Loading...
HomeMy WebLinkAboutBEAMS CONSTRACTING BUNGALOW ROAD IMPROVEMENTS Invitation To Bid Sealed bids will be received at this office until 3:00 p.m., Wednesday, April 18, 2007. Bid Item #07-117 Bungalow Road Improvements for Augusta Engineering Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams ProcurementI>epartment 530 Greene Street - Room 605 Augusta, Georgia 30911 706-821-2422 Bid documents may be examined at the office of the Augusta, GA Procurement I>epartment, 530 Greene Street- Room 605, Augusta, GA 30911. Plans and specifications for the project can be made available upon request to Augusta Blue Print. The fees for the plans and specifications which are non-refundable is $150.00 I>ocuments may also be examined during regular business hours at the Augusta Builders Exchange, 1262 Merry Street, Augusta, GA 30904; F. W. I>odgePlan Room, 1281 BroadStreet, Augusta, GA 30901. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy, the Owner is providing the opportunity to view plans online (www.augustablue.com) at no charge through Augusta Blueprint (706-722-6488) beginning Thursday, March 8, 2007. Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the successful completion of the project. Bidders are cautioned that sequestration of documents through any other source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory Pre-Bid Conference will be held on Friday, March 30, 2007 @ 10:00 a.m. in Room 605 of the Procurement Department. All questions must be submitted in writing to the office of the Procurement Department by fax at 706-821-2811 or by mail. No bid will be accepted byrax, aU must be received by mail or hand delivered. The last day to submit questions is Tuesday, April 3 2, 2007 by 4:00 p.m. It is the wish of the Owner that minority businesses are given the opportunity to submit on the various parts of the work. This desire on the part of the Owner is not intended to restrict or limit competitive bidding or to increase the cost of the work. The Owner supports a healthy free market system that seeks to include responsible businesses and provide ample opportunity for business growth and development. No Bid may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10% Bid bond is required to be submitted in a separate envelope so marked along with the bidders' qualifications; a 100% performance bond and a 100% payment bond will be required for award. Bidders will please note that the number of copies requested; all supporting documents including financial statements and references and such other attachments. that may be required by the bid are material conditions of the package. Any package found incomplete or submitted late shall be rejected by the Procurement Office. Any bidder allegedly contending that he/she has been improperly disqualified from bidding due to an incomplete bid submission shall have the right to appeal to the appropriate committee of the Augusta Commission. Please mark Bid number on the outside of the envelope. GERI A. SAMS, Procurement I>irector Publish: Augusta Chronicle Augusta Focus March 8, 15, 22, 29, 2007 March 15,2007 cc: Tameka Allen Abie Ladson Tony Williams Interim I>eputy Administrator Augusta Engineering Augusta Engineering ~ A EMPLOYEE CONFLICT OF INTEREST: It shall be unethical for any City of Augusta business or participant directly or indirectly in a procurement contract when the employee or official knows that: (a) the employee or official or any member of the employee's or official's immediate family has a substantial interest or [mancial interest pertaining to the procurement contract, except that the purchase of goods and services from businesses which a member of the Commission or other City of Augusta employee has a financial interest is authorized as per a.c.G.A. 36-1-14, or the procurement contract is awarded pursuant to O.C.G.A. 45-10-22 and 45-10-24, or the transaction is excepted from said restrictions by O.C.G.A. 45-10-25; (b) Any other person, business, or organization with whom the employee or official of any member of an employee's or officials immediate family is negotiating or has an arrangement concerning prospective employment is involved in the procurement contract. Any employee or official or any member of an employee's or official immediate family who holds a substantial interest or [mancial interest in a disclosed blind trust shall not be deemed to have a conflict of interest with regard to matters pertaining to that substantial interest or financial interest. I, (vendor) :R~ CL:>J.r12J..C1--rIAJ6.~ . information J have read and understand the contained in the bid specifications. Vendor Name: ~ /I~n"-:rJN~ .-n.JL_ , Address: Z-33oS A-h.~1!.- P __.....1 ~_~l. ~J~~ 15L. , City & State: ':K~J.. :::US-l-..,J oS ~ Zq.l?&qz.- / P''j4.J:,/ oS2-'.",=- Signature: / ~ Fax # (~) .&Z.1~/1J.d:.$. Date: -o/Z~7 Ii , .. Bid Item Number and Name: ;f'07"'lj~ "fi..UJJLJ.d.1 i1W 12A4DIMPR~ THIS FROM MUST BE SUBMITTED WITH BID PACKAGE. NO EXCEPTlON(S) WILL BE GRANTED .'\,. . P'I) ~. ,~ '.~~i>.1. ~_~:!..' ~~/. f - l'" ('/l t J f <, ~ '-~, \~i~ '~~J tJ ~ ~~j ,,.,. ~'" -. i Y:I 2 SEALED BIDS SELECTION METHOD A method for submitting a bid to perform work on a proposed contract. In general, each party interested submits a bid in a sealed envelope, and all such bids are opened at the same time and the most favorable responsible bid is accepted. All bid responses will be retained as property of Augusta-Richmond County. Conditions for use. All contracts of Augusta-Richmond County shall be awarded by competitive sealed bidding except as otherwise provided elsewhere in this article (see ~ 1-10-45 - Sealed Proposals; 1-10-46 - Professional Services; 1-10-47 - Quotations; 1-10-49 - Sole Source Procurement; and 1-10-50 - Emergency Procurements, of this chapter). Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. Pre-bid conference and addendum. A conference to be conducted by the Procurement Director and using agency head, if appropriate, hearing will be scheduled at least five (5) working days before receipt of bids. While the pre-bid conference is not a requirement, it is strongly recommended and widely used to further acquaint interested bidders with the bid requirements and items to be purchased and vendor input. Any substantive changes to specifications resulting from the pre-bid conference or other vendor/contractor sessions shall be documented in an addendum and communicated to all bidders registered for the procurement action. Bid opening. Sealed Bids shall be opened publicly in the presence of one or more witnesses at the time and place designated in the public notice and invitation for bids. The amount of each bid, and such other relevant information as the Procurement Director deems appropriate, together with the name of each bidder shall be recorded; the record and each bid shall be open to public inspection in accordance with ~ 1-10-5 (public Access to Procurement Information). Bid acceptance and bid evaluation. Provided that the bids are delivered to the Procurement Director at the time, place, and under the conditions contained in the Invitation for Bids, the bids shall be conditionally accepted without alteration or correction pending evaluation. Bids shall be evaluated based on the requirements set forth in the invitation for bids, which may include bidder responsiveness, capability and past performance, and criteria to determine acceptability such as inspection, testing, quality workmanship, delivery, and suitability for a particular purpose. Those criteria that will affect the bid price and be considered in evaluation for award shall be objective and clearly measurable, including but not limited to discounts, transportation costs, and total or life cycle costs. The main advantage of using life-cycle costing is that both initial costs and related costs for the life of the item are considered. When the criterion for awarding the contract is based on lowest responsive bidder, it may mean that the contract specifications are just minimally complied with. Selecting of the lowest bidder could result in a higher incidence of maintenance, and down- time could eat up any savings made if the Procurement process considers only the initial cost. Under no circumstance will any bid be accepted by fax or emaiI. All bids must be labeled and received in the Procurement office by the due date and time. There will be no exceptions made for any late. lost by the post office or express carrier. or misdirected submittals. Please be aware that vendors shall be removed from the vendor list for the following reasons: (1) Declining to offer bids for the period of time listed in specifications. (2) Suspension for the following shall not be for less than three (3) months or more than three (3) years: (a) Failing to satisfactorily meet terms, agreements, or contracts made with the Procurement department or the using agency. (b) Being convicted of criminal offenses in obtaining contracts or convicted of embezzlement, violation of state or federal anti-trust statutes, or any other crime which indicates a lack of business integrity or honesty. 3 (c) Violating contract provisions or failing to perform without good cause or any other cause which the Procurement Director deems to be so serious as to affect the responsibility of a contractor, including disbarment or suspension from a vendor list by another government entity. PREFERENCE FOR LOCAL SUPPLIERS AND CONTRACTORS (a) Augusta encourages the use of local suppliers of goods, services and construction products whenever possible. Augusta also vigorously supports the advantages of an open competitive market place. Nothing in this Section shall be interpreted to mean that the City Administrator or Purchasing Director is restricted in any way from seeking formal bids or proposals from outside the Augusta market area. (b) When the quotation or informal bids selection method is used by the Purchasing Director or using agency head to seek firms to quote on Augusta commodity, service and construction products, local firms should be contacted, if possible, first. Then if the Purchasing Director or using agency head believes that there may not be at least three qualified informal bidders, quotes shall be sought from outside the Augusta market area. (c) In the event of a tie of bid (see 1-10-43 (h)), when all other factors are equal, the City Administrator is encouraged to select the bid from within the local market area. The City Administrator shall retain the flexibility to make the award of contract to a bidder outside of the local market area if evidence supports collusive bidding in favor of a local source. (d) The local vendor preference policy shall be applied when the lowest local bidder is within 5% or $10,000, whichever is less, of the lowest non-local bidder. The lowest local bidder will be allowed to match the bid of the lowest non-local bidder; if matched, the lowest local bidder will be awarded the contract. For purposes of this section, "local bidder" shall mean a business which: 1) Has had a fixed office or distribution point located in and having a street address within Augusta for at least six (6) months immediately prior to the issuance of the request for competitive bids or request for proposals by Augusta; and 2) Holds any business license required by the Augusta-Richmond County Code and 3) Employs at least one (1) full time employee, or two (2) part time employees whose primary residence is in Augusta, or if the business has no employees, the business shall be at least fifty percent (50%) owned by one or more persons whose primary residence is in Augusta. (e) The Purchasing Director shall develop a program to routinely search out local firms that offer products or services which Augusta may purchase and encourage such firms to place themselves on the bidder's list. (f) The Purchasing Director shall work closely with Augusta's Disadvantaged Business Enterprise Program (see Article 7) in an effort to place such qualified firms on the approved list and their products on the qualified products list. (g) Nothing in this section shall be interpreted to mean that the City Administrator may abrogate the provisions of 0 .C.G .A. 36-10-1 through 36-10-5, Public Works Contracts. This provision of the State Code requires that all County public works contracts of $20,000 or more as defined therein, be publicly advertised before letting out the contract to the lowest bidder. Further, nothing in this section shall be interpreted to mean the City Administrator may abrogate the provisions of the Augusta-Richmond County Code requiring public advertising before letting certain contracts." Section 2. This Ordinance shall become effective upon adoption. All Ordinances or parts of Ordinances in conflict with this Ordinance are hereby repealed. Section 3. Section 4. If any section, provision, or clause of any part of this Ordinance be declared invalid or unconstitutional, or if the provisions of any part of this Ordinance as applied to any particular situation or set of circumstances be declared invalid or unconstitutional, such invalidity shall not be construed to affect portions of this Ordinance not so held to be invalid, or the application of this Ordinance to other circumstances not so held to be invalid. It is hereby declared as the intent that this Ordinance would have been adopted had such invalid portion not be included herein. 4 BACKGROUND INFORMATION ON VENDORS. The Department Head and/or the Administrator is directed to provide the bid amount as submitted, information concerning the vendor's previous performance, the service and quality of the products offered, the availability of the goods and services when needed, adherence to delivery schedules, and other criteria pertinent to that particular item, on vendors who have submitted bids, proposals, or contracts for the Commission's consideration. The information is to be included in the backup documents for the Commission's consideration in awarding the contract. INSPECTION OF PURCHASES. The Procurement agent in conjunction with the using agency or department head shall inspect, or supervise the inspection of, all deliveries of materials, supplies or contractual services to determine their conformance with the specifications set forth in the pertinent purchase order or contract. The Procurement agent may require chemical and physical tests of samples submitted with bids and samples of deliveries, which examinations are necessary to determine quality of the samples and conformance with specifications. Letting the contract. The contract shall be awarded or let in accordance with procedures set forth herein. A ward shall occur with reasonable promptness by appropriate written notice to the lowest responsible and responsive bidder whose bid meets the requirements and criteria set forth in the invitation for bids. ill addition to price and other material factors, the Procurement Director, in consultation with the using agency, shall consider the following in the context of award recommendations: (1) The ability, capacity, and skill of the bidder to perform, the contract or provide the services required, (2) The capability of the bidder to perform the contract or provide the service promptly, or within the time specified, without delay or interference, (3) The character, integrity, reputation, judgment, experience, and efficiency of the bidder, (4) The quality of performance on previous contracts, (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract or services, (6) The sufficiency of the financial resources of the bidder relating to his ability to perform the contract, (7) The quality, availability, and adaptability of the supplies or services to the particular use required, (8) The number and scope of conditions attached to the bid by the bidder, and (9) Service availability may be considered in determining the most responsible bid, and the bidders shall be required to submit information concerning their ability to service and maintain the product of the equipment. Award to other than low bidder. When the award is not given to the lowest bidder, a full and complete statement of the reasons for placing the purchase order or other contract elsewhere shall be prepared and signed by the Procurement Director and/or Administrator and made part of the record file for audit proposes. It is the wish of the Owner that minority businesses are given the opportunity to BID on the various parts of the work. This desire on the part of the Owner is not intended to restrict or limit competitive bidding or to increase the cost of the work. The Owner supports a healthy free market system that seeks to include responsible businesses and provide ample opportunity for business growth and development. 5 {!.O/-I,;:'t..Jd c; r .:IJI/-r~T Invitation To Bid Sealed bids will be received at this office until 3:00 p.m., Wednesday, April 18, 2007, Bid Item #07-117 - Bids will be received by Augusta, GA Commission hereinafter refelTed to as the OWNER at the offices of: ~ Geri A. Sams ~,,~~6'e . Procurement Department 1. d"O ()OO 530 Greene Street - Room 605 Jt I Augusta, Georgia 30911 706-821-2422 Bid documents may be examined at the office of the Augusta, GA Procurement Depaliment, 530 Greene Street - Room 605, Augusta, GA 30911. Plans and specifications f'or the project can be made available upon request to Augusta Blue Print. The fees for the plans and specifications which are non-refundable is $150.00 Documents may also be examined during regular business hours at the Augusta Builders Exchange, 1262 Merry Street, Augusta, GA 30904; F. W. Dodge Plan Room, 1281 Broad Street, Augusta, GA 30901. It is the wishofthe Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy, the Owner is providing the opportunity to view plans online (www.augustablue.com) at no charge through Augusta Blueprint (706-722-6488) beginning Thursday, March 8, 2007. 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 coordinatiOll with other work that is material to the successful completion of the project. Bidders are cautioned that sequestration of documents through any other source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory Pre-Bid Conference wiII be held on Friday, March 30, 2007 @ 10:00 a.m. in Room 605 of the Procurement Department. All questions must be submitted in writing to the office of the Procurement Department by fax at 706-821-2811 or by mail. No bid will be accepted by fax, all must be received by mail or hand delivered. The last dav to submit questions is Tuesday, April 3 2, 2007 by 4:00 p.m. . . r.,.._, -'" ."--h'.',~ .-4.....>,.~. '~'''''''. It is the wish of the Owner that minority businesses are given the opportunity to submit on the various paJis of the work. This desire on the pmi of the Owner is not intended to restrict or limit competitive bidding or to increase the cost of the work. The Owner supports a healthy free market system that seeks to include responsible businesses and provide ample oppOliunity for business growth and development. No Bid may be withdrawn for a period of60 days !lfter #rp.e,4asb~etJ,<;'llled orit):\e.gateof opening. A 10% Bid bond is ~ required to be submitted in a separate envelope so marked along with the bidders' qualifications; a 100% performance bond and a 100% p~ym~l)t ~?n~wi!lbe, requir~d for awat:d., Bidders will please note that the number of copies requested; all supporting documents including financial statements and references and such other attachments that ma}' be required by the bid are rnaterial conditions of the package. Any package found incomplete or submitted late shall be rejected by the Procurement Office. Any bidder allegedly contending that he/shebl!s, b.ee{l improperl)' disqualified fi'om bidding due,to an inCOJTIpJete bid submission shall have the right to appeal to the appropriatecOlrunittee ofthe Augusta Commission. Please mark Bid number on the outside ofthe envelope. GERI A. SAMS, Procuremept Director Publish: Augusta Chronicle Augusta Focus ...... ,."" -:." \.'" ~ "-,' March 8, 15,22,29,2007 March 15,2007 cc: Tameka Allen Abie Ladson Tony Williams Interim Deputy Administrator Augusta Engineering Augusta Engineering OFFICIAL BID DOCUMEf~T ~~:;UF;:;;:J~~ Set # d" .~ A Certification Statement Local Vendor Preference I certify that my company meets all of the following qualifications to be eligible for the local vendor preference: (1) That my company has a fixed office or dismbution point located in and having a street address within Augusta for at least six (6) months immediately prior to the issuance of the request for competitive bids or request for proposals by Augusta; and (2) That my company holds any business license required by the Augusta Richmond County Code for at least 6 months (3) That my company emp1eys at least one (1) full time employee, or two (2) part time employees wboseprimary residence is in Augusta, or if the business has no employees, the business shall be at least fifty percent (50%) owned by one or more persons whose primary residence is in Augusta. (4) Attached is a copy of my Augusta Business License. CompanyName: ~ "~':r"J/U1J.. -TJJC. J Address: 2.~S A-I-D.-.',,~ iZc......J :J;..,.JIOL'J... '::r.<lA..-J.. 5~ Znr? ; Business License Number2t:o?/tOoJ?Sle>) ~,t!.c.t:JOe.. Z3411 . Phone Number: ~3-J!,2.:>~oJ.3'" Fax Number: .1Sta:S-S5l.')-J&-& ;i:,:Nmn;zti;/L.~~/~ ;~A6.Z~,~~ Sworn to before me this a~ day of ~ CLM. , 20 tYl () Notary Public for the S~f 6 c.. My Commission Expires Notary Public Signature y~ LC' ~ l"t- h. 0.. ~ I I J C'l printedName:U.~{'\uc- \-.. ~{,~\A.,("~ ~~A~ :Ji~9 e6ffim~'~" . . .. Or.toood ~. ~ .!. tl VENDOR DO NOT COMPLETE II To be completed by Authorized City Representative from Business License & Inspection Department: Vendor Certified: I>ate: Authorized Signature This form MUST be submitted with bid package. NO Exception(s) will be granted 3 ~ ~{l$(fjneJlt Q2f'rjxutmeJU 91ti' fjfJ'J.'f. r;?IO/lJuJ, {5jJj'mer.04< ADDENDUM TO: FROM: DATE: All Bidders Geri A. Sarns ~ May 7, 2007 ADDENDUM #4 Bid Item #07 -117 Bungalow Road Improvements New Bid Date: Friday, May 25, 2007 @ 11 :00 a.m. SUBJ: This fax is to notify all potential bidders that the bid opening date for BID ITEM #07-117 Bungalow Road Improvements has been changed. From: Friday, May 11,2007 @ 11:00 a.m. To: Friday, May 25, 2007 @ 11:00 a.m. This addendum is applicable only to persons that attended the Mandatory Pre-Bid Conference and. acquired an official set of plans and specifications from Augusta Blue Print. Additional information concerning Addendum 5 is being mailed certified return receipt. You should acknowledge receipt of: Addendum One - Changing the Bid Opening Date t Addendum Two - Changing the Bid Opening Date Addendum Three - Change in drawings, Revised Bid Proposal Sheet Addendum Four - Changing the Bid Opening Date Addendum Five - Change in the Bid Proposal Sheet, Augusta Utilities Department Water System Project - Measurement and Payment Please acknowledge receipt of addendum in your bid package. If you have any questions regarding this correspondence, please contact me at (706) 821-2422. cc: Tameka Allen Abie Ladson Robert Oliver Interim I>eputy Administrator Engineering I>epartment Engineering I>epartment Room 605 - 530 Greene Street, Augusta, Georgia 30911 (706) 821-2422 - Fax (706) 821-2811 www.au~l!"a.\tov Register at www.demandstar.com/supplier for automatic bid notification ~ ff?l5'n;.e{f/j((jjJU7llt {5]F1)(vmm.ent 9Ui:' (ge,,' r;lICMJ"bJ, [j}j;'mct.<J4e ADDENDUM TO: FROM: DATE: :::~:s 44{~ May 7, 2007 ADDENDUM #5 Bid Item #07-117 Bungalow Road hnprovements New Bid Date: Friday, May 25,2007 @ 11:00 a.m. SUBJ: This addendum is applicable only to persons that attended the Mandatory Pre-Bid Conference and acquired an official set of plans and specifications from Augusta Blue Print. Attached is a revised Section P Proposal and the Augusta Utilities Department Water System Project - Measurement and Payment information. Please acknowledge receipt of addendum in your bid package. If you have any questions regarding this correspondence, please contact me at (706) 821-2422. cc: Tameka Allen Abie Ladson Robert Oliver Interim I>eputy Administrator Engineering I>epartment Engineering I>epartment Room 605 - 530 Greene Street, Augusta, Georgia 30911 (706) 821-2422 - Fax (706) 821-2811 www.aulffistae:a.e:ov Register at www.demandstar.com/slWJllierfor automatic bid notification SECTIQN P PROPOSAL Date: Gentlemen: In compliance with your invitation for bids dated , 2007, 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: BUNGALOW ROAD IMPROVEMENTS PROJECT NUMBER: 323-04-299823595 In strict accordance with the Contract Documents and in consideration of the amounts shown on the Bid Schedule attached hereto and totaling: DOLLARS ($ , ) 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 the work within 350 calendar days. The undersigned acknowledges receipt of the following addenda: Addendum Number: Addendum Date: Respectfully submitted: (N ame of Firm) (Business Address) By: Title: P -1 BUNGALOW ROAD IMPROVEMENTS PROJECT NUMBER: 323-04-299823595 001-1000 FORCE ACCOUNT LS 150-1000 TRAFFIC CONTROL LS 157-1001 CONSTUCTION STAKING LS 163-0232 TEMPORARY GRASSING AC 3.5 CONST, MAINT & REMOVE BALED STRAW EROSION 163-2051 CHECK LF 3600 167-1000 WATER QUALITY MONITORING AND SAMPLING EA 2 171-0010 LF 7000 207-0203 FOUNDATION BACKFILL, TP 2 CY 750 210-0100 GRADING COMPLETE LS 230-1 000 LUMP SUM CONSTRUCTION LS 310-1101 GRADED AGGREGATE BASE COURSE, INCL MATL TN 1400 318-3000 AGGREGATE SURFACE COURSE TN 600 * RECYCLED ASPH CONC LEVELING, INCL BITUM MATL 402-1812 & H LIME TN 3700 * RECYCLED ASPH CONC 25 MM SUPERPAVE, GP 1 OR 402-3121 2 INCL BITUM MATL & H LIME TN 750 * RECYLED ASPH CONC 12.5MM SUPERPAVE, GP 2 402-3130 ONLY, INCL BITUM MATL & H LIME TN 1230 * RECYCLED ASPH CONC 9.5MM SUPERPAVE, GP 2 402-3131 ONLY, INCL BITUM MATL & H LIME TN 120 413-1000 * BITUM TACK COAT GL 531 441-0016 . DRIVEWAY COCRETE, 61N THICK SY 1500 441-0104 CONC SIDEWALK, 41N SY 3100 441-0214 REINF CONCRETE DITCH PAVING, 41N,INCL REINF STEEL SY 150 441-4020 CONC VALLEY GUTTER, 61N SY 2100 441-6022 CONC CURB & GUTTER, 6 IN X 30 IN, TP 2 LF 8400 P-2 "'-P" --"~-"'-"- "', ----',,"" p-" -.,', ,- -. ,'. , ' n ,,,_. -----" ,,,,, ---, ','- _____I If. .' ,', o'; -: - :, - I l tRler -'- . , I, , ~.' fi..l~'lf[i,@~J ':" :mfgslc)ip'i'[9~} ': lRrnK~',' 'ijTr : '~lJ~? 2il\10,tlfI ~~~-- _~-'-'_~_~c~_,__ ._~_-"_~_d~~~~~"""~_~_ _ ~ ~__~~ _~ ~~~~_'---""-__ ~__~ ~ _ '"-C _~__ _ ~ ~ ____ "_~._ _ ~__ _~__ 500-3101 CLASS "A" CONCRETE (CONCRETE ENCASEMENT) CY 20 500-3200 CLASS "B" CONCRETE (CONCRETE STEPS) CY 10 500-3800 CLASS "A" CONCRETE, INCL REINF STEEL CY 19 500-9999 CLASS "B" CONCRETE BASE & PAVEMENT WIDENING CY 300 STORM DRAIN PIPE, 8 IN, H 1 -10 (YARD DRAINS, PVC 550-1080 PIPE) LF 800 STORM DRAIN PIPE, 10 IN, H 1 - 10 (YARD DRAINS, PVC 550-1100 PIPE) LF 900 STORM DRAIN PIPE, 151N, H 1 -10 (YARD DRAINS, PVC 550-1150 PIPE) LF 800 550-1151 STORM DRAIN PIPE, 151N, H 1 -10 (RC.P.) LF 35 . 550-1152 STORM DRAIN PIPE, 15 IN, H 1 -10 DUCTILE IRON LF 22 550-1180 STORM DRAIN PIPE, 18 IN, H 1 - 10 IRC.P.) LF 1625 550-1181 STORM DRAIN PIPE, 18 IN, H 1 -10 DUCTILE IRON LF 1300 550-1240 STORM DRAIN PIPE, 24 IN, H 1 -10 (RC.P.) LF 325 550-1241 STORM DRAIN PIPE, 241N, H 1 -10 DUCTILE IRON LF 450 550-1300 STORM DRAIN PIPE, 30 IN, H 1 -10 (R.C.P.) LF 400 550-1360 STORM DRAIN PIPE, 36 IN, H 1 - 10 (R.C.P.) LF 850 550-1420 STORM DRAIN PIPE, 42 IN, H 1 -10 (IR.C.P.) LF 475 550-1421 STORM DRAIN PIPE, 42 IN, H 1 -10 DUCTILE IRON LF 175 550-3000 ELLIPTICAL PIPE -191N X 30 IN LF 80 550-3001 ELLIPTICAL PIPE - 24 IN X 38 IN LF 50 550-3318 SAFETY END SECTION 181N, 4:1 SLOPE EA 2 550-4218 FLARD END SECTION, 18 IN, STORM DRAIN EA 1 603-1018 STONE PLAIN RIP-RAP, 181N SY 250 603-7000 PLASTIC FILLTER FABRIC 8Y 250 610-0200 REM CH LK FENCE, ALL SIZES & TYPES LF 1425 P-3 n:, ,--,-~- ,co "~'r":'O<---' m_'._..._~.:"O'"o<'__'o< <0'. '0'0' 'CO" . ,'- __0<' "~. . ,,_ . ;' " ',: ....., 0< :'. f{~'''~ " ~~ Ii>; ~, c -,;[, r 1; 'lPIf( I :;'" t:".~;\lf?~f,31i]' 1[' " " ", , @~~;]~IUg)IJ' ~ ~ \~If!~ ~l ~8'f'f / 'Pfilful,~ ;~11((1:lJ: 610-0220 REM WOOD FENCE LF 400 610-0240 REM WROUGHT IRON FENCE LF 100 610-4980 REM WOOD PLANTER EA 1 610-4981 REM BRICK PLANTER EA 1 611-3000 RECONSTRUCT CATCH BASIN, GP 1 EA 1 611-4890 RESET WROUGHT IRON FENCE LF 100 611-4892 RECONSTRUCT WOOD PLANTER EA 1 611-4893 RECONSTRUCT BRICK PLANTER EA 1 611-5029 RESET CH LK FENCE, ALL SIZES & TYPES EA 1425 611-5030 RESET WOOD FENCE EA 400 611-8050 ADJUST MANHOLE TO GRADE EA 5 611-8055 ADJUST MINOR STRUCTURE TO GRADE EA 3 611-8120 ADJUST WATER METER BOX TO GRADE EA 30 611-8140 ADJUST WATER VALVE BOX TO GRADE EA 20 611-9000 CAPPING MINOR STRUCTURES EA 2 . 636-1031 HIGHWAY SIGNS, TP 1 MATL, REF SHEETING TP 6 SF 150 636-1 032 HIGHWAY SIGNS, TP 2, MATL, REF SHEETING TP 6 SF 51 636-2070 GAL V STEEL POSTS, TP 7 LF 230 647-1000 TRAFFIC SIGNAL, INSTALLATION NO.1 LS 1 653-0120 THERMOPLASTIC PVMT MARKING, ARROW, TP 2 EA 8 653-1501 THERMOPLASTIC SOLID TRAF STRIPE, 5 IN, WHITE LF 400 653-1502 THERMOPLASTIC SOLID TRAF STRIPE, 5 IN, YELLOW LF 8300 653-1704 THERMOPLASTIC SOLID TRAF STRIPE, 24 IN, WHITE LF 450 653-1804 THERMOPLASTIC SOLID TRAF STRIPE, 8 IN, WHITE LF 3800 P-4 "" "~" '''"'''"-', . 1'" - .....-... _m"", ."" -" .. -'-'", '- ,-. ,. _ .. """' " " .-.., - "", " - ,m". >;, ',," , r, i[ ~n~T\.7.., , ~ . ~ . ~ v ..';hJl! ~ -" , ~ ~, ~JfliIDooil 'r' , ]J~fI~n~lfJml ~ mwj'S~[ '0Wl' JI. :~;119},,' Ji1~l,~ 653-6006 THERMOPLASTIC TRAF STRIPING, YELLOW SY 550 654-1001 RAISED PAVEMENT MARKERS, TP 1 EA 200 654-1 003 RAISED PAVEMENT, MARKERS TP 3 EA 6 660-0806 SAN. SEWER PIPE, 6 IN, DUCTILE IRON LF 40 668-1100 CATCH BASIN, GP 1 EA 50 668-1110 CATCH BASIN, GP 1, ADDL DEPTH LF 5 668-1200 CATCH BASIN, GP 2 E 4 668-1205 CATCH BASIN, SPECIAL DESIGN (STRUCTURE A 12) EA 1 668-1210 CATCH BASIN, GP 2, ADDL DEPT LF 1 668-2100 DROP INLET, GP 1 EA 3 668-4300 STORM SEWER MANHOLE, TP 1 EA 8 668-4400 STORM SETWER, MANHOLE, TP 2 EA 1 668-5005 JUNCTION BOX, SPECIAL DESIGN (STRUCTURE A 13) EA 1 668-5006 JUNCTION BOX, SPECIAL DESIGN (STRUCTURE A17) EA 1 668-7015 DRAIN INLET, 151N (YARD DRAIN) (BOX TYPE) EA 85 670-9730 RELOCATE EXIST WATER METER, INCL BOX EA 20 670-9920 REMOVE EXIST FIRE HYDRANT EA 3 700-6910 GRASSING COMPLETE (3.5 AC) LS 1 P-5 P-6 15" DIAMETER PVC SANITARY SEWER PIPE SDR 35, DEPTH 0' TO 6', S-lO INCLUDING TYPE II NO. 67 STONE BEDDING MATERIAL LF 2600 16" DIAMETER DUCTILE IRON SANITARY SEWER PIPE CLASS 350, DEPTH 0' TO 6', COATED WITH PROTECTO 401, INCLUDING TYPE II S-9E NO. 67 STONE BEDDING MATERIAL LF 82 PRE-CAST SANITARY MANHOLE, GA DOT STD 1011 A, TYPE 1, DEPTH S - 20A 0' TO 6' 48" DIAMETER EA 15 ADDITIONAL SANITARY MANHOLE DEPTH, TYPE 1, DEPTH CLASS 1, S-21A 48" DIAMETER VF 30 S-30 6" SANITARY SEWER SERVICE, LONG SIDE, COMPLETE EA 35 S-30 6" SANITARY SEWER SERVICE, SHORT SIDE, COMPLETE EA 35 6" DIAMETER DUCTILE IRON WATER TRANSMISSION MAIN CLASS W-2A 350, STANDARD JblNT LF 550 W-6 MISCELLANEOUS PIPE FITTIING AND CONNECTIONS LB 1000 6" DIAMETER TRANSITION COUPLINGS (6" HYMAX COUPLING OR W-7 EQUIVALENT EA 2 FIRE HYDRANT, INSTALLED COMPLETE WITH VALVE, LEAD PIPE, W-8 JOINT RESTRAINT, AND BLOCKING EA 6"IN - LINE GATE VALVE, INCLUDING VALVE BOX, INSTALLED, W-10A COMPLETE OPEN LEFT EA 20 W-13 6" TAPPING SLEEVE, VALVE, VALVE BOX, COMPLETE EA W-13 12" TAPPING SLEEVE, VALVE, VALVE BOX, COMPLETE EA NEW6" LONG SIDE WATER SERVICE, INSTALLED, INCLUDING RE- W-15 CONNECTION, COMPLETE EA 4 NEW 6" SHORT SIDE WATER SERVICE, INSTALLED, INCLUDING RE- W~16 CONNECTION, COMPLETE EA 4 W-18 TIE - IN TO EXISTING LINE EA 6" DIAMETER DUCTILE IRON WATER TRANSMISSION MAIN CLASS W-2A 350, STANDARD JOINT LF 4050 JACK AND BORE 12" DIAMETER STEEL CASING, MINIMUM WALL THICKNESS 0.25 INCH, WITH 6" DIAMETER RESTRAINED JOINTDUCTILE IRON CARRIER PIPE, END SEALS, CALSS 350 W-4 INCLUDED LF 50 W-6 MISCELLANEOUS PIPE FITTINGS AND CONNECTIONS LB 4200 6" DIAMETER TRANSITION COUPLINGS (6" HYMAX COUPLING OR W-7 EQUIVALENT EA 2 FIRE HYDRANT, INSTALLED COMPLETE WITH VALVE, LEAD PIPE, W-8 JOINT RESTRAINT, AND BLOCKING EA 4 6" IN-LINE GATE VALVE, INCLUDING VALVE BOX, INSTALLED, W-10A COMPLETE, OPEN RIGHT/LEFT EA 10 W-13 6" TAPPING SLEEVE, VALVE, VALVE BOX, COMPLETE EA NEW 6" LONG SIDE WATER SERVICE, INSTALLED, INCLUDING RE- W-15 CONNECTION, COMPLETE EA 29 NEW 6" SHORT SIDE WATER SERVICE, INSTALLED, INCLUDING W-16 RE-CONNECTION, COMPLETE EA 36 W-18 TIE - IN TO EXISTING LINE EA 7 P-7 REVISED MARCH 19, 2004 AUGUSTA UTILITIES DEPARTMENT WATER SYSTEM PROJECT - MEASUREMENT AND PAYMENT WATER MAIN ITEMS W-IA through W-3T - All piping line items shall be measured in linear feet and shall include costs for piping and installation, trench excavation, trench box, dewatering, asphalt cutting, normal joints and gaskets, normal backfill, pressure and leakage testing, pipe sterilization, bacteriological testing, and flushing. No additional payment shall be made for these items. ITEM W -4 - Jack and bore line items shall be measured in linear feet and shall include costs for casing piping, carrier piping, and installation, blasting, asphalt cutting, restrained joints and gaskets, end seals, and normal backfill. No additional payment shall be made for these items. ITEM W -5 - Select backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. The volume of material included shall be the actual measured "in-place" volume. The maxirrium trench width used to calculate the volume will be 7 feet. No additional payment shall be made for these items. ITEM W-6 - Miscellaneous pipe fittings and connections shall be measured in pounds and include costs for all fittings and installation including normal joints and gaskets, mechanical joint restraint, etc., regardless of material. No additional payment shall be made for these items. . ITEM W-7 - Transition couplings shall be measured individually (each) and shall include costs for couplings, soil surface preparation, connection to water main, excavation, asphalt/ concrete cutting, installation, normal backfill, and testing. No additional payment shall be made for these items. ITEM W-8 - Fire hydrants shall be measured individually (each) and shall include costs for hydrants, soil surface preparation, connection to water main, all associated valves and fittings, concrete pad (if required), excavation, asphalt/ concrete cutting, installation, normal backfill, and testing. No additional payment shall be made for these items. ITEMS W-9A through W-12 - All valve line items shall be measured individually (each) and shall include costs for valves, valve boxes/vaults, manholes, valve extensions, excavation, dewatering, asphalt/ concrete cutting, all associated fittings, installation, normal backfill, and testing. No additional payment shall be made for these items. WATER MEASURE PMT 04 0319 10F4 REVISED MARCH 19,2004 ITEM W-13 - Tapping sleeve and valves shall be measured individually (each) and shall include costs for sleeve, valve, associated hardware, valve boxes, temporary plugging/ draining of pipeline, excavation, dewatering, asphalt/concrete cutting, installation, normal backfill, and testing. No additional payment shall be made for these items. ITEM W-14 - Check valves and vaults shall be measured individually (each) and shall include costs for valves, valve boxes/vaults, manholes, valve extensions, excavation, dewatering, asphalt/concrete cutting, all associated pipe and fittings, installation, normal backfill, and testing. No additional payment shall be made for these items. ITEM W-15 through W-16- Long and short side water service connections shall be measured individually (each) and shall include costs for piping, water meter connection, dewatering, asphalt/concrete cutting (including service markings), installation, normal backfill, and property restoration. This line item shall include the cost of reconnection of any existing services, if required. No additional payment shall be made for these items. ITEM W-17 - Polyethylene pipe wrap shall be measured in linear feet and shall include costs for pipe wrap materials and installation. No additional payment shall be made for these items. ITEM W-18 - Tie-ins to existing lines shall be measured individually (each) and shall include costs for piping, dewatering, asphalt/ concrete cutting, installation, normal backfill, and property restoration. No additional payment shall be made for these items. ITEM W-19 - All cut-in gate valves shall be measured individually (each) and shall include costs for valves, valve boxes/vaults, manholes, valve extensions, excavation, dewatering, asphalt/ concrete cutting, all associated fittings, installation, normal backfill, and testing. No additional payment shall be made for this item. ITEM W-20 - Cut and plug existing water line shall be measured individually and shall include all costs associated with cutting into an existing line and plugging it as detailed in the plans and specifications. No additional payment shall be made for this item. ITEM W -21 - Miscellaneous concrete shall be measured in cubic yards and shall include costs for concrete, installation, excavation, dewatering, soil stabilization, pipe stabilization, asphalt cutting, and normal backfill. No additional payment shall be made for these items. PAVEMENT STRUCTURES ITEM P-1 - Asphalt overlay shall be measured in square yards and shall include costs for asphalt materials and installation, temporary striping and permanent striping (replaced in kind), and markers (both temporary and permanent). No additional payment shall be made for these items. ITEM P-2 - Aggregate base (10 ~/I thick) and asphalt patch (2 ~/I thick) shall be measured in square yards and shall include costs for all aggregates (regardless of type), 2 ~ /I graded aggregate base removal and disposal, bituminous tack coat, asphalt, installation, excavation, striping (both temporary and permanent), and markers (both temporary and permanent). The square yardage calculation shall be based upon a standard width of seven (7) feet for payment purposes. No additional payment shall be made for these items. WATER MEASURE PMT040319 2 OF 4 REVISED MARCH 19. 2004 ITEM P-3 - Asphalt pavement leveling shall be measured in tons and shall include costs for all asphalt (regardless of type) used to create a level road surface prior to asphalt overlay as authorized by the project representative. The payment shall be based upon confirmed delivery tickets. No additional payment shall be made for these items. ITEM P-4 - Milling shall be measured in square yards and shall include all materials, labor, equipment, and material removal and disposal costs. No additional payment shall be made for these items. ITEMS P-5 through P-6 - Concrete sidewalk and driveways shall be measured in square yards and shall include costs for 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. No additional payment shall be made for these items. ITEM P-7 - Asphalt driveway replacement shall be measured in square yards and shall include costs for existing asphalt removal and disposal, asphalt, installation, site preparation. Existing asphalt shall be removed to the nearest joint as directed by the project representative. No additional payment shall be made for these items. ITEM P-8 - Curb and/ or gutter placement shall be measured in linear feet and shall include costs for existing curb and/ or gutter removal and disposal,concrete, installation, site preparation, formwork, and finishing. No additional payment shall be made for these items. ITEM P-9 - Curb and gutter removal and replacement shall be measured in linear feet and shall include costs for removal and disposal of existing concrete curb and gutter, concrete, installation, site preparation, formwork, and finishing. No additional payment shall be made for these items. MISCELLANEOUS ITEM M-l- Plowable 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 - 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-3 - Foundation backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. Quantities shall be verified by trench volume calculation. No additional payment shall be made for these items. ITEM M-4 - 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-5 - Fence removal and replacement shall be measured in linear feet and shall include all costs associated with removal and replacement of the existing fence with new WATER MEASURE PMT 04 0319 30F 4 REVISED MARCH 19, 2004 materials of like quality as necessary for water line installation. No additional payment shall be made for these items. LUMP SUM CONSTRUCTION ITEM LS-l- Lump sum construction includes, but is not limited to, the items described in the bid schedule. No separate or additional payment shall be made for these items. WATER MEASURE PMT040319 40F4 SECTION 14A W ATERDISTRIBUTION SYSTEMS BASIS FOR DESIGN: Design shall conform to the requirements as set forth in "Minimum Standards for Public Water" (latest version) as published by the Georgia Environmental Protection Division (www.dnr.state.ga.us/dnr). A Professional Engineer registered in the State of Georgia must prepare the plans and specifications. There shall be no physical connection between a potable water supply and a questionable water supply which would allow unsafe (contaminated) water to enter the potable water system by direct pressure, vacuum, gravity or any other means. Hydraulic designs shall be based upon pressure data applicable to the portion of the service area, which will serve the proposed facility. Air release valves in vaults shall be provided at all high points in the water main as required by the Utilities Director. All water distribution systems shall be looped to the greatest extent possible. Water mains shall have a minimum nominal inside diameter of 8 inches. 6-inch mains will be allowed in single-family residential subdivisions where the system is looped. Water mains having an inside diameter of less than 6 inches will not normally be considered. During construction when deviations from approved plans are desired, the Augusta Utilities Department's Inspector shall be notified. Revised plans shall be submitted as soon as possible to the Augusta Utilities Department for approval. Minor changes not affecting capacities, flows or operation may be allowed in the field during construction by the Utilities Department's Inspector. The Inspector shall have final authority as to what constitutes a minor or major change. An approved set of Record Drawings clearly showing any changes shall be submitted to the Augusta Utilities Department Inspector at the completion of the work and prior to sign-off of the final plat. The Contractor/Developer is responsible for verifying the exact location, size and material of any existing water facility proposed for connection or use by the project. All phases of construction must be completed . in accor4ance with the Erosion and Sedimentation Act 12-7-1 et seq., and no water main must be installed on or in close proximity of an abandoned landfill site or any site used for waste disposal. All work that occurs in the public right-of-way shall comply with the Augusta-Richmond County Planning Commission "Development Documents" (latest version) and Public Works Department's Right-of-Way Encroachment Guidelines (latest version). Any field Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14"1 .":GUS:d. ~ . EOR changes that occur in the public right-of-way and are not specifically related to water or sewer items shall be coordinated with the Public Works Department. DESIGN STANDARDS FOR WATER MAINS: 14.1 COVER 14.1.1 Standard depth of cover is 4 feet below existing and proposed road surface (and areas designed for normal traffic loading) unless otherwise approved by the Augusta Utilities Department. 14.1.2 Minimum cover to finished grade over water mains shall be 36 inches. Minimum cover under ditch bottoms shall be 24 inches. These must be approved by the Augusta Utilities Department on a case-by-case basis. 14.2HORIZONTAL SEPARATION 14.2.1 Ten (10) feet to any existing or proposed sanitary sewer/force main, storm sewer or sewer manhole (less than 10 feet requires pipe material to be Ductile Iron Pipe (DIP) for both Water Main and Sewer/Force Main). 14.2.2 Fifteen (15) feet to buildings, top of bank oflakes/streams/creeks, other structures (10 feet absolute minimum - only when unavoidable, and pipe material is required to be DIP). 14.2.3 Ten (10) feet minimum separation to gas mains. 14.2.4 Ten (10) feet minimum to underground electric cable. 14.2.5 Current Georgia EPD separation requirements. 14.2.6 All separation distances above are edge to edge. 14.3 VERTICAL SEPARATION 14.3.1 Water main shall cross over other pipes. 14.3.2 Eighteen (18) inch minimum separation (edge to edge) between all pipes and cables shall be maintained (6 inch absolute minimum separation with DIP) when conforming to Georgia EPD separation requirements. 14.3.3 When water mains cross under sewers, additional measures shall be taken. At least 18 inches of separation between the bottom of the sewer and the top of the Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-2 - ~ water main shall be provided. Adequate structural support for the sewer to prevent deflection or settling on the water main. The joint of water pipe shall be centered at the crossing. Encasement of the water pipe in concrete shall also be considered. 14.4 LAYOUT 14.4.1 Normal location of proposed water lines is on the north side of east-west streets, and the east side of north-south streets. 14.4.2 For existing Countyroads, the proposed water line will generally be located five (5) feet inside the right-of-way. For existing State roads, the proposed water line must be located five (5) feet inside the right-of-way. Unusual circumstances may warrant deviation. The location of the water line will be determined, also, by the location of the existing lines to be tied into at the beginning and end of the project. 14.4.3 For subdivisions, the proposed water line shall be located four (4) feet from the back oUhe curb. Where ditches are present beside the curb, refer to the Right-of- Way Encroachment Guidelines (latest version) published by the Public Works Department. 14.4.4 Wherever possible, avoid laying water line on the same side of the road as the gas lines. 14.4.5 Water service lines for residential development shall be located at the center of lot. 14.4.6 Dead ends shall be minimized by making appropriate tie-ins whenever practical. Permanent dead ends will not be accepted unless unavoidable. Dead ends shall be equipped with a fire hydrant. If, under special circumstances, where water lines smaller than six (6) inches in diameter are accepted, an approved blowoff shall be required for flushing purposes. A minimum of two 22-112-degree bends shall be required on 6" and larger water lines in cul-de-sacs and shall be shown as such on plans. 14.4.7 All water mains shall be placed in right-of-way areas or dedicated easements. All easements shall allow adequate area to construct and maintain the water line and appurtenances involved. Permanent easements shall be a minimum of 15 feet wide with line installed in center of easement. Permanent easements shall be provided as needed to serve adjacent property, even if the water line is not installed at that time. If the line has not been installed to future serve adjacent property, a larger easement than the minimum may be required to construct future Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-3 - ~ line. Easement agreements shall be specific to state that no permanent structures may be constructed within the limits of permanent easements. 14.5 WATER MAIN MATERIAL Water mains shall be either ductile iron pipe (DIP), polyvinyl chloride (PVC), or galvanized pipe as outlined below. Any pipe, solder and flux used during installation of the water lines and services must be "lead-free" with not more than 8% lead in pipe and fittings, and not more than 0.2% lead in solders and flux. DIP shall be centrifugally cast and shall conform to AWWA C150/ANSI A21.50 (latest version) for design and A WW A C 151/ ANSI A21.51 (latest version) for manufacture. PVC pipe 6 inch to 12 inch diameter shall conform to A WW A C900 (latest version). PVC pipe 14 inch to 36 inch diameter shall conform to A WW A C905 (latest version). For water mains 6" through 16", DIP Pressure Class 350 shall be allowed. For water mains 18" through 24", DIP Pressure Class 300 shall be allowed. PVC C900 (most current date), Class 200, SDR-14 with cast iron equivalent a.D.s, gasket bell end with elastomeric gaskets shall be allowed for water mains 6" through 10" (solvent weld joints are not permitted). Galvanized pipe shall be seamless, American made, Schedule 80 and shall conform with the ASTM Specifications. Flanged DIP shall have threaded ductile iron flanges and shall conform to the requirements of A WW A C1l5 (latest version). All flanges shall be Ductile Iron Class 150, ANSI B16.5 (latest version). Flanges shall be flat faced and all joints shall use 1/8 inch black neoprene full-faced gaskets. Ductile iron pipe and fittings shall have bituminous coating outside and shall be cement lined in accordance with AWW A C104/ANSI A21.4 (latest version). DIP shall have 1/16" cement mortar lining with rubber gasket push-on joints or mechanical joints. Mechanical joint glands shall be ductile iron. Tee bolts and nuts shall be Cor-Ten steel. Rubber gasket joints shall conform to A WW A C1U/ ANSI A21.ll (latest version), and shall be furnished by the pipe manufacturer with the pipe. A non-toxic vegetable soap lubricant shall be supplied with the pipe in sufficient quantities for installing the pipe. The lubricant shall be approved by NSF for use with potable water mains. Pipe classes designated previously in this standard are minimum allowed. Actual pipe class shall be determined based upon the installation and the use intended. Pipe shall be appropriately labeled on the drawings. All PVC pipe for potable water service shall bear the approved stamp of the National Sanitation Foundation. Copper wire (12 gauge, bare single strand) shall be attached along the top of all buried PVC water lines, wrapped around service corporations and stubbed up into all valves boxes for locating purposes. 14.5.1 DIP shall be required in the following circumstances: 14.5.1.1 Within 10 feet of sanitary and storm pipes. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-4 - ~ 14.5.1.2 Within 15 feet of structures (near side of concrete footing), or top of bank of lakes/streams/creeks. 14.5.1.3 Crossings over or under sewers, gas and storm pipes with less than 18 inches separation, with no joint allowed within 10 feet of crossing. 14.5.1.4 Beneath all paved areas, excluding driveways or sidewalks. 14.5.1.5 Within project boundaries of subdivisions with private roads where the Utilities Department will take over the line for operations and maintenance. 14.5.1.6 Along all state right-of-ways. 14.5.2 The Utilities Director may mandate DIP in any instances of off-site or on-site construction where future abuse to the line is possible due to location or circumstances. 14.5.3 Restrained Joints shall be DIP as follows: For 12-inch and Smaller - Restrained joint shall be U.S. Pipe Field "Lok, American Ductile Iron Pipe Lok-Fast, EBAA Iron Mega-Lug, or an equivalent product. For 14-inch Diameter and Larger - Restrained joint shall be U.S. Pipe TR Flex, American Ductile Iron Pipe Lok-Ring, or equivalent product. If inserting in older cast iron pipe, the restrained joint shall be as approved by the Augusta Utilities Department. Retainer Glands/Mega-Lug shall not be considered a fitting. The restraint method shall be suitable for the pipe size thickness and test pressure as required for the specified design case. The plans shall indicate the restrained length of pipe each side of the fittings. 14.5.4 Jack and Bore Installations: Casing pipe used with jack and bore shall be in accordance with requirements of the Georgia Department of Transportation (GDOT) or railway specifications and Section 14C Excavation & Backfilling of these specifications. Carrier pipe shall be restrained joint DIP as outlined in paragraph 14.5.3. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-5 - ~ Directional Bore Installations: Directional bores will be considered as a viable alternative to jack and bore installation under Augusta-Richmond County roadways. The Utilities Director will review each case for materials and construction methods. 