Loading...
HomeMy WebLinkAboutMABUS BROTHERS EAST BOUNDARY DRAINAGE IMP ~ ) ~e{~nt {j}f'~mne-nt 9Ui' 8J~J<i. ~([/JlltJ, Yk)roet04< . ADDENDUM TO: All Bidders FROM: Oeri A. Sams DATE: September 13,2006 SUBJ: ADDENDUM #1 BID ITEM #06-169 East Boundary Drainage Improvement for Engineering Department BID DUE Friday, September 22, 2006 @ 11 :00 a.m. Please add the following attachments to your bid package: Conflict of Interest Local Vendor Preference Sealed Bids Selection Method Disadvantaged Business Enterprise Language These forms are required to be completed and returned as a part of your bid package 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 Tony Williams Yvonne Gentry Interim Deputy Administrator Engineering Department Engineering Department DBE Coordinator Room 605 - 530 Greene Street, Augusta, Georgia 30911 (706) 821-2422 - Fax (706) 821-2811 www.aul!:ustal!:a.~ov Register at www.demandstar.com/supolier for automatic bid notification \ I ~e{~llt {j}f'tjxvmne-nt 9Ui' 8J~J<i. ~([/J1I6, ~eeto-I' . ADDENDUM TO: All Bidders FROM: Oeri A. Sams DATE: September 19, 2006 SUBJ: ADDENDUM #2 BID ITEM #06-169 East Boundary Drainage Improvement for Engineering Department NEW BID DATE Friday, September 29, 2006 @ 11 :00 a.m. Please note the following change to your bid package: The bid opening date for Bid Item #06-169 East Boundary Drainage Improvement has been changed from Friday, September 22, 2006 @ 11;00 a.m. to Friday, September 29, 2006 @ 11:00 a.m. 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 Tony Williams Yvonne Gentry Interim Deputy Administrator Engineering Department Engineering Department DBE Coordinator Room 605 - 530 Greene Street, Augusta, Georgia 30911 (706) 821-2422 - Fax (706) 821-2811 www.aul!:ustal!:a.~ov Register at www.demandstar com/supplier for automatic bid notification Invitation To Bid Bids will be received at this office until 11 :00 a.m., Friday, September 22, 2006 Bid Item #06-169 East Boundary Street and Drainage Improvement for Augusta Engineering Department Bid's will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30911 706-821-2422 Bid documents may be examined at the office ofthe Augusta, GA Procurement Department, 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 $125.00 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 30904. It is the wish ofthe 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.aul!:ustablue.com) at no charge through Augusta Blue Print (706-722-6488) beginning Thursday, August 31, 2006. Bidders are cautioned that submitting a package without review or 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 Wednesday, September 13, 2006 from 10:00 a.In. in the conference room ofthe 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. The last day to submit questions is Friday, September 15, 2006 by 4:00 p.m. No bid will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference on an eligible local project, the certification statement as a local bidder and all supporting documents must be submitted to the Procurement Department with your bonafide bid package. It is the wish ofthe Owner that minority businesses are given the opportunity to submit on the various parts ofthe 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 maybe withdrawn for a period of60 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 bidder's 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 bid 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. Bidders are cautioned that sequestration of bid documents through any source other than the office of the Procurement Department is not advisable. Acquisition of bid documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Augusta has a Link Deposit program designed to provide loans to eligible local Small, Minority and Women Owned Businesses. For more information about this program contact the Office of the Disadvantage Business Enterprise at 706-821-2406 GERI A. SAMS, Procurement Director Publish: Augusta Chronicle Augusta Focus August 31, September 7, 12, 2006 September 7, 2006 cc: Tameka Allen Abie Ladson Robert Oliver Anthony Williams Yvonne Gentry Interim Deputy Administrator Engineering Department Engineering Department Engineering Department DBE Coordinator SEP-13-2006 16:27 ARC PURCHASING P.05/19 SEALED BIDS SELECTION METHOD A method for submitting a bid to perform work on a proposed contract. In general, each party interested submits 11 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 fot use. All contracts of Augusta-Richmond County shall be a.warded by Competitive sealed bidding except as othen'Vise provided elsewhere in this article (see S 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/or bids alld specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with AIticle 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 an'd 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 an bidders registered for the procurement action. Bid openi"g. 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 infonnation as the Procurement Director deems appropriate, togethei' with the name of each bidder shall be recorded; the record and each bid shall be open to public inspection in accordance with 9 1-10-5 (Public Access to Procurement Information). Bid acceptance alldbid evaJuatio1J, 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 detennine 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 1ife~cycJe 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 n circumstance will an bid be acce ted fax or ernai1. All bid must be labeled and received j the Procurement office the due date and time. here will be no exce tions made fo an late 1 st the st office or ex ress calTier or misdirected subm'ttals. Please be aware that vendors shall be removed from the vendor list for the following reasons: (1.) Declining to offer bids for the period oftime listed in specitlcations. (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. (c) Violating contract provisions or failing to perfonn without good cause or any other cause Which the Procurement Director deems to be so serious as to affect SEP-13-2006 16:27 ARC PURCHASING P.06/19 the responsibility of a contractor, including disbamlent 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 all 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 conunodity, 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 infonnal 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. Cd) 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 wi11 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) liolds 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, Of 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. BACKGROUND INFORMATION ON VENDORS. The Department Head and/or the Administrator is directed to provide the bid amount as SUbmitted, infonnation 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 delivexy schedules, and other criteria pertinent to that particular item, On vendors who have submitted bids, proposals, Or contracts for the Commission's consideration. The inf0n11ation 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 detennine 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 detennine quality of the samples and confonnance with specifications. Letting the contl'Qct. The contract shall be awarded Or let in accordance with procedures set forth herein. Award shall Occur with reasonable promptness by appropriate written notice to the lowest responsible and responsive bidder whose bid meets the requirements and criteria Set forth in the invitation for bids. In addition to price and other material factors, the Procurement Director, in consultation with the using agency, shall consider the following in the context of award recommendations: (1) the ability, capacity, and skill of the bidder to perform, the contract Or provide the services required, SEP-13-2005 15:28 ARC PURCHASING P.07/19 (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 ofth.e financial reSOUrces of the bidder relating to his ability to perfonn 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 availabiHty may be considered in detennining the most responsible bid, and the bidders shall be required to submit infonnation cOncerning their ability to service and maintain the product of the equipment. Award to other than low biddey. 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 wod,. 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. ~ (fJl5'ro<]l{/RJ?l'le'llt {j}f'tjxvJCtme-nt 9Ui' 8J~J<i. ~([/J1I6, Yk)roeto-I<' '. ADDENDUM TO: FROM: DATE: All Bidders Geri A. Sams September 21,' 2006 SUBJ: ADDENDUM #3 BID ITEM #06-169 East Boundary Drainage Improvement for Engineering Department NEW BID DATE Friday, September 29, 2006 @ 11 :00 a.m. Please note the following change to your bid package: Responses to pre-bid questions for East Boundary Street and Drainage Improvements provided by B&E Jackson & Associates, Inc., and Anthony (Tony) E. Williams, Construction Manager where indicated. APAC Question: The quantity of Graded Aggregate Base does not correlate with the quantity of 25mm & 19mm Asphalt. Answer: Graded Aggregate Base is also under the curb and gutter so it should not correlate to the 25mm and 19mm Asphalt. Question: There is no select backfill material set up to replace the excavated material from the pIpes. Answer: An Item will be set up for select backfill Mabus Brothers Question: Under Item 682-9030 what will be required for contractor to supply? Answer: the lighting system will be installed by Georgia Power (per Tony Williams) Question: What will be required for the landscaping? Answer: The Item 702-0007 is for the trees to be supplied and installed BEAM'S Question: Contract agreement has 280 calendar days and the Bid Proposal has 350 days. Which is correct? Answer: 280 days (per Tony Williams) Question: Bid Proposal has Lump Sum Construction Itemized Sheet but there is no Lump Sum Construction Pay Item on the bid form A11-$J1!er: B& E Jackson will add Lump Sum Construction Pay Item on bid Form (per F'. r- .......,..... I W'- -.- f1f'i'll' .1 -.{ C l./ t:.. I ~~~Jb' I lam '/ leE p-~or:-J Room 605 - 530 Greene Street, Augusta, Georgia 30911 v,._ uv (706) 821-2422 _ Fax (706) 821-2811 ~_J Reb www.au~ustal!:a.l!:ov :L~~l(:~71)Ig~~' ster at www.demandstar.com/supolierfor automatic bid notification cc: Tameka Allen Abie Ladson Tony Williams Yvonne Gentry Interim Deputy Administrator Engineering Department Engineering Department DBE Coordinator Question: On Drawing No. 20 the 3", PVC Pipe for future Water Line is this to be used as a Conduit or is the pipe for the actual water line? Answer: This pipe will be used for the future water line, change to 4" PVC during construction. (per Tony Williams) Question: Will the existing 6' chain link fence shown on drawings No. 13 thru 16 have to be relocated to the R/W line that is shown on these drawings? Answer: No Question: Sheet 4 shows concrete curb and gutter Type 7 in the median. but sheet No. 5 shows Type 2 concrete curb and gutter in the median. Also, Pavement Schedule on sheet 4 shows both Type 7 and Type 2 as 8"X30". Answer: Sheet No. 5 is incorrect, the concrete curb and gutter used in the median should be Type 7. The Pavement Material Schedule is incorrect, the dimensions for both Type 2 and Type 7 concrete curb, and gutter is 6"X30". Note to all Contractors per Anthony (Tony) E. Williams, Construction Manager: 1. Trees that are to be removed on drawings 13 thru 16 are to be cut flush with the existing ground. 2. All handicap ramps are to be installed per ADA requirements. Reference: GDOT Standards A3/A4 (which replaces GDOT Standard 9031Jfl) Please acknowledge receipt of addendum in your bid package. If you have any questions regarding this correspondence, please contact me at (706) 821-2422. ~ , >-- r:; (1) 0: I-- W I-- ~ <I ::;)Z I-- L 0<[ ~ ~ I-- L 01> Z W <[ =:J CD '::;) (f) 0: '0 ::;)Z u- 0 z I.J..Ia: W (1) 0 zOW - o I-- > l-i -(1)1-- (1)W (f) ~Z=' Wo: [:;0 0(1) l-i a: W 1--0 ...(1) oI>~ ~Z > oZ I-- <[ W zW CD~ Z S!~ 0:1-- <[(1) 0: ::;)Z ::;)~ e;O u<[ OW .::;) I-- 50 00 o~ "'W fflo W gj(1) (1)0 1;- ~w ~w >0 >0 W WO WO O:Q: <[0:<[ ~ " ~ tDoI> mer :::" Vi w w ~~ ~~ .<s> ~~ I~~ ~~ "'N co, 10:;;:; lei.;;:; .. .0: ~ i i ~ z S! "- ;r bl w co <[0 00 ::;) CON er<s> <S><s> 00 tD~ .<s> ~M MM M" ~~ N- <S><S> <S><S> MM Mer -- ~~ <s> er -.- - - (1)g::= -- ~~ _CJ' o <s> CJ'- NN erer 0: <s> CJ'<s> COm erCJ' <[-N ~I~ ~~ er;::: o , " ,- ::::r--. Z er MCJ' " -' <[ - moo CJ'- I-- --- - (1) z (1) 0 Z ~ 0 (1) I-- M ~ W <[ !=,I.J.. I-- I-- I-- U 0 0: 0 W Z 0 (1) Q. NM .J (1) ...J <E Z I-- <[ 0: <[ Ww U W 0: I~~ I ." :" - (f) Z I-- Q. I-- W <n(f)(f) ~ w 0 I.J.. I-- W 0 I-- I-- I Z (f) ~o: O:(f)(f) <Xl (f) 0 Z I-- C>~ WZz <[ ~ <[ Z >~- I-- (f) W 1--1-- ...J W Sa ...J(f)(f) }f w .J w::;) Q. ::!: ::J<I<I I-- W...J I-- UCOCO >-0 I.J.. I...J 0 0: o:Z 0 (1) (1)0 Z <[ Ww II (f)CO ~I-(J) 0: Z Q. - Q. Q.Q. Uu wo:o: Q. <[ 0: (1) Q. W -I-- I-- X::JI-- IUw .J wo Z <I 0(1) Q. Q.<I <H- OUZ ::;) w_ "" 0- >z <[ .Ju .J...J U Uw CD '{} -'1-- (1)0<[ .J -(1) <IW .J .J W o~ wZ DZ U Q.O- ~<[o -...J <[ <[ Z Zf-- Z O:f-- f--<[ Z<[ f-- <[ f--z DZ ;j!Gi f--f-- f--_ Ow 0 Q.z <[...J ~...J .JZ I.J I--W<[ 0: W(f) (1) -0: - ,<[ IO- (1) "'0- ow 0 Do.J 0 I<[ <[ f--UI.J.. (1) (1)::;) <[z Z(1) 0: O:I <I 0: Z W U u- UZI.J.. WO OZ <I~ I--~ wI-- 20 D~~ 0 OW W<[ ZO<l: f--> I-- (1)0 -<I: I <I: ZO o:Z ...JOz Z ZO: 0:0: ::;)UO: WW DI.J.. W- I--.J :30 ow <1:0 ~;: <I 1.J..0 <I: <rQ. Q.o -, WO: ZO I-- UQ. "" u(1) U 0 I OU W LL W WD 0 Ww 00 00 !;! (1)01> .J~ W::;) (1)~ 00 ZZ OZ Z::Jz 00: I-- 0:0: 0:0: <l:OC ...JO: f-- Z 00 <1:0 WO:_ Z<I: ~~ <r<l: <r<r O:X 0:<1: ~f-- (1)~ -I-- -~ Z~ Ol--f-- ~~ 00 00 WW WI <1:(1) (1).J ZI (1)(1) _(1) (1) I Uu Zz ZZ >0 Z~ f--Z O~ DO 00 <1:0 Q.ZD Zz <I:<r <r<r <r<l: OZ W::;) WO O::f-- 0:0: 0:0: :LD_ - DO f--f-- 1--1-- I-- U~ 0(1) OU U::;) (1)0: wW OW .J .J(1) Uu (1)(f) (f)(1) (1) M "M er _ r;;1~ <r N I~ f6 tDm CJ'.s, NM Mm J12 " -N . . ~I~ MW "ro "<S> W .' . C\J~ C"1..;t, W. .. ~ ~ w w '" '" - ~- t ~ LL L f-- o. Z I-- ::;) ~ r-- 0 0: W ~ U ([.w u. 0 LI v 0 Z L(J) N 0 ::J (J) 00 N I (J) I Z ISl U 00 N - 0: Z~ ~~~ <I: ([~ 1Sl0 . "'to f-- > vI", (f) X W (\IU,' ::> ~o: C'1~N <.:l a:- ::> "- <r Z .:........ u>- w.- .. -'ZW O::>f-- a:D<r a.uo U"l ~ <I: Cl :z: :2 ~ > "-' a: M m i ~ v ~.~ .~ ga=~ w.a Om 0':'_ . -m <iGl: .i~ i;~ ~Pl g~~ .. Wil~ .u- ~~= 1i , ~ , , Co << c ~ C l: o , < 1: C :< (; ~ .. " .. :2 -ig a ~ " ~ o ~ ~ ~ j~ n ~ . i ~ f i; ~ '-'>-'-: '" . '" o : ~ en I I- a :3' m ii :>I ~ ~ ~ ~ ro If) roro ("') ~ tOm ~ en w 0:. <J:NNrorotOlf) >M(T)(T)(T)~~ ~ ~ ~ " ~ "J UI ~ 151 ~ '" I- Z W ::E w > <J: n. lSl lSl 'Sl<Sl lSl ISl<Sl f'.If)If)N~M(Sl .. .. .. .. .. .. .. 0... M.........NlS:ICSI('I")~O -NN~vvvw %~~-~~ ~,...':",: ::!i",ng~ :~ "'il~~~~~ ~!f ~III~,..~ .~g g~~Il~S~g~~ i~~n~~~~~ ~ ~ i~ '" ~ ~ ~ ~o~ ~ i<t~~5sellluc ;f @@@@gg@@g ~ ~ ~ I- en (T)lSl(Sl(SllSl(Sl(SllSl ~f'.If)If)NV(T)lSl x w CSIM.........NCSlCSlMv --NNvvvv ~ ~ . ~ : ~ . ii ~! "'~ ~~~ . ~ m-' ~~ -~ tD f'. V <J: I- (J) o I- en w --' n. n. <J: ~~ ~~ .:~~ f~ ~j in~ ~ .'~ >- 0: '" o 0: 1E w :r I-- "- o w 8 ~ => o w :r I-- ~ a: w I-- 0: '" '" i': z ;r a: o w a. ~ ..J ...J a. '" w Ql ...J ...J 0: :r '" a: ~ I-- => '" .. Ql a: => u Z 0: O. w.. :r ...J ...J 0: >- >-- zen ::>z 00 u_ 01- ZU Ow !en u--' a:<[ <[ u :;;n. ::>>- gl- <[ U> ~ <[ '" :z ~ U> ~ ~ c: Ri ~ .il~ i I v ~ " " l1. "" 0 N m .-q- IS) ~OI vzUl ~~lf) vXIS) NU..... M~N 0:- - ..... >---" u>- WI-- - -'ZW 0::>>- 0::0<[ QUO '~i ~ i ~<t ; ~ lI)u....'!' ~ ~~ZS ;~~<etr;;: hlei;:~ g~~g~: lo w --' <J: U en 2 ~ ~ Q '" "- ~ '" ::;: a. ~ .-: .... Co; CD 8 ~ ~ C 0: "'! ;; ~ (l) o o N ~ C> o a; 8 N ~ . ~ ~ \. ~ ~ ~ ~ IE ~ ~ ii' ~l or ~ . w "" : ~ .J; :u 'f "" 1 1 i:> ~ ~~~ ~iii..J ., ~ m :. ;., ;" ~ N ~-~ - '" ., w w ;" i N or " w o \.,.. ..' ~ ~ i:> ~ ~~~ i:> m ", il~ w"t; " ~ :' i. "" OJ " NOJ OJCf' . . _to toto 00 t-t- _to M" , . Cf''' "to <I ([ . t->-- UlUl o >-- Ul W -' 0.. 0.. <I ~ . ffi ~~ ., ~ ~~ Ul ~e o bJ-: '" w i (J) ~.~ W"w --'" ~o~ >~l .. ", ~~ :;'ll)...J ~ m-' ~~ -~ .. m "': w'" ii'o ~- .. " ~ .,-' ~~ -~ " ww .~~ :;"'O:l..J i:> ~ o - .. &:;JCl. f~ or ~ && " w "0 .' ~ ~i "" ~ LO >- ",,,, I- if) Z 0 :::> Z .... 00:: 0 0 .... -"" U ~~~ "- 0 t- v 0 g<t...J Z U N 0 W ro to ol-w ~ if) ~~~ I lSl U N .. WO::Z ....J 'OI OlZO a: <I "'ZUl JO" <I U ~~lD Ja.'" l- n.. "'IlSl ';0":' Ul NU' a. w" :::> >- M_N '" l- a:- _00 :::> . , ~I-I- <I 1-_.... ~~~ U>- Wt-- .. -'ZW ~;: 0:::>>-- ~ a:O<J: 55 'u. uo ~ 0:: ","" ~ V"> '" ~ W <J: - - Cl , 0 ;z: ~ ~ ~ V"> ;:w > UJ~ w a: ~ '" ~ ~ ~ ~ . 4 i ~ 0 ~ill i: " . W:: ~ ~~ . . . W~I~ .~~ Ul W ..J 0.. 0.. <I ~ ~ ~ \ i j i ~ ~ u ~ ~ I^J) II I 3dAl "I <.1)M tSll'- <.1)<.1) ~<.1) crcr <.1)<.1) 1'-10 1010 10 IOcr <.1)cr ~1O MtSl ~M 'l1<1W lI.:J>lJ<l8 <.1) <.1)M tSltSl I'-M 101'- 101'- tSltSl IOcr crlO tSlv IOcr <.1)tS> ~~ crl'- cr<.1) crl'- <.1)cr HJN3l:l1 1J3.:Jl:l3dWI ~ "1M ~M -M 1010 vv M~ 1'-<.1) -~ croo -v vM "1- - ~ -M LDM vv Z ~.~~::: <.1) 00 r---OJ <.1)m MM CO <Cl.J..O::w IOLD I'-tSl NLD lo~ lOM tSlM tSltSl 1'-10 croo crM lOw I'-OJ ~~ tSlLD r---tSlID o::><:::l.J..Ja... .,..cr loCO MN lov I'-cr -v MM Mv tSltSl LDN ~(') N- tSl_ "1M N(')(') :ZUI--->- "I "1- Nv V(') vN IDID 10- -r--- eC5~~ >- ' :c -' 0'-'- -' -0- u.J '-'- :c 3dld .:lD 30ldtJO 31<lNIXOtJddld . . . . . IDle -lo tSltSl ro~ ... -' LDN lOtSl lON NN V "I ~ W NLe lDtSl tSltSl (')~ CL ...-' ~~ V(') (')1'- . I-l = M(,") NN -"I CL . ~i~f z w ~ Hi <.0 Le tSltSllD CLO f') -' - -~ I-l O:~:- ~ ~~ ffi "I -"I MOS> <I ZOS>- ~ " "~ ::;:- ~... a! a- a: ceo " d~~ 0 0>-- ~ 0; ;.Le N <.1">- 00tS> <.1) :>: ~ ih~ f')-' N IDCO v ce .:C 0<1:- ,NN 2: >-0 <.I"> = !5~!!!~ a: ~ "'Ul~~ . 0 ~ .~i!~ . " ~lJ..lS) ~ IDoo ootSl ('") , I- "_~ -0 N-'lO , , M(") I'- N ..,. II1-U w "'-llol4!~ >- ,.... "IN -- (") (f) ~l:ll.:~~! - ~d"H~ >-- !Du. N lSlcrl'- tSl" - -' ('") crN _ VV a: N ~~N <I L 0-\7E01 2: 015 1000 x xx xx x xx x x x x x x Xx x XX x x' x x ::;i (f) W 0-EE01 x x x' , X x 015 1000 x xx XX 0 <I Z 838NnN - N ('") V lD lo I'- 00 cr tSl - "I (") v ID lo - N (") - lOlD ..,. ('")N ~~N ('") 10 lo ,....00 I-l 3tJnDntJ1S m~ 0000 ' , . ~X <I ([ ([ ([ ([ ([ ([ ([ ([ ([ ([ ([ ([ 00 00 aJ UU U X x a: ([ ([ ([ ([ ([ ([ ([ -, -, -, -, , U ([ ([([ 0 4'''' - - >->- UJUJ Z G:a: 0 -- - ([([ f- LLu. <I ...J...J U Ww 0 f->- ...J - - tSl tS> N tSl tSl tSl tSl lD tSl tSl tSl tSl M " 10 (') tSl N tSl lDM If) 10 (') tSl lotSl tSl ('") tSl tSllD lo N ..,. tSl CO cr tSl ('") V 00 " lo cr (") ID CO N cr(') <D ID 00 tSl NtSl I'- cr cr tSl~ , ~;. . ' " , ' tSl N " I'- I'- cr ('") <D cr V ID 00 tSl N (') lD N V cr N ID ~M V I'- cr -('") N N N N ('") (") ('") (") V V " V "v " lD lD ID -- NN lo >- (J) >- W z ::> f- I'- 0 "- u f- u. 0 Z ... 0 z <I N 0 ::J m (j) :>: a I lSl U N - -.LL 'OI ~ a ..,.zen <I >- ~~LD >- "'IlSl en a: NU..... ::> <I M_N 0 ::l:: 0:- ::> ::l:: - ..... <I >--1'- ::J u>- Ul WI-- .. -'zw 0::>>- '" 0:0 <I w o.uo ~ z ~ " ~ 0 ~ <J: 0 Z ~ w V> '" ~. :>w w'" a:~ ~ ~i ~ ~~ i ~~ ~ g z~ ~ . ~~~i ~ ~~ ~ 4 .il~ in lSl :r: UJ >- UJ 0: U Z o u UJ lD -' -' <I :r: lJ) lJ) UJ a. a. z <I a: o :>: a: o >- lJ) -' -' <I ~ i w ~ i ~ " I (AJ) III 3dAl 'll\iJ;o.l llJ.:j)lJ\i8 HJN3~1 IJ3~~3dJ;o.lI ;z O-J-.J_ ;=~~- g~ffi.~ :ZL.}I->- 5ca~1- w.. ~ ~ ---' ow..---' -0....,..... "-' w.. ~ 3dld .:10 30\itJD 311;;1rlIXOtJddl;;l W Il ~ .Il if ~ ii:i ~ Sg!1 e ~L~ III ~~~ff ~ i!!~ w "~"- ~ ! iiJih % "'o~;f g i~~a L~i~: ~;~:~~ ...:~L.j ~ ~ g z ::t'"" ~ a:~~ <I: ~~- 0: ~~_ o "'- ~ .::c c::><I:- L t;;O 0:: o I- (f) >- 0:: <I: L 0-17t:01 L 015 100D :::l (f) W O-t:t:01 C) 0151000 <I: Z tJ38WnN I--< <I: 3tJnlJm:l1S 0:: ..,0 z o t- <I U o --! I ~~~~~~~~~~~~~~; ...................- ...... (Y)LO<T'OO(T'M-"""'WMc:of'.."it'IJ100 l'1l'1l'1l'1l'1..-<Denl"-I"-LD"-"-N~ m~ I , V .J N"- V .J W"- ("").J ~LL' ("") .J V"- CSl N.J (J" oo~~vw~~m(Y)-~Mf'..~- M -~~~v,~~~wroOOOO~f'..ro ~ Xxxx XX'XXXXX I . x x ." x CSI......N("')vU1c.o cr____ --<..olD<c:tMN-N ~xxx~x~x~x~xxxx <I <I <I <I <I <I <I <I en co en co co 00 . . en CSl ~~[6(S)~~~~83~~~g;g;~ Ul(j' "'=t'Lf)OOtS'lN;r:;. Mlf)lD NNMMMMVvvv.q-LOlOlDlO ~~ en ! >- W >-- ~ Z I- ::> 0 ~ ~ " U I- U. Z :; D <I D Z N o~ ~ I"- :.:0 I ISl U U. N - 0: 0 'OI VZUl <I >- 1Sl0 . :>olD >--a: VI'" Ul<I NU..... g~ ("")~N 0:- - ..... <I ~ ,,"""'..r--- en U>- UJ>--- -'ZW 0::>>-- '" 0:0([ '" ",-UD i ~ ;5 0 <I: '" D 0 l;> :z: ~ w ~ ~ > ! ~ UJ N 0:: , .. W~ .~ Z~ a: ~: ; ~ .111~.,! ;t t::15~~ ~ISI~~~- ::ISI~ .:t;.. J ~~ i; ~ ~ ~E ~! ~ .II~ w W <l. >- >-- ([ ". ISl o >-- V> >-- o o e> W V> .:J W f-- . WUl O::J U~ ZO 0([ WO: We> mz o .J.J .J([ <I: IV> Vl~ VlZ W~ <l.V> -([ <l.m ZI ~U <I:>-- 0:([ OU :>OW a:I 0>-- f-- VlW U .JZ .J~ <I:Vl . :~ ; ~ ~;;.~ -i ~~~s t5SJ: ,...- i~~~~; ~~~~~.~ _V1N<I:-l&. i ~ro (f) ~ >- W I- - g ~f-- ;::: i D- ~ Uf-- LL Z :; 0 <I D " Z N O::J (lJ ro :>:0 I IS> UL,. N - a:D 'OI VZ({) n <J: >- lSlD ':>:"' I-a: ...r-IlS) ,~ ~ NU.... ~ , M_N 0:- { ~ ::J~ - .... <J:'::J 1--" (f) U>- UJI-- ""Zw O::JI- a:0<J: !'-UO J ~ ~ u ~ Cf> ~ <J: Cl :z Cl ~ >w WOO ~ c: ~ ~ .. E' wal~' N\~o ~...,: .ZI N CD <r ~ lD M \SI "' .,. >- - . '" CD N '" 3StJnOJ lfl <1J N - CD IS> IS> .,. CD <1J MIS> <r cr Lf) N M M M Lf) 0" ,..... :: "' Lf)<r 3S\;i8 31\;i03tJOOtl <1J " 1\;iOJ >lJtl1 .J SnONIv.!nlI8 <I <:> ON Jl3^3l 313l:JJNOJ :z '" " N .,. " "N \SI N N \SI M <1J M 1l\;iHdS\;i 03lJ"J3l:J 0 Q) - ~ ~ ~ IS> _ M " rT '" ~ V ?- M M M .,. M .,. .,. "' V v.! v.! gZ 3^tldtl3dnS 313tJJNOJ 5 N ffi ~ ~ CD e6MCO Lf) .,. CD '" <1J 0-<1J -<1J :! co rT "' <1J >- 1ltlHdS\;i 03lJAJ3t1 <1J 0: <I v.! v.! bl L 3^tldtJ3dnS 313tJJNOJ :z M '" rT lSl M 0-'" ~ N ~ c.D "=l'" L 0- M M V M " ... .,. M M 1l\;iHdS\;i 03lJAJ3t1 M ::) (f) Wv.! g'b 3^\;idtJ3dnS 3L3tJJNOJ z - - ... '" ... Lf) Lf) "' lSl " rT lSl ~~ >- 0- ~ ~ M M ~ ~ ~ lSl " <1J Lf) 03lJ"J3t1 I- N M '" N _ -N <I 1ltlHdS\;i :3 0 <I 0 ,0: " (f) ~ W I-- - '" lSl IS> lSl lSl '" lSl '" lSl ;;, '" >- z ':' lSl lSl lSl lSl lSl lSl lSl lSl ~~g, <I 8 ... 00 N weSt .;. cO N u, J< 0- - - N N M M M ... ... ~~w <I 0 U lSl '" lSl lSl \SI <I' o \SI '" '" '" '" '" \SIlSl 0 .J . lSl '" '" '" ISl \SI ISl ~C? ISl ':' a: '" ~ ~ N ill ISl .;. cP N<1J ,s, ... - "'", M M M ... ... "' "' i . rr i >- ~ f- - Z w i ~ ) (fjJ5'm<Jlf/RYnUmt {j}f'~e-nt 9Ui' 8J~J<i. ~C1Al"ltJ, {fjfj'-roefo-I' ADDENDUM TO: FROM: DATE: All Bidders Geri A. Sams September 26, 2006 SUBJ: ADDENDUM #4 BID ITEM #06-169 East Boundary Drainage Improvement for Engineering Department NEW BID DATE Friday, September 29,2006 @ 11:00 a.m. Please note the following change to your bid package: Attached is an updated Bid Proposal Form to be used for Bid Item #06-169- East Boundary Drainage Improvements. 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 Tony Williams Yvonne Gentry Interim Deputy Administrator Engineering Department Engineering Department DBE Coordinator Room 605 - 530 Greene Street, Augusta, Georgia 30911 (706) 821-2422 - Fax (706) 821-2811 www.aUlnlstal!:a.e:ov Register at wwwdemandstar.com/s'Wolierfor automatic bid notification Date: SECTION P PROPOSAL Gentlemen: In compliance with your invitation for bids dated , 200_, 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: EAST BOUNDARY STREET & DRAINAGE IMPROvEMENTS PROJECT NUMBER: 324-04-201824117 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: Respectfully submitted (Name of Firm) (Business Address) By: Title: P - 1 } ) EAST BOUNDARY STREET & DRAINAGE IMPROVEMENTS PROJECT NUMBER: 324-04-201824117 ROADWAY ITEMS 001-1000 FORCE ACCOUNT LS $180,000 $180,000 150-1000 TRAFFIC CONTROL LS 201-1500 CLEARING & GRUBBING LS 207-0203 FOUND BKFILL MATL, TP II CY 9,448 207-2003 IMPERFECT TRENCH BACKFILL MATL, TP III CY 12,135 208-0100 IN PLACE EMBANKMENT CY 200 310-5120 GRAGGR BASE CRS, 12 INCH, INCL MATL SY 8,913 RECYCLED ASPH CONC LEVELING, INCL 402-1811 BITUM MATL TN 4,436 RECYCLED ASPH CONC 9.5 mm SUPERPA VE, 402-3110 GP 1 OR 2, INCL BITUM TN 2,650 RECYCLED ASPH CONC 19 mm SUPERPAVE, 402-3112 GP 1 OR 2, INCL BITUM TN 458 RECYCLED ASPH CONC 25 mm SUPERPA VE, 402-3121 GP 1 OR 2, INCL BITUM TN 910 413-1000 BITUM TACK COAT GL 650 441-0014 DRIVEWAY CONCRETE, 41N TK SY 155 441-0016 DRIVEWAY CONCRETE, 61N THICK SY 535 441-0104 CONCRETE SIDEWALK, 4 IN SY 4,450 441-0106 CONC SIDEWALK, 6 IN SY 390 441-0748 CONCRETE MEDIAN, 6 IN SY 790 441-6022 CONC CURB & GUTTER, 6 IN X 30 IN, TP 2 LF 9,400 441-6720 CONC CURB & GUTTER, 6 IN X 30 IN, TP 7 LF 1,850 CLASS B CONC, BASE OR PAVEMENT 500-9999 WIDENING CY 10 611-5551 RESET SIGN EA 2 611-8010 ADJUST HYDRANT TO GRADE EA 3 P-2 ) EAST BOUNDARY STREET & DRAINAGE IMPROVEMENTS PROJECT NUMBER: 324-04-201824117 f~t:~:~;:~~~':'~~tt~~;::;f.;~~~"r~~', .~T~._;.~~:'<',~;: .":"> ::'-'~~' -~~:"'~-~:-':~-"1P ~~- :-:"'~~-,:-, ~~:r:~:'~-~-;-/-:-~ .-~:::_:'7:~"":~Y~'" :'-~:-. k>,t"~l';" -,,-~L:. ,;'-' -".~ ; .,H';'/'D)~~Qm ",-. .. '. If.-, , '!inOO':' r' "@)ITt! .11';1J![fI]j;'@'IT~~r.;l, '1- .~~ 2;';1114'.JJ:.~~J~~~.:~.::,i..L!lffJ-2~.:.'<." -fI:L:::_~~~_ ~~ _=-.:.~~~;_~~~ !: _~~~"""':! __~...r~~ ~:_~~~~__s~~._L-1_~_ ~_~E ~ _;t. _~__ 611-8050 ADJUST MANHOLE TO GRADE EA 8 611-8055 ADJUST MINOR STRUCTURE TO GRADE EA 6 611-8120 ADJUST WATER METER BOX TO GRADE EA 15 611-8140 ADJUST WATER VALVE BOX TO GRADE EA 25 611-9999 RELOCATE HYDRANT EA 2 DRAINAGE ITEMS 550-1180 STORM DRAIN PIPE, 181N, H 1 -10 LF 1,704 550-1240 STORM DRAIN PIPE, 24 IN, H 1-10 LF 965 550-1241 STORM DRAIN PIPE, 24 IN, H 10 -15 LF 543 550-1300 STORM DRAIN PIPE, 30 IN H 1-10 LF 606 550-1360 STORM DRAIN PIPE, 36 IN H 1-10 LF 535 550-1420 STORM DRAIN PIPE, 42 IN, H 1-10 LF 1 ,499 5550-1481 STORM DRAIN PIPE, 48 IN, H 10 -15 LF 1,229 550-2150 SIDE DRAIN PIPE, 151N, H 110 LF 339 550-2180 SIDE DRAIN PIPE, 18 IN H 1-10 LF 505 550-2240 SIDE DRAIN PIPE, 24 IN H 1-10 LF 70 668-1100 CATCH BASIN, GP 1 EA 35 668-1110 CATCH BASIN, GP 1, ADDL DEPTH LF 71 668-1200 CATCH BASIN, GP 2 EA 9 668-1210 CATCH BASIN, GP 2, ADDL DEPTH LF 60 668-2100 DROP INLET, GP 1 EA 16 668-5000 JUNCTION BOX EA 3 668-7015 DRAIN INLET, 15 IN EA 6 P-3 ) EAST BOUNDARY STREET & DRAINAGE IMPROVEMENTS PROJECT NUMBER: 324-04-201824117 r~~~t~~.t~~~~?~~J:,~f:\'~, > :<:' ; :,- ~>'; ~-':;';\r',.::/ ~:;,,' ":,;"',,,;r: >:', "\ ~:: :~: :;:-, .:'~~:: '.',,"~ ::.~,:,. ~'~ ::' ".:'~" ~~~~~j t""j~J.J.L1i,";j'''~_''~~''::':'''-'L''H~ ,.,E.l~$11Jlilr@~~"-",,~,"",,^.. 'w": ';It '" .0\J)i,Jrili",. ' ".J~Ll:.. ,',. )~!J;f,;J11,,",,~:. r\ll~l<,~Jt~ HIGHWAY SIGNS, TP 1 MATL, REFL SHEETING, 636-1022 TP4 SF 370 636-2080 GAL V STEEL POSTS, TP 8 LF 721 636-2090 GAL V STEEL POSTS, TP 9 LF 168 THERMOPLASTIC PVMT MARKING ARROW, TP 653-0120 2 EA 10 THERMOPLASTIC PVMT MARKING ARROW, TP 653-0130 3 EA 3 THERMOPLASTIC PVMT MARKING, WORD, TP 653-0210 1 EA 6 THERMOPLASTIC SOLID TRAF STRIPE, 5 IN, 653-1501 WHITE LF 19,200 THERMOPLASTIC SOLID TRAF STRIPE, 5 IN, 653-1502 YELLOW LF 4,100 THERMOPLASTIC SOLID TRAF STRIPE, 24, IN 653-1704 WHITE LF 700 THERMOPLASTIC SOLID TRAF STRIPE, 24 IN, 653-1706 YELLOW LF 80 THERMOPLASTIC SOLID TRAF STRIPE, 8 IN, 653-1804 WHITE LF 6,000 THERMOPLASTIC SKIP TRAF STRIPE, 5 IN, 653-3501 WHITE GLF 175 THERMOPLASTIC SKIP TRAF STRIPE, 5 IN, 653-3502 YELLOW GLF 800 THERMOPLASTIC SKIP TRAF STRIPE, 5 IN, 653-3502 YELLOW GLF 3,870 EROSION CONTROL 163-0230 TEMPORARY GRASS LB 30 163-0240 MULCH TN 2 CONSTRUCT AND REMOVE TEMPORARY 163-0521 DITCH CHECKS EA 28 CONSTRUCT AND REMOVE INLET SEDIMENT 163-0550 TRAP EA 66 MAINTENANCE OF TEMPORARY SILT FENCE, 163-0020 TPS LF 6,785 MAINTENANCE OF EROSION CONTROL 165-0040 CHECKDAMS/DITCH CHECKS EA 28 165-0105 MAINTENANCE OF INLET SEDIMENT TRAP EA 66 167-0100 WATER QUALITY MONITORING MO 6 167-0200 WATER QUALITY SAMPLING EA 10 P-4 P-5 EAST BOUNDARY STREET & DRAINAGE IMPROVEMENTS PROJECT NUMBER: 324-04-201824117 !~ii~;~<::};'-:(;'~,,':): ~-'.::-< ~<, ',::~:: .~-: ,,: ~,> ;'~ ;,~.~':'<~-_' .:,';,-i;:::..,:,J1 ::<', :~: ,:":;,, y:,j-"'>J~ ; :",~Y:::::':. q~~:,. ?i~. ~:'~);;r~,:;1~L.",.-_:h. ,.",Y,'_,::. .", 'D13:-f~1t;1]'4!t"0l":',, ;,.' :-. ':'j >.' ,"r., .'":ul~n;-,':,, T",::iJFj'~'f;";l.:Xli~{Pilt~~ff.N~~~ 'n,'-::;~~21 1':!.:;.'t;,,--...~tL..~.flk,~ .'J,,~d r"i' ,~., 'f:o.".......;.t...:J"~,).\'r;:iJ',~I\Ji,,..,'!. -, ~ ,.__~~ 'It,... :-~....J}jJ ->-!..-....:~:.':'-::t".~~~ ~L..:~~!.i..i&-',h,!:.:'~-d'r.~~~_j.::.cL~.- _.._.... 167-1500 WATER QUALITY INSPECTIONS MO 6 171-0020 TEMPORARY SILT FENCE, TYPE B LF 6,785 700-6910 PERMANENT GRASSING AC 3 700-7000 AGRICULTURAL LIME TN 4 700-8000 FERTILIZER MIXED GRADE TN 2 700-8100 FERTILIZER NITROGEN CONTENT , LB 150 MISCELLANEOUS 682-9030 LIGHTING SYSTEM LS 1 702-0007 ACER BUERGERANUM - 2-1/2' EA 66 702-9005 SPRING APPLICATION FERTILIZER LB 100 999-9000 LUMP SUM CONSTRUCTION LS 1 CONTRACT GRAND TOTAL P-5-A LUMP SUM CONSTRUCTION EAST BOUNDAY STREET & DRAINAGE IMPROVEMENTS PROJECT NUMBER: 324-04-201824117 NOTE: List all Lump Sum Construction items in detail with associated costs. FAILURE TO PROVIDE TillS BREADKDOWN MY DISQUALITY THE BID. 1 $ 2 $ 3 $ 4 $ 5 $ 6 $ 7 $ 8 $ 9 $ 10 $ 11 $ 12 $ 13 $ 14 $ 15 $ 16 $ TOTAL LUMP SUM AMOUNT $ Use additional sheets if needed. ,'~ @lJ~I/JWJUJ1lt &~et1.t 9ffl fiM f1I([/JluJ, ~. . ADDENDUM TO: FROM: DATE: SUBJ: All Bidders Geri A. Sams September 28, 2006 ADDENDUM #5 BID ITEM #06-169 East Boundary Drainage Tmprovement for Engineering Department NEW BID DATE Friday, September 29,2006 @ 11 :00 a.m. Please note the following answers to questions fOf Bid Item #06:-169 East Boundary Drainage Improvement: WiIl the contractor be responsible for watering the trees throughout the job? What about after the job is over? Is there a certain amount of time we should count of having to water the trees. Answer: The contractor will be responsible for watering the trees. During obtaining pricing on the trees, I am being asked if what I need is 2 W' caliper trees as opposed to 2 ~' trees. Which is correct; Inch or foot caliper? Answer: In the construction plans on Page 9, it states 66 Acer Buergeranum - 2 Yz inch trees will be required for this project. Item No. 702-0007 see GnOT specs. Trees should be caliper. If the lighting system is going to be installed by Georgia Power, why is there still a line item for it on the bid schedule'? Item 682-9030. Answer: Line Item 682-9030 should be omitted, Addendum 3 states there are 280 days for the project. The new addendum 4 sheet p-l states there are 350 days. Answer: This is a 280 calendar day project. Addendum 3 stated an item will be set for select backfill. The addendum received does not reflect that item. Answer: The last addendum should lnclude a Line Ttem for select backfill. The Line Ttem is "207-2003 Imperfect Trench Bad-Jill Matt, TP HI." 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: Yameka Allen Abie Ladson Tony William~ Yvonne Gentry Interim Deputy Admini:.trator Engineering Department Engineering Department DBE Coordinator Room 605 - 530 Greene Street, AUgUsta, Georgia 30911 (706) 821-2422 - Fax (706) 821-281l . WW\y.aurusta~a,&ov RegilJter at www demllndstat."om/Rqpplier for automatic bid notification EMPLOYE~ 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 financial 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 a.c.G.A. 45~1O-22 and 45"10-24, Or the transaction is excepted from said restriotions by a.e.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 financial 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. !, (vendor) ~,' -r 3- 1),..., ~ (J\'U., 11:'1, e:;ru;1ve read and understand the infunnation contained in the bid specificatiol1s. Vendor Name: ~, ~..rt ~. JI\( . 9 ZO 1f/t11l1l AJ.. iJ. I City & State: ~-ctA. ~A ]()t:'fd) ____ Phone #: (-'06) 7'?..