIB ROL DD-90 2163757 03 INGER DD VIB ROLL DD90 2163758 05 IR DD VIB ROLLER DD90 2163759 06 IR DD VIB ROLLER DD90-HF 2163771 95 INGER DD VIB ROLL DD90 2163774 99 INGER DD VIB ROLL DD110-HF 2163775 88 HYPAC C340C ROLLE C340C 2163776 07 INGER DD VIB ROLL DD90-HF 2163777 07 INGER DD VIB ROLL DD90-HF 2163778 07 INGER DD VIB ROLL DD90-HF 2173748 99 CAT DD VIB ROLLER CB634C 2173749 99 IR RAND DDVIB ROL DD130 2173750 98 IR RAND DDVIB ROL DD130 2173754 01 IR RAND DDVIB ROL DD125 2173755 02 IR RAND DDVIB ROL DD125 2173780 00 IR RAND DD VIB RO DD130 2173781 04 CAT DD VIB ROLL CB534 2192302 06 CAT SKDSTEER LOAD 242B 2192306 99 TAKEUCHI-SKID STE TL26 2192308 01 JOHN DEERE CRWL L 250 2192309 04 CAT SKDSTEER LOAD 226 2192310 04 CAT SKID STEER LO 248B 2192350 03 BOBCAT SKIDSTEER 751 2202510 04 KOMAT WHEEL LOADE WA25OPT5 2202513 04 KOMAT WHEEL LOADE WA25OPT5L 2202516 85 CAT WHEEL LOADER 936 2202519 96 KOMAT WH LOAD 2YD WA250-1 2202520 07 KOMATSU WHEEL LOA WA25OPT-5L 2202522 89 KOMAT WH LOAD 2YD WA250 2202533 05 CAT WHEEL LOADER 928G 2202534 96 CAT WHEEL LOADER 928F 2202564 98 CAT WHL LOADER 2. IT28F 2202565 95 CAT WHL LOADER 2. IT28F 2202566 07 CAT WHEEL LOADER 928GZ 2202567 07 KOMATSU WHEEL LOA WA320 2212506 95 CAT WHEEL LOADER 938F 2212507 06 CAT WHEEL LOADER 930G 2212511 87 CAT WHEEL LOADER 950B 2212514 07 CAT WHL LOADER 938G II 2212535 97 CAT WHL LOADER 4Y 960F Page 3 of 7 0 Reeves Construction Equipment List Reeves Equipment No. Make & Type Model 2212537 97 CAT WH LOAD 3YD 938G 2212542 91 CAT WHEEL LOADER 950E 2212543 96 CAT WHEEL LOADER 950F 2222501 94 CAT WHL LOADER 5Y 966 2222502 04 KOMAT WHL LOADER WA450-5L 2222503 95 KOM WHL LOAD 4YD WA380 2222504 06 KOMATSU WHEEL LOA WA480-5L 2222505 96 CAT WHL LOAD 4YD 970F 2222506 05 CAT WHEEL LOADER 966G 2222517 86 CAT WHEEL LOADER 966D 2222530 94 KOMAT WHL LOADER WA450 2222538 99 KWSKI WHL LOADER 90ZIV-2 2222550 86 CAT WHEEL LOADER 966D 2222557 04 KOMTSU WH LOADER WA450-5L 2222558 06 KOMATSU WHEEL LOA WA450 2222559 06 CAT WHL LOADER 6 972H 2222561 83 CAT WHL LOADER 3. 950B 2222563 01 KWSKI WHL LOADER 80ZIV-2 2222568 07 KOMATSU WHL LOADE WA480 2222569 07 JDEERE WHEEL LOAD 824J 2272305 94 CAT CRWLOAD RT RA 963 2292833 05 KOMATSU MINI EXCA PC35MR-2 2292834 06 KOMAT COMPACT HYD PC78MR-6 2312406 94 CAT EXCAVATOR 322L 2312407 95 HYUNDAI EXCAVATOR 290L-3 2312412 07 CAT EXCAVATOR 325D 2312413 97 CAT EXCAVATOR 325B 2312415 02 KOMATSU EXCAVATOR PC270-7 2312416 02 KOMATSU EXCAVATOR PC270-7 2312417 02 KOMATSU EXCAVATOR PC270LC-7L 2312418 03 KOMATSU EXCAVATOR PC270LC-7 2312419 03 KOMATSU EXCAVATOR PC270LC-7 2312420 04 KOMATSU EXCAVATOR PC270LC-7L 2312421 06 KOMATSU EXCAVATOR PC220LC8 2312422 05 KOMATSU EXCAVATOR PC270LC-7L 2312423 06 KOMATSU EXCAVATOR PC270LC-8 2312424 06 KOMATSU EXCAVATOR PC220LC-8 2322452 98 CAT EXCAVATOR 330BL 2322453 07 KOMATSU EXCAVATOR PC300LC-8 2382700 91 CAT GRADER 14FT 1 12G 2382702 94 CAT GRADER 14FT 1 12G W/LASE 2382703 06 CAT GRADER 14FT 12H 2382709 93 CAT GRADER 14FT 1 12G 2382721 88 CAT GRADER 14FT 1 12G 2382732 78 CAT GRADER 12FT 1 12G 2382734 97 CAT GRADE 14FT 12H 2382738 94 CAT GRADER 12G 2382739 94 CAT GRADER 12G Page 4 of 7 r Reeves Construction Equipment List Reeves Equipment No. Make &Type Model 2382743 06 CAT GRADER 14FT 12H 2382750 92 CAT GRADER 135HP 12G 2382751 94 CAT GRADER 135HP 12G 2382754 04 CAT GRADER 140HP 12H 2392701 92 CAT GRADER 14FT 1 140G 2392706 01 CAT GRADER 140HP 140H 2392707 01 CAT GRADER 140 H 140H 2392708 01 CAT GRADER 140 HP 140H 2392716 87 CAT GRADER 14FT 1 140G 2392719 85 CAT GRADER 12FT 1 140G 2392720 87 CAT GRADER 14FT 1 140G 2392722 95 CAT GRADER 140G 2392724 97 CAT GRADE 14FT 140H 2392744 91 CAT GRADER 14FT 1 140G 2392745 97 CAT GRADED 14FT 140H 2392756 07 KOMATSU MOTOR GRA G0655-3E0 2452200 92 CAT CRAWLER DOZER D3C 2452203 02 KOMAT CRAWL DOZR D39P-1A/02 2452205 03 CAT CRAWLER DOZR D5M 2452206 04 KOMAT CRAWLR DOZE D37PX-21 2452209 03 KOMAT CRWLER DOZR D39PX-21 2452216 99 CAT CRAWLER DOZER D4C 2452253 97 CAT CRAWLER DOZER D3CXL S111 2462201 94 CAT CRAWLER DOZER D5H 2462208 07 KOMATSU CRAWLER D D51 PX-22 2462210 02 CAT CRWLER DOZR 9 D5G 2462228 05 CAT CRWLR DOZR 90 D5GLGP 2462229 05 CAT CRWLR DOZR 90 D5GLGP 2462250 97 CAT CRAWLER DOZER D5M LGP 2462251 99 CAT CRAWLER DOZER D5M LGP 2462252 95 CAT CRAWLER DOZER D5H XL 2472202 78 CAT CRWLER DOZER D6D 2472207 84 CAT CRAWLER DOZR D6D 2472212 88 CAT CRWLR DOZR 16 D6H 2472214 03 J DEERE CRWLR DOZ 650H 2472220 97 CAT CRWLR DOZR 16 D6R 2472222 93 KOMAT CRWL DOZR 1 D65EX 2472254 78 CAT CRAWLER DOZER D6D 2482227 80 CAT CRWLR DOZR 20 D-7 2532800 07 JOHN DEERE BACKHO 410J 2532801 07 JOHN DEERE BACKHO 410J 2532806 97 CAT WHEEL BACKHOE 426B 2532807 97 CAT WHEEL BACKHOE 4268 2532809 95 JD WH BHOE 1YD 75 410D 2532810 93 JD WH BHOE 1YD 75 410D 2532811 93 JD WH BHOE 1YD 75 410D 2532813 04 KOMATSU WHL BACKH WB140-2N 2532816 94 JD BACKHOE 310D Page 5,of 7 Reeves Construction Equipment List Reeves Equipment No. Make & Type Model 2532830 02 JD WHEELED BACKHO 410G 2532831 02 JD WHEELED BACKHO 410G 2532832 05 JD WHEELED BACKHO 410G 2532835 06 JD WHEELED BACKHO 410G 2532836 06 JD BACKHOE 1.3YD 310SG 2532837 07 CAT ITC BACKHOE 420E 2532838 07 CAT ITC BACKHOE 420E 2563802 00 BLAWKNOX TRACK PA PF5510 2563803 08 ROADTEC TRACK PAV RP195 2573819 95 BLAWKNOX PAVER 13 PF171 2583808 94 BLAWKNOX PAVER W/ PF200B 2583825 96 BLAWKNOX PAVER 15 PF3180 2583833 00 BLAWKNOX PAVER 18 PF3200 2583834 00 BLAWKNOX PAVER PF3200 2583835 01 BLAWKNOX PAVER 18 PF3200 2583836 02 BLAWKNOX PAVER 18 PF3200 2583837 03 BLAWKNOX PAVER 18 PF3200 2583838 04 BLAWKNOX PAVER 18 PF3200 2583839 04 BLAWKNOX PAVER 18 PF3200 2583840 06 BLAWKNOX PAVER PF3200 2583841 06 BLAWKNOX PAVER PF3200 2583842 07 ROADTEC PAVER RP190 2583850 04 ROADTEC PAVER RP190-10 2583852 95 ROADTEC PAVER RP180-10 2614209 99 ROADTEC SHUTTLE B SB2500 2614214 02 B KNOX MATERIAL H MC330 2614217 06 B KNOX MATERIAL H MC330 2614218 03 ROADTEC MATERIAL SB2500C 2614219 02 ROADTEC SHUTTLE B SB2500 2654213 00 WIRTGEN MILL MACH 1900DC 2654215 98 WIRTGEN MILL MACH 1900DC 2654220 06 CAT MILLING MACHI PM201 2683815 79 ETNYRE CHIP SPREA ETNYRE SP 2714211 94 CAT SOIL STAB/MIX RR-250 2714216 01 CAT SOIL STAB/MIX SS250B 2744205 96 GOMACO GRADE TRIM GT9000 2764303 92 GOMACO CURB MACHI GT-6200 2793807 93 BLAWKNOX WIDE MAC RW195 2793810 85 BLAWKNOX WIDE MAC RW195 2793811 03 BLAWKNOX WIDE MAC RW100A 2793821 90 BLAWKNOX WIDE MAC RW195D 2793851 89 BLAWKNOX WIDE MAC RW100 2793852 06 MIDLAND ROAD WIDE SA 2983900 86 JERSEY SPREADER 102 2983901 83 JERSEY SPREADER 2983902 83 JERSEY SPREADER 2983906 83 BLAWKNOX SPREADER 2983920 JERSEY SPREADER Page 6 of 7 Reeves Construction Equipment List Reeves Equipment No. Make & Type Model 8064300 93 POWER CURBER PC150 8064301 96 EXTRUD POW CURB 440 8064304 94 EXTRUDED POWER CU PC150 8362903 87 JD FARM TRACTOR S 1450 8362904 84 FORD FARM TRACTOR TW5 8362905 85 FORD FARM TRACTOR TW5 8362907 86 JD FARM TRACTOR S 1250 8362910 90 JD FARM TRACTOR L 4455 8362913 88 JD FARM TRACTOR L 4450 8362914 84 JD FARM TRACTOR S 1530 8362917 93 JD FARM TRACTOR 1250 8362921 84 JD FARM TRACTOR L 4450 8362924 94 FORD TRACTOR 7610 8362929 98 NEW HOLLAND TRACT 7610S 8362951 91 FORD FARM TRACTOR 761 8362952 07 JD SCRAPER TRACTO 8430 8385012 87 BLOWER 8385020 FINN HAY BLOWER B70TD 8385022 FINN HAY BLOWER MSD30 8385024 92 FINN HAY BLOWER B-70 8385025 01 FINN HAY BLOWER B-70 8414000 95 CHALLENGER II BRO 8414003 08 ROSCO BROOM CHALLNGIII 8414004 08 ROSCO BROOM CHALLNGIII 8414005 08 ROSCO BROOM CHALLNGIII 8414006 96 CHALLENGER II BRO 8414007 96 BROCE BROOM RJ300 8414008 97 CHAL II BROOM RE 8414013 99 BROCE BROOM RC350 8414018 92 CHALLENGER II BRO 8414022 00 BROCE BROOM RC350 8414025 96 CHALLENGER II BRO 8414026 01 BROCE BROOM RC350 8414027 01 CHALLENGER II BRO 8414028 01 CHALLENGER II BRO 8414029 01 CHALLENGER II BRO 8414030 01 BROCE BROOM RJ350 8414031 02 CHALLENGER II BRO 8414032 04 ROSCO CHALL II BR 4840 8414050 90 BROCE BROOM 8FT RC300 8414051 97 BROCE BROOM 8FT RC350 8414052 04 ROSCO CHALLENGER CHALLENGER 8414055 91 FORD TRACTOR BROO 3930 8414056 98 LAY-MOR 3 WHL BRO 8B 8414057 96 LAY-MOR 3 WHL BRO 8B 8414058 05 TERRAMITE BROOM TSS38 8414059 05 BROCE BROOM RJ350 Page 7 of 7 Bond No. 015204589 e Liberty f� Mutual, Document A312TM - 2010 Conforms with The American Institute of Architects AIA Document 312 Performance Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place of business) Reeves Construction Co. Liberty Mutual Insurance Company 1 APAC Industrial Way 175 Berkeley Street This document has important legal consequences.Consultation with Augusta, GA 30907 Boston, MA 02116 an attorney is encouraged with Mailing Address for Notices respect to its completion or OWNER: Liberty Mutual Insurance Company modification. (Name, legal status and address) Attention:Surety Claims Department Any singular reference to 1001 4th Avenue,Suite 1700 Contractor,Surety,Owner or City of Augusta Georgia Commission Seattle,WA 98154 other party shall be considered plural where applicable. 535 Telfair Street Augusta, GA 30901 CONSTRUCTION CONTRACT Date: !(3(((r Amount:$ 11,246,487.20 Eleven Million Two Hundred Forty Six Thousand Four Hundred Eighty Seven Dollars and 20/100 Description: (Name and location) PI #0011381 & PI #0011413 Phase II Berkmans Road Widening and Realignment& Bridge Replacement over Raes Creek BOND Date: (Not earlier than Construction Contract Date) Amount:$ $11,246,487.20 Eleven Million Two Hundred Forty Six Thousand Four Hundred Eighty Seven Dollars and 20/100 Modifications to this Bond: XQ None See Section 16 CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Reeves Construction Co. Liberty Mutual Insura Co ►•:ny ° l 'ti� ,t 1912 Signature: Il,r 6„. Signature: '�'ssacNUS �� GALA) r Name R.)�t«eA1 Name Bethany.to en`.on and Title: 111 ` G✓ and Title: Attorney in ac GaNsr (Any additional signatures appear on the last page of this Performance Bond.) • •..•9(� (FOR INFORMATION ONLY—Name,address and telephone) +•, ••O�pOg �� .�O', AGENT or BROKER: OWNER'S REPRESENTATIVE: Willis of New York, Inc. (Architect,Engineer or other party:) Brookfield Place, 200 Liberty Street, 6th Floor ' ••'•.•••O1955G��°� P New York, NY 10281 212-915-8888 S-1852/AS 8/10 §1 The Contractor and Surety,jointly and severally,bind themselves,their heirs,executors,administrators,successors and assigns to the Owner for the performance of the Construction Contract,which is incorporated herein by reference. §2 If the Contractor performs the Construction Contract,the Surety and the Contractor shall have no obligation under this Bond,except when applicable to participate in a conference as provided in Section 3. §3 If there is no Owner Default under the Construction Contract,the Surety's obligation under this Bond shall arise after .1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default.Such notice shall indicate whether the Owner is requesting a conference among the Owner,Contractor and Surety to discuss the Contractor's performance.If the Owner does not request a conference,the Surety may,within five(5)business days after receipt of the Owner's notice,request such a conference.If the Surety timely requests a conference,the Owner shall attend.Unless the Owner agrees otherwise,any conference requested under this Section 3.1 shall be held within ten(10)business days of the Surety's receipt of the Owner's notice.If the Owner,the Contractor and the Surety agree,the Contractor shall be allowed a reasonable time to perform the Construction Contract,but such an agreement shall not waive the Owner's right,if any,subsequently to declare a Contractor Default; .2 the Owner declares a Contractor Default,terminates the Construction Contract and notifies the Surety;and .3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. §4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply with a condition precedent to the Surety's obligations,or release the Surety from its obligations,except to the extent the Surety demonstrates actual prejudice. §5 When the Owner has satisfied the conditions of Section 3,the Surety shall promptly and at the Surety's expense take one of the following actions: §5.1 Arrange for the Contractor,with the consent of the Owner,to perform and complete the Construction Contract; §5.2 Undertake to perform and complete the Construction Contract itself,through its agents or independent contractors; §5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract,arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner's concurrence,to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract,and pay to the Owner the amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default;or §5.4 Waive its right to perform and complete,arrange for completion,or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation,determine the amount for which it may be liable to the Owner and,as soon as practicable after the amount is determined,make payment to the Owner;or .2 Deny liability in whole or in part and notify the Owner,citing the reasons for denial. §6 If the Surety does not proceed as provided in Section 5 with reasonable promptness,the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond,and the Owner shall be entitled to enforce any remedy available to the Owner.If the Surety proceeds as provided in Section 5.4,and the Owner refuses the payment or the Surety has denied liability,in whole or in part,without further notice the Owner shall be entitled to enforce any remedy available to the Owner. S-1852/AS 8/10 §7 If the Surety elects to act under Section 5.1,5.2 or 5.3,then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract,and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract.Subject to the commitment by the Owner to pay the Balance of the Contract Price,the Surety is obligated,without duplication,for .1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; .2 additional legal,design professional and delay costs resulting from the Contractor's Default,and resulting from the actions or failure to act of the Surety under Section 5;and .3 liquidated damages,or if no liquidated damages are specified in the Construction Contract,actual damages caused by delayed performance or non-performance of the Contractor. §8 If the Surety elects to act under Section 5.1,5.3 or 5.4,the Surety's liability is limited to the amount of this Bond. §9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract,and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations.No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs,executors,administrators,successors and assigns. § 10 The Surety hereby waives notice of any change,including changes of time,to the Construction Contract or to related subcontracts,purchase orders and other obligations. §11 Any proceeding,legal or equitable,under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond,whichever occurs first.If the provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. §12 Notice to the Surety,the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. §13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. §14 Definitions §14.1 Balance of the Contract Price.The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made,including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled,reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. §14.2 Construction Contract.The agreement between the Owner and Contractor identified on the cover page,including all Contract Documents and changes made to the agreement and the Contract Documents. § 14.3 Contractor Default.Failure of the Contractor,which has not been remedied or waived,to perform or otherwise to comply with a material term of the Construction Contract. §14.4 Owner Default.Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. §14.5 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. § 15 If this Bond is issued for an agreement between a Contractor and subcontractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. S-1852/AS 8/10 §16 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company:p Y= (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address Address S-1852/AS 8/10 w Bond No. 015204589 s i Liberty Pm' Mt ititiii. Document A312 2010 Conforms with The American Institute of Architects AIA Document 312 Payment Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place of business) Reeves Construction Co. Liberty Mutual Insurance Company 1 APAC Industrial Way 175 Berkeley Street This document has important legal consequences.Consultation with Augusta, GA 30907 Boston, MA 02116 an attorney is encouraged with Mailing Address for Notices respect to its completion or OWNER: Liberty Mutual Insurance Company modification. Attention:Surety Claims Department Any singular reference to (Name,legal status and address) 1001 4th Avenue,Suite 1700 Contractor,Surety,Owner or Seattle,WA 98154 City of Augusta Georgia Commission other party shall be considered plural where applicable. 535 Telfair Street Augusta, GA 30901 CONSTRUCTION CONTRACT Date: I f 3d/'l' Amount:$ 11,246,487.20 Eleven Million Two Hundred Forty Six Thousand Four Hundred Eighty Seven Dollars and 20/100 Description: (Name and location) PI#0011381 & PI#0011413 Phase ll Berkmans Road Widening and Realignment& Bridge Replacement over Raes Creek BOND Date: (Not earlier than Construction Contract Date) Amount:$ 11,246,487.20 Eleven Million Two Hundred Forty Six Thousand Four Hundred Eighty Seven Dollars and 20/100 Modifications to this Bond: © None El See Section 18 CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Reeves Construction Co. �A�'NsuRa Liberty Mutual Insurance ' wipe , .. 4`.ow°41%�, .- 1912 a Signature: ',) • t. t Signature: , '�'SSacHUS t= Name % au, t .#54.4419‘ Name Bethany Sty co,'soi and Title: Lvand Title: Attorney-in( •ct ov% Mu skull c.v .oOI4S7 (Any additional signatures appear on the last page of this Payment Bond) 44".'pPDRg4,•.0 ''i (FOR INFORMATION ONLY—Name,address and telephone) F ' iapY .p AGENT or BROKER: OWNER'S REPRESENTATIVE: CSC t S E AL e Z Willis of New York, Inc. (Architect,Engineer or other party) Brookfield Place, 200 Liberty Street, 6th Floor �'•'•• i955•''�� EOFIG�A New York, NY 10281 +P, \`\4" 212-915-8888 S-2149/AS 8/10 §1 The Contractor and Surety,jointly and severally,bind themselves,their heirs,executors,administrators,successors and assigns to the Owner to pay for labor,materials and equipment furnished for use in the performance of the Construction Contract,which is incorporated herein by reference, subject to the following terms. §2 If the Contractor promptly makes payment of all sums due to Claimants,and defends,indemnifies and holds harmless the Owner from claims, demands,liens or suits by any person or entity seeking payment for labor,materials or equipment furnished for use in the performance of the Construction Contract,then the Surety and the Contractor shall have no obligation under this Bond. §3 If there is no Owner Default under the Construction Contract,the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety(at the address described in Section 13)of claims,demands,liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor,materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims,demands,liens or suits to the Contractor and the Surety. §4 When the Owner has satisfied the conditions in Section 3,the Surety shall promptly and at the Surety's expense defend,indemnify and hold harmless the Owner against a duly tendered claim,demand,lien or suit. §5 The Surety's obligations to a Claimant under this Bond shall arise after the following: §5.1 Claimants,who do not have a direct contract with the Contractor, .1 have furnished a written notice of non-payment to the Contractor,stating with substantial accuracy the amount claimed and the name of the party to whom the materials were,or equipment was,furnished or supplied or for whom the labor was done or performed,within ninety(90)days after having last performed labor or last furnished materials or equipment included in the Claim; and .2 have sent a Claim to the Surety(at the address described in Section 13). §5.2 Claimants,who are employed by or have a direct contract with the Contractor,have sent a Claim to the Surety(at the address described in Section 13). §6 If a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor,that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-payment under Section 5.1.1. §7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2,whichever is applicable,the Surety shall promptly and at the Surety's expense take the following actions: §7.1 Send an answer to the Claimant,with a copy to the Owner,within sixty(60)days after receipt of the Claim,stating the amounts that are undisputed and the basis for challenging any amounts that are disputed;and §7.2 Pay or arrange for payment of any undisputed amounts. §7.3 The Surety's failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim,except as to undisputed amounts for which the Surety and Claimant have reached agreement. If,however,the Surety fails to discharge its obligations under Section 7.1 or Section 7.2,the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. §8 The Surety's total obligation shall not exceed the amount of this Bond,plus the amount of reasonable attorney's fees provided under Section 7.3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. §9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims,if any,under any construction performance bond.By the Contractor furnishing and the Owner accepting this Bond,they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond,subject to the Owner's priority to use the funds for the completion of the work. S-2149/AS 8/10 §10 The Surety shall not be liable to the Owner,Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond,and shall have under this Bond no obligation to make payments to,or give notice on behalf of,Claimants or otherwise have any obligations to Claimants under this Bond. § 11 The Surety hereby waives notice of any change,including changes of time,to the Construction Contract or to related subcontracts,purchase orders and other obligations. §12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date(1)on which the Claimant sent a Claim to the Surety pursuant to Section 5.1.2 or 5.2,or(2)on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract,whichever of(1)or(2)first occurs.If the provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. §13 Notice and Claims to the Surety,the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears.Actual receipt of notice or Claims,however accomplished,shall be sufficient compliance as of the date received. §14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. §15 Upon request by any person or entity appearing to be a potential beneficiary of this Bond,the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. §16 Definitions §16.1 Claim.A written statement by the Claimant including at a minimum: .1 the name of the Claimant; .2 the name of the person for whom the labor was done,or materials or equipment furnished; .3 a copy of the agreement or purchase order pursuant to which labor,materials or equipment was furnished for use in the performance of the Construction Contract; .4 a brief description of the labor,materials or equipment furnished; .5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; .6 the total amount earned by the Claimant for labor,materials or equipment furnished as of the date of the Claim; .7 the total amount of previous payments received by the Claimant;and .8 the total amount due and unpaid to the Claimant for labor,materials or equipment furnished as of the date of the Claim. § 16.2 Claimant.An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Construction Contract.The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located.The intent of this Bond shall be to include without limitation in the terms"labor,materials or equipment"that part of water,gas,power,light,heat,oil,gasoline, telephone service or rental equipment used in the Construction Contract,architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors,and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor,materials or equipment were furnished. §16.3 Construction Contract.The agreement between the Owner and Contractor identified on the cover page,including all Contract Documents and all changes made to the agreement and the Contract Documents. S-2149/AS 8/10 §16.4 Owner Default.Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. §16.5 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. §17 If this Bond is issued for an agreement between a Contractor and subcontractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. §18 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties,other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address Address S-2149/AS 8/10 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated.Not valid for mortgage,note,loan,letter of credit,bank deposit,currency rate,interest rate or residual value guarantees. To confirm the validity of this Power of Attorney call 610-832-8240 between 9:00 am and 4:30 pm EST on any business day. 'V*,, Liberty Liberty Mutual Insurance Company f � The Ohio Casualty Insurance Company Mutual. West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint,Bethany Stevenson of the city of New York ,state of NY its true and lawful attorney-in-fact,with full power and authority hereby conferred to sign, execute and acknowledge the following surety bond: Principal Name:Reeves Construction Co. Obligee Name: City of Augusta Georgia Commission Surety Bond Number:015204589 Bond Amount: See Bond Form IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 12th day of December,2018. P.tNSUgQ J101 INsof PNINSUgq The Ohio Casualty Insurance Company ` c05Poik;+,f� `, �4.°�°N,+`n �,���o,,coRPOR4T� Liberty Mutual Insurance Company 1912 = 1919 3 i 1991 Wes merirriicaann Insurance Company it y y ab 2 c aD ' , m')9SSACHJ5 F S./ HAM? F knoll' f By: � * * * David M Carey,Assistant Secretary STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 12th day of December,2018,before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute 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 have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. yP PASCOMMONWEALTH OF PENNSYLVANIA itifitt) Q��H2ONW�c...._ Stu !? y Notarial Seal Teresa Pastella,Notary Public -C (' OF Upper Merlon Twp.,Montgomery County By: % �,P My Commission Expires March 28,2021 Teresa Pastella,Notary Public 'yp NSYL1 �V Member,Pennsylvania Association of Notaries rgRY PVO� This Power of Attome is made and executed pursuant to and by authority of the following By-laws and Authorizations of Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV—OFFICERS—Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute, seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney- in-fact under the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ARTICLE XIII—Execution of Contracts—SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,of Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company do hereby certify that this power of attorney executed by said Companies is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of , JPt,INSUgq c INSUgq `PNINSURQ�RP°R„,„yep cS���.,(50,84:k919 2 1991 By:\Q�ab AM45� F �NDIANp' s * 'IA, Liberty LIBERTY MUTUAL INSURANCE COMPANY l Mutual, FINANCIAL STATEMENT—DECEMBER 31,2017 SURETY Assets Liabilities Cash and Bank Deposits $370,003,299 Unearned Premiums $7,503,154,587 *Bonds—U.S Government 1,331,664,975 Reserve for Claims and Claims Expense 19,658,731,454 *Other Bonds 11,127,053,004 Funds Held Under Reinsurance Treaties 224,693,828 Reserve for Dividends to Policyholders 967,520 *Stocks 16,367,850,688 Additional Statutory Reserve 52,491,027 Real Estate 272,895,626 Reserve for Commissions,Taxes and Agents'Balances or Uncollected Premiums 5,258,657,823 Other Liabilities 4,049,392,852 Accrued Interest and Rents 100,341,596 Total $31,489,431,268 Other Admitted Assets Special Surplus Funds $176,230,822 11,192,287,530 Capital Stock 10,000,000 Paid in Surplus 9,484,316,385 Unassigned Surplus 4,860,776,066 Total Admitted Assets $46,020,754,541 Surplus to Policyholders 14,531,323,273 Total Liabilities and Surplus $46,020,754,541 ti�su n Bonds are stated at amortized or investment value;Stocks at Association Market Values. 19t2 z The foregoing financial information is taken from Liberty Mutual Insurance Company's financial 5 sa a statement filed with the state of Massachusetts Department of Insurance. I, TIM MIKOLAJEWSKI,Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation,as of December 31,2017,to the best of my knowledge and belief. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington,this 16th day of March,2018. Assistant Secretary S-1262LMIC/a 3/18 Augusta, GA Engineering Department AGREEMENT BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK P.I. # 0011381 & PI 0011413 2018/2019 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK SECTION 9: AGREEMENT THIS AGREEMENT, made on the kt day of ( er^ft\Oep( , MO by and between the CITY OF AUGUSTA, party of the first part, hereinafter called the OWNER, and party of the second part, hereinafter called the CONTRACTOR. WITNESSETH,that the Contractor and the Owner, for the considerations hereinafter names, 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 as shown on the plans and described in the specifications for the project entitled: PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK P.I. # 0011381 & PI# 0011413 and in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions, and Technical Specifications, 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 to the Contractor to proceed. All work shall be completed within 27 months with such extensions of time as are 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 executed regularly, A-1 Berckmans Road Improvement Project,Phase II Augusta,GA PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK diligently, and uninterruptedly at such rate of progress as will insure 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. ONCE MOBILIZED,THE CONTRACTOR SHALL NOT STOP MAJOR CONSTRUCTION ACTIVITIES FOR MORE THAN 14 DAYS, UNLESS APPROVED BY THE ENGINEERING DEPARTMENT. IN THE EVENT THAT UNAPPROVED MAJOR CONSTRUCTION ACTIVITIES ARE CEASED FOR MORE THAN 14 DAYS, A TOTAL OF TWO THOUSAND DOLLARS ($2,000) SHALL BE PAID TO THE OWNER FOR EACH AND EVERY CALENDAR DAY THE CONTRACTOR DOES NOT COMMENCE MAJOR CONSTRUCTION ACTIVITIES. MAJOR CONSTRUCTION ACTIVITIES SHALL BE DETERMINED BY THE ENGINEERING DEPARTMENT. 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 Two Thousand Dollars$2,000 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 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 Proposal and Schedule of Items. No variations shall be made in the amount except as set forth in the specifications attached hereto. (b) Progress Payment A-2 Berckmans Road Improvement Project,Phase 11 Augusta,GA PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 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 proceeding 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, make such inspection and when he finds the work acceptable under the contract and the contract fully performed, he will promptly issue a final certificate, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the owner within 15 days after the date of said final certificate. (b) Before final payment is due, the Contractor shall submit evidence satisfactory to the 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 18 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. (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. A-3 Berckmans Road Improvement Project,Phase II Augusta,GA PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK (e) Notwithstanding any provision of the General Conditions, there shall be no substitution of materials or change in means, methods, techniques, sequences or procedures of construction that are not determined to be equivalent to those indicated or required in the Contract Document,without an Amendment to the Contract. (f) Each payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. A-4 Berckmans Road Improvement Project,Phase II Augusta,GA PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 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. x, '"E AUGUSTA, GEORGIA ler ik` COMMISSION-COUNCIL ,<le r�•4."•*wa VA g f°'�� r fpr' (Owner) �* ,r- " 'z t L �i CO s at BYJY,c : L‘iSEAi.It, '''it A: 0 AQ1,1 Honorable Hardie Davis,Jr., g ' COi dalkigr'ia:,1:44P* /PA/. 45,4v 43t / ‘:,-.14,, rf1.3 /iq f Attest to Cler of Commission iShb\f\P ilAci I 1 ' Witness 1 CONTRACTOR: 'C'..,l1cS Cal'"S 1 tkgl CSNQ4 r•I'y -=G®HS7 By: rii,A.5 41,..... 41,144 ...._--. ....v.,4:4,......0,,,:,,, ;...--.,-...„..0 4, •.... ,, ,,,,,,: ,„ ..0 ,„ AL . Title: kg.%to" rya, SEAL ,' t 1c _ Address: ( A2 c f NI7tYf 2t Cyki, Attest Q,b45i A/ CA 307 o7 1- 1() Secreta ! / Witness A-5 Berckmans Road Improvement Project,Phase II Augusta,GA Augusta, GA Engineering Department SPECIAL CONDITIONS BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK P.I. # 0011381 & PI 0011413 2018/2019 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK SECTION 10: SPECIAL CONDITIONS INDEX TO SPECIAL CONDITIONS SECTION SC-01 Scope SC-02 Bonds SC-03 Protection of the Environment SC-04 Project Sign SC-05 Temporary Toilets SC-06 City Acceptance SC-07 Record Drawings SC-08 Basis of Payment SC-09 Existing Structures SC-10 Salvage Material SC-11 Referenced Specifications SC-12 Traffic Control SC-13 Compliance with Laws, Codes, and Regulations, Etc. SC-14 Site Access SC-15 Georgia Prompt Pay Act SC-16 Disputes SC-17 Interest Not Earned on Retainage SC-18 Equivalent Materials SC-19 After Hours Inspection SC-20 Masters Golf Tournament SC-21 Coordination of Work SC-22 Suspension of the Work, Termination, and Delay SC-23 Estimate of Quantities SC-24 Defective Pricing sc-i Berckmans Road Improvement Project,Phase II Augusta,GA PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK SC-25 Specified Excuses for Delay or Non-Performance SC-26 Contract Termination SC-27 Hold Harmless SC-28 Contingent Fees SC-29 Site Conditions SC-30 Contractual Obligations SC-31 Landfill SC-32 Inspections SC-33 Local Small Businesses SC-2 Berckmans Road Improvement Project,Phase II Augusta,GA PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK SC-01 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 as shown on the plans and described in the specifications for the project entitled: PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK P.I. # 0011381 & 0011413 and in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions, Provisions, and Technical Specifications hereto attached, which are hereby made a part of this agreement. SC-02 BONDS: The Contractor will include in the lump sum payment for Lump Sum Construction the cost of his performance and payment bonds. ' SC-03 PROTECTION OF THE ENVIRONMENT: The Contractor will carefully schedule his work so that a minimum amount of exposed earth will be subject to erosion by rainfall or wind, and he will provide means satisfactory to the Engineer to minimize the transportation of silt and other deleterious material into the stream beds of water courses adjacent to the project. All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, must show approval of either EPA or USDA. Use of all such chemicals and disposal of residues shall be in conformance with printed instructions. SC-3 Berckmans Road Improvement Project,Phase II Augusta,GA PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK SC-04 PROJECT SIGN: The Contractor will furnish and install two (2) project sign on the construction site. The sign will carry in a prominent manner the names of the project, the Owner, the Engineer, the Contractor, 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 8 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 signs in the lump sum bid item for Grading Complete. Project sign measurements attached at the end of the document. — . Ul ' ■--' ■ 1I. 1736 A G A PROJECT: OWNER: AUGUSTA ENGINEERING DEPT, ENGINEER: XJO(J(X ENGI CONTRACTOR:MOO( CONSTRUCTION 0o1 24HR CONTACT; 1() X,X)(4000( SC-05 TEMPORARY TOILETS: Contractor shall provide temporary toilet facilities on the site for workmen employed in the construction work. Toilets shall be adequate for the number of men employed and shall be maintained in a clean and sanitary condition. Workmen shall be required to use only these toilets. At completion of the work, toilets used by Contractor shall be removed and SC-4 Berckmans Road Improvement Project,Phase II Augusta,GA PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK premises left in the condition required by the Contract. SC-06 CITY ACCEPTANCE: Notwithstanding any other obligations of the Contractor, he shall complete the work to the full satisfaction of the Augusta Engineering Department and the Engineer. This provision shall not relieve the Contractor of his responsibilities for guarantees. SC-07 RECORD DRAWINGS: The Contractor will maintain in his office one complete set of drawings (including any supplemental sketches) pertaining to the project upon which, at the end of each day's work any deviations from the construction lines shown thereon and all changes ordered by the Engineer will be shown accurately in red pencil. If necessary, supplemental drawings will be made to show details of deviations or changes, and these will be kept with the marked set. The drawings will be available to the Engineer for inspection during construction. Satisfactory progress toward the preparation of the record drawings shall be a condition of approval of monthly payment estimates. At the completion of construction, prior to submitting his estimate for final payment, and as a condition for payment thereof, three copies of the record drawings, satisfactorily completed, will be transmitted to the Engineer. SC-08 BASIS OF PAYMENT: As explained in the section "Instructions to Bidders," payment for all items of construction will be made at the total of the actual number of units installed at the unit prices stated in the Bid Schedule to the Proposal. The partial payments described in the Agreement will be made based on the actual number of units of work completed during the month and in- place at the unit prices stated in the Bid Schedule. SC-09 EXISTING STRUCTURES: Where sidewalks, street signs, private signs, walls, sidewalks, fences, 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. SC-5 Berckmans Road Improvement Project,Phase II Augusta,GA PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK SC-10 SALVAGE MATERIAL: All existing installations to be removed, including but not limited to masonry and concrete rubble, asphalt, pipe, etc. will be recycled as director by the Engineer or properly disposed of at an approved permitted location by the Contractor. SC-11 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. SC-12 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. In addition, see Technical Specifications—Section 150. SC-13 COMPLIANCE WITH LAWS, CODES,AND 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. SC-6 Berckmans Road Improvement Project,Phase II Augusta,GA PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 2. High Voltage Act: The Contractor by signing the contract acknowledges that he is fully aware of the contents and requirements of "Act No. 525, Georgia law 1960, and any amendments thereto, and Rules and Regulations of the commissioner of Labor pursuant thereto" (the preceding requirements within quotation marks being hereinafter referred to as the "high voltage act"), and the Contractor shall comply therewith. The signing of Contract shall also confirm on behalf of the Contractor that he: A. has visited the premises and has taken into consideration the location of all electrical power lines on and adjacent to all areas onto which the contract documents require to permit the Contract either to work, to store materials, or to stage operations, and B. that the Contractor has obtained from the Owner of the aforesaid electric power lines advice in writing as to the amount of voltage carried by the aforesaid lines. The Contractor agrees that he is the "person or persons responsible for the work to be done" as referred to in the high voltage act and that accordingly the Contractor is solely "responsible for the completion of the safety measures which are required by Section 3 of the high voltage act before proceeding with any work." The Contractor agrees that prior to the completion of precautionary measures required by the high voltage act he will neither bring nor permit the bringing of any equipment onto the site (or onto any area or areas onto which the contract documents require or permit the Contractor to work, to store materials, or to stage operations) with which it is possible to come within eight feet of any high voltage line or lines pursuant to operations arising out of performance of the Contract. The foregoing provisions apply to power lines located (a) on the site and (b) on any area or areas onto which the contract documents require or permit the Contractor either to work, to store materials, or to stage operations, or (c) within working distance for equipment or materials, being used on (a) and (b) above. These provisions of the Contract do not limit or reduce the duty of the Contractor otherwise owed to the Owner, to other parties, or to both. The Contractor agrees that the foregoing provisions supplement provisions of the General Conditions. The Contractor agrees and acknowledges that any failure on his part to adhere to the high voltage act shall not only be a violation of law but shall also be a breach of contract and specific violation of the provisions of the General Conditions which pertains to safety precautions. SC-7 Berckmans Road Improvement Project,Phase II Augusta,GA PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 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. SC-14 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 only these routes unless prior written approval is given by the Owner. SC-15 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. SC-16 DISPUTES: The law of the State of Georgia shall govern the Contract between Owner and Contactor with regard to its interpretation and performance, any other claims related to this contract. 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. SC-17 INTEREST NOT EARNED ON RETAINAGE: Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due to the Contractor on any sum held as retainage pursuant to this SC-8 Berckmans Road Improvement Project,Phase II Augusta,GA PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK Agreement and Contractor specifically waives any claim to same. SC-18 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. SC-19 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 notify Owner/Engineer 48hours in advance and get Owner/Engineer approval. No work shall be performed during after hours without advance approval by the Owner/Engineer SC-20 MASTERS GOLF TOURNAMENT: Any work planned to be accomplished during or directly before the Masters Golf Tournament must be submitted to and approved in writing by the Owner. Consideration will be given only for contract time extensions as a result of delays in accomplishing the work. No consideration will be given for claims for damages. SC-21 COORDINATION OF WORK: Owner may perform other construction activities or have other infrastructure improvement / drainage improvement project in this project area or in vicinity of this project area; the Contractor for this project must coordinate construction activities and allow ingress and egress for other contractors. SC-22 TEMPORARY SUSPENSION OR DELAY OF PERFORMANCE OF CONTRACT: To the extent that it does not alter the scope of this Contract, Augusta, Georgia reserves the right of unilaterally ordering, without any cause, a temporary stopping of the work, or delaying of the work to be performed by the Contractor or Consultant under this Contract. Augusta, Georgia will not be held liable for compensation to the Contractor/ Consultant for an SC-9 Berckmans Road Improvement Project,Phase II Augusta,GA PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK extension of contract time or increase in contract price, or both, directly attributable to this action of Augusta, Georgia. SC-23 ESTIMATE OF QUANTITIES: The estimated quantities of work to be done and materials to be furnished under this contract if shown in any of the documents including the bid are given only for use in comparing bids and to indicate approximately the total amount of the contract and the right is especially reserved except as herein otherwise specifically limited to increase or diminish them as may be deemed reasonably necessary or desirable by Augusta, GA to complete the work contemplated by this contract and such increase or diminution shall in no way vitiate this contract nor shall any such increase or diminution give cause for claims or liability for damages. SC-24 DEFECTIVE PRICING: To the extent that the pricing provided by the contractor is erroneous and defective, the parties may, by agreement, correct pricing errors to reflect the intent of the parties. SC-25 SPECIFIED EXCUSES FOR DELAY OR NON-PERFORMANCE: The contractor is not responsible for delay in performance caused by acts of nature, strikes, lockouts, accidents, or other events beyond the control of the contractor. In any such event, the contract price and schedule shall be equitably adjusted. SC-26 CONTRACT TERMINATION: 1.The Owner may terminate this contract in part of in whole upon written notice to the Contractor. The Contractor shall be paid for any validated services under this Contract up to the time of termination. 2.The Contractor shall promptly remove from the premises all work rejected by the Engineer for failure to comply with the Contract Documents, whether incorporated in the construction or not and the Contractor shall promptly replace and re-execute the work in accordance with the Contract Documents and without expense to the Owner and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. sc-10 Berckmans Road Improvement Project,Phase II Augusta,GA PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 3. All removal and replacement work shall be done at the Contractor's expense. If the Contractor does not take action to remove such rejected work within ten (10) days after receipt of written notice, the Owner may remove such work and store the materials at the expense of the Contractor. 