14.5.5 Mains may be tapped as long as the tapping line is smaller than the tapped line unless otherwise approved by the Augusta Utilities Department. See Section 14.9 for service tap requirements. Equal size line connections approved by the Augusta Utilities Department shall require that a tee be cut into the main where possible. Tees are also required at locations dictated by the Utilities Director. Tapped connections in pipe and fittings shall be made in such a manner as to provide a watertight joint and adequate strength against pull-out. Tapping Sleeves and Valve shall be ductile iron, mechanical joint. Tapping sleeves and valves are required for all taps 4 inches and greater. Taps less than 4 inches shall be provided with a. service saddle meeting the requirements of Section 14.9. Valves shall be provided on all taps. Tapping sleeves shall be a minimum of 6 feet from pipe joints. 14.5.6 Schedule 40 PVC shall only be used as sleeves for the installation of service line tubing under all pavement areas. Use in the water distribution system or other areas are not acceptable. 14.5.7 Unspecified transitions from DIP to PVC are not allowed. Material for transition shall be indicated and specified and must be approved by the Augusta Utilities Department. 14.5.8 All construction material shall be first quality, not previously used. Repair clamps are not acceptable. Damaged or faulty pipe and materials must be properly replaced. All gaskets shall be new. When connecting to existing valves or fittings, gaskets shall be replaced, not reused; 14.5.9 The Engineer shall provide a complete set of shop drawings, which shall indicate the Augusta Utilities Department's specific material requirements. In general, material requirements will be guided by the latest versions of the specifications of A WW A, ANSI, ASTM, and NSF. 14.6 WATER MAIN SIZE The minimum size of water main shall be 6 inches unless otherwise approved by the Utilities Director. However, a professional engineer shall justify the size of the pipes with a hydraulic network analysis. Augusta Utilities Department September 200,0 Design Standards & Construction Specifications 14-6 _\Jc.us~ . - eC:RG The new water main shall have the ability to meet maximum daily demands plus fire flow requirements as mandated by Georgia EPD "Minimum Standards for Public Water Systems" (latest version) and the Augusta Fire Marshal. The residual design pressure under all conditions shall not be less than 20 psi. 14.7 VALVES, FITTINGS AND APPURTENANCES Valving of all water distribution systems shall be designed to facilitate the isolation of each section of pipeline between intersections of the network. Generally, the number of valves at an intersection shall be one less than the number of pipes forming the intersection. Gate valves, 4 inches to 12 inches, shall be the resilient seat type conforming to A WW A C509 (latest version). Valves larger than 12 inches shall be gear operated butterfly valves, conforming to A WW A C504 (latest version). Wafer valves shall not be accepted. Valves shall generally be installed at intervals of not more than 2,000 LF on transmission mains and on all primary branches connected to these mains. Where possible, a valve shall be installed next to a fire hydrant for locating purposes. In high density areas (25 dwelling units), valves shall be installed as necessary to minimize the number of persons affected by a water main break. The Utilities Director shall determine which mains are distribution or transmission. Valves shall OPEN LEFT if installed south of Gordon Highway (SR 10), or OPEN RIGHT if installed north of Gordon Highway. Valves shall be provided with valve stem extensions to within 6 inches of ground surface, where centerline. of pipe to grade is greater than 4 feet. Valve boxes shall be M&H E-2702, Mueller HI0364 or approved equal. Each valve box shall be slip-type to adjust for a minimum cover of 36" bury. The flanged base of the valve box shall be at least six(6) inches above the pipe so not to stress water lines 4" and smaller. Extension pieces will be required for additional depth over valves. Extensions shall be M&H E-3120 or Mueller H-10375. Covers shall have "WATER" cast on top. All valves, bends, tees, crosses and dead ends shall be restrained by a mechanical restraint systems as outlined in Paragraph 14.5.3., or by use of a concrete thrust block in those instances that warrant such an installation. Thrust blocks shall be poured-in-place concrete having a minimum compressive strength of 3,000 psi after 28 days of cure time. Calculations for restrained joints shall be provided by the design engineer. Soil bearing value shall be 2,000 psf maximum. Lower values shall be used when soil is poor quality. All materials, fittings and appurtenances intended for use in pressure pipe systems shall be designed and constructed for a minimum working pressure of 150 psi unless the specific application dictates a higher working pressure requirement. Standard pressure pipe fittings of size four (4) inch ill and larger shall be ductile iron conforming to AWW A C153 (latest version), with mechanical joints unless flanged or Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-7 - ~ restrained joints are required. Gray cast-iron fittings are not allowed. Ductile iron fittings shall be cement lined in accordance with A WW A C104 (latest version). Mechanical joint fittings, 24 inches and smaller shall be rated for 350 psi working pressure. Flanged joint fittings 24 inches and smaller shall be rated for 250 psi working pressure. All fittings 30 inches and larger shall be rated for 250 psi working pressure. For sizes less than four (4) inch ID, fittings shall be suitable to the pipe material and application. Glands for mechanical joint fittings shall be ductile iron, and tee bolts and nuts shall be Cor-Ten steel. Only bolt systems furnished by the manufacturer for mechanical joints are acceptable; nuts and bolts shall be new, not reused. Pipe gaskets shall be new as supplied by the pipe manufacturer. All flanges shall be ductile iron Class 150, ANSI B16.5. All flanges shall be flat faced. Full face, 1/8 inch black neoprene gaskets shall be used on all flanged joints. All joints shall conform to A WW A C111 (latest version). Bolts, nuts and washers for flanges shall be hot dip galvanized, except T- bolts shall be Cor-Ten steel. List of Specifications: ANSI!A WW A CI51/A21.51-96 4-FEB-1996 or latest version American National Standard for Ductile-Iron Pipe, Centrifugally Cast, for Water ANSI! A WW A C 1501 A21.50-96 1996 or latest version American National Standard for Thickness Design of Ductile-Iron Pipe ANSI!A WW A C115/A21.15-94 1994 or latest version American National Standard for Flanged Ductile-Iron Pipe With Threaded Flanges ANSI!A WW A C1111A21.11-95 1995 or latest version American National Standard for Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings ANSI!A WW A C153-98 1998 or latest version American National Standard for Ductile-Iron and Gray-Iron Fittings, 3 in. through 48 in. (75 nun through 1200 mm), for Water and Other Liquids ANSI!AWWA CI04/A21.4-95 1995 or latest version American National Standard for Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water 14.8 FIRE HYDRANTS Fire hydrants shall be provided in all water mains, transmission and distribution systems. Accepted models are Mueller #A-24018, M&H Figure 29T A WW A Compression Type- Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-8 Dry Top-Traffic Model 150 psi working pressure, 300 psi testing pressure. Kennedy K- 81D will also be accepted. All fire hydrants shall be ordered safety yellow body with white bonnet and caps. Fire hydrants shall be spaced such that the radius of protection will not be more than 500 feet. In certain areas, closer spacing may be required by the Fire Marshal. Each hydrant shall be left turn opening and capable of delivering a flow of at least 500 gallons per minute with a residual design pressure of not less than 20 psi, or a higher flow as required by the Fire Marshal. Multiple fire hydrants with looped mains and/or larger main sizes may be required to provide water for higher flow demand. Flow tests shall be performed to verify the specified fire flow demand. Fire hydrants shall be of the dry barrel break-away type conforming to A WW A C502 (latest version), with two 2 Y2 inches threaded hose nozzles and one 4 Y2 inch threaded pumper nozzle. Hose and pumper nozzle threading shall be national standard. Show connection shall be 6-inch mechanical joint. The center line of the nozzles shall be 18 inches above the finish grade. Hydrants shall have a 5 1,4 inch interior valve opening and be restrained from hydrant to tee at the main. At the discretion of the Utilities Director, additional protection for fire hydrants shall be provided including but not limited to concrete filled ductile iron traffic posts. Fire hydrant branches (from main to hydrant) shall be a minimum of 6 inches ill. Each branch shall be provided with a resilient seat gate valve located as close as possible to the main. Hydrants shall be located at or near road right-of-way lines with pumper nozzle pointing toward the road. A clear zone around all fire hydrants shall be adhered to, consisting of a 5 foot radius around the hydrant and 7 feet above the top of the hydrant. Maintain 15 feet minimum from hydrant to all structures. Placement of landscaping, fencing, etc. shall be considered in order to meet this clear zone requirement. List of Specifications: ANSI! A WW A C500-93 1993 or latest version Metal-Seated Gate Valves for Water Supply Service (includes addendum C500a-95 ANSI! A WW A C502-94 1994 or latest version Dry-Barrel Fire Hydrants (includes addendum C502a-95) ANSI! A WW A C503-97 1997 or latest version Wet-Barrel Fire Hydrants ANSI! A WW A C504-94 1994 or latest version Rubber-Sealed Butterfly Valves Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-9 - ~ ANSI!A WW A C507-99 I-DEC-1999 or latest version Ball Valves 6 in. through 48 in. (150 mm through 1200 mm) ANSI!A WW A C508-93 1993 or latest version Swing-Check Valves for Waterworks Service, 2 in. (50mm) Through 24 in. (600mm) NPS (includes addendum C508a-93 ANSI! A WW A C509-94 1994 or latest version Resilient-Seated Gate Valves for Water-Supply Service (includes addendum C509a-95) ANSI! A WW A C550-90 1990 or latest version Protective Epo~y Interior Coating for Valves and Hydrants 14.9 WATER SERVICE LINES AND TAPS Tapping sleeves and tapping crosses shall be of a heavy body ductile iron, mechanical joint suitable for a working pressure of 150 psi for sleeves and crosses larger than 14-inch (200 psi for sleeves and crosses equal to or less than 14-inch), as approved by the Augusta Utilities Department. No direct service taps shall be allowed. All service line taps shall be supplied with corporation stops. Service line tubing shall be rolled of soft continuous and seamless copper Type K conforming to A WW A C800 and ASTM B-88 (latest version). Corporation Stops and Main Connectors: %" FB600 - 3 Ford or Equal 1" FB600 - 4 Ford or Equal Taper Thread Inlet by Flare Copper Outlet Eighth Bends: %" LA02 - 33 Flare 1/8 Bend %" LA04 - 33 Compression 1/8 Bend 1" LA02 - 44 Flare 1/8 Bend 1" LA04 - 44 Compression 1/8 Bend Minimum size for residential use shall be one (1) inch. The service line shall be laid in a straight line and be of a continuous piece of pipe from corporation to curb cock. The curb cock shall be located 6 inches behind and 8 inches below the top of new curb or edge of asphalt. Where service connects to DIP or any pressure-rated pipe, service saddles must be used. Brass double strap tapping saddles shall be used. U-bolt type straps are not acceptable. All water service taps on the main shall be spaced at a Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-10 _\JGUS~ - eORG minimum distance of 18 inches apart and a minimum of 18 inches from a bell or fitting. If two or more taps are required at a minimum spacing, they shall be offset 450 alternatively. Services greater than one (1) inch shall be seamless galvanized. 2" services shall have two 2" 90-degree galvanized elbows per Augusta Utilities' 2 Inch Water Service detail. Services shall not exceed over 100 feet from the main to the meter. Where possible, meter shall be placed in unpaved area as close to the water main as possible. 14.10 METER INSTALLATION The Contractor/Developer shall furnish and install an approved meter box at the termination point of all water services, and maintain until such time as a meter is installed. Meters will be installed by Augusta Utilities Department at the time services is required at the stub-out. Each unit within a residential building (i.e., duplex, triplex, etc.) shall have a separate meter, unless prior approval is received by the Utilities Director. The proper si~ing of service lines is the responsibility of the design engineer. Meters will be available in the following sizes only: 5/8 x 3/4, 1, 1 Yz, 2,3, 4-inch, and larger standard sizes as necessary. Meter boxes for 1 Yz inch and smaller meters are standard. 2-inch and larger shall be installed in a meter vault. The Augusta Utilities Department reserves the right to request historical data for meter sizing. Meter boxes shall be Rome type, 10" x 19" x 10" cast iron box and lid. The top shall have cast ribs on the bottom side with four (4) legs to prevent sliding movement. The box shall have a minimum weight of 37 lbs., for meters 1 Yz inch or smaller. Meterand curb stop shall be fully encased by the meter box. Meter vaults (for meters 2 inch and larger) shall be fabricated of masonry block or pre-cast reinforced concrete using 3,000 psi concrete and #4 rebar. The access hatch shall be made of heavy duty aluminum, and shall be hinged and lockable. The hatch shall be large enough for removal of the meter but no smaller than 48" x 36". Wall dimensions shall allow 2 feet of working clearance. Vault floors shall be no less than 4 inches thick with 3,000 psi concrete and #4 rebar, with the meter located no less than 18 inches off the floor. The Augusta Utilities Department assumes no responsibility for undersized meters and problems associated with it. All meters will be provided and installed by the Augusta Utilities Department. The meters remain the property of the Augusta Utilities Department. Meters should generally be placed 18 inches inside the adjacent utility easement that parallels the right-of-way. Where sidewalk, two feet of clearance is required between the customer's side of the sidewalk edge and the meter box. In developments where the property line is not clearly defined (e.g., condominiums) the meter should be placed for ready access as approved by the Augusta Utilities Department. Meter and control valves shall be accessible and unobstructed for 4 feet in all directions. This shall include but not Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-11 ~\jc.us~ - cORG be limited to transformers, telephone junction boxes, walls, trees, etc. Meters shall not be placed in areas that can be fenced, such as backyard. Meter boxes shall not be placed in any asphalt or concrete surfaced areas (sidewalks, driveways, curbs, etc.) unless approved in writing by Augusta Utilities. For shopping centers, the developer's engineer should give special consideration to meter layout so as to satisfy these requirements. When no alternative is available but to locate in asphalt, the top of box shall be flush with the asphalt surface. Meters shall not be located in low areas that normally receive storm water. The box shall also be located outside of parking stalls. The box and lid should be traffic bearing, but located outside of a commonly trafficked area. 14.11 BACKFLOW PREVENTION DEVICES Backflow prevention devices shall be provided, as required by the Utilities Director and as set forth in these Standards. All irrigation systems, water services and fire lines for industrial/office/commercial, schools, mobile home parks, multi-family residences and any other locations as determined by the Utilities Director shall require suitable backflow prevention assemblies on the customer side of service lines (domestic, irrigation, and fire). Backflow devices shall be tested by a certified person and the results furnished to the Augusta Utilities Department prior to any water use. Residential development shall install a "Dual Check" Backflow Device on the customer's side of service line at the point of tie-in to the water meter. The plumber or builder tying service into the set meter will submit the test results for the backflow prevention device to the Augusta Utilities Department's Inspector prior to acceptance and any water use. Backflow prevention device assemblies shall be the latest approved product of a manufacturer regularly engaged in the production of this type equipment. All assemblies shall be as approved by the America Society of Sanitary Engineering (ASSE), The American National Standards Institute (ANSI), The American Water Works Association (A WW A), Foundation for Cross Connection Control and Hydraulic Research of the University of Southern California, and the Georgia State Plumbing Code. Type and size of assemblies shall be indicated on the drawings. Backflow prevention device ownership and maintenance responsibilities shall be as set forth in the appropriate ordinances. The Owner shall document yearly that the backflow prevention device has been tested annually by a qualified technician. A copy of the technician's certification must be attached to the test results and submitted to the Augusta Utilities Director. Engineer must comply with the Augusta Utilities Department Policies and Procedures for Backflow Prevention by Containment (latest version). A copy of this manual is available upon request. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-12 .\JGU~ . E~;'c.. . List of Specifications: ANSI! A WW A C51 0-97 1997 or latest version Double Check Valve Backflow-Prevention Assembly ANSI! A WW A C511-97 1997 or latest version Reduced-Pressure Principle Backflow-Prevention Assembly 14.12 SYSTEM PRESSURES The design engineer shall not assume a pressure greater than 35 psi at the meter of detector check valve without confirmation from the Augusta Utilities Department. The design engineer, if possible, should field verify the available pressures prior to finalizing their design. The Augusta Utilities Department does not guarantee or warrant any pressure or flow above what the system can furnish. Augusta Utilities reserves the right to limit water usage for irrigation in the event of drought, or requirement ,by the Georgia EPD. 14.13 FIRE LINES All fire lines shall have a detector check valve with a 5/8 inch by-pass meter (to detect low flows) within the right-of-way or dedicated easement. No exceptions to the by-pass meter requirement shall be made regardless of sprinkler system type, configuration, etc. CONSTRUCTION: 14.14 WATER DISTRIBUTION SYSTEM INSTALLATION Authorization must be obtained from the Augusta Utilities Department to construct, alter or modify a water line. Construction of water infrastructure will be authorized by the Utilities Department upon approval of submitted plans and notification of the Augusta Utilities Department at least 24 hours prior to starting construction (706-772-5503). Where water lines will encroach public right-of-way, a Right-of-Way Encroachment Permit approved by the Public Works Department is required prior to construction. A Right-of-Way Encroachment Permit application is available through the Public Works Department (706-821-1706). Installation of water mains and associated appurtenances shall be in accordance with current A WW A specifications' and manufacturer's requirements for the specific product. Loading or unloading and storage of pipe, fittings, valves, etc. shall be done such that to avoid damage. The interior of all pipe, fittings, valves, etc. shall be kept free of dirt and foreign matter at all times. All piping shall be placed in a dry trench with a stable Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-13 - ~ bottom. Wet trench installation shall be allowed only upon written approval of the Utilities Director. Mechanical restraint systems shall be required at each fitting involving a change of direction and as specified in the approved plans. Concrete thrust blocks will be allowed in lieu of mechanical restraint systems. Backfill shall be free of bQulders and debris, and shall comform to Georgia Department of Transportation Specifications. Sharp or rocky material encountered in the base shall be replaced with proper bedding. Pipe shall be laid on line and grade as designed. Pipe joints, gravity blocks, service connections, and conflicts shall be left exposed until visually inspected and approved by the Augusta Utilities Department's Inspector. Fire hydrants shall be installed true and plumb with the center of the pumper nozzle facing toward the road. Hydrants shall not be placed in the sidewalk. The engineer will be responsible for moving hydrants placed in sidewalks. All valves shall be placed according to plans. Valve stems shall be installed plumb. Valve stem extensions are required as described in Section 14.7. Air relief valves shall be installed at all high points in the water main where air can collect, as shown on the plans or as directed by Augusta Utilities. List of Specifications: ANSIJ A WW A C600-93 1993 or latest version Installation of Ductile-Iron Water Mains and Their Appurtenances ANSJJA WW A C605-94 30-JAN-1994 or latest version Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for Water ANSJJA WW A C512-92 1992 or latest version Air Release, AirNacuum and Combination Air Valves for Water Works Service 14.14.1 Handling and Storing of Materials: Unload pipe so as to avoid deformation or other injury thereto. Place no pipe within pipe of a larger size. Store pipe and fittings on sills above storm drainage level and deliver for laying after the trench is excavated. Valves shall be drained and so stored as to protect them from freezing. 14.14.2 Pipe Laying (General): The interior of the pipe shall be clean and joint surfaces wiped clean and dry when the pipe is lowered into trench. Lower each pipe, fitting and valve into the trench carefully and lay true to line and without objectionable breaks in grade. The depth of cover below finished grade shall be Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-14 - ~ not less than 3 feet, or as shown' on the drawings. Give all pipes a uniform bearing on the trench bottom. Allow no trench water or dirt to enter the pipe after laying. Insert a watertight plug in the open end of the piping when pipe laying is not in progress. 14.14.3 Boring and Jacking: Where required by the drawings, the water line will be installed in a steel casing, placed by boring and jacking. Where boring is required under highways or city/county roads, the materials and workmanship will be in accordance with the standards of the Georgia Department of Transportation or local authority. Boring and jacking under railroads will be governed by the latest A.R.E.A. Standards, Part 5, "Pipelines" and those of the railroad involved. 14.14.3.1 Casing Pipe: The casing pipe shall conform to the materials standard of ASTM Designation A252, with minimum wall thickness of 0.219 inch. Steel pipe will have a minimum yield strength of 35,000 psi. Casing pipe shall be joined together with welded joints. 14.14.3.2 Carrier Pipe: The carrier pipe shall be ductile iron as specified herein. 14.14.3.3 Installation: The steel casing shall be installed by the "Dry Bore and Jack" method. If voids develop or if the bored hole diameter is greater than the outside diameter of the pipe by more than approximately 1 inch, remedial measures will be taken as approved by the Engineer. When installing water line through casing, Contractor shall use mechanical joint pipe with retained glands through length of casing. The water main shall be strapped to 8 foot long treated wooden skids with metal straps throughout length of casing. The ends of the casing shall be sealed with brick and mortar. 14.14.4 Reaction Blocking: All plugs, caps, tees, bends and other fittings shall be provided with adequate reaction blocking as shown on the drawings. Reaction blocking shall be made to bear directly against the undisturbed trench wall. Where trench conditions are, in the opinion of the Engineer, unsuitable for reaction blocking, the Contractor shall provide tied joints to adequately anchor the piping as shown on the drawings. All the rods and clamps shall be given a bituminous protective coating. 14.14.5 Pressure and Leakage Testing: Before any work will be accepted for payment, the Contractor will fill the piping with water, open outlet as necessary for expelling the entrapped air. No fire hydrant shall be opened full force during charging operations. Thereafter, furnish the necessary equipment and test the piping under the supervision of the Engineer for a period of at least 2 hours at not less than 1.25 times the design pressure in pounds per square inch, based upon the highest elevation of the section under test. Pressure testing shall be in accordance with the latest A WW A Standard C600, Section 4.1. at 1.5 times the working pressure at the point of testing. Inspect all joints, and remedy to the satisfaction of the Engineer any defects discovered. Continue the test until all visible leaks have been eliminated from the part of the system under test, and the pressure Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-15 fii2\lc.u r.. . E~;C. remains constant with a maximum pressure drop of 5 psi for the duration of the test. Immediately following the pressure test, and before any work will be accepted for payment, the Contractor shall perform a leakage test. Leakage is defined as the quantity of water to be supplied into the newly laid pipe, or any valved section thereof necessary to maintain the specified leakage test filled with water to within 5 psi of the test pressure. No pipe installation will be accepted until the leakage is less than the number of gallons per hour as determined by the formula: L= S= D= p= EDJP Allowable L 133XD leakage in gallons per hour. The length of pipe in the section tested. The nominal diameter of the pipe in inches. The average test pressure during the leakage test in pounds per square inch gauge. The leakage test shall be conducted in accordance with A WW A Standard C-600, Section 4.1 (latest version). 14.14.6 Connection to Existing System: All connections to existing mains shall be made under the direct supervision of the Augusta Utilities Department's Inspector. Valves on existing mains shall be operated by or under direct supervision of Augusta Utilities Department personnel. Tapping sleeves and valves shall be pressure tested prior to tapping. If service to existing customers must be cut off, the Augusta Utilities Department shall be notified at least three (3) days in advance to make necessary notifications. The Contractor shall disinfect and secure appropriate Utilities Department clearances and samples for any service interruptions which occur as a result of a Contract request for shut down or error. The clearances shall be obtained within 72 hours of reactivation. If cut-off of service is required, the Contractor shall be ready to proceed with as much material pre-assembled as possible at the site to minimize the length of service interruption. Augusta Utilities reserves the right to postpone service cut- off if, in the opinion of the Utilities Director, the Contractor is not ready to proceed on schedule. No customer should be without water for more than four (4) hours. The Owner/Developer shall arrange for temporary services to Customer if water will be shut off for more than four hours. Local chlorination will be required for all pipe and fittings used to complete connections with the potable water system. Tapping sleeves and valves shall be chlorinated in accordance with A WW A requirements. All wet taps shall be witnessed by the Augusta Utilities Department's Inspector. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-16 - ~ 14.15 CLEANING AND FLUSIDNG Upon completion of installation, the mains shall be flushed and the water disposed of without creating a nuisance. Flushing must achieve a minimum water velocity of 2.5 fps in all portions of the pipe. The duration of the flushing will be determined by the Augusta Utilities Department's Inspector. If, in the opinion of the Augusta Utilities Department's Inspector, there is insufficient water available for proper flushing, the Contractor shall clean the lines by pigging. No flushing or cleaning shall take place without an Augusta Utilities representative present. The existing mains that the new mains are connected to may be required to be flushed under the direction of the Augusta Utilities Department when service is restored. 14.16 TESTING AND DISINFECTION All water mains shall be leak tested. The Contractor/Developer shall provide all equipment, materials and labor necessary for pressure and leak testing. This test must be observed by an Augusta Utilities Department representative and the design engineer. A pumping pressure of 200 psi must be supplied at the expense of the Contractor/Developer. The main tested shall either be isolated from active potable lines or protected from leakage by a double valve arrangement. All water used for pressure testing must be potable water with an adequate chlorine residual. Water lines shall be tested by valve sections. Maximum allowable leakage shall be as determined in accordance with current A WW A specifications. The standard duration of test is four (4) hours. Testing procedures shall meet or exceed A WW A C600 (latest version) requirements. Any portions of the main which fail the test shall be replaced or adjusted until the entire new main passes the test criteria. The pressure and leakage test shall be done concurrently. Augusta Utilities shall be notified at least 24 hours in advance to schedule bacteriological testing of water mains. The Contractor shall replace or adjust components of the pipeline which fail the test. Clearance is required from the Utilities Department before the Augusta Utilities Department will allow the main to be put into service. All piping complete with fittings and appilrtenances shall be sterilized as specified in the applicable sections of A WW A Specification C651 (latest version) "Disinfecting Water Mains." Piping and appurtenances shall be thoroughly flushed then chlorinated with not less than fifty parts per million (50 ppm). Calcium hypochlorite can be used. Water from the existing distribution system or other source of supply should be controlled so as to flow slowly into the newly laid pipeline during the application of chlorine. The solution should be retained in the pipeline for not less than 24 hours and a chlorine residual of 10 ppm should be available at this time. The system shall then be flushed with potable water and the sampling program started. Sampling taps and chlorinated water used for disinfection shall be flushed to a location that will not damage property, persons, etc., and shall be provided by the Contractor/Developer at the expense of the Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-17 - ~ ContractorJDeveloper. The provisions of this paragraph apply equally to new pipe and fittings and to existing pipelines into which connections have been made or which may have been otherwise disturbed to the extent that contamination may have occurred. All requirements of the health authorities shall be observed in executing this work. The disposal of heavily chlorinated water (following disinfection) must be accomplished in accordance with the latest editions of the A WW A Standard C651 and the EPD's Minimum Standards for Public Water Systems. Two or more successive sets of samples, taken at 24 hour intervals and tested by a State approved private lab, shall indicate bacteriologically satisfactory water and the results submitted to the Engineer. 14.17 WATER/SEWER SEPARATION: A 10 foot horizontal separation shall be maintained between water and sewer lines. Where the horizontal separation cannot be met or where water and sewer lines must cross, an 18 inch vertical separation, water over sewer must be maintained. Where the above conditions cannot be met, water and sewer lines shall be cast iron or ductile iron pipe with joints staggered such that maximum separation between joints exists. The water line shall be installed over the sewer line. 14.18 AS-BUILT DRAWINGS: As the work progresses, record on one set of utility drawings all changes and deviations from the contract drawings in sizes, lines or grade. Record also the exact final location of water lines by offset distances to surface improvements such as edge of existing pavement or to property lines, etc. at a maximum interval of 200 feet. Make sufficient measurements to locate definitely all water lines etc., to permanent points. The drawings will show references to all valves, fittings, pipe brand changes, etc. Transfer accurately all such records in red pencil to white prints of the utility drawings and deliver them to the Engineer with monthly payment estimate. 14.19 MEASUREMENT AND PAYMENT: Payment will be made only for elements in place and tested as follows: 1. Pipelines will be paid for at the unit contract price, per linear foot, for each size, type and class installed, complete, including fittings. No deduction will be made for the laying length of valves and fittings installed within pipelines. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-18 - ~ 2. Valves will be paid for at the unit contract price for each size and type installed. Payment therefore will include box or vault as shown on the plans. 3. Fire hydrants will be paid for at the unit contract price for each size installed, complete with the lead piping, valve, and main tee, in place as shown on the plans. 4. Service lines will be paid for at the unit contract price for each size and type installed, complete as shown on the plans. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-19 ii) ~ SECTION 14B SANITARY SEWER SYSTEMS BASIS FOR DESIGN: A Professional Engineer registered in the State of Georgia must prepare the plans and specifications. Design must conform to the requirements set forth in "Recommended Standards for Wastewater Facilities" (latest version) published by the Great Lakes-Upper Mississippi River Board of State and Provincial Public Health and Environmental Managers, and follow EPD guidelines. Before a sewer is designed, the area to be served should be studied for the purpose of estimating the type and quantity of flow to be handled. Design should be considered for the ultimate tributary population. Consideration should be given to the maximum anticipated capacity of institutions, industrial parks, etc. Where future relief sewers are planned, economic analysis of alternatives should accompany initial permit application. Design should be based on peak sewage flows plus the anticipated maximum infiltration/inflow levels under normal open channel flow conditions. All food service operations are required to install, operate, clean, and maintain a sufficiently sized oil and grease separator (grease trap) to prevent obstruction or interference with the proper operation of the sanitary sewer collection system and treatment plants. All existing waterworks units, including basins, wells, and treatment units, located within 200 feet of a proposed sewer shall be shown on the engineering plans. Soil conditions within this 200 feet of waterworks shall be determined and shown on the plans. A professional engineer shall determine force main size, after a study has been completed of the surrounding area with regards to the proposed construction and potential future construction. A minimum velocity of 2 fps within a force main shall be acceptable for prevention of solids settling. No sanitary sewer lines less than eight (8) inches in diameter may be installed. Sanitary laterals with clean-outs shall be installed at ALL service tie-ins to the system. During construction when deviations from approved plans affecting capacity, flow, or operation are desired, the Augusta Utilities Department's Inspector shall be notified. Revised plans shall be submitted as soon as possible to the Augusta Utilities Department for approval. Minor changes not affecting capacities, flows or operation may be allowed in the field during construction by the Utilities Department's Inspector. The Inspector shall have final authority as to what constitutes a minor or major change. An approved set of Record Drawings clearly showing any changes shall be submitted to the Augusta Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-20 iiUGUS, - eoi' Utilities Department Inspector. at the completion of the work and prior to sign-off of the final plat. The ContractorJDeveloper is responsible for verifying the exact location, size and material of any existing sewer facility proposed for connection or use by the project. DESIGN STANDARDS FOR SANITARY SEWER LINES: 14.20 COVER 14.20. 1 Minimum cover to finished grade over sanitary sewer shall be four (4) feet. 14.20.2Maximum cover shall be 20 feet unless otherwise approved by the Augusta Utilities Department. 14.21HORIZONTAL SEPARATION 14.21.1 Ten (10) feet to water lines and storm sewer lines. 14.21.2Fifteen (15) feet to buildings, top of bank oflakes/streams/creeks, other structures (10 feet absolute minimum - only when unavoidable, and pipe material is required to be DIP). 14.21.3Ten (10) feet minimum separation to gas mains. 14.21.4Ten (10) feet minimum to underground electric cable. 14.21.5AlI separation distances above are edge to edge. 14.22VERTICAL SEPARATION Eighteen (18) inch minimum separation (edge to edge) between all pipes and cables shall be maintained (6 inch absolute minimum separation with DIP) 14.23LA YOUT 14.23.1Sanitary sewer easements shall be a minimum of twenty (20) feet wide with the sewer line centered in the easement. 14.23.2Individual sewer services shall be a minimum of six (6) inches in diameter and shall extend from the main and terminate with a clean-out constructed at the edge of right-of-way. If the main is installed outside of the right-of-way, the services with clean-outs shall terminate at the edge of the permanent easement. Alllines eight (8) inches in diameter and larger shall terminate in a manhole. Sewer lines installed parallel to lakes/streams/creeks shall be designed to leave a 25-foot undisturbed buffer along the edge of the bank. The required service lateral with Glean-out shall be inspected by the Augusta Utilities Inspector prior to physical Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-21 - ~ tie-in of private service line. The use of donuts or tying into the stack pipe of the clean-out is strictly prohibited. 14.23.3Under no circumstances shall house sewer services and water services be laid in the same trench. 14.23.4All sewers shall be designed and constructed to give a mean velocity of 2.0 feet per second, when flowing full, based on Manning's formula using an "n' of 0.014. The following are the minimum slope that should be provided; however, slopes greater than these are desirable. Size (inches) 8 10 12 14 15 16 18 21 24 27 30 33 36 39 42 Minimum Slope in Feet Per 1 00 Feet 0.40 0.28 0.22 0.17 0.15 0.14 0.12 0.10 0.08 0.067 0.058 0.052 0.046 0.041 0.037 Where velocities greater than 1 0 feet per second are attained, special provision shall be made to protect against displacement by erosion and impact. 14.23.5The maximum slope for a sanitary sewer line shall be 20%. All 20% sewers shall be DIP with concrete collar walls at every joint or alternate restraining system provided by design engineer. Slopes less than 20% are preferred. If steep slope is necessary, the Augusta Utilities Department Engineer must approve the design. 14.23.6Buoyancy of sewers shall be considered and flotation of the pipe shall be prevented with appropriate construction where high groundwater conditions are anticipated. 14.23.7Manhole spacing shall not exceed 400 LF for sewers 15 inches in diameter or smaller, and 500 feet for sewers 18 inches to 30 inches. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-22 .QCUS~ . Eo'i'C. ,.. 14.23.8Manholes shall be located at the junction of sewers and at changes in grade, pipe size, or alignment. They shall also be installed at all intersections. Sanitary sewer manholes should not be located where surface water drain into them. When this is not possible, a watertight cover shall be specified. For this purpose, and also for assisting in locating manholes across country, the rims shall be set above grade. 14.23.9A drop manhole shall be provided for a sewer entering a manhole at an elevation of 24 inches or more above the manhole invert. Where the difference in elevation between the incoming sewer and the manhole invert is less than 24 inches the invert shall be filleted to prevent solids deposition. 14.23.10Minimum angle between influent and effluent sanitary sewer lines at a manhole shall be ninety (90) degrees. 14.23.11Both vertical and horizontal alignments shall be reviewed with the Augusta Utilities Department prior to finalization. 14.23.12All pipes crossing proposed sanitary sewer lines shall be shown as conflicts in plan and profile views on the sanitary sewer plan sheets (not on detail sheets). Crossings shall be designated by a letter (A, B, C, etc...) and include information regarding top of pipe and bottom of pipe elevations. Contact the Augusta Utilities Department for an example. The design engineer is responsible for identifying all conflicts. 14.23.13Where indicated on the plans, pipe stub-outs for the connection of future sewers shall be provided during the construction of new manholes. Each stub-out shall be plugged in the bell end of the stub-out with plug approved by Augusta Utilities. 14.24SANITARY SEWER MATERIAL Pipe for sanitary sewers shall be polyvinyl chloride (PVC) or ductile iron pipe (DIP) as outlined below. However, DIP is considered a remedial measure for special applications only. Standard pipe lengths not greater than 20 feet shall be used. Force main pipe shall be of approved C900-CL200 water pipe. PVC pipe shall be manufactured from virgin resin conforming to ASTM D-3034 (latest version) with minimum classification of SDR-35. DIP shall be epoxy-lined and conform to A WW A CI51/ANSI A21.51 (latest version). Design methods shall conform to A WW A CI50/ANSI A21.50 (latest version). DIP shall be Class 350 for 12" and smaller. All fittings shall be of the same quality and material as the pipe to be used. Pipe classes shall be determined based upon the installation and the use intended. Pipe shall be . Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-23 _~:,GU_: .'" EORG. appropriately labeled on the drawings. WYE fittings shall be utilized. TEE fittings and saddles.shall not be allowed. All DIP fittings shall be ductile iron or cast iron. Aerial pipe shall be mechanical joint DIP or continuous weld, wrapped and coated steel pipe. Piers shall be placed at every joint directly behind the bell. Site conditions may dictate construction utilizing more stringent requirements than indicated in the standard detail. Anchor collars shall be constructed on the pipe whenever pipe grade is 20% or greater. Restrainers may be used in lieu of collars when a particular brand and method are determined equivalent. 14.24.1 DIP shall be required in the following circumstances: 14.24. 1. 1 When sanitary sewer line has less than four (4) feet of cover. Minimum depth of DIP is two (2) feet. 14.24.1.2When a sanitary sewer line cross over storm pipe (Must be one joint of DIP centered on the crossing) 14.24.1.3When a sanitary sewer line passes laterally within one (1) foot of a storm sewer line (Must be one joint of DIP centered on the crossing). 14.24.1.4When a sanitary sewer line is to have in excess of eighteen (18) feet of fill. 14.24.1.5When a sanitary sewer line is at the maximum slope of 20%. 14.24.1.6For last joint of pipe at all drop manholes greater than three (3) feet. 14.24.1.7When a sanitary sewer is less than six (6) feet under a street. 14.24.1.8The Utilities Director may mandate DIP in any instances of off-site or on-site construction where future abuse to the line is possible due to location or circumstances, extensive length under pavement, or in private property away from right-of-way areas. 14.24.2 PVC shall be jointed with a rubber gasket and shall conform to ASTM F477 (latest version) and manufacturer's recommendations. Solvent weld is prohibited. DIP shall be of the bell and spigot type with push-on joints conforming to ANSI A21.11 (latest version) or mechanical joints. 14.24.3 Sewer Pipe Bedding: Bedding requirements shall apply to sanitary sewer lines only. They are not to be considered minimum bedding requirements and as such, do not relieve the Engineer/Contractor of the responsibility to provide any additional bedding necessary for proper construction. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-24 - ~ Bedding shall be carefully placed along the full width of the trench so that the pipe is true to line and grade of the pipe barrel. Bell holes shall be provided so as to relieve pipe bells of all load, but small enough to ensure that support is provided throughout the length of pipe. Crushed stone embedment material shall conform to ASTM C33, Graduation #67 (3/4" to #4). Bedding material shall be placed underneath and be carried up the sides of the pipe as specified below. Class B Bedding shall be performed by first undercutting the trench an adequate amount to provide bedding under the pipe bell. The trench shall then be brought to grade with compacted crushed stone as specified above for the full width of the trench. The bedding material shall be placed in the zone four (4) inches below the pipe and the pipe laid to line and grade and backfilled with compacted crushed stone placed the full width of the trench up to one-half the outside diameter of the pipe. Select backfill placed in six (6) inch layers and compacted shall be the backfill from the springline of pipe to 18 inches above the pipe. A minimum Class B Bedding shall be used for all plastic pipes. Class C Bedding shall be performed by first undercutting the trench an adequate amount to provide bedding under the pipe bell. The trench shall then be brought to grade with compacted crushed stone as specified above for the full width of the trench. The bedding material shall be placed in the zone four (4) inches below the pipe and the pipe laid to line and grade and backfilled with compacted crushed stone placed the full width of the trench up to one-fourth the outside diameter of the pipe. Select backfill placed in six (6) inch layers and compacted shall be the backfill from the bedding material to 18 inches above the pipe. A minimum Class C Bedding shall be used for all ductile iron pipes. 14.24.4 Jack and Bore Installations: Casing pipe used with jack and bore shall be in accordance with requirements of the Georgia Department of Transportation (GDOT) or railway specifications. 14.24.5 New sewers shall be tied-in to the existing sewers at locations indicated on the plans. No lines smaller than six (6) inches shall be tied to a sewer line or manhole. All tie-ins to existing manholes shall be cored. The Contractor shall be responsible for maintaining uninterrupted service of the sanitary sewer during tie- in operations. No connection to existing sanitary sewer shall be allowed until the proposed sewer line is inspected and approved by the Augusta Utilities Department's Inspector. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-25 ~\JGUS~ - eORC 14.24.6 Side sewers shall be installed where shown on the plans. A side sewer consists of a sewer extending from a connection to the street or main sewer to its connection to the house sewer or other point. For new 8" through 12" diameter sewers, the side sewer connection shall be constructed with a wye fitting in the street sewer with a 45-degree elbow. For new 15" and larger pipes, or existing sewers, the connection shall be made by machine made tap and suitable saddle, unless otherwise approved by the Augusta Utilities Department. Belled pipe shall be laid with the bell end up grade and in general, all pipe laying shall start and proceed up grade from the point of connection at the street sewer or other starting point. Pipe shall be laid in a straight line at a uniform grade between fittings or on a uniform horizontal or vertical curvature achieved by deflecting the pipe joints within the manufacturer's recommended limits. The maximum deflection permissible at anyone fitting shall not exceed 45 degrees. The maximum deflection of any combination of two adjacent fittings shall not exceed 45 degrees unless straight pipe not less than 2 Yz feet in length be installed between such adjacent fittings or unless one of such fittings is a wye branch with a c1eanout provided on the straight leg. 14.24.7 Material for transition (e.g., PVC to DlP) shall be indicated and spec,ified. Where offset of DlP is required, mechanical joint DlP shall be installed with mechanical joint heavy body DlP sleeves at the reconnections. 14.24.8 Sanitary Sewer Manholes: Precast manholes shall conform to the latest edition of ASTM C-478 (five inch wall thickness). Use six (6) inch wall thickness if manhole exceeds 20 feet in depth. All holes for incoming and outgoing pipe will, whenever possible, be precast, with pipe tie-in made using PSIO flexible gasket, manufactured by PressSeal Gasket Corporation, or approved equal. In the event of the necessity of cutting new holes, the holes shall be machined cored neatly and carefully so as not to damage the structural integrity of the manhole and large enough to allow the insertion of a flexible rubber boot. Precast holes shall be flexible boot fitted. Barrel joints shall be tongue and groove with performed plastic meeting the requirements of Federal Specifications SS-S-002l0, "Sealing Compound, Preformed Plastic Pipe Joints" Type I, rope form, also known as "Ram Neck." Eccentric manholes cones are required. Inverts shall be constructed of 3,000 psi plant mix. Manhole steps shall be installed in all sections of each manhole as indicated on the drawings. Frame and covers shall be cast or ductile iron and set in a bed of mortar on the top of the manhole and completely grouted outside and wiped smooth. Ring and cover shall be USF-l70 or approved equal. Cover shall read "Sanitary Sewer." Watertight manhole covers are to be used wherever street runoff or high water may flood the manhole tops. Locked manhole covers may be Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-26 ~"\)GU.~.. - EO" may be desirable in isolated easement locations or where vandalism may be a problem. Where corrosive conditions due to septlclty or other causes is anticipated, consideration shall be given to providing corrosion 'protection on the interior of the manholes. The minimum diameter of manholes shall be 48 inches; larger diameters are required for large diameter sewers. A minimum access diameter of 22- 1A inches shall be provided. Outside drop manholes shall be precast and constructed for incoming lines having invert 24 inches or more above the invert of the manhole outlet, with DIP and tie rods per Detail No. 14.08. Shallow manholes shall be precast or Type B slab top precast and shall be constructed in accordance with ASTM C-478 (latest version). Drop manholes should be constructed with an outside drop connection. Inside drop connection (when necessary) shall be secure to the interior wall of the manhole and provide access for cleaning. Inside drop connections shall be used only when approved by the Utilities Department Engineering Division. Due to the unequal earth pressure that may result from the backfilling operation in the vicinity of the manhole, the entire outside drop connection shall be encased in concrete. A bench shall be provided on each side of any manhole channel when the pipe diameter(s) are less than the manhole diameter. The bench should be sloped no less than Y2 inch per foot (4 percent). No lateral sewer, service connection, or drop manhole pipe shall discharge onto the surface of the bench. 14.24.11 All construction material shall be first quality, not previously used. Repair clamps are not acceptable. Damaged or faulty pipe and materials must be properly replaced. All gaskets shall be new. When connecting to existing valves or fittings, gaskets shall be replaced, not reused. 14.24.12 The Engineer shall provide a complete set of shop drawings, which shall indicate the Augusta Utilities Department's specific material requirements. In general, material requirements will be guided by the latest versions of the specifications of A WW A and ASTM. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-27 ~\JGUS~ - EO; 14.25 SANITARY SEWER SYSTEM DESIGN Design requirements are as follows: 14.25.1 Per Capita Flow, Average: 125 gallons per day (gpd) 14.25.2 Minimum velocity in collector sewer: 2.0 feet per second (fps) 14.25.3 Maximum velocity in collector sewer: 10.0 feet per second (fps) 14.25.4 Minimum collector sewer size: 8 inch 14.25.5 Infiltration Allowance: 25 gpdJin Dialmile 14.25.6 Ratio of Peak to Average flow: 2.5 14.25.7 Design depth of flow @ Peak Flow: 0.75 of Full 14.25.8 Design Period: 30 Years 14.25.9 Minimum Manning's "n" Factor: 0.014 14.26 LIFT STATION DESIGN All lift stations shall be installed underground, unless otherwise directed by the Utilities Director. Wet well size and pump sizing shall be determined by a professional engineer, after a comparative study has been done of the area surrounding the proposed construction. Potential future development of the surrounding area should be incorporated into the design. All potable water services around sewage pumping facilities shall be provided with an approved reduced pressure backflow prevention (RP2) device. All pipes entering the wet well and discharging from the wet well into the valve pit shall be mechanical joint DIP. PVC pipe will not be permitted. Pipes shall be sized per the design engineer's calculations and pump data. 14.26.1 Pumps, valves, and pipe sizes, shall be designed by a professional engineer. Calculations for the design shall be submitted to the Augusta Utilities Department for review and approval. Pump specifications shall be provided to Augusta Utilities for review. Valves shall have a minimum of a 18-inch clear zone in all directions. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-28 14.26.2 14.26.3 14.26.4 The valve pit shall consist of a precast manhole cone section or a precast concrete box. The bottom shall have 2-inch diameter pre-drilled holes filled with gravel for drainage. A cone section shall be set on a minimum 4-inch thick concrete slab with an open bottom and gravel for drainage. For proposed piping, the manhole shall have cored holes fitted with flexible rubber boots. Standard ring and cover shall be installed and grouted to the cone section. The top of the valve pit shall be a minimum of six (6) inches above finished grade. Electrical systems and components (e.g., motor, lights, cables, conduits, switch boxes, control circuits, etc.) in raw wastewater wells, or in enclosed or partially enclosed spaces where hazardous concentrations of flammable gases or vapors may be present, shall comply with the National and the City of Augusta Electrical Code requirements. In addition, equipment located in the wet well shall be suitable for use under corrosive conditions. Each flexible cable shall be provided with a watertight seal and separate strain relief. A fused disconnect switch located above ground shall be provided. For the main power feed for all pumping stations. When such equipment is exposed to weather it shall meet the requirements of weatherproof equipment. One such equipment such as the control panel shall be duplex NEMA 4X with audible and visible alarms. Lightning and surge protection systems should be considered. A 110 volt power receptacle to facilitate maintenance shall be provided inside the control panel for lift stations that have control panels outdoors. Ground fault interruption protection shall be provided for all outdoor outlets. Permanently-installed or portable engine-driven generating equipment must be available for emergency operation of all lift stations. Generating unit size shall be adequate to provide power for pump motor starting current and for lighting, ventilation, and other auxiliary equipment necessary for safety and proper operation of the lift station. The City of Augusta must approve allowance for the operation of only one pump during periods of auxiliary power supply. Special sequencing controls shall be provided to start pump motors unless the generating equipment has the capacity to start all pumps simultaneously with auxiliary equipment operating. Where portable generating equipment or manual transfer is provided, sufficient storage capacity with an alarm system shall be provided to allow time for detection of pump station failure and transportation and connection of generating equipment. Special electrical connections and double throw switches shall be installed at all lift stations where emergency power will be provided by portable generating equipment. Design engineer and/or contractor shall coordinate type and Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-29 - ~ size of all permanent or portable generators with City of Augusta prior to lift station construction. 14.26.5 Wastewater pumping stations and portable equipment shall be supplied with a complete set of operational instructions, including emergency procedures, maintenance schedules, tools and spare parts as may be necessary. CONSTRUCTION: 14.27 INSTALLATION Authorization must be obtained from the Augusta Utilities Departmentto construct, alter or modify a sanitary sewer line. Construction of sewer infrastructure will be authorized by the Utilities Department upon approval of submitted plans and notification of the Augusta Utilities Department at least 24 hours prior to starting construction (706-772- 5503). Where water lines will encroach public right-of-way, a Right-of-Way Encroachment Permit approved by the Public Works Department is required prior to construction. A Right-of-Way Encroachment Permit application is available through the Public Works Department (706-821-1706). Installation of sanitary sewer pipe and associated appurtenances shall be in accordance with current ASTM specifications and manufacturer's requirements for the specific product. Loading or unloading and storage of pipe, fittings, valves, etc. shall be done such that to avoid damage. All pipe shall be carefully examined before it is installed in the trench. Damaged pipe or pipe which does not meet specification requirements shall be rejected and removed from the work site. The interior of all pipe, fittings, valves, etc. shall be kept free of dirt and foreign matter at all times. All piping shall be placed in a dry trench with a stable bottom. Wet trench installation shall be allowed only upon written approval of the Utilities Director. Backfill shall be free of boulders and debris, and shall conform to Georgia Department of Transportation Specifications. Sharp or rocky material encountered in the base shall be replaced with proper bedding. Pipe shall be laid on line and grade as designed. Pipe joints, gravity blocks, service connections, and conflicts shall be left exposed until visually inspected and approved by the Augusta Utilities Department's Inspector. All concrete cradles, saddles, or encasements shall be installed as shown on the plans. These structures shall be constructed in strict accordance to the details shown on the plans. Concrete shall have a 28 day compressive strength of 3,000 psi when tested in accordance with ASTM Specification C-39. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-30 ra ~ All manholes indicated on the plans shall be furnished and installed by the Contractor in strict accordance with the plans. The invert channels shall be smooth and accurately shaped to the semicircular bottom conforming to the inside of the adjacent sewer sections as shown on the plans. Changes in direction of the sewer and entering branches shall have as long a radius of the true curvature as the size of the manhole will permit. The top of manholes shall be topped out with brick as indicated on the plans. The number of courses will depend on the required elevation of the top of the manhole. The maximum number of brick courses allowed shall be three (3). New sewer lines shall be inspected through use of camera inspection equipment with an Augusta Utilities Department Inspector at the time of installation and again before the one-year warranty expires. The Developer is to provide the Augusta Utilities Department with a color VHS system videotape of the inside of every reach of sanitary sewer installed. The tape shall record manhole number to manhole number, date of recording, and distance from start of run. The tape shall include a distance and location description of every service line connection installed. The manhole numbering system shall be the same as shown on the approved development plans. 14.27.1 Installation: 14.27.1.1 Sewer Pipe Laying: The pipe shall be laid with bell or groove end upgrade. Pipe shall be tested for soundness, clear interior and satisfactory joint surfaces before lowering the pipe into the trench. Pipe shall be laid in straight lines and on uniform grades between points where changes in alignment or grade are shown. The pipe barrel shall be uniformly bedded. The line and invert grade of each pipe shall be checked from a top line carried on batter boards not over 25 feet apart or by use of a laser beam target inserted in each joint. Pipes shall be laid to form a smooth, uniform invert. A stopper shall be installed in the pipe mouth when pipe laying is not in progress. PVC gravity sewer pipe and force main shall be installed in accordance to ASTM D2321, latest version. Ductile iron force main shall be installed in accordance with A WW A C600, latest version. 14.27.1.2 Backfilling Around Pipe: As soon as the joint material has set, fine earth shall be carefully tamped around each joint, and around and over the pipe to a depth of at least 2 feet above the top of gravity pipelines. In addition, all PVC sewer pipe shall be bedded in selected material from the pipe centerline down to a point 3 to 6 inches below the pipe invert. Selected materials for this purpose shall be Class I or II soils as specified in ASTM D2321. Reconstruction of any roadway section or right-of-way shall be in accordance with the Georgia Department of Transportation and City of Augusta Specifications. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-31 - ~ 14.27.1.3 Sewer Structures: Appurtenant sewer structures shall be constructed according to one or more of the following methods: 14.27.1.3.1 Masonry: Brick for manholes and other sewer structures shall be laid with shove joints completely filled with mortar. Horizontal joints shall not exceed 2 inch, vertical joints 3 inch on their interior face. In circular structures, all brick shall be laid as header with joints broken between courses. Interior joints shall be struck or wiped smooth with the face of the wall. The exterior of sanitary sewer manholes shall be plastered to a thickness of at least 2 inch. 14.27.1.3.2 Laying Brick and Concrete Block Work: Only clean brick or block shall be used. The brick or block shall be moistened by suitable means, as directed, until they are neither so dry as to absorb water from the mortar, nor so wet as to be slippery when laid. Each brick or block shall be laid in a full bed and joint of mortar without repairing subsequent grouting, flushing, or filling, and shall be thoroughly bonded as directed. 14.27.1.3.3 Plastering and Curing Brick or Block Masonry: Outside faces of masonry shall be plastered with mortar from 3 inch to d inch thick. If required, the masonry shall be properly moistened prior to application of the mortar. The plaster shall be carefully spread and troweled so that all cracks are thoroughly worked out. After hardening, the plaster shall be carefully checked by being tapped for bond and soundness. Unbonded or unsound plaster shall be removed and replaced. Masonry and plaster shall be protected from too rapid drying by the use of burlap kept moist, or by other approved means, and shall be protected from the weather and frost, all as required. 14.27.1.3.4 Manhole Inverts: Manhole flow channels shall be constructed of concrete, sewer pipe, brick or precast, and shall be of semicircular section. Each manhole shall be provided with such channels for all.connecting sewers. The inverts shall conform accurately to the size of the adjoining pipes. Side inverts shall be curved and main inverts (where direction changes) shall be laid out in smooth curves of the longest Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-32 - ~ possible radius which is tangent to the centerlines of adjoining sewers. 14.27.1.3.5 Drop Manholes: Drop inlets shall be provided into manholes on sanitary sewers for incoming lines having inverts 2 feet or more above the inverts of the manhole outlet lines. Drop pipe and fittings shall be encased in masonry integral with the manhole and extending from the manhole base to the top of the incoming sewer. Diameter of drop manholes to be four feet at a Illimmum. 14.27.1.3.6 Setting Manhole Frames and Covers: Manhole frames shall be set with the tops conforming accurately to the grade of the pavement or finished concentric with the top of the masonry and in a full bed of mortar so that the space between the top of the manhole masonry and the bottom flange of the frame shall be completely filled and made watertight. A thick ring of mortar extending to the outer edge of the masonry shall be placed all around the bottom flange. The mortar shall be smoothly finished to be flush with the top of the flange and have a slight slope to shed water away from the frame. Manhole covers shall be left in place in the frames on completion of other work at the manholes. 14.27.1.3.7 Setting: Precast Manholes Sections: Precast-reinforced concrete manhole sections shall be set so as to be vertical and with sections and steps in true alignment. All holes in sections, used for their handling, shall be thoroughly plugged with mortar. The mortar shall be 1 part cement to 12 parts sand; mixed slightly damp to the touch until it is dense and an excess of paste appears on the surface; and then finished smooth and flush with adjoining surfaces. 14.27.1.4 Bulkheads and Flushing: The contractor shall build.a tight bulkhead in the pipeline where new work enters an existing sewer. The bulkhead shall remain in place until its removal is authorized by the Engineer. Care shall be taken to prevent earth, water and other materials from entering the pipe, and when pipe laying operations are suspended, the Contractor shall maintain a suitable stopper in the end of the pipe and also at openings for manholes. All sanitary sewer, except building connections shall be flushed with water in sufficient volume to obtain free flow through each line. All obstructions shall be removed and all defects corrected. As soon as possible after the pipe and manholes are completed Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-33 14.27.1.5 14.27.1.6 14.27.1.7 14.27.1.8 14.27.1.9 - ~ on any line, the Contractor shall flush out the pipeline using a rubber ball ahead of the water. None of the flushing water or debris shall be permitted to enter any existing sewer. Temporary Plugs: At all times when pipe laying is not actually in progress, the open ends of the pipe shall be closed by temporary watertight plugs or by other approved means. If water is in the trench when work is resumed, the plug shall not be removed until all danger of water entering the pipe has passed. Joints and Structure RightI,less: All pipe joints shall be made as nearly watertight as practicable. There shall be .no visible leakage at the joints and there shall be no sand, silt, clay, or soil of any description entering the pipelines at the joints. Leaks in the pipelines which cause infiltration or exfiltration to exceed limits herein specified shall be repaired by replacing defective pipe. Grouting and/or caulking to repair pipelines where excessive infiltration or ex filtration is evident will not be permitted. Fittings and Stoppers: Branches and fittings shall be laid by the Contractor as indicated on the drawings and/or as directed by the Engineer. Open ends of pipe and branches shall be closed with premolded gasket joint stoppers which conform with the same requirements as pipe being used. Sewer Line Relation to Water Lines: Sewer lines and sewer force mains in relation to water lines shall conform to "Ten States Standard" Section 29.3 at a minimum. Sewer lines shall have at least a 10 foot pipe-to-pipe horizontal separation from known or proposed water mains. When a sewer crosses under a water main, there shall be at least 18 inches from the crown of the sewer line to the bottom of the water main. In all cases where adequate vertical separation as stated above cannot be achieved (or whenever sewer lines must be installed to cross above a water main), both the water and sewer lines shall be constructed of ductile iron pipe a distance of 10 feet on each side of their intersection with one full length of water main centered on the sewer line. Minimum Cover for Sewer Lines: Gravity sewer lines shall have a minimum of 3 feet of cover at the crown of the pipe. In cases where this minimum cover cannot be achieved, ductile iron pipe shall be used. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-34 14.27.1.10 14.27.1.11 .\lGUS~ - E lR'G Detectable Tape: Detectable tape as manufactured by Reef Industries of Houston, Texas, or equal shall be installed during the backfill operation at a point 1 foot below the final finished grade. The detectable tape shall be a 5.5 mil composition film containing one layer of metalized foil laminate between two layers of inert plastic film specifically formulated for prolonged use underground. The tape shall be highly resistant to alkalis, acids and other destructive agents found in the soils. The detectable tape shall bear a continuous printed message "Caution Sanitary Sewer Line Buried Below." The message shall be printed in permanent ink formulated for prolonged use underground. Letters shall be clearly legible and have a minimum height of 1.2 inches. Boring and Jacking: Where required by the drawings, the sanitary sewer line will be installed in a steel casing, placed by boring and jacking. Where boring is required under highways, the materials and workmanship will be in accordance with the standards of the Georgia Department of Transportation or local authority. Boring and jacking under railroads will be governed by the latest A.R.E.A. Standards, Part 5, "Pipelines" and those of the railroad involved. 14.27.1.11.1 Casing: Pipe: The casing pipe shall conform to the materials standards of ASTM Designation A252, with minimum wall thickness of 0.219 inch. Steel pipe will have a minimum yield strength of 35,000 psi. Casing pipe shall be joined together with welded joints. 14.27.1.11.2 Carrier Pipe: The carner pIpe shall be ductile lfon as specified herein. 14.27.1.11.3 Installation: The steel casing shall be installed by the "Dry Bore and Jack" method. If voids develop or if the bored hole diameter is greater than the outside diameter of pipe by more than approximately 1 inch, remedial measures will be taken as approved by the Engineer. When installing water lines through casing, the Contractor shall mechanical joint pipe with retainer glands throughout the length of the casing. The sanitary sewer line shall be strapped to treated wooden skids with metal straps throughout the length of the Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-35 ~UGU ~ . - eOR casing. The empty space shall then be filled with sand and the ends of the casing shall be sealed with brick and mortar. 14.27.1.12 Force Main Installation: In general, sewer force main must be installed in accordance with the water distribution system specifications. Polyvinyl chloride (PVC) force main must conform to ASTM D-2241, latest version. Ductile iron force main must conform to ASTM A-377, latest version. 14.27.1.13 Removal and Replacement of Existing Pipe and Equipment: where indicated on the drawings or required to properly place the work under this contract, as approved by the Engineer, the Contractor shall remove and replace such pipe lines and equipment in a manner as approved by the Engineer. 14.27.2 INSPECTION INFILTRA TION/EXFILTRA TION LEAKAGE TESTS Upon completion of a section of the sewer, the Contractor shall dewater it and conduct a satisfactory test to measure the infiltration or ex filtration for at least three consecutive days. The amount of infiltration including "Y" branches, and connections shall not exceed 1 00 gallons per inch diameter per mile of sewer pipe per 24 hours for gravity sewer pipe. The amount of 50 gallons per inch diameter per mile of sewer per 24 hours shall not be exceeded for ductile iron pipe. The Contractor shall be responsible for the satisfactory watertightness of the entire section of sewer. As required, suitable bulkheads shall be installed to permit the test of the sewer. Where the ground water level is less than 1 foot above the top of the pipe at its upper end, or as directed by the Engineer, the sewer shall be subjected to exfiltration testing by plugging the pipe at the lower end and then filling the pipelines and manholes with clean water to a height 4 feet above the top of the sewer at its upper end. The leakage out of the sewer, measured by the volume of the water necessary to maintain meter level in the highest manhole, shall not exceed 200 gallons per inch diameter per 24 hours per mile of sewer for gravity sewer pipe. The amount of 50 gallons per inch diameter per 24 hours per mile of sewer shall not be exceeded for ductile iron pipe. The sewer shall be tested before any connections are made to buildings or to active sewers. The Contractor shall construct such weirs and bulkheads as may be required, shall furnish all water, labor, test plugs, power, pumps, meters, and other equipment necessary for the test to be properly made. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-36 - ~ The Contractor may use a low pressure air test as an option to the hydraulic infiltrationJexfiltration leakage test for gravity lines provided the Contractor established a correlation between the air test results and the quantity of infiltrationJexfiltration actually being experienced by the line and the allowable air pressure drop shall be that corresponding to the allowable hydraulic leakage specified previously in this section. Such a correlation is to be established according to a procedure satisfactory to the Engineer. The low pressure air test shall be performed in accordance with the applicable sections of the Uni-Bell UNI- B-6-90, latest version. If the Contractor opts to use the low pressure air test, leakage tests on manholes shall be conducted independently of the lines by using a hydraulic infiltrationJexfiltration test as directed by the Engineer. The allowable infiltration into the manhole over a 24 hour period is zero and the allowable exfiltration is also zero when tested by plugging off the manhole and filling it with water four feet above the top of the sewer and measuring the water loss over a 24 hour period. 14.27.3 MEASUREMENT AND PAYMENT Payment will be made at the unit contract prices as shown in the bid schedule under Sanitary Sewer. Measurement of pipelines shall be the actual number of linear feet of pipe installed, complete in place and accepted. No deductions in length will be made for manholes. Measurement of manholes will be the vertical dimension to the nearest tenth of a foot from the invert of the outlet pipe to the top of the manhole cover ring casting. Concrete encasement will be paid for at the contract unit price, per cubic yard, for the actual volume of concrete placed, up to the volume of concrete required by the maximum dimensions for concrete encasement shown on the plans. Concrete in the excess of that volume will not be paid for. No separate payment will be made for any special fittings, tie-ins, or connections, nor will any separate payment be made for normal bedding of sewer pipe. Service lines will be paid for at the unit contract price as shown in the bid schedule under Sanitary Sewer, complete as shown on the plans Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-37 .\)GUS~ - EOi' SECTION 14C EXCAVATION & BACKFILLING 14.28 SCOPE This section covers all excavation, trenching and backfilling for pipe lines, complete. 14.29 EXISTING IMPROVEMENTS The Contractor shall maintain in operating condition and protect from damage all existing improvements including utilities, roads, streets, sidewalks, drives, power and telephone lines, gas lines, water lines, sewers, gutters and other drains encountered, and repair to the satisfaction of the Engineer any aerial, surface or subsurface improvements damaged during the course of the work. Where and if shown on the plans, the locations and existence or nonexistence of underground utilities are not guaranteed. The Contractor shall contact the various utility companies to determine and/or verify such information prior to proceeding with the work. He shall make reasonable and satisfactory provisions for the maintenance of traffic on streets, drives, walkways and at street crossings and if necessary to provide temporary walkways and bridges for crossing of the open trench as directed. Work shall not commence within Augusta right-of-way until a Right-of-Way Encroachment Permit is obtained from the Public Works Deparment. 14.30 EXCAVATION All excavation of every description and of whatever substances encountered shall be performed to the depths indicated on the drawings or as specified herein. Excavation shall be made by the open cut method except as otherwise specified or shown on the drawings. Excavation methods shall generally meet or exceed Occupational Safety and Health Administration (OSHA) construction industry standards. All excavated materials not required for fill or backfill shall be removed and wasted as directed. The banks of shallow trenches shall be kept as nearly vertical as practicable and where required shall be properly sheeted and br~ced. Except where otherwise indicated, trench bottoms shall be not less than 12 inches wider nor more than 16 inches wider than the outside diameter of the pipe to be laid therein, and shall be excavated true to line, so that a clear space of not less than 6 inches nor more than 8 inchesin width is provided on each side of the pipe. The bottom of trenches shall be accurately graded to provide uniform bearing and support for each section of the pipe on undisturbed soil at every point along its entire length, except for portions of the pipe sections where it is necessary to excavate for bell holes and for the proper sealing of pipe joints. Bell holes shall be dug after the trench bottom has been graded. Bell holes shall be excavated only to an extent Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-38 - ~ sufficient to permit accurate work in the making of the joints and to insure that the pipe, for a maximum of its length will rest upon the prepared bottom of the trench. Depressions for joints other than mechanical shall be made in accordance with the recommendations of the joint manufacturers for the particular joint used. Excavation for structures and other accessories shall be sufficient to leave at least 12 inches in the clear between their outer surfaces and the embankment or timber which may be used to hold the bank and protect them. Where damage is liable to result from withdrawing sheeting, the sheeting will be ordered to be left in place. Except at locations where excavation of rock from the bottoms of trenches is required, care shall be taken not to excavate below the depths indicated. Where rock excavation is required, the rock shall be excavated to a minimum overdepth of 4 inches below the normal required trench depth. The overdepth rock excavation and all excess trench excavation shall be backfilled with loose, moist earth, thoroughly tamped. Rock is defined as materials which are so hard or cemented that the excavation of such material requires blasting. The excavation shall proceed in a conventional manner with satisfactory effort made to remove hard materials before the Engineer makes a determination of need for blasting. Predrilling and blasting will be allowed, if the Contractor can provide evidence for the Engineer's review that boring logs can and will show that the material can or cannot be excavated. Evidence will be provided for the Engineer's review and approval before predrilling and blasting is undertaken. The excavation and removal of isolated boulders or rock fragments larger than one cubic yard in volume encountered in materials of common excavation shall be classified as rock excavation. Whenever wet or otherwise unstable soil that is incapable of properly supporting the pipe, as determined by the Engineer or indicated on the drawings, is encountered in the trench bottom, such soil shall be removed to a depth required for the lengths designated by the Engineer, and the trench backfilled to trench bottom grade, as herein specified, with coarse sand, fine gravel, or other suitable material. Backfill with earth under structures will not be permitted and any unauthorized excess excavation below the levels indicated for the foundation of such structures shall be filled with sand, gravel, or concrete, as directed. 14.30.1 Grading and Stacking: All grading in the vicinity of trench excavation shall be controlled to prevent surface ground water from flowing into the trenches. Any water accumulated in the trenches shall be removed by pumping or by other approved methods. During excavation, material suitable for backfilling shall be stored in an orderly manner a minimum distance of one and one-half times the depth of the excavation back from the edges of trenches to avoid overloading and prevent slides or cave-ins. Material unsuitable for backfilling, as determined by the Engineer, shall be removed from the job site and disposed of by the Contractor in a manner as approved by the Engineer. 14.30.2 Shoring and Sheeting: All shoring, sheeting, and bracing required to perform. and protect the excavation and to safeguard employees and the public shall be performed. The failure of the Engineer to direct the placing of such Augusta Utilities Department September 2000 14-39 Design Standards & Construction Specifications - ~ protection shall not relieve the Contractor of his responsibility for damage resulting from its omission. Whenever sheeting is driven to a depth below the elevation of the top of the pipe, that portion of the sheeting below the elevation of the top of the pipe shall not be disturbed or removed. Sheeting left in place shall be cut off not less than 1 foot below finished grade. No sheeting shall be. removed until the excavation is substantially backfilled as hereinafter specified. 14.30.3 Water Removal: Where water is encountered, it shall be prevented from accumulating in excavated areas by pumping, well-pointing and pumping, or by other means approved by the Engineer as to capacity and effectiveness. Water removed from excavations shall be discharged at points where it will not cause injury to public or private property, or the work completed or in progress. All efforts to prevent sedimentation shall be made. Under no circumstances shall trench bottoms be prepared, pipes laid, or appurtenances installed in water. Water shall not be allowed to rise in unbackfilled excavations after pipe or structures have been placed. 14.30.4 Blasting: Explosives are to used only within legal limitations. Before explosives are used, all necessary permits for this work shall be secured and all precautions taken in the blasting operations to prevent damage to private or public property or to persons. The Contractor shall assume full liability for any damage that may occur during the use of explosives. No blast shall be set off within 50 feet of pipe already laid in the trench. 14.30.5 Tree Protection: Care shall be exercised to protect the roots oftrees to be left standing. Within the branch spread of the tree, trench shall be opened only when the work can be installed immediately. Injured roots shall be pruned cleanly' and backfill placed as soon as possible. 14.31 BACKFILLING Trenches and other excavations shall not be backfilled until all required tests are performed and the work has been approved by the Engineer. The trenches shall be carefully backfilled with the excavated materials approved for backfilling consisting of earth, loam, sandy clay, sand and gravel, soft shale, or other approved materials. No material shall be used for backfilling that contains mulch, other unstable materials, stones, blasted rock, broken concrete or pavement, or other hard materials having any dimension greater than 4 inches; or large clods of earth, debris, frozen earth or earth with an exceptionally high void content. Backfilling within Augusta right-of-way shall conform to Georgia Department of Transportation and City of Augusta specifications. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-40 - ~ For backfill up to a level 1 foot over the top of pressure pipelines and 2 feet above the top of gravity pipelines, only selected materials shall be used. Select materials shall be finely divided material free from debris, organic material and stone, and may be suitable job excavated material or shall be provided by the Contractor from other sources. The backfill shall be placed in uniform layers not exceeding 6 inches in depth. Each layer shall be moistened and carefully and uniformly tamped with mechanical tampers or other suitable tools. Each layer shall be placed and tamped under the pipe haunches with care and thoroughness so as to eliminate the possibility of voids or lateral displacement. The remainder of the backfill material shall then be placed and compacted above the level specified above. In areas. not subject to traffic, the backfill shall be placed in 12 inch layers and each layer moistened and compacted to a density approximating that of the surrounding earth. Under roadways, driveways, paved areas, parking lots, along roadway shoulders and other areas subject to traffic, the backfill shall be placed in 6 inch layers and each layer moistened and compacted to density at least equal to that of the surrounding earth so that traffic can be resumed immediately after backfilling is completed. Any trenches which are improperly backfilled, or where settlement occurs, shall be reopened to the depth required for proper compaction, then refilled and compacted with the surface restored to the required grade compaction. Along all portions of the trenches not located in roadways, the ground shall be graded to a reasonable uniformity and the mounding over the trenches left in a neat condition satisfactory to the Engineer. Sheeting not specified to be left in place shall be removed as the backfilling progresses. Sheeting shall be removed in such a manner as to avoid caving of the trench. Voids left by the removal of sheeting and shoring shall be carefully filled and compacted. Where, in the opinion of the Engineer, damage is liable to result from withdrawing sheeting, the sheeting will be ordered to be left in place. 14.32 BORING AND JACKING Where required by the drawings, the pipeline will be installed in a steel casing, placed by boring and jacking. Where boring is required under highways, the materials and workmanship will be. in accordance with the standards of the Georgia Department of Transportation or local authority. Boring and jacking under railroads will be governed by the latest A.R.E.A. standards and those of the railroad involved. The steel casing shall be in accordance with ASTM A252 to the thicknesses shown on the.drawings. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-41 _\lGUS]" . eo;' 14.33 PAVEMENT REMOV AL AND REPLACEMENT Where necessary existing pavements shall be removed and replaced, the applicable specifications of the Georgia Department of Transportation or local authority shall govern this work. Joints shall be sawed, unless joints equally uniform in the opinion of the Engineer result from other means. Refer to Right-of-Way Encroachment Guidelines for pavement removal and replacement with Augusta right-of-way. 14.34 MEASUREMENT AND PAYMENT Excavation and backfilling for pipelines and appurtenances, except as hereinafter provided for, will be considered as incidental to the construction of the various elements of the installation it is associated with, and no separate payment will be made therefor. When made at the direction of Engineer, overcut, rock excavation and backfill to compensate for rock will be made at the unit contract price for rock excavation per cubic yard measured in place. When made at the direction of the Engineer, overcut and backfill to compensate for inadequate foundation will be paid for at the unit contract price for overcut and clean stone bedding, per ton of stone. Sheeting ordered to be left in place will be paid for at the unit contract price for sheeting left in place, per board foot. Joints in pavements will not be paid for separately. Pavement removal and replacement will be paid for at the unit contract price therefor, per square yard. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-42 SECTION 14D PLAN SUBMITTAL Water Construction Plans: Water Construction Plans submitted to the Augusta Utilities Department for review must contain the following at a minimum: D Project Name D Developer' sname, address, and phone number DOwner's name, address, and phone number D Design professional's name, address, and phone number D Design professional's signed seal D LocationNicinity Map D North arrow on all applicable sheets D Scale (minimum 1" = 20'; maximum 1" = 100') D Show subject property information including subdivision name, lot numbers, block letters, property owners, etc. D Show adjacent property information including subdivision name, property owners, etc. D Show existing conditions, structures, pavement widths, right-of-way widths, easements, adjoining roads, etc. D Show the locations, size and material of existing water mains along with other appurtenances. Existing water lines shall be shown as dashed lines. D Show the location, size and material of proposed water mains, valves, hydrants and service lines along with all other water appurtenances involved with the proposed project. Proposed water lines shall be shown as solid lines. D Number all fire hydrants. D Show locations, type and size of all backflow prevention devices. D Label all easements with respect to type and size. D Show easements shaded-in to be dedicated to the Augusta Utilities Department for water lines installed outside proposed right-of-ways. Sanitary Sewer Construction Plans: Sanitary Sewer Construction Site Plans submitted to the Augusta Utilities Department for review must contain the following at a minimum: D Project Name D Developer's name, address, and phone number D Owner's name, address, and phone number D Design professional's name, address, and phone number Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-43 - ~ D Design professional's signed seal D LocationlVicinity Map D North arrow on all applicable sheets D Scale (minimum 1" = 20'; maximum 1" = 100') D Show subject property information including subdivision name, lot numbers, block letters, property owners, etc. D Show adjacent property information including subdivision name, property owners, etC. D Show existing conditions, structures, pavement widths, right-of-way widths, easements, adjoining roads, etc. D Show the locations, size and material of existing sanitary sewer lines and force mains along with other appurtenances. Existing sewer lines shall be shown as dashed lines. D Show the proposed location, size and material of sewer mains, force mains, manholes, service lines with clean-outs and sewerage lift stations involved with the proposed project. Proposed sewer lines shall be shown as solid lines. D Creek crossings require full scale details at 1" = 20' scale minimum, including piers, collars and all other appurtenances. D Show easements shaded-in to be dedicated to the Augusta Utilities Department for sanitary sewer lines installed outside of proposed rights-of-way. D Show easements dedicated to the Augusta Utilities Department for sanitary sewer lines to serve adjacent properties. Plan and Profile: Plan and profile sheets shall be provided for all sanitary sewers (except service laterals). Profiles shall have a horizontal scale of not more than 1" = 100' and a vertical scale of not more than 1" = 10'. The plan view should normally be shown on the same sheet as the profile. Plan and profile view should have line designations, station numbers, manhole numbers and any other indexing necessary to easily correlate the plan and profile views. Plan and Profiles shall show the following: D Location and names of streets, sewers and drainage easements D Line. of existing and proposed ground surface, the grade of the sewer between each two adjacent manholes, invert of sewer in and out of each manhole (label as directional if more than 2 pipes connected to manhole), and surface elevation of each manhole. All manholes shall be numbered on the plan and correspondingly numbered on the profile. The station number shall be shown for each manhole. D The location and elevation of adjacent parallel stream beds and of adjacent water surfaces shall be shown on the plan and profile. D Sizes, locations and inverts of all special features such as connections to existing sewers, wet wells, concrete encasement, collar walls, elevated sewers, piers, special manhole covers such as vented outfall or sealed covers, etc. Augusta Utilities Department September 2000 Design Standards & Constructi,on Specifications 14-44 - ~ o All structures, both above and below ground, which might interfere with the proposed construction, particularly water mains, gas mains, storm drains, utility conduits, etc. Identify pipe crossings with letter, or other, designation on the plan and profile. Specify top of pipe and bottom of pipe elevations at crossings to verify there is no conflict. See Section 14.21.11. General Notes: Notes to be shown on Site Plans include: 1. The Developer and/or Developer's Contractor is responsible for verifying the exact location, size and material of any existing water or sewer facility proposed for connection or use by this project. 2. All construction of water and sanitary sewer lines shall be in accordance to Augusta Utilities Department's Standards and Specifications. 3. All water lines shall be class 200 PVC meeting A WW A C-900, unless otherwise shown. 4. All water lines are to be tested, chlorinated, and checked for bacteria. 5. Augusta Utilities Engineering Department shall be notified 24 hours prior to any construction, tie-ins, or testing of water or sanitary sewer lines. (706-772-5503) If no answer leave message. 6. Copper Wire (12 gauge, Bare Single Strand) shall be attached along top of all buried PVC water lines, wrapped around service corporations and stubbed up into all valve boxes for locating purposes. 7. Per Augusta Utilities Specifications for backflow installations for non-residential development, a minimum "Double Check" Backflowdevice shall be installed on the customer's side of all service lines (domestic, irrigation and fire). Fire lines require a "Detector Type" backflow device. Backflow Devices shall be tested by a certified person within 5 working days of installation and the results furnished to the Utilities Engineering Department within 10 working days of installation prior to any water use. 8. Per Augusta Utilities Specifications for backflow installations residential development shall install a "Dual Check" Backflow Device on the customer's side of service line at the point of tie-in to the water meter. 9. All water valves on the main lines, including hydrant laterals, shall be: open-left if installed south of Gordon Highway (SR 10); or open-right if installed north Gordon Highway. 10. The Developer and/or Contractor shall furnish and install an approved meter box (Rome type 10" x 19" x 10" cast iron or approved equal) at the termination point of all water services and maintained until such time as meter is installed. 11. All water meters shall be purchased from the August Utilities Department. 12. Maximum sanitary sewer infiltration shall not exceed 100 GPD/inch of pipe diameter per mile. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-45 .\JGUS~ 1& EOi' . 13. All tie-ins to existing manholes shall be cored. All manholes require "K or N Seal" or equal rubber boots. 14. No connection to existing sanitary sewer lines until the proposed sewer line is inspected and approved by the Augusta Utilities Engineering Department. . 15. Sanitary sewer clean-outs shall be installed at all individual services as shown in detail and installed as not to be under driveways. 16. Finished floor elevations of all proposed buildings shall be a minimum of five (5) feet above the invert elevation of the sanitary sewer main! manhole at the point of tie-in 17. Provide 0.1 foot drop across all sanitary sewer manholes. 18. Sewer force main shall be PVC C-900, class 200 or D.I.P. and shall have 12 gauge bare single strand wire attached along the top of the main. 19. A minimum 15' Utility Easement Centered over all water lines and a minimum 20' Utility Easement centered over all sanitary sewer lines shall be deeded to the Augusta-Richmond County at completion and acceptance of said lines. 20. Disturbance to any Survey Markers or Monuments requires re-establishment by a licensed surveyor at the Contractor's expense. 21. For private developments, the Developer/Owner shall be responsible for pavement patching/replacement and the site restoration whenever Augusta Utilities Department must repair/replace utilities on the property. The developer shall arrange for access by the Augusta Utilities Department as required to make the repair/replacement of the utility 22. Contractor shall contact the Utilities Protection Inc. "Call Before You Dig" service in order to locate utilities prior to starting any excavation or construction. 23. If in the course of construction, a conflict arises between the new work and the existing water and sewer facilities, it will be the responsibility of the Owner/Ddeveloper, at his expense, to correct same as directed by a representative of Augusta Utilities Department. 24. A right-of-way encroachment permit shall be obtained from the Public Works Department prior to commencing work within Augusta right-of-way. Details: The detail drawings at the end of this Section shall be included with the construction drawings. Record (As-Built) Drawings: At the completion of the water andJor sanitary sewer construction and prior to recording the final plat, the Contractor shall furnish the Augusta Utilities Department's Inspector with Record Drawings of the project. The Record Drawings must show all field changes made to the approved drawings. Record Drawings shall be prepared by a registered surveyor andJor professional engineer and submitted in digital format, as well as hard copy. Acceptable digital formats include ArclInfo, ArclInfo export file, or a DXF file generated by AutoCad from the DWG file. Aug)Jsta Utilities Department September 2000 Design Standards & Construction Specifications 14-46 ~\JGUS~ - !"O;G All Digital Record Drawings submitted must conform to: Projection: Georgia State Plane East Datum: NAD83 Units: Feet A Data Dictionary should be inCluded with each DXF file defining individual layers. The design engineer shall use GPS to verify 2 or 3 points prior to conversion to state plane coordinates. Water record drawings shall be a separate plan from the sewer record drawing. Maximum plan size shall be 24" x 36". Scale shall be no larger than I" = 20' and no smaller than I" = 100'. No hand-drawn or marked up construction plans will be accepted as record drawings. "AS-BUll.,T DRAWING" shall be stamped in large print on the plan. If the project is a phase of a subdivision, a location sketch of the entire subdivision with subject phase outlined shall appear on drawings. Record drawings shall contain the following information: Cl Developer's name, address, and phone number. Cl Contractor's name, address, and phone number. Cl Lot numbers. Cl Road names and right-of-way widths. Cl Water and sanitary easements. Cl All water service locations and distances from both front property corners of serviced lot. - Cl All sanitary sewer services with clean-outs and distances from both property corners of serviced lot and from nearest manhole. Cl Invert and top elevations of all manholes. Acceptance of Work: Once an approved Record Drawing, final inspection and final plat with maintenance agreement is recorded, the Augusta Utilities Department will accept the new constructed system. The Developer/Owner shall be responsible for any defects in materials or workmanship within the subject system for a period of twelve (12) months from the date of the maintenance agreement. IMPORTANT: A note stating that Augusta Utilities shall not be responsible for pavement repair or site restoration associated with repair/replacement of a water or sewer line shall be included on all final plats for private developments. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-47 (j)avis-qaroin }fueney, Inc. AlA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Beam's Contracting, Inc. as Principal, hereinafter called the Principal, and Great American Insurance Company a corporation duly organized under the laws of the State of Ohio as Surety, hereinafter called the Surety, are held and firmly bound unto Augusta-Richmond County as Obligee, hereinafter called the Obligee, in the sum of Ten Per Cent (10%) of Amount Bid Dollars ( ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Bungalow Road Improvements, Augusta, Ga NOW, THEREFORE, of the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 18th_ day of _April , 2007. ~~_~.~ fl-n-c- ( Itness) Beam's Contracting, Inc. (Principal) . (Seal) By: \,j.~ ,dJ _' a:o/~~ ~ /7~~ . (Witness) Great American Insurimce Company (Surety) (Seal) /~~ .... (Title) . By: LL--t..# .f' Attorney in Fact AlA DocumentA310 . Bid Bond' AlA' February 1790 ED' The American Institute of Architects, 1735 NY Ave., my, Washington, DC 20006 1 GREAT AMERICAN INSURANCE COMPANY@ Administrative Office: 580 WALNUT STREET . CINCINNATI, OHIO 45202 . 513-369-5000 · FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than THREE No.O 17456 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney- in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety. any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address COLuMBIA, SOUTH CAROLINA COLUMBIA, SOUTH CAROLINA MACON, GEORGIA Limit of Power ALL $75,000,000. BARBARA H. REGISTER HERBERT L. DECUERS JOHN R. WALKER This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 20TH day of APRIL , 2005 Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OHIO, COUNTY OF HAMILTON _ ss: DAVID C. KITCHIN (513-412-4602) On this 20TH day of APRIL, 2005 , before me personally appeared DAVID C. KITCHIN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is the Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By-Laws of said Company. and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March I, 1993. RESOLVED: That the Division Presidellt, the several Division Vice Presidents ana. Assistant Vice Presidents, or anyone of them, be and hereby is authorized, from time to time, to appoim one or more Attorneys-in-Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings ana. collTracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, colltract or suretyship. or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March I, 1993 have not been revoked and are now in full force and effect. Signed and sealed this 18th day of April , 2007 S1029U 14-04\ E-< ~ l() = fE] n~ t'l M C E-< ("/I~ t'l t' ;!r::~~ Q'I z~~OE-<; 0= ~C"I.l ~ 0 Iii i=~<i:ll~ 8 ~ ~<(s~ :{ oll 6 0 :>- ~==~<( C 00 - I ~ ~~~C"I.le~ ~ ~ ~ S~ ~ ~ ~ ..... ffi -< ~ N <,~ M 00 ~"'" ~ ;..l \ F;l~~e~~ ~ ~ ~ .;, ''''\ , z~~~u~ . == ~ ~8 ~ )"-;-'- 00 @ ~S~~~E-<~ 00 ~~ ~ ;;" ~ ~ ~C"I.l ~ U i";f ~ U C"I.l~ ~ , fE]~~rg~fE]o .... ;;:l ;;:l ;;:l 00 CQ U = E-<~E-<CQ E-<U CQ ~ ~ < 00 z ~ r-- .... g ~ ~ ~ N r-- ~. U ... <::> -< rf1 ~ ..... <::> lQ, ~ ~ .. N .. -.. ~ .. .... (!j 00 ~ .&l ~~ ~. ;;:l v ~ "- ,..'1' .t.!J 0 .... u a1 l.!.c C-' ~ .. ;;:l ~ ;.. <:> ' U <:>. .... ;;.:; ~': ~ ~ ~ .. ..... v .., ~ Z 1:1 ..... 0 -< 00 eo <::> U := ::g "". -< E-< Z .... ~ ~ 00 0 z ~ n Z 0 ~ 0 ~ CQ .... IE-< 0 ~ /0. '" <( ~ E-< "<.~ U -:. ',.':!,--' 00 ~ ":.,Y::'.'-:":::.. 0 ~ .... N ~ rz 0 "'" \\ ~ Uu 00 00 .... ~ g) 00 z U ~~ 00 r-- r-- ~ f-' ~ <=> z ,00 00 U U <=> 0 .... 0 Vl 00 ~ ~ ;i ~ C"Il. i C:! ~ z: ~ ~~ 00 ~ 00 J;>;l ~ t) ~~ ~ ~ Cl r-- - 0, 00 0 -. ;;:l E-< .~ ~ <( 0 ..... o~j ~ fF.I N <=> 00 U f-'\ U ~ U f!l ~ j .