HomeMy WebLinkAboutMABUS BROTHERS RESURFACING COUNTY ROADS (SUBURBAN)RESURFACING COUNTY ROADS (SUBURBAN)
PROJECT NUMBER: XXX-XX-XXXXXX
of Contents
Section
Invitation to Bid
Instruction to Bidders
Georgia Prompt Pay Act
Special Conditions
Addendum (i )
Agreement
Contractor's Statements:
Pages
...............
Bi - B3
PPA -i
Sci - Sc7
Ai - A4
➢ Conflict of Interest Statement .......................
➢ Contractor's Statement of Non - Discrimination .......................
➢ Contractor's Affidavit and Agreement Statement .......................
➢ Subcontractor's Affidavits .......................
➢ Non - collusion Affidavit of Bidder /Offeror .......................
➢ Non - collusion Affidavit of Subcontractor .......................
➢ Good Faith Efforts - Subcontractor & Supplier Contact Form .......
➢ LSB Subcontractor /Supplier Utilization Plans .......................
➢ Contractor's Bonds /Insurance ......................
➢ Contractor's Financial Experience & Equipment Statement .............
General Conditions GCi - GC37
Proposal Pi - P7
General Notes Gi - G15
Technical Specification Index
➢ Augusta Utilities Water System Project -
Measurements & Payments i - 4
➢ Water Distribution System (Section i4A) 1- 47
➢ Water Quality Monitoring 1-4
➢ GDOT Special Provisions - Traffic Control TCi - TC54
Invitation To Bid
Sealed bids will be received at this office until 11:00 a.m., Friday October 16, 2009 for furnishing:
Bid Item #09 -160 Resurfacing Various Roads — Urban for Engineering Department
am mm 161 -1u V Suburbw for Enng lepe
Bids 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 30901
706 - 821 -2422
Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street —
Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime,
subcontractors and suppliers exclusively from Imaging Technology. The fees for the plans and
specifications which are non - refundable is $25.00.
Documents may also be examined during regular business hours at the Augusta Builders Exchange, 1262 Merry
Street, Augusta, GA 30904; F. W. Dodge Plan Room, 1281 Broad Street, Augusta, GA 30901. It is the wish of the
Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is
providing the opportunity to view plans online ( www.itrearo.com ) at no charge through Imaging Technology (706
724 -7924) beginning Thursday, September 3, 2009. Bidders are cautioned that submitting a package without
Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods or services, or
coordination with other work that is material to the successful completion of the project. Bidders are cautioned that
sequestration of documents through any other source is not advisable. Acquisition of documents from unauthorized
sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his
qualifications.
A Mandatory Pre -Bid Conference will be held on Friday, September 25, 2009 @ 2:00 p.m. in the Procurement
Department — Room 605. All questions must be submitted in writing to the office of the Procurement
Department by fax at 706 - 821 -2811 or by mail. No bid will be accepted by fax, all must be received by mail or
hand delivered. All questions are to be submitted in writing by Tuesday, September 29, 2009 by 3:00 p.m.
No Bid may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10% Bid bond
is required to be submitted in a separate envelope so marked along with the bidders' qualifications; a 100%
performance bond and a 100% payment bond will be required for award.
An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in
accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the
procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of
copies needed, the timing of the submission, the required financial data, and any other requirements designated by
the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by
the Procurement Director. Please mark BID number on the outside of the envelope.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle September 3, 10, 17, 24, 2009
Metro Courier September 9, 2009
cc: Tameka Allen Interim Deputy Administrator
Abie Ladson Engineering Department
Hameed Malik Engineering Department
Bid 09 -160 Resurfacing Various Roads Urban
Page 1 of 14
Augusta, GA Engineering Department
INSTRUCTIONS TO
BIDDERS
RESURFACING COUNTY ROADS (SUBURBAN)
PROJECT NUMBER: XXX- XX- XXXXXX
SECTION IB
INSTRUCTION TO BIDDERS
IB -01 GENERAL.
All proposals must be presented in a sealed envelope, addressed to the
Owner. The proposal must be filed with the Owner on or before the time stated in the
invitation for bids. Mailed proposals will be treated in every respect as though filed in
person and will be subject to the same requirements.
Proposals received subsequent to the time stated will be returned
unopened. Prior to the time stated any proposal may be withdrawn at the discretion of
the bidder, but no proposal may be withdrawn 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.
I13-1
IB -04 PREPARATION OF BIDS
Bids shall be submitted-on the forms provided and must be signed by the
bidder or his authorized representative. Any corrections to entries made on bid forms
should be initialed by the person signing the bid.
Bidders must quote on all items appearing on the bid forms, unless
specific directions in the advertisement, on the bid form, or in the special specifications
allow for partial bids. Failure to quote on all items may disqualify the bid. When
quotations on all items are not required, bidders shall insert the words "no bid" where
appropriate.
Alternative bids will not be considered unless specifically called for.
Telegraphic bids will not be considered. Modifications to bids already
submitted will be allowed if submitted by telegraph prior to the time fixed in the
Invitation for Bids. Modifications shall be submitted as such, and shall not reveal the
total amount of either the original or revised bids.
Bids by wholly owned proprietorships or partnerships will be signed by all
owners. Bids of corporations will be signed by an officer of the firm and his signature
attested by the secretary thereof who will affix the corporate seal to the proposal.
NOTE: A 10% Bid Bond is required in all cases
IB -05 BASIS OF AWARD
The bids will be compared on the basis of unit prices, as extended, which
will include and cover the furnishing of all material and the performance of all labor
requisite or proper, and completing of all the work called for under the accompanying
contract, and in the manner set forth and described in the specifications.
Where estimated, quantities are included in certain items of the proposal,
they are for the purpose of comparing bids. While they are believed to be close
approximations, they are not guaranteed. It is the responsibility of the Contractor to
check all items of construction. In case of error in extension of prices in a proposal, unit
bid prices shall govern.
IB -2
IB-06 BIDDER'S QUALIFICATIONS
No proposal will be received from any bidder unless he can present
satisfactory evidence that he is skilled in work of a similar nature to that covered by the
contract and has sufficient assets to meet all obligations to be incurred in carrying out the
work. He shall submit with his proposal, sealed in a separate envelope, a FINANCIAL
EXPERIENCE AND EQUIPMENT STATEMENT, giving reliable information as to
working capital available, plant equipment, and his experience and general qualifications.
The owner may make such investigations as are deemed necessary to determine the
ability of the bidder to perform the work and the bidder shall furnish to him all such
additional information and data for this purpose as may be requested. The Owner
reserves the right to reject any bid if the evidence submitted by the bidder or investigation
of him fails to satisfy the Owner that such bidder is properly qualified to carry out the
obligations of the contract and to complete the work contemplated therein. Part of the
evidence required above shall consist of a list of the names and addresses of not less than
five (5) firms or corporations for which the bidder has done similar work.
IB -07 PERFOR MANCE BOND
At the time of entering into the contract, the Contractor shall give bond to
the owner for the use of the owner and all persons doing work or furnishing skill, tools,
machinery or materials under or for the purpose of such contract, conditional for the
payment as they become due, of all just claims for such work, tools, machinery, skill and
terms, for saving the owner harmless from all cost and charges that may accrue on
account of the owner performing the work specified, and for compliance with the laws
pertaining thereto. Said bond shall be for the amount of the contract satisfactory to the
owner and authorized by law to do business in the State of Georgia.
Attorneys -in -fact who sign bonds must file with each copy thereof, a
certified and effectively dated copy of the power of attorney.
IB -08 REJECTION OF BIDS
These proposals are asked for in good faith, and awards will be made as
soon as practicable, provided satisfactory bids are received. The right is reserved,
however to waive any informalities in bidding, to reject any and all proposals, or to
accept a bid other than the lowest submitted if such action is deemed to be in the best
interest of the Owner.
IB -3
Augusta, GA Engineering Department
GEORGIA PROMPT
PAY
RESURFACING COUNTY ROADS (SUBURBAN)
PROJECT NUMBER: XXX- XX- XXXXXX
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 County, Georgia. The Contractor, by executing this Agreement, specifically
consents to venue in Richmond County and waives any right to contest the venue in the Superior
Court of Richmond County, Georgia.
Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall
be due Contractor on any sum held as retainage pursuant to this Agreement and Contractor
specifically waives any claim to same.
NOTICE
All references in this document, which includes all papers, writings, drawings, plans or
photographs to be used in connection with this document, to "Richmond County Board of
Commissioners" shall be deemed to mean "Augusta Richmond County Commission - Council and
all references to "Chairman" shall be deemed to mean "Mayor ".
DISPOSALS
Prior to any material from this project being wasted or otherwise disposed of outside the project
limits the Contractor shall furnish the Engineer a copy of written permission, signed by the
property owner (or his authorized agent) describing the estimated amount and type of material to
be placed on said property. If any portland cement concrete, asphaltic concrete, wood or other
such materials are to be wasted on the property, a copy of the owner's inert landfill permit,
issued by the Environmental Protection Division shall be furnished to the Engineer prior to any
such waste being removed from the project.
In all cases, regardless of the material being wasted, a grading permit issued by Augusta
Richmond County must be furnished to the Engineer.
PPA — 1
aED — Resurfacing County Roads (Suburban)
Augusta, GA Engineering Department
SPECIAL
CONDITIONS
RESURFACING COUNTY ROADS (SUBURBAN)
PROJECT NUMBER: XXX- XX- XXXXXX
INDEX TO SPECIAL CONDITIONS
RESURFACING COUNTY ROADS (SUBURBAN)
SECTION
SC -01.
Scope
SC -02.
Bonds
SC -03.
Project Sign
SC -04.
Protection of the Environment
SC -05.
Temporary Toilets
SC -06.
City Acceptance
SC -07.
Record Drawings
SC -08.
Basis of Payment
SC -09.
Existing Structures
SC-10.
Salvage Material
SC -11.
Referenced Specifications
SC -12.
Traffic Control
SC -13.
Compliance with Laws, Codes, and Regulations, Etc.
SC -14.
Construction Order and Schedule
SC -15.
Site Access
SC -I6.
Georgia Prompt Pay Act
SC -17.
Disputes
SC -18.
Interest Not Earned on Retainage
SC -19.
Equivalent Materials
SC -20.
After Hours Inspection
SC -21.
Masters Golf Tournament
SPECIAL CONDITIONS
SC -01. SCOPE OF THE WORK
The project referred to in the Agreement shall consist of furnishing all materials,
labor, machinery, etc. necessary to construct various drainage improvements with all associated
appurtenances.
SC -02. BONDS
The Contractor will include in the lump sum payment for Lump Sum
Construction the cost of his performance and payment bonds.
SC -03. PROJECT SIGN
The Contractor will furnish and install two (2) project sign on the construction
site. The sign will carry in a prominent manner the names of the project, the Owner, the
Engineer, the Contractor, and a 24 -hour phone number for the Contractor in 4 inch letters. The
sign shall be constructed and erected on wood posts in a substantial manner 8 feet above the
ground. The full size stencil shall be approved along with colors before fabrication. The
Contractor shall include the cost of the project signs in the lump sum bid item for Lump Sum
Construction.
SC -04. PROTECTION OF THE ENVIRONMENT
The Contractor will carefully schedule his work so that a minimum amount of
exposed earth will be subject to erosion by rainfall or wind, and he will provide means
satisfactory to the Engineer to minimize the transportation of silt and other deleterious material
into the stream beds of water courses adjacent to the project.
All chemicals used during project construction or furnished for project operation,
whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, must show
approval of either EPA or USDA. Use of all such chemicals and disposal of residues shall be in
conformance with printed instructions.
SC -05. TEMPORARY TOILETS
Contractor shall provide temporary toilet facilities on the site for workmen
employed in the construction work. Toilets shall be adequate for the number of men employed
and shall be maintained in a clean and sanitary condition. Workmen shall be required to use only
these toilets. At completion of the work, toilets used by Contractor shall be removed and
premises left in the condition required by the Contract.
SC -2
SC -06. CITY ACCEPTANCE:
Notwithstanding any other obligations of the Contractor, he shall complete- the
work to the full satisfaction of the Augusta Engineering Department and the Engineer. This
provision shall not relieve the Contractor of his responsibilities for guarantees.
SC -07. RECORD DRAWINGS
The Contractor will maintain in his office one complete set of drawings (including
any supplemental sketches) pertaining to the project upon which, at the end of each day's work
any deviations from the construction lines shown thereon and all changes ordered by the
Engineer will be shown accurately in red pencil. If necessary, supplemental drawings will be
made to show details of deviations or changes, and these will be kept with the marked set. The
drawings will be available to the Engineer for inspection during construction. Satisfactory
progress toward the preparation of the record drawings shall be a condition of approval of
monthly payment estimates. At the completion of construction, prior to submitting his estimate
for final payment, and as a condition for payment thereof three copies of the record drawings,
satisfactorily completed, will be transmitted to the Engineer.
SC -08. BASIS OF PAYMENT
As explained in the section "Instructions to Bidders," payment for all items of
construction will be made at the total of the actual number, of units installed at the unit prices
stated in the Bid Schedule to the Proposal. The partial payments described in the Agreement will
be made based on the actual number of units of work completed during the month and in -place at
the unit prices stated in the Bid Schedule.
SC -09. EXISTING STRUCTURES
Where sidewalks, street signs, private signs, walls, sidewalks, fences, etc, are
removed in accomplishing the work, each and every item will be replaced in the same or better
manner or condition than that in which it was before construction began. The Contractor will
protect and hold harmless the Owner from any suit, action, or dispute whatever arising from the
Contractor's work adjacent to private property.
SC -10. SALVAGE MATERIAL
All existing installations to be removed, including but not limited to masonry and
concrete rubble, asphalt, pipe, etc. will be disposed of at an approved location by the Contractor.
sC -3
SC -I1. REFERENCED SPECIFICATIONS
Where specifications or standards of trade organizations and other groups are
referenced in these specifications, they are made as much a part of these specifications as if the
entire standard or specification were reprinted herein. The inclusion of the latest edition or
revision of the referenced specification or standard is intended.
SC -12. TRAFFIC CONTROL
Traffic control shall conform to the Manual on Uniform Traffic Control Devices
(MUTCD) of the Federal Highway Administration, latest edition. The Contractor shall give
prior written notification to and shall obtain the approval of the Augusta Fire Department, Police
Department, Emergency Medical Services, and the Augusta Traffic Engineering Department of
any street closures.
SC -13. COMPLIANCE WITH LAWS, CODES, AND REGULATIONS, ETC.
. Supplementing the provision of the GENERAL CONDITIONS, the successful
bidder awarded this contract by signing the contract acknowledges the following, however, this
is not to be construed as all inclusive or being these only:
1. Underground Gas Pipe Law:
The Contractor signing the contract acknowledges that. he is fully aware of the contents
and requirements of "Georgia Laws 1969, Pages 50 and the following, and any
amendments and regulations pursuant thereto', and the Contractor shall comply
therewith.
2. High _Voltage Act
The Contractor by signing the contract acknowledges that he is fully aware of the
contents and requirements of "Act No. 525, Georgia law 1960, and any amendments
thereto, and Rules and Regulations of the commissioner of Labor pursuant thereto' (the
preceding requirements within quotation marks being hereinafter referred to as the "high
voltage act "), and the Contractor shall comply therewith. The signing of Contract shall
also confirm on behalf of the Contractor that he:
A. has visited the premises and has taken into consideration the location of all
electrical power lines on and adjacent to all areas onto which the contract
documents require to permit the Contract either to work, to store materials, or to
stage operations, and
B. that the Contractor has obtained from the Owner of the aforesaid electric power
lines advice in writing as to the amount of voltage carried by the aforesaid lines.
SC -4
The Contractor agrees that he is the "person or persons responsible for the work to be
done" as referred to in the high voltage act and that accordingly the Contractor is solely
"responsible for the completion of the safety measures which are required by Section 3 of
the high voltage act before proceeding with any work." The Contractor agrees that prior
to the completion of precautionary measures required by the high voltage act he will
neither bring nor permit the bringing of any equipment onto the site (or onto any area or
areas onto which the contract documents require or permit the Contractor to work, to
store materials, or to stage operations) with which it is possible to come within eight feet
of any high voltage line or lines pursuant to operations arising out of performance of the
Contract. The foregoing provisions apply to power lines located (a) on the site and (b) on
any area or areas onto which the contract documents require or permit the Contractor
either to work, to store materials, or to stage operations, or (c) within working distance
for equipment or materials, being used on (a) and (b) above. These provisions of the
Contract do not limit or reduce the duty of the Contractor otherwise owed to the Owner,
to other parties, or to both. The Contractor agrees that the foregoing provisions
supplement provisions of the General Conditions. The Contractor agrees and
acknowledges that any failure on his part to adhere to the high voltage act shall not only
be a violation of law but shall also be a breach of contract and specific violation of the
provisions of the General Conditions which pertains to safety precautions.
3. Occupational Safety & Health Act
The Contractor by signing the contract acknowledges that he is fully aware of the
provisions of the Williams- Steiger Occupational Safety and Health Act of 1970 and he
shall comply therewith.
SC -14. CONSTRUCTION ORDER AND SCHEDULE
The Contractor shall be responsible for the detailed order, schedule, and methods of
construction activities within the general guidelines specified for maintenance and
protection of highway and pedestrian, traffic; utility lines; drainage ways; adjacent
properties; and as otherwise specified.
2. After notice to proceed and prior to the first payment on the contract the Contractor shall
submit the following for review:
A. Breakdown of contract price into units of cost for each item required to complete
the total work; this breakdown will be the basis for judging the percentage
complete at any time.
B. A statement of the order of procedure to be followed that will result in the
required protection and completion of the work within the overall contract time.
C. A bar chart showing the percentage of each item schedules against time and so
scheduled that Contractor's order of construction is clearly shown.
SC -5
3. With each request for payment the Contractor shall submit two copies of the bar chart
clearly marked to show the work completed at the date of the payment requested.
SC -15. SITE ACCESS
In order to minimize damage to existing paving, and landscaping, access to the site for
the Contractor's personnel and equipment will be restricted to the routes designated by the
Owner. The Contractor will be required to use only these routes unless prior written approval is
given by the Owner.
SC -16. GEORGIA PROMPT PAY ACT
This Agreement is intended by the Parties to, and does, supersede any and all provisions
of the Georgia Prompt Pay Act, O.C.G.A. Section 13 -11 -1, et seq. In the event any provision of
this Agreement is inconsistent with any provision of the Prompt Pay Act, the provision of this
Agreement shall control.
SC -17. DISPUTES
All claims, disputes and other matters in question between the Owner and the Contractor
arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior
Court of Richmond County, Georgia. The Contractor, by executing this Agreement, specifically
consents to venue in Richmond County and waives any right to contest the venue in the Superior
Court of Richmond County, Georgia.
SC -18. INTEREST NOT EARNED ON RETAINAGE
Notwithstanding any provision of the law to the contrary, the parties agree that no interest
shall be due to the Contractor on any sum held as retainage pursuant to this Agreement and
Contractor specifically waives any claim to same.
SC -19. EOUIVALENT MATERIALS
Notwithstanding any provision of the general conditions, there shall be no substitution of
materials that are not determined to be equivalent to those indicated or required in the contract
documents without an- amendment to the contract.
SC -20. AFTER HOURS INSPECTION
If the Contractor opts to work before or after normal working hours, 8 a.m. to 5 p.m.,
Monday through Friday, or on Augusta, Georgia Legal Holidays, then the Contractor must pay
for the cost of inspection by the City of Augusta, Georgia and follow all necessary procedures
Iisted in "Section 15, Right-of-way Encroachment Guidelines, Part E, Outside of Normal
Working Hours," of the Augusta- Richmond County Planning Commission Development
Documents dated September, 1999. If inspectors of Augusta- Richmond County are needed to
work outside normal business hours, Augusta - Richmond County needs to be notified in advance.
SC -6
SC -21. MASTERS GOLF TOURNAMENT
Any work planned to be accomplished during or directly before the Masters Golf
Tournament must be submitted to and approved in writing by the Owner. Consideration will be
given only for contract time extensions as a result of delays in accomplishing the work. No
consideration will be given for claims for damages.
SC -7
Augusta, GA Engineering Department
ADDENDUMS
RESURFACING COUNTY ROADS (SUBURBAN)
PROJECT NUMBER: XXX- XX- XXXXXX
i
i tai
TO:
All Bidders
Phyllis Mills, Quality Assurance Analyst
Able Ladson, Engineering Department
FROM:
Geri Sams NY
Procurement Director
DATE:
October 8, 2009
SUBJ:
Answers to Vendor Questions and Clarifications to Specifications
BID ITEM:
Bid 09 -161 Resurfacing Various Roads - Suburban
BID DUE:
Friday, October 16, 2009 at 11:00 a.m.
ADDENDUM NO. 1
The following responses are provided to vendor questions:
As discussed during the Mandatory Pre -Bid meeting, the completion time is 180 calendar days.
See the attached updated, Section A, Pages A -1 through A-4.
Q uestion: What are the ITEM NUMBERS for the "Manhole /Structure Adjustments" bid items shown
on proposal sheets P -2 through P -7 on the SUBURBAN project?
Response There is no bid item number for "Manhole /Structure Adjustments."
Question What is the FORCE ACCOUNT amount for ITEM NUMBER 00o0 on proposal sheet
P -7 on the SUBURBAN project? Will this ITEM NUMBER remain 000 -0000?
Response The amount is $30,000 see attachment. The item number will remain 000 -0000.
Q uestion: The SCOPE OF WORD: section on page SC -2 of both the URBAN and SUBURBAN
project manuals states "to construct various drainage improvements with all associated
appurtenances ". Are there any drainage improvements items on either of these
'RESURFACING" projects?
Response This shall be taken out.
Q uestion: The SUBCONTRACTOR AFFIDAVIT on page 9 of 14 in the project manuals of both the
URBAN and SURBURBAN projects states in part" ...that the individual, firm or
corporation which is engaged in the physical performance of services under a contract
with _ on behalf of Augusta Richmond County..." Is the submission of this form with
the bid applicable since (1) there is no subcontractor engaged in any work yet, and (2)
there is no subcontractor who is under a contract with any of the bidders for any work on
these projects as of the day the projects are bid? How should this form be filled out since
there is no signed subcontract in place and no service being performed. Please
provide clear instruction on how subcontractors quoting work on these projects should
complete this affidavit.
Response If there is a possibility that you might utilize Subcontractors on this project at any
time during the project, have those potential Subcontractors complete the Sub-
contractor Affidavit and Non - Collusion Affidavit of Subcontractor and submit both
documents with your bid submittal. If you will not be utilizing any Subcontractors
on this project at any time during the project, write N /A, sign, date and notarize
both forms and return with your bid submittal.
Please acknowledge addendum in your submittal
END ADDENDUM
Room 605 - 530 Greene Street, Augusta Georgia 30901 Addendum 1 Bid Item #09 -161
(706) 821 -2422 - Fax (706) 821 -2811 Page 1 of 7
www.augustaga.gov
Register at www.demandstar.com /supplier for automatic bid notification
SECTION A
AGREEMENT
THIS AGREEMENT, made on the day of 1 2009 by and between the
City of Amusta
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:
RESURFACING COUNTY ROADS (SUBURBAN)
PROJECT NUMBER: XXX- XX -XXXXX
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 C OMPLETION – LIQUIDATED DAMAGES:
The work to be performed under this Contract shall be commenced within 10 calendar days after
the date of written notice by the Owner to the Contractor to proceed work shall be
completed within 180 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.
Addendum 1 Bid item #09 -161
A -1 Page 2 of 7
AED — Resurfacing County Roads (Suburban)
ONCE MOBILIZED, THE CONTRACTOR SHALL NOT STOP MAJOR
CONSTRUCTION ACTIVITIES FOR MORE THAN 14 DAYS, UNLESS APPROVED
BY THE ENGINEERING DEPARTMENT. IN THE EVENT THAT UNAPPROVED
MAJOR CONSTRUCTION ACTIVITIES ARE CEASED FOR MORE THAN 14 DAYS,
A TOTAL OF TWO THOUSAND DOLLARS ($2,000) SHALL BE PAID TO THE
OWNER FOR EACH AND EVERY CALENDAR DAY THE CONTRACTOR DOES
NOT COMMENCE MAJOR CONSTRUCTION ACTIVITIES. MAJOR
CONSTRUCTION ACTIVITIES SHALL BE DETERMINED BY THE ENGINEERING
DEPARTMENT.
IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE THE
WORK WITHIN THE TIME HEREIN SPECIFIED, then the contractor does hereby agree,
as a part of the consideration for the awarding of this contract, to pay the Owner the sum of Two
Thousand Dollars $2,000 not as a penalty, but as liquidated damages for such breach of contract
as hereinafter set forth, for each and every calendar day that the contractor shall be in default
after the time stipulated in the Contract for completing the work.
The said amount is fixed and agreed upon by and between the Contractor and the Owner because
of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the
Owner would, in such event, sustain, and said amounts shall be retained from time to time by the
Owner from current periodical estimates.
It is further agreed that time is of the essence of each and every portion of this Contract and the
specifications wherein a definite portion and certain length of time is fixed for the additional
time is allowed for the completion of work, the new time limit fixed by extension shall be the
essence of this contract.
ARTICLE III — PAYMENT:
(a) The Contract Sum
The owner shall pay to the Contractor for the performance of the contract the amount as
stated in the Proposal and Schedule of Items. No variations shall be made in the amount
except as set forth in the specifications attached hereto.
(b) Progress PayMent
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.
Addendum 1 Bid Item #09 -161
A -2 Page 3 of 7
AED — Resurfacing County Roads (Suburban)
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.
Addendum 1 Bid Item #09 -161
A -3 Page 4 of 7
AED — Resurfacing County Roads (Suburban)
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: SEAL
Secretary
Witness
CONTRACTOR:
By:
Title: SEAL
Address:
Attest
Secretary
Witness
Addendum 1 Bid Item #09 -161
A-4 Page 5 of 7
AED — Resurfacing County Roads (Suburban)
SPECIAL CONDITIONS
SC -01. SCOPE OF THE WORK:
Resurfacing various roads.
SC -02. BONS
The Contractor will include in the lump sum payment for Lump Sum
Construction the cost of his performance and payment bonds.
SC -03. PROJECT SIGN
The Contractor will furnish and install two (2) project sign on the construction
site. The sign will carry in a prominent manner the names of the project, the Owner, the
Engineer, the Contractor, and a 24 -hour phone number for the Contractor in 4 inch letters. The
sign shall be constructed and erected on wood posts in a substantial manner 8 feet above the
ground. The full size stencil shall be approved along with colors before fabrication. The
Contractor shall include the cost of the project signs in the lump sum bid item for Lump Sum
Construction.
SC-04. PROTECTION OF THE ENVIRONMENT:
The Contractor will carefully schedule his work so that a minimum amount of
exposed earth will be subject to erosion by rainfall or wind, and he will provide means
satisfactory to the Engineer to minimize the transportation of silt and other deleterious material
into the stream beds of water courses adjacent to the project.
All chemicals used during project construction or furnished for project operation,
whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, must show
approval of either EPA or USDA. Use of all such chemicals and disposal of residues shall be in
conformance with printed instructions.
SC -05. TEMPORARY TOILETS:
Contractor shall provide temporary toilet facilities on the site for workmen
employed in the construction work. Toilets shall be adequate for the number of men employed
and shall be maintained in a clean and sanitary condition. Workmen shall be required to use only
these toilets. At completion of the work, toilets used by Contractor shall be removed and
premises left in the condition required by the Contract.
SC -06. CITY ACCEPTANCE
Addendum 1 Bid Item #09 -161
Page 6 of 7
SC-2
A VT%
RESURFACING COUNTY ROADS (SUBURBAN)
TOMS DRIVE /BREEZE HILL DRIVE
ITEM
NO.
DESCRIPTION
UNIT
QUANTITY
UNIT
PRICE
PRICE
000-
0000
Force Account
LS
1.00
$30,000.00
$30,000.00
Manhole /Structure Adjustments
LS
1.00
150-
1000
Traffic Control
LS
1.00
432-
0208
Millin As halt Concrete Pavement, 2 in
SY
13,440.00
402-
Recycled Asphalt Concrete Leveling,
1812
Incl. Bitum. Matl. & H Lime
TN
814.00
402-
Recycled Asphalt Concrete 9.5 MM
3110
Su GP 1 or 2, Incl. Bitum.
TN
1,628.00
413-
1000
Bitum Tack Coat
GAL
4,000.00
653-
2501
Thermo. Solid Traffic Stripe, 5 in, White
LF
10,080.00
653-
Thermo. Solid Traffic Stripe, 5 in,
2502
Yellow
LF
10,080.00
TOTAL:
ESTIMATED COST FOR SUBURBAN RESURFACING:
Addendum 1 Bid Item #09 -161
Page 7 of 7
Augusta, GA Engineering Department
AGREEMENT
RESURFACING COUNTY ROADS (SUBURBAN)
PROJECT NUMBER: XXX- XX- XXXXXX
SECTION A
AGREEMENT
THIS AGREEMENT, made on the day of , 2009 by and between the
City of Augusta
party of the first part, hereinafter called the OWNER, and
Mabus Brothers Construction Company, Inc.,
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:
RESURFACING COUNTY ROADS (SUBURBAN)
PROJECT NUMBER: XXX- XX -XXXXX
And in accordance with the requirements and provisions of the Contract Documents as defined in
the General and Special Conditions hereto attached, which are hereby made a part of this
agreement.
ARTICLE II — TIME OF COMPLETION — LIQUIDATED DAMAGES:
The work to be performed under this Contract shall be commenced within 10 calendar days after
the date of written notice by the Owner to the Contractor to proceed. All work shall be
completed within 180 calendar days with such extensions of time as are provided for in the
General Conditions.
It is hereby understood and mutually agreed, by and between the contractor and the Owner, that
the date of beginning, rate of progress and the time for completion of the work to be done
hereunder are ESSENTIAL CONDITIONS of this contract. Contractor agrees that said work
shall be executed regularly, diligently, and uninterruptedly at such rate of progress as will insure
full completion thereof within the time specified. It is expressly understood and agreed by and
between the Contractor and the Owner, that the time for completion of the work described herein
is a reasonable time for completion of the same, taking into consideration the average climatic
range and construction conditions prevailing in this locality.
A -1
AED — Resurfacing County Roads (Suburban)
ONCE MOBILIZED, THE CONTRACTOR SHALL NOT STOP MAJOR
CONSTRUCTION ACTIVITIES FOR MORE THAN 14 DAYS, UNLESS APPROVED
BY THE ENGINEERING DEPARTMENT. IN THE EVENT THAT UNAPPROVED
MAJOR CONSTRUCTION ACTIVITIES ARE CEASED FOR MORE THAN 14 DAYS,
A TOTAL OF TWO THOUSAND DOLLARS ($2,000) SHALL BE PAID TO THE
OWNER FOR EACH AND EVERY CALENDAR DAY THE CONTRACTOR DOES
NOT COMMENCE MAJOR CONSTRUCTION ACTIVITIES. MAJOR
CONSTRUCTION ACTIVITIES SHALL BE DETERMINED BY THE ENGINEERING
DEPARTMENT.
IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE THE
WORK WITHIN THE TIME HEREIN SPECIFIED, then the contractor does hereby agree,
as a part of the consideration for the awarding of this contract, to pay the Owner the sum of Two
Thousand Dollars $2,000 not as a penalty, but as liquidated damages for such breach of contract
as hereinafter set forth, for each and every calendar day that the contractor shall be in default
after the time stipulated in the Contract for completing the work.
The said amount is fixed and agreed upon by and between the Contractor and the Owner because
of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the
Owner would, in such event, sustain, and said amounts shall be retained from time to time by the
Owner from current periodical estimates.
It is further agreed that time is of the essence of each and every portion of this Contract and the
specifications wherein a definite portion and certain length of time is fixed for the additional
time is allowed for the completion of work, the new time limit fixed by extension shall be the
essence of this contract.
ARTICLE III — PAYMENT:
(a) The Contract Sum
The owner shall pay to the Contractor for the performance of the contract the amount as
stated in the Proposal and Schedule of Items. No variations shall be made in the amount
except as set forth in the specifications attached hereto.
(b) Pro egr ss 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
AED — Resurfacing County Roads (Suburban)
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
AED — Resurfacing County Roads (Suburban)
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: SEAL
m MA Dde dpeh have Ali
f f
Secretary
Y�)n J
Witness
CONTRACTOR: &ct CDnc1�'uc� lv
By:
Title: �rutcr
Address: qj(j
SEAL
Attest
Secretary
Witness
A -4
AED — Resurfacing County Roads (Suburban)
Augusta, GA Engineering Department
CONTRACTOR'S
STATEMENTS
RESURFACING COUNTY ROADS (SUBURBAN)
PROJECT NUMBER: XXX- XX- XXXXXX
STATEMENT OF NON - DISCRIMINATION
The undersigned understands that it is the policy of Augusta - Richmond County to promote full and equal
business opportunity for all persons doing business with Augusta- Richmond County. The undersigned covenants
that we have not discriminated, on the basis of race, religion, gender, national origin or ethnicity, with regard to prime
contracting, subcontracting or partnering opportunities.
The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable
participation of local small businesses on the bid or contract awarded by Augusta- Richmond County. The
undersigned further covenants that we have completed truthfully and fully the required forms regarding good faith
efforts and local small business subcontractor /supplier utilization.
The undersigned further covenants and agrees not to engage in discriminatory conduct of any type against
local small businesses, in conformity with Augusta - Richmond County's Local Small Business Opportunity Program.
Set forth below is the signature of an officer of the bidding/contracting entity with the authority to bind the entity.
The undersigned acknowledge and warrant that this Company has been made aware of understands and
agrees to take affirmative action to provide such companies with the maximum practicable opportunities to do
business with this Company,
That this promise of non - discrimination as made and set forth herein shall be continuing in nature and shall
remain in full force and effect without interruption;
That the promises of non - discrimination as made and set forth herein shall be and are hereby deemed to be
made as part of and incorporated by reference into any contract or portion thereof which this Company may hereafter
obtain and;
That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination as made
and set forth herein shall constitute a material breach of contract entitling the City of Augusta to declare the contract
in default and to exercise any and all applicable rights remedies including but not limited to cancellation of the
contract, termination of the contract, suspension and debarment from future contracting opportunities, and
withholdin d or forfeit a of co ensation due and owing on a contract.
ign re of tes ng arty.
LARRY GOOLSBY, VP
Title of Attesting Party
Notary Signature
This form MUST be submitted with bid package. NO Exception(s) will be
Subscribed and sworn to befofe me 111i1101
this 16 day of OCTOBER , 2 Ml. Lf/
GAIL W. LUC ,r�,sftTA&.-
Notary Public NOT
My commission expires:
Bid 09 -161 Resurfacing Various Roads Suburban
t?
G
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 O.C.G.A. 36 -1 -14, or the procurement
contract is awarded pursuant to O.C.G.A. 45 -10 -22 and 45- 10 -24, or the transaction is excepted from
said restrictions by O.C.G.A. 45- 10 -25,
(b) Any other person, business, or organization with whom the employee or official of any member of an
employee's or Official's 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.
I, (vendor) LARRY GOOLSBY have read and understand the information
contained in the bid specifications.
Vendor Name: MABUS BROS CONST CO., INC.
Address: _920 MOLLY POND ROAD
City & State: AUGUSTA, GA 30901
Phone* )L706) 722 -8941 Fax#( ) _(706) 722 -7521
Signature: 4gW !' f ' - Date: 10/16/09
Bid Item Number and me: 09 -161 ZSURFACING VARIOS ROADS - SUBURBAN
This form MUST be submitted with bid package. NO Exception(s) will be granted
Bid 09-161 Resurfacing Various Roads Suburban
Bid /RFPlRFO # 09-161
CONTRACTOR AFFIDAVIT AND AGREEMENT
By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. 13- 10 -91,
stating affirmatively that the individual, firm, or corporation which is contracting with Augusta Richmond
County Board of Commissioners has registered with and is participating in a federal work authorization
program' [any of the electronic verification of work authorization programs operated by the United States
Department of Homeland Security or any equivalent federal work authorization program operated by the
United States Department of Homeland Security to verify information of newly hired employees, pursuant
to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99 -603], in accordance with the
applicability provisions and deadlines established in O.C.G.A 13- 10 -91.
The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection
with the physical performance of services pursuant to this contract with Augusta Richmond County Board
of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with
O.C.G.A 13 -10 -91 on the Subcontractor Affidavit provided in Rule 300- 10- 01 -.08 or a substantially similar
form. Contractor further agrees to maintain records of such compliance and provide a copy of each such
verification to the Augusta Richmond County Board of Commissioners at the time the subcontractor(s) is
retained to perform such service.
— CGO01037
E- Verify * User Identification Number
MABUS BROS CONST CO., INC.
Company Nam
BY: AAtKorliked O cer o gent
(Contractor Signatun
VP
Title of Authorized Officer or Agent of Contractor
LARRY GOO .SBY
Printed Name of Authorized Officer or Agent
SUBSCRIBED AND SWORN
BEFORE ME ON THIS THE
16 DAY OF OCTOBER 0 200 9
GAIL W LUCAS
Notary Public
My Commission Expires: 6/28/17
Rev. 8/26/09
MUST BE
■- MKIZA007100M
Georgia Law requires your company to have an
E- Verify *User Identification Number on or after July 1,
2009.
For additional information: State of Georgia
httt)://www.dol.state.ga.us/pdf/ruies/300 10 1.1)d
htti)s: / /e- verify. uscis.cov /enroll/
s *0TARY
IV01�R'I�EAt .::
SUBMITTAL
Bid 09 -161 Resurfacing Various Roads Suburban
OCT - 16 -2009 07:55
P.002
p.4
BidRtPPMC t 0? , 16
AFFIDAVIT
Byex'eaWkQ thk Oftmit, the uncle fined s
stating alrufrw NON &W the Indif►ldue 1,
S id f� w s amom with a w
[any of rtic� ha lawm with
naftmA.. —A — .._ . v_�rtll lw of work
V"bd 8Ww Oiperbmg of HofrwW4 seewfly Iiy t
W the Imrnigr&&m Reform -and Control 04t of
'"pYcabBky Proeieione snd deadbm ester &h.
(fir LLI -138 3
:_;►� ` tsar Iclradfioatfpn Nwnber .___
c�,,,�., c�, Lac.
ter: or
t v cona,� sbrrturs
TMIe sr Grind Omar-,
Agsrtt of t:or
Printed Lwrns W Atrthormad umoar or Apsnt
BEFOR RtttED AND SWORN
BEFORE gyp: ON THIS THE
DAY OF Ct
NRW
Expira:
• "rifles lb WpiW" with 0.C—GAL 13- 10.01,
which k anpaged in V* plgaical Wwmgnam of
•__ in behalf of Aupueta RWgNNW Caurdy
�Pa�q in a federal work aulxdzoft program'
mn Puna operated by the United States
ml us.s. _ -
� irno►msllbei of -- '"�'�.
([RCA P.L 994031. nftly Nrsd 6"0b" ptr
In aax�rdanae wkh the
O. C. G. A 13- 10.01.
Date:
000"b Law aw nquiraa mr !►b haw an
1 r IdMNi11e Mun*@r an or altar joy
&V Oomr bdm Aug. 18.2013
If there ere n0 subcon tmV UM BE RETUF
Rev. 669
' � ;_•rte . �
NOTARY SEAL,
WITH YOUR BUBMITTAi,
I A8 out the tbnn (WA, sign, daft and notarhe).
aid 04-1!0 Rammuft lhdous Roads U&M
From:PAVEMENT PRODUCTS & SERVICE 864 233 9628 10/15/2009 14:04 #035 P.005/008
Oct 0 9 2009 4:49PM HP LRSERJET FRX
p.4
SiddRr Q14( I
SUBCO
By executing this offidavffi, the undersigned subcc
stating a€i rmatively that the indiOdual, firm, or aa��ri
services under a contract with A4 65-S I
Board of Cornrnissioners has registered with and
(any of the electronic verification of work at
Department of Homeland Security or any ectuivak
United States Department of Homeland Security I
to the Immigration Reform and Control Act of
applicability provisions and deadlines establishes
1
E- Verify ` User Identification Number
mss. Z
Corn ariy
Y Authorized Officer or Agent
(Contractor Signature)
Title of Authorize ^^ fficer or Agent of Contractor
Printed Name of Authorized Officer or Agent
SUBSCRIBED AND SWORN
BEFORE ME ONTHIS TFM
/ DAY OF 2DO
Notary Public _
My Commission Expires
Arnuxb a heirs
M*ry Put*
Swo of South Canna, coamy of Andnerrrr
C =Rion Expires hbch 16, 2019
MUST BE RETURN
If there are no subcontracting opportunities,, pie
Rev. 8,
AFFIDAVIT
t ractpr ve rifies its compl 4vith O. C. G.A.13- 10 -91,
ration which is erg in the physical performance of
Z2S5^l on behalf of Augusta Richmond County
participating in a federal work authorization program*
odzatlon programs operated by the United States
,t federal work authorization_ program operated by the
verify information of newly I*red empivyees, pursuant
19M (IRCA), P.L. 99 -603]. in accordance with the
in O. C. G. A 13- 10 -91.
Dais: fG - / 3 oil
Georgia Law requires your company to have an
E- Veriry"User identification Number on or at'terJuly
1, 2449.
For additional information: State of Georgia
htto: llwww .dol.state.Qa.us /Qdf /ruiesl3W 10 1.odf
hares : / /e- verify.uscis.aoWenrolV
NOTAR�� a�
#0 9
= ! + M = `
(fi ll
WI YOUR SUBMITTAL
fill out the form (NfA -, sk,;tr, date and notarize).
In accordance with the Laws of Georgia, the following affidavit is required by all vendors
NON - COLLUSION AFFIDAVIT OF BIDDER/OFFEROR
1, LARRY GOOLSBY certify that this bid or proposal is made without prior understanding,
agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to
be done or the supplies, materials or equipment to be fumished and is in all respects fair and without collusion or
fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences
and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to
sign this bid or proposal for the bidder.
Affiant further states that pursuant to O.C.G.A. Section 36 -91 -21 (d) and (e),
MABUS BROS CONST CO INC has not, by itself or with others, directly or indirectly,
prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant further
states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any
means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work.
Affiant further states that the said offer of MAGUS BRS CONST CO., INC is bona fide, and that no one has gone
to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or if
furnished to any er bid!:Waterial shall be at a higher price.
Signature of ttestin Pjrly
LARRY GOOLSBY, VP
Title of Attesting Party
Sworn to and subscribed before me this 16 day of OCTOBER 2009_
Aaij {,r. 'Lui nll
Notary Signature
Notary Public: GAIL W. LUCAS rT)iRMSr=AL. County: AIKEN COUNTY, SC Y Commission Expires: 6/28/17 _
Failure to properly execute the above affidavit must be Ag;*IJZ � ` rejecting vendor submittal
Bid 09-161 Resurfacing Various Road- Suburban
From:PAVEMENT PRODUCTS & SERVICE 864 233 9628
Oct 09 2 009 4:49PN HP LRSERJET FRX
S�eY. y
�• e ll
In aocordancar with the Lauds of
NON - COLLUSION
certify t
agreement or cbmection with any corporation, firm or
be done or the supplies, materials or equipment to ba
fraud. I undersiand collusive bidding is a violation of s
and civil damages awards. i agree to abide by all cond
sign this bid or proposal for the bidder.
AffPant further ses that pursuant to O.C.G.A. Sectic
prevented oratternpted to prevent competition in such
states that (s)he has notprevented or endeavored to p
means whatever, nor has e4Mant caused or induced a
Affcant further states that the said offer
to any supplier and attempted to get such person
furnished to any other bidder, that the material shall
i ature of Attesiing Party
Title of Attesting Party
10/15/2009 14:05 ,#035 P.006 /008
P.5
e following affidavit is requirad by an vendors
VIT OF SUBCONTRACTOR
this bid or proposal is made wittxout prior understanding,
son submitgng a bid for the same work, labor or service to
rnished and is in all respects fair and vdffwjt collusion or
r and federal law and can result in fines, prism sentences
as of this bid or proposal and certify that l am authorized to
36 -91 -21 (d) and (e),
has not, by itself or with others, directly or indirectly,
dd"mg or proposals by any means whatsoever. Afflartt further
vent anyone from making a bid or offer on the project by any
Aher to withdraw a bid or cffer for ihs wank.
7.� CL) is bona fide, and that no one has gone
company to furnish the maters to the bidder only, or if
at a higher prioe.
Sworn to and subscribed before me this �, idey f _ , 2t30,2.
WNt - ry Signature
Notary Public: (
County: 2
Commission Expires: 4
Failure to properly execute the above affidavit
tf there are no subcontracting opportunitiM pi
AWANO i
Notwy Ad*
State of &vfh Casa, Count' ofArratiiw x
Commission. 80res Afivc h 16,
04 B
No
CAlt�;
NOTARY SE
be considered grounds for rr:*tIng vendor mbrnlffafs-
fill out the forma (write NM sign, date and notarize).
Bid 0- Resurfadng Various Roads Urba!q
OCT -16 -2009 07:66
x -
em
b Wh
G
NO&COLLUSNM At
ba� de ft �l1Mo"60, or Vi
and N i00.1, w•+�l�Yaon i
4P ii; b,id or PMPUN ft ft bu ft. alonnd
Alllan!
s s (aprlr otp,am h I
" *riarar. whm l%K cyr - or b
b any s par and W WFIW r ldQur �� - * ft rnaWlal ad
E
4 k nqupb by M vwWm
P.003
_OF WMMRACTOa
K M6 bw a womm Y n
man 0 obidbrlha Ar1or
huml a and r In d 1W anted abaror. Mm W.
r�rout W. 60116 aukaidd bo
MM-21 and (ok
� ha h% by bW
j MNr wlihae,�, a� br � � Pty �
.,-c,,, bbmt WWWSW� Iwo" a hWW pr'ba. GIs b biddu cny, or i f
at a
Sworn io and &A$06W bdn nw to 1 Sk-1 f I , � qq•�
--D , tL _ _.mot►
tiftn Pub Tom,
Carnnbslan Eupho.. ' bb Q=M tExplres q. t
-� ._._.
if them a abfty rjl&*
P1 •
NOTARY SEAT.
ba aon�b �nound� Ibr ram v , a ���
fil out tha >brm (spa W A- 8 0M d8b WW notwiti),
hld 0! -ta0 d� wm Row Lft,
O
a
H
z
O 0
IL O
a `L
O
y a
N �
LU Z
Z
03 Q
CO � W
J W
CL
Mtn
QL�
0
�
Z
O Z 0
v V
� m
z
2
2
V
Q
N
Q
O
� c
� o
m �
a
� m
� a
m
C
w
C
a
° m
o
�
J A
r
a
i
i
WC-
A d
to
�m
1
i
o ,
m
i
o v
d
C = C
a Um�}
�c
1`
a
z E
mz'
�a
V
�
A
w
w
� L
a$
y
a
CL
N
b
e
uu
a
0
H
0
m
z
C
O
C
Q
�o
i
rn
0
a
Pcl
pq m
0
of �
E
z C,
0
ai
a` o
ni
c
0
N
c
7
4i
'O
c
m
++ CO
04
as a
w�
co
Qo
z X
CN
�o
�CN
m N
o x co
m
m o
a w �-
w 7 ui
E"
CEO
d
j d
W
N
C
O
CL
a
AU
C vj
u ,g
m m
W S
O QY
C
C t!
O
,Q N
� r
� m
N Cf
ma
0
a
0
°_
C
z
2
o�
0
v
m
O
lz
n
� Q
�a
a
I L —
N J
Z F'
N�
m W
J d
N y
J �
O�
J
z
= z
O°
V U
Z U1
i y
v�
H
U)
D
0
Q
v
CL
E
C v
O
a a
a
C
a ,
m E
URI
9
Q o
m
E
A
z
i
rn
0
t0 �
z
o
V
a` o
0
U
E-1
cn
O
PG
pq
m
E
z
C
m
E
O
U
C
C
V
d
c
t4
�N. CO
m N
'O a
C �
N
co
N co
Q O
z
t 4) , 3 0
N N N
d (V
.o m x o3
d w
b t o
U
E
co
CL
41 �
� d �
N
N
C
� O
O
O v
�U
c �+i
o
N N
O
C
d
m
d
ca
m�
a o
a eh
� O
m Cf
�a
c
C
U
d7
m
0
m
Qt
a ;�
0
CD &4
� mm
m a
N
d
v C Y
W 3 O
0
C
C C z C
e y O O
N J O
CL
N mLi C
O
V a
Lu mti O
c mz
0 m `o
m :
J }
N as
G
7
Y
C O '
V d
1 N
i
A
m
! $
$ E
m z
E m
� 2
c d
CL
E
C v
O
a a
a
C
a ,
m E
URI
9
Q o
m
E
A
z
i
rn
0
t0 �
z
o
V
a` o
0
U
E-1
cn
O
PG
pq
m
E
z
C
m
E
O
U
C
C
V
d
c
t4
�N. CO
m N
'O a
C �
N
co
N co
Q O
z
t 4) , 3 0
N N N
d (V
.o m x o3
d w
b t o
U
E
co
CL
41 �
� d �
N
N
C
� O
O
O v
�U
c �+i
o
N N
O
C
d
m
d
ca
m�
a o
a eh
� O
m Cf
�a
c
C
U
d7
m
0
m
i
rn
0
t0 �
z
o
V
a` o
0
U
E-1
cn
O
PG
pq
m
E
z
C
m
E
O
U
C
C
V
d
c
t4
�N. CO
m N
'O a
C �
N
co
N co
Q O
z
t 4) , 3 0
N N N
d (V
.o m x o3
d w
b t o
U
E
co
CL
41 �
� d �
N
N
C
� O
O
O v
�U
c �+i
o
N N
O
C
d
m
d
ca
m�
a o
a eh
� O
m Cf
�a
c
C
U
d7
m
0
m
THE AMERICAN INSTITUTE OF ARCHITECTS
A/A Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, THAT WE Mabus Brothers Construction Co., Inc.