~' 8'1<11 Signature: ~ r: L :::;7 Bid Item Number and Name: 06 . /6 '! Address: Fax # ~ ll2- 7r; II Date: ':1..:29 '06 THIS FROM :MUST BE SUBMITTED WITH BlD PACKAGE. NO EXCEPTJON(S) WILL BE GRANTED Disadvantaged Business Enterprise Language for Bids Policy and Evaluation It is an official policy of the Augusta-Richmond County Commission, other Augusta-Riclunond officials, and employees, that all necessary and reasonable steps shall be taken to ensure that disadvantaged business enterprises including small business enterprises have the maximum opportunity to compete for and participate in all contracts and subcontracts. Further, the Augusta~Richmond County Commission has the option to establish incentives to promote business opportunities covered by Augusta-Richmond County Code~ 1 ~ 10-61. To implement this policy, Augusta-Richmond County encourages minority participation through SUbcontracting, joint YentUIes, or other methods in contracting for services. In order to expedite the evaluation process, we have attached the Checklist for Good Faith Efforts, Proposed Disadvantaged Business Enterprise PartiCipation, and Letter of Intent to Perform forms. The bidder should complete the Proposed DBE Participation Form, indicating the percentage of participation for this proposal. The completed form must accompany the proposal. Augusta-Richmond County's office of Disadvantaged Business Enterprise (DBE) is available at (706) 826-1325 as a resource in identifying local Disadvantaged Business Enterprises (MlWBEs and SBEs). Section] - Definition Minority Person - A United States citizen or permanent resident alien (as defined by the Immigration and Naturalization Service) of the United States, who is Asian, Black, Hispanic, Native American, or female, also One who is economically and socially disadvantaged_ Disadvantaged Business Enterprise - (M/WB:E and SBE) - A business which is owned or controlled by minority persons who have been deprived of the opportunity to develop. Or maintain a competitive position in the economy because of social and economic disadvantages. The ownership interest must be real and continuous and not created solely to meet the minority business or minority contractor provisions of this Policy. More specifically, disadvantaged business refers to any small business concern which: (1) Is at least fifty-one (51 %) owned by one or more minority citizens of the United States who are determined to be socially and economically disadvantaged. (2) Is a Corporation, with fifty-one percent (51 %) of all classes of voting stock of such Corporation must be owned by an individual determined to be socially and economically disadvantaged. (3) Is a partnership, with fifty-one percent (51 %) of the partnership interest is owned by an individual or individuals who are socially and economically disadvantaged and whose management and daily business operations are controlled by individuals determined to be Socially and economically disadvantaged. Such individuals must be involved in the daily management and operation of the business concerned. WOll1en Business Enterprise (WBE) - A business which is owned and controlled by one or more females and who have been deprived of the Opportunity to develop and maintain a competitive position in the economy because of Social and economic disadvantages. s....n Busln... Entetprls. (SBE) - A local 'mall busi."" which has its principal office and place of doing business in Augusta-Richn1ond County which is not dominant in its field of operation and is regarded as small in size as measured by its annual gross receipts being less than $500,000. Section 11- DBE Util.ixation A. Obligation: Eidders are required to make all efforts that are reasonable to ensure that MlWBEs and SBEs have full and fair opportunities to compete for performance by complying with the requirements of this clause. Included in these requirements is the achievement of the mandatory utilization of Disadvantaged Business Enterprises (DBEs) in the performance of work under this Contract, and/or substantiation that there is a good faith effort to ensure that DBEs have the Illaximum opportunity to participate in the perfonnance of work under this Contract. Contractors shall not discriminate on the basis ofrace, ethnicity, national origin or gender in the award and perfonnance of the work under this contract. Good Faith Effort Documentation - Techniques used by a bidder/proposer to seek MlWBEs and SBEs participation as subcontractor or supplier required to fulfill the bid/proposal requirements. Such good faith efforts of a bidder/proposer include, but are not necessarily limited to, the fOllowing actions: a) Describing efforts to target identified divisions of work identified in the bid specifications b) Attending the pre-bid meetings c) Sending or faxing letters to all MIWBEs and SBEs at the prequalification meeting, as well as those on the list provided by staff not less than seVen days prior to the Qualification Statement deadline. d) Providing a telephone log of follow~up phone calls made to MlWBEs and SBEs concerning the project, inclUding dates and times of calls, names of individuals placing and receiving calls and results of the calls. e) Providing a written statement indicating good faith negotiations with any competitive MIWBEs and SBEs bids and specifically identifying the MlWBEs and SBEs. f) Including a complete list of all MIWBEs and SBEs bids received, noting names, addresses and bid amounts. g) Providing all reasons for rejected bids. h) Stating whether any bonding requirement was waived and, ifnot, why. i) Utilizing the service of the Disadvantaged Business Enterprise office in identitying qualified MIWBEs and SBBs. In completing the Proposed DBE Participation form, please remember that proposed goals are not limited to first, second and third tier SUbcontracting. Successful contractors have creatively applied viable methods such as mentor/protege relationships and supply purchases to meet MlWBEs and SBEs participation goals. The contractor is responsible for ensuring that MlWBEs and SBEs perform Commercially useful work at the level of the contract commitment. Reporting Requirement In cases where the successful bidder uses a minority subcontractor or vendor, the bidder shall indicate the percentage of the invoiced amount that such minority subcontractor or vendor performed. The bidder shall submit this form directly to the Disadvantaged Business Enterprise Office. Bidders may contact the Disadvantaged Business Enterprise Office at (706) 826-1325 fo, questions or clarifications on the repOliing policy. B. Compliance All bidder, or subconlTacto", participating in this contract are heteby notified that failure '" fully comply with the Augusta-Richmond County's DBE policy, as set forth herein, shall constitute a breach of con~act which may result in lennination of the COntract or aUch other remedy as deemed appropriate by the Owner. Bidders Wil] please note that the number of cop ie, requested; all SUpporting documents including financia] statements and references and such other attachments that may be required by the bid invitation are ""'lena] conditions of the bid. Any package fOund ]ncODlplete or snbmitted late ahall be r~ected 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. All fOrms as requested by the DBEOffice must be completed and returned as part ofyolU' submittal. A). 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 Purchasing 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 (Public Access to Procurement Infonnation). B). Bid acceptance and bid evaluation. Provided that the bids are delivered to the Purchasing 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 m,ay include bidder responsiveness, capability and past perfonnance, and criteria to determine acceptability such as inspection, testing, quality workmanship, delivery, and suitability for particular purpose. Contract Award Augusta.Richmond County proposes to award the contract to the most responsive, responsible bidder submitting a reasonable bid provided the bidder has met the goals of DBE participation. Bidders are advised that the Augusta-Richmond County has sole discretion and authority to determine jf any bidder has made a "Good Faith Effort." Augusta-Richmond County reserves the right to reject any or all bids submitted. Augusta-Richmond Co,!nty will have absolute discretion to reject any bid or to exclude a prospective bidder from submitting a bid that has been non-responsive to the DBE program requirements without satisfactory justification being accepted by the Director of the Disadvantaged Business Enterprise Program. :j., Revised: 6/1 0105 Approved: 8/2/05 ATTACHMENT A -':..". .~~-~~ (Pr-oposed DBE Participation Form) Augusta-Richmond County is aware that some projects will not have sub-contracting opportunities and will be 100% self-performing. If this applies to your Company, you lllUSt indicate on the bottom of Attachment A & B that you are t'lOO% self..performing", sign your name, and return the forms with your bid package. If there is Sub-contractor/supplier participation, complete "Attachment A" indicating each DBE sub- contactor/supplier you will Use for this contract. Each sub-contractor/supplier must be registered with Augusta-Richmond County. The form must e si ned and returned with ur bid acka e. If you have any question.s, please contact the Disadvantaged Business Enterprise Department at 706-821-2406 , , -- ~'~.{ .~ ':"'. " 'IF.; ;~ ~'. .1 ATTACHMENT A PROPOSED DRE PARTICIPATION PRIME CONTRACTOR Ll!4~UJ Xro1 e,,,,tte .~ PROJECT t:AJf~wJtJ.,-yJt11--''''/l.Jb-!I' ":. ,?,,; : "',"." .,' ) ..-!.'~;~'f D8E FIRM PRINC'~AL ADDRESSIPHONE TYPE OF WORK Dollar Vallie OFFICIAL NO, of Work 'Total Price: $ Total DlJE nluc $ Total DBE percent: % LJ Contractor will perft&n~ of this contract Signed By: ?:;}.l .l &t!",..,o'- :1' 2-1'()b Title: Date: Revised 1/24/06 ~\JS 11~ ~~o ::E ~ ~ ". e; 'f>: (', .......~ % r::".j)\..').~o"'''> ~<)-~ )(lJ(:no:--\ l'<;j<:::>'\'i-' /\tD ROAD. p..\jG MABus BROTHERS CONSTRUCTION CO., INC. 920 MOLLY POND ROAD AUGUSTA, GEORGIA 30901 706-722-8941 FAX 706-722-7521 October 11, 2006 Mr. Abie Ladson Public Works and Engineering 1815 Marvin Griffin Road Augusta, GA 30906 RE: EAST BOUNDARY STREET DRAINAGE IMPROVEMENTS Dear Mr, Ladson Mabus Brothers proposes to use Moffitt Construction, of Augusta, Georgia, as a subcontractor on the referenced project in the amount of 5% of the total contract price for concrete work. Moffitt Construction is a local minority contractor, If you have any questions, please call. Sincerely Larry Goolsby Mabus Brothers Construction Co., Inc. Revised 1/24/06 .. ,-' ATTACHMENT B (Letter of Intent to Perform) Augusta-Richmond County is aware that some projects will not have sub-contracting opportunities and will be 100% self-performing. If this applies to your Company, you must indicate on the bottom of Attachment B that you are "100% self-performing", sign your name, and return the forms with your bid package. If there is sub-contractor/supplier participation, you must complete an individual "Attachment B" for each DBE sub-contactorlsupplier you will use for this cOntract. Each sub-contractor/supplier must he registered with Augusta-Richmond County. The forms must be signed by the sub. contractor(s) and returned with vour bid Dackage. Ifyou have any questions, please contact the Disadvantaged Business Enterprise Department at 706-821-2406. i: ~..;..: ~..., . 'I ~..". ; ;'.O'? '.X, 107: wf tJLj' hif~ ~,,;_T, 15't.IJ""",- D. The undersigned states that they will be perfonnin~_% of the total project. =: ~ ". .-. AIT ACHMENT B PROJECT LETTER OF INTENT TO PERFORM AS A SUB CON SULT ANTISUBCONTRACTOR/SUPPLlER TO: (NAME OF PROPOSER.) ~-~;''''(-' A. The undersigned intends to perform work in cOWlection with the above project in the following cllpacity (check one): An individual A partnership A Corporation A joint venture B. The DBE status of the undersigned is confirmed as follows: .'.l';'., By attachment of a Cl.lI1'ent Certificate of Certification issued by the Department of Transportation By attachment of a current Certification issIJed by the Disadvantaged Business Enterprise Office . C. The undersigned is prepared to perfonn the following work in connection with the above project E. The undersigned will sublet and/or award COntractors and lor non-DBE suppliers. % of this subcontract to non-DBB The undersigned will enter into a formal agreement for the above described work with the Proposer cited above conditioned upon the execution of a contract for the project cited herein between the Proposer and Augusta-Richmond County. of Authorized Representative By: (DBE Contractor Finn;7e) . Signed BrA3.tl ~ Contractor will perform 100% of this contract Revised 1/24/06 ATTACHMENT C (Contractor's Statement ofDBE Utilization Form) The completion of this form is. the responsibility of the awardee of the contract. Complete the fann indicating the DBE's utilization for the requested pay period. This information identifies the actual DBE sub.contractors/suppliers, types of work performed, actual dollar value of work/services and suppliers. To avoid delay of payments this form must accompany all pay requests. ~ .. .". , '~.1~;i~~,~. - ::~.. .-. fJ;.. ~ ; ~':, :" :....!:.~~.;.'- :";'. . 11 . !-c Z g ~ ~ ~ ~ r;.~ ~ ~ l';l;l l;I;1 s i ~ ~~~s e ~~~E- ~ ;~~~ b ud~~ a s~~~ ~ ~~~~ '""'~ ~~~ rj,- CJ ~ ~ ;;J ~ F< -<: ~ u ~ ~ ~ 0 fa u ~ " .~.. . . '; . . , ':;"'~".~t. ,:'. ~' Uo' Eo< f.1;:I ~ Cf.l I o Z E-< t.I) g ~ ~ ...... .... ...... - wB ~ ~~t;~ c ~g~~ ug 0 t-< ~ ~~!:J I Oi!::< :=. ~~Q ~ ~ ~ ~ ~ t;!, " ~o I ~~Ci2 :e o=<~ -- .... t-< rn ~t2~ ~ ~~ S lfi' ~~s c ~~~ ~ ~ ~ ~ c., I ~!il~ S ~ ~ ~~ E-c 0 C ~~~ ~ ~ ~ c... l>l ~ € Cf.l Q ~.~~ ~ ~ ~ ~ ~ ::J ~ I 3 ~~~ =; ~ -<: ~ .... W~(I) S ~rn~ N' ::J ~ ~ ~~ ~ o ~ r-l u ~ Q ~ ~~ ~ ::: ~o 0' '-' 8~ = ~ '-'" l"o 6' ~~ C ~~ ~ g / ~ ~ E-< ~o: Z U ~~~ E-< ~Cf.l V ~ ~ z~~ lEi =.:1 a ~~~ ~~ Q~ ~ ;~I f ~Q.. t-< 1--1 0 ~ I '""' € I C. ~ ~ Q = Z ~ S ~ Cf.l E- ~ -- ~ ~ f Q ~ ~ ~ a: &: ~ I ~ o I l';l;l !-c ~ o '""' ~ ~ '-l E-c ~ ..:l ~ U fo.< V g z 8 ~ o 1-0 O~ ~ r.l ~ ~ u ~ ~ v ~ e3 u ~ 6' ~ ~ N R.eviscd 1/24/06 .Good Faith. Effort Checklist The purpose for the Good Faith Effort Checklist is to indicate all necessary and reasonable steps taken to ensure DEBs and local small business enterprises have tile maximum opportunity to compete for and participate in all contracts/ sub-contracts, . ., .... - ~::'. ~ r , '" .,. ..~4 "' ' ;.1!- ~;," . . ..' AUGUSTA-RICHMOND COUNTY CHECKLIST FOR GOOD FAITH EFFORTS A bidder's good faith efforts must be those that could reasonably be expected from a bidder who was actively and aggressively seeking to meet the Disadvantaged Business Enterprise (DBE) goal. Good faith efforts may include, but are nOt limited to: 7. 8. 9. 10. 11. ~. 1. 2. 3. ~ 4. 5. 6. /' Yes No / / /" Soliciting, through all reasonable and available means, the interest for all certified DBEs who have the capability to perfonn the work of the contract. Such solicitations must be in sufficient time to allow DBEs to participate effectively. Confirming attendance at any pre-solicitation or pre-bid meetings. Providing proof of allY advertisements in general circulation, trade association, and minority or Woman focused media, Documenting the follow-up to the initial solicitation with DBEs, Documenting how portions of the work were selected to solicit DBE participation and how the selection was made in order to increase the likelihood of meeting the DBE goals. This would include, where appropriate, breaking do'WIl contracts into econOmically feasible units to facilitate DBE participation. Providing infonnation on any negotiations with DBEs including bid item adjustments, tenus and conditions of the contract, bonding and insurance requirements and etc, Documenting efforts to assist DBEs in obtaining bonding, lines of credit, or insurance, Providing copies of the information supplied to DBEs to solicit their bids, Such infonnation should include adequate information about the plans, specifications, and requirements of the contract to enable the DBE to supply a complete and competitive bid, Providing infom1ation regarding the services/assistance secured from minority and WOmen community organizations, contractors' groups, local minority and Women business assistance offices and other organizations that provides assistance in the recruitment and placement DBEs. Negotiating in good faith with interested DBBs. It is the bidder's responsibility to make a portion of the work availa.ble to DBE subcontractors and suppliers. The bidder must provide documentation that consideration Was given when selecting portions of the work or material needs on the contract to the availability of DBE firn1s in those areas when soliciting for DBB partiCipation. Documenting the basis for rejecting DBB bids. In cases where the bidder determines the DBE to be unqualified, supporting evidence used to make the detennination must be provided. ,/ 7 /' /' / Revised 1/24/06 TOTRL P.19 MABus BROTHERS CONSTRUCTION GO., INC. 920 MOLLY POND ROAD AUGUSTA, GEORGIA 3090 I 706-722-894 I D^ v 706 700 "':-'-21 t.t~, - ~..,;:" - to' U '.." . 1)5 If- -~~. ~. ..v 0 '.'~ ~. c:I1 . .~ . ..-~ r;: - , . 'j)f~ . '\ ~f_'-' .:.. '~-o~~ . -'(",~cr:no"c ~"" . "l:r~~~":~\l~~" MABUS BROTHERS CONSTRUCTION CO., INC. FINANCIAL EXPERIENCE AND EQUIPMENT STATEMENT Mabus Brothers Construction Co., Inc. - 1) South Carolina Department of Transportation PO Box 191 Columbia, SC 29202 2) Georgia Department of Transportation 4260 Frontage Road Augusta, GA 30909 3) Augusta-Richmond County 1815 Marvin Griffin Road Augusta, GA 30906 4) Columbia County PO Box 498 Evans, GA 30809 5) Crown Capital Corporation 3700 Crestwood Parkway, Suite 900 Duluth, GA 30096 6) City of Aiken PO Box 1177 Aiken, SC 29802-1177 \ ,;20/01 EQUIPMEN1 NUMBER AC 2281 BG 0110 BG 1008 BG 8800 BG 8900 BH 0343 BH 0417 BH 0715 BH 0739 BH 0883 BH 1058 BH 1301 BH 2910 BH 3545 BH 3624 BH 4565 BH 5307 BH 7154 BH 9665 BR 7751 BX 3302 BX 7856 BX 7857 CF 0296 DZ 0511 DZ 0641 DZ 1340 DZ 2090 DZ 5458 DZ 9274 HR. 1616 HT 0593 HT 0651 HT 1270 HT 1668 HT 1707 HT 1795 HT 3012 HT 4418 HT 5714 HT 6036 HT 7270 HT 9189 LD 1036 LD 1723 LD 2074 LD 8165 LD 9373 LD 9383 LT 8661 LT 8762 L T 8773 MC 0121 MC 0135 MC 0168 MC 0646 MC 1087 MC 1094 MABUS BROTHERS CONSTRUCTION EQUIPMENT MASTER IJSTING' EQUIPMENT DESCRIPTION SULLAIR 185 W/ 90 MPD PA V.BRKR BATESBURG SHOP building NAPCO MA 1008E SECUITY SYSTEM 920B DBL WIDE/SHOP SECURITY SYS 920 OFFICE BLDG SECURITY SYS. CAT 320-L BACKHOE 9200411 KOBELCO SK-150 W/GROUSER,BOOM KOBELCO SK300N HYDRAULIC EXCA CAT 215-B EXCAVATOR W/CONC SAW CAT 416C IT 4X4 BACKHOE LOADER CAT 416B BACKHOE KOMATSU PC60-6 EXCAVATOR '00 CAT 325BL HYDRAU EXCAVATOR KOMATSUPC300LC-3 EXCAVATOR CAT 416B 4WD BACKHOE LOADER 416B CATERPILLAR BACKHOE LINKBELT 3400 JRACKEXCA VATOR CASE 580SL4X BACKHOE CASE 580 E BACKHOE '95 BRUCE RJ-300 BROOM 30 CY RB JRASH BOX (BLUE) LEWISTEEL 30 CY EZZEE A-FRAME LEWISTEEL 20 CY EZZEE A-FRAME 602 PIECE JET CONC. FORMS PURC CAT 3D TRACK DOZER CAT D5M TRACK TYPE DOZER '87 CAT D7H CRAWLER DOZER CAT D6E TRACK DOZER KOMATSU D65E-8 S1RAIGHT TILT '00 JOHN DEERE 650H DOZER KENT K-KHB8G HOE RAM GRADELIGHT 2000-2 WIBA1TERY 'TOPCON SYS 5/LASER JRACKERJACK SONIC REFERENCE SYSTEM AGL GRADELIGHT W/AUTOLlNE LASER BEAM LASER ALIGNMENT 5700 BEAM ALIG LASER ALIGNMENT 4700 SYSTEM CLASSIC PIPEHORN 100 SYSTEM NEOTRONICS AlMOSPHERE MONITOR TOPCON ATG-6 LEVEL W/RODS,TRIP TOPCON AUTO LEVEL W/RODS,TRIPO LASER ALIGNMENT LB-1 WI GRADE CAT IT28 ENCLOSED CAB LOADER CAT 936F WHEEL LOADER CAT930~ELLOADER '98 JOHN DEERE 544H LOADER KOMATSU D-57-S LOADER KOMATSUD57S-1 LOADER AMIDA SU060-4MH LIGHT TOWER AMIDA SL4060-4MH LIGHT TOWER AMIDA SU060-4MH LIGHT TOWER C&P 60" SK300-4 lID BUCKET BURNER/BLOWER RB9A BEDDING BOX (ROCK BX) RlM 60-01 BUSH HOG TILLER LINCOLN WELDER CASE 30+4 TRENCHER >;20/01 EQUlPMENl NUMBER MC 1214 MC 1736 MC 1784 MC 1895 MC 30C2 MC 3384 MC 5004 MC 5602 Me 6795 MC 8362 MC 8557 MC 9998 MC RAKE MC RR02 MG 1408 MG 3613 MG 4150 MG 4759 MG 6028 MG 6770 OF 0035 OF 0480 OF 0737 OF 0994 OF 1518 OF 2105 OF 3009 OF 3442 OF 3681 OF 4588 . OF 4705 OF 5764 OF 6946 OF 9348 OF S540 OF W115 PN 0132 PN 0714 PN 2528 PP 0022 PP 1062 PP 1322 PP 2339 PP 6J62 RD 0253 RD 0254 RD 0271 RD 0280 RL 0163 RL 0208 RL 0754 RL 1085 RL 1183 RL 5497 RL 5628 RL 6202 RL 6506 SH 8735 MABUS BROTHERS CONSTRUCTION EQUIPMENT MASTER USTING EQUIPMENT DESCRIPTION RlVINIUS GRAVEL SPREADER EZB6, 6 CYDS. BEDDING BOX DITCH WITCH 140 EARTH AUGER YAMAHA YG550D GENERATOR 30" BORING MACHINE BARRIER LIFTING TONG MOD74-425 5700 POWER CURBER '98 MALEm KZl 00CV3220 TILLER PUCKET ASPHALT P A v'ER T -450 PETERSON HC3400B WOOD RECYCLER PRIME EQ 655PM-8H MORTAR:MIXER MISC.EQUIPlvIENT ROOT RAKE ROOT RAKE WITH C-FRAME CAT 12HMOTORGRADER CAT 12G MOTORGRADER 59371 FIAT ALLIS 65B MOTORGRADER CAT 12FMOTORGRADER '95 CAT 12G MOTORGRADER CAT 12G MOTORGRADER ACER322LAPTOPCOMTUTER RICOH Ff4527 W/ DF61,CS220 HP PAVILION 7420 COMTUTER SYS SAMSUNG 816 PROSTAR TELEPHONES HP 6355 PAVILION COMTUTER SYS, 50:MHZ 486 1 G & 256MG COMTUTER GOODMAN CPKE60-38 CEN1RAL AIR HP BRIO COMPUTER & SERVER SOFT XEROX COPIER HARRIS/3M 6010AG COPIER SPECTRA-PRY SOFTWARE W/DIGITIZ OKIDATA :ML395 24-PIN PRINTER BROTHER 1270 FAX MACHINE 200MHZ PENTIUM 6.2G COMPUTER MAXWELL NGS2000 5.4 SOFTWARE HP895 DESKJET PRINTER '88 CAT 615C ELEVATING SCRAPER '87 HERC TS14 SCRAPER '82 TEREX TS14B MOTOR SCRAPER CH&E 6538WR 3" DIAPHRAGM PUMP RICE DPH-2B HYDRO TESTPUMP CH&E 3" DIAPHRAGM (MUDHOG) 12" THOMPSN V-345 WELLPOJNT PU 6" THOMTSN HI-PRESSURE JET PUM VISARB7800M PORTABLE OS/27/96 VISAR B7800M PORTABLE OS/27/96 VISAR B7800M PORTABLE OS/27/96 VISAR B7800M PORTABLE OS/27/96 SAKAI MODEL SV500T 84" FOOT RL MAULDIN WALK BEHIND VIE ROLLER INGERSOLL-RAND DD22 ROLLER RT820 WACKER SHEEPSFOOT ROLLER WACKER RT820-IR SHPSFT TR COMT INGERSOLL-RAND SP48 ROLLER GALlON 9PC-12D ROLLER INGERSOLL-RAND SDIOOD ROLLER INGERSOLL-RAND SDIOOF PADFf RO MI- T-M HS3005-CMVI PRES/WASHER 2 5/20/01 MABUS BROTHERS CONSTRUCTION . EQUIPMENT MASTER LISTING EQUlPMENl NUMBER SH 9999 SV 0002 SV 0010 SV 0173 SV 1292 SV 2192 SV 8434 SW 1158 SW 1450 SW 2387 SW 3027 SW 5444 SW 5518 SW 5853 TB 0124 TB 0136 TB 1019 TB 1162 TB 2311 TB 3442 TB 4542 TB 8~SI TB 9452 .TB 9462 TB 9871 TC 0191 TC 1094 TC 2138 TC 5754 TP 1075 TP 1190 TP 1199 TP 2704 TP 3173 TP 5204 TP 5218 TP 6685 TP 8053 TP 9337 TR 0244 TR 0258 TR 0305 TR 0315 TR 0555 TR 0595 TR 0605 TR 0788 TR 0859 TR 1511 TR 1537 TR 1587 TR 1753 TR 2081 TR 2082 TR 2129 TR 2671 TR 2770 TR 2793 EQUIPMENT DESCRIPTION MISC SHOP EXPENSES SO CONTRACTING STORAGE VAN SO CONTRACTING STORAGE VAN SO CONTRACTING STORAGE VAN TrnE TOWN STORAGE VAN TEX 20' STORAGE CONTAINER TEX 20' STORAGE CONTAINER STIHL CONCRETE SAW 14-16" STIHL TS510 HANDHELD CON 14" BLOUNT 623G-14" GAS CHAIN SAW STIHL TS510 HANDHELD CONCI4-16 STIHL TS460-14 HANDHELD CONSAW TS460-14" GAS HH CONCRETE SAW STIHL TS510 HANDHELD CONC 14" SHORING INTI.. 8SDW82 TRENCH BOX SHORING INTI.. 4SDW82 TRENCH BOX AGL 7-MH10DW MANHOLE BOX E-612-SW,6'X 12' SINGLE WALL TITAN TRANSPAC 6' X 8'TRENCHBX AGL 7-N816DW TRENCH BOX GME N-816-DW (8X16) TRENCH BOX MUNICIPAL SW 4MSW61 FOLDING TR GME N-1016-DW STEEL 10X16 GME-SN-416 DW STEEL 4X16 TRENC GME N816DW2'X16' TRENCH BOX '92 7740 FORD NEW HOLLAND TRAC FORD 9600 TRACTOR JOHN DEERE 5300 UTIL TRACTOR JOHN DEERE 820 FARM TRACTOR WACKER RAMMER TAMP MODEL BS62Y W ACKER RAMMER TAMP MODEL BS62Y WACKER RAMMER BS600 126-150# WACKER RAMMER TAMP MODEL BS62Y WACKER BS60YUS RAMMER TAMP WACKER BS604 TAMP WACKER BS604 TANIP WACKER TAMP WACKER BS600 RAMMER 126 -150# WACKER RAMMER BS600 126-150# '93 FORD F250 PICKUP (WHITE) '79 FORD FLATBED (WHITE) '83 CHEV C-70 DUMP TRUCK white '98 CHEV CIS00 X-cAB PIU (WHIT '87 INTERNATL 1954 FLATBED '86 CHEV C-30 SERV TRUCK '92 FORD EXPLORER blue '99 FORD F250 4X4 (HUNTR GREEN '96 CHEV K.1500 P/UP (green) . '85 F150 S/CAB PICKUP siI/mar '94 FORD FI50 KINGCAB - PINK '83 MACK SUPERLINER red/white '85 MACK DM686S ROLLOFF '96 MACK RD690S DUMP TRUCK '96 MACK RD690S DUMP TRUCK '00 FORD F1504X4 PICKUP (whit '99 lNTRNATL 5000 6X4 SBA DUMP '79 CHEVROLET 2 TON GREASE TRK '99lNTRNATL 5000 6X4 SBA DUMP 3 &20/01 MABUS BROTHERS CONSTRUCTION EQUIPMENT MASTER LISTING EOUIPMEN1 NUMBER TR 2813 TR 2881 TR 3041 TR 3226 TR 3422 TR 3640 TR 3827 TR 3922 TR 3988 TR 4180 TR 4468 TR 4531 TR 5308 TR 5788 TR 6214 TR 6540 TR 6562 TR 6819 TR 6992 TR 7018 TR 7115 TR 7259 TR 7437 TR 7462 TR 7591 TR 7957 TR 8155 TR 8171 TR 8263 TR 8327 TR 9131 TR 9821 TR 9845 TR 9914 TR 9973 TR L077 TR L148 TR L565 TR L631 TR M378 EQUIPMENT DESCRIPTION '89 VOL VO/GMC LOWBOY TRACTOR '99 CHEVY SIL VERADO (PEWTER) '94 FORD F-150 WHITE '97 GillV TAHOE 4DR (BLUE) '00 CHEV CIS PICKUP (black) '88 FORD F250 PICKUP (WHITE) '85 FORD F250 PICKUP red '85 FORD F600 GREASE (WHITE) '70 FORD N800 WATER TRUCK '89 FORD F450 MECHANICS (W1llTE '99 CHEV CK 1500 PIU (PEWTER) '87 FORD PICKUP (WHITE) '95 WHITE FORD F-250 DIESEL '00 FORD F250 (harvest gold) '91 FORD F350 CREWCAB dk,green '93 CHEV CORSICA.LT AUTOMOBILE. '00 JEEP GRAND CHEROKEE. '95 CHEV S-10PICKUP sillmaroo '77 MACK WATER TRUCK (YELLOW) '96 FORD F350 (WHITE) . '85 MACK WATER TRUCK RED . '71 MACKDM600SX WATER TRUCK '87 INTERNATL S1900 SERV TRUCK '96 FORD FI50 (white) '99 INTERNAT'L 9300 6X4 1RACTO '95 C-1500 GREEN CHEVY S-CAB '92 FORD COFF35 PICKUP (white) WMS-SCOTSMAN MOBILE OFFICE '97 FORD F-150 4X4 (MNLT BLUE) '86 FORD PKP COFF35 '86 FORD C0FF35 MECH TRK (whit '96 CHEVROLET 1500 (white) '97 CHEV CK10753 PICKUP (TAN) '91 FORD F150 gray '92 FORD F150 PICKUP black '70 MCDANIEL DUMP TRAILER '96 BREWER TRAILER W/lOOO GAL '94 FONT AlNE TB-50 TRAILER '99 PACE CS6125A TRAILER '77 WILLIAMS OFFICE DBL WIDE WI 4 11,847 '"t}~>;.; Mabus Brothers Construction Company, Inc. Balance Sheet August 31, 2000 Assets 2000 Current assets: Cash Accounts receivable: Contracts in Progress: Current (less allowance for doubtful accounts of 5168,553) Retainage Employees C0st and estimated earnings in excess of billings on contracts in progress Other current assets Total current assets $435,419 1,152,391 679,069 4,989 12,822 54,843.' 2,339,533 Fixed assets, net of depreciation Notes receivable, related parties . Cash surrender value - life insurance 962,781 88,840 130,533 Total Assets $3,521,687 Liabilities and Stockholder's Equity Current Liabilities: Accounts payable Retainage payable Line of credit Notes payable, current Accrued salaries and wages Deferred revenue Other accrued expenses Accrued income taxes Billings in excess of cost and estimated earnings on contracts in progress Total current liabilities $648,131 354,795 126,000 477,308 36,104 \ 235,873 1,890,058 Long Term Liabilities: Notes payable, less current maturities Deferred income taxes Total long term liabilities 239,620 65,641 305,261 Stockholder's Equity: Common stock, $100 par value, 1,000 shares authorized, 300 shares issued and outstanding Retained earnings Total stockholder's equity 30,000 1,296,368 1,326,368 Total Liabilities and Stockholder's Equity $3,521,687 . ... ~ " -. ~."'~~} ..';~' '''':''';'!--;;.''~~''.;'~''''''.'-..~-.~'.'.~..~..-;~ .. " -.'.' ~ .~.~" . ::..~:...-:..~:~.'.~:.:,..~...~,.~..._~.:....:~:"':,....'.:~;...'t.'... .._......._..,:._.:.._ .C"._ .',". - ~.::.:;:Z~;f~;~~~r~:::>.::. ::. .-.. _ _ .' _ Mabus Brothers'Constructi~n-.'Comp'any, Inc. Statement of Operations and Changes in Retained Earnings For the Years Ended August 31, 2000 Construction contracts: Billings Less: Direct costs Indirect costs Construction contract income '..\. " General and administrative expenses Income before provision for income taxes Provision for income tax'es Current Deferred Net income for the period Retained earnings, beginning of year Retained earnings, end of year . . \ '. \ 2000 $12,520,952 10,657,434 760,550 1,102,968 840,939 262,029 69,041 9,871 183,117 1,113,251 $1,296,368 ..... ",f . . .:...,~ . .~. .<.\t~:;:..; . . ':".;..",o!''':5~:..:. Instruction to Bidders IB 1 thru IB-3 EAST BOUNDARY STREET & DRAINAGE IMPROVEMENTS PROJECT NUMBER: 324-04-201824117 List of Proiect Documents Section Pa2"es Georgia Prompt Pay Act PP A-I Minority and Economically Disadvantaged Business Support ME-I Special Conditions SP - 1 thru SP - 2 Agreement A-I thru A-4 General Conditions 3 thru 33 Supplementary Conditions SC - I thru SC - 2 Proposal P-l thruP-5 General Notes G -1 thru G -14 Traffic Control TC - 1 thru TC - 23 Country Contract CC - 1 thru CC - 27 Water Quality Monitoring WQ-l thru WQ-4 WQC-I thru WQC-6 *Water Quality Consultants *Consultants Pre-Qualified by GDOT IB - 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. IB - 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-OS. 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. 1B - 3 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-OS. 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 infonnalities in bidding, to reject any and all proposals, or to accept a bid other than the lowest submitted if such action is deemed to be in the best interest of the Owner. GEORGIA PROMPT PAY ACT This Agreement is intended by the Parties to, and does, supersede any and all provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision of this Agreement is inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement shall control. All claims, disputes and other matters in question between the Owner and the Contractor arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond Count, Georgia. The Contractor, by executing this Agreement, specifically consents to venue in Richmond County and waives any right to contest the venue in the Superior Court of Richmond County, Georgia. Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due Contractor on any sum held as retainage pursuant to this Agreement and Contractor specifically waives any claim to same. NOTICE All references in this document, which includes all papers, wntmgs, drawings, plans or photographs to be used in connection with this document, to "Richmond County Board of Commissioners" shall be deemed to mean "Augusta Richmond County Commission-Council and all references to "Chairman" shall be deemed to mean "Mayor". DISPOSALS Prior to any material from this project being wasted or otherwise disposed of outside the project limits the Contractor shall furnish the Engineer a copy of written permission, signed by the property owner (or his authorized agent) describing the estimated amount and type of material to be placed on said property. If any portland cement concrete, asphaltic concrete, wood or other such materials are to be wasted on the property, a copy of the owner's inert landfill permit, issued by the Environmental Protection Division shall be furnished to the Engineer prior to any such waste being removed from the proj ect. 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 EAST BOUNDARY STREET & DRAINAGE IMPROVEMENTS Project Number: 324-04-201824117 SPECIAL CONDITIONS SCOPE: This proj ect includes resurfacing, street widening, sidewalks, storms drainage, lighting, and landscaping work from Laney Walker Boulevard to Broad Street. The contractor shall supply all material, equipment, labor, supplies, and supervision necessary to properly complete this project as specified. TERMINI AND LENGTH: Termini and length of the road is shown on the tabulation list contained in this document. The total length ofthis project is 0.87 miles. NOTE: Applications for all permits have been filed with Georgia Department of Transportation. In the event no permits have been issued, the Contractor shall schedule the work so that the construction in the permitted areas can be done in conjunction with the work adjacent to the permitted areas. INCIDENTAL CONSTRUCTION ITEMS: All work and materials without a specific pay item shall be considered incidental. To related pay items, but is not limited to, all removal and disposals, borrow if needed, remove and reset fences, remove and reset ornamental shrubs, bushes and sod, and the obtaining, maintaining and restoration of any required borrow and/or waste pits. IN PLACE EMBANKMENT: There are approximately 200 cubic yards of Embankment. These figures represent the NEAT quantities as shown by the cross sections. No shrinkage factor has been applied to the in place embankment No borrow pits are provided for this project. Any borrow source must have GADOT approval prior to the borrow being incorporated into the project. Any agreements between the contractor and the owner of the borrow source must be submitted to the Engineering Department at 1815 Marvin Griffin Rd., Augusta, Georgia, 30906, ATTENTION: PreConstruction. Engineering Department can be contacted at 706-796-5040. Payment for all earthwork, including borrow, will be included in the payment for Item 208-0100 in place embankment. SP 1- 1 DRIVEWAYS: All driveways shall be in conformance with GDOT standards. TYPICAL SECTIONS: Refer to signed Final Construction Plans, SPI- 2 SECTION A AGREEMENT THIS AGREEMENT, made on the _ day of , 200_ by and between the City of AU2:usta 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: EAST BOUNDARY STREET & DRAINAGE IMPROVEMENTS PROJECT NUMBER: 324-04-201824117 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 conimenced 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. 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 A-I 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 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: }s:~;~~:~~~~~\ ...' ,.s~ ./' SEAL .,::. ';, ,.~ '~ ,.../;..5 lO" ;.:::" ~~} ~;!'l 1': v ~ ~,~ i ~ . t f"'.~ 0 .j: ~~J"S.. '~: ~"." ; '~~~ "~~Q' . ' :~~. .........~.. . ~ ~!Io\ GE^l'I.::Y ~:?}~ '<<~1l:;~ f) '1<'~~ WItness I CONTRACTOR:~.