4. Any omissions or failure on the part of the Engineer to disapprove or reject any work or material shall not be construed to be an acceptance of any defective work or material. The Contractor shall remove, at his own expense and shall rebuild and replace same without extra charge and in default thereof the same may be done by the Owner at the Contractor's expense or in case the Engineer shall not consider the defect of sufficient importance to require the Contractor to rebuild or replace any imperfect work or material, he shall have the power and is hereby authorized to make an equitable deduction from the stipulated price. SC-27 HOLD HARMLESS: Except as otherwise provided in this Contract, the contractor shall indemnify and hold harmless Augusta, Georgia, 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. SC-28 CONTINGENT FEES: The contractor is prohibited from directly or indirectly advocating in exchange for compensation that is contingent in any way upon the approval of this contract or the passage, modification, or defeat of any legislative action on the part of the Augusta, Georgia Commission the contractor shall not hire anyone to actively advocate in exchange for compensation that is contingent in any way upon the passage, modification, or defeat of any contract or any legislation that is to go before the Augusta, Georgia Commission. SC-29 SITE CONDITIONS: Site conditions differing from those indicated in the contract, or ordinarily encountered, except that a differing site conditions clause need not be included in a contract: (i) When the contract is negotiated, (ii) When the contractor provides the site or design, or (iii) When the parties have otherwise agreed with respect to the risk of differing site conditions sc-11 Berckmans Road Improvement Project,Phase II Augusta,GA PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK SC-30 CONTRACTUAL OBLIGATIONS: The 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, the contractor is deemed to possess knowledge concerning Augusta, Georgia's ability to assume contractual obligations and the consequences of the contractor 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, the 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 the contractor. The contractor assumes all risk of non-payment for the provision of any unauthorized goods or services to Augusta, Georgia, and it waives all claims to payment or to other remedies for the provision of any unauthorized goods or services to Augusta, Georgia, however characterized, including, without limitation, all remedies at law or equity." This acknowledgement shall be a mandatory provision in all Augusta, Georgia contracts for goods and services, except revenue producing contracts. SC-31 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 SC-32 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 SC-12 Berckmans Road Improvement Project,Phase II Augusta,GA PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK Augusta, Georgia. SC-33 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 Contract shall constitute default. The Owner may terminate this contract in part of in whole upon written notice to the Contractor pursuant to this term. SC-34 LOCAL SMALL BUSINESS: In accordance with Chapter 10B of the AUGUSTA, GEORGIA. CODE, the contractor expressly agrees to collect and maintain all records necessary to for Augusta, Georgia to evaluate the effectiveness of its Local Small Business Opportunity Program and to make such records available to Augusta, Georgia. The requirements of the Local Small Business Opportunity Program can be found at www.augustaga.gov. In accordance with AUGUSTA.GA CODE § 1-10-129(d) (7), for all contracts where a local small business goal has been established, the contractor is required to provide local small business utilization reports. Contractor shall report to Augusta, Georgia the total dollars paid to each local small business on each contract, and shall provide such payment affidavits, regarding payment to subcontractors as may be requested by Augusta, Georgia. Such documents shall be in the format specified by the Director of Minority and Small Business Opportunities, and shall be submitted at such times as required by Augusta, Georgia. Failure to provide such reports within the time period specified by Augusta, Georgia shall entitle Augusta, Georgia to exercise any of the remedies set forth, including but not limited to, withholding payment from the contractor and/or collecting liquidated damages. SC-13 Berckmans Road Improvement Project,Phase II Augusta,GA PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK SC-14 Berckmans Road Improvement Project,Phase II Augusta,GA Augusta, GA Engineering Department GENERAL CONDITIONS BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK P.I. # 0011381 & PI 0011413 2018/2019 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK SECTION 11: GENERAL CONDITIONS INDEX TO ARTICLES OF GENERAL CONDITIONS Section Page No. GC-01. DEFINITIONS 4 GC-02. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS 6 GC-03. SCHEDULES,REPORTS AND RECORDS 6 GC-04. SPENDOUT SCHEDULE 9 GC-05. NOTICE TO PROCEED 9 GC-06. CONSTRUCTION LAYOUT 9 GC-07. DRAWINGS AND SPECIFICATIONS 9 GC-08. SPECIFICATIONS,STANDARDS AND OTHER DATA 10 GC-09. DESIGN ALTERATION 10 GC-10. INCIDENTAL CONSTRUCTION ITEMS 11 GC-11. SHOP DRAWINGS 11 GC-12. MATERIALS,SERVICES AND FACILITIES 11 GC-13. INSPECTION AND TESTING 12 GC-14. COMPACTION 13 GC-15. CONCRETE 14 GC-16. CONSTRUCTION 14 GC-17. TEST ROLLING 15 GC-18. SUBSTITUTIONS 15 GC-19. PATENTS 16 GC-20. SURVEYS,PERMITS AND REGULATIONS 16 GC—21. FENCE 17 GC-22. PROTECTION OF WORK, PROPERTY AND PERSONS 17 GC-23. FINISHING AND DRESSING 18 GC-24. AGGREGATE SURFACE COURSE 18 GC-25. FOUNDATION BACKFILL MATERIAL,TYPE 1 19 GC-26. FOUNDATION BACKFILL MATERIAL,TYPE II 19 GC-27. GRADES 19 GC-28. INFESTATION 19 GC-29. LANDSCAPING 19 GC-30. MAILBOXES 19 Berckmans Road Improvement Project,Phase II Augusta,GA Page 1 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK GC-31. MISCELLANEOUS DRAINAGE STRUCTURES 20 GC-32. PATCHING AND REPAIR OF MINOR DEFECTS 20 GC-33. PAVEMENT CUTS 20 GC-34. ADJUSTING MINOR STRUCTURES TO GRADE 20 GC-35. CASINGS 19 GC-36. PAYMENT FOR PIPE CULVERT INSTALLATION 21 GC-37. PIPE CULVERTS 21 GC-38. PRECAST CONCRETE UNITS 21 GC-39. RELOCATED WATER METERS 22 GC-40. REMOVAL AND RESETTING OF ORNAMENTAL SHRUBS AND BUSHES AND SOD 22 GC-41. REMOVING AND RESETTING OF OBSTRUCTIONS 22 GC-42. SAW CUTS 22 GC-43. SOD 22 GC-44. STORM DRAIN PIPE 23 GC-45. SUB-CONTRACTORS 23 GC-46. SUPERVISION BY CONTRACTOR 23 GC-47. CHANGES IN THE WORK 23 GC-48. CHANGES IN CONTRACT PRICE 24 GC-49. TIME FOR COMPLETION AND LIQUIDATED DAMAGES 24 GC-50. CORRECTION OF WORK 25 GC-51. SUBSURFACE CONDITIONS 25 GC-52. SUSPENSION OF THE WORK,TERMINATION AND DELAY 26 GC-53. PAYMENTS TO THE CONTRACTOR 27 GC-54. ACCEPTANCE OF FINAL PAYMENT AS RELEASE 29 GC-55. INSURANCE 29 GC-56. CONTRACT SECURITY 31 GC-57. ASSIGNMENTS 32 GC-58. INDEMNIFICATION 32 GC-59. SEPARATE CONTRACTS 33 GC-60. SUBCONTRACTING 33 GC-61. ENGINEER'S AUTHORITY 34 GC-62. GUARANTEE 34 GC-63. TAXES 35 GC-64. WORK ADJACENT TO RAILWAY OR OTHER PROPERTY 35 GC-65. ORDER AND DISCIPLINE 35 GC-66. TRAFFIC CONTROL,WARNING DEVICES AND SIGNS 35 Berckmans Road Improvement Project,Phase II Augusta,GA Page 2 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK GC-67. SPECIAL RESTRICTIONS 35 GC-68. AS-BUILT DRAWINGS 36 GC-69. CONTRACTOR NOT TO HIRE EMPLOYEES OF THE OWNER 36 GC-70. DRAWINGS 36 GC-71. FIELD OFFICE FACILITIES 37 GC-72. RIGHTS-OF-WAY AND EASEMENTS 37 GC-73. ESTIMATE OF QUANTITIES 38 GC-74. EXISTING STRUCTURES AND UTILITIES 38 GC-75. CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT ITEMS 38 GC-76. PRIOR USE BY OWNER 39 GC-77. CLEANING UP 39 GC-78. SALVAGE MATERIALS/EXCESS MATERIALS 39 GC-79. MAINTENANCE OF TRAFFIC 39 GC-80. FLAGGING 40 GC-81. TRAFFIC DETOURS 41 GC-82. MAINTENANCE OF ACCESS 41 GC-83. SPECIAL EVENTS 41 GC-84. EROSION CONTROL AND RESTORATION OF PROPERTY 42 GC-85. UTILITIES 42 GC 86. UTILITY ACCOMMODATION POLICY 44 GC-87. BYPASSING SEWAGE 44 GC-88. SAFETY AND HEALTH REGULATIONS 45 GC-89. WARRANTY 45 GC-90. PRECONSTRUCTION CONFERENCE 45 Berckmans Road Improvement Project,Phase II Augusta,GA Page 3 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK GC-01. DEFINITIONS: Wherever used in the Contract Documents, the following terms shall have the meanings indicated which shall be applicable to both the singular and plural thereof. 1. ADDENDA: Written or graphic instruments issued prior to the execution of the Agreement which modify or interpret the Contract Documents, Drawings, and Specifications, by addition, deletion, clarifications, or corrections. 2. BID: The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the work to be performed. 3. BIDDER: Any person,firm, or corporation submitting a bid for the work. 4. BONDS: Bid, Performance and Payment Bonds and other instruments of security furnished by the Contractor and his Surety in accordance with the Contract Documents. 5. CHANGE ORDER: A written order to the Contractor authorizing an addition, deletion or revision in the work within the general scope of the Contract Documents or authorizing an adjustment in the contract price or contract time. 6. CONTRACT DOCUMENTS: The contract including Advertisement for Bids, Information for Bidders, Proposal, Bid Bond, Notice of Award, Agreement, Performance Bond, Payment Bond, Notice to Proceed, Change Order, General Conditions, Supplemental General Conditions, Special Conditions, Technical Specifications, Drawings and Addenda. 7. CONTRACT PRICE: The total monies payable to the Contractor under the terms and conditions of the Contract Documents. 8. CONTRACT TIME: The number of calendar days stated in the Contract Documents for the completion of the work. 9. LIFE OF THE CONTRACT: The total duration of the contract from Notice to Proceed to completion of all the work. 10. CONTRACTOR: The person, firm, or corporation with whom the Owner has executed the Agreement. 11. DRAWINGS: The part of the Contract Documents which show the characteristics and scope of the work to be performed and which have been prepared or approved by the Engineer. 12. ENGINEER: In all contract documents, specifications, supporting documents, etc., the Berckmans Road Improvement Project,Phase II Augusta,GA Page 4 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK term "ENGINEER" means, and shall be deemed to mean, the Augusta, Georgia Engineering Department Director or his/her designated representative. 13. FIELD ORDER: A written order effecting a change in the work not involving an adjustment in the contract price or an extension of the contract time issued by the Engineer to the Contractor during construction. 14. NOTICE OF AWARD: The written notice of the acceptance of the Bid from the Owner to the successful Bidder. 15. NOTICE TO PROCEED: Written communication issued by the Owner to the Contractor authorizing him to proceed with the work and establishing the date of commencement of the work. 16. OWNER: Augusta, Georgia (AKA Augusta-Richmond County). Or A public or quasi-public body or authority, corporation, association, partnership, city, county, or individual for whom the work is to be performed. 17. PROJECT: The undertaking to be performed as provided in the Contract Documents. 18. RESIDENT PROJECT REPRESENTATIVE: The authorized representative of the Owner who is assigned to the project site or any part thereof.Also called a Site Engineer. 19. SHOP DRAWINGS: All drawings, diagrams, illustrations, brochures, schedules, and other data which are prepared by the Contractor, a Subcontractor, Manufacturer, Supplier or Distributor, which illustrate how specific portions of the work shall be fabricated or installed. 20. SPECIFICATIONS: A part of the Contract Documents consisting of written descriptions of a technical nature or materials, equipment, construction systems, standards and workmanship. 21. SUBCONTRACTOR: An individual, firm, or corporation having a direct contract with the Contractor or any other Subcontractor for the performance of a part of the work at the site. 22. SUBSTANTIAL COMPLETION: That date as certified by the Engineer when the construction of the project or a specified part can be utilized for the purposes for which it is intended. 23. SUPPLEMENTAL GENERAL CONDITIONS: Modifications and/or additions to the General Conditions of a specific nature generally aimed at the specific contract of which it is a part. Berckmans Road Improvement Project,Phase II Augusta,GA Page 5 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 24. SUPPLIERS: Any person, supplier or organization who supplies materials or equipment for the work, including that fabricated to a special design, but who does not perform labor at the site. 25. WORK: All labor necessary to produce the construction required by the Contract Documents and all materials and equipment incorporated or to be incorporated in the project. 26. WRITTEN NOTICE: Any notice to any party of the Agreement relative to any part of this Agreement in writing and considered delivered and the service thereof completed, when posted by certified or registered mail to the said party at his last given address or delivered in person to said party or his authorized representative on the work. GC-02. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS: 1. The Contractor may be furnished additional instructions and detail drawings, by the Engineer, as necessary to carry out the work required by the Contract Documents. 2. The additional drawings and instructions thus supplied will become a part of the Contract Documents. The Contractor shall carry out the work in accordance with the additional detail drawings and instructions. GC-03. SCHEDULES, REPORTS AND RECORDS: 1. The Contractor shall submit to the Owner such schedule of quantities and costs, progress schedules, payrolls, reports, estimates, records and other data as the Owner ' may request concerning the work performed or to be performed. 2. The contractor shall prepare an overall Time-Logic Schedule that includes all major utility relocations, proposed utilities, and construction activities. A detail schedule for utility relocations from all utility companies shall be submitted to the contractor two weeks prior to the Preconstruction meeting. The Contractor shall submit this schedule to Augusta Engineering Department seven (7) days prior to preconstruction meeting. The contractor shall present a copy of this schedule at the Preconstruction meeting for discussion. The schedule shall consist of the following: a. The noted Responsible Agency for each activity (e.g., Contractor, Sub-Contractor, Utility Company) b. The ES-Early Start, EF-Early Finish, LS-Late Start, LF-Late Finish dates c. The Project Critical Path Berckmans Road Improvement Project,Phase II Augusta,GA Page 6 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK d. Activity Durations The contactor shall also submit following information with the schedule. a. List of active construction projects and their projected completion date b. List of available resources assigned to this project * c. Name of Project Team (Project Manager, Superintendent, Foreman) assigned to this project * d. Subcontractor information such as Company Name, Contact Name and Telephone, and type of assigned tasks *Personnel and resources assigned to this project shall not be re-assigned to other projects until after upon approval from Augusta Engineering Department. Augusta Engineering Department reserves the right to deny the submitted project team or parts thereof. Failure to provide aforementioned schedule and information within specified time will result in cancellation of Notice to Proceed. If information is not received within thirty (30) days from the date of Notice to Proceed cancelation, contract will be terminated without further notice. Within seven (7) days after the Preconstruction meeting, the Contractor shall provide a revised schedule with all issues and concerns addressed to Augusta Engineering Department. The revised Time-Logic Schedule shall be color coded with respect to responsibility, and shall be presented on D size paper(24'x36"). The schedule shall be updated on a monthly basis displaying percentage of completion of all activities. The project base line and current date line shall appear on all updates. The Schedule shall be using Microsoft Project or Primavera Scheduling software. 3. The Contractor shall also submit a schedule of payments that he anticipates he will earn during the course of the work. Berckmans Road Improvement Project,Phase II Augusta,GA Page 7 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK • x !I'll r 1 -'-' IP- r , t , _ __ . I 'ill �_ ill • 11[ W IIIo. N ' g tY o1 a ili0 . E i R 2 1 2 e 4 s . i " e z i x t 1 3 3 4 4 # : s 9 4 i z SEN 4 1 4 1 � F.is ilitf f§ l _ i; fst ig § i1 166566 111 f 1' 21 ' 1 " 1 " 2 " 2 ' 4101111" if liniiiiiii4A4 $ as 111111x11 . 11 _ 1maa „ aax` 11 / 11fifi a & a30 - gi $g $ g ijig ! ij , } )111 j€gi Ivl i 1 'Y I ! I $ e1 li p . . sITIF-7ilikiii illiiii • , I _ . A . • i O _ il h • Berckmans Road Improvement Project,Phase II Augusta,GA Page 8 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK GC-04. SPENDOUT SCHEDULE: 1. A Spendout Schedule beginning with the Notice to Proceed and extending through the anticipated construction life of the project, shall be submitted at the Pre-Construction Conference. Such schedule shall include the anticipated earnings on a monthly basis. GC-05. NOTICE TO PROCEED: 1. There will be one Notice to Proceed given to the Contractor. The Notice to Proceed will be to Clear and Grub, site preparation and actual construction activities. This would be the contact time that is actually shown in the contract. GC-06. CONSTRUCTION LAYOUT: 1. Construction layout work shall be performed by the Contractor. GC-07. DRAWINGS AND SPECIFICATIONS: 1. The intent of the drawings and specifications is that the Contractor shall furnish all labor, materials, tools, equipment and transportation necessary for the proper execution of the work in accordance with the Contract Documents and all incidental work necessary to complete the project in an acceptable manner, ready for us, occupancy or operation by the Owner. 2. In case of conflict between the drawings and specifications, the specifications shall govern. Figure dimensions on drawings shall govern over general drawings. 3. Any discrepancies found between the drawings and specifications and site conditions or anyInco hsistencies or ambiguities in the drawings or specifications shall be immediately reported to the Engineer, in writing, who shall promptly correct such inconsistencies or ambiguities in writing. Work done by the Contractor after his discovery of such discrepancies, inconsistencies, or ambiguities shall be done at the Contractor's risk. 4. All work that may be called for in the specifications and not shown on the drawings, or shown and not called for in the specifications, shall be executed and furnished by the Contractor as if described in both these ways and should any work or material be required which is not detailed in the specifications or drawings, either directly or indirectly, but which is nevertheless necessary for the proper carrying out of the intent thereof, the Contractor is to understand the same to be implied and required and shall perform all such work and furnish any such material as fully as if they were particularly delineated or described. Berckmans Road Improvement Project,Phase II Augusta,GA Page 9 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 5. It is understood and agreed that the Contractor, by careful examination, has satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and 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 under this contract. No verbal agreement or conversation with any officer, agent or employee of the Owner, either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. 6. All storm pipes, manholes, junction boxes, catch basins, inlets, misc pre-cast products and appurtenances shall comply with Georgia Department of Transportation (GDOT) standards and specifications. Storm pipes and other products shall be from current GDOT approved plants and stamped per GDOT inspection certification requirements. Submittal of data sheet, issued by the source (plant), containing pipe manufacturing and inspection data will be required at the time of arrival of material at project site. GC-08. SPECIFICATIONS,STANDARDS AND OTHER DATA: 1. All references in this document, (includes all papers, writings, documents, drawings, or photographs used, or to be used, in connection with this document), to State Highway of Georgia, State Highway Department, Highway Department, or Department when the context thereof means the Georgia Department of Transportation means, and shall be deemed to mean,Augusta, GA Commission-Augusta Engineering Department. 2. The data, together with all other information shown on these plans, or indicated in any way thereby, whether by drawings or notes or in any other matter, are based upon field investigations, and are believed to be indicative of actual conditions. However, the same are shown as information only, are not guaranteed, and do not bind Augusta, Georgia in any way. Only the actual quantities completed and accepted will be paid for. The attention of the bidder is specifically directed to Subsections 102.04, 102.05, and 104.03 of the Standard Specifications, of the Georgia Department of Transportation, current edition, which will be part of this contract. 3. This project is based on, and shall be constructed in accordance with, the State of Georgia Department of Transportation Standard Specifications for Construction of Roads and Bridges, current edition and any supplements thereto. All of these specifications shall be considered as though fully contained herein. In cases where conflicts arise within these specifications, they will be revised to resolve such conflict. Until the conflict is resolved, the interpretation of the Engineer shall control the situation. GC-09. DESIGN ALTERATION: Berckmans Road Improvement Project,Phase Il Augusta,GA Page 10 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 1. The commission-council recognizes that various changes in design may be made as the project progresses. Any requests for additional payment or reduction in payment shall be processed based on actual work in place and the unit prices submitted as a part of this bid. Items not covered in this bid shall be priced separately and no work shall be done on these items until approved, in writing, by the Engineer. All changes in engineering design of the project shall be approved by the Design Engineer of record after consultation with the Engineer. Revised design plan sheet(s) shall be signed and stamped by the Design Engineer of record and a copy shall be submitted to Augusta Engineering Department. GC-10. INCIDENTAL CONSTRUCTION ITEMS: 1. All work and materials without a specific pay item shall be considered incidental to related pay items, this is to include (but not limited to), additional erosion and sediment control measures, all removals and disposals, borrow, if needed, remove and reset fences, remove and reset ornamental shrubs, bushes and sod, and the obtaining, maintaining and restoration of any required borrow and/or waste pits, establish and reset property boundary survey pins. GC-11. SHOP DRAWINGS: 1. The Contractor shall provide shop drawings as may be necessary for the prosecution of the work as required by the Contract Documents. The Engineer shall promptly review all shop drawings. The Engineer's approval of any shop drawings shall not release the Contractor from responsibility for deviations from the Contract Documents. The approval of any shop drawing which substantially deviates from the requirement of the Contract Documents shall be evidenced by a Change Order. 2. When submitted for the Engineer's review, shop drawings shall bear the Contractor's certification that he has reviewed, checked and approved the shop drawings and that they are in conformance with the requirements of the Contract Documents. 3. Portions of the work that require shop drawing or sample submission shall not begin until the shop drawing or submission has been approved by the Engineer. A copy of each approved shop drawing and each approved sample shall be kept in good order by the Contractor at the site and shall be available to the Engineer. GC-12. MATERIALS, SERVICES AND FACILITIES: 1. It is understood that, except as otherwise specifically stated in the Contract Documents, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, Berckmans Road Improvement Project,Phase I1 Augusta,GA Page 11 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK light, power, transportation, supervision, temporary construction of any nature and all other services and facilities of any nature whatsoever necessary to execute, complete and deliver the work within the specified time. 2. Materials and equipment shall be so stored as to insure the preservation of their quality and fitness for the work. Stored materials and equipment to be incorporated in the work shall be located so as to facilitate prompt inspection. 3. Manufactured articles, materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer. 4. Materials, supplies or equipment shall be in accordance with samples submitted by the Contractor and approved by the Engineer. 5. Materials, supplies or equipment to be incorporated into the work and purchased by the Contractor of the Subcontractor will be subject to a chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. GC-13. INSPECTION AND TESTING: 1. All materials and equipment used in the construction of the project shall be subject to adequate inspection and testing in accordance with generally accepted standards. 2. The Owner shall provide, at his expense, the necessary testing and inspection services required by the Contract Documents, unless otherwise provided or specified in construction plans. The Owner shall employ a qualified materials testing laboratory to monitor more fully the quality of materials and work and to perform such tests as may be required under the contract documents as conditions for acceptance of materials and work. THE ENGINEER MAY ORDER TESTING AT ANY TIME HE DEEMS PROPER TO CONTROL THE QUALITY OF THE WORK. The Contractor is responsible for all material & labor quality control and quality assurance. 3. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any work to specifically be inspected, tested or approved by someone other than the Contractor, the Contractor will give the Engineer timely notice of readiness. The Contractor will then furnish the Engineer the required certificates of inspection, testing or approval. 4. Neither observation by the Engineer nor inspections, tests or approvals by persons Berckmans Road Improvement Project,Phase II Augusta,GA Page 12 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK other than the Contractor shall relieve the Contractor from his obligations to perform the work in accordance with the requirements of the Contract Documents. 5. The project will be inspected by the Engineer or his/her representative. The Engineer and his representatives will at all times have access to the work. In addition, authorized representatives and agents of any participating Federal or State Agency shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials and other relevant data and records. The Contractor will provide proper facilities for such access and observation of the work and also for any inspection or testing thereof. 6. If any work is covered contrary to the written request of the Engineer, it must, if requested by the Engineer, be uncovered for his observation and replaced at the Contractor's expense. 7. If any work has been covered which the Engineer has not specifically requested to observe prior to its being covered or if the Engineer considers it necessary or advisable that covered work be inspected or tested by others, the Contractor at the Engineer's request, will uncover, expose or otherwise make available for observation, inspection or testing as the Engineer may require, that portion of the work in question, furnishing all necessary labor, materials, tools and equipment. If it is found that such work is defective, the Contractor will bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction. If, however, such work is not found to be defective, the Contractor will be allowed an increase in the contract price or an extension of the contract time, or both, directly attributable to such inspection,testing and reconstruction. 8. The Contractor shall give the Engineer 24 hours notice of starting any new work. No work shall be done or materials used without suitable supervision and inspection by the Engineer. The Contractor shall furnish the Engineer with necessary samples of material for testing purposes. GC-14. COMPACTION: 1. All compaction shall be as defined in the current edition of Georgia department of Transportation Specifications. Special attention shall be given to the backfill of minor structures (pipe, box culverts, manholes, catch basins, drop inlets, etc.). Compaction shall be achieved using approved tamps and soil layers of approximately 6 inches (loose measure) and in accordance with Georgia Department of Transportation Standards 1030-D and 1401 or equivalent ASTM or other method approved by the GED Technical Engineer and Augusta Engineering Department. Backfilling operations of this nature shall not begin until the Contractor has on hand all equipment in good working condition, and competent operators. Berckmans Road Improvement Project,Phase II Augusta,GA Page 13 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 2. The backfilling of pipe and other minor structures shall be in accordance with Georgia Department of Transportation Standard specifications, Current Edition. Backfilling with sand using jetting and/or flooding will not be allowed in any case without the written permission of the Engineer. Backfilling of pipe structures shall be incidental to the pipe structure bid item. NOTE: When sand and jetting/flooding method is used the warranty for the backfilled area is extended from 18 months to 24 months. A plan for the jetting/flooding shall be submitted at the Pre-Construction Conference. GC-15. CONCRETE: 1. A qualified persons contracted by the Owner shall, in the Engineer's presence, perform slump tests as directed by the Engineer. Tests shall be performed by qualified personnel with a properly cleaned slump cone. Allowable slumps are 2" minimum and 4" maximum. Class "A" concrete shall have a minimum of 611 lbs. Cement per cubic yard. Class "B" concrete shall have a minimum of 470 lbs. Cement per cubic yard. Concrete not meeting these requirements will be rejected by the Engineer. NOTE: No concrete shall be placed until all required equipment such as slump cone, curing compound and dispenser, etc., all in good working condition, are on the site. Inspectors must be given a minimum four-hour advance notice. No concrete shall be placed without the Inspector present unless otherwise directed by the Engineer. All concrete shall be placed during the Inspectors normal working hours, 8:30 a.m. to 5:00 p.m. unless otherwise directed by the Engineer. Formed surfaces shall receive finish immediately after removing forms. Forms shall be removed as provided in Section 500 of GeorgiaDOT Specifications. GC-16. CONSTRUCTION: 1. Transition ties of proposed curb and gutter to existing curbs (valley gutter, granite curb, header curb, etc.) shall be paid for in the unit price bid for curb and gutter unless otherwise noted. 2. At locations where new pavement is to be placed adjacent to existing pavement, without an overlay, or where curbing is to be placed across paved parking lots, a joint shall be sawed on a line to ensure pavement removal to be neat. Only those joints sawed in concrete pavement will be paid for under the pay item-Sawed Joints . . . per Linear Foot. 3. Where curb and gutter is used and the shoulder elevations are higher than adjacent ground, the actual direction of drainage runoff shall be determined by the Contractor. Berckmans Road Improvement Project,Phase II Augusta,GA Page 14 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK He shall make such provisions as necessary to ensure that no ponding is caused by the new construction. He may place additional fill to provide drain inlets. Compensation will be under the price bid for the appropriate pay item. Driveway profiles may also be altered allowing the concrete pad to slope down outside the back of the curb line not to exceed an algebraic difference of 0.07. This should be used primarily on the high side of super-elevated curves. The Contractor should use caution with standard variance and place special emphasis on hydraulic considerations. 4. The Contractor shall provide borrow and/or waste pits for this project. All pits acquired for use on this project shall be reclaimed in accordance with Subsection 107.23 and Section 160 of the Standard Specifications and page PPA-1 of this document. 5. All storm drain pipe, side drain pipe, pipe culvert wing-walls, steps, retaining walls, curbs and gutters, headwalls, all types of pavement, wooden structures, except those specifically shown as a removal pay item will be removed as Clearingand Grubbing, 9. Grading Complete, or Grading Per Mile on Lump Sum Construction. 6. Cut and fill slopes outside of clear zones may be adjusted on construction where necessary to remain within the right of way. 7. Curb cut ramps in accordance with Standard A3 (former 9031-W) are to be used at all street intersections on this project. 8. Asphalt milling where specified for use on existing pavement that is to be resurfaced adjacent to curb and gutter. Finished surface on asphalt pavement shall not exceed 'A" above the gutter line as shown on Georgia Standard 9031-i. GC-17. TEST ROLLING: 1. Prior to placing any base course, the subgrade shall be proof rolled to locate unstable areas and achieve additional compaction. Area be proof rolled using a minimum 15 tons flat drum compactor or other equipment as recommended by the Geotechnical Engineer (such as a fully loaded tandem axle dump truck). Geotechnical Engineer and/or a representative of Augusta Engineering Department will observe and approve proof- rolling. Areas failing compaction shall be reworked. Any areas judged by the Geotechnical Engineer to rut (should be improved in place or undercut and replaced with fill compacted to 100 % of soil maximum dry density as determined by the modified proctor compaction test (ASTM D1557, Method D or equivalent method approved by the Geotechnical Engineer and Augusta Engineering Department). GC-18. SUBSTITUTIONS: Berckmans Road Improvement Project,Phase 11 Augusta,GA Page 15 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 1. When a material, article or piece of equipment is identified on the drawings or specifications by reference to brand name or catalogue number, the performance or other salient requirements and that other products of equal capacities, quality and function shall be considered. The Contractor may recommend the substitution of a material, article or piece of equipment of equal substance and function for those referred to in the Contract Documents by reference to brand name or catalogue number and if, in the opinion of the Engineer, such material, article or piece of equipment is of equal substance and function to that specified, the Engineer may approve its substitution and use by the Contractor. Any cost differential shall be deducted from the contract price and the Contract Documents shall be appropriately modified by change order. The Contractor warrants that if substitutes are approved, no major changes in the function or general design of the project will result. Incidental changes or extra component parts required to accommodate the substitute will be made by the Contractor without a change in the contract price or contract time. GC-19. PATENTS: 1. The Contractor shall pay all applicable royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and save the Owner harmless from loss on account thereof except that the Owner shall be responsible for any such loss when a particular process, design or the product of a manufacturer or manufacturers is specified, but if the Contractor has reason to believe that the design, process or product specified is an infringement of a patent, he shall be responsible for such loss unless he promptly gives such information to the Engineer. GC-20. SURVEYS, PERMITS AND REGULATIONS: 1. The Contractor shall furnish all land surveys and establish all base lines for locating the principal component parts of the work together with a suitable number of benchmarks adjacent to the work as shown in the Contract Documents. From the information provided by the Owner, unless otherwise specified in the Contract Documents, the Contractor shall develop and make all detail surveys needed for construction such as slope stakes, batter boards, stakes for pile locations and other working points, lines, elevations and cut sheets. 2. The Contractor shall carefully preserve benchmarks, reference points and stakes 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. 3. The contractor shall re-establish property survey pins for parcels affected by new established right-of-way. This work shall be considered incidental to "As-built" plan Berckmans Road Improvement Project,Phase II Augusta,GA Page 16 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK preparation and will be paid as part of"As-built" plan pay item or grading complete pay item. This work shall be done by or under supervision of a qualified Georgia Licensed Professional Land Surveyor (PLS). 4. Permits and licenses of a temporary nature necessary for the prosecution of the work shall be secured and paid for by the Contractor. Permits, licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the Owner, unless otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and specified. If the Contractor observes that the Contract Documents are at variance therewith, he shall promptly notify the Engineer in writing and any necessary changes shall be adjusted as provided in GC47, Changes in the Work. GC-21. FENCE: 1. All new fences called for on the plans and/or contract documents shall meet the requirements of Section 643 of the Georgia Department of Transportation Standard Specifications, current edition. New fence not meeting these Specs will be rejected. 2. In contracts, where remove and reset fence items are involved (either as pay items or as Lump Sum Construction) all replacement fence shall be equal to or better than the existing fence as approved by the Engineer. This means equal to or better than the original fence at the time of its installation. The Contractor must furnish positive locking devices, padlocks, and keys with all gate assemblies. GC-22. PROTECTION OF WORK, PROPERTY AND PERSONS: 1. The Contractor will be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. He will take all necessary precautions for the safety of and will provide the necessary protection to prevent damage, injury or loss to all employees on the work and other persons who may be affected thereby, all the work and all materials or equipment to be incorporated therein, whether in storage on or off the site or other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 2. The Contractor will comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction. He will erect and maintain, as required by the conditions and progress of the work, all necessary safeguards for safety and protection. He will notify the owners of adjacent utilities when prosecution of the work Berckmans Road Improvement Project,Phase II Augusta,GA Page 17 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK may affect them. The Contractor will remedy all damage, injury or loss to any property caused, directly or indirectly, in whole or in part, by the Contractor, and subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them are liable, except damage or loss attributable to the fault of the Contract Documents or to the acts or omissions of the Owner or the Engineer 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 the Contractor. 3. In emergencies affecting the safety of persons or the work or property at the site or adjacent thereto, the Contractor, without special instructions or authorization from the Engineer or Owner, shall act to prevent threatened damage, injury or loss. He will give the Engineer prompt written notice of any significant changes in the work or deviations from the Contract Documents caused thereby and a Change Order shall be issued covering the changes and deviations involved. 4. The work under this Contract in every respect shall be at the risk of the Contractor until finished and accepted, except to damage or injury caused directly by the Owner's agents or employees. GC-23. FINISHING AND DRESSING: 1. All unpaved and natural areas which are disturbed by the construction of this project are to be returned to the pre-existing shape and slope and then finished and dressed. No separate payment will be made for grassing, fertilizing and mulching of disturbed areas, unless specifically shown as a pay item. GC-24. AGGREGATE SURFACE COURSE: 1. The item aggregate surface course is for use in inclement weather to facilitate the movement of local traffic along roadway construction and to permit ingress and egress at drives. When used for this purpose, Section 318, Georgia Standard Specifications, is modified to permit truck dumping on unprepared and muddy subgrade. Section 318 is further modified to permit the use of crusher run stone as described in Subsection 806.02. 2. The Contractor will have the choice of the following materials: Graded Aggregate Subsection 815.01 Coarse Aggregate Size 467 Subsection 800.01 Stabilizer Aggregate Type 1 or 2 Section 803 Crushed Stone Subsection 806.02 Berckmans Road Improvement Project,Phase II Augusta,GA Page 18 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 3. All materials to be used as directed by the Engineer. GC-25. FOUNDATION BACKFILL MATERIAL,TYPE 1: 1. Foundation Backfill Material Type I shall conform to Georgia Standard 1030-D and Section 207 of the Standard Specifications. No separate payment will be made for this material or its placement. GC-26. FOUNDATION BACKFILL MATERIAL,TYPE II: 1. Foundation Backfill Material, Type II shall conform to Georgia Standard 1030-D and Section 207 of the Standard Specifications and shall be used in wet/unstable conditions as directed by the Engineer. It shall also be used beneath all concrete box culverts. Quantities shall be measured for payment in accordance with Georgia Standard 1030-D or as directed by the Engineer. Payment shall be per cubic yard unless otherwise specified in the contract. GC-27. GRADES: 1. With the approval of the Engineer, grades may be field adjusted to provide for best drainage. GC-28. INFESTATION: 1. The entire project is considered to be within the limits of an insect infested area. The contractor's attention is called to the following sections of the Standard Specifications: (A) 155 Insect control (B) 893 Miscellaneous Planting Materials. GC-29. LANDSCAPING: 1. All the requirements of Section 702 of the Georgia Department of Transportation Specifications, current edition, are applicable to this project except as follows: there will be no separate pay for staking, including Perimeter Staking and for Spring Application of Fertilizer. All costs shall be included in prices bid for Landscape Items. Bag grown plants are not acceptable. GC-30. MAILBOXES: 1. Existing mailboxes that are in conflict with the proposed construction shall be removed and relocated. Where feasible the existing mailboxes and supports may be utilized as Berckmans Road Improvement Project,Phase II Augusta,GA Page 19 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK approved by the Engineer so long as the supports are of metal PIPE with a maximum diameter of two (2) inches or wood, with a maximum diameter of four(4) inches. NOTE: There shall be no supports of any material other than the two mentioned above. All existing mailboxes and supports containing brick, masonry of any type, metal, etc. shall be disassembled and all components, not meeting the above requirements, shall be removed from the project and disposed in a proper manner. 