920 Molly Pond Road Augusta GA 30901
as Principal, hereinafter called the Principal, and Western Surety Company
CNA Plaza Chicago IL 60685
a corporation duly organized under the laws of the State of SD
as Surety, hereinafter called the Surety, are held and firmly bound unto Augusta Georgia Commission
530 Green Street Augusta GA 30901
as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Amount Bid
Dollars ($ 10%
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 IFB No. 09 -161, Resurfacing Existing Roads -Suburban for Augusta
Engineering Dept. Augusta Georgia
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 16th
day of October , 2009
Mabus Brothers Construction Co., Inc.
Western
K. Harrell
(Surety)
(Title)
, ALA L s-UNIEN 1' A310 • BID BOND • AIA • FEBRUARY 1970 ED. • THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and
existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature
and seal herein affixed hereby make, constitute and appoint
Cynthia M. Partin
of Columbia SC its true and lawful Attorneys )-in -Fact with full power
and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar
nature
Surety Bond Number: Bid Bond
Principal: Mabus Brothers Construction Co., Inc.
Obligee: Augusta Georgia Commission
Amount of Bond: See Bond Form
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all
the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as
indicated, by the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its
corporate seal to be hereto affixed on this 19th day of September 2006
�►RRETy
WEST SURE CO PANY
�"
3 %w`SE A y�p € /
b" Paul T. Bruflat, p6nior Vice President
State of South Dakota
County of Minnehaha ss
On this 19th day of September 2006 before me personally came Paul T. Bruflat, to me known,
who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice
President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said
corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board
of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and
deed of said corporation, + Q p 6 j ° p 0 pbbbbbbb••bbbbbbbbbb +
a s
My commission expires D. KRELL a
November 30, 2012 a qL NOTARY PUBLIC sEAL r
f�SOUTH DAKOTA
a
+ D. Krell, Notary Public
+bbbbiobbbbb bbSbbbbbbbbbb
CERTIFICATE
I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth
is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have
hereunto subscribed my name and affixed the seal of the said corporation this 16th day of October
2009
SETr� WESTE SURETY COMPANY
�`eoa \
Form F3146 - - 2006 elson, Assistant Secretary
CNA
FVrA110wCota0knMW Yoa 8l&W
THE AMERICAN INSTITUTE OF ARCHITECTS
18
g,pnd No, 929498280
AIA Document A312
Performance Bona
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):
Augusta Procurement Department
530 Green St, Rm 605
Augusta GA 30901
SURETY (Name and Principal Place of business):
Western Surety Company
CNA Plaza
Chicago IL
60685
CONSTRUCTION CONTRACT
Date:
Amount: ($ 2,476,552.62 ) Two Million Four Hundred Seventy Six Thousand Five Hundred Fifty Two Dollars and 62/100
Description (Name and Location): Resurfacing Existing Roads -Suburban for Augusta Engineering
Department, Augusta, GA
BOND
Date (Not earlier than Construction Contract Date):
Amount: ($2,476,552.62 ) Two Million Four Hundred Seventy Six Thousand Five Hundred Fifty Two Dollars and 62/100
Modifications to this Bond: Il None 0 Sec Page 3
CONTRACTOR AS PRINCIPAL
Company: (Corporate Seal)
Mabus Brothers Cons ction Co., I
Signature:
Name and Title: LARe GOOLSBY . PRESIDENT
(Any additional signatures appear on page 3)
SURETY ' gg
T Q"�pPOA� of
Company: ( Corporat �+gaIZ`"?
Western Suret ompa y
g `
Si nature: YG��1
Name and Tit Cynthia M. Partin
Attorney -&1 -Fact
(FOR INFORMATION ONLY —Name, Address and Telephone)
AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or
Willis other party):
1441 Main Street Augusta Engineering Department
Columbia SC 29201 505 Telfair Street
803- 540 -3074 Augusta GA 30901
AI A DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1964 ED. • AIA A
THE AMERICAN INSTITUTE Of ARCHITECTS, 1735 NEW YORK AVE., M.W., WASHINGTON, D.C. 28006 A312-19M 1
C-54595-A(l)
I 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 obligation
under this Bond, except to participate in conferences as
provided in Subparagraph 3.1.
3 If there is no Owner Default, the Surety's obligation
under this Bond shall arise after:
3.1 The Owner has notified the Contractor and the
Surety at its address described in Paragraph 10 below
that the Owner is considering declaring a Contractor
Default and has requested and attempted to arrange a
conference with the Contractor and the Surety to be
held not later than fifteen days after receipt of such
notice to discuss methods of performing the Construc-
tion Contract. If the Owner, the Contractor and the
Surety agree, the Contractor shall be allowed a reason-
able time to perform the Construction Contract, but
such an agreement shall not waive the Owner's right, if
any, subsequently to declare a Contractor Default; and
3.2 The Owner has declared a Contractor Default and
formally terminated the Contractor's right to complete
the contract. Such Contractor Default shall not be de.
clared earlier than twenty days after the Contractor and
the Surety have received notice as provided in Sub.
paragraph 3.1; and
3.3 The Owner has agreed to pay the Balance of the
Contract Price to the Surety in accordance with the
terms of the Construction Contract or to a contractor
selected to perform the Construction Contract in accor-
dance with the terms of the contract with the Owner.
4 When the Owner has satisfied the conditions of Para.
graph 3, the Surety shall promptly and at the Surety's ex-
pense take one of the following actions:
4.1 Arrange for the Contractor, with consent of the
Owner, to perform and complete the Construction
Contract; or
4.2 Undertake to perform and complete the Construc-
tion Contract itself, through its agents or through inde-
pendent contractors; or
4.3 Obtain bids or negotiated proposals from
qualified contractors acceptable to the Owner for a
contract for performance and completion of the Con.
struction Contract, arrange for a contract to be pre-
pared for execution by the Owner and the contractor
selected with the Owner's concurrence, to be secured
with performance and payment bonds executed by a
qualified surety equivalent to the bonds issued on the
Construction Contract, and pay to the Owner the
amount of damages as described in Paragraph 6 in ex-
cess of the Balance of the Contract Price incurred by the
Owner resulting from the Contractor's default; or
4.4 Waive its right to perform and complete, arrange
for completiori, 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 pan, without further notice the Owner shall be
entitled to enforce any remedy available to the Owner.
6 After the Owner has terminated the Contractor's right
to complete the Construction Contract, and if the Surety
elects to act under Subparagraph 4.1, 4.2, or 4.3 above,
then the responsibilities of the Surety to.the Owner shall
not be greater than those of the Contractor under the
Construction Contract, and the responsibilities of the
Owner to the Surety shall not be greater than those of the
Owner under the Construction Contract. To the limit of the
amount of this Bond, but subject to commitment by the
Owner of the Balance of the Contract Price to mitigation of
costs and damages on the Construction Contract, the Sure-
ty is obligated without duplication for:
6.1 The responsibilities of the Contractor for correc-
tion of defective work and completion of the Construc-
tion Contract;
6.2 Additional legal, design professional and delay
costs resulting from the Contractor's Default, and re-
sulting from the actions or failure to act of the Surety
under Paragraph 4; and
6.3 Liquidated damages, or if no liquidated damages
are specified in the Construction Contract, actual dam-
ages caused by delayed performance or non- perfor-
mance of the Contractor.
7 The Surety shall not be liable to the Owner or others for
obligations of the Contractor that are unrelated to the Con-
struction Contract, and the Balance of the Contrary. Price
shall not be reduced or set off on account of any such
unrelated obligations. No right of action shall accrue on
this Bond to any person or entity other than the Owner or
its heirs, executors, administrators or successors.
8 The Surety hereby waives notice of any change, includ-
ing changes of time, to the Construction Contract or to
related subcontracts, purchase orders and other obliga-
tions.
9 Any proceeding, legal or equitable, under this Bond
may be instituted in any court of competent jurisdiction in
the location in which the work or part of the work is located
and shall be instituted within two years after Contractor
Default or within two years after the Contractor ceased
working or within two years after the Surety refuses or fails
to perform its obligations under this Bond, whichever oc-
curs first. If the provisions of this Paragraph are void or
prohibited by law, the minimum period of limitation avail-
AEA DOCUMENT A312 - PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1961 ED. - AIA 0
THE AMERICAN INSTITUTE Of ARCHITECTS. 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312 -1984 2
C- 54595 -A(2)
able to sureties as a defense in the jurisdiction of the suit
shall be applicable.
10 Notice to the Surety, the Owneror the Contractor shall
be mailed or delivered to the address shown on the sig-
nature page.
i 1 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 SURETY
Company: (Corporate Seal) Company: (Corporate Seal)
Signature:
Name and Title:
Address:
Signature:
Name and Title:
Address:
AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1984 ED. • AIA QD
THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVE., N.W.. WASHINGTON, D.C. 2M A312 -1994 3
G- 54595 -Af31
CNQ
For AU theCsmmkomatsYat U*W
THE AMERICAN INSTITUTE OF ARCHITECTS
IV A-
0
Bond No. 929498280
AIA Document A3 12
Payment Bond
Any singular reference to Contractor, Surety, Owner or other party shalt be considered plural where applicable.
CONTRACTOR (Name and Address):
Mabus Brothers Construction Co., Inc.
920 Molly Pond Road
Augusta GA
OWNER (Name and Address):
Augusta Procurement Department
530 Green St, Rm 605
Augusta
SURETY (Name and Principal Place of Business):
Western Surety Company
CNA Plaza
30901 Chicago IL 60685
GA 30901
CONSTRUCTION CONTRACT
Date:
Amount: ($ 2,476,552.62 ) Two Million Four Hundred Seventy Six Thousand Five Hundred Fifty Two Dollars and 62/100
Description (Name and Location): Resurfacing Existing Roads - Suburban for Augusta Engineering
Department, Augusta, GA
BOND
Date (Not earlier than Construction Contract Date):
Amount: ($ 2,476,552.62 ) Two Million Four Hundred Seventy Six Thousand Five Hundred Fifty Two Dollars and 62/100
Modifications to this Bond: 0 None (S) See Page 6
CONTRACTOR AS PRINCIPAL.
Company: (Corporate Seal)
Mabus Brothers Construction Co., Inc.
Signature:
Name and Title: L RY GOOLSB V. PRESIDENT
(Any additional signatures app ar on page 6)
,�7R
SURETY �,..
Company: (Corpor a�
Western Suret Comp ny . ��'" ° per
t
Signature: MUIL-4 �2-
Name and TO : : Cynthia M. Partin
Attorney --in -Fact
(FOR INFORMATION ONLY —Name, Address and Telephone)
AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or
Willis other party):
1441 Main Street Augusta Engineering Department
Columbia SC 29201 505 Telfair Street
803 - 540 -3074 Augusta GA 30901
AIA DOCUMENT A312 + PERFORMANCE BOND AND PAYMENT 9OND • DECEMOIR 1964 ED. • AIA 0
THE AMERICAN INSTITUTE OF ARCHITECT5,173S NEW YORK AYE.. N.W.. WASHINGTON, D.C. 20006 A312 -19$4 4
C-54595-A(4)
I 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-
manceof the Construction Contract, which is incorporated
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 all claims, demands, liens or suits by any
person or entity who furnished labor, materials or
equipment for use in the performance of the Construc-
tion Contract, provided the Owner has promptly noti-
fied the Contractor and the Surety tat the address de-
scribed in Paragraph 12) of any claims, demands, liens
or suits and tendered defense of such claims, demands,
liens or suits to the Contractor and the Surety, and
provided there is no Owner Default.
3 With respect to Claimants, this obligation shall be null
and void if the Contractor promptly makes payment, di-
rectly or indirectly, for ail sums due.
4 The Surety shall have no obligation to Claimants under
this Bond until;
4.1 Claimants who are employed by or have a direct
contract with the Contractor have given notice to the
Surety (at the address described in Paragraph 12) and
sent a copy, or notice thereof, to the Owner, stating that
a claim is being made under this Bond and, with sub-
stantial accuracy, the amount of the claim.
4.2 Claimants who do riot have a direct contract with
the Contractor,
.1 Have furnished written notice to the Con-
tractor and sent a copy, or notice thereof, to
the Owner, within 90 days after having last
performed labor or last furnished materials or
equipment included in the claim stating, with
substantial accuracy, the amount of the claim
and the name of the party to whom the mate-
rials were furnished or supplied or for whom
the labor was done or performed; and
.2 Have either received a rejection in whole or in
part from the Contractor, or not received with-
in 30 days of furnishing the above notice any
communication from the Contractor by which
the Contractor has indicated the claim will be
paid directly or indirectly; and
.3 Not havingbeenpaidwithintheabove30days,
have sent a written notice to the Surety tat 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 sufficient compli-
ance.
6 When the Claimant has satisfied the conditions of Para-
graph 4, the Surety shall promptly and at the Surety's ex-
pense take the following actions:
6.1 Send an answer to the Claimant, with a copy to the
Owner, within 4S days after receipt of the claim, stating
the amounts that are undisputed and the basis for chal-
lenging any amounts that are disputed.
6.2 Pay or arrange for payment of any undisputed
amounts.
7 The Surety's total obligation shall not exceed the
amount of this Bond, and the amount of this Bond shall be
credited for any payments made in good faith by the Surety.
8 Amounts owed,by the Owner to the Contractor under
the Construction Contract shall be used for the perfor-
mance of the Construction Contract and to satisfy claims, if
any, under any Construction Performance Bond. By the
Contractor furnishing and the Owner accepting this Bond,
they agree that all funds earned by the Contractor in the
performance of the Construction Contract are dedicated to
satisfy obligations of the Contractor and the Surety under
this Bond, subject to the Owner's priority to use the funds
for the completion of the work.
9 The Surety shall not be liable to the Owner, Claimants
or others for obligations of the Contractor that are unrelat-
ed to the Construction Contract. The Owner shall not be
liable for payment of any costs or expenses of any Claimant
under this Bond, and shall have under this Bond no obliga-
tions to make payments to, give notices on behalf of, or
otherwise have obligations to Claimants under this Bond.
10 The Surety hereby waives notice of any change, includ.
ing changes of time, to the Construction Contract or to
related subcontracts, purchase orders and other obliga-
tions.
11 No suitor action shall be commenced by a Claimant
under this Bond other than in a court of competent jurisdic-
tion in the location in which the work or part of the work is
located or after the expiration of one year from the date (1)
on which the Claimant gave the notice required by'Sub-
paragraph 4.1 or Clause 4.2 (iii), or (2) on which the last
labor or service was performed by anyone or the last mate-
rials or equipment were furnished by anyone under the
Construction Contract, whichever of (1) or (2) first occurs..
If the previsions of this Paragraph are void+ or prohibited by
law, the minimum period of limitation available to sureties
as a defense in the jurisdiction of the suit shall be applica-
ble.
12 Notice to the Surety, the Owner or the Contractor shall
be mailed or delivered to the address shown on the sig-
nature page. Actual receipt of notice by Surety. the Owner
or the Contractor, however accomplished, shall be suffi-
cient compliance as of the date received at the address
shown on the signature page.
13 When this Bond has been furnished to comply with a
statutory or other legal requirement in the location where
theconstruction was to be performed, anyprovision 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
AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BONO • DECEMBER 1964 EO. • AIA VP
THE AMERICAN INS71TUTE OF ARCHITECTS. 1715 NEW YORK AVE., N.W., WASIIIW.;70N. O.C. 2M% A312.1984 ,5
C- 54595 -A(S)
Bond shall be construed as a statutory bond and not as a
common law bond.
14 Upon request by any person or entity appearing tobea
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.
"Paragraph 6 of this Bond is deleted in its entirety and replaced with the following provision:
"Within a reasonable time (1) after the Claimant has satisfied the conditions of Paragraph 4 and
(2) after the Surety has reviewed all supporting documentation it requested to substantiate the
amount of the claim, the Surety shall pay or arrange for payment of any undisputed amounts.
Failure of the Surety to satisfy the above requirements shall not be deemed a forfeiture or waiver of
the Surety's or the Contractor's defenses under this Bond or their right to dispute such claim.
However, in such event the Claimant may bring suit against the Surety as provided under this Bond."
(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.)
CONTRACTOR AS PRINCIPAL SURETY
Company: (Corporate Seal) Company: (Corporate Seal)
Signature: Signature:
Name and Title-, Name and Title:
Address: Address:
AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1984 ED. • AIA 0
THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312.1 6
G- 54595 -A(6)
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and
existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature
and seal herein affixed hereby make, constitute and appoint
Cynthia M. Partin
of Columbia SC its true and lawful Attorney(s )-in -Fact with full power
and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar
nature
Surety Bond Number: 929498280
Principal: Mabus Brothers Construction Co., Inc.
Obligee: Augusta Procurement Department
Amount of Bond: See Bond Form
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all
the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as
indicated, by the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its
corporate seal to be hereto affixed on this 19th day of September 1 2006
S �►RET
�. -Oat
WEST S COMPANY
i
/f U � RRE
Z
•
Paul T. Bruflat, p9nior Vice President
State of South Dakota
County of Minnehaha j ss
On this 19th l day of September 2006 before me personally came Paul T. Bruflat, to me known,
who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice
President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said
corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board
of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and
deed of said corporation. + �� +g�•��y�.yg��,�yyyy�,�,�,tigg•� +
a D. KRELL s
My commission expires SEAL NOTARY PUBLIC ( SEA L
I S
30, 2012 1 E H DAKOTA�
+a5ti5aaaabgb••5bti5b�,�••4ba + D. Krell, Notary Public
CERTIFICATE
1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth
is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have
hereunto subscribed my name and affixed the seal of the said corporation this day of ,
/ P r o "
WESTE SURETY COMPANY
� IWDN elson, Assistant Secretary
waw:M`
Form F3146 -9 -2006
Authorizing By -Law
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY:
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the
shareholders of the Company.
Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed
in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice
President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary,
any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,
policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,
policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the
corporate seal may be printed by facsimile.
Authorizing By -Law
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY:
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the
shareholders of the Company.
Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed
in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice
President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary,
any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,
policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,
policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the
corporate seal may be printed by facsimile.
MABUS BROTHERS GONSTRUGTION GO. , ING.
920 MOLLY POND ROAD
AUGUSTA, GEORGIA 30901
706-722-8941
FAX 706-722-7521
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
Mabus Brothers Construction Company, Inc.
Balance Sheet
August 31, 2000
Assets
2000
Current assets:
Cash
$435,419
Accounts receivable:
Contracts in Progress:
Current (less allowance for doubtful
accounts of $168,553)
1,152,391
Retainage
679,069
Employees
4989
Cost and estimated earnings in excess
of billings on contracts in progress
12,822
Other current assets
54,843
Total current assets
2,339,533
Fixed assets, net of depreciation
962,781
Notes receivable, related parties
88840
Cash surrender value - life insurance
130,533
Total Assets
$3,521,687
Liabilities and Stockholder's Equity
Current Liabilities:
Accounts payable
$648,131
Retainage payable
354,795
Line of credit
126,000
Notes payable, current
477,308
Accrued salaries and wages
36,104
Deferred revenue
Other accrued expenses
Accrued income taxes
11,847
Billings in excess of cost and estimated
earnings on contracts in progress
235,873
Total current liabilities
1,890,058
Long Term Liabilities:
Notes payable, less current maturities
239,620
Deferred income taxes
65,641
Total long term liabilities
305,261
Stockholder's Equity:
Common stock, $100 par value,
1,000 shares authorized, 300
shares issued and outstanding
30,000
Retained earnings
1,296,368
Total stockholder's equity
1,326,368
Total Liabilities and Stockholder's Equity
$3,521,687
Mabus Brothers Construction Inc.
Statement of Operations and Changes in Retained Earnings
For the Years Ended August 31, 2000
2000
Construction contracts:
Billings $12,520,952
Less:
Direct costs 10,657,434
Indirect costs 760,550
Construction contract income 1,102,968
General and administrative expenses 840 939
Income before provision for income taxes 262,029
Provision for income taxes
Current 69,041
Deferred 9,871
Net income for the period 183,117
Retained earnings, beginning of year 1,113,251
Retained earnings, end of year $1,296,368
m
o.
C
m
c
E
O
U
m
f0
C
O
U
c
O
u
Y
N
C
O
v
N
i
Z
d �
e Z
3 �
0 �
c
E
e
al
v
C v
v
C �
�a
c
t �
u
Q �
r M
Z
al
O
m C
+`• o
c E
U Q
C
O
O
c.
o E
U
N
N
4!
'O
t
Q
Dn
ar
E
m
Z
O
�i
.o
0 0
0
E
a
N
N
a7
.
a
Q
a)
E
m
Z
t
AU
'o
a`
U
J
J
N
L
y a)
L
a
E
CL
O N
L) O7 ED
v N O
c m
a m
o 2 u'
E U Z
L u)
U � �
o a) a
3
U f0
c a
Y Q)
N 61 O
v m
C o
L m
m Q
0.
7 (D
C OD
O R
ar Q
y M 7 OD
O m =
t� ' Q
m
O
m
W
a
n
ti
J I I IO IC >
3
Y
m
c n.
Y Q)
i N O
C O
t m m
a H Q
3 0
L OD
:3 Q
v Q
m c
M m oo
a
m
Ln
a)
r-4
m
7
c c rn
> O
E Q rn
O N
7 C
U
_ Ln
w N Q
a aaj -
c
m v
w C) l7
Ln
L Q
Q1
a
v
O
c
C
-
i
CO
a
N
a
+
`�
p
O i
U a)
c
a m
00 O
N
O p, v
N n
E-
0
+-•
y
a) U
M
O t
t' Q�1
E C Ql
Y o
Q
U Y
Q
Q 0 0
., m
0
0 3 0
0 p 00
a, CO 0) N
v
O
d a ' Q
O
ai
O
cu N O
a) > U
� m<
m Q
v mm s u m
C L Q
O
Cm
Q
a)
76 >
C
� O
L
b0 X Y
O N
p n
Y
>` W U'
a)
(= r C
W
00 al roi
U a) Y H
C
]G m
= C
N
N a) C
L lD "
H ri Q
L GJ
{— m
cc O
G d Q
L 7;
F— Q
a1 O>
CO n w
3
Y
m
c n.
Y Q)
i N O
C O
t m m
a H Q
3 0
L OD
:3 Q
v Q
m c
M m oo
a
m
Ln
a)
r-4
m
7
c c rn
> O
E Q rn
O N
7 C
U
_ Ln
w N Q
a aaj -
c
m v
w C) l7
Ln
L Q
Q1
a
v
O
C
O
O
O
O
O
rN
E
c
�
O
m
T
fO
M
m
Lo
U
C
0
U
c
0
U
C
0
v
c
0
7
Y
N a
0 C O
rn
c o
v c m
a Q
n o M
� � N
p c
o 00
m
U
J
i
J �
M
to
� � N
7
E Q
3
Y
c a
U a 0 . O
` m
a o
v c m
O a Q
a U
m 0
N � N
c �
O OD
C3) <
Q
00
c
0
N
0
v
n
m
c v Z
o T F
N eo
a m 0 0
LO O C
U m `
v) m
0 ° U
U
a)
N
m
a)
L
CL
C m
O O
� m
Y
L 00
° m aa))
d N
-° > N
O
4 Y_
0
N
d'
a)
C
v N
v
� L
n L N
U L
� v �
m
w m
U 1 .0
Ln
C L{
00 N
c m
O
ai
a) a)
C O
m
OCD Q
w L n 0
C N
O x
N
c m0 m
U d Q
N
m
C
O
m
t4
00
O
O
O
m
C
0
U
c
0
U
7
N O
U ~
0
N �
a o
v c m
y a Q
o >
CO
� � N
� c
O 00
r-4 Q
C
O —
0 0
m v
a c
0
U m
0 2
o
a) Y c a
C ns I m o p 0
t U a m U= m
Du C) a o
a rn a) c m
v Q L a Q
E c7 0
c v :° m o :°
m L1
m M 3
)p 0 V CD 0 0 CD
3 N O
W U N Q 01 Q
c Y
C C
W aJ
E E
f9 0
>, o. > a
Y a) Y a)
C O c
00 to U C
a C Y rte{ a C Y�j
C 7 Q) a) C 7 aJ 0
0 0 y 0 0 O v 0
E 8 N m E 8 Y m
U Q a) Q U Q N Q
C L6 c U' � uj C l7
a)
Y O `1 Y O a1 N
U U
N N N
bD O O O m 7 O M m
Q d' L 1 Q Q OC Ln Q
c
0
U
c
0
7
L
a
U O
C)
a o
a C m
o a o Q
a
m 0
bn
N � N
c �
rn
a1
O
n
E
a)
OD
t0
c
M
0
a)
C
O
U
v E
N
L O
a
L)
m
=0
L E
N
U
O
co
COD m O
a) L Q
E t U
O O
= z C
_c r1l a) O >
Lo w
L
C
fa
m N
ct
E 00
Q)
O m N
Ln 0 U
t N
„ U v
m c c
Y m
a E L
� U
v O 4!
h ii CO
cz
v a) C)
v
a) C)
U" L m
a
c c U
c c
0 0
m m
Y
N N bD
w w Q
C1
C
0
U
c
0
7
Y
N �
U 0 0
0
N �
a o
0 �)
o a Q
a
m` 0
� C �
s
� o m
61 Q
N
C
a)
E
O
a
E
a
m o Q
0 m l)
c
� � N
3 3 a
C
Q7
U
E
c
�
N
T
fO
v
3
a
O
O
Lj o
C a.
oD
Y U c
N m m
Q 0 Q
Y Ol
i N O
N,
2 m a C Y
06 l7
C� O
N m0 0 O N O O
0 3 ai
'^
� m<
m Q
v mm s u m
C L Q
O
N
0.
u a1 Q
l7 Co v
c m
Y U O C7 m tf) c C7
O cu
U
N Z c
3
a) Q H
00 al roi
U a) Y H
c
c° 3
7 M
a L7
w °% O m
Ln )p
W
O N 3
0 r 0 O
00 M ' 7 +-' 7 O M O
to '-f Q
m N V7 Q Q LL' Ln Q
v
m
-1r m
tD
r-I
V M
DO
M
ey lD
m
Ln
Ln 000
L'i
m
L O0
m
rn N
O
O
O O
r.q
Ln
O N
Iq
Ln m
C
O —
0 0
m v
a c
0
U m
0 2
o
a) Y c a
C ns I m o p 0
t U a m U= m
Du C) a o
a rn a) c m
v Q L a Q
E c7 0
c v :° m o :°
m L1
m M 3
)p 0 V CD 0 0 CD
3 N O
W U N Q 01 Q
c Y
C C
W aJ
E E
f9 0
>, o. > a
Y a) Y a)
C O c
00 to U C
a C Y rte{ a C Y�j
C 7 Q) a) C 7 aJ 0
0 0 y 0 0 O v 0
E 8 N m E 8 Y m
U Q a) Q U Q N Q
C L6 c U' � uj C l7
a)
Y O `1 Y O a1 N
U U
N N N
bD O O O m 7 O M m
Q d' L 1 Q Q OC Ln Q
c
0
U
c
0
7
L
a
U O
C)
a o
a C m
o a o Q
a
m 0
bn
N � N
c �
rn
a1
O
n
E
a)
OD
t0
c
M
0
a)
C
O
U
v E
N
L O
a
L)
m
=0
L E
N
U
O
co
COD m O
a) L Q
E t U
O O
= z C
_c r1l a) O >
Lo w
L
C
fa
m N
ct
E 00
Q)
O m N
Ln 0 U
t N
„ U v
m c c
Y m
a E L
� U
v O 4!
h ii CO
cz
v a) C)
v
a) C)
U" L m
a
c c U
c c
0 0
m m
Y
N N bD
w w Q
C1
C
0
U
c
0
7
Y
N �
U 0 0
0
N �
a o
0 �)
o a Q
a
m` 0
� C �
s
� o m
61 Q
N
C
a)
E
O
a
E
a
m o Q
0 m l)
c
� � N
3 3 a
m
d
C
h
u
m
0
0
U
C
O
'G
c
0
u
0
N
a
M
M
v Q
C
N
E
m
Z
al
al
� N
m cu
H
LU 10
aJ Q
L C
I 10
Q W
M
Z
0)
0
a+
C
u
d
a
c
0
°
a
W
o m
'O O
m cr
o E
m L
Y 1 Ol
c O
-0 O
0 o m
m v ¢
aJ (D
E
C
O W C
U rl, w
J
— a
to m
c O
y m O
tc L 0
0
m 3 m
v U (D
L ¢ N
c
LO v
o c
Ln O
v m
C
O d'
0
Q)
le
n
rn
c
v
c
v
E
E 00
t
m N u
CL d
.� a)
O o a O m
0 00 L
U w O N m N
C: ai ,--I Y C W ~' -,b O
O O a) O a1 O N O C M U N
-C a "' u _c m N c E u c n m
v Q
io ' E C - .-i al I� N
OF O C: al m a m m Q m f°
+m+ rl v- a Q U V „p Q N
N aJ O m X 4-- X
O E 6 O W Lu m L L O E O O C
m 0 0 w D_ N u t 7 C m O Y m y
¢= L Q v 0 m Z h U a u u a q
0
� N
QJ
v N �
C N O
m
'ou v o
c Y m
w N ¢
o f6
0 m m
Ln
N
C) 7
O Q
0
00
Ln
u
0 0 0
L o
m
Ln 't
O
a
O Ln
of
u
m
o LO
u
O
O
`
O
O
a)
O
m
o LO
3
o
0
O
m
_:
O
lD
00
H
al
9
Q
m �
E E L
Z Z
a o`
Y
° m
a � i
o
u I
E {
S
z
N
x C C C V U V V V c
?_ aJ — C C C C C C
U > U U u o u U u °
> u
c o c c c � c � c c c
,O a 0 O O O C O O O O
10 u U C U u r+ d u C •V
L ° O L a i E 2
L L
c a m ^ a C H a C ^ a C ^ O > h a aJ H m C C m
U O� U O �= U O O U O O O U O O p `Q O O O O O O O O o
0) v m v rn, u rn c u rn u m `p u
CT)
.; U
3 a o 0o a o v a o ar a o o a o E a o a o u a o
a c m c ar
C c m v m c m v c m y v c m v c m_ a c m y v c m
1 s O Y O L O
CL ¢ G d Q d¢ L j Y ¢ al + a Q m d Q 'O L d Q L' a d Q
> l7 an o > U o T L7 t O > 0 Z O > C7 O > L9 m O > C7 a o > C7
I m ° H 0 m ° N a1 Lb O N u1 m ° Y (u m ° Y m m ° Y cr m ° N m ° Y
C) m c m o m a ° ti c n c �° = D 3 c c n
N S N = m N m ON m 0=0 O m p UO •4) m 0 00 m m p 0o
rn ¢ 3 m¢ H m¢ O m¢ a m ¢ m Q o m ¢ eL m¢ rj
� v �
m U >
>� ,-i u CO
C L
O O m - m
oa Y
U c ° o U v
O F m
O O N O p C ONl aJ 3 0
L Q Ln C E U CL f— O
w Ln C Q Owl N O M
a m > c Q
;° v gy U u x v> t7
0 E o E 0 w N
7 0 O � O C m 3 v 0 m
Q w Ln Q V) U a U U r, w
00
O.
N
u
>.
a
Y
m
o LO
3
o
aaii
C
O
m
_:
O
O
O O
m
\
�
o 0
N
w
c o
Y
p Y O N
c a
i ^ p
0] m
a' p
N
\
,
m
o
N
c m
o0
N v m
Ln M
V)
' co
�
�y
co Q
u a C7
N
x C C C V U V V V c
?_ aJ — C C C C C C
U > U U u o u U u °
> u
c o c c c � c � c c c
,O a 0 O O O C O O O O
10 u U C U u r+ d u C •V
L ° O L a i E 2
L L
c a m ^ a C H a C ^ a C ^ O > h a aJ H m C C m
U O� U O �= U O O U O O O U O O p `Q O O O O O O O O o
0) v m v rn, u rn c u rn u m `p u
CT)
.; U
3 a o 0o a o v a o ar a o o a o E a o a o u a o
a c m c ar
C c m v m c m v c m y v c m v c m_ a c m y v c m
1 s O Y O L O
CL ¢ G d Q d¢ L j Y ¢ al + a Q m d Q 'O L d Q L' a d Q
> l7 an o > U o T L7 t O > 0 Z O > C7 O > L9 m O > C7 a o > C7
I m ° H 0 m ° N a1 Lb O N u1 m ° Y (u m ° Y m m ° Y cr m ° N m ° Y
C) m c m o m a ° ti c n c �° = D 3 c c n
N S N = m N m ON m 0=0 O m p UO •4) m 0 00 m m p 0o
rn ¢ 3 m¢ H m¢ O m¢ a m ¢ m Q o m ¢ eL m¢ rj
� v �
m U >
>� ,-i u CO
C L
O O m - m
oa Y
U c ° o U v
O F m
O O N O p C ONl aJ 3 0
L Q Ln C E U CL f— O
w Ln C Q Owl N O M
a m > c Q
;° v gy U u x v> t7
0 E o E 0 w N
7 0 O � O C m 3 v 0 m
Q w Ln Q V) U a U U r, w
L* I+n Iv> Zvi Isn Ian
a
O.
N
u
>.
a
Y
m
o LO
3
o
aaii
C
F=
0 0)
m
_:
m W
O Z
v
0o N
V
q0 N
O O
U m
Q o Ln
v o
y o
w
c o
Y
p Y O N
c a
i ^ p
0] m
a' p
v p
" v o
O c rn
v 3 0
o
m
ao
c m
o0
N v m
m^
E E O
c m m
Q
oZ! <
Q
L Ln C7
Q
w Ln C7
co Q
u a C7
✓ m
Q rn °
Y Q
v U M m
C N
O X +-'
C
O X Y
Q O y m,
U u X d
m
E
E C>
u +' O
r_ CO
Y n O
to
02S lb
7
C @ CO E Y
O C =
M O
0o
O Y
Ln IH n Q
L O m
U a¢
L O O
U a Q
p
a kD Q
O
V) U O- U L°
M
V-1 Q
N
00
i0
m
Ln
m
lD
w o \°
rn
u
m
C)
00
T O
N
00
'-I
LD
0
00
V
^
lD
d'
lD Ln
Ln
�"�
O
N
N ( ry
m
m
v
m
N
N
d
L* I+n Iv> Zvi Isn Ian
3
a
M
C
D
t
m
C
O
V
c
3
L
N
C
O
u
0
N
v�
C
O�
d
C H
W p
V a
Y C
r
u
Q E
c m
00 Z
01
0
CL
a 0
U
C
c E
U Q
Q)
Y
Y
N
C
C
C
?
a 00
a 00
y 00
Y 'O m
>
y '0 m
C C N
C C N
C C N
O E
U
_ 0
U v N
O° U
U u N
CD
00 Y y
W N
Y Y_
Y _
_ Y_
a 00 Q
Q 00 Q Q
00 Q
� N
m Y
N
0 3
H
00 -i ON
Q _C m
� D_ Q
m 5 v 0�
v o O m n cu m
O 01 U w O .0 p
m
s oM 0 � m t o
0
J o C � J C a
O > " (D
N p H C N 0
0 Ox N C U' ON O O x N
C m v O
c m "6 p OD u C m bD
O C) 0 00 � O
D_ Q — lD m Z g p
C) Q
� o 0
m m
V O V
V N �
co
M
V"� I�
m v
r RI
c 0
O
V
N
d
a
ca
v �
Z Z
� O I
.O V
V L
0
a
E
0.
rn
o
to
o c
\ C
N N
� a
O
CL
_E
N m
C �0
L; C C C
W
C > u u
c O c
E v c
O a O C O
v U E u L u
m i 2
0 C 'B 7
> u p m u 0 C,3 u 0 p
0 C -0 0 m 0 ° v o
o
v c m O v c m .> v c m
w= a Q s a Q C a Q
r e C m 0 Y O m 0 O m O N
c Cl c ~ c
c
Cl m L p on
_ � Sr) Q ii � a ¢ O rn
EQUIPMENT LISTING OCTOBER 12, 2009
AC
2281 SULLAIR 185 W/ 90 MPD PAV.BRKR
E04112281 & 156141P
BG
0110 BATESBURG SHOP building
BG
1008
NAPCO MA 1008E SECUITY SYSTEM
NAPCO MA 1008E
BG
1246
'06 GOODMAN SPLIT SYS HEAT /AC
BG
7733
HERITAGE 40X60X16 SHOP BLDG
GA 17733
BG
8800
920B DBLWIDE /SHOP SECURITY SYS
RANGER 8800
BG
8900
920 OFFICE BLDG SECURITY SYS.
RANGER 8900
BH
0179
KOMATSU PC35MR -2
10179
BH
0274
CAT 320B HYDRAULIC EXCAVATOR
7ZZ00274
BH
0715
KOBELCO SK3001V HYDRAULIC EXCA
YCU0715
BIH
0739
CAT 215 -B EXCAVATOR W /CONC SAW
9YBOO739
BH
0868
CHARGE TO BL9999
CJC00868
BH
0970
JOHN DEERE 31OSG BACKHOE
T031OSG950970
BH
1008
BOBCAT 341 MINI EXCAVATOR
234711008
BH
1128
307C CATERPILLAR EXCAVATOR
BCM01128
BH
1251
CAT 320CL EXCAVATOR
PABO1251
BH
1531
CATERPILLAR 320CL EXCAVATOR
ANBO1531
BH
1772
CATERPILLAR 315CL EXCAVATOR
OCJC01772
BH
3170
420DIT CATERPILLAR BCKHOE LOAD
BLN13170
BH
3545
KOMATSU PC30OLC -3 EXCAVATOR
13545
BH
4181
CHARGE TO BL9999
BFP14181
BH
4565
416B CATERPILLAR BACKHOE
8SG14565
BH
4920
FORD 555E LOADER BACKHOE
031024920
BH
5725
'05 JOHN DEERE 200 CLC BACKHOE
FF200CX505725
BH
9665
CASE 580 E BACKHOE
9869665
BH
9915
CAT 416C 41T BACKHOE LOADER
1WRO9915
BL
9999
B &L RENTAL & SALES EQP
BR
9847
LAY -MOR 8HC SWEEPER
29847
BX
3302
30 CY RB TRASH BOX (blue)
3302
BX
7856
LEWISTEEL 30 CY EZZEE A -FRAME
30 -27856
BX
7857
LEWISTEEL 20 CY EZZEE A -FRAME
20 -27857
CF
0296
602 PIECE JET CONC. FORMS PURC
PURCH DATE 02/02/96
CF
0309
CONCRETE FORMS 032409
CP
3565
STEPHENS THOROUGHBRED CONC PLA
3565
DZ
0400
CATERPILLAR D6RIIIXW DOZER
MRT00400
DZ
0690
CAT D5G LGP
RKGO0690
DZ
1046
CATERPILLAR D -3GXL DOZER
OJMHO1046
DZ
1340
'87 CAT D7H CRAWLER DOZER
79Z1340
DZ
4894
JOHN DEERE 450J CRAWLER DOZER
T0450JX114894
DZ
9274
'00 JOHN DEERE 650H DOZER
T0650HX889274
FL
4872
CHARGE TO BL9999
4TMO4872
HR
1616
KENT K -KHB8G HOE RAM
1616
HT
0593
GRADELIGHT 2000 -2 W /BATTERY
GB0593
HT
0651
TOPCON SYS 5 /LASER TRACKERJACK
9164- 116 -0651
HT
1042
TOPCON GPS SYSTEM
721042
HT
1270 SONIC REFERENCE SYSTEM
754 -1270
HT
1668 AGL GRADELIGHT W /AUTOLINE
GA1668
HT
1707 LASER BEAM
0621707
HT
2056 TOPCON TP -L4AV LASER W /TRANSIT
VE2056
EQUIPMENT LISTING OCTOBER 12, 2009
EQP #
EQUIPMENT DESCRIPTION
SERIAL NUMBER
HT
3012
LASER ALIGNMENT 4700 SYSTEM
47 -3012
HT
4418
CLASSIC PIPEHORN 100 SYSTEM
24418
HT
5714
NEOTRONICS ATMOSPHERE MONITOR
048MA05714
HT
6036
TOPCON ATG -6 LEVEL W /RODS,TRIP
JN 6036
HT
7270
TOPCON AUTO LEVEL W /RODS,TRIPO
EQ7270
HT
9189
LASER ALIGNMENT LB -1 W/ GRADE
3970 -59189
LID
0425
CAT IT24F RUBBER TIRE LOADER
4NNO0425
LID
4099
'05 T300 BOBCAT BUCKET LOADER
525414099
LID
6499
'06 BOBCAT T300 GOLD PKG LOADR
525416499
LID
9268
'05 JOHN DEERE 544J WHL LOADER
DW544JP599268
LT
8661
AMIDA SL4060 -4MH LIGHT TOWER
930318661
LT
8762
AMIDA SL4060 -4MH LIGHT TOWER
930318762
LT
8773
AMIDASL4060 -4MH LIGHT TOWER
930318773
MC
0121
C &P 60" SK300 -4 HD BUCKET
163- 28012 -1
MC
0135
BURNER /BLOWER
SCHD40135
MC
0168
RB9A BEDDING BOX (ROCK BX)
168
MC
0519
'94 WOOD CHUCK CHIPPER
200519
MC
0546
7 YD GRAVEL BOX
C070546
MC
0646
RTM 60 -01 BUSH HOG TILLER
1100646
MC
1043
'99 POWER CURBER 57 -B
57135991043
MC
1087
LINCOLN WELDER
MC
1167
PETERSON 4710B GRINDER
2913-15 -1167
MC
1190
GAS PRO 40' PORTABLE STACKER
1190
MC
1214
RIVINIUS GRAVEL SPREADER
1214
MC
1275
SILT FENCE PLOW
1275
MC
1736
EZ66, 6 CYDS. BEDDING BOX
98121736
MC
1784
DITCH WITCH 140 EARTH AUGER
2M1784
MC
1895
YAMAHA YG550D GENERATOR
031895
MC
2125
'06 LOFTNESS 53" CARBIDE CUTTR
42 -125
MC
2185
CP118 WOOD CHIP PROCESSOR /COLD
06 -2185
MC
2439
REDLINE C- 3- 31 -P31 CONVEYOR
RL09072439
MC
2452
LEE BOY L250T DISTRIBUTOR WAGO
2452
MC
30C2
30" BORING MACHINE
30C2
MC
3384
BARRIER LIFTING TONG MOD74 -425
03384
MC
5602
'98 MALETTI KZ100CV3220 TILLER
975602
MC
6042
RETECH HD TROMMEL SCREENER
35M216042
MC
6795
PUCKET ASPHALT PAVER T -450
76 -795
MC
8362
PETERSON HC3400B WOOD RECYCLER
11B -18 -362
MC
9002
TURFMAKER 430
109002
MC
9998
MISC. EQUIPMENT
MC
RAKE
ROOT RAKE
MC
RR02
ROOT RAKE WITH C -FRAME
MG
3318
CAT 12H MOTORGRADER
MG
4145
'04 JOHN DEERE 672CH MOTORGRAD
MG
6028
'95 CAT 12G MOTORGRADER
OF
0480
RICOH FT4527 W/ DF61,CS220
OF
3001
QUEST DIGITIZER SOFT /HARDWARE
OF
3442
HP BRIO COMPUTER & SERVER SOFT
OF
4705
SPECTRA -PHY SOFTWARE W /DIGITIZ
RR02
4XM03318
DW672CH594145
61M16028
MAIN #3715030480
SL40701363001
us01813442
9214705/ 92020598
TAG NUMBER
EQUIPMENT LISTING OCTOBER 12, 2009
EQP #
EQUIPMENT DESCRIPTION
SERIAL NUMBER TAG NUMBER
OF
5764 OKIDATA ML395 24 -PIN PRINTER
904A6015764
OF
S540
MAXWELL NGS2000 5.4 SOFTWARE
NGS 2000 5.4.0
OF
VCD1 DELL 1900 SERVER
4Q5VCD1
PN
0482
CAT 615C SERIES II MTR SCRAPER
9XG000482
PN
1029
CATERPILLAR 621E PAN
2PDO1029
PN
1216
CATERPILLAR 621E SCRAPER
6ABO1216
PIN
2012
CATERPILLAR 613C PAN
081J02012
PN
2528
'82 TEREX TS14B MOTOR SCRAPER
B17UOTB22528
PIN
2882
JOHN DEERE 9520 PFG SCRAPER
RW9520EO42882
PP
0022
CH &E 6538WR 3" DIAPHRAGM PUMP
D99020022
PP
1062
RICE DPH -26 HYDRO TESTPUMP
08961062
PP
1322
CH &E 3" DIAPHRAGM (MUDHOG)
P1322
PP
2339
12" THOMPSN V -345 WELLPOINT PU
72339
PP
6.162
6" THOMPSN HI- PRESSURE JET PUM
6.162
PV
0234
ROADTEC RP180 -10 PAVER
RP180- 10.234
PV
0624
BLAW -KNOX PF172 PAVER
01720624
PV
1986
'96 LEEBOY 1000 PAVER
1021099001986
RL
0116
BOMAG BW12R 9 WHEEL ROLLER
101610000116
RL
0123
BOMAG BW202ADSH DBLDRUM ROLLER
109640600123
RL
0208
MAULDIN WALK BEHIND VIB ROLLER
1250208
RL
0221
CAT CP 323C SOIL DRUM COMPACTR
6DMOO221
RL
0754
INGERSOLL -RAND DD22 ROLLER
140754
RL
0805
'04 WACKER RT82 -SC ROLLER
5440805
RL
0843
DYNAPAC CA250D VIBRATORY ROLLR
65820843
RL
1085
RT820 WACKER SHEEPSFOOT ROLLER
0678501085
RL
1183
WACKER RT820 -IR SHPSFT TR COMP
0717201183
RL
2434
DYNAPAC CC142 VIBRATORY ROLLER
60212434
RL
3543
BOMAG BW 120 ROLLER
170123543
RL
4713
WACKER RT -82 ROLLER
8664713
RL
5621
INGERSOLL RAND DD24 ROLLER
155621
RL
5628
GALION 9PC -12D ROLLER
5628
RL
5881
CHARGE TO BL9999
155881
RL
6044
INGERSOLL RAND SD70D ROLLER
156044
RL
6202
INGERSOLL -RAND SD100D ROLLER
146202
RL
6506
INGERSOLL -RAND SD100F PADFT RO
146506
RL
8514
IRC PT125R COMPACTOR ROLLER
168514
SH
8735
MI -T -M HS3005 -CMVI PRES /WASHER
18735
SH
9999
MISC SHOP EXPENSES
SV
0002
SO CONTRACTING STORAGE VAN
PORCH DATE 01/05/96
SV
0010
SO CONTRACTING STORAGE VAN
PURCH DATE 01/05/96
SV
0173
SO CONTRACTING STORAGE VAN
PURCH DATE 01/05/96
SV
1292
TIRE TOWN STORAGE VAN
PURCH DATE 12/08/92
SV
2192
TEX 20' STORAGE CONTAINER
30/82192
SV
8434
TEX 20' STORAGE CONTAINER
30/88434
SW
1158
STIHL CONCRETE SAW 14 -16"
33791158
$W
1450
STIHL TS510 HANDHELD CON 14"
224081450
SW
2387
BLOUNT 623G -14" GAS CHAIN SAW
2387
SW
3027
STIHL TS510 HANDHELD CONC14 -16
24113027
SW
5164
TARGET MCS118H WALK BEHIND SAW
335164
EQUIPMENT LISTING OCTOBER 12, 2009
EQP #
EQUIPMENT DESCRIPTION
SERIAL NUMBER
TAG NUMBER
SW
5518
TS460 -14" GAS HH CONCRETE SAW
39435518
SW
5853
STIHL TS510 HANDHELD CONC 14"
24085853
TB
0124
SHORING INTL 8SDW82 TRENCH BOX
124
TB
0136
SHORING INTL 4SDW82 TRENCH BOX
0136
TB
1019
AGL 7- MH10DW MANHOLE BOX
1019 (931102)
TB
1162
E- 612 -SW, 6'X 12' SINGLE WALL
9601162
TB
2311
TITAN TRANSPAC 6'X 8'TRENCHBX
2311
TB
3442
AGL 7- N816DW TRENCH BOX
03442
TB
4542
GME N- 816 -DW (8X16) TRENCH BOX
9804542
TB
89SI
MUNICIPAL SW 4MSW61 FOLDING TR
389SI
TB
9452
GME N- 1016 -DW STEEL 10X16
H00101945 -2
TB
9462
GME -SN -416 DW STEEL 4X16 TRENC
H00101946 -2
TB
9871
GME N816DW 2'X16' TRENCH BOX
9309871
TC
0889
2005 JD 3320 UTILTIY TRACTOR
LV3320H230889
TC
1140
MF1533L MASSEY FERGUSON
ITA91140
TC
2138
JOHN DEERE 5300 UTIL TRACTOR
LV5300E432138
TC
4434
NEW HOLLAND TN65 TRACTOR /ATTAC
1194434
TC
5754
JOHN DEERE 820 FARM TRACTOR
4HDC105754
TC
9340
MF2625 MASSEY FERGUSON TRACTOR
FT449340
TP
1075
WACKER RAMMER TAMP MODEL B562Y
751001075
TP
1190
WACKER RAMMER TAMP MODEL BS62Y
751001190
TP
1199
WACKER RAMMER BS600 126 -150#
5171199
TP
2704
WACKER RAMMER TAMP MODEL BS62Y
714002704
TP
3173
WACKER BS60YUS RAMMER TAMP
579913173
TP
5204
WACKER BS604 TAMP
654405204
TP
5218
WACKER BS604 TAMP
654405218
TP
5429
WACKER BS600 RAMMER LG30 -3600
5325429
TP
6685
WACKER TAMP
TP
8053
WACKER BS600 RAMMER 126 -150#
5188053
TP
9337
WACKER RAMMER BS600 126-150#
5169337
TR
0036
'99 BELL B25C OFFRD DUMP TRK
AEB408812XR030036
TR
0141
'97 MACK DM690S CONC MIXER TRU
1M2B209C1VMO20141
TR
0199
'07 CHEV C1500 SILVERADO
28CEK13Z271120199
404WDT -SC
TR
0219
'05 CHEV TAHOE
1GNEK13T35R190219
825TSA SC
TR
0244
'93 FORD F250
1FTHF25H6PNA60244
AWG2688 GA
TR
0315
'98 CHEV C1500 X -CAB
1GCEC19MXWE220315
269PDX GA
TR
0345
'04 GMC LD SIERRA 2500
1GTHC29U64E360345
CQL229 SC
TR
0382
'97 FORD F SERIES LUBE TRUCK
1FDWF7082WVA10382
BVS2533 ga
TR
0506
'95 VOLVO A25C 6X6 OFFRD DUMP
0506
TR
0555
'87 INTERNATL 1954 FLATBED
1HTLDTVN2HHSO0555
IP6787 GA
TR
0859
'96 CHEV K1500
1GCEK19R4TE170859
85141QC GA
TR
0959
'95 FORD F800 TANKER
1FDXF80C5SVA60959
P387044 SC
TR
1465
'01 CHEV 1500 SILVERADO
2GCEK19T811331465
5066AGL GA
TR
1543
'87 FORD R80 VACUUM TRUCK
1FDYR80U9HVA31543
TR
1753
'85 MACK DM686S ROLLOFF
1M2B126C1FA011753
IP6790 GA
TR
1920
'97 FREIGHTLINER DAY CAB
1FUYDDYBlUL861920
IP836Qga
TR
2011
'95 FORD F250
1FTHF25H4SNA82011
4533AHH GA
TR
2095
'05 FORD F250
1FTSW21P85EB22095
P318677 SC
TR
2115
'06 FORD F550 MECHANIC TRUCK
1FDAF57P06EA02115
sc
EQUIPMENT LISTING OCTOBER 12, 2009
EQP #
EQUIPMENT DESCRIPTION
SERIAL NUMBER
TAG NUMBER
TR
2129
'00 FORD F150 4X4
1FTRX18L9YNCO2129
5484AGL GA
TR
2448
'99 DODGE RAM 3500 FLATBED
3B6MC3663XM512448
9105AJZ GA
TR
2813
'89 VOLVO /GMC LOWBOY TRACTOR
4VIBDBCEXKN612813
IP6794 GA
TR
2850
'04 CHEV SILVERADO
1GCEC19VO4E382850
BXB347 SC
TR
2881
'99 CHEVY SILVERADO
1GCEC14V5XZ132881
588PRY GA
TR
3169
'95 FORD MHVF80 GREASE
1FDNF8OC7SVA33169
AJT66 GA
TR
3470
'07 MACK CTP713 DUMP TRUCK
1M2AT04C87M003470
P782918 SC
TR
3472
'07 MACK CTP713 DUMP TRUCK
1M2AT04C17M003472
P782919 SC
TR
3487
'05 MACK CV713 DUMP TRUCK
1M2AG11CX5MO23487
P788073 SC
TR
3544
'07 MACK CTP713 DUMP TRUCK
1M2AT04CO7M003544
P782920 SC
TR
3587
'05 FORD F250 4X4
1FTSX21P45EA33587
FEN977/ SC
TR
3640
'88 FORD F250
1FTHX25MOJKA03640
226TJH GA
TR
3827
'85 FORD F250
1FTHX2510FKA43827
85147QC GA
TR
4163
2007 CHEVROLET EXPRESS VAN
1GCFG15X371144163
403WDT SC
TIR
4206
'99 INTERNATL 4700 WATER TRK
1HTSCABN2XH614206
P351503 SC
TR
4303
'03 MACK CV713 DUMP TRUCK
1M2AG12C63M004303
IP6795 GA
TR
4483
'04 CHEV AVALANCHE 4X4
3GNEK12T24G344483
593TGE -SC
TR
4667
'07 CHEVROLET SILVERADO 25
1GBHC24U77E174667
P387077 -SC
TIR
4880
'07 FORD F650 SD FUEL TRUCK
3FRWF65F37V434880
P375117 SC
TR
4891
'94 KENWORTH CONW90 TRUCK
1XKWDB9X4RJ624891
IP974F
TR
4919
'07 MACK CV713 DUMP TRUCK
1M2AG11CX7M054919
P782359 SC
TR
5013
'07 CHEVROLET TAHOE
1GNFK13027R355013
622WZU SC
TR
5075
'06 FORD F350 SD
1FDWF36P96EA35075
P344126 sc
TR
5103
'07 TOYOTA CAMRY HYBRID
4T1BB46K47UO15103
713WWN SC
TR
5138
'95 FREIGHTLINER FL70 SVC TRUC
1FV6HFAA6SL825138
TR
5308
'95 FORD F -250 DIESEL
1FTHX26FOSEA75308
85153QC GA
TR
5682
'07 CHEV AVALANCHE
3GNFK12367G195682
101WWR SC
TR
5788
'00 FORD F250
1FTNX211`3YEA75788
496YPR GA
TR
5819
'05 CHEV SILVERADO 2500
1GCHC29U85E195819
824TSA- SC
TR
5826
'03 FORD F150 4X4 SPRCB
1FTRX18W63NB85826
FEN984 /SC
TR
5833
'05 CHEV C2500
1GCHC23U45F805833
823TSA -SC
TR
5884
'73 FORD LTS 8000 WATER TRUCK
Y80CVS35884
P19592 ga
TR
5891
'07 CHEVROLET C1500
1GCEC19C47Z565891
AKX0909 GA
TR
6048
'87 FORD L9000 WATER TRUCK
1FUDYU90X9HVA26048
P19593 ga
TR
6517
'98 MACK RD CONCRETE MIXER
1M2P264C4WMO26517
TR
6518
'98 MACK RD CONCRETE MIXER
1M2P264C6WMO26518
TR
6562
'00 JEEP GRAND CHEROKEE
1J4GW48S1YC196562
5067AGL GA
TR
6794
'06 FORD F150 4X2 SUPRCREW
1FTRW12W16KC76794
EJG710 SC
TR
6992
'77 MACK WATER TRUCK
RD685S6992
P11577 SC
TR
7009
'96 ADVANCE FDM CONCRETE MIXER
1A9TAC3S5T0007009
IP664Q ga
TR
7010
'96 ADVANCE FDM CONCRETE MIXER
1A9TAC3S1T0007010
IP663Q ga
TR
7115
'85 MACK WATER TRUCK
1M21312000FA057115
PG8404
TR
7136
'09 TOYOTA VENZA
4T3ZE11A590007136
TR
7139
'97 FORD F250 3/4 TON
3FTHF25F2VMA47139
7147ADH GA
TR
7262
'97 MACK 600CH6 TRACTOR TRUCK
1M1AA18Y9VW077262
TR
7304
'01 FORD F450 SD
1FDXW46F51EC87304
P344123 SC
TR
7581 '00
ADVANCE CONCRETE MIXER
5DG8AC4T2Y0007581
IP739N GA
TR
7591 '99
1NTERNAT'L 9300 6X4 TRACTO
2HSFBASR2XCO57591
IP6793 GA
TR
7607 '99
FORD F450 FLATBED W /LIFTGA
1FDXF46FOXEE27607
P396588 sc
EQUIPMENT LISTING OCTOBER 12, 2009
EQP #
EQUIPMENT DESCRIPTION
SERIAL NUMBER
TAG NUMBER
TR
7691
'02 CHEV SILVERADO
2GCEC19V321337691
2727APA GA
TR
7736
'08 CHEVROLET SUBURBAN
3GNFC16038G177736
BLC7578 /SC
TR
7755
'97 FORD F250XL MECHANIC TRUCK
1FTHX25G8VEA47755
4952ACP GA
TR
7860
'96 ADVANCE CONCRETE MIXER
1A9TAC384T0007860
IP837Q ga
TR
7921
'98 ADVANCE CONCRETE MIXER TRU
1A9TAC3S3W0007921
TR
7938
'78 FORD L8000
R80DVCC7938
TR
7957
'95 C1500 CHEVY SUPERCAB
2GEC19KXS1217957
762JXZ GA
TR
8153
'00 ADVANCE CONCRETE MIXER
5DG8AC4T8Y0008153
IP740N GA
TR
8171
WMS- SCOTSMAN MOBILE OFFICE
TRC -18171
TR
8397
'06 MACK CXN613 TRACTOR TRUCK
1M1AK06Y46N008397
P788074 SC
TR
8532
'96 MACK 600DM6 TRUCK
1MZBZ09CXTM018532
TR
8565
CHARGE TO BL9999
1FTSW20P36EC38565
P365477 SC
TR
8737
'00 DODGE B35 UTILITY RAM VAN
2B5WB35ZXYK148737
BLC756 /SC
TR
8757
'06 FORD F150 CREW CAB
1FTPW14546FA18757
BLC758 /SC
TR
8786
'01 ADVANCE CONCRETE MIXER
5DG8AC4T610008786
IP741N GA
TR
9182
'07 CHEVROLET SILVERADO 1500 E
1GCEC19X27Z639182
BXE781 /SC
TR
9211
'05 FORD F250 SD 4X4
1FTSX21P15EA59211
FEN978 /SC
TR
9665
CHARGE TO BL9999
1GBJC34D26E219665
P366001 SC
TR
9845
'97 CHEV CK10753
2GCEK19ROV1269845
5483AGL GA
TR
L033
'96 CLEMENT TRAILER
1C91363261TM110033
LE4594D ga
TR
L066
'97 TRAILER CRAFT DH7044 TRLR
1DA72C338VC013066
GA 45191AC
TR
L089
'97 PEERLESS 45' WF TRAILER
1PLE04526VPL21089
PT98499
TR
L148
'96 BREWER TRAILER W /1000 GAL
4EDUS1620TT001148
N/A
TR
L497
'07 FONTAINE LOWBOY TRAILER
4LFE5130573529497
PV30095 sc
TR
L511
'97 SUMMIT 26' DUMP TRAILER
1S8AD2640V0009511
PT98500
TR
L565
'94 FONTAINE TB -50 TRAILER
4LF4R4738R3503565
6016CT GA
TR
L631
'99 PACE CS6125A TRAILER
4FPFB1213XG028631
TR
L692
ROADRUNNER GOOSENECK TRAILER
4RTGN24261SO002692
TL9847C
TR
L713
'98 SUMMIT 26' DUMP TRAILER
1S8AD264XW0009713
PT98498
TR
L909
'81 WHITE LOG TRAILER
81W909
TR
M378
'77 WILLIAMS OFFICE DBLWIDE MH
WM377 &WM378
N/A
TR
M762
WMS SCOTSMAN 32x8 OFF TRLR
ADI -03762
TR
M822
WILLIAMS SCOTMAN OFFICE TRAILE
M27822
Augusta, GA Engineering Department
GENERAL
CONDITIONS
RESURFACING COUNTY ROADS (SUBURBAN)
PROJECT NUMBER: XXX- XX- XXXXXX
GC
GENERAL CONDITIONS
INDEX TO ARTICLES OF GENERAL CONDITIONS
Section
Page No.