&"~ (1NSrRia"?'N1tJ t:.:k. By: 04-~ Title: y, .1 SEAL Address: 9a14 ~UJI ~ 11M/) Attest llu'Il.!-r/l. M. 301o( I ~~ Secretary if::r~~ A - 4 THE AMERICAN INSTITUTE OF ARCHITECTS . Bond No.6426811 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): Mabus Brothers Construction Co., Inc. 920 Molly Pond Road Augusta, GA 30901 OWNER (Name and Address): City of Augusta Augusta /Richmond County Procurement Department Augusta, GA 30901 CONSTRUCTION CONTRACT Date: Amount: ($ 3,298,091.23 ) Three Million Two Hundred Ninety Eight Thousand Ninety One Dollars and 23/100 Description (Name and Location) :East Boundary street & Drainage Improvements, Project Number 324-04-201824117 SURETY (Name and Principal Place of Business): Safeco Insurance Company of America Safeco Plaza Seattle, WA 98185 BOND Date (Not earlier than Construction Contract Date): Amount: ($ 3,298,091.23 ) Three Million Two Hundred Ninety Eight Thousand Ninety One Dollars and 23/100 Modifications to this Bond: [] None. . 0 See Page 3 CONTRACTOR AS PRINCIPAL . Company: Mabus Brothers Con true' (Any additional signatures appear on p ge 3) .p. SURETY Company: (Corporate Seal) Safeco Insur ce Company of America Signature: Q.;,;U . Name and Tit e: Cynthia M. Partin Attorney-in-Fact Signature: Name. and Title: (FOR INFORMA nON ONL V-Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or Willis other party): 1441 Main Street Columbia, SC 29201 AlA DOCUMENT A312 . PERFORMANCE BOND AND PAYMENT BOND. DECEMBER 1984 ED. . AlA $ THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING · MARCH 1987 A312-1984 1 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 If the Contractor performs the Construction Contract, the Surety and the Contractor 'shall. have no obligatiof' 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 Ovvner. 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 Suretv 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 vears 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- AlA DOCUMENT -'312 . PERFORMANCE BOND AND PAYMENT BOND. DECEMBER 1984 ED. . AlA ;J'!, THE AMERICAN INSTITUTE OF ARCHITECTS. 173S NEW YORK AVE., N.W.. WASHINGTON. D.C. 2000& THIRD PRINTING. MARCH 1987 A312-1984 2 able to sureties as a defense in the jurisdiction of the suit ~hall 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: (Corporate Seal) Signatu re: Name and Title: Address: SURETY Company: (Corporate Seal) Signature: Name and Title: Address: AlA DOCUMENT A312 . PERfORMANCE BOND AND PAYMENT BOND. DECEMBER 1984 ED. . AlA .!li THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVE" N.W., WASHINGTON, D.C. 2oo0b THIRD PRINTING. MARCH 1987 A312.1984 3 THE AMERICAN INSTITUTE OF ARCHITECTS Bond No. 6426811 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): SURETY (Name and Principal Place of Business): Safeco Insurance Company of America Safeco Plaza Seattle, WA 98185 Mabus Brothers Construction Co., Inc. 920 Molly Pond Road Augusta, GA 30901 OWNER (Name and Address): City of Augusta Augusta /Richmond County Procurement Department Augusta, GA 30901 CONSTRUCTION CONTRACT Date: Amount: ($3,298,091.23 ) Three Million Two Hundred Ninety Eight Thousand Ninety One Dollars and 23/100 Description (Name and location): East Boundary Street & Drainage Improvements, Project Number 324-04-201824117 BOND Date (Not earlier than Construction Contract Date): Amount: ($ 3,298,091.23 ) Three Million Two Hundred Ninety Eight Thousand Ninety One Dollars and 23/100 Modifications to this Bond: KJ None 0 See Page 6 CONTRACTOR AS PRINCIPAL Company: Mabus Brotl}ers Co str SURETY Company: Safeco Insura (Corporate Seal) comj:?an~~t Ameri~ay~ Cynthia M. Partin Attorney-in-Fact (Any additional signatures appear on page 6) (FOR INFORMATION ONLY-Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or Willis other party): 1441 Main Street Columbia, SC 29201 AlA DOCUMENT A312. PERFORMANCE BOND AND PAYMENT BOND. DECEMBER 1984 ED. . AlA @ THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING · MARCH 1987 A312.1984 4 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 furnished for use in the perfor- mance of the Construction Contract, which is incorpo- rated herein by reference. 2 With 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 fur- nished 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 pay- ment, directly 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 substantial 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 furnisred 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 materials 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 within 30 days of furnishing the above no- tice 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. 5 If a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety, that is suffi- cient compliance. 6 When the Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at the Surety's expense 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 challenging 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 prior- ity 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 Claim- ant under this Bond, and shall have under this Bond no obli- gations 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. including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 11 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent juris- diction 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 Subparagraph 4.1 or Clause 4.2.3, 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 Con- struction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient 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 AlA DOCUMENT A312' PERfORMANCE BOND AND PAYMENT BOND' DECEMBER 1984 ED.' AIA~ THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVE.. NW.. WASHINGTON. D.C. 20006 THIRD PRINTING' MARCH 1987 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: (Corporate Seal) Signature: Name and Title: Address: SURETY Company: <C.orporate Seal) Signatu re: Name and Title: Address: AlA DOCUMENT A312 . PERFORMANCE BOND AND PAYMENT BOND. DECE'''\BER\984 ED. . AlA ~ THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVE., N.W., WASHINGTON. D.C. 20006 THIRD PRINTING. MARCH 1987 A312.1984 6 . ~ S A FE C O. POWER OF ATTORNEY SAFECO insurance Company PO Box 34526 Seattle. WA 98124-1526 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation,.does hereby appoint ******..............PAMELA BRANDT; BRAD LORENZETTI; JAMES M. MALONEY; CYNTHIA M. PARTIN; Columbia, South Carolina...........*........*. No. 9721 its true and lawful attorney(s)-in-fact. with .full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business. and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents this 31st day of March . 2004 CHRISTINE MEAD, SECRETARY ~k fAc-~\~ MIKE MCGAVICK, PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary. and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to 'execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment. the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof. may be impressed or affixed or in any other" manner reproduced; provided. however. that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary Of the Company setting out, (I) The provisions of Article V. Section 13 of the By-Laws. and (Ii) A copy of the power-of-attorney appointment. executed pursuant thereto, and (Iii) Certifying that said power-of-attorney appointment is in full force and effect, . the signature of the certifying officer may be by facsimile. and the seal of the Company may be facsimile thereof." I. Christine Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregping extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation. and of a Power of Attorney issued pursuant thereto. are true and correct. and that both the By-Laws. the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this day of CHRISTINE MEAD, SECRETARY S-1300ISAEF 2101 @ A registered trademark of SAFE CO Corporation 0313112004 PDF Client#: 229559 MABUBRO ACORDru CERTIFICATE OF LIABILITY INSURANCE DATE (MMlDDIYYYY) 11/22/06 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 Wachovia Insurance Serv-AT, GA 4401 Northside Pkwy, Suite 400 Atlanta, GA 30327-3078 770 850-0050 Mabus Brothers Construction Co 920 Molly Pond Road Augusta, GA 30901 INSURERS AFFORDING COVERAGE INSURER A: FCCI Commericallnsurance Company INSURER B: INSURER C: INSURER D: INSURER E: NAIC# 33472 INSURED 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. LTR NSR TYPE OF INSURANCE POLICY NUMBER PJ'A~~~:~8~ ~~fl,~,;b~~N LIMITS A ~NERAL LIABILITY CPPOO06372 06/30/06 06/30/07 EACH OCCURRENCE $1 000 000 COMMERCIAL GENERAL LIABILITY ~~~H?E~~r?~~~\ $100000 I CLAIMS MADE [!J OCCUR MED EX? (Anyone person) $5.000 X- PO Ded:2,000 PERSONAL & ADV INJURY $1.000.000 - GENERAL AGGREGATE $2.000.000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COM~OPAGG $2.000.000 I POLICY II ~ . r""f LOC A ~OMOBILE LIABILITY CAOO07525 06/30/06 06/30/07 COMBINED SINGLE LIMIT ~ ANY AUTO (Ea accident) $1,000,000 ALL OWNED AUTOS BODILY INJURY - $ SCHEDULED AUTOS (Per person) - ~ HIRED AUTOS BODILY INJURY $ ~ NON-OWNED AUTOS (Per accident) - PROPERTY DAMAGE $ (Per accident) ~RAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY, AGG $ A ::=JESSAlMBRELLA LIABILITY UMBOOO4307 06/30/06 06/30/07 EACH OCCURRENCE $5 000 000 OCCUR D CLAIMS MADE AGGREGATE $5,000,000 $ ~ DEDUCTIBLE $ X RETENTION $ 10 000 $ A WORKERS COMPENSATION AND 010WC06A56609 06/30/06 06/30/07 X I T~gJ!~~<: I ION EMPLOYERS' LIABILITY $1,000,000 ANY PROPRIETORlPARTNERlEXECUTIVE E.L. EACH ACCIDENT OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $1,000,000 If yes. desctibe under $1,000,000 SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Re: Project Name: East Boundary Street Drainage Improvements Augusta-Richmond County Procurement Department is included as Additional Insured with respect to General Liability where required by written contract, CERTIFICATE HOLDER CANCELLATION ACORD 25 (2001/08) 1 of 2 #S1111305/M1040982 SHOULD AHY OF THE ABOVE DESCRIBED POLICIES BE CANCEUED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL --38- DAYS WRITTEN NOTICE TO THE CERllFICATE HOLDER NAIlED TO THE LEFT, BUT FAILURE TO DO so SHALL IMPOSE NO OBLIGATION OR LIABILITY OF AHY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHOR~DREPRESENTATWE ForWlSby: ~ ~ LCH03 @ ACORD CORPORATION 1988 Augusta-Richmond County Procurement Department 530 Green Street Augusta, GA 30901 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 tenns 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 fonn does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affinnatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-8 (2001/08) 2 of 2 #S1111305/M1040982 TABLE OF CONTENTS OF GENERAL CONDITIONS Arricle Nlimbn Tille faKt DEFINITIONS .:........o..o.....o........o.......o....o ,..o..........o...... i ~ PRELIMINAR Y MA TIERS ........................................ 8 3 CONTRACT DOCUMENTS: [NTENT. AMENDING AND"REUSE ............,............... ... 9 4 A V AILAB[LITY OF LANDS: PHYSICAL CONDITIONS: REFERENCE POINTS......................... ...... ~............., 10 5 BONDS AND INSURANCE ........................................ /I 6 CONTRACTOR'S RESPONSIB[UTIES ....... ..................... 14 7 OTHER WORK. ... ..... .... ............ ............. .... ........ ... 18 8 OWNER'S RESPONSIBILITIES.................................... 19 9 ENGINEER'S STATUS DURING CONSTRUCTION .............. 19 10 CHANGES [N THE WORK ......................................... ~I /I CHANG E OF CONTRACT PRICE.. .. . .. ...... ........ .. .. .. .. .. ... ~ I I~ CHANGE OF CONTRACT TIME................................... ~~ 13 WARRANTY AND GUARANTEE: TESTS AND [NSPECTIONS: CORRECTION. REMOV AL OR ACCEPTANCE OF DEFECTIVE WORK................ ........... 24 I~ PAYMENTS TO CONTRACTOR AN D COMPLETION ............ 26 15 SUSPENS[ONOFWORKANDTERMINATION ....... .......... 29 16 ARB[TRA TION ..................................................... 31 17 MISCELLANEOUS................................................. 32 3 Giving Notice ............,..................,........ 17.l Guarantee of Work-by Contractor..........,......., 13.1 Indemnification.. . .. .. . .. . , .. ... .. ... .. .. ... 6,30-6.32. 7.5 Inspection. Final...... ..,.... .......... ......,....... 14.11 Inspection. Tests and .....,.....;..................... 13.3 Insurance. Bonds and-in general ...............,....... 5 Insurance. Certificates of ...........,...,......,.;.. 2.7, 5 Insurance~ompleted operations... ......"........... 5.3 Insurance. Contractor's Liability ...................... 5.3 Insurance. ~ontractua1 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 ..,................ 3 J. 9.14 Interpretations and Clarifications ...................... 9.4 Investigations of physical conditions. . . . . . . . . . . .. . ; . . .. 4.1 Labor. Materials and Equipment .......,.......... 6.3-6.5 Laws and Regulations-definition of ..................... I Laws and Regulations-general .. ..... .. .... .. .. .. .... 6.14 Liability lnsurance"'-Contractor's ..................... 5,3 Liability lnsurance-Owner's ............... ........... 5.5 Liens-delinitions of .......'........................ 14.1 Limitations on Engineer's Responsibilities........ '..,. ........ 6.6.9.11. 9.13-9.16 Materials and equipment-furnished by Contractor ;..,.6.3 Materials and equipment-flot incorporated in Worle .......;...................... 14.2 Materials or equipment-equivalent ..........,........ 6.7 Miscellaneous Provisions ............................... 17 Multi-prime contract! .,....,....,.......:......,........ 7 Notice. Giving of ... ......... ........,................ 17.1 Notice of Acceptability of Project .....,......,...... 14.13 Notice of Award-detinition of .......................... 1 Notice to Proceed-detinition of ......................... 1 Notice to Proceed-giving of .......................... 1.3 "Or. Equal" Items...; .. .. .......,........,.... .... .... 6. i Other contractors .....,..................,..............-; Other worle .,. . . . . . . . . . , , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , .. i Overtime Work-prohibition of ........................ 6..3 Owner-detinition of .................................... I Owner May Correct Defecr;ve Work................. 13.14 Owner May Stop Work.. .......,..................... 13.10 Owner May Suspend Worle. Tenninate .......,.. 15.1-15A Owner's Duty to Execute Change Orde~ ............. 11.8 Owner s Liability Insurance ........................... 5.5 Owner's Representative-Engineer to serve as ........ 9.1 Owner's Responsibilities-in general .................... 8 Owner's Separ.He Representative at site........... .... 9.3 Partial Utilization .................................. 14.10 Partial Utilization-ierinition of ......................... I Partial Utilization-Property Insurance............... 5.15 Patent Fees and Royalties ............................ 6.11 Payments. Recommend:ltion of ........... 14.4-1~.;. 1~.13 Pnyments to Contrnctor-in general .................... l~ Payments to Contractor-when due ........... 14.4, 14.13 Payment.5 to Contractor-witbbolding ...........,.... 14.7 Performance and otber Bonds .....,.........,..... 5.1-5.2 Pennits ...... . . . . . . . .. . . . . .. .. . ... . . .. .. .... . ,. . . . .... 6.13 Physical Conditions ............,...................... 4.2 Physical Conditions-Engineer's review..,..". ..... 4.2.4 Physical Condition~xisting stnlcrures ..,..;,...... 4.2.2 Physical Condition~xplorations and reports. .. . ... 4.2.1 Physical Conditions-posslblc: doc:ument change ..... 4.2'1 Physical Conditions-price and time adjusunenu .... 4.:U Physical Conditions-report of differing .....,....... 4.2.3 Physical Conditions-Underground Facilities .......... 4.3 Preconstruction Conference .....,.,...,....,.......... 2.8 Preliminary Matte~ .....;..,....,.............,..,....... ~ Premises. Use of ..... .............. ............,.. 6.16-6.18 Price. Change of Contract .............,....,.......,... 11 . Price.Contract-dc:tinition of ..........,.......,.,.,..... 1 Progress Payment. Applications for. . .,. .... . . . . . , .' ., 14.2 Proaress Payment-retainage .............,....,....,. 14.2 Progress schedule ..,............ 2.6.2.9.6.6.6.29. 15.2.6 Project~etinition of ..............................,.,... I Project Representation-provision for ................. 9.3 Project Representative. Resident~efinition of ....,..,.. I Project. Starting the ........................"...,..... 1.~ Property Iruurance ............................... 5.6-5.13 Property Insurance-Partial Utilization ............... 5.15 Property Insurance-Receipt and Application of Proceeds ......,..,...;......,.,..,.......,' 5.12.5.13 Protection" Safety and ;......,..........,......,. 6.20-6.21 Punch list ........................,....,.,......,.... 14.11 Recommend.ation of Payment.. . .. .' . .. .,... . ., 14.4. 14.13 Record Doc:uments ,.......,.......................... 6.19 Reference Points .................................,.... 4.4 Regulations. Laws and ...............,..,............ 6.14 Rejecting Defective Worle ........... ~........,........ 9.6 Related Work at Site .....,.............,...,...... 7.1-7.3 Remedies Not E....cJusive .......".................... 17.4 Removal or Correction of Defective Work ........... 13.11 Resident Project Representative~efinition oi ....... . . .. I Resident Project Representative-provision ior ........ 9.3 Responsibilities, Contractor's-in general ......,........ 6 Responsibilities. Engineer's-i!1 general ....,.........,.. 9 Responsibilities. Owner's-in general. ...,. . . . . . . . . . . ".. 8 Retainage .................,..........,............... 14.2 Reuse of Doc:uments .............,...,.,...,........,. 3.5 Rights of Way ..............................,.......... 4, I Royalties. Patent Fees and ......,....................6.11 SafetyandProtection....... 6.20-6.21,18.1-18.2 Samples .....................................,... 6.23-6.28 Schedule of progress ........ 1,6.2.8-2.9.6,6.6.29. 15.2.6 Schedule of Shop Drawing submissions ...................... 1,6.2,8-2.9.6.23,14.\ Schedule of values .................,..... :,6. 2.8-2.9, I~.l Schedules. Finalizing ..............,......,............ 2.9 Shop Drawings and Samples... ... .,............. 6.23.6.~8 Shop Drawings--jefinition of ..... ........,.........,.... I Shop Drawings. use to approve substitutions........... .............. ............. 6.7.3 5 GENERAL CONDITIONS ARTICLE I-DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated which are applicable io both the singular and plural lhereof: Add~nd(/-Written or graphic instruments issued prior to the opening of Bids which clarify. correct or change the bidding documents or the Contract Documents. A prul1It'l/I- The written agreement between OWNER and CONTRACTOR covering the Work to be pefformed: other Contract Documents are attached to the Agreement and made a part thereof as provided therein. A pp!iC'ar;()1 I /ilr Pa."11lf'1/1- The form accepted by ENGI- NEER which is to be used by CONTRACTOR in requesting progress or final payments and which is to include such sup- porting uocumentation as is required by the Contract Documents. Bid-The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the Work to be performed. BOJlds-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 addition. deletion or revision in the Work. or an adjustment in the Contract Price or the Contract Time. issued on or after the Effecti\'e Date of the Agreement. Ccmlrc/C'I DOCI/JII/!JIIS- The Agreement. Addenda I which per- tain to the Contract Documents). CONTRACTOR's Bid lincluding documenHition accompanying the Bid"and any post- Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement. the Bonds. these General Conditions. the Supplementary Conditions. the Specifications and the Drawings as the same are more spe- cifically identified in the Agreement. together with all amend- ments. modifications and supplements issued pursuant to paragraphs 3..1 and 3.5 lln or after the Effective Date of the Agreement. C cJ/ltr(/C'1 PriC'e- The moneys pilyable by 0 WNER to CON, TRACTOR under the Contract Documents as stated in the Agreement (subject to the provisiuns of paragraph 11.9.1 in the case of Unit Price Work). CUI/TJ'I/("{ Timt'- The number of uays (computed as proviueu in paragraph 17.21 or the date stated in the Agreement for the. compktion of the Work. CONTRACTOR-The person. lirm or corporation with whllm OWN ER has ~nlert:d into the Agreement. defeelh'e-An adjective which when modifying the word Work refers to Work that is unsatisfactory. 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 ENGIN EER's recommendation of final payment I unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14.101. Dr{/lI'illlls- The drawings which show the character and scope of the Work to be performed an"d which have been prepared or approved by ENGINEER and are referred to in the Con' tract Documents. Eff~ctil'/! D{{/e of lite A.l,'rumf'lII- Th e date indicated in the Agreement on which it becomes effective. but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. E.VGINEER- The person. firm or corporation namedas such in the Agreement. Field Order-A written order issued by ENGINEER which orders minor changes in the Worle: in accordance with para, graph 9.5 but which does not involve a change in the Contract Price or the Contract Time. Gl!neral Requimnents-Sections of Division 1 of the Sped, fications. Lall's and Regulations: Lall'.! or Regulations-Laws, rules. regulations. ordinances. codes and/or orders. Notice of A lI'ard- The written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein. within the time specified. OWNER will sign and deii,"er the Agreement. ;Votice to Proceed-A written notice given by OWNER to CONTRACTOR (with a copy to ENGINEER) fixing the date on which the Coniract Time will commence to run nnd on which CONTRACTOR shall stan to "1'erform CONTRAC, TOR'S obligations under the Contract Documents. OWNER-The public body or authority. corporation. asso' dation. firm or person with whom CONTRACTOR has entered into the Agreement :md for whom the Work is to be provided. Pcmillll.ililblliul/-Placing a portion of the Work in ser\'ice for the purpose for which it is intended (or a related purpose) before reaching Substantial Completion for all the Work. ProjeC'l- The t01ll1 construction of which the Work to be provided under the Contract Documents may be the whole. or a part as imJicated elsewhere in the Contract Documents. Resid/!nl PI"l~icrl Rcpre.\"('llIillil'e- The authorized represen, tative of E>lG IN EER who is assigned to the site or any part thereof. 7 thereon and all applicable tield measurements. 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 ENG IN EER before 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 CONTRACTOR had actual knowledge thereof or should reasonably have known thereof. :.6. Within ten days after the Effective Date of the Agree, ment (unless otherwise specified in the General Require- ments). CONTRACTOR shall submit to ENGINEER for review: 1.6.1. an estimated progress schedule indicating the starting and completion dates of the various stages of the Work: 1.6.2. a preliminary schedule of Shop Drawing sub- missions: and 1,6.3. a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work which will be con. finned in writing by CONTRACTOR at the time of sub- mission. 1.7. Before any Work at the site is started. CONTRAC- TOR shall deliver to OWNER. with a copy to ENGINEER. certificates I and other evidence of insurance requested by OWNER) which CONTRACTOR is required to purchase and maintain in accordance with paragmohs 5.3 and 5..1. and OWNER shall deliver to CONTRACTOR certificates land other evidence of insumnce requested by CONTRACTORl which OWNER is required to purchase and mnintain in accordance with paragrnphs 5.6 and 5.7. Preconstrucrion Conference: ~.8. Within twent:>' days after the Effective Date of the Agreement. but before CONTRACTOR starts the Work at the site, a conference nttended by CONTRACTOR. E:-JGI, NEER and Llrhers ns appropriate will be held to discuss the schedules rderred to in paragraph 1.6. to diSCUSS procedures for handling Shop Drawings and other submittals and for processing Applications t'or Payment. and to establish a working understanding among the parties as to the Work. FinaJi:.ing Schedules: 2.9. A[ leasl ten days before submission o(the tirst Apr1i- cation for Payment a l:onference attenderJ by CONTRAC- TOR. ENGINEER nnrJ others as appropriate will be held to finaliu the.: ~.:hedulc:s submitterJ in at:t:onJant:e with para- graph 2.6. The finalized 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 ENG INEER 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 ofvaJues will be acceptable to ENGIN EER os to form ond substance. ARTICLE 3-CONTRACT DOCUMENTS: INTE:--IT. AMENDING. REUSE [nunt: 3.1. The Contract Documents comprise the entire agree- ment between OWNER and CONTRACTOR concerning the Work. The Contract Documents arc complementary: what is called for bv one is as binding as if called for by all. The Contract D~.cuments 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 lor part thereon to be con- structed in accordance with the Contract Documents. Any Work. materials or equipment thaI may reasonably be inferred from the Contract Documents as being 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 describe Work. materials or equipment such words shall be interpreted in accordance with that meaning. Reference to standard specifications. manuals or codes of any technical society, organization or associotion. or to the Law~ or Regulations of any governmental authority. whether such reference be specific or by implication. shnll mean the latest stondard specification. manual. code or Laws or Regulations in effect at the time of opening of Bids (or. on the Effective Date of the Agreement if there were no Bids). except as may be otherwise specifically stated. 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 OWNER. CONTRACTOR or ENGINEER. or any. of their consuitants. agents or employ, ees from those set f~rth in the Contract Documents. nor shall it be effective to assign to ENGINEER. or any of ENGI, NEER's consultants.~ agents .or employees. an~' duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority [0 undertake responsi- bility contmry 10 the provisions of paragraph 9.15 or 9.16. Clarifications and interpretations arthe Contmct Documents ~hall be issued by ENGINEER as provided in paragmph 9A. 3.3. If. during th~ performance orthe Work. CONTRAC- TOR finds a conflict. error or discrepancy in the Contract Documents. CONTRACTOR shall so repurt to ENGINEER in writing at once and before proceeding with the Work atlected thereby shall ubtain a wri[[en interpretation or c1aritication 9 4.~A. ENGINEER's Redell': E~GINEER will promptly review the pertinent conditions. detennrne the necessity of obtaining additional explorations or tests with respect thereto and advise OWN ER in wriling (with a copy to CONTRACTOR) of ENGINEER's findings and con' elusions. 4.2.5. Possihle Document Clwnu: If ENGINEER concludes that there is a material error in the Contract Documents or that because of newly discovered condi. lions 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 reflect and document the consequences of the inaccuracy or difference. 4.2.6. Possihle Price and Tim/' Adjllstmellls: In each such case. 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 they are attributable to any such inaccuracy or difference. If OWNER and CONTRACTOR are unable to agree as to the amount or length thereof. a claim may be made therefor as provided in Articles II and 12. Physical Conditions-l-'lIderground FaciliJies: 4.3.1. 5 hOll'n or l/ldicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to rhe 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 [he accuracy or completeness of any such information or data: and. ..u.l.~. CONTRACTOR shall have full responsi. bility for reviewing and checking all such information and dlua. 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 having been included in the Contract Price. .U.2. 'vo, Slrell"/l or lirdicwed. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not reason. ably have been e:l.pected to be aware of. CONTRACTOR shall. promptly after becoming aware thereof and before performing any Work affected thereby le:tcept in an emer- gency as permitted by paragraph6.~2l. identify the owner of such Undergrour)u Facility and give written notice thereof to (hat owner and tl) OWNER and ENGINEER. ENGl. ~ EER will ['rompll\' review I he L' nuergrounu Facility to determine the extent to which the Contract Documenls should be modified [0 reflect and document the conse' .. quences of the existence of the Underground Facility. and the Contract Documents will be amended or supplemented to the extent necessary, During such time. CONTRAC, irOR shall be responsible for [he safety and protection of such Underground Facility as provided in paragraph 6.10. CONTRACTOR shall be allowed an increase in the Con' tract Price or an extension of the Contract Time. or both. to the extent that .thev are attributable to the nistence of any U nderground Fa~ility that was not shown or indicated in the Contract Documents and which CONTRACTOR I could not reasonably have been expected to be aware of. If the parties are unable to agree as [0 the amount or lenglh thereof. CONTRACTOR mav make a claim therefor as provided in Articles 11 and Ii. I Reference Points: I . 4!4. OWNER shall provide engineering surveys to estab, lish1reference points for construction which in ENGINEER's jud~ent are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for la}', ing lout 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 res pan. sible for the accurate replacement or relocation of such ref. erence points by professionally qualified personnel. I I ARTICLE 5-BONDS AND INSURANCE I Performance and Other Bonds: I 5; I. CONTRACTOR shall furnish pert'orrnance and pay. medt Bonds. each in an amount at least equal to the Contract Price as security for the faithful per1'ormance and payment of all CONTRACTOR's obligations under the Comract Docu- ments. These Bonds shall remain in effect at least until one year after the date when final payment becomes due. e:l.cept as otherwise provided by Law or Regulation or by the Con- trac't Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Condi. tions. All Bonds shall be in [he forms prescribed by Lawor Regulation or by the Contract Documents and be executed bv such sureties as are named in the current list of "Com. p~nies Holding Certificates of AuthoritY as Acceptable Sure- ties Ion Federal Bonds and as Acceptable Reinsuring Com- panies" as published in Circular 570 (amended) by [he Audit Staff Bureau of Accounts. U.S. Treasury Depanment. All Bonlds signed by an agent must be accompanied by a certilied copy of the authority to act. I 5.2. If [he surely on any Bond furnished by CONTR.K, TOR is declared a bankrupt or becomes insolvent or its right to do business is terminateu in any Slate where any pnn of I . 11 5.8. All the policies of insurance lor the ceniticates or other evidence th~reot) 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 thirty days' prior written notice has been given to CONTRACTOR by certitied mail and will contain . waiver provisions in accordance with paragraph 5.11.2. 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the interests of CONTRACTOR. Subcontractors or others in the Work to the extent of any deductible amounts that are provided in the Supplementary Conditions. The risk of loss within the deductible amount. will be borne by CONTRACTOR. Sub. contractor or others suffering any such loss and ifany of them wishes property insurance coverage within the limits of such amounts. each may purchase and maintain it at the purchas- er's own expense. 