~ ~~ffi~ c .... Uora fF.I e= ~ ~ ~ SflE-<:I: .... o U ~~g~ :I: p ~ J;>;l 5 ~ ~ E;;; ~ ::g<u E-< = E-< E;;; U ...l .... <V"lp,l J;>;l U U ~ 0 u C"IlusC"Il -< u:lf'"lp,l U ~ ... .... ::g a:l~a:l ~ ~ C"Il ~ ~ e= . C"Il ..... ... ~ :::E~O;I:: 0 J;>;l 1-- ~ ~<~U U ;;:l ~ .... V"l 00 u:l",UJ U 00 ~ ; ..... J;>;l 00 ..... a:la:l~~ -< .... U a:l N U '. ~ I"'\V'~ ;;);1 II'~L-I '-'"-'\.IL...... 'v-lI'LJ' ""\11," ,"",-,IVII I 'V1o.II' 'UV I VV EqUl~_~T_~Y...~9QE L~~UW~~N:r__NQ ~.~UJP ~D~~C SERIAL_NO '_.. ABi1.. _ .... A~ROW BOARD AB 2 ARROW BOARD 38885 .....-- ...-.. .--..... "AB 3 ." ...... ARROW'BOARD-- -'--.. .. 831403 -~_. -._--- .-. AB 4 ARROW BOARD 0795003 AC 1 ATLAS AIR COMPRE-SSOR .~__..__ HbL60265~~.. n AC 2 99 INGERSOLL RAND AIR COMPRSSR 286159 AC 3 83 INGERSOLL RAND AIR COMPRSS-R~~T645--- - --- u_ - AC 4 96 ATLAS COPCO AIR COMPRESSOR-- HOL602657 . .. .... .... ..-..----...-.---. ..--1--..-' __ AR 1 ~HRECYCL~J!..~E~RED) ...__ _____..:.-_-'-__BH .1___._ 94 CAT 4!.? I?AC!<!iQ~.. _.. ... .. . "'_' _ 08XK00467 .. BH 2 JOHN DEERE 310C RBBR TIRED BKH T0310CA766078 .-------S.H "3"'- '__h__'__ ~j5cAT4'{6ifBACk'H6'E--'---' -. 08SG09176 --- -- -...-- _d_ -SH 4 75 JOHN.DEERE""31-.0SE BACKHOE 48-15752 .- ------ -----SH 5-------- ;01Jol=fN"-OE-ER'E-SACKHOE-3fos-E---'" - T0310SE883161 - BH 6 DO NOT USE-=-WRONG-CO .--' -.-- -- n_ - . - - -.----.- ----.----- .------.-..------... --. -.-....- --- .--.. ~!! 6 DO ..NOT U~~~ ..YV.BON~,qq _____. BH 6 00 CAT 416C4ME BACKHOE 5YN15872 BH 6 00 CAT 416C4ME-SACki-lOE----n--.-.. 5YN15872 BH 7 CAT 416 C BACKHOE- - -- ----- - .. 05YN00986 BH 8 00 JOHN DEERE-3-16sE.BACKH6I::--....--TO~f10-SE888431 BH 9 01 JOHN DEERE-310E-BACKHOE f0310EX850029 BU1 95 HARDEE BUSHHOG----.-------- . .- CA 01 RST OMNIBUS CAMERA-iNS'PEC;( 5Y5--- CM 1 CEMENT MIXERS --:rY1isc------ - CU 1 ASPHALT CURB MACHIN-E-'--'-- - UNKNOWN CU 2 SOLD DO NOT USE 5707Sif1'84- CU 3 5700B POWER CURB'ER- -- 57008-=01-0220460 DZ 1 95 CAT D5H XL DOZER -SkJ04497 DZ 3 D5M DOZER 4TF31679--- FL 2 CASE FORKLIFT 585C JJG0067858 FL 3 NISSAN P50 FORKLIFT 9H0945 ----- . FL ~_____ . _____ _ QBA~Q~LL SKY'=!fJ---- - .-- --. -. ----- 8344007L GN 1 991NGRSLL RND GENERATOR 299635UDJ810 GN 2 VACUUMGENERATOk----------..-- ---- GN 3 GENSET 50KW ----'39f71 F'-- ... . -.---- -et t---- n. - -.-- ~f~~~S~~[~~~J6NG -clfI~=-'.---~~ E58{--:. LO 1 91 KOMATSU WA250ToADER-.------- T2~f72- LO 2 -- 86 JOHNDEERE 644CToA"DER--. ... - 15VV644CB504837 LO 3 89 KOMATSU 250 LOADER 1\6-0153- -... LO 4 ___ 9,7 MELROE 7 43f! ~9BCA Tb9ADE~L_ _ ~9~32~~36 .. ______ _ LO 5 98 CAT IT28 LOADER _. _' SCR00912 - -LO -6------ 9~nViELF~OE 80i3CATToADER - S'15816'151 LO 7 2600 JD TC54H LOADER . DWTC54H572127 LO 8 SOLD 426033130010486 LO 9 BOBCAT 753 LOADER---'--- 515837935 . --.. .....------=.::..-----.--- -.---------..... - . --- ..... .. MG 10 ________..._~4-c;A"I..~_~OQ_fy1..9IQ~~~D~~__ __. 7,2..y'Q77q7 MG 7 94 CAT 12G MOTORG~p"~~_______ ~.E~!?_ MG 8 97 CAT 12H MOTORGRADER 4XM01483 MG 9 00 CAT 12H MOTORGRADER .- 4XM0200g-- _.- ~_. MS AU1 AUGER MS AWT1 ASPHALT W A T-ElffANT( &"P-OMP----" ON-KNOWN MS BL1 ~LOWE_~ __________.QBO!?1__ MS BL2 BLOWER MS BL3 BLOWER MS BLV1 BUILDERS LEVEL MS CH1 HIL TI COMBI-HAMMER MS COS1 STIHL 400 CUT OFF SAW MS COS2 HUSKY 371 R CUT OFF SAW MS CP1 CENTRIFICAL PUMP WT30X MS CP2 CENTRIFICAL PUMP-PT3A MS CS1 CONCRETE CHAIN SAW MS CU1 USE CU1 .... ... --.. - UNKNOWN ---- -- --- . ..-----....-- ..=.'-----.. -- MS FS1 FLOOR SAW HONDAGX390 (BLUE) MS FS2 FLOOR SAW STURI SAW Ifs~P~Y---i6:24---. 1--. -- 021301045 TD5862 UN -- - ---- 012400074 GX240-242 --.- .. 672905783 'BILLING_RATE I Jl ;J .------ -) "';j --. -.-----..--- ." ^!) '0 --,,-----. .~~~~ - ,',1) :J "0 o :. iO '0 )0 - -- -_. ...-- 0.00 :1) 0.00 .' '10 " ~-,) .JO J -.J 'D 0.00 - -.-. ---_. ---- ...\l - __n_ _ . ____ __.__ 0.00 .. -...-.-. .~ .,;11 m__ ____ _..1\) ;) ,) }J --- ...----- - --- 'J '.J J '1) JO '0 !) :) ;0 '0 ~O J --- .- 0.00 jO JO D 10 0.00 0.00 .-._--- 0.00 0.00 - --..-.--.- I - ___~9_q - t. -.- :~~-~ r 0.00 -....--- 0.00 -- - ------0.-00 _._- 0.00 0.00 0.00 0.00 0.00 ____o --Ms FTi - --- - - FORM TRAiLER-DUAL AxLE MS HB1 HbLMES-BROOM-~FOR IT28 MS HD1HIITH.iAMMER-DRILLTE65 --- ---- --------MS HG1 - -- _m__ BUSHHOG----- MS HL 1 HYDRAULIC LIFT FOR PT1 MS HTP1 HYDROSTATIC TEST PUMP 207567~t!g~'2A_ MS HTP2 HYDROSTATIC TESTPUMP-HONDA 5-:5 UNKNOWN MS JH3 JACK HAMMER 30# ~- " MS JT1 JUMPING JACK TAMP-as-60Y ---- --- iSCj984725 -=--'-- ---.--------.- .-..----.----.- .. - .. ---- - - MS JT2 JUMPING JACK TAMP BS60 755105361 _____-'-_MS JT4 WACKER JUMPING JAC~.It._~ ~-~~_~~ ~I{~Q~~~4 __~.:.. MS JT6 JUMPING JACK TAMP WACKER 5119384 --. - -MS 7fi-- ----- JUMPING JACK TAMP:SSi50-Y--- . --674603384 - -- ., --:.---MS its -- - -._- - - -- BS-OOVJUMPlr;rGJACk-TAMP ----- 677901801 ----------------MS U20------- I:i\SER PLANE 22DMOOELL-22(f----- - 3-1"88----. . -- MS LP1 LASERPLANE 220 SPECTAAPHYSTC-S - 3-:r8S'-- MS LP3------ LASERFiG\NE-5-6ot-SPECTRA-PR"E"t:- - . 47574 -..--------MS Lr--'--- --- AMI"OA-FLOOb-CIG-HT--'--P - 5080D15MH - _._.0--- -------.--M"s [\11'--"". ----. -- --. - LEVEt--- ____._.._H - . TD1973 MS MGL 1 MOTOR GRADER LASER-------- -f-'--- -.-- MS MPS1 MULTIPURPose-SAW JOHND-EER 380- JT349001 MS MX1 CROWN MUD MIXER ___u":'___ MS MX2 CEMENT MIXER .- --.- 554906 ~--=~~-=--M~Q;iT:~~:':'::-==:~~= qff"~gg~fR.AII=:E._I3).::r. ~_RE:EN-.-- _:_. _ ~ - ~f'!Kf\l()WN MS PFT PORTABLE FUEL TANK-SMALL --.- -.-------.- -- .- MS PG1 PORTABLE GENERATOR GFI MS PH1 PIPE HORN- TOM LAWHEAD---- - - - -- -- - MS PL3 PIPE LASER ---,--- 9957 -- MS PT1 PLATE TAMP DFiD"o5045H-- - .___n___ "1228372 MS PT12 PLATE TAMP MDL#O0075ia- --- 5247365 -- ..-- - -. .-_.___ ___-:.-__=. _.__. __ m_ ... .__.._ __.___._ _ ___.._....__..._._._ _ _ _... _. _ _____ ..__________ MS P_T~______ __q _____ PI:.A.!E T~~P__B..PU2~~A _ ~9_9_36.5957 MS PT3 PLATE TAMP B/S 135202 961195YA MS PT4------- PLATEtAMP--R4~60G--' ..---.- U1290 MS PTS--- - -- - -- PLATE-tAMP-VPA1350W . -679303928 MS PT6 PLATE TAMP n_ ----.- -.- 805-901012 '..-.-.--.---. ----. ------- MS PT7 PLATE TAMP MS PT8 WACKER PLATE TAMp. Or'fKNOWN MS PW1 PORTABLE PRESSURE wAsl:r2-S-cfo.ps{--17342-'--' -- .-- MS PZ1 PIZZA CUTTER MS PZ2 PIZZA CUTTER MS STR1 GRACO LINE LASER STRIP-ER:-----A14-75-- MS STR2 GRACO 3500 STRIPER NONE FOUND MS STR3 GRACO 5500 LINE LASER A2748 MS TM1 TROWEL MACHINE 48" --- 6S1456--- MS TM2 TROWEL MACHINE 36" S13622 MS TP10 TRASH PUMP HOMELlTE MOD#91232/103SEL --- .--.-.-. '. -_.. -.. MS TP11 MUD HOG PUMP CH&E 000020205 MS TP3 TRASH PUMP-MUD HOG 553SW"R/D0109194 MS TP4 TRASH PUMP-MUD HOG f604------ - H.Fff720"169 MS TP5 TRASH PUMP- MUD HOG-- 3P613-n -.---.--.." MS TP8 TRASH PUMP CH&E 0010195 MS TP9 TRASH PUMP HOMELlTE 111DP3-1 MS lTL 1 TAMP TRAILER-ASPHALT UK MS WBB1 BILLY GOAT BLOWER MDL# QB1304H 0213-0104~5- MS WD1 WELDER-PORTABLE -~_.. --". - MS WT1 WATER TANK AND PUMP MS WT2 __ WATER I~LE'3J=OR CURB-MACHiN-E- ~QY"N PL 1 PIPE LASERS - MISC PL 2 PIPE LASER 1230 n___ - 123-0-- PL 3 PIPE LASER 1437 ----143Y--. PM 1 98 THOMPSON TRASi:(PU"MP-------- 6HT:906--- -.---.. PU 1__ ~9LD ____ __ ~T~~f'.I~4P9G5043669 ----____~Q19______ _ ~O_~Q __ _ _ 1GC~K19R6TE158700 PU 11 ~6 CHEV C3500 CREW ~AB __ . __ _. . . 'LC?l!.H~33R4TF00630 PU 12 96 CHEV C1500 EXT CAB (CAREY) 1GCEC19M6TE106131 PU 13 96 CHEV K1500 EXT CAB (JOEL) ----- -lGCEK19R2TE209691 ' DOT FORMS 5031 343323 0.00 0.00 0.00 0.00 -----~ 0.00 . - ---- .- .. --_. 0.00 0.00 0.00 , --- -. - -~:~~ I 0.00 I 0.00 0.00 0.00 n._. _. _ ___ 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 _Jl~09. 0.00 -.. ..--- 0.00 0.00 -.---..---. 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 .___9~ 0.00 ----.--. ----- ..... -,---~ 0.00 .. __ 0-____- 0.00 ..-- .-..---- 0.00 ::l -, ---.--.-.- 0.00 -..-.-.----- 0.00 ..-.-..----- 0.00 0.00 - - 0.00 - .J@Q 0.00 -. -. ----- 0.00 __ . ~--___O:.~ 0.00 ..-.-0.00 _ O.~.Q 0.00 0.00 - --~ 0.00 0.00 --- --~~ '-)/ --- n-:- ~~i to- o o C'I I.t) C'I ~ ~ -d ~ .. ... = e = s cP cP uri ts- .~J! e:8 0.;; I! iU =i c . 0; .eg' ca.Q .tit; s~ Uo ...c ::1- ~il O'i ";'2 _ftI ~~ .a... cao Ccn Ocn :ge Ee .ea. Cc --.- =li; .2.c ~t; ._ .c C)3: w ~ It) C") .,; ;x C") .... N o C") Q Z cC ::J: Z o (/) I- ~ I- Z o (.) u.. o (/) =:J I- ~ (/) o:r ~ I- o c E o u. < Cl Z ~ '0 oJ!! 0 _Ul .c Ul '0 I-~ Uo4; 0 e:: ~ (I) (I) 0) .c ~ < ~ ~b U ..... O)C(I) (I) ~~c ZcPi:: ~ &3~'~ <i~;<~ dZC Cl_uiJjCl ~ o:::cCl!. ~O't:l :::;.M a.. Z >< 1:-,g C S 1: ci OW ~ u,,!!.- ~z j::- o(l)"8'~ 0- ~~_~~~jc;~ g-ee:CEi~~:CE~ ~Q. 'C E -...~Ec::~~ ....--o)CG..-o) ~:t: 0_::.0 0) 0_ <(I)OW;:oozow I- (.) fiJ~ I- I- wz -10 0.(.) co :Iii 0::: o W (.)0 Z Z :::I :::I 1-:lC: ~ 0::: i I- W - z~ L&.. 0 o w It) z tii 0-1 ~~ 00 11.(.) en z o .... tii ~ Ze) :::::i to o fiJ_g ........,!..,Q ~ ffi ~ C") !Z ~ .... o I- ~ (.)0 to 0 :::lI- en en Z o ~ -Ie) N ~ il 00 I- (,$. c ~ G: ~""'" 'S .19. .... Ii:; o Q ~ = rn .... .. S U ftI .. 1: o (.) o o cO 00 It) ~ CD ~ .. ~ o .... g Q .... M ~ .... ~ .... g Q .... M a) N It) N Q Q Q M Q) oo~ 00 N .. ~ o 00 g Q It) CD ~ ~ .... g Q o Q ,..: ~ N g Q It) ~ .... N "':. .... Q N M CD .... ,..: ~ .. ~ Q N g ~ ~ ~ o CD g cci ~ Q) ,..: CD M g N It) ~ lIS ~ ~ Q N M N d cO N 0 .... .... N .... o .... ~ ~ .... .. ~ ~ ~ It) g N Q 00 Q 00 CD N g d o o ~ ~ g d o o Q It) .... g N o 00 ,..: N .... M ~ .n 00 It) Q)~ .... ~ .... Q Q CD Q N M CD N ~ ~ ....~ lIS .... Q) M It) .. .. ~ ~ Q Q It) 00 ~ .n 00 It) en CD ~ .... g g g cO M ..t 3 ~ ~ M M~ an Q) ~ .... ~ lit ~ .... .... g g g en cO d It) It) Q N 00 0 rIO ~ Q M CD It) .... ~ It) g iii Q "':. .... M ~ .... C o ;:I U .s Ul C o o .. S C ftI 0)'- oe' -0 -0) ~Cl 0) ~ ::J!! J:lUl o ~ =F~ 1-< 0) C ::i .. ! (I) CG -{ '2' Cl g i- C) 3 c 0 o 0 'E C o '0 C) U C it ::i g c:7i CD CD oo~ M It) N o .... 0:1; ; N CD ~ ~ lit an .... It) ~ N .... ~ o Q Q) ~ .... ~ o o c:7i It) CJt .... 00 00 g g Q iii o .... o N an a) N It) N M g ..t N ~ an CD C'Ii. .... g en It) ~ lIS o ~ .... < CG C) :c i- E c ~ o '0 ftI 0 :c E ~ '0 o di C '2 0) 'C i 'C IX Ul '> ftI C .; .... u .... 0) Q; .0" 'E &: o....:!: =o~ ftlc::c 0<.:.: .::Z oJ C) :; :; IX<(jO (j C C) >- (I) >- .;~"i~ '5i ._ C J:l C .Q ~5.55 E ..JO~O i: N .... cci It) CJt .... CD .. ~ o M Q) Q Q cO .... .... It)~ 00 00 ~ .... CD M 3~ C'Ii. .... C ~ < Q en ,..: .... Q lIS It) Q~ .... .. 1.0 CO ,..: (W) "- ~~ ~ <0 &6' - t g ~ o ~ w c z =' ~ ~ fiJ Iii ...I Q, :IE e o z =' ll- e ...I g .... ~ o Q Q) g en ~ .... Q~ CD It) Q~ .... Q Q c:7i ~ a) 00 It)~ .... Q Q cci N 00 ai .... .... N~ .... o (I) i- C ~ o o c 0) ~ < .. ::I o >- o ... C ::I ~ III .. o i ::I ... C CD > ... C '0 .., III o C o 1: o Co .. ::I o >- .. o CD 5 ... . 001 ~.5 ;i I~ ~~ CD! g~ o E ,,= b.E iii= -6:E '>- =65 c... -0 ~~ i~ .21; ~5 ~i 0- ~- =J!I illS e - ~.; _01 -f 0101 .501 III III III CD :=5 ...C 11I'- =,,: ,,~ C'- Ill.c s~ I'll" "C ._ I'll '0 . III~ C._ 8i i;'~ e.u ..! ~1'Il ~(,) C e 0= (,) .6 CD >< .cl'll I-::E .: ~ l! ... c <3 CD e 'C a.. f I'll ::I o >- ~ NO: C~ ~~ o C (,) 0 .5.8 !~ o III if 01 III :g~ 0>- j~ 21) ~i .co (1)(,) ... W I- o Z N w b z .. .! '0 "- GIN 5::- ~1 ~! u; !. ~- t:- ~-g ::I.m . (')lCIII .. _ CD == g ~ls "'III!! 11I- e .5~= &02 ~ IllCDU III " CD &.g 5 ..=... J!!1II0 ~.c C o~:8 C ~ ~ ~c.!! U 0 >< -a.t!CD f~'i at .0'= S al c=" &,Illlll ='=.c "'III~ i'C! OlS.q: C II :gill , c:o.Ol o -'l C USE .!Ii'll.! ti .2 .f! Ill".c ..C'" c-... o.llio ~~! .!!! ~ " S"CD o~5 "o2!;; .. 41 0 I",:: lllo1! CDQI... .c::lC "'-0 =~::E ;.; ~ o z Instruction to Bidders 1B 1 thru 1B-3 List of Proiect Documents Bungalow Road Improvements Project Project Number: 323-04-299823595 Section Paees Georgia Prompt Pay Act PP A - 1 Minority and Economically Disadvantaged Business Support ME-1 Special Conditions SP - 1 thru SP - 2 Agreement A -1 thru A-4 General Conditions 3 thru 33 Supplementary Conditions SC - 1 thru SC - 2 Proposal P-1thruP-5 General Notes G -1 thru G -14 Traffic Control TC - 1 thru TC - 23 County Contract CC - 1 thru CC - 27 Water Quality Monitoring *Water Quality Consultants WQ-1 thru WQ-4 WQC- 1 thru WQC-6 *Consultants Pre-Qualified by GDOT 1B - 1 SECTION IB INSTRUCTION TO BIDDERS IB-Ol. GENERAL: All proposals must be presented in a sealed envelope, addressed to the Owner. The proposal must be filed with the Owner on or before the time stated in the invitation for bids. Mailed proposals will be treated in every respect as though filed in person and will be subject to the same requirements. Proposals received subsequent to the time stated will be returned unopened. Prior to the time stated any proposal may be withdrawn at the discretion of the bidder, but no proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. IB-02. EXAMINATION OF WORK: Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work or the cost thereof under the contract. No oral agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of the contract, shall affect or modify any of the terms or obligations therein. IB-03. ADDENDA AND INTERPRETATIONS: No interpretation of the meaning of plans, specifications or other prebid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to the Purchasing Department, 530 Greene Street, Augusta, Georgia, 30911 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 the form of written addenda to the specifications which, if issued, will be sent to the Augusta-Richmond County Purchasing 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. 1B - 2 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: The bids will be compared on the basis of unit prices, as extended, which will include and cover the furnishing of all material and the performance of all labor requisite or proper, and completing of all the work called for under the accompanying contract, and in the manner set forth and described in the specifications. Where estimated, quantities are included in certain items of the proposal, they are for the purpose of comparing bids. While they are believed to be close approximations, they are not guaranteed. It is the responsibility of the Contractor to check all items of construction. In case of error in extension of prices in a proposal, unit bid prices shall govern. IB-06. BIDDER'S QUALIFICATIONS: No proposal will be received from any bidder unless he can present satisfactory evidence that he is skilled in work of a similar nature to that covered by the contract and has sufficient assets to meet all obligations to be incurred in carrying out the work. He shall submit with his proposal, sealed in a separate envelope, a FINANCIAL EXPERIENCE AND EQUIPMENT STATEMENT, giving reliable information as to working capital available, plant equipment, and his experience and general qualifications. The owner may make such investigations as are deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to him all such additional information and data for this purpose as may be requested. The Owner reserves the right to reject any bid if the evidence submitted by the bidder or investigation of him fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Part of the evidence required above shall consist of a list of the names and addresses of not less than five (5) firms or corporations for which the bidder has done similar work. IB-07. PERFORMANCE BOND: At the time of entering into the contract, the Contractor shall give bond to the owner for the use of the owner and all persons doing work or furnishing skill, tools, machinery or materials under or for the purpose of such contract, conditional for the payment as they become due, of all just claims for such work, tools, machinery, skill and terms, for saving the owner harmless from all cost and charges that may accrue on account of the owner performing the work specified, and for compliance with the laws pertaining thereto. Said bond shall be for the amount of the contract satisfactory to the owner and authorized by law to do business in the State of Georgia. Attorneys-in-fact who sign bonds must file with each copy thereof, a certified and effectively dated copy of the power of attorney. IB-08. REJECTION OF BIDS: These proposals are asked for in good faith, and awards will be made as soon as practicable, provided satisfactory bids are received. The right is reserved, however to waive any informalities in bidding, to reject any and all proposals, or to accept a bid other than the lowest submitted if such action is deemed to be in the best interest ofthe Owner. 1B - 3 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, a.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 Riclunond 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 ofthe 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 MINORITY AND ECONOMICALLY DISADVANTAGED BUSINESS SUPPORT It is the intent of the Augusta-Richmond County-Commission to increase . the involvement of qualified minority and economically disadvantaged businesses in the contracted work of County Government. In an effort to support this intention, this project is offered to all qualified firms. The bids will be evaluated based on qualifications, price and construction time. With all other items being considered equal, the contract, if awarded, will be awarded to a minority and economically disadvantaged firm or a firm that has included such firms as subcontractors on this project. The bidders shall include with their bid, a statement of qualification for themselves and/or any qualified subcontractors explaining why they should be considered a minority or economically disadvantaged firm. If the firm does not fall into this category, no information is necessary. ME-l BUNGALOW ROAD IMPROVEMENTS Project No: 323-04-299823595 SPECIAL CONDITIONS SCOPE: The project consists of the installation of new concrete curb and gutter, concrete sidewalks, concrete driveway aprons, storm drainage piping and catch basins and new sanitary sewer mains. The Contractor shall furnish all materials, equipment, labor, and supervision needed to properly complete this project. TERMINI AND LENGTH: This project extends .76 miles from Richmond Hill Road to U.S. Hwy 25 (Peach Orchard Road). LUMP SUM CONSTRUCTION: Item Number 230-1000 Lump Sum Construction, includes, but is not limited to the following: Bonds, insurance, locating, maintaining and reclaiming borrow and/or disposal areas, construction staking, removals and relocations not covered by a separate pay item, sawing pavement, removing and resetting of other obstructions and any other item not covered by a specific pay item. The contractor shall submit an itemized breakdown of all items included in the price bid for Lump Sum Construction. This includes all items for which there are no specific pay item. This will provide'accuracy when partial payments are requested for Lump Sum Construction. HANDICAP RAMPS AND SIDEWALKS: The proposed handicap ramps and sidewalks shall be constructed per the latest ADA standard and Ga. DOT revised details A-I, A-3 and A-4, not as shown on the construction plans. STORM DRAIN PIPE: All RCP shall include a-ring gaskets. RIGHT OF WAY CONSIDERATIONS: All work in Right-Of-Way Considerations shall be paid for as Lump Sum Construction. SP-1 The property owners at 2225 Bungalow Road (Tax Map 86-4, Parcel 18) have two electrical outlets that will be involved in the construction of Bungalow Road Improvement Project. These outlets are to provide power for two large trees that are decorated every Christmas. The trees are to be removed for construction. However, they intend to replace the trees and would like to continue decorating them. The receptacles shall be replaced in kind by the contractor. J ames Eric Wiggins 2215 Bungalow Road (Tax Map 86-3, Parcel 133) Tie an existing drainpipe into the new drainage system. The existing pipe comes from a spring under this house and has no other outlet. Jerome V. Trapp and Joe Norris 2201 Bungalow Road (Tax Map 86-3, Parcel 128) A yard drain is to be constructed in the low area of this yard. The contractor will be responsible for determining the correct location. Ms. Evelyn F. Hrabovsky 2503 Ivey Road (Tax Map 86-3, Parcel 40) The wooden fence shall be replaced in kind or reset in as good, or better condition as present. Augusta Praise Tabernacle 2514 Richmond Hill Road (Tax Map 86-3, Parcel 44.01) When the brick columns are removed, they shall be replaced with temporary posts and a chain. The church will use the present lock. UTILITY CONFLICTS: The Contractor shall coordinate with all utility owners by providing a schedule addressing in detail, when, where, and how long each utility will be involved in the utility conflict(s) resolutions and/or relocations Each utility will provide input in compiling such schedules. This schedule must be compatible with the construction schedule prepared and submitted by the Contractor. Weekly meeting including all utility reps, as selected by the Contractor and the Engineer, will be scheduled to address utility concerns on a regular basis. SP-2 SEQUENCE OF OPERATIONS: The contractor shall stake and clear the right of way for Georgia Power before Stage I of construction begins. Georgia Power has indicated that it will take twelve (12) weeks to relocate their facilities after taking and clearing has been done. SP-3 SECTION A AGREEMENT THIS AGREEMENT, made on the _ day of , 200_ by and between the City of AU2usta 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 shown on the plans and described in the specifications for the project entitled: Bungalow Road Improvements Project Number: 323-04-299823595 And in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions hereto attached, which are hereby made a part of this agreement. ARTICLE II - TIME OF COMPLETION - LIQUIDATED DAMAGES: The work to be performed under this Contract shall be commenced within 10 calendar days after the date of written notice by the Owner to the Contractor to proceed. All work shall be completed within 280 calendar days 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, 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. A-I ONCE MOBILIZED, THE CONTRACTOR SHALL NOT STOP MAJOR CONSTRUCTION ACTIVITIES FOR MORE THAN 14 DAYS, UNLESS APPROVED BY THE AUGUSTA-RICHMOND COUNTY ENGINEERING DEPARTMENT. IN THE EVENT THAT UNAPPROVED MAJOR CONSTRUCTION ACTIVITIES ARE CEASED FOR MORE THAN 14 DAYS, A TOTAL OF ONE THOUSAND DOLLARS ($1,000) SHALL BE PAID TO THE OWNER FOR EACH AND EVERY CALENDAR DAY THE CONTRACTOR DOES NOT COMMENCE MAJOR CONSTRUCTION ACTIVITIES. IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE THE WORK WITHIN THE TIME HEREIN SPECIFIED, then the contractor does hereby agree, as a part of the consideration for the awarding of this contract, to pay the Owner the sum of One Thousand Dollars $1.000 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 a 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 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. A - 2 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 12 months after final payment, from requirements of the specifications, or from manufacturer's guarantees. It shall also constitute a waiver of all claims by the contractor except those previously made and still unsettled. (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. ( 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. Each payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. A - 3 ~l4 - bQ~ 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. AUGUSTA, GEORGIA COMMISSION-COUNCIL (Owner) By: LY .-{~~.'--------- SEA. L ~ 4 *.' .- , f-~ ~ ~~tJ 11/ ,~..'M~ WItness CONTRACTOR: ~Is Co~~~ ,-nc. By: W~~ '~ Title: O:t? If(lU;l~r1''''- I Address: "Z-~3S- ~(C,.... ~. SEAL Attest _~ U'-"'~ ~ I 2t'IBi'Z---- ~1'~ Secretary . ~ Witness A -4 Bond NO.CA 334 37 75 ~ GREA1WERICAN. GREAT AMERICAN INSURANCE C9MPANY lIIOS"AAm__I' Ohio You should usc AlA documcnt which has this cGution wiU not be obscured as may occur when docm1'lents in red assures that AlA Document A312 Performance Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Beam's Contracting, Inc. 2335 Atomic Road Beech Island, SC 29842 SURETY (Name and Principal Place of Business): GREAT AMERICAN INSURANCE COMPANY 580 WALNUT STREET CINCINNATI, OHIO 45202 OWNER (Name and Address): Augusta Richmond County Commission 530 Greene Street Augusta, GA 30911 CONSTRUCTION CONTRACT Date: Amount: $3,519,984.30 Description (Name and Location): Bungalow Road Improvements Project Number: 323-04-299823595 BOND Date (Not earlier than Construction Contract Date): Amount: $3,519,984.30 Modifications to this Bond: ~ None D See Page 3 CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) SURETY GREAT AMERICAN INSURANCE COMPANY Company: (Corporate Seal) Signature: ~JA' ~ ,d~-L;> Name and Title: Attorney-in-Fact ~ (FOR INFORMATION ONL Y--Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or Davis-Garvin Agency, Inc. other party): GLENDA BANDY Notary Public of South Carolina My Commission Expires December 31 , 2010 " P.O. Box 21627 Columbia, SC 29221 (803) 732-0060 AlA DOCUMENT A312 - PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1984 ED. - AIA@ t , ., A312-1984 ,1, F.9748B (9/99) 1 The Contractor and the 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 It the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3 If there is no Owner Default, the Surety's obligation under this Bond shall arise after: 3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construc- tion Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reason- able 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; and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be de- clared earlier than twenty days after the Contractor and the Surety have received notice as provided in Sub- paragraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accor- dance with the terms of the contract with the Owner. 4 When the Owner has satisfied the conditions of Para- graph 3, the Surety shall promptly and at the Surety's ex- pense take one of the following actions: 4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or 4.2 Undertake to perform and complete the Construc- tion Contract itself, through its agents or through inde- pendent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Con- struction Contract, arrange for a contract to be pre- pared for execution by the Owner and the 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 Paragraph 6 in ex- cess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor's default; or 4.4 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 deter- mined, tender payment therefor to the Owner; or .2 Deny liability in whole or in part and notify the Owner citing reasons therefor. 5 If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen 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 Subparagraph 4.4, and the Owner refuses the payment tendered 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. 6 After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, or 4.3 above, 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. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Sure- ty is obligated without duplication for: 6.1 The responsibilities of the Contractor for correc- tion of defective work and completion of the Construc- tion Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and re- sulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 Liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual dam- ages caused by delayed performance or non-perfor- mance of the Contractor. 7 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Con- struction 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 or successors. 8 The Surety hereby waives notice of any change, includ- ing changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obliga- tions. 9 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 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 oc- curs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation avail- F.9748B (9/99) AlA DOCUMENT A312 - PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1984 ED. - AIA@ A312-1984 2 able to sureties as a defense in the jurisdiction of the suit shall be applicable. 10 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the sig- nature page. 11 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 con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12 DEFINITIONS 12.1 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 Con- MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: tractor 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, re- duced by all valid and proper payments made to or on behalf of the Contractor under the Construction Con- tract. 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to per- form or otherwise to comply with the terms of the Construction Contract. 12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL Company: Beam's Contracting, Inc. (Corporate Seal) Signature: Name and Title: Address: SURETY GREAT AMERICAN INSURANCE COMPANY Company: (Corporate Seal) Signature: Name and Title: Address: F.9748B (9/99) AlA DOCUMENT A312 - PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1984 ED. -AIA@ A312-1984 3 Bond NO.CA 334 37 75 ~C41\L GREAT AMERICAN INSURANCE COMPANY lII$uAAlICl_U Oh io ('AI) nON: shOllld use an AlA document which has this caution will not be obscured as may occur when documcnls in red. thm AlA Document A312 Payment Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Beam's Contracting, Inc. 2335 Atomic Road Beech Island, SC 29842 SURETY (Name and Principal Place of Business): GREAT AMERICAN INSURANCE COMPANY 580 WALNUT STREET CINCINNATI, OHIO 45202 OWNER (Name and Address): Augusta Richmond County Commission 530 Greene Street Augusta, GA 30911 CONSTRUCTION CONTRACT Date: Amount: $3,519,984.30 Description (Name and Location): Bungalow Road Improvements Project Number: 323-04-299823595 BOND Date (Not earlier than Construction Contract Date): Amount: $3,519,984.30 Modifications to this Bond: ~ None D See Page 6 CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) SURETY GREAT AMERICAN INSURANCE COMPANY Company: (Corporate Seal) S;gnature ~J~ -.;/ ;6j~ Name and TItle: AttornelGlt~iol~cnDY Notary Public of South Carolina . s' .res December 31. 2010 Signature: Name a~d Title: Q:o p~\~ ~ i.1~ ..su."eic..C'i (Any additional Sign~Jres appear Ofl page 6) (FOR INFORMATION ONL Y--Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or Davis -Garvin Agency, Inc. other party): P.O. Box 21627 Columbia, SC 29221 (803) 732-0060 AlA DOCUMENT A312. PERFORMANCE BOND AND PAYMENT BOND. DECEMBER 1984 ED.' AIA@ A312-1984 4 f.9748B (9/99) 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment fumished for use in the perfor- mance of the Construction Contract, which is incorporated herein by reference. 2 \/Vith respect to the Owner, this obligation shall be null and void if the Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity whose claim, demand, lien or suit is for the payment for labor, materials or equipment furnished for use in the performance of the Construction Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety, and provided there is no Owner Default. 3 With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes payment, di- rectly or indirectly, for all sums due. 4 The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with sub- stantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the Contractor: .1 Have furnished written notice to the Con- tractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the mate- rials were furnished or supplied or for whom the labor was done or performed; and .2 Have either received a rejection in whole or in part from the Contractor, or not received with- in 30 days of furnishing the above notice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly; and .3 Not having been paid within the above 30 days, have sent a written notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. S If a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety, that is sufficient compli- ance. 6 When the Claimant has satisfied the conditions of Para- graph 4, the Surety shall promptly and at the Surety's ex- pense take the following actions: 6.1 Send an answer to the Claimant; with a copy to the Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for chal- lenging any amounts that are disputed. 6.2 Payor arrange for payment of any undisputed amounts. 7 The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 8 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the perfor- mance 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 the Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work. 9 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelat- ed to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obliga- tions to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10 The Surety hereby waives notice of any change, includ- ing changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obliga- tions. 11 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdic- tion in the location in which the work or part of the work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Sub- paragraph 4.1 or Clause 4.2 (iii), or (2) on which the last labor or service was performed by anyone or the last mate- rials 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 applica- ble. 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the sig- nature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be suffi- cient compliance as of the date received at the address shown on the signature page. 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 con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this F.9748B (9/99) AlA DOCUMENT A312 - PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1984 ED. -AIA@ A312-1984 5 Bond shall be construed as a statutory bond and not as a common law bond. 14 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15 DEFINITIONS 15.1 Claimant: An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equip- ment for use in the performance of the Contract. The intent of this Bond shall be to include without limita- tion 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 MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: 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. 15.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL Company: Beam's Contracting, Inc. (Corporate Seal) Signature: Name and Title: Address: SURETY GREAT AMERICAN INSURANCE COMPANY Company: (Corporate Seal) Signature: Name and Title: Address: F.9748B (9/99) A312-1984 6 AlA DOCUMENT A312 - PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1984 ED. -AIA@ e e e GREAT AMERICAN INSURANCE COMPANY@ Administrative Office: 580 WALNUT STREET. CINCINNATI, OHIO 45202 . 513-369-5000 . FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than THREE No.O 17456 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney- in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address COLUMBIA, SOUTH CAROLINA COLUMBIA, SOUTH CAROLINA MACON, GEORGIA Limit of Power ALL $75,000,000. BARBARA H. REGISTER HERBERTL.DECUERS JOHN R. WALKER This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 20TH day of APRIL , 2005 Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OHIO, COUNTY OF HAMILTON - ss: DAVID C. KITCHIN (513-412-4602) On this 20TH day of APRIL, 2005 ,before me personally appeared DAVID C. KITCHIN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is the Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March I, 1993. RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or anyone of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys-in-Fact to execute on behalf of the Company, as surety, any and all bonds. undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power (~f attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such qfficer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affIXed. CERTmCATION I, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March I, 1993 have not been revoked and are now in full force and effect. Signed and sealed this day of S1029U (4-04) Client#: 4703 BEAMSCON ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE IMM/DDIYYYY) 07-17-07 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. PRODUCER Davis-Garvin Agency, Inc. PO Box 21627 Columbia, SC 29221-1627 800845-3163 INSURERS AFFORDING COVERAGE INSURER A: Capital City Insurance Company INSURER B: Hartford Insurance Company INSURER C: INSURER D: INSURER E: NAIC# 30589 INSURED Beam's Contracting, Inc 2335 Atomic Road Beech Island, SC 29842 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 'l.TR ~SIU TYPE OF INSURANCE POLICY NUMBER PJ>..N~~~~~68,w\E Pg~f.r,~"t~~N LIMITS A GENERAL LIABILITY 01CLOO0845 04/01/07 04/01/08 EACH OCCURRENCE $1 000 000 f--- DAMAG.ST9_RENTED ,.!.. OMERCIAL GENERAL LIABILITY $100.000 f-- CLAIMS MADE [K] OCCUR MED EXP (Anyone person) $5,000 ,.!.. PO Ded:1,000 PERSONAL & ADV INJURY $1,000 000 f-- GENERAL AGGREGATE $2 000 000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2.000 000 n .il- PRO- . n POLICY JECT LOC A ~TOMOBILE LIABILITY 01CAOO0846 04101/07 04/01/08 COMBINED SINGLE LIMIT r!- ANY AUTO lEa accident} $1,000,000 f-- ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) f-- r!- HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) f--- PROPERTY DAMAGE $ (Per accident) RRAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ A EXCESS/UMBRELLA LIABILITY 01UL001273 04/01/07 04/01/08 EACH OCCURRENCE $6 000.000 W OCCUR D CLAIMS MADE AGGREGATE $6 000,000 $ ~ DEDUCTIBLE $ X RETENTION $10000 $ A WORKERS COMPENSATION AND 01WCOO0540 04/01/07 04/01/08 X 1 T~~Hf':r~~ I IOJ~- EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $500,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERlMEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $500,000 If yes, describe under E.L. DISEASE - POLICY LIMIT $500,000 SPECIAL PROVISIONS below B OTHER Leased or 22MSBE1528 04/01/07 04/01/08 $200,000 Limit Rented Equipment $5,000 Deductible DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Project:Bungalow Road Improvements Project Number: 323-04-299823595 CERTIFICATE HOLDER CANCELLATION Augusta Richmond County Commission 530 Greene Street Augusta, GA 30911 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL --30.- DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR @ ACORD CORPORATION 1988 ACORD 25 (2001/08) 1 of 2 #S179168/M173574 BHR IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-5 (2001/08) 2 of 2 #S179168/M173574 GENERAL CONDITIONS ~ TABLE OF CONTENTS OF GENERAL CONDITIONS Artide Number Title DEFINITIONS...... ...... ...... ................ ......... ... ........ ~ PRELI~lINARY MATTERS ........................................ 3 CONTRACT DOCUMENTS: INTENT. AMENDING AND REUSE............................... 4 AVAILABILITY OF LANDS: PHYSICAL CONDITIONS: REFERENCE POINTS .......... ..... ....... ................ ........ 5 BONDS AND INSURANCE ........................................ 6 CONTRACTOR'S RESPONSIBILITIES ............................ 7 OTHER WORK ..................................................... 8 OWNER'S RESPONSIBILITIES. .... ... .... ........ .... .. .. ...... . . 9 ENGINEER'S STATUS DURING CONSTRUCTION .............. 10 CHANGES IN THE WORK......................................... . 11 CHANGE OF CONTRACT PRICE ....... ........ ....... ..... ....... 12 CHANGE OF CONTRACT TIME ........... .............. .......... 13 WARRANTY AND GUARANTEE: TESTS AND INSPECTIONS: CORRECTION. REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK... ............ .. ........ .. 24 14 PAYMENTS TO CONTRACTOR AND COMPLETION ............ 26 15 SUSPENSIONOFWORKANDTERMINATION ....... .......... 29 16 ARBITRATION............ ...... ... ..... ... ..... ........ .... ........ 31 17 MISCELLANEOUS........... ........... .................... ....... 32 3 Page 7 . , ~ 8 9 10 II 14 18 19 19 21 21 24 Contractor's Warranty of Title. .. . . . .. . . . . . . . .. .. .. . .. [4.3 Contracto~ther ............ . . . . . . . . . . . .. . .. . . . . . . . . .. 7 Contractual Liability Insurance... .... " ............... 5.4 Coordinating Contractor.-iefinition of ................ 7.4 Coordination '" ........................... ............ 7.4 Copies of Documents ................. .. .. .. .. . . .. . . ... 2.1 Correction or Removal of Defective Work........... 13.11 Correction Period. One Year ........................ 13.12 Correction. Removal or Acceptance of Defective Work-in general ........................... 13.11-13.14 Cost-net decrease ....................:.........;... 11.6.2 Cost of Work ......................... .. . . . .. ... .. 11.4-11..5 COSts. Supplemental. .. . . . .... . ,., . . .. .... ... ....... 1 [.4.5 INDEX TO GENERAL CONDITIONS Anicl~ 0;' Paragraph Numbtr Acceptance of Insurance ............................. 5.13 Access to the Work ..................................13.2 Addenda.-iefinition of (see definition of S peciilcations I ........................................ 1 Agreement.-iefinition of ................................ 1 All Ris k [nsur:lnce ...... .. . . . . . . .. . . .. .. .. . . . . .. . . .. ... 5.6 Amendment. Written...... .................... ... [.3.1.1 Application for Payment-definition of .................. 1 Application for Payment. Final .......:.............. 14.12 Application for Progress Payment .................... 14.2 Application for Progress Payment-review of .... 14.4-14.7 Arbitration ............................................. 16 Authorized Variation in Worle ......................... 9.5 Availability of Lands. .................................. 4.1 Award. Notice of-detined .............................. I Before Starting Construction ...................... 2.5-2. i Bid~etinieion of ....................................... I Bonds and Insurance-in general ........................ 5 Bonds--deiinition of. . .. . . ..... . . .. .. . . .. . . . . . .. .. . .. .... I Bonds. Delivery of ..............................~. 2.1,5.1 Bonds. Performance and Other .................... 5.1-5.1 Cash Allowances ..................................... 11. 8 Change Order-derinition of .. ~ . . .. ... . . . .. . . . .. .. .. .. . .. I Change Orders-co be executed ...................... 10.4 Changes in the Work ...................................10 Claims. Waiver of-on Final Paymene ............... 14.16 C[arificacions and Interpretations ...................... 9.4 Cleaning ............................................. 6. [i Coinpietion .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . .. 14 Completion. Suostantial ......................... 14.8-14.9 Conference. Preconstruction .......................... 2.8 Connier. Error. Discrepancy-Contractor to Report ...................................... 2.5, 3.3 Construction Machinery. Equipmetu. etc. ............. 6A Continuing Work .....................................6.19 . Contract Documents-amending and supplementinlt ................................... 3.4-3.5 Contract Docu~ents-<lennition of ................;..... 1 Contract Documents-Intent ...................... 3.1 ~3.3 Contract Documents-Reuse of ....................... .3.6 Comract Price. Change of .............................. II Comract Price-definilion ............................... I Contract Time. Change of .............................. 1:2 Comract Time. Commencement of .................... 1.3 Contract Time-definition of ............................ I Comractor.-ierinition of ................................ I Contractor May SLOp Work or Tenninate ............. 15.5 Contractor's Continuing Obligation .................. 14.15 Contractor's Duey to Report Discrepancy in Documents .................................. :2.5. 3.1 Conemctor's F~e-Cost Plus... 11.4.5.6. 11.5.1. 11.6-11.7 Contractor's Liability Insurance....................... 5.3 Contmccor's Responsibilities-in general ................ 6 Day-deiinition of '" .. . . . . . . . . .. . . . . . . . ... .. . . . . . . .. .. .. 1 Dtftcrive--detinition of ................................. 1 Dtf~crive Work. Acceptance of... .... ........;...... 13.13 Dtftctivt Work. Correction or Removal of .......... [3. I l' Dtf~ctive Work-in genera! ............... 13. 14.7, 14.1l Dtf~crivt W orlc. Rejecting ............ .. .. . . . . . . . . . .. .. 9.6 Definitions .............................................. 1 Delivery of Bonds ...................................... 2.1 Detennination for Unit Prices ........................ 9.10 Disputes. Decisions by Engineer.. . ... .... .. . .. .. 9. [ 1-9.12 Documents. Copies of ................................. 2.2 Documents. Record .................................. 6.19 Documents. Reuse .................................... 3.6 Drawings-<!efinition of ................................. 1 Easements ............................................ 4.1 Effective date of Agreemene-definition of..... .. .. . .. . .. 1 Emergencies ......................................... 6.:::! Engineer-definition of .............. '. .. ... . .. . . . . . . . . .. 1 Engineer's Decisions ............................ 9.10-9.12 Engineer's-Notice Work is Acceptable............. 14.13 Engineer's Recommendation of Payment ...... 14.4. 14.13 Engineer's Responsibilities. Limitations on ................. 6.6,9.11,9.13-9.16,18.2 Engineer's Status During ConstrUction-in general ...... 9 Equipment. Labor. Materials and...... ............ 6.3-6.6 Equivalent Materials and Equipment .................. 6.7 E;'(plorations of physical conditions ................... 4.2 Fee. Comractor's-Costs Plus. . .. .. . .. ... .... ... ..... 11.6 Field Order.-ietinieion of ............................... 1 Field Order-issued by Engineer .....,.......... 3.5.1. 9.5 Final Application for Payment.......... .. ...... ..... 14.12 Final Inspection ..................................... 14.11 Final Payment and Acceptance ...................... 14.13 Final Payment. Recommendation of ... ......... 14.13.14.14 General Provisions .............................. 17.3-17.4 General Requiremencs-dciinieion of. . .. .. .. . . . . .. . . . .. .. 1 Gc:nernl Requiremenls-principal references co ................. 2.6. 4.4, 6.4. 6.6-6.7. 6.:23 -+ Giving Notice ....... .... .... ....... ....... .... ........ 17.1 Guarantee of Work-by Contractor.................... 13.1 Indemnification.. . .. .. .. .. .. . . .... ..... . .. .. ~.30-6.32. 7.5 Inspection. Final ..................................... 14.11 Inspection. Tests and ................ ...... ........... 13.3 Insurance. Bonds and-in general ........................ 5 Insurance. C ertiticates of ........................... 2.7, 5 Insurance-<:ompleted operations ....... . . . .. . . . . . . . . .. 5.3 Insurance. Contractor's Liability ...................... 5.J Insurance. Contractual Liability....................... 5.4 Insurance. Owner's Liability ....................... .,.' 5.5 Insurance. Property .............................. 5.6-5.13 Insurance-Waiver of Rights ,........................ 5.11 Intent of Contract Documents .................... J.3. 9.14 Interpretations and Clarifications ...................... 9.4 Investigations of physical conditions. . . . . . . ... . . . . . . . .. 4.2 Labor. Materials and Equipment .................. 6.3-6.5 Laws and Rcgulations-definition of ..... .. . '. .. . . . . . . . .. I Laws and Regulations-general ....................... 6.14 Liability Insurancc-Contractor's ..................... 5.3 Liability Insurance-Owner's ......................... 5.5 Liens-definitions of ................................ 14.2 Limitations on Engineer's Responsibilities .............. ~. ...... 6.6, 9.11.9.13-9.16 Materials and equipment-furnisl1ed by Contractor .... 6.3 Materials andequipment-not incorporated in Work .............................. 14.2 Materials or equipment-equivalent ................... 6.7 Miscellaneous Provisions ............................... 17 Multi-prime contracts ................................... 7 Notice. Giving of . ........................ ........ .... 17.1 Notice of Acceptability of Project ................... 14.13 Notice of Award-<fefinition of .......................... I Notice to Proceed--{fefinition of ..................... . . .. I Notice to Proceed-giving of .......................... 2.3 '.Or.Equal.. Items. ............ ...... ..... ............. 6.7 Other contractors ............, . . . . . . . . . . . . . . . . . . . . . . . . .. 7 Other worle " . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . " i Overtime Work-prohibition of.............. .......... 6.3 Owner-<fefinition of .................................... I Owner May Correct DefeCTive Work. ..... ......... .. IJ.14 Owner May Stop Work...... ...................... .. 13.10 Owner May Suspcmd Work. Terminate .......... 15.1.1504 Owner's Duty [0 Execute Change Orders ............. 11.8 Owner's Liabilitv Insurnnce ........................... 5.5 OWner' s Repres~ntative-Engineer to serve as ........ 9.1 Owne 's R 'b'l' '. I 8 r esponsl IlCIes-m genera .................... Owner's Separnte Representative at site............... 9.3 Partial Utilization .................................. 14.10 Partial Utilizlltion-<fefinition of ......................... I Partial U [i1ization-Property lnsurance ............... 5. 15 Patent Fees and Royalties ............................ 6.1::: Payments. Recommendl1tion of ........... 14.4-14.7. 14.lJ Payments (0 ClJntractor-in genernl ...,........,....... 14 Paymenls [0 Contractor-when due ........... 14.4, 14.IJ Payments to Contractor-withholding ................ 14.7 Performance and other Bonds ..................... 5.1-5.2 Permits. .. . . .. . . . . . . .. .. ... ....... . .. ......... .. .. . .... 6.13 Physical Conditions .................................. .4.2 Physical Conditions-Engineer's review ............. 4.2.4 Physical Conditions-cxisting structures... .. .. .. .... 4.2.2 , Physical Conditions-cxplorations and reportS ... . . .. 4.2.1 Physical Conditions-possible document change ..... 4.2.5 Physical Conditions-price and time adjustments ..:. 4.2.5 Physical Conditions-report of differing ............ .4.2.3 Physical Conditions-Underground Facilities .......... 4.3 Preconstruction Conference ........................... 2.8 Preliminary Matters ......... '. . . . . . . . .. . .. . . .. . . . . .. .. . .. ! Premises. Use of ................................ 6.16-6.18 Price. Change of Contract .............................. 11 Price.Contract-<lefinition of .......... _ .. . . .. .. . . .. .. . .. I Progress Payment. Applications for. .... ., .. ;. .. .. .... 14.2 Progress Payment-retainage ......................... 14.2 Progress schedule ............... 2.6. !.9, 6.6. 6.29. 15.2.6 Project--defi.nition of ............... .. .. . . . . . . . . . . . . . . . .. 1 Project Representation-provision for ................. 9.3 Project Representative, Resident--definition of. . ... . ... .. I Project. Starting the ................................... 2.4- Property Insurance ............................... 5.6-5.1 J Property Insurance-Partial Utilization............... .s.15 Property Insurance-Receipt and Application of Proceeds ................................... 5.12.5.13 Protection. Safety and........................... 6.Z0-6.21 Punch Ust ............................................ 14.11 Recommendation of Payment. .. .. . . .. .. .... ... 14.4. 14.13 Record Documents ................................... 6.19 Reference Points .......... . . . .. . . . . .. .. . . . . . . . . . . . .... 4.4 Regulations. Laws and ................. ...... ........6.14 Rejecting Defective Work ............................. 9.6 'Related Work at Site .............................. 7.1-7.3 Remedies Not E;tclusive ............................. 17.4 Removal or Correction of DefeCTive Work .....,..... 13.11 Resident Project Representative--definidon of ........... I Resident Project Represenwive-provision for........ 9.3 Responsibilities. Contractor's-in general ............... 6 Responsibilities. Engineer's-in general ................. 9 Responsibilities. Owner's-in general . . . .. . . . . . . . . . .. . . .. 8 Recainage ....:....................................... 14.2 Reuse of Documents .................. ................. 3.5 Rights of Way................ ........ ..... ............ 4.1 Royalties. Patent Fees and ........................... 6.12 Safety and Protection....... 6.20-6.21, 18.1-18.2 Samples ...,...................................... 6.23-6.28 Schedule of progress ........ 2.6. 2.8-2.9.6.6. 6.29. 15.2.6 Schedule of Shop Drawing submissions ...................... 2.6.2.8-2.9.6.13.14.1 Schedule of values ...................... !.6.2.8-2.9. 14.1 Schedules. Finalizing .................................. 2.9 Shop Drawings and Samples. .. ...... ...... ...... 6.23-6.28 Shop Drawing5-(jefinition' of " .. . . . . .. .. . . .. .. . . . .. . . ... I Shop Drawings. use to approve substitutions ....,.,............................... 6.7.3 5 Site. Visits to-by Engineer ........................... 