GC -01.
DEFINITIONS ................................................... ..............................4
GC -02.
ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS ............................
6
GC -03.
SCHEDULES, REPORTS AND RECORDS ......................
GC -04.
SPENDOUT SCHEDULE ......................................................... ...............................
7
GC -05.
NOTICE TO PROCEED ............................................................. ..............................7
GC -06.
CONSTRUCTION LAYOUT .................................................... ...............................
7
GC -07.
DRAWINGS AND SPECIFICATIONS ............................
GC -08.
SPECIFICATIONS, STANDARDS AND OTHER DATA ...... ...............................
8
GC -09.
DESIGN ALTERATION ........................................ ............................... ................9
GC -10.
INCIDENTAL CONSTRUCTION ITEMS ................................ ..............................9
GC -11.
SHOP DRAWINGS .................................................................... ..............................9
GC -12.
MATERIALS, SERVICES AND FACILITIES .....................................................
GC -13.
INSPECTION AND TESTING ................................................. .............................10
GC-14.
COMPACTION ........... ............................... ............................... .............................11
GC-15.
CONCRETE ............................................................................... .............................12
GC-16.
CONSTRUCTION ..................................................................... .............................12
GC -17.
TEST ROLLING ........................................................................ .............................13
GC -18.
SUBSTITUTIONS ......................... ............................... ......................... .........13
GC -19.
PATENTS .................................................................................. .............................14
GC -20.
SURVEYS, PERMITS AND REGULATIONS ..... ............................... .....14
GC—21.
FENCE .................................................................................... .............................14
GC -22.
PROTECTION OF WORK, PROPERTY AND PERSONS ..... .............................15
GC -23.
FINISHING AND DRESSING .................................................. .............................15
GC -24.
FOUNDATION BACKFILL MATERIAL, TYPE 1 .............................................
15
GC —25.
FOUNDATION BACKFILL MATERIAL, TYPE II ............ .............................16
GC-26.
GRADES .................................................................................... .............................16
GC-27.
LANDSCAPING ........................................................................ .............................16
GC -28.
MAILBOXES ............................................................................. .............................16
GC -29.
MISCELLANEOUS DRAINAGE STRUCTURES .................. .............................16
GC -30.
PATCHING AND REPAIR OF MINOR DEFECTS ................ .............................17
GC i of 37
AED — Resurfacing County Roads (Suburban)
GC -31.
PAVEMENT CUTS .................................. ................................. .............................17
GC -32.
PAYMENT FOR PIPE CULVERT INSTALLATION ............. .............................17
GC -33.
PIPE CULVERTS ............................... ... .................................... .............................17
GC -34.
PRECAST CONCRETE UNITS ............................................... .............................17
GC -35.
RELOCATED WATER METERS ............................................ .............................17
GC -36.
REMOVAL AND RESETTING OF ORNAMENTAL SHRUBS AND BUSHES
ANDSOD ..................... ......................... ........:....... .................................... .............................18
GC -37.
REMOVING AND RESETTING OF OBSTRUCTIONS ......... .............................18
GC-38.
SAW CUTS ................................................................................ ............................:18
GC-39.
SOD ............................................................................................. .............................18
GC -40.
STORM DRAIN PIPE ........... ............................... ..................... .............................18
GC -41.
SUB - CONTRACTORS ..................... ........................................ .............................18
GC -42.
SUPERVISION BY CONTRACTOR ...................... ..19
............. ...............................
GC-43.
CHANGES IN THE WORK ..................... ............................. .............................19
GC -44.
CHANGES IN CONTRACT PRICE ......................................... .............................19
GC -45.
TIME FOR COMPLETION AND LIQUIDATED DAMAGES ............................20
GC -46.
CORRECTION OF WORK ..................................................... ...............................
20
GC -47.
SUBSURFACE CONDITIONS ................................................. .............................21
GC -48.
SUSPENSION OF THE WORK, TERMINATION AND DELAY .......................21
GC -49.
PAYMENTS TO THE CONTRACTOR ................................... .............................23
GC -50.
ACCEPTANCE OF FINAL PAYMENT AS RELEASE .......... .............................24
GC -51.
INSURANCE . ............................... .........
.................................. ...............................
24
GC -52.
CONTRACT SECURITY .......................................................... .............................26
GC -53.
ASSIGNMENTS ........................................................................ .............................26
GC -54.
INDEMNIFICATION .............................................................. ...............................
27
GC -55.
SEPARATE CONTRACTS ....................................................... .............................27
GC -56.
SUBCONTRACTING ............................. .................................. .............................28
GC -57.
ENGINEER'S AUTHORITY ..................................................... .............................28
GC -58.
LAND AND RIGHTS -OF -WAY .................... ......
.................. ...............................
28
GC -59.
GUARANTEE .............................. ......
29
GC -60.
TAXES ................................................................ .............................29
GC -61.
WORK ADJACENT TO RAILWAY OR OTHER PROPERTY ..........................29
GC -62.
ORDER AND DISCIPLINE ...................................................... .............................29
GC -63.
WARNING DEVICES AND SIGNS ........................................ .............................29
GC -64.
SPECIAL RESTRICTIONS ...................................................... .............................30
GC 2 of 37
AED - Resurfacing County Roads (Suburban)
GC -65.
AS -BUILT DRAWINGS ......................................................... ...............................
34
GC -66.
CONTRACTOR NOT TO HIRE EMPLOYEES OF THE OWNER .....................
34
GC -67.
DRAWINGS .... .. ..............
GC -68.
FIELD OFFICE FACILITIES ........................ .....
30
GC -69.
RIGHTS -OF -WAY AND EASEMENTS ................................ ...............................
30
GC -70.
ESTIMATE OF QUANTITIES ................... ...31
......................... ...............................
GC -71.
EXISTING STRUCTURES AND UTILITIES ......................... .............................31
GC -72.
CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT ITEMS ...........
32
GC -73.
PRIOR USE BY OWNER ......................................................... .............................32
GC -74.
CLEANING UP ............ ............................... ..
.......................... ...............................
32
GC -75.
SALVAGE MATERIALS ........................ ....
32
GC -76.
MAINTENANCE OF TRAFFIC ......................... :..................................................
32
GC-77.
FLAGGING ............................................................................... .............................33
GC -78.
TRAFFIC DETOURS ................ ............................... .............
34
GC -79.
MAINTENANCE OF ACCESS .............................................. ...............................
34
GC-80.
SPECIAL EVENTS ................................................................. ...............................
34
GC -81.
EROSION CONTROL AND RESTORATION OF PROPERTY ..........................
34
GC-82.
UTILITIES ................................................... ...............................
35
GC -83.
UTILITY ACCOMMODATION POLICY .....................
GC -84.
BYPASSING SEWAGE .................................................. . ................................ I.......
I
GC -85.
SAFETY AND HEALTH REGULATIONS ............................................................
1
GC -86.
WARRANTY ............................................................................. ..............................1
GC -87.
PRECONSTRUCTION CONFERENCE .................................. ...............................
I
GC 3 of 37
AED — Resurfacing County Roads (Suburban)
GC -01. DEFINITIONS:
Wherever used , in the Contract Documents, the following terms shall have the meanings indicated
which shall be applicable to both the singular and plural thereof.
1. - ADDENDA: Written or graphic instruments issued prior to the execution of the Agreement
which modify or interpret the Contract Documents, Drawings and Specifications, by
addition, deletion, clarifications or corrections.
2. BID: The offer or proposal of the Bidder submitted on the prescribed form setting forth the
prices for the work to be performed.
3. BIDDER: Any person, firm or corporation submitting a bid for the work.
4. BONDS. Bid, Performance and Payment Bonds and other instruments of security furnished
by the Contractor and his Surety in accordance with the Contract Documents.
5. CHANGE ORDER: A written order to the Contractor authorizing an addition, deletion or
revision in the work within the general scope of the Contract Documents or authorizing an
adjustment in the contract price or contract time.
6. CONTRACT DOCUMENTS: The contract including Advertisement for Bids, Information
for Bidders, Proposal, Bid Bond, Notice of award, Agreement, Performance Bond, Payment
Bond, Notice to Proceed, Change Order, General Conditions, Supplemental General
Conditions, Special Conditions, Technical Specifications, Drawings and Addenda.
7. CONTRACT PRICE: The total monies payable to the Contractor under the terms and
conditions of the Contract Documents.
8. CONTRACT TIME: The number of calendar days stated in the Contract Documents for the
completion of the work.
9. LIFE OF THE CONTRACT: The total duration of the contract from Notice to Proceed to
completion of all the work.
10. CONTRACTOR: The person, firm or corporation with whom the Owner has executed the
Agreement.
11. DRAWINGS: The part of the Contract Documents which show the characteristics and
scope of the work to be performed and which have been prepared or approved by the
Engineer.
12. ENGINEER: The person, firm or corporation named as such in the Contract Documents.
13. FIELD ORDER: A written order effecting a change in the work not involving an
adjustment in the contract price or an extension of the contract time issued by the Engineer
to the Contractor during construction.
GC 4 of 37
AED — Resurfacing County Roads (Suburban)
14. NOTICE OF AWARD: The written notice of the acceptance of the Bid from the Owner to
the successful Bidder.
15.. NOTICE TO PROCEED: Written communication issued by the Owner to the Contractor
authorizing him to proceed with the work and establishing the date of commencement of the
work.
16. OWNER: A public or quasi - public body or authority, corporation, association, partnership
or individual for whom the work is to be performed.
17. PROJECT: The undertaking to be performed as provided in the Contract Documents.
18. RESIDENT PROJECT REPRESENTATIVE: The authorized representative of the Owner
who is assigned to the project site or any part thereof.
19. SHOP DRAWINGS: All drawings, diagrams, illustrations, brochures, schedules, and other
data which are prepared by the Contractor, a Subcontractor, Manufacturer, Supplier or
Distributor, which illustrate how specific portions of the work shall be fabricated or
installed.
20. SPECIFICATIONS: A part of the Contract Documents consisting of written descriptions of
a technical nature or materials, equipment, construction systems, standards and
workmanship.
21. SUBCONTRACTOR: An individual, firm or corporation having a direct contract with the
Contractor or any other Subcontractor for the performance of a part of the work at the site.
22. SUBSTANTIAL COMPLETION: That date as certified by the Engineer when the
construction of the project or a specified part can be utilized for the purposes for which it is
intended.
23. SUPPLEMENTAL GENERAL CONDITIONS: Modifications and/or additions to the
General Conditions of a specific nature generally aimed at the specific contract of which it is
a part.
24. SUPPLIERS: Any person, supplier or organization who supplies materials or equipment for
the work, including that fabricated to a special design, but who does not perform labor at the
site.
25. WORK: All labor necessary to produce the construction required by the Contract
Documents and all materials and equipment incorporated or to be incorporated in the
project.
26. WRITTEN NOTICE: Any notice to any party of the Agreement relative to any part of this
Agreement in writing and considered delivered and the service thereof completed, when
posted by certified or registered mail to the said party at his last given address or delivered
in person to said party or his authorized representative on the work.
GC 5 of 37
AED —Resurfacing County Roads (Suburban)
GC -42. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS:
1. The Contractor may be furnished additional instructions and detail drawings, by the
Engineer, as necessary to carry out the work required by the Contract Documents.
2. The additional drawings and instructions thus supplied will become a part of the Contract
Documents. The Contractor shall carry out the work in accordance with the additional detail
drawings and instructions.
GC -43. SCHEDULES, REPORTS AND RECORDS:
1. The Contractor shall submit to the Owner such schedule of quantities and costs, progress
schedules, payrolls, reports, estimates, records and other data as the Owner may request
concerning the work performed or to be performed.
2. The contractor shall prepare an overall Time -Logic Schedule that includes all major utility
relocations, proposed utilities, and construction activities. A detail schedule for utility
relocations from all utility companies shall be submitted to the contractor two weeks prior to
the Preconstruction meeting. The Contractor shall submit this schedule to Augusta
Engineering Department seven (7) days prior to preconstruction meeting. The contractor
shall present a copy of this schedule at the Preconstruction meeting for discussion. The
schedule shall consist of the following:
a. The noted Responsible Agency for each activity (e.g., Contractor, Sub - Contractor,
Utility Company)
b. The ES -Early Start, EF -Early Finish, LS -Late Start, LF -Late Finish dates
C. The Project Critical Path
d. Activity Durations
The contactor shall also submit following information with the schedule.
a. List of active construction projects and their projected completion date
b. List of available resources assigned to this project *
c. Name of Project Team (Project Manager, Superintendent, Foreman) assigned to this
project *
d. Subcontractor information such as Company Name, Contact Name and Telephone, and
type of assigned tasks
* Personnel and resources assigned to this project shall not be re- assigned to other projects until
after upon approval from Augusta Engineering Department. Augusta Engineering Department
reserves the right to deny the submitted project team or parts thereof.
GC 6 of 37
AED — Resurfacing County Roads (Suburban)
Failure to provide aforementioned schedule and information within specified time will result
in cancellation of Notice to Proceed. If information is not received within thirty (30) days
from the date of Notice to Proceed cancelation, contract will be terminated without further
notice.
Within seven (7) days after the Preconstruction meeting, the Contractor shall provide a
revised schedule with all issues and concerns addressed to Augusta Engineering
Department. The revised Time -Logic Schedule shall be color coded with respect to
responsibility, and shall be presented on D size paper (24'x36 ").
The schedule shall be updated on a monthly basis displaying percentage of completion of all
activities. The project base line and current date line shall appear on all updates.
The Schedule shall be using Microsoft Project or Primavera Scheduling software.
3. The Contractor shall also submit a schedule of payments that he anticipates he will earn
during the course of the work.
GC -04. 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.
GC -05. NOTICE TO PROCEED:
There will be one Notice to Proceeds given to the Contractor. The Notice to Proceed will be
to Clear and Grub, site preparation and actual construction activities. This would be the
contact time that is actually shown in the contract.
GC -06. CONSTRUCTION LAYOUT:
Construction layout work shall be performed by the Contractor. See Section 149 of the
Standard Specifications.
GC -07. DRAWINGS AND SPECIFICATIONS:
The intent of the drawings and specifications is that the Contractor shall furnish all labor,
materials, tools, equipment and transportation necessary for the proper execution of the
work in accordance with the Contract Documents and all incidental work necessary to
complete the project in an acceptable manner, ready for us, occupancy or operation by the
Owner.
2. In case of conflict between the drawings and specifications, the specifications shall govern.
Figure dimensions on drawings shall govern over general drawings.
GC 7 of 37
AED — Resurfacing County Roads (Suburban)
3. Any discrepancies found between the drawings and specifications and site conditions or any
inconsistencies or ambiguities in the drawings or specifications shall be immediately
reported to the Engineer, in writing, who shall promptly correct such inconsistencies or
ambiguities in writing. Work done by the Contractor after his discovery of such
discrepancies, inconsistencies or ambiguities shall be done at the Contractor's risk.
4. All work that may be called for in the specifications and not shown on the drawings, or
shown and not called for in the specifications, shall be executed and furnished by the
Contractor as if described in both these ways and should any work or material be required
which is not detailed in the specifications or drawings, either directly or indirectly, but
which is nevertheless necessary for the proper carrying out of the intent thereof, the
Contractor is to understand the same to be implied and required and shall perform all such
work and furnish any such material as fully as if they were particularly delineated or
described.
5. It is understood and agreed that the Contractor, by careful examination, has satisfied himself
as to the nature and location of the work, the conformation of the ground, the character,
quality and quantity of the materials to be encountered, the character of equipment and
facilities needed preliminary to and during the prosecution of the work, the general and local
conditions and all other matters which can in any way affect the work under this contract.
No verbal agreement or conversation with any officer, agent or employee of the Owner,
either before or after the execution of this contract, shall affect or modify any of the terms or
obligations herein contained.
b. All storm pipes, manholes, junction boxes, catch basins, inlets, misc pre -cast products and
appurtenances shall comply with Georgia Department of Transportation (GDOT) standards
and specifications. Storm pipes and other products shall be from current GDOT approved
plants and stamped per GDOT inspection certification requirements. Submittal of data sheet,
issued by the source (plant), containing pipe manufacturing and inspection data will be
required at the time of arrival of material at project site.
GC -08. SPECIFICATIONS, STANDARDS AND OTHER DATA:
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
GC S of 37
AED — Resurfacing County Roads (suburban)
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.
GC -09. DESIGN ALTERATION :
The commission - council recognizes that various changes in design may be made as the
project progresses. Any requests for additional payment or reduction in payment shall be
processed based on actual work in place and the unit prices submitted as a part of this bid.
Items not covered in this bid shall be priced separately and no work shall be done on these
items until approved, in writing, by the Engineer.
All changes in engineering design of the project shall be approved by the Design Engineer
of record after consultation with the Engineer. Revised design plan sheet(s) shall be signed
and stamped by the Design Engineer of record and a copy shall be submitted to Augusta
Engineering Department.
GC -10. INCIDENTAL CONSTRUCTION ITEMS:
All work and materials without a specific pay item shall be considered incidental to related
pay items, this is to include (but not limited to), additional erosion and sediment control
measures, all removals and disposals, borrow, if needed, remove and reset fences, remove
and reset ornamental shrubs, bushes and sod, and the obtaining, maintaining and restoration
of any required borrow and/or waste pits, establish and reset property boundary survey pins.
GC -11. SHOP DRAWINGS:
1. The Contractor shall provide shop drawings as may be necessary for the prosecution of the
work as required by the Contract Documents. The Engineer shall promptly review all shop
drawings. The Engineer's approval of any shop drawings shall not release the Contractor
from responsibility for deviations from the Contract Documents. The approval of any shop
drawing which substantially deviates from the requirement of the Contract Documents shall
be evidenced by a Change Order.
2. When submitted for the Engineer's review, shop drawings shall bear the Contractor's
certification that he has reviewed, checked and approved the shop drawings and that they are
in conformance with the requirements of the Contract Documents.
3. Portions of the work that require shop drawing or sample submission shall not begin until
the shop drawing or submission has been approved by the Engineer. A copy of each
approved shop drawing and each approved sample shall be kept in good order by the
Contractor at the site and shall be available to the Engineer.
GC 9 of 37
AED —Resurfacing County Roads (Suburban)
GC -12. MATERIALS, SERVICES AND FACILITIES:
1. It is understood that, except as otherwise specifically stated in the Contract Documents, the
Contractor shall provide and pay for all materials, labor, tools, equipment, water, light,
power, transportation, supervision, temporary construction of any nature and all other
services and facilities of any nature whatsoever necessary to execute, complete and deliver
the work within the specified time.
2. Materials and equipment shall be so stored as to insure the preservation of their quality and
fitness for the work. Stored materials and equipment to be incorporated in the work shall be
located so as to facilitate prompt inspection.
3. Manufactured articles, materials and equipment shall be applied, installed, connected,
erected, used, cleaned and conditioned as directed by the manufacturer.
4. Materials, supplies or equipment shall be in accordance with samples submitted by the
Contractor and approved by the Engineer.
5. Materials, supplies or equipment to be incorporated into the work and purchased by the
Contractor of the Subcontractor will be subject to a chattel mortgage or under a conditional
sale contract or other agreement by which an interest is retained by the seller.
GC -13. INSPECTION AND TESTING:
1. All materials and equipment used in the construction of the project shall be subject to
adequate inspection and testing in accordance with generally accepted standards.
2. The Contractor shall provide, at his expense, the necessary testing and inspection services
required by the Contract Documents, unless otherwise provided. 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.
3. The Owner shall provide all other inspection and testing services required by the Contract
Documents.
4. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public
authority having jurisdiction require any work to specifically be inspected, tested or
approved by someone other than the Contractor, the Contractor will give the Engineer
timely notice of readiness. The Contractor will then furnish the Engineer the required
certificates of inspection, testing or approval.
GC 10 of 37
AED — Resurfacing County Roads (Suburban)
5. Neither observation by the Engineer nor inspections, tests or approvals by persons other than
the Contractor shall relieve the Contractor from his obligations to perform the work in
accordance with the requirements of the Contract Documents.
6. The project will be inspected by the Engineer or his/her representative. The- Engineer and his
representatives will at all times have access to the work. In addition, authorized
representatives and agents of any participating Federal or State Agency shall be permitted to
inspect all work, materials, payrolls, records of personnel, invoices of materials and other
relevant data and records. The Contractor will provide proper facilities for such access and
observation of the work and also for any inspection or testing thereof.
7. If any work is covered contrary to the written request of the Engineer, it must, if requested
by the Engineer, be uncovered for his observation and replaced at the Contractor's expense.
8. If any work has been covered which the Engineer has not specifically requested to observe
prior to its being covered or if the Engineer considers it necessary or advisable that covered
work be inspected or tested by others, the Contractor at the Engineer's request, will uncover,
expose or otherwise make available for observation, inspection or testing as the Engineer
may require, that portion of the work in question, furnishing all necessary labor, materials,
tools and equipment. If it is found that such work is defective, the Contractor will bear all
the expenses of such uncovering, exposure, observation, inspection and testing and of
satisfactory reconstruction. If, however, such work is not found to be defective, the
Contractor will be allowed an increase in the contract price or an extension of the contract
time, or both, directly attributable to such uncovering, exposure, observation, inspection,
testing and reconstruction and an appropriate change order shall be issued.
9. The Contractor shall give the Engineer 24 hours notice of starting any new work. No work
shall be done or materials used without suitable supervision and inspection by the Engineer.
The Contractor shall furnish the Engineer with necessary samples of material for testing
purposes.
GC -14. COMPACTION:
All compaction shall be as defined in the current edition of Georgia department of
Transportation Specifications. Special attention shall be given to the backfill of minor
structures (pipe, box culverts, manholes, catch basins, drop inlets, etc.). Compaction shall
be achieved using approved tamps and soil layers of approximately 6 inches (loose measure)
and in accordance with Georgia Department of Transportation Standards 1030 -D and 1401.
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. Backfilling of pipe structures shall be incidental to the pipe
structure bid item.
GC 11 of 37
AED — Resurfacing County Roads (Suburban)
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.
GC -15. CONCRETE:
The Contractor shall have a slump cone on the project at all times when concrete is being
placed. He shall, in the Engineer's presence, perform slump tests as directed by the
Engineer. Tests shall be performed by qualified personnel with a properly cleaned slump
cone. Allowable slumps are 2" minimum and 4" maximum. Class "A" concrete shall have
a minimum of 611 lbs. Cement per cubic yard. Class "B" concrete shall have a minimum-of
470 lbs. Cement per cubic yard. Concrete not meeting these requirements will be rejected
by the Engineer.
NOTE No concrete shall be placed until all required equipment such as slump cone, curing
compound and dispensor, etc., all in good working condition, are on the site. Inspectors
must be given a minimum one -hour advance notice. No concrete shall be placed without the
Inspector present unless otherwise directed by the Engineer. All concrete shall be placed
during the Inspectors normal working hours, 8:30 a.m. to 5:00 p.m. unless otherwise
directed by the Engineer. Formed surfaces shall receive finish immediately after removing
forms. Forms shall be removed as provided in Section 500 of GA.DOT Specifications.
GC -16. CONSTRUCTION:
Transition ties of proposed curb and gutter to existing curbs (valley gutter, granite curb,
header curb, etc.) shall be paid for in the unit price bid for curb and gutter unless otherwise
noted.
At locations where new pavement is to be placed adjacent to existing pavement, without an
overlay, or where curbing is to be placed across paved parking lots, a joint shall be sawed on
a line to ensure pavement removal to be neat. Only those joints sawed in concrete pavement
will be paid for under the pay item -Sawed Joints... per Linear Foot.
Where curb and gutter is used and the shoulder elevations are higher than adjacent ground,
the actual direction of drainage runoff shall be determined by the Contractor. He shall make
such provisions as necessary to ensure that no ponding is caused by the new construction.
He may place additional fill to provide drain inlets. Compensation will be under the price
bid for the appropriate pay item. Driveway profiles may also be altered allowing the
concrete pad to slope down outside the back of the curb line not to exceed an algebraic
difference of 0.07. This should be used primarily on the high side of super- elevated curves.
The Contractor should use caution with standard variance and place special emphasis on
hydraulic considerations.
The Contractor shall provide borrow and/or waste pits for this project. All pits acquired for
use on this project shall be reclaimed in accordance with Subsection 107.23 and Section 160
of the Standard Specifications and page PPA -1 of this document.
GC 12 of 37
AED — Resurfacing County Roads (Suburban)
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, or Grading Per Mile on Lump Sum Construction..
Cut and fill slopes outside of clear zones may be adjusted on construction where necessary
to remain within the right of way.
Curb cut ramps in accordance with Standard 9031 -W are to be used at all street intersections
on this project.
Asphalt milling where specified for use on existing pavement that is to be resurfaced
adjacent to curb and gutter. Finished surface on asphalt pavement shall not exceed 1 /4"
above the gutter line as shown on Georgia Standard 9031 -J.
GC -17. TEST ROLLING
Prior to placing any base course, the subgrade shall be proof rolled to locate unstable areas
and achieve additional compaction. Area be proof rolled using a minimum 15 tons flat drum
compactor or other equipment as recommended by the Geotechnical Engineer (such as a
fully loaded tandem axle dump truck). Geotechnical Engineer and/or a representative of
Augusta Engineering Department will observe and approve proof - rolling. Areas failing
compaction shall be reworked. Any areas judged by the Geotechnical Engineer to rut
(should be improved in place or undercut and replaced with fill compacted to 100 % of soil
maximum dry density as determined by the modified proctor compaction test (ASTM
D1557, Method D or equivalent method approved by the Geotechnical Engineer and
Augusta Engineering Department).
GC -18. SUBSTITUTIONS:
1. When a material, article or piece of equipment is identified on the drawings or specifications
by reference to brand name or catalogue number, the performance or other salient
requirements and that other products of equal capacities, quality and function shall be
considered. The Contractor may recommend the substitution of a material, article or piece
of equipment of equal substance and function for those referred to in the Contract
Documents by reference to brand name or catalogue number and if, in the opinion of the
Engineer, such material, article or piece of equipment is of equal substance and function to
that specified, the Engineer may approve its substitution and use by the Contractor. Any
cost differential shall be deducted from the contract price and the Contract Documents shall
be appropriately modified by change order. The Contractor warrants that if substitutes are
approved, no major changes in the function or general design of the project will result.
Incidental changes or extra component parts required to accommodate the substitute will be
made by the Contractor without a change in the contract price or contract time.
GC 13 of 37
AED — Resurfacing County Roads (Suburban)
GC -19. PATENTS:
1. The Contractor shall pay all applicable royalties and license fees. He shall defend all suits
or claims for infringement of any patent rights and save the Owner harmless from loss on
account thereof except that the Owner shall be responsible for any such loss when a
particular process, design or the product of a manufacturer or manufacturers is specified, but
if the Contractor has reason to believe that the design, process or product specified is an
infringement of a patent, he shall be responsible for such loss unless he promptly gives such
information to the Engineer.
GC -20. SURVEYS, PERMITS AND REGULATIONS:
1. The Owner shall furnish all land surveys and establish all base lines for locating the
principal component parts of the work together with a suitable number of benchmarks
adjacent to the work as shown in the Contract Documents. From the information provided
by the Owner, unless otherwise specified in the Contract Documents, the Contractor shall
develop and make all detail surveys needed for construction such as slope stakes, batter
boards, stakes for pile locations and other working points, lines, elevations and out sheets.
2. The Contractor shall carefully preserve benchmarks, reference points and stakes and in case
of willful or careless destruction, he shall be charged with the resulting expense and shall be
responsible for any mistakes that may be caused by their unnecessary loss or disturbance.
3. The contractor shall re- establish property survey pins for parcels affected by new established
right -of -way. This work shall be considered incidental to "As- built" plan preparation and
will be paid as part of "As- built" plan pay item. This work shall be done by or under
supervision of a qualified Georgia Licensed Professional Land Surveyor (PLS).
4. Permits and licenses of a temporary nature necessary for the prosecution of the work shall be
secured and paid for by the Contractor. Permits, licenses and easements for permanent
structures or permanent changes in existing facilities shall be secured and paid for by the
Owner, unless otherwise specified. The Contractor shall give all notices and comply with
all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and
specified. If the Contractor observes that the Contract Documents are at variance therewith,
he shall promptly notify the Engineer in writing and any necessary changes shall be adjusted
as provided in Section 13, Changes in the Work.
GC —21. 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
GC 14 of 37
AED — Resurfacing County Roads (Suburban)
the time of its installation. The Contractor must furnish positive locking devices, padlocks,
and keys with all gate assemblies.
GC -22. PROTECTION OF WORK, PROPERTY AND PERSONS:
The Contractor will be responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the work. He will take all necessary
precautions for the safety of and will provide the necessary protection to prevent damage,
injury or loss to all employees on the work and other persons who may be affected thereby,
all the work and all materials or equipment to be incorporated therein, whether in storage on
or off the site or other property at the site or adjacent thereto, including trees, shrubs, lawns,
walks, pavements, roadways, structures and utilities not designated for removal, relocation
or replacement in the course of construction.
2. The Contractor will comply with all applicable laws, ordinances, rules, regulations and
orders of any public body having jurisdiction. He will erect and maintain, as required by the
conditions and progress of the work, all necessary safeguards for safety and protection. He
will notify the owners of adjacent utilities when prosecution of the work may affect them.
The Contractor will remedy all damage, injury or loss to any property caused, directly or
indirectly, in whole or in part, by the Contractor, and subcontractor or anyone directly or
indirectly employed by any of them or anyone for whose acts any of them are liable, except
damage or loss attributable to the fault of the Contract Documents or to the acts or omissions
of the Owner or the Engineer or anyone employed by either of them or anyone for whose
acts either of them may be liable and not attributable, directly or indirectly, in whole or in
part, to the fault or negligence of the Contractor.
3. In emergencies affecting the safety of persons or the work or property at the site or adjacent
thereto, the Contractor, without special instructions or authorization from the Engineer or
Owner, shall act to prevent threatened damage, injury or loss. He will give the Engineer
prompt written notice of any significant changes in the work or deviations from the Contract
Documents caused thereby and a Change Order shall be issued covering the changes and
deviations involved.
4. The work under this Contract in every respect shall be at the risk of the Contractor until
finished and accepted, except to damage or injury caused directly by the Owner's agents or
employees.
GC -23. FINISHING AND DRESSING:
All unpaved and natural areas which are disturbed by the construction of this project are to
be returned to the pre - existing shape and slope and then finished and dressed. No separate
payment will be made for grassing, fertilizing and mulching of disturbed areas, unless
specifically shown as a pay item.
GC -24. FOUNDATION BACKFILL MATERIAL, TYPE 1:
Foundation Backfill Material Type I shall conform to Georgia Standard 1030 -D and Section 207 of
the Standard Specifications. No separate payment will be made for this material or its placement.
GC 15 of 37
AED — Resurfacing Countv Raads (Suburban)
GC —25. 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.
GC -26. GRADES:
With the approval of the Engineer, grades may be field adjusted to provide for best drainage.
GC -27. 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.
GC -28. 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.
GC -29. 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 top -slabs shall include manhole rings and covers. The Contractor shall install the
manhole rings and covers such that the steps can be easily accessed.
GC 16 of 37
AE4 — Resurfacing County Roads (Suburban)
GC -30. 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.
GC -31. PAVEMENT CUTS:
All pavement cuts shall be sawed with a neat vertical edge, .regardless of material,
consistently straight enough that a roller can follow the edge precisely to achieve the desired
compaction. Irregular edges will not be accepted. Payment shall be included in the price of
the pipe.
GC -32. PAYMENT FOR PIPE CULVERT INSTALLATION:
1. Payment for pipe culvert or utility installation includes sawing and/or cutting and
removing existing pavement and replacing the pavement as specified in accordance with
Standard 1401.
2. Payment for pipe culvert includes plugging existing pipe with Class "A" or `B" concrete
(See Georgia Standard 9031 -L).
GC -33. 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.
GC -34. PRECAST CONCRETE UNITS:
Precast Concrete Units, other than those specifically allowed by Georgia Department of
Transportation Specifications, such as Drop Inlets, Catch Basins, Manholes, etc., shall not
be installed without written permission from the Engineer. Any such units installed without
such written permission shall be removed from the project.
GC -35. RELOCATED WATER METERS:
Relocated water meters and water meter boxes may not be placed in the sidewalk.
GC 17 of 37
AED —Resurfacing County Roads (Suburban)
GC -36. REMOVAL AND RESETTING OF ORNAMENTAL SHRUBS AND BUSHES
AND SOD:
It shall be the contractor's responsibility to remove and reset any and all existing ornamental
shrubs and bushes and sod in conflict with proposed construction. Coordination with the
property owners is essential in this endeavor. The Contractor will not be held responsible
for care and maintenance after removing and resetting these plants and sod except in cases
where the Contractor's equipment causes irreparable damage or where plants and/or sod dies
as the result of negligence on the Contractor's part. In which cases, the Contractor will be
held responsible for replacement. Sod shall be reset with ground preparation in accordance
with Subsection 700.05.A. No additional soil or fertilizer is required for resetting sod. The
Contractor shall remove the sod in a manner that will be conducive to insuring that the reset
sod will live. At the Contractor's option, he may replace any sod he removes with new sod
of the same type. No separate payment will be made for this work or replacements unless
specifically shown as a pay item.
GC -37. 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.
GC -38. 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.
GC -39. 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.
GC -40. STORM DRAIN PIPE:
Unless otherwise noted, all storm drain,
concrete and shall include O -ring gaskets.
longitudinal and stub pipe are to be reinforced
GC -41. 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.
GC 18 of 37
AED — Resurfacing County Roads (Suburban)
NOTE All submissions shall include the following information for each Subcontractor:
1) Name of Subcontracting Firm
2) Description of Work To Be Done
3) Contact Person's Name and 24 Hour Phone Number
GC -42. SUPERVISION BY CONTRACTOR:
The Contractor will supervise and direct the work. He will be solely responsible for the
means, methods, techniques, sequences and procedures of construction. The Contractor will
employ and maintain on the work a qualified supervisor or superintendent who shall have
been designated in writing by the Contractor as the Contractor's representative at the site.
The supervisor shall have full authority_ to act on the behalf of the Contractor and all
communications given to the supervisor shall be as binding as if given to the Contractor.
The supervisor shall be present on the site at all times as required to perform adequate
supervision and coordination of the work
GC -43. CHANGES IN THE WORK:
The Owner may at any time as the need arises, order changes within the scope of the work
without invalidating the Agreement. If such changes increase or decrease the amount due
under the Contract Documents or in the time required for performance of the work, an
equitable adjustment shall be authorized by Change Order.
2. The Engineer, also, may at any time, by issuing a field order, make changes in the details of
the work. The Contractor shall proceed with the performance of any changes in the work so
ordered by the Engineer unless the Contractor believes that such field order entitles him to a
change in the contract price or time or both, in which event he shall give the Engineer
written notice thereof within ten ( 14) days after the receipt of the ordered change pending
the receipt of an executed change order or further instruction from the Owner.
GC44. CHANGES IN CONTRACT PRICE:
1. The contract price may be changed only by a change order. The value of any work covered
by a change order or of any claim for increase or decrease in the contract price shall be
determined by one or more of the following methods in the order of precedence listed
below:
1.1 Unit prices previously approved.
1.2 An agreed lump sum.
1.3 The actual cost for labor, direct overhead, materials, supplies, equipment and other
services necessary to complete the work. In addition there shall be added an amount
to be agreed upon but not to exceed fifteen (15) percent of the actual cost of the work
to cover the cost of general overhead and profit.
GC 19 of 37
AED — Resurfacing County Roads (Suburban)
GC -45. TIME FOR COMPLETION AND LIQUIDATED DAMAGES:
1. The date of beginning and the time for completion of the work are essential conditions of the
Contract Documents and the work embraced shall be commenced on the date specified in
the Notice to Proceed.
2. The Contractor will proceed with the work at such rate of progress to insure full completion
within the contract time. It is expressly understood and agreed, by and between the
Contractor and the Owner, that the contract time for the completion of the work described
herein is a reasonable time, taking into consideration the average climatic and economic
conditions and other factors prevailing in the locality of the work.
3. If the Contractor shall fail to complete the work within the contract time or extension of time
granted by the Owner, then the Contractor will pay to the Owner the amount for liquidated
damages as specified in the Agreement for each calendar day that the Contractor shall be in
default after the time stipulated in the Contract Documents.
4. The Contractor shall not be charged with liquidated damages or any excess. cost when the
delay in completion of the work is due to the following and the Contractor has promptly
given written notice of such delay to the Owner or Engineer.
4.1 To any preference, priority or allocation order duly issued by the Owner.
4.2 To unforeseeable causes beyond the control and without the fault of negligence of
the Contractor, including but not restricted to, acts of God or of the public enemy,
acts of the Owner, acts of another Contractor in the performance of a contract with
the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight
embargoes and abnormal and unforeseeable weather; and
4.3 To any delays of subcontractors occasioned by any of . the causes specified in
Paragraphs 4.1 and 4.2 of this Article.
GC -46. CORRECTION OF WORK:
The Contractor shall promptly remove from the premises all work rejected by the Engineer
for failure to comply with the Contract Documents, whether incorporated in the construction
or not and the Contractor shall promptly replace and re- execute the work in accordance with
the Contract Documents and without expense to the Owner and shall bear the expense of
making good all work of other Contractors destroyed or damaged by such removal or
replacement.
2. All removal and replacement work shall be done at the Contractor's expense. If the
Contractor does not take action to remove such rejected work within ten (10) days after
receipt of written notice, the Owner may remove such work and store the materials at the
expense of the Contractor.
3. Any omissions or failure on the part of the Engineer to disapprove or reject any work or
material shall not be construed to be an acceptance of any defective work or material. The
GC 20 of 37
AED — Resurfacing County Roads (Suburban)
Contractor shall remove, at his own expense and shall rebuild and replace same without
extra charge and in default thereof the same may be done by the Owner at the Contractor's
expense or in case the Engineer shall not consider the defect of sufficient importance to
require the Contractor to rebuild or replace any imperfect work or material, he shall have the
power and is hereby authorized to make an equitable deduction from the stipulated price.
GC -47. SUBSURFACE CONDITIONS:
The Contractor shall promptly and before such conditions are disturbed, except in the event
of an emergency, notify the Owner by written notice of
1.1 Subsurface or latent physical conditions at the site differing materially from those
indicated in the Contract Documents.
1.2 Unknown physical conditions at the site, of an unusual nature, differing materially
from those ordinarily encountered and generally recognized as inherent in work of
the character provided for in the Contract Documents.
2. The Owner shall promptly investigate the conditions and if he finds that such conditions do
so materially differ and cause an increase or decrease in the cost of, or in the time required,
for performance of the work, an equitable adjustment shall be made and the Contract
Documents shall be modified by a Change Order. Any claim of the Contractor for
adjustment hereunder shall not be allowed unless he has given the required written notice;
provided that the Owner may, if he determines the facts so justify, consider and adjust any
such claims asserted before the date of final payment.
GC48. SUSPENSION OF THE WORK, TERMINATION AND DELAY:
The Owner may, at any time and without cause, suspend the work or any portion thereof for
a period of not more than ninety days or such further time as agreed upon by the Contractor,
by written notice to the Contractor. The Engineer shall fix the date on which work shall be
resumed. The Contractor will resume that work on the date so fixed. The Contractor will be
allowed an increase in the contract price, an extension of the contract time, or both, directly
attributable to any suspension.