5.10. If CONTRACTOR requests in writing that other special insurance be included in the property insurance pol. icy. OWNER shall. if possible. include such insurance. and the cost thereof 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- ~EER. ENGINEER's consultants and all other parties named as insureds in such policies for losses and damages so caused. As required by paragraph 6.11. each subcon- tract between CONTRACTOR and a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of OWNER. CONTRACTOR. ENGINEER. ENGI- NEER 's consultants and all other parties named as insureds. None of the. above waivers shall extend to the rights that any of the insured parties may have to the proceeds of insurance held by OWNER as trustee or otherwise pay' 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:111 orthe parties insured nnd provide primary coverage for all losses and damages caused by the perils covered therc:by. Accordingly. all such policies shall con- tain provisiuns to the d"fect that in the event of paymc:nt of any loss 0r damage the insurer will have no rights Llf rc:co\'ay a!;ainst any of the panies named ns insureds llr additional insureds. and if the insurers require separate waiver forms 10 be signed by ENGINEER or ENGI- ~ EER'scllnsultanl t)W~ER will obtain the same. nnLi if such waiver fonns are required of any Subcontractor, CONTRACTOR will obtain the same. Receipt and Application of ProceedJ: 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 mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received. and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached the damaged Work shall be repaired or replaced. the moneys so received applied on account thereof and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. 5.13. OWNER as trustee shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after' the occurrence of loss to OWNER'.s exercise of this power. If such ~bjection 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. fonnance of such duties. . Acceptance of Insurance: 5.14. lfOWNER has any objection to the coverage afforded by or other provisions of the insurance reqcired to be pur. chased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the basis of its not complying with the Contract Documents. OWNER shall notify CON, TRACTOR in writing thereof within ten days of the date of delivery of such ceniticates to OWNER in accordance with paragraph :'.7. If CONTRACTOR has any objection to the coverage afforded by or other provisions of the policies 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 thereof within ten days of the date of delivery of such certificates to CON~ TRACTOR in accordance with paragraph 2,7. OWN ER and CONTRACTOR shall each provide to the other such addi- tional informiltiori in respect of insurance provided by each as the other may reasonably request, Failure by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of such insur- ance purchased by the other as complying with the Contract Documents. Partial L'lili:/ztion-Properry Insurance: 5.15. If OWNER nnds it necessary to occupy or use a ponion or portions of the Work prior to Substantinl Cumple- tion of all the Work. such use or occupancy may be accom- plished in accordanc.: wilh paragraph 14.10: provided lhatno 13 royallY. All variations of the proposed substilute rrom thaI 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 re'sult directly or indirectly from acceptance of such substitute. including com of redesign and c1aim'S of other contractors affected by the resulting change. all of which shall be considered by ENGINEER in evaluating the'proposed .~ubstitute. ENGINEER may require CONTRACTOR to furnish at CONTRACTOR's expense additional data about the proposed substitute. . 6.7.1. If a specific mellns. method. technique. sequence or procedure of construction is indicated in or required by the Contract Documents, CONTRACTOR may r'umish or utilize a substitute mellns. 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 co that indicated or required by ~he Contract Documents. The procedure for review by ENGINEER will be similar to that provided in paragraph 6.7.1 as applied by ENGINEER and as may be supplemented in the Gen. eral Requirements. 6.7.3. ENGINEER will 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 ENGINE ER' 5 consultants in evaluating substitutions, proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or, not ENGIN EER accepts a proposed substitute. CON. TRACTOR shall reimburse OWNER for the charges or ENGINEER and ENGINEER's consultants for evaluat' ing each proposed substitute. Conctfl/ing Subcontractors. Suppliers and Othtrs: 6.8~ I. CONTRACTOR shall not employ an~' Subcon- tractor. Supplier or other person or organization I including those acceptable tll OWNER and ENGINEER as indi, cated in paragraph 6.8.2). whether initially or as u substi, tute. against whom OWNER or ENGINEER may ha\'~ reasonable objection. CONTRACTOR shall nOI be required to ~mploy any Subcontractor. Supplier or other person l'r organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable objectk1n. 6.8.2. If the Supplementary Conditions rc::quire th~ identity of certain Subcontractors. Suppliers or l.llher ~r' sons or organizations I including those who ar~ 10 furnish the principal items or' materinls and cquipmentllll be sub. mitted to OWN ER in ad vance of the specified dale prior to lhe Effective Datt: of the Agreement for nccc:rtancc:: l-" OWNER and ENGINEER and if CONTRACTOR has submitted a list thereof in accordance with the Supple, mentary Conditions. OWNER's or ENGIN EER' s accept' ance (either in writing or by. failing to make written objec. tion thereto by the date indicated for accep~ance or objec, tion in the bidding documents or the Contract Documents) of any such S'ubcontractor. Supplier or other person or orga.nization so identified may be revoked on the basis of reasonable objection after due investigation. in which case CONTRACTOR shall submit an acceptable substitute. the Contract Price will be increl15ed 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 right of OWNER or ENGI- NEER to reject defeclil'e Work. 6.9. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcon- tractors. Suppliers and other persons and organizations per- forming or furnishing' any of the Work under a direct or indirect contract with CONTRACTOR 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 o'rganization. nor shall it create any obligation on the pan 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 control CON- TRACTOR in dividing the Work a.mong Subcontractors or Suppliers or delineating the Work (0 be performed by any speCific trade. 6.11. All Work pert'ormed for CONTRACTOR by a Sub, cl,)ntractor will be pursuant to an appropriate agreement' between CONTRACTOR and the Subcontractor which spe- cifically binds the Subcontractor to [he 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 each Subcontractor a 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. Paltnt Fus and Royalties: 6.11. CONTRACTOR shall pay all license fees and roy- alties and assume all COSlS incident 10 the use in the peri'or, mance of Ihe Work or the incorporalion in the Work llf any invention. design. process. producl or uevice which is the \ubjecl of ratent rights llr copyrights held hy llt hc::rs, If ~1 panicular invention. design. process. product or device is specified in lhe Contract DocumenlS for use in the pertor~ mance ofrh~ Work and ifrll the acw.1i knowledge of OWNER 15 pletion of the Work. these record documents. samples and Shop Drawings will be delivered to ENGINEER for OWNER. Safety and Protection: 6.10. CONTRACTOR shall be responsible for initiating. maintaining and supervising all safety precautions and pro- grams in connection wjth the Work. CONTRACTOR shall take all oecessary precautions for the safety of. and shall provide the necessary protection to prevent damage. injury or loss to: 6.20. I. all employees on the Work and other persons and organizations who may be affected thereby: 6.20.2. all the Work and materials and equipment to be incol1'orated therein. whether in storage on or off the site: and 6.20.3. o'ther 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 ror 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- erty, All damage. injury or loss to any property referred to in paragraph 6.::0.:: or 6.20.3 caused. directly or indirectly. in whole or in pan. by CONTRACTOR. any Subcontractor. Supplier or any other person or organization directly or indi- rectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable. shall be remedied by CONTRACTOR lexceptdamage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWN ER or ENGINEER or anyone employ.ed by either of them or anyone for whose acts either of them may b~ liable, and not attributable, din:..:tly or indi- rectly. in whole or in part. to the fault or negligence of CO:-l- TRACTOR!. CONTRACTOR's duties and responsibilities for the safety :lnd protection of the Work shall cuntinue until such time as all the Work is completed and ENGI:-JEER has issued a notice to OWNER and CONTRACTOR in accord- anc~ wi th paragraph 14.13 that [he Work is acceptabl~ (ex~ept as otherwise expressly provided in connection with Substan- tial (umpletionJ. 6.21. CONTRACTOR shall Jesignate a respllOsible rep- res.:n(:lIj\'~ :11 I h.: ,jle whos.: Jutl' ,hall be lhe rrc:\'entiL1n <11' acciJenls. This persun shall be CONTRACTOR' s superin- tendent unless otherwise designated in writin~ by (0;-';- TR.-\CTOR 10 OWNER. Emergtrlcus: 6.22. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto. CONTRACTOR. without special instruction or authorization from ENGINEER or OWNER. is obligated to 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 varialions from the Contract Documents have been caused thereby. IfENGI- NEER determines that a change in the Contract Documents is required because of the action taken 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: 6.13. After checking and verifying all field measurements and after complying with applicable procedures specified in the General Requirements. CONTRACTOR shall submit [0 ENGINEER for review and approval in accordance 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 (unless otherwise specified in the General Requireme.nts, of all Shop Drawings. which will bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's responsi- bilities under the Contract Documents with respect to the review of the submission. All submissions will oe identified as ENGINEER may require. The data shown on the Shop Drawing's will be complete with respect 10 quantities. dimen- sions. specified performance and design criteria. materials and similar data to enable ENGINEER to review theinfor, mation as required. 6.24. CONTRACTOR shall also submit to ENGINEER for review and approval with such promptness as to cause no delay in Work. all 'Samples required by the Contract Doc- uments. All samples will have been checked. by and accom- panied by a specific written indication that 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 10 material. S4pplier. pertinent data such as catalog numbers and the use for which intended. 6.25.1. Before submission of each Shop Drawing or sample CONTRACTOR shall have 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 stlmple with other Shop Drawings and sample~ and with the requirements of the Work and the Contract Documents. 6.25.::. .-\[ the time llf each submission. CONTRAC- TOR shall eive E~GIN EER spel:iric written notice or each varialion that the Shop Drawings or ~amples mar have from the requiremenls LIt' the CLlntract Ducuments. and. in addition. shall cause :l sDecific notation 10 he made on 17 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 to 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 f~r proper execution or results upon the work of anv 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- apparent defects and deficiencies in the other work. Coordination: 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 ENGINEER shaH have anv 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.~. In case of termination of the employment of ENG I- NEER. OWNER'shall appoint an engineer against whom CONTRACTOR makes no reasonable objection. whose sta. tus under the Contract Documents shall be that of the fonner ENGINEER. Any dispute in connection with such appoint- ment 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 14.4 and 14.13. . 8...l. OWN ER's duties in respect of providing lands and easements and providing engineering surveys [0 ~stablish reference points are s~t forth in paragraphs 4.1 and 4.4. Para- graph 4.~ refers to OWN ER's identifying and making avail- able to CONTRACTO R copies of reports of explorations and tests of '\Uh~lIl1':lc~ conditions :lIthe site and in ~;'(isting struc, lures which have been utilized by ENGINEER in prepanng 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 Own,r's Representative: 9.1. ENGINEER will be OWNER's representative dur, ing the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's representative during construction are set forth:in the Con- tract Documents and shall not be extended without written consent of OWNER and ENGINEER. Visits to Sill:. 9.2. ENGINEER will make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executcd Work and to deter" mine. in general. if the Work is proceeding in accord:mce with the Contract Documents. E~GINEER wiJl not be required to make exhaustive or continuous on-site inspcctions to check thc quality or quantity of the Work. ENGINEER's efforts will be directed toward providing for OWNER a greater dcgrec of confidence that thc completed Work will confonn to the Contract Documents, On thc basis of such visits and on,site observatil1ns as an experienccd and qualified design, profes- sional. ENGINEER will keep OWN ER informed of the prog' ress of the Work and will endeavorto guard OWNER against defects and deficiencies in the Work. Proj,ct Representation: 9.3. If OWNER and ENGINEER agree, ENGINEER will furnish a Resident Project Representative to assist ENGINEER in observing the perfonnance 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 [0 represent OWNER at the site who is not ENGINEER's agem or employee. the duties. responsibilities and limitations of authority of such other person will be as provided in the Supplemcmarv Conditions. 19 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 to the provisions of paragraph 9.15 or 9.16. 9.15. ENGINEER will not be responsible for CON- TRACTOR' 5 means. methodJ. techniques. sequencl:s 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 perfonn 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 notice to any surety. 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 of any such document. CONTRACTORshall promptly proceed with the Work involved which will be perfonned under the applicable conditions of the Contract Documents (except as otherwise specifically provided). 10.2. If OWNER and CONTRACTOR are unable to agree as to the extent. if any.. of an increase or decrease in the Contract Price or an extension or shortening of [he Contract Time that should be allowed as a result of a Work Directive Change. a claim may be made therefor as provided in Article II 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 provided in paragraph 6.22 ami except in the case of uncovering Work as provided in pam- graph 1J.9. 10.-1. OWN ER and CO NTRACTOR shall execute appro- priate Change Orders (or Written Amendments) co\'ering: 10.-1.1. changes in the Work which are ordered by OWN ER pursuant to paragraph 10.1. are required because of acceptance of JefeC'til'f Work under paragrapn 13.1 ~ llr com:cting d,)i.>cril'e Work under paragraph IJ .I.L or are :.igreed to bl' the parties: 1004.2. changes in the Contract Price orContract Time which are ugreetlto by the panies: anti 10.4.3. changes in the Contract Price or Contract Time which embody the substance of any written decision ren- dered by ENGINEER pursuant 10 paragraph 9.11: 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 carry on the Work and adhere to the pros' ress schedule as provided in paragraph 6.29. 10,5. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including. but not limited to. Contract Price or Contract Time) is required by the provisions of any Bond to be given to a surety. the giving of any such notice will be CONTRAC, TOR's responsibility. and the amount of each applicable Bond will be adjusted accordingly, ARTICLE ll-CHANGE OF CONTRACT PRICE 11. I. The Contract Price constitutes the total compen- sation (subject to authorized adjustments) payable to CON- TRACTOR for performing the Work. All duties. responsibil- ities and obligations assigned to or undertaken b.y CON- TRACTOR shall be at his expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to ENG INEER promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after such occurrence (unless ENGINEER allows an additional period of time to ascemin 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- sequentiaJ) 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 detennined by ENGINEER in accor- dance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise al!ree on the amount involved. No c.:Iaim for an adjustment i~ the Contract Price will be valid if not submitted in accordance with this paragraph 11.2. 11.3. The value of anv Work covered by a Change Order or of any claim for an in~rease or decrease in the Contract Price shall be determined in one of the following ways: 11.3.1. Where the Work involved is covered by unit prices contained in the Contract Documents. by applica- tion of unit price~ to [he quantities of the items involved (subject [0 the provisions of paragraphs II. 9.l.lhrough 11.9.3. inclusive!. 21 requires reconstruction and CONTRACTOR is placed in charge thereof. CONTRACTOR shall be paid for services a fee proportionate to that sta[ed in paragraph 11.6.2. 11.4.5.7. The cost of utilities. fuel and sanitary facilities at the site. 1104.5.8. Minor expenses such as telegrams. long distance telephone calls. telephone service at the site. expressage and similar petty cash items in connection with the Work. 11.4.5.9. Cost of premiums for adJitional Bonds and insurance required because of changes in the Work and premiums for property insurance coverage within [he 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. e.'(ecutives. principals 101' partner- ship and sole proprietorships). general managers. engi- neers. architects. est-imators. attorneys. auditors. accoun' lants. purchasing and contracting agents. e.'(peditors. timekeepers. clerks and other personnel employed b~' CONTRACTOR whether at the site or in CONTRAC- TOR's pnncipal 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 11.4.1 or specifically covered by paragraph 11.4.4- all of which are to be considered administrative CoSlS covered by the CONTRACTOR's Fee. 11.5.2. Expenses (1f CONTRACTOR's principal and branch offices other than CONTRACTOR's office at [he ~ite. 11.5.3, Any part ofCONTRACTOR'scapital expenses. including interest on CONTRACTOR'S capital employed for the Work and charges against CONTRACTOR for delinquent payments. 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contrnet Documents to purchase and maintuin the same (except for the cost of premiums covered by sub- paragraph 11.-4.5.9 abovel. 11.5.5 . Costs due to the negligence of CONTRAC, TOR. any Subcontra~toL or anyone l.lirectly or indirectly employed by any of I;,.:m or for who~e acts any of them may bl! liahl~ in.:I'.Iuing but not limileu 10. the correction of tlt'/l'( :;. '.' -url-.:. Jisposal l,f m<l[.:rial~ or equipment wrongly \u_ -", ;,_ .: ""aking goou any damage to prop' eny. 11.5.6. Other overhead or general expense costs or" any kinu <lnu the Cl.lsts of any item not specitically anJ noressly in~ludeu in pUnlgraph IIA. CONTRACTOR's Fee: 11.6. The CONTRACTOR's Fee allowed to CONTRAC, TOR for overhead and profit shall be determined as follows: 11.6. L a mutually acceptable tixed fee: or if none can be agreed upon. 11.6.2. a fee based on the following percentages oflhe various ponions of the Cost of the Work: 11.6.2~ I. for COsls incun-ed under paragraphs II.U and 11.4.2, the CONTRACTOR's Fee shall be fifteen percent : 11.6.1.1. 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: 11.6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4. (I..U 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 to 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 11.6.2A. inclusive. 11. i. Whenever the cost of any Work is to be determined pursuant to paragraph 11.4 or 11.5. CONTRACTOR will submit in form acceptable to ENGINEER an itemized cost breakdown together with supponing data. Cash Allowances: 11.8. Iris understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall Clluse the Work so covered [0 be done by such SubcontraclOrs or SuppliersnnLl for such sums within the limit of the allowances as may be acceptable to ENGI- NEER. CONTRACTOR agrees that: 11.8.1. The allowances include the cost to CON- TRACTOR rless any applicable Irade discounts) of mate- rials and equipment required by the allowances to be deliv- ered at the Silt:. and all applicnble taxes: and 11.8.2. CONTRACTOR's costs for unloading :lnd handling on the site. lahor. installation costs. overhead. profit and other expenses contemplated for the allo.....ances have heen incluueJ in (he Contract Price and not in the 23 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 submitied for approval prior to CON- TRACTO R' s purchase thereof for incorporation inthe Work. The C05t 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 specifiedl. 13.5. All inspections. tests or approvals other than those required by Laws or Regulations of any public bodv havinlz jurisdiction shall be performed by organizations ac~eptabl~ to OWNER and CONTRACTOR (or by ENGINEER 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 CONTR.J."CTOR has given ENGINEER timely notice ofCONTRACTOR's inten- tion to Cover the same and ENGINEER has not acted with reasonable promptness in respons~ to such nocice. ,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. If any Work is covered contrary to the written request of E~GINEER. it must. if requested by ENGI:--;EER. be unco\'ered for ENGI0IEER's observation and reolaced nt CONTRACTOR's expense. . 13.9. If ENGINEER considers it necessarv or advisable that covered Work be observed by ENGINEER or inspected or rested by others. CONTRACTOR. at ENGINEER's request. shall uncover. expose or otherwise make available for observation. inspection ~r testing as ENGI:-:EER ma\' require. that portion of the Work in question. furnishing nil necessary labor. mnterial and equipment. If it is found that such Work is d~/I!cril'('. CONTRACTOR shall be:lr nil direct. indirect :lnu consequential costs of such 'uncovenng. expo, sure. observmion. inspection and testi",! and of sl\tisfactor\' reconstruction. lincluuinlZ but not limited to fees and charlZe's of engineer~. :lrchitects. ;ttorneys and other professionaisl. anu OWN ER shall be: t:ntitled to an approprialeJecrease in the: Contract Price. aml. if the parties are: unable tll agree as to the nmuunt thereof. may make n claim therefor a~ provided in Arliclc: II. I r. hll\\ t:\ t:r. ~lIch Wurh: is not t'llunu to re: d~/('('ril'('. CU:\TR.:\CTOR ,hall be: alluweu an Increase in the Cllntract PI':,', .:' ,.oi c\;~n~illn of the COMra,;[ Time:. l'r bOlh. Jir~ctl~ ,\t[l'Il1ulabk ILl such uncove:ring. ~xposure. obsernllion. in~pcclion. testinl! and reconslructilln: anu. if tht' parrie:s are: unable lu agft:~ as ,to lhe: amount llf eXlent thereof. CONTRACTOR may make a claim thereior as pro- vided in Articles 11 and 12. Owner May Stop the Work: 13.10. If the Work is defecril'e. or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment. or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents. OWNER may order CONTRACTOR 10 s~op the . Work. or any portion thereof. until the cause for such order , has been eliminated: however.. rhis right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party. ComctitJn or Remoyal of Defective Work: 13.11. Ifrequired by ENGINEER, CONTRACTOR shall promptly. as directed. 'either correct all d~fecri\'t Work, whether or not fabricated. installed or completed. or. if the Work has been rejected by ENGINEER. remove it from the site ahd replace it with nondefectil'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 engineers. architects. attorneys and other profes- sionals) made necessary thereby. One' Year 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 [enns 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 defeerh'e. CONTRAcrOR shall promptly. without cost to OWNER and in accordance with OWNER's written instructions. either correct such defecrh'e Work. or. if it has been rejected by OWNER, remove it from the site arid replace it with nondefectil't Work. If CONTRACTOR does not promptly comply with the terms of such instructions. or in an emergency where delay would cause serious risk of loss or damage. OWNER may have the dt/tail" Work cor- rected 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 professional5) will be paiu by CONTRACTOR. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work. the correction period for that item may starr to run from an earlier dat~ if so provided in the Spe:cirications or by Written Amenument. Aaepranee of Defeeril'e Work: 13; 13, If. in5te:au or requiring correction or removal and replacement or ddi'cril'(' Work. OWNER land. prior to ENGIN EER's recommenuation of final payment. also ENGINEERi prefers 10 accept it. OWNER may do so. CON- TRACTOR ,hall he:ar all dir~ct. intJirecI anu consequenlial ~5 represen[Otion by ENGIN EER to OWNER, based on ENGI- NEER's on-site observations of the Work in progress as an experienced and qualified design professional and on ENGI, NEER's review of the Application for Payment and the accompanying data and schedules that the Work has pro, gressed to the point indicated: that. to the best of ENGI. N EER's knowledge. infonnation and belief. the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as afunctioning whole prior to or upon Substantial Completion. to the results of any subsequent tests called for in the Contract Documents. to a final determination of quantities and classifications for Unit Price Work under paragraph 9.10. and to any other qualifi. cations stated in the recommendationJ: and that CONTRAC, TOR is entitled to payment of the amount recommended. However. by recommending any such payment ENGINEER will not thereby be deemed to have represented that exhaus, tive or continuous on-site inspe9tions have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or that there mav not be other matters or issues between the panies that might entitle CONTRAC, TOR to be paid additionallv bv OWNER or OWNER to withhold payment to CONTRACTOR. 14.6. ENGINEFR's recommendation of final payment will constitute an additional representation by ENGINEER to OWNER that the conditions precedent to CONTRAC, TOR's being entitled to final payment as set forth in paragraph 14.13 have been fulfilled. 14.7. ENGINEER may refuse to recommend the whole or any part of any payment if. in ENGINEER's opinion. it would be incorrect to make such representations to OWNER. ENGINEER may also refuse to recommend any such pay- ment. or. becnuse of subsequently discovered evidence or the results of subsequent inspections or tests. nullify any such payment previously recommended. to such extent as mny be necessary in ENGlNEER's opinion to protect OWNER from loss because: . 14.7.1. the Work is defecri\'e. or completed Work has been damage? requiring correction or replacement. 14.7.Z. the Contract Price has been reduced by Writ- ten Amendment or Change Order. 14.7.3. OWN ER has been required to correct tlll/i'", rh'e Work or complete Work in accordnnce with paragrnph 13.14. or I.L7A. or' ENGINEER's actunl knowlc:dge of the occurrence of an y of the events enumerated in paragraphs 15.2.1 through 15.2.9 inclusive. OWNER muy refuse to make payment of the full amount recommended by ENGINEER because claims hnvc: bec:n made: against O\I/NER on accOlIntllr'CONTRACTOR"s pa' formnnce or furnishing of the Work or Liens havc: been filed in connection with the Work or there are other items enlillin!,! OWNER to a set-off against the amount recommended. but OWNER must give CONTRACTOR immediate written nOlice (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 CONTRACTOR shall notify OWNER and ENGINEER in writing thnt the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that ENGI- NEER issue a certificate of Substantial Completion. Within a reasonable time thereafter. OWNER. CONTRACTOR and ENGINEER shall.make an inspection of the Work to deter- mine the status of completion, If ENGINEER docs not con, sider 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 to OWNER a tentatjve certificate of Substantial Completion which shall fix the date . of Substantial Completion, There shall be attached to the certificate a tentative list of items to be completed or cor, rected before final payment, OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to ENGINEER as to any provisions of the certificate or attached list. If. after considering such objec, tions. ENGINEER conCludes that the Work is not subSlan- tially complete. ENGINEER will within founeen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing. stating the reasons therefor. If. after consideration of OWNER's objections. ENGINEER considers the Work substantially complete. ENGINEER will within said founeen days execute and deliver to OWNER and CONTRACTOR a definitive certJficate of Substantial Completion (with a revised tentative list of items to be com- pleted or corrected) reflecting such changes [rom the tentative certificate as ENGI)'JEER believes justified after consider. ation of any objections from OWNER. Atlhe time of delivery of the tenlative certificate of Substantial Completion ENGI. NEER will deliver to OWNER and CONTRACTOR a written recommendation as [0 division of responsibilities pending final payment between OWNER and CONTRACTOR \\'ith. respect to security. operation. safety. maintenance. heal. utilities. insurance and warranties. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform ENGINEER prior !O ENGINEER's issuing the definitive certificate of Substantial Completion, ENGINEER's alore' said recommendation will be binding on OWNER and CON- TRACTOR until finnf payment. I,Ul. OWNER shall have the right to exclude CON, TRACTOR from the Work nfter the date of Substantial Com, pletion. but OWN ER shall allow CONTRACTOR reasonable access 10 complete: or correct items on the tentative list. Partial L'rili:l1lion: 14.10. Use by OWNER of any finished pan of the Work. . which has specifically been 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 used by OWNER without sig- nincant interference with CONTRACTOR's perionnance of the remainder of the WoO:. 'may be accomplished prior to Substantial Completion of aU the Work subject to the follow- ing: 14.10.1. 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 ~ees. CONTRACTORwill certifvtoOWNER and ENGINEER that said pan of the Work is ~ubstantiallY complete and request ENGINEER to issue a certificate of Substantial Completion for that pan 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 intended use and substan- tially complete and request ENGINEER to issue a certif. icate of Substantial Completion for that part of the Work. Within a reasonable time after either such request. OWNER. CONTRA.CTOR and ENGINEER shall make an inspec- tion of that part of the Work to determine Its s,ams of completion. If ENGINEER docs not consider that part of the Work to be substantially complete. ENGlliEER 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 certification 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 pare of the Work to detennine its status of completion and will prepare a list of the items remaining to be completed or corrected thereon before final payment. If CONTRACTOR docs not object in writ- ing to OWNER and ENGINEER that such part of the Work is nor ready for separate operarion by OWNER. ENGINEER will finalize the list of items to be completed or corrected and will deliver such list to OWNER and CONTRA.CTOR together with a written recommendation as to the division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security. operation. safety. maintenance. utilities. insur- ance. warranties and guarantees for that 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 re:lsonable access to complete or correct items on said list and to complete other related Work. "" 14.10.3. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. Fin4llnsptction: 14.11. Upon written notice from CONTRA.CTOR that the entire Work or an agreed portion thereolis cample'te. 