2. When not shown as a pay item, payment shall be included in the price bid for Lump Sum Construction or Grading Complete and itemized as such. GC-31. MISCELLANEOUS DRAINAGE STRUCTURES: 1. All miscellaneous drainage structure such as Catch Basins, Drop Inlets, Manholes, Junction Boxes, Spring Boxes, Drain Inlets, special Inlets, etc., whether standard or special design shall be paid for Per Each. There will be no separate payment for additional depth unless specifically shown as a pay item. NOTE: All Catch Basins, Drop Inlets, manholes, exposed Junction Boxes, etc., with concrete top-slabs shall include manhole rings and covers. The Contractor shall install the manhole rings and covers such that the steps can be easily accessed. GC-32. PATCHING AND REPAIR OF MINOR DEFECTS: 1. Where needed, the contractor is required to patch and repair existing potholes, minor pavement defects, and base failures in accordance with the Specifications. GC-33. PAVEMENT CUTS: 1. All pavement cuts shall be sawed with a neat vertical edge, regardless of material, consistently straight enough that a roller can follow the edge precisely to achieve the desired compaction. Irregular edges will not be accepted. Payment shall be included in the price of the pipe. GC-34. ADJUSTING MINOR STRUCTURES TO GRADE: 1. This item consists of raising or lowering the upper portion of existing manholes, water valve boxes, gas valve boxes or any other miscellaneous structures within the area of construction. There will be no separate payment for this work unless shown as a separate pay item. *Prior to any resurfacing the contractor shall identify and reference all structures so the precise locations can be determined after resurfacing. This shall be done in the Berckmans Road Improvement Project,Phase II Augusta,GA Page 20 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK company of the ARC Inspector. This shall be the first order of work where minor p Y p structures requiring adjustment are included in the contract. GC-35. CASINGS: 1. All steel casings being installed across any roadway and/or right-of-way shall have the joints continuously welded to obtain a watertight seal. The Contractor shall notify the Engineer when welds are ready for inspection. Welded casings backfilled without the Engineer's approval shall be uncovered for inspection at the Engineer's request. GC-36. PAYMENT FOR PIPE CULVERT INSTALLATION: 1. Payment for pipe culvert or utility installation includes sawing and/or cutting and removing existing pavement and replacing the pavement as specified in accordance with Standard 1401 and Augusta Engineering Utility Road Cut Detail. 2. Payment for pipe culvert includes plugging existing pipe with Class "A" or "B" concrete (See Georgia Standard 9031-L). GC-37. PIPE CULVERTS: 1. Unless otherwise noted, all storm drain, longitudinal and stub pipes are to be reinforced concrete. All required pipe culverts shall be in accordance with Standard 1030-D. 2. Foundation Backfill Material Type I shall conform to Georgia Standard 1030-D. No separate pay item will be made for this material for its placement. 3. Payment for pipe culvert or utility installation includes sawing and/or cutting and removing existing pavement, sidewalk, curbing, etc., and replacing same as specified in accordance with Standard 1401. Payment for pipe culvert includes plugging existing pipe with Class "A" or "B" concrete and for construction concrete collars. 4. The Contractor shall include in his price bid for pipe, the additional cost of bends, tees, fasteners, appropriate gaskets (see Section 848 of the Standard Specifications), and structure excavation. GC-38. PRECAST CONCRETE UNITS: 1. Precast Concrete Units, other than those specifically allowed by Georgia Department of Transportation Specifications, such as Drop Inlets, Catch Basins, Manholes, etc., shall Berckmans Road Improvement Project,Phase II Augusta,GA Page 21 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK not be installed without written permission from the Engineer. Any such units installed without such written permission shall be removed from the project. GC-39. RELOCATED WATER METERS: 1. Relocated water meters and water meter boxes shall not be placed in the sidewalk. GC-40. REMOVAL AND RESETTING OF ORNAMENTAL SHRUBS AND BUSHES AND SOD: 1. It shall be the contractor's responsibility to remove and reset any and all existing ornamental shrubs and bushes and sod in conflict with proposed construction. Coordination with the property owners is essential in this endeavor. The Contractor will not be held responsible for care and maintenance after removing, resetting, and reestablishing growth of these plants and sod except in cases where the Contractor's equipment causes irreparable damage or where plants and/or sod dies as the result of negligence on the Contractor's part. In which cases, the Contractor will be held responsible for replacement. Sod shall be reset with ground preparation in accordance with Subsection 700.05.A. No additional soil or fertilizer is required for resetting sod. The Contractor shall remove the sod in a manner that will be conducive to insuring that the reset sod will live. At the Contractor's option, he may replace any sod he removes with new sod of the same type. No separate payment will be made for this work or replacements unless specifically shown as a pay item. GC-41. REMOVING AND RESETTING OF OBSTRUCTIONS: 1. It shall be the Contractor's responsibility to remove and reset any and all obstructions, such as fences, signs, concrete or brick planters, steps, walkways, brick or concrete entrance columns, etc., which are in conflict with construction. Contractors are responsible for the security of pets and/or personal property through the use of temporary fence if necessary. No separate payment will be made for this work except when shown as a separate pay item. GC-42. SAW CUTS: 1. When matching existing conditions, saw cuts shall be used as required by Augusta- Richmond County. Only saw cuts in Portland Cement Concrete, which are shown, as contract pay items will be paid for separately. No saw cuts in asphaltic concrete will be paid for separately. Unless specifically noted this does not apply to pipe trenches. GC-43. SOD: Berckmans Road Improvement Project,Phase II Augusta,GA Page 22 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 1. Sod will not be paid for separately when used to match or replace sod on adjacent lawns as replacement in kind. GC-44. STORM DRAIN PIPE: 1. Unless otherwise noted, all storm drain, longitudinal and stub pipe are to be reinforced concrete and shall include 0-ring gaskets. GC-45. SUB-CONTRACTORS: 1. The Contractor shall furnish the official name, plus the name and telephone number of the 24-hour emergency contact of all firms he proposes to use as Subcontractors in the work. This information is to be furnished at the Preconstruction Conference. However, no work shall be done on this project by a Subcontractor until the Contractor receives approval of his Subcontractor(s) from the Engineer. NOTE:All submissions shall include the following information for each Subcontractor: 1. Name of Subcontracting Firm 2. Description of Work To Be Done 3. Contact Person's Name and 24 Hour Phone Number GC-46. SUPERVISION BY CONTRACTOR: 1. The Contractor will supervise and direct the work. He will be solely responsible for the means, methods, techniques, sequences, and procedures of construction. The Contractor will employ and maintain on the work a qualified supervisor or superintendent who shall have been designated in writing by the Contractor as the Contractor's representative at the site. The supervisor shall have full authority to act on the behalf of the Contractor and all communications given to the supervisor shall be as binding as if given to the Contractor. The supervisor shall be present on the site at all times as required to perform adequate supervision and coordination of the work. GC-47. CHANGES IN THE WORK: 1. The Owner may at any time as the need arises, order changes within the scope of the work without invalidating the Agreement. If such changes increase or decrease the amount due under the Contract Documents or in the time required for performance of the work, an equitable adjustment shall be authorized by Change Order. 2. The Engineer, also, may at any time, by issuing a field order, make changes in the details of the work. The Contractor shall proceed with the performance of any changes in the work so ordered by the Engineer unless the Contractor believes that such field order Berckmans Road Improvement Project,Phase II Augusta,GA Page 23 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK entitles him to a change in the contract price or time or both, in which event he shall give the Engineer written notice thereof within ten (10) days after the receipt of the ordered change pending the receipt of an executed change order or further instruction from the Owner. GC-48. CHANGES IN CONTRACT PRICE: 1. The contract price may be changed only by a change order. The value of any work covered by a change order or of any claim for increase or decrease in the contract price shall be determined by one or more of the following methods in the order of precedence listed below: 1.1 Unit prices previously approved. 1.2 An agreed lump sum. 1.3 The actual cost for labor, direct overhead, materials, supplies, equipment and other services necessary to complete the work. In addition,there shall be added an amount to be agreed upon but not to exceed fifteen (15) percent of the actual cost of the work to cover the cost of general overhead and profit. GC-49. TIME FOR COMPLETION AND LIQUIDATED DAMAGES: 1. The date of beginning and the time for completion of the work are essential conditions of the Contract Documents and the work embraced shall be commenced on the date specified in the Notice to Proceed. 2. The Contractor will proceed with the work at such rate of progress to insure full completion within the contract time. It is expressly understood and agreed, by and between the Contractor and the Owner, that the contract time for the completion of the work described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the work. 3. If the Contractor shall fail to complete the work within the contract time or extension of time granted by the Owner, then the Contractor will pay to the Owner the amount for liquidated damages as specified in the Agreement for each calendar day that the Contractor shall be in default after the time stipulated in the Contract Documents. 4. The Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due to the following and the Contractor has promptly given written notice of such delay to the Owner or Engineer. 4.1 To any preference, priority, or allocation order duly issued by the Owner. Berckmans Road Improvement Project,Phase II Augusta,GA Page 24 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 4.2 To unforeseeable causes beyond the control and without the fault of negligence of the Contractor, including but not restricted to, acts of God or of the public enemy, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and abnormal and unforeseeable weather; and 4.3 To any delays of subcontractors occasioned by any of the causes specified in Paragraphs 4.1 and 4.2 of this Article. GC-50. CORRECTION OF WORK: 1. The Contractor shall promptly remove from the premises all work rejected by the Engineer for failure to comply with the Contract Documents, whether incorporated in the construction or not and the Contractor shall promptly replace and re-execute the work in accordance with the Contract Documents and without expense to the Owner and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. 2. All removal and replacement work shall be done at the Contractor's expense. If the Contractor does not take action to remove such rejected work within ten (10) days after receipt of written notice, the Owner may remove such work and store the materials at the expense of the Contractor. 3. Any omissions or failure on the part of the Engineer to disapprove or reject any work or material shall not be construed to be an acceptance of any defective work or material. The Contractor shall remove, at his own expense and shall rebuild and replace same without extra charge and in default thereof the same may be done by the Owner at the Contractor's expense or in case the Engineer shall not consider the defect of sufficient importance to require the Contractor to rebuild or replace any imperfect work or material, he shall have the power and is hereby authorized to make an equitable deduction from the stipulated price. GC-51. SUBSURFACE CONDITIONS: 1. The Contractor shall promptly and before such conditions are disturbed, except in the event of an emergency, notify the Owner by written notice of: 1.1 Subsurface or latent physical conditions at the site differing materially from those indicated in the Contract Documents. 1.2 Unknown physical conditions at the site, of an unusual nature, differing Berckmans Road Improvement Project,Phase II Augusta,GA Page 25 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. 2. The Owner shall promptly investigate the conditions and if he finds that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required, for performance of the work, an equitable adjustment shall be made and the Contract Documents shall be modified by a Change Order. Any claim of the Contractor for adjustment hereunder shall not be allowed unless he has given the required written notice; provided that the Owner may, if he determines the facts so justify, consider and adjust any such claims asserted before the date of final payment. GC-52. SUSPENSION OF THE WORK,TERMINATION AND DELAY: 1. The Owner may, at any time and without cause, suspend the work or any portion thereof for a period of not more than ninety days or such further time as agreed upon by the Contractor, by written notice to the Contractor. The Engineer shall fix the date on which work shall be resumed. The Contractor will resume that work on the date so fixed. The Contractor will be allowed an increase in the contract price, an extension of the contract time, or both, directly attributable to any suspension. 2. If the Contractor is adjudged bankrupt or insolvent, or if he makes a general assignment for the benefit of his creditors or if a trustee or receiver is appointed for the Contractor or for any of his property or if he files a petition to take advantage of any debtor's act to reorganize under the bankruptcy or applicable laws or if he repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, or if he repeatedly fails to make prompt payments to subcontractors or for labor, materials or equipment or if he disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction of the work or if he disregards the authority of the Engineer, or if, in the opinion of the Engineer, the Contractor fails to make satisfactory progress in prosecuting the work, or if he otherwise violates any provision of the Contract Documents, then the Owner may, without prejudice to any other right or remedy and after giving the Contractor and his Surety a minimum of ten (10) days from delivery of a written notice, terminate the services of the Contractor and take possession of the Project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and finish the work by whatever method he may deem expedient. In such case, the 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 and indirect costs of completing the Project, including compensation for additional professional services, such excess shall be paid to the Contractor. If such costs exceed such unpaid balance, the Contractor will pay the difference to the Owner. Such costs incurred by the Owner will be determined by the Engineer and incorporated in a Change Order. Berckmans Road Improvement Project,Phase II Augusta,GA Page 26 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 3. The Contractor must obtain permission from the Engineer before any equipment can be removed from the job site. In the event such equipment is removed without the Engineer's approval, the job will be terminated until such time as the equipment is returned to the project and any time and money lost by the Contractor as a result of moving the equipment shall be absorbed by the Contractor. 4. Where the Contractor's services have been so terminate by the Owner, said termination shall not affect any right of the Owner against the Contractor then existing or which may thereafter accrue. Any retention or payment of monies by the Owner due the Contractor will not release the Contractor from compliance with the Contract Documents. 5. After ten (10) days from delivery of a written notice to the Contractor and the Engineer, the Owner, may, without cause and without prejudice to any other right or remedy, elect to abandon the Project and terminate the Contract. In such case, the Contractor shall be paid for all work executed and any expense sustained plus reasonable profit. 6. If, through no act or fault of the Contractor, the work is suspended for a period of more than ninety (90) days by the Owner or under an order of court or other public authority of the Engineer fails to act on any request for payment within thirty (30) days after it is submitted or the Owner fails to pay the Contractor substantially the sum approved by the Engineer within thirty (30) days of its approval and presentation, then the Contractor may after ten (10) days from delivery of a written notice to the Owner and the Engineer, terminate the Contract and recover from the Owner payment for all work executed and all expenses sustained. In addition, and in lieu of terminating the Contract, if the Engineer has failed to act on a request for payment or if the Owner has failed to make any payment as aforesaid, the Contractor may, upon ten (10) days notice to the Owner and the Engineer, stop the work until he has been paid all amounts then due, in which event and upon resumption of the work, Change Orders shall be issued for adjusting the contract price or extending the contract time or both to compensate for the costs and delays attributable to the stoppage of the work. 7. If the performance of all or any portion of the work is suspended, delayed, or interrupted as a result of a failure of the Owner or the Engineer to act within the time specified in the Contract Documents, or if no time is specified, within reasonable time, an adjustment in the contract price or an extension of the contract time or both, shall be made by Change Order to compensate the Contractor for the costs and delays necessarily caused by the failure of the Owner or the Engineer. GC-53. PAYMENTS TO THE CONTRACTOR: 1. Between the first (1st) and the fifth (5th) of each month, the Contractor will submit to Berckmans Road Improvement Project,Phase II Augusta,GA Page 27 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK the Engineer a partial payment estimate filled out and signed by the Contractor on an approved form covering the work performed during the period covered by the partial payment estimate and supported by such data as the Engineer may reasonably require. If payment is requested on the basis of materials and equipment not incorporated in the work but delivered and suitably stored at or near the site, the partial payment estimate shall also be accompanied by such supporting data, satisfactory to the Owner, as will establish the Owner's title to the material and equipment and protect his interest therein, including applicable insurance. The Engineer will, within thirty days after receipt of each partial payment estimate, either indicate in writing his approval of payment and present the partial payment estimate to the Owner, or return the partial payment estimate to the Contractor indicating in writing his reasons for refusing to approve payment. In the latter case, the Contractor may make the necessary corrections and resubmit the partial payment estimate. The Owner will, within thirty days of presentation to him of an approved partial payment estimate, pay the Contractor a progress payment on the basis of the approved partial payment estimate. The Owner shall retain ten (10%) percent of the amount of each payment until final completion and acceptance of all work covered by the Contract Documents and successful completion of required warranty period. On completion and acceptance of a part of the work on which the price is stated separately in the Contract Documents, payment may be made in full, excluding retained percentages, less authorized deductions. 2. The request for payment may also include an allowance for the cost of such major materials and equipment which are suitably stored either at or near the site. 3. All work covered by partial payment shall thereupon become the sole property of the Owner, but this provision shall not be construed as relieving the Contractor of the sole responsibility for the care and protection of the work upon which payments have been made or the restoration of any damaged work, or as a waiver of the right of the Owner to require the fulfillment of all terms of the Contract Documents. 4. Upon completion and acceptance of the work, the Engineer shall issue a certificate attached to the final payment request that the work has been accepted by him under the conditions of the Contract Documents. The entire balance, excluding the retained percentage, found to be due the Contractor shall be paid to the Contractor, except such sums as may be lawfully retained by the Owner for saving the Owner or the Owner's agents harmless from all claims growing out of the lawful demands of Subcontractors, laborers, workmen, mechanics, material-men and furnishers of machinery and parts thereof, equipment, tools and supplies, incurred in the furtherance of the performance of the work. The Contractor shall, at the Owner's request, furnish satisfactory evidence that all obligations of the nature designated above have been paid, discharged, or waived. If the Contractor fails to do so, the Owner may, after having notified the Berckmans Road Improvement Project,Phase II Augusta,GA Page 28 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK Contractor, either pay unpaid bills or withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to the Contractor shall be resumed, in accordance with the terms of the Contract Documents, but in no event shall the provisions of this sentence be construed to impose any obligations upon the Owner to either the Contractor, his Surety, or any third party. In paying any unpaid bills of the Contractor, any payment so made by the Owner shall be considered as a payment made under the Contract Documents by the Owner to the Contractor and the Owner shall not be liable to the Contractor for any such payments made in good faith. 5. Owner shall release half of the "10 percent retained" amount at start of required 18month warranty period. 50 percent of the remaining retained amount shall be released after six (6) moths into required warranty period provided no defects are observed in originally accepted work. The remaining retained balance shall be released at successful completion of the required warranty period as certified by the Engineer. All payment requests shall be approved by the Engineer prior to forwarding to the Owner. 6. If the Owner fails to make payment 45 days after approval by the Engineer, in addition to other remedies available to the Contractor, there shall be added to each such payment, interest at the maximum legal rate commencing on the first day after said payment is due and continuing until the payment is received by the Contractor. GC-54. ACCEPTANCE OF FINAL PAYMENT AS RELEASE: 1. The acceptance by the Contractor of final payment shall be and shall operate as a release to the Owner of all claims and all liability to the Contractor other than claims in stated amounts as may be specifically excepted by the Contractor for all things done or furnished in connection with this work and for every act and neglect of the Owner and other relating to or arising out of this work. Any payment, however, final or otherwise, shall not release the Contractor or his Sureties from any obligations under the Contract Documents or the Performance Bond and Payment Bonds. GC-55. INSURANCE: 1. The Contractor shall purchase and maintain during the life of this Contract such insurance as will protect him from claims set forth below which may arise out of or result from the Contractor's execution of the work, whether such execution by himself or by any Subcontractor or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. 1.1 Claims under Workman's Compensation, disability benefit and other similar Berckmans Road Improvement Project,Phase II Augusta,GA Page 29 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK employee benefit acts, 1.2 Claims for damages because of bodily injury, occupational sickness or disease or death of his employees, 1.3 Claims for damages because of bodily injury, sickness or disease or death of any person other than his employees, 1.4 Claims for damages insured by usual personal injury liability coverage which are sustained (1) by any person as a result of an offense directly or indirectly related to the employment of such person by the Contractor or (2) by any other person; and 1.5 Claims for damages because of injury to or destruction of tangible property, including loss of use resulting there from. 2. Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the work. These Certificates shall contain a provision that coverage afforded under the policies will not be canceled unless at least fifteen (15) days prior written notice has been given to the Owner and Construction Manager. 3. The Contractor shall procure and maintain, at his own expense, during the life of the Contract, liability insurance as hereinafter specified. 3.1 Contractor's General Public Liability and Property Damage insurance including vehicle coverage issued to the Contractor and protecting him from all claims for personal injury, including death, and all claims for destruction of or damage to property, arising out of or in connection with any operations under the Contract Documents, whether such operations be by himself or by any Subcontractor under him or anyone directly or indirectly employed by the Contractor or by a Subcontractor under him. Insurance shall be written with a limit of liability of not less than $200,000 for all damages arising out of bodily injury, including death, at any time resulting there from, sustained by any one person in any one accident; and a limit of liability of not less than $500,000 for any such damages sustained by two or more persons in any one accident. Insurance shall be written with a limit of liability of not less than $100,000 for all property damage sustained by any one person in any one accident; and a limit of liability of not less than $200,000 for any such damage sustained by two or more persons in any one accident. Contractor's insurance policy shall name Owner and Program Manager as insured under this policy. The Contractor shall either (1) require each of his subcontractors to procure and Berckmans Road Improvement Project,Phase II Augusta,GA Page 30 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK to maintain during the life of his/her subcontract, Subcontractor Liability and Property Damage Insurance of the type and in the same amounts as specified in the preceding paragraph, or (2) insure the activities of his subcontractor in his/her own policy. 3.2 The Contractor shall acquire and maintain, if applicable, Fire and Extended Coverage insurance upon the Project to the full insurable value thereof for the benefit of the Owner, the Contractor and Subcontractor as their interest may appear. This provision shall in no way release the Contractor or Contractor's Surety from obligations under the Contract Documents to fully complete the Project. 4. The Contractor shall procure and maintain, at his own expense, during the life of the Contract, in accordance with the provisions of the laws of the state in which the work is performed, Workman's Compensation Insurance, including occupational disease provisions, for all of his employees at the site of the project and in case any work is sublet, the Contractor shall require such Subcontractor similarly to provide Workman's Compensation Insurance, including occupational disease provision for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this Contract at the site of the Project is not protected under Workman's Compensation statute, the Contractor shall provide and shall cause each Subcontractor to provide adequate and suitable insurance for the protection of his employees not otherwise protected. 5. The Contractor shall secure, if applicable, "All Risk" type Builder's Risk Insurance for work to be performed. Unless specifically authorized by the Owner, the amount of such insurance shall not be less than the contract price totaled in the bid. The policy shall cover not less than the losses due to fire, explosion, hail, lightening, vandalism, malicious mischief, wind, collapse, riot, aircraft and smoke during the contract time and until the work is accepted by the Owner. The policy shall name as the insured the Contractor,the Engineer and the Owner. 6. Contractor shall provide a Builders Risk All Risk insurance policy for the full replacement value of all Project work including the value of all onsite Owner-furnished equipment and/or materials associated with Program Manager's services. Such policy shall include coverage for loss due to defects in materials and workmanship and errors in design, and will provide a waiver of subrogation as to Program Manager and the Owner, and their respective officers, employees, agents, affiliates, and subcontractors. GC-56. CONTRACT SECURITY: Berckmans Road Improvement Project,Phase II Augusta,GA Page 31 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 1. The Contractor shall, within ten (10) days after the receipt of the Notice of Award, furnish the Owner with a Performance Bond and a Payment Bond in penal sums equal to the amount of the contract price, conditioned upon the performance by the Contractor of all undertakings, covenants, terms, conditions and agreements of the Contract Documents and upon the prompt payment by the Contractor to all persons supplying labor and materials in the prosecution of the work provided by the Contract Documents. Such bonds shall be executed by the Contractor and a corporate bonding company licensed to transact business in the state in which the work is to be performed and named on the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Treasury Department Circular Number 570. The expense of these bonds shall be borne by the Contractor. If at any time a Surety on any such bond is declared a bankrupt or loses its right to do business in the state in which the work is to be performed or is removed from the list of Surety Companies accepted on Federal Bonds, Contractor shall within ten (10) days after notice from the Owner to do so, substitute an acceptable bond (or bonds) in such form and sum and signed by such other Surety or Sureties as may be satisfactory to the Owner. The premiums on such bonds shall be paid by the Contractor. No further payments shall be deemed due nor shall be made until the new Surety or Sureties shall have furnished an acceptable bond to the Owner. GC-57. ASSIGNMENTS: 1. Neither the Contractor nor the Owner shall sell, transfer, assign or otherwise dispose of the Contract or any portion thereof, or his right, title or interest therein, or his obligations thereunder, without written consent of the other party. GC-58. INDEMNIFICATION: 1. The Contractor will indemnify and hold harmless the Owner and Program Manager and the Engineer and their agents and employees from and against all claims, damages, losses and expenses including attorney's fees arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, including the loss of use resulting therefrom; and is caused in whole or in part by any negligent or willful act or omission of the Contractor and Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. 2. In any and all claims against the Owner or the Engineer or any of their agents or employees, by an employee of the Contractor, Subcontractor, anyone directly or Berckmans Road Improvement Project,Phase II Augusta,GA Page 32 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under Workman's Compensation acts, disability benefit acts or other employee benefits acts. 3. The obligation of the Contractor under this paragraph shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, design or specifications. GC-59. SEPARATE CONTRACTS: 1. The Owner reserves the right to let other contracts in connection with this Project. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate his work with theirs. If the proper execution or results of any part of the Contractor's work depends upon the work of any other Contractor, the Contractor shall inspect and promptly report to the Engineer any defects in such work that render it unsuitable for such proper execution and results. 2. The Owner may perform additional work related to the Project by himself or he may let other contracts containing provisions similar to these. The Contractor will afford the other Contractors who are parties to such contracts (or the Owner, if he is performing the additional work himself), reasonable opportunity for the introduction and storage of materials and equipment and the execution of the work and shall properly connect and coordinate his work with theirs. 3. If the performance of additional work by other Contractors or the Owner is not noted in the Contract Documents prior to the execution of the Contract, written notice thereof shall be given to the Contractor prior to starting any such additional work. If the Contractor believes that the performance of such additional work by the Owner or others involves him in additional expense or entitles him to an extension of the contract time, he may make a claim therefor as provided in Sections GC-13 and GC-14. GC-60. SUBCONTRACTING: 1. The Contractor may utilize the services of specialty Subcontractors on those parts of the work which, under normal contracting practices, are performed by specialty Subcontractors. 2. The Contractor shall not award work to Subcontractor(s), in excess of fifty(50%) percent of the Contract Price, without prior written approval of the Owner. Berckmans Road Improvement Project,Phase II Augusta,GA Page 33 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 3. The Contractor shall be fully responsible to the Owner for the acts and omissions of his Subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of person directly employed by him. 4. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind the Subcontractors to the Contractor by the terms of the Contract Documents insofar as applicable to the work of Subcontractors and to give the Contractor the same power as regards terminating any subcontract that the Owner may exercise over the Contractor under any provision of the Contract Documents. 5. Nothing contained in this Contract shall create any contractual relation between any Subcontractor and the Owner. GC-61. ENGINEER'S AUTHORITY: 1. The Engineer shall act as the Owner's representative during the construction period. He shall decide questions which may arise as to quality and acceptability of materials furnished and work performed. He shall interpret the intent of the Contract Documents in a fair and unbiased manner. The Engineer will make visits to the site and determine if the work is proceeding in accordance with the Contract Documents. 2. The Contractor will be held strictly to the intent of the Contract Documents in regard to the quality of materials, workmanship, and execution of the work. Inspections may be made at the factory or fabrication plant or the source of material supply. 3. The Engineer will not be responsible for the construction means, controls, techniques, sequences, procedures, or construction safety. 4. The Engineer shall promptly make decisions relative to interpretation of the Contract Documents. GC-62. GUARANTEE: 1. The Contractor shall guarantee all materials and equipment furnished and work performed for a period of eighteen (18) months from the date of acceptance of the System by the Owner. The Contractor warrants and guarantees for a period of eighteen (18) months from the date of acceptance of the system that the completed system is free from all defects due to faulty materials or workmanship and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The Owner will give notice of observed defects with reasonable promptness. Berckmans Road Improvement Project,Phase II Augusta,GA Page 34 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK In the event that the Contractor should fail to make such repairs, adjustments or other work that may be necessary by such defects, the Owner may do so and charge the Contractor the cost thereby incurred. The Performance Bond shall remain in full force and effect though the guarantee period. GC-63. TAXES: 1. The Contractor will pay all sales, consumer, use and other similar taxes required by the law of the place where the work is performed. GC-64. WORK ADJACENT TO RAILWAY OR OTHER PROPERTY: 1. Whenever the work embraced in this Contract is near the tracks, structures or buildings of the Owner or of other railways, persons, or property, the work shall be so conducted as not to interfere with the movement of trains or other operations of the railway, or, if in any case such interference be necessary,the Contractor shall not proceed until he has first obtained specific authority and directions therefore from the proper designated officer of the Owner and has the approval of the Engineer. GC-65. ORDER AND DISCIPLINE: 1. The Contractor shall at all times enforce strict discipline and good order among his employees and any employee of the Contractor who shall appear to be incompetent, disorderly or intemperate or in any other way disqualified for or unfaithful to the work entrusted to him, shall be discharged immediately on the request of the Engineer and he shall not again be employed on the work with the Engineer's written consent. GC-66. TRAFFIC CONTROL, WARNING DEVICES AND SIGNS: 1. The Contractor shall furnish, erect, paint and maintain warning devices when construction is on or near public streets for the protection of vehicular and pedestrian traffic. Such devices will be in accordance with the Georgia Manual on Uniform Traffic Control Devices for Street and Highways, "Traffic Control for Highway Construction and Maintenance Operations," latest edition. 2. Minimum two (2) 20" x 30" sign, mounted on a solid post, 8 feet above the ground, indicating the name and a 24-hour phone number of the Contractor in 4" letters, shall be erected at prominent locations on the construction site as directed by the Engineer. The Contractor may remove the sign following the maintenance period. GC-67. SPECIAL RESTRICTIONS: Berckmans Road Improvement Project,Phase 11 Augusta,GA Page 35 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 1. No work shall be done between hours of 6pm and 7am, nor on Sunday or legal holidays, without the written approval or permission of the Engineering Director or his/her designee in each case, except such work as may be necessary for proper care, maintenance, and protection of work already done or of equipment, or in the case of an emergency. 2. If work is required on Saturday, the Contractor shall request and receive approval from the Engineering Director or his/her designee by 2pm the previous day. 3. This restriction will not apply if school is not in session. No lane closure shall be done in school zone between hours of 6:30am -8:30am and 2:30pm—4:30pm. 4. No work shall be done during Masters Week Tournament, from Saturday to Sunday unless it is approved by the Engineer. GC-68. AS-BUILT DRAWINGS: 1. The Contractor shall furnish a complete, legible set of "as-built" plans, prepared and certified by a qualified Georgia Licensed Professional Land Surveyor (PLS), to Augusta Engineering Department seven (7) days prior to the date of the Final Inspection. The As- Built plans shall include all above, at, and underground improvements and utility work, including storm sewer, traffic control and operational items, and fiber. The Director of Engineering Department or his/her designee shall review the submitted as-built plans for accuracy, legibility, completeness, and conformity with approved construction plans. Upon approval of submitted as-built,three (3) hard copies and one electronic (CD- in GA State plan coordinate) copy shall be submitted to Engineering Department for record and Director of Engineering signature. There shall be no separate payment unless otherwise shown. As-built Survey for both AUD/AED line items-(X,Y,Z), Electronic and Paper copies, Survey shall include location of all structures, bends, casing ends,fittings, cleanouts, and inverts/depths of all structures GC-69. CONTRACTOR NOT TO HIRE EMPLOYEES OF THE OWNER: 1. The Contractor shall not employ or hire any of the employees of the Owner. GC-70. DRAWINGS: 1. The Owner will furnish to the Contractor, free of charge, up to two (2) sets of direct black line prints together with a like number of complete bound specifications for Berckmans Road Improvement Project,Phase 11 Augusta,GA Page 36 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK construction purposes. Location of all primary features of the work included in the Contract are indicated on the Contract Drawings. GC-71. FIELD OFFICE FACILITIES: 1. The Owner may require Contractor to provide field office depending on project location, size, and type of work. 2. The Contractor shall provide, at a point convenient to the work, suitable office facilities for housing records, plans and contract documents. A telephone and Fax shall be provided at the Contractor's office for expediting the work and be made available for the use of the Engineer. A complete and up-to-date set of the plans and specifications shall be available at the field office at all times that the work is in progress. GC-72. RIGHTS-OF-WAY AND EASEMENTS: 1. The Owner will furnish all land and rights-of-way necessary for the carrying out of this contract and the completion of the work herein contemplated and will use due diligence in acquiring said land and rights-of-way as speedily as possible. But it is possible that all land and rights-of-way may not be obtained as herein contemplated before construction begins, in which event the Contractor shall begin his work upon such land and rights-of- way as the Owner may have previously acquired and no claim for damages whatsoever will be allowed by reason of the delay in obtaining the remaining lands and rights-of- way. Should the Owner be prevented or enjoined from proceeding with the work or from authorizing its prosecution, either before the commencement, by reason of any litigation or by reason of its inability to procure any lands or rights-of-way for the said work, the Contractor shall not be entitled to make or assert any claim for damage by reason of said delay or to withdraw from the contract except by consent of the Owner; but time for completion of the work will be extended to compensate for the time lost by such delay; such determination to be set forth in writing and approved by the Owner. 2. The Contractor shall not perform any work outside the limits of the right-of-way or easements. In addition, no equipment or material shall be placed outside these areas without written permission of both the property owner and the Engineer. In the event that the Contractor elects to utilize private property for any purpose connected with the project, such as, but not limited to, staging areas, equipment and/or material storage or simply as a convenience, he shall submit a written agreement to the Engineer containing vital information such as limits of both area and time the property is to be utilized and a description of the intended use. The agreement must be signed by both the property owner and the Contractor and will be reviewed and recorded by the Engineer. Such agreements must be submitted prior to the contractor's use of the property. Berckmans Road Improvement Project,Phase II Augusta,GA Page 37 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK All buildings located on newly acquired R/W and/or easements shall be relocated by the Contractor. Such buildings on existing R/W and/or easements shall be removed by the owner or will become the property of the Contractor. 3. The Owner will furnish all land and rights-of-way necessary for carrying out and for the completion of the work to be performed pursuant to the Contract Documents. If all land and rights-of-way are not obtained prior to the issuing of the Notice to Proceed, the Contractor shall begin work upon lands and rights-of-way that have been acquired. 4. The Owner shall provide to the Contractor information which delineates and describes the lands owned and rights-of-way acquired. 5. The Contractor shall comply with all ROW/easements acquisition provisions. 