2. if the Contractor is adjudged bankrupt or insolvent, or if he makes a general assignment for
the benefit of his creditors or if a trustee or receiver is appointed for the Contractor or for
any of his property or if he files a petition to take advantage of any debtor's act to reorganize
under the bankruptcy or applicable laws or if he repeatedly fails to supply sufficient skilled
workmen or suitable materials or equipment, or if he repeatedly fails to make prompt
payments to subcontractors or for labor, materials or equipment or if he disregards laws,
ordinances, rules, regulations or orders of any public body having jurisdiction of the work or
if he disregards the authority of the Engineer, or if, in the opinion of the Engineer, the
Contractor fails to make satisfactory progress in prosecuting the work, or if he otherwise
violates any provision of the Contract Documents, then the Owner may, without prejudice to
any other right or remedy and after giving the Contractor and his Surety a minimum of ten
(10) days from delivery of a written notice, terminate the services of the Contractor and take
GC 21 of 37
AED -- Resurfacing County Roads (Suburban)
possession of the Project and of all materials, equipment, tools, construction equipment and
machinery thereon owned by the Contractor and finish the work by whatever method he
may deem expedient. In such case, the Contractor shall not be entitled to receive any further
payment until the work is finished. If the unpaid balance of the Contract Price exceeds the
direct and indirect costs of completing. the Project, including compensation for additional
professional services, such excess shall be paid to the Contractor. If such costs exceed such
unpaid balance, the Contractor will pay the difference to the Owner. Such costs incurred by
the Owner will be determined by the Engineer and incorporated in a Change Order.
3. The Contractor must obtain permission from the .Engineer before any equipment can be
removed from the job site. In the event such equipment is removed without the Engineer's
approval, the job will be terminated until such time as the equipment is returned to the
project and any time and money lost by the Contractor as a result of moving the equipment
shall be absorbed by the Contractor.
4. Where the Contractor's services have been so terminate by the Owner, said termination shall
not affect any right of the Owner against the Contractor then existing or which may
thereafter accrue. Any retention or payment of monies by the Owner due the Contractor will
not release the Contractor from compliance with the Contract Documents.
After ten (10) days from delivery of a written notice to the Contractor and the Engineer, the
Owner, may, without cause and without prejudice to any other right or remedy, elect to
abandon the Project and terminate the Contract. In such case, the Contractor shall be paid
for all work executed and any expense sustained plus reasonable profit.
6. If, through no act or fault of the Contractor, the work is suspended for a period of more than
ninety (90) days by the Owner or under an order of court or other public authority of the
Engineer fails to act on any request for payment within thirty (30) days after it is submitted
or the Owner fails to pay the Contractor substantially the sum approved by the Engineer
within thirty (30) days of its approval and presentation, then the Contractor may after ten
(10) days from delivery of a written notice to the Owner and the Engineer, terminate the
Contract and recover from the Owner payment for all work executed and all expenses
sustained. In addition, and in lieu of terminating the Contract, if the Engineer has failed to
act on a request for payment or if the Owner has failed to make any payment as aforesaid,
the Contractor may, upon ten (10) days notice to the Owner and the Engineer, stop the work
until he has been paid all amounts then due, in which event and upon resumption of the
work, Change Orders shall be issued for adjusting the contract price or extending the
contract time or both to compensate for the costs and delays attributable to the stoppage of
the work.
7. If the performance of all or any portion of the work is suspended, delayed, or interrupted as
a result of a failure of the Owner or the Engineer to act within the time specified in the
Contract Documents, or if no time is specified, within reasonable time, an adjustment in the
contract price or an extension of the contract time or both, shall be made by Change Order to
compensate the Contractor for the costs and delays necessarily caused by the failure of the
Owner or the Engineer.
GC 22 of 37
AED — Resurfacing County Roads (Suburban)
GC -49. PAYMENTS TO THE CONTRACTOR:
1. Between the first (1 st) and the fifth (5th) of each month, the Contractor will submit to the
Engineer a partial payment estimate filled out and signed by the Contractor on an approved
form covering the work performed during. the period covered by the partial payment
estimate and supported by such data as the Engineer may reasonably require. If payment is
requested on the basis of materials and equipment not incorporated in the work but delivered
and suitably stored at or near the site, the partial payment estimate shall also be
accompanied by such supporting data, satisfactory to the Owner, as will establish the
Owner's title to the material and equipment and protect his interest therein, including
applicable insurance. The Engineer will, within thirty days after receipt of each partial
payment estimate, either indicate in writing his approval of payment and present the partial
payment estimate to the Owner, or return the partial payment estimate to the Contractor
indicating in writing his reasons for refusing to approve payment. In the latter case, the
Contractor may make the necessary corrections and resubmit the partial payment estimate.
The Owner will, within thirty_ days of presentation to him of an approved partial payment
estimate, pay the Contractor a progress payment on the basis of the approved partial
payment estimate. The Owner shall retain ten (10 %) percent of the amount of each payment
until final completion and acceptance of all work covered by the Contract Documents and
successful completion of required warranty period. On completion and acceptance of a part
of the work on which the price is stated separately in the Contract Documents, payment may
be made in full, excluding retained percentages, less authorized deductions.
2. The request for payment may also include an allowance for the cost of such major materials
and equipment which are suitably stored either at or near the site.
3. All work covered by partial payment shall thereupon become the sole property of the
Owner, but this provision shall not be construed as relieving the Contractor of the sole
responsibility for the care and protection of the work upon which payments have been made
or the restoration of any damaged work, or as a waiver of the right of the Owner to require
the fulfillment of all terms of the Contract Documents.
4. Upon completion and acceptance of the work, the Engineer shall issue a certificate attached
to the final payment request that the work has been accepted by him under the conditions of
the Contract Documents. The entire balance, excluding the retained percentage, found to be
due the Contractor shall be paid to the Contractor, except such sums as may be lawfully
retained by the Owner for saving the Owner or the Owner's agents harmless from all claims
growing out of the lawful demands of Subcontractors, laborers, workmen, mechanics,
material -men and furnishers of machinery and parts thereof, equipment, tools and supplies,
incurred in the furtherance of the performance of the work. The Contractor shall, at the
Owner's request, furnish satisfactory evidence that all obligations of the nature designated
above have been paid, discharged, or waived. If the Contractor fails to do so, the Owner
may, after having notified the Contractor, either pay unpaid bills or withhold from the
Contractor's unpaid compensation a sum of money deemed reasonably sufficient to pay any
and all such lawful claims until satisfactory evidence is furnished that all liabilities have
been fully discharged whereupon payment to the Contractor shall be resumed, in accordance
with the terms of the Contract Documents, but in no event shall the provisions of this
GC 23 of 37
AED — Resurfacing County Roads (Suburban)
sentence be construed to impose any obligations upon the Owner to either the Contractor,
his Surety, or any third party. In paying any unpaid bills of the Contractor, any payment so
made by the Owner shall be considered as a payment made under the Contract Documents
by the Owner to the Contractor and the Owner shall not be liable to the Contractor for any
such payments made in good faith.
5. Owner shall release half of the "10 percent retained" amount at start. of required warranty
period. 50 percent of the remaining retained amount shall be released after six (6) moths into
required warranty period provided no defects are observed in originally accepted work. The
remaining retained balance shall be released at successful completion of the required
warranty period as certified by the Engineer. All payment requests shall be approved by the
Engineer prior to forwarding to the Owner.
6. If the Owner fails to make payment 30 days after approval by the Engineer, in addition to
other remedies available to the Contractor, there shall be added to each such payment,
interest at the maximum legal rate commencing on the first day after said payment is due
and continuing until the payment is received by the Contractor.
GC -50. ACCEPTANCE OF FINAL PAYMENT AS RELEASE:
1. The acceptance by the Contractor of final payment shall be and shall operate as a release to
the Owner of all claims and all liability to the Contractor other than claims in stated amounts
as may be specifically excepted by the Contractor for all things done or furnished in
connection with this work and for every act and neglect of the Owner and other relating to or
arising out of this work. Any payment, however, final or otherwise, shall not release the
Contractor or his Sureties from any obligations under the Contract Documents or the
Performance Bond and Payment Bonds.
GC -51. INSURANCE:
1. The Contractor shall purchase and maintain during the life of this Contract such insurance as
will protect him from claims set forth below which may arise out of or result from the
Contractor's execution of the work, whether such execution by himself or by any
Subcontractor or by anyone directly or indirectly employed by any of them or by anyone for
whose acts any of them may be liable.
1.1 Claims under Workman's Compensation, disability benefit and other similar
employee benefit acts,
1.2 Claims for damages because of bodily injury, occupational sickness or disease or
death of his employees,
1.3 Claims for damages because of bodily injury, sickness or disease or death of any
person other than his employees,
1.4 Claims for damages insured by usual personal injury liability coverage which are
sustained (1) by any person as a result of an offense directly or indirectly related to
GC 24 of 37
AED —Resurfacing County Roads (Suburban)
the employment of such person by the Contractor or (2) by any other person; and
1.5 Claims for damages because of injury to or destruction of tangible property,
including loss of use resulting there from.
2. Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to
commencement of the work. These Certificates shall contain a provision that coverage
afforded under the policies will not be canceled unless at least fifteen (15) days prior written
notice has been given to the Owner and Construction Manager.
3. The Contractor shall procure and maintain, at his own expense, during the life of the
Contract, liability insurance as hereinafter specified.
3.1 Contractor's General Public Liability and Property Damage insurance including
vehicle coverage issued to the Contractor and protecting him from all claims for
personal injury, including death, and all claims for destruction of or damage to
property, arising out of or in connection with any operations under the Contract
Documents, whether such operations be by himself or by any Subcontractor under
him or anyone directly or indirectly employed by the Contractor or by a
Subcontractor under him. Insurance shall be written with a limit of liability of not
less than $200,000 for all damages arising out of bodily injury, including death, at
any time resulting there from, sustained by any one person in any one accident; and a
limit of liability of not less than $500,000 for any such damages sustained by two or
more persons in any one accident. Insurance shall be written with a limit of liability
of not less than $100,000 for all property damage sustained by any one person in any
one accident; and a limit of liability of not less than $200,000 for any such damage
sustained by two or more persons in any one accident. Contractor's insurance policy
shall name Owner and Program Manager as insured under this policy.
The Contractor shall either (1) require each of his subcontractors to procure and to
maintain during the life of his/her subcontract, Subcontractor Liability and Property
Damage Insurance of the type and in the same amounts as specified in the preceding
paragraph, or (2) insure the activities of his subcontractor in his/her own policy.
3.2 The Contractor shall acquire and maintain, if applicable, Fire and Extended
Coverage insurance upon the Project to the full insurable value thereof for the benefit
of the Owner, the Contractor and Subcontractor as their interest may appear. This
provision shall in no way release the Contractor or Contractor's Surety from
obligations under the Contract Documents to fully complete the Project.
4. The Contractor shall procure and maintain, at his own expense, during the life of the
Contract, in accordance with the provisions of the laws of the state in which the work is
performed, Workman's Compensation Insurance, including occupational disease provisions,
for all of his employees at the site of the project and in case any work is sublet, the
Contractor shall require such Subcontractor similarly to provide Workman's Compensation
Insurance, including occupational disease provision for all of the latter's employees unless
such employees are covered by the protection afforded by the Contractor. In case any class
GC 25 of 37
AED — Resurfacing County Roads (Suburban)
of employees engaged in hazardous work under this Contract at the site of the Project is not
protected under Workman's Compensation statute, the Contractor shall provide and shall
cause each Subcontractor to provide adequate and suitable insurance for the protection of his
employees not otherwise protected.
The Contractor shall secure, if applicable, "All Risk" type Builder's Risk Insurance for work
to be performed. Unless specifically authorized by the Owner, the amount of such insurance
shall not be less than the contract price totaled in the bid. The policy shall cover not less
than the losses due to fire, explosion, hail, lightening, vandalism, malicious mischief, wind,
collapse, riot, aircraft and smoke during the contract time and until the work is accepted by
the Owner. The policy shall name as the insured the Contractor, the Engineer and the
Owner.
6. Contractor shall provide a Builders Risk All Risk insurance policy for the full replacement
value of all Project work including the value of all onsite Owner - furnished equipment and/or
materials associated with Program Manager's services. Such policy shall include coverage
for loss due to defects in materials and workmanship and errors in design, and will provide a
waiver of subrogation as to Program Manager and the Owner, and their respective officers,
employees, agents, affiliates, and subcontractors.
GC -52. CONTRACT SECURITY:
The Contractor shall, within ten (10) days after the receipt of the Notice of Award, furnish
the Owner with a Performance Bond and a Payment Bond in penal sums equal to the amount
of the contract price, conditioned upon the performance by the Contractor of all
undertakings, covenants, terms, conditions and agreements of the Contract Documents and
upon the prompt payment by the Contractor to all persons supplying labor and materials in
the prosecution of the work provided by the Contract Documents. Such bonds shall be
executed by the Contractor and a corporate bonding company licensed to transact business
in the state in which the work is to be performed and named on the current list of "Surety
Companies Acceptable on Federal Bonds" as published in the Treasury Department Circular
Number 570. The expense of these bonds shall be borne by the Contractor. If at any time a
Surety on any such bond is declared a bankrupt or loses its right to do business in the state in
which the work is to be performed or is removed from the list of Surety Companies accepted
on Federal Bonds, Contractor shall within ten (10) days after notice from the Owner to do
so, substitute an acceptable bond (or bonds) in such form and sum and signed by such other
Surety or Sureties as may be satisfactory to the Owner. The premiums on such bonds shall
be paid by the Contractor. No further payments shall be deemed due nor shall be made until
the new Surety or Sureties shall have furnished an acceptable bond to the Owner.
GC -53. ASSIGNMENTS:
Neither the Contractor nor the Owner shall sell, transfer, assign or otherwise dispose of the
Contract or any portion thereof, or his right, title or interest therein, or his obligations
thereunder, without written consent of the other party.
GC 26 of 37
AED — Resurfacing County Roads (Suburban)
GC -54. INDEMNIFICATION:
1. The Contractor will indemnify and hold harmless the Owner and Program Manager and the
Engineer and their agents and employees from and against all claims, damages, losses and
expenses including attorney's fees arising out of or resulting from the performance of the
work, provided that any such claim, damage, loss or expense is attributable to bodily injury,
sickness, disease or death, or to injury to or destruction of tangible property, including the
loss of use resulting therefrom; and is caused in whole or in part by any negligent or willful
act or omission of the Contractor and Subcontractor, anyone directly or indirectly employed
by any of them or anyone for whose acts any of them may be liable.
2. In any and all claims against the Owner or the Engineer or any of their agents or employees,
by an employee of the Contractor, Subcontractor, anyone directly or indirectly employed by
any of them, or anyone for whose acts any of them may be liable, the indemnification
obligation shall not be limited in any way by any limitation on the amount or type of
damages, compensation or benefits payable by or for the Contractor or any Subcontractor
under Workman's Compensation acts, disability benefit acts or other employee benefits acts.
3. The obligation of the Contractor under this paragraph shall not extend to the liability of the
Engineer, his agents or employees arising out of the preparation or approval of maps,
drawings, opinions, reports, surveys, change orders, design or specifications.
GC -55. SEPARATE CONTRACTS:
1. The Owner reserves the right to let other contracts in connection with this Project. The
Contractor shall afford other contractors reasonable opportunity for the introduction and
storage of their materials and the execution of their work and shall properly connect and
coordinate his work with theirs. If the proper execution or results of any part of the
Contractor's work depends upon the work of any other Contractor, the Contractor shall
inspect and promptly report to the Engineer any defects in such work that render it
unsuitable for such proper execution and results.
2. The Owner may perform additional work related to the Project by himself or he may let
other contracts containing provisions similar to these. The Contractor will afford the other
Contractors who are parties to such contracts (or the Owner, if he is performing the
additional work himself), reasonable opportunity for the introduction and storage of
materials and equipment and the execution of the work and shall properly connect and
coordinate his work with theirs.
3. If the performance of additional work by other Contractors or the Owner is not noted in the
Contract Documents prior to the execution of the Contract, written notice thereof shall be
given to the Contractor prior to starting any such additional work. If the Contractor believes
that the performance of such additional work by the Owner or others involves him in
additional expense or entitles him to an extension of the contract time, he may make a claim
therefor as provided in Sections GC -13 and GC -14.
GC 27 of 37
AED — Resurfacing County Roads (Suburban)
GC -56. SUBCONTRACTING:
1. The Contractor may utilize the services of specialty Subcontractors on those parts of the
work which, under normal contracting practices, are performed by specialty Subcontractors.
2. The Contractor shall not award work to Subcontractor(s), in excess of fifty (50 %) percent of
the Contract Price, without prior written approval of the Owner.
3. The Contractor shall be fully responsible to the Owner for the acts and omissions of his
Subcontractors, and of persons either directly or indirectly employed by them, as he is for
the acts and omissions of person directly employed by him.
4. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative
to the work to bind the Subcontractors to the Contractor by the terms of the Contract
Documents insofar as applicable to the work of Subcontractors and to give the Contractor
the same power as regards terminating any subcontract that the Owner may exercise over the
Contractor under any provision of the Contract Documents.
5. Nothing contained in this Contract shall create any contractual relation between any
Subcontractor and the Owner.
GC -57. ENGINEER'S AUTHORITY:
1. The Engineer shall act as the Owner's representative during the construction period. He
shall decide questions which may arise as to quality and acceptability of materials furnished
and work performed. He shall interpret the intent of the Contract Documents in a fair and
unbiased manner. The Engineer will make visits to the site and determine if the work is
proceeding in accordance with the Contract Documents.
2. The Contractor will be held strictly to the intent of the Contract Documents in regard to the
quality of materials, workmanship and execution of the work. Inspections may be made at
the factory or fabrication plant or the source of material supply.
3. The Engineer will not be responsible for the construction means, controls, techniques,
sequences, procedures, or construction safety.
4. The Engineer shall promptly make decisions relative to interpretation of the Contract
Documents.
GC -58. LAND AND RIGHTS -OF -WAY:
The Owner will furnish all land and rights -of -way necessary for carrying out and for the
completion of the work to be performed pursuant to the Contract Documents. If all land and
rights -of -way are not obtained prior to the issuing of the Notice to Proceed, the Contractor
shall begin work upon lands and rights -of -way that have been acquired.
2. The Owner shall provide to the Contractor information which delineates and describes the
lands owned and rights -of -way acquired.
GC 28 of 37
AED — Resurfacing County Roads (suburban)
The Contractor shall provide at his own expense and without liability to the Owner any
additional land and access thereto that the Contractor may desire for temporary construction
facilities, or for storage of materials.
GC -59. GUARANTEE:
1. The Contractor shall guarantee all materials and equipment furnished and work performed
for a period of eighteen (18) months from the date of substantial completion. The
Contractor warrants and guarantees for a period of eighteen (18) months from the date of
substantial completion of the system that the completed system is free from all defects due
to faulty materials or workmanship and the Contractor shall promptly make such corrections
as may be necessary by reason of such defects including the repairs of any damage to other
parts of the system resulting from such defects. The Owner will give notice of observed
defects with reasonable promptness. In the event that the Contractor should fail to make
such repairs, adjustments or other work that may be necessary by such defects, the Owner
may do so and charge the Contractor the cost thereby incurred. The Performance Bond shall
remain in full force and effect though the guarantee period.
GC -60. TAXES:
The Contractor will pay all sales, consumer, use and other similar taxes required by the law
of the place where the work is performed.
GC -61. WORK ADJACENT TO RAILWAY OR OTHER PROPERTY:
1. Whenever the work embraced in this Contract is near the tracks, structures or buildings of
the Owner or of other railways, persons, or property, the work shall be so conducted as not
to interfere with the movement of trains or other operations of the railway, or, if in any case
such interference be necessary, the Contractor shall not proceed until he has first obtained
specific authority and directions therefore from the proper designated officer of the Owner
and has the approval of the Engineer.
GC -62. ORDER AND DISCIPLINE:
1. The Contractor shall at all times enforce strict discipline and good order among his
employees and any employee of the Contractor who shall appear to be incompetent,
disorderly or intemperate or in any other way disqualified for or unfaithful to the work
entrusted to him, shall be discharged immediately on the request of the Engineer and he
shall not again be employed on the work with the Engineer's written consent.
GC -63. WARNING DEVICES AND SIGNS:
The Contractor shall famish, erect, paint and maintain warning devices when construction is
on or near public streets for the protection of vehicular and pedestrian traffic. Such devices
will be in accordance with the Georgia Manual on Uniform Traffic Control Devices for
Street and Highways, "Traffic Control for Highway Construction and Maintenance
Operations," latest edition.
GC 29 of 37
AED —Resurfacing County Roads (Suburban)
A 20" x 30" sign, mounted on a solid post, 8 feet above the ground, indicating the name and
a 24 -hour phone number of the Contractor in 4" letters, shall be erected at prominent
locations on the construction site as directed by the Engineer. The Contractor may remove
the sign following the maintenance period.
GC -64. SPECIAL RESTRICTIONS:
No work shall be allowed after the hours of darkness or on Sunday without permission of
the Owner.
GC -65. AS -BUILT DRAWINGS:
The Contractor shall furnish a complete, legible set of "as- built" plans, prepared and
certified by a qualified Georgia Licensed Professional Land Surveyor (PLS), to Augusta
Engineering Department seven (7) days prior to the date of the Final Inspection. The
Director of Engineering Department or his/her designee shall review the submitted as -built
plans for accuracy, legibility, completeness, and conformity with approved construction
plans. Upon approval of submitted as- built, three(3) hard copies and one electronic (CD- in
GA State plan coordinate) copy shall be submitted to Engineering Department for record
and Director of Engineering signature. There shall be no separate payment unless otherwise
shown.
GC -66. CONTRACTOR NOT TO HIRE EMPLOYEES OF THE OWNER:
The Contractor shall not employ or hire any of the employees of the Owner.
GC -67. DRAWINGS:
The Owner will furnish to the Contractor, free of charge, up to three (3) sets of direct black
line prints together with a like number of complete bound specifications for construction
purposes. Location of all primary features of the work included in the Contract are indicated
on the Contract Drawings.
GC -68. FIELD OFFICE FACILITIES:
The Contractor shall provide, at a point convenient to the work, suitable office facilities for
housing records, plans and contract documents. A telephone and Fax shall be provided at
the Contractor's office for expediting the work and be made available for the use of the
Engineer. A complete and up -to -date set of the plans and specifications shall be available at
the field office at all times that the work is in progress.
GC -69. RIGHTS -OF -WAY AND EASEMENTS:
1. The Owner will furnish all land and rights -of -way necessary for the carrying out of this
contract and the completion of the work herein contemplated and will use due diligence in
acquiring said land and rights -of -way as speedily as possible. But it is possible that all land
and rights- of-way may not be obtained as herein contemplated before construction begins, in
GC 30 of 37
AED — Resurfacing County Roads (Suburban)
which event the Contractor shall begin his work upon such land and rights -of -way as the
Owner may have previously acquired and no claim for damages whatsoever will be allowed
by reason of the delay in obtaining the remaining lands and rights -of -way. Should the
Owner be prevented or enjoined from proceeding with the work or from authorizing its
prosecution, either before the commencement, by reason of any litigation or by reason of its
inability to procure any lands or rights -of -way for the said work, the Contractor shall not be
entitled to make or assert any claim for damage by reason of said delay or to withdraw from
the contract except by consent of the Owner; but time for completion of the work will be
extended to compensate for the time lost by such delay; such determination to be set forth in
writing and approved by the Owner.
2. The Contractor shall not perform any work outside the limits of the right -of -way or
easements. In addition, no equipment or material shall be placed outside these areas without
written permission of both the property owner and the Engineer. In the event that the
Contractor elects to utilize private property for any purpose connected with the project, such
as, but not limited to, staging areas, equipment and/or material storage or simply as a
convenience, he shall submit a written agreement to the Engineer containing vital
information such as limits of both area and time the property is to be utilized and a
description of the intended use. The agreement must be signed by both the property owner
and the Contractor and will be reviewed and recorded by the Engineer. Such agreements
must be submitted prior to the contractor's use of the property.
All buildings located on newly acquired R/W and/or easements shall be relocated by the
Contractor. Such buildings on existing R/W and/or easements shall be removed by the
owner or will become the property of the Contractor.
GC -74. ESTIMATE OF QUANTITIES:
1. The estimated quantities of work to be done and materials to be furnished under this contract
if shown in any of the documents including the bid are given only for use in comparing bids
and to indicate approximately the total amount of the contract and the right is especially
reserved except as herein otherwise specifically limited to increase or diminish them as may
be deemed reasonably necessary or desirable by the Owner to complete the work
contemplated by this contract and such increase or diminution shall in no way vitiate this
contract nor shall any such increase or diminution give cause for claims or liability for
damages.
GC -71. EXISTING STRUCTURES AND UTILITIES:
The existence and location of structures and underground utilities indicated on the plans are
not guaranteed and shall be investigated and verified in the field by the Contractor before
starting work. The Contractor shall be held responsible for any damage to and for
maintenance and protection of existing utilities and structures.
GC 31 of 37
AED — Resurfacing County Roads (Suburban)
GC -72. CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT ITEMS:
1. The Contractor shall, immediately after the contract has been awarded, submit to the
Engineer for his approval, a breakdown showing estimates of all costs apportioned to the
major elements of equipment, material and labor comprising the total- work included under
any of the lump sum items shown in the proposal. These estimates as approved will serve as
the basis for estimating of payments due on all progress estimates.
GC -73. PRIOR USE BY OWNER:
Prior to completion of the work, the Owner may take over the operation and/or use of the
uncompleted project or portions thereof. Such prior use of the facilities by the Owner shall
not be deemed as acceptance of any work or relieve the Contractor from any of the
requirements of the Contract Documents.
GC -74. CLEANING UP:
1. The Contractor shall keep the premises free from the accumulation of waste material and
rubbish and upon completion of the work, prior to final acceptance of the completed project
by the Owner, he shall remove from the premises all rubbish, surplus materials, implements,
tools, etc., and leave his work in a clean condition, satisfactory to the Engineer.
GC -75. SALVAGE MATERIALS:
All salvageable materials, such as drainage pipe, which require removing but not used on
this project, are to be removed from the Right-of-Way, as directed by the Engineer, and
recycled or properly disposed of per applicable local and state regulations. Augusta
Engineering reserves the right to request a copy of disposal documents for these materials.
GC -76. MAINTENANCE OF TRAFFIC:
1. In any work within the public right -of -way, the Contractor shall provide adequate warning
and protection for pedestrian and vehicular traffic from any hazard arising out of the
Contractor's operations and will be held responsible for any damage caused by negligence
on his part or by the improper placing of or failure to display danger signs and road lanterns.
All traffic lanes, sidewalks and driveways will be kept open and clear at all times except as
provided below. The Contractor shall not block traffic on any street more than 30 minutes
or without written permission from such agency. Before leaving the work each night, it
shall be placed in such condition as to cause the least possible hazard therefrom. Should the
Contractor fail to comply with the provisions of this paragraph, the Owner may, with his
own forces, provide signs, flagmen, barricades and/or passageways or clear the pavement
and deduct the cost thereof from sums due to the Contractor.
GC 32 of 37
AED — Resurfacing County Roads (Suburban)
The Contractor shall provide construction signs in accordance with requirements of "Manual
on Uniform Traffic Control Devices (MUTCD) for Streets and Highways"; current edition
with added supplements and provisions.
The attention of the Contactor is specifically directed to Subsection 107.09 of the
Supplemental Specification - "Barricades and Danger, Warning, and Detour Signs ". "The
Contractor shall furnish, install, and maintain all necessary and required barricades, signs,
and other traffic control devices in accordance with these specifications, Project Plans,
Special Provisions, and MUTCD, and Take all necessary precautions for the protection of
the work and safety of the public."
All temporary signs, barricades, flashing lights, striping and any other traffic control devices
required during construction of this project shall meet all requirements of the MUTCD
current addition, as directed by the Engineer and be furnished by the Contractor with
payment in accordance with Section 150.
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 initial installation and the
continuing maintenance and operation of the facility. At least one -lane, two -way, traffic
shall be maintained at all times unless approved otherwise by the Engineer. As a minimum,
the Contractor must comply with MUTCD, current edition and Georgia Standard 9102.
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.
GC -77. 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 Flaggers shall meet the requirement of part 6F of the MUTCD Current Edition and must
have received training and a certificate upon completion of the training from a Department
approved training program. Failure to provide certified Flaggers as required above shall be
reason for the Engineer suspending work involving the Flagger(s) until the Contractor
provides the certified Flagger(s).
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 stoplslow paddle, a Flagger may use a
24 -inch square red/orange flag as an additional device to attract attention. For night work,
the vest shall have reflectorized stripes on front and back.
Signs for Flagger traffic control shall be placed in advance of the flagging operation in
accordance with the MUTCD Current Edition. In addition to the signs required by the
MUTCD, signs at regular intervals, warning of the presence of the Flagger shall be placed
beyond the point where traffic can reasonably be expected to stop under the most severe
conditions for that day's work.
GC 33 of 37
AED —Resurfacing County Roads (Suburban)
GC -78. TRAFFIC DETOURS:
Where detours are required and in accordance with Section 150 of the Standard
Specifications and any Supplements thereto, the Contractor shall file for approval a detour
plan of operation for this project. This plan shall include details of staging and rerouting of
traffic including estimated length of time for use of the detours.
The Contractor shall so conduct his operations that there will be a minimum of interference
with, or interruption of, traffic upon and along the roadway. This applies to the initial
installation and the continuing maintenance and operation of the facility. At least one -lane,
two -way traffic shall be maintained at all times unless approved otherwise by the Engineer.
As a minimum, the Contractor must comply with the Manual on Uniform Traffic Control
Devices, current edition and Georgia Standard 9102.
GC -79. MAINTENANCE OF ACCESS:
1. The Contractor will be required to maintain access to business establishments during all time
they are open for business, to churches, schools and other institutions during the time they
are open and to all residential and other occupied buildings or facilities at all times. Bridges
across open trenches and work areas will be required to provide vehicular and pedestrian
access. Bridges with handrail protection will be required for crosswalks at street
intersections. It is recognized that it will be necessary to remove bridges and to block cross
traffic while equipment is in operation. The Contractor shall, however, plan and pursue his
operations so as to minimize the time that direct entrance is blocked.
GC -80. SPECIAL EVENTS:
When Special Events occur, such as the Augusta Masters Golf Tournament, all work shall
be safe 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
p rovided the Contractor has otherwise pursued the work diligently.
GC -81. EROSION CONTROL AND RESTORATION OF PROPERTY:
1. The Contractor will be required to schedule his work and perform operations in such a
manner that siltation and bank erosion will be minimized during all phases of construction.
Any areas disturbed during the course of construction shall be restored to a condition equal
or better than the original condition. The Contractor will be required to submit a Soil
Erosion, Sedimentation and Stormwater Pollution Control plan that is in compliance with
the work site erosion control and NPDES plan, per the Georgia Department of
Transportation and Georgia Environmental Protection Erosion, Sediment and Stormwater
Pollution Control requirements.
GC 34 of 37
AED — Resurfacing Countv Roads (Suburban)
2. The contractor will be responsible for NPDES monitoring and documentation to keep the
project in compliance with applicable NPDES permit requirements. The contractor shall be
responsible to bring project incompliance and pay penalty imposed on the project due to non
compliance to NPES permit and other permits.
3. The cost of this work shall be included in the cost of Lump Sum Construction unless Shown
as a Separate pay item.
GC -82. 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.
GC 35 of 37
AED — Resurfacing County Roads (Suburban)
THE FOLLOWING UTILITY COMPANIES SHALL BE NOTIFIED BEFORE WORK
BEGINS:
(Contacts revised July 12, 2007)
Atlanta Gas Light Company
Augusta Richmond County Utilities
337 Habersham Road
36o Bay Street, Suite 18o
Martinez, Georgia 30907
Augusta, GA 30901
Phone: (706) 214 -0858
Phone: (7o6) 312 -4132
Fax:
Fax: (7o6) 312-4133
Attn: Carl Corley
Attn: Russell Thies
Knology of Augusta
3714 Wheeler Road
Georgia Power
Bell South
Post Office Box 188
3841 Wrightsboro Road
290 North Peachtree St.
Augusta, GA 30909
Lincolnton, Ga. 30817
Phone: (7o6) 228 -5203
Phone: (7o6) 836 -0130
Fax: (7o6) 855 -1917
Fax: (7o6) 359 -6115
Attn: Austin Sapp
Attn: Mr. Al Danner
Knology of Augusta
3714 Wheeler Road
Jefferson Energy Cooperative
Augusta, GA 30909
P.O. Box 457
Phone: (7o6) 364 -1015
Wrens, GA 3
Fax: (7o6) 364 -1011
Phone: (7o6) 547
Attn: Richard Strength
Fax: (7o6) 547
Attn: Mike Wasden
Comcast Communications
P.O. Box 3579
Augusta, GA 30904
Phone: (7o6) 739 -1865 KMC Telephones
Fax: (7o6) 733 - 6 94 2 (7o6) 821 -.2522
Attn: Kevin O'Meara Attn: Dennis Norviel
GC 36 of 37
AED -- Resurfacing County Roads (Suburban)
GC 83. 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.
GC -84. BYPASSING SEWAGE:
1. The Contractor will be required to schedule and coordinate construction sequences and to
use temporary construction and other approved methods which will minimize the bypassing
of sewage during construction of the sewer facilities. The diversion of sewerage to open
ditches or streams will not be permitted.
GC -85. SAFETY AND HEALTH REGULATIONS:
1. The Contractor shall comply with the Department of Labor Safety and Health Regulations
for construction promulgated under the Occupational and Health Act of 1970 (PL31 -596)
and under Section 107 of the Contract Work Hours and Safety Standards Act (PL91 -54).
GC -86. WARRANTY:
Unless otherwise specified, all contract work is subject to a 18 -month warranty. The 18-
month warranty is hereby modified to include the following: Any repairs, corrections or
modifications performed within the last six months of the original 18 -month warranty shall
have the original 18 -month warranty extended 180 calendar days past the date of such
repairs, corrections or modifications.
GC -87. PRECONSTRUCTION CONFERENCE:
1. A preconstruction conference shall be held at an acceptable time to the Owner and the
Contractor prior to the "Notice to Proceed" to coordinate the work and satisfy all
requirements of the Contract Documents.
GC 37 of 37
AED — Resurfacing County Roads (Suburban)
Augusta, GA Engineering Department
PROPOSAL
RESURFACING COUNTY ROADS (SUBURBAN)
PROJECT NUMBER: XXX- XX- XXXXXX
SECTION P
PROPOSAL
Date: 10 -16 -0
Gentlemen:
In compliance with your invitation for bids dated O CTOBER 16 ,2009, 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:
RESURFACING COUNTY ROAD (SUBURBAN)
PROJECT NUMBER: XXX- XX- XXXXXX
In strict accordance with the Contract Documents and in consideration of the amounts shown on
the Bid Schedule attached hereto and totaling:
- Two '(Cl,1l o�.�p�c �ur�.� C� �2 �2 J a�C�Vwysa , y� 1;���,T®.►o
DOLLARS ($ a,4'76, 55a. 6.X-
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 180 calendar days.
The undersigned acknowledges receipt of the following addenda:
Addendum Number: Addendum Date:
1 10/8/09
Respectfully submitted:
MABUS BROS CONST CO., INC.
(Name of Firm)
920 MOLLY POND RD, AUGU GA 30901
(Busi dress)
B
Title: LARRY GOOLSBY
RESURFACING COUNTY ROADS (SUBURBAN)
PROJECT NUMBER: XXX- XX- XXXXXX
WINDSOR SPRING ROAD (WILLIS FOREMAN RD. TO SR 88)
ITEM
UNIT
NO.
DESCRIPTION
UNIT
QUANTITY
PRICE
PRICE
ooi -i000
Force Account
; LS
1.00
$110,000.00
$110,000.00
Manhole /Structure Adjustments
' LS
1.00
,5.Q3�.
�• o�
150 -1000
Traffic Control
LS
1.00
w
4 -7,930
o�
x 47730.
Milling Asphalt Concrete Pavement,
3
1
�o
4 2 -oao8
2 in
SY
67,i62.
Recycled Asphalt Concrete Leveling,
,a
402 -1812
Incl. Bitum. Matl• & H Lime
TN
,700.00•��-
1 402-3110
Recycled Asphalt Concrete 9.5 MM
z ,
Su er ave, GP 1 or 2, Incl. Bitum.
TN
7,400.00•
' 6460,Z W.
413 -l000
Bitum Tack Coat
GL
18,133742
06
2 � Z. 40
Thermo. Solid Traffic Stripe, 5 in,
z5
°"
A Ic
6
White
LF
0,500.00
Thermo, Solid Traffic Stripe, 5 in,
24
a�
Iz, IZs�,
653-2502
Yellow
LF
0,500.00
,
TOTAL: � I C6, \Cj • 20
P -2
RESURFACING COUNTY ROADS (SUBURBAN)
. PROJECT NUMBER: XXX- XX- XXXXXX
WINDSOR SPRING R OAD (WILLIS FOREMAN RD. TO TOBACCO RD.)
ITEM
UNIT
NO. DESCRIPTION
[ Force
UNIT
QUANTITY
PRICE
PRICE
ooi -l000 Account
LS
i.00
$�o,000.00
$70,000.00
Manhole /Structure Adjustments
LS
1.00�J,O���
150 -i000 Traffic Control
LS
1.00
0
A¢94 -7 7,'�
Milling Asphalt Concrete Pavement,
432 -0208 2 in I
Sy
38,000.o0
Recycled Asphalt Concrete Leveling,
Incl.
402 - 1812 Bitum. Matl. & H Lime
TN
2,100.00
'
It
Recycled Asphalt Concrete 9.5 MM
402 -3110 Su er ave, GP 1 or 2, Incl. Bitum.
TN
4,200.00
413 -1000 Bitum Tack Coat
GL
10,260.00
Z O6
$a�, 135
Thermo. Solid Traffic Stripe, 5 in,
653 -2501 White
LF
28,512.00
Vin , 15
$ 7� , � o0
Thermo. Solid Traffic Stripe, 5 in,
653 -2502 Yellow
z4-
o,
LF
28,512.00
I t
TOTAL: t 60a,743 4
P -3
RESURFACING COUNTY ROADS (SUBURBAN)
PROJECT NUMBER: XXX- XX- XXXXXX
WOODBINE ROAD (WASHIN RD. TO LAKEMONT DR.)
—
ITEM NO. DESCRIPTION j UNIT
QUANTITY
UNIT
PRICE
PRICE
001 -1000 Force Account
LS
1.00
$30,000.00
$30,000.00
Manhole /Structure Adjustments
LS
1.00
`,7
1, 78S
150 -1000 Traffic Control
LS
1.00
4 2S. Gi
0, 25, 949 00
Graded Aggregate Base Coarse, 12 in,
310 -5120 J Incl. Mad.
SY
4,013.00
A�
457 Geo id Reinforcement, TP C
SY
4,013-00
1 $6, so
026,C84 s�
Milling Asphalt Concrete Pavement,
432-0208 2 in
SY
8,026.00
I ,
4 10,83S. fd
Recycled Asphalt Concrete Leveling,
402 -1812 Incl. Bitum. Mad. & H Lime
TN
442.00
6 a
Recycled Asphalt Concrete 9.5 MM
40 2- 3 110 Su er ave, GP 1 or 2, Incl. Bitum.
TN
883.00
zo
A9 2Z.
413 -1000 Bitum Tack Coat
GAL
2,168.00
� 06
� 6C I
441 -7011 Curb Cut Wheelchair Ramp, Type A
EA
2.00
'»
�, + 0 0
Thermo. Solid Traffic Stripe, 5 in,
653 -2501 White
LF
6,040.00
Thermo. Solid Traffic Stripe, 5 in,
6 653 -2502 Yellow
LF
6,040.00
o�
60
�,'�'4
TOTAL: )t x r lOq - ,
P -4
RESURFACING COUNTY ROADS (SUBURBAN)
PROJECT NUMBER: XXX- XX- XXXXXX
RUBY DRIVE ( WELLS DRIVE T RI CHMOND HILLS ROAD
ITEM
UNIT
NO. DESCRIPTION
UNIT
QUANTITY
PRICE
PRICE
001 -1000 Force Account
LS
1.00
$16,000.00
s16,000.00
Manhole /Structure Adjustments
LS
1.o0 1,78�J
150 -1000 Traffic Control
LS
1.00
°
15,`RS.�
Milling Asphalt Concrete
Pavement,
i
1 35
432-0208 2 in
SY
8,500.00
Recycled Asphalt Concrete
j
Leveling, Incl. Bitum. Mad. & H
i
zo
a8, 9a3
402 -1812 Lime
TN
465.00
Recycled Asphalt Concrete 9.5 MM
402 -3110 Su er ave, GP 1 or 2, Incl. Bitum.
TN I
30.00
16a,.�
A ,
$,
4 1 3 -1000 Bitum Tack Coat
GAL
2,295.00
b 2..
4 4-, r Q / ,�
Curb Cut Wheelchair Ramp, Type
441 -7011 A
EA
14.00
a ,
��,�,
Thermo. Solid Traffic Stripe, 5 in,
6 White
a „
0 �
LF
6,336.00�
Thermo. Solid Traffic Stripe, 5 in,
6 Yellow
24-
'A O,
LF
6, 6.00
TOTAL: 11 3
P -5
RESURFACING COUNTY ROADS (SUBURBAN)
PROJECT NUMBER: XXX- XX- XXXXXX
LOVER'S LANE (COLUMBIA NITROGEN ROAD TO Urn,n)
ITEM
UNIT
NO. DESCRIPTION
UNIT
QUANTITY
PRICE
PRICE
ooi -i000 Force Account
LS
1.00
$25 ,000-00
$25,000.00
Manhole /Structure Adjustments
LS
1.00
&0
JJ
150 -10oo Traffic Control
LS
1.o0
�,675•�
6 -�
Milling Asphalt Concrete Pavement,
43 2-0208 2 in
SY
14,300.00
Recycled Asphalt Concrete Leveling,
R 402 -1812 Incl. Bitum. Matl. & H Lime
TN
78 .00
Recycled Asphalt Concrete 9.5 MM
Su
z�
97 31 '3•
402-3110 er ave, GP 1 or 2, Incl. Bitum.
TN
1,9 65-00
4 1 3 -100 o Bitum Tack Coat
GL
3,861.00
06
66
'r
Thermo. Solid Traffic Stripe, 5 in,
ZS
a ,666, Sa
6 White
LF
10,666.00
Thermo. Solid Traffic Stripe, 5 in,
6 1 Yellow
a55� 8A-
LF
1o,666.00
TOTAL: 40 XS.
P -6
RESURFACING COUNTY ROADS (SUBURBAN)
TOMS DRIVE /BREEZE HILL DRIVE
ITEM
NO.
DESCRIPTION
UNIT
QUANTITY
UNIT
PRICE
PRICE
000-
0000
Force Account
LS
1.00
$30,000.00
$30,000.00
Manhole /Structure Adjustments
LS
1.00
ta, i a5
sa, o0
150-
1000
Traffic Control
LS
1.00
It 5g3
t 3,
432-
0208
Milling As halt Concrete Pavement, 2 in
SY
13,440.00
4 1 , 35
t B
402-
Recycled Asphalt Concrete Leveling,
1812
Incl. Bit um. Matl. & H Lime
TN
814.00630
Recycled Asphalt Concrete 9.5 MM
3110
Su erpave GP 1 or 2, Incl. Bitum.
TN
1,628.00
�
rQI ji 6a
413 -
1000
Bitum Tack Coat
GAL
4,000.00
!
ao
653 -
2501
Thermo. Solid Traffic Stripe, 5 in, White
LF
10,080.00
653-
Thermo. Solid Traffic Stripe, 5 in,
a�-
2502
Yellow
LF
10,080.00
a4-1 , 2
TOTAL:
ESTIMATED COST FOR SUBURBAN RESURFACING: t .�.,476,55a, 62-
Addendum 1 Bid Item #09 -161
Page 7 of 7
Augusta, GA Engineering Department
GENERAL NOTES
RESURFACING COUNTY ROADS (SUBURBAN)
PROJECT NUMBER: XXX- XX- XXXXXX
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 subgrade. Section 318 is further modified to permit the use
of crusher run stone as described in Subsection 806.02.
The Contractor will have the choice of the following materials:
Graded Aggregate Subsection 815.01
Coarse Aggregate Size 467 Subsection 800.01
Stabilizer Aggregate Type 1 or 2 Section 803
Crushed Stone Subsection 806.02
All materials to be used as directed by the Engineer.
AS -BUILT PLANS:
The Contractor shall furnish a complete, legible set of "as- built" plans, prepared and certified by
a qualified Georgia Licensed Professional Land Surveyor (PLS), to Augusta Engineering
Department seven (7) days prior to the date of the Final Inspection. The Director of Engineering
Department or his/her designee shall review the submitted as -built plans for accuracy, legibility,
completeness, and conformity with approved construction plans. Upon approval of submitted as-
built, three(3) hard copies and one electronic (CD- in GA State plan coordinate) copy shall be
submitted to Engineering Department for record and Director of Engineering signature. There
shall be no separate payment unless otherwise shown.
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.
G -1
AED — Resurfacing County Roads (Surburban)
COMPACTION
All compaction shall be as defined in the current edition of Georgia department of Transportation
Specifications. Special attention shall be given to the backf ll of minor structures (pipe, box
culverts, manholes, catch basins, drop inlets, etc.). Compaction shall be achieved using
approved tamps and soil layers of approximately 6 inches (loose measure) and in accordance
with Georgia Department of Transportation Standards 1030 -D and 1401. 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. Backfilling of pipe structures shall be incidental to the pipe structure bid item.
NOTE When sand and jetting/flooding method is used the warranty for the backfilled
area is extended from 12 months to 24 months A plan for the jetting/flooding shall be
submitted at the Pre- Construction Conference.
CONCRETE:
The Contractor shall have a slump cone on the project at all times when concrete is being placed.
He shall, in the Engineer's presence, perform slump tests as directed by the Engineer. Tests shall
be performed by qualified personnel with a properly cleaned slump cone. Allowable slumps are
2" minimum and 4" maximum. Class "A" concrete shall have a minimum of 611 lbs. Cement
per cubic yard. Class `B" concrete shall have a minimum of 470 lbs. Cement per cubic yard.
Concrete not meeting these requirements will be rejected by the Engineer.
NOTE No concrete shall be placed until all required equipment such as slump cone,
curing compound and dispensor, etc., all in Rood working condition, are on the site.
Inspectors must be given a minimum one -hour advance notice. No concrete shall be
placed without the Inspector present unless otherwise directed by the Engineer. All
concrete shall be placed during the Inspectors normal working hours, 8:30 a.m. to 5:00
p.m. unless otherwise directed by the Engineer. Formed surfaces shall receive finish
immediately after removing forms. Forms shall be removed as provided in Section 500
of GA.DOT Specifications.
CONSTRUCTION:
Transition ties of proposed curb and gutter to existing curbs (valley gutter, granite curb, header
curb, etc.) shall be paid for in the unit price bid for curb and gutter unless otherwise noted.
At locations where new pavement is to be placed adjacent to existing pavement, without an
overlay, or where curbing is to be placed across paved parking lots, a joint shall be sawed on a
line to ensure pavement removal to be neat. Only those joints sawed in concrete pavement will
be paid for under the pay item -Sawed Joints ... per Linear Foot.
Where curb and gutter is used and the shoulder elevations are higher than adjacent ground, the
actual direction of drainage runoff shall be determined by the Contractor. He shall make such
provisions as necessary to ensure that no ponding is caused by the new construction. He may
place additional fill to provide drain inlets. Compensation will be under the price bid for the
G -2
AED — Resurfacing County Roads (Surburban)
appropriate pay item. Driveway profiles may also be altered allowing the concrete pad to slope
down outside the back of the curb line not to exceed an algebraic difference of 0.07. This should
be used primarily on the high side of super - elevated curves. The Contractor should use caution
with standard variance and place special emphasis on hydraulic considerations.
The Contractor shall provide borrow and/or waste pits for this project. All pits acquired for use
on this project shall be reclaimed in accordance with Subsection 107.23 and Section 160 of the
Standard Specifications and page PPA -1 of this document.
All storm drain pipe, side drain pipe, pipe culvert wing - walls, steps, retaining walls, curbs and
gutters, headwalls, all types of pavement, wooden structures, except those specifically shown as
a removal pay item will be removed as Clearing and Grubbing, Grading Complete, or Grading
Per Mile on Lump Sum Construction..
Cut and fill slopes outside of clear zones may be adjusted on construction where necessary to
remain within the right of way.
Curb cut ramps in accordance with Standard 9031 -W are to be used at all street intersections on
this project.
Asphalt milling where specified for use on existing pavement that is to be resurfaced adjacent to
curb and gutter. Finished surface on asphalt pavement shall not exceed '/4" 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 two weeks prior to the Preconstruction meeting. The
Contractor shall submit this schedule to Augusta Engineering Department seven (7) days prior to
preconstruction meeting. The contractor shall present a copy of this schedule at the Preconstruction
meeting for discussion. The schedule shall consist of the following:
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, LF -Late Finish dates
3. The Project Critical Path
4. Activity Durations
The contactor shall also submit following information with the schedule.
1. List of active construction projects and their projected completion date
2. List of available resources assigned to this project *
G -3
AED — Resurfacing County Roads (Surburban)
3. Name of Project Team (Project Manager, Superintendent, Foreman) assigned to this project *
4. Subcontractor information such as Company Name, Contact Name and Telephone, and type of
assigned tasks
• Personnel and resources assigned to this project shall not be re- assigned to other projects until after upon approval from Augusta Engineering
Department. Augusta Engineering Department reserves the right to deny the submitted project team or parts thereof.
Failure to provide aforementioned schedule and information within. specified time will result in
cancellation of Notice to Proceed. if information is not received within thirty (30) days from the date of
Notice to Proceed cancelation, contract will be terminated without further notice.
Within seven (7) days after the Preconstruction meeting, the Contractor shall provide a revised schedule
with all issues and concerns addressed to Augusta Engineering Department. The revised Time -Logic
Schedule shall be color coded with respect to responsibility, and shall be presented on D size paper
(24'x36 ")
The schedule shall be updated on a monthly basis displaying percentage of completion of all activities.