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 Worlds incomplete or defective. CONTRACTOR shall immediately take such measures as arc oecessary to remedy such defi. ciencies, Final Appli.cation for Payme1ll: 14.12. After CONTRACTOR has comple:ed all such cor. rections to the satisfaction of ENGINEER and delivered all maintenance and operating instrUctions. schedules. guaran. tees. Bonds. certificates of inspection. marked-up recor:J documents (as provided in p;lI4graph 6.191 and other docu. ments-all as required by the Contract Documents. and after ENGINEER has indicated that the Work is acceptable (sub. ject to the provisions of paragraph 14.16). CONTRACTOR may make application for final payment following tne pro- cedure for progress payments. The final Application for Pay- menuhall be accompanied by a.l1 documentation called for in the Contract Documents. together with co mplete and leplly effective releases or waivers (satisfactory to OWNER) of all Liens arising OUt of or tiled in connection with the Work. In lieu thereof and as approved by OWNER. CONTRACTOR ,may furnish receipts or releases in full: an affida Vil of CON- TRACTOR that the releases and receipts include aJllabor. services. material and equipment for which a Lien could be ,filed. and that all payrolls, material and equipment bills. and other indebtedness connected with the Work for which OWNER orOWNER's property might in any way be respon- sible. have been paid or otherwise satisfied: and consent of the surety. if any. to final payment. If any Subcontractor or Supplier fails lO furnish a release or receipt in full. CON. TRACTOR may furnish a Bond or other collateral satisfac- tory to OWNER to indemnify OWNER against any Lien, Final Payment and Acceptance: 14.13. If. on the basis of ENGINEER's observation of the Work during construction and linal inspection. and ENGINEER's review of the final 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 Applj. c:ltion for Pa.yment. indicate in writing ENGINEER's rec, ommendation of payment and present the Application to OWNER for payment. Thereupon ENGINEER will give written notice to OWNER and CONTRACTOR lhat the Work is acceptable subject to the provisions of paragraph 14.16. ,28 Otherwise. ENGINEER will return [he Application co CON. TRACTOR. indicating in writing the reasons for reiusing to recommend tinal payment. in which case CONTRACTOR shall make the necessary corrections and resubmit the Appli. cation. Thii1y days after presentation 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 ENGIN EER will become due and will be paid by OWNER to CONTRACTOR. /4.14. If. through no fault ofCONTRACTOR.tinal com. pletion of the Work is signiticantly delayed and if ENGI- NEER so continns. OWNER shall. upon receipt of CON- TRACTOR's tinal Application for Payment and recommen- dation of ENGINEER, and without tenninating 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 ponion 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 tinal payment. except that it shall not constitut~ a waiver of claims. . Contractors Continuing Obligation: 14.15. CONTRACTOR's obligation to perfonn and com. plete the Work in accordance with the Contract Documents shall 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 underthe Contract Documents. nor any use or occupancy of the Work or any pan 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 ot' a notice of acceptability by ENGINEER pursuant to paragrnph 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 pert'orm the Work in accordance with the Contract Documents (except as provided in paragraph 14. J 61. Wai~'er of Claims: 1.J.16, The making and acceptance or" nnal pa~'menc will conswute:: 1.J.16.1. a waiver of all claims br OWNER against CO~TRACTOR. e.~cept claims arising from unseukd Liens. frum dr:,1i'("/il'(' Wurk appeanng after nnal inspec- tilln pur~uant to para~raph I~.II or from failure: III ..:ompl~ II irh the (ontracl Documents or the terms of al1~' special guarantees spccitie:u therein: however. it will nlll consli, (ure a waiver h~' OWNER uf an~' righ{~ in r~sp..:ct lIt" 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 TERMINA TION Own" May Susp,nd Work: 15,1. OWNER may. at any time and without cause. sus- pend the Work or any portion .thereof for 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 Coritract Time. or both. directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. Own" May r,rmiruu,: 15.2. Upon the occurrence of anyone, or more of the following events: 15.2.1. if CONTRACTOR commences a voluncarycas,e under any chapter of the Bankruptcy Code (Title II. United States Code), as now or hereafter in effect. or if CON- TRACTOR takes any equivalent or similar aClion by filing a petition or otherwise under any other federal or state . law in effect at such time relating to the bankruptcy or insolvency: 15.2.2. if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now or hereafter in effect at the time of filing. or if a petition is tiled seeking any such equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or insolvency.: 15.2.3. if CONTRACTOR makes a general assignment for the bene tit of creditors: 15.2A. if a trustee. receiver. cuslOdian or agent of CONTRACTOR is appointed under applicable law or under contract. whose appointment or authority to take charge of property of CONTRACTOR is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit ofCONTRACTOR's creditors: 15.2.5. if CONTRACTOR admits in writing an inabil, ity to puy ics debrs gener:lll~' as the~' become uue: 15.2.6. if CONTRACTOR persistenlly fails 10 perform the Work in accordanc~ with rhe Cllntract Documents 29 ARTICLE 16--ARBITRATION 16.1 All claims, disputes and other matters in question betveen OWNER and CONTRACTOR ari~ing 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.) 31 ARTICLE 17-MISCELLANEOUS Giving Notiu: 17.1. Whenever any provIsion of the ContraCt Docu. ments requires the giving 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 .lirm or to an officer of the corporation for whom it:is intended. or if delivered at or sent by registered or cei'tilied mail. postage prepaid, to the last business ad.dress known to the giver of the notice. . Campiuation a/Time: 17.2.1. When any period of time is referred to in the Contract Documents by days. it will be computed to exclude the first and include the last day of such period. If the la5t 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. 17.2.2, A ~alendar day of twenty-four hours mea5ured from midnight to the next midnight shall constitute a day. General: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error. omis- sion or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable. claim 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 .nolbe constrUed. as a substitute for or a waiver of tkpro- visions of any applicable statute of limitations or repose. 17.4. . The duties and obligations imposed by these Gen- eralConditions and the rights and remedies available here- under to the parties hereto. and. in particular but without limitation. the warranties. guarantees and obligations imposed upon CONTRACTo.R 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 thereunder. are in iddition to. and arc not to be construed in any way as a Jimitation of..any rights and remedies available to any or all of them which are otherwis.e 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 a5 effective a5 If repeated specifically in the Contract Documents in connection. with each partiCular duty. obliga- tion., right and remedy to which they apply. All representa- tions. warranties and gulirantces made. in the Contract Doc, uments will survive final payment and termination or com,. pletion of the Agreement. 33 SUPPLEMENTARY CONDITIONS 1.1 OWNER'S LIABILITY & PROPERTY INSURANCE: Section 5.5, 5.6, 5,7, 5.8, 5.9, 5.10 of the General Conditions shall be amended as follows: No additional liability or property insurance will be purchased by Augusta- Richmond Country for this proj ect. Current insurance coverage will remain in effect for the life of this Contract. 1.2 CONTRACTOR'S LIABILITY: As indicated under Section 5.3 of the General Conditions, the Contractor's Liability Insurance shall be in an amount not less than $200,000 for injuries, including accidental death, to anyone person, and subject to the same limit for each person, in an amount not less than $500,000 on account of one accident, and Contractor's Property Damage Insurance in an amount not less than $100,000 for all property damage sustained by anyone person in any one accident; and a limit of liability of not less than $200,000 for any such damage sustained by two or more persons in anyone accident. The contractor shall either (1) require each of his subcontractors to procure and to maintain during the life of his subcontract, Subcontractor's Liability and Property Damage Insurance of the type and in the same amounts as specified in the preceding paragraph, or (2) insure the activities of his subcontractors in his own policy. 1.3 SPECIAL HAZARDS: The contractor's and his Subcontractor's Liability and Property Damage Insurance shall provide adequate protection against the following special hazards: (a) Work within the right-of-ways of the Augusta-Richmond County Road. System. (b) Work within easements granted by property Owners in connection with the construction of the project. ( c) Work in close proximity to existing water lines, telephone lines, gas lines, other utilities and private structures contiguous to the job site. 1.4 TESTING LABORATORY: All testing and laboratory work in connection therewith shall be performed by an independent firm and paid for by the contractor. Copies of all test reports shall be forwarded to Augusta Engineering Department. There will be no separate payment for this work. SC - 1 1.5 SURVEYS: The Contractor will provide surveying for construction staking, horizontal control, and vertical control as necessary, utility staking, and as built. 1.6 PROGRESS PAYMENT: Section 14,2 of the General Conditions shall be amended as follows: The Contractor may submit monthly estimate for work completed and materials properly stored as approved by the Engineer. When an estimate includes materials stored, a bill of sale, invoice or other documentation warranting that the Owner is receiving the material free and clear of all liens, charges, security interest and of all liens, charges, security interest and other encumbrances shall be attached to the payment request. 1.7 ENGINEER: All references to "Engineer" shall be interpreted to mean the.Director of Engineering, or their official designee. 1.8 UNDERGROUND UTILITIES: (References 4.3, 1.4, 3.2) The Contractor shall coordinate with all utility companies through the "One Call" method or other appropriate steps to locate and avoid damage to all utilities that may affect or be affected by the Contractor's work. 1.9 SAFETY: (Reference 6.20) The Contractor shall use certified flagmen, barricades and signs as necessary to notify the public, in particular, those persons driving in the vicinity of the project, of the construction and its affect on traffic. SC - 2 SEP-26-2006 14:13 RRC PURCHRSING P.03/08 SEGTI0N P PROPOSAL \ Date: 'f' ;;;t'f' 06 Gentlemen: In compliance with your invitation for bids dated 9 ' ~ 9 , 200~, 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: EAST BOUNDARY STREET & DRAINAGE IMPROvEMENTS PROJECT NUMBER: 324-04-201824117 In strict accordance with the Contract Documents and in consideration of the amounts shown on the Bid Schedule attached hereto and totaling: \krl.l... M>\\:......:T'I./Q \.\l...~rL~ V\.;.S DOLLARS ($. ~.2q8. 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: "* 1. - 9' r3>'06 ~ d... - <1- \q . Ob 1:1 ~ - q - ~\ . Ob ~ "-\. ,\.2b.Ob ;4 5, q. "2B. Ob P - I SEP-26-2006 14:13 ARC PURCHASING P.04/08 EAST BOUNDARY STREET & DRAINAGE IMPROVEMENTS PROJECT NUMBER: 324w04-201824117 L::iili;L:;~ifE:'~:.':j;~~.Eji~:~~i;:':!~~~:f~~l;.~tf~t,~tfL::2~~~~ '.':~. ,:.i::! ~ ROADWAY ITEMS 001.1000 FORCE ACCOUNT LS 1 $180,000:- $180,000.410 00 \ S::l. 00:::>. It> 150.1000 TRAFFIC CONTROL LS 1 ,&>.CCO. 201.1500 CLEARING & GRUBBING LS 1 qo,e\'~:o qo th3.o0 207-0203 FOUND BKFILL MATL, TP II CY 9.448 \7.25 \ b:l. 978.(0 207-2003 IMPERFECT TRENCH BACKFILL MATL, TP III CY 12,135 \5, ex> \EQ ,005.0 tI 208-0100 IN PlJ\CE EMBANKMENT CY 200 \5,00 '3,a:Q D( 310-5120 GRAGGR BASE.CRS, 12 INCH, INCL MATL SY 8,913 \0. \5 qO l.\6b, q RECYCLED ASPH CONC LEVELING, INCL 71.\ . 5S Ilt 402-1811 BlTUM MATl TN 4,436 ~?D,'i03. RECYCLED ASPH CONC 9.5 mm SUPERPAVE, 71\.55 19'7. 557, ~ 402-3110 GP 1 OR 2, INCL BITUM TN 2.650 RECYCLED ASPH CONC 19 mm SUPERPAVE, '71\ SS ~l\, \4s,t 402-3112 GP 1 OR 2. INCL BITUM TN 458 . RECYCLED ASPH CONC 25 mm SUPERPAVE, ?l\ .5'5 67 ?A()S) 402-3121 GP 1 OR 2 INCL BITUM TN 910 , , 413-1000 BITUM TACK COAT GL 650 3,69 ~,~~l.oo . 5,lQ5,Q: 441-0014 DRIVEWAY CONCRETE, 41N TK SY 155 '?Coo . 441-0016 DRIVEWAY CONCRETE, 61N THICK SY 535 ~,<X) ~330 0.;: . 441-0104 CONCRETE SIDEWALK. 4 IN SY 4450 35.00 \55.?~. 441-0106 CONC SIDEWALK, 6 IN Sy 390 '26,0:> ;).C3~.cO 441-0748 CONCRETE MEDIAN. 6 IN SY 790 7::() ,00 ?'9,~,Q 441.6022 CONC CURB & GUTTER. 6 IN X 30 IN. TP 2 LF 9,400 \3.50 ,d6,cm, D 441.6720 CONC CURB & GUTIER. 6 IN X 30 IN, TP 7 LF 1,850 \a.S, d3,~54.'5~ CLASS 8 CONC, BASE OR PAVEMENT \~5,ot) \ ,371),00 500-9999 WIDENING CY 10 611.5551 RESET SIGN EA 2 5CX)),oo \0 Q.):).~ 0;. 3, E/:tJ. 'O\> 611-8010 ADJUST HYDRANT TO GRADE EA 3 \/200, {) o 00 P-2 SEP-26-2006 14:13 RRC PURCHRSING P.05/08 .' ' . , ... ". . .. . . .~... - ~ ' ' '. .n.... ,..., _:t"i..'., __ . ' . .' . "- " . . . '^. I ". . ,,-, .' . . 611-8050 ADJUST MANHOLE TO GRADE EA 8 7'f:D ,00 6'Ql)GO . . 611.8055 ADJUST MINOR STRUCTURE TO GRADE EA 6 '7~. So 4,503.0:> 61 H120 ADJUST WATER METER BOX TO GRADE EA 15 6~,OO 9.?~.oO 611-8140 ADJUST WATER VALVE BOX TO GRADE EA 25 =ro ,00 '7 sn 00 , . 611-9999 RELOCATE HYDRANT EA 2 d,5::D,oo 5)OO),CP DRAINAGE ITEMS \ 6l..\O 300 . \5 , . '3S.5"Z.. trJ 5db 0 9 550-1180 STORM DRAIN PIPE, 181N H 1 -10 LF 1704 I ' 550.1240 STORM DRAIN PIPE, 24 IN, H 1-10 LF 965 ~5.qO ~l\.~3~ - Q.CfO 34 \Sl.\ 70 550-1241 STORM DRAIN PIPE, 24 IN H 10 -15 LF 543 , ' 550-1300 STORM DRAIN PIPE, 30 IN H 1-10 EIJ . f13 mZii LF 606 ?:b,' I 550-1360 STORM DRAIN PIPE 361N H 1-10 LF 535 73,08 S1 O~7. ~ I q5.~ ~c 550-1420 STORM DRAIN PIPE, 42 IN H 1-10 LF 1,499 Il\~,q~~~ 5550-1481 SrORM DRAIN PIPE, 48 IN, H 10.15 LF 1.229 \\ 1.\ . qo p-\ \ dQ.~O 550-2150 SIDE DRAIN PIPE, 15 IN, H 1 10 LF 339 ~,6q lO.403.Q 1 550-2180 SIDE DRAIN PIPE, 181N H 1-10 LF 505 3:)SZ- 17.937.U:> 550-2240 SIDE DRAIN PIPE, 24 IN H 1.10 LF 70 40.~O' J5363,'O~ 668-1100 3,45l\.4'\ 1'5 CATCH BASIN, GP 1 EA 35 \~.q07. 666.1110 CATCH BASIN, GP 1 ADDL DEPTH LF 71 d5:),"l...o \7,71A,V 668-1200 CATCH BASIN, GP 2 EA 9 3,~m.~ ?f\. .;;rx)~ ~ . 668.1210 CATCH BASIN, GP 2. ADDL DEPTH LF 60 d.. '11. 08 \6'7-\ 4.S:> 668.2100 DROP INLET, GP 1 EA 16 ;J..":SJ7 ,45 ~ 91'l,'?P 666-5000 JUNCTION BOX EA 3 4 6lJ7,?!O ,~~ ,'01\ 668-7015 DRAIN INLET, 15 IN EA 6 ~81i7, ~q \ 7, cB~.'31 EAST BOUNDARY STREET & DRAINAGE IMPROVEMENTS PROJECT NUMBER: 324-04-201824117 P-3 SEP-26-2006 14:14 RRC PURCHRSING P.06/08 EAST BOUNDARY STREET & DRAINAGE IMPROVEMENTS PROJECT NUMBER: 324-04-201824117 HIGHWAY SIGNS, TP 1 MATL, REFL SHEETING, '000 3?::D 00 636.1022 TP4 SF 370 , ' 636-2080 GALV STEEL POSTS TP 8 LF 721 \3,"LO q SO:79 636-2090 GAL V STEEL POSTS, TP 9 LF 168 r~ ,t-o ';l~(16O , . THERMOPLASTIC PVMT MARKING ARROW, TP '7\.~ 7 rs .00 653.0120 2 EA 10 THERMOPLASTIC PVMT MARKING ARROW, TP ~,~ ~7 ,<<:P 653.0130 3 EA 3 THERMOPLASTIC PVMT MARKING, WORD, TP \\5.50 693,~~ 653-0210 1 EA 6 THERMOPLASTIC SOLID TRAF STRIPE, 5 IN, .~ G '?3b:~ 653-1501 WHITE LF 19,200 THERMOPLASTIC SOLID TRAF STRIPE, 5 IN, ~~ \ .S11 , o~ 653-1502 YELLOW LF 4100 THERMOPLASTIC SOLID TRAF STRIPE, 24, IN 3:0 ~~\O,O() 653.1704 WHITE LF 700 THERMOPLASTIC SOLlD TRAF STRIPE, 24 IN, ~.'3() 66l.\ ,00 653-1706 YELLOW LF 80 THERMOPLASTIC SOLID TRAF STRIPE, 8 IN, ~~l\ -\d. dtO'~ 653--1804 WHITE LF 6000 , , THERMOPLASTIC SKIP TRAF STRIPE, 5 IN, ~q t8 .2$ 653-3501 WHITE GLF 175 . THERMOPLASTIC SKIP TRAF STRIPE, 5 IN, za ~4.,o;.) 653.3502 YELLOW GlF 800 THERMOPLASTIC SKIP TRAF STRIPE, 5 IN, -:2.6 \,033.~ 653.3502 YELLOW GLF 3870 EROS/ON CONTROL ~.~ffi. ~I:. 163-0230 TEMPORARY GRASS LB 30 1m. 00 163-0240 MULCH TN 2 6QJ,00 \ Lro,oo CONSIRUCT AND REMOVE TEMPORARY \5:).00 4~,O> 163.0521 DITCH CHECKS EA 28 CONSTRUCT AND REMOVE INLET SEDIMENT ,S),(X) 9 COJ,o~ 163-0550 TRAP EA 66 MAINTENANCE OF TEMPORARY SILT FENCE, \. 00 b ~,1)b 163-0020 TP B LF 6,785 MAINTENANCE OF EROSION CONTROL 8),00 , 1..\0)1'0> 165.0040 CHECKDAMS/DITCH CHECKS EA 28 16~0105 MAINTENANCE OF INLET SEDIMENT TRAP EA 66 -\8:).tP 9 90J ,00 167-0100 WATER QUALITY MONITORING MO 6 ,ex:) ,00 ~.lX> 167-0200 WATER QUALITY SAMPLING EA 10 B:n. (X) 8,(3),00 1'.4 SEP-26-2006 14:14 ARC PURCHASING P.07/08 EAST BOUNDARY STREET & DRAINAGE IMPROVEMENTS PROJECT NUMBER: 324-04-201824117 167-1500 WATER QUALITY INSPECTIONS MO d- t:1:J \:5 CXD, (J) 6 4Ii) 171-0020 TEMPORARY SILT FENCE TYPE B LF 6785 a.oo \3 570. 700-6910 PERMANENT GRASSING AC 3 ;)...~, 0) 8;t5:J ol) , . 700-7000 AGRICULTURAL LIME TN 4 ';j;;fJ , <P eeo, lb 700-S000 FERTILIZER MIXED GRADE TN 2 41.\0,0'0 ffio I 00 700-8100 FERTILIZER NITROGEN CONTENT LB 150 5,'50 8d5,'OIlo MIscellANEOUS ~l.\ 1 QClO \ IX) 682-9030 LIGHTING SYSTEM LS OMiT 702-0007 ACER BUERGERANUM. 2.1/2' EA 66 767, S7 SI.(r7q~ 702-9005 SPRING APPLICATION FERTILIZER LB 100 8,OQ 8::0.- - l-\C) 1.\ 7D ~ 999-9000 LUMP SUM CONSTRUCTION LS 40\ .r2.0, 3 d-.'t8, Cff I. ~ 2-~ CONTRACT GRAND TOTAL ~ '2.~80Cl\ - . I P-5 SEP-26-2006 14:14 ARC PURCHASING P.08/08 LUMP SUM CONSTRUCTION EAST BOUNDA Y STREET & DRAINAGE IMPROVEMENTS PROJECT NUMBER: 324-04-201824117 NOTE: List all Lump Sum Construction items in detail with associated costs. F AlLURE TO PROVIDE TIDS BREADKDOWN MY DISOUALITY THE BID. 1 GrA1.~ $ \ '5) CJ::iJ .<>> . 2 CoI\c.,=t:rL. -C, 1/~ 1i1'- $ \'2,7<10. ;v I , 3 .s..wJ.. -:h.;~S ; ~ ~~, ~ $ r3 SOqo 3DO, zg 4 5...-.1 ""1;,jj i ^ Cor.(., $ 5 ~N-Q""<<'" (1 ^l. ~Ac,.", <:S ~~- $ J 2, 670,'o~ 6 ~~ $ \~ 6~"(D I 7 st~\.j $ lS.o:i:Jl CV - 8 \~*i:J $ \S,Ci:::D46) v 9 ~e..uov~ S :l<~~__ $ :l~.~ . I 10 ~~LJ'- R ~ $ 7~ O()OL t>> 11 ~~ J\s1~ $ db) () 10 l '" 12 $ 13 $ 14 $ IS $ - 16 $ TOTAL LUMP SUM AMOUNT $ Use additional sheets if needed. P-5-A TOTAL P.08 , J I J I I , , , , , I I I , I I I I ~ / ./' !-I:;zrd SlJrlaca. Put:Hk: Road ~ N.S,^, .R-2 (1.S--3S). . ~0lr3. Aw~1t G90tex:tU" UndsrllnIJr ~. 20" MInimum: ~ TO Sf: USED AS DIRti=TE.o 8'Y THE ENClNEER WHERE CONSTRUcnON 1Rl.FF1c IS ENTE:RIHa.A PUBUe ?AVCD R.Q,lJJ, PA'rlrlENr TO BE INClUDEO IN' PRIC!:: BIO FOR WJJP SUU CONSTRuc:nOf-4 OR OTHER COm1W:T BID rTElJS. CRUSHED STONE CONSTRUCTION EXIT . . CE-1 ',. ~- THE AMERICAN INSTITUTE OF ARCHITECTS AlA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE _thers Construction Co., Inc. 920 Molly Pond Road Auqusta GA 30901 as Principal, hereinafter called the Principal, and Safeco Insurance Company of America Safeco Plaza Seattle W A 98185 a corporation duly organized under the laws of the State of . W A as Surety, hereinafter called the Surety, are held and firmly bound unto Augusta Richmond County Procurement Department Augusta GA as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Amount Bid Dollars ($ 10.00% ), 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 East Boundary Street Drainaqe Improvement, 06-169 NOW, THEREFORE, if 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 materials 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 29th day of September 2006 (WItness) (Title) (Seal) (Title) Cynthia M. Partin AlA DOCUMENT A310 . BID BOND. AlA. FEBRUARY 1970 ED. . THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 /t~~ 5 AFE C 0* POWER OF ATTORNEY SAFECO Insurance Company PO Box 34526 Seattle, WA 98124-1526 No. 9721 KNOW ALL BY THESE PRESENTS: That SAFE CO INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint "******************PAMELA BRANDT; BRAD LORENZETTI; JAMES M. MALONEY; CYNTHIA M. PARTIN; Columbia, South Carolina**...***.............. its true and lawful attorney(s)-in-fact. with .full authority to execute on behalf of the company fidelity and su~ety bonds or undertakings and other documents of a similar character issued in the course of its business. and to bind SAFE CO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents this 31st day of March . 2004 CHRISTINE MEAD, SECRETARY ~k fA<-~\~ MIKE MCGAVICK, PRESIDENT CERTIFICATE Extract from the By-Laws of SAFE CO INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President. the Secrelary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate tilles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidenoing such appointment. the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company. the seal. or a facsimile thereof. may be impressed or affixed or in any other manner reproduced; provided. however. that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 28.1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment.. execute.d pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile. and the seal of the Company may be facsimile thereof." I, Christine Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation. and of a Power of Attorney issued pursuant thereto, are true and correct. and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this ~1V-L day of J f.(09'l~ fut~ . ~ ~. CHRISTINE MEAD, SECRETARY S-1300/SAEF 2/01 I8i A registered trademark of SAFECO Corporation 03/31/2004 PDF 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 ofthe 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 - 1 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 c1eanedslump cone. Allowable slumps are 2" minimum and 4" maximum. Class "A" concrete shall have a minimum of 611 Ibs. 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 adj acent 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. G- 2 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 PP A -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- Ware to be used at all street intersections on this proj ect. 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 Yi" 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. CONSTRUCTION/UTILITY 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 ' ( j' f i I , I I I I I ) j I ! I I 1 i ! I ! I I i I I I I I I i I I ! I j I I . I I I I I I ! I i I I I Sample ConstructionlUtilitv Schedule . ..". ~"" _. . . _._ . .~Hn ,." ... .. _._.. ._._..H.._.,. . . .,... .".. ,.. 11./ 1: . ..... ., ..~... ..... ..' . ..~ _ .."';.... .,....,.~~......,...&'.;-...~. _......~..._ ._~.:.'.:o."..'-- ____. ::~. .:............... .u.,_..!; -h J--~ ~_._- ~L,. . .~l~ P' : I I ,,-'---~R;:?~- -h ~tI. ~ Lf, i.J , ,..._~- "-"__, ~....~..__..~H....._.....___.....__..._.___..._._____._'___'___ _____....___,.___.__-._.___.~_._ .._.__. ...... G -4 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 hislher designated representative. EXCESS MATERIAL: All excess material is to be disposed of as directed by the Engineer or as noted in Sub-Section 107.23 ofthe 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 installati on. 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 retumed 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). Flaggers shall wear a fluorescent orange cap or hat, and a fluorescent orange vest, shirt, or jacket, and shall use a Stop/slow paddle meeting the requirements of Section 6F-2 of 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. G - 5 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 ofthe 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 project 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. 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. G- 6 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 ofthe pipe. PAYMENT FOR PIPE CULVERT INSTALLATION: 1. Payment for pipe culvert or utility installation includes sawing and/or cutting andremoving 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. 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: G -7 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 project. 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 70G.OS.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 RIW and/or easements shall be relocated by the Contractor. Such buildings on existing R1Wand/or easements shall be removed by the owner or will become the property ofthe 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 Augusta-Richmond County forces. The Contractor is responsible and shall make restitution to Augusta-Richmond County for materials damaged through his negligence. G - 8 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. STORM DRAIN PIPE: G- 9 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 MAY 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.D.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 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. G-lO 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 ISO 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 aU 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 and need to be moved out of the way or, if not, must be properly protected during construction. No separate payment will be made for this work. Public utilities of this nature except Augusta Utilities and Augusta Traffic Engineering will be handled by the utility owner. G-ll THE FOLLOWING UTILITY COMPANIES SHALL BE NOTIFIED BEFORE WORK BEGINS: (Contacts revised 10/2/03) Atlanta Gas Light Company 1840 Wylds Road Augusta, GA 30913 Phone:(706) 481-14S2 FAX: (706) 481-1495 Attn: Carl Corley Bell South 3841 Wrightsboro Road Augusta, GA 30909 Phone: (706) 860-8283 FAX: (706) 855-1917 Attn: Warren Geiteev Knology of Augusta 3714 Wheeler Road Augusta, GA 30909 Phone: (706) 364-1015 FAX: (706) 364-1011 Attn: Richard Streneth Augusta Utilities Department 360 Bay Street, Suite 180 Augusta, GA 30901 Phone: (706) 798-0494 FAX: (706) 312-4123 Attn: Russell Thies Georgia Power 2103 North Leg Road Augusta, GA 30909 PhoI).e: (706) 667-5538 FAX: (706) 667-5666 Attn: Al Danner Jefferson Energy Cooperative P.O. Box 457 Wrens, (}}\ 30833 Phone: (706) 547-S019 Fax: (706) 547-5051 Attn: Mike Wasden KMe Telephone: ATTENTION DENNIS NORVIEL G - 12 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 12-month warranty. The 12-month warranty is hereby modified to include the following: Any repairs, corrections or modifications performed within the last six months of the original 12-month warranty shall have the original 12-month warranty extended 180 calendar days past the date of such repairs, corrections or modifications. G-13 STATE OF GEORGIA SPECIAL PROVISION SECTION 150- TRAFFIC CONTROL August 28,1995 First Use: OclAlber 20, 1995 Modification of Special Provision Se.ction 150 - Traffic Control (Rev. June 21, 1994) R~tain Section 150 as written and add. the (allowing: For this project, all references to flags on construction warning signS in the Standard COIl.'ltruction Details listed below are 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 B, 199B. . . . . 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 teet for the first 100 feet of the temporary gore. 150.03. .F.1. MATERIALS - INTERIM SIGNS: Retain as written and add secon4paragraph. Posts for all interim signs shall be constrocted to yield upon impact unless the posts are protected by guardr:ail, portable barrier, impact attenuator or other type of positive barrier protection. Unprotected posts shall meet the breakaway requirements of the "1985 MEHTO Standard Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals". Unprotected post splices will not be permitted.any higher than four inches above the ground line to lessen the possibility of affecting the undercaIriage of a vehicle. 150.0B.H. CONSTRUCTION WARNING SIGNS: CONSTRUCTION WARNING SIGNS THAT ARE REQUIRED TO BE MOUNTED AT SEVEN FEET IN HEIGHT NO LONGER REQUrRE THE USE OF WARNING FLAGS. .. Deletefirst sentence of second paragraph and substitute: Construction warning signs which are mounted at less than seyen 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. , j. 7"'C - / DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA I 150.04.E.2.a.2.: Retain as written and add: In lane shift areas skip lines are not allowed. Solid lines are required. L I 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 references to Type 9 and substitute Type 11.(eleuen}. 150.10 PAYMENT: Item No. 641 - Delete reference to Type 9 and substitute Type 11 {eleuen}. SPECIAL PROVISION . . SECTION 1SD-TRAFFIC CONTROL June 22, 1994 FirstUse: July ~4, 1994 Modification of Standard Specificationst 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 I Barricades, Type II Barricades, Type "A" flashing-lights and Type "C" steady burn lights are deleted, except that Type "C" li~hts will be required for tapers in nighttime lane closures. Standard Construction Details · Typical By-fass Detour for Two-Lane Highway · Typical Detour Across Median . · Transition of 4-Lane DiVid.ed Highway to 2-Lane Highway · . Traffic Control GeneralNotes, 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 ofthe MUTCD, Revision 3, dated September 3, 1993. . Detail "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 is, 1994 Modification of the Standard Specifications, Current Edition . Delete Section 150 as written and substitute the following: i ~ . 150.01 DESCRIPTION: This section as supplemented by the Plans; Specifications, and MUTeD shall be considered the Traffic Control Plan: Activjties shall consist of furnishing, installing, maintaining, ~d removing necessary traffic signs, barricades, lights, signals, cones, pavement marking's and other traffic control devices and shall inc1udeflagging and other means for guidance and protection of vehicular and -rc-Z-. DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA . pedestrian traffic through the Work Zpne. 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 meet the minimum requirements of the Manual on Uniform Traffic Control Devices (MUTCD), the MUTCD controls. The 1988 Edition of the MUTCD and Revision 3, dated September, 1993, of Part VI shall be in effect for the duration of the project. A. Tbe Contractor shall designate a qualified individual as the Worksite Traffic Control Supervisor . (WTCS).who shall be responsible for selecting, installing and maintaining all traffic control devices in accordance with the Plans, Specifications, Sp~cial Provisions and the MUTCD. This individual's traffic control responsibilities shall have priority over all other assigned duties. As the representative of the Contractor, the WTCS shall have full authority to act on behalf of the Contractor in administering the Traffic Control Plan. The WTCS shall have appropriate training in safe traffic control practices in accordance with Part VI of the MUTCD. In addition to the WTCS all 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 Contractor's. Project Superintendent to serve as the WTCS as Icing as satisfactory results are obtained. The WTCS shall have a copy of the MUTCD on the job site. Copies of current MUTCD may be obtained from: U.S. Government Printing Office Superintendent of Documents Mail Stop: SSOP Washington, D.C. 20402-9328 The WTCS 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 Engineer. prior to the beginning of construction. Modifications to traffic control devices a.s required by sequence of operations or staged construction must be reviewed by the WTCS. The WTCS shall 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 MUTCD, and shall comply with the requirements of these Specifications, Project Plans, and Special Provisions. Reference is made to Subsections 104.05, 107.07, and 107.09. C. All reflectorization for construction (black on orange) signs, object markers, and channelization devices sha1l meet the requirements of Section 913, 'Type II or III unless otherwise specified. All other signs shall meet the requirementS of Type I unless otherwise specified. D. No work shall be 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 ofvehicu1ar and pedestrian traffic before it is placed in operation. The proposed plan of operation should supplement the approved traffic control plan. Any major changes to the approved traffic control plan, proposed by the Contractor, .are to be submitted to the Department for approval in accordance with Subsection 104.03 of the Standard Specifications. rc-3' lJ.cr./U\..LlY.l.C.L~.L VI' .lA.AN.,rul\..l~.l.lU.N STATE OF GEORGIA Some additional traffic 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 lane age for each step of the change. 2. The location, size, and message of all signs required by the MUTCD, 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. Horizontal 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 ali~ents. 