6. The Contractor shall provide at his own expense and without liability to the Owner any additional land and access thereto that the Contractor may desire for temporary construction facilities, or for storage of materials. GC-73. ESTIMATE OF QUANTITIES: 1. The estimated quantities of work to be done and materials to be furnished under this contract if shown in any of the documents including the bid are given only for use in comparing bids and to indicate approximately the total amount of the contract and the right is especially reserved except as herein otherwise specifically limited to increase or diminish them as may be deemed reasonably necessary or desirable by the Owner to complete the work contemplated by this contract and such increase or diminution shall in no way vitiate this contract nor shall any such increase or diminution give cause for claims or liability for damages. GC-74. EXISTING STRUCTURES AND UTILITIES: 1. The existence and location of structures and underground utilities indicated on the plans are not guaranteed and shall be investigated and verified in the field by the Contractor before starting work. The Contractor shall be held responsible for any damage to and for maintenance and protection of existing utilities and structures. GC-75. CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT ITEMS: 1. The Contractor shall, immediately after the contract has been awarded, submit to the Engineer for his approval, a breakdown showing estimates of all costs apportioned to the major elements of equipment, material and labor comprising the total work Berckmans Road Improvement Project,Phase II Augusta,GA Page 38 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK included under any of the lump sum items shown in the proposal. These estimates as approved will serve as the basis for estimating of payments due on all progress estimates. GC-76. PRIOR USE BY OWNER: 1. Prior to completion of the work, the Owner may take over the operation and/or use of the uncompleted project or portions thereof. Such prior use of the facilities by the Owner shall not be deemed as acceptance of any work or relieve the Contractor from any of the requirements of the Contract Documents. GC-77. CLEANING UP: 1. The Contractor shall keep the premises free from the accumulation of waste material and rubbish and upon completion of the work, prior to final acceptance of the completed project by the Owner, he shall remove from the premises all rubbish, surplus materials, implements,tools, etc., and leave his work in a clean condition, satisfactory to the Engineer. GC-78. SALVAGE MATERIALS/EXCESS MATERIALS: 1. All salvageable materials, such as drainage pipe, which require removing but not used on this project, are to be removed from the Right-of-Way, as directed by the Engineer, and recycled or properly disposed of per applicable local and state regulations. Augusta Engineering reserves the right to request a copy of disposal documents for these materials. Granite curb and any other material identified by the Engineer shall be saved and stored at location determined by the Owner. GC-79. MAINTENANCE OF TRAFFIC: 1. In any work within the public right-of-way, the Contractor shall provide adequate warning and protection for pedestrian and vehicular traffic from any hazard arising out of the Contractor's operations and will be held responsible for any damage caused by negligence on his part or by the improper placing of or failure to display danger signs and road lanterns. All traffic lanes, sidewalks and driveways will be kept open and clear at all times except as provided below. The Contractor shall not block traffic on any street more than 30 minutes or without written permission from such agency. Before leaving the work each night, it shall be placed in such condition as to cause the least possible hazard therefrom. Should the Contractor fail to comply with the provisions of this paragraph, the Owner may, with his own forces, provide signs, flagmen, barricades and/or passageways or clear the pavement and deduct the cost thereof from sums due to the Contractor. Berckmans Road Improvement Project,Phase II Augusta,GA Page 39 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK 2. The Contractor shall provide construction signs in accordance with requirements of "Manual on Uniform Traffic Control Devices (MUTCD) for Streets and Highways"; current edition with added supplements and provisions. 3. The attention of the Contactor is specifically directed to Subsection 107.09 of the Supplemental Specification- "Barricades and Danger, Warning, and Detour Signs". "The Contractor shall furnish, install, and maintain all necessary and required barricades, signs, and other traffic control devices in accordance with these specifications, Project Plans, Special Provisions, and MUTCD, and Take all necessary precautions for the protection of the work and safety of the public." 4. All temporary signs, barricades, flashing lights, striping and any other traffic control devices required during construction of this project shall meet all requirements of the MUTCD current addition, as directed by the Engineer and be furnished by the Contractor with payment in accordance with Section 150. 5. The Contractor shall so conduct his operations that there will be a minimum of interference with, or interruption of, traffic on the travel way. This applies to initial installation and the continuing maintenance and operation of the facility. At least one- lane, two-way, traffic shall be maintained at all times unless approved otherwise by the Engineer. As a minimum, the Contractor must comply with MUTCD, current edition and Georgia Standard 9102. 6. The Contractor shall provide all temporary traffic control devices needed to safely direct traffic through the construction area. 7. All temporary traffic control devices are to be placed in accordance with Georgia Department of Transportation Standards and Specifications. GC-80. FLAGGING: 1. Flaggers shall be provided as required to handle traffic, as specified in the Plans or Special Provisions, and as required by the Engineer. 2. All Flaggers shall meet the requirement of part 6F of the MUTCD Current Edition and must have received training and a certificate upon completion of the training from a Department approved training program. Failure to provide certified Flaggers as required above shall be reason for the Engineer suspending work involving the Flagger(s) until the Contractor provides the certified Flagger(s). 3. Flaggers shall wear a fluorescent orange cap or hat, and a fluorescent orange vest, shirt, or jacket, and shall use a Stop/slow paddle meeting the requirements of Section 6F-2 of Berckmans Road Improvement Project,Phase II Augusta,GA Page 40 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK the MUTCD Current Edition for controlling traffic. The Stop/slow paddle shall have a shaft length of seven (7) feet minimum. In addition to the stop/slow paddle, a Flagger may use a 24-inch square red/orange flag as an additional device to attract attention. For night work, the vest shall have reflectorized stripes on front and back. 4. Signs for Flogger traffic control shall be placed in advance of the flagging operation in accordance with the MUTCD Current Edition. In addition to the signs required by the MUTCD, signs at regular intervals, warning of the presence of the Flogger shall be placed beyond the point where traffic can reasonably be expected to stop under the most severe conditions for that day's work. GC-81. TRAFFIC DETOURS: 1. Where detours are required and in accordance with Section 150 of the Standard Specifications and any Supplements thereto, the Contractor shall file for approval a detour plan of operation for this project. This plan shall include details of staging and rerouting of traffic including estimated length of time for use of the detours. 2. The Contractor shall so conduct his operations that there will be a minimum of interference with, or interruption of, traffic upon and along the roadway. This applies to the initial installation and the continuing maintenance and operation of the facility. At least one-lane, two-way traffic shall be maintained at all times unless approved otherwise by the Engineer. As a minimum, the Contractor must comply with the Manual on Uniform Traffic Control Devices, current edition and Georgia Standard 9102. GC-82. MAINTENANCE OF ACCESS: 1. The Contractor will be required to maintain access to business establishments during all time they are open for business, to churches, schools and other institutions during the time they are open and to all residential and other occupied buildings or facilities at all times. Bridges across open trenches and work areas will be required to provide vehicular and pedestrian access. Bridges with handrail protection will be required for crosswalks at street intersections. It is recognized that it will be necessary to remove bridges and to block cross traffic while equipment is in operation. The Contractor shall, however, plan and pursue his operations so as to minimize the time that direct entrance is blocked. GC-83. SPECIAL EVENTS: 1. When Special Events occur, such as the Augusta Masters Golf Tournament, all work shall be safe up, shut down and maintained until the Engineer approves the resumption of work. No project is exempt without the expressed approval of the Engineer. If these Berckmans Road Improvement Project,Phase II Augusta,GA Page 41 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK type work stoppages impose a hardship, contract time wise, consideration will be given to extending the contract time in an amount commensurate with the delay caused by such work stoppages provided the Contractor has otherwise pursued the work diligently. No consideration will be given for claims for damages. GC-84. EROSION CONTROL AND RESTORATION OF PROPERTY: 1. The Contractor will be required to schedule his work and perform operations in such a manner that siltation and bank erosion will be minimized during all phases of construction. Any areas disturbed during the course of construction shall be restored to a condition equal or better than the original condition. The Contractor will be required to submit a Soil Erosion, Sedimentation and Stormwater Pollution Control plan that is in compliance with the work site erosion control and NPDES plan, per the Georgia Department of Transportation and Georgia Environmental Protection Erosion, Sediment and Stormwater Pollution Control requirements. 2. The contractor will be responsible for NPDES monitoring and documentation to keep the project in compliance with applicable NPDES permit requirements unless specified otherwise. The contractor shall be responsible to bring project incompliance and pay penalty imposed on the project due to non-compliance to NPES permit and other permits. 3. The cost of this work shall be included in the cost of Lump Sum Construction or grading complete unless Shown as a Separate pay item. GC-85. UTILITIES: 1. All utility facilities except those owned by Augusta Utilities Department which are in conflict with construction, not covered as specified items in the detailed estimate, are to be removed and relocated to clear construction by the respective owners with the exception of Augusta Utilities and Augusta Traffic Engineering unless added later to the contract as a supplemental item. All "above ground" utility structures will be located as near as possible to the right-of-way line. 2. The Contractor will not be paid for any delays or extra expense caused by utility facilities obstructions or any other items not being removed or relocated to clear construction in advance of his work. 3. All known utility facilities are shown schematically on the plans, and not necessarily accurate in location as to plan or elevation. Utility facilities such as service lines or unknown facilities not shown on the plans will not relieve the Contractor of his responsibility under this requirement except as noted below. "Existing Utility Facilities" Berckmans Road Improvement Project,Phase II Augusta,GA Page 42 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK means any utility facility that exists on the highway project in its original, relocated or newly installed position. Other than service lines from street mains to the abutting property the contractor will not be held responsible for the cost of repairs to damaged underground utility facilities when such facilities are not shown on the plans and their existence is unknown to the Contractor prior to the damage occurring, providing the Engineer determines the Contractor has otherwise fully complied with the Specifications. 4. The Contractor shall use the one-call center telephone number 1-800-282-7411 for the purposes of coordinating the marking of underground utilities. 5. The Contractor's attention is directed to the probability of encountering private utility installations consisting of sanitary sewers, water, sprinkler systems, ornamental light systems, gas and underground telephone cables that either are obstructions to the execution of the work and need to be moved out of the way or, if not, must be properly protected during construction. No separate payment will be made for this work. Public utilities of this nature except Augusta Utilities and Augusta Traffic Engineering will be handled by the utility owner. THE FOLLOWING UTILITY COMPANIES SHALL BE NOTIFIED BEFORE WORK BEGINS: Augusta Richmond County Utilities 360 Bay Street,Suite 180 Atlanta Gas Light Company Augusta, Georgia 30901 337 Habersham Road Fax: (706)312-4133 Martinez,Georgia 30907 POC: Marie Corbin POC: Mark Sosebee e-mail: MCorbin@augustaga.gov Phone: (706) 847-0662 Phone: (706) 312-4140 e-mail: msosebee@southernco.corn POC: Chad Hendrix e-mail: CHendrix(i augustaga.gov Phone: (706) 312-4126 Berckmans Road Improvement Project,Phase II Augusta,GA Page 43 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK AT&T 3841 Wrightsboro Road Georgia Power Augusta,Georgia 30909 642 Woodland Road Fax: (706)855-1917 Waynesboro,Ga.30830 POC: Jeff Surrency POC: Kristi Griffin e-mail: Ws14490att.com e-mail: kbgriffin@southernco.com Phone: (706) 228-5203/(706) 210-8237 Phone: (678) 708-9112 WOW! Jefferson Energy Cooperative 3714 Wheeler Road P.O. Box 457 Augusta,Georgia 30909 Wrens, Georgia 30833 Fax: (706)364-1011 Fax: (706)547-5051 POC: Gary Mcferrin POC: Mike Wasden e-mail: gary.Mcferrin@wowinc.com e-mail: mwasden@jec.com Phone: (706) 364-1035 Phone: (706) 547-5019 Comcast Communications P.O. Box 3579 Augusta,Georgia 30904 Fax: (706)733—6942 POC: Bernard Jackson e-mail: bernard lacksonl@cable.comcast.com Phone: (706) 739-2321 GC-86. UTILITY ACCOMMODATION POLICY: 1. In so far as possible, work shall be scheduled so that open excavations will not be left overnight. Where trenches, pits or other excavations are within the clear roadside areas and cannot be backfilled before leaving the job site, they shall be covered by timbers or metal plates and protected by reflectorized and/or lighted barricades as appropriate and as directed by the Engineer. Barricades sufficient to prevent a person from falling into an excavated or work area must be erected in areas where these conditions exist. GC-87. BYPASSING SEWAGE: 1. The Contractor will be required to schedule and coordinate construction sequences and to use temporary construction and other approved methods which will minimize the bypassing of sewage during construction of the sewer facilities. The diversion of Berckmans Road Improvement Project,Phase II Augusta,GA Page 44 of 45 PHASE II BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK sewerage to open ditches or streams will not be permitted. • GC-88. SAFETY AND HEALTH REGULATIONS: 1. The Contractor shall comply with the Department of Labor Safety and Health Regulations for construction promulgated under the Occupational and Health Act of 1970 (PL31-596) and under Section 107 of the Contract Work Hours and Safety Standards Act (PL91-54). GC-89. WARRANTY: 1. Unless otherwise specified, all contract work is subject to an 18-month warranty. The 18-month warranty is hereby modified to include the following: Any repairs, corrections or modifications performed within the last six months of the original 18-month warranty shall have the original 18-month warranty extended 180 calendar days past the date of such repairs, corrections or modifications. GC-90. PRECONSTRUCTION CONFERENCE: 1. A preconstruction conference shall be held at an acceptable time to the Owner and the Contractor prior to the "Notice to Proceed" to coordinate the work and satisfy all requirements of the Contract Documents. Berckmans Road Improvement Project,Phase II Augusta,GA Page 45 of 45 Augusta, GA Engineering Department TECHNICAL SPECIFICATIONS BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK P.I. # 0011381 & PI 0011413 2018/2019 Rev.June 1,2011 Rev.August 1,2011 Rev.August 1,2012 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION Section 150—Traffic Control 150.01 GENERAL This section as supplemented by the Plans, Specifications,and Manual on Uniform Traffic Control Devices (MUTCD) shall be considered the Temporary Traffic Control (TIC) Plan. Activities shall consist of furnishing, installing, maintaining, and removing necessary traffic signs, pedestrian signs, barricades, lights,signals,cones, pavement markings and other traffic control devices and shall include flagging and other means for guidance and protection of vehicular and pedestrian traffic through the Work Zone. This Work shall include both maintaining existing devices and installing additional devices as necessary in construction work zones. When any provisions of this Specification or the Plans do not meet the minimum requirements of the MUTCD, the MUTCD shall control. The 2009 Edition of the MUTCD shall be in effect for the duration of the project. The needs and control of all road users(motorists, bicyclists and pedestrians within the highway right-of-way and easements, including persons with disabilities in accordance with the Americans with Disabilities Act of 1990 (ADA), Title II, Paragraph 35.130) through a Temporary Traffic Control (TIC)zone shall be an essential part of highway construction, utility work, maintenance operations and management of traffic incidents. The Worksite Traffic Control Supervisor(WTCS) shall have a copy of Part VI of the MUTCD and the Contract on the job site. Copies of the current MUTCD may be obtained from the FHWA web page at htto://mutcd.fhwa.dot.gov. A.WORKER SAFETY APPAREL All workers, including emergency responders,within the right-of-way who are exposed either to traffic (vehicles using the highway for purpose of travel) or to work vehicles and construction equipment within the ITC zone shall wear high-visibility safety apparel that meets the Performance Class 2 or 3 requirements of the ANSI/ISEA 107-2004 publication entitled "American National Standard for High-Visibility Safety Apparel and Headwear", or equivalent revisions, and labeled as meeting the ANSI 107-2004 standard performance for 1 Class 2 or 3 risk exposure. Emergency and incident responders and law enforcement personnel within the TTC zone may wear high-visibility safety apparel that meets the performance requirements of the ANSI/ISEA 207-2006 publication entitled "American National Standard for High-Visibility Public Safety Vests", or equivalent revisions,and labeled as ANSI 207-2006, in lieu of ANSI/ISEA 107-2004 apparel. Firefighters or other emergency responders working within the right-of-way and engaged in emergency operations that directly expose them to flame,fire, heat,and/or hazardous material may wear retroreflective turn-out gear that is specified and regulated by other organizations, such as the National Fire Protection Association. B.WORKSITE TRAFFIC CONTROL SUPERVISOR ALL HIGHWAYS (ADDITIONAL REQUIREMENTS BELOW FOR INTERSTATES): The Contractor shall designate a qualified individual as the Worksite Traffic Control Supervisor (WTCS) who shall be responsible for selecting, installing and maintaining all traffic control devices in accordance with the Plans, Specifications, Special Provisions and the MUTCD. A written resume documenting the experience and credentials of the WTCS shall be submitted and accepted by the Engineer prior to beginning any work that involves traffic control. The WTCS shall be available on a twenty-four(24) hour basis to perform his duties. If the work requires traffic control activities to be performed during the daylight and nighttime hours it may be necessary for the Contractor to designate an alternate WTCS. An alternate WTCS must meet the same requirements and qualifications as the primary WTCS and be accepted by the Engineer prior to beginning any traffic control duties. The Worksite Traffic Control Supervisor's traffic control responsibilities shall have priority over all other assigned duties. As the representative of the Contractor, the WTCS shall have full authority to act on behalf of the Contractor in administering the TTC Plan. The WTCS shall have appropriate training in safe traffic control practices in accordance with Part VI of the MUTCD. In addition to the WTCS all other individuals making decisions regarding traffic control shall meet the training requirements of the Part VI of the MUTCD. The WTCS shall supervise the initial installation of traffic control devices.The Engineer prior to the beginning of construction will review the initial installation. Modifications to traffic control devices as required by sequence of operations or staged construction shall be reviewed by the WTCS. The WTCS shall be available on a full-time basis to maintain traffic control devices with access to all personnel, materials,and equipment necessary to respond effectively to an emergency situation within forty-five(45) minutes of notification of the emergency. The WTCS shall regularly perform inspections to ensure that traffic control is maintained. Unless modified by the special conditions or by the Engineer, routine deficiencies shall be corrected within a twenty-four (24) hour period. Failure to comply with these provisions shall be grounds for dismissal from the duties of WTCS and/or removal of the WTCS from the project. Failure of the WTCS to execute his duties shall be considered as nonperformance under Subsection 150.08. The Engineer will periodically review the work for compliance with the requirements of the TTC plan. 2 On projects where traffic control duties will not require full time supervision, the Engineer may allow the Contractor's Project Superintendent to serve as the WTCS as long as satisfactory results are obtained. CERTIFIED WORKSITE TRAFFIC CONTROL SUPERVISOR ADDITIONAL REQUIREMENTS FOR INTERSTATE AND LIMITED ACCESS HIGHWAYS: In addition to the requirements above, the WTCS shall have a minimum of one year's experience directly related to work site traffic control in a supervisory or responsible capacity. The WTCS shall be currently certified by the American Traffic Safety Services Association (ATSSA) Work Site Traffic Supervisor Certification program or the National Safety Council Certification program. Any work performed on the interstate or limited access highway right-of-way that requires traffic control shall be supervised by the Certified Worksite Traffic Control Supervisor. No work requiring traffic control shall be performed unless the certified WTCS is on the worksite. Failure to maintain a Certified Worksite Traffic Control Supervisor on the work will be considered as non-performance under Subsection 150.08. The WTCS shall perform, as a minimum, weekly traffic control inspections on all interstate and limited access highways. The inspection shall be reported to the Engineer on a TC-1 report. The Engineer will furnish a blank copy of the TC-1 report to the Contractor prior to the beginning of any work on the interstate or limited access right-of-way. C.TRAFFIC CONTROL DEVICES All traffic control devices used during the construction of a project shall meet the Standards utilized in the MUTCD,and shall comply with the requirements of these Specifications,Project Plans,and Special Provisions. All devices shall be tested at NCHRP Test Level III. Reference is made to Subsections 104.05, 107.07. and 107.09. D. REFLECTORIZATION REQUIREMENTS All rigid fluorescent orange construction warning signs (black on fluorescent orange) shall meet the reflectorization and color requirements of ASTM Type VII, VIII, IX or X regardless of the mounting height. Portable signs which have flexible sign blanks shall meet the reflectorization and color requirements of ASTM Type VI. Warning signs (W3-1a)for stop conditions that have rumble strips located in the travelway shall be reflectorized with ASTM Type IX fluorescent yellow sheeting. All other signs shall meet the requirements of ASTM Type III or IV except for"Pass With Care" and"Do Not Pass"signs which may be ASTM Type I unless otherwise specified. CHANNELIZATION DEVICES: Channelization devices shall meet the requirements of ASTM Type III or IV high intensity sheeting. 3 E. IMPLEMENTATION REQUIREMENTS No work shall be started on any project phase until the appropriate traffic control devices have been placed in accordance with the Project requirements. Changes to traffic flow shall not commence unless all labor, materials, and equipment necessary to make the changes are available on the Project. When any shift or change is made to the location of traffic or to the flow patterns of traffic, including pedestrian traffic, the permanent safety features shall be installed and fully operational before making the change. If staging or site conditions prevent the installation of permanent features then the equivalent interim devices shall be utilized. This work shall also include any necessary removal and reinstallation of guardrail panels to achieve the required panel lap to accommodate the appropriate shift and traffic flow including the final traffic flow configuration (The cost of performing this work shall be included in Traffic Control-Lump Sum). Any section of the work that is on new location shall have all permanent safety features installed and fully operational before the work is opened to traffic. Safety features shall include but are not limited to the following items: 1. Guardrail including anchors and delineation with properly lapped panels 2. Impact attenuators 3. Traffic signals 4. Warning devices 5. Pavement markings including words, symbols, stop bars, and crosswalks 6. Roadway signs including regulatory, warning, and guide Outdoor lighting shall be considered as a safety feature for welcome centers, rest areas, and weigh station projects. For typical roadway type projects new street lighting is not considered a safety feature unless specifically noted in the plans or in the special conditions. F. MAINTENANCE OF TRAFFIC CONTROL DEVICES Traffic control devices shall be in acceptable condition when first erected on the project and shall be maintained in accordance with Subsection 104.05 throughout the construction period. All unacceptable traffic control devices shall be replaced within 24 hours. When not in use, all traffic control devices shall be removed, placed or covered so as not to be visible to traffic. All construction warning signs shall be removed within seven calendar days after time charges are stopped or pay items are complete. If traffic control devices are left in place for more than ten days after completion of the Work, the Department shall have the right to remove such devices, claim possession thereof, and deduct the cost of such removal from any monies due, or which may become due, the Contractor. G. TRAFFIC INTERRUPTION RESTRICTIONS The Department reserves the right to restrict construction operations when, in the opinion of the Engineer, the continuance of the Work would seriously hinder traffic flow, be needlessly disruptive or unnecessarily inconvenience the traveling public. The Contractor 4 shall suspend and/or reschedule any work when the Engineer deems that conditions are unfavorable for continuing the Work. Advanced notification requirements to the Contractor to suspend work will be according to the events and the time restrictions outlined below: Incident management No advanced notice required Threatening/Inclement weather 24 hours Holidays. sporting events, Three(3)calendar days unfavorable conditions If the work is suspended, the Contractor may submit a request for additional contract time as allowed under Section 108. The Department will review the request and may grant additional contract time as justified by the impact to the Contractor's schedule. Compensation for loss of productivity, rescheduling of crews, rental of equipment or delays to the Contractor's schedule will not be considered for payment.Additional contract time will be the only consideration granted to the Contractor. H. SEQUENCE OF OPERATIONS Any Sequence of Operations provided in this Contract in conjunction with any staging details which may be shown in the plans, is a suggested sequence for performing the Work. It is intended as a general staging plan for the orderly execution of the work while minimizing the impact on pedestrian facilities, mainline, cross-streets and side streets. The Contractor shall develop detailed staging and temporary traffic control plans for performing specific areas of the Work including but not limited to all traffic shifts, detours, bridge widenings, paces, or other activities that disrupt traffic or pedestrian flow. The Engineer may require detailed staging and TTC plans for lane closures or disruption to pedestrian facilities. These plans shall be submitted for approval at least two weeks prior to the scheduled date of the activity. Activities that have not been approved at least seven(7)days prior to the scheduled date shall be rescheduled. Where traffic is permitted through the work area under stage construction, the Contractor may choose to construct, at no additional expense to the Department, temporary on-site bypasses or detours in order to expedite the work. Plans for such temporary bypasses or detours shall be submitted to the Engineer for review and approval 30 calendar days prior to the proposed construction. Such bypasses or detours shall be removed promptly when in the opinion of the Engineer; they are not longer necessary for the satisfactory progress of the Work. Bypasses and detours shall meet the minimum requirements of Subsection 150.02.6.4. As an option to the Sequence of Operations in the Contract, the Contractor may submit an alternative Sequence of Operations for review and approval. Alternate Sequence of Operations for pedestrian facilities shall be in compliance with the MUTCD and ADA. 5 Pedestrian needs identified in the preconstruction phase shall be included in the proposed alternate plan. The Department will not pay, or in any way reimburse the Contractor for claims arising from the Contractor's inability to perform the Work in accordance with the Sequence of Operations provided in the Contract or from an approved Contractor alternate. The Contractor shall secure the Engineer's approval of the Contractor's proposed plan of operation,sequence of work and methods of providing for the safe passage of vehicular and pedestrian traffic before it is placed in operation. The proposed plan of operation shall supplement the approved traffic control plan. Any major changes to the approved TTC plan, proposed by the Contractor, shall be submitted to the Department for approval. Some additional traffic control details will be required prior to any major shifts or changes in traffic. The traffic control details shall include, but not be limited to, the following: 1. A detailed drawing showing traffic locations and laneage for each step of the change. 2. The location, size, and message of all signs required by the MUTCD, Plan, Special Provisions, and other signs as required to fit conditions. Any portable changeable message signs used shall be included in the details. 3. The method to be used in, and the limits of, the obliteration of conflicting lines and markings. 4. Type, location, and extent of new lines and markings. 5. Horizontal and vertical alignment and superelevation rates for detours, including crosssection and profile grades along each edge of existing pavement. 6. Drainage details for temporary and permanent alignments. 7. Location, length, and/or spacing of channelization and protective devices (temporary barrier, guardrail, barricades, etc.) 8. Starting time, duration and date of planned change. 9. For each traffic shift, a paving plan, erection plan, or work site plan, as appropriate, detailing workforce, materials, and equipment necessary to accomplish the proposed work. This will be the minimum resource allocation required in order to start the work. A minimum of three copies of the above details shall be submitted to the Engineer for approval at least 14 days prior to the anticipated traffic shift. The Contractor shall have traffic control details for a traffic shift which has been approved by the Engineer prior to commencement of the physical shift. All preparatory work relative to the traffic shift, which does not interfere with traffic, shall be accomplished prior to the designated starting time. The Engineer and the Contractor's representative will verify that all 6 conditions have been met prior to the Contractor obtaining materials for the actual traffic shift. 150.02 TEMPORARY TRAFFIC CONTROL(TTC)ZONES: A. DEVICES AND MATERIALS: In addition to the other provisions contained herein, work zone traffic control shall be accomplished using the following means and materials: 1.Portable Advance Warning Signs Portable advance warning signs shall be utilized as per the requirements of the temporary traffic control plans. All signs shall meet the requirements of the MUTCD and shall be NCHRP 350 crashworthy compliant. 2.Arrow Panels Portable sequential or flashing arrow panels as shown in the Plans or Specifications for use on Interstate or multi-lane highway lane closure only, shall be a minimum size of 48" high by 96"wide with not less than 15 lamps used for the arrow. The arrow shall occupy virtually the entire size of the arrow panel and shall have a minimum legibility distance of one mile. The minimum legibility distance is that distance at which the arrow panel can be comprehended by an observer on a sunny day,or clear night. Arrow panels shall be equipped with automatic dimming features for use during hours of darkness. The arrow panels shall also meet the requirements for a Type C panel as shown in the MUTCD. The sequential or flashing arrow panels shall not be used for lane closure on two-lane, two-way highways when traffic is restricted to one-lane operations in which case, appropriate signing, flaggers and when required, pilot vehicles will be deemed sufficient. The sequential or flashing arrow panels shall be placed on the shoulder at or near the point where the lane closing transition begins. The panels shall be mounted on a vehicle, trailer, or other suitable support. Vehicle mounted panels shall be provided with remote controls. Minimum mounting height shall be seven feet above the roadway to the bottom of the panel, except on vehicle mounted panels which should be as high as practical. For emergency situations, arrow display panels that meet the MUTCD requirements for Type A or Type B panels may be used until Type C panels can be located and placed at the site. The use of Type A and Type B panels shall be held to the minimum length of time possible before having the Type C panel(s) in operation. The Engineer shall determine when conditions and circumstances are considered to be emergencies. The Contractor shall notify the Engineer, in writing, when any non-specification arrow display panel(s) is being used in the work. 3. Portable Changeable Message Signs Portable changeable message signs meeting the requirements of Section 632 and the MUTCD. Any PCMS in use that is not protected by positive barrier protection shall be delineated by a minimum of three drums that meet the requirement of Section 150.05.A.1. The drum spacing shall not exceed a maximum of ten (10') feet as shown 7 IBAEELQELQW- 0 Ezzaisaa J.. .. ► ► . sir --el MEM DEBIL 150401.9 in Detail 150-PCMS. When the PCMS is within twenty (20') feet of the opposing traffic flow, the trailing end of the PCMS shall be delineated with a minimum of three drums spaced in the same manner as the approach side of the PCMS. When not in use the PCMS shall be removed from the roadway unless protected by positive barrier protection. If the PCMS is protected by positive barrier protection the sign panel shall be turned away from traffic when not in use. 4. Channelization Devices Channelization devices shall meet the standards of the MUTCD and Subsection 150.05. 5. Temporary Barrier Temporary barrier shall meet the requirements of Section 622. 6. Temporary Traffic Signals Temporary traffic signals shall meet the requirements of Section 647 and the MUTCD. 7. Pavement Marking Pavement marking incorporated into the work shall comply with Subsections 150.04.A and 150.04.B. 8. Portable Temporary Traffic Control Signals The use of Portable Temporary Traffic Control Signals shall meet the following minimum requirements: Only two-lane two-way roadways will be allowed to utilize Portable Temporary Traffic Control Signals. 8 All portable traffic control signals shall meet the physical display and operational requirements of conventional traffic signals described in the MUTCD. Each signal face shall have at least three lenses. The lenses shall be red, yellow, or green in color and shall give a circular type of indication. All lenses shall be twelve(12") inches nominal in diameter. A minimum of two signal faces shall face each direction of traffic. A minimum of one signal head shall be suspended over the roadway travel lane in a manner that will allow the bottom of the signal head housing to be not less than seventeen (17') feet above and not more than nineteen (19') feet above the pavement grade at the center of the travel lane. The second signal head may be located over the travel lane with the same height requirements or the second signal head may be located on the shoulder. When the signal head is located on the shoulder the bottom of the signal head housing shall be at least eight(8')feet but not more than (15')feet above the pavement grade at the center of highway. Advance warning signage and appropriate pavement markings shall be installed as part of the temporary signal operation. The signals shall be operated in a manner consistent with traffic requirements. The signals may be operated in timed-mode or in a vehicle-actuated mode. The signals shall be interconnected in a manner to ensure that conflicting movements can not occur. To assure that the appropriate operating pattern including timing is displayed to the traveling public, regular inspections including the use of accurate timing devices shall be made by the Worksite Traffic Control Supervisor. If at any time any part of the system fails to operate within these requirements then the use of the signal shall be suspended and the appropriate flagging operation shall begin immediately. The Worksite Traffic Control Supervisor(WTCS) shall continuously monitor the portable traffic control signal to insure compliance with the requirements for maintenance under the MUTCD. The signal shall be maintained in a manner consistent with the intention of the MUTCD, with emphasis on cleaning of the optical system. Timing changes shall be made only by the WTCS. The WTCS shall keep a written record of all timing changes. The portable temporary signal shall have two power sources and shall be capable of running for seven calendar days continuously. The Contractor shall have an alternate temporary traffic control plan in the event of failure of the signal. 9. RUMBLE STRIPS Rumble strips incorporated into the work shall meet the requirements of Section 429 and the MUTCD. Existing rumble strips that are positioned in the traveled way to warn traffic of a stop condition shall be reinstalled based on the following requirements: INTERMEDIATE SURFACES: Intermediate surfaces that will be in use for more than forty- five (45) calendar days shall have rumble strips reinstalled on the traveled way in the area of a stop condition. Non-refundable deductions in accordance with Subsection 9 150.08 will be assessed for any intermediate surface in place for greater than 45 days without rumble strips. FINAL SURFACES: Rumble strips shall be installed on the final surface within fourteen (14)calendar days of the placement of the final surface in the area of the stop condition. Failure to install within fourteen (14) calendar days will result in assessment of non- refundable deductions in accordance with Subsection 150.08. Prior to the removal of any rumble strips located in the travelway, stop ahead (W3-1a) warning signs shall be double indicated ahead of the stop condition. These warning signs shall be a minimum of 48 inches by 48 inches. The reflectorization of the warning signs shall be as required by Subsection 150.01.D. These warning signs shall remain in place until the rumble strips have been reinstalled on the traveled way. Any existing warning signs for the stop ahead condition shall be removed or covered while the 48"X 48" (W3-1a) signs are in place. When the rumble strips have been reinstalled these warning signs should be promptly removed and any existing signage placed back in service. 10. GUARDRAIL: When the removal and installation of guardrail is required as a part of the work the following time restrictions shall apply unless modified by the special conditions: MULTI-LANE HIGHWAYS: From the time that the existing guardrail or temporary positive barrier protection is removed the Contractor has fourteen (14)calendar days to install the new guardrail and anchors. During the interim, the location without guardrail shall be protected with drums spaced at a maximum spacing of twenty(20')feet. The maximum length of rail that can be removed at any time without being replaced with positive barrier protection is a total of 2000 linear feet of existing rail or the total length of one run of existing rail, whichever is less. ALL OTHER HIGHWAYS: From the time that the existing guardrail is removed or from the time that temporary positive barrier protection is removed the Contractor has thirty(30) calendar days to install the new guardrail and anchors. During the interim, the location without guardrail shall be protected with drums spaced at a maximum spacing of twenty (20') feet. The maximum length of rail that can be removed at any time without being replaced with positive barrier protection is a total of 1000 linear feet of existing rail or the total length of one run of existing rail, whichever is less. Based on existing field conditions, the Engineer may review the work and require that the guardrail be installed earlier than the maximum time allowed above by giving written notification to the Contractor via the TC-1 traffic control report. ALL HIGHWAYS: The contractor shall install new guardrail such that traffic exposure to fixed objects is minimized. Within the same work day, temporary attenuators, as defined in Subsection 150.05.B, should be installed on the approach to fixed objects that can't be protected with guardrail. Truck mounted attenuators may be used to shield exposed fixed objects for periods not to exceed forty-eight (48) hours. No separate payment will be made for truck mounted attenuators. 10 When the roadway is open to traffic, guardrail panels shall be lapped to comply with the directional flow of traffic. Should the staging of the work require that the lap of the guardrail be changed, this work shall be completed before the roadway is opened to traffic. The work to change the lap of any guardrail shall be included in Traffic ControlLump Sum. Failure to comply with the above time and quantity restrictions shall be considered as non- compliance under Subsection 150.08. 11. STOP SIGN REGULATED INTERSECTIONS: For intersections that utilize stop sign(s) to control the flow of traffic and to restrict the movement of vehicles, the stop sign(s) shall be maintained for the duration of the work or until such time that the stop condition is eliminated or until an interim or permanent traffic signal can be installed to provide proper traffic control. The traffic signal shall be installed and properly functioning before the removal of the existing stop sign(s) is permitted. If the existing intersection is enhanced traffic control features such as stop bars,double indicated stop signs, oversized signs, advanced warning stop ahead signs, rumble strips on the approaches or flashing beacons located overhead or on the shoulders then these features shall be maintained for the duration of the project or until the permanent traffic control plan has been implemented. Whenever the staging of the work requires that the traveled-way be relocated or realigned the Contractor shall reinstall all enhanced traffic control features noted above on the newly constructed sections of the work. The cost of relocating the stop bars, stop signs, advanced warning signs, the rumble strips and the flashing beacons shall be included in the price bid for Lump-Sum-Traffic Control unless individual pay items are included in the contract for rumble strips and/or flashing beacons. When pay items are included in the contract for rumble strips or flashing beacons then these items will be paid per each. When staging requires the relocation or realignment of an existing stop condition it may be necessary to consider the addition of enhanced traffic control features even though none existed at the original location. Horizontal and vertical alignment changes at a new location may have decreased or restricted sight distance or the stop condition may occur sooner than in the previous alignment. If these conditions occur then the Engineer and/or the WTCS should consider additional measures to enhance the motorist's awareness of the changes even though the staging plans may not address enhanced features. Stop signs should be a minimum of 36 inches for interim situations. The use of 48 inch stop signs may be warranted under project specific conditions. Flags may be used on interim/permanent stop signs that are mounted at seven (7') feet in height for a short duration in order to direct additional attention to a new or relocated stop sign(s). Flags should not be used for durations exceeding two weeks unless unusual or site specify conditions warrant a longer period of time. The use of Type "A" flashing red light(s) attached to the stop sign(s) may be appropriate during the same period that the flags are in use to increase attention. The use of rumble strips and/or portable changeable message signs may be considered. The use of new rumble strips, where none previously existed, shall have the prior approval of District Traffic Operations before being included as part of the temporary traffic control plan. The message(s) displayed on any PCMS shall have the prior approval of the 11 Engineer and the message(s) shall be included as part of the TTC plan for the interim staging. The placement of any additional interim ground-mounted signs and posts or stop bars shall be considered as incidental to the price bid for Lump Sum-Traffic Control. The installation of rumble strips, flashing beacons or the use of Portable Changeable Message Signs (PCMS) shall be considered as Extra Work unless pay items are included in the contract. B. WORK ZONE RESTRICTIONS: 1. Interstate The Contractor shall not simultaneously perform work on both the inside shoulder and outside shoulder on either direction of traffic flow when the Work is within 12 feet of the travel-way, unless such areas are separated by at least one-half mile of distance. 2. Non-Interstate Divided Highways The Contractor shall not simultaneously perform work on both the inside shoulder and outside shoulder on either direction of traffic flow when the Work is within 12 feet of the travel-way, unless such areas are separated by at least one-half mile distance in rural areas or at least 500 feet of distance in urban areas. 