The project base line and current date line shall appear on all updates.
The Schedule shall be using Microsoft Project or Primavera Scheduling software-
G-4
AED — Resurfacing County Roads (Surburban)
(insert sample construction /utility schedule)
G -5
AED — Resurfacing County Roads (Surburban)
DESIGN ALTERATIONS:
The commission - council recognizes that various changes in design may be made as the project
progresses. Any requests for additional payment shall be processed based on actual work in place
and the unit prices submitted as a part of this bid. Items not covered in this bid shall be priced
separately and no work shall be done on these items until approved, in writing, by the Engineer.
All changes in engineering design of the project shall be approved by the Design Engineer of
record after consultation with the Engineer. Revised design plan sheet(s) shall be signed and
stamped by the Design Engineer of record and a copy shall be submitted to Augusta Engineering
Department.
ENGINEER
In all contract documents, specifications, supporting documents, etc., the term "ENGINEER"
means, and shall be deemed to mean, the Augusta - Richmond County Engineering Department
Director or his/her designated representative.
EROSION AND SEDIMENT CONTROL:
The Contractor shall be responsible for all soil erosion and sediment control practices.
All on -site erosion control shall comply with local Augusta Richmond County erosion and
sediment control ordinances. The cost of this work shall be included in the cost of Lump Sum
Construction unless shown as a separate pay item.
EXCESS MATERIAL:
All excess material is to be disposed of as directed by the Engineer or as noted in Sub - Section
107.23 of the Specifications and in accordance with page PPA -1.
FENCE
All new fences called for on the plans and/or contract documents shall meet the requirements of
Section 643 of the Georgia Department of Transportation Standard Specifications, current
edition. New fence not meeting these Specs will be rejected.
In contracts, where remove and reset fence items are involved (either as pay items or as Lump
Sum Construction) all replacement fence shall be equal to or better than the existing fence as
approved by the Engineer. This means equal to or better than the original fence at the time of its
installation.
In accordance with Subsection 643.03D, the Contractor must furnish positive locking devices,
padlocks, and keys with all gate assemblies.
FINISHING AND DRESSING:
All unpaved and natural areas which are disturbed by the construction of this project are to be
returned to the pre - existing shape and slope and then finished and dressed. No separate payment
will be made for grassing, fertilizing and mulching of disturbed areas, unless specifically shown
as a pay item.
FLAGGING:
Flaggers shall be provided as required to handle traffic, as specified in the Plans or Special
Provisions, and as required by the Engineer.
G -6
AED - Resurfacing County Roads (Surburban)
All Flamers 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.
Signs for Flagger traffic control shall be placed in advance of the flagging operation in
accordance with the MUTCD Current Edition. In addition to the signs required by the MUTCD,
signs at regular intervals, warning of the presence of the Flagger shall be placed beyond the
point where traffic can reasonably be expected to stop under the most severe conditions for that
day's work.
FOUNDATION BACKFILL MATERIAL, TYPE I:
Foundation Backfill Material Type I shall conform to Georgia Standard 1030 -D and Section 207
of the Standard Specifications. No separate payment will be made for this material or its
placement.
FOUNDATION BACKFILL MATERIAL, TYPE II
Foundation Backfill Material, Type II shall conform to Georgia Standard 1030 -D and Section
207 of the Standard Specifications and shall be used in wet/unstable conditions as directed by the
Engineer. It shall also be used beneath all concrete box culverts. Quantities shall be measured
for payment in accordance with Georgia Standard 1030 -D or as directed by the Engineer.
Payment shall be per cubic yard unless otherwise specified in the contract.
GRADES:
With the approval of the Engineer, grades may be field adjusted to provide for best drainage.
INFESTATION
The entire project is considered to be within the limits of an insect infested area. The
contractor's attention is called to the following sections of the Standard Specifications: (A) 155
Insect control (B) 893 Miscellaneous Planting Materials.
INSPECTIONS
This 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.
G -7
AED — Resurfacing County Roads (Surburban)
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.
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 top -slabs shall include manhole rings and covers. The Contractor shall install
the manhole rings and covers such that the steps can be easily accessed.
PATCHING AND REPAIR OF MINOR DEFECTS
Where needed, the contractor is required to patch and repair existing potholes, minor pavement
defects, and base failures in accordance with the Specifications.
PAVEMENT CUTS
All pavement cuts shall be sawed with a neat vertical edge, regardless of material, consistently
straight enough that a roller can follow the edge precisely to achieve the desired compaction.
Irregular edges will not be accepted. Payment shall be included in the price of the pipe.
PAYMENT FOR PIPE CULVERT INSTALLATION:
1. Payment for pipe culvert or utility installation includes sawing and/or cutting and removing
existing pavement and replacing the pavement as specified in accordance with Standard 1401.
2. Payment for pipe culvert includes plugging existing pipe with Class "A" or `B" concrete (See
Georgia Standard 9031 -L).
PIPE CULVERTS
Unless otherwise noted, all storm drain, longitudinal and stub pipes are to be reinforced concrete.
All required pipe culverts shall be in accordance with Standard 1030 -1).
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
G -8
AED - Resurfacing County Roads (Surburban)
Standard 1401. Payment for pipe culvert includes plugging existing pipe with Class "A" or "B"
concrete and for construction concrete collars.
The Contractor shall include in his price bid for pipe, the additional cost of bends, tees, fasteners,
appropriate gaskets (see Section 848 of the Standard Specifications), and structure excavation.
PRECAST CONCRETE UNITS
Precast Concrete Units, other than those specifically allowed by Georgia Department of
Transportation Specifications, such as Drop Inlets, Catch Basins, Manholes, etc., shall not be
installed without written permission from the Engineer. Any such units installed without such
written permission shall be removed from the 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
700.05.A. No additional soil or fertilizer is required for resetting sod. The Contractor shall
remove the sod in a manner that will be conducive to insuring that the reset sod will live. At the
Contractor's option, he may replace any sod he removes with new sod of the same type. No
separate payment will be made for this work or replacements unless specifically shown as a pay
item.
REMOVING AND RESETTING OF OBSTRUCTIONS
It shall be the Contractor's responsibility to remove and reset any and all obstructions, such as
fences, signs, concrete or brick planters, steps, walkways, brick or concrete entrance columns,
etc., which are in conflict with construction. Contractors are responsible for the security of pets
and/or personal property through the use of temporary fence if necessary. No separate payment
will be made for this work except when shown as a separate pay item.
RIGHT -OF -WAY AND EASEMENTS
The Contractor shall not perform any work outside the limits of the right -of -way or easements.
In addition, no equipment or material shall be placed outside these areas without written
permission of both the property owner and the Engineer. In the event that the Contractor elects
to utilize private property for any purpose connected with the project, such as, but not limited to,
staging areas, equipment and/or material storage or simply as a convenience, he shall submit a
written agreement to the Engineer containing vital information such as limits of both area and
time the property is to be utilized and a description of the intended use. The agreement must be
signed by both the property owner and the Contractor and will be reviewed and recorded by the
Engineer. Such agreements must be submitted prior to the contractor's use of the property.
G -9
AED — Resurfacing County Roads (Surburban)
All buildings located on newly acquired R/W and/or easements shall be relocated by the
Contractor. Such buildings on existing R/W and/or easements shall be removed by the owner or
will become the property of the Contractor.
SALVAGEABLE MATERIALS:
All salvageable materials, such as drainage pipe, which require removing but not used on this
project, are to be removed from the Right -of -Way, as directed by the Engineer, and recycled or
properly disposed of per applicable local and. state regulations. Augusta Engineering reserves the
right to request a copy of disposal documents for these materials.
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 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
G- 10
AED — Resurfacing County Roads (Surburban)
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
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 Dour 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 subgrade shall be proof rolled to locate unstable areas and
achieve additional compaction. Area be proof rolled using a minimum 15 tons flat drum
compactor or other equipment as recommended by the Geotechnical Engineer (such as a fully
loaded tandem axle dumptruck). Geotechnical Engineer and/or a representative of Augusta
Engineering Department will observe and approve proof - rolling. Areas failing compaction shall
be reworked. Any areas judged by the Geotechnical Engineer to rut (should be improved in
place or undercut and replaced with fill compacted to 100 % of soil maximum dry density as
determined by the modified proctor compaction test (ASTM D1557, Method D or equivalent
method approved by the Geotechnical Engineer).
G-11
AED — Resurfacing County Roads (Surburban)
TRAFFIC CONTROL
The Contractor shall provide construction signs in accordance with requirements of "Manual on
Uniform Traffic Control Devices (MUTCD) for Streets and Highways"; current edition with
added supplements and provisions. The attention of the Contactor is specifically directed to
Subsection 107.09 of the Supplemental Specification - "Barricades and Danger, Warning, and
Detour Signs ". "The Contractor shall furnish, install, and maintain all necessary and required
barricades, signs, and other traffic control devices in accordance with these specifications,
Project Plans, Special Provisions, and MUTCD, and Take all necessary precautions for the
protection of the work and safety of the public. "All temporary signs, barricades, flashing lights,
striping and any other traffic control devices required during construction of this project shall
meet all requirements of the MUTCD current addition, as directed by the Engineer and be
furnished by the Contractor with payment in accordance with Section 150.
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 initial installation and the continuing
maintenance and operation of the facility. At least one -lane, two -way, traffic shall be maintained
at all times unless approved otherwise by the Engineer. As a minimum, the Contractor must
comply with MUTCD, current edition and Georgia Standard 9102.
The Contractor shall provide all temporary traffic control devices needed to safely direct traffic
through the construction area.
All temporary traffic control devices are to be placed in accordance with Georgia Department of
Transportation Standards and Specifications.
TRAFFIC DETOURS:
Where detours are required and in accordance with Section 150 of the Standard Specifications
and any Supplements thereto, the Contractor shall file for approval a detour plan of operation for
this project. This plan shall include details of staging and rerouting of traffic including estimated
length of time for use of the detours.
The Contractor shall so conduct his operations that there will be a minimum of interference with,
or interruption of, traffic upon and along the roadway. This applies to the initial installation and
the continuing maintenance and operation of the facility. At least one -lane, two -way traffic shall
be maintained at all times unless approved otherwise by the Engineer. As a minimum, the
Contractor must comply with the Manual on Uniform Traffic Control Devices, current edition
and Georgia Standard 9102.
UTILITIES
All utility facilities except those owned by Augusta Utilities Department which are in conflict
with construction, not covered as specified items in the detailed estimate, are to be removed and
relocated to clear construction by the respective owners with the exception of Augusta Utilities
and Augusta Traffic Engineering unless added later to the contract as a supplemental item. All
"above ground" utility structures will be located as near as possible to the right -of -way line.
The Contractor will not be paid for any delays or extra expense caused by utility facilities
obstructions or any other items not being removed or relocated to clear construction in advance
of his work.
G -12
AED — Resurfacing County Roads (Surburban)
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 -13
AEb — Resurfacing County Roads (Surburban)
THE FOLLOWING UTILITY COMPANIES SHALL BE NOTIFIED BEFORE WORK
BEGINS:
(Contacts revised July 12, 2007)
Atlanta Gas Light Company Augusta Richmond County Utilities
337 Habersham Road 360 Bay Street, Suite 180
Martinez, Georgia 30907 Augusta, GA 30901
Phone: (706) 214 -0858 Phone: (706) 312 -4132
Fax: Fax: (706) 312 -4133
Attn: Carl Corley Attn: Russell Thies
Georgia Power
Bell South Post Office Box 188
3841 Wrightsboro Road 290 North Peachtree St.
Augusta, GA 30909 Lincolnton, Ga. 30817
Phone: (706) 228 -5203 Phone: (706) 836 -0130
Fax: (706) 855 -1917 Fax: (706) 359 -6115
Attn: Austin Sapp Attn: Mr. Al Danner
Knology of Augusta
3714 Wheeler Road Jefferson Energy Cooperative
Augusta, GA 30909 P.O. Box 457
Phone: (706) 364 -1015 Wrens, GA 30833
Fax: (706) 364 -1011 Phone: (706) 547 -5019
Attn: Richard Strength Fax: (706) 547 -5051
Attn: Mike Wasden
Comcast Communications
P.O. Box 3579
Augusta, GA 30904
Phone: (706) 739 -1865 KMC Telephones
Fax: (706) 733 — 6942 (706)821-2522
Attn: Kevin O'Meara Attn: Dennis Norviel
G -14
AED — Resurfacing County Roads (Surburban)
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
backf lied 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 an 18 -month warranty. The 18 -month
warranty is hereby modified to include the following: Any repairs, corrections or modifications
performed within the last six months of the original 18 -month warranty shall have the original
18 -month warranty extended 180 calendar days past the date of such repairs, corrections or
modifications.
G -15
AED — Resurfacing County Roads (Surburban)
Augusta, GA Engineering Department
TECHNICAL
SPECIFICATIONS
INDEX
RESURFACING COUNTY ROADS (SUBURBAN)
PROJECT NUMBER: XXX- XX- XXXXXX
-� r -,
AUGUSTA UTILITIES DEPARTMENT
WATER SYSTEM PROJECT - MEASUREMENT AND PAYMENT
WATE MAIN
ITEMS W 1A throe W-31 - All piping line items shall be measured in linear feet and shall
include costs for piping and installation, trench excavation, trench box, dewatering, asphalt
cutting, normal joints and gaskets, normal backfill, pressure and leakage testing, pipe
sterilization, bacteriological testing, and flushing. No additional payment shall be made for
these items.
ITEM W4 - jack and bore line items shall be measured in linear feet and shall include costs
for casing piping, carrier piping, and installation, blasting, asphalt cutting, restrained joints
and gaskets, end seals, and normal backfill. No additional payment shall be made for these
items.
ITEM W -S - Select backfill shall be measured in cubic yards and shall include costs for the
backfill and installation as well as all transportation and stockpiling charges. The volume of
material included shall be the actual measured "in- place" volume. The maximum trench
width used to calculate the volume will be 7 feet. No additional payment shall be made for
these items.
ITEM - Miscellaneous pipe fittings and connections shall be measured in pounds and
include costs for all fittings and installation including normal joints and gaskets, mechanical
joint restraint, etc., regardless of material. No additional payment shall be made for these
items.
ITEM W-7 - Transition couplings shall be measured individually (each) and shall include
costs for couplings, soil surface preparation, connection to water main, excavation,
asphalt /concrete cutting, installation, normal backfill, and testing. No additional payment
shall be made for these items.
ITEM W-S - Fire hydrants shall be measured individually (each) and shall include costs for
hydrants, soil surface preparation, connection to water main, all associated valves and
fittings, concrete pad (if required), excavation, asphalt/ concrete cutting, installation, normal
backfill, and testing. No additional payment shall be made for these items.
ITEMS W 9A through W;12 - All valve line items shall be measured individually (each) and
shall include costs for valves, valve boxes /vaults, manholes, valve extensions, excavation,
dewatering, asphalt/ concrete cutting, all associated fittings, installation, normal backfill,
and testing. No additional payment shall be made for these items.
WATER MEASURE PMT 04 03 19 (2) 1 OF4
REVISED MARCH 19, 2004
ITEM W 13 - Tapping sleeve and valves shall be measured individually (each) and shall
include costs for sleeve, valve, associated hardware, valve boxes, temporary
plugging/ draining of pipeline, excavation, dewatering, asphalt /concrete cutting,
installation, normal backfill, and testing. No additional payment shall be made for these
items.
ITEM W -14 - Check valves and vaults shall be measured individually (each) and shall
include costs for valves, valve boxes /vaults, manholes, valve extensions, excavation,
dewatering, asphalt/ concrete cutting, all associated pipe and fittings, installation, normal
backfill, and testing. No additional payment shall be made for these items.
ITEM W -15 through W-16 - Long and short side water service connections shall be
measured individually (each) and shall include costs for piping, water meter connection,
dewatering, asphalt /concrete cutting (including service markings), installation, normal
backfill, and property restoration. This line item shall include the cost of reconnection of any
existing services, if required. No additional payment shall be made for these items.
ITEM W -17 Polyethylene pipe wrap shall be measured in linear feet and shall include
costs for pipe wrap materials and installation. No additional payment shall be made for
these items.
ITEM W-18 - Tie -ins to existing lines shall be measured individually (each) and shall
include costs for piping, dewatering, asphalt/ concrete cutting, installation, normal backfill,
and property restoration. No additional payment shall be made for these items.
ITEM W-19 - All cut -in gate valves shall be measured individually (each) and shall include
costs for valves, valve boxes/ vaults, manholes, valve extensions, excavation, dewatering,
asphalt /concrete cutting, all associated fittings, installation, normal backfill, and testing. No
additional payment shall be made for this item.
ITEM W-40 - Cut and plug existing water line shall be measured individually and shall
include all costs associated with cutting into an existing line and plugging it as detailed in
the plans and specifications. No additional payment shall be made for this item,
TTEM W-21 - Miscellaneous concrete shall be measured in cubic yards and shall include
costs for concrete, installation, excavation, dewatering, soil stabilization, pipe stabilization,
asphalt cutting, and normal backfill. No additional payment shall be made for these items.
PAVEMENT STRUCTURES
ITEM P -1- Asphalt overlay shall be measured in square yards and shall include costs for
asphalt materials and installation, temporary striping and permanent striping (replaced in
kind), and markers (both temporary and permanent). No additional payment -shall be made
for these items.
ITEM P-2 Aggregate base (10',2" thick) and asphalt patch (2 /2" thick) shall be measured in
square yards and shall incIude costs for all aggregates (regardless of type), 2 1 12. " graded
aggregate base removal and disposal, bituminous tack coat, asphalt, installation, excavation,
striping (both temporary and permanent), and markers (both temporary and permanent).
The square yardage calculation shall be based upon a standard width of seven (7) feet for
payment purposes. No additional payment shall be made for these items.
WATER MEASURE PMT 04 03 19 (2) 2 OF 4
REVISED MARCH 1% 2DD4
I'T'EM P 3 - Asphalt pavement leveling shall be measured in tons and shall include costs for
all asphalt (regardless of type) used to create a level road surface prior to asphalt overlay as
authorized by the project representative. The payment shall be based upon confirmed
delivery tickets. No additional payment shall be made for these items.
TIEM P-4 - Milling shall be measured in square yards and shall include-all materials, labor,
equipment, and material removal and disposal costs. No additional payment shall be made
for these items.
ITEMS P-5 through P-6 - Concrete sidewalk and driveways shall be measured in square
yards and shall include costs for existing sidewalk removal and disposal, 3000 psi concrete,
installation, site preparation, formwork, and finishing. Existing concrete shall be removed to
the nearest joint as directed by the project representative. No additional payment shall be
made for these items.
ITEM P-7 - Asphalt driveway replacement shall be measured in square yards and shall
include costs for existing asphalt removal and disposal, asphalt, installation, site
preparation. Existing asphalt shall be removed to the nearest joint as directed by the project
representative. No additional payment shall be made for these items.
ITEM P-8 - Curb and /or gutter placement shall be measured in linear feet and shall include
costs for existing curb and /or gutter removal and disposal, concrete, installation,, site
preparation, formwork, and finishing. No additional payment shall be made for these items.
ITEM P-9 - Curb and gutter removal and replacement shall be measured in linear feet and
shall include costs for removal and disposal of existing concrete curb and gutter, concrete,
installation, site preparation, formwork, and finishing. No additional payment shall be
made for these items.
MISCELLANEOUS
ITEM M -1- Flowable fill shall be measured in cubic yards and shall include costs for all
materials, labor, equipment, and excess materials. No additional payment shall be made for
these items.
ITEM M-2 - Rock excavation shall be measured in cubic yards and shall include costs for
blasting, labor, equipment, and material removal and disposal. No additional payment shall
be made for these items.
ITEM M -3 - Foundation backfill shall be measured in cubic yards and shall include costs for
the backfill and installation as well as all transportation and stockpiling charges. Quantities
shall be verified by trench volume calculation. No additional payment shall be made for
these items.
ITEM M4 - Clearing and grubbing shall be measured in acres and shall include costs for
vegetation removal, stockpiling, disposal and any required permitting. No additional
payment shall be made for these items.
ITEM M -5 - Fence removal and replacement shall be measured in linear feet and shall
include all costs associated with removal and replacement of the existing fence with new
WATER MEASURE PMT 04 03 19 J2) 3 of 4
REMED MARCH 19, 2004
materials of like quality as necessary for water line installation No additional payment
shall be made for these items.
LUMP SUM CONSTRUCTION
ITEM LS -1- Lump sum construction includes, but is not limited to, the items described in
the bid schedule. No separate or additional payment shall be made for these items.
WATER MEASURE PMT 04 0319 (2) 4 OF 4
SECTION 14A
WATER DISTRIBUTION SYSTEMS
BASIS FOR DESIGN.
Design shall conform to the requirements as set forth in "Minimum Standards for Public
Water" (latest version) as published by the Georgia Environmental Protection Division
(www.dnr.state.ga.usldnr). A Professional Engineer registered in the State of Georgia
must prepare the plans and specifications.
There shall be no physical connection between a potable water supply and a questionable
water supply which would allow unsafe (contaminated) water to enter the potable water
system by direct pressure, vacuum, gravity or any other means.
Hydraulic designs shall be based upon pressure data applicable to the portion of the
service area, which will serve the proposed facility. Air release valves in vaults shall be
provided at all high points in the water main as required by the Utilities Director.
All water distribution systems shall be Iooped to the greatest extent .possible. Water
mains shall have a minimum nominal inside diameter of 8 inches. 6 -inch mains will be
allowed in single - family residential subdivisions where the system is looped. . Water
mains having an inside diameter of less than 6 inches will not normally be considered.
During construction when deviations from approved plans are desired, the Augusta
Utilities Department's Inspector shall be notified. Revised plans shall be submitted as
soon as possible to the Augusta Utilities Department for approval. Minor changes not
affecting capacities, flows or operation may be allowed in the field during construction
by the Utilities Department's Inspector. The inspector shall have final authority as to
what constitutes a minor or major change. An approved set of Record Drawings clearly
showing any changes shall be submitted to the Augusta Utilities Department Inspector at
the completion of the work and prior to sign -off of the final plat.
The Contractor/Developer is responsible for verifying the exact location, size and
material of any existing water facility proposed for connection o2 use by the project.
All phases of construction must be completed in accordance with the Erosion and
Sedimentation Act 12 -7 -1 et seq., and no water main must be installed on or in close
proximity of an abandoned landfill site or any site used for waste disposal.
All work that occurs in the public right -of -way shall comply with the Augusta- Richmond
County Planning Commission "Development Documents" (latest version) and Public
Works Department's R_ight -of -Way Encroachment Guidelines (latest version). Any field
Augusta Utilities Department
September 2000
Design Standards & Construction Specifications
14 =1
yX3�
r� 1.1 trom�
Y {.�3
changes that occur in the public right -of -way and are not specifically related to water or
sewer items shall be coordinated with the Public Works Department.
DESIGV STAl!'DARDS FOP: WATER MAINS:
14.1 COVER
14. 1.1 Standard depth of cover is 4 feet below existing and proposed road surface (and
areas designed for normal traffic loading) unless otherwise approved by the
Augusta Utilities Department.
14.1.2 Minimum cover to finished grade over w' ater mains shall be 35 inches. Minimum
cover under ditch bottoms shall be 24 inches. These must be approved by the
Augusta Utilities Department on a case -by -case basis.
14 .2HORIZONTAL SEPARATION
14.2.1 Ten (10) feet to any existing or- proposed sanitary sewer /force main, storm sewer
or sewer manhole (less than 10 feet requires pipe material to be Ductile Iron Pipe
(DIP) for both Water Main and Sewer/Force Main).
14.2.2- Fifteen (15) feet to buildings, top of bank of lakesistreams/creeks, other structures
(10 feet absolute minimum — only when unavoidable, and pipe material is
required to be DIP).
14.2.3 Ten (10) feet minimum separation to gas mains.
14.2.4 Ten (10) feet minimum to underground electric cable.
14.2.5 Current Georgia EPD separation requirements.
14.2.6 All separation distances above are edge to edge.
14.3 VERTICAL SEPARATION
14.3.1 Water main shall cross over other pipes.
14.3.2 Eighteen (18) inch rninirnum separation (edge to edge) between all pipes and
cables shall be maintained (6 inch absolute minimum separation with DIP) when
conforming to Georgia EPD separation requirements.
14.3.3 When water mains cross under sewers, additional measures shall be taken. At
least 18 inches of separation between the bottom of the sewer and the top of the
Augusta Utilities Deparlrnent
September 2000
0eslgn Standards & Construction Specificalions
14 -2
a.
+�.ra
water main shall be. provided. Adequate structural support for the sewer to
prevent deflection or settlin- cr on the water main. The joint of water pipe shall be
centered at the crossing. Encasement of the water pipe in concrete shall also be
considered.
14.4 LAYOUT
14.4.1 Normal location of proposed water lines is on the north side of east -west streets,
and the east side of north -south streets.
14.4.2 For existing County. roads, the proposed water line will generally be located five
(5) feet inside the right -of -way. For existing State roads, the proposed water line
must be located five (5) feet inside the right -of -way. Unusual circumstances may
warrant deviation. The location of the water line will be determined, also, by.the
location of the existing lines to be tied into at the beginning and end of the
project.
14.4.3 For subdivisions, the proposed water line shall be located four (4) feet from the
back of the curb. Where ditches are present beside the curb, refer to -the Right -of-
Way Encroachment Guidelines (latest version) published by the Public Works
Department.
14.44 Wherever possible, avoid laying water line on the same side of the road as the gas
lines.
14.4.5 Water service lines for residential development shall be located at the center of
lot.
14.4.6 Dead ends shall be minimized by making appropriate tie -ins whenever practical.
Permanent dead ends will not be accepted unless unavoidable. Dead ends shall be
equipped with a fire hydrant. If, under special circumstances, where water lines
smaller than six (6) inches in diameter are accepted, an approved blowoff shall be
required for flushing purposes. A minimum of two 22 -112- degree bends shall be
required on 6" and larger water lines in cul -de -sacs and shall be shown as such on
plans.
14.4.7 All water mains shall be placed in right -of -way areas or dedicated easements. All
easements shall alloy adequate area to construct and maintain the water line and
appurtenances involved. Permanent easements shall be a minimum of 15 feet
wide with line installed in' center of easement. Permanent easements shall be
provided as needed to serve adjacent property, even if the water line is not
installed at that time. if the line has not been installed to future serve adjacent
property, a larger easement than the minimum may be required to construct future
Augusta Utilities Department
September 2000
Design Standards & Construction specifications
14-3
" 5, b M
�n�
f.}1
tine. Easement agreements shall be specific to state that no permanent structures
may be constructed within the limits of permanent easements.
14.5 W ATER MAIN MATERIAL
Water mains shall be either ductile iron pipe (DIP), polyvinyl chloride (PVC), or
galvanized pipe as outlined below. Any pipe, solder and flux used during installation of
the water tines and services must be "lead- free" with not more than 8% lead in pipe and
fittings, and not more than 0.2% lead in solders and flux.
DIP shall be centrifugally cast and shall conform to AWWA C150 /ANSI A21.50 (latest
version) for design and AWWA C151 /ANSI A21.51 (latest version) for manufacture.
PVC pipe 6 inch to 12 inch diameter shall conform to AWWA C900 (latest version).
PVC pipe 14 inch to 36 inch diameter shall conform to AWWA C905 (latest version).
For water mains 6" through 16 ", DTP Pressure Class 350 shall be allowed. For water
mains 18" through 24 ", DIP Pressure Class 300 shall be allowed. PVC C900 (most
current date), Class 200, SDR -14 with cast iron equivalent O.D.s, gasket bell end with
elastomeric gaskets shall be allowed for water mains 6" through 10" (solvent weld joints
are not permitted). Galvanized pipe shall be seamless, American made, Schedule 80 and
shall conform with the ASTM Specifications. Flanged DIP shall have threaded ductile
iron flanges and shall conform to the requirements of AWWA C115 (latest version). All
flanges shall be Ductile Iron Class 150, ANSI B 16.5 (latest version). Flanges shall be flat
faced and all joints shall use 1/8 inch black neoprene full -faced gaskets.
Ductile iron pipe and fittings shall have bituminous coating outside and shall be cement
Iined in accordance with AWWA C104 1ANSI A21.4 (latest version). DTP shall have
1116" cement mortar lining with rubber gasket push -on joints or mechanical joints.
Mechanical joint glands shall be ductile iron. Tee bolts and nuts shad be Cor -Ten steel.
Rubber gasket joints shall conform to AWWA C1I1 /ANSI A21.11 (latest version), and
shall be furnished by the pipe manufacturer with the pipe. A non -toxic vegetable soap
lubricant shall be supplied with the pipe in sufficient quantities for installing the pipe.
The lubricant shall be approved by NSF for use with potable water mains.
Pipe classes designated previously in this standard are .minimum allowed. Actual pipe
class shall be determined based upon the installation and the use intended. Pipe shall be
appropriately labeled on the drawings. All PVC pipe for potable water service shall bear
the approved stamp of the National Sanitation Foundation. Copper wire (12 gauge, bare
single strand) shall be attached along the top of all buried PVC water lines, wrapped
around service corporations and stubbed up into all valves boxes for locating purposes.
14.5.1 DIP shall be required in the following circumstances:
14.5.1.1 Within 10 feet of sanitary and storm pipes.
Augusta Utilities Department Design Standards 8 Co Specifications
September 2000
14.4
n�
rtfr.�
Y(]
14.5.1.2 Within 15 feet of structures (near side of concrete footing), or top of bank
of lakes /streams /creeks.
14.5,1.3 Crossings over or under sewers, gas and storm pipes with less than 18
inches separation, with no joint allowed within 10 feet of crossing.
14.5.1.4 Beneath all paved areas, excluding driveways or sidewalks.
14.5.1.5 Within project boundaries of subdivisions with private roads where the
Utilities Department will take over the line for operations and
maintenance.
14.5.1.6 Along all state right-of-ways.
14.5.2 The Utilities Director may mandate DIP in any instances of off -site or on -site
construction where future abuse to the Iine is possible due to location or
circumstances.
14.5.3 Restrained Joints shall be DIP as follows:
For 12 -inch and Smaller — Restrained joint shall be U.S: Pipe Field *Lok, American
Ductile Iron Pipe Lok -Fast, EBAA Iron Mega -Lug, or an equivalent product.
For 14 -inch. Diameter and Larger — Restrained joint shall be U.S. Pipe TR Flex,
American Ductile Iron Pipe Lok -Ring, or equivalent product.
If inserting in older cast iron pipe, the restrained joint shall be as approved by the
Augusta Utilities Department.
Retainer Glands/Mega -Lug shalt not be considered a fitting.
The restraint method shall be suitable for the pipe size thickness and test pressure as
required for the specified design case. The plans shall indicate the restrained length of
pipe each side of the fittings.
14.5.4 Jack and Bore Installations:
Casing pipe used with jack and bore shall be in accordance with requirements of
the Georgia Department of Transportation (GDQT) or railway specifications and
Section 14C Excavation & Backfilling of these specifications. Carrier pipe shall
be restrained joint DIP as outlined in paragraph 14.5.3.
Augusta Utilities Department
Septe,ntber 2000
Design Standards & Construction Specifications
14 -5
xCI3
Directional Bore Installations: Directional bores will be considered as a viable
alternative to jack and bore installation under Augusta - Richmond County
roadways. The Utilities Director will review each case for materials and
construction methods.
14.5.5 Mains may be tapped as long as the tapping line is smaller than the tapped line
unless otherwise approved by the Utilities Department. See Section 14.9
for service tap requirements. Equal size line connections approved by the
Augusta Utilities Department shall require that a tee be cut into the main where
possible. Tees are also required at locations dictated by the Utilities Director.
Tapped connections in pipe and fittings shall be made in such a manner as to,
provide a watertight joint and adequate strength against pull -out.
Tapping Sleeves and Valve shall be ductile iron, mechanical joint. Tapping
Sleeves and valves are required for all taps 4 inches and greater. Taps less than 4
inches - shall be provided with a .service saddle meeting the requirements of
Section 14.9. Valves shall be provided on all taps. Tapping sleeves shall be a
minimum of 6 feet from pipe joints.
14.5.6 Schedule 40 PVC shall only be used as sleeves for the installation of service line
tubing under all pavement areas. Use in the water distribution system or other
areas are not acceptable.
14.5.7 unspecified transitions from DIP to PVC are not allowed. Material for transition
shall be indicated and .specified and must be approved by the Augusta Utilities
Department.
14,5.8 All construction material shall be first quality, not previously used. Repair
clamps are not acceptable. Damaged or faulty pipe and materials must be
properly replaced. All gaskets shall be new. When connecting to existing valves
or fittings, gaskets shall be replaced, not reused:
14.5.9 The Engineer shall provide a complete set of shop drawings, which shall indicate
the Augusta Utilities Department's specific material requirements. In general,
material requirements will be guided by the latest versions of the specifications of
AWWA, ANSI, ASTM, and NSF.
14.6 WATER MAIN SIZE
The minimum size of water main shall be 6 inches unless otherwise approved by the
Utilities Director. However, a professional engineer shall justify the size of the pipes
with a hydraulic network analysis.
Augusta Utilities Department Design Standards & Construction Specifications
September 2 00
4 -6
R
M�•�t
The new water main shall have the ability to meet maximum daily demands plus fire flow
requirements as mandated by Georgia EPD "Minimum Standards for Public Water
Systems" (latest version) and the Augusta Fire Marshal. The residual design pressure
under all conditions shall not be less than 20 psi.
14.7 VALVES, FITTINGS AND APPURTENANCES
Valving of all water distribution systems shall be designed to facilitate the isolation of
each section of pipeline between intersections of the network. Generally, the number of
valves at an intersection' shall be one less than the number of pipes forming the
intersection. Gate valves, 4 inches to 12 inches, shall be the resilient seat type
conforming to AWWA C504 (latest version). Valves larger than 12 inches shall be gear
operated butterfly valves, conforming to AWWA C504 (latest version). Wafer valves
Shall not be accepted. Valves shall generally be installed at intervals of not more than
2,000 LF.on transmission mains and on all primary branches connected to these mains.
Where possible, a valve shall be installed next to a fire hydrant for locating purposes. In
high density areas (25 dwelling units), valves shall be installed as necessary to minimize
the number of persons affected by a water main break.
The Utilities Director shall determine which mains are distribution or transmission.
Valves shall OPEN LEFT if installed south of Gordon Highway (SR 10), or OPEN
RIGHT if installed north of Gordon Highway. Valves shall be provided with valve stem
extensions to within 6 inches of ground surface, *here centerline of pipe to grade is
greater than 4 feet.
Valve boxes shall be M &H E -2702, Mueller H 10364 or approved equal. Each valve box
shall be slip -type to adjust for a minimum cover of 36" bury. The flanged base of the
valve box shall be at least six (6) inches above.the pipe so not to stress water lines 4" and
smaller. Extension pieces will be required for additional depth over valves. Extensions
shall be M &H E -3120 or Mueller H- 10375. Covers shall have "WATER" cast on top.
All valves, bends, tees, crosses and dead ends shall be restrained by a mechanical
restraint systems as outlined in Paragraph 14.5.3., or by use of a concrete thrust block in
those instances that warrant such an installation. Thrust blocks shall be poured -in -place
concrete having a minimum compressive strength of 3,000 psi after 28 days of cure time.
Calculations for restrained joints shall be provided by the design engineer. Soil bearing
value shall be 2,000 psf maximurn. Lower values shall be used when soil is poor quality,
All materials, fittings and appurtenances intended for use in pressure pipe systems shall
be designed and constructed for a rninimum working pressure of 150 psi unless the
specific application dictates a higher working pressure requirement.
Standard pressure pipe fittings of size four (4) inch ID and larger shall be ductile iron
confortnirtg to AWWA C153 (latest version) with mechanical joints unless flanged or
Augusta Utilities Department Design Standards & Ccnstfuction S,eaifications
September 2000
14-7
s�sT�
y�7
restrained joints are required. Gray cast -iron fittings are not allowed. Ductile iron
fittings shall be cement lined in accordance with AWWA C104 (latest version):
Mechanical joint fittings, 24 inches and smaller shall be rated for 350 psi working
pressure. Flanged joint fittings 24 inches and smaller shall be rated for 250 psi 'Working
pressure. All fittings 30 inches and larger shall be rated for 250 psi working pressure. For
sizes less than four (4) inch ID, fittings shall be suitable to the pipe material and
application. Glands for mechanical joint fittings shall be ductile iron, and tee bolts and
nuts shall be Cor -Ten steel. Only bolt systems furnished by the manufacturer for
mechanical joints are acceptable; nuts and bolts shall be new, not reused. Pipe gaskets
shall be new as supplied by the pipe manufacturer. All flanges shall be ductile iron Class
150, ANSI 13165 . All flanges shall be flat faced. Full face, 1/8 inch black neoprene
gaskets shall be used on all flanged joints. All joints shall conform to AWWA C1I1
(latest version). Bolts, nuts and washers for flanges shall be hot dip galvanized, except T-
bolts shall be Cor -Ten steel.
List ofS cifications:
ANSI/AWWA C151/A21.51 -96 4 -FEB -1996 or latest version
American National Standard for Ductile -Iron Pipe, Centrifugally Cast, for Water
ANSI/AWWA C150/A21.50 -96 1996 or latest version
American National Standard for Thickness Design of Ductile -Iron Pipe
ANSI/AWWA C115/A21.15 -94 1994 or latest version
American National Standard for Flanged Ductile -Iran Pipe With Threaded Flanges
ANSUAWWA C111/A21.11 -95 1995 or latest version
American National Standard for Rubber- Gasket Joints for Ductile -Iron Pressure Pipe and
Fittings
ANSI/AWWA C153 -98 1998 or latest version
American National Standard for Ductile -Iron and Gray -Iron Fittings, 3 in. through 48 in.
(75 mm through 1200 mm), for Water and Other Liquids
ANSI/AWWA C I 04/A21.4-95 1995 or latest version
American National Standard for Cement -Mortar Lining for Ductile -Iron Pipe and Fittings
for Water
14.8 FIRE HYDRANTS
Fire hydrants shall be provided in all water mains, transmission and distribution systems.
Accepted models are Mueller #A- 2401.8, M &H Figure 29T A''V A Compression Type-
Augusta Utilities Department
September 2000
Design Standards & Construction Specifications
14 -8
a
Y {1S
Dry Top - Traffic Model 150 psi working pressure, 300 psi testing pressure. Kennedy K-
81D will also be accepted. All fire hydrants shall be ordered safety yellow body with
White bonnet and caps. Fire hydrants shall be spaced such that the radius of protection
will not be more than 500 feet. In certain areas, closer spacing may be required by the
Fire Marshal.
Each hydrant shall be left tum opening and capable of delivering a flow of at least 500
gallons per minute with a residual design pressure of not less than 20 psi, or a higher flow
as required by the Fire Marshal. Multiple fire hydrants with looped mains and/or larger
main sizes may be required to provide water for higher flow demand. Flow tests shall be
Performed to verify the specified fire flow demand
Fire hydrants shall be of the dry barrel break -away type conforming to AWWA C502
(latest version), with two 2 V2 inches threaded hose n ozzles and one 4 1 /x inch threaded
pumper nozzle. Hose and pumper nozzle threading shall be national standard. Show
connection shall be 6 -inch mechanical joint. The center line of the nozzles shall be 18
inches above the finish grade. Hydrants shall have a 5 1 / inch interior valve opening and
be restrained from hydrant to tee at the main. At the discretion of the Utilities Director,
additional protection for fire hydrants shall be provided including but not limited to
concrete filled ductile iron traffic posts.
Fire hydrant branches (from main to hydrant) shall be a minimum of 6 inches ID. Each
branch shall be provided with a resilient seat gate valve located as close as possible to the
main. Hydrants shall be located at or near road right -of -way lines with pumper nozzle
pointing toward the road. A clear zone around all fire hydrants shall be adhered to,
consisting of a 5 foot radius around 'the hydrant and 7 feet above the top of the hydrant.
Maintain 15 feet minimum from hydrant to all structures. Placement of landscaping,
fencing, etc. shall be considered in order to meet this clear zone requirement.
List of Specifications:
ANSUAWWA 0500 -93 1993 or latest version
Metal- Seated Gate Valves for Water Supply Service (includes addendum C500a -95
ANSUAWWA C502 -94 1994 or latest version
Dry - Barrel Fire Hydrants (includes addendum C502a -95)
A.t'�ISUAWWA 0503 -97 1997 or latest version
Wet - Barrel Fire Hydrants
A.NSUA "VrWA C504 -94 1994 or latest version
Rubber- Sealed Butterfly Valves
Alagusla Utilities Department
September 2000
Design Standards 8. Constridon Specifications
14 -9
Y(-Tl
ANSIIAWWA C507 -99 1 -DEC -1999 or latest version
Ball Valves 6 in. through 48 in. (150 mm through 1200 ruin)
'kNSFAWWA 0508 -93 1993 or latest version
Swing -Check Valves for Waterworks Service, 2 in. (50mn) Through 24 in. (600rnm)
NPS (includes addendum C508a -93
ANSIIAWWA 0509 -94 1994 or latest version
Resilient- Seated Gate Valves for Water - Supply Service (includes addendum C509a -95)
ANSUAWWA C550- 901990 or latest version
Protective Epaxy Interior Coating for Valves and Hydrants
14,9 WATER SERVICE LINES AND TAPS
Tapping sleeves and tapping crosses shall be of a heavy body ductile iron, mechanical
joint suitable for a working pressure of 150 psi for sleeves and crosses larger than 14 -inch
(200 psi for sleeves and crosses equal to or less than 14- inch), as approved by the
Augusta Utilities Department,
No direct service taps shall be allowed, All service line taps shall be supplied with
co stops. Service line tubing shall be rolled of soft continuous and searnless .
copper Type K conforming to AWWA C800 and ASTM B -88 (latest version).
Corporation Stops and Main Connectors:
' /a" FB600 — 3 Ford or Equal
1 "FB600 — 4 Ford or Equal
Taper Thread Inlet by Flare Copper Outlet
Eighth Bends:
3 /a" LA02 — 33 Flare 1/8 Bend
N" LA04 — 33 Compression 1/8 Bend
1" LA02 —44 Flare 1/8 Bend
1" LA04 — 44 Compression 1/8 Bend
Minimum size for residential use shall be one (1) inch. The service line shall be laid in a
straight line and be of a continuous piece of pipe from corporatiop to curb cock. The
curb cock shall be located 6 inches behind and 8 inches below the top of new curb or
edge of asphalt. Where service connects to DIP or any pressure -rated pipe, service
saddles must be used. Brass double strap tapping saddles shall be used. U -bolt type
straps are not acceptable. x.11 water service taps on the main shall be spaced at a
Augusta Utilities Department
September 2000
Design Standards & Construction Specifications
14.10
x.
minimum distance of 18 inches apart and a minimum of l8 inches from a bell or fitting.
If two or more taps are required at a minimum spacing they shall be offset 45
alternatively_ Services greater than one (1) inch shall be seamless galvanized. 2"
services shall have two 2" 90- degree galvanized elbows per Augusta Utilities' 2 Inch
Water Service detail.
Services shall not exceed over 100 feet from the main to the meter. Where possible,
meter shall be placed in unpaved area as close to the water main as possible.
14.14 METER INSTALLATION
The Contractor/Developer shall furnish and install an approved meter box at the
termination point of all water services, and maintain until such time as a meter is
installed. Meters will be installed by Augusta Utilities Department at the time services is
required at the stub -out. Each unit within a residential building (i.e., duplex, triplex, etc.)
shall have a separate meter, unless prior approval is received by the Utilities Director.
The proper sizing of service lines is the responsibility of the design engineer. Meters will
be available in the following sizes only: 5/8 x 3/4, 1, 1 1 /�, 2, 3, 4 -inch, and larger standard
sizes as necessary. Meter boxes for 1 1 /s inch and smaller meters are standard. 2 -inch and
larger shall be installed in a meter vault. The Augusta Utilities Department reserves the
right to request historical data for meter sizing.
Meter boxes shall be Rome type, 10" x 19" x 10" cast iron box and lid. The top shall
have cast ribs on the bottom side with four (4) legs to prevent sliding movement. The
box shall have a minimum weight of 37 lbs., for meters 1 1 /2 inch or smaller.. Meter and
curb stop shall be fully encased by the meter box. Meter vaults (for meters 2 inch and
larger) shall be fabricated of masonry block or pre -cast reinforced concrete using 3,000
psi concrete and #4 rebar. The access hatch shall be made heavy duty aluminum, and
shall be hinged and lockable. The hatch shall be large enough for removal of the meter
but no smaller than 48" x 36 ". Wall dimensions shall allow 2 feet of working clearance,
Vault floors shall be no less than 4 inches thick with 3,000 psi concrete and ##4 rebar,
with the meter located no less than 18 inches off the floor.
The Augusta Utilities Department assumes no responsibility for undersized meters and
problems associated with it. All meters wiil.be provided and installed by the Augusta
Utilities Department. The meters remain the property of the Augusta Utilities
Department.
Meters should generally be placed 18 inches inside the adjacent utility easement that
Parallels the right -of -way. Where sidewalk, two feet of clearance is required between the
customer's side of the sidewalk edge and the meter box. In developments where the
property line is not clearly defined (e.g., condominiums) the meter should be placed for
ready access as approved by the Augusta Utilities Deparrment. Meter and control valves
shall be accessible and unobstructed for 4 feet in all directions. This shall include but not
.Augusta Utiiilies Department Design Slandards & Con<- t Sper ficafions
September 2coo
14 -11
Y.
be, limited to transformers, telephone junction boxes, walls, trees, etc. MMeters shall not be
placed in areas that can be fenced, such as backyard. Meter boxes shall not be placed in
any asphalt or concrete surfaced areas (sidewalks, driveways curbs, etc.) unless approved
in writing by Augusta utilities. For shopping centers, the developer's engineer should
give special consideration to meter layout so as to satisfy these requirements_ When no
alternative is available but to locate in asphalt, the top of box shall be flush with the
asphalt surface. Meters shall not be located in low areas that normally receive storm
water. The box shall also be located outside of parking stalls. The box and lid should be
traffic bearing, but located outside of a commonly trafficked area.
14.11 BACKFLOW PREVENTION DEVICES
Backflow prevention devices shall be provided, as required by the Utilities Director and
as set forth in these Standards. All irrigation systems, water services and fire lines for
industrial/office/commercial, schools, mobile home parks, multi - family residences and
any other locations as determined by the Utilities Director shall require suitable backflow
prevention assemblies on the customer side of service lines (domestic, irrigation, and
fire). Backflow devices shall be tested by a certified person and the results furnished to
the Augusta Utilities Department prior to. any water use. Residential development shall
install a "Dual Check" Backflow Device on the customer's side of service line at the
Point of tie -in to the water meter. The plumber or builder tying service into the set meter
will submit the test results for the backflow prevention device to the Augusta . Utilities
Department's Inspector prior to acceptance and any water use.
Backflow prevention device assemblies shall be the latest approved product of a
manufacturer regularly engaged in the production of this type equipment. All assemblies
shall be as approved by the America Society of Sanitary Engineering (ASSE), The
American National Standards Institute (ANSI), The American Water Works Association
(AWWA), Foundation for Cross Connection Control and Hydraulic Research of the
University of Southern California, and the Georgia State Plumbing Code.
Type and size of assemblies shall be indicated on the drawings.
Backflow prevention device ownership and maintenance responsibilities shall be as set
forth in the appropriate ordinances. The Owner shall document yearly that the backflow
prevention device has been tested annually by a qualified technician. A copy of the
technician's certification must be attached to the test results and submitted to the Augusta
Utilities Director. Engineer must comply with the Augusta Utilities Department Policies
and Procedures for Backflow Prevention by Containment (latest version). A copy of this
manual is available upon request.
Augusta Ulilities pepatur;ent
September 2000
Design Standards & Construction Specifications
14 -12
List of Specifications:
ANSUAWWA C510- 971997 or latest version
Double Check Valve Backflow- Prevention Assembly
ANSUAWWA C511 -97 1997 or latest version
Reduced - Pressure Principle Backflow- Prevention Assembly
14.12 SYSTEM PRESSURES
The design engineer shall not assume a pressure greater than 35 psi at the meter of
detector check valve without confirmation from the Augusta Utilities Department. The
design engineer, if possible, should field verify the available pressures prior to finalizing
their design. The Augusta Utilities Department does not guarantee or warrant any
pressure or flow above what the system can furnish. Augusta Utilities reserves the right
to limit water usage for irrigation in the event of drought, or requirement.by the Georgia
EPD.
14.13 FIRE LINES
All fire lines shall have a detector check valve with. a 5/8 inch by -pass meter (to detect
low flows) within, the right -of -way or dedicated easement. No exceptions to the by -pass
meter requirement shall be made regardless of sprinkler system type, configuration, etc.
CONSTRUCTION:
14.14 WATER DISTRIBUTION SYSTEM INSTALLATION
Authorization must be obtained from the Augusta Utilities Department to construct, alter
or modify a water line. Construction of water infrastructure will be authorized by the
Utilities Department upon approval of submitted plans and notification of the Augusta
Utilities Department at least 24 hours prior to starting construction (706- 772 - 5503).
Where water lines will encroach public right -of -way, a Right -of -Way Encroachment
Permit approved by the Public Works Department is required prior to construction. A
Right -of -Way Encroachment Permit application is available through the Public Works
Department (706 -821- 1706).
Installation of water mains and associated appurtenances shall be in accordance with
current AW - WA specifications and manufacturer's requirements for the specific product.
Loading or unloading and storage of pipe, fittings, valves, etc. shall be done such that to
avoid damage. The interior of all pipe, fittings, valves, etc. shall be kept free of dirt and
foreign matter at all times. All piping shall be placed in a dry trench with a stable
Augusta Utilities Department
September 2000
Design Standards 8 Construction SpecHications
14 -13
bottom, Wet trench installation shall be allowed only upon written approval of the
Utilities Director.
Mechanical restraint systems shall be required at each fitting involving a change of
direction and as specified in the approved plans. Concrete thrust blocks will be allowed
in lieu of mechanical restraint systems.