9.2 Specifications-delinition of ............................. 1 Starting Construction. Before.. . .. . . .... .. .. . ... '" 2.05-2.8 Starting the Project..... ... ; .. . ... . . . .. .. .. " .. . . .. . .. " 2.4 Stopping Worle-by Contractor........... ...... ...... 15.5 Stopping Work-by Owner .......................... 13.10 S ubcoDtractor-delinition of '" . . . . . .. . . . . .. . . . . . . . . .. . " 1 Subcontractors-in general........... .... ...... .. 6.8-6.11 . S ubcontracts-required provisions ............ 5.1 1.1. 6.11 11.4.3 Substantial Completion-certification of .............. 14.8 SUbstanualCompletiOn-<lefinition of..... ...... ......... 1 Substitute or "Or-Equal" Items ....................... 6.7 Subsurface Conditions ............................. 4.2-4.3 S upplementai costs ..........................,...... 11.4.5 Supplementary Conditions-detinition of ................ I Supplementary Conditions-principal references to .. 2.2,4.2.5.1,5.3.5.6-5.8.6.3.6.13,6.23. 7.4.9.3 Supplementing Contract Documents ............... 3.4-3.5 Supplier--delinition of ... . .. .. . . . . . . . . . . . . . . .. . . . . . .. .. .. 1 Suppiier-principal references to ... 3.6.6.5.6.7-6.9.6.20. 6.24,9.13.9.16.11.8.13.4.14.12 Surety~onsent to payment.................. 14.12. 14.14 Surety-Engineer has no duty to ..................... 9~ 13 Surety-notice to ........... ............... 10.1. 10.5. 15.1 Surety-qualitication of ........................... 5.1-5.2 Suspending Work. by Owner........... .............. 15.1 Suspension of Work and Termination-in general ....... 15 Superincendent-..contractor's ......................... 6.1 Supervision and S~perintendence . . . . . . . . . . . . . . . . .. 6.1-6.2 Taxes-Payment by Contractor. . . . . . . . . . . . .. . . . . . . . .. 6.15 Termination-by Contractor.... ................. ..... 15.5 Termination-by Owner........... .............. 15.2-15.4 Termination. Suspension cif Work and-in general ...... 15 Tests and Inspections .......... ................. 13.3-13.7 Time. Ch~ge of Contract .............................. 12 Time. Computation of .................. _ . . ... .. .. .... 17.2 Time. Contract-delinition of......... ................... I Uncovering Work ............................... 13.8-13.9 Underground Facilities-detinition of. _.. .. . . .., .. " . . '" 1 Underground Facilities-not shown or indicated ..... 4.3.2 Underground Facilities-protection of '" . . . . . . ., 4.3. 6.20 Underground Facilities-shown or indicated. ........ 4.3.1 Unit Price Worle-detinition of .......................... I Unit Price Work-general ................. 11.9. 14. L 14.5 Unit Prices ......................................... 11.3.1 Unit Prices. Determinations for.. .. .. .. .. .. . .. .. .. .. " 9.10 Use of Premises................................. 6.16-6.18 Utility owners .......................... 6.13,6.20. 7.2-7.3 Values. Schedule of ......................... 2.6. 2.9. 14.1 Variations in Work-Authorized............ 6.25.6.27.9.5 Visits to Site-by Engineer ........................,... 9.2 Waiver of C1aim5-Qn Final Payment.. ...... ...... ... 14.16. Waiver of Rights by insured parties.... .. '" ....r 5.10. 6.11 Warranty and Guarancee-by Contractor ....;........ 13.1 Warranty of Title. Contractor's ...................;... 14.3 Work. Access to .............. ........................ 13.2 Work-by others ........................................ 7 Work Continuing During Disputes .................... 6.29 Work. Cost of ................................... 11.4-11.5 Work--definition of ..................................... 1 Work Directive Change--delinition of ............,...... 1 Work Directive Change-principal . references to ..... ....... ................3.4.3.10.1-10.2 Worle. Neglected by Contractor ..................... 13.14 Work. Stopping by Contractor............ ........ .... 15.5 Work. Stopping by Owner................ ....... 15.1-15.4 Written Amendment-delinitio!" of ...................... I Written Amendment-principal references to ..................... 3.4.1. 10.1. 11.1. 11.1 6 GENERAL CONDITIONS ARTICLE I-DEFINITIONS Wherever used in these denerul Conditions or in the other Contract Documents the following terms have the meanings indicated which are applicable to bOlh the singular and plural [hereof: AJdenda-,-WriHen or graphic instruments issued priorto the opening of Bids which clarify. correct or change the bidding documents or the Contract Docum<<:nts. A.l{r~f'mf'l/r- The written agreement between OWN ER and CONTRACTOR covering the Work to be performed: other Contract Documents are aHached to the A.greement and made a part thereof as provided therein. ApplicCIIlml j()r Pa)'IIll.'IIl-The form accepted by ENGI- NEER which is 10 be used by CONTRACTOR in requesting progress or Rnal payments and which is to include.such sup- porting documentation as is required by the Contract Documents. Bid-The offer or proposal of the bidder submi[[ed on .the prescribed form se[[ing forth the prices for the Work to be performed. BOllds-Bid. performance and payment bonds and other instruments of security. Change Order-A document recommended by ENGINEER. which is signed by CONTRACTOR and OWNER and autho- rizes an liddition. deletion or revision in the Work. or an adjustment in the Contract Price or the Contract Time. issued on or after the Effective Date of the Agreement. ContrC/cr Docl/m~nrs- The Agreement. Addenda (which per- tain to the Contract Documents). CONTRACTOR's Bid Cincluding documentation accompanying the Bid and any post- Bid documentation submitted prior to the Notice of Awardl when attached as an exhibit to the Agreement. the Bonds. these General Conditions. the Supplementary Conditions. the Specifications and the Drawings as the same are more spe- cifically identified in [he Agreement. together with all amend- ments. modifications and supplements issued pursuant to paragraphs 3A and 3.5 l1n or after the Effective Date of (he Agreement. CulltrC/C'r PriCf'-The moneys payable by OWNER to CON- TRACTOR under the Contract Documents as stO,ted in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). CO/llI"C/('( Tilllt'- The number of days (computed (IS provided in PO,ro.graph 17.:!l or the date stated in the Agreem<<:nt for {h<<: completion of the Work. CONTR.1CTOR_ The person. firm or corponHion with whom OWNER has c:ntered into (he Agreement. Jefec(il'e-An adjective which when modifying the word Work refers to Work that is unsaeisfactory. faulty or deficient, or does not conform to the Contract Documents. or does not meet the requirements of any inspection. reference standard. test or approval referred to in the Contract Documents. or has been damaged prior to ENGINEER's recommendation offinal payment I unless responsibility fonhe protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14,10). Drall'illgs- The drawings which show the character and seope of (he Work to be perfonned and which have been prepared or approved by ENGINEER and are ref<<:rred to in the Con- tract Documents. Effecril'f' Dare of rile Awnmellf-The date indicated in the. Agreement on which it becomesetTective. but if no such date is indicated it means the date on which the A.greement is signed and delivered by the last of the two parties to sign and deliver. E.VGIN EER- The person. firm orcorporation...namedas such in the Agreement. . ... Field Order-A written order issued by ENGINEER which orders minor changes in the Work in accordance with para- graph 9.5 but which does not involve a change in the Contrace Price or the Contract Time. GI!Jleral R~qulr~mellts--Sections of Division I of the Speci- fications. Laws and Regularions: Laws orR~glllarions-Laws. rules. regulations. ordinances, codes and/or orders. Norice of Award-The written notice by OWNER to ehe apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein. within the time specified. OWNER will sign and deli....er the Agreement. Notice to Proceed-A written notice given by OWNER to CONTRACTOR {with a copy to ENGINEERl fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to f'erform CONTRAC. TOR'S obligations under the Contract Documents. OWNER-The public body or authority. corporation. asso. ciation.Rrm or person with whom CONTRACTOR has entered into the Agreement nnd for whom the Work is to be provided. Partial Urili:;mfcJ1l-Placing a portion of the Work in service tor the purpose for which it is intended (or a related purpose) before reaching Substantial Completion for alllhe Work. PI"Vjec.t- The total construction of which the Work to be provided under the Contract Documents may be the whole. or a part as indicated elsewhere in the Contract Documents. Residellr Projl!('( R,'prtl,ft'lllmil'e- The authorized represen. raeive of ENGIN EER who is assigned to lhe site or anr part thereof. . 7 Shop Drawings-All drawings, diagrams. illustrations, schedules and other data which are specifically prepared by Qr for CONTRACTOR to illustrate some portion ot'the Work and all illustrations. brochures. standard schedules. perfor- mance charest instructions. diagrams and other information prepared by a Supplier and submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. 5p~cifications- Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment. construction systems. standards and workman- ship as applied to the Work and ccrtain administrative dctails applicable thereto. Subcontractor-An individual. linn or corporation having a direct contract with CONTRAcrOR or with any other Sub- . contractor for the performance of a part of the Work at the site. Substantial Comp'~tion-The Work (ora spccined part thereoO has progressed to the point where. in the opinion ofENGI- NEER as evidenced by ENGINEER's definitive certificate of Substantial Completion. it is sufficiently complete. in accordance with the Contract Documents. so that the Work (or specificd part) can be utilized for the purposes for which it is intended; or if there be no such certificate issued. when final payment is due in accordance with paragraph 14.13. The terms "substantially completc" and "substantially com- pleted" as applied to any Worle refcr to Substantial Comple- tion thereof. S uppl~m~nrar; Conditions-The part of the Contract Docu- ments which amends or supplements these General Condi- tions. Suppfier-A manufacturer. fabricator, supplier. distributor. materialman or vendor. Underground Facilities-All pipelines. conduits. ducts. cables. wires. manholes. vaults. tanks. tunnels or other such facilities or attachments. and any encasements containing such facil- itics which have been installed underground to furnish any of the fOllOWing services or materials: electricity, gases. steam. liquid petroleum products. telephone or other communica- tions. cable television. sewage and drainagc removal. traffic or other control systems or water. Unit Price Work-Work to be paid for on the basis of unit prices. Work-The entire completed construction orthc various sep- arately identifiable pares thcreof required to be furnished under the Contract Documents. Work is the result of per- fonning services. furnishing labor and furnishing and incor- porating materials and equipment into the construction. all as required by the Contract Documents. Work Directive Change-A written directive to CONTRAC- TOR. issued on or after the Effective Date of the Agreement and signcd by OWNER and recommended by ENGINEER. ordering an addition. deletion or revision in the Work. or responding to differing or unforeseen physical conditions under which the Work is to be performcd as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.22, A Work Directive Change may not change the Contract Price or the Contract Time, but is evidence that the parties expect that the change directed or documented by a Work Directive Chan-ge will be incorporated in a subscquently issued Change Order following negotiations by the partics as to its effect. if any, on the Contract Price or Contract Time as provided in paragraph 10.1. Written Am~ndmtnr-A written amendment of the Contract Documents. signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally deal- ing with the nonengineering or nontechnical rather than strictly Work-rclated aspects of the Contract Documents. ARTICLE 2-PRELIMINARY MATTERS , r. Delivery of BoruJ.r: 1.1. When CONTRAcrO R delivcrs the executcd Agree- ments to OWNER. CONTRACTOR shall also deliver to OWNER such Bonds as CONTRAcrOR may be required to furnish in accordance with paragraph 5.1. Copies of DocUln,rW: 2.1. OWNER shall furnish to CONTRACTOR up to ten copies (unless otherwise specified in the Supplementary Con- ditions) of the Contract Documents as are reasonably nec- essary for the cxecution of the Work. Additional copics will be furnished. upon request. at the cost of reproduction. Comm,ncemt:nl of Conl1'tU:t Tim,: Node, to Proceed: 2.3. The Contract Time will commence to run on the thirtieth day after the Effective Date of the Agreement. or. if a Notice to Proceed is given. on the day.indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within thirty days after the Effective Date of the Agree- ment. In no event will the Contract Time commence to run later than the seventy-fifth day after the day of Bid opening or the thirtieth day after thc Effcctive Date of the Agreement. whichever date is earlier. Starting the Project: 2.4. CONTRACTOR shall start to perfonn the Work on the date when the Contract Time commences to run. but no Work shall be done at the sitc prior to the date on which the Contract Time commences to run. Before Starting Construction: 2.5. Before undertaking each part of the Work. CON- TRACTOR shall carefully study and compare the Contract Documents and chcck and verify peninent figures shown 8 thereon and all applicable field measuremencs. CONTRAC- TOR shall promptly report in writing to ENGINEER any conflict. error or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarifi- cation from ENGINEER oefore proceeding with any Work affected thereby: however. CONTRACTOR shall not be lia- ble to OWNER or ENGINEER for failure to report any conflict. error or discrepancy in the Contract Documents. unless CONTR.-\CTOR had actual knowledge thereof or should reasonably ha ve known thereof. 2.6. Within ten davs after the Effective Date of the Agree- ment (unless otherwise specified in the General Require- mcnts!. CONTRACTOR shall submit to ENGINEER for review: 2.6.1. an estimated progress schedule indicating the starting and completion dates of the various stages of the .Work: 2.6.2. a preliminary schedule of Shop Drawing sub- missions: and 2.6.3. a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress paymen[,~ during construction. Such prices will include an appropriate amount of overhead and profit applicable to each itcm of Work which will be con- firmed in writing by CONTRACTOR at the time. of sub- mission. 2.7. Before any Work at the site is started. CONTRAC- TOR shall deliver to OWNER. with a copy to ENGINEElt . certificates (and other evidence of insurance requested by OWNER) which CONTRACTOR is required to purcha.se and maintain in accordance with paragraphs 5,3 and 5.4. and OWNER shall deliver to CONTRACTOR certifica.tes (and other evidence of insurance requested by CONTRACTOR) which OWNER is requircd to purchase and maintain in accordance with paragraphs5.6 and5.7. Prtconsrructi01r Conference: 2.8. Within twenty days ufter the Effective Date of the Agreement. but before CONTRACTOR starts the Work at the site. a conference attended by CONTRACTOR. ENGI- NEER and others as appropriate will be held to uiscuss the schedules referred to in paragraph 2.6. to discuss procedures for handling Shop DraWings and other submittals and for processing Applications for Payment. and to establish a working understanding among the parties as to the Work. Finali::.ing Schedules: 2.9. A t I~ast ten duys before submission of th~ first Appli- cation for Pa~'ment a conference altended by CONTRAC- TOR. ENG1?-iEER nnd uthers as appropriate will be held to finalize the:: schedules submitted in accordance:: with pura- graph 2.6. The Iinalized progress schedule will be acceptable to ENGINEER as providing an orderly progression of the Work to completion within the Contract Time. but such acceptance will neither impose on ENGINEER responsibility for the progress or scheduling of the Work nor relieve CON- TRACTOR from full responsibility therefor. The finalized schedule of Shop Drawing submissions will be acceptable to ENGINEER as providing a workable arrangement for pro- cessing the submissions, The finalized schedule of values will be acceptable to ENGIN EER as to form and substance. ARTICLE 3-CONTRACT DOCUME~TS: INTENT." AMENDING, REUSE Intent: 3. I. The Contract Documents comprise the entire agree- ment between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary: what is called for by one is as binding as if called (or by all. The Contract Documents will be construed in accordance with the law of the place of the Project. 3.2. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereon to be con- structed in accordance with the Contract Documents. Any Work. materials or equipment that may reasonably be inferred from the Contract Documents as bcing required to produce the intended result will be supplied whether or not specifically called for. When words which have a well-known technical or trade .meaning are used to dcscribe Work. materials or equipment such words shall be interpreted in accordance with that meaning. Reference to standard specifications. manuals orcodes of any technical society. organization or association. ono the Laws or Regulations of any governmental authority. whether such reference be specific or by implication. shall mean the latest standard specification. manual. code or Laws or Regulations in efTect at the time of opening of Bids (or. on thc Effective Date of the Agreement if there were no Bids). except as may be otherwise specjfically stated. However. no provision of any referenced standard specification. manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of OWN ER. CONTRACTOR or ENGINEER. or any of their consuitancs. agents or employ- ees from those set forth in the Contract Documents. nor shall it be effective to nssign to ENGINEER. or any ot' ENGI- NEER's consultants. agents or employees. a.ny duty or authority to supervise ordirect the furnishing or performance of the Work or any duty or authority to undertake responsi- bility contrary to the provisions of pamgraph 9.15 or 9. 16. Clarifications and interpretations of the Contract Documents ~halI be issued by ENGINEER as provided in paragraph 9.,t 3.3. If. during the pert'ormance ot'the Work, CONTRAC- TOR finds a contlict. error or discrepancy in the Contract Documents. CONTRACTOR shall so report to ENGINEER in writing at once nnd beton:: proceeding with the Work atfected thereby shall obtain a written in.terpretution ur clarification 9 from ENGINEER: however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to repon any conflict. error or discrepancy in the Contract Documents unless CONTRAcrOR had actuallcnowledge thereof or should reasonably have known thereof. Am~ruiinr and Suppkm,ntinr Contra&t Docum~nlS: 3.4. The Contract Documents may be amended to pro-. vide for additions. deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 3.4.1. a formal Written Amendment, 3.4.2. a Change Order (pursuant to paragraph 10.4). or 3.4.3. a Work Directive Change (pursuant to para- graph 10.1). As indicated in paragraphs 11.2 and .11.1. Contract Price and Contract Time may only be changed by a Change Order or a Written. Amendment. 3.5. In addition. the requirements of the Contract Docu- ments may be supplemented. and minor variations and devia- tions in the Work may be authorized. in one or more of the following ways: 3.5.1. a Field Order (pursuant to paragraph 9.5). 3.5,1. ENGINEER's approval of a Shop Drawing or sample (pursuant to paragraphs 6.26 and 6.17), or 3.5.3. ENGINEER's written interpretation or clarifi- cation (pursuant to paragraph 9.4). RlusI of Docum,nts: 3.6. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organiZation performing or fur- . ni.shing any of the Work under a direct or indirect contract with OWNER shall have or acquire any title to or ownership rights in any of the Drawings. Specifications or other docu- ments (or cOpies of any thereoO prepared by or bearing the seal of ENGINEER: and they shall not reuse any of them on extensions of the Project or any other project without written consent of OWNER and ENGINEER and specific written verification or adaptation by ENGINEER. ARTICLE 4-A V AILABILITY OF LANDS; PHYSICAL CONDITIONS: REFERENCE POINTS A vailtzhiJily of Lands: 4.1. OWNER shall furnish. as indicated in the Contract Documents, the lands upon which the Work is to be per- fonned. rights-oC-way and easements for access thereto, and such other lands which are designa'ted for the use of CON- TRACTOR. Easements for pennanent structures or perma- !:lent changes in existing facilities will be obtained and paid for by OWNER. unless otherwise provided in the Contract Documents. If CONTRACTOR believes that any delay in OWNER's furnishing these lands. rights-of-way or case- ments entitles CONTRACTOR to an extension of the Con- tract Time. CONTRACTOR may make a claim therefor as provided in Article 12. CONTRACTOR shal1.provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Physical Conditions: 4.2.1. Explorations and Reports: Reference is made to the Supplementary Conditions for identification of those reports of explorations and tests of subsurface conditions at the site that have been utilized by ENGINEER in prep- aration of the Contract Documents. CONTRACTOR may rely upon the accuracy of the technical data ~ntained in such repons. but not upon nontechnical data."interpreta-' tions or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indi- cated in the immediately preceding sentence and in para- graph 4.2.6. CONTRACTOR shall have full responsibility with respect to subsurface conditions at the site. 4.2.2. Existing Structures: Reference is made to the Supplementary Conditions for identification of those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities referred to in paragraph 4.3) which are at or contiguous to the site that have been utilized by ENGI- NEER in preparation of the Contract Documents. CON- TRACTOR may rely upon the accuracy of the technical data contained in such drawings. but not forche complete. ness thereof for CONTRACTOR's purposes. Except as indicated in ,the immediately precedins sentence and in paragraph 4.2.6. CONTRACTOR shall have full respon. sibility with respect to physical conditions in or relating to such structures. 4.2.3. Reporr of Differing Condirions: If CONTRAC. TOR believes that: 4.2.3.1. any technical data on which CONTRAC. TOR is entitled to rely as provided in paragraphs 4.~.1 and 4.1.2 is inaccurate. or 4.2.3.2. any physical condition uncovered or revealed at the site differs materially from that india cated. reflected or referred to in the Contract Docu- ments. CONTRACTOR shall. promptly after becoming .aware thereof and before performing any Work in connection therewith (except in an emergency as permitted by para- graph 6.22). notify OWNER and.ENGINEER in writing about the inaccuracy or difference. 10 L!.4. ENGINEER's Rel'iel\': ENGINEER will promptly review the pertinent conditions, determine the necessity of obtaining additional explorations or tests with respect thereto and advise OWN ER in writing (with a copy to CONTRACTOR) of ENGINEER's findings and con- clusions. 4.2.5. Possihle Docllment Gange: If ENGINEER concludes that there is a material error in the Contract Documencs or that because of newly discovered condi. tions a change in the Contract Documents is required. a Work Directive Change or a Change Order will be issued as provided in Article 10 to reliect and document the consequences of the inaccuracy or difference. 4.2.6. Possible Price II/td Time Adjllstl/,,!lIts: In each such c::lse. an increase or decrease in the Contract Price or an extension or shortening of the Contract Time. or any combination thereof. will be allowable to the extent that the~' are attributable to any such inaccuracy or difference. If OWNER and CONTRACTOR are unable to agree as to theamount or length thereof. a claim may be made therefor as provided in Articles J I and 12. Physical Conditions-c.:llderground Facilities: 4.3.1. Sholl'n or IlIdicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to tlie site is based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facil. ities or by others. Unless it is otherwise expressly pro. vided in the Supplementary Conditions: 4.3.1.1. OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data: and. .U.1.2. CONTRACTOR shall have full responsi. bility for reviewing and checking all such information and data. for locating all Underground Facilities shown or indicated in the Contract Documents. for coordina- tion of the Work with the owners of such Underground Facilities during construction. for the safety and pro- tection thereof as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work. the cost of all of which will be considered as havin2 been included in the Contract Price. - 4.3.2. Not StrOW!I 0/' IlIdicClfl!d. If an Underground Facility is uncovered or revealed at or contilZuous to the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not reason- ably have been expected to be aware of. CONTRACTOR shall. promptly after becoming aware thereof and before performing any Work affected thereby (except in an emer- gency as permitted by paragraph 6.12). identify the owner of such Underground Facility and give written notice thereof to that owner and [ll OWNER anu ENGINEER. ENGI- NEER will promplly review the Underground Facility to determine the extent to which the Contract Documents should be modified to reflect and document the conse- quences of the existence of the Underground Facility. and the Contract Documents will be amended or supplemented to the extent necessary, During such lime. CONTRAC.. TOR shall be responsible for [he safety and protection of such Underground FacilitY::ls provided in paragraph 6.20. CONTRACTOR shall be allowed an increase in the Con- tract Price or an extension of the Contract Time. or both. to the extent that they are attributable to the c'{istence of any Underground Facility that was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of. If the parties are unable to agree as to the amount or length thereof. CONTRACTOR may make a claim therefor as provided in Articles II and 12. Reference Points: 4.4. OWN ER shall provide engineering surveys to estab- Iishreference points for construction which in ENG INEER's judgment are necessary to enable CONTRACT~R to proceed with the Work. CONTRACTOR shall be responsible for lay. ing out the Work (unless otherwise specified in the General Requirements). shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRAC- TOR shall report to ENGINEER whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations. and shall be respon- sible for the accurate replacement or relocation of such ref. erence points by professionally qualified personnel. ARTICLE 5-BONDS AND INSURANCE Performance and Other Bonds: 5.1. CONTRACTOR shall furnish performance and pay. ment Bonds. each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR's obligations under the ContractDocu. ments. These Bonds shall remain in effect at least until one year after the date when final payment becomes due. except as otherwise provided by Law or Regulation or by the Con. tract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Condi. tions. All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed by such sureties as are named in the current list of "Com. panies Holding Certificates of Authority as Acceptable Sure- ties on Federal Bonds and as Acceptable Reinsuring Com. . panies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts. U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. 5.:!. If the surety on any Bond furnished by CONTRAC. TOR is declured a bankrupt or becomes insolvent or its right to do business is terminateu in any state where any port of 11 the Project is located or It ceases to meet the requirements of paragraph 5.1. CONTRACTOR shall within Iivc days .thereafter substitute another Bond and Surcty, both of which must be acceptable to OWNER. Contrtu:tor's LiabiJiJy Insurance: 5.3. CONTRACTOR shall purchase and maintain such comprehensive gencral liability and other insurance as is appropriatc for the Work being perform cd and furnished and as will provide protection from claims set forth below which may arise: out of or result from CONTRACTOR's perfor- mance and furnishing ofche Work and CONTRACTOR's other obligations under thc Contract Documents. whether it is to be performed or furnished by CONTRACTOR. by any Subcontractor. by anyone directly or indirectly employcd by any of them to perform or furnish any of the Work. or by anyone for whose acts any of them may be liable: 5.3.!. Claims undcr workers' or workmen's compen- sation. disability benefits and other similar employee ben- cfit acts: 5.3.2. Claims for damages because of bodily injury. occupational sickness or disease. or death of CONTRAC- TOR's employees; . 5.3.3. Claims for damages because of bodily injury, sickness or disease. or death of any person other than CONTRACTOR's employees; 5.3.4. Claims for damages insured by personal injury liability coverage which are sustainedla) by any person as a result of an offense directly or indirectly relatcd to the employment of such person by CONTRACTOR, or (b) b}' any other person for any other reason: 5.3.5. Claims for damages. other than to che Work itself. because of injury to or destruction of tangible prop- erty wherever located. including loss of use resulting therefrom: 5.3.6. C1~ms arising out of operation of Laws or Reg- ulations for damages because of bodily injury or death of any person or for damage to property; and 5.3.7. Claims for damages because of bodily injury or death of any person or property damage arising OUt of the owncrship. maintenance or use of any motor vehicle. The insurance requircd by this paragraph 5.3 shall include the specific coverages and be written for not less than the limits of liability and coverages provided in the Supplemen- tary Conditions. or required by law, whichever is grcater. The comprehensive gcneral liability insurancc shall include completed operations insurance. All of the policies of insur- ance so required to be purchased and maintained (or the certificates or other evidence thereoO shall contain a provi- sion or endorsement that the coverage afforded will not be cancelled. materially changed or renewal refused until at least thirty days' prior written notice has becn given to OWNER and ENGINEER by certified mail. All such insurancc shall . remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defecriv~ Work in acc.ordance with paragraph 13.12. In addition. CONTRACTOR shaU maintain such completed operations insurance for at least two years after Iinal payment and furnish OWNER with evidence of continuation of such insurance at final payment and one year thereafter. COnJracru.al Liability Insurance: 5.4. The comprehensive general liability insurance required by paragraph 5.3 will include contraccualliability insurance applicable to CONTRACTOR's obligations undcr paragraphs 6.30 and 6.31. Own6rs Li4bility Insurance: 5.5. OWNER shall bc responsible for purc,hasing and maintaining 0 WNER 's own liability insurance and. at OWNER's option. may purchaSe and maintain such.insur- ance as will protect OWNER against claims which may arise from operations under the Contract Documents. Properry InsuranC6: 5.6. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase and maintain property insurance upon the Work at the site to the full insurable valuc thcreof (subject to such deductible amounts as may be pro- vided in the Supplementary Conditions or required by Laws and Regulationsl. This insurance shall include the interests of OWNER. CONTRACTOR. Subcontractors, ENGINEER and ENGINEER's consultants in the Work. all of whom shall be Iistcd as insurcdsor additional insured parties. shall insure against the perils of fire and extended coverage and shall include "'all risk"' insurance for physical loss and damage including theft. vandalism and malicious mischief. collapse and watcr damage. and sucl1 other perils as may be provided in thc Supplcmcntary Conditions. andshalJ include damages. losses and expenses arising out of or resulting from any insured loss or incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers. architects. attorneys and other professionals!. If not covered under the "'all risk"' insurance or otherwise pro- vided in the Supplementary Conditions. CONTRACTOR shall purchase and maintain similar property insurance on portions of the Work stored on and off the site or in transit when such portions of the Work are to bc includcd in an Application for Payment. 5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of OWNER, CONTRACTOR. Subcontractors, ENGINEER AND ENGINEER's consultants in thc Work. all of whom shall be listed as insured or additional insured parties. 12 5.8. All the policies of insurance (or the cenificates or other evidence thereot) required to be purchased and main- tained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or endorsement that the coverage afforded will not be cancelled or materially changed or renewal refused until at least thiny days' prior written notice has been given to CONTRACTOR by cenified mail and will contain waivcr provisions in accordance with paragraph 5.11.1. 5.9. OWNER shall not be responsible for purchasing and maintaining any propeny insurance to protect the interests of CONTRACTOR. Subcontractors or others in the Work to the extent of any deductible amounts that are provided in the Supplementary Conditions. The risk of .loss within the deductible amount. will be borne by CONTRACTOR. Sub- contractor or others suffering any such loss and if any of them wishes propeny insurance coverage within the limits of such amounts. each may purchase and maintain it at the purchas- er's own expensc. 5.10. If CONTRACTOR requests in writing that other special insurance be included inlhe property insurance pol- icy. OWNER shall. if possible. include such insurance. and the COSt thcreof will be charged to CONTRACTOR by appro- priate Change Order or Written Amendment. Prior to com- mencement of the Work at the site. OWNER shall in Writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. Waiver of Rights: 5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and damages caused by any of the perils covered by the policies of insurance provided in response to paragraphs 5.6 and 5.7 and any other property insurance applicable to the Work. and also waive all such rights against the Subcontractors. ENGI- NEER. ENGINEER's consultants and all other parties named as insureds in such policies for losscs and damages so cnused. As required by paragraph 6.11. each subcon- tract between CONTRACTOR and a Subcontractor will contain similar waiver provisions by the Subcontractor in favorofOWNER.CONTRACTOR. ENGINEER. ENGI. NEER's cO!1sultams and all otherpanies named as insureds. None of the above waivers shali extend to the rights that any of the insured panies may have to the proceeds of insurance held by OWNER as trustee or otherwise P;iY- able under any policy so issued. 5.11,2. OWNER and CONTRACTOR intend that any policies provided in response to paragraphs 5.6 and 5.7 shall protect all of the panies insured and provide primary coverage for all losses and damages caused by the perils co\'ered th~reby. Accordingly. all such policies shall con- tain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights l)f recovery ag.tinst any of the parties named as insureds or additional insureds. and if the insurers require separate waiVer forms [0 be signeu by ENGINEER or ENGI- N E ER 's cl1nsultant OWN ER will obtain lhe same. anu if such waiver forms are required of any Subcontractor. CONTRACTOR will obtain the same. Receipt and Application of Proceeds: 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWN ER as trustee for the insureds. as their interests may appear. subject to the require.- ments of any applicable mongage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received. and shall distribute it in accordance with such agreement as the parties in intcrest may reach. If no othcr . special agreement is reached the damaged Work shall be repaired or replaced. the moneys so received applied on account thereof and the Work and the cost thcreof covered by an appropriate Change Order or Written Amendment. 5.13. OWNER as trustee shall nave power to adjust and settle any loss with the insurers unless one of thc parties in interest shall objcct in writing within fifteen days after'the occurrence of loss to OWNER's excrcise of This power. If such objection be made. OWNER as trustee shall make set. tLement with the insurers in accordance with such agreement as the parties in interest may reach. If required in writing by any party in interest. OWNER as trustee shall. upon the occurrence of an insured loss. give bond for the proper per- formance of such duties. Acceptance of Insurance: 5.14. If OWNER has any objection to the coverage afforded by or other provisions of rhe insurance required to be pur- chased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on thc basis of its not complying with the Cor'1tract Documents. OWNER shaH notify CON- TRACTOR in writing thereof within ten days of the date of delivery of such certificates to OWNER in accordance with paragraph '2.7. If CONTRACTOR has any objection [0 the coverage afforded by or other provisions of the policics of insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5,6 and 5.7 on the basis of their no~ complying with the Contract Documents. CON- TRACTOR shall notify OWNER in writing thcreofwithin tcn days of the date of delivery of such cenificates to CON- TRACTOR in accordance with paragraph '2.7. OWNER and CONTRACTOR shall each provide to the other such addi- tional information in respect of insurance provided by each as the othcr may reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of such insur- ance purchased by the other as complying with the Contract Documents. Parrilli Utili::ation-Properry Insurance: 5,15. If OWNER tinds it necessary to occupy or use a ponion or portions of the Work priono Substantial Comple- tion of all the Work, such use or occupancy may be accom- plished in accordance wilh paragraph 14.10: provided that no /3 such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereoCand in writing effected the changes in coverage neces- sitated thereby. The insurers providing the property insur- ance shall consent by endorsement on the policy or policies. but the property insurance shall not be cancelled or lapse on account of any such partial use or occupancy. ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES Sup,rvision and SUplriru<<1Ui<<nc,: 6. I, CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto. and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Doc- uments. CONTRACTOR shall be solely responsible for the' means. methods. techniques. sequences and procedures of construction. but CONTRACTOR shall not be responsible for the negligence of others in the design or selection of a specific means. method. technique. sequence or procedure of construction which is indicated in and required by the Contract Documents. CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract Documents. 6.1. CONTRAC]OR shall keep on the Work at all times during its progress a competent resident superintendent. who shall not be replaced without written notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent will be CONTRACTOR's represen~tive at the site and shall have authority to act on behalf of CON- TRACTOR. All communications given to the superintendent shall be as binding as if given to CONTRACTOR. lAJJor, Matlrials and Equipm,nt: 6.3. CONTRACTOR shall provide competent. suitably qualified personnel to survey and layout the Work. and per- form construction as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons or the Work or property at the site or adjacent thereto. and except as otherwise indicated in the . Contract Documents. all Work. at the site shall be performed during regular working hours. and CONTRACTOR will not permit overtime work or the performance of Work on Sat- urday. Sunday or any legal holiday without OWNER's writ- ten consent given after prior written notice to ENGINEER. 6.4. Unless otherwise specified in the General Require- ments. CONTRACTOR shall furnish and assume full respon- sibility for all materials. equipment, labor. transportation. construction equipment and machinery, tools. appliances. fuel. power. light. heat. telephone. water. sanitary facilities. temporary facilities and all other facilities and incidentals necessary for the furnishing, performance. testing, start-up and. completion of the Work. '.'/'.", 6.5. All materials and equipment shall be of good quality and new. except as otherwise provided in the Contract Doc- uments. If required by ENGINEER. CONTRACTOR shall furnish satisfactory evidence (including reportS of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied. installed. con- nected. erected. used. cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents: but no pro- vision of any such instructions will be effective to assign to ENGINEER. or any of ENGINEER's consultants. asems or employees. any duty or authority to supervise or direct the furnishing or performance of the Work. or any duty or author- ity to undertake responsibility contrary to the provisions of paragraph 9.15 or 9.16. Adjusting Progr,ss Sch,duu: 6.6. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in paragraph 1.9) adjust- ments in the progress schedule to reflect the im.iJact thereon of new developments: these win conform gcnerally to the progress schedule then in effect and additionally will comply with any provisions of the General Rcquircments applicable thereto. Substitut,s or "Or-Equal" [t,ms: 6.7.1. Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier the naming of the item is intended to establish the type. function and quality required. Unless the name is followed by words indicating that no substitution is permitted. matcrialsor equipment of other Suppliers may bc accepted by ENGINEER if sufficient information is submitted by CONTRACTOR to allow ENGINEER to determine that the material or equipment proposed is equivalent or equal to that named. The procedure for review by ENGINEER will include the following as supplemented in the General Requirements. Requests for review of substitute items of material and equipment will not be accepted by ENGI. NEER from anyone other than CONTRACTOR. If CON- TRACTOR wishes to furnish or use a substitute item of material or equipment. CONTRACTOR shall make writ- ten application to ENGINEER for acccptance thereof. certifying that the proposed substitute will perform ade. quately the functions and achieve the results called for by the gencral design. be similar and of equal substance to that specilied and be suited to the same use as that spec- ified. The application will state that the ,evaluation and acceptance of the proposed substitute will not prejudice CONTRACTOR's achievement of Substantial Comple- tion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documcnts (or in the provisions of any .other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or 14 royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance. repair and replacement service will be indi- cated. The application will also contain an itemized esti. mate of all costs that will result l!in:ctly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors uffected by the resulting change. all of which shall be considered by ENGINEER in evaluating the proposed substitute, ENGINEER may require CONTRACTOR to furnish at CONTRACTOR's expense additional data about the proposed substitute. 6.7.2. If a specific means. method. technique. sequence or procedure of construction is indicated in or required by the Contract Documents. CONTRACTOR may furnish or utilize a substitute means. method. sequence. technique or procedure of construction acceptable to ENGINEER. if CONTRACTOR submits sufficient information to allow ENGINEER to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedure for review by E~GINEER wiII be similar to that provided in paragraph 6.7.1 as applied by ENG INEER and as may be supplemented in the Gen- eral Requirements. 6.7.3. E:-IGINEER ~'.;i11 be allowed a reasonable time within which to evaluate each proposed substitute. ENGI- NEER will be the sole judge of acceptability. and no substitute will be ordered. installed or utilized without ENGINEER's prior written acceptance which will be evi- denced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to fur. nish at CONTRACTOR's expense a special performance guarantee or other surety with respect to any substitute. ENGINEER will record time required by ENGINEER and ENG IN EER' s consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not ENGINEER accepts a proposed substitute. CON- TRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's consultants for evaluat- ing each proposed substitute. Corrcerlling Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ anySubcon- tractor. Supplier or other person or organization (including those acceptable to OWNER and ENG IN EER as indi- cated in paragraph 6.8,21. whether initially or as a substi- tute. against whom OWNER or ENGINEER may have reasonable objection. CONTRACTOR shall not be required to employ any SubcolTtractor, Supplier or ocher person l1r organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable objectk1n, 6.S.:!. If the Supplementary Conditions r~quire the identity of cc:rtain Subcontractors. Suppliers or other per. sons or organizations (inclUding those who are to furnish the principnl items uf materials and cquipmenrJ to be sub. mittel! (0 OWNER in advance of the specified Jate prior to the En~ctive Date: of the Agreement for accc:ptunce by OWNER and ENGINEER and if CONTRACTOR has submitted a list thereof in accordance with the Supple- mentary Conditions. OWNER's or ENGINEER's accept- ance (either in writing or by failing to make written objec- tion thereto by the date indicated for acceptance or objec- tion in the bidding documents or the Contract Documents) of any such Subcontractor. Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation. in which case C0r'o/TRACTOR shall submit an acceptable substitute. the . Contract Price will be increased by the difference in the cost occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER or ENGINEER of any such' Subcontractor. Supplier or other person or organization shall constitute a waiver of any rightofOWNER or ENGI- NEER to reject defectil'e Work. 6.9. CONTRACTOR shall be tillly responsible to OWNER and ENGINEER for all acts and omissions of the Subcon- tractors. Suppliers and other persons and org<\nizations per- forming or furnishing any of the Work under a direct or indirect contract with CONTR.'\CTOR just as CONTRAC- TOR is responsible for CONTRACTOR's own acts and omis- sions. Nothing in the Contract Documents shall create any contractual relationship between OWNER or ENGINEER and any such Subcontractor. Supplier or other person or organization. nor shall it create any obligation on the part of OWNER or ENGINEER to payor to see to the payment of any moneys due any such Subcontractor. Supplier or other person or organization except as may otherwise be required by Laws and Regulations. 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not c.onrrol CON. TRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be penormed by any specific trade. 6.11. All Work performed for CONTRACTOR by a Sub- contractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor which spe- cifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and ENGINEER and contains waiver provisions as required by paragraph 5.11. CONTRACTOR shall pay ench Subcontractor n just share of any insurance moneys received by CONTRACTOR on account of losses under pol- icies issued pursuant to paragraphs 5.6 and 5.7. Patent Fees and Royalties: 6.12. CONTRACTOR shall pay all license fees and roy- alties and ussume all costs incident to the use in the perfor- mance of the W0rk or the incorporation in the Work of any invention. design. process. product or device which is the subject of patent rights 0r copyrights held by 0thers. If a purticular invention. design. process. product ur device is specified in (he Contract Documents for use in the perfor- mance of the Work and if to the actual knowledge of OWN ER 15 or ENGINEER its use is subject to patent rights or copyrights calling for the payment ofany license fee or royalty to others. the existence of such rights sball be disclosed by OWNER in the Contract Documents. CONTRACTOR shall indemnify and hold harmless OWNER and ENGINEER and anyone directly or indirectly employed by either of them from and against all claims. damages. losses and expenses (inCluding attorneys' fees and court and arbitration cOSts) arising out of . any infringement of patent rights or copyrights incident to the use in the performance oftne Work or resulting from the incorporation in the Work of any invention. design. process. product or device not specified in the Contract Documents, and shall defend all such claims in connection with alW alleged infringement of such rights. PmniJs: 6.13. Unless otherwise provided in the Supplementary Conditions. CONTRACTOR shall obtain and pay for all con- strUction pennits and licenses. OWNER shall assist CON- TRACTOR. when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work. which are applicable at the time of opening of Bids . or if there are no Bids on the Effective Date of the Agreement. CON- TRACTOR shall pay all charges of utility owners for con- nectionsto the Work. and OWNER shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. LawS" and Regulations: 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to fur. nishing and performance of the Work. Except where oth- erwise expressly required by applicable Laws and Regu- lations. neither OWNER nor ENGINEER shall be respon- sible for monitOring CONTRACTOR's compliance with any Laws or Regulations. 6.14.2. If CONTRACfOR observes that the Specifi- cations or DraWings are at variance with any Laws or Regulations. CONTRACTOR shall give ENGINEER prompt written notice thereof. and any necessary changes will be authorized by one of the methods indicated in paragraph 3.4. If CONTRACTOR performs any Work knOWing or naving reason to know that it is contrary to . such Laws or Regulations. and without such notice to ENGINEER. CONTRACTOR shall bear all costs arising therefrom: however. it shall not be CONTRACTOR's pri- mary responsibility to make certain that the Specilicauons and DraWings are in accordance with such Laws and Regulations. Ta.:ces: 6.15. CONTRACTOR shall pay all sales. consumer, use and other similar taxes required to be paid by CONTRAC- TOR in accordance with the Laws and Regulations of the place of the Project which are applicable during the perfor- mance of the Work. Us~ of Premis~s: 6.16. CONTRACTOR shall contine construction equip- ment. the storage of materials and equipment and the oper- ations of workers to the Project site and land and areas iden- tified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations. rights- of-way. permits and .easements. and shall not unreasonably encumber the premises with consU'Uction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or area. or to the owner or occupant thercof or of any land or iU'eas contig- uous thereto. resulting from thepcrfonnan~ of the Work. Should any claim be made against OWNER or ENGINEER by any such owner or occupant because of the petforman~ of the Work. CONTRACTOR shall promptly attempt to settle with such other party by agreement or ot.herwis~ resolve the claim by arbitration or at law. CONTRACTOR !hall. to the fullest extent permitted by Laws and Regulations. indemnify and hold OWNER and ENGINEERharmless from and against all claims. damages. losses and expenses (including, but not limited to, fees of engineers. architects. attorneys and othc::r professionals and COUrt and arbitration costs) arising directly, indirectly or consequentially out of any action. legal or equi. table. brought by any such other party against OWNER or ENGINEER to the extent based on a claim arising out of CONTRACTOR's performance of the Work. 6.17. During the progress of the Work. CONTRACTOR shall keep the premises free from accumulations of waste materials. rubbish and other debris resulting from the Work. At the completion of the Work CONTRACTOR shall remo.ve all waste materials. rubbish and debris from and about the premises as well as all tools. appliances. construction equip- ment and machinery, and surplus materials. and shall leave the site clean and ready for occupancy by OWNER. CON- TRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger . the structure. nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. Record DocumenlS: 6.19. CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings. Specifications. Addenda. Written Amendments. Change Orders. Work Directive Changes. Field Orders and written interpretations and clarification~ (issued pursuant to paragraph 9.4) in good order and annotated to show all changes made during con- struction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings will be available to EN GIN EER for reference, Upon com- 16 pletion of the Work. these record documents. samples and Shop Drawings will be delivered to ENGINEER for OWNER. Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating. maintaining and supervising all safety precautions and pro- grams in connection with the Work. CONTRACTOR shall take all. necessary precautions for the safety of. and shall provide the necessary protection to prevent damage. injury or loss to: 6.20.1. all employees on the Work and other persons and organizations who may be atTected therebr: - 6.20.2. all the Work and materials and equipment to be incorporated therein. whether in storage on or off the site: and 6.20.3. other property at the site or adjacent thereto. including trees. shrubs. lawns. walks. pavements. road- ways. structures. utilities and Underground Facilities not designated for removal. relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage. injury or loss: and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify Owners of adjacent property and of Underground Facilities and utility owners when prosecution of the Work may affect them. and shall cooperate with them in the pro- tection. removal. relocation and replacement of their prop- eny. .-\U damage. injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused. directly or indirectly. in whole or in pan. by CONTRACTOR. any Subcontractor, Supplier or anr other person or organization directly or indi- rectly employed by any of them to perform or furnish any of the Work oranyone for whose acts any of them may be liable. shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or anyone employed by either of them or anyone for whose acts either of them may be liable. and not attributable. directly or india rectly. in whole or in part. to the fault or negligence of CON- TR..1,.CTORI. CONTRACTOR's duties and responsibilities for the safetr and protection of the Work shall continue until such time as all [he Work is completed and ENGI>JEER has issued a notice to OWNER and CONTRAC'fOR in accord. ance with paragraph 14.1 J that the Work is acceptable (except as otherwise expressly provided in connection with Substan- tial Completionl. 6.~ I. CONTRACTO R shall designate a resptlOsible rep- resentative at [he site whose c..Iuty shall be the pre\'ention llf accic..lc::ncs. This person shall be CONTRACTOR's superin- lenc..lent unless otherwise uesiuna[ed in writing by CO~- TRACTOR to OWNER. ~ Emergencies: " 6.2::!. In emergencies affecting the safety or protection of persons or [he Work or propeny at [he site or adjacent thereto. CONTRACTOR. without special instruction or authorization from ENGINEER or OWNER. is obligated [0 act to prevent threatened damage. injury or loss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from [hc .Contract Documents have been caused thereby. If ENGI- NEER determines that a change in [he Contrnct Documents is required because of the action laken in response to an emergency, a Work Directive Change or Change Order will be issued to document the consequences of the changes or. variations. Shop Drawings and SampLes: 6.23. After checking and verifying al.l field measurements and after complying with applicable procedures specified in the General Requirements. CONTRACTOR shall submit to ENGINEER for review and approval in accol:dance with the accepted schedule of Shop Drawing submissions (see para-' graph 2.9). or for other appropriate action if so indicated in the Supplementary Conditions. five copies runless otherwise specified in [he General RequirementsJ ofall Shop Drawings. which will bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's responsi- bilitic:s under the Contract Documents with respect to the review of the submission. All submissions will be identified as ENGINEER may require. The data shown on the Shop Drawings will be complete with respect to quantities. dimen- sions. specified performance and design criteria. materials and similar data to enable ENGINEER [0 review the infor- mation as required. 6.24. CONTRACTOR shall also submit [0 ENGINEER for review and approval with such promptness as to cause no delay in Work. all samples required by the Contrnct Doc- uments. All samples will have been checked by and accom- panied by a specific written indication [hat CONTRACTOR has satisfied CONTRACTOR's responsibilities under the Contract Documents with respect to the review of the sub- mission and will be identified clearly as [0 material. S4Pplier. pertincnt data such as catalog numbers and the use for which intended. 6.:25.1. Before submission of each Shop Drawing or sample CONTRACTOR shall htwe determined and veri- . fied all quantities. dimensions. specified performance cri- teria. installation requirements. materials. catalog num- bers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sumple with other Shop Drawings and samples and with thc requirements of [he Work and the Contract Documents. 6,25.2. At the time of each submission. CONTRA.C. TOR shall give ENGINEER specific written notice of each variation that [he Shop Drawings or samples may have from the requirements lIt' [he Ctlntrnct Documents. and. in addition. shilll cause a specilic notation 10 be made on 17 each Shop Drawing submitted to ENGINEER for review and approval of each such variation. 6.26. ENGINEER will review and approve with reason- able promptness Shop Drawings and samples. but ENGI- NEER's review and approval will be only for conformance with the design concept of the Project and for compliance. with the information given in the Contract Documents and shall not e~tend to means. methods. lechniques. sequences or procedures of construction <except where a specific means. method. technique, sequence or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thcreto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. CON- TRACTOR shall make corrections required by ENGINEER. and shall return the required numbcr of corrected copies of Shop Drawings and submit as required new samples for review and approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGINEER on previous subnlinals. 6.27. ENGINEER's review and approval of Shop Draw- ings or samplcs shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER's attention to each such variation at the time of SUbmission as required by paragraph 6.25.2 and ENGINEER has given written approval of each such varia- tion by a specific written notation thereof incorporated in or accompanying the Shop Drawing or sample approval; nor will any approval by ENGINEER relieve CONTRACTOR from responsibility for errors or omissions in the Shop Draw- ings or from responsibility for having complied with the pro- visions of paragraph 6.25.1. 6.28. Where a Shop Drawing or sample is required by the Specifications. any related Work performed prior to ENGl- N EER' s review and approval of the pen:inent submission will be the sole expense and responsibility of CONTRACTOR. Contimiing th, Work: 6.29. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements ~ith OWNER. No Work shall be delayed or postponed pend- Ing resolUtion of any disputes or disagreements. except as permitted by paragraph 15.5 or as CONTRACTOR and OWNER may otherwise agree in writing. I nd6mnificatum: 6.30. To the fullest extent permitted by Laws and Regu- lations CONTRACTOR shall indemnify and hold harmless OWNER and ENGINEER and their consultants. agents and employees from and against all claims, damages. losses and expenses, direct. indirect or consequential (inclUding but not limited to fees and charges of engineers. architects. attorneys and other professionals and court and arbitration costs) aris- ing out of or resulting from the performance of the Work. provided that any such claim. damage. Joss or expense (al is attributable to bodily injury. sickness. disease or death. or to injury to or destruction of tangible property (other than the Work itself) inclUding the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of CONTRACTOR. any Subcontractor. any person or organization directly or indirectly employed by any of them to perform or.furnish any of the Work or anyone for whose acts any of them may be liable. regardless of whether or not it is caused in part by a. party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. 6.31. In any and all claims against OWNER or ENGI. NEER or any of their consultants. agents or ~mployees. by any employee of CONTRACTOR, any Subcontractor. any person or organization dircctlyor indirectly employed by any of thcm to perform or furnish any of the Work or anyone for whose a.cts any of them may be liable, the indemnification obligation under paragraph 6.30 shall not be limited in any way by any limitation on the amount or type bf damages, . compensation or benefits payable by or for CONTRACTOR or any such Subcontractor or other person or organization under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. 6.32. The obligations of CONTRACTOR under para- graph 6.30 shall not extend to the liability of ENGINEER, ENGINEER's consultants. agents or employees arising out of the preparation or approval of maps. drawings. opinions. reports, surveys. Change Orders, designs or specifications. ARTICLE 7-OTHER WORK R,iaJed Work a1 Sil,: 7. (. OWNER may perform other work related to the Proj- ect at the site by OWNER's own forces. have other work performed by utility owners or let other direct contracts therefor which shall contain General Conditions similar to these. If the fact that such other worle is to be performed was not noted in the Contract Documcnts, written notice thereof will be given to CONTRACTOR prior to stan:ing any such other work; and, if CONTRACTOR bclieves that such perfor- mance will involve additional expense to CONTRACTOR or requires additional time and the pan:iesare unable to agree as to the extent thereof. CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. 7,1. CONTRACTOR shall afford each utility owner and other contractor who is a party to such a direct contract (or OWNER. if OWNER is performing the additional work with OWNER's employees) proper and safe access to the site and a reasonable oppon:unity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs. CONTRACTOR shall do all cutting, fining and patching of the Work that may be required to make its several parts come togethcrproperlyand integrate with such other work. CON- ]8 TRACTOR shall not endanger any work of others by cutting. excavating or otherwise altering their work and will only cUt or alter their work with the written consent of ENGINEER and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors [0 the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWN ER and such utility owners and other contractors. 7.3. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of any such other contractor or utility owner (or OWNER). CONTRACTOR shall inspect and promptly report to ENGINEER in writing any delays. defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. CONTRACTOR's failure so to report will constitute an acceptance of the other work as fit and proper for integra- tion with CONTRACTOR's Work except for latent or non- apparem defects and deticiencies in tbe other work. Coordinalion: 7.4. If OWNER contracts with others for the perfor- mance of other work on the Project at the site. the person or organization who will have authority and responsibility for coordination of the activities among the various prime con- tractors will be identified in the Supplementary Conditions. and the specific matters to be covered by such authority and responsibility will be itemized. and the extent of such author- ity and responsibilities will be provided. in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions, neither OWNER nor ENG INEER shall have any authority or responsibility in respect of such coordination. ARTICLE 8-0WNER'S RESPONSIBILITIES 8.1. OWNER shall issue all communications to CON- TRACTOR through ENGINEER. 8.1. In case of termination of the employment of ENGI- NEER. OWNER shall appoint an engineer against whom CONTRACTOR makes no reasonable objection. whose sta- tus under the Comract Documents shall be that of the former ENGINEER. Any dispute in connection with such appoinc- menr shall be subject to arbitration. 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make pay- ments to CONTRACTOR promptly after they are due as provided in paragraphs [4.4 and [4.13. 8,4. OWNER's dUties in respect of providing lands and easements and prOviding engineering surveys to l:stablish reference points are set forth in paragraphs 4.1 and 4.4. Para- graph 4.1 refers to OWNER's identifying and making avail- able to CONTRACTOR copies of reportS of explorations and tests of subsurt'ace conditions at the site and in l:xisting struc- tures which have been utilized by ENGINEER in preparing the Drawings and Specifications. 8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property insurance are set forth in paragraphs 5,5 through 5.8. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph IDA. 8.7. OWNER's responsibility in respect of certain inspections. tests and approvals is set forth in paragraph 13.4. 8.8. In connection with OWNER's right to stop Work or suspend Work. see paragraphs 13.10 and 1).1. Paragraph 15.2 deals with OWNER's right to terminate services of CON- TRACTOR under certain circumstances. ARTICLE 9-ENGINEER'S STATUS DURING CONSTRUCTION ~ Owner's Represenlative: 9.1. ENGINEER will be OWNER's representative dur- ing the construction period. The duties and responsibilities and the limitations of authority of ENG INEER as OWNER's representative during construction are set forth in the Con- tract Documents and shall not be extended with.out written consent of OWNER and ENG INEER. Visits to Site: 9.2. ENGINEER wiII make visits to the site at incervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to deter- mine. in general. if the Work is proceeding in accordance with the Contract Documents. ENGINEER will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. ENGrNEER's efforts will be dire.cted toward providing for OWNER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on-site observations as an experienced and qualified design profes- sional. ENGINEER will keep OWN ER informed of th~ prog. ress of the Work and will endeavor to guard OWNER against defects and deticiencies in the Work. Project Representation: 9.3. If OWNER and ENGINEER agree. ENGINEER will furnish a Resident Project Representative to assist ENGINEER in observing the performance of the Work. The duties. responsibilities and limitations of authority of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions. If OWNER designates another agent to represent OWNER at the site who is not ENG1NEER's agent or employee. the duties. responsibilities and Iimitutions of authority of such other person will be as provided in the Supplementary Conditions. 19 C/arificaQ,ons and lnurprttadoru: 9.4. ENGINEER will issue with reasonable promptness such written claritications or interpretations of the require. ments of the Contract Documents (in the form of Drawings or otherwise) as ENGINEER may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If CONTRACTOR believes that a written clarilicacion or interpretation justifies an increase in the Contract Pricc or an extension of the Contract Tlme and the parties are unable to agree to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Anicle 11 or Article 12. AUlhori:uJ Var..ations ill Work: 9.5. ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Timc and are consistent with the overall intent of the Contract Documents. These may be aCcomplished by a Field Order and will be binding on OWNER. and also on CONTRACTOR who shall perfonn the Work involved promptly. If CONTRACTOR believes that a Ficld Order justifies an increase in the Contract Pricc or an extension of thc Contract Time and the parties are unable to agree as to the amount or extent thereof. CONTRACTOR may make a claim therefor as provided in Article 11 or 12. Rejecting Defective Work: 9.6. ENGINEER wilJ have authority to disapprove or reject Work which ENGINEER believes to be defecrive. and will also have authority to require special inspection or testing of the Work as prOvided in paragraph 13.9. whether or not the Work is fabricatcd. installed or completed. Shop Drawings, Chang, drurr and Paymellls: 9.7. In connection with ENGINEER's responsibility for Shop DraWings and samples. see paragraphs 6.13 through 6.29 inclusive. 9.8. In connection with ENGINEER's responsibilities as to Change Orders. see Articles 10. 1 I and 12. 9.9. In connection with EN.GINEER's responsibilities in respect of Applications for Payment. etc.. see Article 14. Derennincuions for Unit Prices: 9.10. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CON- TRACTOR. ENGINEER will review with CONTRACTOR ENG INEER' s preliminary detcrminations on such matters before rcndering a written decision thercon (by recommen- dation of an Application 'for Payment or otherwisc), ENGI- NEER's written decisions thereon will be final and binding upon OWNER and CONTRACTOR, unless. within ten days after the date of any such decision. either OWNER or CON- TRACTOR delivers to the other party to the Agreement and to ENGIN~ER written notice of intention to appeal from such a decision. Decisions on Disputes: 9.11. ENGINEER will be thc initial interpreter of the requirements of thc Contract Documents and judge of the acceptability of the Work thereunder. Claims. disputes .and other mattcrs rclating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performancc and furnishing of the Work and claims undcr Articlcs 11 and 11 in respect of changes in the Contract Price or Contract Time will be refcrred initially to ENGINEER in writing with a request for a formal decision in accordance with this paragraph. which ENGINEER will render in writing within a reasonable time. Written notice of each such claim, dispute and othcr matter will be delivered by the claimant to ENGINEER and the other pany to the Agreement promptly (but in no event later than thirty days) after the occurrencc of the event giving rise thereto. and written supporting data will be submittcd to ENG~EER and the other pany within sixty days after such occurrence unless ENGINEER allows an additional period of time to ascertain more accurate data in support of thc claim. 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11, ENGINEER will not show par- tiality to OWNER or CONTRACTOR and will not be liable in connection with any intcrprctation or decision rcndcred in good faith in such capacity. The rendering of a decision by ENGINEER pursuant to paragraphs 9. IO and 9.11 with respect to any such claim, dispute or ocher matter (except any which have becn waived by the making or acceptance of final pay- ment as provided in paragraph 14.16) will be a condition precedent to any exercise by OWNER or. CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim. dispute or othcr matter'. Limilarions on ENGINEER's Responsibililies: 9.13. Neither ENGINEER's authoritY to act under this Article 9 or elsewhere in the Contract Documents nor any decision made by ENG INEER in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of ENGINEER to CONTRACTOR. any Sub- contractor. any Supplier. or any other person or organization performing any of the Work. or to any surety for any .of them. 9.14. Whenever in the Contract Documents the terms "as ordcred". "as directed". "as required", "as allowed". "as approved" or terms of like effcct or import are used. or the adjectives "reasonable", "suitable", "acceptable". "proper" or "satisfactory" or adjectives of like effcct or import are used to describe a rcquirement. direction. review or judgment of ENGINEER as to the Work. it is intended that such requircment. direction, review or judgment will be solely to evaluate the Work for compliance with the Contract Docu- ments (unless there is a spccific statcment indicating othcr. wise). The use of any such term or adjective shall not be 20 effective to assign to ENGINEER any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary [0 the provisions of paragraph 9,15 or 9.16. 9.15. ENGINEER will not be responsible for CON- TRACTOR's means. methods. techniques. sequences or pro- cedures of construction, or the safety precautions and pro- grams incident thereto. and ENGINEER will not be respon. sible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. 9.16. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor. any Supplier. or of any other person or organization performing or furniShing any of the Work. ARTICLE IO-CHANGES IN THE WORK 10.1. Without inValidating the Agreement and without noticc to any surcty. OWNER may. at any time or from time to time. order additions. deletions or revisions in the Work: these will be authorized by a Written Amendment. a Change Order. or a Work Directive Change. Upon receipt ofany such document. CONTRACTOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided), 10..:!. If OWNER and CONTRACTOR are unable [0 agree as to the extent:. if any. of an increase or decrease in the Contract Price or an extension or shortening of the Contract Time that should be aUowed as a result of a Work Directive Change. a claim may be made therefor as provided in Article 11 or Article 12. . 10.3. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any Work performed that is not required by the Contract Documents as amended. modified and supple- mented as provided in paragraphs 3.4 and 3.5, except in the case of an emergency as providcd in paragraph 6.22 and except in [he case of uncovering Work as provide:tI in para- graph IJ.9. . 10."". OWNERand CONTRACTOR shall e:xecuteappro- priate Change Orders (or Written Amendments) covering: 10."". f. changes in the Work which are ordered by OWNER pursuant to paragraph 10.!. are required because of acceptance of defltclil'e Work under paragraph 13, 13 or corre:cting '''~tecth'e Work under paragraph 13, [4. or are agrec:d to by the parties: IOA.2. changes in the Contract Price or Contract Time: which are ugreed to by the parties: and 10.4,3. changes in the Contract Pricc or Contract Time which embody the substance of any written decision ren- dered by ENGINEER pursuant to paragraph 9.1 I: provided that. in lieu of executing any such Change Order. an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations. but dUring any such appeal. CON- TRACTOR shall carryon thc Work and adhere to the prog- ress schedule as provided in paragraph 6.:29. 10.5. If notice of any change alTecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to. Contract Price or Contract. Time) is required by the provisions of any Bond to be given to a surety. the giving of any such notice will be CONTRAC- TOR's responsibility, and the amount of each applica~le Bond will be adjusted accordingly. ARTICLE ll-CHANGE OF CONTRACT BRICE 11.1. The Contract Price constitutes the total compen- sation (subject to authorized adjustments) payable to CON. TRACTOR for performing the Work. All duties. responsibil- itics and obligations assigned to or undertaken by CON- TRACTOR shaH be at his expense without changc in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to thc other party and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be dclivered within sixty days after such occurrence (unless ENGINEER allows an additional period of time to ascertain more accurate data. in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct. indirect and con- sequential) to which the claimant is entitled as a result of the occurrence of said eVent. All claims for adjustment in the Contract Price shall be determined by ENGINEER in accor- dance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph II..:!. 11.3. The value of any Work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: 11.3.!. Where the Work involved is covered by unit prices contained in the Contract Documents. by.applica. tion of unit prices to the quantities of the items involved (subject to the provisions of paragraphs 11.9.1. through 11.9.3. inclusive), 11 11.3.2. By mutua! acceptance of a lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph I 1.6.2.1). 11.3.3. On the basis of the Cost of the Work (deter- mined as provided in paragraphs 11.4 and 1 1.5) plus a CONTRACTOR's Fee for overhead and profit (deter- mined as provided in paragraphs 11.6 and 11.7). Cost of thl Work: 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER. such costs shall be in amounts no higher than those prevailing in the locality of the Project. shall include only the following items and shall not include any ofthecoscs itemized in paragraph 11.5: I 1.4.1. . Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shaH include. but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions. unemployment. excise and payroll taXes. workers' or workmen's compensation, health and retirement benefits, bonuses. sick leave, vacation and hol- iday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours. on Satur- day, Sunday or legal holidays, shall be included in the above to the eXtent authorized by OWNER. 11.4.2. Cost of all materials and equipment furnished and incorporated. in the Work. including costs of trans- portation and storage thereof. and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. All trade discounts, rebates and refunds and all returns from sale of surplus materials and equipment shall accrue to OWNER. and CONTRACTOR shall make provisions so that they may be obtained. 11.4.3, Payments made by CONTRACTOR to the Subcontractors for Work performed by Subcontractors. If required by OWNER. CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to CON- TRACTOR and shall deliver such bids to OWNER who will then detennine, with the advice of ENGINEER. which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid on the basis of COSt of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as CONTRAC- TOR's Cost of the Work. All subcontracts shall be subject 22 to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to en~neers. architects. testing laboratories. sur- veyors. attorneys and accountants) employed for services specifically related [0 the Work. 11.4.5. Supplemental costs including the following: 11.4.5.1. The proportion of necessary transporta- tion. travel and subsistence expenses of CONTRAC- TOR's employees incurred in discharge of duties con- nected with the Work. 11.4.5.:!. Cost. including transportation and main- tenance. of all materials, supplies. equipment. machin- ery, appliances. office and temporary facilities at the site and hand tools not owned by the workers. which are consumed in the perfonnance of the Work. and cost less market value of such items used butn<# consumed which remain the property of CONTRACTOR. 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of ENGINEER, and the costs of transportation, loading, unloading, installation. dismantJing and removal thercof-a11 in accordance with tenns of said rental agreements. The rental of any such equipment. machin- ery or parts shall cease when the use thcreofis no longer necessary for the Work. 11.4.5.4. Sales. consumer. use or similar taxes related to the Work. and for which CONTRACTOR is liable. imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negli- gence of CONTRACTOR. any Subcontractor or any- one directly or indirectly employed by any of them or for whose acts any of them may be liable. and royalty payments and fees for permits and licenses. 11.4.5.6. Losses and damages (and related expenses). not compensated by insurance or otherwise, to the Work or otherwise sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.9). pro- vided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor. or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable.. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of detennining CONTRAC- TOR's Fee. If. however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof. CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. IIA,5.7. The cost of utilities. fuel and sanitary facilities at the site. II A.5,8, Minor expenses such as telegrams. long distance telephone culls. telephune service at the site. expressage and similar petty cash items in connection with the Wurk. II A.5.9. Cost of premiums for additional Bonds and insurance required because uf changes in the Work and premiums for property insurance coverage within the limits of the deductible amounts established by OWNER in accordance with paragraph 5.9, 11.5. The term Cost of the Work shall not include any of the following: 11.5. 1. Payroll COSts and other compensation of CON. TRACTOR's officers. executives. principals (of partner- ship and sole proprietorships). general managers. engi- neers. architects. estimators. attorneys. auditors. accoun- tants. purchasing and contracting agents. expeditors. timekeepers. clerks and other personnel employed by CONTRACTOR whcthcr at the site or in CONTRAC- TOR's principal or a branch office for general administra- tion of the Work and not specifically included in the agreed upon schedule of job classifications referred to in para- graph 1104.1 or specifically covered by paragraph 1104.4- all of which are to be considered administrative costs covered by the CONTRACTOR's Fee. 11.5.:!. Expenses "f CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the site. 11.5.3. Any part ofCONTRACTOR's capital expenses. inclUding interest on CONTRACTOR'S capital emplofed for the Work and charges against CONTRACTOR for delinquent payments. [1.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same Ce:<cept for the Gost of premiums covered by sub- paragraph 11,4.5.9 above!. 11.5.5, Costs due to the negligence of CONTRAC- TOR. any Subcomrnctor. or anyone directly or indirectly employed b~' any of I;'~m or for \Vho~e acts anv of them may be lianle. in..:l~IJin!; but not IimiteJ to. the ~orrection of d~k[ ill. ".'urk. Jisposal llf materials or equipment wrongly SU, ~d l~.. ~ "'aking goou any damage to prop- erty. 11.5.6. Other overhead or general expense costs uf any kinu and the costs of any item not specifically and expressly included in paragraph II A. CONTRACTOR's Fee: 11.6. The CONTRACTOR's Fee allowed to CONTRAC- TOR for overhead and profit shall be detennined as follows: 11,6.1. a mutually acceptable fixed fee: or if none can be agreed upon. I (,6.2. a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2: 1. for costs incurred under paragraphs 1104. ( and 11.4.2. the CONTRACTOR's Fee shaH be fifteen percent: 11.6.2.2. for costs incurred under paragraph 11.4.3. the CONTRACTOR's Fee shall be F.ve.percent: and if a subcontract is on the basis of Cost of the Work Plus a Fee. the maximum allowable to CONTRACTOR on account of overhead and profit of all Subcontractors shall be fifteen percent: ~ 11.6.:U. no fee shall be payable 0;' the basis of costs itemized under paragraphs 11.4.-1. 1104.5 and 11.5: 11.6.2.4, the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in CONTRAC- TOR's Fee by an amount equal [0 ten percent of the net decrease: and 11.6.2.5, when both additions and credits are involved in anyone change. the adjustment in CON- TRACTOR's Fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through I I.6.2A. inclusive. II. 7. Wheneverthe cost of any Work is to be determined pursuant to paragraph 11..+ or 11.5. CONTRACTOR will submit in form acceptable to ENGINEER an itemized cost breakdown together with supporting. data. Cash Allowances: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums Ivithin the limit of the allowances as may be acceptable to ENGl- NEER. CONTRACTOR agrees that: [ 1.8.1. The allowances include the cost to CON- TRACTOR (less any applicable trade discountsl of mate- rials and equipment required by the allowances to be deliv- ered at the site. and all applicable taxes: and 11.8.2. CONTRACTOR's costs fur unloading and handling on the site. fllhor. installation costs. overhead. profit and other expenses contemplated for the allowances have been incluued in the COn!ract Price and not in the 23 allowances. No demand for additional payment on account of any thereof will be valid. Prior to final payment, an appropriatc Change Ordcr will be issucd as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances. and thc Contract Price shall be correspond- ingly adjusted. Un" Price Work: 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to includc for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identificd item of Unit Price Work times the estimated quantity of each item as indi- catcd in the Agreement. The estimatcd qUantities of items of Unit Price Work arc not guarantecd and are solely for the pUrpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quan- tities and classifications of Unit Price Work performed by CONTRACTOR will be made by ENGINEER in accor- dance with Paragraph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each sep- aratcly identified item. 11.9.3. Wherc the quantity of any item of Unit Price Work performed by CONTRACTOR differs matcrially arJd Significantly from the estimated quantity of such item indicated in the Agreement and there is no corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes that CONTRACTOR has incurred additional cxpense as a result thercof. CON- TRACTOR may make a claim for an increase in the Con- tract Price in accordance with Anic1e II if the parties are unable to agree as to the amount of any such increase. ARTICLE 12-CHANGE OF CONTRACT TIME 12.1. The Contract Time may only be changed by a Change Order or a Written Amendment. Any claim for an extcnsion or shonening of the Contract Time shall be based on writtcn notice delivered by the party making the claim to the other Party and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event g;ving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be deliv- ered within sixty days after such occurrence (unless ENGI- NEER allows an additional period of time to ascertain more accurate data in SUJ:lport of the claim) and shall be accom- Panied by the claimant's writtcn statement that the adjust- ment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Timc shall be detcrmined by ENGINEER in accordance with para- graph 9,11 if OWNER and CONTRACTOR cannot otherwise a.gn:e. No claim for an adjustment in thc Contract Time will be valid if not submitted in accordance with the requirements of this paragraph 12.1. 12.2. The Contract Time will be extended in an. amount equal to time lost due to delays beyond the control of CON- TRACTOR if a claim is made therefor as provided in para. graph 12.1. Such delays shall include. but not be limited to. acts or neglcct by.OWNER or others performing additional work as contemplated by Article 7, or to tires. /loods. labor disputes. epidemics, abnormal weather conditions or acts of God. 12.3. All time limits statcd in the Contract Documents are of the essencc of the Agreement. The provisions of this Article- 12 shall not exclude recovery for damages (inCluding but not limited to fees and charges of cngineers, architects, attorneys and other professionals and court and arbitration costs) for delay by either party. ~ ARTICLE 13-WARRANTY AND GUARANTEE;. TESTS AL'\lD INSPECTIONS: CORRECTION, REMOVAL OR ACCEPTANCE OF DEFEcnVE WORK Warrruuy and GlI41"a1IUe: 13..1. CONTRACTOR warrants and guarantces to OWNER and ENGINEER that all Work will be in accor- dance.with the Contract Documents and will not bc defective. Prompt noticc of all defects shall be given to CONTRAC- TOR. All defective Work. whether or not in place. may be rejected. corrected or accepted as provided in this Article 13. Act:ns la Work: 13.2. ENGINEER and ENGINEER's representatives, dther representatives of OWNER. tcsting agencies and gov- ernmental agencies with jurisdictional interests will have access to the Work at reasonable times for their observation. inspecting and tcsting. CONTRACTOR shall provide proper and safe conditions for such access. TeslS and Inspections: 13.3. CONTRACTOR shall give ENGINEER timelynoticc of readiness of the Work for all required inspcctions, tcsts or approvals. 13.4. If Laws or Regulations of any public body having jurisdiction require any Work (or parttnereoO to specifically be inspectcd, tested or approved. CONTRACTOR shall assume full responsibility therefor. pay all costs in connection therewith and furnish ENGINEER the required certificates of inspection. testing or approval. CONTRACTOR shall also 24 be responsible for and shall pay all costs in connection with any inspection or testing required in connection with OWN- ER's or ENGIN EER 's acceptance of a Supplier of materials or equipment proposed to be incorporated in the Work. or of materials or equipment submilled for approval prior to CON. TRACTO R' s purchase thereof for incorporation in the Work. The cost of all inspections. tests and approvals in addition to the above which are required by the Contract Documents shall be paid by OWNER (unless otherwise specified I. 13.5. All inspections. tests or approvals other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to OWNER and CONTRACTOR lor by ENGI~EER if so specified). 13.6. If any Work (including the work of others) that is to be inspected. tested or approved is covered without written concurrence of ENGINEER. it must. if requested by ENGI- NEER. be uncovered for observation. Such uncovering shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER timely notice ofCONTRACTOR's inten- tion to cover the same and ENGINEER has not acted with reasonable promptness in response to such notice, 13.7. Neither observations by ENGINEER nor inspec- tions. tests or approvals by others shall relieve CONTRAC- TOR from CONTRACTOR's obligations to perform the Work in accordance with the Contract Documents. Uncovering Work: 13.8. [fany Work is covered contrary to the written request of ENGINEER. it must. if requested by ENG[~EER. be uncovered for ENGINEER's observation and replaced at CONTRACTOR's expense. 13,9. If ENGINEER considers it necessary or advisable that covered Work be observed by ENGINEER or inspected or tested by others. CONTRACTOR. at ENGINEER's request. shall uncover. expose: or otherwise make available for observation. inspection ~r testing as ENGI:-.1EER mll\' require. that portion of the Work in question. furnishing ail necessary labor. .material and equipment. If it is found that such Work is "f'.t'I!(,til't!, CONTRACTOR shall ,bear all direct. indirect and consequential costs of such uncovering. expo- sure. observation. inspection und testi",z and of s,ltisfactor\' reconstruction. (includiOlI but not limited to fees and chane~ of c:ngineers. architect!;. ~ltorneys und other pror"e::ssionaisl. and OWN ER shall be entitled 10 an appropriute Jecrease:: in lhe Contract Price. and. if the parties an: unable to agree:: as to the umoun t thereof. nla~' make a claim the::refor:.\:, provided in Article II. If. h011 ever. such Wl.lrk is not fl'und to be df'.f"l't;\,(" CO:--':TRACTOR ~hall be allowed an increase:: in the CuntrLIl.:t Pri\.l. ~r ..i1 c:,ir.:nsion of lhe:: Contra.;t Time. l1r both. Jirec[l~. anril'lllable tv such uncovering. exposure::. obser\',Hion. inspection. testing and reconstructil.'n: lInd. if the panie=-; lire unable [0 lIgree:: as [0 the amount 0r extent .:-,-':. thereof, CONTRACTOR may make a claim therefor as pro- vidcd in Articles I I and 12. Own,r May Stop th, Work: 13,10. If the Work is defectil'!!, or CONTRACTOR fails to supply sufficient skilled workers or suitable matcrials or equipment. or fails [0 Furnish or perform the Work in such a way that the completed Work will conform to [he Contract Documents. OWNER may order CONTRACTOR to stop the Work. or any portion thereof. until the cause for such order has been eliminated: however.. this right of OWNER to stop the Work shall not give rise to any duty on the parr of OWNER to excrcisc this right for the benefit of CONTRACTOR or. any other party. Correction or Removal of Defectiv, Work: 13.11. Ifrequired by ENGINEER. CONTRACTOR shall promptly, as dirccted. either cqrrect all defecth'e Work. whether or not fabricated. installed or completed. or. if the Work has been rejected by ENGINEER. rem~ve it from the site and replace it with nondefecri\'e Work. CONTRACTOR shaH bear all direct. indirect and consequential costs of such correction or removal (including but not limited to fees and charges of enginecrs. architects. attorneys and other profes- sionals) made necessary thereby. On, Y,ar Correction Period: 13.12. If within one year after the date of Substantial Completion or such longer period of time as may be pre. scribed by Laws or Regulations or by the terms of any appli. cable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents. any Work is found to be defectil'e. CONTR.-\CTOR shall promptly. . without cost to OWNER and in accordance with OWNER's written instructions. either correct such de{ecti\'e Work. or. if it has been rejected by OWNER. remove it from the site and replace it with lIonclefectil'e Work. If CONTRACTOR does not promptly comply with the terms of such instructions. or in an emergency whcre delay would cause serious risk of loss or damage. OWNER may have the defel.ti\'e Work cor" rccted or the rejected Work removed and replaced. and all direct. indirect and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers. architects. attorneys and other professionals) will be paid by CONTRACTOR. In special circumstances where a particular item of equipment is placed ill continuous service before Substantial Completion of all the Work. the correction period for that item may start to run from an c::arlier date if so provided in the Specifications or by Written Amendment. Acceptance of Defective Work: 13.13, If. instead of requiring correction or removal and replacement of dl!fl!ctil'f! Work. OWN ER land. prior to ENGINEER's recommendation of final payment. also ENGIN EER) prefers to accc:pt it. OWN ER may do so. CON. TRACTOR shall be::lIr all Jirect. indirect and consequential 25 costs attributable to OWNER's evaluation of and determi- nation to accept such defective Work (such costs to be approved by ENGINEER as to reasonablcness and to include but not be limited to fees and charges-of engineers. architects, attor- neys and other professionals). If any such acceptance occurs prior to ENGINEER's recommendation of final payment,.a Change Order will be issucd incorporatin~ the necessary revi. sions in the Contract Documents with respcct to thc Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and. if the panies are unable to agree as to the amount thereof, OWNER may make a claim thcrefor as provided in Anicle 11. If the acceptance occurs after such recommendation. an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correct Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice of ENGINEER to proceed to correct and to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with para- graph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents. or if CON- TRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days' writ- tcn notice to CONTRACTOR. correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph OWNER shall proceed expeditiously. To the extent necessary to complete corrective and remedial action. OWNER may exclude CONTRACTOR from all orpart of the site, take. possession of all or part of the Work, and suspend CON- TRACTOR's. serviccs related thereto. take possession of CONTRACTO R . s tools. appliances, .constrUction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewherc. CONTRACTOR shall allow OWNER. OWNER's represen- tatives, agents and employees such access to the site as may be necessary to enable OWNER to exercise the rights and remedies under this paragraph, All direCt, indirect and con- sequential costs of OWNER in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved as to reasonableness by EN G IN EER. and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to thc Work: and OWNER shall be entitled to an appropriate decrease in the Contract Price. and, if the parties are unable to agree as to the amount thereof. OWNER may make a claim therefor as provided in Article 11. Such direct. indirect and consequen- tial costs will include but not be limited to fees and charges of engineers, architects. attorneys and other professionals, all COUrt and arbitration costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Contract Time becausc of any delay in per- ronnance of the WorkaUributable to the exercise by OWNER of OWNER's rights and remedies hereunder. ARTICLE 14-PA YMENTS TO CONTRACTOR AND COMPLETION Schedule afValues: 14. J. The schedule of values establishcd as provided in paragraph 2.9 will serve as thc basis for progress payments and will be incorporated into a fonn of Application for Pay. ment acceptable to ENGINEER. Progress payments on account of Unit Price Work will be based on the number of units complcted. ApplicaJionfor Progress Paym,nt: 14.2. At least twenty days before each progress payment is scheduled (but not more often than once a month). CON- TRACTOR shall submit to ENGINEER for review an Appli- cation for Payment tilled out and signed by CONTRACTOR covcring the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. Ifpaymenr is requested on the basis of materials and equipment not inc~rporated in the Work but dclivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale. invoice or other documentation warranting mat OW1':lER has reccived . the materials and equipment free and clear of all liens, charges, security intercsts and encumbrances (which are h.ereinafter in these General Conditions referred to as "Liens"). and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein. all of which will be sat- isfactoryto OWNER. The amount of.retainage with respect to progress payments will be as stipulated in the Agreement. CONTRACTOR's Warranty of Titl,: ]4.3. CONTRACTOR warrants and guarantees that title to all Work. materials and equipment covered by anyAppli- cation for Payment. whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Licns. R'l'i4w of ApplicaJions for Progress Payment: 14.4. ENGINEER will. within ten days after receipt of each Application for Payment. either indicate in writing a recommendation of paymcnt and present the Application to OWNER. or return the Application to CONTRACTOR indi- cating in writing ENGINEER's reasons for rcfusing to rec- ommend payment. In the latter case, CONTRACTOR may makc the neccssary corrcctions and resubmit the Applica- tion. Ten days after presentation of the Application for Pay- ment with ENGINEER's recommendation. the amount rec- ommended will (subject to the provisions of thc last sentcnce of panigraph 14.7) becomc due and when due will be paid by OWNER to CONTRACTOR. (In accordance with the Georgia Prompt Pay Act ) 14.5, ENGINEER's recommendation of any payment requested in an Application for Payment will constitute a 26 representacion by ENGINEER [0 OWNER. based on ENGI. N EER' s on-site observations of the Work in progress as an experienced and qualified design professional and on ENGI- NEER's review of [he Applicllcion for Paymenc and [he accompanying data and schedules chat the Work has pro- gressed [0 [he point indicOlced: [hOlc. to che best of ENGI. N EER' s knowledge. informOltion and belief. the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a funccioning whole prior co or upon Subscantial Complecion. to the results of any . subsequent tes[S called for in [he Commct Documencs. to a linal determinacion of quan tities and cfassificacions for Unic Price Work under paragraph 9.10. and to any ocher qualifi- cations stated in the recommendation): and chat CONTRAC- TOR is enticled to paymenc of the amount recommended. However. by recommending any such payment ENGINEER will noc thereby be deemed to have represented thac exhaus- cive or concinuous on-sice inspeccions have been made to check the quality or che quantity of the Work beyond the responsibilicies specifically assigned co ENGINEER in chc Concract Documencs or that chere may not be ocher matters or issues between che parties that might enticle CONTRAC- TOR to bc paid additionally by OWNER or OWNER to withhold payment co CONTRACTOR. . 14.6. ENGINE)::R's recommendation of final paymenc will conscitute an addicional representation by ENGINEER to OWNER chat the conditions precedent co CONTRAC. TOR's being emicled to final payment as set forth in paragraph 14.13 have been fulfilled. 14.7. ENGINEER may refuse to recommend [hc whole or any part of any payment if. in ENGINEER's opinion. it would be incorrect to make such represenlUtions to OWNER. ENGINEER may also refuse to recommend any such pay- ment. or. because of subsequcilCly discovered evidence or the results of subsequent inspeccions or tescs. nullify any such payment previously recommended. to such extent as may be necessary in ENG rN EER's opinion to protect OWNER f~om loss because: 14.7.1. the Work is defecrh'e, or complcted Work has been damage:! requiring correction or replacement. 1-1.7.2. the Contract Price has been reduced bv Writ- ten Amendment or Change Order. . 14.7.3. OWNER has been required to correct defec- ril'e Work or complete Work in accordance with paragraph 13.14. or 1-1.7.4. of ENGINEER's accual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2./ through 15,2.9 inclusive. OWNER may refuse to make payment of the full am~unt recommended by ENGINEER because claims have been made against OWNER on aCCount ofCONTRACTOR's per- formance or furnishing: of the Work or Liens have been filed in connection with the Work or there are other items emicling OWN ER to a set-off againsc the amount recommended. but OWNER must give CONTRACTOR immediate wricten notice (with a copy to ENGINEER) stating the reasons for such action. Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRA(.-rOR shall notify OWNER and ENGINEER in Writing that the entire Wcirk is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request thac ENGI- NEER issue a certificace of Substantial Completion. Within a reasonable time thereafcer. OWNER. CONTRACTOR and- EN G IN EER shall make an inspection of the Work to deter- minc the scatus of comp/ecion. If ENGIN EER does noc con- sidcr the Work substantially complete. ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers the Work substantially complete. . ENGINEER will prepare and deliver co OWNER a tcntative certificate of Substancial Completion which shall fix the date of Substantial Completion. There shall be ~tached to the certificatc a tentative list of items to be completed or cor- rected before tinal payment. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to ENGINEER as [0 any provisions of the certificate or attached list. If. after considering such objec- tions. ENGINEER concludes that the Work is not substan- tially complete. ENGINEER will within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stadng the reasons therefor. If. nfter consideration of OWNER's objections, ENGINEER considers the Work substantially complece. ENGINEER will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (wich a revised tentative list of icems to be com- pleted or corrected) reflecting such changes from the tcniative certificate as ENGINEER believes justified after consider. ation of any objections from OWNER. At the time of de livery of the tentative certificate of Substantial Completion ENGI. NEER will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending tinal payment between OWNER and CONTRACTOR with respect to security. operation. safety, maintenance. heat. utilities. insurance and warranties. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform ENGINEER prior to ENGINEER's issuing the definicive certificate of Substantial Completion. ENGIN EER's afore. said recommendation will be binding on OWNER and CON- TRACTOR until final payment. 