3. Non-Divided Highways a. The Contractor shall not simultaneously perform work on opposite sides of the roadway when the work is within 12 feet of the travel-way, unless such areas are separated by at least one-half mile of distance in rural areas or at least 500 feet of distance in urban areas. b. On two-lane projects where full width sections of the existing subgrade, base or surfacing are to be removed, and new base, subgrade, or surfacing are to be constructed, the Contractor shall maintain one-lane traffic through the construction area by removing and replacing the undesirable material for half the width of the existing roadway at a time. Replacement shall be made such that paving is completed to the level of the existing pavement in the adjacent lane by the end of the workday or before opening all the roadway to traffic. 4. All Highways: a. There shall be no reduction in the total number of available traffic lanes that existed prior to construction except as specifically allowed by the Contract and as approved by the Engineer. b. Travelway Clearances: All portions of the work shall maintain the following minimum requirements: 12 Horizontal: The combined dimensions of the paved shoulder and the roadway surface remaining outside the Work Zone shall be no less than sixteen (16) feet in width at any location. Vertical: The overhead clearance shall not be reduced to less than fifteen (15) feet at any location. The restrictions above apply to all shifts, lane closures, on-site detours and off site detours whether shown in the contract or proposed by the Contractor. It shall be the responsibility of the Contractor to verify that these minimum requirements have been met before proceeding with any phase of the Work. Two-lane two-way roadways may have temporary horizontal restrictions of less than sixteen (16)feet provided a flagger operation for one-way traffic is utilized to restrict access to the work area by over-width loads. The minimum horizontal clearance shall be restored before the flagging operation is removed. c. Highway Work Zone: All sections or segments of the roadway under construction or reconstruction shall be signed as a Highway Work Zone except non-state highway two-lane two-way resurfacing projects. Two conditions can be applied to a Highway Work Zone. Condition 1 is when no reduction in the existing speed limit is required. Condition 2 is when worksite conditions require a reduction of the speed limit through the designated Work Zone. Properly marking a Highway Work Zone shall include the following minimum requirements: 1. NO REDUCTION IN THE EXISTING POSTED SPEED LIMIT IN HIGHWAY WORK ZONE: a) Signage (Detail 150-HWZ-1) shall be posted at the beginning point of the Highway Work Zone warning the traveling public that increased penalties for speeding violations are in effect. The HWZ-2 sign shall be placed a minimum of six hundred (600') feet in advance of the Highway Work Zone and shall not be placed more than one thousand (1000') feet in advance of the Work Zone. If no speed reduction is required it is recommended that the HWZ-2 be placed at 750 feet from the work area between the ROAD WORK 500 FT. and the ROAD WORK 1000 FT. signs. HWZ-2 signs shall be placed at intervals not to exceed one mile for the length of the project. HWZ-2 signs should be placed on the mainline after all major intersections except State Routes. State Routes shall be signed as per the requirements for intersecting roadways below. b) The existing speed limit shall be posted at the beginning of the Work Zone. Existing Speed Limit signs (R2-1) shall be maintained. c) INTERSECTING ROADWAYS: Intersecting state routes shall be signed in advance of each intersection with the Work Zone with a HWZ-2 sign to warn motorists that increased fines are in effect. All other intersecting roadways that enter into a designated Highway Work Zone may be signed in advance 13 of each intersection with the Work Zone. When construction equipment and personnel are present in the intersection on the mainline of a multi-lane roadway, the intersecting side roads shall be signed in advance with HWZ-2 signs. As soon as the work operation clears the intersection the signage may be removed. d) Sign HWZ-3 shall be posted at the end of the Highway Work Zone indicating the end of the zone and indicating that increased penalties for speeding violations are no longer in effect. e) When a designated Highway Work Zone is no longer necessary all signs shall be removed immediately. 2. REDUCING THE SPEED LIMIT IN A HIGHWAY WORK ZONE: Highway Work Zone signs shall be posted as required in Condition 1 above. For limited access (interstate) highways and controlled access multi-lane divided highways the posted speed limit shall be reduced as required below. Speed Limit signage (R2-1) for the reduced speed limit shall be erected at the beginning of the work zone. Additional signs shall be placed to ensure that the maximum spacing of the reduced speed limit signs shall be no greater than one (1) mile apart. Existing speed limit signs shall be covered or removed. On multi- lane divided highways the speed limit signs shall be double indicated when the reduced speed is in use. When any one or more of the following conditions exist and the existing speed limit is 65 mph or 70 mph, the speed limit shall be reduced by 10 mph. If the existing speed limit is 60 mph, the speed limit should be reduced by 5 mph. If the existing speed limit is 55 mph or less, the Contractor can only reduce the speed limit with the prior approval of the Engineer. The reduction in the speed limit shall be no greater than 10 mph: a) Lane closure(s) of any type and any duration. b) The difference in elevation exceeds two inches adjacent to a travel lane as shown in Subsection 150.06, Detail 150-B. Detail 150-C. c) Any areas where equipment or workers are within ten feet of a travel lane. d) Temporary portable concrete barriers located less than two (2') feet from the traveled way. e) As directed by the Engineer for conditions distinctive to this project. When the above conditions are not present the speed limit shall be immediately returned to the existing posted speed limit. A speed reduction shall not be put in place for the entire length of the project unless conditions warranting the speed reduction are present for the entire project length. All existing speed limit signs within the temporary speed reduction zone shall be covered or removed 14 while the temporary reduction in the speed limit is in effect. All signs shall be erected to comply with the minimum requirements of the MUTCD. As a minimum the following records shall be kept by the WTCS: a) Identify the need for the reduction. b) Record the time of the installation and removal of the temporary reduction. c) Fully describe the location and limits of the reduced speed zone. d) Document any accident that occurs during the time of the reduction. A copy of the weekly records for reduced speed zones shall be submitted to the Engineer. Reduced speed zones shall, as a minimum, be signed as per Detail 150-HWZ-1. Interim signs shall meet the requirements of Subsection 150.03 D. Additional signs may be necessary to adjust for actual field conditions. When a pilot vehicle is used on a two-lane two-way roadway the speed limit should not be reduced. For special conditions specific to the work, on two-lane two-way roadways or multi-lane highways,the contractor may reduce the posted speed limit with the prior approval of the Engineer. 5. MILLED SURFACE RESTRICTIONS: Unless modified by the special conditions, a milled surface on any asphaltic concrete surface shall not be allowed to remain open to traffic for a period of time that exceeds thirty(30)calendar days. 6. INSTALLATION/REMOVAL OF WORK AREA SIGNAGE: No payment will be made for Traffic Control-Lump Sum until the Work has actually started on the project. The installation of traffic control signage does not qualify as the start of work. Advanced warning signs shall not be installed until the actual beginning of work activities. Any permanent mount height signs installed as the work is preparing to start shall be covered until all signs are installed unless all signs are installed within seven (7)calendar days after beginning installation. All temporary traffic control devices shall be removed as soon as practical when these devices are no longer needed. When work is suspended for short periods of time, temporary traffic control devices that are no longer appropriate shall be removed or covered. All construction warning signs shall be removed within seven (7) calendar days after time charges are stopped or pay items are complete. If traffic control devices are left in place for more than ten (10) calendar days after completion of the Work, the Department shall have the right to remove such devices, claim possession thereof, and deduct the cost of such removal from any monies due, or which may become due, the Contractor. 15 PUNCHLIST WORK: Portable signs shall be utilized to accomplish the completion of all punchlist items. The portable signs shall be removed daily. All permanent mount height signs shall be removed prior to the beginning of the punchlist work except"Low/Soft Shoulder"signs and any signs that have the prior written approval of the Engineer to remain in place while the punchlist work is in progress. Failure to promptly remove the construction warning signs within the seven(7)calendar days after the completion of the Work or failure to remove or cover signs when work is suspended for short periods of time shall be considered as nonperformance under Subsection 150.08. 16 0 2 Q w v z 2 1- -.F Z Z OV 2 Q Na 2 r w O '" I-- -W CCN X V) OU W) 1-ZZ 12,--. a4 w aw •r, 0000 W2N WS 1- 0 • _ ` X....11-DN-- F0- 1 d W O�KF0Q JUCCF Cl_I .2.>40 I N 5 J FWOW) m- 3NU 7 • O CC \\ V)LJ W0 JOF(U ZW OS ?? OaLCOatu 0200 007 W - aWa I.)oc 0,-Z U. LL-NF•0 Z CO 0 Fal- WY»2 rn J ! p O F t9 F-< Zoawv' in o d o AI R w-- yL NJ X o-J� 0>m1- 1-•0 N 1-1 I h�N NJ T Cr� Ua.. N0-a3 J Ui M - I Z CO ONS` 2W2 O ff, D O NC.� 71-0 N<WNZ in LL1 CL d ~ JSQQ NZ(.11 LO IC) 02 toI F W `-1000,1IXJ0 ZF 0zZC,,, s 0JR ON O g� 2Cr�d - a- 900 r-. �7-M N � -C % �Co Q 20 v �Cd C • IIJJ =Cr Z W �°C� i N - o _J 1 =a � � Z Y N> O CC y¢ Z'S GI G a CCW E--W I- 0 04 O z CJ)Z1 W~ F 1 WM^ 7 d� _ G \/s--- Iii NXvaiaz U LJJ-� -._1 til J *, 5 t02 W N OWH I ._ J w 0 2 0 2 wm 0 7 .4Q W J O d ; _ FO 4N J©,_, ¢ 3NOZ O33dS N193A w H * I CD N ,,,,z 0- aQU r i Uri-- dg NX n� - w Z Vi X: z0 zW W w�-., co 0 Z,Z ~� J N3 NZ d J o / 3a J2 3W 0 cr0 I 1 020 TT V Z Gl_ c ,L \4aJ rnX,-N= �v WN .-� T ,\ / �Z.~W 3K J.12 V`-Z O W .1.0 OW . QF \/ W-^21- OZ -Q (p1-F.+ dCW J.-- JUZ OF Ma Q02J LO •-- OF SWFO F2 Z4 W)LC W 0 0 Q 0 CLW W I- ._, V10 La 0 \/ 01.1/I-V/ CCE -2 ..._....___. O � -W Q W 4 'IlkVIa WO FZ F NZ NN 0H �a I� 1 Z w N Wm NI 0 2200 J 1-2 3 F-1-Oa JO 20 N -I- S -0 17 3'4" MARGIN 11,4" BORDER 141-4 40" 3" RADIUS 5" W6 AK 2 6" 6" SER. "C" 8"1- y8" 4" 11,4" BAR SPIEfbi 6" 6" SER. "C" 15" 4 18"---+--15" 3 60" F JJ11 6" 6" SER. "G„ 6"I' 36" X16" 3" - INJ C I 1 6" 6" SER. "C" 13"-9-4-- 22 13 3 �� (��j 21,4' 11'4" BAR OIIW R 4" 4" SER. "D„ 13,4' OI1V V U Q 4" 4" SER. "D" %f, 3" 11 " + 26" '.f' 11 "--1- 48" -.4$„ HWZ-2 COLORS TOP PANEL LEGEND & BORDER - BLACK (NON-REEL ) BACKGROUND - FLUORESENT ORANGE ( ASTM TYPE VII , VIII , IX or X ) MIDDLE & BOTTOM PANELS LEGEND & BORDER - BLACK (NON-REFL ) BACKGROUND WHITE ( ASTM TYPE III OR IV REEL SHEETING ) NOTES: 1 . ALL HWZ-2 SIGN PANELS SHALL BE RIGID. 2. THE SIZE OF THE HWZ-2 SIGN SHALL NOT BE REDUCED FOR USE ON TWO-LANE ROADWAYS. 18 3/4" MARGIN lig' BORDER 14"h +114D„ 3" RADIUS 5" © H1( D j 6„ 6" SER. „C„ 18"--- .i 12” 18 5" 114' BAR JjN D 6" 6" SER. "C" 6"I. 36" 6" 4" 60" m © REA sED , 6" 6" SER. "C„ 8" -32" .i 8" 4" SPEEIDONG 6" SER. "C" 4" IF 1] [ E D 6" 6" SER. "C" 5" V 15" + 18" + 15"-- 4$„ HWZ-3 COLORS TOP PANEL LEGEND & BORDER - BLACK ( NON-REEL ) BACKGROUND - FLUORESENT ORANGE ( ASTM TYPE VII , VIII , IX or X ) BOTTOM PANEL LEGEND & BORDER - BLACK (NON-REEL ) BACKGROUND - WHITE ( ASTM TYPE III OR IV REEL SHEETING ) NOTES: 1 . ALL HWZ-3 SIGN PANELS SHALL BE RIGID. 2. THE SIZE OF THE HWZ-3 SIGN SHALL NOT BE REDUCED FOR USE ON TWO-LANE ROADWAYS. 19 C. LANE CLOSURES: 1.Approval/Restrictions All lane closures of any type or duration shall have the prior approval of the Engineer. a. The length of a lane closure shall not exceed two (2) miles in length excluding the length of the tapers unless the prior approval of the Engineer has been obtained. The Engineer may extend the length of a lane closure based upon field conditions however the length of a workzone should be held to the minimum length required to accomplish the Work. Lane closures shall not be spaced closer than one mile. The advanced warning signs for the project should not overlap with the advanced warning signs for lane shifts, lane closures, etc. b. Lane closures that require same direction traffic to be split around the Work Area will not be approved for roadways with posted speeds of 35 mph or greater, excluding turn lanes. c. For Interstate, Limited Access and Multi-lane Divided Highways, a Portable Changeable Message Sign (PCMS) shall be placed one (1) mile in advance of a lane closure with a message denoting the appropriate lane closure one mile ahead. The Portable Changeable Message Sign (PCMS) shall be placed on the outside shoulder in accordance with Detail 150-PCMS. This is in addition to the other traffic control devices required by Standard 9106. 2. Removal Of Lane Closures To provide the greatest possible convenience to the public in accordance with SubSubsection 107.07, the Contractor shall remove all signs, lane closure markings, and devices immediately when lane closure work is completed or temporarily suspended for any length of time or as directed by the Engineer. All portable signs and portable sign mounting devices shall be removed from the roadway to an area which will not allow the sign to be visible and will not allow the sign or sign mounting device to be impacted by traffic. 3. Exit And Entrance Ramps On multilane highways where traffic has been shifted to the inside lanes, the exit and entrance ramps shall have channelization devices placed on both sides of the ramp. This requirement will apply to any situation where traffic is shifted to contra flows or inside staging lanes to facilitate reconstruction work in the vicinity of exit and entrance ramps. The temporary ramp taper length shall be greater than, or equal to, the existing taper length. Interim EXIT gore signs shall be placed at the ramp divergence. The "EXIT OPEN" sign shown in Figure TA-42 of the MUTCD shall be utilized. For exit ramps, channelization device spacing shall be decreased to 10 feet for 200 feet in advance of the temporary gore, and be decreased to 10 feet for the first 100 feet of the temporary gore. 20 4. Lane Drop/Lane Closure The first seven (7) calendar days of any lane closure shall be signed and marked as per Standard 9106 or 9107. However, lane closures that exist for a duration longer than seven (7)calendar days may be signed and marked as per the details in Standard 9121, provided the prior approval of the Engineer is obtained. The approved lane drop shall utilize only the signs and markings shown for the termination end of the lane drop in Standard 9121. All warning signs in the lane drop sequence shall be used. Drums may be substituted for the Type I Crystal Delineators at the same spacing. 5.Termination Area The transition to normal or full width highway at the end of a lane closure shall be a maximum of 150 feet. D. TRAFFIC PACING METHOD: 1. Pacing Of Traffic With prior approval from the Engineer, traffic may be paced allowing the Contractor up to ten (10) minutes maximum to work in or above all lanes of traffic for the following purposes: a. Placing bridge members or other bridge work. b. Placing overhead sign structures. c. Other work items requiring interruption of traffic. The Contractor shall provide a uniformed police officer with patrol vehicle and blue flashing light for each direction of pacing. The police officer, Engineer, and flaggers at ramps shall be provided with a radio which will provide continuous contact with the Contractor. When ready to start the work activity, the police vehicle will act as a pilot vehicle slowing the traffic thereby providing a gap in traffic allowing the Contractor to perform the Work. Any on-ramps between the pace and the work area shall be blocked during pacing of traffic, with a flagger properly dressed and equipped with a Stop/Slow paddle. Each ramp should be opened after the police vehicle has passed. Pilot vehicles shall travel at a safe pace speed,desirably not less than 20 mph interstate and 10 mph non-interstate. The Contractor shall provide a vehicle to proceed in front of the police vehicle and behind the other traffic in order to inform the Contractor's work force when all vehicles have cleared the area. Traffic will not be permitted to stop during pacing except in extreme cases as approved by the Engineer. 2. Methods Of Signing For Traffic Pacing At a point not less than 1,000 feet in advance of the beginning point of the pace, the Contractor shall erect and cover a W-special sign (72 inch x 72 inch) with a Type "B" flashing light, with the legend "TRAFFIC SLOWED AHEAD SHORT DELAY" (See Detail 21 150-A). A portable changeable message sign may be used in lieu of the W-special sign. On divided highways this sign shall be double indicated. A worker with a twoway radio shall be posted at the sign, and upon notice that the traffic is to be paced shall turn on the flashing light and reveal the sign. When traffic is not being paced, the flashing light shall be turned off and the sign covered or removed. W-special signs are reflectorized black on orange, Series"C"letter and border of the size specified. TYPE II" FLASHING LIGHT IR►I TR AFF IC Slit 1"MARGIN 11q OOIIDER 3' RADIUS ilk Sr 11 s.S- 1 9.5. TRAP:RC 1D Sit' 1 ID" 6* IR" tg' 11' SIR. ' —Ts-•SLOWED)2" .. } 6" HEAD 15' I2' sEtt 'C' 4• El O N D E L A y `, ;r SEN. *gip 4. Lsz __ _ 511" 150 111-SPECIAL SINN ST;Ma M POI IIIDUNTEDI PION S A5I. NAME UI.AC14 LEGEND AND acorn ON ORANGE RERECTORLGEO OAf EOROUNO DETAIL 15O-A E. CONSTRUCTION VEHICLE TRAFFIC The Contractor's vehicles shall travel in the direction of normal roadway traffic and shall not reverse direction except at intersections, interchanges, or approved temporary crossings. The Contractor may submit a plan requesting that construction traffic be allowed to travel in the opposite direction of normal traffic when it would be desirable to modify traffic patterns to accommodate specific construction activities. Prior approval of the Engineer shall be obtained before any construction traffic is allowed to travel in a reverse direction. If the Contractor's submittal is approved the 22 construction traffic shall be separated from normal traffic by appropriate traffic control devices. F. ENVIRONMENTAL IMPACTS TO THE TEMPORARY TRAFFIC CONTROL(Tx) PLAN The Contractor shall ensure that dust, mud, and other debris from construction activities do not interfere with normal traffic operations or adjacent properties. All outfall ditches, special ditches, critical storm drain structures, erosion control structures, retention basins, etc. shall be constructed, where possible, prior to the beginning of grading operations so that the best possible drainage and erosion control will be in effect during the grading operations, thereby keeping the roadway areas as dry as possible. Areas within the limits of the project which are determined by the Engineer to be disturbed or damaged due either directly or indirectly from the progress or the lack of progress of the work shall be cleaned up, redressed, and regrassed. All surplus materials shall be removed and disposed of as required. Surplus materials shall be disposed of in accordance with Section 201 of the Specifications. G. EXISTING STREET LIGHTS Existing street lighting shall remain lighted as long as practical and until removal is approved by the Engineer. H. NIGHTWORK Adequate temporary lighting shall be provided at all nighttime work sites where workers will be immediately adjacent to traffic. I. CONSTRUCTION VEHICLES IN THE WORKZONE The parking of Contractor's and/or workers personal vehicles within the work area or adjacent to traffic is prohibited. It shall be the responsibility of the Worksite Traffic Control Supervisor to ensure that any vehicle present at the worksite is necessary for the completion of the work. 3. ENCROACHMENTS ON THE TRAVELED-WAY The Worksite Traffic Control Supervisor(WTCS)shall monitor the work to ensure that all the rocks, boulders, construction debris, stockpiled materials, equipment, tools and other potential hazards are kept clear of the travelway. These items shall be stored in a location, in so far as practical, where they will not be subject to a vehicle running off the road and striking them. K. PEDESTRIAN CONSIDERATIONS 23 All existing pedestrian facilities, including access to transit stops, shall be maintained. Where pedestrian routes are closed, alternate routes shall be provided. Closures of existing, interim and final pedestrian facilities shall have the prior written approval of the Engineer. When existing pedestrian facilities are disrupted, closed or relocated in a TTC zone, the temporary facilities shall be detectable and shall include accessibility features consistent with the features present in the existing pedestrian facility. Pedestrian facilities are considered improvements and provisions made to accommodate or encourage walking.Whenever a sidewalk is to be closed,the Engineer shall notify the maintaining agency two(2)weeks prior to the closure. Prior to closure, detectable barriers (that are detectable by a person with a visual disability traveling with the aid of a long cane), as described by the MUTCD, shall be placed across the full width of the closed sidewalk. Barriers and channelizing devices used along a temporary pedestrian route shall be in compliance with the MUTCD. Temporary Traffic Control devices used to delineate a Temporary Traffic Control zone pedestrian walkway shall be in compliance with Subsection 150.01.E. Temporary Traffic Control devices and construction material shall not intrude into the usable width of the pedestrian walkway. Signs and other devices shall be placed such that they do not narrow or restrict any pedestrian passage to less than 48 inches. A pedestrian walkway shall not be severed or relocated for non-construction activities such as parking for construction vehicles and equipment. Movement by construction vehicles and equipment across designated pedestrian walkways should be minimized. When necessary, construction activities shall be controlled by flaggers. Pedestrian walkways shall be kept free of mud, loose gravel or other debris. When temporary covered walkways are used, they shall be lighted during nighttime hours. When temporary traffic barrier is used to separate pedestrian and vehicular traffic,the temporary barrier shall meet NCHRP-350 Test Level Three.The barrier ends shall be protected in accordance with Georgia Standard 4960. Curbing shall not be used as a substitute for temporary traffic barriers when temporary traffic barriers are required. Tape, rope or plastic chain strung between temporary traffic control devices are not considered as detectable and shall not be used as a control for pedestrian movements. The WTCS shall inspect the activity area daily to ensure that effective pedestrian TTC is being maintained. The inspection of TTC for pedestrian traffic shall be included as part of the TC-1 report. 1.Temporary Pedestrian Facilities Temporary pedestrian facilities shall be detectable and include accessibility features consistent with the features present in the existing pedestrian facility.The geometry, alignment and construction of the facility should meet the applicable requirements of the "Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities (ADAAG)". a.Temporary Walkways with Detectable Edging A smooth, continuous hard surface(firm, stable and slip resistant) shall be 24 provided throughout the entire length of the temporary pedestrian facility. Compacted soils, sand, crushed stone or asphaltic pavement millings shall not be used as a surface course for walkways. Temporary walkways shall include detectable edging as defined in the MUTCD. When temporary traffic barrier is included as a pay item in the contract and where locations identified on the plans for positive protection will also allow them to serve as pedestrian detectable edging, payment will be made for the temporary traffic barrier in accordance with Section 622. No payment will be made for temporary walkways with Detectable Edging where existing pavements or existing edging (that meets the requirements of MUTCD) are utilized as temporary walkways. Payment for temporary detectable edging, including approved barriers and channelizing devices, installed on existing pavements shall be included in Traffic Control-Lump Sum. Regardless of the materials used,temporary walkways shall be constructed of sufficient thickness and durability to withstand the intended use for the duration of the construction project. If concrete or asphalt is used as the surface course for the walkway, it shall be a minimum of one and one-half inches (1-1/2") thick. Temporary walkways constructed across unimproved streets and drives shall be a minimum thickness of four inches (4") for concrete and three inches(3")for asphalt.Joints formed in concrete sidewalks shall be in accordance with Section 441. Concrete surfaces shall have a broom finish. If plywood is used as a walkway, it must be a minimum of three quarters of an inch (3/4") thick pressure treated and supported with pressure treated longitudinal joists spaced a maximum of sixteen inches (16") on center. The plywood shall be secured to the joist with galvanized nails or galvanized deck screws. Nails and screws shall be countersunk to prevent snagging or tripping the pedestrians.A slip resistant friction course shall be applied to any plywood surface that is used as a walkway. Any slip resistant material used shall have the prior written approval of the engineer. The contractor may propose alternate types of Temporary Walkways provided the contractor can document that the proposed walkway meets the requirements of the "Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities(ADAAG)". Alternate types of Temporary Walkways shall have the prior written approval of the engineer. Temporary walkways shall be constructed and maintained so there are no abrupt changes in grade or terrain that could cause a tripping hazard or could be a barrier to wheelchair use. The contractor shall construct and maintain the walkway to ensure that joints in the walkway have a vertical difference in elevation of no more than one quarter(1/4")of an inch and that the horizontal joints have gaps no greater than one half (1/2")of an inch. The grade of the temporary walkway should parallel the grade of the existing walkway or roadway and the cross slope should be no greater than 2%. 25 A width of sixty (60") inches, if practical, should be provided throughout the entire length of any temporary walkway. The temporary walkway shall be a minimum width of forty eight inches(48"). When it is not possible to maintain a minimum width of sixty inches (60") throughout the entire length of temporary walkway,a sixty inch(60")by sixty inch(60")passing space should be provided at least every two hundred feet (200 Ft.), to allow individuals in wheelchairs to pass. Temporary walkways shall be constructed on firm subgrade. Compact the subgrade according to Section 209. Furnish and install any needed temporary pipes prior to constructing any walkway to ensure positive drainage away from or beneath the temporary walkway. Once the walkway is no longer required, remove any temporary materials and restore the area to the original conditions or as shown in the plans. b. Temporary Curb Cut Wheelchair Ramps Temporary curb cut wheelchair ramps shall be constructed in accordance with Section 441 and Detail A-3. Ramps shall also include a detectable warning surface in accordance with Detail A-4. Other types of material for the construction of the temporary curb cut wheelchair ramps, including the detectable warning surface, may be used provided the contractor can provide documentation that the material to be used meets the requirements of the "Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities (ADAAG)". When a wheelchair ramp is no longer required, remove the temporary materials and restore the area to existing conditions or as shown in the plans. For the items required to restore the area to original conditions or as shown in the plans, measures for payment shall be covered by contract pay items. If pay items are not included in the contract, then payment for these items shall be included in Traffic Control-Lump Sum. c. Temporary Audible Information Device Temporary audible information devices, when shown in the plans, shall be installed in compliance with the"Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities(ADAAG)". The devices shall be installed in accordance with the manufacturer's recommendations. Prior to installation, the contractor shall provide the engineer with a set of manufacturer's drawings detailing the proper installation procedures for each device. When no longer required, the devices shall remain the property of the contractor. L.TRAFFIC SIGNALS If the sequence of operations, staging, or the temporary traffic control plan requires the relocation or shifting of any components of an existing traffic signal system then any work on these traffic signals will be considered as part of Lump Sum- Traffic Control. The contractor becomes responsible for the maintenance of these traffic signals from the time that the system is modified until final acceptance. The 26 maintenance of traffic signals that are not a part of the work and are not in conflict with any portion of the work shall not be the responsibility of the contractor. When construction operations necessitate an existing traffic signal to be out of service, the Contractor shall furnish off-duty police officers to regulate and maintain traffic control at the site. Off-duty police officers should be used to regulate and maintain traffic control at signal sites when lane closures or traffic shifts block or restrict movements causing interference with normal road user flows and will not allow the activated traffic signal to guide the traffic through the signal site. M. REMOVAL/REINSTALLATION OF MISCELLANEOUS ITEMS In the prosecution of the Work, if it becomes necessary to remove any existing signs, markers,guardrail,etc. not covered by specific pay item,they shall be removed,stored and reinstalled, when directed by the Engineer, to line and grade, and in the same condition as when removed. N. Signalized Intersections Off duty police officers shall be used to regulate and maintain traffic control at functioning signalized intersections when lane closures or traffic shifts block or restrict movements causing interference with road user flows and will not allow the activated traffic signal to guide the traffic through the signal site. This work is considered incidental and shall be included in the overall price bid for traffic control. 150.03 SIGNS: A. SIGNING REQUIREMENTS OF THE TEMPORARY TRAFFIC CONTROL(TTC) PLAN When existing regulatory, warning or guide signs are required for proper traffic and pedestrian control the Contractor shall maintain these signs in accordance with the temporary traffic control (TTC) plan. The Contractor shall review the status of all existing signs, interim signs added to the work, and permanent sign installations that are part of the work to eliminate any conflicting or non-applicable signage in the TTC Plan. The Contractor's review of all signs in the TTC Plan shall establish compliance with the requirements of the MUTCD and Section 150. Any conflicts shall be reported to the Engineer immediately and the WTCS shall take the necessary measures to eliminate the conflict. The Contractor shall make every effort to eliminate the use of interim signs as soon as the Work allows for the installation of permanent signs. All existing illuminated signs shall remain lighted and be maintained by the Contractor. Existing street name signs shall be maintained at street intersections. B. CONFLICTING OR NON-APPLICABLE SIGNS 27 Any sign(s) or portions of a sign(s) that are not applicable to the TTC plan shall be covered so as not to be visible to traffic or shall be removed from the roadway when not in use. The WTCS shall review all traffic shifts and changes in the traffic patterns to ensure that all conflicting signs have been removed. The review shall confirm that the highest priority signs have been installed and that signs of lesser significance are not interfering with the visibility of the high priority signs. High priority signs include signs for road closures, shifts, detours, lane closures and curves. Any signs, such as speed zones and speed limits, passing zones, littering fines and litter pick up, that reference activities that are not applicable due to the presence of the Work shall be removed, stored and reinstalled when the Work is completed. Failure to promptly eliminate conflicting or non-applicable signs shall be considered as non-performance under Subsection 150.08. C. REMOVAL OF EXISTING SIGNS AND SUPPORTS The Contractor shall not remove any existing signs and supports without prior approval from the Engineer. All existing signs and supports which are to be removed shall be stored and protected if this material will be required later in the work as part of the TTC plan. If the signs are not to be utilized in the work then the signs will become the property of the Contractor unless otherwise specified in the contract documents. D. INTERIM GUIDE,WARNING AND REGULATORY SIGNS Interim guide, warning, or regulatory signs required to direct traffic and pedestrians shall be furnished, installed, reused, and maintained by the Contractor in accordance with the MUTCD, the Plans, Special Provisions, Special Conditions, or as directed by the Engineer. These signs shall remain the property of the Contractor. The bottom of all interim signs shall be mounted at least seven (7') feet above the level of the pavement edge when the signs are used for long-term stationary operations as defined by Section 6G.02 of the MUTCD. Special Conditions under Subsection 150.11 may modify this requirement. Portable signs may be used when the duration of the work is less than three(3) days or as allowed by the special conditions in Subsection 150.11. Portable signs shall be used for all punchlist work. All portable signs and sign mounting devices utilized in work shall be NCHRP 350 compliant. Portable interim signs shall be mounted a minimum of one (1')foot above the level of the pavement edge for directional traffic of two(2) lanes or less and a minimum of seven(7')feet for directional traffic of three (3) or more lanes. Signs shall be mounted at the height recommended by the manufacturer's crashworthy testing requirements. Portable interim signs which are mounted at less than seven (7') feet in height may have two 18 inch x 18 inch fluorescent red-orange or orange-red warning flags mounted on each sign. All regulatory sign blanks shall be rigid whether the sign is mounted as a portable sign, on a Type III barricade or as a permanent mount height sign. 28 Any permanent mount height interim sign that is designed to fold in half to cover a non-applicable message on the sign shall have reflectorized material on the folded over portion of the sign. The reflectorized material shall be orange in color with a minimum of ASTM Type I engineering grade sheeting with a minimum area of six inches by six inches(6"x 6")facing the direction of traffic at all times when the sign is folded. Interim signs may be either English or metric dimensions. E. EXISTING SPECIAL GUIDE SIGNS Existing special guide signs on the Project shall be maintained until conditions require a change in location or legend content. When change is required, existing signs shall be modified and continued in use if the required modification can be made within existing sign borders using design requirements (legend, letter size, spacing, border, etc.)equal to that of the existing signs, or of Subsection 150.03.E.2. Differing legend designs shall not be mixed in the same sign. 1. Special Guide Signs Special guide signs are those expressway or freeway guide signs that are designed with a message content (legend) that applies to a particular roadway location. When an existing special guide sign is in conflict with work to be performed, the Contractor shall remove the conflicting sign and reset it in a new, non-conflicting location which has been approved by the Engineer. 2. Interim Special Guide Signs When it is not possible to utilize existing signs, either in place or relocated, the Contractor shall furnish,erect,maintain, modify, relocate,and remove new interim . special guide signs in accordance with the Plans or as directed by the Engineer. Interim special guide signs that may be required in addition to, or a replacement for, existing expressway and freeway (interstate) signs shall be designed and fabricated in compliance with the minimum requirements for guide signing contained in Part 2E"Guide Signs Expressway"and Part 2F"Guide Signs Freeways" of the MUTCD, except that the minimum size of all letters and numerals in the names and places, streets and highways on all signs shall be 16 inches Series"E" initial upper-case and 12 inches lower-case. All interstate shields on these signs shall be 48 inches and 60 inches for two-numeral and three-numeral routes, respectively. The road name of the exit or route shield shall be placed on the exit gore sign. 3. Interim Overhead Guide Sign Structures Interim overhead special guide sign structures are not required to be lighted unless specifically required by the Plans. If lighting is required the sign shall be lighted as soon as erected and shall remain lighted, during the hours of darkness, until the interim sign is no longer required. The Contractor shall notify the Power Company at least thirty(30)days prior to desired connection to the power source. 29 4. Permanent Special Guide Signs The installation of new permanent special guide signs and the permanent modification or resetting of existing special guide signs, when included in the contract, shall be accomplished as soon as practical to minimize the use of interim special guide signs. If lighting is required by the Plans, all new permanent overhead special guide signs shall be lighted as soon as erected. F. MATERIALS-INTERIM SIGNS: 1. Posts Permanent mounting height of seven(7')feet-Posts for all interim signs shall meet the requirements of Section 911 except that green or silver paint may be used in lieu of galvanization for steel posts or structural shape posts. Within the limits of a single project, all metal posts shall be the same color. Wood posts are not required to be pressure treated. Ground mounted sign(s) greater than nine (9) square feet shall be mounted on two posts. Interim posts may be either metric or English in dimensions. Posts for all interim signs shall be constructed to yield upon impact unless the posts are protected by guardrail, portable barrier, impact attenuator or other type of positive barrier protection. Unprotected posts shall meet the breakaway requirements of the"1994 AASHTO Standard Specifications for Structural Support for Highway Signs, Luminaries and Traffic Signals". Unprotected interim posts shall be spliced as shown in Detail 150-F unless full length unspliced posts are used. Unprotected post splices will not be permitted any higher than four inches above the ground line to lessen the possibility of affecting the undercarriage of a vehicle. Installation of posts may require establishment of openings in existing pavements, islands, shoulders etc. 30 U-CHANNEL SIGN POST SQUARE SIGN TUBE POST STUB POST SERRATED FLANGE NUT 5,46'STEEL /J ) 146.-18 LOCK WASHER / 5116'WASHER iimii ---t.,;, ...,......H.H 2 EA.3'� DIA.BOLTS MEDIUM CORNER BOLT PER CONNECTION , , We-18 SPACER (THICKNESS VARIES) `TRAFFIC FLOW (OPTIONAL) U-CHANNEL SIGN '4" SQUARE SIGN TUBE POST /POST 4'MAXIMUM `TRAFFIC FLOW STUB HEIGHT 2 BOLTS I CORNER BOLT GROUND LINE PER SPLICE PER SPLICE 4'OVERLAP .4'MAXIMUM \\\\ 10'OVERLAP STUB HEIGHT POST SHALL EXTEND 6'MINIMUM BELOW POST EMBEDMENT DEPTH GROUND LEVEL 3'-0' MIN. 4'-0'IN COASTAL SQUARE SIGN TUBE PLAIN REGIONS STUB POST \\46, , U-CHANNEL SIGN --4,"`- POST STUB POST --- � --r e 0 e • r DETAIL 150-F 31 2. Sign Blanks And Panels- Permanent mounting height of seven (71) feet- All sign blanks and panels shall conform to Section 912 of the Specifications except that blanks and panels may be ferrous based or other metal alloys. Type 1 and Type 2 sign blanks shall have a minimum thickness of 0.08 inches regardless of the sign type used. Alternative sign blank materials(composites, poly carbonates, fiberglass reinforced plastics, recycled plastics, etc.)shall have a letter of approval from the Office of Materials and Research for use as interim construction signs before these materials are allowed to be incorporated into the work unless these rigid sign blanks are currently approved as a crashworthy sign blank material under QPL 34. The back side of sign panels shall be painted orange to prevent rust if other metals are used in lieu of aluminum. Plywood blanks or panels will not be permitted. The use of flexible signs will not be permitted for permanent mount height signs. Interim blanks and panels may be either metric or English in dimensions. 3. Portable Sign Mounting Devices, Portable Sign Blanks- All portable sign mounting devices and sign blanks utilized in the work shall be NCHRP 350 Test Level III compliant. All portable sign mounting devices and sign blanks shall be from the Qualified Products List. Any sign or sign mounting device shall have an identifying decal, logo, or manufacturer's stamping that clearly identifies the device as NCHRP 350 compliant. The required decal, logo or manufacturer's stamping shall not be displayed on the message face of the sign. The Contractor may be required to provide certification from the Manufacturer as proof of NCHRP 350 compliance. All portable signs shall be mounted according to height requirements of Subsection 150.03.D. G.SIGN VISIBILITY AND OFFSETS All existing, interim and new permanent signs shall be installed so as to be completely visible for an advance distance in compliance with the MUTCD. Any clearing required for maintaining the line of sight to existing, interim or permanent signs shall be done as part of the requirements of the TIC plan. The clearing shall include any advance warning signs, both interim and permanent, that are installed as a part of the work including advance warning signs that are installed outside the limits of the project. Any sign installed behind W-beam or T beam guardrail with non-breakaway posts shall be installed with the leading edge of the sign a minimum of four feet and three inches (4'3") behind the face of the guardrail with five feet(5') of clearance being desirable. Limbs, brush, construction equipment and materials shall be kept clear of the driver's line of sight to all signs that are part of the TTC plan. H.ADVANCE WARNING SIGNS: 1.All Type Of Highways Advance warning signs shall be placed ahead of the work area in accordance with Part VI of the MUTCD and shall include a series of at least three advance road work(W20-1)signs placed at the termini of the project. The series shall have the legend ROAD WORK(1500 FEET, 1000 FEET, AND 500 FEET). 32 At grade intersecting roadways and on-ramps shall be signed with a minimum of one ROAD WORK AHEAD sign. When work terminates at a "T" intersection, a minimum of one "ROAD WORK AHEAD" sign shall be placed in advance of the intersection and one"END ROAD WORK" sign shall be placed at the termination end of the intersection. Field conditions may require the use of additional warning signage. Advanced Warning Signs on State Routes shall be a minimum dimension of 48 inches x 48 inches. When a State Route intersects a project which consists of adding travel lanes, reconstructing an existing roadway or new location work, the State Route approaches shall have a minimum of three(W20-1)advanced warning signs (1500 ft., 1000 ft., 500 ft.). The termination end of an intersecting State Route shall have END ROAD WORK signage. The W20-1 signs shall be placed at the termini of the project or sufficiently in advance of the termini to allow for lane shifts, lane closures and other activities which may also require advanced warning signs. The advanced warning signs for the project should not overlap with the advanced warning signs for lane shifts, lane closures, etc. The length of a workzone should be held to the minimum length required to accomplish the work. If a project has multiple individual worksites within the overall limits of the project, each site should be signed individually if the advance warning signs for each site can be installed without overlapping an adjacent worksite. As soon as the work is completed at any individual site the warning signs shall be removed from that site. Clean-up work and punchlist work shall be performed with portable signage. Project mileage indicated on the G20-1 sign shall be the actual project mileage rounded up to the nearest whole mile. Projects less than two (2) miles in length or individual worksites that are part of a multiple worksite project may delete this sign. The G20-1 sign shall be 60"X 36"and the G20-2 sign shall be 48"X 24". 