Backfill shall be free of boulders and debris, and shall cornform to Georgia Department
Of Transportation Specifications. Sharp or rocky material encountered in the base shall
be replaced wiih proper bedding. Pipe shall be laid on line and grade as designed. Pipe
joints, gravity blocks, service connections, and conflicts shall be left exposed until
visually inspected and approved by the Augusta Utilities Department's Inspector.
Fire hydrants shall be installed true and plumb with the center of the pumper nozzle
facing toward the road. Hydrants shall not be placed in the sidewalk. The engineer will
be responsible for moving hydrants placed in sidewalks.
All valves shall be placed according to plans. Valve stems shall be installed plumb.
Valve stem extensions are required as described in Section 14.7. Air relief valves shall
be installed at all high points in the water main where air can collect, as shown on the
plans or as directed by Augusta Utilities.
List of Specifications:
ANSUAWWA C600 -93 1993 or latest version
Install ation of Ductile -Iron Water Mains and Their Appurtenances
ANSUAWWA C605 -94 30- JAN -1994 or latest version
Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for
Water
ANSUAWWA C512 -92 1992 or latest version
Air Release, Air/Vacuum and Combination Air Valves for Water Works Service
14.14.1 Handling and Storing of Materials: Unload pipe so as to avoid
deformation or other injury thereto. Place no pipe within pipe of a larger size.
Store pipe and fittings on sills above storm drainage level and deliver for laying
after the trench is excavated. Valves shall be drained and so stored as to protect
them from freezing.
1 4.14.2 Pipe Laying (General): The interior of the pipe shall be clean and joint
surfaces wiped clean and dry when the pipe is lowered into trench. Lower each
pipe, fitting and valve into the trench carefully and lay true to line and without
objectionable breaks in grade. The depth of cover below finished grade shall be
Augusta Utilities Department
September 2000
Design Standards & Construction Specifications
14.14
5 ^n.
not less than 3 feet, or as shown on the drawings. Give all pipes a uniform
bearing on the trench bottom. Allow no trench water or dirt to enter the pipe after
laying. Insert a watertight plug in the open end of the piping when pipe laying is
not in progress.
14.14.3 Boring and Jacking: Where required by the drawings, the water line will
be installed in a steel casing, placed by boring and jacking. Where boring is
required under highways or city /county roads, the materials and workmanship
will be in accordance with the standards of the Georgia Department of
Transportation or local authority. Boring and jacking under railroads will be
governed by the latest AKE.A. Standards, Part 5, "Pipelines" and those of the
railroad involved.
14.14.3.1 Casing Pipe The casing pipe shall conform to the materials standard of
ASTM Designation A252, with minimum wall thickness of 0.219 inch. Steel pipe
will have a minimum yield strength of 35,000 psi. Casing pipe shall be joined
together with welded joints.
14.14.3.2 Carrier Pipe The carrier pipe shall be ductile iron as specified herein,
14.14.3.3 Installation The steel casing shall be installed by the "Dry Bore and Jack"
method. If voids develop or if the bored hole diameter is greater than the outside
diameter of the pipe by more than approximately 1 inch, remedial measures will
be taken as approved by the Engineer. .
When installing water line through casing, Contractor shall use mechanical joint
pipe with retained glands through length_ of casing. The water main shall be
strapped to 8 foot long treated wooden skids with metal straps throughout length
of casing. The ends of the casing shall be sealed with brick and mortar.
14.14.4 Reaction Blocking: All plugs, caps, tees, bends and other fittings shall be
provided with adequate. reaction blocking as shown on the drawings. Reaction
blocking shall be made to bear directly against the undisturbed trench wall.
Where trench conditions are, in the opinion. of the' Engineer, unsuitable for
reaction blocking, the Contractor shall provide tied joints to adequately anchor the
piping as shown_ on the drawings. All the rods and clamps shall be given a
bituminous protective coating.
14.14.5 Pressure and Leakage Testing: Before any work will be. accepted for
payment, the Contractor will fill the piping with water, open outlet as necessary
for expelling the entrapped air. No fire hydrant shall be opened full force during
charging operations. Thereafter, furnish the necessary equipment and test the
piping under the supervision of the Engineer for a period of at least 2 hours at not
less than 1.25 times the design pressure in pounds per square inch, based upon the
highest elevation of the section under test. Pressure testing shall be in accordance
with the latest AWWA Standard C500, Section 4.1. at 1.5 times the working
pressure at the point of testing. Inspect all joints, and remedy to the satisfaction
of the Engineer any defects discovered. Continue the test until all visible leaks
have been eliminated from the part of the system under test, and the pressure
Augusta Utilities oepartmant
September 2COG
Design Standards & Construction Specifications
14 -15
E
remains constant with a maximum pressure drop of 5 psi for the duration of the
test.
Immediately following the pressure test, and before any work will be accepted for
payment, the Contractor shall perform a leakage test. Leakage is defined as the
quantity of water to be supplied into the newly laid pipe, or any valved section
thereof necessary to maintain the specified leakage test filled with water to within
5 psi of the test pressure. No pipe installation will be accepted until the leakage is
less than the number of gallons per hour as determined by the formula:
L = Allowable L= leakage in gallons per hour.
S = The length of pipe in the section tested.
D = The nominal diameter of the pipe in inches.
P = The average test pressure during the leakage test in pounds per
square inch gauge.
The leakage test shall be conducted in accordance with AWWA Standard 0-600,
Section 4.1 (latest version).
14.14.6 Connection to Existing System: All connections to existing mains shall be
made under the direct supervision of the Augusta Utilities Department's
Inspector. Valves on existing mains shall be' operated by or under direct
supervision of Augusta Utilities Department personnel. Tapping sleeves and
valves shall be ,pressure tested prior to tapping. If service to existing customers
must be cut off, the Augusta Utilities Department shall be notified at least three
(3) days in advance to make necessary notifications. The Contractor shall
disinfect and secure appropriate Utilities Department clearances and samples for
any service interruptions which occur as a result of a Contract request for shut
down or error. The clearances shall be obtained within 72 hours of reactivation.
If cut -off of service is required, the Contractor shall be ready to proceed with as
much material pre - assembled as possible at the site to minimize the length of
service interruption. Augusta Utilities reserves the right to postpone service cut-
off if, in the opinion of the Utilities Director, the Contractor is not ready to
proceed on schedule. No customer should be without water for more than four (4)
hours. The Owner/Developer shall arrange for temporary services to Customer if
water will be shut off for more than four hours.
Local chlorination will be required for all pipe and fittings used to complete
connections with the potable water system. Tapping sleeves and valves shall be
chlorinated in accordance with AWWW A requirements. All wet taps shall be
witnessed b the Augusta Utilities Department's Inspector.
Augusta Utilities Department
September 2000
Design Standards & - ^nstruciion Specifications
14 -16
3Tt)
'rail
14.15 CLEANING AND FLUSHING
Upon completion of installation, the mains shall be flushed and the water disposed of
without creating a nuisance. Flushing must achieve a minimum water velocity of 2.5 fps
in all portions of the pipe. The duration of the flushing will be deternined by the
Augusta Utilities Department's Inspector. If, in the opinion of the Augusta Utilities
Department's Inspector, there is insufficient water available for proper flushing, : the
Contractor shall clean the lines by pigging. No flushing or cleaning shall take place
without an Augusta Utilities representative present. The existing mains that the new
mains are connected to may be required to be flushed under the direction of the Augusta
Utilities Department when service is restored.
14.16 TESTING AND DISINFECTION
All water mains shall be leak tested. The Contractor/Developer shall provide all
equipment, materials and labor necessary for pressure and leak testing. This test must be
observed by an Augusta Utilities Department representative and the design engineer. A
pumping pressure of 200 psi must be supplied at the expense of the
Contractor/Developer. The main tested shall either be isolated from active potable lines
or protected from leakage by a double valve arrangement. All water used for pressure
testing must be potable water with an adequate chlorine residual. Water lines shall be
tested by valve sections. Maximum allowable leakage shall be as determined in
accordance with current AWWA specifications. The standard duration of test is four (4)
hours. Testing procedures shall meet or exceed AWNVA C600 (latest version)
requirements. Any portions of the main which fail the test shall be replaced or adjusted
until the entire new main passes the test criteria. The pressure and leakage test shall be
done concurrently.
Augusta Utilities shall be notified at least 24 hours in advance to schedule bacteriological
testing of mains. The Contractor shall replace or adjust components of the pipeline
which fail the test. Clearance is required from the Utilities Department before the
Augusta Utilities Department will allow the main to be put into service.
All piping complete with fittings and appurtenances shall be sterilized as specified in the
applicable sections of AWWA Specification 0651 (latest version) "Disinfecting Water
Mains." Piping and appurtenances shall be thoroughly flushed then chlorinated with not
less than fifty parts per million (50 ppm). Calcium hypochlorite can be used. Water from
the existing distribution system or other source of supply should be controlled so as to
flow slowly into the newly laid pipeline during the application of chlorine. The solution
should be retained in the pipeline for not less than 24 hours and a chlorine residual of 10
ppm should be available at this time. The system shall then be flushed with potable water
and the sampling program started. Sampling taps and chlorinated water used for
disinfection shall be flushed to a location that will not damage property, persons, etc., and
shall be provided by the Con tractor.[Developer at the expense of the
Augusta utilities Department Design Standards & Construction Specifications
September 200D
14-17
�
Con tractor/Developer. The provisions of this paragraph apply equally to new pipe and
fittings and to existing pipelines into which connections have been made or which may
have been otherwise disturbed to the extent that contamination may have occurred. All
requirements of the health authorities shall be observed in executing this work. 'The
disposal of heavily chlorinated water (following disinfection) must be accomplished in
accordance with the latest editions of the AWWA Standard C651 and the EPD's
Minimum Standards for Public Water Systems.
Two or more successive sets of samples taken at 24 hour intervals and tested by a State
approved private lab, shall indicate bacteriologically satisfactory water and the results
submitted to the Engineer.
14.17 WATER/SEWER SEPARATION:
A 10 foot horizontal separation shall be maintained between water and sewer lines.
Where the horizontal separation cannot be met or where water and sewer lines must
cross, an 18 inch vertical separation, water over sewer must be maintained. Where the
above conditions cannot be met, water and sewer lines shall be cast iron or ductile iron
Pipe with joints staggered such that maximum separation between joints exists. The
water line shall be installed over the sewer line.
14.18 AS -BUILT DRAWINGS:
As the work progresses, record on one set of utility drawings all changes and deviations
from the contract drawings in sizes, lines or grade. Record also the exact final location of
water lines by offset distances to surface improvements such as edge of existing
pavement or to property lines, etc. at a maximum interval of 200 feet. Make sufficient
measurements to locate definitely all water lines etc., to permanent points. The drawings
will show references to all valves, fittings, pipe brand changes, etc. Transfer accurately
all such records in red pencil to white prints of the utility drawings and deliver them to
the Engineer with monthly payment estimate.
14.19 MEASUREMENT AND PAYMENT;
Payment will be made only for elements in place and tested as follows:
Pipelines will be paid for at the unit contract price, per linear foot, for each
size, type and class installed, complete, including fittings_ No deduction
will be made for the laying length of valves and fittings installed within
pipelines.
Augusta Utilities ;Department
September 2000
Design Standards & Construction Specifications
14- 18
F ,147 71 1 �
2. Valves will be paid for at the unit contract price for each size and type
installed. Payment therefore will include box or vault as shown on the
plans.
Fire hydrants will be paid for at the unit contract price for each size
installed, complete with the lead piping, valve, and main tee, in place as
shown on the plans.
4. Service lines will be paid for at the unit contract price for each size and type
installed, complete as shown on the plans.
Augusta Utilities Department
September 2000
Oesign Standards & Construction Specifications
14 -19
YY 7.7,
SECTION 14B
SANITARY SEWER SYSTEMS
BASIS FOR DESIGN:
A Professional Engineer registered in the State of Georgia must prepare the plans and
specifications. Design must conform to the requirements set forth in "Recommended
Standards for Wastewater Facilities" (latest version) published by the Great Lakes -Upper
Mississippi River Board of State and Provincial Public Health and Environmental
Managers, and follow EPD guidelines.
Before a sewer is designed, the area to be served should be studied for the purpose of
estimating the type and quantity of flow to be handled. Design should be considered for
the ultimate tributary population. Consideration should be given to the maximum
anticipated capacity of institutions, industrial parks, etc. Where future relief sewers are
planned, econornic analysis of alternatives should accompany initial permit application.
Design should be based on peak sewage flows plus the anticipated maximum
infiltration/inflow levels under normal open channel flow conditions.
All food service operations are required to install, operate, clean, and maintain a
sufficiently sized oil and grease separator (grease trap) to prevent obstruction or
interference with the proper operation of the sanitary sewer collection system and
treatment plants.
All existing waterworks units, including basins, wells, and treatment units, located within
204 feet of a proposed sewer shall be shown on the engineering plans_ Soil conditions
within this 200 feet of waterworks shall be determined and shown on the plans.
A professional engineer shall determine force main size, after a study has been completed
of the surrounding area with regards to the proposed construction and potential future
construction. A minimum velocity of 2 fps within a force main shall be acceptable for
Prevention of solids settling.
No sanitary sewer lines less than eight (S) inches in diameter may be installed. Sanitary
laterals with clean -outs shall be installed at ALL service tie -ins to the system.
During construction when deviations from approved plans affecting capacity, flow, or
operation are desired, the Augusta Utilities Department's Inspector shall be notified.
Revised plans shall be submitted as soon as possible to the Augusta Utilities Department
for approval. Minor changes not affecting capacities, flows or operation may be allowed
in the field during construction by the Utilities Department's Inspector. The Inspector
shall have final authority as to what constitutes a minor or major change. An approved
set of Record Drawings clearly showing any changes shall be submitted to the Augusta
Augusta Utilities Department Design Standards & construction Specifications
September 2000
14-20
t�1
r rr �
Utilities Department Inspector at the completion of the work and prior to sign-off of the
final plat.
The Contractor/Developer is responsible for verifying the exact location, size and
material of any existing sewer facility proposed for connection or use by the project
DESIGN STANDARDS FOR SANITARY SEWER LINES:
14.20 COVER
14.20. 1 Minim cover to finished grade over sanitary sewer shall be four (4) feet.
14.20.2Maximum cover shall be 20 feet unless otherwise approved by the Augusta
Utilities Department.
14 . 2 1HORIZONTAL SEPARATION
14.2L ITen (10) feet to water lines and storm sewer lines.
14.21.2Fifteen (15) feet to buildings, top of bank lakes /streams /creeks, other structures
(10 feet absolute minimum — only when unavoidable, and pipe material is
required to be DIP).
14.21.3Ten (10) feet minimum separation to gas mains.
14.214Ten (10) feet rxtinimum to underground electric cable.
14.21.5A11 separation distances above are edge to edge.
14 . 2 2VERTICAL SEPARATION
Eighteen (18) inch minimum separation (edge. to edge) between all pipes and cables shall
be maintained (6 inch absolute minimum separation with DIP)
14.23LAYOUT
14.23.1Sanitary sewer easements shall be a minimum of twenty (20) feet wide with the
sewer line centered in the easement.
14.23.21ndividual sewer services shall be a minimum of six (6) inches in diameter and
shall extend from the main and terminate with a clean -out constructed at the edge
of right -of -way. If the main is installed outside of the right -of -way, the services
with clean -outs shall terminate at the edge of the permanent easement. All lines
eight (8) inches in diameter and larger shall terminate in a manhole. Sewer lines
installed parallel to lakes /strearns /creeks shall be designed to leave a 25 -foot
undisturbed buffer along the edge of the bank. The required service lateral with
clean -out shall be inspected by the Augusta Utilities Inspector prior to physical
Augusta Utifities Deparimenf
September 2000
resign Standards & Gonslrudion Speci[calions
14 -21
i r{ r. r -r
,
tie -in of private service line. The use of donuts or tying into the stack pipe of the
clean -out is strictly prohibited.
14 .233Under no circumstances shall house sewer services and water services be laid in
the same trench.
14.23.4A1I sewers shall be designed and constructed to give a mean velocity of 2.0 feet
per second, when flowing full, based on Manning's formula using an "n' of 0.014.
The following are the minimum slope that should be provided; however, slopes
greater than these are desirable.
Minimum Slooe in Feet
Size (inches)
Per 100 Feet
8
0.40
10
0.28
12
0.22
14
0.17
15
0.15
16
0.14
18
0.12
21
0.10
24
0:08
27
0.067
30
0.058
33
0.052
36
0.046
39
0.041
42
0.037
Where velocities greater than 10 feet per second are attained, special
provision shall be made to protect against displacement by erosion and
impact.
14.23.5The maximum slope for a sanitary sewer Iine shall be 20 %. All 209 sewers shall
be DIP with concrete collar walls at every joint or alternate restraining system
provided by design engineer. Slopes less than 20% are preferred. If steep slope is
necessary, the Augusta Utilities Department Engineer must approve the design.
14.23.6Buoyancy of sewers shall be considered and flotation of the pipe shall be
prevented with appropriate construction where high groundwater conditions are
anticipated.
14.23.7Ivlanhole spacing shall not exceed 400 LF for sewers 15 inches in diameter or
smaller, and 500 feet for sewers 18 inches to 30 inches.
Augusta Utilities Depaiment
September 2400
Design Standards & Construction Specificalions
14 -22
SX'
rll7.i
I shall be located at the junction of sewers and at changes in grade, pipe
size, or alignment. They shall also be installed at all intersections. Sanitary sewer
manholes should not be located where surface water drain into them. When this is
not possible, a watertight cover shall be specified. For this purpose, and also for
assisting in locating manholes across country, the rims shall be set above grade.
14.23.9A drop manhole shall be provided for a sewer entering a manhole at an elevation
of 24 inches or more above the manhole invert. Where the difference in elevation
between the incoming sewer and the manhole invert is less than 24 inches the
invert shall be filleted to prevent solids deposition.
14.23, 1 OMinimurn angle between influent and effluent sanitary sewer lines at a manhole
shall be ninety (90) degrees.
14.23.11Both vertical and horizontal alignments shall be reviewed with the Augusta
Utilities Department prior to finalization.
14.23.12A11 pipes crossing proposed sanitary sewer lines shall be shown as conflicts in
plan and profile views on the sanitary sewer plan sheets (not on detail sheets).
Crossings shall be designated by a letter (A, B, C, etc... ) and include information
regarding top of pipe and bottom of pipe elevations. Contact the Augusta Utilities
Department for an example. The de_ sign engineer is responsible for identifying all
conflicts.
14.23.13 Where indicated .on the plans, pipe stub -outs for the connection of future sewers
shall be provided during the construction of new manholes. Each stub -out shall
be plugged in the bell end of the stub -out with plug approved by Augusta
Utilities,
14.24SANITARY SEWER MATERIAL
Pipe for sanitary sewers shall be polyvinyl chloride (PVC) or ductile iron pipe (DIP) as
outlined below. However, DIP is considered a remedial measure for special applications
only. Standard pipe lengths not greater than 20 feet shall be used. Force main pipe shall
be of approved C90O -CL2O0 water pipe.
PVC pipe shall be. manufactured from virgin resin conforming to AST NI D -3034 (latest
version) with minimum classification of SDR -35. DIP shall be epoxy -lined and conform
to A' SVA A C 1511AlVSI A21.51 (latest version). Design methods shall conform to
AWWA C15O /ANSIA21.5O (latest version). DIP shall be Class 350 for 12" and smaller.
All fittings shall be of the same quality and material as the pipe to be used. Pipe classes
shall be determined based upon the installation: and the use intended. Pipe shall be
Augusta U111i6es DODartment
September 2000
Design Slandards & Construction Specifications
i4 -23
i
IL dfi .L
..1
appropriately labeled on the drawings. WYE fittings shall be utilized. TEE fittings and
saddles shall not be allowed. All DIP fittings shall be ductile iron or cast iron.
Aerial pipe shall be mechanical joint DIP or continuous weld, wrapped and coated steel
pipe. Piers shall be placed at every joint directly behind the bell. Site conditions may
dictate construction utilizing more stringent requirements than indicated in the standard
detail. Anchor collars shall be constructed on the pipe whenever pipe grade is 2070 or
greater. Restrainers may be used in lieu of collars when a particular brand and method
are determined equivalent.
14.24.1 DIP shall be required in the following circumstances:
14.24.1.1When sanitary sewer lime has less than four (4) feet of cover. 'Minimurn depth
of DIP is two (2) feet.
14.24.1.2Whea a sanitary sewer line cross over storms pipe (Must be one joint of DIP
centered on the crossing)
14.24.1.3When a sanitary sewer line passes laterally within one (1) foot of a storm sewer
line (Must be one joint of DIP centered on the crossing).
14.24.1.4When a sanitary sewer line is to have in excess of eighteen (18) feet of fill.
14.24.1.5When a sanitary sewer line is at the maximum slope of 20 0 1o.
14.24.1.5For last joint of pipe at all drop manholes greater than three (3) feet.
14.24.1.7When a sanitary sewer is less than six (b) feet under a street.
14.24.1.8The Utilities Director may mandate DIP in any instances of off -site or on -site
construction where future abuse to the line is possible due to location or circumstances,
extensive length under pavement, or in private property away from-right-of-way areas.
14.24.2 PVC shall be jointed with a rubber gasket and shall conform to ASTM F477
(latest version) and manufacturer's recommendations. Solvent weld is
prohibited. DIP shall be of the bell and spigot type with push -on joints
conforming to ANSI A21.11 (latest version) or mechanical joints.
14.24.3 Sewer Pipe Bedding:
Bedding requirements shall apply to sanitary sewer lines only. They are
not to be considered minimum bedding requirements and as such, do not
relieve the Engineer/Contractor of the responsibility to provide any
additional bedding necessary for proper construction .
Augusta Utilities Department
September 2000
Design Standards & ccrstruction Soecitications
14 -24
�3'lr3
ryl.rn
Ala
Bedding shall be carefully placed along the full width of the trench so -that
the pipe is true to line and grade of the pipe barrel. Bell holes shall be
provided so as to relieve pipe bells of all load, but small enough to ensure
that support is provided throughout the length. of pipe. Crushed stone
embedment material shall conform to ASTM C33, Graduation #67 (314"
to #4). Bedding material shall be placed underneath and be carried up the
sides of the pipe as specified below.
Class B Bedding shall be performed by first undercutting the trench an
adequate amount to provide bedding under the pipe bell. The trench shall
then be brought to grade with compacted crushed stone as specified above
for the full width of the trench. The bedding material shall be placed in
the zone four (4) inches below the pipe and the pipe laid to line and grade
and backf lled with compacted* crushed stone placed the full width of the
trench up to one -half the outside diameter of the pipe. Select backfill
placed in six (6) inch layers and compacted shall be the backfill from the
sphngline of pipe to 18 inches above the pipe. A minimum Class B
Bedding shall be used for all lastic pines.
Class C Bedding shall be performed by first undercutting the trench an
adequate amount to provide bedding under the pipe bell. The trench shall
then be brought to grade with compacted crushed stone as specified above
for the full width of the trench. The bedding material shall be placed in
the zone four (4) inches below the pipe and the pipe laid to line and grade
and backfilled with compacted crushed stone placed the full width of the
trench up to one -fourth the outside diameter of the pipe. Select backfill
placed in six (6) inch layers and compacted shall be the backfill from the
bedding material to 18 inches above the pipe. A minimum Class C
Bedding shall be used for all ductile iron pipes.
14.24.4 Jack and Bore Installations:
Casing pipe used with jack and bore shall be in accordance with requirements of
the Georgia Department of Transportation (GIGOT) or railway specifications.
14.24.5 New sewers shall be tied -in to the e?usting sewers at locations indicated on
the plans. No lines smaller than six (6) inches shall be tied to a sewer line or
manhole. All tie -ins to existing manholes shall be cored. The Contractor shall be
responsible for maintaining uninterrupted service of the sanitary sewer during tie -
in operations. No connection to existing sanitary sewer shall be allowed until the
proposed sewer line is inspected and approved by the Augusta Utilities
Department's Inspector.
Augusta Utilities Department
September 2000
Design Standards & Construction Specifications
14 -25
t r��x:i� a
14:24.6 Side. sewers shall be installed where shown on the plans. A side sewer
consists of a sewer extending from a connection to the street or main sewer to its
connection to the house sewer or other point. For new 8" through 12" diameter
sewers, the side sewer connection shall be constructed with a wye fitting in the
street sewer with a 45- degree elbow.. For new 15" and larger pipes, or existing
sewers, the connection shall be made by machine made tap and suitable saddle,
unless otherwise approved by the Augusta Utilities Department.
Belled pipe shall be laid with the bell end up grade and in general, all pipe laying
shall start and proceed up grade from the point of connection at the street sewer or
other starting point, Pipe shall be laid in a straight line at a uniform grade
betweeiz fittings or on a uniform horizontal or vertical curvature achieved by
deflecting the' pipe joints within the manufacturer's recommended limits. The
maximum deflection permissible at any one fitting shall not exceed 45 degrees.
The maximum deflection of any combination of two adjacent fittings shall not
exceed 45 degrees unless straight pipe not less than 2 Sh feet in length be installed
between such adjacent fittings or unless one of such fittings is a wye branch with
a cleanout provided on the straight leg.
14.24.7 Material for transition (e.g., PVC to DIP) shall be indicated and specified.
Where offset of DIP is required, mechanical joint DIP shall be installed with
mechanical ,joint heavy body DIP sleeves at the reconnections.
14.24.8 Sanitary Sewer Manholes:
Precast manholes shall conform to the latest edition of ASTM C -478 (five inch
wall thickness). Use six (6) inch wall thickness if manhole exceeds 20 feet in
depth. All holes for incoming and outgoing pipe will, whenever possible, be
precast, with pipe tie -in made using: PSI 0 flexible gasket, manufactured by
PressSeal Gasket Corporation, or approved equal. In the event of the necessity of
cutting new holes, the holes shall be machined cored neatly and carefully so as
not to damage the structural integrity of the manhole and large enough to allow
the insertion of a flexible rubber boot. Precast holes shall be flexible boot fitted.
Barrel joints shall be tongue and groove with performed plastic meeting the
requirements of Federal Specifications SS -S- 00210, "Sealing Compound,
Preformed Plastic Pipe Joints" Type 1, rope form, also known as "Rare Neck."
Eccentric manholes cones are required. Inverts shall be constructed of 3,000 psi
plant mix. Manhole steps shall be installed in all sections of each manhole as
indicated on the drawings. Frame and covers shall be cast or ductile iron and set
in a bed of mortar on the top of the manhole and completely grouted outside and
wiped smooth. Ring and cover shall be USF -170 or approved equal. Cover shall
read "Sanitary Sewer." Watertight manhole covers are to be used wherever street
runoff or high water may flood the manhole tops. Locked manhole covers may be
Augusta Utilities Department
September 2000
Design Standards & Constru --tion Specifications
1Q -28
[3rFf
J'SY:f
may be desirable in isolated easement locations or where vandalism may be a
problem.
Where corrosive conditions due to septicity or other causes is anticipated,
consideration shall be given to providing corrosion 'protection on the interior of
the manholes.
The minimum diameter of manholes shall be 48 inches; larger diameters are
required for large diameter sewers. A minimum access diameter of 22- 1 /4 inches
shall be provided.
Outside drop manholes shall be precast and constructed for incoming lines having
invert 24 inches or more above the invert of the manhole outlet, with DIP and tie
rods per Detail No. 14.08. Shallow manholes shall be precast or Type B slab top
precast and shall be constructed in accordance with ASTM C -478 (latest version).
Drop manholes should be constructed with an outside drop connection. Inside
drop connection (when necessary) shall be secure to the interior wall of the
manhole and provide access for cleaning. Inside drop connections shall be used
only when approved by the Utilities Department Engineering Division.
Due to the unequal earth pressure that may result from the backfxlling operation in
the vicinity of the manhole, the entire outside drop connection shall be encased in
concrete.
A bench shall be provided on each side of any manhole channel when the pipe
diameter(s) are less than the manhole diameter, The bench should be • sloped no
less than 1h inch per foot (4 percent). No Iateral sewer, service connection, or drop
manhole pipe shall discharge onto the surface of the bench.
14.24.11 All construction material shall be first quality, not previously used. Repair
clamps are not acceptable. Damaged or faulty pipe and materials must be
properly replaced. All gaskets shall be new. When connecting to existing
valves or fittings, gaskets shall be replaced, not reused.
14.24.12 The Engineer shall provide a complete set of shop drawings, which shall
indicate the Augusta Utilities Department's specific material requirements.
In general, material requirements will be guided by the latest versions of
the specifications of AWWA and ASTM,
Augusta Utilities Department
September 2000
Design Standards & Construction Specifications
14 -27
y �r3*sY- .
r+i.r. k
l_y y ��
14.25 SANITARY SEWER SYSTEM DMIGN
Design requirements are as follows:
14.25.1 Per Capita Flow, Average: 125 gallons per day (gpd)
14.25.2 Minimum velocity in collector sewer: 2.0 feet per second (fps)
14.25.3 Maximum velocity in collector sewer: 10.0 feet per second (fps)
14.25.4 Minimum collector sewer size: - 8 inch
14.25.5 Infiltration Allowance: 25 gpd/in Dia/mile
14.25.6 Ratio of Peak to Average flow: 2.5
14.25.7 Design depth of flow C Peak Flow: 0.75 of Full
14.25.8 Design Period: 30 Years
14.25.9 Minimum Manning" s, "n" Factor: 0.014
14.26 LIFT STATION DESIGN
All lift stations shall be installed underground, unless otherwise directed by the Utilities
Director. Wet well size and pump sizing shall be determined by a professional engineer,
after a comparative study has been done of the area surrounding the proposed
construction. Potential future development of the surrounding area should be
incorporated into the design. All potable water services around sewage pumping
facilities shall be provided with . an approved reduced- pressure backflow - prevention
(RPZ) device.
All pipes entering the wet well and discharging from the wet well into the valve pit shall
be mechanical joint DIP. PVC pipe will not be permitted. Pipes shall be sized per the
design engineer's calculations and pump data.
14.26.1 Pumps, valves, and pipe sizes, shall be designed by a professional
engineer. Calculations for the design shall be submitted to the Augusta
Utilities Department for review and approval. Pump specifications shall
be provided to Augusta Utilities for review. Valves shall have a minimum
of a 18 -inch clear zone in all directions.
Augusta Utilities Department
September 2000
Design Standards & Construction Specifications
14 -28
Ni.L
14.26.2 The valve pit shall consist of a precast manhole cone section or a precast
concrete box. The bottom shall have 2 -inch diameter pre - drilled holes
filled with gravel for drainage.
A cone section shall be. set on a minimum 4 -inch thick concrete slab with
an open bottom and gravel for drainage. For proposed piping, the
manhole shall have cored holes fitted with flexible rubber boots. Standard
ring and cover shall be installed and grouted to the cone section. The top
of the valve pit shall be a minimum of six (6) 'inches above finished grade.
14 Electrical systems and components (e,g., motor, lights, cables, conduits,
switch boxes, control circuits, etc.) in raw wastewater wells, or in enclosed
or partially enclosed spaces where hazardous concentrations of flanunable
gases or vapors may be present, shall comply with the National and the
City of Augusta Electrical Code requirements. In addition, equipment
located in the wet well shall be suitable for use under corrosive conditions.
Each flexible cable shall be provided with a watertight seal. and separate
strain relief. A fused disconnect switch located above ground shall be
provided. For the main power feed for all pumping stations. When such
equipment is exposed to weather it shall meet the requirements of
weatherproof equipment. One such equipment such as the control panel
shall be duplex NEMA 4X with audible and visible alarms. Lightning and
surge protection systems should be considered. A 110 volt power
receptacle to facilitate maintenance shall be provided inside the control
panel for lift stations that have control panels outdoors. Ground fault
interruption protection shall be provided for all outdoor outlets,
1416.4 Permanently- installed or portable engine - driven generating' equipment
must be available for emergency operation of all lift stations. Generating
unit size shall be adequate to provide power for pump motor starting
current and for lighting, ventilation, and other auxiliary equipment
necessary for safety and proper operation of the lift station. The City of
Augusta must approve allowance for the operation of only one pump
during periods of auxiliary power supply. Special sequencing controls
shall be provided to start pump motors unless the generating equipment
has the capacity to start all pumps simultaneously with auxiliary
equipment operating. Where portable generating equipment or manual
transfer is provided, sufficient storage capacity with an alarm system shall
be provided to allow time for detection of pump station failure and
transportation and connection of generating equipment. Special electrical
connections and double throw switches shall be installed at all Iift stations
where emergency power will be provided by portable generating
equipment. Design engineer and/or contractor shall coordinate type and
Augusta Utilities Department
September 2000
Design Standards 3 Construction Specificasions
14 -29
L ( E-411 ;
size of all permanent or portable generators with City of Augusta prior to
Iift station construction.
14.26.5 Wastewater pumping stations and portable equipriment shall be supplied
with a complete set of operational instructions, including emergency
-procedures, maintenance schedules, tools and spare parts as may be
necessary.
CONSTRUCTION,
14.27 INSTALLATION
Authorization must be obtained from the Augusta Utilities Department to construct, alter
or modify a sanitary sewer line. Construction of sewer infrastructure will be authorized
by the Utilities Department upon approval of submitted plans and notification of the
Augusta Utilities Department at least 24 hours prior to starting construction (706 -772-
5543). Where water lines will encroach public right -of -way, a Right -of -Way
Encroachment Permit approved by the Public Works Department is required prior to
construction. A Right- of -Way Encroachment Permit application is available through the
Public Works Department (706 -821- 1746).
Installation of sanitary sewer pipe and associated appurtenances shall be in accordance
with current ASTM specifications and manufacturer's requirements for the specific
product. Loading or unloading and storage of pipe, fittings, valves, etc, shall be done
such that to avoid damage. All pipe shall be carefully examined before it is installed in
the trench. Damaged pipe or pipe which does. not meet specification requirements shall
be rejected and removed from the work site. The interior of all pipe, fittings, valves, etc.
shall be kept free of dirt and foreign matter at all times. All piping shall be placed in a
dry trench with a stable bottom. Wet trench installation shall be allowed only upon
written approval of the Utilities Director.
Backfill shall be free of boulders and debris, and shall conform to Georgia Department of
Transportation Specifications. Sharp or rocky material encountered in the base shall be
replaced with proper bedding. Pipe shall be laid on line and grade as designed. Pipe
joints, gravity blocks, service connections, and conflicts shall be left exposed until
visually inspected and approved by the Augusta Utilities Department's Inspector.
All concrete cradles, saddles, or encasements shall be installed as shown on the plans.
These structures shall be constructed in strict accordance to the details shown on the
plans. Concrete shall have a 28 day compressive strength of 3,000 psi when tested in
accordance with ASTM Specification C -39.
Augusta Utilities Department Design Standards & Construction Specifications
September 2000
14 -30
.c3*xr
ryy.Y'
H {ryi
All manholes indicated on the plans shall be furnished and installed by the Contractor in
strict accordance with the plans. The invert channels shall be smooth and accurately
shaped to the semicircular bottom conforming to the inside of the adjacent sewer sections
as shown on the plans. Changes in direction of the sewer and entering branches shall
have as long a radius of the true curvature as the size of the manhole will permit.
The top of manholes shall be topped out with brick as indicated on the plans. The
number of courses will depend on the required elevation of the top of the manhole. The
maximum number of brick courses allowed shall be three (3).
New sewer lines shall be inspected through use of camera inspection equipment with an
Augusta Utilities Department Inspector at the time of installation and again before the
one -year warranty expires. The Developer is to provide the Augusta Utilities Department
with a color VHS system videotape of the inside of every reach of sanitary sewer
installed.. The tape shall record manhole number to manhole number, date of recording,
and distance from start of run. The tape shall include a distance and location description
of every service line connection installed. The manhole numbering system shall be the
same as shown on the approved development plans.
14.27.1 Installation:
14.27.1.1 Sewer Pipe Laying: The pipe shall be laid with bell or groove end upgrade.
Pipe shall be tested for soundness, clear interior and satisfactory joint surfaces
before lowering the pipe into the trench. Pipe shall be laid in straight lines and
on uniform grades between points where changes in alignment or grade are
shown. The pipe barrel shall be uniforrnly bedded. The line and invert grade
of each pipe shall be checked from a top line carried on batter boards not over
25 feet apart or by use of a laser beam target inserted in each joint. Pipes shall
be laid to form a smooth, uniform invert. A stopper shall be installed in the
pipe mouth when pipe laying is not in progress.
PVC gravity sewer pipe and force main shall be installed in accordance to
ASTM D2321, latest version. Ductile iron force main shall be installed in
accordance with AWWA C600, latest version.
14.27.1.2 Backfilling Around Pipe: As soon as the joint material has set, fine earth shall
be carefully tamped around each joint, and around and over the pipe to a depth
of at least 2 feet above the top of gravity pipelines. In addition, all PVC sewer
pipe shall be bedded in selected material from the pipe centerline down to a
point 3 to 6 inches below the pipe invert. Selected materials for this purpose
shall be Class I or II soils as specified in ASTM D2321. Reconstruction of any
roadway section or right -of -way shall be in accordance «with the Georgia
Department of Transportation and City of Augusta Specifications.
Augusta Utilities Department
September 2000
Design Standards & Construction Specifications
14-31
t ry ir��
14.27.1.3 Sewer Structures: Appurtenant sewer structures shall be constructed according
to one or more of the following methods:
14.27.1.3.1 Masonry Brick for manholes and other sewer structures
shall be laid with shove joints completely filled with mortar.
Horizontal joints shall not exceed 2 inch, vertical joints 3 inch on
their interior face. In circular structures, all brick shall laid as
header with joints broken between courses. Interior joints shall be
struck or wiped smooth with the face of the wall. The exterior of
sanitary sewer manholes shall be plastered to a thickness of at least
2 inch.
14.27.1.3.2 Laying Brick and Concrete Block Work Only clean brick
or block shall be used. The brick or block shall be moistened by
suitable means, as directed, until they are neither so dry as to
absorb water from the mortar, nor so wet as to be slippery when
laid.
Each brick or block shall be laid in a full bed and joint of mortar
without repairing subsequent grouting, flushing, or filling, and
shall be thoroughly bonded as directed.
14.27.1.3.3 Plastering and Curina Brick or Block Masonxv Outside
faces of masonry shall be plastered with mortar from 3 inch to d
inch thick. If required, the masonry shall be properly moistened
prior to application of the mortar. The - plaster shall be carefully
spread and troweled so that all cracks are thoroughly worked out.
After hardening, the plaster shall be carefully checked by being
tapped for bond and soundness. Unbonded or unsound plaster
shall be removed and replaced.
Masonry and plaster shall be protected from too rapid drying by
the use of burlap kept moist, or by other approved means, and shall
be protected from the weather and frost, all as required.
14.27.1.3.4 Manhole Inverts Manhole flow channels shall be
constructed of concrete, sewer pipe, brick or precast, and shall be
of semicircular section. Each manhole shall be provided with such
channels for all connecting sewers.
The inverts shall conform accurately to the size of thL adjoining
pipes. Side inverts shall be curved and main inverts (where
direction changes) shall be laid out in srmooth curves of the longest
Augusta Utilities Department
September 2000
Design Standards & Consrruc9on Specifications -
1 4 -49
possible radius which is tangent to the centerlines of adjoining
sewers.
14.27.1.3.5 Drop Manholes Drop inlets shall be provided into
manholes on sanitary sewers for incoming lines having inverts 2
feet or more above the inverts of the manhole outlet lines. Drop
pipe and fittings shall be encased in masonry integral with the
manhole and extending from the manhole base to the top of the
incoming sewer. Diameter of drop manholes to be four feet at a
minimum.
14.27.1.3.6 Setting Manhole Frames and Covers Manhole frames
shall be set with the tops conforming accurately to the grade of the
pavement or finished concentric with the top of the masonry and in
a full bed of mortar so that the space between the top of the
manhole masonry and the bottom flange of the frame shall be
completely filled and made watertight. A thick ring of mortar
extending to the outer edge of the masonry shall be placed all
around. the bottom flange. The mortar shall be smoothly finished
to be flush with the top of the flange and have a slight slope to
shed water away from the frame. Manhole covers shall be left in
place in the frames on completion of other work at the manholes.
14.27.1.3.7 Setting Precast Manholes Sections Precast - reinforced
concrete manhole sections shall be set so as to be vertical and with
sections and steps in true alignment.
All holes in sections, used for their handling, shall be thoroughly
plugged with mortar. The mortar shall be 1 part cement to 12 parts
sand; mixed slightly damp to the touch until it is dense and an
excess of paste appears on the surface; and then finished smooth
and flush with adjoining surfaces.
14.27.1.4 Bulkheads and Flushing: The contractor shall build .a tight bulkhead in the
pipeline where new work enters an existing sewer. The bulkhead shall
remain in place until its removal is authorized by the Engineer.
Care shall be taken to prevent earth, water and other materials from
entering the pipe, and when pipe laying operations are suspended, the
Contractor shall maintain a suitable stopper in the end of the pipe and also
at openings for manholes. All sanitary sever, except building connections
shall be flushed with water in sufficient volume to obtain free flow
through each line. All obstructions shall be removed and all defects
corrected. As soon as possible after the pipe and manholes are completed
Augusta Utilities Department
September 2000
Design Standards & Construction Specifications
1 d -Q1
rrtti
on any line, the Contractor shall flush out the pipeline using a rubber ball
ahead of the water. None of the flushing water or debris shall be
permitted to enter any existing sewer.
14.27.1.5 Temporary Plugs: At all times when pipe laying is not actually in
progress, the open ends of the pipe shall be closed by temporary watertight
plugs or by other approved means. If water is in the trench when work is
resumed, the plug shall not be removed until all danger of water entering
the pipe has passed.
14.27.1.6 Joints and Structure Rightness: All pipe joints shall be made as nearly
watertight as practicable. There shall be-no visible leakage at the joints
and there shall be no sand, silt, clay, or soil of any description entering the
pipelines at the joints.
Leaks in the pipelines which cause infiltration or exfiltration to exceed
limits herein specified shall be repaired by replacing defective pipe.
Grouting and/or caulking to repair pipelines where excessive infiltration or
exfiltration is evident will not be permitted.
14.27.1.7 Fittings and Stoppers: Branches and fittings shall be laid by the
Contractor as indicated on the drawings and/or as directed by the
Engineer. Open ends of pipe -and branches shall be closed with premolded
gasket joint stoppers which conform with the same requirements as pipe
being used.
14.27.1.8 Sewer Line Relation to Water Lines: Sewer lines and sewer force mains
in relation to water lines shall conform to "Ten States Standard" Section
29.3 at a minimum. Sewer lines shall have at least a 10 foot pipe -to -pipe
horizontal separation from known or proposed water mains. When a
sewer crosses under a water main, there shall be at least 18 inches from
the crown of the sewer line to the bottom of the water main.
In all cases where adequate vertical separation as stated above cannot be
achieved (or whenever sewer lines -must be installed to cross above a water
main), both the water and sewer lines shall be constructed of ductile iron
pipe a distance of JO feet on each side of their intersection with one full
length of water main centered on the sewer line.
14.27.1.9 Minimum Cover for Sewer Lines: Gravity sewer lines shall have a
minimum of 3 feet of cover at the crown of the pipe. In cases where. this
minimum cover cannot be achieved, ductile iron pipe shall be used.
Augusta Utioves Departmeni Design Standa;ds & construction Speci;icaaons
September 2000
i A_4A
KY•
14.27.1.10 Detectable Tape: Detectable tape as manufactured by Reef Industries of
Houston, Texas, or equal shall be installed during the backfill operation at
a point 1 foot below the final finished grade.
The detectable tape shall be a 5.5 mil composition film containing one
layer of metalized foil laminate between two layers of inert plastic film
specifically formulated for prolonged use underground. The tape shall be
highly resistant to alkalis, acids and other destructive agents found in the
soils.
The detectable tape shall bear a continuous printed message "Caution
Sanitary Sewer Line Buried Below." The message shall be printed in
permanent ink formulated for prolonged use underground. Letters shall be
clearly legible and have a minimum height of 1.2 inches.
14.27.1.11 Boring and Jacking: Where required by the drawings, the sanitary sewer
line will be installed in a steel (rasing, placed by boring And jacking.
Where boring is required under highways, the materials and workmanship
will be in accordance with the standards of the Georgia Department of
Transportation or local authority.
Boring and jacking under railroads will be governed by the latest A.R.E.A.
Standards, Part 5, "Pipelines" and those of the railroad involved.
14.27.1.11.1 Casing Pipe The casing pipe shall conform to the
materials standards of ASTM Designation A252, with minimum
wall thickness of 0.219 inch. Steel pipe will have a minimum yield
strength of 35,000 psi. Casing pipe shall be joined together with
welded Joints.
14.27.1.11.2 Carrier Pipe The carrier pipe shall be ductile iron as
specified herein.
14.27.1.11.3 Installation The steel casing shall be installed by the "Dry
Bore and Jack" method. If voids develop or if the bored hole
diameter is greater than the outside diameter of pipe by more than
approximately 1 inch, remedial measures will be taken as approved
by the Engineer.
When installing water lines through casing the Contractor shall
mechanical joint pipe with retainer glands throughout the length of
the casing. The sanitary sewer line shall be strapped to treated
wooden skids with metal straps throughout the length of the
Augusta Utilities Department
SeFtamber 2000
Design Slandards & Constructlon Specifications
W -35
F
r t.t.rn
casing. The empty space shall then be filled with sand and the
ends of the casing shall be sealed with brick and mortar.
14.27.1.12 Force Main Installation: In general, sewer force main must be installed in
accordance with the water distribution system specifications.
Polyvinyl chloride (PVC) force main must conform to ASTM D -2241,
latest version.
Ductile iron force main most conform to ASTM A -377, latest version.
14.27.1.13 Removal and Replacement of Existing Pipe and Equipment: where
indicated on the drawings or required to properly place the work under this
contract, as approved by the Engineer, the Contractor shall remove and
replace such pipe lines and equipment in a manner as approved by the
Engineer.
14.27.2 NSPECTION INFILTRATION/EXFILTRATION LEAKAGE TESTS
Upon completion of a section of the sewer, the Contractor shall dewater it and conduct a
satisfactory, test to measure the infiltration or exfiltration for at least three consecutive
days. The amount of infiltration including "Y" branches, and connections shall not
exceed 100 gallons per inch diameter per mile of sewer pipe per 24 hours for gravity
sewer pipe. The amount of 50 gallons per inch diameter per mile of sewer per 24 hours
shall not be exceeded for ductile iron pipe. The Contractor shall be responsible for the
satisfactory watertightness of the entire section of sewer.
As required, suitable bultcheads shall be installed to permit the test of the sewer. Where
the ground water level is less than 1 foot above the top of the pipe at its upper end, or as
directed by the Engineer, the sewer shall be subjected to exfiltration testing by plugging
the pipe at the lower end and then filling the pipelines and manholes with clean water to a
height 4. feet above the top of the sewer at its upper end. The leakage out of the sewer,
measured by the volume of the water necessary to maintain meter level in the highest
manhole, shall not exceed 200 gallons per inch diameter per 24 hours per mile of sewer
for gravity sewer pipe. The amount of 50 gallons per inch diameter per 24 hours per mile
of sewer shall not be exceeded for ductile iron pipe.
The sewer shall be tested before any connections are made to buildings or to active
sewers.
The Contractor shall construct such weirs and bulkheads as may be required, shall furnish
all water, labor, test plugs, power, pumps, meters, and other equipment necessary for the
test to be properly made.
Augusia Utilities Department Design Siandards & Construction Specifications
September 2000
i d_.R
a
rtLU
� ^n.
aa.�
The Contractor may use a low pressure air test as an optiork to the hydraulic
infiltration/exfiltlration leakage test for gravity lines provided the Contractor established a
correlation between the air test results and the quantity of infiltration/exfiltratioh actually
being experienced by the line and the allowable air pressure drop shall be that
corresponding to the allowable hydraulic leakage specified previously in this section.
Such a correlation is to be. established according to a procedure satisfactory to the
Engineer.. The low pressure air test shall be performed in accordance with the applicable
sections of the Uni -Bell UNI- B -6 - 90, latest version.
If the Contractor opts to use the low pressure air test, leakage tests on manholes shall be
conducted independently of the lines by using a hydraulic infiltration/exfiltration test as
directed by the Engineer. -The allowable infiltration into the manhole over a 24 hour
period is zero and the allowable exEltration is also zero when tested by plugging off the
manhole and filling it with water four feet above the top of the sewer and measuring the
water loss over a 24 hour period.
14.27.3 MEASUREMENT AND PAYMENT
Payment will be made at the unit contract prices as shown in the bid schedule under
Sanitary Sewer.
Measurement of pipelines shall be the actual number of linear feet of pipe installed,
complete in place and accepted. No deductions in length will be made for manholes.
Measurement of manholes will be the vertical dimension to the nearest tenth of a foot
from the invert of the outlet pipe to the top of the manhole cover ring casting.
Concrete encasement will be paid for at the contract unit price, per cubic yard, for the
actual volume of concrete placed, up to the volume of concrete required by the maximum
dimensions for concrete encasement shown on the plans. Concrete in the excess of that
volume will not be paid for.
No separate payment will be made for any special fittings, tie -ins, or connections, nor
will any separate payment be made for normal bedding of sewer pipe.
Service lines will be paid for at the unit contract price as shown in the bid schedule under
Sanitary Sewer, complete as shown on the plans
Augusta Utilities Department
September 2040
Design Standards & ConstrucWn Specifications
14 -37
trrrr ;r�
.-
x�•L�
SECTION 14C
EXCAVATION & BACKFILLING
14.28 SCOPE
This section covers all excavation, trenching and backfilling for pipe lines, complete.