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, detailing workforce, materials, and equipment necessary to accomplish the proposed work. This will be the minimum resource allocation required in order to start the work. The above details shall be submitted to the Engineer for approval at least 14 days prior to the. anticipated traffic shift. The Contractcr 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 on the project arid shall be maintained in accordance with Subsection 104.05 throughout the construCtion p~riod. All unacceptable traffic control devices shall be replaced within 24 hours. When not in use, all traffic control devices shall be removed, placed.or cover~d so as no.t to be visible to traffic. If traffic control devices are left in place for more than ten days after completion of the Work, the Department shall have the right to remove such devices, claim possession thereof, and deduct the cost of such removal . from any monies due, or which may becpme due, the Contractor. . G. The Department reserves the nght tc restrict constructio~ 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 exist, 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 using the following means and materials: 1. Portable advance warning signs as required by the contract or meeting-the requirements of the MUTeD 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" -rc-c;Z u..cr ~J. .LY.LC.L'I J. VI:' J. AJ'\J.'1.:lJ. v.n...I..l'1o..L .Lv..n STATE OF GEORGIA wide with not less than 15 lamps used for the arrow. The arrow will o~py virtually the entire size of the arrow panel and shall have a minimum legibility distance of one mile. The minimum legibility distance is that distance at which the arrow panel can be comprehended by an observer on a swmy 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 restncted to one-lane operations in which case, appropriate signing, flaggers and when required, pilot vehicles will be deemed sufficient. 3.. Portable changeable message signs meeting the requirements of Section 632 and the MUTeD. 4. Channelization devices meeting the standards ofthe MUTCD and Subsection 150.05. 5. Precast concrete barrier meeting the requirements of Section 62.2. 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 veater, excluding turn lanes. 2. On multilane highways where traffic has been shifted to the inside lanes for overnight use, the entrance and exit ramps shall have chaimelizatfon devices placed on both sides of the ramp. The temporary ramp taper length shall be Veater 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 feet. 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 1"07.07, the Contractor shall remove all signs, lane closure markings, and devices immediately when lane closure work Is completed or temporarily suspended for any length of time or as directed by the Engineer. .. C.TRAFFIC PACING METHOD: 1. PACING OF TRAFFIC: With prior approval from the Engineer, traffic may be paced allowing the Contractor up to ten (10) minutes maximum to work in or above all lanes of traffic for the following purposes: a. Placing bridge members or other bridge work. b. Placing overhead sign structures. c. Other work items requiring interruption of traffic. The Contractor shall provide a uniformed police officer with patrol vehicle and blue flashing light for each directi(m of pacing. The police officer, Engineer, and flaggers at ramps shall be provided with a radio which will provide continuous contact with the Contractor. TC-S- , , . I ul:tr ~..l.LY.u;:,J."l.l. V,{' .I.AJ1.J,'li:)rU.L\...l.n...l..lVl"l STATE OF GEORGIA When ready to start the work activity, the police vehicle will pull into the travel lanes and act as a pilot vehicle slowing the traffic thereby provi~ing a gap in traffic allowing the Contractor to perform the Work. Anyon-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 poHcevehicle has passed. Pilot vehicles shall travel at a safe pace speed, desirably not less than 20 mph intersta~ 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 te inform the ContractOr's work force when all vehicles have cleared the area. Traffic will not be permitted to step during pacing except in extreme cases as approved by the En~eer. 2. METHODS OF SIGNING FOR TRAFFIC PACING: At a point not less than 1,000 feet ui advance of the beginnine- point of the pace, the Contractor shall erect and cover a W-special sign (72 inch x.72 inch) with a Type "B" flashing light, with the legend "TRAFFIC SLOWED AHEAD SnORT DELAY" (See Detail 150-A). A portable ch~eable message sign may be use"d in lieu of the W -special si~, On dividedhie-hways 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 or removed. W-special signs are reflectorized black. on orange, Series "C" letters and border of the size. specified. -rc:'--C ....,.1j.L ~\""'.L',L.Lj,"'.L V.L' .L"'-/"U,,,,.r VA.L~.L .LV.1'l STATE OF GEORGIA Tm ... rL.lSHINC LleHT CJ( TJUrF'IC SlOE 53" 7:" ,,'.III W6 ~ ~ ~ ~ ~ 10" " 5%" 1 '0' ~~(Q)I~@ IS'''''''' . ~2" ."5 ~[g]~~~ . ~~@m?J[j ..~~~~W fA ~:. ,L:/- "t f-SP'E c: I AI. S J Q( lTlY'a'Wn' ~T ~m) S I CON SH.&l L ~A V[ 11.10: L [C[JC) ~ 1CItO(" CJ( CIIUHQ: ~, L [CTa" ztD aAClCftOOHO DETAIL 150-A "*"CIH I'..,' ICAX" J' IUD/US 1"5' " 12' 1Z' K", 'C' ,. 12' II' SEll., 'c" " U'. IZ" S[II. 'C" ---;.. I" .. Slll. 'C' '" D. The Contractor's trucks and other vehicles shall travel in the direction of normal ro~dway 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 adjacent properties. F. Existing street lighting shall rernaip.lighted as long as practical and until removal is approved by the Engineer. G. Adequate temporary lighting shall be provided at all nighttinie work sites where workers will be immediately adjacent to traffic. H. For their own protection, workers in or adjacent to traffic during nighttime operation shall 'wear reflectorized vests. -rC-7 STATE OF GEORGIA 1. The parking of Contractor's andlor workers personal vehicles within the work area or adjacent to traffic is prohibited. J. The Worksite Traffic Control Supervisor cmCS) shall monitor the work to ensure that all the rocks, boulders, constiuction debris, stockpiled materials, equipment, tools and other potential hazards are kept clear of the travel way. These items shall be stored in a location, in so far as practical, where they will not be subject to a vehicle running off the road and striking them. K All existing pedestrian walkways shall be maintained. Whenever changes w the worksite necessitate changes w existing walkways, temporary walkways shall be. provided and maintained, with appropriate signs as necessary, to allow safe passage cifpedestrian 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 in accordance with these SpecifiGations. Existing street name signsshaIl be maintained at street intersections. All existing i11uminated signs shall remain lighted and be maintained by the Contractor. . B. When not in use, all inappropriate traffic signs or portions thereof shall be removed, placed or covered so as not to be visible to traffic. All construction warning signs shall be removed within seven calendar days after time charges are stopped or pay items are complete. Subsequent punch-list or other work to be performed shall be accomplished utilizing temporary construction warningsigns that shall be removed daily. C. The Contracwr shall not remove any existing signs and supports without prior approval from the Engineer. All existing signs and supports which are to be removed shall be stored and protected 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 until conditions require a change in location or legend content. When change is required, existing signs shall be modified and continued in use if the required modification can be made Within existing sign borders using design requirements (legend, letter size, spacing, border, etc.) equal to that "of the existing signs, or of Subsection 150.0B.E.5. Differing legend designs shall not be mixed in the same sign. 1. SPECIAL GUIDE SIGNS: Special guide signs are those e::cpressway or freeway guide signs that are designed with a message content Gagend) 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-cpnflicting 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 structures are not required to be lighted unless specifically required by the Plans. Iflighting is required the sign shall be lighted as soon as erected and shall remain lighted, during the hours of darkness, until the interim sign is no longer required. The Contractor shall notify the Power Company at least thirty (30) days prior to desiring connection to the power source. -rC-8 I I . ! .l.Jl:.r .!1.L'..I.J.Y.u.:,.l., J. V.I.' J.An.J..,...,,, V.l'-J..n..I..I.V.I., 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 of interim special guide signs. Iflighting is required by the Plans, all new permanent 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) si~s must be designed and fabricated in compliance with the minimum requirements for guide signing contained in Part 2E "Guide Signs Expressways" and Part2F "Guide Signs Freeways" ofthe MUTCD, except that the minimum size of all letters and numerals in the nanl.es 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-numeral 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 used in lieu of galvanization for steel posts or stmctural shape posts. Wood posts ate not required to be pressure treated. 2. SIGN BLANKS AND PANELS - All sign blanks and panels shall conform to Section 912 ofthe Specifications except that blanks and pariels may be ferrous based or other metal allays. Type 1 and Type 2 sign blanks shall have a minimum thickness'orO.OS inches regardless of the sign type used. Alternative sign blank materials (romposites, poly carbonates, fiberglass reinforced plastics, recycled plastics, etc.) shall have a letter of approval from the Office .of Materials and Research for use as interim construction signs before these materials are allowed to be incorporated into the work. Signs shall be painted to prevent rust if other metals are used in lieu of aluminum. Plywood blanks o.r panels will not be permitted. G. All existing, interim and new permanent signs shall be installed so as to be completely visible for an advance distance in compliance with the MUTCD. Limbs, brush, construction equipment and materials shaJl 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 MUTCD and shall include a series of at least three advance road construction (W20-1) signs placed at the termini ofilie project. The series shall have the legend ROAD WORK (1500 FEET, 1000 FEET, AND 500 FEET.) In addition t.o the above, multi-lane divided highways sh~l also have the legend ROAD WORK (2 MILES, 1 MILE, AND 1/2 MILE.) On-ramps and at grade intersecting roadways shall be signed with a minimum of one ROAD WORK AHEAD sign. . All ronstruction 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 on the G20-1 sign shall be the actual project mileage rounded up to the nearest whole mile. All ronstmction warning signs on divided highways shall be double mdicated (i.e., on the left and right sides of the roadway.) 1. The sequential or flashing arrow panels shall be placed on the shoulder at or near the point where the lane closing transition begins. The panels shall be mounted on a vehicle, trailer, or other .suitable support. Vehicle mounted panels shall be provided with remote controls. Minimum mounting height shall be seven feet above the roadway to the bottom of the panel, except on vehicle mounted panels which should be as high as practical. . i ; J. The portable changeable message sign, when specified, shall be placed ahead of construction activities and shall meet the requirements of Section 632 and the MUTeD. /C-1 STATE OF GEORGIA K The flashing beao:>n assembly, when specified, shall be used in conjunction with construction warning signs, !egulatory, or guide signs to inform traffic of special road conditions which require additional driver attention. The flashing beao:>n assembly shall be install ed in accordance with the requirements of Section 647. 150.04 PAVEMENT MARKINGS A Generally, full pattern pavement markings in accordance with Section 652 and in conformance with Section 3A and 3B, except 3B-3 and 3B-5, of the MUTCD 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 constniction and maintenance activities on all highways open to traffic, both existing markings and markings applied under this Section shall be fully maintained until Final Acceptance. If the pavement markings are, or become, unsatisfactory in the judgement of the Engineer due to wear, weathering, or construction activities, they shall be restored immediately. 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 constrnction projects pavement marking plans will be provided. . B. MATERIALS: All traffic striping applied under this Section shall be a minimum four inehes in width and shall conform to the requirements of Section 652, except as modified herein. Raised pavement markers (RPMs) shall meet the requirements of Section 654. Markings on the final s.urface 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, tmless otherwise directed by the Engineer. Partial (skip) reflectorization (Le. 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 theinsta1lation of markings in the final 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 lilies, or edge lines, all such lines shall be removed prior to, during, or immediately after any change so as to present the least interference with traffic. Before any change in traffic lane(s) alignment, marking removal equipment shall be present on the project for immediate use. If marking removal equipment failures occur, the equipment shall be repaired or replaced (including leasing equipment if necessary), so. that the removal can' be accomplished without delay. Except for the fuuU surface, markings on asphaltic concrete may be obliterated by an .ov~rlay course, when approved by the Engineer. When an asphaltic concrete overlay is placed for the sole purpose of eliminating conflicting markings and the in place asphaltic concrete section will allow, 'said overlay will be eligible for payment only if designated in the Plans. Overlays to obliterate lines will be paid for only once and further traffic shifts in the same area shall be accomplished with removable markings. Only the minimum asphaltic concrete thickness r~quired to cover lines (generally 60 IbJsq. yd. of Asphaltic Concrete "H") will be allowed. Excessive build-up will not be permitted. When an overlay for the sole pUIpOse of eliminating conflicting markings is not allowed, the markings no longer applicable shall be removed in accordance with Subsection 656.02. The' elimination of collflicting pavement markings by overpainting with paint or liquid asphalt is not acceptable. D. Raised pavement markers CRPMs) are required as listed below for all asphaltic concrete pavements before the roadway is open to traffic. When Portland Cement Concrete is an intermediate or fInal surface and ~s open to traffic, one calendar day is allowed for cleaning and drying before the installation of RPMs is required. TC-/tJ STATE OF GEORGIA 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 andlor maintained on intermediate pavement surfaces opened to traffic as follows: 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 degrees and six degrees. 20 foot centers on curves over six.degrees. 20 foot centers on lane transitions or shifts. b. SUPPLEMENTING RAMP GORE LINES: 20 foot centers, two each, placed side by side. c. OTHER LINES: As shown on the plans or directed by the Engineer. 2. On other highways ~der construction RPMs shall be used andlor maintained on intermediate pavement surfaces as 'follows: a. SUPPLEMENTING LANE LINES AND SOLID LINES: 40 foot centers except on lane shifts. (When required in the Plans or Contract.) 20 foot centers ,on lane shifts. (Required in all cases.) b. SUPPLEMENTING DOUBLE SOLID LINES: 40 foot centers. (one each beside each line) except ,on lane shifts. (When required in the Plans or Contract.) . 20 foot centers on lane shifts. (Required in all cases.) RPMs are IlQt allowed on right edge lines. E. EXCEPrIONS FOR INTERIM MARKINGS: Some exceptions to the time of placement and pattern of markings are permitted as noted below, however, full pattern pavement markings are required for the cor;npleted project. 1. TWO-LANE, TWO-WAY ROADWAYS a. SKIP LINES: All interim skip (broken) stripe shall conform to Section 652 except that stripes shall be at least four feet long with a maximum 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 permitted for a period not to exceed 14 calendar days. Interim skip lines must be replaced with markings in full compliance with Section 652 prior to expiration ofthe 14 calendar day period. -rc-// STATE OF GEORGIA ' Interim raised pavement markers may be substituted for the interim skip (broken) stripes. If raised pavement markers are substituted for the four foot interim skip stripe, four markers spaced at equal intervals over a four feet distance will be required. No separate pa)'lDent will be made if the interim raised pavement markers are substituted for interim skip lines. Interim raised pavement markers shall be retro-reflective, shall be the same color as the pavement markers for which they are substituted, and shall be visible during daytime. The type of interim marker and method of attachment tc 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 nails. The interim raised pavement markers must be maintained until the full pattern pavement markings are applied. At the time full pattern pave~ent markings are applied the interim raised markers shall be removed in a manner that will not interfere with application of the full pattern pavement markings. b. NO PASSING 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 signs (R4-1 24" x 30") at the beginning and at intervals not to exceed 1/2 mile within each no-passing zone. A post or portable'mounted PASS WITH CARE regulatory sign (R4-1 24" x 30") shall be placed at the end of each no-passing zone. Post mounted signs shall be placed in accordance with the MUTCD. Portable signs 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 not be easily blown over or misaligned. c. EDGELINES:. (1) Bituminous Surface Treatment Paving: Edgelines will not be required on intermediate surfaces (in~luding 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 fmal surface, edgelines must be placed within 30 calendar days of the time that the final surface was placed. (2) All Other Types of Pavement: Edgelines will not be required on intermediate surfaces that. are in use for a period ofless than 30 calendar days except at bridge approaches, on lane transitions, lane shifts, and in such other areas as deten::i1ined by the Engineer. On the final Burface, edg-elines must be placed within 14 calendar days of the time that the surface was ~~~ . . d. MISCELLANEOUS PAVEMENT MARKINGS: School zones, railroads, stopbars, symbols, words and other similar markings shall be placed on final surfaces conforming to 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 Engineer because of speCial conditions or when the intermediate surface will be in use for more than 45 calendar days. 2. MULTI-LANE HIGHWAYS - WITH NO PAVED SHOULDER(S) OR PAVED SHOULDER(S) FOUR FEET OR LESS a. UNDIVIDED HIGHWAYS (INCLUDES PAVED CENTER TURN LANE) (1) Centerlines and No-Passing Barrier - Full pattern centerlinesand no-passing barriers shall be restored before nightfall. TC--/Z STATE OF GEORGIA (2) Lanelines - Interim skip (broken) stripe as described in Subsection 150.04.E.1.a. may be used for periods not to exceed three calendar days. (3) Edgelines - Edgelines shall be placed on intermediate and final surfaces within three calendar days of obliteration. b. DIVIDED HIGHWAYS (GRASS OR RAiSED MEDIAN) (1) Lanelines - Full pattern skip stripe shall be restored before nightfall. (2) Centerline/Edgeline - Solid lines shall 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. EDGE LINES - (1) Asphaltic Concrete Pavement - Edgelines shall be placed on intermediate and fmal surfaces prior to opening to traffic. (2) Portland Cement Concrete Pavement - Edgelmes shall be placed on any surface open to traffic no later than one calendar day after work is completed on a section of roadway. All water and residue shall be removed prior to daily striping. F. APPLICATION OF PAVEMENT MARKINGS: The Contractor shall furnish layout, dean 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 mar~gs. Pavement markings shall re-establish No-Passing Zones in the locations and configuration that existed prior to construction. .Existing No-Passing Zones shall be clearly identified as to location prior. to construction by staking or erection of DO NOT PABS.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 arrow panel.moWlted so as to be easily visible to oncoming traffic. AI ead vehicle 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 anoYi'" panel mounted on the rear. If the work vehicle is also functioning as the lead vehicle then an approved arrow panel shall be mounted so as ro be .easily visible w oncoming traffic. The work vehicle shaJl follow directly behind the lead vehicle. 3. The work 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. / z::: -/3 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 LEFr (RIGHT). On interstate and limited access roadways, the protection vehicle shall be equipped with a truck moUnted attenuator (TMA) that is certified 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 r(!ar mounted flashing yellow lights. 150.05 CHANNELIZATION A. GENERAL: Channelization should clearly delineate the travelway through the.work zone and alert drivers and pedestrians to conditions created by work activities in or near the travelway. Channelization shall be done in accordance with the plans and specifications, the MUTCD, and the follOwing requirements. . 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 fu1l1ength of a lane closure, shift, or encroachment, except as modified by this Subsection. (a) TRANSITION TAPERS AND LANE CLOSURES: Dnmis shall be used on all transition tapers. The minimum length of the approach 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 15.0 feet: For multiple lane closures, only one lane may be closed per taper with a minimum tangent length of 2L between tapers. The length of a 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 intervals in feet equal to the numerical speed limit (EXAMPLE: 55 Mph Speed Limit = 55 feet maximum spacmg). . .For taper lengths on urban, residential or other streets where the posted. speed is 40 mph or less, the 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 burning lights, for the length of the taper only, are required if the 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 any 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.. -rc-/tJ lJb!' AKT~.N 1 1,)1' 1.KAN~.t'UKlfU1Ul'l STATE OF GEORGIA (2) 100 FOOT SPACING MAXIMUM: (a) For difference in elevation of two inches or less. (b) Flush areas where equipment or workers are within ten feet of th e travel 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 shoulders are completed to typical section and gr~sed and after guardrail or other safety devices have been installed. b. VERTICAL PANELS: (1) DESIGN: All vertical panels shall have a minimum of270 square inches ofretro-reflective area facing the traffic and shall meet the requirements of the MUTeD. (2) APPLICATION: Lane encroachment by the drum on the travelway'should permit a remaining lane width often feet. When encroachment reduces the travel way to less than ten feet, vertical panels shall be used to restore the tiavelway to ten feet or greater. No other application of vertical panels will be permitted. c. CONES: (1) DESIGN: All cones shall be a minimum of 28 inches in height reg;udless of application and shaJI meet the requirement of the MUTCD. (2) APPLICATION: For longitudinal channelizing only, co~es will be permitted for daylight closures or minor shifts. (Drums are required for all tapers.) The use of cones for nighttime work will not be permitted. . d. BARRICADES: (1) DESIGN: The use of Type I and Type II barricades will not be permitted. Type III barricades shall meet the minimum requirements of the MUTeD and shall be reflectorized as required in Subsection 150.01.e. (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 requiremen~ of the MUTCD. (2) APPLICATION: (a) Type A low-intensity' flashing lights shall be used as shown in the Plans, the Standards, and as directed by the Engineer. Flashing lights are not required for advance warning signs in Subsection l50.03.H. -rC-/5 STATE OF GEORGIA i' ! (b) Type C Steady-Burn lights shall be used on all tapers ~hen the condition existt into the night Steady-burn lights shall also be used as shown in the Plans, the Standards, and as directAld by the Engineer. ; . f. PORTABLE BARRIERS: (1) DESIGN: Portable Barriers shall meet the requirements of Section 622 - PRECAST CONCRETE BARRIER. (2) APPLICATION: Portable Ban:iers shall be placed as required by the plans. standards, and as directed by the Engineer. When Portable Barrier is located 20 feet or less from a. travel lane, yellow reflectors shall be fixed to the top ofthe barrier at intervals.not g-reater than 50 feet and shall be mounted approximately 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 reflectDrs housed in an aluminum backing with a single grommeted hole.. Approach end of Portable 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 by less than 40 ft., precast concrete barrier shall be used as a separator. B. TEMPORARY SAND LOADED ATTENUATOR MODULES 1. DESCRIPI'ION: This work consists of the 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 - Cylindncal 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. DESCRIPI'ION: This work consists of the furnishing (including spare parts), .installation, maintenance, relocation, reuse as required, and removal of Portable ImIlactAttenuators. 2. MATERIALS: Materials used in the Attenuator shall meet the requirem.ents of Section 650 for Type A Portable Impact Attenuators. 3. CONSTRUCTION: Portable ImpactAttenuator installation shall confonil to the requirements of . Subsection 650.03, Manufacturer's recommendations, and Georgia Stan~ard4960 and shall be installed at locations designated by the Engineer, and/or shown on the plans. D. TEMPORARY GUARDRAIL ANCHORAGE - Type 11: 1. DESCRIPTION: This work consists of the furnishing, instaliation, maintenance and removal of Temporary Guardrail Anchorage - Type 11 used for Portable Barrier or temporary guardrail end treatment. TC-/t STATE OF GEORGIA 2. MATERIALS: Materials used in the Temporary Guardrail Anchorage. Type 11 shall meet the requirements of Subsection 641.02 of the Standard Specifications and current Georgia Standards and may be new or used. Materials salvaged from the Project which meet the requirements of Standards may be utilized if available. The use. of any salvaged materials will require prior approval of the Engineer. 3. CONSTR DCTION: Installation of the Temporary Guardrail Anchorage - Type 11 shall conform to 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 ro effect the transition.and connection to Temporary Concrete Barrier as required by the details in Georgia Standard 4960. 150.06 EXCAVATION ADJACENT TO A TRAvEL LANE: Construction work involving trenching acljacent to a travel way shall not begin until the Contractor is able to continuously place the required typical section to within 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 coristruction period shall conform to the requirements of Subsection 150.05 and Details ISO-B, 150-C, lS0-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 channelization devices are erected on the paVing edge. A STONE BASES, SOIL AGGREGATE BASES, AND SOIL BASE~: Drop-offs.in elevation of more th8:Il two inches between surfaces carrying, or adjacent to, traffic will not be allowed for more than 24 hours. However, where the Contractor haS demonstrated the ability to continuously excavate and backfillin a proficient manner, a single length of excavated. area not to exceed 1000 feet may be left 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 surfaces carrying or adjacent U) traffic will not be allowed for more than 48 hours. C. PORTLAND CEMENT CONCRETE AND CEMENT STABILIZED BASES: Construction work acljacent to the traveled way whiCh involves these types of bases shall be healed. within 48 hours after the curing period is complete for each section placed. During the placement period, traffic control devices will be in accordance with Subsection 15.0.05 and Detail 150-B. . D.MISCELLANEOUS EXCAVATIONS OR DROP-OFFS ADJACENT TO TRAVEL WAY: Work such as drainage strnc;tures, utility facilities, or any other work which results in a drop.off adjacent to the travel way shall be performed expeditiously so as to minimize the exposure to the hazard. As soon as praatical, the excavation shall.be backfilled to the minimum requirements of Detail 150-E. In no case will the drop-off be allowed to exist more than five calendar days. This may require stage construCtion, such as plating and backfilling the incomplete work. 7C- /7 STATE OF GEORGIA NOTEI Drum. rlCl\.llred for thts locctton,apocld crt SO F'T. Intervols. If the trovlled wey wTdt" Is r.ducld to leIS than 10 fe.t by the use of drum$, vertIcal panel. shall b. used In lI.u of drum.. . L.ocotlon of diLxns when drop-off exceeds ~ Inches. ----------\ ----~~-----_.!\ ~ t NEW CONSTRUCTION + TRAVEL LANE ~ DROP-OFF GREATER THAN 4 INCHES DETAIL 150-8 Drums spaced. 01' SO f.lt Inhrvals. Locotlon 01 drums wh.n drop-of1 I. Z+Jnches to. .c Inches. _l_~~___~__\ ------------\ 0( t NEW CONSTRUCTION + TRAVEL LANE ~ DROP-OFF OF 2+ INCHES TO -4 INCHES DET AIL 150-C -rc,-/tf ~SlAl~ Vl' li.b:U.KliLA Drums spaced 01' 100 feet Intervals. LocatIon of drL,tl1s when droP-off 15 Z Inches or less. ~f~':~______\ -----------\ < ~ . NEW CONSTRUCTION + TRAVEL LANE p . DROP-OFF OF 2 INCHES OR LESS DETAIL 150-0 LocatIon of drums ImmedIately after completIon of healed. section. spaced at 50 ft. 'nt,rvals. . Compacted oraded oooreoat.,subbas. maf.rfalor dlrt.. TOP OF DRUM TO BE LEVEL NO STEEPER THAN 4:1 ~ 2 ft. +/- ----------'1. -----~---~-\ l( t NEW CONSTRUCTION + TRAVEL LANE 1r--+ I I i L HEALED SECTION DET AIL 150-E I . \ TC- /'1 ., l./'U.Jj. Ul" LtbUKLtLA - I. I i i 150.07 FLAGGING AND PILOT CARS: 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 flaggers shall meet the requirements of the MUTeD 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 rea80n for the Engineer suspending work involving the flaggarCs) until the Contractor provides the certified flagger(s). . C. Flagg-ers shall wear high-visibility clothing in compliance with the MUTCD and shall use a Stop/Slow paddle meeting the requirements of the MUTCD for controlling traffic. The Stop/Slow paddles shall have a shaft length of seven (7) feet minimum. In addition to the Stop/Slow paddle, a flagg-er may use a 24 inches square red/orange flag as an additional device to attract attention. For night work, the vest shall have re.flectorized stripes on frot!-t and baek. . . D. Pilot vehiqles shall be provided if specified in the Plans or Specifications and meet the requirements of the MUTCD. . E. Signs for flagger traffic control shall be placed in advance of the flagging operation in aCcordance with theMUTCD. In addition to the signs required by the MUTCD, signS at regular inteTValS, 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 throl,lgh and around the.temporary traffic control zone, while minimizing confusion and disruption to traffic flow, shall have priority over all other Contractor activities. Continued failure cifthe Contractor to complywith the requirements of Section 150 CT.R.AFFIC CONTROL) will result in non-refundable deductions of monies from the Contract a8 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 Contractor for any work on the Project until traffic control deficiencies are corrected. These other actions shall be in addition to the deductions for non-performance of traffic control. /c-~ 0 U "'~"'..I.J V.I.' ~..L;,VL\.~.u'1.. SCHEDULE OF DEDUCTIONS FOR EACH CALENDAR DAY OF DEFICIENCIES OF TRAFFIC CONTROL INSTALLATION AND/OR MAINTENANCE ORIGINAL TOTAL CONTRACT AMOUNT From More Than To and Inc1udinl!' Daily Charl!'