2. Interstate, Limited Access And Multilane Divided Highways In addition to the W20-1 signs required at 500 ft., 1000 ft. and 1500 ft., multilane divided highways shall also have additional advanced warning signs installed with the legend "ROAD WORK (2 MILES, 1 MILE and 1/2 MILE). All construction warning signs on divided highways shall be double indicated (i.e., on the left and right sides of the roadway.) If the use of the 1/2 mile, 1 mile and 2 mile advanced warning signs cause an overlap with other work or do not benefit field conditions then the Engineer may review the use of these signs and eliminate their installation. When the posted speed limit is 50 MPH or less, the 1/2 mile, 1 mile and 2 mile signs should be eliminated especially in urban areas. The W20-1 advance warning signs for ROAD WORK 500 FEET; 1000 FEET; and 1500 FEET shall be temporarily covered when work involving the advanced warning signs for lane shifts and lane closures overlap these signs. The ROAD 33 WORK 1 MILE, ROAD WORK 1 MILE, and ROAD WORK 2 MILES shall be in place when the 500, 1000 and 1500 feet signs are temporarily covered. When the temporary traffic control zone already has advanced warning (W20-1) signs installed the W20-1 signs required for lane closures under Standard 9106 should be eliminated. RAMP WORK ON LIMITED ACCESS HIGHWAYS: The workzone shall not be signed for the entire length of the mainline of a limited access highway when only short individual worksites, interchange or ramp work is being performed. When work is restricted to ramp reconstruction or widening activities,the advance warning signs on the mainline section of the limited access highway shall be limited to the use of portable advance warning signs. These portable advance warning signs shall only be utilized when work activity is within the gore point of the ramp and the mainline traveled way or work is active in the accel/decel lane adjacent to the mainline traveled way. Portable advance warning signs(W20-1; 1500ft./1000 ft. /500ft.) shall be installed on the traveled way of the limited access highway when the above conditions are present. The advance warning signs shall be installed only in one direction where work is active. All portable signs shall be double indicated. When work is not active, the ramp work shall be advanced warned by the use of a single 48 inch X 48 inch"RAMP WORK AHEAD"sign along the right shoulder of the mainline traveled way prior to the beginning of the taper for the decel lane. The"RAMP WORK AHEAD"sign shall be mounted at seven(7') feet in height. Differences in elevation shall be in compliance with the requirements of Subsection 150.06 prior to the removal of the portable (W20-1) advanced warning signs from the mainline. The G20-1 sign shall be eliminated on limited access highways when the work involves only ramp work, bridge reconstruction, bridge painting, bridge joint repairs, guardrail and anchor replacement or other site specific work which is confined to a short section of limited access highway. I. PORTABLE CHANGEABLE MESSAGE SIGN Unless specified as a paid item in the contract the use of a portable changeable message sign will not be required. When specified, a portable changeable message sign (PCMS) shall meet the minimum requirements of Section 632 and the MUTCD. The maximum amount of messages allowed to be flashed on one PCMS is two phases (flashes). The language and the timing of the messages shall comply with the MUTCD and Section 632. When used as an advanced device the PCMS should typically be placed ahead of the construction activities. If the PCMS is used as a substitute for another device then the requirements for the other device apply. 3. FLASHING BEACON The flashing beacon assembly, when specified, shall be used in conjunction with construction warning signs, regulatory, or guide signs to inform traffic of special road 34 conditions which require additional driver attention. The flashing beacon assembly shall be installed in accordance with the requirements of Section 647. K. RUMBLE STRIP SIGNAGE Signage for rumble strips located in the travelway shall be as required in Subsection 150.01.0 and Subsection 150.02.A.9. L. LOW/SOFT SHOULDER SIGNAGE Low or soft shoulder signs shall be utilized in accordance with the following conditions: CONSTRUCTION/RECONSTRUCTION PROJECTS: "LOW/SOFT SHOULDER"signs shall be erected when a difference in elevation exceeds one (1") inch but does not exceed three (3") inches between the travelway and any type of shoulder unless the difference in elevation is four(4')feet or greater from the edge of the traveled way. The spacing of the signs shall not exceed one (1) mile and the signs shall be placed immediately past each crossroad intersection. The "Low/Soft" signs shall remain in place until the difference in elevation is eliminated and the shoulder has been dressed and permanently grassed for a minimum of thirty (30) calendar days. These signs shall be furnished, installed, maintained and removed by the Contractor as part of Traffic Control-Lump Sum. These signs shall be orange with black borders and meet the reflectorization requirements of Subsection 150.01.D. "SHOULDER DROP-OFF"(W8-9a) signs shall be used when a difference in elevation, less than four (4') feet from the traveled way, exceeds three (3") inches and is not protected by positive barrier protection. These warning signs shall be placed in advance of the drop-off. For a continuous drop-off condition, the W8-9a)signs shall, as a minimum, be spaced in accordance with the above requirements for"Low/soft shoulder"signs. PROJECTS CONSISTING PRIMARILY OF ASPHALTIC CONCRETE RESURFACING ITEMS: "LOW/SOFT SHOULDER"signs shall be erected when a difference in elevation exceeds one (1") inch but does not exceed three (3") inches between the travelway and any type of shoulder unless the difference in elevation is four(4')feet or greater from the edge of the traveled way. SHOULDER BUILDING INCLUDED IN THE CONTRACT: "Low/Soft Shoulder"signs shall be erected as per the requirement of Standards 9102, 9106, and 9107. "Shoulder Drop-off"signs(W8-9a)shall be erected as per the requirements of the MUTCD. These signs shall be maintained until the conditions requiring their installation have been 35 eliminated. The Contractor shall remove all interim warning signs before final acceptance. SHOULDER BUILDING NOT INCLUDED IN THE CONTRACT: The Department will furnish the"Low/Soft Shoulder"signs, "Shoulder Drop-off"signs and the posts. The signs shall be erected to meet the minimum requirements of Subsection 150.03. The Contractor shall include the cost of furnishing installation hardware (bolts, nuts, and washers), erection and maintenance of the signs in the bid price for Traffic Control- Lump Sum. The Contractor shall maintain the signs until final acceptance. The Department will remove the signs. LAU/LAR PROJECTS SHOULDER BUILDING NOT INCLUDED IN THE CONTRACT: The Contractor will furnish, install and maintain LOW/SOFT SHOULDER signs (yellow with black borders,ASTM Type III or IV)at the appropriate spacing, until Final Acceptance of the project by the Department. After Final Acceptance by the Department the signs will become the property and responsibility of the local government. M. BUMP SIGNAGE: MULTI-LANE DIVIDED HIGHWAYS: A bump sign (W8-1) shall be utilized when a transverse joint in the pavement structure has a vertical difference in elevation of three quarters (3/4") of an inch or greater in depth with no horizontal taper to ramp the traffic from one elevation to the other. This condition typically occurs at approach slabs during pavement milling operations and at transverse joints in asphaltic pavement lifts. TWO-LANE TWO-WAY HIGHWAYS: A bump sign (W8-1) shall be utilized when a transverse joint in the pavement structure has a vertical difference in elevation that exceeds one and three quarters (1-3/4") inches in depth with no horizontal taper to ramp the traffic from one elevation to the other. This includes utility and storm drainage repairs that require concrete placement for patching and/or steel plating. The (W8-1) sign shall be placed sufficiently in advance to warn the motorist of the condition. N. PEDESTRIAN SIGNAGE: Appropriate signs as described in the MUTCD shall be maintained to allow safe passage of pedestrian traffic or to advise pedestrians of walkway closures (Refer to MUTCD Figures TA-28 and TA-29 for guidance). Advance closure signing should be placed at intersections rather than midblock locations so that pedestrians are not confronted with midblock work sites that will induce them to attempt skirting the work site or making a midblock crossing. Signs and other devices mounted lower than seven (7) feet above the temporary pedestrian walkway shall not project more than four (4) inches into the accessible pedestrian facilities. Signs and other devices shall be placed such that they do not narrow any pedestrian passage to less than 48 inches. 36 150.04 PAVEMENT MARKINGS A.GENERAL Full pattern pavement markings in accordance with Section 652 and in conformance with Section 3A and 3B,except 36.02,of the MUTCD are required on all courses before the roadway is opened to traffic. No passing zones shall be marked to conform to Subsection 150.04.E. During construction and maintenance activities on all highways open to traffic, both existing markings and markings applied under this Section shall be fully maintained until Final Acceptance. If the pavement markings are, or become, unsatisfactory in the judgement of the Engineer due to wear, weathering, or construction activities, they shall be restored immediately. 1. Resurfacing Projects Pavement markings shall be provided on all surfaces that are placed over existing markings. Interim and final markings shall conform in type and location to the markings that existed prior to resurfacing unless changes or additions are noted in the Contract. The replacement of parking spaces will not be required unless a specific item or note has been included in the Contract. Any work to make additions to the markings that existed prior to resurfacing is to be considered as extra work. 2.Widening And Reconstruction Projects If the lane configuration is altered from the preconstruction layout then pavement markings will be as required by the plans or the Engineer. 3. New Location Construction Projects Pavement marking plans will be provided. B. MATERIALS All traffic striping applied under this Section shall be a minimum four inches in width or as shown in plans and shall conform to the requirements of Section 652, except as modified herein. Raised pavement markers (RPMs) shall meet the requirements of Section 654. Markings on the final surface course, which must be removed, shall be a removable type. The Contractor will be permitted to use paint, thermoplastic, or tape on pavement which is to be overlaid as part of the project, unless otherwise directed by the Engineer. Partial(skip)reflectorization(i.e. reflectorizing only a portion of a stripe)will not be allowed. C.INSTALLATION AND REMOVAL OF PAVEMENT MARKINGS: 37 INSTALLATION: All pavement markings, both interim and permanent, shall be applied to a clean surface. The Contractor shall furnish the layout and preline the roadway surface for the placement of pavement markings applied as part of the temporary traffic control plan. All interim marking tape and RPM's on the final surface shall be removed prior to the placement of the final markings. The Contractor shall sequence the work in such a manner as to allow the installation of markings in the final lane configuration at the earliest possible stage of the work. REMOVAL: Markings no longer applicable shall be removed in accordance with Subsection 656.3.05. THE ELIMINATION OF CONFLICTING PAVEMENT MARKINGS BY OVERPAINTING WITH UNAPPROVED PAINT OR ANY TYPE OF LIOUID ASPHALT IS NOT ACCEPTABLE. INTERMEDIATE SURFACE: Interim markings shall be removed by methods that will cause minimal damage to the pavement surface while also ensuring that traveling public will not be confused or misdirected by any residual markings remaining on the intermediate surface. The use of approved black-out tape and black-out paint (manufactured for the sole purpose of covering existing pavement markings) may be permitted on some interim surfaces, provided the results are satisfactory to the Engineer. FINAL SURFACE: No interim paint or thermoplastic markings will be permitted on any final surface unless the interim markings are in alignment with the location of the permanent markings and the interim marking will not interfere or adversely affect placement of the permanent markings. The proposed method of removal for layout errors that require markings to be removed from the final surface shall have the prior approval of the Engineer. Any damage to the final pavement surface caused by the pavement marking removal process shall be repaired at the Contractor's expense by methods acceptable and approved by the Engineer. Subsection 400.3.06.0 shall apply when corrective measures are required. The use of black-out tape or blackout paint will not be permitted under any circumstance to correct layout errors on any final surface. Traffic shifts that are done on the final surface shall be accomplished using interim traffic marking tape that can be removed without any blemishing of the final surface. Interim traffic marking tape shall be used on any of the following final surfaces; asphaltic concrete,Portland cement concrete,and bridge deck surfaces.The contractor may propose alternate traffic markings and removal methods on the final surface. Submitted proposals shall include the type of material, method of removal and a cost comparison to the traffic marking tape method. Prior to any approval, the contractor shall field demonstrate to the satisfaction of the Engineer that the proposed traffic markings can be removed without any blemishing of the final surface. If the proposal is determined to be acceptable, a supplemental agreement will be executed prior to the installation of the proposed alternate traffic markings. The supplemental agreement shall denote the type of traffic marking materials, method of removal and any cost and/or time savings to the Department. The Department will not consider or 38 participate in any cost increase that may result from implementing the proposed alternate method. PAY FACTOR REDUCTION FOR ASPHALTIC CONCRETE FINAL SURFACES: When the correction of an error in the layout of the final pavement markings requires the final surface to be grounded, blemished,scarred,or polished the pay factor shall be reduced to 0.95 for the entire surface area of the final topping that has a blemish, polished or a scarred surface. The reduced pay factor shall not be confined to only the width and length of the stripe or the dimensions of the blemished areas, the whole roadway surface shall have the reduced pay factor applied. The area of the reduced pay factor shall be determined by the total length and the total width of the roadway affected. If the affected area is not corrected,the reduction in pay shall be deducted from the final payment for the topping layer of asphaltic concrete. The Engineer shall make the final determination whether correction or a reduced pay factor is acceptable. The eradication of pavement markings on intermediate and final concrete surfaces shall be accomplished by a method that does not grind, polish, or blemish the surface of the concrete. The method used for the removal of the interim markings shall not spall chip the joints in the concrete and shall not damage the sealant in the joints. Any joint or sealant repairs shall be included in the bid price for Traffic Control-Lump Sum. The proposed method of removal shall have the prior approval of the Engineer. Failure to promptly remove conflicting or non-applicable pavement markings shall be considered as non-performance under Subsection 150.08. PREPARATION AND PLANNING FOR TRAFFIC SHIFTS: When shifting of traffic necessitates removal of centerline, lane lines, or edge lines, all such lines shall be removed prior to, during, or immediately after any change so as to present the least interference with traffic. Interim traffic marking tape shall be used as a temporary substitute for the traffic markings being removed. Before any change in traffic lane(s) alignment, marking removal equipment shall be present on the project for immediate use. If marking removal equipment failures occur, the equipment shall be repaired or replaced (including leasing equipment if necessary), so that the removal can be accomplished without delay. Except for the final surface, markings on asphaltic concrete may be obliterated by an overlay course, when approved by the Engineer. When an asphaltic concrete overlay is placed for the sole purpose of eliminating conflicting markings and the in place asphaltic concrete section will allow, said overlay will be eligible for payment only if designated in the Plans. Overlays to obliterate lines will be paid for only once and further traffic shifts in the same area shall be accomplished with removable markings. Only the minimum asphaltic concrete thickness required to cover lines will be allowed. Excessive build-up will not be permitted. When an overlay for the sole purpose of eliminating conflicting markings is not allowed, the markings no longer applicable shall be removed in accordance with Subsection 656.3.05. D. RAISED PAVEMENT MARKERS 39 Raised pavement markers(RPMs)are required as listed below for all asphaltic concrete pavements before the roadway is open to traffic. On the final surface, RPM's shall be placed according to the timeframes specified in 150.04 E. for full pattern pavement markings except Interstate Highways where RPM's shall be placed and/or maintained when the roadway is open to traffic. When Portland Cement Concrete is an intermediate or final surface and is open to traffic, one calendar day is allowed for cleaning and drying before the installation of RPMs is required. Raised pavement markers are not allowed on the right edge lines under any situation. 1. Interstate Highways Retro-reflective raised pavement markers (RPM'S) shall be placed and/or maintained on intermediate pavements surfaces on all interstate highways that are open to traffic. This includes all resurfacing projects along with widening and reconstruction projects. The spacing and placement shall be as required for MULTI-LANE DIVIDED HIGHWAYS. 2. Multi-Lane Divided Highways Retro-reflective raised pavement markers (RPMs) shall be placed and/or maintained on intermediate pavement surfaces on all multi-lane divided highways that are opened to traffic when these roadways are being widened or reconstructed. Two lane-two way roadways that are being widened to a multilane facility, whether divided or undivided, are included in this provision. Projects consisting primarily of asphalt resurfacing items or shoulder widening items are excluded from this requirement. The RPMs shall be placed as follows: a. SUPPLEMENTING LANE LINES 80 foot center on skip lines with curvature less than three degrees. (Includes tangents) 40 foot centers on solid lines and all lines with curvature between three degrees and six degrees. 20 foot centers on curves over six degrees. 20 foot centers on lane transitions or shifts. b. SUPPLEMENTING RAMP GORE LINES 20 foot centers, two each, placed side by side. c. OTHER LINES As shown on the plans or directed by the Engineer. 40 3.Other Highways On other highways under construction RPMs shall be used and/or maintained on intermediate pavement surfaces as follows: a. SUPPLEMENTING LANE LINES AND SOLID LINES 40 foot centers except on lane shifts. (When required in the Plans or Contract.) 20 foot centers on lane shifts. (Required in all cases.) b. SUPPLEMENTING DOUBLE SOLID LINES 40 foot centers (one each beside each line) except on lane shifts. (When required in the Plans or Contract.) 20 foot centers on lane shifts. (Required in all cases.) E. EXCEPTIONS FOR INTERIM MARKINGS Some exceptions to the time of placement and pattern of markings are permitted as noted below; however,full pattern pavement markings are required for the completed project. 1.Two-Lane,Two-Way Roadways a. SKIP LINES All interim skip(broken)stripe shall conform to Section 652 except that stripes shall be at least two feet long with a maximum gap of 38 feet. On curves greater than six degrees, a one-foot stripe with a maximum gap of 19 feet shall be used. In lane shift areas solid lines will be required. Interim skip lines shall be replaced with markings in full compliance with Section 652 prior to expiration of the 14 calendar day period. Interim raised pavement markers may be substituted for the interim skip (broken) stripes. If raised pavement markers are substituted for the two foot interim skip stripe, three markers spaced at equal intervals over a two feet distance will be required. No separate payment will be made if the interim raised pavement markers are substituted for interim skip lines. Interim raised pavement markers shall be retro-reflective, shall be the same color as the pavement markers for which they are substituted, and shall be visible during daytime. The type of interim marker and method of attachment to the pavement shall be approved by the Office of Materials and Research but in no case will the markers be attached by the use of nails. Flexible reflective markers, Type 14 41 or Type 15, may be used for a maximum of fourteen (14)calendar days as an interim marker. Any flexible reflective markers in use shall be from the qualified products list(QPL). The interim raised pavement markers shall be maintained until the full pattern pavement markings are applied. At the time full pattern markings are applied the interim raised markers shall be removed in a manner that will not interfere with application of the full pattern pavement markings. b. NO PASSING ZONES-TWO-LANE,TWO-WAY ROADWAYS Passing zones shall be re-established in the locations existing prior to resurfacing. No changes to the location of passing zones shall be done without the written approval of the Engineer. For periods not to exceed three calendar days where interim skip centerlines are in place, no-passing zones shall be identified by using post or portable mounted DO NOT PASS regulatory signs (R4-1 24"x 30")at the beginning and at intervals not to exceed 1/2 mile within each no-passing zone. A post or portable mounted PASS WITH CARE regulatory sign (R4-1 24"x 30")shall be placed at the end of each no-passing zone. Post mounted signs shall be placed in accordance with the MUTCD. Portable signs shall conform to the requirements of the MUTCD and shall be NCHRP 350 compliant. Portable signs shall be secured in such a manner to prevent misalignment and minimize the possibility of being blown over by weather conditions or traffic. On new location projects and on projects where either horizontal or vertical alignments has been modified, the location of No-Passing Zones will be identified by the Engineer. c. EDGELINES 1) Bituminous Surface Treatment Paving Edgelines will not be required on intermediate surfaces(including asphaltic concrete leveling for bituminous surface treatment paving)that are in use for a period of less than 60 calendar days except at bridge approaches,on lane transitions, lane shifts, and in such other areas as determined by the Engineer. On the final surface,edgelines shall be placed within 30 calendar days of the time that the final surface was placed. 2) All Other Types of Pavement Edgelines will not be required on intermediate surfaces that are in use for a period of less than 30 calendar days except at bridge approaches, on lane transitions, lane shifts, and in such other areas as determined by the Engineer. On the final surface,edgelines shall be placed within 14 calendar days of the time that the surface was placed. 2. Multi-Lane Highways—With No Paved Shoulder(S)Or Paved Shoulder(S) Four Feet Or Less a. UNDIVIDED HIGHWAYS(INCLUDES PAVED CENTER TURN LANE) 42 1) Centerlines and No-Passing Barrier-Full Pattern centerlines and nopassing barriers shall be restored before opening to traffic. 2) Lanelines- Interim skip (broken) stripe as described in Subsection 150.04E.1.a. may be used for periods not to exceed three calendar days. Skiplines are not permitted in lane shift areas. Solid lines shall be used. 3) Edgelines- Edgelines shall be placed on intermediate and final surfaces within three calendar days of obliteration. b. DIVIDED HIGHWAYS (GRASS OR RAISED MEDIAN) 1) Lanelines- Full pattern skip stripe shall be restored before opening to traffic. Skip lines are not permitted in lane shift areas. Solid lines shall be required. 2) Centerline/Edgeline- Solid lines shall be placed on intermediate and final surfaces within three calendar days of obliteration. 3. Limited Access Roadways And Roadways With Paved Shoulders Greater Than Four Feet a. Same as Subsection 150.04.E.2 except as noted in (b) below. b. EDGELINES- 1) Asphaltic Concrete Pavement- Edgelines shall be placed on intermediate and final surfaces prior to opening to traffic. 2) Portland Cement Concrete Pavement- Edgelines shall be placed on any surface open to traffic no later than one calendar day after work is completed on a section of roadway. All water and residue shall be removed prior to daily striping. 4. Ramps For Multi-Lane Divided Highways A minimum of one solid line edge stripe shall be placed on any intermediate surface of a ramp prior to opening the ramp to traffic. The other edge stripe may be omitted for a maximum period of three (3) calendar days on an intermediate surface. Appropriate channelization devices shall be spaced at a maximum of twenty-five (25')feet intervals until the other stripe has been installed. The final surface shall have both stripes placed prior to opening the ramp to traffic. 5. MISCELLANEOUS PAVEMENT MARKINGS: 43 FINAL SURFACE: School zones, railroads, stop bars, symbols, words and other similar markings shall be placed on final surfaces conforming to Section 652 within fourteen(14)calendar days of completion of the final surface. Final markings shall conform to the type of pay item in the plans. When no pay item exists in the plans the final markings shall conform to Section 652 for painted markings. INTERMEDIATE SURFACE: Intermediate surfaces that will be in use for more than forty-five (45) calendar days shall have the miscellaneous pavement markings installed to conform to the requirement of Section 652. Under Subsection 150.11, Special Conditions, or as directed by the Engineer these markings may be eliminated. F. MOBILE OPERATIONS When pavement markings (centerlines, lane lines, and edgelines) are applied in a continuous operation by moving vehicles and equipment, the following minimum equipment and warning devices shall be required. These devices and equipment are in addition to the minimum requirements of the MUTCD. 1.All Roadways All vehicles shall be equipped with the official slow moving vehicle symbol sign. All vehicles shall have a minimum of two flashing or rotating beacons visible in all directions. All protection vehicles shall have an arrow panel mounted on the rear. All vehicles requiring an arrow panel shall have, as a minimum, a Type B panel. All vehicle mounted signs shall be mounted with the bottom of the sign a minimum height of forty-eight inches (48") above the pavement. All sign legends shall be covered or removed from view when work is not in progress. 2.Two-Lane Two-Way Roadways a. Lead Vehicles The lead vehicle may be a separate vehicle or the work vehicle applying the pavement markings may be used as the lead vehicle. The lead vehicle shall have an arrow panel mounted so that the panel is easily visible to oncoming (approaching) traffic. The arrow panel should typically operate in the caution mode. b. Work Vehicles The work vehicle(s)applying markings shall have an arrow panel mounted on the rear. The arrow panel should typically operate in the caution mode. The work vehicle placing cones shall follow directly behind the work vehicle applying the markings. c. Protection Vehicles A protection vehicle may follow the cone work vehicle when the cones are being placed and may follow when the cones are being removed. 44 3. MULTI-LANE ROADWAYS A lead vehicle may be used but is not required. The work vehicle placing cones shall follow directly behind the work vehicle applying the markings. A protection vehicle that does not function as a work vehicle should follow the cone work vehicle when traffic cones are being placed. A protection vehicle should follow the cone work vehicle when the cones are being removed from the roadway. Protection vehicles shall display a sign on the rear of the vehicle with the legend PASS ON LEFT(RIGHT). INTERSTATES AND LIMITED ACCESS ROADWAYS:A protection vehicle shall follow the last work vehicle at all times and shall be equipped with a truck mounted attenuator that is certified for impacts not less than 62 mph in accordance with NCHRP350 Test Level Three(3). 150.05 CHANNELIZATION A.GENERAL Channelization shall clearly delineate the travelway through the work zone and alert drivers and pedestrians to conditions created by work activities in or near the travelway. Channelization shall be done in accordance with the plans and specifications, the MUTCD, and the following requirements. All Channelization Devices utilized on any project shall be NCHRP 350 compliant. Any device used on the Work shall be from the Qualified Products List. All devices utilized on the work shall have a decal, logo,or manufacturer's stamping that clearly identifies the device as NCHRP 350 compliant. The Contractor may be required to furnish certification from the Manufacturer for any device to prove NCHRP 350 compliance. 1.Types of Devices Permitted for Channelization in Construction Work Zones: a. DRUMS: 1) DESIGN: Drums shall meet the minimum requirement of the MUTCD and shall be reflectorized as required in Subsection 150.01.D. The upper edge of the top reflectorized stripe on the drum shall be located a minimum of 33 inches above the surface of the roadway. A minimum drum diameter of 18 inches shall be maintained for a minimum of 34 inches above the roadway. 2) APPLICATION: Drums shall be used as the required channelizing device to delineate the full length of a lane closure,shift,or encroachment,except as modified by this Subsection. 3) TRANSITION TAPERS FOR LANE CLOSURES: Drums shall be used on all transition tapers. The minimum length for a merging taper for a lane closure on the travelway shall be as shown in Table 150-1: 45 TABLE 150-1 Posted Lane Lane Lane Lane Maximum Drum Speed Width Width Width Width Spacing in Tapers, Limit, MPH 9 Feet 10 Feet 11 Feet 12 Feet (Feet) Minimum Taper Length (L) in Feet 20 60 70 75 80 20 25 95 105 115 125 25 30 135 150 165 180 30 35 185 205 225 245 35 40 240 270 295 320 40 45 405 450 495 540 45 50 450 500 550 600 50 55 495 550 605 660 55 60 540 600 660 720 60 65 585 650 715 780 65 70 630 700 770 840 70 75 675 750 825 900 75 If site conditions require a longer taper then the taper shall be lengthened to fit particular individual situations. The length of shifting tapers should be at least 1/2 L. The length of a closed lane or lanes,excluding the transition taper(s),shall be limited to a total of two(2)miles. Prior approval must be obtained from the Engineer before this length can be increased. Night time conditions: When a merge taper exists into the night all drums located in the taper shall have, for the length of the taper only, a six (6") 46 inch fluorescent orange(ASTM Type VI, VII,VIII, IX or X)reflectorized top stripe on each drum. The top six-inch stripe may be temporarily attached to the drum while in use in a taper.The Engineer may allow the fluorescent orange reflectorized six (6") inch top stripe on each drum in a merging taper to remain in place during daylight hours provided there is a lane closure(s) with a continuous operation that begins during one nighttime. period and ends during another nighttime period. All drums that have the six-inch top stripe permanently attached shall not be used for any other conditions. Multiple Lane Closures: (a) A maximum of one lane at a time shall be closed with each merge taper. (b) A minimum tangent length of 2 L shall be installed between each individual lane closure taper. 4) LONGITUDINAL CHANNELIZATION: Drums shall be spaced as listed below for various roadside work conditions except as modified by Subsection 150.06. Spacing shall be used for situations meeting any of the conditions listed as follows: (a) 40 FOOT SPACING MAXIMUM (1) For difference in elevation exceeding two inches. (2) For healed sections no steeper than 4:1 as shown in Subsection 150.06. Detail 150-E. (b) 80 FOOT SPACING MAXIMUM (1) For difference in elevation of two inches or less. (2) Flush areas where equipment or workers are within ten feet of the travel lane. (c) 200 FOOT SPACING MAXIMUM: Where equipment or workers are more than ten feet from travel lane. Lateral offset clearance to be four feet from the travel lane. (1) For paved areas eight feet or greater in width that are paved flush with a standard width travel lane. (2) For disturbed shoulder areas not completed to typical section that are flush to the travel lane and considered a usable shoulder. 47 REMOVAL OF DRUMS: Drums may be removed after shoulders are completed to typical section and grassed. Guardrail and other safety devices shall be installed and appropriate signs advising of conditions such as soft or low shoulder shall be posted before the drums are removed. b. VERTICAL PANELS 1) DESGN: All vertical panels shall meet the minimum requirements of the MUTCD. All vertical panels shall have a minimum of 270 square inches of retro-reflective area facing the traffic and shall be mounted with the top of the reflective panel a minimum of 36"above the roadway. 2) APPLICATION: Lane encroachment by the drum on the traveiway should permit a remaining lane width of ten feet. When encroachment reduces the traveiway to less than ten feet, vertical panels shall be used to restore the traveiway to ten feet or greater. No other application of vertical panels will be permitted. c. CONES 1) DESIGN: All cones shall be a minimum of 28 inches in height regardless of application and shall meet the requirement of the MUTCD. Reflectorization may be deleted from all cones. 2) APPLICATION: For longitudinal channelizing only, cones will be permitted for daylight closures or minor shifts. (Drums are required for all tapers.) The use of cones for nighttime work will not be permitted. Cones shall not be stored or allowed to be visible on the worksite during nighttime hours. d. BARRICADES DESIGN:Type III barricades shall meet the minimum requirements of the MUTCD and shall be reflectorized as required in Subsection 150.01.D.The Contractor has the option of choosing Type III barricades from the Qualified Products List or the Contractor may utilize generic barricades that are approved by the Federal Highway Administration (FHWA). When barricades have been specifically crash tested with signs attached, the contractor has the responsibility to attach the signs as per the manufacturer's recommendations to ensure crashworthiness. If signs are attached to generic barricades or to barricades from the Qualified Products List(QPL) that have not been crash tested with signs attached then the responsibility for crashworthiness and the liability for mounting these signs to the barricades are assumed by the Contractor and the Contractor shall certify that the barricades are crashworthy under FHWA workzone guidelines for NCHRP 350 crashworthy compliance.Any generic barricades used in the work shall be stamped or stenciled to show compliance with NCHRP 350. The use of Type I and Type II barricades will not be permitted. 48 1) APPLICATION:Type III barricades shall be placed as required by the plans, the Standards, and as directed by the Engineer. All signs mounted on barricades shall be mounted to comply with the requirements of the MUTCD and NCHRP 350 Test Level III. NCHRP 350 crashworthy compliance may require that rigid signs be mounted separate from the Type III barricade. When a barricade is placed so that it is subject to side impact from a vehicle, a drum shall be placed at the side of the barricade to add target value to the barricade. e. WARNING LIGHTS: 1) DESIGN: All warning lights shall meet the requirements of the MUTCD. 2) APPLICATION (a) Type A low-intensity flashing lights shall be used as shown in the Plans, the Standards,and as directed by the Engineer. Flashing lights are not required for advance warning signs in Subsection 150.03.H. (b) Type C Steady-Burn lights shall be used as shown in the Plans, the Standards,and as directed by the Engineer. Steady-burn lights are not required on drums for merging tapers that exist into the night. f. TEMPORARY BARRIERS 1) DESIGN: Temporary barriers shall meet the requirements of Sections 620. 2) APPLICATION:Temporary barriers shall be placed as required by the plans, standards, and as directed by the Engineer. When Temporary barrier is located 20 feet or less from a travel lane,yellow reflectors shall be fixed to the top of the barrier at intervals not greater than 40 feet in the longitudinal section and 20 feet in the taper section and shall be mounted approximately two inches above the barrier. If both lanes of a two-lane two-way roadway are within 20 feet or less of the barrier then the reflectors shall be installed for both directions of traffic. The reflectors shall be 100 square inches(ASTM Type VII or VIII)reflective sheeting mounted on flat-sheet blanks. The reflectors shall be mounted approximately two inches above the top of the barrier. The reflectors shall be attached to the barrier with adhesive or by a drilled-in anchor type device. The reflectors shall not be attached to a post or board that is placed between the gap in the barrier sections. Approach end of Temporary barrier shall be flared or protected by an impact attenuator (crash cushion) or other approved treatment in accordance with Construction Details/Standards and Standard Specifications. 49 On interstate or other controlled access highways where lane shifts or crossovers cause opposing traffic to be separated by less than 40 ft., portable barrier shall be used as a separator. B. PORTABLE IMPACT ATTENUATORS: 1. DESCRIPTION This work consists of the furnishing (including spare parts), installation, maintenance, relocation, reuse as required, and removal of Portable Impact Attenuator Units/Arrays. 2. MATERIALS Materials used in the Attenuator shall meet the requirements of Section 648 for Portable Impact Attenuators. 3. CONSTRUCTION Portable Impact Attenuator Unit/Arrays installation shall conform to the requirements of Section 648. Manufacturer's recommendations and Georgia Standard 4960 and shall be installed at locations designated by the Engineer, and/or as shown on the plans. C.TEMPORARY GUARDRAIL ANCHORAGE-Type 12: 1. DESCRIPTION This work consists of the furnishing, installation, maintenance and removal or Temporary Guardrail Anchorage- Type 12 used for Portable Barrier or temporary guardrail end treatment. 2. MATERIALS Materials used in the Temporary Guardrail Anchorage- Type 12 shall meet the requirements of Subsection 641.2 of the Specifications and current Georgia Standards and may be new or used. Materials salvaged from the Project which meet the requirements of Standards may be utilized if available. The use of any salvaged materials will require prior approval of the Engineer. 3. CONSTRUCTION Installation of the Temporary Guardrail Anchorage-Type 12 shall conform to the requirements of the Plans,current Georgia Standards and Subsection 641.3 of the Specifications. Installation shall also include sufficient additional guardrail and appurtenances to effect the transition and connection to Temporary Concrete Barrier as required by the details in Georgia Standard 4960. 50 150.06 DIFFERENCES IN ELEVATION BETWEEN TRAVEL LANES AND SHOULDERS(SEE SUBSECTION 150.06.G FOR PROJECTS CONSISTING PRIMARILY OF ASPHALTIC CONCRETE RESURFACING ITEMS) Any type of work such as paving, grinding, trenching, or excavation that creates a difference in elevation between travel lanes or between the traveiway and the shoulder shall not begin until the Contractor is prepared and able to continuously place the required typical section to within two inches(2")of the existing pavement elevation. For any areas that the two inches minimum difference in elevation cannot be accomplished the section shall be healed as shown in Detail 150-E. If crushed stone materials are used to provide a healed section no separate payment will be made for the material used to heal any section. The Contractor may submit a plan to utilize existing pay items for crushed stone provided the plan clearly demonstrates that the materials used to heal an area will be incorporated into the work with minimal waste. Handling and hauling of any crushed stone used to heal shall be kept to a minimum. The Engineer shall determine if the crushed stone used to heal meets the specifications for gradation and quality when the material is placed in the final location. A maximum of sixty(60)calendar days shall be allowed for conditions to exist that require any section or segment of the roadway or ramp to continue to require a healed section as described by Detail 150-E. Failure to meet this requirement shall be considered as non- performance of Work under Subsection 150.08. When trenching or excavation for minor roadway or shoulder widening is required, all operations at one site shall be completed to the level of the existing pavement in the same work day. Any channelization devices utilized in the work shall conform to the requirements of Subsection 150.05 and to the placement and spacing requirements in Details 150-B, 150- C 150-D, and 150-E shown in this section. Any construction activity that reduces the width of a travel lane shall require the use of a W-20 sign with the legend "LEFT/RIGHT LANE NARROWS". Two 24" x 24" red or red/orange flags may be mounted above the W-20 sign. The W-20 sign shall be located on the side of the travelway that has been reduced in width just off the traveiway edge of pavement. The W-20 sign shall be a minimum of 500 feet in advance of any channelization devices that encroach on the surface of travelway. A portable changeable message sign may be used in lieu of the W-20 sign. GENERAL/TIME RESTRICTIONS: A. STONE BASES, SOIL AGGREGATE BASE AND SOIL BASES 1.All Highways Differences in elevation of more than two inches between surfaces carrying or adjacent to traffic will not be allowed for more than a 24-hour period. A single length of excavated area that does not exceed 1000 feet in total length may be left open as a start up area for periods not to exceed 48 hours provided the Contractor 51 can demonstrate the ability to continuously excavate and backfill in a proficient manner. Prior approval of the Engineer shall be obtained before any startup area may be allowed. 2. LIMITED ACCESS HIGHWAY RAMPS(INTERSTATES): On projects that include ramp rehabilitation work, one ramp at a time may be excavated for the entire length of the ramp from the gore point of the ramp with the interstate mainline to the intersection with the crossing highway. This single ramp may remain excavated with a vertical difference in elevation greater than two (2") inches for a maximum of fourteen (14) calendar days with drums spaced at twenty (20') feet intervals as shown in Detail 150-B and a buffer space accepted under Section 150.06.F. After fourteen (14) calendar days the section shall be healed as required for all other highways. This area will be allowed in addition to the 1000 feet allowed for all other highways. B.ASPHALT BASES, BINDERS AND TOPPINGS 1. DIFFERENCES IN ELEVATION BETWEEN THE SURFACES OF ADJACENT TRAVELWAYS Travel lanes shall be paved with a plan that minimizes any difference in elevation between adjacent travel lanes. The following limitations will be required on all work: a. Differences of two inches (2") or less may remain for a maximum period of fourteen (14)calendar days. b. Differences of greater than two inches (2") shall be permitted for continuous operations only. EMERGENCY SITUATIONS: Inclement weather, traffic accidents, and other events beyond the control of the Contractor may prevent the work from being completed as required above. The Contractor shall notify the Engineer in writing stating the conditions and reasons that have prevented the Contractor from complying with the time limitations. The Contractor shall also outline a plan detailing immediate steps to complete the work. Failure to correct these conditions on the first calendar day that conditions will allow corrective work shall be considered as non-performance of Work under Subsection 150.08. 2. Differences in Elevation Between Asphalt Travelway and Paved Shoulders Differences in elevation between the asphalt travelway and asphalt paved shoulders shall not be allowed to exist beyond the maximum durations outlined below for the conditions shown in Details 150-B, 150-C, 150-D, and 150-E: Detail 150-B conditions shall not be allowed for more than 24 hours. A single length that does not exceed 1000 feet in total length may be left open for periods not to exceed 48 hours provided the Contractor can demonstrate the ability to continuously pave in a proficient manner. Prior approval of the Engineer shall be obtained before any section is allowed to exceed 24 hours. Any other disturbed shoulder areas shall be healed as in Detail 150-E. 52 Detail 150-C conditions will not be allowed for more than 48 hours. Detail 150-D conditions will not be allowed for more than 30 calendar days. Detail 150-E conditions will not be allowed for more than 60 calendar days. Failure to meet these requirements shall be considered as non-performance of Work under Subsection 150.08. C. PORTLAND CEMENT CONCRETE Work adjacent to a Portland Cement Concrete traveled way which involves the following types of base and shoulders shall be accomplished according to the time restrictions outlined for each type of base or shoulder. Traffic control devices shall be in accordance with Subsection 150.05. 