14.29 EXISTING IMPROVEMENTS
The Contractor shall maintain in operating condition and protect from darnage all- existing
improvements including utilities, roads, streets, sidewalks, drives, power and telephone
lines, gas lines, water lines, sewers, gutters and other drains encountered, and repair to
the satisfaction of the Engineer any aerial, surface or subsurface. improvements damaged
during the course of the work. Where and if shown on the plans, the locations and
existence or nonexistence of underground utilities are not guaranteed. The Contractor
shall contact the various utility companies to determine and/or verify such information
prior to proceeding with the work. He shall make reasonable and satisfactory provisions
for the maintenance of traffic on streets, drives, walkways and at street crossings and if
necessary to provide temporary walkways and bridges for crossing of the open trench as
directed. Work shall not commence within Augusta right -of -way until a Right -of -Way
Encroachment Permit is obtained from the Public Works Deparment.
14.30 EXCAVATION
All excavation of every description and of whatever substances encountered shall be
performed to the depths indicated on the drawings or as specified herein. Excavation
shall be made by the open cut method except as otherwise specified or shown on the
drawings. Excavation methods shall generally meet or exceed Occupational Safety and
Health Administration (OSHA) construction industry standards.
All excavated materials not required for fill or backfill shall be removed and wasted as
directed. The banks of shallow trenches shall be kept as nearly vertical as practicable and
where required shall be properly sheeted and braced. Except where otherwise indicated,
trench bottoms shall be not less than 12 inches wider nor more than 16 inches wider than
the outside diameter of the pipe to be laid therein, and shall be excavated true to line, so
that a clear space of not less than 6 inches nor rnore than 8 inches in width is provided on
each side of the pipe. The bottom of trenches shall be accurately graded to provide
uniform bearing and support for each section of the pipe on undisturbed soil at every
point along its entire length, except for portions of the pipe sections where it is necessary
to excavate for bell holes and for the proper sealing of pipe joints. Bell holes shall be dug
after the trench bottom has been graded. Bell holes shall be excavated only to an extent
Augusta Utilities Department -Design Standards A construction Speciiicatiors
September 2000
1 A -':III
I.1.
Y.
sufficient to permit accurate work in the malting of the joints and to insure that the pipe,
for a maximum of its length will rest upon the prepared bottom of the trench.
Depressions for joints other than mechanical shall be made in accordance with the
recommendations of the joint manufacturers for the particular joint used. Excavation for
structures and other accessories shall be sufficient to leave at least 12 inches in the clear
between their outer surfaces and the embankment or timber which may be used to hold
the bank and protect them. Where damage is liable to result from withdrawing sheeting,
the sheeting will be ordered to be left in place. Except at locations where excavation of
rock from the bottoms of trenches is required, care shall be taken not to excavate below
the depths indicated. Where rock excavation is required, the rock sball.be excavated to a
minimum overdepth of 4 inches below the normal required trench depth. The overdepth
rock excavation and all excess trench excavation shall be backfilled with loose, moist
earth, thoroughly tamped. Rock is defined as materials which are so hard or cemented
that the excavation of such material requires blasting. The excavation shall proceed in a
conventional manner with satisfactory effort made to remove bard materials before the
Engineer makes a determination of need for blasting. Predrilling and blasting will be
allowed, if the Contractor can provide evidence for the Engineer's review that boring logs
can and will show that the material can or cannot be excavated. Evidence will be
provided for the Engineer's review and approval before predrilling and blasting is
undertaken. The excavation and removal of isolated boulders or rock fragments larger
than one cubic yard in volume encountered in materials of common excavation shall be
classified as rock excavation. Whenever wet or otherwise unstable soil that is incapable
of properly supporting the pipe, as determined by the Engineer or indicated on the
drawings, is encountered in the trench bottom, such soil shall be removed to a depth
required for the lengths designated by the Engineer, and the trench backfilled to trench
bottom grade, as herein specified, with coarse sand, fine gravel, or other suitable material.
Backfill with earth under structures will not be permitted and any unauthorized excess
excavation below the levels indicated for the foundation of such structures shall be filled
with sand, gravel, or concrete, as directed.
14.30.1 Grading and Stacking: All grading in the vicinity of trench excavation
shall be controlled to prevent surface ground water from flowing into the
trenches. Any water accumulated in the trenches shall be removed by pumping or
by other approved methods. During excavation, material suitable for backfilling
shall be stored in an orderly manner a minimum distance of one and one -half
times the depth of the excavation back from the edges of trenches to avoid
overloading and prevent slides or cave -ins. Material unsuitable for backfilling, as
determined by the Engineer, shall be removed from the job site and disposed of
by the Contractor in a manner as approved by the Engineer.
1430.2 Shoring and Sheeting: All shoring, sheeting, and bracing required to
perform and protect the excavation and to safeguard employees and the public
shall be performed. The failure of the Engineer to direct the placing of such
Augusta Utilities Department Design Standards b construction Specifications
September 2000
13.'3 C
Yi31A
protection shall not relieve the Contractor of his responsibility for damage
resulting from its omission.
Whenever sheeting is driven to a depth below the elevation of the top of the pipe,
that portion of the sheeting below the elevation of the top of the pipe shall not be
disturbed or removed. Sheeting left in place shall be cut off not less than 1 foot
below finished grade. No sheeting shall be removed until the excavation is
substantially backfilled as hereinafter specified.
14.30.3 Water Removal: Where water is encountered, it shall be prevented from
accumulating in excavated areas by pumping, well - pointing and pumping, or by
other means approved by the Engineer as to capacity and effectiveness. Water
removed from excavations shall be discharged at .points where it will not cause
injury to public or private property, or the work completed or in progress. All
efforts to prevent sedimentation shall be made. Under no circumstances shall
trench bottoms be prepared, pipes laid, or appurtenances installed in water. Water
shall not be allowed to rise in unbackfilled excavations after pipe or structures
have been placed.
14.30.4 Blasting: Explosives are to used only within legal limitations.. Before
explosives are used, all necessary permits for this work shall be secured and all
precautions taken in the blasting operations to prevent damage to private or public
property or to persons. The Contractor shall assume full liability for any damage
that may occur during the use of explosives. No blast shall be set off within 50
feet of pipe already laid in the trench.
14.30.5 Tree Protection: Care shall be exercised to protect the roots of trees to be
left standing. Within the branch spread of the tree, trench shall be opened only
when the work can be installed immediately. Injured roots shall be pruned
cleanly and backfill placed as soon as possible.
14.31 MCKFILLING
Trenches and other excavations shall not be backfilled until all required tests are
performed and the work has been approved by the Engineer. The trenches shall be
carefully backfilled with the excavated materials approved for backfilling consisting of
earth, loam, sandy clay, sand and gravel, soft shale, or other approved materials. No
material shall be used for backfilling that contains mulch, other unstable materials,
stones, blasted rock, broken concrete or pavement, or other hard materials having any
dimension greater than 4 inches; or large clods of earth, debris, frozen earth or earth with
CP
an exceptionally high void content. Backfilling within Augusta right -of -way shall
conform to Georgia Department of Transportation and City of Augusta specifications.
.Augusta Utilities Department
September 2000
Qesigr, Standards d Construction Specifications
14 -40
( 71
For backfill up to a level 1 foot over the top of pressure pipelines and 2 feet above, the top
of gravity pipelines, only selected materials shall be used. Select materials shall be finely
divided material free from debris, organic material and stone, and may be suitable job
excavated material or shall be provided by the Contractor from other sources. The
backfill shall be placed in uniform layers not exceeding 6 inches in depth. Each layer
shall be moistened and carefully and uniformly tamped with mechanical tampers or other
suitable tools. Each layer shall be placed and tamped under the pipe haunches with care
and thoroughness so as to eliminate the possibility of voids or lateral displacement.
The remainder of the backfill material shall then be placed and compacted above the level
specified above. In areas ' not subject to traffic, the backfill shall be placed in' 12 inch
layers and each layer moistened and compacted to a density approximating that of the
surrounding earth. Under roadways, driveways, paved areas, parking lots, along roadway
shoulders and other areas subject to traffic, the backfill shall be placed in 6 inch layers
and each layer roistened and compacted to density at least equal -to that of the
surrounding earth so that traffic can be resumed iramediately after backfiliing is
completed,' Any trenches which are improperly backfilled, or where settlement occurs,
shall be reopened to the depth required for proper compaction, then refilled and
compacted with the surface restored to the required grade compaction. Along all
portions of the trenches not located in roadways, the ground shall be graded to - a
reasonable uniformity and the mounding over the trenches left in a neat condition
satisfactory to the Engineer. .
Sheeting not specified to be left in place shall be removed as the backfilling progresses.
Sheeting shall be removed in such a manner as to avoid caving of the trench. Voids left
by the removal of sheeting and shoring shall be carefully filled and compacted. Where,
ill, the .opinion of the Engineer, damage is liable to result from withdrawing sheeting, the
sheeting will be ordered to be left in place.
14.32 BORING AND JACKING
Where required by the drawings, the pipeline will be installed in a steel casing, placed by
boring and jacking. Where boring is required under highways, the materials and
workmanship will be in accordance with the standards of the Georgia Department of
Transportation or local authority. Boring and jacking under railroads will be govemed by
the latest A.R.E.A, standards and those of the railroad involved. The steel casing shall be
in accordance with ASTIM A252 to the thicknesses shown on the drawings.
Augusta Utilities Deparimant
September 2000
Designs Standards & Constructicn Specifications
14 -41
x�Q�il
14.33 PAVEMENT REMOVAL AND REPLACENLEiNT
Where necessary existing pavements shall be removed and replaced, the applicable
specifications of the Georgia Department of Transportation or local authority shall
govern this work. Joints shall be sawed, unless joints equally uniform in the opinion of
the Engineer result from other means. Refer to Right- of -Way Encroachment Guidelines
for pavement removal and replacement with Augusta right -of -way.
14.34 MEASUREMENT AND PAYMENT
Excavation and backfilling for pipelines and appurtenances, except as hereinafter
provided for, will be considered as incidental to the construction of the various elements
of the installation it is associated with, and no separate payment will be made therefor.
When made at the direction of Engineer, overcut, rock excavation and backfill to
compensate for rock will be made at the unit contract price for rock excavation per cubic
yard measured in place
When made at the direction of the Engineer, overcut and backfill to compensate for
inadequate foundation will be paid for at the unit contract price for overcut and clean
stone bedding, per ton of stone.
Sheeting ordered to be left in place will be paid for at the unit contract price for sheeting
left in place, per board foot.
Joints in pavements will not be paid for separately, Pavement removal and replacement
will be paid for at the unit contract price therefor, per square yard.
Augusta Utilities DeparLment
September 2000
Design Standards & Construction Specilieations
!A An
�L3'1i
SECTION 14D
PLAN SUBMITTAL
Water Construction - Plans:
Water Construction Plans submitted to the Augusta Utilities Department [or review must
contain the following at a minimum:
❑ Project Name
❑ Developer's name, address, and phone number
❑ Owner's name, address, and phone number
❑ Design professional's name, address, and phone number
❑ Design professional's signed seal
❑ LocationNicinity Map
❑ North arrow on all applicable sheets
❑ Scale (minimum 1" = 20 maximum 1 = 100
❑ Show subject information including subdivision name, lot numbers, block
letters, property owners, etc.
❑ Show adjacent property information including subdivision name, property owners,
etc.
C3 Show existing conditions, structures, pavement widths, right -of -way widths,
easements, adjoining roads, etc.
❑ Show the locations, size and material of existing water mains along with other
appurtenances. Existing water lines shall be shown as dashed lines.
❑ Show the location, size and material of proposed water mains, valves, hydrants and
service lines along with all other water appurtenances involved with the proposed
project. Proposed water lines shall be shown as solid lines.
❑ Number all fire hydrants.
❑ Show locations, type and size of all backflow prevention devices.
❑ Label all easements with respect to type and size.
❑ Show easements shaded -in to be dedicated to the Augusta Utilities Department for
water lines installed outside proposed right -of -ways.
Sanitary Sewer Construction Plans:
Sanitary Sewer Construction Site PIans submitted to the Augusta Utilities Department for
review must contain the following at a minimum:
❑ Project Name
❑ Developer's name, address, and phone number
❑ Owner's name, address, and phone number
❑ Design professional's name, address, and phone number
Augusta utilities Department Design Standards & construction Specifications
September 2000
-4 w .n
7 t�IS�
❑ Design professional's signed seal
a Location/Vicinity Map
o North arrow on all applicable sheets
❑ Scale (minimum l" = 20'; maximum 1" = 100')
❑ Show subject property information including subdivision narne, Lot numbers, block
letters, property owners, etc.
❑ Show adjacent property information including subdivision name, property. owners,
etc.
❑ Show existing conditions, structures, pavement widths, right -of -way widths,
easements, adjoining roads, etc.
o Show the locations, size and material of existing sanitary sewer lines and force mains
along with other appurtenances, Existing sewer lines shall be shown as dashed lines.
is Show the proposed location, size and material, of sewer mains, force mains, manholes,
service lines with clean -outs and sewerage lift stations involved with the proposed
Project. Proposed sewer lines shall be shown as solid lines.
o Creek crossings require full scale details at 1" = 20' scale minimum; including piers,
collars and all other appurtenances.
a Show easements shaded -in to be dedicated to the Augusta Utilities Department for
sanitary sewer lines installed outside of proposed rights -of -way.
❑ Show easements dedicated to the Augusta Utilities Department for sanitary sewer
lines to serve adjacent properties.
Plan and Profile:
Plan and profile sheets shall be provided for all sanitary sewers (except service laterals).
Profiles shall have a horizontal scale of not more than 1" = L00' and a vertical scale of
not more than 1" = 10'. The plan view should normally be shown on the same sheet as
the profile. Plan and profile view should have line designations, station numbers,
manhole numbers and any other indexing necessary to easily correlate the plan and
profile views.
Plan and Profiles shall show the following:
a Location and names of streets, sewers and drainage easements
❑ Line of existing and proposed ground surface, the grade of the sewer between each
two adjacent manholes, invert of sewer in and out of each manhole (label as
directional if more than 2 pipes connected to manhole), and surface elevation of each
manhole. All manholes shall be numbered on the plan and correspondingly
numbered on the profile. The station number shall be shown for each manhole.
o The location and elevation of adjacent parallel stream beds and of adjacent water
surfaces shall be shown on the plan and profile.
❑ Sizes, locations and inverts of all special features such as connections to existing
sewers, wet wells, concrete encasement, collar walls, elevated sewers, piers, special
manhole covers such as vented outfall or sealed covers, etc.
Augusta Utilities Oepartment Design Standards & Construction Specifications
September 2000
14 -44
v All structures, both above and below ground, which might interfere with the proposed
construction, particularly water mains, gas mains, storm drains, utility conduits, etc.
Identify pipe crossings with letter, or other, designation on the plan and profile.
Specify top of pipe and bottom of pipe elevations at crossings to verify there is no
conflict. See Section 14.21.11.
General Notes:
Notes to be shown on Site Plans include:
I , The Developer and/or Developer's Contractor is responsible for verifying the exact
location, size and material of any existing water or sewer facility proposed for
connection or use by this project.
2. All construction of water and sanitary sewer lines shall be in accordance to Augusta
Utilities Department's Standards and Specifications.
3. All water lines shall be class 200 PVC meeting AWWA C -900, unless otherwise
shown.
4. All water lives are to be tested, chlorinated, and checked for bacteria.
5. Augusta Utilities Engineering Department shall be notified 24 hours prior to any
construction, tie -ins, or testing of water or sanitary sewer lines. (706- 772 -5503) If no
answer leave message.
6. Copper Wire (12 gauge, Bare Single Strand) shall be attached along top of all buried
PVC water lines, wrapped around service corporations and stubbed up into all valve
boxes for locating purposes.
7. Per Augusta Utilities Specifications for backflow installations for non- residential
development, a minimum.- "Double Check" Backflow device shall be installed on the
customer's side of all service lines (domestic, irrigation and fire). Fire lines require a
"Detector Type" backflow device. Backflow Devices shall be tested by a certified
person within 5 working days of installation and the results furnished to the Utilities
Engineering Department within 10 working days of installation prior to any water
use.
8. Per Augusta Utilities Specifications for backflow installations residential
development shall install a "Dual Check" Backflow Device on the customer's side of
service line at the point of tie -in to the water meter.
9. All water valves on the main lines, including hydrant laterals, shall be: open -left if
installed south of Gordon Highway (SR 10); or open -right if installed north Gordon
Highway
10. The Developer and /or Contractor shall furnish and install an approved meter box
(Rome type 10" x 19" x 10" cast iron or approved equal) at the termination point of
all water services and maintained until such time as meter is installed.
11. All water meters shall be purchased from the August Utilities Department.
12. lvlaxirrurn sanitary server infiltration shall not exceed 100 GMinch of pipe diameter
per mile.
Augusta Utilities Department Design Standards & Construction SpeCitications
September 2000
14.45
.T•i'xj
r, n
Y;
13. All tie -ins to existing manholes shall be cored. All manholes require "K or N Seal"
or equal rubber boots.
14. No connection to existing sanitary sewer lines until the proposed sewer line is
inspected and approved by the Augusta Utilities Engineering Department.
15. Sanitary sewer clean -outs shall be installed at all individual services as shown in
- detail and installed as not to be under driveways.
16. finished floor elevations of all proposed buildings shall be a minimum of five (5) feet
above the invert elevation of the sanitary sewer main/ manhole at the point of tie -in
17. Provide 0.1 foot drop across all sanitary sewer manholes.
18. Sewer force main shall be PVC C -900, class 200 or D.I.P. and shall have 12 gauge
bare single strand wire attached along the top of the main.
19. A minimum 15' Utility Easement Centered over all water lines and a minimum 20'
Utility Easement centered over all sanitary sewer lines shall be deeded to the
Augusta - Richmond County at completion and acceptance of said lines.
20. Disturbance to any Survey Markers or Monuments requires re- establishment by a
licensed surveyor at the Contractor's expense.
21. For private developments, the Developer /Owner shall be responsible for pavement
patching / repIacement and the site restoration whenever Augusta Utilities Department
must repair /replace utilities on the property. The developer shall arrange for access by
the Augusta Utilities Department as required to make the repair /replacement of the
utility
22. Contractor shall contact the Utilities Protection Inc. "Call Before You Dig" service in
order to locate utilities prior to starting any excavation or construction_
23. If in the course of construction, a conflict arises between the new work and the
existing water and sewer facilities, it will be the responsibility of the
Owner/Ddeveloper, at his expense, to correct same as directed by a representative of
Augusta Utilities Department.
24. A right -of -way encroachment permit shall be obtained from the Public Works,
Department prior to commencing work within Augusta right -of -way.
Details:
The detail drawings at the end of this Section shall be included with the construction
drawings,
Record (As- Built) Drawings:
At the completion -of the water and /or sanitary sewer construction and prior to recording
the final plat, the Contractor shall furnish the Augusta Utilities Department's Inspector
with Record Drawings of the project. The Record Drawings must show all field changes
made to the approved drawings. Record Drawings shall be prepared by a registered
surveyor and/or professional engir:eer and submitted in digital format, as well as ;card
copy. Acceptable digital formats include Arc/Info, Arc /Info expert file, or a DXF file
generated by AutoCad from the DWG tile.
Augusta Utilities Department
Septern be 2000
Design Standards & Construction Specifications
14 -46
iL•I'73
'rfiL[.
All Digital Record Drawings submitted must conform to:
Projection: 'Georgia State Plane East
Datum: NAD83
Units: Feet
A Data Dictionary should be included with each DXF file defining individual layers. The
design engineer shall use GPS to verify 2 or 3 points prior to conversion to state plane
coordinates.
Water record drawings shall be a separate plan from the sewer record drawing.
Maximum plan size shall be 24" x 36 ". Scale shall be no larger than 1" = 20' and no
smaller than 1" = 100'. No hand -drawn or marked up construction plans will be accepted
as record drawings. "AS -BUILT DRAWING" shall be stamped in large print on the
plan. If the .project is a phase of a subdivision, a location sketch of the entire subdivision
with subject phase outlined shall appear on drawings.
Record drawings shall contain the following information:
o Developer's name, address, and phone number.
a Contractor's name, address, and phone number.
❑ Lot numbers.
a Road names and right -of -way widths.
❑ Water and sanitary- easements,
C3 All water service locations and distances from both front property corners of serviced
lot,
a All sanitary sewer services with clean -outs and distances from both property corners
of serviced lot and from nearest manhole.
❑ Invert and top elevations of all manholes.
Acceptance of Work:
Once an approved Record Drawing, final inspection and final plat with maintenance
agreement is recorded, the Augusta Utilities Department will accept the new constructed
system: The Developer /Owner shall be responsible for any defects in materials or
workmanship within the subject system for a period of twelve (12) months from the date
of the maintenance agreement.
alPORTANT: A note stating that Augusta Utilities shall not be responsible for
pavement repair or site restoration associated with repair /replacement of a water or sewer
line shall be included on all final plats for pAygte developments.
Augusta Utilities Department
September 2000
Design standards 3 Construcdon Specifications
14 -47
Date: Page 1 of 4
Date: August 26, 2002
First Use Date 2001 Specifications: November 1, 2002
Revised: January 16, 2003
Revised: August 1, 2003
Revised: Febnuuy 1, 2004
Revised October 15, 2005
Revised March 21, 2007
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 Deftnitlorra
Certified Personnel— certified personnel are defined as persons who have successfully completed the Georgia Soil and
Water Conservation Commission Course Level IA, possess a current certification card from the Commission, and have
attended the Department's WECS seminar.
167.1.02 Related References
A. Standard Specifications
Section 161-- Control of Soil Erosion and alimentation
& Ret'ereuced Documents
NPDES Infrastructure Permit No. GAR 100002, Part IV
GDOT WECS seminar.
Environmental Protection Divisions Rules and Regulations (Chapter 391 -3 -26)
Georgia Soil and Water Conservation Commission Certification Level IA course.
OCGA 12 -7
167.1.03 Submittals
General Provisions 101 through 150
167.2 Materials
General Provisions 101 through 150.
167.2.01 Delivery, Storage, and Handling
General Provisions 101 through 150.
167.3 Construction Requirements
167.3.01 Personnel
Use certified personnel to perform all monitoring, sampling, inspections, and rainfall data collection.
Use the Contractor designated WECS or select a prequalified consultant from the Qualified Consultant List (QCL) to perform
water quality monitoring.
Ensure that monitoring consultants' employees who perform monitoring, sampling, inspections, and rainfall data collection
are GASWCC Certified.
167.3.02 Equipment
Provide equipment necessary to complete the Work or as directed.
rnhtm1:fle: / /C:1Documents and Settinas1sm901731Mv DocumentslContract InformaionlGD... 3/9/2009
Date: Page 2 of 4
167.3.03 Preparation
General Provisions lot through 150.
167.3.04 Fabrication
General Provisions 101 through 15o.
167.3.05 Conttntction
A. General
Perform inspections, rainfall data collection, testing of samples, and reporting the test results on the project according to
the requirements in Part IV of the NPDES Infrastructure permit and this Specification.
Take samples manually or with the use of automatic samplers, according to the permit. Analyze all according to the
permit, 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 of NTUs 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 161.5.01.13
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 certified personnel on the areas and at the frequencies listed below. Document all
inspections on form DOT -EC -1.
Daily:
a Petroleum product storage, usage and handling areas
b. All locations where vehicles enter /exit the site
2. Weekly and after Rainfall Events:
Conduct inspections on these areas every seven calendar days and within twenty -four hours after the end of a
rainfall event that is 0.5 in (13 mm) or greater:
a. Disturbed areas not permanently stabilized
b. Material storage areas
c. Structural control measures, Best Management Practices (BMPs)
d. Water quality monitoring locations and equipment
3. Monthly:
Once per month, inspect all areas where final stabilization has been completed. Look for evidence of sediments or
pollutants entering the drainage system and or receiving waters. Inspect all erosion control devices that remain 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 deports:
Summarize the results of inspections rioted above in writing on form DOT -EC -1. 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
rnF�tml Fi1n //f •1Tlnri�mPr�tc and Caton voXem4f11 71\hAv infr%rmn ;r%nX( z/a/ ')nno
Date: Page 3 of 4
The EC -I 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
reports provided the inspection reports are satisfactory.
The Engineer will notify the certified personnel of any additional items that should be added to the inspection report.
Correct any items listed in the inspection report requiring routine maintenance or correction within twenty-four
hours of notification.
Assume responsibility for all costs associated with additional sampling as specified in Part IV.D.5.d.3.(c) and Part
IV.D.5.d.3.(c), 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:
"I certify under penalty of law that this document and all attachments were prepared under my direct
supervision in accordance with a system designed to assure that qualified personnel properly gather and
evaluate the information submitted.. Based on my inquiry of the person or persons who manage the system,
or those persons directly responsible for gathering the information, the information is, to the best of my
knowledge and belief, true, accurate and complete. I am aware that there am significant penalties for
submitting false information, including the possibility of fine and imprisonment for knowing violations."
When a rainfall event requires a sample to be taken, submit a report of the monitoring results to the Engineer
within seven working days of the date the sample was obtained. Include the following information:
1) Date of sampling
2) Rainfall amount on sample date (sample date only)
3) NTU of sample & analysis method
4) Location where sample was taken (station number, etc_)
5) Receiving water or outfall sample
6) Project number and county
7) Whether the sample was taken by automatic sampler or manually (gab sample)
b. 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.
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 L50.
167.4 Measurement
Water Quality Inspections in accordance with the inspection and reports sub - sections will be measured for payment by the
month up to the time the Notice of Termination is submitted or Contract Time expires. Required inspections and reports after
Contract Time has expired will not be measured for payment.
mhtr»1•Rlo• /1C' lT7nr�imantc onr1 Q.f f;nrle%c mQA17'2Uv1V nnritmPntelf entrant Tnfnrmninn%CYT) 11917flflq
Date:
Page 4 of 4
Water Quality Monitoring and Sampling are measured per each. When the monitoring location is a receiving water, the
upstream and downstream samples constitute one sample. When the monitoring location is an oudhil, a single outfall sample
constitutes one sample.
MAO Limits
General Provisions 101 through 150. Submit the report to the Engineer within 7 working days
167.5 Payment
Payment for Water Quality Monitoring and Sampling will be made as follows:
Water Quality Monitoring and Sampling per each is full compensation for meeting the requirements of the monitoring
sections of the NPDES 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.5 of the permit. In the event that no
qualifying event occurs for sampling, payment will be made for report preparation submittal.
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 will be paid at the Contract Price per month. This is full compensation for performing the
requirements of the inspection section of the NPDES permit and this Specification, any and all necessary incidentals, and
providing results of inspections to the Engineer, within the time frame required by the NPDES Infrastructure permit, and this
Specification.
Payment will be made under:
rn No. 167 Water qualft errs ions er month
Water Quality Monitoring and Sampling will be paid per each.
Payment will be made under:
Item No. 167 ater qua monitoring and samplin er each
167.6.01 Adjustments
General Provisions 101 through 150.
nihtml:ftle: / /CADocuments and Settings \sm90173 \MY Documents\Contract 1nformaion \GD... 3/9/2009
First Use January 4, 2000 Page 1 of 54
Rev. July 1, 2003
April 15, 2004
October 11, 2005
October 25, 2005
February 10, 2006
April 20, 2006
May 8, 2007
September 18, 2007
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
Section 150 — Traffic Control
Add the following:
150.01 GENERAL
This section as supplemented by the Plans, Specifications, and Manual on Uniform Traffic
Control Devices (MUTCD) shall be considered the Temporary Traffic Control (TTC) Plan.
Activities shall consist of furnishing, installing, maintaining, and removing necessary traffic signs,
barricades, lights, signafs, cones, pavement markings and other traffic control devices and shall
include flagging and other means for guidance and protection of vehicular and pedestrian traffic
through the Work Zone. This Work shall include both maintaining existing devices and installing
additional devices as necessary in construction work zones.
When any provisions of this Specification or the Plans do not meet the minimum requirements of
the MUTCD, the MUTCD shall control. The 2003 Edition of the MUTCD shall be in effect for the
duration of the project.
The Worksite Traffic Control Supervisor (WTCS) shall have a copy of Part VI of the MUTCD on
the job site. Copies of the current MUTCD may be obtained from the FHWA web page at
http://mutcd.fhwa.dot.gov.
A. WORKER SAFETY APPAREL
All workers exposed to the risks of moving roadway traffic or construction equipment shall
wear high - visibility safety apparel meeting the requirements of International Safety
Equipment Association (ISEA) American National Standard for High - Visibility Safety Apparel,
or equivalent revisions, and labeled as ANSI -2044 Class 2 or 3 risk exposure.
B. WORKSITE TRAFFIC CONTROL SUPERVISOR
ALL HIGHWAYS (ADDITIONAL REQUIREMENTS BELOW FOR INTERSTATES): The Contractor
shall designate a qualified individual as the Worksite Traffic Control Supervisor (WTCS) who
shall be responsible for selecting, installing and maintaining all traffic control devices in
accordance with the Plans, Specifications, Special Provisions and the MUTCD. A written
resume documenting the experience and credentials of the WTCS shall be submitted and
accepted by the Engineer prior to beginning any work that involves traffic control. The
WTCS shall be available on a twenty-four (24) hour basis to perform his duties. If the work
requires traffic control activities to be performed during the daylight and nighttime hours it
http: / /tomcat2. dot.state.Lya.us /thesource /pdf/ special _provisions /shelf /Sp i 50.html 12/7/2007
First Use January 4, 2000
Page 2 of 54
may be necessary for the Contractor to designate an alternate WrCS, An alternate WTCS
must meet the same requirements and qualifications as the primary WTCS and be accepted
by the Engineer prior to beginning any traffic control duties. The Worksite Traffic Control
Supervisor's traffic control responsibilities shall have priority over all other assigned duties.
As the representative of the Contractor, the WTCS shall have full authority to act on behalf
of the Contractor in administering the TTC Plan. The WTCS shall have appropriate training
in safe traffic control practices in accordance with Part VI of the MUTCD. In addition to the
WTCS all other individuals making decisions regarding traffic control shall meet the training
requirements of the Part VI of the MUTCD.
The WTCS shall supervise the initial installation of traffic control devices. The Engineer prior
to the beginning of construction will review the initial installation. Modifications to traffic
control devices as required by sequence of operations or staged construction shall be
reviewed by the WTCS.
The WTCS shall be available on a full -time basis to maintain traffic control devices with
access to all personnel, materials, and equipment necessary to respond effectively to an
emergency situation within forty -five (45) minutes of notification of the emergency.
The WTCS shall regularly perform inspections to ensure that traffic control is maintained.
Unless modified by the special conditions or by the Engineer, routine deficiencies shall be
corrected within a twenty -four (24) hour period. Failure to comply with these provisions
shall be grounds for dismissal from the duties of WTCS and /or removal of the WTCS from
the project. Failure of the WTCS to execute his duties shall be considered as non-
performance under Subsection 150.08.
The Engineer will periodically review the work for compliance with the requirements of the
TTC plan.
On projects where traffic control duties will not require full time supervision, the Engineer
may allow the Contractor's Project Superintendent to serve as the WTCS as long as
satisfactory results are obtained.
CERTIFIED WORKSITE TRAFFIC CONTROL SUPERVISOR
ADDITIONAL REQUIREMENTS FOR INTERSTATE AND LIMITED ACCESS HIGHWAYS: In
addition to the requirements above, the WTCS shall have a minimum of one year's
experience directly related to work site traffic control in a supervisory or responsible
capacity. The WTCS shall be currently certified by the American Traffic Safety Services
Association (ATSSA) Work Site Traffic Supervisor Certification program or the National Safety
Council Certification program.
Any work performed on the interstate or limited access highway right -of -way that requires
traffic control shall be supervised by the Certified Worksite Traffic Control Supervisor. No
work requiring traffic control shall be performed unless the certified WTCS is on the
worksite. f=ailure to maintain a Certified Worksite Traffic Control Supervisor on the work will
be considered as non - performance under Subsection 150.08.
The WTCS shall perform, as a minimum, weekly traffic control inspections on all interstate
and limited access highways. The inspection shall be reported to the Engineer on a TC -1
report. The Engineer will furnish a blank copy of the TC -1 report to the Contractor prior to
the beginning of any work on the interstate or limited access right -of -way.
C. TRAFFIC CONTROL DEVICES
http: / /tomcat2. dot. state.ga.us /thesource /pdf /special provisions /shelf/sv150.html 12/712007
First Use January 4, 2000
Page 3 of 54
All traffic control devices used during the construction of a project shall meet the Standards
utilized in the MUTCD, and shall comply with the requirements of these Specifications,
Project Plans, and Special Provisions. All devices shall be tested at NCHRP Test Level III.
Reference is made to Subsections. 104.05, 107.07, and 107,09.
D. REFLECTORIZATION REQUIREMENTS
All rigid fluorescent orange construction warning signs (black on fluorescent orange) shall
meet the reflectorization and color requirements of ASTM Type VII, VIII, IX or X regardless
of the mounting height.
Portable signs which have flexible sign blanks shall meet the reflectorization and color
requirements of ASTM Type VI.
Warning signs (W3 -1a) for stop conditions that have rumble strips located in the travelway
shall be reflectorized with ASTM Type IX fluorescent yellow sheeting.
All other signs shall meet the requirements of ASTM Type III or IV except for "Pass With
Care" and "Do Not Pass" signs which may be ASTM Type I unless otherwise specified.
CHANNELIZATION DEVICES: Channelization devices shall meet the requirements of ASTM
Type III or IV high intensity sheeting.
E. IMPLEMENTATION REQUIREMENTS
No work shall be started on any project phase until the appropriate traffic control devices
have been placed in accordance with the Project requirements. Changes to traffic flow shall
not commence unless all labor, materials, and equipment necessary to make the changes
are available on the Project.
When any shift or change is made to the location of traffic or to the flow patterns of traffic,
the permanent safety features shall be installed and fully operational before making the
change. If staging or site conditions prevent the installation of permanent features then the
equivalent interim devices shall be utilized.
Any section of the work that is on new location shall have all permanent safety features
installed and fully operational before the work is opened to traffic. Safety features shall
include but are not limited to the following items:
I. Guardrail including anchors and delineation
2. Impact attenuators
3. Traffic signals
4. Warning devices
5. Pavement markings including words, symbols, stop bars, and crosswalks
6. Roadway signs including regulatory, warning, and guide
Outdoor lighting shall be considered as a safety feature for welcome centers, rest areas, and
weigh station projects. For typical roadway type projects new street lighting is not
considered a safety feature unless specifically noted in the plans or in the special conditions.
F. MAINTENANCE OF TRAFFIC CONTROL DEVICES
hitp: / /tomcat2.dot. state. c,a. us/ thesource /pdf /Special�rovisionslsheltYsp l 50.html 12/7/2007
First Use January 4, 2004
Page 4 of 54
Traffic control devices shall be in acceptable condition when first erected on the project and
shall be maintained in accordance with Subsection. 104.05 throughout the construction
Period. All unacceptable traffic control devices shall be replaced within 24 hours. When not
in use, all traffic control devices shall be removed, placed or covered so as not to be visible
to traffic. All construction warning signs shall be removed within seven calendar days after
time charges are stopped or pay items are complete. If traffic control devices are left in
place for more than ten days after completion of the Work, the Department shall have the
right to remove such devices, claim possession thereof, and deduct the cost of such removal
from any monies due, or which may become due, the Contractor..
G. TRAFFIC INTERRUPTION RESTRICTIONS
The Department reserves the right to restrict construction operations when, in the opinion of
the Engineer, the continuance of the Work would seriously hinder traffic flow, be needlessly
disruptive or unnecessarily inconvenience the traveling public. The Contractor shall suspend
and /or reschedule any work when the Engineer deems that conditions are unfavorable for
continuing the Work.
Advanced notification requirements to the Contractor to suspend work will be according to
the events and the time restrictions outlined below:
Incident management
Threatening /Inclement weather
Holidays. sporting events,
unfavorable conditions
No advanced notice required
24 hours
Three (3) calendar days
If the work is suspended, the Contractor may submit a request for additional contract time
as allowed under Section 108. The Department will review the request and may grant
additional contract time as justified by the impact to the Contractor's schedule.,
Compensation for loss of productivity, rescheduling of crews, rental of equipment or delays
to the Contractor's schedule will not be considered for payment. Additional contract time will
be the only consideration granted to the Contractor.
H. SEQUENCE OF OPERATIONS
Any Sequence of Operations provided in this Contract in conjunction with any staging details
which may be shown in the plans, is a suggested sequence for performing the Work. It is
intended as a general staging plan for the orderly execution of the work while minimizing the
impact on the mainline, cross - streets and side streets. The Contractor shall develop detailed
staging and temporary traffic control plans for performing specific areas of the Work
including but not limited to all traffic shifts, detours, bridge widenings, paces, or other
activities that disrupt traffic flow. The Engineer may require detailed staging and 77C plans
for lane closures. These plans shall be submitted for approval at least two weeks prior to
the scheduled date of the activity. Activities that have not been approved at least seven (7)
days prior to the scheduled date shall be rescheduled.
Where traffic is permitted through the work area under stage construction, the Contractor
may choose to construct, at no additional expense to the Department, temporary on -site
bypasses or detours in order to expedite the work. Plans for such temporary bypasses or
http:// tomcat2 .dot.state.jZa.usithesource /pdf /special provisions /she1f /sp150.htm1 12/7/2047
First Use January 4, 2000
Page 5 of 54
detours shall be submitted to the Engineer for review and approval 30 calendar days prior to
the proposed construction. Such bypasses or detours shall be removed promptly when in the
opinion of the Engineer; they are not longer necessary for the satisfactory progress of the
Work. Bypasses and detours shall meet the minimum requirements of Subsection
150.02.6.4.
As an option W the Sequence of Operations in the Contract, the Contractor may submit an
alternative Sequence of Operations for review and approval. The Department may consider
the Contractor's alternate Sequence of Operations as a Value Engineering Proposal as
defined by Subsection 104.08. A twenty calendar day lead time for the Department's review
shall be given to this submission so that a decision on its acceptability can be made and
presented at the Preconstruction Conference. Insufficient lead time or no submission by the
Contractor shall be construed as acceptance of the Sequence of Operations outlined in the
Contract and the willingness of the Contractor to execute this as -bid plan.
The Department will not pay, or in any way reimburse the Contractor for claims arising from
the Contractor's inability to perform the Work in accordance with the Sequence of
Operations provided in the Contract or from an approved Contractor alternate.
The Contractor' shall secure the Engineer's approval of the Contractor's proposed plan of
operation, sequence of work and methods of providing for the safe passage of vehicular and
pedestrian traffic before it is placed in operation. The proposed plan of operation shall
supplement the approved traffic control plan. Any major changes to the approved TTC plan,
proposed by the Contractor, shall be submitted to the Department for approval.
Some additional traffic control details will be required prior to any major shifts or changes in
traffic. The traffic control details shall include, but not be limited to, the following:
1. A detailed drawing showing traffic locations and laneage for each step of the change.
2. The location, size, and message of all signs required by the MUTCD, Plan, Special
Provisions, and other signs as required to fit conditions. Any portable changeable
message signs used shall be included in the details.
3. The method to be used in, and the limits of, the obliteration of conflicting lines and
markings.
4. Type, location, and extent of new lines and markings.
5. Horizontal and vertical alignment and superelevation rates for detours, including cross -
section and profile grades along each edge of existing pavement.
6. Drainage details for temporary and permanent alignments.
7. Location, length, and /or spacing of channelization and protective devices (temporary
barrier, guardrail, barricades, etc.)
8. Starting time, duration and date of planned change.
9. For each traffic shift, a paving plan, erection plan, or work site plan, as appropriate,
detailing workforce, materials, and equipment necessary to accomplish the proposed
work. This will be the minimum resource allocation required in order to start the work.
http / /tomcat2. dot. state. ga. us /thesource /Pdf/special _provisions /shelf /spl 50.html 12/7/2007
First Use January 4, 2000
Page 6 of 54
A minimum of three copies of the above details shall be submitted to the Engineer for
approval at least 14 days prior to the anticipated traffic shift. The Contractor shall have
traffic control details for a traffic shift which has been approved by the Engineer prior to
commencement of the physical shift. All preparatory work relative to the traffic shift,
which does not interfere with traffic, shall be accomplished prior to the designated
starting time. The Engineer and the Contractor's representative will verify that all
conditions have been met prior to the Contractor obtaining materials for the actual traffic
shift.
I. COMPLIANCE DATES FOR PROVISIONS OF THE MUTCD:
Federal law requires that traffic control devices (temporary or permanent) installed on new
highway or bikeway construction or reconstruction shall be compliant with the latest version
of the MUTCD before the road is opened to the public for unrestricted travel. The latest
version of the MUTCD is the 2003 Edition, which the Georgia Department of Transportation
has adopted. However, the FHWA, in the introduction to the MUTCD has established
alternate compliance dates for some of the new provisions of the 2003 MUTCD. Below is a
list of those compliance dates. The Department may decide to require contractors to
implement some or all of these provisions at an earlier date than the compliance dates noted
below. However notice will be given in advance of the letting date if these provisions are to
be implemented prior to the compliance dates. The contractor may also decide to implement
the new provisions in the 2003 MUTCD earlier than required by the compliance dates below.
The target dates established by the FHWA shall be as follows:
Section 6D.01 Pedestrian Considerations — all new provisions for pedestrian accessibility — 5
years from the effective date of the Final Rule for the 2003 MUTCD.
Section 6D.02 Accessibility Considerations — 5 years from the effective date of the Final Rule
for the 2003 MUTCD.
Section 6D.03 Worker Safety Considerations — high - visibility apparel requirements — 3 years
from the effective date of the Final Rule for the 2003 MUTCD.
Section 6E.02 High - Visibility Safety Apparel — high - visibility apparel requirements for flaggers
— 3 years from the effective date of the Final Rule for the 2003 MUTCD.
The effective date of the Final Rule for the 2003 MUTCD is December 22 2003,
150.02TEMPORARY TRAFFIC CONTROL (TTC) ZONES:
A. DEVICES AND MATERIALS:
In addition to the other provisions contained herein, work zone traffic control shall be
accomplished using the following means and materials:
1. Portable Advance Warning Signs
Portable advance warning signs shall be utilized as per the requirements of the
temporary traffic control plans. All signs shall meet the requirements of the MUTCD and
shall be NCHRP 350 crashworthy compliant.
2. Arrow Panels
Portable sequential or flashing arrow panels as shown in the Plans or Specifications for
use on Interstate or multi -lane highway lane closure only, shall be a minimum size of 48"
high by 96" wide with not less than 15 lamps used for the arrow. The arrow shall
occupy virtually the entire size of the arrow panel and shall have a minimum legibility
http: / /tomcat2. dot. state. ga. us /tliesource /pdf /special prov1s1ons /shelf /sp150.htm1 12/7/2007
First Use January 4, 2000
Page 7 of 54
distance of one mile. The minimum legibility distance is that distance at which the arrow
panel can be comprehended by an observer on a sunny day, or clear night. Arrow
panels shall be equipped with automatic dimming features for use during hours of
darkness. The arrow panels shall also meet the requirements for a Type C panel as
shown in the MUTCD. The sequential or flashing arrow panels shall not be used for lane
closure on two -lane, two -way highways when traffic is restricted to one -lane operations
in which case, appropriate signing, flaggers and when required, pilot vehicles will be
deemed sufficient.
The sequential or flashing arrow panels shall be placed on the shoulder at or near the
point where the lane closing transition begins. The panels shall be mounted on a
vehicle, trailer, or other suitable support. Vehicle mounted panels shall be provided with
remote controls. Minimum mounting height shall be seven feet above the roadway to
the bottom of the panel, except on vehicle mounted panels which should be as high as
practical.
For emergency situations, arrow display panels that meet the MUTCD requirements for
Type A or Type B panels may be used until Type C panels can be located and placed at
the site. The use of Type A and Type B panels shall be held to the minimum length of
time possible before having the Type C panel(s) in operation. The Engineer shall
determine when conditions and circumstances are considered to be emergencies. The
Contractor shall notify the Engineer, in writing, when any non - specification arrow display
panel(s) is being used in the work.
3. Portable Changeable Message Signs
Portable changeable message signs meeting the requirements of Section 632 and the
MUTCD. Any PCMS in use that is not protected by positive barrier protection shall be
delineated by a minimum of three drums that meet the requirement of Section
150.05.A.1. The drum spacing shall not exceed a maximum of ten (10') feet as shown in
Detail 150 -PCMS. When the PCMS is within twenty (20') feet of the opposing traffic flow,
the trailing end of the PCMS shall be delineated with a minimum of three drums spaced
in the same manner as the approach side of the PCMS.
http: / /tomeat2.dot.state.ga. us/ thesource /pdf /special_provisions /shelf /sp 154.html 12/7/2007
First Use January 4, 2000
Page 8 of 54
When not in use the PCMS shall be removed from the roadway unless protected by
positive barrier protection. If the PCMS is protected by positive barrier protection the
sign panel shall be turned away from traffic when not in use.
4. Channelization Devices
Channelization devices shall meet the standards of the MUTCD and Subsection 150.05.
5. Temporary Barrier
Temporary barrier shall meet the requirements of Section 620.
6. Temporary Traffic Signals
Temporary traffic signals shall meet the requirements of Section. 647 and the MUTCD_
7. Pavement Marking
Pavement marking incorporated into the work shall comply with Subsections 150.04.A
and 150.04.6.
S. Portable Temporary Traffic Control Signals
The use off Portable Temporary Traffic Control Signals shall meet the following minimum
requirements:
Only two -lane two -way roadways will be allowed to utilize Portable Temporary Traffic
Control Signals.
All portable traffic control signals shall meet the physical display and operational
requirements of conventional traffic signals described in the MUTCD.
Each signal face shall have at least three lenses. The lenses shall be red, yellow, or
green in color and shall give a circular type of indication. All lenses shall be twelve (12'1
inches nominal in diameter.
A minimum of two signal faces shall face each direction of traffic. A minimum of one
signal head shall be suspended over the roadway travel lane in a manner that will allow
the bottom of the signal head housing to be not less than seventeen (17') feet above
and not more than nineteen (19') feet above the pavement grade at the center of the
travel lane. The second signal head may be located over the travel lane with the same
height requirements or the second signal head may be located on the shoulder. When
the signal head is located on the shoulder the bottom of the signal head housing shall be
at least eight (8) feet but not more than (15') feet above the pavement grade at the
center of highway.
Advance warning signage and appropriate pavement markings shall be installed as part
of the temporary signal operation.
The signals shall be operated in a manner consistent with traffic requirements. The
signals may be operated in timed -mode or in a vehicle- actuated mode. The signals shall
be interconnected in a manner to ensure that conflicting movements can not occur. To
assure that the appropriate operating pattern including timing is displayed to the
traveling public, regular inspections including the use of accurate timing devices shall be
http:// tomcat2 .dot.state.ga.us /thesource /pdf /special provisions /shelf /so150.1itml 12/7/2007
First Use January 4, 2000
Page 9 of 54
made by the Worksite Traffic Control Supervisor. If at any time any part of the system
fails to operate within these requirements then the use of the signal shall be suspended
and the appropriate flagging operation shall begin immediately,
The Worksite Traffic Control Supervisor (WTCS) shall continuously monitor the portable
traffic control signal to insure compliance with the requirements for maintenance under
the MUTCD. The signal shall be maintained in a manner consistent with the intention of
the MUTCD, with emphasis on cleaning of the optical system. Timing changes shall be
made only by the WTCS. The WTCS shall keep a written record of all timing changes.
The portable temporary signal shall have two power sources and shall be capable of
running for seven calendar days continuously.
The Contractor shall have an alternate temporary traffic control plan in the event of
failure of the signal.
9. RUMBLE STRIPS
Rumble strips incorporated into the work shall meet the requirements of Section.429 and
the MUTCD. Existing rumble strips that are positioned in the traveled way to warn traffic
of a stop condition shall be reinstalled based on the following requirements:
INTERMEDIATE SURFACES: Intermediate surfaces that will be in use for more than
forty -five (45) calendar days shall have rumble strips reinstalled on the traveled way in
the area of a stop condition. Non - refundable deductions in accordance with Subsection
150.08 will be assessed for any intermediate surface in place for greater than 45 days
without rumble strips.
FINAL SURFACES: Rumble strips shall be installed on the final surface within fourteen
(14) calendar days of the placement of the final surface in the area of the stop
condition. Failure to install within fourteen (14) calendar days will result in assessment
of non - refundable deductions in accordance with 150.0$.
Prior to the removal of any rumble strips located in the travelway, stop ahead (W3 -1a)
warning signs shall be double indicated ahead of the stop condition. These warning
signs shall be a minimum of 48 inches by 48 inches. The reflectorization of the warning
signs shall be as required by Subsection 150.01.C. These warning signs shall remain in
place until the rumble strips have been reinstalled on the traveled way. Any existing
warning signs for the stop ahead condition shall be removed or covered while the 48" X
48" (W3 -1a) signs are in place. When the rumble strips have been reinstalled these
warning signs should be promptly removed and any existing signage placed back in
service,
10. GUARDRAIL: When the removal and installation of guardrail is required as a part of the
work the following time restrictions shall apply unless modified by the special conditions:
MULTI -LANE HIGHWAYS: From the time that the existing guardrail or temporary
positive barrier protection is removed the Contractor has fourteen (14) calendar days to
install the new guardrail and anchors. During the interim, the location without guardrail
shall be protected with drums spaced at a maximum spacing of twenty (20') feet. The
maximum length of rail that can be removed at any time without being replaced with
positive barrier protection is a total of 2000 linear feet of existing rail or the total length of
one run of existing rail, whichever is greater.
httD:// tomcat2 .dot.state.ea.usftliesource /ndf /special orovisions /shelf /sD150.html 12/7/2007
First Use January 4, 2000
Page 10 of 54
ALL OTHER HIGHWAYS: From the time that the existing guardrail is removed or from
the time that temporary positive barrier protection is removed the Contractor has thirty
(30) calendar days to install the new guardrail and anchors. During the interim, the
location without guardrail shall be protected with drums spaced at a maximum spacing of
twenty (201 feet. The maximum length of rail that can be removed at any time without
being replaced with positive barrier protection is a total of 1000 linear feet of existing rail
or the total length of one run of existing rail, whichever is greater.
Based on existing field conditions, the Engineer may review the work and require that
the guardrail be installed earlier than the maximum time allowed above by giving written
notification to the Contractor via the TC -1 traffic control report.
Failure to comply with the above time and quantity restrictions shall be considered as
non- compliance under Subsection 150.08.