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 - 1,500 150.09 MEASUREMENT: A. TRAFFIC CONTROL: When listed as a pay item in the Proposal, payment will be made at the Lump Sum price bid, which will include all traffic control not paid for separately, and win be paid as follows: When the first Construction Report is submitted, a payment of 25 (twenty-five) ,percent of the Lump Sum price will be made. For each progress payment thereafter, the toW of the Project percent complete shown on the last pay statement plus 25 (twenty-five) percent will be paid Gess previous payments), not to exceed one hundred (100) percent and subject to normal retainage. When no payment item for Traffic C~ntrol-Lump Sum is shpwn in the Proposal, all of the requirements of Section 150 and the Traffic Control Plan shall be In full force and effect. The cost of complying with these requirements will not be paid for separately, but shall be included in the overall bid submittal. B. SIGNS: When shown as a pay item in the contract, inter:im special guide signs will be paid for as listed below. All other regulatory, warning, and gUide signs, as required by the Contract, will be paid for under Traffic Control Lump Sum or included in the overall bid submitted. 1. Interim ground mounted or interim overhead special guide signs will be measured for payment by the square foot. This payment shall be full compensation for furnishing the signs, including supports as required, erecting, illuminating overhead signs, maintaining, removing, re-erecting, and final removal frOm the Project.. Payment will be made only one time regardless of the number of moves required. . 2. Remove and reset exiSting special guide signs, ground mount or overhead, complete, in place, will be measured for payment per each. Payment will be made only one time regardless of the number of moves required. 3. Modify special guide signs, ground mount or overhead, will be measured' for payment by the square foot. The area measured shall include only that portion of the sign modified. Payment shall include materials, removal from posts or supports when necessary, and remounting as required. -rC-2/ :STATE UF GEORGIA I C. D. E. PRECAST MEDIAN BARRIER: Precast Median Barrier will be measured as specified in Section 622. CHANGEABLE MESSAGE SIGN, PORTABLE: Changeable Message Sign, Portable will be measured as specified in Section 632. TEMPORARY GUARDRAIL ANCHORAGE, Type 11: Temporary Guardrail Anchorage. Type 11 will be measured by each assembly, complete in place and accepted according to the details shown in the plans, which shall also include the additional guardrail arid 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 measur!3d as specified in Section 647. .. . p,. G. FLASHING BEACON ASSEMBLY: Flashing Beacon Assemblies will be measured as speiHied"in Section 647. H. TEMPORARY, SAND LOADED A'ITENUATOR MODULES: Each Sand Loaded Attenuater Module ofilie type specified.inc1udes all material components, hardware, incidentals, labor, site preparation and maintenance. Each module will be measured for payment by the drum only once regardless of the number of locations installed. Modules to replace those damaged or destroyed by 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. 1. PORTABLE IMPACT A'lTENUATORS: Each Portable Impact Attenuatorwill be measured by the unit which shall include all material components, hardware, incidentals, l~or, site preparation, and mamtenance, including spare parts recommended by the manufacture for repairing minor accident damage. Each tmit will be measured only once regardless of the numberoflocations installed, moves required, or number of repairs necessary because of traffic damage. Upon conip1etion of the project, the units shall be removed and retained by the Contractor. J. PAVEMENT MARKINGS: Pavement markings will be measured as specified in Section 15~. ~. 150.10 PAYMENT: . . f i "When shown in the SchedUle ofItems in the Proposal, the following items will be paid for separately. Item No. 150. '!'raffic Control. ... . . . . . .. . : . . . . . . . .. . .. . . .. . . . . . . . . . .. ... .. .. . . .. . ; .Lump Sum Item No. 150. '!'raffie Control, Solid '!'raffie Stripe _ Inch, (Color) ............, per Linear Mile Item No. 150. '!'raffie Control, Skip '!'raffle Stripe_ Inch, (Color) .............. per Linear Mile Item No. 150. Traffic Control,Solid Traffic Stripe, Thermoplastic _ Inch, {Color) ....... . . . . . . . . . . . " . . . . . . . per Linear Mile Item No. 150. Traffic Control, Skip Traffic Stripe, . Thermoplastic _ Inch, (Color) ..... . . . . .. . . . . . . . . , . . . . . . . per Linear Mile Item No. 150. '!'raffic Control, Pavement Arrow with Raised Reflectors ..... . : . . . . . . . . .. p~r Each Ii Item No. ISO. Traffic Control, Raised Pavement Markers - Ail Types. . . . . . . . . . . . . . . . . .. per Each Item No. 150. Interim Ground Mounted Special Guide Signs. . . . . . . . . . . . . . . . . . " perSquare Foot Item No. 150. Interim Overhead Special Guide Signs ............ . . . . . . . . . . . . .. per Square Foot 7o-Z Z - -... -.. - -... "-'..,\w!....."....,~... Item No. 150. Remove & Reset Existing Special Guide Signs, Ground Mount, Complete in Place. . . ... . . . . . . . . . . . . .. . . . " . . . . . . . .. per Each Item No. 150. Remove & Reset, Existing Special Guide Signs, Overhead,Complete in Place ..... ~ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. Per Each Item No. 150. TrafficControl, Temporary Sand Loaded Attenuator Modules ............ 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 Ref1e~rs ........ per Each Item No. 150. Modify Special Guide Sign, Ground Moun.t . . . . . . . . . ... . . . . . . .. .. .. per Square Foot Item No. 150. Modify Special Guide Sign, Overhead ....................... . . " per Square Foot Item No. 622. Precast Concrete Median Barrier. . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . per Linear Foot Item No. 632. Changeable Message Sign, Portable .................................. per Each Item No. 641 Temporazy Guardrail Anchorage, Type i1 .............................. per Each Item No. 647. Traffic Signal Installation; Temp . . . . . . . . .. . . . . . . . . . . . . . . .. .. . .. . . . . : Lump Sum. Item No. 647. Flashing Beacon.Assembly, Structure Mounted. . .. . . . . . . . . .. .. '" . . . . . . . per Each Item No. 647. Flashing Beacon Assembly, Cable Supported. . ~ . . . . . . . . .. ... " .. . . . . . " per Each .-rC-.Z3 ...,'""".n..,.....,.."., J. U~ .I...KJU'/::ir-U.H.'l'A'l'ION STATE OF GEORGIA DATE: 07/14/04 PAGE: 1 SPECIAL PROVISIONS CONTRACT ID C36673-04-000-0 2.220 MILES ON GRADING, DRAINAGE, BASE, AND PLANT MIX RESURFACING ON CR 27 (NEELY ROAD) BEGINNING AT HORSESHOE CIRCLE AND ENDING AT WAYNESBORO ROAD. J S. P. CODE ---------------------------------------~--------------------------------------- SPECIAL PROVISIONS DESCRIPTION ! ------------------------------------------------------------------------------- i 107-1-01-SP lL08-1-0l-SP ~09-1-02-SP 152-1-01-SP P.28-1-01-SP ~OO-l-Ol-SP l02-1-01-SP ~02-1-01-SP ~19-1-01-SP 128-1-01-SP J83-1-01-SP [.99-0-00- r, I f: LEGAL REGULATIONS AND RESPONSIBILITIES TO THE PUBLIC PROSECUTION AND PROGRESS MEASUREMENT & PAYMENT . FIELD LABORATORY BUILDING (OFF/SYSTEM 400/402) GRADING (MODIFIED) INCLUDING HAUL ASPHALTIC CONCRETE (OFF SYSTEM - 400/402) RECYCLED ASPH CONCRErE (OFF SYSTEM -. 400/402) AGGR FOR ASPH CONC (Off System 400/402) FIBER. STAB ADDITIVES (Off System 400/402) HOT MIX ASPH CONC MIXTURES (Off System 400/402) MINERAL FILLER (Off System 400/402) PLANS ( :3 ) Date: September 24, 2002 First Use Date 2001 Specifications: November 1, 2002 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION (For State Aid Contracts Only) Delete Subsection I07.23.A and substitute the/allowing: 1 07.23 ~nv;ronmental COnsiderations All ,nviroJunenW CO",ide<a,,,,,, and ni""","",..haIl be th, '-'po"'ibllity nf th, Conaty 0' multioipauty to row. lncJudmg the requirements of Section 404 of the Clean Water Act (33 USC 1344). After July I, 1991, State funded projects must comply with the requirements ofChapte~ 16 of TitIe 12 of the Official Code of Geoigia Annotated, the Georgia EnVironmental Policy Act (GEP A), of 1991. In compliance with GEP A, thoseprbjtiCts for which Federal funding is sought, and NEp A compliance is accomplished,. are exempt from the requirements of GEP A GEP A requires that environmental documentation be accomplished for County or City projects if melre than 50 petcent of the total proj"" co., " funded by . gnn' ot. Stale Agenny or a gcant of mo," tha, $250,000.00 "mad, by th, Sfatn Ag""y . the municipality or County. The "responsibl~. offic:ial of the government agency" shal! determine if a propOsed governmental action is a proposed governmental action which IIiay significantly adversely affect the qu:ality pf the environment." A. 'rb'e Following Projects Would Not Significantly Adversely Affect The QualUy OfTbe ,Rnvironment: Non-land disturbing activities and minor land disturbing activities that wo~ld not be anticipated to significantly. aff~t the quality of the environment .include the following list. These types of projects funded with state money would nbt be subjecHo environmental assessment of any kind. Hearing procedures outIinein GEP A would not be applicable. 1. Minor roadway and non-historic bridge projects. a. Modernization of an existing highway by resurfacing, .\estoration, rehabilitation, adding shoulders, widening a single lane or less in each direction and the addition of a median within previousl~ disturbCd exis,tiilg right~of. way. . b. Adding auxiliary lanes for localized purpOses (weaying, climbing, speed changes, etc.) and correction substandard curves and intersections within previously disturbed existing right-or, way. """'" . c. Non-historic bridge replacement projects in existing alignment with no detour bridge. 2. Lighting, signing, pavement marking, signalization, freeway surveillance and control systems, and railroad protective devices. 3. Safety projects such as grooving, glared screen, safety barriers. energy atteilU8tors, median barriers, etc. 4. Highw.y larnl",aping and '"'J<hcaping modifi",tion. "'" una proj_ ""d lrnck weigh sta..,,,, withJ. p"'vioosly disturbed existing right-of-way. 5. Construction of bus shelters and bays within existing right-of-way. 6. Temporary replacement of a highway facility that is commenced immedia~ly after the occurrence of a natural disaster of catastrophic failure to restore the highway for the health, welfare, and safety of the public. Section 107-Legal Regulations and ReSPOnsibility to the PUblic Office of State AId Sect/on 107-Legal Regu/lltlons and ResponsIbility to the Public B. Th. F.llowlng Ptoj".. May Not Slgnffiou,dy AdvoroeJy AlI"" The Quality or The Environment: F" proj",. :ha' will C.'an land di'hnbanco ood f" which :h", is 00 anti~pation tha, the proj"" may ognificoo.y adv"acly aff"" tho quality of the onv!ronmen, """in studi" will be un_no Th"e studka would ""'e to doe"""" wheth" " 00' :he County" municipality ahoold anti~pa~ that a project migh' signincandy adv"""ly affec' 'he qualily of :he environment. Do<umentation of the s1udi" will be -mpliahnd through the uso of the .'OEl' A Investigation Studie.~" checklist. . The types of projects that Would fall under the category, would include: i. Bridg. replacemen' proj",ts on new 1000tinn or with a detour bridge, wh", th"" are 00 aiguificant ad_e imp1lcls to hi.toric or archaeological reaources, 00 Involvomen, wI:h Foderally listed threatened and endangORd 'Pcci" and no significant adverse impact to wetlands. . 2. Pas'ing Ian.., _an nd<litions and widening projocts, where there are 00 .Ignifican' adv""" impacts to ltistnric or arehaeologiual re.sow=, no involvemen' wi:h Foderaliy lis~d threatened and endangORd .pecies and nn significan, adverse impact to wetlands. 3. Sofety an,Hnterseetion improvements wh"e th"e are 00 rignificant adver.. ;mpac. '" historic, or arch""Jrigico reaourc.., no involvemen, with Fnd"aIIy u,ted I1rrca~ned and endangered """i.. and no rignifl""" adv...e impacl to wetlands. 4. Rest area projects and truck weigh stations with no purchase of additional right-of-way. S. New localion proj_ when: th"'e are no significan, adv""" imp". to his"'ric or archaeological ,",oore.., nO inVOlvemon, with F<x1ernlly listed I1rrcatennd and endangernd 'peci.. and no .lgnifican'uv""e impact to wotJai>j,. Jf Mudi..' d_ns"a~ that the proj"" will 00' .igniflcoody adv"aeIY'affecl the qaallty of the "v.onmeni, project illes will be doeumonled If .ludl" demons_ that the proj<ct mayalgnificantiy adv"""Iy aff"" the quality of the eovjTonmen~ development of ao environmental effects report (ERR) will be undertaken along with full GEP A compliance. C. The Following' ProJ_ May Slgnllicanfiy Adversely AlIict The Quality Of Th. Envko_n,: Thi. "'ego,," of proj",ts may inc1<U!e major wid""ng and new loealloa proj",... If '<wi! proJ_ rerol, in a 'lgnifi"" adverse effect, an EER shall be prepared. D. EER Procedure: GEP A "u. for consider,tion of the "cumulative eff"" of :he pro"",,,, government actio.. on tho envlroument.. ...if . series of ",opas,,", govenun.., ""ions are rolatnd either geographIcaUy or" logical parts in a chain of con!enlplall:d actiOns," Therefoi~ EER', for 'cotio", of roadways to be widened or buil' as new location facilities willlnclwk all projects that are. connected geographically or as logical parts in a chain of contemplated actions. I. During Pl<paratio..f an en,;"nomental effec' report. the Coun,y " Municipality WlIl consult with and soH ell comments from agencies that have jurisdiction by law, special expertise, or other Interest with respect to environmental impacts. 2. In compliance with GBP A the following shaII be contained in the EBR, at a minimum: a. Cover sheet; b. Executive SUmmary; c. Alternatives, including the no-build; d. R'Ievoo, environmental..tting: Geology, soil., ""er .upply ood wetlands. floral faon~ arch""Iogyihl'to,,", economic environment, energy, cultural resources; e. The env!ronmentallmpacl of the propo.nd action of the relev.., acmag and mitigation in",,,,,, proPOSed to avoid or minimize adverse impact; f. Unavoidable adverse environmental effects; g. Value of short-term uses of the environment and maintenance and enhancement of its long-term value; h. Benefi~al "peets. both long ....m. and .bort ~,m..d its "'onomic adventag" and di"d"elages: i. Conunents of agenel" which have jori.diction by law, .pecial eaperti.., "oth" ie_, with respec, to any environmental impact or resource; . Office of State Aid Page 2 SectIon 107..Legtll RegulatIons and Responslbll/ty to the Public 3. At least 45 days prior to making a decision as to whether to proceed with the undertaking, publish in the "legal organ of each Q)unty in which the proposed governmental action or any part thereof is to occur, notice that an environmental effects report has been prepared". 4. The County or Municipality shall send a copy of the HER and all other comments to the Director, BPD. 5. The County or municipality shall make the document available to the pubJic.and agencies, upon request. . ., . , 6. A pilblic hearing will be held in each affected county if at least 100 residents of the State of Georgia request on within 30 days of publication in the legal organ of an affected County. The responsible official or his designee may hold a public hoaring ifless than 100 requests are received. (The county or municipality is not relieved of other State legal ~uirements of public hearings, however.) 7. Following the public notice period and/or public hearing, a summary of the document, com,ments received and recommendation as to whether to proceed with the action as originally prepared, to proceed with changes, or not to proceed will be p~epared (Notice of Decision). 8. This decision document, when signed by the responsible official, will be scnt to the director, EPD, and an abbreviated notice of the decision will be published in the legal organ of each County in which the proposed · governmental action or any part thereof is to OCcur. 9. A copy of the decision document, the EER and public hearing comments (if any} will be sent to the Department Of Transportation, Office of Environment and Location and The Department of Natural Resources, EnvironmeiItaI Protection Division for their files. Department Of Trawportatfon Office Ot Environment And LocAtion 3933 A v~tion CIrcle At1s.Qta, Georgia 30336 Department or Natural Resources Environmental Protection Division 205 Butler Street, Se Suite 1152 Atlanta, Georgia 30334 Any mitigation measures identified in the EER will be incorporated into the final project plans. I i I ! Office of State AId Page 3 . Date: May 29, 2001 First Use Date 200 I Specifications: November 1, 2002 DEPARTMENT OF TRANSPO~TATION STA TE OF GEORGIA . SPECIAL PROVISION Section 10B-Prosecutlon and Progress Retain Subsection 108.03 except as modified below: For this Project, the Progress Schedule required by Subsection 108.03 need not be subntitte(L , ~ ~ j Date: July3,2001 First Use Date 2001 Specifications: November 1, 2002 DEPARTMENT OF TRANSPORTATION STA TE OF GEORGIA " l I . SPECIAL PROVISION SectIon 109-Measurement & Payment . (City ICounty Contracts) Delete the first sentence of Subsection 1 09. 07.A, paragraph one, and suustitute the following: A. General: On the tenth day of each calendar month, the total value of Items complete in place will be estimated by the Engineer and certified for payment Date: August 8, 2002 First Use Date 2001 Specifications: November I, 2002 DE~ARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION SectIon 152-Field Laboratory BuildIng Delete Subsection 152.1.02.B am! substitute the following: , f B.. Referenced Documents GDT 38 GDT 83 NFPA-lOA Delete Subsection 152.3. 05.D.5.e throuth h. . July 23,2002 Date: September 24, 2002 First Use Date 2001 Specifications: November 1, 2002 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL P~OVISION ~, (For State Aid. Contracts Only) Section 228-Grading (Modified) Including Haul Add the following: . 228.1 General Description Grading (MOdified) Including Haul consists of the following: · . Excavation of all materials .of whatever nature including borrow if required, to alignment, grade and typical cross-sections shown on the plans or as directed by the Engineer . . · All necessary hauling, formation of embankments, shoulder construction, subgrade construction, ditch excavation, finishing and dressing, ~eplacement of unsuitable material removed from the . subgrade, and disposal of any unsuitable or surplus material. · Removal and disp6sal of miscellaneous roadway items including, but not limited to, curbs, drainage structures and pavements, unless established as sePll!ate contract items. · All necessary clearing and grubbing in accordance with SeCtion 201 and Section 202, re<juired to complete the work unless these items have been established as pay items in the contract. 228.1.01 Definitions Genera{Provisions 101 througq 150. 228.1.02 Related .References A. Staridard Specifications . . Section 109 Section 201 Section 202 Section 205 Section 206 Section 207 . . Section 208 .Section.209 B. Referenced Documents General Provisions 101 through 150. Office of State Aid Page 1 Grading (Modified) 41cluding Haul 228.1.03 Submittals General Provisions 101 through 150. 228.2 Materials Use sI1 suitable material excavated, including that taken from trenches, roadway ditches and slopes, In fanning embankments as far 8;S practicable. Use surplu. or unsuitable materials iu flattening slapes of embankments, backfilling washes or ditches, or . wasted back of the construction lines as directed. 228.2.01 Delivery, Storage, and Handling General Provisions 101 through 150. 228.3 Construction Requlteinents I ! ., . I .228.3.01 PerSonnel General Provisions 101 through 150. . 228.3.02 Equipment Use construction equipment approved by the Engineer that will not damage base, pavement or other appurtenances to be retained. 228.3.03 Preparation General Provisions 101 through 150. I 1 I 228.3.04 Fabrication General Provisions 101 through 150. 228.3.05 Construction Pedonn the work according to the appropriate portions of Sectio08201, 202,205,206,207,208, and 209 of the Specifications. _ A. Clearing and Grubbing Perform clearing and grubbing well in advance of excavation and embankment construction. B. General Requirements 1. Cross Section As a minimum requjrern~nt, grade the roadway according to the specified typical sections. 2. Slopes, Ditches, Shoulders . Pert'onn excavation so that front slopes, ditches and shouldern are neatly trimmed to the lines given. Additional shoulder width will be pennitted when extra width shoulders are ready in place and fit the existing roadbed provided the finished shoulders present a reasonably unifonn appearance. Office of State Aid Page 2 Grading (Modified) Including Haul 3. Shaping and Dressing Afto! all excavation and formation of embankmenta and shoulders has been sUbstantially completed, properly shape, finish, and dress the roadway in reasonably close confonnity to the lines and grades given. 4. Compaction Cqnstruct all embankments in 8 inch (200 rnm) layers and the full width of the cross section. Compact in according to Section 208 of the Specifications. C. Plae1ag Base Material Prior to placing any base material, the finish the subgrade according to Subsection 209.3.05 of the Specifications. .. 228.3.06 Quality Assurance . General Provisions 101 through 150. 228.3.07 Contractor Warranty and Maintenance General Provisions 101 through 150.. 228.4 Measurentent Grading Modified InclUding Haul is measured In Unear Miles (kilometers) along the Centerline of the mad or the median, including ramps, when shown on the Plans. S1llJllus material may be disposed of beyond the end of the Project, but the distance (miles or kilometers) measured for payment will not extend beyoM the established termini. 228:4.01 Lilllits General PlOvisiol).s 101 through 150. 2~8.5 Payment The item of Grading (Modified) Including Haul is paid for at the Contract Unit Price Per linear Mile (kilometer) complete, in place, and accepted. Payment is full compensation for clearing and grubbing inside . the COnstructionlimita wbere this item is not ,hown as . "pmte item"in the Contract, for all excavation tn . the typical section required or as modifieri herein, fOnDstion of embankments, construction of shoulders, bScking out subgrades for pavement, flUShing f111 slopes and ramps,filling washes, wasting s1llJllns or un,nitable material, finishing and dressing, cleaning of ,ide ditches, all hauling of excavation, and any. . incidentals necessary to complete the Item. . . No separate paymeni be made for finishing and dressing. Inclnde the co,t of necessary finishing and dressing to Comply with these Specification, in the Contract Unit Price of Grading (Modified) Including Haul. . Pa ent will be made under: tern No. 228 adin (modified, inc1udin haul 228.5.01 Adjustments .Qeneral Provisions 101 through 150. Office of State Aid Page 3 Date: August 8, 1002 Revised September 4,2003 First Use Date 2g01 Specifications: November 1,2002 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION OFF SYSTEM USE ONLY Delete Sub$ection 400.2 and substitute the/allowing: Section 400-Hot .Mlx Asphaltic Concrete Construction . 400.2 Materials Ensure that materials cOmply with the specifications listed in Table 1. Table 1-Mater;als SpecificatIons . Material Subsection Asphalt Cement, Grade Specified mi Coarse Aggregates for As"phaltlc Concr.ete . 8.02.2.Q.2 FIne Aggregates for ASphaltic Concrete .8.02.2.01 Heat Stable AnU-Strlpplng AddItive 831.2.04 Hydrated LIme ~8Z.2,03 Slffcone Fluid ~1.2,O5 BitumInous Tack, Coat: PG 58"22, PG 64~22, PG 67-22 820.2 Hot MIx Asphaltic Concrete Mixtures , 828 Delete Subsection 400.3. 02.B.5. . Delete Subsection 400.3.02.B.8. Delete Subsection 400.3.02. C. 5. Delete Subsection 400.3.03.A.3 Table 2 and Substitute the following: Tabre 2-Appficatfon Rates for Brtumlnous Tack, gallyd2 (Um2) Minimum Maximum AI( Mixes. 0.04 (0.180) 0.06(0.270) . table 3-Levellng and Patching Mix Types Thlckn.... Rate of Spread . Up to O.751~ (19 mm) Up to 85 fbs/yd2 (45 kg/m2) 'On thin leveJlng courses and freshly plaCed asphaltic concrete mixes, reduca the applIcatIon rate to 0.02 to 0.04 gaVyd2 (0.09 to 0.18 Um2), Delete Subsection 400.J 03.B.4 and Substitute the following: 4. Use leveling course mixtures that meet the requirements of the job mix formulas defined in: · Subsection 400J.05,A "Observe Comoosition of Mixtures" · Section 828 Delete. Subsection 400.3. 03.B. 5 cmd Substitute the following: 5, If the leveling and patching mix type is undesignated, determine the mix type by the thic1cness 01 spread rate according to Table 3. . Type. of MIx 4.75mm Mlxor9.5 mm Superpave (Level A) 0.75.to 1.51n (19 to 38 mm) 85 to 165 'b~d2(45to 90 kglm2) 9.5.mm Superpave (Level B) 1.5 to 21n (38 to. 50 mm) 165 to 220 Ibslyd2.(90 to 120 kg/mt) 12.5 mm Superpave' 2 to 31n (50 to 75 rom) 220 to 330 Ibslyd2 (120 to 180 kg/m2) 19 mm Superpave t OIer 3 In (75 mm) Over 330 IbslycP (180 kg/ma) 25 mm SU~rpav8 · These mixtures may be used for isolated patches no IOOre than 6 in. (1 SO mm) deep and no more than 4 ft. (1.2 m) in diameter or length. Delete Subsection 400. 3. 05.D.1. Delete Subsection 400.3.05.D.3. Delete Subsection 400.3.05.E and Substitute thefollowing: E. Observe Weather Limitations Do not mix and place asphaltic concrete if the existing surface is wet or frozen. Follow the temperature gw~elines in the follOWing table: ,. Table 4-Llft ThIckness Table I ! 1 Lift ThIckness 1 In (25 mm) or less 1.1 to 2 In (26 mm to 50 mm) 2.1 to 31n (51 mm to 75 mm) 3.1 to 4in (76 mm to 100 mm) . 4.1 to 8 In (101 mm to 200 mm) MInImum Temperature 55 'F (13 O-C) 45 tF (8 'C) 35 OF (2 'C) 30 'F (0 'C) Contractor's discretion i i ., Delete Subsection 400.3. 05.F.} and Substitute the following: I. Detennine the course I s maximum cotppacted layer thickness by the type mix being used according t~ Table 5. '. Mix Type Minimum Layer MaxImum layer Maximum Total Thickness Thlcknesl . ThIckness 25 mm SUperpave 3 In [75 mm) 51n (125 mm) · - f 9 111m Superpave 1 3/4 In (44 mm) 3 In [75 mm) · - f 2.5 mm Superpave. 1 3/8 /n '(35 mm) 2 1/2 In (62Il:1m). Bin (200 rp'm) 9.5 mm Superpave 3/4/n (19 mm) 2 In (50 mm) 4. in (100 mm) Level A) 9.5 mm SUperpave Levels 7/8 In.(22 mm} 2 In (50 mm) 4 In (100 mm) B, C, or 0) . 4.75 mm Mix 314 In (19) mm} 1118 h(30 mm) 2 In (50 mm) · Allow up to 6 in (150 mm) per 11ft on trench widening. .PJace 9.5 mm Superpave and 12.5 mm Superpave up to 4 in (100 mm) thIck for driveway and sIde /'Oad translllon. .. . . Tabre 5-Maxlmum Layer Thickness Delete Subsection 400.3.05.93. Delete Suqsection 400.3. 06.A.l and Substitute the following: 1. Detennine Lot Amount A lot consists of the tons (megagrams) of asphaltic concrete produced and placed each production day. If this production is less than 500 tons (500 Mg), or its square yard (meter) equivalent, production may be incorporated into the next working day. The Engineer may terminate a lot when a pay adjustment is imminent if (plant or materials adjustment resulting in a probable coirection has been made. Terminate all open lols at the end of the month, except for materials produced and placed during the adjustment period. lithe final day's pro~uction does not constitute a lot, the production may be included in the lot for the previous day's run; or, the Engineer may treat the production as a separate lot with a corresponding lower number 'oftests. ". Delete Subsection 400.3. 06.A.2 and Substitute the following.' 2. Determine Lot Acceptance Ifthe Engineer detennines that the material is not acceptable to leave in place; the ma,terials shall be removed and replaced at the Contractor's expense.. , Delete Subsection 400.3. 06.A.3. b.3). (g) and Substitute the following: I (g) Add the following infonnation on load tickets from which a sample or temperature check is taken: ' . ! NOTE: For leveling courses leu than 110 Ib/yd' (60 kg/m') that have quality Ulurance tesf results outside the Mixture Control Tolerancer ofSectfon 828. use the Department's test results anI . , Mixture temperature Signature of the QCf person performing the testing Delete the text-box note under Table 6 in Subsection 400.3. 06.A.3. b. 4). a). Delete Subsection 400.3.06.A.3.b.4).b) and Substitute ihefo/lowing: b) Quality Assurance Sampling and Testing (1) Randomly take a mininuun of two' quality assurance samples from, the lesser'offive days or five lots of production regardless of mix type or nl1J?1ber of projects. , (2) Compare test deviation from job mix formula to Mixture Control Tolerances in Section 828. Ifresults are outside these tolerances, another sample from the respective mix may be 1aJcen. !ftest results of the additional sample are not within Mixture Control Tole~ces, the Deparnnent will take the following action: · Tue random samples from throughout the lot as in Subsection 400.3.06.A.l.b.3 and use these test results for acceptance and fu calculations for the monthly plant rating. ' · Determine if the Contractor's quality control program is satisfactory and require prompt corrective action by the Contractor if specification requirement.! ace not being met. · Determine if the QCf has not followed Departmental proCedures or has provided erroneous information. . , '. Take sanlples of any in-place mixture represented by lUlI,cceptable QCf tests and uscfthe additional sample results for acceptance and in calculations for the monthly plant rating and apply appIicable pay factors. Delete Subsection 400.3.06.B and Substitute the following: B. Compaction Detennine the mixture compaction using either OD! 39 or .Q1IT22. The coq,action is accepted in lots defined in Subsection 400.03.06.A "Acceptance PlaniJ" and is within the same lot boundaries as the mixture acceptance. 1. Calculate Pavement Mean Air Voids The Department will calculate the pavement air voids placed within each lot as follows; a. Average the results of 5 tests run on randomly selected sites in that loe b. Select the random sites using OPT 73. Density tests are not required for asphaltic concrete placed at 90 ibslyd~ (50 Ic.w'm~) or leSs, 4.75 mm mix. Compact these courses to the Engineer's satisfaction. The maximum Pavement Mean Air Voids for all Superpave mixtures shall be 8.3 percent The adjustment period for density shall be three lots or three production days, whichever is less, in order for the contractor to ensure maximum Compactive effort has been achieved which will yield no more than 8:3 percent Me/ll1 Air Voids., If the contractor needs to adjust the mixture to improve density results, a change in the job mix formula may be requested for approval during the adjustment period so long as the following values ar~ not exceeded: · Coarse control sieve .t 4% · No.8 (2.36 mm) sieve i: 2% · No. 200 (75 )lm) sieve i: 1 % · Asphalt Content i: 0.2% All value changes must still be within specification limits If the Office of Materials and Research is satisfied that the Ccntractor has exerted the maximum compactiveeffort and is not able to maintain Pavement Mean Air Voids at no more than 8.3% after the adjustment peroid, the Engineer may establish a maximwn target for Pavement Mean Air Voids. If the pavement mean air voids within a Lot exceeds 8.3% (or 100% of the maximum target air voids, if established) is not maintained, the Engineer may stop the paving operation until appropropriate steps are taken by the Contractor to correct the problem. UponapprovaJ of the Engineer, the paving operation maybe restarted but will be limited to a 1000 .ft (300 m.) test section to verify' that the corrective action nlcen will result in satis factory density. Continued operation may not be pennitted if the pavement mean air voids fail to meet the specified density requirements. 2. ObtainVniform Compaction For a Lot to be accepted for COmpaction, the air void range cannot exceed 4% for new construction or S% f()r resurfac~g projects. The range is the difference between the highest and lowest acceptance test results within. the affecredlot . Delete Subsection 400.3. 