1. Cement Stabilized Base Work adjacent to the traveled way shall be healed as per Detail 150-E within forty- eight (48) hours after the seven (7) calendar day curing period is complete for each section placed. During the placement and curing period, traffic control shall be in accordance Detail 150-B. 2.Asphaltic Concrete Base When an asphaltic concrete base is utilized in lieu of a cement stabilized base the asphaltic concrete base shall be healed as per Detail 150-E within forty-eight(48) hours after the placement of each section of asphaltic concrete base. For the first forty eight hours traffic control shall be in compliance with Detail 150-B. 3. Concrete Paved Shoulders Concrete paved shoulders shall be placed within sixty (60) calendar days after the removal of each section of existing shoulder regardless of the type of base materials being placed on the shoulders. During the placement period, traffic control devices shall be in accordance with the appropriate detail based on the depth of the change in elevation. Differences in elevation of more than two inches between the travel way and the shoulder will not be allowed for more than a 24hour period. A single length of excavated area that does not exceed 1000 feet in total length may be left open as a start up area for periods not to exceed 48 hours provided the Contractor can demonstrate the ability to continuously excavate and backfill in a proficient manner. Prior approval of the Engineer shall be obtained before any startup area may be allowed. Any other disturbed shoulder areas shall be healed as in Detail 150-E. 53 4.Asphaltic Concrete Shoulders A difference in elevation that meets the requirements of Detail 150-B shall not be allowed to exist for a period greater than forty-eight(48) hours. After the removal of the existing shoulder the section or segment of travelway may be healed with stone as per Detail 150-E for a maximum of fourteen(14)calendar days.Asphaltic concrete shoulders shall be placed within two (2") inches or less of the traveled way surface within fourteen (14) calendar days after the removal of the stone healed section or the removal of each section of the existing shoulder. The two (2") inches or less difference in elevation shall not remain in existence for a period that exceeds thirty (30) calendar days unless the paved shoulder is utilized as a detour for the traveled way. During the placement period, traffic control shall be in accordance with the appropriate detail based on the depth of the change in elevation. The Contractor may propose an alternate plan based on Subsection 150.06.F. Failure to meet the above requirements and time restrictions shall be considered as non- performance of Work under Subsection 150.08. D. MISCELLANEOUS ELEVATION DIFFERENTIALS FOR EXCAVATIONS ADJACENT TO THE TRAVELWAY Drainage structures, utility facilities, or any other work which results in a difference in elevation adjacent to the travelway shall be planned and coordinated to be performed in such a manner to minimize the time traffic is exposed to this condition. The excavation should be back filled to the minimum requirements of Detail 150-E as soon as practical. Stage construction such as plating or backfilling the incomplete work may be required. The difference in elevation shall not be allowed to exist for more than five (5) calendar days under any circumstances. Failure to correct this condition shall be considered as nonperformance of Work under Subsection 150.08. E. CONDUIT INSTALLATION IN PAVED AND DIRT SHOULDERS The installation of conduit and conduit systems along the shoulders of a traveled way shall be planned and installed in a manner to minimize the length of time that traffic is exposed to a difference in elevation condition. The following restrictions and limitations shall apply: 1. Differences in Elevation of Two(2") Inches or Less The shoulder may remain open when workers are not present. When workers are present the shoulder shall be closed and the channelization devices shall meet the requirements of Subsection 150.05. The difference in elevation on the shoulder shall remain for a maximum period of fourteen (14)calendar days. 2. Differences in Elevation Greater Than Two (2")Inches The shoulder shall be closed. The shoulder closure shall not exceed twenty-four (24) hours in duration unless the Special Conditions in Subsection 150.11 modifies 54 this restriction or the Engineer allows the work to be considered as a continuous operation. Failure to meet these requirements shall be considered as non-performance of Work under Subsection 150.08. F. MODIFICATIONS TO TIME RESTRICTIONS The Contractor may propose any alternate temporary traffic control plan that utilizes a portion of the travel lane as a "buffer space". This buffer space may allow for an enhanced work area that will allow for the placement of materials to proceed at a pace that could not be achieved with the time restriction requirements outlined in Subsections 150.06.A, 150.06.B,and 150.06.C. The Contractor may propose modified time restrictions based on the use of the buffer space. Any proposed modifications in the time duration allowed for the differences in elevations to exist shall be reviewed by the Engineer as a component of the overall TTC plan. No modifications shall be made until the proposed plan is accepted by the Engineer. The Engineer shall have no obligation to consider any proposal which results in an increase in cost to the Department. For the travel lane described in each of the Details 150-B, 150-C, 150-D and 150-E it is presumed that the pavement marking edgeline (yellow or white solid stripe) is located at the very edge of the travel lane surface. A buffer space (temporary paved shoulder) that utilizes a portion of the travel lane should be six (6') feet in width desirable but shall not be less than four(4')feet in width. Any remaining travel lane(s) shall not be less than ten (10') feet in width. Modifications to drum spacing shown in the details above will not be allowed. If the proposed shifting of the traffic to obtain a buffer space and maintain a minimum travel lane(s) of ten (10') feet requires the use of any existing paved shoulders then the cost of maintenance and repair of the existing paved shoulder(s) shall be the responsibility of the Contractor. The Contractor is responsible for the costs of maintenance and repairs even if the existing paved shoulder(s) is to be removed in a later stage of the work. Existing shoulders that have rumble strips shall have the rumble strips removed before the shoulder can be utilized as part of the travel lane. The cost of the removal of the rumble strips shall be done at no cost to the Department even if the shoulder is to be removed in a later stage of the work. Any modifications to the staging and time restrictions that are approved as part of the TTC plan shall be agreed to in writing. Failure to meet these modifications shall be considered as non-performance of the Work under Subsection 150.08. G.ASPHALTIC CONCRETE RESURFACING PROJECTS SHOULDER CONSTRUCTION INCLUDED AS A PART OF THE CONTRACT: When the placement of asphaltic concrete materials creates a difference in elevation greater than two (2") inches between the earth shoulder(grassed or un-grassed) and the edge of travelway or between the earth shoulder and a paved shoulder that is less than four (4') feet in width, the Contractor shall place and maintain drums in accordance with 55 the requirements of Subsection 150.05A.1.a.4). When the edge of the paved surface is tapered with a 30-45 degree wedge, drums may be spaced at 2.0 times the speed limit in MPH. Drums shall remain in place and be maintained until the difference in elevation has been eliminated by the placement of the appropriate shoulder materials. SHOULDER CONSTRUCTION NOT INCLUDED AS A PART OF THE CONTRACT: When the placement of asphaltic concrete materials creates a difference in elevation greater than two(2")inches between the earth shoulder(grassed or un-grassed)and the edge of travelway or between the earth shoulder and a paved shoulder that is less than four (4') feet in width, the Contractor shall notify the Engineer, in writing, when the resurfacing work including all punchlist items has been completed. See Subsection 150.03.L for the requirements for "LOW/SOFT SHOULDERS" and "SHOULDER DROP-OFF"signage. Location of drums when Elevation Difference exceeds 4 inches.Drums spaced at 20 foot intervals. Note:If the travel way width is reduced to less than 10 feet by the use of drums,vertical panels shall be used in lieu of drums. New Construction Travel Lane t-- 0 4 ► ► ELEVATION DIFFERENCE GREATER THAN 4 INCHES DETAIL 150-B Drums spaced at 40 foot intervals. Location of drums when Elevation Difference is 2+inches to 4 inches. 56 6 inches t //_________ 14— / New Construction Travel Lane 1 4 ►4 ► ► ELEVATION DIFFERENCE 2+to 4 inches DETAIL 150-C Drums spaced at 80 foot intervals. Location of drums when Elevation Difference is 2 inches or less. 414 14 4 feet± / / New Construction Travel Lane 1 4 ►4 ► O. ELEVATION DIFFERENCE OF 2 INCHES OR LESS DETAIL 150-D Location of drums immediately after completion of healed sections spaced at 40 foot intervals. 57 Compacted graded aggregate, TOP OF DRUM TO BE LEVEL subbase material or dirt. NO STEEPER THAN 4:1 2 feet± New Construction Travel Lane t 4 0 ► ► HEALED SECTION DETAIL 150-E 150.07 FLAGGING AND PILOT CARS: A. FLAGGERS Flaggers shall be provided as required to handle traffic, as specified in the Plans or Special Provisions, and as required by the Engineer. B. FLAGGER CERTIFICATION All flaggers shall meet the requirements of the MUTCD and shall have received training and a certificate upon completion of the training from one of the following organizations: National Safety Council Southern Safety Services Construction Safety Consultants Ivey Consultants American Traffic Safety Services Association (ATSSA) Certifications from other agencies will be accepted only if their training program has been approved by any one of the organizations listed above. 58 Failure to provide certified flaggers as required above shall be reason for the Engineer suspending work involving the flagger(s) until the Contractor provides the certified flagger(s). Flaggers shall have proof of certification and valid identification (photo I.D.)available any time they are performing flagger duties. C. FLAGGER APPEARANCE AND EQUIPMENT Flaggers shall wear high-visibility clothing in compliance with Subsection 150.01.A.The apparel background (outer) material color shall be fluorescent orange-red,fluorescent yellow-green, or a combination of the two as defined in the ANSI standard. The retroreflective material shall be orange, yellow, white, silver, yellowgreen, or a fluorescent version of these colors, and shall be visible at a minimum distance of one thousand (1000) feet. The retroreflective safety apparel shall be designed to clearly identify the wearer as a person. They shall use a Stop/Slow paddle meeting the requirements of the MUTCD for controlling traffic. The Stop/Slow paddles shall have a shaft length of seven (7) feet minimum. The Stop/Slow paddle shall be retro- reflectorized for both day and night usage. In addition to the Stop/Slow paddle, a flagger may use a flag as an additional device to attract attention. This flag shall meet the minimum requirements of the MUTCD. The flag shall,as a minimum, be 24"inches square and red or red/orange in color. For night work,the vest shall have reflectorized stripes which meet the requirements of the MUTCD. D. FLAGGER WARNING SIGNS Signs for flagger traffic control shall be placed in advance of the flagging operation in accordance with the MUTCD. In addition to the signs required by the MUTCD, signs at regular intervals, warning of the presence of the flagger shall be placed beyond the point where traffic can reasonably be expected to stop under the most severe conditions for that day's work. E. PILOT VEHICLE REQUIREMENTS Pilot vehicles will be required during placement of bituminous surface treatment or asphaltic concrete on two-lane roadways unless otherwise specified. Pilot vehicles shall meet the requirements of the MUTCD. F. PORTABLE TEMPORARY TRAFFIC CONTROL SIGNALS The Contractor may request, in writing, the substitution of portable temporary traffic control signals for flaggers on two-lane two-way roadways provided the temporary signals meets the requirements of the MUTCD, Section 647, and Subsection 150.02.A.8. As a part of this request, the Contractor shall also submit an alternate temporary traffic control plan in the event of a failure of the signals. Any alternate plan that requires the use of flaggers shall include the use of certified flaggers. The Contractor shall obtain the approval of the Engineer before the use of any portable temporary traffic control signals will be permitted. 59 150.08 ENFORCEMENT The safe passage of pedestrians and traffic through and around the temporary traffic control zone, while minimizing confusion and disruption to traffic flow, shall have priority over all other Contractor activities. Continued failure of the Contractor to comply with the requirements of Section 150 (TRAFFIC CONTROL)will result in non-refundable deductions of monies from the Contract as shown in this Subsection for nonperformance of Work. Failure of the Contractor to comply with this Specification shall be reason for the Engineer suspending all other work on the Project, except erosion control and traffic control, taking corrective action as specified in Subsection 105.15,and/or withholding payment of monies due to the Contractor for any work on the Project until traffic control deficiencies are corrected. These other actions shall be in addition to the deductions for non-performance of traffic control. SCHEDULE OF DEDUCTIONS FOR EACH CALENDAR DAY OF DEFICIENCIES OF TRAFFIC CONTROL INSTALLATION AND/OR MAINTENANCE ORIGINAL TOTAL CONTRACT AMOUNT From More Than To and Including Daily Charge $0 $100,000 $200 $100,000 $1,000,000 $500 $1,000,000 $5,000,000 $1,000 $5,000,000 $20,000,000 $1,500 $20,000,000 $40,000,000 $2,000 $40,000,000 $------- $3,000 60 150.09 MEASUREMENT A.TRAFFIC CONTROL When listed as a pay item in the Proposal, payment will be made at the Lump Sum price bid, which will include all traffic control not paid for separately, and will be paid as follows: When the first Construction Report is submitted,a payment of 25(twenty-five)percent of the Lump Sum price will be made. For each progress payment thereafter, the total of the Project percent complete shown on the last pay statement plus 25(twenty-five) percent will be paid (less previous payments), not to exceed one hundred (100) percent. When no payment item for Traffic Control-Lump Sum is shown in the Proposal, all of the requirements of Section 150 and the Temporary Traffic Control Plan shall be in full force and effect. The cost of complying with these requirements will not be paid for separately, but shall be included in the overall bid submittal. B. SIGNS When shown as a pay item in the contract, interim special guide signs will be paid for as listed below. All other regulatory, warning, and guide signs, as required by the Contract,will be paid for under Traffic Control Lump Sum or included in the overall bid submitted. 1. Interim ground mounted or interim overhead special guide signs will be measured for payment by the square foot. This payment shall be full compensation for furnishing the signs, including supports as required, erecting, illuminating overhead signs, maintaining, removing, re-erecting, and final removal from the Project. Payment will be made only one time regardless of the number of moves required. 2. Remove and reset existing special guide signs, ground mount or overhead, complete, in place,will be measured for payment per each. Payment will be made only one time regardless of the number of moves required. 3. Modify special guide signs, ground mount or overhead, will be measured for payment by the square foot. The area measured shall include only that portion of the sign modified. Payment shall include materials, removal from posts or supports when necessary, and remounting as required. C. TEMPORARY BARRIER Temporary Barrier shall be measured as specified in Section 622. 61 D. CHANGEABLE MESSAGE SIGN, PORTABLE Changeable Message Sign, Portable will be measured as specified in Section 632. E. TEMPORARY GUARDRAIL ANCHORAGE,Type 12 Temporary Guardrail Anchorage- Type 12 will be measured by each assembly, complete in place and accepted according to the details shown in the plans,which shall also include the additional guardrail and appurtenances necessary for transition and connection to Temporary Concrete Barrier. Payment shall include all necessary materials, equipment, labor, site preparation, maintenance and removal. F. TRAFFIC SIGNAL INSTALLATION-TEMPORARY Traffic Signal Installation-Temporary will be measured as specified in Section 647. G. FLASHING BEACON ASSEMBLY Flashing Beacon Assemblies will be measured as specified in Section 647. H. PORTABLE IMPACT ATTENUATORS Each Portable Impact Attenuator will be measured by the unit/array which shall include all material components, hardware, incidentals, labor, site preparation, and maintenance, including spare parts recommended by the manufacturer for repairing accident damage. Each unit will be measured only once regardless of the number of locations installed, moves required, or number of repairs necessary because of traffic damage. Upon completion of the project, the units shall be removed and retained by the Contractor. I. PAVEMENT MARKINGS Pavement markings will be measured as specified in Section 150. 1 TEMPORARY WALKWAYS WITH DETECTABLE EDGING Temporary walkways with detectable edging will be measured in linear feet(meters), complete in place and accepted,which shall include all necessary materials,equipment, labor, site preparation, temporary pipes, passing spaces, maintenance and removal. Excavation and backfill are not measured separately for payment. No payment will be made for temporary walkways where existing pavements or existing edging (that meets the requirements of MUTCD) are utilized for the temporary walkway. Payment for temporary detectable edging, including approved barriers and channelizing devices, installed on existing pavement shall be included in Traffic Control-Lump Sum. K.TEMPORARY CURB CUT WHEELCHAIR RAMPS 62 Temporary curb cut wheelchair ramps are measured as the actual number formed and poured, complete and accepted, which shall include all necessary materials, equipment, labor, site preparation, maintenance and removal. No additional payment will be made for sawing existing sidewalk and removal and disposal of removed material for temporary wheelchair ramp construction. No additional payment will be made for constructing the detectable warning surface. L. TEMPORARY AUDIBLE INFORMATION DEVICE Temporary audible information devices are measured as the actual number furnished and installed in accordance with the manufacturer's recommendations, which shall include all necessary materials, equipment, labor, site preparation, maintenance and removal. Each temporary audible information device will be paid for only one time regardless of the number of times it's reused during the duration of The Work. These devices shall remain the property of the Contractor. 150.10 PAYMENT: When shown in the Schedule of Items in the Proposal, the following items will be paid for separately. Item No. 150. Traffic Control Lump Sum Item No. 150. Traffic Control, Solid Traffic Stripe_Inch, (Color) per Linear Mile Item No. 150. Traffic Control, Skip Traffic Stripe_Inch, (Color) per Linear mile Item No. 150. Traffic Control, Solid Traffic Stripe, Thermoplastic Inch, (Color) per Linear Mile Item No. 150. Traffic Control, Skip Traffic Stripe, Thermoplastic Inch, (Color) per Linear Mile Item No. 150.Traffic Control, Pavement Arrow with Raised Reflectors per Each Item No. 150. Traffic Control, Raised Pavement Markers-All Types. per Each Item No. 150. Interim Ground Mounted Special Guide Signs per Square Foot Item No. 150. Interim Overhead Special Guide Signs per Square Foot Item No. 150. Remove&Reset Existing Special Guide Signs, Ground Mount, Complete in Place per Each Item No. 150. Remove&Reset, Existing Special Guide Signs, Overhead, Complete in Place per Each Item No. 150. Traffic Control, Portable Impact per Each Attenuator Item No. 150. Traffic Control, Pavement Markers, Words and Symbols per Square Foot Item No. 150. Traffic Control, Pavement Arrow(Painted)with 63 Raised Reflectors per Each Item No. 150. Traffic Control, Workzone Law Enforcement per Hour Item No. 150. Modify Special Guide Sign, Ground per Square Mount Foot Item No. 150. Modify Special Guide Sign, Overhead per Square Foot Item No. 150. Temporary Walkways With Detectable Edging per Linear foot Item No. 150. Temporary Curb Cut Wheelchair Ramps per Each Item No. 150. Temporary Audible Information Device per Each Item No. 620. Temporary Barrier per Linear Foot Item No. 632. Changeable Message Sign, Portable per Each Item No. 641. Temporary Guardrail Anchorage, Type 12 per Each Item No. 647. Traffic Signal Installation,Temp Lump Sum Item No. 647. Flashing Beacon Assembly, Structure Mounted per Each Item No. 647. Flashing Beacon Assembly, Cable Supported per Each 64 Date:August 26,2002 First Use Date 2001 Specifications:November 1,2002 Revised:January 16,2003 Revised:August 1,2003 Revised:February 1,2004 Revised:October 15,2005 Revised: July 15,2008 Revised:March 18,2013 Revised:October 22,2013 Revised:May 2,2014 Revised:September 2,2014 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SUPPLEMENTAL SPECIFICATION Section 167—Water Quality Monitoring 167.1 General Description This Specification establishes the Contractor's responsibility to meet the requirements of the National Pollutant Discharge Elimination System(NPDES)Infrastructure Permit No.GAR 100002 as it pertains to Part IV. Erosion,Sedimentation and Pollution Control Plan.In the case of differing requirements between this specification and the Permit,whichever is the more stringent requirement shall be adhered to. 167.1.01 Definitions Certified Personnel—certified personnel are defined as persons who have successfully completed the appropriate certification course approved by the Georgia Soil and Water Conservation Commission. For Department projects the certified person must also have successfully completed the Department's WECS certification course. Water Quality Sampling–as used within this specification,the term"monitoring"shall be inclusive of the acts of detecting,noting,discerning,observing,etc.for the purpose of gauging compliance with the NPDES General Permit GAR100002. Qualifying Rainfall Sampling Event—as used within this specification,means that which is defined in the 2013 NPDES General Permit GAR1000002,Part IV.D.6.d(3). 167.1.02 Related References A. Standard Specifications Section 161—Control of Soil Erosion and Sedimentation B. Referenced Documents NPDES Infrastructure Permit No.GAR100002 GDOT WECS Seminar EPD Rule Chapter 391-3-7 GSWCC Certification Level IA Course OCGA 12-7-1 167.1.03 Submittals General Provisions 101 through 150 167.2 Materials General Provisions 101 through 150. 167.2.01 Delivery,Storage,and Handling General Provisions 101 through 150. 167.3 Construction Requirements 167.3.01 Personnel Use GSWCC level IA certified and WECS certified personnel to perform all monitoring,sampling,inspections,and rainfall data collection. Use the Contractor-designated WECS or select a prequalified consultant from the Qualified Consultant List(QCL) to perform water quality monitoring,sampling,inspections,and rainfall data collection. The Contractor is responsible for having a copy of the GAR100002 Permit onsite at all times. 167.3.02 Equipment Provide equipment necessary to complete the Work or as directed. 167.3.03 Preparation General Provisions 101 through 150. 167.3.04 Fabrication General Provisions 101 through 150. 167.3.05 Construction A. General Perform inspections,rainfall data collection,testing of samples,and reporting the test results on the project according to the requirements in Part IV of the NPDES Infrastructure Permit and this Specification.Take samples manually or use automatic samplers,according to the GAR100002 Permit GAR1 00002.Note that GAR100002 requires the use of manual sampling or rising stage sampling for qualifying events that occur after the first instance of the automatic sampler not being activated during a qualifying event.Analyze all samples according to the Permit,regardless of the method used to collect the samples.If samples are analyzed in the field using portable turbidimeters,the monitoring results shall state they are being used and a digital readout of NTUs is what is provided.Submit bench sheets,work sheets,etc.,when using portable turbidimeters. There are no exceptions to this requirement.Perform required inspections and submit all reports required by this Specification within the time frames specified.Failure to perform the inspections within the time specified will result in the cessation of all construction activities with the exception of traffic control and erosion control. Failure to submit the required reports within the times specified will result in non-refundable deductions as specified in Subsection 161.5.01.B. B. Water Quality Inspections The Department will provide one copy of the required inspection forms for use and duplication.Inspection forms may change during the contract to reflect regulatory agency needs or the need of the Department.Any costs associated with the change of inspection forms shall be considered incidental.Alternate formats of the provided forms may be created,used and submitted by the Contractor provided the required content and/or data fields and verbatim certification statements from the Department's current forms are included. The Engineer shall inspect the installation and condition of each erosion control device required by the erosion control plan within seven days after initial installation.This inspection is performed for each stage of construction when new devices are installed.The WECS shall ensure all installation deficiencies reported by the Engineer are corrected within two business days. Ensure the inspections of the areas listed below are conducted by certified personnel and at the frequencies listed.Document all inspections on the appropriate form provided by the Department. 1. Daily(when any work is occurring): Conduct inspections on the following areas daily: a. Petroleum product storage,usage,and handling areas for spills or leaks from vehicles or equipment b. All locations where vehicles enter/exit the site for evidence of off-site sediment tracking Continue these inspections until a Notice of Termination(NOT)is submitted,and use the daily inspection forms. 2. Weekly and after Rainfall Events: Conduct inspections on these areas every seven calendar days and within twenty-four hours after the end of a rainfall event that is 0.5 in(13 mm)or greater(unless such storm ends after 5:00 PM on any Friday or any non-working Saturday,non-working Sunday or any non-working Federal holiday in which case the inspection shall be completed by the end of the next business day and/or working day,whichever occurs first): a. Disturbed areas not permanently stabilized b. Material storage areas that are exposed to precipitation c. Structural control measures,Best Management Practices(BMPs)to ensure they are operating correctly d. Water quality sampling locations and equipment e. Discharge locations or points,e.g.,outfalls and drainage structures that are accessible to determine if erosion control measures are effective in preventing significant impacts to receiving waters Continue these inspections until all temporary BMPs are removed and a NOT is submitted and use the EC-1 Form. 3. Monthly: Once per month,inspect all areas of the site that have undergone final stabilization or have established a crop of annual vegetation and a seeding of target perennials appropriate for the region.Look for evidence of sediments or pollutants entering the drainage system and or receiving waters.Inspect all permanent erosion control devices remaining in place to verify the maintenance status and that the devices are functioning properly.Inspect discharge locations or points,e.g.outfalls, drainage structures,that are accessible to determine if erosion control measures are effective in preventing significant impacts to receiving waters. Continue these inspections until the Notice of Termination is submitted and use the monthly inspection form. C. Water Quality Sampling When the sampling location is a receiving water,the upstream and downstream samples are taken for comparison of NTU values.When the sampling location is an outfall,a single sample is taken to be analyzed for its absolute NTU value. D. Reports 1. Inspection Reports: Summarize the results of inspections noted above in writing on the appropriate Daily,Weekly,Monthly,or EC-1 form provided by the Department and includes the following information: • Date(s)of inspection • Name of certified personnel performing inspection • Construction phase • Status of devices • Observations • Action taken in accordance with Part IV.D.4.a.(5)of the GAR100002 Permit • Signature of personnel performing the inspection • Any instance of non-compliance When the report does not identify any non-compliance instances,the inspection report shall contain a statement that the best managementpractices are in compliance with the Erosion, Sedimentation,and Pollution Control Plan. (See the EC-1 form.) The reports shall be made and retained at the site or be readily available at a designated alternate location until the entire site or that portion of a construction project that has been phased has undergone final stabilization and a Notice of Termination is submitted to the Georgia Department of Natural Resources Environmental Protection Division(GAEPD). Such reports shall be readily available by the end of the second business day and/or working day and shall identify all incidents of best management practices that have not been properly installed and/or maintained as described in the Plan.The inspection form certification sheet shall be signed by the project WECS and the inspector performing inspections on behalf of the WECS(if not the same person).Submit all inspection reports to the Engineer within twenty-four hours of the inspection.The Engineer will review the submitted reports to determine their accuracy.The Engineer will notify the certified personnel of any additional items that should be added to the inspection report. Correct any items listed in the inspection report requiring routine maintenance within seventy—two(72)hours of notification or immediately during perimeter BMP failure emergencies.Deficiencies that interfere with traffic flow, safety,or downstream turbidity are to be corrected as soon as practical but in case later than seven(7)calendar days following the inspection. Assume responsibility for all costs associated with additional sampling as specified in Part IV.D.6.d.3.(c)of the NPDES GAR100002 Permit if either of these conditions arise: • BMPs shown in the Plans are not properly installed and maintained,or • BMPs designed by the Contractor are not properly designed,installed and maintained. 2. Sampling Reports a. All sampling shall be performed in accordance with the requirements of the GAR100002 Permit for the locations identified in the ESPCP approved by the Department. b. Report Requirements Include in all reports,the following certification statement,signed by the WECS or consultant providing sampling on the project: "I certify under penalty of law that this report and all attachments were prepared under my direct supervision in accordance with a system designed to assure that certified personnel properly gather and evaluate the information submitted.Based on my inquiry of the person or persons who manage the system,or those persons directly responsible for gathering the information,the information is,to the best of my knowledge and belief,true,accurate and complete.I am aware that there are significant penalties for submitting false information,including the possibility of fine and imprisonment for knowing violations." When a rainfall event requires a sample to be taken,submit a report of the sampling results to the Engineer within seven working days of the date the sample was obtained. Include the following information in each report: 1) Date and time of sampling 2) Name of certified person(s)who performed the sampling and analyses. 3) Date the analyses were performed 4) Time the analyses were initiated 5) Rainfall amount on the sampling date(sampling date only) 6) NTU of each sample&analytical method 7) Location where each sample was taken(station number and left or right offset) 8) Identification of whether a sample is a receiving-water sample or an outfall sample 9) Project number and county 10) References and written procedures,whenever available,for the analytical techniques or methods used: whether the samples were taken by automatic sampler,rising-stage sampler,or manually (grab sample) 11) The results of such analyses,including the bench sheets,instrument readouts,computer disks or tapes,etc.,used to determine these results 12) A clear note if a sample exceeds 1000 NTUs by writing"exceeds 1000 NTUs"prominently upon the report c. Report Requirements with No Qualifying Rainfall Events In the event a qualifying rainfall event does not produce a discharge to sample,or sampling is"impossible", as defined in the GAR1000002 Permit, a written justification must be included in the report as required at Part IV.D.4.a.(6)of the GAR100002 Permit. d. Sampling Results Provide sampling results to the Project Engineer within 48 hours of the samples being analyzed.This notification may be verbal or written.This notification does not replace the requirement to submit the formal summary to the Engineer within 7 working days of the samples being collected.The Engineer will ensure submission of the sampling report to GAEPD by the 15th of the month following the sampling results as per the GAR100002 Permit.The WECS will be held accountable for delayed delivery to the Department which results in late submissions to EPD resulting in enforcement actions. 3. Rainfall Data Reports: Record the measurement of rainfall once each twenty-four hour period,except for non-working Saturdays,non-working Sundays and non-working Federal Holidays until a Notice of Termination is submitted.Project rain gauges and those used to trigger the automatic samplers are to be emptied after every rainfall event.This will prevent a cumulative effect and prevent automatic samplers from taking samples even though the rainfall event is not a qualifying event.The daily rainfall data supplied by the WECS to the Engineer will be the official rainfall data for the project. 167.3.06 Quality Acceptance General Provisions 101 through 150. 167.3.07 Contractor Warranty and Maintenance General Provisions 101 through 150. 167.4 Measurement Water Quality Inspections in accordance with the inspection and reports sub-sections will be measured for payment by the month up to the time the Contract Time expires.Required inspections and reports after Contract Time has expired will not be measured for payment unless a time extension is granted. Water Quality Sampling is measured per each."Each"means each qualifying rainfall sampling event,not each sampled site. 167.4.01 Limits General Provisions 101 through 150.Submit the monitoring summary report to the Engineer within 7 working days 167.5 Payment Payment for Water Quality Inspections and Water Quality Sampling will be made as follows: Water Quality Inspections will be paid at the Contract Price per month.This is full compensation for performing the requirements of the inspection section of the NPDES Permit and this Specification,any and all necessary incidentals,and providing results of inspections to the Engineer,within the time frame required by the NPDES Infrastructure Permit,and this Specification. Water Quality Monitoring and Sampling per each qualifying rainfall sampling event is full compensation for meeting the requirements of the monitoring sections of the NPDES Permit and this Specification,obtaining samples,analyzing samples,any and all necessary incidentals,and providing results of turbidity tests to the Engineer,within the time frame required by the NPDES Infrastructure Permit,and this Specification.This item is based on the rainfall events requiring sampling as described in Part IV.D.6 of the Permit.The Department will not pay for samples taken and analyzed for rainfall events that are not qualifying events as compared to the daily rainfall data supplied by the WECS. Payment will be made under: Item No. 167 Water quality inspections Per month Water Quality Monitoring and Sampling will be paid per each qualifying rainfall sampling event. Payment will be made under: Item No. 167 Water quality monitoring and sampling Per each 167.5.01 Adjustments Augusta, GA Engineering Department AUGUSTA UTILITIES DEPARTMENT TECHNICAL SPECIFICATIONS BERCKMANS ROAD WIDENING AND REALIGNMENT & BRIDGE REPLACEMENT OVER RAES CREEK P.I. # 0011381 & PI 0011413 2018/2019 / - G '' 0 II -U, I A 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 11 ITEM W-4(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. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS W-8 (A-Z)-All butterfly valve line items shall be measured individually(each)and shall include costs for full body ductile iron valves,polywrap hand wheel where specified, valve boxes/vaults,manholes,concrete collar,excavation,dewatering,asphalt/concrete cutting,all associated fittings,installation,normal backfill,and testing.AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. AUD MEASUREMENT&PAYMENT REVISED 2017 2 OF 11 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 11 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 11 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. Ductile Iron Pipe shall be lined with Protecto 401 Ceramic Epoxy.AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-4(A-Z)-Jack and bore line items shall be measured in linear feet and shall include costs for casing piping,field lok gasket carrier piping,and installation. Shall also include costs for bore pit excavation,trench protection,dewatering,asphalt cutting,end seals, casing spacers,normal backfill,infiltration and exfiltration testing,and mandrel pulling. CCTV camera inspection will be performed by the Augusta Utilities Department. Lines will not be approved or accepted until the Augusta Utilities Department's Project Manager approves all testing results. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-5-Miscellaneous pipefittings shall be measured individually(each)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. Ductile Iron Pipe shall be lined with Protecto 401 Ceramic Epoxy. 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 11 ITEMS S-8(A-Z)-Sanitary sewer exterior manhole joint wrapping shall be measured individually and shall include the costs for wrapping material and installation.No additional payment shall be made for these items. ITEMS S-9(A-Z)-Sanitary sewer interior protective coating shall be measured by the vertical foot of manhole and shall include the costs for coating material and installation.No additional payment shall be made for these items. ITEM S-10-Outside drop piping shall be measured individually(each)and shall include the costs for all piping,fittings,joint restraints,brick dam,and 57 stone. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-11-Dog house/connector manholes shall be measured individually(each)and shall include the costs for excavation,57 stone,dewatering,asphalt cutting,pipe cutting and removal,collars and boots,grouting and/or other connections,installation,normal backfill, and vacuum testing as specified. The costs for the manhole,ring and cover as specified on the plans,risers,and concrete collar shall be included within this line item. Additional depth manhole sections shall be included within the appropriate manhole line item Manhole vacuum testing shall include all costs for testing equipment,testing labor, mobilization,demobilization,and reporting. Manholes failing testing shall be re-tested at Contractor's expense. Repairs to failing manholes shall be made external to the manhole utilizing a method approved by the Augusta Utilities Department. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-12-Sanitary sewer manhole tie-ins shall be measured individually(each)and shall include costs for cutting/coring of existing manholes,collars,rubber boots,any required gaskets,concrete collar,excavation,dewatering,soil stabilization,asphalt cutting,and normal backfill. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-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. AUD MEASUREMENT 8 PAYMENT REVISED 2017 6 OF 11 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. AUD MEASUREMENT&PAYMENT REVISED 2017 7 OF 11 PAVEMENT STRUCTURES ITEM P-1-Asphalt overlay shall be measured in square yards and shall include costs for asphalt materials,tack coat,and installation,temporary striping and permanent striping (replaced in kind),and markers(both temporary and permanent). AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-2-Aggregate base(10 1/2" 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 P4-Milling shall be measured in square yards and shall include all materials,labor, equipment,and material removal and disposal costs.No additional payment shall be made for these items. ITEMS P-5-Concrete sidewalk shall be measured in square yards and shall include costs for existing sidewalk removal and disposal,3000 psi concrete,installation,site preparation, formwork,and finishing.Existing concrete shall be removed to the nearest joint as directed by the project representative. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS P-6-Concrete driveways shall be measured in square yards and shall include costs for existing driveways removal and disposal,3000 psi concrete,installation,site preparation, formwork,and finishing.Existing concrete shall be removed to the nearest joint as directed by the project representative. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. AUD MEASUREMENT&PAYMENT REVISED 2017 8 OF 11 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 additional payment shall be made for these items. ITEM P-9-Curb and/or gutter removal and replacement shall be measured in linear feet and shall include costs for removal and disposal of existing concrete curb and/or gutter, concrete,installation,site preparation,formwork,and finishing. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-10-Raised edge asphalt curb removal/replacement shall be measured in square yards and shall include costs for removal and disposal of existing asphalt curb,site preparation,tack coat,asphalt,and installation. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-11-Concrete Cap(8" thick)and asphalt patch(2"thick)shall be measured in square yards and shall include costs for select backfill,bituminous tack coat,asphalt, installation,excavation,striping(both temporary and permanent),and markers (both temporary and permanent). The square yardage calculation shall be based upon a standard width of 4'plus the outside diameter of the utility for payment purposes. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. MISCELLANEOUS ITEM M-1-Flowable fill shall be measured in cubic yards and shall include costs for all materials,labor,equipment,and excess materials.No additional payment shall be made for these items. ITEM M-2-3000 psi concrete shall be measured in cubic yards and shall include costs for excavation,labor,equipment,formwork,and concrete material placement.AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. AUD MEASUREMENT&PAYMENT REVISED 2017 9 OF 11 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 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. 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 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 AUD MEASUREMENT&PAYMENT REVISED 2017 10 OF 11 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 local issuing authority and/or the state.No separate 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. AUD MEASUREMENT&PAYMENT REVISED 2017 11 OF 11 SECTION 02055 SOILS- STRUCTURAL PART 1 GENERAL 1.1 SUMMARY A. Section includes structural subsoil backfill materials. 1.2 REFERENCES A. American Society for Testing and Materials: 1. ASTM D698 -Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.51b Rammer and 12 inch Drop. 2. ASTM D2487- Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System). 3. ASTM D2922—Standard Test Methods for Density of Soil and Soil- Aggregate in Place by Nuclear Methods (Shallow Depth). 4. ASTM D3017—Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). B. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. 1.3 SUBMITTALS A. Materials Source: Submit name of imported materials source. Contractor to provide material classification for all imported materials. Classify per Georgia Department of Transportation Standards and Specifications Section 810. Additional classification tests may be required to confirm characteristics of imported material. No additional payment 1.4 QUALITY ASSURANCE A. Perform Work in accordance with Georgia Department of Transportation and Augusta Utilities Department Standards. PART 2 PRODUCTS 2.1 SUBSOIL MATERIALS A. Type S1: 1. Structural 2. Graded. 3. Free of lumps larger than 2 inches, rocks larger than 1 inch, and debris. Soils-Structural 02055-1 4. Conforming to Georgia Department of Transportation Standards and Specifications Section 810, Class IA1, A2. 