14.9. OWNER shall have the right to exclude CON- TRACTOR from the Work after the date of Substantial Com. pletion. but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on [he tentative lisc. Partial Utilization: 14.10. Use by OWNER ofany finished part of the Work. which has specifically b~~n identified in the Contract Do~u- 27 ments, or which OWNER, ENGINEER and CONTRAC- TOR agree constitutes a separately functioning and useable part of the Work that can be usea by OWNER without sig- nificant interference with CONTRACTOR's performancc of the remaindcr of thc Work, may be accomplished prior to Substantial Camplction of all the Work subjcct to the follow- ing: 14. I 0.1. OWNER at any time may request CON- TRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CON- TRACTOR agrees. CONTRACTOR will certify to OWNER and ENGINEER that said part of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion- for that parc of the Work. CON- TRACTOR at any time may notify OWNER. and ENGI- NEER in writing that CONTRACTOR considers any such part of the Work ready for itS intendcd use and substan- tially complete and request ENGINEER to issue a certif- icate of Substantial Completion for that part of thc Work. Within a reasonable time after either such request. OWNER, CONTRACTOR and ENGINEER shall make an inspec- tion of that part of the Work to determine its s.atus of complction. If ENGINEER does not consider that part of thc Work to be substantially complete. ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers that part of the Work to. be substantially complete. the provisions of para- graphs 14.8 and 14.9 will apply with respect to ccrtification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.:2. OWNER may at any time request CON- TRACTOR in writing to pennit OWNER to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to ENGINEER and within a reasonable time there- after OWNER. CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of complction and will prepare a list of the itcms remaining to be completed or corrected thereon before final payment. If CONTRACTOR does not object in writ- ing to OWNER and ENGINEER that such part of the Work is not ready for separate opcration by OWNER. ENGINEER will tinalize the list of itcms to be completed or corrected and will deliver such list to OWNER and CONTRACTOR together with a written recommcndation as to the division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation. safety, maintenance. utilities. insur- ance. warranties and guarantees forthat part of the Work which will become binding upon OWNER and CON- TRACTOR at the time when OWNER takes over such operation (unless they shall have otherwise agreed in writ- ing and so informed ENGINEER). During such operation and prior to Substantial Completion of such part of the Work. OWNER shall allow CONTRACTOR reasonable access to complete or correct items on said list and to complete other related Work. .....-/ . 14.10.3. No occupancy or separate operation of part of the Work will be accomplished prior to compUance with the requirements of paragraph S.15 in respect of property insurance. Final Insp,ction: 14.11. Upon written notice from CONTRACTOR that thc entirc Work or an agreed portion thereof is complete. ENGI- NEER will make a final inspection with OWNER and CON- TRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such mcasures as are necessary to remedy such defi- ciencies. Fill41 AppliclJtion for Paym,lIl: 14.12. After CONTRACTOR has completed all such cor- rections to the satisfaction of ENGINEER and delivcred all maintcna,nce and opcrating instrUctions. schedvJcs. guaran- tees. Bonds. certificates of inspection. marktd-up recor? documents (as provided in paragraph 6.19) and other docu- ments-all as required by the Contract Documents. and after ENGINEER has indicated that thc Work is acceptable (sub- ject to the provisions of paragraph 14.16). CONTRACTOR may makc application for final payment following thc pro- ccdurc for progress paymcnts. The final Application for Pay- ment shall be accompanied by all documentation called for in the ContractDoeuments, together with complcte and legally effective releases or waivers (satisfactory to OWNER) of all Liens arising out of or filed in connection with the Work. In lieu thereof and as approved by OWNER. CONTRACTOR may furnish receipts or releases in full: an affidavit of CON- TRACTOR that the releases and receipts inc!ude aU labor. services, material and equipment for which a Lien could be tiled. and that all payrolls, material and equipment bills. and other indebtedness connected with the Work for which OWNER or OWNER's property might inany way be respon- sible. have bcen paid or otherwise satislied: and consent of the surety, if any, to final payment. If any Subcontractor.or Supplicr fails to furnish a release or receipt in full, CON. TRACTOR may furnish a Bond or other collatcral satisfac- tory to OWNER to indemnify OWNER against any Lien. Firuzl Paym,nt and Acceptanc,: 14.13. If. on the basis of ENGINEER's observation of thc Work during construction and .tinal inspection. and ENGINEER's review of the tinal Application for Payment and accompanying documentation-all as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled. ENGI- NEER will. within ten days after receipt of the final Appli- cation for Payment. "indicate in writing ENGINEER's rec- ommendation of payment and prescnt the Application to OWNER for payment. Thereupon ENGINEER will give written noticc to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.16. 28 Otherwise. ENGINEER will return the Application to CON- TRACTOR. indicating in writing the reasons for refusing to recommend final payment.. in which case CONTRACTOR shall make the necessary corrections and resubmit the Appli- cation, Thirty days after J3resencation to OWNER of the Application and accompanying documentation, in appropri- ate form and substance. and with ENGINEER's recommen- dation and notice of acceptability. the amount recommended by ENGINEER will become due and will be paid by OWNER to CONTRACTOR. (In accordance with the Georgia Prompt Pay Act). 14.14. If, through no fault of CONTRACTOR, final com. pletion of the Work is significantly delayed and if ENGI- NEER so confirms, OWNER shall. upon receipt of CON- TRACTOR's final Application for Payment and recommen- dation of ENGINEER. and without terminating the Agree- ment. make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agree- ment. and if Bonds have been furnished as required in para- graph 5.1. the written consent of the surety to the payment of the balance due for that portion of the Work fully com. pleted and accepted shall be submitted by CONTRACTOR to ENGINEER with the Application for such payment. Such payment shall be made under the terms and conditions gov- erning final payment, except that it shall not constitute a waiver of claims. Contractor's Continuing Obligation: 14,15, CONTRACTOR's obligation to perform and com- plete the Work in accordance with the Contract. Documents shaH be absolute. Neither recommendation of any progress or final payment by ENGINEER. nor the issuance of a cer- tificate of Substantial Completion. nor any payment by OWNER to CONTRACTOR under the Contract Documents. nor any use or occupancy of the Work or any part thereof by OWNER. nor any act of acceptance by OWNER nor any failure to do so. nOr any review and approval of a Shop Drawing or sample submission. nor the issuance of a notice of acceptability by ENGINEER pursuant to paragraph 14.13. nor any correction of defective Work by OWNER will con- stitute an acceptance of Work not in accordance with the Contract Documents or a release of CONTRACTOR's obli- gation to perform the Work in accordance with the Contract Documents (except as provided in paragraph 14.16). . Waiver of Claims: 1-1.16. The making and acceptance uf final payment will conslitute: 1-1.16.1. a waiver of all claims bv OWNER against CO:--lTRACTOR. except claims arising from ~ns~ttled Liens. from def(!(,/i\'(' Work appearing after linal inspc:c- tion pursuant 10 paragraph 14.11 ur frum failure III comply with. the CUntrucl Documents ur the terms of allY special guarantees specifieJ therein: however. it will nl1[ consti- Clue a waivc:r hy OWNER uf any rights in respect of CONTRACTOR's continuing obligations under the Con- tract Documents; and 14.16.2. a waiver of all claims by CONTRACTOR against OWNER other than those previously made in writ- ing and still unsettled. ARTICLE 15-SUSPENSION OF WORK AND TERMINATION Owner May Suspend Work: IS.!. OWNER may. at any lime and without cause, sus- pend the Work or any portion .thereoffor a period of not more than ninety days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time. or both. directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provide~n Articles 11 and 12. Owner May Terminate: 15.2. Upon the occurrence of anyone or more of the following events: 15.2.1. if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code (Title 11. United States Code), as now or hereafter in effect. or if CON- TRACTOR takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency; 15.2.2. if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now or hereafter in effect at the time of tiling. or if a petition is filed seeking any such equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at the time relating 10 bankruptcy or insolvency,: 15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors: 15.2.4. if a truslee. receiver. custodian or agent of CONTRACTOR is appointed under applicable law or under contract. whose appoimmenc or authority to take charge of property of CONTRACTOR is for [he purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of CONTRACTOR's creditors: .15.2.5. if CONTRACTOR admits in writing an inabil- ity to pay its debts generally as they become Jue: 15.2.6. if CONTRACTOR persistently fails [0 perform the Wurk in accordance with the Cuntract Documents 29 <including, but not limited to. failure to supply sufficient skillcd workers or suitable matcrials or equipment or failure to adhere to the progress schedule establiShed under paragraph 2.9 as reviscd f~om timc to time); 15.1.7. if CONTRACTOR disregards Laws or Regu. lations of any public body having jurisdiction: 15.2.8. if CONTRACTOR disrcgards the authority of ENGINEER: or 15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Docu- ments; OWNER may, after giving CONTRACTOR (and the surety, if there be one) seven days' written notice and to the cxtcnt permitted by Laws and Rcgulations, terminate the services of CON'I'RACTOR. exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools. appliances, construction equipment and machinery at the site and use the same to the full extent they could bc used by CONTRACTOR (without liability to CONTRACTOR for trespass orconvenionl. incorporate in the Work all materials and cquipment stared at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further paymcnt until the Work is finished. If the unpaid balance of the Contract Price excceds the direct. indirect and conscquential costs.of completing the Work (including but not limited to fees and charges of engineers, architects, attor- neys and other professionals and court and arbitration costs) such excess will be paid to CONTRActOR. If such costs exceed such unpaid balance. CONTRACTOR shall pay the difference to OWNER. Such costs incurred by OWNER will be approved as to reasonableness by ENGIN EER and incor- porated in a Change Order. but when cxercising any rights or remedies undcr this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. 15.3. Where CONTRACTOR's serviccs have been so tenninated by OWNER. the termination will not affect any rights or remedies of OWN ER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. 15.4. Upon sevcn days' written notice to CONTRAC. TOR and ENGINEER, OWNER may. without cause and without prejudi!:e to any other right or remedy. elect to aban- don thc. Work and terminate the Agreement, In such casc, CONTRACTOR shall be paid for all Work executed and any expense sustained plus reasonable tennination expenses. which will include, but not be limited to. direct. indirect and con- sequential costS (including. but not limitcd to. fees and charges of engineers. architects. attorneys and other professionals and court and arbitration costs). Contractor May Stop Work or Terminau: 15.5. If. through no ac.t or fault of CONTRACTOR, the Work is suspended for a period of more than ninety days by OWNER or under an order of court or other public authority, or ENGINEER fails to act on any Application for Payment within thirty days after it is submittcd. or OWNER fails for thirty days to pay CONTRACTOR any sum tinally deter- mined to be due, chen CONTRACTOR may. upon seven dl1Ys' written notice to OWNER and ENGINEER. terminate thc Agreement and recover from OWNER payment for all Work executcd and any expense sustained plus reasonable tennination expenses. In addition and in lieu of terminating the Agreement,. if ENGINEER has failed to act on an Appli- cation for Payment or OWNER has failed to make any pay- mcnt as aforesaid. CONTRACTOR may upon .seven days' written noticc to OWNER and ENGINEER stop the Work until payment of all amounts then due. The provisions of this paragraph shall not relieve CONTRACTOR of the obligations undcr paragraph 6.29 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER. ,[The remainder of this page was left blank intentionally.] ,"~'.;: . 30 ARTICLE 16--ARBITRATION 16.1 All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of, or relating to, the Contract Docu- ments or the breach thereof shall be decided under Georgia Law in the Superior Court of Richmond County, Georgia. (The remainder of this page was left blank intentionally.) ......,r,. 31 .~ , ... (This page was left blank 1ntent1oIl8.l.J.y.) 32 ARTICLE 17-MISCELLANEOUS Giving Noticl: 17.1. Whenever any provision of the Contract Docu- ments requires the gjving of written notice, it will be deemed to have been validly given if delivered in person to the indi- vidual or to a member of the firm or to an officer of the corporation for whom it is intended, or if dclivered at'or sent by registcred or certified mail. postage prepaid, to the last business address known to the giver of the notice. Compu/atiQn 01 Tim,: 17.2.1. Whcn any period of time is referred to in the Contract Documems by days, it will be computed to exclude the first and include the I~st day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction. such day will be omitted from the computa- tion. 17.2.1. A calendar day of twenty-four hours measured from midnight to the next midnight shall constitute a day. G,n,ral: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error. omis- ".;;''':''- sion or act of the other party or of any of the other party's employees or agents or ochcrs for whose acts the other party is legally Uable. claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage, The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the pro- visions of any applicable statute of limitations or repose. 17.4. The duties and obligations imposed by these Gen- eral Conditions and the rights and remedies available here- under to the parties hereto, and, in particular but without limitation. the warrantics. guarantees and obligations imposcd upon CONTRACTOR by paragraphs 6.30.13.1,13.12_ 13.14, 14.3 and 15.2 and all of the rights and remedies available to - OWNER and ENGINEER thcreunder. are in addition to. and are not to be construed in any way as a limitation of. any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with cach particulli~uty. obliga. tion, right and remedy to which thcy apply. All representa- tions, warranties and guarantccs made in the Contract Doc. uments will survive final paymem and termination or com- pletion of the Agrecment. 33 SECTION P PROPOSAL Date: ~ 2.~+k.., 7~? Gentlemen: In compliance with your invitation for bids dated ~.re.J... ,"';-H.. , 2007, 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: BUNGALOW ROAD IMPROVEMENTS PROJECT NUMBER: 323-04-299823595 In strict accordance with the Contract Documents and in consideration of the amounts shown on the Bid Schedule attached hereto and totaling: i1. _ "'_ At: II :O1'\.. F:u'fl!... ~A.d.red N,'^:e.~ -r~o~ /J,'A.'fLlWA.Jr-G:I. €:,~ FDUr do- ~ DOLLARS ($ 3..&1 CJ/}~'i.30 ) 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 the work within 350 calendar days. The undersigned acknowledges receipt of the following addenda: Addendum Number: TF/ Yl*t... #~ :#='1 :#:5 Addendum Date: 'II'l/IfJ? .sl,)a? $JiJo'} s}'1Jo, sJ?/O? Respectfully submitted: 'R..;:.AM' S ~T/1+J.4J ~. (Name of Firm) ?-.."C..x.s. A~ ~i!..J.. ?.....,.L :r.."~ SLZ.f&~ (Business Address) n_ BY:W~~ - ~ Title: O::t?;P(h-;fDG~ ; P-l BUNGALOW ROAD IMPROVEMENTS PROJECT NUMBER: 323-04-299823595 001-1000 FORCE ACCOUNT LS 150-1000 TRAFFIC CONTROL LS 157-1001 CONSTUCTION STAKING LS 163-0232 TEMPORARY GRASSING AC 3.5 1/1,50.(>0 CONST, MAINT & REMOVE BALED STRAW EROSION 163-2051 CHECK LF 167-1000 WATER QUALITY MONITORING AND SAMPLING EA 2 171-0010 LF 207-0203 FOUNDATION BACKFILL, TP 2 CY 750 210-0100 GRADING COMPLETE LS 230-1000 LUMP SUM CONSTRUCTION LS 'Iu,&'-8.oo 31O~1101 GRADED AGGREGATE BASE COURSE, INCL MATL TN 318-3000 AGGREGATE SURFACE COURSE TN 600 H) 'ItA. co. * RECYCLED ASPH CONC LEVELING, INCL BITUM MATL 402-1812 & H LIME TN * RECYCLED ASPH CONC 25 MM SUPERPAVE, GP 1 OR 402-3121 21NCL BITUM MATL & H LIME TN 750 * RECYLED ASPH CONC 12.5MM SUPERPAVE, GP 2 402-3130 ONLY, INCL BITUM MATL & H LIME TN * RECYCLED ASPH CONC 9.5MM SUPERPAVE, GP 2 402-3131 ONLY, INCL BITUM MATL & H LIME TN 413-1000 * BITUM TACK COAT GL 531 1c:;,~.91 441-0016 DRIVEWAY COCRETE, 61N THICK SY 441-0104 CONC SIDEWALK, 4 IN SY 441-0214 REINF CONCRETE DITCH PAVING, 41N, INCL REINF STEEL SY 150 441-4020 CONC VALLEY GUTTER, 6 IN SY 441-6022 CONC CURB & GUTTER, 61N X 30 IN, TP 2 LF P-2 500-3101 CLASS "A" CONCRETE CONCRETE ENCASEMENT CY 20 1t."1?o,.~o 500-3200 CLASS "B" CONCRETE CONCRETE STEPS CY 10 500-3800 CLASS "A" CONCRETE, INCL REINF STEEL CY 19 500-9999 CLASS "B" CONCRETE BASE & PAVEMENT WIDENING CY 300 STORM DRAIN PIPE; 8 IN, H 1 - 10 (YARD DRAINS, PVC 550-1 080 PIPE LF 800 STORM DRAIN PIPE, 10 IN, H 1 -10 (YARD DRAINS, PVC 550-1100 PIPE LF 900 STORM DRAIN PIPE, 151N, H 1 -10 (YARD DRAINS, PVC 550-1150 PIPE LF 800 550-1151 STORM DRAIN PIPE, 151N, H 1 -10 R.C.P. LF 35 '~2. "5.00 550-1152 STORM DRAIN PIPE, 16 IN, H 1 - 10 DUCTILE IRON LF 22 550-1180 STORM DRAIN PIPE, 181N, H 1 -10 R.C.P. LF 550-1181 STORM DRAIN PIPE, 181N, H 1 ~ 10 DUCTILE IRON , LF 550-1240 STORM DRAIN PIPE, 24 IN, H 1 - 10 R.C.P. LF 325 550-1241 STORM DRAIN PIPE, 241N, H 1 -10 DUCTILE IRON LF 450 550.1300 STORM DRAIN PIPE, SO IN, H 1 -10 R.C.P. LF 400 550-1360 STORM DRAIN PIPE,36 IN, H 1 -10 R.C,P. LF 850 ,ZJ 7". bo 550-1420 LF 475 550-1421 STORM DRAIN PIPE, 42 IN, H 1 -10 DUCTILE IRON LF 175 550-S000 ELLIPTICAL PIPE - 19 IN X 30 IN LF 80 550-3001 ELLIPTICAL PIPE - 24 IN X 38 IN LF 50 550-3318 SAFETY END SECTION 181N,4:1 SLOPE EA 2 , ,",02..00 550-4218 FLARD END SECTION, 181N, STORM DRAIN EA .' ~ 603-1018 STONE PLAIN RIP-RAP, 181N SY 250 603-7000 PLASTIC FILL TER FABRIC SY 250 610-0200 REM CH LK FENCE, ALL SIZES & TYPES LF P-3 610.0220 REM WOOD FENCE LF 400 '1 s. I.... oc:> 610-0240 REM WROUGHT IRON FENCE LF 100 '.t5"l,Oo 610-4980 REM WOOD PLANTER EA I{~.oo 610-4981 REM BRICK PLANTER EA ~t.ClC> 611-3000 RECONSTRUCT CATCH BASIN, GP 1 EA 611-4890 RESET WROUGHT IRON FENCE LF 100 611-4892 RECONSTRUCT WOOD PLANTER EA l~t."z...oo 611-4893 RECONSTRUCT BRICK PLANTER EA V!l,fc-.oo 611-5029 RESET CH LK FENCE, ALL SIZES & TYPES L.F. 611-5030 RESET WOOD FENCE &;oF. 400 611.8050 ADJUST MANHOLE TO GRADE EA 5 611-8055 ADJUST MINOR STRUCTURE TO GRADE EA 3 611-8120 ADJUST WATER METER BOX TO GRADE EA 30 611-8140 ADJUST WATER VALVE BOX TO GRADE EA 20 611-9000 CAPPING MINOR STRUCTURES EA 2 636-1031 HIGHWAY SIGNS, TP 1 MATL, REF SHEETING TP 6 SF 150 636.1032 HIGHWAY SIGNS, TP 2, MATL, REF SHEETING TP 6 SF 51 1.(.."f2,..z,o 636-2070 GALV STEEL POSTS, TP 7 LF 230 647-1000 TRAFFIC SIGNAL, INSTALLATION NO.1 LS 653-0120 THERMOPLASTIC PVMT MARKING, ARROW, TP 2 EA 8 GJ.3.1Go 653-1501 THERMOPLASTIC SOLID TRAF STRIPE, 5 IN, WHITE LF 400 '7<".00 653.1502 THERMOPLASTIC SOLID TRAF STRIPE, 5 IN, YELLOW LF 653.1704 THERMOPLASTIC SOLID TRAF STRIPE, 24 IN, WHITE LF 450 ,/4& 1G..oo 653-1804 THERMOPLASTIC SOLID TRAF STRIPE, 8 IN, WHITE LF P-4 653-6006 THERMOPLASTIC TRAF STRIPING, YELLOW SY 550 1,f:lO~.oo 654-1001 RAISED PAVEMENT MARKERS, TP 1 EA 200 1,0%.00 654-1003 RAISED PAVEMENT, MARKERS TP 3 EA 6 32. . &.a 660-0806 SAN. SEWER PIPE, 6 IN, DUCTILE IRON LF 40 668-1100 CATCH BASIN, GP 1 EA 50 668-1110 CATCH BASIN, GP 1, ADDL DEPTH LF 5 lJo2!.~.oo 668-1200 CATCH BASIN, GP 2 E 4 668-1205 CATCH BASIN, SPECIAL DESIGN STRUCTURE A 12 EA 668-1210 CATCH BASIN, GP 2, ADDL DEPT LF U9.S<. 668-2100 DROP INLET, GP 1 EA 3 668-4300 STORM SEWER MANHOLE, TP 1 EA 8 668-4400 STORM SETWER, MANHOLE, TP 2 EA 668-5005 JUNCTION BOX, SPECIAL DESIGN STRUCTURE A13 EA 668.5006 JUNCTION BOX, SPECIAL DESIGN STRUCTURE A17 EA 668-7015 EA 85 670-9730 RELOCATE EXIST WATER METER, INCL BOX EA 20 670-9920 REMOVE EXIST FIRE HYDRANT EA 3 IJ$' &.Z.9 700-6910 GRASSING COMPLETE 3.5 AC LS P-5 P-6 15" DIAMETER PVC SANITARY SEWER PIPE SDR 35, DEPTH 0' TO 6', S-lO INCLUDING TYPE II NO, 67 STONE BEDDING MATERIAL LF S'L,U.. '''LJS3'-.Q:) 16" DIAMETER DUCTILE IRON SANITARY SEWER PIPE CLASS 350, DEPTH 0' TO 6', COATED WITH PROTECTO 401, INCLUDING TYPE II S-9E NO, 67 STONE BEDDING MATERIAL LF 82 PRE-CAST SANITARY MANHOLE, GA DOT STD 1011 A, TYPE 1, DEPTH S - 20A 0' TO 6' 48" DIAMETER EA 15 ADDITIONAL SANITARY MANHOLE DEPTH, TYPE 1, DEPTH CLASS 1, S-21A 48" DIAMETER VF 30 S-30 6" SANITARY SEWER SERVICE, LONG SIDE, COMPLETE EA 35 S-30 6" SANITARY SEWER SERVICE, SHORT SIDE, COMPLETE EA 35 6" DIAMETER DUCTILE IRON WATER TRANSMISSION MAIN CLASS W-2A 350, STANDARD JOINT LF 550 W-6 MISCELLANEOUS PIPE FITTIING AND CONNECTIONS LB 6" DIAMETER TRANSITION COUPLINGS {6" HYMAX COUPLING OR W-7 EQUIVALENT EA 2 FIRE HYDRANT, INSTALLED COMPLETE WITH VALVE, LEAD PIPE, W-8 JOINT RESTRAINT, AND BLOCKING EA 6" IN - LINE GATE VALVE, INCLUDING VALVE BOX, INSTALLED, W-10A COMPLETE OPEN LEFT EA 20 W-13 6" TAPPING SLEEVE, VALVE, VALVE BOX, COMPLETE EA W-13 12" TAPPING SLEEVE, VALVE, VALVE BOX, COMPLETE EA NEW 6" LONG SIDE WATER SERVICE, INSTALLED, INCLUDING RE- W-15 CONNECTION, COMPLETE EA 4 NEW 6" SHORT SIDE WATER SERVICE, INSTALLED, INCLUDING RE- W-16 CONNECTION, COMPLETE EA 4 W-18 TIE -IN TO EXISTING LINE EA I, 'l&.~ 6" DIAMETER DUCTILE IRON WATER TRANSMISSION MAIN CLASS W-2A 350, STANDARD JOINT LF JACK AND BORE 12" DIAMETER STEEL CASING, MINIMUM WALL THICKNESS 0.25 INCH, WITH 6" DIAMETER RESTRAINED JOINTDUCTILE IRON CARRIER PIPE, END SEALS, CALSS 350 W-4 INCLUDED LF 50 W-6 MISCELLANEOUS PIPE FITTINGS AND CONNECTIONS LB 6" DIAMETER TRANSITION COUPLINGS (6" HYMAX COUPLING OR W-7 EQUIVALENT EA 2 q9~." z.. FIRE HYDRANT, INSTALLED COMPLETE WITH VALVE, LEAD PIPE, W-8 JOINT RESTRAINT, AND BLOCKING EA 4 6" IN-LINE GATE VALVE, INCLUDING VALVE BOX, INSTALLED, W-10A COMPLETE, OPEN RIGHT/LEFT EA 10 W-13 6" TAPPING SLEEVE, VALVE, VALVE BOX, COMPLETE EA NEW 6" LONG SIDE WATER SERVICE, INSTALLED, INCLUDING RE- W-15 CONNECTION, COMPLETE EA 29 NEW 6" SHORT SIDE WATER SERVICE, INSTALLED, INCLUDING W-16 RE-CONNECTION, COMPLETE EA 36 W-18 TIE - IN TO EXISTING LINE EA 7 P-7 LUMP SUM CONSTRUCTION BUNGLAOW ROAD IMPROVEMENTS PROJECT NUMBER: 323-04-299823595 a H ;; I ~ ~ I " ~ I ~ ~ ~ ;l n " ~ ii ~ ~ ~ U '1 ~ a i I i ! t ! I !f ~ , li ~ j II 1 ~ I ~ i. ~ , ~ ! NOTE: List all Lump Sum Construction items in detail with associated costs. FAILURE TO PROVIDE TIDS BREADKDOwN MAY DISQUALITY THE BID. TOTAL LUMP SUM AMOUNT $ ti2.Z..) 3G..!a~OO Use additional sheets if needed. P-5-A GENERAL NOTES ADJUSTING MINOR STRUCTURES TO GRADE: 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 company of the ARC Inspector. This shall be the first order of work where minor structures requiring adjustment are included in the contract. AGGREGATE SURFACE COURSE: 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 sub grade. Section 318 is further modified to permit the use of crusher run stone as described in Subsection 806.02. 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 All materials to be used as directed by the Engineer. AS-BUILT PLANS: The Contractor shall furnish a complete, legible set of "as-built" plans, in good condition, to the Project Inspector prior to the date of the Final Inspection. Such plans shall have all significant changes marked in red. The Project Inspector shall review the marked plans for accuracy, legibility, and completeness. After the Project Inspector approves and signs the redlined plans, a qualified engineering firm, selected by the contractor, shall make arrangements to obtain the original approved plans from the Engineering Department Office. After originals have "as built" information incorporated, they shall be stamped and signed on the cover sheet by a Georgia Registered Professional Engineer and returned to the Project Inspector for final processing. The Project Inspector shall sign the as-builts and place them in the permanent record files. There will be no separate payment unless otherwise shown. CASINGS: 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. COMPACTION: 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 G-l G -2 approved tamps and soil layers of approximately 6 inches (loose measure) and in accordance with Georgia Department of Transportation Standards 1030-D and 1401. Backfilling operations of this nature shall not begin until the Contractor has on hand all equipment in good working condition, and competent operators. 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. NOTE: When sand and jetting/flooding method is used the warranty for the backfilled area is extended from 12 months to 24 months. A plan for the jetting/flooding shall be submitted at the Pre-Construction Conference. CONCRETE: The Contractor shall have a slump cone on the project at all times when concrete is being placed. He 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 dispensor, etc., all in good working condition, are on the site. Inspectors must be given a minimum one-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 GA.DOT Specifications. CONSTRUCTION: 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. 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. 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. 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. 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. 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 Clearing and Grubbing, Grading Complete, Grading Per Mile on Lump Sum Construction.. Cut and fill slopes outside of clear zones may be adjusted on construction where necessary to remain within the right of way. Curb cut ramps in accordance with Standard 9031- W are to be used at all street intersections on this project. 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 ~" above the gutter line as shown on Georgia Standard 9031-J. CONSTRUCTION LAYOUT: Construction layout work shall be performed by the Contractor. See Section 149 of the Standard Specifications. CONSTRUCTIONIUTILITY SCHEDULE: 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 prior to the PreConstruction meeting. The Contractor shall present this schedule at the Preconstruction meeting for discussion. The schedule shall consist of the following: 1. The noted Responsible Agency for each activity (e.g., Contractor, Sub-Contractor, Utility Company) 2. The ES-Early Start, EF-Early Finish, LS-Late Start, and LF-Late Finish dates. 3. The Project Critical Path. 4. Activity Durations. After the Preconstruction meeting, the Contractor shall provide a revised schedule with all issues and concerns addressed. The revised Time-Logic Schedule shall be color coded with respect to responsibility, and shall be presented on D size paper (24" x 36") The schedule shall be updated on a monthly basis displaying percentage of completion of all activities. The project baseline and current date line shall appear on all updates. The schedule shall be presented using Microsoft Project, Primavera softwares. G- 3 0" ~.Q. ~ ... '" '" '" '" '" ~ '" '" ~ '" '" '" '" '" '" '" '" '" ~ '" co ;;; :::; c;; c:;; :;:: w ;:;; ::: 0 '" ex> .... '" '" ... '" '" - 6 .. ~ 0 '" ex> .... '" '" '" '" 0 '" ex> .... '" '" ... '" '" 0 -i_~ Ego <-.. Q ""3 ~,. ....1.. ~ m " C') " en " en C') en c: " C') en '-< z Z ~ ~ '-< ~ i9 c: '-< ::l ~ r- '-< g: 2 0 ~ ;u m ;u 0 r- m ~ " " '" g '" r- 1- Gl en V> ;; " ~ " ~ z V> V> ~ 0 ~ 0 ~ III :> :> ;ll ;0 ~ ~ Gl " Gl Gl 0 0 0 0 ~ ;0 z ~ :> s: " " a: a: e: e: '" .. !l: .. OJ iD m- iD m- ;0 '-< ;u 0. " OJ V> " < " lit OJ OJ OJ Z " ~I :> " C: '" Z " ~ $. S. S. ~ ~ 0- 0- 0- 0- 11; 11; " " 0. 0. 0. 0. " " z " 3 0 " ~ ;;; .. " :> ::I :> S. S; " en fil fil ;0 " ::!. ::I. ::I. '- iii. iii. ~ ." .. " <0 <0 '" <0 .. .. .. .. m S. :> S. S. :> :> ~. :> " ;0 .. 'v> m a: r- S. S. c: r- r- ~ ii ii m <0 <0 <0 <0 <0 <0 <0 e C') a: ~ 0 0 <0 <0 v> v> v> v> ;;' ;;' g> Gl Gl Gl ~ S. S. r- lit 0 '-< :> :> Z m- v> ~ ~ ~ ~ v> en e: e: c: .. .. Gl f 0 v> en v> v> .. .. .. .. " m ~ '" ~ ~ ~ ~ ;0 8 ~ ~ ~ ~ G> t!. '" " ~ ~ !if ~ ~ " Gl Gl Gl ;0 0 " en :> ... '" 0 0 ;ll en .. .'-< e: " 0 .. ." I: 0 0 ... '" 0 0 2 2 2 2 c: .. 0 ~ m 0 + + . 6 '" 0 " " " " '" " r- 0 0 6 cr cr cr cr III ~ o. 9 " + 0 0 0 '" + ::I :> :> :> " :> 0 6 . . cr cr cr cr III o. 3 0 0 0 0 0 + 0 0. 0. 0. 0. r- .. ~ z 0 0 0 S. S. ~. S. :> " :> 0 " 0 0 C S. '" 0 0 0 z 0 0 0 " " " 0 0 0 0 0 m " <0 <0 <0 iD 0 " " :>. :>. :>. :>. :> .. " " " Gl = = :>. ii v> " v> v> (j) v> [ z v> v> en ~ ~ ~ ~ " ~ v> ~ 1r ~ liT ~ liT !if en en ~ v> v> v> ~ ~ !if ru liT !!1. ." !if ;:;; !if !if ru e: 6 liT ... '" 0 " v> R '" ... '" <5 '" '<ii '<ii '<ii '<ii 0 en '" <5 0 <0 <5 + g ~ 0 0 0 0 + g: '" en '" ... 6 + + 0 2: + + + 0 + v> en v> (j) !if 0 0 0 + 0 0 0 !2: 0 0 0 0 + 0 !if 6 . + 0 <0 0 0 OJ 0 0 0 !if ru ~ ru 0 0 0 " 0 0 0 0 0 0 " " (; g: 0 '" + (j) ~ '" 0 0 0 0 (j) v> v> 0 8 6 0 liT + 6 + ru ~ liT 0 0 0 " <5 I ~ 0 0 0 (; " '" '" ... '" " " " 0 0 0 + (j) '" 0 + + + 0 v> v> v> 6 <0 0 0 0 ~ 0 0 0 <0 ~ ~ ru + .8 0 '" ... '" 0 .8 0 0 0 + + 6 + <0 0 0 0 0 0 0 ~ v> ;j !!l- i '" . " " 0 ~ ;; '" .. .. '" t ... co ~ '" .. '" '" .... '" '" '" co e: g 0 - 0 .. '" '" 0 '" '" <5 <0 0; c:;; <0 0 :::; .... '" 0 '" '" .... '" '" '" .. ;;; ~ '" 0 co c:;; '" 0 0 0 0 !1 m 0. 0. - 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. "- a. 0. ~ ~ ~ ~ 0. "- a. 0. "- a. 0. 0. 0. 0. ~ 0. 0. 0. 0. 0. 0. 0. 0. g' " 0. " 0. .. " .. " " " " " " " " ~ " " " " " " .. " " ~ " " " " " " '" ~ " ~ '<ii " '<ii " '< '<ii '< '<ii '< '<ii '< '<ii '<ii '<ii '<ii '<ii '<ii '< '<ii '<ii '<ii '<ii '< '<ii '<ii '< '<ii '<ii '<ii 'li '<ii '<ii '< '<ii '<ii '<ii '< .. '< '< .. .. .. '" .. '" '" '" .. .. .. I I '-< ;:: !l: ;:: ;r: :;: ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ e' ;:: ;r: e' " " " " " e' e' e: 0 0 0 0 .. t!. " t!. " " :>. " " " " :l' " " " " " en " :> :> :> :> 0. 0. 0. 0. 0. 0. :>. "- a. " 0 0 :>. ::!. :>. ::!. :>. :>. ::!. ::!. ::!. :>. ::!. :>. ::!. ::I. " CD 15 B 15 I!! ~ I!! ~ ~ l;; "" t:! Ie ~ t:! ~ :> :> ~ !!! !!! ~ ~ ~ ~ !!! !!! :! 3! ~ !!! 3! !1! ~ 11! liT 0> ~ ~ ~ Ie t:! ~ :i <0 ;> ~ '" ~ c:;; '" ~ <0 ~ ~ ~ ~ ~ <5 ~ ~ ~ ~ .... ~ ~ '" ~ ~ ;:;; '" 15 ~ ~ ~ :::; .... :::; 0 2s 2s 2s a a 2s 2s a 2s 2s 2s 2s 2s 2s 2s a 2s 0> '" 0> 0> '" '" .. '" '" 0> .. 0> 0> '" .. 0> 0> '" '" 0> '" '" .. '" '" '" '" '" '" '" '" '" '" .. '" '" '" '" '" '" ;:: '-< ~ '-< '-< '-< '-< ;:: '-< ;:: ~ '-< '-< i '-< =i '-< '-< '-< '-< '-< ;:: '-< e: " '-< ;j e' 0 " e' " 0 " ~ CD .. " '-< e: e: '-< ~ :T '-< e: 0 e: " :> ~ " .e: ,. ~ =r =r :T ~ " e: e: 0 :> e: :>. - :>. :>. e: " " e: Ii e: e: " e: " :> .. :>. " " .. e: e: e: e: e: e: :>. S. .. " :> 15 .. I!! ~ ~ ~ I!! .. ... ~ .. l;; ~ "" " ~ t:! ~ Q ~ :>. "- 0 !!! ~ - !!! ~ :! ;; ~ .r 0> ~ 11! i ::> '" N !:l ~ ~ '" ~ ~ N - ~ =r III III III ~ '" ~ iO co ~ 15 ~ ~ ~ 15 ~ 13 ~ ~ '::J ... ~ i <5 <5 2i ~ ~ 2i ~ ~ e .... g: " g: 2s 2s a 2s 2s 2s 2s 2s 2s 2s a 2s 2s 0 2s !E. ~ !E. 0> '" 0> 0> '" 0> '" '" '" 0> .. 0> 0> 0> '" .. 0> 0> '" 0> 0> '" '" .. '" '" '" '" '" '" '" '" '" '" .. '" '" '" '" '" '" S. S. S. CD CD .. ~ v> ;:: iD ~ ~ '" " d :> '" " I '- >< e: i::3 jg " 0 '" )> a v> v> '-0 0 )> e: e: ~ ~~ III 3 3 m 0;> s: 0 ~ ~ "'!Ii -:;;8 (; "'C -< -< :> .. " ~~ " g 0 ~;o )> < ~~ rn e: m ....'-< 0 d s: ....- U . ... ....0 '" z m 8 z ~ rn "'C ill " ... d '" 0 c- . . .....-~.... ............~.... ....-.._.... . ... m m m " () x x .9, . 5' iD iD 00 ~ 3 3 ID ~ ... '" !l oe: !!1. !!1. '" -" (j) ... 51ft ~ '-< c: " 3 m !!I- ~ " '" .... :> -< ID ... . co Z . "] ~ ... : 0 < ~j . d ~ '" i~ ~'i .- 0 rl .. 0 d '" 0 m eo .. S. ID ..... l'-i '-0 "e: P"-~ :>" g~ If'< ~ . ~ IG " .. cr ~' I' 0 d ... 0> DESIGN ALTERATIONS: The Commission-Council recognizes that various changes in design may be made as the project progresses. Any requests for additional payment will 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. ENGINEER: In all contract documents, specifications, supporting documents, etc., the term "ENGINEER" means, and shall be deemed to mean, the Augusta-Richmond County Engineering Department Director or his/her designated representative. EROSION AND SEDIMENT CONTROL: The Contractor shall be responsible for all soil erosion and sediment control practices. All on-site erosion control shall comply with local Augusta Richmond County erosion and sediment control ordinances. The cost of this work shall be included in the cost of Lump Sum Construction unless shown as a separate pay item. EXCESS MATERIAL: All excess material is to be disposed of as directed by the Engineer or as noted in Sub-Section I 07.23 of the Specifications and in accordance with page PP A-I. FENCE: 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. 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. In accordance with Subsection 643.03D, the Contractor must furnish positive locking devices, padlocks, and keys with all gate assemblies. FINISHING AND DRESSING: 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. FLAGGING: Flaggers shall be provided as required to handle traffic, as specified in the Plans or Special Provisions, and as required by the Engineer. All Fla22ers 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). G- 5 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 Section6F-2 of 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. Signs for Flagger 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 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. FOUNDATION BACKFILL MATERIAL. TYPE I: 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. FOUNDATION BACKFILL MATERIAL. TYPE II: 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. GRADES: With the approval of the Engineer, grades may be field adjusted to provide for best drainage. INFESTATION: 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. INSPECTIONS: This proj ect will be inspected by the Engineer or his Representative. LANDSCAPING: 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. MAILBOXES: 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 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. G- 6 G-7 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. When not shown as a pay item, payment shall be included in the price bid for Lump Sum Construction and itemized as such. MISCELLANEOUS DRAINAGE STRUCTURES: 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 topslabs shall include manhole rings and covers. The Contractor shall install the manhole rings and covers such that the steps can be easily accessed. NORMAL WORKING HOURS: The normal working hours for ARC Inspectors are from 8:30 AM to 5:00 PM. When the contractor elects to work outside these hours he shall be billed for the Inspectors salary plus benefits unless such work is initiated by the Owner. The contractor may utilize a certified testing company in lieu of the ARC Inspector when approved by the Engineer. Payment for the contractor's testing company will be the responsibility of the contractor. (See article below on TESTING. PATCHING AND REPAIR OF MINOR DEFECTS: Where needed, the contractor is required to patch and repair existing potholes, minor pavement defects, and base failures in accordance with the Specifications. PAVEMENT CUTS: 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. 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. 2. Payment for pipe culvert includes plugging existing pipe with Class "A" or "B" concrete (See Georgia Standard 9031-L). PIPE CULVERTS: 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. 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. G- 8 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. 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. PRECAST CONCRETE UNITS: Precast Concrete Units, other than those specifically allowed by Georgia Department of Transportation Specifications, such as Drop Inlets, Catch Basins, Manholes, etc., shall not be installed without written permission from the Engineer. Any such units installed without such written permission shall be removed from the proj ect. RELOCATED WATER METERS: Relocated water meters and water meter boxes may not be placed in the sidewalk. REMOVAL AND RESETTING OF ORNAMENTAL SHRUBS AND BUSHES AND SOD: 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 and resetting 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. REMOVING AND RESETTING OF OBSTRUCTIONS: 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. RIGHT-OF-WAY AND EASEMENTS: 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. 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. SALVAGEABLE MATERIALS: As directed by the Engineer or his representative, all salvageable materials, such as drainage pipe, which require removing but are not to be used on this project, are to be cleaned and stored within the right-of.way by the Contractor. These materials shall be picked up and transported by G- 9 G -10 Augusta-Richmond County forces. The Contractor is responsible and shall make restitution to Augusta-Richmond County for materials damaged through his negligence. SAW CUTS: 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. SOD: Sod will not be paid for separately when used to match or replace sod on adjacent lawns as replacement in kind. See GDOT specifications, subsection 700.04 E. SPECIAL EVENTS: When Special Events occur, such as the Augusta Masters Golf Tournament, all work shall be safed up, shut down and maintained until the Engineer okays 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. SPECIFICATIONS. STANDARDS AND OTHER DATA: 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-Richmond County, Augusta-Richmond County Commission-Council Department of Engineering Services. 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-Richmond County, 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. 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. SPENDOUT SCHEDULE: 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. G-ll STORM DRAIN PIPE: Unless otherwise noted, all storm drain, longitudinal and stub pipe are to be reinforced concrete and shall include O-ring gaskets. SUB-CONTRACTORS: 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 TESTING OF THE WORK: The Contractor 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 MA Y ORDER TESTING AT ANY TIME HE DEEMS PROPER TO CONTROL THE QUALITY OF THE WORK. All test results are to be submitted to the Engineer. No separate payment will be made for employing the testing laboratory or any required tests. TEST ROLLING: Prior to placing any base course, the sub grade shall be test rolled on six feet centers using a loaded dump truck or other equipment approved by the Engineer. TRAFFIC CONTROL: The Contractor shall provide construction signs in accordance with requirements of "Manual on Uniform Traffic Control Devices for Streets and Highways"; current edition with added supplements and special provisions. The attention of the Contractor is specifically directed to Subsection 107.09 of the Standard Specifications regarding barricades, danger, warning, and detour signs. 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 M.U.T.C.D., current edition, as directed by the Engineer and be furnished by the Contractor with payment in accordance with Section 150. The Contractor shall so conduct his operations that there will be a minimum of interference with, or interruption of, traffic on the travelway. This applies to the initial installation and the continuing maintenance and operation ofthe 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. The Contractor shall provide all temporary traffic control devices needed to safely direct traffic through the construction area. All temporary traffic control devices are to be placed in accordance with Georgia Department of Transportation Standards and Specifications. TRAFFIC DETOURS: 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. 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. UTILITIES: 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. 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. 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" 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. The Contractor shall use the one-call center telephone number 1-800-282-7411 for the purposes of coordinating the marking of underground utilities. 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 G-12 THE FOLLOWING UTILITY COMPANIES SHALL BE NOTIFIED BEFORE WORK BEGINS: (Contacts revised July 12, 2007) Atlanta Gas Light Company 1840 Wylds Road Augusta, GA 30913 Phone: (706)481-1452 Fax: (706) 481 -1495 Attn: Carl Corley Bell South 3841 Wrightsboro Road Augusta, GA 30909 Phone: (706) 228 -5203 Fax: (706) 855-1917 Attn: Austin Sapp Knology of Augusta 3714 Wheeler Road Augusta, GA 30909 Phone: (706) 364-1015 Fax: (706) 364-1011 Attn: Richard Strength Comcast Communications P.O. Box 3579 Augusta, GA 30904 Phone: (706) 739 -1865 Fax: (706) 733 - 6942 Attn: Kevin O'Meara G-13 Augusta Richmond County Utilities 360 Bay Street, Suite 180 Augusta, GA 30901 Phone: (706) 312-4132 Fax: (706) 312-4133 Attn: Russell Thies Georgia Power 290 North Peachtree Street P.O. Box 188 Lincolnton, GA 30817 (706) 836-0130 (706) 359-6115 Attn: Mr. Al Danner Jefferson Energy Cooperative P.O. Box 457 Wrens, GA 30833 Phone: (706) 547-5019 Fax: (706) 547-5051 Attn: Mike Wasden KMC Telephones (706) 821 -2522 Attn: Dennis Norviel G -14 UTILITY ACCOMMODATION POLICY: 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. WARRANTY: Unless otherwise specified, all contract work is subject to a l2-month warranty. The l2-month warranty is hereby modified to include the following: Any repairs, corrections or modifications performed within the last six months of the original l2-month warranty shall have the original l2-month warranty extended 180 calendar days past the date of such repairs, corrections or modifications. rc-/ DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION SECTION 150-TRAFF/C CONTROL August 28, 1995 First Use: October 20, 1995 Modification of Special Provision Section 150 - Traffic Control (Rev. June 21,1994) Retain Section 150as written and add the following: For this project, all references to flags on construction warning signs in the Standard Construction Details listed below ~e deleted except for signs which are mounted at less than seven (7') feet in height (portable signs). . Standard Construction Details · Typical By-Pass Detour for Two-Lane Highway Typical Detour Across Median .. Transition of 4-Lane Divided Highway to 2..Lane Highway. · Traffic Control General Notes, Standard Legend, Miscellaneous Details In addition, G20-1, G20-2A, and W20-1 signs shown on Georgia Standards 9102, 9106, 9107, and applicable Standard Construction Details shall conform to Part VI of the MUTeD, Revision 3, dated September 8,1993. 150.02 WORK ZONES: Delete "Work Zones" and .substitute: Temporary Traffic Control Zones. 150.02, 8.2.: .Delete last sentence and substitute: Channelization device spacing shall be 10 feet for 200 feet in advance of the temporary gore, and 10 feet for the first 100 feet of the temporary gore. 150.03. F.1: MATERIALS - INTERIM SIGNS: Retain as written and add secondparagraph. 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 "1985 AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals", Unprotected post splices will not beperrilitted any higher th~ four inches above the ground line . to lessen the possibility of affecting the undercarriage of a vehicle. 150.03.H: CONSTRUCTION WARNING SIGNS: CONSTRUCTION WARNING SIGNS THAT ARE REQUIRED TO BE MOUNTED AT SEVEN FEET IN HEIGHT NO LONGER REQUIRE THE USE OF WARNING FLAGS. Delete first sentence of second paragraph and substitute: Construction warning signs which are mounted at l.ess than seven feet in height (portable signs) shall have two 18 inch x 18 inch fluorescent red-orange or orange-red warning flags mounted on each sign, :';';,;'(" June 22, 1994- First Use: July 24, 1994- DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA 150.04.E.2.a.2.: Retain as written and add: In lane shift areas sicip lines are not allowed,Bolid lines are required, 150.04. E.2.b.1.: Retain as written and add: In lane shift areas skip lines are not allowed. Solid lines are required, 150.05. D. TEMPORARY GUARDRAIL ANCHORAGE: Delete all referen.ces to Type 9 and substitute Type 11 (eleven.). 150.10 PAYMENT: Item No. 641 - Delete reference to Type 9 and substitute Type 11 (eleven), SPECIAL PROVISION SECTION 150- TRAFFIC CONTROL Modification of Standard Specifications, 1993 Edition Retain Section 150 as written and add the following: For this project, all references in the Standard Construction Details listed below to Type r Barricades, Type II Barricades, Type "A" flashing-lights and Type "0" steady burn lights are deleted, except that Type "C" lights will be required for tapers in nighttime lane closures. Standard Construction Details Typical By-Pass Detour for Two. Lane Highway · Typical- Detour Across Median · Transition of 4-Lane Divided Highway to 2-Lane Highway · Traffic Control General Notes, Standard Legend, Miscellaneous Details In addition, G20-1, G20-2A, and W20-1 signs shown on- Georgia Standards 9102,9106, 9107, and applicable Standard Construction Details shall conform to Part VI of the MUTCD, Revision 8, dated . September 3; 1993. Detall''A'' as shown on Georgia Standard 4960 is deleted. SPECIAL PROVISION SECTION 150-TRAFFIC CONTROL Rev. June :21, 1994- First Use: July :24,1994- Rev.: August 16, 1994 Modification of the Standard Specifications, Current Edition Delete Section 150 as written and substitute the following: 150.01 DESCRIPTION: This section as supplemented by the Plans, Specifications, and MUTeD shall be consi~ered the Traffic Control Plan, Activities shall consist of furnishing, installing, maintaining, and removmg necessaxy traffic signs, barricades, lights, signals, cones, pavement markings and other traffic control deVices and shall incIudeflagging and other means for guidance and protection ofvehicuiar and -rc-2.. ':'-1;;- "/C-5 DEPARThffiNT OF TRANSPORTATION' STATE OF GEORGIA pedestrian traffic through the Work Zone. This Work shall include both maintaining existing devices (excluding Traffic Signals) and installing additional devices as necessary in construction work zones. When any provisions of this Specification or the Plans do not meetthe minimum requirements ofthe Manual on Unifom Traffic Control Devices'(MU'I'CD), the MUTCD controls, The 1988 Edition ofthe MUTCD and Revision 3, dated September, 1993, of Part VI shall be in effect for the duration of the project. A. The Contractor shall designate a qualified individual as the Worksite Traffic Oontrol Supervisor (WTOS) who shall be responsible for selecting, installing and maintaining all traffic control devices in accordance with the Plans, Specifications, Special Provisions and the MUTeD. This individual's traffic control responsibilities shall have priority over all other assigned duties. & the representative of the Contractor, the mos shall have full authority to act on behalf of the Oontractor in administering the Traffic Control Plan, The WTCS shall have appropriate training in safe traffic control practices in accordance with Part VI ofthe MUTOD. In addition to the mos all others making decisions regarding traffic control must meet the training requirements of Part VI of the MUTCD. On projects where traffic control duties will not require full time supervision, the Engineer may allow the Oontractor's Project Superintendent to serve as the mos as long as satisfactory resul ts are obtained. The WTCS shall have a copy of the MUTOD on the job site. Oopies of current MUTCD may be obtained from: V,S. Government Printing Office Superintendent of Documents Mail Stop:BSOP Washington, D.C. 20402-9328 The WTOS shall be available on a 24~hour basis as needed 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 supervise the initial installation of traffic control devices which will be reviewed by the Engineerprior to the beginning of construction. Modifications to traffic control devices as required by sequence ofoperati9ns or staged construction must be reviewed by the mes. The mOSshall regularly perform inspections to.ensure that traffic control is maintained. B. All traffic control devices used during the construction of a project shall meet the Standards utilized in the MUTOD, and shall comply with the requirements of these Specifications, Project Plans, and SpeciaJ Provisions. Reference is made to Subsections 104.05, 107.07, and 107.09. C. All reflectorlzation for construction (black on orange) signs, object markers, and channelization devices shall meet the requirements of Section 913, Type II or III unless otherwise specified. All other signs shall meet the requirer;nents of Type I unless otherwise specified, D. No work shaD he started on any project phase until the appropriate traffic control devices have been placed in accordance with 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. E, 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 should supplement the approved traffic con troJ plan. Any major changes to the approved traffic control plan, proposed by the Oontractor, are to be submitted to the Department for approval in accordance with Subsection 104,03 of the Standard Specifications. .~ /"'-:...4 DBP ARTMENT OF TRANSPORTATION STATE OF GEORGIA Some additional tramc control details will be required prior to any major shifts of traffic, The traffic control details shall include, but not be limited to, the following: 1. A detailed drawing showing traffic location and laneage for each step of the change. 2. The location, size, and message of all signs required by the MUTeD, Plans, Special Provisions, and other signs as required to fit conditions. 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, HorizontaJ and vertical alignment and superelevation rates for detours; including cross section 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.) B. Starting time, duration and date of planned change, 9. For each traffic shift, a paving plan, erection plan, or work site plan, as appropriate, de.tailing workforce, materials, and equipment necessa:ry to accomplish the proposed work. This will be the minimum resource allocation required in order to start the work. 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 conditions have been met prior to the Contractor obtaining materials for the actual traffic shift. F, Traffic control devices shall be in acceptable condition when first erected oil the project and shall he maintaUied in accordance with Subsection 1D4.05 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, If traffic control devices are left in place for more than ten days after completion ofthe 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. The Department reserves the righ t to restrict construction operations when, in the opinion of the Engineer, the continuance of the Work would seriously hinder traffic flow on days immediately before, on, or after holidays or other days in which unusual traffic conditions erist, including threatening or inclement weather. 150.02 WORK ZONES; A In .addition to the other provisions contained herein, work zone traffic control shall be accomplished usmg the follOwing means and materials: 1. Portable advance warning signs as required by the contract or meeting the requirements of the MUTCD and Sub.Section 150.03, 2. 