06. C and Substitute thefollo~ing: c. Surface Tolerance In this Specification, pavement courses to be overlaid with a mction courSe are considered surface cowses. Other asphalt paving is subject to straightedge and ~ua1 inspection and irregularity correction as shown below: 1. Visualllnd Straightedge Inspection Paving is subject to visual and straightedge inspection during and after construction opentioni until Final Acceptance. Locate surfa~ irregt,tJarities as follows: . a. Keep a 10 ft (3 m) straightedge near the paving operation to measure surface irrogularities on courses. Provide the straighredgo and the labor for its use. b. Inspect the base, intermediate, and surface cowse surfaces with the straightedge to detect irregularities. c. Correct irregularities that exceed 3/16 in. oin 10ft (S nun in 3 m) for base and intermediate courses, and. 1/8 in in 10ft (3 nun in 3 m) for surface courses. . 0 Mixture or operating techniques will be stopped if irregularities such as rippling, tearing, or pul.ling occur md the Engineer suspects a continuing equipment problem Stop the paving operation and correct the pro~lem Delete Subsection 400.3. 06.D and Substitute the following: D. Reevaluation of Lots Reevaluation of Llts and acceptance will he based On Department evaluations. The Department will be reimbursed by the Ccntractor for all costs of these evaluations. Delete Subsection 400.4.A.2.b and Substitute thefo#owing: b. Ensure tlUlt the corrected surface course complies with Subsection 400.3.06.C.1. "Visual and StraiRfuedge Inspection." The mixture required to correct a deficient area is paid for at the Ccntract Unit Pri ce of the course being corrected. The quantity of the additional mixture shall not exceed the required calculated quantity used to increase the average thickness of the overlaid section to the maximum tolerance allOWed under the following table. Table 11-Thlcknes.s and Spread Rate Tolerance at Any Given Locatiqn Course Thlckn... Specified. Spread Rate SpecIfied ! - ,. i Asphaltic concrete base COurse IntermedIate and/or wearing course Overall of any comblnatlon of 1 and 2 :I: 0.5 In (:1:13 mm) .t 0.25 In (:I: 6 mm) :!: 0.5 In (t13 mm) +40 Ibs, -50 lbs (+20 kg, -30 kg) +20 Ibs, -25 lbs (+10 kg, -15 kg) +40 /ba, -50 Ibs (-+20 kg, -30 kg) NOTE 1: Thlckne.. and 'pread rate tOlerane" are provIded to allow nonnal variation. within _ glv.n lot. Do not contlnuou.'y oPilrate at._ thlekn... or .prald ratt not .peelfreel. . When the Plans specify a thickness, the Engineer may take as many cores as necessary.to determine the a.verage . thickness of the intermedia~e or surface course. The Engineer shall take a minimum of one Core per 1,000 ft (300 m) per two lanes of roadway. Thickness will be detennined by average measurements of each core according to GDT 42. If the average eXceeds the tolenmces specified in the Subsection 40Q.4 .A.2. b. .Table 1 J. 6lThiclcness and Soread Rate Tolerance Ilt Anv Given LocatiorC, additional co~ will be taken to determine the area of excess thickness and excess tonnage will not be paid for. Delete Subsection 400.5 and Substitute the following: 400.5.Payment Hot mix asphaltic concrete of the variouS types are paid for at the Contract Unit Price per ton (mega gram) or per square yard (meter). Pa}'Inent is full compensation for furnishing and placing materials including asphalt cement, hydrated limo when required, approved additives, and for cleaning and repairing, preparing surfaces, hauling, mixing, spreacling, rolling, and peIfonning other operations ta complete the Contract Item Payment will be made under: . i I ! . Item No. 400 Asphaltic concrete ~ Superpave, arouo-b1enQ. IncludJng polymer-mOditled Per ton (megagram) bituminous materials and hydrated lIme Item No. 400 AsphaltJc concrete .lmQ Superpave, arouo-blencj, IncludIng bituminous materials Perton (megagram) and hydrated lime Item No. 400 AsphaltIc concrete ~ Superpave, arouo-blenQ, InclUding bituminous materials, Per ton (megagram) Gllsonlte modIfier, and hydrated lime Item No. 400 - Inches asph~rtJc concrete, ~ Superpave, groue-blend, IncludIng . Per $qUare yard (meter) bituminous materials, Gllsonfte .modlfier, and hydrated lime Item No. 400 Aspba/tJc concrete ~ Stone Matrix Asphalt, arouo-blen<t, includIng' polymer- Per ton (megagrarn) modifJed bitumInous materials and hydrated .Ume' . Item No. 400 Asphaltic concrete !Y.IN OGFC, ~ only, InclUdIng bitumInous materials and Per ton (megagram) hydrated lime -. Item No. 400 Asphaltic concrete ~ OGFC, ~ only, Including polymer-modified Per too (megagram) bitumInous materials and hy~rated lime Item No. 400 Asphaltic concrete.~ Porous European MIx, ID:21lQ.2 only, includIng POlymer- . Per ton (megagram) modified bitumInous materials and hydrated lime 400.5.01 Adjustments A. Materials Produced and Placed During the Adjustment Period (This Subsection is Deleted.) B. Determine Lot Acceptance The control sieves used in the mixture acceptance for the various types of mix are indicated below: Control SIeves Used In the MIxture Acceptance Schedule Control SIeves U.ed In the MIxture Acceptance Schedule Asphaltic concrete 25 mm Superpave 112 In., No.8 (12,5 mm, 2.36 mm) sIeves and asphalt cament AsphaIlic concrete 19 mm Superpave 3/8 In., No.8 (9.5 mm, 2.36 mm) a1eves and a4phaltcement A.$phalUc concrete 12.5 mm Superpave 3/8 In., No.8 (9;5 mm, 2.36 mm) sieves and asphalt cement Asphaltic Concrete 9.5 mm Superpave No.4. No.8 (4.75 mm, 2.36.mm) sIeves and asphalt cement AsphaltIc concrete 4.75 mm MIx No. B (2.36 mm) sieve and asphalt cement The Department will perform the following t!sb: 1. Determine the mean of ~e deviations from the job mix formula per test results per lot. 1. Determine this mean by averaging the actual numeric value of the individual deviations 1i'om the job mix formula; disregard whether lh~ deviatioDS are positive or negative amount". C. Calculate Pnement Mean AlrVo(ds The Department will detennine the percent of maximum air voids for each lot by dividing the pavement mean air voids by the maximum pavement mean air voids acceptable.' . D. Asph~ltic Concrete For Temporary Detours . Hot mix asphaltic concre~ placed on temporary detours that will not rernain)n p.lace as part of the Permanent pavement does not require ~"'d Iilno.Ilo1 nnx us<<l for au; pwposo j, paid fm at an adjust<d Comnct Prico_ _. Where the Contract Price of the asphaltic concre~ for permanent pavement is let by the ton (megagram),. the Contract Price for the uphaltic concrete placed on temporary detours is. adjusted by subtracting $0.75Iton (SO.85/mg) ofmbc used. . Where the Contract price of. the mix in the permanent pavement is based on the square yard (meter), ob~in the idjlL1ted price for the same mix Used on the temporary de.tour by subtractiJ:Ig $O.04/yd2 .(SO.05/ nf) per I-in (25-mm) pIan depth. Further price adjustments required in Subsection 400.3.06. "Ouality Acceotance." ace based on the appropriate adjusted Contract Price for mix used in the temporary detour work. I 4 ! I Date: November 4, 2003 First Use Date: February 1, 2004 DEPARTMENT OF TRANSPORTATioN STATE OF GEORGIA SPECIAL PROVISION Section 400-Hot Mix Asphaltic Concrete Construction Delete Subsection 400.2.01.A.3 and substitute the following: 3. Insulate the sides and front end of the Oed with an insulating material confOrl'ning to the following requirements: · Consists ofbuiJders insulating board o! equivalent · Has a minimum "R" value of 4.0 · Can withstand approxiniately 400 OF (200 oc) temperatures Install the insulating materiai so it is protected from loss and contamination. A "Heat Dump Body" may be used in lieu of insulation of the bed. ''Heat Dump Body" refers to any approved transport vehicle that is capable of diverting engine e~aust and transmitting heat evenly throughout the dump body to keep asphalt at required temperature. Mark the "Heat Dump Body" clearly with "OPEN" and "CLOSE" position at the exhaust divertor. Install a padlock and lock it in the "OPEN" position when the "Heat Dump Body" is used to transport bituminous mixtures. , . 1 Date: August 8, 2002 First Use Date 2001 Specifications: November 1,2002 . DEPARTMEN'r OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION Delete Subsection 402.2.A and substitute the following: Section 402-Hot Mix Recycled Asph!l'tlc Concrete . A. RAP Material ~ompositJon Use RAP materials from any of the following: · Existing roadway · Contractor's RAP stockpile that has been approved by the Department · PepartInent stockp~e NOTE: The location of Departnient RAP material stockpiles will be given on die Plans. 1. RAP Percentage Limit the percentage of RAP allowed in recycled mixes so that the overall ambuntof alluvial gravei does not exceed 5 percent of the. total mix. The per~ntage of alluvial gravel, local sand, lInd Group r material in the RAP win be determined through petrographic analysis or available records. RAP furnished to the Contractor but not used in the w~rk remains the Contractor's property. RAP used in the recycled mixtures for mainline or ramps (if applicable) may make up from 0 to 4() peri:;ent of the mixture depending on the amount of RAP Available, the production facilities, and whether tbe mixture lDOets the requirements in Section 828. The maximum ratio of RAP material to the recycled mixture is 40 per~nt for continuous mix type plants.and 25 . percent for batch type plants. 2. Process RAP Material Process RAP material to be used in the recycled mixture so that 100 percent will pass the 2 in (50 mm) sieve. Additional crushing and sizing may be required if the RAP aggregate exceeds the maximum sieve size for the mix type as shown in .section 82S. Obtain representati ve materials from the RAP stockpile for the mix design, . . ~. Delete Subsection 402.2.F and substitute the following: F; Recycled Mixture The recycled mixture shall be a homogenous mixture of RAP or RAS material, virgin aggregate, hYdrate<llime. Iind neat asphalt cement Further, ensure that the mixture is appropriately treated with an approved anti-stripping agerit, either a heat stable anti-striping additive or hydrated lime. Anti-stripping agent can be chosen at the Contrac.tor's discretion except where noted in the Pay Item Designation. Ensure that the miXture conforms to ari approved mixture design outlined in Sectio~ 828. Where hydrate<l1irne is IlScd, it shall be added at a rate of 1.0 percent of the virgin aggregate portion plus 0.5 percent of the aggregate in the RAP portion of the mixture. Where heat stable anit-strip additive is used, it shaH be added at a rate of 0.5 percent oftJJe neat asphalt cement added to the mixture. . Date: November 15,2002 First Use Date 2001 Specifications: November.!,2002 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION Section 40~-Hot Mix Recycled Asphaltic Concrete Delete the payment table under Subsection 402.5 and Substitute the following: Payment wi,11 be made under: Item No. 402 Recycled asphaltic concr!3te ~ SUperpave, group-b/end, IncludIng bituminous Per Ion (megagram) materials Item No. 402 Recycled asphalttc concrete ~ ~uperpave, 9roup-blend, IncludIng bitumInous Per ton (megagram) materials and hydrated lime Item No. 402 Recycled asphaltic concrete ~ superpave, groUp-blend, including Polymer. Per ton (megagram) modifled bituminous materials and hydrated lime Item No. 402 ' In (mm) recycled asphaltic concrete Mf! supe,pave,' group-blend, Per square yard (meter) IncludIng bituminous materials Item No. 402 In (mm) recycled asphaltlc concrete ~ SUperpave, group-blend, Per square yard (meter) includIng bituminous materials and hydrated lIme Item No. 402 In (mm) recycled asphaltic concrete ~ 8Uperpave, 9roup-bllilnd, Per square yard (meter) inClUding po/yrner-modifled bltumln6usmaterials and hydrated lime /fem No. 402 Recycled asphaltic concrete patching Including bItumInous materials Per ton (megsgram) Item No. 402 Recycled asphaltic concrete patchIng Including bltumlno~s,materlals and Per ton (megagram) hydrated lime Item No. 402 Recycled asphaltic .concrete reveling Incfudlng bitumInous matena's Per ton' (megag'rani) Item No, 402 Recycled aspf:1altic concrete leveling 'rx:ludlng bituminous materials and Per ton (megagram) hydrated lime I I Date: August 8, 2002 First Use Date 200 1 Specifications: November 1,2002 DEPARTMENT OF TRANSPORTATION STA TE OF GEORGIA SPECIAL PROVISION Section ami-Aggregates for Asphaltic Concrete Delete Subsection 802.2.01.A.5. ~ I ,i I 11 r i i' i I .' I j ! ~ j ! ! I l , r l I f. i Date August 8, 2002 First Use Date 2001 Specifications: November 1,2002 f i i' I GEORGIA DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION SectIon 819-Ffber.StablUzJng Additives Delete Section 819: , Page 1 I ! I i I r .1 1 ! I I. t ( , ; I I I Date; August 8, 2002 First Use Date 2001 Specifications: November 1,2002 I , I i I DEPARTMENT OF TRANSPORTATION BTATE OF GEORGIA SPECIAL PROVISION Sect,ion 828-Hot Mix Asphaltic Concrete MIxtures Delete SUbsection 828.1 and Substitute the following: 828.1 General DescrIptIon This specification includes the requirements for hot mix asphaltic concrete mixtures, including: · Superpave asphaltic concrete mixtures · Fine-graded mixtures 828.1.01 Deflnltlons Nominal Maximum Sieve'Size: One standard sieve size larger than the first sieve to retain more than ten per~nt. . Delete Subsection 828.2.C.1.b and Substitute the/allowing: b. Design nllxtures which meet the fol1awin~ criteria for rotting where tested using GDT 11~: · Mix Design Level A - 0.3 in (7 rnm) maximum Mix Design Level B - 0.25 in (6 nun) maximum Mix Design Level C & D - 0.2 in. (5 nun) maximum Mixtures designed prior to July 1, 2001 which do n.ot exceed 0.2 in (5 mm) r;utting when tested at 120 "F (49 oc) using QDT 115 may be acceptable. Tests will not be required for miXtures designed ex'clusivelyfor trench widening far the 4.75 MOl mix. Delete Subsection 828.2.01. Delete Subsection 828.2.02. De~ete Section 883. I I -j I l I I, I ( \ i i [ l l J Date: August 8, 2002 First Use Date 2001 Specifications: November I, 2002 DEPARTMENT OF TRANSPORTATION STArE OF GEORGIA SPECIAL PROVISION Section 883-Mlneral Filler Il. I II f i . I I I (0 ~ C) 0 , . :b , 0 I ! 0 I ~ 0 i. 0 j a: C- .. 0 ,. Z I ti w "') 0 a: a. ... W w :z: (J) >- a: <( :i :E ::> (J) c z 0 :E ~I :z: t 0 ~. - a: . . J ~ z .. J ::> ~ 0 - .J 0 () N I- :r: N :2 I- > 9 Q.:: b ~g co iti N ~i: '" 09 cr:;: :r: 5E ~ l- N ~ <:J N ..J N N Cl -< 0 0 t- a: 0 a: 0 m fB .:i z ~ >- -< 0 ~ t- W ::!: ....J () 0 a: a: (5 u. LU 0 J: C/] LU C/] a: 0 J: W :l!J r::: c( C\J z a: Q Cl <( 0 a: >- ..J W W z 6 ,... z - n: <{ ~ w J: I- Z o tLi w cr. I- C/') w J: I- U. o cr. w co :: ::J z w J: l- I t: ~ o z o a. en w cr. 0: o o o ..J ::J o J: C/') I- en :J C/') I I- Z o fi) ...... a: w co ~ ::J Z w J: I- ~ H u ~ \Ij @ '~ 0 ...~ g g :\Ij .. .. ~ ~ >: ~ 0 t::: CI.) C,) C,) :< 9' .~ ~ .~ :Cl ij Q Cl ~ o Z fo< C,) ~ ~ ~ ..,. ~ e i ~ ~ = = ~ ~ Co .' .... .... Co I N ... \~ ~ ~ o foe B ~ tI:l .tI.l <' ~ ~ >-1 ~ ~ ~ ~ ~ ~ ~ ~. ~ ~. ~ = N N @ N .~ 3 0 tI.l .... ~ '" o ~ z -< & B ~ ~ tI.l tI.l S -< e = ~ s ~ (.'l u ~ ~ ~ ~ e r; a ~ ~ GG ..;l o ~ t ~ t ~ 11.. III ~ 8 do 0 tI.l ....... .:; M l'- j o ~ foe S s~ 11.. ~ Z o B ~ tI.l ~ ~ ~ ~ ;;;J ~ I ~ o ~ o ~ ~ ~ ~. ~ tI.l i2 u ~ >-1 ~ ~ ~ ~ , 8 ~ o ~ ~ ~ o z ~ o z o 5 re tI.l ~ ~ ~ ~ ~ ~ ~. ~ j ~ ~ ~ e ~ ~ s S l.'l A.~ ~ ~ 0 ~ f ~ ~ !j 0 ~p.; S~ -< ~ Z 0 ~; ~ @ ~o Sl~ .:s ~ ~ g ~ ~ ~ ~ ~ ~ .~ ~ ~ ~ ~ ~ Ud ~:s gs ~ 0 ~ tI.l~ ~>-1 ~ ~ g ~ P>.= ..;l E-< ~ ~ ~ 8 ~ ~~~ 5~~ ~~foe b~8 ~CjO o ~.Z ~~f-< 11.. ~ 0( ~o~ (.'l ~ ~ ~~& ;;;J :g 0 ~ s ~ f2~~ o < lJ. ~ ~ . 0 l'1 Z G ~ i U~ ~ U r.tJ 0 ~ ~ ~ ! ~ ~ ~ ! ~ ~ ~ ~ .~ f:: f-< t:Q . 0 ~. ~ ~ ~ ~ A. -< f-< foe ll:I ~p>.U~ ~ ~~~&: .1= /0< ~ ~ ~ ~ ~.~ 8 ~ rz. ~'~~fS ~ ~ ~ ~.~ . ~ ~Si~ E ~~~~ ~ Soo~ ~ f-<f-<UQ ll:I . - '\ "J . . ~: '\ "1~~'''l-/'r. . \ \. , .~."' / ~ it'. "" ~-. ,..;'" ,,"" . " " '\. ..... " sr1 III 1f'1I J,r CoHill \, elll ..... ......... ": ~ e j 1 + + Co UN T Y pf1{)(){) - Sdt;6-dC;( 9~) fI,cAmtJnd CotJllr LJl;;v""VH I V /-- yy a.LC;l I,(Ua.llLY ~Y1UIllLUnng rage:: lOr 4 Date: August 26, 2002 First Use Date 2001 Specifications: November 1,2002 Revised: January! 6, 2003 Revised: August I, 2003 Revised April !, 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 IV. Erosion, Sedimentation and Pollution Control Plan. . 167.1.01 Definitions Qualified Pers01mel- Qualified pers01me1 are defmed as persons who have successfully completed the 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 Infrastructure Permit 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 Delivery, 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 150. 167.3.04 Fabrication l_H_ .11+~~~n+"" ,.I~+ rot"ta ....." ""/thaco""rl"'a/,.,rlfl",,,pl"';<l I "'T()1/;C!;()nC!/C!hplf/,:n 1 F.7 html 7/1n/?()()I1 WI dJ~ / .)t:lAIUll lU/-- YYi:1LC::l I..(UiiHLY lYlU1HLUlHlg rage/.. or 4 General Provisions 101 through 150. 167.3.05 Construction A. General Perform inspections, rainfall data collection, tes'ting of samples, and reporting the test results on the project according to tbe requirements in Part IV of the NPpES Infrastructure permit and this Specification. Take samples manually or with the use of automatic samplers, according to the permit. Analyze all according to the pennit, regardless of the method used to collect the samples. If samples are 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 161.5.01.B. B. Inspections Have the Engineer 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 insp ections on fonn DOT - Ee-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 Eve:Ilts: Conduct inspections on these areas every seven calendar days and within twenty-four hours after the end of a rainfall event that is O.Sin (13 mm) or greater: a. Disturbed areas not permanently stabilized b. Material storage areas c. Structural control measures, Best Management Practices (BMPs) d. Water quality monitoring locations and equipment 3. MontWy: Once per month, inspect all areas where [mal 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 rel1fain in place to verify the maintenance status and that the devices are functioning properly. Continue these inspections until the Notice of Termination is submitted. C. Reports: 1. Inspection Reports: Summarize the results of inspections noted above in writing on form DOT - EC-I. Include the following information: · 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 WtP~z \..H_./h~~^^+,., ~^. "."t., rT" ""/th"C'^"rro.,I.,.,AFIC'.,.,"'ro~"l nrl'l"~";,,,,(,jch,,,lf/"n1r;'7 },tn11 '7/1 nl? (\M ~eCllOn 10/-- water \...:!uamy Morutonng ..t'age j 014 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 that require routine maintenance or correction within twenty. four hours of notification. Assume responsibility for all costs associated with additional sampling as specified in Part N.D.5.d.3.(c) and Part IV.D.5.d.3.(d), of the 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: "/ 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 informatio n is, to the best of my knowledge and belief, true, accurate and complete. I am aware that there are sign ificant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. " When a rainfall event requires a sample to be taken, submit a report of the 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 arid 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." 1) Clearing and Grubbing is complete and 90 days have passed without a qualifying rainfall event occurring in the drainage area selected as the representative sampling 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 s.ampling location. Submit this summary to the Engineer within 7 working 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 the WECS, 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. 167.3.07 Contractor Warranty and Maintenance General Provisions 101 through 150. WtfJ- 3 \..H~ .llt,...,.......~nt') ~"t ",+-:,tp fT'J 11 "/thp,,,,"rrp/nrlf/C:1npri ~ 1 nrn"i c:innc:/c:np.lf/<m 1 f.7 htm 1 7/1, O/?n04 "vI.JUUH 1 U /-- YY iiLt:r ~ualll)' lVlOnnormg Page4of4 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 outfall sample constitutes one sample. 167.4.01 Ljmits General Provisions 101 through 150. Submit the report to the Engineer within 7 working days 167.5 Payment Payment for Water Quality Mor.itoring 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 permit and this Specification, obtaining samples, analyzing samples, any and all necessary incidentals, and providing results of turbidity tests to the Engineer, within the time frame required by the NPDES Infrastructure permit, and this Specification. . This item is based on the rainfall events that require sampling as described in Part IV.D.S 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 perinit and this Specification, any and all necessary incidentals, and providing results of inspections to the Engineer, within the time frame required by the NPDES Infrastructure permit, and this Specification. Water Quality 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 101 through 150. Per each VlQ-f 1-.....~.llrn......,."t,., rl"t C!t'Jtp fT'J llC!/tl""C!r\11r,..p/nrif/c:nP:('.i~1 nrnvi!:irlnc:/.c:hp:lf/.c::nl/17.html 7/30/2004 ,""... ..), .~, '~_:.'-"'~.'a ~Jl<;"t;7~~~r~A~~~,;,,~ Geor~D<<1.l'lOrai]l)allf~mm~unit o~ Tff~UD~IP@IfH:mfru@rm I{OOJlillg GOOfY;" em ~ho ,f.If 0'1/0 All consultants prequaIified in 9.02 Rainfall and Runoff Reporting Company Address City, State ZIP Phone 1885 Lawrenceville- Lawrenceville, GA (770) 682- Acer Environmental. Inc. Suwanee Rd. Suite 150 30043 1861 Advanced Environmental 208 North Magnolia Street Albany, GA 31707 (229) 430- Technologies. LLC 9120 Advanced Monitoring Consultants. 3797 Lindley Circle Powder Springs, GA (770) 943- Inc. 30127 3437 ASA Engineering & Surveying. Inc. P.O. Box 430 Valdosta, GA 31602 (229) 244- 0596 AYC Group Services d/b/a ATC 1300 Williams Drive Marietta, GA 30066 (770) 427- Associates. Inc. Suite A 9456 A yres Associates 225 Peachtree St., N.E. Atlanta, GA 30303 (404) 658- Suite 1400 South Towers 9320 Beck. Taylor. & Beshara. Inc. P.O. Box 639 Braselton, GA 30S17 (706) 654- 3683 Brewer & Dudley. LLC 107 Davis Street Monroe, GA 30655 (770) 267- 4703 CCR Environmental. Inc. 3783 Presidential Parkway Atlanta, GA 30340 (770) 458- Suite 123 7943 Clean Water Consultants. Inc. 955 Honeysuckle Trail Winder, GA 30680 (770) 868- 30C Business Center Drive 1371 Columbia Engineering 440S International Blvd Norcross, GA 30093 (770) 925- Suite B-IOI 03S7 C . . . 105 Park 42 Drive Locust Grove, GA (770) 914- onstructlOn Matenals ServIces. Inc. Suite A 30248-2545 1744 Contour Engineering. LLC 975 Cobb Place Blvd. Kennesaw, GA 30144 (770) 794- Suite 308 0266 Corporate Environmental Risk 211S Monroe Drive Atlanta, GA 30324 (678) 999- Management. LLC Suite 110 0173 Earth Tech 1455 Old Alabama Road Roswell, GA 30076- (770) 990- Suite 170 2129 1400 Engineering Consulting Services, 1800 Sandy Plains Pkwy Marietta, GA 30066 (770) 590- LTD Suite 208 1971 Erosion and Sediment Control 1160 East Wesley Chapel Byron, GA 31008 (478) 825- Specialists. Inc. Road 5441 WQC- / http://www.dot.state. ga; us/dotlpreconstructionlconsultantdesignlbyc1assII902.htm 7/30/2004 Erosion Control Services. Inc. 2040 Williamson Road Griffin, GA 30224 (770) 228- 8887 Erosion Management Contractors. 632 Carter Street Ashburn, GA 31714 (229) 567- Inc. 4268 Gaskins Surveying Company. Inc. 1266 Powder Springs Rd. Marietta, GA 30064 (770) 424- 7168 Geo-Hydro Engineers 1000 Cobb Place Blvd Kennesaw, GA 30144 (770) 426- Suite 290 7100 Geotechnical & Environmental 5021 Mercer University Macon, GA 31210- (478) 757- Consultants (GEe) Drive 5691 1606 Suite D2 Golder Associates. Inc. 3730 Chamblee Tucker Road Atlanta, GA 30341 (770) 496- 1893 Greenhome & O'Mara. Inc. 2211 Newmarket Parkway Marietta, GA 30067 (770) 988- Suite 104 9555 J. B. Trimble. Inc. 6445 Powers Ferry Road Atlanta, GA 30339- (770) 952- Suite 100 2933 1022 John A. McGill. P.C. 934 Shields Pond Road Thomson, GA 30824 (706) 453- 1913 Jordan. Jones & Goulding. Inc. 6801 Governors Lake Pkwy. Norcross, GA 30071 (678) 333- 0422 KCI Technologies. Inc. 6S2S The Corners Pkwy Norcross, GA 30092 (678) 533- Suite 400 4430 Kisinger Campo & Associates. 1720 Peachtree Street, NW Atlanta, GA 30309 (404) 607- Corp. Suite 1048 1676 MACTEC Engineering and 3200 Town Point Drive Kennesaw, GA 30144 (770) 421- Consulting. Inc. Suite 100 3344 Moreland Altobelli Associates. Inc. 2211 Beaver Ruin Road Norcross, GA 30071 (770) 263- I Suite 190 5945 . J NOV A Engineering and 3640 Kennesaw North (770) 425- Environmental. Inc. Industrial Parkway Kennesaw, GA 30144 0777 Suite E PBS&J. Inc. 5665 New Northside Drive Atlanta, GA 30328 (770) 933- Suite 400 0280 Peoples & Quigley. Inc. 6059 Boylston Drive Atlanta, GA. 30328 (404) 255- 2650 Piedmont Geotechnical Consultants. P 0 B 1997 Roswell, GA 30077 (770) 7S2- Inc. . . ox 9205 Precision Planning. Inc. 400 Pike Blvd. Lawrenceville, GA (770) 962- 30046-2210 8000 Professional Engineering 12600 Deerfield Parkway Alpharetta, GA 30004 (678) 566- Consultants. Inc. Suite 100 3578 Professional Service Industries. Inc. 95 Chastain Road Kennesaw, GA 30144 (770) 424- Suite 301 6200 QORE Property Sciences 11420 Johns Creek Parkway Duluth, GA 30097 (770) 476- 3SS5 Wttle-2- http://www.dot.state.ga. us/ dotJpreconstructionlconsultantdesignlbyclass/I902 .htm 7/30/2004 Rakestraw & Associates. Inc. 83 Ty Ty Omega Road Tifton, GA 31793 (229) 382- 0009 Rindt McDuff Associates. Inc. 334 Cherokee Street Marietta, GA 30060 (770) 427- 8123 Rochester & Associates. Inc. 425 Oak Street, NW Gainesville, GA 30501 (770) 718- 0600 Rosser Civil Engineering (Division 524 West Peachtree Street, Atlanta, GA 30308- (404) 876- Of Rosser IntI. Inc.) NW 3S12 3800 S&ME. Inc. 55S5 Oakbrook Parkway Norcross, GA 30093 (770) 209- Suite 460 9550 Southern Engineering Consultants. 1011 East Hill Avenue Valdosta, GA 31601 (229) 253- LLC Suite B 0900 Southern Manor Landscaping 230 Patton Road Griffin, GA 30224 (770) 228- 6353 Statewide Engineering. Inc. 220 South Gaskin Avenue Douglas, GA 31534 (912) 384- P.O. Box 971 7723 Terracon. Inc. 28S5 Premiere Parkway Duluth, GA 30097 (770) 623- Suite C 0755 6649 Peachtree Industrial Norcross, GA 30092- (678) 421- The TBE Group. Inc. . Blvd.. 4302 0080 Suite J Travis Pruitt & Associates. Inc. 4317 Park Drive Norcross, GA 30093 (770) 416- Suite 400 7511 1 000 Abernathy Road, NE Atlanta, GA 30328- (678) 808- URS Corporation 400 Northpark Town Center 5606 8800 Suite 900 Whitaker Laboratory. Inc. 2S00 Tremont Rd. Savannah, GA 3140S (912) 234- 0696 Wilbur Smith Associates. Inc. 2920 Brandywine Rd. Atlanta, GA 30341- (770) 936- Suite 220 5539 8650 Williams. Sweitzer and Barnum. Inc. 2232 Redmond Circle Rome, GA 30165-2087 ~~~~ 234- Willmer Engineering. Inc. 3772 Pleasantdale Rd Atlanta, GA 30340 (770) 939- Suite 165 0089 Wright Padgett Christopher. Inc. 5205 Waters Avenue Savannah, GA 31404 (912) 629- (WPC. Inc.) 4000 Data current as of 6/11/2004 12:23:24 PM /t!QC-3 http://www.dot.state.ga.us/dotlpreconstructionlconsultantdesignlbyclassII902.htm 7/30/2004 " ~ .." ,...,,,.::}- ~,:n~f~::~f~:;S?\J:~..,..:"": CGe@f(~ fi~ [Oel}>>@!fltrmnf.8fiut of YIT~Il1lS~Olrlt,illlJ:uonl Kooplng Goorgi3 on the M ova All consultants prequalified in 9.02 Rainfall and Runoff Reporting Company Address City, State ZIP Phone 1885 Lawrenceville- Lawrenceville, GA (770) 682- Acer Environmental. Inc. Suwanee Rd. Suite 150 30043 1861 Advanced Environmental 208 North Magnolia Street Albany, GA 31707 (229) 430- Technologies. LLC 9120 Advanced Monitoring Consultants. 3797 Lindley Circle Powder Springs, GA (770) 943- Inc. 30127 3437 ASA Engineering & Surveying. Inc. P.O. Box 430 Valdosta, GA 31602 (229) 244- 0596 ATC Group Services d/b/a ATC 1300 Williams Drive Marietta, GA 30066 (770) 427- Associates. Inc. Suite A 9456 Ayres Associates 225 Peachtree St., N.E. Atlanta, GA 30303 (404) 658- Suite 1400 South Towers 9320 Beck. Taylor. & Beshara. Inc. P.O. Box 639 Braselton, GA 30517 (706) 654- 3683 Brewer & Dudley. LLC 107 Davis Street Monroe, GA 30655 (770) 267- 4703 CCR Environmental. Inc. 3783 Presidential Parkway Atlanta, GA 30340 (770) 458- Suite 123 7943 Clean Water Consultants. Inc. 955 Honeysuckle Trail Winder, GA 30680 (770) 868- 30C Business Center Drive 1371 Columbia Engineering 440S International Blvd Norcross, GA 30093 (770) 92S- Suite B-I0l 0357 C . . . 105 Park 42 Drive Locust Grove, GA (770) 914- onstructlOn Matenals ServIces. Inc. S' A 30248-2S45 1744 Ulte Contour Engineering. LLC 975 Cobb Place Blvd. Kennesaw, GA 30144 (770) 794- Suite 308 0266 Corporate Environmental Risk 211S Monroe Drive Atlanta, GA 30324 (678) 999- Management, LLC Suite 110 0173 Earth Tech 14S5 Old Alabama Road Roswell, GA 30076- (770) 990- Suite 170 2129 1400 Engineering Consulting Services. 1800 Sandy Plains Pkwy Marietta, GA 30066 (770) 590- LTD Suite 208 1971 Erosion and Sediment Control 1160 East Wesley Chapel Byron, GA 31008 (478) 825- Specialists. Inc. Road 5441 W~c-4- http://www.dot.state.ga.us/dotlpreconstructionJconsultantdesign/byclass/I902.htm 7/3012004 Erosion Control Services. Inc. 2040 Williamson Road Griffin, GA 30224 (770) 228- 8887 Erosion Management Contractors. 632 Carter Street Ashburn, GA 31714 (229) 567- Inc. 4268 Gaskins Surveying Company, Inc. 1266 Powder Springs Rd. 11arietta,GA30064 (770) 424- 7168 Geo- Hydro Engineers 1000 Cobb Place Blvd Kennesaw, GA 30144 (770) 426- Suite 290 .7100 Geotechnical & Environmental 5021 Mercer University Macon, GA 31210- (478) 7S7- Consultants (GEe) Drive S691 1606 Suite D2 Golder Associates. Inc. 3730 Chamblee Tucker Road Atlanta, GA 30341 . (770) 496- 1893 Greenhome & O'11ara. Inc. 2211 Newmarket Parkway Marietta, GA 30067 (770) 988- Suite 104 9S55 J. B. Trimble. Inc. 6445 Powers Ferry Road Atlanta, GA 30339- (770) 952- Suite 100 2933 1022 John A. McGill. P.C. 934 Shields Pond Road Thomson, GA 30824 (706) 453- 1913 Jordan. Jones & Goulding. Inc. 6801 Governors Lake Pkwy. Norcross, GA 30071 (678) 333- 0422 KCI Technologies. Inc. 6525 The Comers Pkwy Norcross, GA 30092 (678) 533- Suite 400 4430 Kisinger Campo & Associates. 1720 Peachtree Street, NW Atlanta, GA 30309 (404) 607- Corp. Suite 1048 1676 MACTEC Engineering and 3200 Town Point Drive Kennesaw, GA 30144 (770) 421- Consulting. Inc. . Suite 100 3344 Moreland Altobelli Associates. Inc. 2211 Beaver Ruin Road Norcross, GA 30071 (770) 263- . Suite 190 5945 . i i 3640 Kennesaw North (770) 425- NOV A Engineering and Industrial Parkway Kennesaw, GA 30144 Environmental. Inc. Suite E 0777 PBS&J. Inc. 5665 New Northside Drive Atlanta, GA 30328 (770) 933- Suite 400 0280 Peoples & Quigley. Inc. 60S9 Boylston Drive Atlanta, GA 30328 (404) 255- 2650 iiedmont Geotechnical Consultants. P.O.Box 1997 Roswell, GA 30077 (770) 752- nc. 9205 Precision Planning. Inc. 400 Pike Blvd. Lawrenceville, GA (770) 962- 30046- 2210 8000 Professional Engineering 12600 Deerfield Parkway Alpharetta, GA 30004 (678) 566- Consultants. Inc. Suite 100 3578 Professional Service Industries. Inc. 95 Chastain Road Kennesaw, GA 30144 (770) 424- Suite 301 6200 QORE Property Sciences 11420 Johns Creek Parkway Duluth, GA 30097 (770) 476- 35S5 f hlQC-5 http://www.dot.state.ga. us/ dotlpreconstructionl consultantdesignlbyclass/I902.htm 7/30/2004 j Rakestraw & Associates. Inc. 83 Ty Ty Omega Road Tifton, GA 31793 (229) 382- 0009 Rindt McDuff Associates. Inc. 334 Cherokee Street Marietta, GA 30060 (770) 427- 8123 Rochester & Associates. Inc. 42S Oak Street, NW Gainesville, GA 30S01 (770) 718- 0600 Rosser Civil Engineering (Division 524 West Peachtree Street, Atlanta, GA 30308- (404) 876- Of Rosser IntI. Inc.) NW 3512 3800 S&ME, Inc. 5555 Oakbrook Parkway Norcross, GA 30093 (770) 209- Suite 460 9550 Southern Engineering Consultants, 1011 East Hill A venue Valdosta, GA 31601 (229) 253- .LLC Suite B 0900 Southern Manor Landscaping 230 Patton Road Griffin, GA 30224 (770) 228- 6353 Statewide Engineering, Inc. 220 South Gaskin Avenue Douglas, GA 31534 (912) 384- P.O. Box 971 7723 . Terracon. Inc. 285S Premiere Parkway Duluth, GA 30097 (770) 623- Suite C 0755 6649 Peachtree Industrial Norcross, OA 30092- (678) 421- The TBE Group, Inc. . Blvd.. 4302 0080 Suite J Travis Pruitt & Associates, Inc. 4317 Park Drive Norcross, GA 30093 (770) 416- Suite 400 7511 1000 Abernathy Road, NE Atlanta, GA 30328- (678) 808- URS Corporation 400 Northpark Town Center 5606 8800 Suite 900 Whitaker Laboratory, Inc. 2500 Tremont Rd. Savannah, GA 31405 (912) 234- 0696 I 2920 Brandywine Rd. Atlanta, GA 30341- (770) 936c . i Wilbur Smith Associates. Inc. , Suite 220 5539 8650 I Williams. Sweitzer and Barnum, Inc. 2232 Redmond Circle Rome, GA 30165-2087 ~~~~ 234- Willmer Engineering, Inc. 3772 Pleasantdale Rd Atlanta, GA 30340 (770) 939- Suite 165 0089 Wright Padgett Christopher, Inc. 5205 Waters Avenue Savannah, GA 31404 (912) 629- (WPC, Inc.) 4000 . ! ! Data current as of 6/11/2004 12:23:24 PM i I i i I I V@c~~ http://www.dot.state.ga.us/dotlpreconstructionlconsultantdesignlbyclass/I902.htm 7/30/2004