2.2 SOURCE QUALITY CONTROL A. Testing and Analysis of Subsoil Material: Perform in accordance with ASTM D698. ASTM D2922. ASTM D3017. B. If tests indicate materials do not meet specified requirements, change material and retest. C. Provide materials of each type from same source throughout the Work. PART 3 EXECUTION 3.1 STOCKPILING A. Stockpile materials on site at locations designated by Engineer. B. Stockpile in sufficient quantities to meet Project schedule and requirements. C. Separate differing materials with dividers or stockpile apart to prevent mixing. D. Prevent intermixing of soil types or contamination. E. Direct surface water away from stockpile site to prevent erosion or deterioration of materials. 3.2 STOCKPILE CLEANUP A. Remove stockpile, leave area in clean and neat condition. Grade site surface to prevent free standing surface water. Grass as necessary. END OF SECTION Soils-Structural 02055-2 SECTION 02060 AGGREGATE PART 1 GENERAL 1.1 SUMMARY A. Section includes aggregate materials for pipe bedding. 1.2 REFERENCES A. AASHTO M147 (American Association of State Highway and Transportation Officials)- Materials for Aggregate and Soil-Aggregate. B. ASTM C136- Method for Sieve Analysis of Fine and Coarse Aggregates. C. ASTM D698-Test Method for Moisture-Density Relations of Soils and Soil- Aggregate Mixtures, Using 5.5Ib Rammer and 12 inch Drop. D. ASTM D2167-Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method. E. ASTM D2487- Classification of Soils for Engineering Purposes. F. ASTM D2922 -Test Method for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). G. ASTM D3017—Test Method for Moisture Content of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). H. ASTM D4318—Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. I. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. PART 2 PRODUCTS 2.1 COARSE AGGREGATE MATERIALS A. Coarse Aggregate Type Al: GA DOT Type II Foundation Backfill material conforming to Georgia Department of Transportation Standard Specifications, Section 812.2.02. Aggregate 02060-1 2.2 SOURCE QUALITY CONTROL A. Aggregate Material- Submit name of imported materials source. Contractor to provide material classification for all imported materials. Classify per Georgia Department of Transportation Standards and Specifications Section 812.2.02. Additional classification tests may be required to confirm characteristics of imported material. No additional payment. B. If tests indicate materials do not meet specified requirements, change material or material source and retest. C. Provide materials of each type from same source throughout the Work. PART 3 EXECUTION 3.1 STOCKPILING A. Stockpile materials on site at locations designated by Engineer. B. Stockpile in sufficient quantities to meet Project schedule and requirements. C. Separate differing materials with dividers or stockpile apart to prevent mixing. D. Direct surface water away from stockpile site so as to prevent erosion or deterioration of materials. 3.2 STOCKPILE CLEANUP A. Remove stockpile, leave area in clean and neat condition. Grade site surface to prevent free standing surface water. Grass as necessary. END OF SECTION Aggregate 02060-2 SECTION 02221 SELECTIVE DEMOLITION 1 GENERAL 1.1 SUMMARY A. Section includes demolition of designated structures; demolition of pavement sections; disconnecting and capping of identified utilities. 1.3 CLOSEOUT SUBMITTALS A. Project Record Documents: Accurately record actual locations of capped utilities. 1.4 REFERENCES 1. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. 2 PRODUCTS [Not Used.] 3 EXECUTION 3.1 PREPARATION A. Provide, erect, and maintain temporary barriers and security devices including warning signs and lights, and similar measures, for protection of the public, Owner, Contractor's employees and existing improvements to remain. B. Mark location of utilities. 3.2 DEMOLITION REQUIREMENTS A. Conduct demolition to minimize interference with adjacent properties. B. Cease operations immediately if adjacent structures appear to be in danger. Notify Engineer. Do not resume operations until directed. C. Conduct operations with minimum interference to public or private accesses. Maintain protected egress and access from adjacent areas at all times. D. Sprinkle Work with water to minimize dust. Provide hoses and water connections for this purpose. 3.3 DEMOLITION Selective Demolition 02221 -1 A. Disconnect, cap and identify designated utilities within project area. B. Assure line, grade and cross-section are maintained. C. Continuously clean-up and remove demolished materials from site. Do not allow materials to accumulate on the site. D. Do not burn or bury materials on site. Leave site in clean condition. E. Do not disturb utilities that are to remain active, in-place. END OF SECTION Selective Demolition 02221 -2 SECTION 02324 TRENCHING PART 1 GENERAL 1.1 SUMMARY A. Section includes excavating trenches for utilities; compacted fill from top of utility bedding to subgrade elevations; and backfilling and compaction. B. Related Sections: 1. Section 02060-Aggregate. 2. Section 02512—Site Water Distribution 3. Section 02760— Flowable Fill Material 1.3 REFERENCES A. ASTM C136- Method for Sieve Analysis of Fine and Coarse Aggregates. B. ASTM D698-Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5 lb Rammer and 12 inch Drop. C. ASTM D1556- Test Method for Density of Soil in Place by the Sand-Cone Method. D. ASTM D2167 -Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method. E. ASTM D2922 -Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D3017-Test Methods for Moisture Content of Soil and Soil-Aggregate Mixtures. G. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. 1.4 DEFINITIONS A. Utility: Any buried pipe, duct, conduit, or cable. 1.5 FIELD MEASUREMENTS A. Verify field measurements prior to fabrication. 1.6 COORDINATION A. Verify Work associated with lower elevation utilities is complete before placing higher elevation utilities. Trenching 02324-1 PART 2 PRODUCTS 2.1 FILL MATERIALS A. Fill Type S1: As specified in Section 02055. B. Fill Type S2: As specified in Section 02760 (Flowable Fill Material). PART 3 EXECUTION 3.1 LINES AND GRADES A. Grades 1. Pipes shall be laid true to the lines and grades indicated. 2. Water main to be installed with 4 foot minimum cover unless otherwise shown in plan view. B. Location of Pipe Lines: 1. The location and approximate depths of the proposed pipe lines are shown on the Drawings. 2. The Engineer reserves the right to make changes in lines, grades, and depths of pipe lines when such changes are necessary. 3.2 PREPARATION A. Identify required lines, levels, contours, and datum locations. B. Protect plant life, lawns, and other features remaining as a portion of final landscaping. C. Protect bench marks, existing structures, fences, sidewalks, paving, and curbs from excavating equipment and vehicular traffic. D. Maintain and protect above and below grade utilities which are to remain. E. Cut out soft areas of subgrade not capable of compaction in place. Backfill with Type Al material and consolidate. Type A2 material may be placed and compacted in wet areas at the direction of the Engineer or Augusta Utilities Department representative. F. Outside of pavement areas, the top 4-inches of existing topsoil to be carefully removed, stockpiled, protected, and reused. 3.3 EXCAVATING Trenching 02324-2 A. Excavate subsoil required for utilities to tie-in location. B. Cut trenches sufficiently wide to enable installation and allow inspection. Remove water or materials that interfere with Work. C. Do not interfere with 45 degree bearing splay of foundations. D. Hand trim excavation. Hand trim for bell and spigot pipe joints. Remove loose matter. E. Remove lumped subsoil, boulders, and rock up to 1/3 cubic yard, measured by volume. F. Correct over excavated areas with Type Al material uniformly placed and compacted (6-inch thick lift—max.). G. Stockpile excavated material in area designated on site and remove excess material not being used from site. 3.4 TRENCHING A. Excavations: 1. Excavation shall be dug so that the pipe can be laid and jointed properly. The trench shall be made so that the pipe can be laid to the alignment and depth as shown on the Drawings, and it shall be excavated only so far in advance of pipe laying as permitted by the Engineer. The excavation shall not be more than 16 inches wider at the bottom than the outside diameter of the pipe or structure. If there is no interference with construction, or adjacent property, and if soil permits, the Contractor at his own expense shall be permitted to slope the side walls of the excavation starting at a point 2 feet above the top of pipe. 2. The trench shall be excavated to the depth required so as to provide a uniform and continuous bearing and support for the pipe on bedding material at every point between joints, except where pipe slings or other lifting tackle are withdrawn. 3. Excavation Below Grade: a) Where excavation indicates that the subsurface materials at the bottom of the trench are in a loose or soft state, the Contractor shall be advised to excavate to a depth where suitable material is encountered, as directed by the Engineer. b) Where the bottom of the trench has been excavated by mistake to a greater depth than required, the Contractor shall refill this area using approved material. No additional compensation shall be given to the Contractor. Refilling with earth to bring the bottom of the trench to the proper grade will not be permitted. 4. Excavation within 24 inches of existing utilities shall be governed by specifications of the Owner of the respective utility. The Contractor shall obtain these specifications and follow the same at no extra cost. Trenching 02324-3 B. Trenching in Advance of Pipe Laying: The trench for the pipe lines shall not be opened for a distance of more than 200 linear feet at any one time, unless authorized by the Engineer. Contractor shall not leave any trench open at the end of a working day, unless special conditions warrant as determined by Augusta Utilities Department(AUD). If approved by AUD, any portion of trench left open shall be covered with a steel plate or barricaded so that traffic or pedestrians cannot encounter area. 3.5 SHEETING AND BRACING A. General 1. Sheeting and bracing of all excavations shall conform to the latest statutes of the State of Georgia governing safety of workers in the construction industry. When necessary, in the opinion of the Engineer or Contractor, adequate sheeting and bracing shall be installed to prevent ground movement that may cause damage or settlement to adjacent structures, pipelines and utilities. Any damage due to settlement because of failure to use sheeting or because of inadequate bracing, or through negligence or fault of the Contractor in any other manner, shall be repaired at the Contractor's expense. 2. Sides of trenches shall be shored, sheeted, braced, sloped, or otherwise supported by means of sufficient strength to protect employees working within them. Refer to respective OSHA regulations. B. Sheeting Requirements: 1. Where excavations are made with vertical sides which require supporting, the sheeting and bracing shall be of sufficient strength to sustain the sides of the excavations and to prevent movement which could in any way injure the Work, or adjacent structures, or diminish the working space sufficiently to delay the Work. Special precautions shall be taken where there is additional pressure due to the presence of other structures. 2. It shall be the Contractor's responsibility to select sheeting and bracing of sufficient dimensions and strength to adequately support the sides of trenches and excavations. The Contractor shall submit details of the sheeting and bracing he proposes to use to the Engineer for review. 3. Timber sheeting shall conform in quality to select structural Douglas Fir lumber and shall be sound, live timber, free from sap, large checks, shakes, loose or decayed knots, worm holes, and other imperfections which may impair its strength or durability. 4. In wet excavation grooved sheeting shall be used to prevent passage of soil. Any voids between sheeting and face of excavation shall be filled with suitable material rammed in place. 5. Sheeting and bracing shall be removed before the completion of the Work, unless otherwise directed in writing by the Engineer. Sheeting which is left in place shall be cut off 18 inches below the original ground surface or as directed by the Engineer. Untreated wood will not be allowed to be left in place. Trenching 02324-4 3.6 BACKFILLING 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. C. Soil Fill Type S1: From pipe bedding elevation (top of bedding material), place and compact material in equal, continuous layers as specified within the drawings. D. Flowable Fill Type S2: See heading 4.1 (Schedule) of this section. E. Employ a placement method that does not disturb or damage, utilities in trench. F. Maintain optimum moisture content of fill materials to attain required compaction density. G. Remove surplus fill materials from site. H. Leave fill material stockpile areas completely free of excess fill materials. 3.7 TOLERANCES A. Top Surface of Backfilling under Paved Areas: Plus or minus % inch from required elevations. B. Top Surface of General Backfilling: Plus or minus 1 inch from required elevations. 3.8 FIELD QUALITY CONTROL A. Compaction testing will be performed in accordance with ASTM D698 or ASTM D2922. B. If tests indicate Work does not meet specified requirements, remove Work, replace, compact, and retest. C. Frequency of Tests: For areas outside of pavement section: 1 test/ 100 If. /2 feet of backfill. ii. For roadway installations test each 12" of backfill, including subgrade. Proof roll subgrade under supervision of a registered geotechnical engineer in the state of Georgia (18-ton load). 3.9 PROTECTION OF FINISHED WORK A. Reshape and re-compact fills subjected to vehicular traffic during construction. Trenching 02324-5 4.1 SCHEDULE A. Water Main (For Direct Bury Installation) 1. Refer to Augusta Utilities Department Detail 1.2. 2. Excavate and prepare subgrade by compacting to 95% standard proctor. Install pipe bedding in 4" maximum lifts and uniformly compact. Install pipe per manufacturer's recommendations. Extend Type Al aggregate to pipe springline. Install select backfill material (Type S1) in 6" maximum lifts to 12" above top of pipe. Select material to be compacted (per lift) to 98% standard proctor. Native material can be used as"Normal Backfill" (if approved by Engineer or AUD field representative)from this point to grade if dried and properly prepared. If Engineer or AUD representative does not approve native material, then continue placement and compaction of select backfill material as previously noted. 3. Where installed by open cut in paved areas, contractor to install select material in 6 inch maximum lifts, compacted to 95% standard proctor, to 12 inches below subgrade elevation. The top 12 inches is to be compacted to 100% standard proctor. Refer to Augusta Utilities Department Bond Project— Road Cut Detail. END OF SECTION Trenching 02324-6 SECTION 02512 SITE WATER DISTRIBUTION PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Pipe and fittings for site water line. 2. Valves. 3. Hydrants. B. Related Sections: 1. Section 02060-Aggregate. 2. Section 02324-Trenching. 3. Section 02516- Disinfection of Water Distribution. 1.2 REFERENCES A. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for Ductile Iron Pipe, fire hydrants, and water main disinfection. B. Georgia Department of Transportation Standard Specifications for Construction of Transportation Systems. 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 674—Standard Practice for Polyethylene Encasement for ductile iron pipe for water and other liquids. D. Ductile Iron Pipe Research Association (DIPRA). E. American Water Works Association: 1. AWWA C104-American National Standard for Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water. 2. AWWA C110- Ductile Iron and Grey Iron-Fittings, 3-inch through 48-inch. 3. AWWA C111 -American National Standard for Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 4. AWWA C116—Protective Fusion— Bonded Epoxy Coatings Interior& Exterior Surface Ductile Iron/Gray-Iron Fittings. 5. AWWA C151 -American National Standard for Ductile-Iron Pipe, Centrifugally Cast, for Water. 6. AWWA C153—Ductile-Iron Compact Fittings for Water Service. 7. AWWA C500- Metal-Seated Gate Valves for Water Supply Service. Site Water Distribution 02512-1 8. AWWA C502- Dry-Barrel Fire Hydrants. 9. AWWA C509- Resilient-Seated Gate Valves for Water-Supply Service. 10. AWWA C600- Installation of Ductile-Iron Water Mains and Their Appurtenances. 11. ASTM A307-Standard Specification for Carbon Steel Bolts and Studs; 60,000 psi tensile strength. 12. ASTM A563—Standard Specification for Carbon and Alloy Steel Nuts. 13. ANSI/AWWA C105/A21.5 American National Standard for Polyethylene Encasement for Ductile Iron Pipe Systems. 14. ANSI/AWWA C150/A21.50-96 1996 or latest version, American National Standard for Thickness Design of Ductile Iron Pipe. 15. ANSI/AWWA C509-94 1994 or latest version Resilient-Seated Gate Valves for Water-Supply Service (includes addendum C509a-95) 16. ANSI/AWWA C550-90 1990 or latest version Protective Epoxy Interior Coating for Valves and Hydrants F. Underwriters Laboratories Inc.: 1. UL 246 - Hydrants for Fire- Protection Service. 1.3 QUALITY ASSURANCE A. Perform Work in accordance with Augusta Utility Department Standards and Specifications, latest edition. 1.5 SUBMITTALS A. Pipe Submittals: 1. Refer to Section 02600. 2. Field Hydrostatic Testing Plan: Submit at least 15 days prior to testing and at minimum, include the following: a. Testing dates. b. Piping systems and section(s) to be tested. c. Method of isolation. d. Method of conveying water from source to system being tested. e. Calculation of maximum allowable leakage for piping section(s)to be tested. 3. Certifications of Calibration: Approved testing laboratory certificate if pressure gauge for hydrostatic test has been previously used. If pressure gauge is new, no certificate is required. B. Fire Hydrant: 1. Hydrant—submittal to confirm the following material requirements. a. Break flange or safety top type. b. Nominal 5-1/4-inch main valve opening with 6-inch bottom connections. c. Conform to AWWA C502. d. Two 2-1/2-inch hose nozzles. Site Water Distribution 02512-2 e. One 4-1/2-inch pumper nozzle. f. Operating Nuts: 1-1/2-inch National Standard pentagon nut. g. Mechanical joint inlet connection. h. Yellow above ground line. i. Integral Davidson Anti-Terrorist Valve at the shoe. 2. Main Valve: a. Depth of Bury: 4 feet. b. Equip with 0-ring seals. c. Valve opens left. C. VALVES, TAPPING SLEEVES, OTHER WATER MAIN APPURTENANCES 1. Submit catalog cuts of system components. 2. Verify that submitted product meets Augusta Utilities Department Standards& Specifications. PART 2 PRODUCTS 2.1 WATER PIPING A. Ductile Iron Pipe (DIP)Water Main: 1. Diameter: 6", 10" and 16", CI 350 DIP conforming to AWWA Standard C151. 2. Fittings: Ductile iron, standard thickness; mechanical joint; conforming to AWWA Standard C1101C153 3. Joints: Conform to AWWA Standard C111. a. Push-on Joint: Rated at minimum working pressure equal to pipe material design. b. DIP Restrained Joint: 1) Manufactured proprietary joint that mechanically restrains pipe to adjoining pipe. 2) Manufacturers and Products: a) EBAA Iron, Megalug Series 1100. b) Engineer approved equal. 2.2 WATER SERVICE LINES: A. Copper Tubing: ASTM B88, Type K, annealed; Match size to existing connections: 1. Service saddle to be ductile iron double strap type. 2. Corporation stops to be Ford or Engineer approved equivalent with a taper thread inlet and flared copper outlet. 2.3 GATE VALVES A. Valves must conform to AWWA C509 (latest version). Valves to be open right. Site Water Distribution 02512-3 B. Manufacturers: U.S. Pipe Metro—Seal 250 Resilient Seated Gate Valve or Engineer approved equal. C. Valve Box(Screw Type): Tyler/Union 6850 series, M & H E-2702, Mueller H10364 or Engineer approved equal. Provide extensions, as required. Cast "water" on valve box cover. D. Gate valves must me full body ductile iron. 2.4 HYDRANT i A. Hydrant: 1. Break flange or safety top type. 2. Nominal 5-1/4-inch main valve opening with 6-inch bottom connections. 3. 6-inch restrained joint ductile iron pipe. 4. Mechanical joint 8-inch by 6-inch tee(poly wrapped) 5. Conform to AWWA C502. 6. Two 2-1/2-inch hose nozzles. 7. One 5-inch stroz nozzle. 8. Operating Nuts: 1-1/2-inch National Standard pentagon nut. 9. Mechanical joint inlet connection. 10. Yellow above ground line. 11. Anti-Terrorist Valve at the shoe. 12. Maximum of one(1) riser allowed, eighteen (18) inches or less. 13. Approved Manufacturer and Product: a. Mueller; #A-24018 b. M&H Figure 129T c. American AVK 2700 Series B. Main Valve: 1. Depth of Bury: 4 feet. 2. Equip with 0-ring seals. 3. Valve opens on clockwise/counterclockwise rotation as specified on drawings. 4. U.S. Pipe Metro-Seal 250 Resilient Seated Full Body Ductile Iron Gate Valve or Engineer approved equal. 2.5 BEDDING AND COVER MATERIALS A. Bedding: Type Al, as specified in Section 02060. B. Cover: Type S1, as specified in Section 02055. 2.6 ACCESSORIES A. Concrete for Thrust Restraints: Concrete to be Class 'A' concrete, as per Georgia Department of Transportation Standard Section 500, 3000 psi at 28-day compressive strength. Design slump: 2—4 inches. Site Water Distribution 02512-4 PART 3 EXECUTION 3.1 EXAMINATION A. Verify all existing utilities as to their location and invert elevation. B. Inspect pipe and fittings to ensure no cracked, broken, or otherwise defective materials are being used. 3.2 PREPARATION A. Cut pipe ends square, ream pipe and tube ends to full pipe diameter, remove burrs. B. Remove scale and dirt on inside and outside before assembly. C. Prepare pipe connections to equipment with flanges or unions. D. Trench Grade: 1. Grade bottom of trench by hand to specified line and grade, with proper allowance for pipe thickness and pipe base, when specified. Trench bottom shall form a continuous and uniform bearing and support for pipe between bell holes. 2. Before laying each section of pipe, check grade and correct irregularities found. Grade may be disturbed for removal of lifting tackle. E. Bell (Joint) Holes: At each joint, dig bell holes of ample dimensions in bottom of trench, and at sides where necessary, to permit joint to be made properly and to permit easy visual inspection of entire joint. 3.3 BEDDING A. Excavate and backfill pipe trench in accordance with Section 02324. Allow for aggregate pipe bedding where specified. 3.4 INSTALLATION—PIPE A. General: 1. Provide and use proper implements, tools, and facilities for safe and proper prosecution of Work. 2. Lower pipe, fittings, and appurtenances into trench, piece by piece, by means of a crane, slings, or other suitable tools and equipment, in such a manner as to prevent damage to pipe materials, protective coatings and linings. 3. Do not drop or dump pipe materials into trench. Site Water Distribution 02512-5 B. Maintain separation of water main from sanitary sewer piping in accordance with Augusta Utility Department Standards and Specifications, unless otherwise shown in plans. C. Cleaning Pipe and Fittings: 1. Remove lumps, blisters, and excess coal tar coating from bell and spigot ends of each pipe. Wire brush outside of spigot and inside of bell and wipe clean, dry, and free from oil and grease before pipe is laid. 2. Wipe ends of mechanical joint pipe and fittings and of rubber gasket joint pipe and fittings clean of dirt, grease, and foreign matter. D. Laying Pipe: 1. Direction of Laying: Lay pipe with bell end facing in direction of laying. For lines on an appreciable slope, face bells upgrade at discretion of Engineer. 2. Mechanical Joint, Push-On Joint, and Restrained Joint Pipe: After first length of pipe is i nstalled in trench, secure pipe in place with approved backfill material tamped under and along sides to prevent movement. Keep ends clear of backfill. After each section is jointed, place backfill as specified to prevent movement. 3. Take precautions necessary to prevent floating of pipe prior to completion of backfill operation. 4. When using movable trench shield, take necessary precautions to prevent pipe joints from pulling apart when moving shield ahead. 5. Do not allow foreign material to enter pipe while it is being placed in trench. 6. Close and block open end of last laid section of pipe to prevent entry of foreign material or creep of gasketed joints when laying operations are not in progress, at close of day's work, or whenever workers are absent from job. E. Joining Push-On Joint Pipe and Mechanical Joint Fittings: 1. Join pipe with push-on joints and mechanical joint fittings in strict accordance with manufacturer's recommendations. The process of mechanized pipe joining must be approved by Owner and Engineer. 2. Provide special tools and devices, such as, special jacks, chokers, and similar items required for installation. 3. Lubricate pipe gaskets using lubricant furnished by pipe manufacturer. No substitutes will be permitted. 4. Clean ends of fittings of dirt, mud, and foreign matter by washing with water and scrubbing with a wire brush, after which, slip gland and gasket on plain end of pipe. If necessary, lubricate end of pipe to facilitate sliding gasket in place, then guide fitting onto spigot of pipe previously laid. F. Cutting Pipe: 1. General: Cut pipe for inserting valves, fittings, or closure pieces in a neat and workmanlike manner without damaging pipe or lining and so as to leave a smooth end, at right angles to axis of pipe. Site Water Distribution 02512-6 2. Pipe: Cut pipe with milling type cutter or saw. Do not flame cut. 3. Dressing Cut Ends: Dress cut end of mechanical joint pipe to remove sharp edges or projections, which may damage rubber gasket. Dress cut ends of push-on joint pipe by beveling, as recommended by manufacturer. G. Line and Grade: 1. Minimum Pipe Cover: 4 feet, unless otherwise indicated. 2. No high points will be allowed between air valves. 3. Deviations exceeding 6 inches from specified line or 1 inch from specified grade will not be allowed without express approval of Engineer. 4. Pipeline sections that are not installed to elevations shown or installed as approved by Engineer shall be reinstalled to proper elevation. H. Thrust Restraint: 1. Restrained joints only. Use of thrust blocking will not be allowed as restraint unless specifically identified on plans and approved by the Owner and Engineer. 3.5 HYDROSTATIC TESTING A. Pipeline Hydrostatic Test: 1. General: a. Notify Owner in writing 5 days in advance of any testing. Perform testing in presence of Owner or Engineer b. Test newly installed pipelines. Using water as test medium, pipes shall successfully pass a leakage test prior to acceptance. c. Furnish testing equipment and perform tests in manner satisfactory to Owner and Engineer. Testing equipment shall provide observable and accurate measurements of leakage under specified conditions. d. Isolate new pipelines that are connected to existing pipelines. e. Conduct tests on entire pipeline after trench has been backfilled. Testing may be done prior to placement of asphaltic concrete or roadway structural section. f. Contractor may, if field conditions permit and as determined by the Owner, partially backfill trench and leave joints open for inspection and conduct an initial service leak test. Hydrostatic test shall not, however, be conducted until backfilling has been completed. g. Owner shall provide gauge for pipeline hydrostatic test. h. Contractor shall not work on sections of the successfully tested line without the Owner's representative present. 2. Procedure: a. Maximum filling velocity shall not exceed 0.25 foot per second, calculated based on the full area of pipe. b. Expel air from pipe system during filling. Expel air through air release valve or through corporation stop installed at high points and other strategic points. Site Water Distribution 02512-7 c. Test pressure shall be one and a half times system operating pressure, but in no case less than 200 psi as measured at low point of pipeline. d. Apply and maintain specified test pressure with hydraulic force pump. Valve off piping system when test pressure is reached. e. Maintain hydrostatic test pressure continuously for 2 hours minimum, adding additional make-up water only as necessary to restore test pressure. f. Determine actual leakage by measuring quantity of water necessary to maintain specified test pressure for duration of test. g. If measured leakage exceeds allowable leakage or if leaks are visible, repair defective pipe section and repeat hydrostatic test. 3. Allowable Leakage: Maximum allowable leakage shall not exceed amount stated in AWWA. 3.6 INSTALLATION- FIRE HYDRANTS A. General - 1. Install hydrants in accordance with Sections 3.7 and 3.8 of AWWA C600, unless specified otherwise. B. Excavation 1. Excavate to subgrade. Fill over excavated areas with foundation stabilization material. Tamp to provide firm foundation. C. Base Block 1. Place on firm, level subgrade to ensure uniform support. D. Installation of Hydrants 1. Locate hydrants to provide accessibility and to minimize potential damage from vehicles. a. Relocate improperly set hydrants. b. Hydrant Located behind Curbs: Set barrel so pumper nozzle or hose nozzle caps are a minimum of 18 inches from gutter face of curb. c. Hydrant Located in Space between Curb and Sidewalk: Not less than 8 inches, clear from sidewalks. d. Hydrant Located between Sidewalk and Property Line: Minimum clearance 8 inches from sidewalk. e. Set hydrants so safety flange is a minimum of 2 inches above finished ground or sidewalk level. 2. Place hydrant on base block carefully to prevent the base block from breaking. Site Water Distribution 02512-8 3. Joints shall conform to Section 3.4 of AWWA C600 when cast or ductile iron pipe is used. 4. Maintain hydrant in a plumb position during subsequent Work. 5. Hydrant valve not to exceed 4 feet from main line tee unless specifically approved by the Owner's representative. E. Gravel for Drainage: 1. Place#57 stone around base block and hydrant bottom in accordance with Section 3.7 of AWWA C600. F. Concrete Thrust Blocking 1. Place blocking after hydrant is set in final position and joined to pipe. Per AUD Detail 1.6 2. Concrete thrust block shall have a minimum of 4 square feet of bearing area against undisturbed earth. G. Ductile iron restrained joint type joint pipe 1. Install ductile iron restrained joint pipe between main line tee and fire hydrant. 3.7 SERVICE CONNECTIONS A. Install water service in accordance with Augusta Utility Department Standards and Specifications. B. Install water service to existing meter. Connect new service line to existing meter. Coordinate with Augusta Utilities Department Inspector. 3.8 DISINFECTION OF DOMESTIC WATER PIPING SYSTEM A. Flush and disinfect system in accordance with Section 02516. END OF SECTION Site Water Distribution 02512-9 SECTION 02516 DISINFECTION OF WATER DISTRIBUTION PART 1 GENERAL 1.1 SUMMARY A. Section includes disinfection of potable water distribution system; and testing and reporting results. B. Related Sections: 1. Section 02512- Site Water Distribution Product and Execution requirements for installation, testing, of site domestic water distribution piping. 1.2 REFERENCES A. Augusta Utility Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. B. The following is a list of standards which may be referenced in this section: 1. American Water Works Association (AVVWA): a. B300, Hypochlorites. b. B301, Liquid Chlorine. c. B302, Ammonium Sulfate d. B303, Sodium Chlorite. e. C651, Disinfecting Water Mains. f. C652, Disinfection of Water Storage Facilities. g. C653, Disinfection of Water Treatment Plants. 2. Standard Methods for the Examination of Water and Wastewater, as published by American Public Health Association, American Water Works Association, and the Water Environment Federation. 1.3 SUBMITTALS A. Informational Submittals: 1. Plan describing and illustrating conformance to appropriate AWWA standards and this Specification (if required). 2. Procedure and plan for cleaning system. 3. Procedures and plans for disinfection and testing. 4. Proposed locations within system where Samples will be taken. 5. Type of disinfecting solution and method of preparation. 6. Certification that employees working with concentrated chlorine solutions have received appropriate safety training. 7. Method of disposal for highly chlorinated disinfecting water. B. Test Reports: Indicate results comparative to specified requirements. Disinfection of Water Distribution 02516-1 1.4 QUALITY ASSURANCE A. Perform Work in accordance with Augusta Utility Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. 1.5 QUALIFICATIONS A. Water Treatment Firm: Company specializing in disinfecting potable water systems specified in this section with minimum three years experience. B. Testing Firm: Company specializing in testing potable water systems, approved by Augusta Utility Department. C. Submit bacteriologist's signature and authority associated with testing. PART 2 PRODUCTS 2.1 WATER FOR DISINFECTION AND TESTING A. Clean, uncontaminated, and potable. B. Owner will supply potable quality water. Contractor shall convey in disinfected pipelines or containers. 2.2 CONTRACTOR'S EQUIPMENT A. Furnish chemicals and equipment, such as pumps and hoses, to accomplish disinfection. B. Water used to fill pipeline may be supplied using a temporary connection to existing distribution system. Provide protection against cross-connections as required by AWWA C651. 2.3 DISINFECTANT A. The following disinfectant product(s) shall not be used: chlorine gas. PART 3 EXECUTION 3.1 GENERAL A. Conform to AWWA C651 for pipes and pipelines, except as modified in these Specifications. B. Disinfect the following items installed or modified under this Project, intended to hold, transport, or otherwise contact potable water: 1. Pipelines: Disinfect new pipelines that connect to existing pipelines up to point of connection. Disinfection of Water Distribution 02516-2 2. Disinfect surfaces of materials that will contact finished water, both during and following construction, using one of the methods described in AWWA C652 and C653. Disinfect prior to contact with finished water. Take care to avoid recontamination following disinfection. C. Prior to application of disinfectants, clean pipelines of loose and suspended material. D. Allow freshwater and disinfectant solution to flow into pipe or vessel at a measured rate so chlorine-water solution is at specified strength. Do not place concentrated liquid commercial disinfectant in pipeline or other facilities to be disinfected before it is filled with water. E. Owner will supply sufficient potable water and testing for the Contractor to complete the initial execution outlined in this section. The Contractor is responsible to the Owner for the costs of additional potable water and testing due to failure of the initial tests. 3.2 SEQUENCING AND SCHEDULING A. Commence initial disinfection after completion of following: 1. Completion and acceptance of internal painting of system(s). 2. Hydrostatic and pneumatic testing, pressure testing, functional and performance testing and acceptance of pipelines, pumping systems, structures, and equipment. 3. Disinfection of: a. Pumps and associated system piping. b. Treatment plant basins and processes used to supply water to system. 3.3 PIPING AND PIPELINES A. Cleaning: 1. Before disinfecting, clean all foreign matter from pipe in accordance with AWWA C651. 2. If the continuous feed method or the slug method of disinfection, as described in AWWA C651 are used, flush pipelines with potable water until clear of suspended solids and color. Provide hoses, temporary pipes, ditches, and other conduits as needed to dispose of flushing water without damage to adjacent properties. 3. Flush service connections and hydrants. Flush distribution lines prior to flushing hydrants and service connections. Operate valves during flushing process at least twice during each flush. 4. Flush pipe through flushing branches and remove branches after flushing is completed. B. Disinfecting Procedure: In accordance with AWWA C651, unless herein modified. 3.4 DISPOSAL OF HEAVILY CHLORINATED WATER A. Do not allow flow into a waterway without neutralizing disinfectant residual. Disinfection of Water Distribution 02516-3 B. See the appendix of AWWA C651 or C652 as applicable for acceptable neutralization methods. 3.5 TESTING A. Collection of Samples: 1. Coordinate activities to allow Samples to be taken in accordance with this Specification. 2. Provide valves at sampling points. 3. Provide access to sampling points. 4. The Owner's laboratory will obtain the Samples. B. Test Equipment: 1. The Owner's laboratory will provide the testing equipment. C. Chlorine Concentration Sampling and Analysis: 1. The Owner's laboratory will collect and analyze Samples in accordance with pertinent AWWA sections. 2. Sampling Frequency for Disinfecting Solution: 2 Samples per segment tested. 2. Residual Free Chlorine Samples: 2 Samples per segment tested. 3. Dechlorinated Disinfecting Wastewater Residual Samples: as necessary. 4. Sampling Locations: as determined by the Owner/Engineer. 6. Analysis to be performed by the Owner's laboratory. Samples will be analyzed for free chlorine as described in latest edition of Standard Methods for Examination of Water and Wastewater. D. After tanks, reservoirs, pumps, and pipelines have been cleaned, disinfected, and refilled with potable water, Owner will take water Samples and have them analyzed for conformance to bacterial limitations for public drinking water supplies. 1. Samples shall be collected in accordance with applicable AWWA Standard. 2. Samples shall be analyzed for coliform concentrations in accordance with latest edition of Standard Methods for the Examination of Water and Wastewater. 3. A minimum of two Samples on each of 2 consecutive days from each separable structure and every 1,000 feet of pipeline shall be obtained and analyzed by standard procedures outlined by state and local regulatory agencies. 4. Sampling points shall be representative and accepted by the Owner/Engineer. 5. Initial samples at each location to be scheduled on a Monday, Tuesday, or Wednesday unless a deviation is specifically approved by the Owner. 6. Contractor shall provide the Owner a minimum of 48-hours notice prior to the initiation of the sampling process. E. If minimum Samples required above are bacterially positive, disinfecting procedures and bacteriological testing shall be repeated until bacterial limits are met. Disinfection of Water Distribution 02516-4 END OF SECTION Disinfection of Water Distribution 02516-5 SECTION 02760 FLOWABLE FILL MATERIAL PART 1 GENERAL 1.1 SUMMARY A. Section includes the basic requirements for furnishing and placing flowable fill (controlled low strength material). B. Related Sections: 1. Section 02740—Flexible Pavement Structures 2. Section 02750—Concrete Construction. 1.2 REFERENCES A. Georgia Department of Transportation Standard Specifications for the Construction of Transportation Systems, 2001 Editions. B. Augusta Utilities Department Standards and Specifications, August 2006, including July 2008 revisions for ductile iron pipe, fire hydrants, and disinfection. 2 PRODUCTS 2.1 MATERIALS A. All materials used in the production of flowable fill shall be in compliance with Georgia Department of Transportation Standard Specifications. B. Flowable fill to be an excavatable mix design per Georgia Department of Transportation Section 600. PART 3 EXECUTION 3.1 EXAMINATION A. Verify utility lines are installed to correct line and grade. Assure subgrade is properly compacted. 3.2 PLACING CONCRETE A. Place flowable fill only as directed by Owner or Engineer. B. Discharge flowable fill directly from the truck into the area to be filled. 3.3 FINISHING A. Finish with a square shovel. Flowable Fill Material 02760-1 3.4 PROTECTION A. Material will self-consolidate. Flowable fill displaces any extra water not needed for maximum density. Make any provisions necessary for this "bleed water"to run-off and away from the surface of hardened fill. B. Do not subject flowable fill to freezing conditions within 30-hours of placement. END OF SECTION Flowable Fill Material 02760-2 I f' e:- 4, : Office of the Administrator -�F _,_;..4....- "----- G' 0_:tt A:�I,L; A Janice Allen Jackson, Administrator Suite 910-Municipal Building Jarvis Sims,Deputy Administrator 535 Telfair Street-AUGUSTA,GA 30901 Tony McDonald, Deputy Administrator (706)821-2400- FAX(706)821-2819 December 19,2018 Dr.Hameed Malik Engineering Director 452 Walker Street Augusta,GA 30901 Dear Hameed: The Augusta, Georgia Commission, at their regular g meeting held on Tuesday, December 18, 2018,took action on the following items: 26. Approved the award of Construction Contract to Reeves Construction Company subject to Value Engineering and not to exceed in the amount of$11,246,487.20 for Transportation Investment Act(TIA)Project, Berckmans Road Widening&Realignment,and Bridge Replacement Project-Phase II as requested by AED. Award is contingent upon receipt of signed contracts and proper bonds.Bid#18-195 Also,approve reallocation of$1.6M from Engineering SPLOST VI Scott's Way Bridge&7th St.Bridge funds to Berckmans Rd Bridge Construction.(Approved by Engineering Services Committee December 11,2018) 27. Approved the award of Contract for Bid 18-262:Chemical Treatment of Sanitary Sewer Line-Capacity Management to Duke's Root Control in the Amount of$300,000.(Approved by Engineering Services Committee December 11,2018 28. Approved Supplement Construction Contract to E.R.Snell Contractor,Inc.in the amount of$662,103.45 for completing needed supplemental Drainage Improvements in conjunction with Transportation Investment Act (TIA)Project,Marks Church Road&Drainage Improvement project-Phase II as requested by AED.Bid#16-261 (Approved by Engineering Services Committee December 11,2018) If you have any questions,please contact me. Yours truly, f4 nice Allen Jackson dministrator 12-18-18: #26,#27,#28 cc: Donna Williams,Finance Geri Sams,Procurement f 1 r 5 J I Office of the Administrator �- l r4 =�, ` i G' ` 0,,ro:R F, ,'A Janice Allen Jackson, Administrator Suite 910-Municipal Building r Jarvis Sims,Deputy Administrator 535 Telfair Street-AUGUSTA,GA 30901 Tony McDonald, Deputy Administrator (706)821-2400- FAX(706)821-2819 December 19,2018 Dr.Hameed Malik Engineering Director 452 Walker Street Augusta,GA 30901 Dear Hameed: The Augusta, Georgia Commission, at their regular meeting held on Tuesday, December 18, 2018,took action on the following items: 26. Approved the award of Construction Contract to Reeves Construction Company subject to Value Engineering ineerin and not to exceed in the amount of g g $11,246,487.20 for Transportation Investment estment Act(TIA)Project, Berckmans Road Widening&Realignment,and Bridge Replacement Project-Phase II as requested by AED. Award Is contingent upon receipt of signed contracts and proper bonds.Bid#18-195 Also,approve reallocation of$1.6M from Engineering SPLOST VI Scott's Way Bridge&7th St.Bridge funds to Berckmans Rd Bridge Construction.(Approved by Engineering Services Committee December 11,2018) 27. Approved the award of Contract for Bid 18-262:Chemical Treatment of Sanitary Sewer Line-Capacity Management to Duke's Root Control in the Amount of$300,000.(Approved by Engineering Services Committee December 11,2018 28. Approved Supplement Construction Contract to E.R.Snell Contractor,Inc.in the amount of$662,103.45 for completing needed supplemental Drainage Improvements in conjunction with Transportation Investment Act (TIA)Project,Marks Church Road&Drainage Improvement project-Phase II as requested by AED.Bid#16-261 (Approved by Engineering Services Committee December 11,2018) If you have any questions,please contact me. Yours truly, '4 I.nice Allen Jackson dministrator 12-18-18: #26,#27,#28 cc: Donna Williams,Finance Geri Sams,Procurement 1 Office of the Administrator --4t-i* 141g 1, 'A Janice Mien Jackson, Administrator Suite 910-Municipal Building Jarvis Sims,Deputy Administrator S35 Telfair Street-AUGUSTA,GA 30901 Tony McDonald, Deputy Administrator (706)821-2400- FAX(706)821-2819 December 19,2018 Dr.Hameed Malik Engineering Director 452 Walker Street Augusta,GA 30901 Dear Hameed: The Augusta, Georgia Commission, at their regular meeting held on Tuesday, December 18, 2018,took action on the following items: 26. Approved the award of Construction Contract to Reeves Construction Company subject to Value Engineering and not to exceed in the amount of$11,246,487.20 for Transportation Investment Act(TIA)Project, Berckmans Road Widening&Realignment,and Bridge Replacement Project-Phase II as requested by AED. Award is contingent upon receipt of signed contracts and proper bonds.Bid#18-195 Also,approve reallocation of$1.6M from Engineering SPLOST VI Scott's Way Bridge&7th St.Bridge funds to Berckmans Rd Bridge Construction.(Approved by Engineering Services Committee December 11,2018) 27. Approved the award of Contract for Bid 18-262:Chemical Treatment of Sanitary Sewer Line-Capacity Management to Duke's Root Control in the Amount of$300,000.(Approved by Engineering Services Committee December 11,2018 28. Approved Supplement Construction Contract to E.R.Snell Contractor,Inc.in the amount of$662,103.45 for completing needed supplemental Drainage Improvements In conjunction with Transportation Investment Act (TIA)Project,Marks Church Road&Drainage Improvement project-Phase II as requested by AED. Bid#16-261 (Approved by Engineering Services Committee December 11,2018) If you have any questions,please contact me. Yours truly 01 a nice Allen Jackson dministrator 12-18-18: #26,#27,#28 cc: Donna Williams,Finance Geri Sams,Procurement t 1 l 1 N 1 ,