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" .~/; u.cr I\.K l.M../:!...Nl U1" 1.K,A.N SP OR T A TI 0 N STATE OF GEORGIA wi de with not less than 15 lamps used for the. arrow, The arrow will occupy 'Virtually the entire size of the arrow panel and shall have a minimum legibility distance of one mile. The mininjUID 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 as shown in the MUTeD, The sequential or flashing arrow panels shall not be used for lane closures 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 stifficient. 8. Portable changeable message signs meeting the requirements of Section 632 and the MUTCD, 4. Channelization devices meeting the standards of the MUTCD and Subsection 150.05. 5. Precast concrete barrier meeting the requirements of Section 622. 6. Temporary traffic signals meeting the requirements of Section 647. 7. Pavement marking materials complying with Subsection 150.04.A. B. LANE CLOSURES: 1. .All lane closures shall have prior approval of the Engineer. 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. 2. On multilane highways where traffic has been shifted to the inside lanes for overnight use, the entrance and eJdtramps shall have channelization devices placed on both sides of the ramp. 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, Channelization device spacing in the first 100 feet of the temporary gore shall be 25 fee.t. . 3. Termination Area.: The transition to normal or full width highway at the end of a lane closure shall be a maximum of 150 feet. 4, To provide the greatest possible convenience to the public in accordance with Subsection 107.07, the Contractor shall remove all signs, lane closure markings, and devices immediately whenlane closure work is completed OT temporarily suspended for any length oftime or as directed by the Engineer, C. TRAFFIC PACING METHOD: 1. PACING OF TRAFFIC: With prior approval from the Engineer, traffic may be paced allowing the Contractor tip 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 ofpacing.lne,police officer, Engineer, and flaggers at ramps shall be provided with a radio which will provide continuous contact with the Contractor. .~.A_:.: TC-.:) -.(~!. /c:::'-~ DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA When ready to start the work activitY, the police vehicle will pull into the travel lanes and act as a pilot vehide slowing the traffic therebyproviding 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 vehides 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 extTeme ca.ses 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) witl1 a 'lYpe fiB" flasrung light, with the legend "TRAFFIC SLOWED AHEAD SHORT DELAY" (See Det.ail150.A). A portable changeable mesSage sign may be used inIieu ofilie W-special sign. On divided highways this sign shall be double indicated. A worker with a two-way 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 orremoved.. W-special signs are reflectorized black on orange, Series "C" I etters and border of the size specified. DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA Trn '"!' rLAS;{!)IJ LICHT ~ TRJFf'/C SID( $3. 111.SM 72' ..to/U m1 ffij ~ ~ ~ ~ 10. t' 5Z' .., 10' ~~(Q)I~@ 15' '/' .. U' '/' 15' ~~~ffij@ ~IM(Q)[PJJJ ..~~~$J w tA ~'.' .Lj- J-SI"!:C1AL sre.t fTI~ 1"O$T W::UWTCDJ S J ~ SHAL L H J. 'r'!: It ACJ\ L [C;C:I() >>IJ ICJW( II (J( l:>>UHC[ A( FL f CTOR J Z'E D !ACl: CRaJHD DETAIL 150-A 1'~Ii'j II..,' liaQ:" J' ~ILIS " 12' 12' SEll. 'c' I- u' IZ. SER. .e' i. 12.. 12' $lR. 'C. ~' " .'SlR.. 'c' " D. The Contractor's trucks and other vehicles shall travel in the direction of normal roadway traffic unless separated by a 'positive barrier, or when construction activity necessitates otherwise, and shall not reverse direction except at intersections, interchanges, or approved temporarY crossings. E. The Contractor shall ensure that dust, mud, and other debris from construction activities do not interfere with normal traffic operations or acljacent properties. F. Existing street lighting shall remain lighted as long as practical and'until removal is approved by the Engineer. G. Adequate temporary lighting shall be provided at all nighttime work sites where workers will he immediately acljacent to traffic. B. For their OWn protection, workers in or acljacent to traffic dUring nighttime operation shall wear reflectorized vests, ','';/.-. ~C-7 DBP ARTMENT OF TRANSPORTATION . STATE OF GEORGIA 1. The parking of Contractor's and/or workers personal vehicles within the work area or adjacent to traffic is prohibited. J. 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 wiJI not be subject to a vehicle running off the road and striking them, K. All existing pedestrian walkways shall be maintained. Whenever changes to the worksite necessitAte changes to existing walkways, temporary walkways shall be provided and maintained, with appropriate signs as necessary, to allow safe passage of pedestrian traffic. 150.03 SIGNS: A. When required for proper traffic cOntrol during construction of the project, all existing guide, warning, and regulatory signs shall be maintained by the Contractor iri accordance with these Specifications. Existing street name signs shall be maintained at street intersections. All existing illw:ninated signs shall remain lighted and be malntained by the Contractor, B, 'When not in use, all inappropriate traffic signs or portions thereof shall be remove d, placed or covered so as not to be visible w traffic. All construction warning signs shall be removed wi thin seven calendar days after time cbarges are stopped or pay items are complete, Subsequent punc:h~1ist or other work to be performed shall be accomplished utilizing temporary construction warning signs that shall be removed daiJy. C, The Contracwr shall not remove any existing signs and supports without prior approval from the Engineer, All existing signs aIld supports which are to be removed shall be stored and protected as directed by the Engineer, and become the property of the Department unless otherwise specified in the contract documents. D. Interim guide, warning, or regulatory signs required to direct traffic shall be furnished, installed, reused and maintained by the Contractor in accordance with the MUTCD, the Plans, Special Provisions, or as directed by the Engineer. These signs shall remain the property of the Contractor. The bottom of all interim signs shall be at least seven feet above the level of pavement edge. . . E. Existing special guide signs on the Project shall be maintained 1llltilconditions require a change in It>cation or legend content"When change is required, eXisting signs shall be modified and continued in use if the required modification can be D1ade within existing sign borders using design requirements (legend, letter size, spacing, border, ete.) equal w that .of the existing signs, or of Subsection lSO.OB.E.S. 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. 3. INTERIM OVERHEAD GUIDE SIGN STRUCTURES: Interim overhead special guide sign stru:turesare not required to be lighted unless specifically required by the Plans. IfIighting is reqUlred 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 desiring connection to the power source. . ..-~-;., -rc- ;::J DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA 4. 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 ()finterim special. guide signs. Iflig-hting is required byt.he Plans, aJl new perman.ent overhead special guide signs shall be lighted as soon as erected, 5. Interim special guide signs that may be required in addition to, or a replacement for, existing expressway and freeway (interstate) signs must be designed and fabricated in compliance with the minimum requirements for guide signing contained in Part 2E "Guide Signs Expressways" and Part 2F "Guide Signs Freeways" of the MUTeD, except that the minimum size of all letters and numerals in the names of 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-num~ral routes, respectively. Additionally, the exit road name or route shield shall be placed on the exit gore sign. F. MATERIALS. INTERIM SIGNS: 1. POSTS. Posts for all interim signs shall meet the requirements of Section 911 except that green or silver paint may be wed in lieu of galvanization for steel posts or structural shape postS. Wood posts are not required to be pressure treated. 2, SIGN BLANKS AND PANELS - All sign blanks and panels shall conform /;() Section 912 ofthe Specifications except that blanks and panels may be ferrow based or other Dletal alloys, Type 1 and Type 2 sign blanks shall have a minimum thickness of 0.08 inches regardl ess ofthe sign type used. Alternative sign blank materials (composites, poly carbonates, fiberglass reinforced plastics, recycled plastics, ete.) shall have a letter of approval from the Office of Mate rials and Research for use as interim construction signs before these materials are allowed to be incorporated into the work.. Signs shall be painted to prevent rust if other metals are used in lieu of aluminum. Plywood blanks or panels will not be perniitted, G. All existing, interim and new petmanent signs shall be installed so as to be completelyvisibJe for an advance distance in compliance with the MUTeD, Limbs, brush, construction equipment and materials shall be kept clear of the driver's line of sight to the signs, H. Advance warning signs shall be placed ahead of construction in accordance with Part VI of the MUTeD and shall include a series of at least three advance road construction (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,) In addition to the above, multi-lane "divided highways shall also have the legend ROAD WORK (2 MILES, 1 MILE,.AND 1/2 MILEJ On-ramps. and at grade intersecting roadways shall be signed with a minimum of one ROAD WORKAHEAD sign. . All construction warning signs shall have two 18 inch x 18 inch fluorescent red-orange or orange-red warning flags mounted on each including the project construction signs (G20-1 and G20-2A.) Project mileage indicated oh the G20-1 sign shall be the actual project mileage rounded up to the nearest whole mile..Al1 construction warning signs on divided highways shall be double indicated (i.e., on the left and right sides of the roadway.) I. The sequential or flashing arrow panels shall be placed on the shoulder at or near the point where thelane closing transition begins. The panels shall be mounted on a vehicle, trailer, or other suitable support. Vehicle mormted panels shall be provided with remote controls, Minimum mounting height sh~l be seven feet above the roadway to the bottom of the panel, except on vehicle mounted panels WhlCh should be as high as practical. J, 1'he portable changeable message sign, when specified, shall be placed ahead of construction activities and shall meet the requirements of Section 632 and the MUTeD. -;';,tf, "TC- f? DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA K. The flashing beacon assembly, when specified, shall be used in conjunction wi th construction warning signs, regulatory, or guide signs to inform traffic of special road conditions which require additional driver attention. The flashing beacon assembly shall be in.stalled in accordance with the requirements of Section 647. 150.04 PAVEMENT MARKINGS A. GeneraDy, fuJI pattern pavement markings in accordance with Section 652 and in conformance with Section 3A and 3E, except 3B-3 and 3B-5, of the MUTeD are required on all courses before the roadway is opened to traffic, No passing zones shall be marked to conform to Section 150.04 E,During construction and maintenance activities on all highways open to traffic, both existing marldngs 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, On resurfacing projects pavement markings shall be provided on all surfaces that are placed over existing markings, On widening and reconstruction projects (where the lane configuration is altered from the pre-construction layout) pavement markings will be as required by the Plans or the Engineer. On new construction projects pavement marking plans will be provided. ll. MATERIAlS: All traffic striping applied under this Section shall be a minimum four inches in width and shall conform to the requirements of Section 652, except as modified herein, Raised pavement mark_ers (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. USAGE: The Contractor shall sequence the work in such a manner as to allow the installation of markings in the fmal lane configuration at the earliest possible stage. Inappropriate or conflicting existing pavement markings shall be removed, When shifting of traffic necessitates removal of centerline, lane lines, or edge lines, all such lines shall be removed prior to, during, or in:i.mediately after any change so as to present the least interference with traffic, Before any change in traffic lane(s) alignment, markingremoval 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 asphal tic concrete may be obliterated by an overlay course, when approved by tne 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 e1igibl e 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 (generally 60 lbJsq. yd. of Asphaltic Concrete "H") will be allowed. Excessive build-up will not be permitted. When an overlay for the sole purpose of elim.inating conflicting marldngs is not allowed, the markings no longer applicable shall be removed in accordance with Subsection 656.02, The elimination of conflicting pavement markings by overpainting with paint or liquid asphalt is not acceptabl e. D. Raised pavement markers (RPMs) are required as listed below for all asphal tic concrete pavements before the roadway is open to traffic.Wben Portland Cement Concrete is an intermediate or fmal surface and is open to traffic, one calendar day is allowed for cleaning and drying before the installation of RPMs is required. TC-/a 1. On Interstate and limited access highways under construction, excluding projects consisting Primarily of asphalt resurfacing items, retro-reflective raised pavement markers CRPMs) shall be placed and/or maintaiiied On interrn.~diate pavement surfaces opened ro traffic as foIlows; - DBP ARTMENT OF TRANSPORTATION STATE OF GBORGIA a SUPPLEMENTING LANE LINES: 80 foot centers on skip lines with curvature less than three degrees. (Includes tangents.) 40 foot centers on solid lines and all lines with curvature between three deg-rees 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. 2. 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.CWhen 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 PI8JJS. or Contract,) 20 foot centers on lane shifts, (Required in all cases,) RPMs are UQ.li allowed on right edge lines. E, EXCEPI'IONS FOR INTERIM MARKINGS: Some exceptions ro 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, 'IWO-WAYROADWAYS a SKIP LINES: All interim skip (broken) stripe shall conform ro Section 652 except that stripes shall be at I east four feet long with a marimum gap of 36 feet, On cUrves greater than six degrees, a two-foot stripe with a maximum gap of 18 feet shall be used. In lane shift areas skip lines will not be allowed, Solid Lines will be required. Interim skip. lines will be p~rmitted for a period not to exceed 14 calendar days, Interim skip lines must be replaced WIth markings in full .compHance wi th Section 652 prior to expiration of the 14 calendar day period. ',4.'.. ~c-// ~:x; -rc-/z DEP ARTMBNT OF TRANSPORTATION STATE OF GEORGIA Interim raised pavement markers may be substituted for the interim skip (broken) stripes. Ifraised pavement markers are substituted for the four foot interim skip stripe, four markers spaced at equal intervaJs over a four 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, shaJl 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 must be approved by the Office of Materials and Research but in no case will the markers be attached by the use of naiJs. The interim raised pavement markers must be maintained until the full pattern pavement markings are applied. At the time full pattern pavement markings are applied the interim raised markers shall be removed in a manner that will not interfere wi th application of the full pattern pavement marki,ngs. . b, NO PASSING BARRIER: On two-lane, two-way roadways for periods not to exceed three calendar days where skip centerlines are in place, no-passing zones may be identified by using post or portable mounted DO NOT PASS regulatory sign.s (R4-1 24" x 30") at the beginning and at intervals not to exceed 112 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 must have a minimum vertical height of three feet above the pavement surface to the bottom of the sign and be secured in such a manner as to notbe easily blown over or misaligned. c, EDGELlNES: (1) Bituminous Surface Treatment Paving; Edgelines will not be re.quired on intermediate surfaces (including asphaltic concrete leveling for bituminous surface treatment paving) that are in use for a period ofless 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 must be placed within 30 calendar days of the time that thefina1 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 must be placed within 14 calendar days of the time that the surface was placed. d. MISCELLANEOUS PAVEMENT MARKINGS: School zones, railroads, stopbars, symbols, words and other similar markings shall be placed on final surfaces conforming w Section 652 within 14 calendar days of completion of the final surface, On intermediate surfaces these markings will generally not be required unless specified by the Engineerbecau.se of special conditions or when the intermediate surface will be in use for more than 45 c.a1endar days. 2. MULTI.LANE HIGHWAYS - WITH NO PAVED SHOULDER(S) OR PAVED SROULDER(S) FOUR FEET OR LESS . a UNDIVIDED HIGHWAYS (INCLUDES PAVED CENTER TURN !.ANE) (1) Centerlines and No-Passing Barrier - Full pattern centerlines and no-passing barriers shall be reswred before nightfall. .:..Jr--, -/-c-/3 DEP ARTMENT OF 'TRANSPORTATION . STATE OF GEORGIA (2) Lanelines . Interim skip (broken) stripe as described in Subsection 150.04,E,l.a. may be used for periods not to exceed three calendar days, (3) Edgelines - Edgelines shall be placed on intermediate and final surfaces within tbree calendar days of obliteration. b. DIVIDED HIGHWAYS (GRASS OR RAISED MEDIAN) (1) Lanelines - Full pattern skip stripe shall be restored before nightfall. (2) Centerline/Edgeline - Solid lines shaD be placed on intermediate and final surfaces within three calendar days of obliteration, c, Miscellaneous Pavement Markings Same as Subsection 150.04,E.1.d. 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 ofroadway.A11 water and residue shall be removed prior to daily striping. F. APPLICATION OF PAVEMENT MARIaNGS: The Contractor shall furnish layout, clean as necessary, and preline the surface for the placement of pavement markings applied under this Section. All existing marking tape on final surfaces shall be removed prior to placement of final markings. Pavement markings shall re-establish No-Passing Zones in the locations and configuration that ex:isted prior to construction, Existing No-Passing Zones shall be clearly identified as to location prior to construction by staking or erection of DO NOT PASS and PASS WITH CARE signs. On new location projects and on projects where either horizontal or vertical alignments have been modified, the location of No.Passing Zones will be identified by the Engineer, . . G. MOBILE OPERATIONS; When pavement markings (centerlines, lane lines, and edge lines) are applied in a continuous operation by moving vehicles and equipment, the following minimum equipment and warning devices shall be required in addition to the requirements of the MUTeD; 1. A lead vehicle is required for two-way traffic conditions and shall have an approved sequential or flashing anow panel mounted so as to be easily visible to oncoming tra.tl1c. A lead vehicl e is not required for low volume off-system routes and one-way traffic applications. 2. The work vehicle applying markings shall have a sequential or flashing arrow panel mounted oil . the rear, If the work vehicle is also functioning as the lead vehicle then an approved arrow panel shall be mounted so as to be .easily visible to oncoming traffic. The work vehicle shall follow directly behind the lead vehicle, 3. The ~ork vehicle placing cones shall follow directly behind the work vehicle applying the markings. The cone work vehicle shall have a sequential or flashing arrow panel mounted on the rear. -r-/1 /c2. DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA 4, For multi.lane roadways a protection vehicle shall follow the above vehicles and the protection vehicle shall also display a prominent sign with the legend PASS ON LEFT (RIGHT), On interstate and limited access roadways, the protection vehicle shall be equipped with a truck mounted attenuatar (TMA) that is ceI-tified for impacts not less than 45 mph in accordance with NCHRP 230, 5. All vehicles shall be equipped with the official slow moving vehicle symbol sign and left and right- side rear mounted flashing yellow lights. 150.05 CHANNELIZATION A GENERAL: Charmelization should clearly delineate the travelway through the work zone and alert drivers and pedestrians to conditions created by work activities in or near the travel way. Channelization shall be done in accordance with the plans and specifications, the MUTCD, and the folloWing requirements. 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,C.. (2) .APPLICATION: Drums shall be used as the required channelizing device to delineate the fu1llengi;h of a lane cI osure, shift, or encroachment, except as modified by this Subsection. (a) TRANSITION TAPERS AND LANE CLOSURES: Drums shall be used on all transition tapers. The minimum length ofilie approacl1 transition taper for a lane closure, shift, or encroachment for highways with posted speed of 45 mph or greater shall be equal to the lane width of lateral shift (Ft.) x the posted speed limit (Mph), (L = WS), but not less than 150 feet, For multiple lane closures, only one lane may be closed per taper with a minimum tangent length of2L between tapers. The length ofa closed lane, excluding the transition taper, will be limited to two mile, unless otherWise approved or directed by the Engineer. Drums shall be placed the full length of the taper spaced at maximum interv~s in feet equal to the numerical speed limit (EXAMPLE: 55 Mph Speed Limit = 55 feet maximum spacing). For taper lengths on urban, residential or other streets where the posted speed is 40 mph or less, ilie minimum length of the approach transition taper may be computed using the formula L = WS2/60, Greater taper length shall be used when required for indiVidual situations, Drums with steady buminglights, for the Jength of the taper only, are required litie condition exists into the night. (b) 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;U1y of the conditions listed as follows: (1) 50 FOOT SPACING MAXIMUM: (a) For difference in elevation exceeding two inches. (b) For healed sections no steeper than 4:1 as shown in Subsection 150,06, Detail 150-E., ..:~., DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA - (2) 100 FOOT SPACING MAXIMUM: (a) Fat difference in elevation oEtwo inches or less, (b) Flush areas where equipment or wbrkers are within un feet of the trayel lane. (3) 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. (a) For paved areas eight feet or greater in width that are paved flush with a standard width travel lane. (b) For disturbed shoulder areas not completed to typical section that are flush to the travel lane and considered a usable shoulder. When the appropriate signs are posted advising of conditions such as soft or low shoulder, drums may be removed after shaul ders ar.e campI eted to typical sectibn and grassed and after guardrail or other safety devices have been installed. b. VERTICAL PANELS; (1) DESIGN: All vertical panels shall have a minimum of 270 square inches of retro-reflective area facing the traffic and shall meet the requirements of the MUTCD, (2) APPLICATION: Lane encroachment by the drum on the travel way should permit a . rema.i:r.llng Jane width often feet. "When encroachment reduces the travel way to less than ten feet, v~rtical panels shall be used to restore the travelway to ten feet or greater, No other applica.tion 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, . (2) APPLICATION: For longitudinal channelizing onJy, cones will bepeI'I)1itted for daylight closures or minor shifts. (Drums are required for all tapers.) The use of cones for nighttime work will not be permitted, . d. BARRICADES: (1) DESIGN: The use of Type I and Type II barricades will not be permitted. 'J:ype lIT barricades shall meet the minimum requirements oEthe MUTeD and shall be reflectorized as required in Subsection 150.01.C. (2) APPLICATION: Type III barricades shall be placed as required by the plans, the Standards, and as directed by the Engineer. e. WARNING LIGHTS: (1) DESIGN: All warning lights shall meet the requirement.softhe 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,Q3,H. ..;'~;-: "'TC::"/S DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA (b) Type C Steady-Burn lights shall be used on all tapers when the condition e:xistl into the night. Steady-bum lights shall also be used as shown in the PI ans, the Standards, and as directed By the Engine~r. f. PORTABLE BARRIERS: (1) DESIGN: Portable Barriers shall meet the requirements of Section 622 _ PRECAST CONCRETE BARRIER. (2) APPLICATION: Portable Barriers shall be placed a.? required by the plans. standatds, and as directed by the Engineer. WDen Portable 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 50 feet and shall be mounted approxirnately two inches above the barrier, The reflectors shall be either 10" x 10" square Type V (or equal) reflective sheeting mounted on flat-sheet panels, or 8"diameter center-mounted sealed prismatic reflex reflectors housed in an aluminum backing with a single grommeted hole. Approach end of Port.able Barrier shall be flared or protected by an impact attenuatar (crash cushion) or other approved treatment in accordance with Georgia Standard 4960, Construction Details and.Standard Specifications. . . On interstate or other controlled access highways where lane shifts or crossovers cause opposing traffic to be separated byless than 40 ft., precast concrete barrier shall be used as a separator. B. TEMPORARY SAND LOADED ATTENUATOR MODULES 1. DESCRIPTION: This work consists ofilie furnishing, installation, maintenance, relocation, reuse as required, and removal of Temporary Sand Loaded Attenuator Modules for traffic impact attenuators. 2. MATERIAlS: Materials used in the Attenuator shall meet the requirements of Subsection 648.02 for Type 2 Sand Loaded Modules ~ Cylindrical Drums or Type 2-A Sand Loaded Modules _ Stabilizer Drums with Wine Glass shaped Inner Containers. 3. CONSTRUCTION: Temporary Sand Loaded Attenuator Module installation shall conform to the requirements of Subsection 648.03, Manufacturer's recommendations, and Georgia Standard 4960 and shall be installed at locations designated by the Engineer. C. 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 Attenuators. 2. MATERIALS: Materials used in the Attenuatar shall meet the requirements of Section 650for Type A Portable Impact Attenuators, 3. CONSTRUCTION: Portable Impact Attenuator installation shall conform to the requirementJ of Subsection 650.03, Manufacturer's recommendations, and Georgia Standard 4960 and shall be installed at locations designated by the Engineer, and/or shown on the plans, D. TEMPORARY GUARDRAIL ANCHORAGE _ 'I'yryP. l~: 1. DESCRIPrION: This work consists of the furnishing, installation, maintenance and removal of Temporary Guardrail Anchorage - Type 11 used for Portable Barrier or temporary guardrail ena treatmen t. ~:/!. " -r-("".- / C .:/,.:,; "//:'- /7 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA 2, MATERIALS: Materials used in the Temporary Guardrail Anchorage - Tjpe 11 shall meet the requirements of Subsection 641.02 ofilie Standard Specifications and current Georgia Standa.rds and may be new or used. Materials salvaged from the Project which meet the requirement:.s of Standards may be utilized if available, The use of any salvaged mateTials will require prior approval of the Engineer, 3, CONSTRUCTION: Installation of the Temporary Guardrail Anchorage. Type 11 shallconfonn w the requirements of the Plans, current Georgia Standards and Subsection 641.03 of the Standard 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. 150.06 EXCA VAT/ON ADJACENT TO A TRAVEL LANE: Construction work involving trenching adjacent w a travelway shall not begin until the Contractor is able to continuously place the required typical section w withi.ri two inches of the existing pavement elevation, or heal the remaining difference in elevation to the traveled way as shown in Detail 150-E. Channelization devices and placement during the construction period shall conform to the requirements of Subsection 150.05 and Details 150-B, 150-C, 150-D, and 150-E shown herein. In addition to the signs specified in Section 150 and the MUTCD, a W-20 sign with the legend "(LEFT) (RIGHT) LANE NARROWS" with two flags shall be kept just off the paving edge and 500 feet upstream of the point where charinelization devices are erected on the paving edge. A. STONE BASES, SOIL AGGREGATE BASES, AND SOIL BASES: Drop-offs in elevation of more than two inches between surfaces carrying, or adjacent to, trai:fic Will not be allowed for more than 24 hours. However, where the Contractor has demonstrated the ability to continuously excavate and .backfill in a proficient manner, a single length of excavated area not to exceed 1000 feet may beJeft open as a start up area for periods not to exceed 48 hours. B, ASPHALT BASES/BINDERS: Drop-offs in elevation of more than two inches between suri'aces carrying or adjacent to traffic will not be allowed for more than 48 hours. C. PORTLAND CEMENT CONCRETE AND CEMENT STABILIZED BASES: conStruction work adjacent tb the traveled way-which involves these types of bases shall be healed within 48 hours after the curing penod is complete for each section placed. During the placement period, tra.ffic control devices will be in accordance with Subsection 150.05 and Det.ai1150-B, D. MISCELLANEOUS EXCAV ATI.oNS OR DROP-OFFS ADJACENT TO TRAVEL WAY: Work such as drainage structures, utility facilities, or any other work which results in a drop-off adjaceht to the travelway shall be peri'ormed expeditiously so as to minimize the.exposure to the hazard, As soon as practical, the excav.ation shall be backfilled to the minimum requirements of Detai1150.E, In no case will the drop-{)ffbe allowed tb exist more than five calendar days. This may require stage construction, such as plating and backfilling the incomplete work. '< '< DBPARTMENT OF TRANSPORTATION STATE OF GBORGIA NOTEI Drums reQUIred tor thIs locctlcin,spoced ~t 50FT. Intervols. It the troveled woy wTdt" Is reduced to 'es5 thon 10 feet by. the use of drums, vertlcol ponels sholl be used In lieu of drum$. t NEW CONSTRUCTION ~( Locotlon of dn.ms when drop-otf exceeds 04 Inches, ----------"1. ----~--------\ TRAVEL LANE .~ DROP-OFF GREATER THAN 4 INCHES DETAIL /50-8 Drums 5Poced ot 50 feet Inter-vo/s. t NEW CONSTRUCTION Locotlon of drums '((hen drop-off Is Z+ Inchu to .0( Inches. _I~~~___--. _~. -----------\ 1( TRAVEL LANE ~ DROP-OFF OF 2 + INCHES TO 4 INCHES DETAIL /50-C .:A -rc - /J' "'- DBP ARTMENT OF TRANSPORTATION STATE OF GEORGIA - Drums spoced ot 100 het Intervols, Locotfon of dit.,I'TlS when drop.off l-s Z Inches or less. ~ft :...1- ______\ -----------\ < t NEW CONSTRUCTION + TRA VEL LANE ~ DROP-OFF OF 2 INCHES OR LESS DETAIL 150-D LocatIon of drums ImmedIately ofte; completIon of heo/so sectIon. spoced ot 50. ft. Intervols. Compocted Qroded oQQ;eQate.~ubbese meterlolor dlrt. TOP OF DRUM TO BE LEVEL NO STEEPER THAN 4:1 -4( - 2 ft. +/- ----------'1. -----------\ 1(' t NEW CONS T RUCT/ON + TRAVEL LANE ~ HEALED SECTION DETAIL /50-E -..-~:'. . -rc- If 150.07 FLAGGING AND PILOT CARS: . DEPARTMENT OF TRANSPORTATION STATE OF GBORGIA A Flaggers shall be provided as required to handle traffic, as specified in the Plans or Special Provisions, and as required by the Engineer, B, All t1aggers shall meet the requirements of the MUTCD and must have received training and a certificate upon completion of the training from a Department approved training program~ Failure to provide certified tlaggers as required above shall be reason for the Engineer 'sU$pending work involving the t1agger(s) until the Contractor provides the certified flagger(s). . C. Flaggers shaD wear high-visibility clothing in compliance with the MUTeD and shall use a Stop/Slow paddle meeting the requirements of the MUTCD for controlling traffic, The Srop/Slow paddles shall have a shaft length of seven (7) feet minimum. In addition to the Stop/Slow paddle, a t1agger may USe a 24 inches square red/orange flag as an additional device to attract attention. For night work, the vest shall have reflectorized stripes on front and hack. D. Pilot vehicles shaD be provided if specified in the Plans or Specifications and meet the requirements of the MUTCD. E, Signs for flagg-ar traffic control shall be placed in advance of the flagging operation in accordance with the MUTeD. In addition to the signs required by the MUTCD, sign.s at reg-ular 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. 150.08 ENFORCEMENT: The safe passage of pedestrians and traffic through anti a1'ound the temporary traffic co~trol ione, while minimizing confusion and disruption to traffic flow,shaIl have priority over all other Contractor activities. Continuedfailure 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 non-performance 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 the ContracfuT for any work on the Project lUltil traffic control deficiencies are corrected. These other actions shall be in addition to the deductions for non-performance of traffic control. '::.:-!.'., TC-c Q __A ~ .................u..:..I..... \J..L. ..L.l.\../1..L'l(j;)rV.KTATIU.N STATE OF GEORGIA SCHEDULE Of DEDUCTIONS FOR EACH CALENDAR DAY OF DEFICIENCIES OF TRAFFIC CONTROL INSTALLATION AND/OR MAINTENANCE ORIGINAL TOTAL CONTRACT AMOUNT From More Than I To and Includine- Daily Chare-e $0 $100,000 $100 100,000 1,000,000 250 1,000,000 5,000,000 500 5,000,000 20,000,000 750 20,000,000 40,000,000 1,000 40,000,000 - 1,500 ~ ~j 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 sepa,rately, and will he paid as follows: When th e 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 to~ of the Project percent complete shown on the last pay statement plus 25 (twenty-five) percent will be paid (Jess previous payments), not to exceed one hundred (100) percent and subject to nonnal retainage. When no payment item for Traffic Control-Lump Sum is shown in the. Proposal, all of the requirements of Section looandthe 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 incl uded in the overall bid submittal, B. SIGNS: Wben SJ1OW11 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 gTou.pd 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 Sl,lpports 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 specia1 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. >;;i'... -rc-c / DEPARTMENT OF 'TRANSPORTATION STATE OF GEORGIA C, PRECAST MEDIAN BARRIER: Precast Median Barrier will be measured as specified in Section 622. D, CHANGEABLE MESSAGE SIGN, PORTABLE: Cbangeable Message Sign, Portable will be measured as specified in Section 632. E, TEMPORARY GUARDRAlLANCHORAGE, Type 11: Temporary Guardrail A11chorage _ Type 11 will be measured by each assembly, complete in place and accepted according to fhe 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. TEMPORARY, SAND LOADED ATI'ENUATOR MODULES: Each Sand Loaded Attenuator Module of the type specified includes all material components, hardware, incidentals, labor, site preparation and maintenance. Each module will be measured for payment by the d~ only once regardless ofilie number of locations installed. Modules to replace those damaged or destroyed hy traffic impact will also be measured by the unit for payment. Upon completion of the project. the modules shall be removed and retained by the Contractor. I, PORTABLE IMPACT ATTENUATORS: Each Portable ImpactAttenuatorwillbe measured by the unit which shall include all material components, hardware, incidentals, laborfsite preparation, and maintenance, including spare parts recommended by the manufacture for rep airilig minor accident damage. Each unit will be measured onJy once regardless of the number oflocations installed, moves required, or number of repairs necessary because of traffic damage. Upon completion of th e project, the units shall be removed and retained by the Contractor. . J. PA VEMENT MARKINGS: Pavement markings will be measured as specified in Section 150, 150.1 0 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 Contro], Solid !raffic Stripe _ Inch, (Color) .,.,....,.,.. per Linear Mile Item No. 150, Traffic Control, Skip Tratf1c Stripe_ Inch, (Color) .,.."..,..... per LinearMile Item No. 150, TrafficControlJ 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 - AJl 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 7/'=--;7 ? -----.--.- -- .....\o.CU'~..V.KJ.ALIU.N STATE OF GEORGIA Item No. 150. Remove & Reset Existing Special Guide Signs, Ground Mount,. CompI ete in PlaCe. . . :. . . . . . . . . . . " . . . . , . . . . . . . . . .. per Each Item No, 150. Remove & Reset, Existing Special Guide Signs, . Overhead,Complete in Place ,.....,..............,..,.....,..,.,. Per Each Item No. 150. Traffic Control, Temporary Sand Loaded AttenuarorModules ..,....,.... per Each Item No. 150. Traffic Control, Portable Impact Attenuator . . . . . . . . . . . . . . . . . , . . , .. . , . . .. Per Each Item No, 150, Traffic Control, Pavement Markers, Words and Symbols. . . , . . . . . " per Square Foot Item No. 150. Traffic Control, Pavement Arrow (Painted) With Raised Reflectors ..... . .. per Each - Item No. 150. Modify Special Guide Sign, Ground Mount. . . . . . . . . . . . . . . . . . . . . " per Square Foot Item No. 622. Precast Concrete Median Barrier. . . . . . . , . . . . . . . . . . . . . . . . . . . . . . . . per Linear Foot Item No. 150, Modify Special Guide Sign, Overhead " . . . . . . . . . . . . . . . . . . . . . . , .. per Square Foot Item No. 632, Changeable Message Sign, Portable .....,............................ per Each Item No. 641 Temporary Guardrail Anchorage, Type 11 ................ ~ . . . . , . . . . . " per Each I tem No. 647. Traffic Signal Installation, Temp ..... . . . . . . . . . . . . , . . . . . . . . . ~ . . . . . . . ~ Lump Sum Item No. 647. Flashing Beacon Assembly, Cable Supported, . : . . . . . . . . . . . . . . . . . , ; . . . " per Each Item No. 647. Flashing Beacon Assembly, Stru~ture Mounted. . . . . . . , . . . . . . . , . . . . . . . " per Each <.4 ". -rC--Z-3 Section 167-- Water Quality ~onitoring Page 1 of 4 Date: August 26,2002 First Use Date 2001 Specifications: November 1,2002 Revised: January 16,2003 Revised: August 1,2003 Revised April 1,2004 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION Section 167 -Water Quality Monitoring Add the following: 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 N, Erosion, Sedimentation and Pollution Control Plan, 167.1.01 Definitions Qualified Personnel- Qualified personnel are defmed as persons who have successfully completed ihe Department's WECS Certification Course and maintain a current WECS certification card. 167.1.02 Related References A. Standard Specifications Section 161-Control ofSoi! Erosion and Sedimentation B. Referenced Documents NPDES InfrastructuiePennit No. GAR 100002, Part IV WECS Certification Course Environmental Protection Divisions Rules and Regulations (Chapter 391-3-26) OCGA 12-7 167.1.03 Submittals General Provisions 101 through 150 167.2 Materials General Provisions 101 thr~ugh 150: 167.2,01 Del/very, Storage, and Handling General Provisions 101 through 150. 167.3 Construction Requirements 167.3.01 Personnel Use qualified 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, Ensure that monitoring consultants' employees who perform monitoring, sampling, inspections, and rainfall data collection are WECS Certified. 167.3.02 Equipment Provide equipment necessary to complete the Work or as directed. 167.3.03 Preparation General Provisions 101 through ISO, 167.3.04 Fabrication V4?-/ ....~'.,. , ..,.., /1 1r/ 11''''''......__' '7''1'' '"'''' A Section 167-- Water Quality Monitoring Page 2 of 4 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 with the use of automatic s.amplers, according to the permit. Analyze all according to the permit, regardless of the method used to collect the samples, Ifsamplesare analyzed in the field using portable turbidemeters, the monitoring results shall state that they are being used and a digital readout ofNTUs is what is provided. Submit bench sheets, work sheets, etc., when using portable turbidemeters. 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 or submit the required reports within the time specified will result in the cessation of all construction activities with the exception of traffic control and erosion control. Continued failure to perform inspections or submit the required reports within the times specified will result in non-refundable deductions as speCified in Subsection l61.5,01.B. B. Inspections Have the gIigineer inspect the installation and condition of each erosion control device required by the erosion control plan within seven days after initial installation, Have this inspection performed for each stage of construction when new devices are installed, Correct all deficiencies reported by the Engineer within two buSiness days. Ensure inspections are conducted by the WECS or qualified personnel on the areas and at the frequencies listed below. Document all inspections on form DOT-EC-I. 1. Daily: a. Petroleum product storage, usage and handling areas b, All locations where vehicles enter/eXit the site 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: a. Disturbed areas not pennanently stabilized b,Material storage areas c. Structural control measures, Best Management Practices (BMPs) d, Water quality monitoring locations and equipment 3. Monthly: Once per month, inspect all areas where final stabilization has been completed. Look for evidence of sediments or pollutants entering the drainage system and or receiving waters, Inspect all erosion control devices that re~ain in place to verify the maintenance status and that the devices are functioning properly. Continue these inspections until the Notice ofTennination is submitted. C. Reports: 1. Inspection Reports: Summarize the results of inspections noted above in writing on form DOT-EC-l. Include the following infonnation: . Date(s) of inspection . Name of personnel making inspection . Status of devices . Observations . Action taken . Signature of personnel making the inspection Any incidents of non-compliance The EC-l form shall be signed by the project WECS. Submit all inspection reports to the Engineer within twenty-four hours of the inspection. The Engineer will review the reports, inspect the project for compliance, and issue concurrence with the submitted W(J~z ~/"^'I'\I'\"" .. Section 167-- Water Quality Monitoring ragt .) U J. '+ reports provided the inspection reports are satisfactory. The Engineer will notify the WECS or qualified personnel of any additional items to be added to the inspection report. Correct any items listed in the inspection report tbat require routine maintenance or correction within twenty-four hours of notification. Assume responsibility for all costs associated with additional sampling as specified in Part IV ,D.5. d.3 .( c) and Part rv.D.5.d,3.(d), ofthe NPDES GAR 100002 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. Monitoring Reports a. Report Requirements Include in all reports, the following certification statement, signed by the WECS or consultant providing monitoring on the project: "J certify under penalty of law that this document and all attachments were prepared under my direct supervision in accordance with a system designed to assure that qualified 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, 1 am aware that there are significant penalties for submittingfalse information, including the possibility affine and imprisonment for knowing violations. " When a rainfall event requires a sample to be taken, submit a report of the monitoring results to the Engineer within seven working days of the date the sample was obtained. Include the following information: 1) Date of sampling 2) Rainfall amount on sample date (sample date only) 3) NTU of sample & analysis method 4) Location where sample was taken (station number, etc.) 5) Receiving water or outfall sample 6) Project number and county 7) Whether the sample was taken by automatic sampler or manually (grab sample) b. Report Requirements with No Qualifying Rainfall Events When no qualifying rainfall event occurs during item 1 or 2 (whichever comes first): Submit a report that states "No qualifying rainfall event occurred and no samples were taken." I) Clearing and Grubbing is complete and 90 days have passed without a qualifying rainiall event occurring in the drainage area selected as the representative sampUng location. 2) Clearing and Grubbing is complete and the mass grading has been completed without a qualifying rainfall event occurring in the drainage area selected as the representative sampling location, . Submit this summary to the Engineer within 7 wcirIcing days after the mass grading is complete or within 97 days of the completion of clearing and grubbing (whichever applies). c. Test Results Provide monitoring test results to the Engineer within 48 hours of the samples being analyzed, This notification may be verbal or written, This notification does not replace the monitoring summary. 3. Rainfall Data Reports Record the measurement of rainfall once each twenty-four hour period. Measure rainfall data at the active phase of construction on the site. 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 was not a qualifying event. Submit a written weekly report, signed by theWECS, to the Engineer showing.the rainfall data for each day, 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. 167.3.01 Contractor Warranty and Maintenance General Provisions 101 through 150. Wt[J-3 I 1,..' '.f ....___:_;_____'__1~/_._1C'1...'"_1 '71':1 n l')n(1A Section 167 -- Water Quality Monitoring l:'age 4 or 4 167.4 Measurement The work required in the Inspection and Report sub-sections will be measured for payment. When the monitoring location is a receiving water, the upstream and downstream samples constitute one sample. When the monitoring location is an outfall, a single outfan sample constitutes one sample. 167.4.01 Limits General Provisions 101 through 150. Submit the report to the Engineer within 7 working days 167.5 Payment Payment for Water Quality Monitoring and Sampling will be made as follows: Water Quality Monitoring and Sampling per each is full compensation for meeting the requirements of the monitoring sections of the NPDES pennit 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 that require sampling as described in Part N.D.5 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. Water Quality Inspections per month 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 pennit, and this Specification. Water Quality inspections will be paid for per month, Payment will be made under: Item No. 167 Per month Water Quality Monitoring and Sampling will be paid per each. Payment will be made under: Item No. 167 167.5.01. Adjustments General Provisions 10 1 through 150, Per each VQ-1 _'-~rI',:~ , 11'"1 . , . .._~ _~..._ _1_1. _1.1:/_.. 1/,.., 1-.L...._1 '7 '1" '~"00 A . . l ) " ~ "'Ij '" :J) _(J,s;>",<~~:~;r~AA'~~\'_'~>m"' rn,t7'i;rffll~~ D""'1i"fu':'!i 1'l'?r1"''&~rm~'" _II: Tn'':'JJ r(1!'~~'IltT1lr.t'l'~frii6")d1-Th .. .,~ '" ~... " . ,. . .',,) '" ..,,,,, "'~<;J;;.,U ~ U(L1JI v4:;Jit"'iP..l!l b..iHHl -l.JUIJ If_ v13 u ag Elil ~flb'J.i! ~l.",!l ,,-tJu 1.Jt.1 Kaoplng G<iof{jim (;;;6 tho f,S oile " All consultants prequaIified in 9.02 Rainfall and Runoff Reporting Phone City, State ZIP Address 1885. Lawreneeville-Suwanee Rd. Suite 150 1300 Williams Drive Suite A 225 Peachtree St., N.E. Suite 1400 South Towers 107 Davis Street 3783 Presidential Parkway Suite 123 955 Honeysuckle Trail 30C Business Center Drive 4405 International Blvd Suite B-101 105 Park 42 Drive Suite A 975 Cobb Place Blvd. Suite 308 2115 Monroe Drive Suite 110 1455 Old Alabama Road Suite 170 1800 Sandy Plains Pkwy Suite 208 1800 Parkway f'lace Suite 915 4136 Old Axson Road 2255 Cumberland Parkway, SE Bldg. 400 1341 Capital Circle Suite L Company Lawrenceville, GA 30043 (770) 682- 1861 Acer Environmental. rne, (770) 427- 9456 (404) 658- 9320 (770) 267- 4703 (770) 458- 7943 (770) 868- 1371 (770) 925- 0357 Locust Grove, GA 30248- (770) 914- 2545 1744 (770) 794- 0266 (678) 999- 0173 Roswell, GA 30076-2129 (770) 990- 1400 (770) 590- 1971 (678) 766- 0911 (912) 384- 0025 (706) 830- 8800 (770) 612- 0609 (770) 424- 7168 (770) 426- 7100 (478) 757- 10/20/2005 ATC Group Services d/b/aATC Associates. Inc. Ayres Associates Marietta, GA 30066 Atlanta, GA 30303 Monroe, GA 30655 Brewer & Dudley. LLC Atlanta, GA 30340 CCR Environmental. Inc. Winder, GA 30680 Clean Water Consultants. Inc. Norcross, GA 30093 Co lumbia Engineering Construction Materials Services. Inc. Contour Engineering. LLC Corporate Environmental Risk Management. LLC Earth Tech. Kennesaw, GA 30144 Atlanta, GA 30324 Engineering Consulting Services. L TD Marietta, GA 30066 ?ocus Development & Engineering. Inc. Marietta, GA 30067 :<'ountain Surveying Douglas, GA 31535 }. Ben Turnipseed Engineers Atlanta, GA 30339 Jallet & Associates of Georgia Ine, Marietta, GA 30067 }askins Surveying Company. lnc, 1266 Powder Springs Rd. Marietta, GA 30064 1000 Cobb Place Blvd Suite 290 reotechnical & Environmental Consultants 5021 Mercer University Drive " / J.... A :tp:IIWWW.dot.state:ga.us/dot!preconstruction/consu1tantdesignlbyclasslI902,htm W (j( C - ...J..- }eoHydro Engineers Kennesaw, GA 30144 (GEC) Golder Associates. Inc, Greenhome & O'Mara. Ine, Hofstadter and Associates. Inc. 1. B. Trimble. Inc. John A. McGill. P.C. Jordan. Jones & Goulding. Inc. KCI Technologies, Inc. Kisinger Campo & Associates. Corp. MACTEC Engineering and Consulting, Inc. Moreland Altobelli Associates. Inc. NOVA Engineering and Environmental, Inc. PBS&J. Inc. Peoples & Quigley. Inc. ~iedmont Geotechnical Consultants. Inc. )recision Planning. Inc. . >rofessional Engineering Consultants. Inc. 'rofessional Service Industries, Inc. )ORE Property Sciences .akestraw & Associates. Inc. indt McDuff Associates. Inc. ochester & Associates. Inc. Suite D2 3730 Chamblee Tucker Road 2211 Newmarket Parkway Suite 104 4571 Arkwright Road 6445 Powers Ferry Road Suite 100 - 934 Shields Pond Road 6801 Governors Lake Pkwy. 3235 Satellite Boulevard . Build 400, Suite 104 1720 Peachtree Street, NW Suite 1048 3200 Town Point Drive Suite 100 2211 Beaver Ruin Road Suite 190 . 3640 Kennesaw North Industrial Parkway Suite E 5665 New Northside Drive Suite 400 6059 Boylston Drive P.O.Box 1997 400 Pike Blvd. 12600 Deerfield Parkway Suite 100 95 Chastain Road Suite 301 11420 Johns Creek Parkway 83 Ty Ty Omega Road 334 Cherokee Street 425 Oak Street, NW . Macon, GA 31210-5691 1606 Atlanta, GA 30341 (770) 496- 1893 Marietta, GA 30067 (770) 988- 9555 Macon, GA 31210 (478) 757- 1169 Atlanta, GA 30339-2933 (770) 952- 1022 Thomson, GA 30824 (706) 453- 1913 Norcross, GA 30071 (678) 333- 0422 Duluth, GA 30096 (678) 990- 6200 Atlanta, GA 30309 (404) 607- 1676 Kennesaw, GA 30144 (770) 421- 3344 Norcross, GA 30071 (770) 263- 5945 Kennesaw, GA 30144 Atlanta, GA 30328 Atlanta, GA 30328 Roswell, GA 30077 . Lawrenceville, GA 30046-2210 Alpharetta, GA 30004 Kennesaw, GA 30144 Duluth, GA 30097 Tifton, GA 31793 Marietta, GA 30060 Gainesville, GA 30501 osser Civil Engineering (Division Of osser IntI. Inc,) ItME 5555 Oakbrook Parkway . Inc. Suite 460 Norcross, GA 30093 p ://Www.dot.state.ga us/dotJpreconstruction/consultantdesignlbyclassII902.htru W Q C - z 524 West Peachtree Street, NW Atlanta, GA 30308-3512 (770) 425- 0777 (770)933- 0280 (404) 255- 2650 (770) 752- 9205 (770) 962- 8000 (678) 566- 3578 (77Q) 424- . 6200 (770) 476- 3555 (229) 382- 0009 (770) 427- 8123 (770) 718- 0600 (404) 876- 3800 (770) 209- 9550 10/20/2005 .:~;;! '..