11, STOP SIGN REGULATED INTERSECTIONS: For intersections that utilize stop sign(s)
to control the flow of traffic and to restrict the movement of vehicles, the stop sign(s)
shall be maintained for the duration of the work or until such time that the stop condition
is eliminated or until an interim or permanent traffic signal can be installed to provide
proper traffic control. The traffic signal shall be installed and properly functioning before
the removal of the existing stop sign(s) is permitted. If the existing intersection is
enhanced traffic control features such as stop bars, double indicated stop signs, oversized
signs, advanced warning stop ahead signs, rumble strips on the approaches or flashing
beacons located overhead or on the shoulders then these features shall be maintained for
the duration of the project or until the permanent traffic control plan has been
implemented.
Whenever the staging of the work requires that the traveled -way be relocated or
realigned the Contractor shall reinstall all enhanced traffic control features noted above
on the newly constructed sections of the work. The cost of relocating the stop bars, stop
signs, advanced warning signs, the rumble strips and the flashing beacons shall be
included in the price bid for Lump- Sum - Traffic Control unless individual pay items are
included in the contract for rumble strips and /or Flashing beacons. When pay items are
included in the contract for rumble strips or flashing beacons then these items will be paid
per each,
When staging requires the relocation or realignment of an existing stop condition it may
be necessary to consider the addition of enhanced traffic control features even though
none existed at the original location. As a guide for enhanced traffic control features that
may be considered, the Engineer or the WTCS may refer to the Department's guidelines
for "Opening of New Roadways to Traffic" (Document #6635 -2). Horizontal and vertical
alignment changes at a new location may have decreased or restricted sight distance or
the stop condition may occur sooner than in the previous alignment. If these conditions
occur then the Engineer and /or the WTCS should consider additional measures to
enhance the motorist's awareness of the changes even though the staging plans may not
address enhanced features. Stop signs should be a minimum of 36 inches for interim
situations. The use of 48 inch stop signs may be warranted under project specific
conditions. Flags may be used on interim /permanent stop signs that are mounted at
seven (T) feet in height for a short duration in order to direct additional attention to a
new or relocated stop sign(s). Flags should not be used for durations exceeding two
weeks unless unusual or site specify conditions warrant a longer period of time. The use
of Type "A" flashing red light(s) attached to the stop sign(s) may be appropriate during
the same period that the flags are in use to increase attention.
httn:Htomeat2. dot. state _ga.us /tlie-,nurce /ndf /sneeial nrovis1ons /shelf /sn150.htm1 12/7/2007
First Use January 4, 2000
Page 11 of 54
The use of rumble strips and /or portable changeable message signs may be considered.
The use of new rumble strips, where none previously existed, shall have the prior
approval of District Traffic Operations before being included as part of the temporary
traffic control plan. The message(s) displayed on any PCMS shall have the prior approval
of the Engineer and the message(s) shall be included as part of the TTC plan for the
interim staging.
The placement of any additional interim ground- mounted signs and posts or stop bars
shall be considered as incidental to the price bid for Lump Sum- Traffic Control. The
installation of rumble strips, flashing beacons or the use of Portable Changeable Message
Signs (PCMS) shall be considered as Extra Work unless pay items are included in the
contract.
B. WORK ZONE RESTRICTIONS:
1. Interstate
The Contractor shall not simultaneously perform work on both the inside shoulder and
outside shoulder on either direction of traffic flow when the Work is within 12 feet of the
travel -way, unless such areas are separated by at least one -half mile of distance.
2. Non - Interstate Divided Highways
The Contractor shall not simultaneously perform work on both the inside shoulder and
outside shoulder on either direction of traffic flow when the Work is within 12 feet of the
travel -way, unless such areas are separated by at least one -half mile distance in rural
areas or at least 500 feet of distance in urban areas.
3. Non- Divided Highways
a. The Contractor shall not simultaneously perform work on opposite sides of the
roadway when the work is within 12 feet of the travel -way, unless such areas are
separated by at least one -half mile of distance in rural areas or at least 500 feet of
distance in urban areas.
b. On two -lane projects where full width sections of the existing subgrade, base or
surfacing are to be removed, and new base, subgrade, or surfacing are to be
constructed, the Contractor shall maintain one -lane traffic through the construction
area by removing and replacing the undesirable material for half the width of the
existing roadway at a time. Replacement shall be made such that paving is
completed to the level of the existing pavement in the adjacent lane by the end of
the workday or before opening all the roadway to traffic.
4. All Highways:
a. There shall be no reduction in the total number of available traffic lanes that existed
prior to construction except as specifically allowed by the Contract and as approved
by the Engineer.
b. Travelway Clearances: All portions of the work shall maintain the following minimum
requirements:
htfn- 1/tnmr,at2. tint. Mate cm ii-, /thPgniirre /ndf /Snecial nrovisions /shelf /sn150.htm1 12/7/2007
First Use January 4, 2000
Page 12 of 5 4
Horizontal: The combined dimensions of the paved shoulder and the roadway
surface remaining outside the Work Zone shall be no less than sixteen (16) feet in
width at any location.
Vertical: The overhead clearance shall not be reduced to less than fifteen (15) feet at
any location.
The restrictions above apply to all shifts, lane closures, on -site detours and off site
detours whether shown in the contract or proposed by the Contractor. It shall be
the responsibility of the Contractor to verify that these minimum requirements have
been met before proceeding with any phase of the Work.
Two -lane two -way roadways may have temporary horizontal restrictions of less than
sixteen (16) feet provided a flagger operation for one -way traffic is utilized to restrict
access to the work area by over -width loads. The minimum horizontal clearance
shall be restored before the flagging operation is removed.
c. Highway Work Zone: All sections or segments of the roadway under construction or
reconstruction shall be signed as a Highway Work Zone except non -state highway
two -lane two -way resurfacing projects. Two conditions can be applied to a Highway
Work Zone. Condition 1 is when no reduction in the existing speed limit is required.
Condition 2 is when worksite conditions require a reduction of the speed limit
through the designated Work Zone. Properly marking a Highway Work Zone shall
include the following minimum requirements:
1. NO REDUCTION IN THE EXISTING POSTED SPEED LIMIT IN HIGHWAY WORK
ZONE:
a) Signage (Detail 150 - HWZ -2) shall be posted at the beginning point of the
Highway Work Zone warning the traveling public that increased penalties for
speeding violations are in effect. The HWZ -2 sign shall be placed a minimum
of six hundred (600') feet in advance of the Highway Work Zone and shall
not be placed more than one thousand (1000') feet in advance of the Work
Zone. If no speed reduction is required it is recommended that the HWZ -2
be placed at 750 feet from the work area between the ROAD WORK 500 FT.
and the ROAD WORK 1000 FT. signs.
HWZ -2 signs shall be placed at intervals not to exceed one mile for the
length of the project. HWZ -2 signs should be placed on the mainline after all
major intersections except State Routes. State Routes shall be signed as per
the requirements for intersecting roadways below.
b) The existing speed limit shall be posted at the beginning of the Work Zone,
Existing Speed Limit signs (1112 -1) shall be maintained.
c) INTERSECTING ROADWAYS: Intersecting state routes shall be signed in
advance of each intersection with the Work Zone with a HWZ -2 sign to warn
motorists that increased fines are in effect. All other intersecting roadways
that enter into a designated Highway Work Zone may be signed in advance
of each intersection with the Work Zone. When construction equipment and
personnel are present in the intersection on the mainline of a multi -lane
roadway, the intersecting side roads shall be signed in advance with HWZ -2
htrn- / /tnmrrnt7 Tint ctatP oa nmvkinnc /chP1f /cn1 cf) html 1 ?/7/?007
First Use January 4, 2000 Page 13 of 54
signs. As soon as the work operation clears the intersection the signage may be
removed.
d) Signage (Detail 150- HWZ -3) shall be posted at the end of the Highway Work
Zone indicating the end of the zone and indicating that increased penalties
for speeding violations are no longer in effect.
e) When a designated Highway Work Zone is no longer necessary all signs shall
be removed immediately.
2. REDUCING THE SPEED LIMIT IN A HIGHWAY WORK ZONE::
Highway Work Zone signs shall be posted as required in Condition 1 above.
For limited access (interstate) highways and controlled access multi -lane divided
highways the posted speed limit shall be reduced as required below.
Speed Limit signage (112 -1) for the reduced speed limit shall be erected at the
beginning of the work zone. Additional signs shall be placed to ensure that the
maximum spacing of the reduced speed limit signs shall be no greater than one
(1) mile apart. Existing speed limit signs shall be covered or removed. On multi-
lane divided highways the speed limit signs shall be double indicated when the
reduced speed is_ in use.
When any one or more of the following conditions exist and the existing speed
limit is 65 mph or 70 mph, the speed limit shall be reduced by 10 mph. If the
existing speed limit is 60 mph, the speed limit should be reduced by 5 mph. If
the existing speed limit is 55 mph or less, the Contractor can only reduce the
speed limit with the prior approval of the Engineer. The reduction in the speed
limit shall be no greater than 10 mph:
a) Lane closure(s) of any type and any duration.
b) The difference in elevation exceeds two inches adjacent to a travel lane as
shown in Subsection 150.06, Detail 150 -B, 150 -C.
c) Any areas where equipment or workers are within ten feet of a travel lane.
d) Temporary portable concrete barriers located less than two (2') feet from the
traveled way.
e) As directed by the Engineer for conditions distinctive to this project.
When the above conditions are not present the speed limit shall be immediately
returned to the existing posted speed limit. A speed reduction shall not be put in
place for the entire length of the project unless conditions warranting the speed
reduction are present for the entire project length. All existing speed limit signs
within the temporary speed reduction zone shall be covered or removed while
the temporary reduction in the speed limit is in effect. All signs shall be erected
to comply with the minimum requirements of the MUTCD.
As a minimum the following records shall be kept by the WTCS:
a) Identify the need for the reduction.
b) Record the time of the installation and removal of the temporary reduction.
c) Fully describe the location and limits of the reduced speed zone.
d) Document any accident that occurs during the time of the reduction.
httn• / /tnmr%0 rent etats+ na nrnvic1nnc /ehAf /cn1A0 litmi 1)/ ?n007
First Use January 4, 2000 Page 14 of 54
A copy of the weekly records for reduced speed zones shall be submitted to the
Engineer.
Reduced speed zones shall, as a minimum, be signed as per Detail 150- HWZ -1.
Interim signs shall meet the requirements of Subsection 150.03 D. Additional
signs may be necessary to adjust for actual field conditions.
When a pilot vehicle is used on a two -lane two -way roadway the speed limit
should not be reduced. For special conditions specific to the work, on two-lane
two -way roadways or multi -lane highways, the contractor may reduce the posted
speed limit with the prior approval of the Engineer.
S. MILLED SURFACE RESTRICTIONS:
Unless modified by the special conditions, a milled surface on any asphaltic concrete
surface shall not be allowed to remain open to traffic for a period of time that exceeds
thirty (30) calendar days.
6. INSTALLATION /REMOVAL OF WORK AREA SIGNAGE:
No payment will be made for Traffic Control -Lump Sum until the Work has actually
started on the project. The installation of traffic control signage does not qualify as the
start of work. Advanced warning signs shall not be installed until the actual beginning
of work activities. Any permanent mount height signs installed as the work is preparing
to start shall be covered until all signs are installed unless all signs are installed within
seven (7) calendar days after beginning installation.
All temporary traffic control devices shall be removed as soon as practical when these
devices are no longer needed. When work is suspended for short periods of time,
temporary traffic control devices that are no longer appropriate shall be removed or
covered.
All construction warning signs shall be removed within seven (7) calendar days after
time charges are stopped or pay items are complete. If traffic control devices are left in
place for more than ten (10) calendar days after completion of the Work, the
Department shall have the right to remove such devices, claim possession thereof, and
deduct the cost of such removal from any monies due, or which may become due, the
Contractor.
PUNCHLIST WORK: Portable signs shall be utilized to accomplish the completion of all
punchlist items. The portable signs shall be removed daily. All permanent mount height
signs shall be removed prior to the beginning of the punchlist work except "Low /Soft
Shoulder" signs and any signs that have the prior written approval of the Engineer to
remain in place while the punchlist work is in progress.
Failure to promptly remove the construction warning signs within the seven (7) calendar
days after the completion of the Work or failure to remove or cover signs when work is
suspended for short periods of time shall be considered as non - performance under
Subsection 150.08,
httn• / /1nmcat7 rint ctntp. cnt nc /thaennrralnrlflcnPrial nrnvi6nnc1cha1f /en1 Sf1 html 1 ?/7/7()f17
First Use January 4, 2000 Page 15 of 54
1NILHbIAlt ANU MULI1 UIVIULU HIGHWAY X01% SHALL tit
DOUBLE I NC ICA ?ED ( RIGHT SHOULDER AND MEDIAN SHOULDER)
600 600' 600 600 600 500`
E
- -- - - -- - - - - - -
OR OR
K K
HwZ -�
SIGNS �
SPEED
SAD
R2 -5Q
48 "X 60"
OR
K
WORK ZONE
OR
K
f -
SPEED
LMT
R2 -1
48 "X 60"
REDUCED SPEED LIMIT SHALL
HAVE THE PRIOR APPROVAL
OF THE ENGINEER.
O
W
4
a
SPEED
THIS SIGN SHUT BE INSTALLED ONLY LIT
WH EN THE SPEED REDUCITION IS CREATE
THAN 10 Y .P.H. FROM THE EXISTING
POSTED SPEED LIMIT.
R2 -1
W X 60"
SPEED f REDUCED CONSTRUCTI
LYIi I LIMIT SHALL BE SPI
* * I OF ONE MILE APART.
R -1
48160"
60"
ALL INTERSECTING ROADWAYS SHALL BE SIGNED W17H A H 12 - SIGN
TO WARN MOTORIST ENTERING THE HIGHWAY IN ZONE.
INTERSTATE AND MULTI - LANE HIGHWAY SIGNING SHALL BE
DOABLE INDICATED MGHT SHOULDER AND MEDIAN SHOULDE
SIGN SIZES SHOWN ARE
WLTI -LANE DIVIDED HI
FOR OTHER HIGHWAYS US
SIGNS AS PER THE N.U.
HVZ -2 AND HVI -3 SIGNS
DETAIL 150 -H
littrrlltnmra0 rant ctatp as nrnvicinns /chl- if /enl 5n html 1 ')/7/71)07
OR
OR
K
H wZ -4,# /
SIGNS
F
SPEED
LWIT F
r
CIE � `•
I
I
R2 -1 1
48 "X 60" 1
O
W
4
a
SPEED
THIS SIGN SHUT BE INSTALLED ONLY LIT
WH EN THE SPEED REDUCITION IS CREATE
THAN 10 Y .P.H. FROM THE EXISTING
POSTED SPEED LIMIT.
R2 -1
W X 60"
SPEED f REDUCED CONSTRUCTI
LYIi I LIMIT SHALL BE SPI
* * I OF ONE MILE APART.
R -1
48160"
60"
ALL INTERSECTING ROADWAYS SHALL BE SIGNED W17H A H 12 - SIGN
TO WARN MOTORIST ENTERING THE HIGHWAY IN ZONE.
INTERSTATE AND MULTI - LANE HIGHWAY SIGNING SHALL BE
DOABLE INDICATED MGHT SHOULDER AND MEDIAN SHOULDE
SIGN SIZES SHOWN ARE
WLTI -LANE DIVIDED HI
FOR OTHER HIGHWAYS US
SIGNS AS PER THE N.U.
HVZ -2 AND HVI -3 SIGNS
DETAIL 150 -H
littrrlltnmra0 rant ctatp as nrnvicinns /chl- if /enl 5n html 1 ')/7/71)07
First Use January 4, 2000
Page 16 of 54
L..__ a — -- .... 1 /�I— IF /,—I cn 1,+—I I7 /7 /)An7
First Use January 4, 2000
Page 17 of 54
r;-* ter., *o n., 50 hfml 191719007
First Use January 4, 2000
COLORS
TOP PANEI
LEGEND & BORDER
BACKGROUND
MIDDLE 8
LEGEND 8 BORDER
BACKGROUND
- BLACK (NON -REFL)
- FLUORESENT ORANGE
(ASTM TYPE VI1. VIII. [X or X)
BOTTOM PANELS
- BLACK (NON -REFL)
- WHITE (ASTM TYPE III OR IV REFL SHEETING)
NOTES:
1. ALL HWZ -2 SIGN PANELS SHALL BE RIGID.
2. THE SIZE OF THE HWZ -2 S[G;N SHALL NOT BE REDUCED FOR USE
ON TWO -LANE ROADWAYS.
Page 18 of 54
1217/2007
lirtn:Htomcat2. dot. state .ea.us /thesoiirce /ndf /si)ecial provisions /shelf /sn[50.html
3 -4" MARG IN
1 1, BORDER
3" RADIUS
8" 32 `.8,,
3
q „
1 BAR
D D
6„
6" SER ..6.,
15" �-- 18" ... 15"
3 „
6O
f� O II�1�1
E . �2
b"
6 SER. "b"
6 "� LI U336"
v �
3 "
6 �_ --
6 SER. „b,.
13 22" 13" F
3"
—2
1 4 BAR
IMJ l� UV U UIN V IM7U
- „
4 ., SER. „O„
NNE ENO
4„
3 .,
4
4 ,. SER. „a,.
3 „
�L
26" ►+ 1 I "
48"
HWZ -2
COLORS
TOP PANEI
LEGEND & BORDER
BACKGROUND
MIDDLE 8
LEGEND 8 BORDER
BACKGROUND
- BLACK (NON -REFL)
- FLUORESENT ORANGE
(ASTM TYPE VI1. VIII. [X or X)
BOTTOM PANELS
- BLACK (NON -REFL)
- WHITE (ASTM TYPE III OR IV REFL SHEETING)
NOTES:
1. ALL HWZ -2 SIGN PANELS SHALL BE RIGID.
2. THE SIZE OF THE HWZ -2 S[G;N SHALL NOT BE REDUCED FOR USE
ON TWO -LANE ROADWAYS.
Page 18 of 54
1217/2007
lirtn:Htomcat2. dot. state .ea.us /thesoiirce /ndf /si)ecial provisions /shelf /sn[50.html
First Use January 4, 2000
4 40
YORK z(0)m
�4
5 .,
3"
COLORS
TOP PANEL
LEGEND & BORDER
8ACKGROUND
BOTTOM PA
LEGEND 8 BORDER
BACKGROUND
— BLACK ( NON
FLUORESENT
(ASTM TYPE
NEL
- BLACK (NON-
- WHITE (ASTI
3,4' MARGIN
1 BORDER
3" RAn f l 15
6" SER- "C"
1 1 , 4 BAR
6 " SER. "C
6" SER. "C"
6" SER. "C"
6" SER. " C "
Page 19 of 54
- REFL )
ORANGE
V[I, VIII IX or* X)
- REFL)
d TYPE I[[ OR IV REFL SHEETING]
NOTES:
1. ALL HWZ -3 SIGN PANELS SHALL BE RIGID.
2. THE SIZE OF T HWZ -3 SIGN SHALL NOT BE REDUCED FOR USE
ON TWO —LANE ROADWAYS.
httn• / /tnmr-at7 iint etatA ua nrnvisions /shelf /sn150.html
12/7/2007
END 6„
6 „
�pC�C�DO�I�
4 „
N 6”
15 18" ►-• 15" s
48"
HWZ -3
COLORS
TOP PANEL
LEGEND & BORDER
8ACKGROUND
BOTTOM PA
LEGEND 8 BORDER
BACKGROUND
— BLACK ( NON
FLUORESENT
(ASTM TYPE
NEL
- BLACK (NON-
- WHITE (ASTI
3,4' MARGIN
1 BORDER
3" RAn f l 15
6" SER- "C"
1 1 , 4 BAR
6 " SER. "C
6" SER. "C"
6" SER. "C"
6" SER. " C "
Page 19 of 54
- REFL )
ORANGE
V[I, VIII IX or* X)
- REFL)
d TYPE I[[ OR IV REFL SHEETING]
NOTES:
1. ALL HWZ -3 SIGN PANELS SHALL BE RIGID.
2. THE SIZE OF T HWZ -3 SIGN SHALL NOT BE REDUCED FOR USE
ON TWO —LANE ROADWAYS.
httn• / /tnmr-at7 iint etatA ua nrnvisions /shelf /sn150.html
12/7/2007
First Use January 4, 2000
C. LANE CLOSURES:
Page 20 of 54
1. Approval/ Restrictions
All lane closures of any type or duration shall have the prior approval of the Engineer.
a. The length of a lane closure shall not exceed two (2) miles in length excluding the
length of the tapers unless the prior approval of the Engineer has been obtained.
The Engineer -may extend the length of a lane closure based upon field conditions
however the length of a workzone should be held to the minimum length required to
accomplish the Work. Lane closures shall not be spaced closer than one mile. The
advanced warning signs for the project should not overlap with the advanced
warning signs for lane shifts, lane closures, etc.
b. Lane closures that require same direction traffic to be split around the Work Area will
not be approved for roadways with posted speeds of 35 mph or greater, excluding
turn lanes.
c. For Interstate, Limited Access and Multi -lane Divided Highways, a Portable
Changeable Message Sign (PCMS) shall be placed one (1) mile in advance of a lane
closure with a message denoting the appropriate lane closure one mile ahead. The
Portable Changeable Message Sign (PCMS) shall be placed on the outside shoulder in
accordance with Detail 150 -PCMS. This is in addition to the other traffic control
devices required by Standard 9106.
2. Removal Of Lane Closures
To provide the greatest possible convenience to the public in accordance with Sub -
Subsection 107.07, the Contractor shall remove all signs, lane closure markings, and
devices immediately when lane closure work is completed or temporarily suspended for
any length of time or as directed by the Engineer. All portable signs and portable sign
mounting devices shall be removed from the roadway to an area which will not allow the
sign to be visible and will not allow the sign or sign mounting device to be impacted by
traffic.
3. Exit And Entrance Ramps
On multilane highways where traffic has been shifted to the inside lanes, the exit and
entrance ramps shall have channelization devices placed on both sides of the ramp. The
temporary ramp taper length shall be greater than, or equal to, the existing taper length.
Interim EXIT gore signs shall be placed at the ramp divergence. The "EXIT OPEN" sign
shown in Figure TA -42 of the MUTCD shall be utilized. Channelization device spacing
shall be 10 feet for 200 feet in advance of the temporary gore, and 10 feet for the first
100 feet of the temporary gore.
4. Lane Drop /Lane Closure
The first seven (7) calendar days of any lane closure shall be signed and marked as per
Standard 9106 or 9107. However, lane closures that exist for a duration longer than seven
(7) calendar days may be signed and marked as per the details in Standard 9121, provided
the prior approval of the Engineer is obtained. The approved lane drop shall utilize only the
signs and markings shown for the termination end of the lane drop in Standard 9121. All
warning signs in the lane drop sequence shall be used. Drums may be substituted for the
Type I Crystal Delineators at the same spacing.
htt»• / /tnmcat2_dntMate as nc /thPSnurce /ncif /cnecial nrnvisinns / shelf /cn150_html 12/7/2007
First Use January 4, 2000 Page 21 of 54
S. Termination Area
The transition to normal or full width highway at the end of a lane closure shall be a
maximum of 150 feet.
D. TRAFFIC PACING METHOD:
1. Pacing Of Traffic
With prior approval from the Engineer, traffic may be paced allowing the Contractor up
to ten (10) minutes maximum to work in or above all lanes of traffic for the following
purposes:
a. Placing bridge members or other bridge work.
b. Placing overhead sign structures.
C. Other work items requiring interruption of traffic.
The Contractor shall provide a uniformed police officer with patrol vehide and blue flashing
light for each direction of pacing. The police officer, Engineer, and flaggers at ramps shall
be provided with a radio which will provide continuous contact with the Contractor.
When ready to start the work activity, the police vehicle will act as a pilot vehicle slowing the
traffic thereby providing a gap in traffic allowing the Contractor to perform the Work. Any
on -ramps between the pace and the work area shall be blocked during pacing of traffic, with
a flagger properly dressed and equipped with a Stop /Slow paddle. Each ramp should be
opened after the police vehicle has passed.
Pilot vehicles shall travel at a safe pace speed, desirably not less than 20 mph interstate and
10 mph non - interstate. The Contractor shall provide a vehicle to proceed in front of the
police vehicle and behind the other traffic in order to inform the Contractor's work force
when all vehicles have cleared the area.
Traffic will not be permitted to stop during pacing except in extreme cases as approved by
the Engineer.
2. Methods Of Signing For Traffic Pacing
At a point not less than 1,000 feet in advance of the beginning point of the pace, the
Contractor shall erect and cover a W- special sign (72 inch x 72 inch) with a Type "B"
flashing light, with the legend "TRAFFIC SLOWED AHEAD SHORT DELAY" (See Detail
150 -A). A portable changeable message sign may be used in lieu of the W- special sign.
On divided highways this sign shall be double indicated. A worker with a 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" letter and border of the size specified.
kttn•Utnmrrat? tint etntP va nrnvicinnc.A hP_Kznl SA html 12/7/2007
First Use January 4, 2000
Page 22 of 54
TYPE - Q - FLASHING LICHT a, 1WFIC SIRE
1' 11AHGlk
f 3' "Sus
J
i .
lo" :2' — ---.. t0' 6.
El n U ' 7' 11 SEA.
�z• nil v J
lS. S .
A ,2- 12 SER. •C'
� D
i _ a srk, tc•
�
L
4-
i. 5' 51
I 1. le
T SPF, IAA. S]GAP (tE1tC1tARY POST wxmrcv!
SIGW SHALL HAVE B :ACX LEGEND IWD BORDER
ON ORNGE A REFtE- 7oRIZEO OACKGROUNG
DL T A I f:_ 150
E. CONSTRUCTION VEHICLE TRAFFIC
The Contractor's vehicles shall travel in the direction of normal roadway traffic and shall not
reverse direction except at intersections, interchanges, or approved temporary crossings.
The Contractor may submit a plan requesting that construction traffic be allowed to travel in
the opposite direction of normal traffic when it would be desirable to modify traffic patterns
to accommodate specific construction activities.
Prior approval of the Engineer shall be obtained before any construction traffic is allowed to
travel in a reverse direction. If the Contractor's submittal is approved the construction traffic
shall be separated from normal traffic by appropriate traffic control devices,
F. ENVIRONMENTAL IMPACTS TO THE TEMPORARY TRAFFIC CONTROL (TTC) PLAN
The Contractor shall ensure that dust, mud, and other debris from construction activities do
not interfere with normal traffic operations or adjacent properties. All outfall ditches, special
ditches, critical storm drain structures, erosion control structures, retention basins, etc. shall
be constructed, where possible, prior to the beginning of grading operations so that the best
possible drainage and erosion control will be in effect during the grading operations, thereby
keeping the roadway areas as dry as possible.
httn• //tnmeat2 rant ctate l7a nrovisions /shelt7sn150.htm1 12/7/2007
First Use January 4, 2000
Page 23 of 54
Areas within the limits of the project which are determined by the Engineer to be disturbed
or damaged due either directly or indirectly from the progress or the lack of progress of the
work shall be cleaned up, redressed, and regrassed. All surplus materials shall be removed
and disposed of as required. Surplus materials shall be disposed of in accordance with
Subsection 201.02.E.3 of the Specifications.
G. EXISTING STREET LIGHTS
Existing street lighting shall remain lighted as long as practical and until removal is approved
by the Engineer.
H. NIGHTWORK
Adequate temporary lighting shall be provided at all nighttime work sites where workers will
be immediately adjacent to traffic.
I. CONSTRUCTION VEHICLES IN THE WORKZONE
The parking of Contractor's and /or workers personal vehicles within the work area or
adjacent to traffic is prohibited. It shall be the responsibility of the Worksite Traffic Control
Supervisor to ensure that any vehicle present at the worksite is necessary for the completion
of the work.
3. ENCROACHMENTS ON THE TRAVELED -WAY
The Worksite Traffic Control Supervisor (WTCS) shall monitor the work to ensure that all the
rocks, boulders, construction debris, stockpiled materials, equipment, tools and other
Potential hazards are kept clear of the travelway. These items shall be stored in a location,
in so far as practical, where they will not be subject to a vehicle running off the road and
Striking them.
K. PEDESTRIAN ACCESS TO THE WORK
All existing pedestrian walkways shall be maintained. Whenever changes to the Worksite
necessitate changes to existing walkways, temporary walkways shall be provided and
maintained, with appropriate signs as necessary, to allow safe passage of pedestrian traffic.
L. TRAFFIC SIGNALS
If the sequence of operations, staging, or the temporary traffic control plan requires the
relocation or shifting of any components of an existing traffic signal system then any work
on these traffic signals will be considered as part of Lump Sum- Traffic Control. The
contractor becomes responsible for the maintenance of these traffic signals from the time
that the system is modified until final acceptance. The maintenance of traffic signals that
are not a part of the work and are not in conflict with any portion of the work shall not be
the responsibility of the contractor.
When construction operations necessitate an existing traffic signal to be out of service, the
Contractor shall furnish off -duty police officers to regulate and maintain traffic control at the
site.
M. REMOVAL/ REINSTALLATION OF MISCELLANEOUS ITEMS
httn- / /tnmcat2_dot. state _aa_ nc /thesnurre /ndf /snecial nrovisinns /shelflsnl50.html 12/7/2007
First Use January 4, 2000
Page 24 of 54
In the prosecution of the Work, if it becomes necessary to remove any existing signs,
markers, guardrail, etc. not covered by specific pay item, they shall be removed, stored and
reinstalled, when directed by the Engineer, to line and grade, and in the same condition as
when removed.
150.03SIGNS:
A. SIGNING REQUIREMENTS OF THE TEMPORARY TRAFFIC CONTROL (TTC) PLAN
When existing regulatory, warning or guide signs are required for proper traffic control the
Contractor shall maintain these signs in accordance with the temporary traffic control (TTC)
plan. The Contractor shall review the status of all existing signs, interim signs added to the
work, and permanent sign installations that are part of the work to eliminate any conflicting
or non - applicable signage in the TTC Plan. The Contractor's review of all signs in the TTC
Plan shall establish compliance with the requirements of the MUTCD and Section 150. Any
conflicts shall be reported to the Engineer immediately and the WTCS shall take the
necessary measures to eliminate the conflict.
The Contractor shall make every effort to eliminate the use of Interim signs as soon as the
Work allows for the installation of permanent signs.
All existing illuminated signs shall remain lighted and be maintained by the Contractor
Existing street name signs shall be maintained at street intersections.
B. CONFLICTING OR NOM - APPLICABLE SIGNS
Any sign(s) or portions of a sign(s) that are not applicable to the TTC plan shall be covered
so as not to be visible to traffic or shall be removed from the roadway when not in use. The
WTCS shall review all traffic shifts and changes in the traffic patterns to ensure that all
conflicting signs have been removed. The review shall confirm that the highest priority signs
have been installed and that signs of lesser significance are not interfering with the visibility
of the high priority signs. High priority signs include signs for road closures, shifts, detours,
lane closures and curves. Any signs, such as speed zones and speed limits, passing zones,
littering fines and litter pick up, that reference activities that are not applicable due to the
presence of the Work shall be removed, stored and reinstalled when the Work is completed.
Failure to promptly eliminate conflicting or non - applicable signs shall be considered as non-
performance under Subsection 150.08.
C. REMOVAL OF EXISTING SIGNS AND SUPPORTS
The Contractor shall not remove any existing signs and supports without prior approval from
the Engineer. All existing signs and supports which are to be removed shall be stored and
protected if this material will be required later in the work as part of the TTC plan. If the
signs are not to be utilized in the work then the signs will become the property of the
Contractor unless otherwise specified in the contract documents.
D. INTERIM GUIDE, WARNING AND REGULATORY SIGNS
hftn- / /tnmrat2 tint state. va nrnvisinns /shelf /cnI ifl_html 12/7/2007
First Use January 4, 2000
Page 25 of 54
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, Special Conditions, or as directed by the Engineer. These signs
shall remain the property of the Contractor. The bottom of all interim signs shall be
mounted at least seven (7) feet above the level of the pavement edge when the signs are
used for long -term stationary operations as defined by Section 6G.02 of the MUTCD. Special
Conditions under Subsection 150.11 may modify this requirement.
Portable signs may be used when the duration of the work is less than three (3) days or as
allowed by the special conditions in Subsection 150.11. Portable signs shall be used for all
punchlist work. All portable signs and sign mounting devices utilized in work shall be NCHRP
350 compliant. Portable interim signs shall be mounted a minimum of one (1') foot above
the level of the pavement edge for directional traffic of two (2) lanes or less and a minimum
of seven (7') feet for directional traffic of three (3) or more lanes. Signs shall be mounted at
the height recommended by the manufacturer's crashworthy testing requirements. Portable
interim signs which are mounted at less than seven (7') feet in height may have two 18 inch
x 18 inch fluorescent red - orange or orange -red warning flags mounted on each sign.
All regulatory sign blanks shall be rigid whether the sign is mounted as a portable sign, on a
Type III barricade or as a permanent mount height sign.
Any permanent mount height interim sign that is designed to fold in half to cover a non -
applicable message on the sign shall have reflectorized material on the folded over portion of
the sign. The reflectorized material shall be orange in color with a minimum of ASTM Type I
engineering grade sheeting with a minimum area of six inches by six inches (6" x 6'} facing
the direction of traffic at all times when the sign is folded.
Interim signs may be either English or metric dimensions.
E. EXISTING SPECIAL GUIDE SIGNS
Existing special guide signs on the Project shall be maintained until conditions require a
change in location or legend content. When change is required, existing signs shall be
modified and continued in use if the required modification can be made within existing sign
borders using design requirements (legend, letter size, spacing, border, etc.) equal to that of
the existing signs, or of Subsection 150.03.E.2. Differing legend designs shall not be mixed
in the same sign.
1. Special Guide Signs
Special guide signs are those expressway or freeway guide signs that are designed with
a message content (legend) that applies to a particular roadway location. When an
existing special guide sign is in conflict with work to be performed, the Contractor shall
remove the conflicting sign and reset it in a new, non - conflicting location which has been
approved by the Engineer.
2. Interim Special Guide Signs
When it is not possible to utilize existing signs, either in place or relocated, the
Contractor shall furnish, erect, maintain, modify, relocate, and remove new interim
special guide signs in accordance with the Plans or as directed by the Engineer. Interim
special guide signs that may be required in addition to, or a replacement for, existing
expressway and freeway (interstate) signs shall be designed and fabricated in
compliance with the minimum requirements for guide signing contained in Part 2E
"Guide Signs Expressway" and Part 2F "Guide Signs Freeways" of the MUTCD, except
httnJ /tomcat2_ dot. state .c7a.erc /thecnuree /ndf / special nrov1s1ons /shelf /sn150.htm1 12/7/2007
First Use January 4, 2000
Page 26 of 54
that the minimum size of all letters and numerals in the names and places, streets and
highways on all signs shall be 16 inches Series "E" initial upper -case and 12 inches
lower -case. All interstate shields on these signs shall be 48 inches and 60 inches for
two- numeral and three - numeral routes, respectively.
The road name of the exit or route shield shall be placed on the exit gore sign.
3. Interim Overhead Guide Sign Structures
Interim overhead special guide sign structures are not required to be lighted unless
specifically required by the Plans. If fighting is required the sign shall be lighted as soon
as erected and shall remain lighted, during the hours of darkness, until the interim sign
is no longer required. The Contractor shall notify the Power Company at least thirty (30)
days prior to desired connection to the power source.
4. Permanent Special Guide Signs
The installation of new permanent special guide signs and the permanent modification or
resetting of existing special guide signs, when included In the contract, shall be
accomplished as soon as practical to minimize the use of interim special guide signs. If
lighting is required by the Plans, all new permanent overhead special guide signs shall be
lighted as soon as erected.
F. MATERIALS- INTERIM SIGNS:
1. Posts
Permanent mounting height of seven (7') feet - Posts for all interim signs shall meet the
requirements of Section 911 except that green or silver paint may be used in lieu of
galvanization for steel posts or structural shape posts. Within the limits of a single
project, all metal posts shall be the same color. Wood posts are not required to be
pressure treated.
Interim posts may be either metric or English in dimensions.
Posts for all interim signs shall be constructed to yield upon impact unless the posts are
protected by guardrail, portable barrier, impact attenuator or other type of positive
barrier protection. Unprotected posts shall meet the breakaway requirements of the
"1994 AASHTO Standard Specifications for Structural Support for Highway Signs,
Luminaries and Traffic Signals Unprotected interim posts shall be spliced as shown in
Detail 150 -F unless full length unspliced posts are used.
Unprotected post splices will not be permitted any higher than four inches above the
ground line to lessen the possibility of affecting the undercarriage of a vehicle.
Installation of posts may require establishment of openings in existing pavements,
islands, shoulders etc.
littp: / /tomcat2.dot. state .ga.us /theso«ree /t)df /special provisions /shelfisp1501tml 12/7i2007
First Use January 4, 2000
Page 27 of 54
roar
sna • XnM I= WARM
2M sn f " WA. DMTV
PO TIM
arACSa v—.1
(+optm�tAC}
UOIAM� SW MT 1 11 11 TRAMc Mow
DErAn, isaF
(4 UMMU a MMAL KAM
r
2. Sign Blanks And Panels- Permanent mounting height of seven Q') feet -
All sign blanks and panels shall conform to Section 912 of the Specifications except that
blanks and panels may be ferrous based or other metal alloys. Type 1 and Type 2 sign
blanks shall have a minimum thickness of 0.08 inches regardless of the sign type used.
Alternative sign blank materials (composites, poly carbonates, fiberglass reinforced
plastics, recycled plastics, etc.) shall have a letter of approval from the Office of
Materials and Research for use as interim construction signs before these materials are
allowed to be incorporated into the work unless these rigid sign blanks are currently
approved as a crashworthy sign blank material under QPL 34. The back side of sign
htty: / /tomcat2. dot. state .ga.us /thesource /vdf/special provisions /shelf,'spl50.html 1217/2007
First Use January 4, 2000
Page 28 of 54
panels shall be painted orange to prevent rust if other metals are used in lieu of
aluminum. Plywood blanks or panels will not be permitted. The use of flexible signs will
not be permitted for permanent mount height signs.
Interim blanks and panels may be either metric or English in dimensions.
3. Portable Sign Mounting Devices, Portable Sign Blanks-
All portable sign mounting devices and sign blanks utilized in the work shall be NCHRP
350 Test Level III compliant. All portable sign mounting devices and sign blanks shall be
from the Qualified Products List. Any sign or sign mounting device shall have an
Identifying decal, logo, or manufacturer's stamping that dearly identifies the device as
NCHRP 350 compliant. The Contractor may be required to provide certification from the
Manufacturer as proof of NCHRP 350 compliance. All portable signs shall be mounted
according to height requirements of Subsection 150.03.D.
G. SIGN VISIBILITY AND OFFSETS
All existing, interim and new permanent signs shall be installed so as to be completely visible
For an advance distance in compliance with the MUTCD. Any clearing required for
maintaining the line of sight to existing, interim or permanent signs shall be done as part of
the requirements of the TTC plan. The clearing shall include any advance warning signs,
both interim and permanent, that are installed as a part of the work including advance
warning signs that are installed outside the limits of the project. Any sign installed behind
W -beam or T -beam guardrail with non - breakaway posts shall be installed with the leading
edge of the sign a minimum of four feet and three inches (43") behind the face of the
guardrail with five feet (5') of clearance being desirable. Limbs, brush, construction
equipment and materials shall be kept clear of the driver's line of sight to all signs that are
part of the TTC plan.
H. ADVANCE WARNING SIGNS:
1. All Type Of Highways
Advance warning signs shall be placed ahead of the work area in accordance with Part
VI of the MUTCD and shall include a series of at least three advance road work (W20 -1)
signs placed at the termini of the project. The series shall have the legend ROAD WORK
(1500 FEET, 1000 FEET, AND 500 FEET).
At grade intersecting roadways and on -ramps shall be signed with a minimum of one
ROAD WORK AHEAD sign.
When work terminates at a "T" intersection, a minimum of one "ROAD WORK AHEAD"
sign shall be placed in advance of the intersection and one "END ROAD WORK" sign shall
be placed at the termination end of the intersection. Field conditions may require the
use of additional warning signage.
Advanced Warning Signs on State Routes shall be a minimum dimension of 48 inches x
48 inches. When a State Route intersects a project which consists of adding travel
lanes, reconstructing an existing roadway or new location work, the State Route
approaches shall have a minimum of three (W20 -1) advanced warning signs (1500 ft.,
1000 ft., 500 ft.). The termination end of an intersecting State Route shall have END
ROAD WORK signage.
The W20 -1 signs shall be placed at the termini of the project or sufficiently in advance of
httn:// tomeat2 .dot.state.jaa.iis /tilescurce /i)df /special previsions /shelf /sp150.1itml 12/7/2007
First Use January 4, 2000
Page 29 of 54
the termini to allow for lane shifts, lane closures and other activities which may also
require advanced warning signs. The advanced warning signs for the project should not
overlap with the advanced warning signs for lane shifts, lane closures, etc.
The length of a workzone should be held to the minimum length required to accomplish
the work. If a project has multiple individual worksites. within the overall limits of the
project, each site should be signed individually if the advance waming signs for each site
can be installed without overlapping an adjacent worksite. As soon as the work is
completed at any individual site the warning signs shall be removed from that site.
Clean -up work and punchlist work shall be performed with portable signage.
Project mileage indicated on the G20 -1 sign shall be the actual project mileage rounded
up to the nearest whole mile. Projects less than two (2) miles in length or individual
worksites that are part of a multiple worksite project may delete this sign. The G20 -1
sign shall be 60" X 36" and the G20 -2 sign shall be 48" X 24 ".
2. Interstate, Limited Access And Multilane Divided Highways
In addition to the W20 -1 signs required at 500 ft., 1000 ft. and 1500 ft., multi -lane
divided highways shall also have additional advanced warning signs installed with the
legend "ROAD WORK (2 MILES, 1 MILE and 112 MILE). All construction warning signs
on divided highways shall be double indicated (i.e., on the left and right sides of the
roadway.) If the use of the 1 /2 mile, 1 mile and 2 mile advanced warning signs cause an
overlap with other work or do not benefit field conditions then the Engineer may review
the use of these signs and eliminate their installation. When the posted speed limit is 50
MPH or less, the Yi mile, 1 mile and 2 mile signs should be eliminated especially in urban
areas.
The W20 -1 advance warning signs for ROAD WORK 500 FEET; 1000 FEET; and 1500
FEET shall be temporarily covered when work involving the advanced warning signs for
lane shifts and lane closures overlap these signs. The ROAD WORK Vz MILE, ROAD
WORK 1 MILE, and ROAD WORK 2 MILES shall be in place when the 500, 1000 and
1500 feet signs are temporarily covered.
When the temporary traffic control zone already has advanced warning (W20 -1) signs
installed the W20 -1 signs required for lane closures under Standard 9106 should be
eliminated.
RAMP WORK ON LIMITED ACCESS HIGHWAYS: The workzone shall not be signed for the
entire length of the mainline of a limited access highway when only short individual
worksites, interchange or ramp work is being performed.
When work is restricted to ramp reconstruction or widening activities, the advance
warning signs on the mainline section of the limited access highway shall be limited to
the use of portable advance warning signs. These portable advance warning signs shall
only be utilized when work activity is within the gore point of the ramp and the mainline
traveled way or work is active in the accel /decel lane adjacent to the mainline traveled
way. Portable advance warning signs (W20 -1; 1500ft./1000 ft./500ft.) shall be installed
on the traveled way of the limited access highway when the above conditions are
present. The advance warning signs shall be installed only in one direction where work
is active. All portable signs shall be double indicated. When work is not active, the
ramp work shall be advanced warned by the use of a single 48 inch X 48 inch "RAMP
WORK AHEAD" sign along the right shoulder of the mainline traveled way prior to the
beginning of the taper for the decel lane. The "RAMP WORK AHEAD" sign shall be
htto: / /tomcat2. dot. state.a a. us /thesource /pdf /specialrovisions /shelf /sp 150.html 12/7/2007
First Use January 4, 2000
Page 30 of 54
mounted at seven (71 feet in height. Differences in elevation shall be in compliance with
the requirements of Subsection 150.06 prior to the removal of the portable (W20 -1)
advanced warning signs from the mainline.
The G20 -1 sign shall be eliminated on limited access highways when the work involves
only ramp work, bridge reconstruction, bridge painting, bridge joint repairs, guardrail
and anchor replacement or other site specific work which is confined to a short section
of limited access highway.
I. PORTABLE CHANGEABLE MESSAGE SIGN
Unless specified as a paid item in the contract the use of a portable changeable message
sign will not be required. When specified, a portable changeable message sign (PCMS) shall
meet the minimum requirements of Section 632 and the MUTCD. The maximum amount of
messages allowed to be flashed on one PCMS is two phases (flashes). The language and
the timing of the messages shall comply with the MUTCD and Section 632.
When. used as an advanced device the PCMS should typically be placed ahead of the
construction activities.. If the PCMS is used as a substitute for another device then the
requirements for the other device apply.
J. FLASHING BEACON
The flashing beacon assembly, when specified, shall be used in conjunction with
construction warning signs, regulatory, or guide signs to inform traffic of special road
conditions which require additional driver attention. The flashing beacon assembly shall be
installed in accordance with the requirements of Section 647.
K. RUMBLE STRIP SIGNAGE
Signage for rumble strips located in the travelway shall be as required in Subsection
150.01.0 and Subsection 150.02.A.9.
L. LOW /SOFT SHOULDER SIGNAGE
Low or soft shoulder signs shall be utilized in accordance with the following conditions:
CONSTRUCTION/ RECONSTRUCTION PROJECTS:
"LOW /SOFT SHOULDER" signs shall be erected when a difference in elevation exceeds one
(1 ") inch but does not exceed three (3 ") inches between the travelway and any type of
shoulder unless the difference in elevation is four (47 feet or greater from the edge of the
traveled way.
The spacing of the signs shall not exceed one (1) mile and the signs shall be placed
immediately past each crossroad intersection. The "Low /Soft" signs shall remain in place
until the difference in elevation is eliminated and the shoulder has been dressed and
permanently grassed for a minimum of thirty (30) calendar days. These signs shall be
furnished, installed, maintained and removed by the Contractor as part of Traffic Control -
Lump Sum. These signs shall be orange with black borders and meet the reflectorizabon
requirements of Subsection 150.01.C.
"SHOULDER DROP -OFF" (W8 -9a) signs shall be used when a difference in elevation, less
than four (4') feet from the traveled way, exceeds three (3") inches and is not protected by
httn Utnmrat7 tint cf�to ao nrn1LTicinrTQ /Qha1f 1cn1 VI Iltml 3 7/7P)M7
First Use January 4, 2000
Page 31 of 54
positive barrier protection. These warning signs shall be placed in advance of the drop-off.
For a continuous drop -off condition, the W8 -9a) signs shall, as a minimum, be spaced in
accordance with the above requirements for "Low /soft shoulder" signs.
PROJECTS CONSISTING PRIMARILY OF ASPHALTIC CONCRETE RESURFACING
ITEMS:
"LOW /SOFT SHOULDER" signs shall be erected when a difference in elevation exceeds one
(1 ") inch but does not exceed three (3 ") inches between the traveiway and any type of
shoulder unless the difference in elevation is four (4') feet or greater from the edge of the
traveled way.
SHOULDER BUILDING INCLUDED IN THE CONTRACT: "Low /Soft Shoulder" signs shall be
erected as per the requirement of Standards 4102, 9106, and 9107. "Shoulder Drop -off"
signs (W8 -9a) shall be erected as per the requirements of the MUTCD. These signs shall be
maintained until the conditions requiring their installation have been eliminated. The
Contractor shall remove all interim warning signs before final acceptance.
SHOULDER BUILDING NOT INCLUDED IN THE CONTRACT: The Department will furnish the
"Low/Soft Shoulder" signs, "Shoulder Drop -off" signs and the posts. The signs shall be
erected to meet the minimum requirements of Subsection 150.03. The Contractor shall
include the cost of furnishing installation hardware (bolts, nuts, and washers), erection and
maintenance of the signs in the bid price for Traffic Control- Lump Sum. The Contractor
shall maintain the signs until final acceptance. The Department will remove the signs.
LAU /LAR PROJECTS. SHOULDER BUILDING NOT INCLUDED IN THE CONTRACT: The
Contractor will furnish, install and maintain LOW /SOFT SHOULDER signs (yellow with black
borders, ASTM Type III or IV) at the appropriate spacing, until Final Acceptance of the
project by the Department. After Final Acceptance by the Department the signs will become
the property and responsibility of the local government.
M. BUMP SIGNAGE:
MULTI -LANE DIVIDED HIGHWAYS: A bump sign (W8 -1) shall be utilized when a transverse
joint in the pavement structure has a vertical difference in elevation of three quarters (3/4'1
of an inch or greater in depth with no horizontal taper to ramp the traffic from one elevation
to the other. This condition typically occurs at approach slabs during pavement milling
operations and at transverse joints in asphaltic pavement lifts.
TWO -LANE TWO -WAY HIGHWAYS: A bump sign (W8 -1) shall be utilized when a transverse
joint in the pavement structure has a vertical difference in elevation that exceeds one and
three quarters (1 -3/4'1 inches in depth with no horizontal taper to ramp the traffic from one
elevation to the other. This includes utility and storm drainage repairs that require concrete
placement for patching and /or steel plating.
The (W8 -1) sign shall be placed sufficiently in advance to warn the motorist of the condition.
150.04 PAVEMENT MARKINGS
A. GENERAL
Full pattern pavement markings in accordance with Section 652 and in conformance with
hrrn• / /tnmrar2 dat..etate.on uq /rhecn,irre /ndf /snecial nrovisionsfsheiflsoI50.html 12/7/2007
First Use January 4, 2000
Page 32 of 54
Section 3A and 36, except 313.02, of the MUTCD are required on all courses before the
roadway is opened to traffic. No passing zones shall be marked to conform to Subsection
150.04.E. During construction and maintenance activities on all highways open to traffic,
both existing markings and markings applied under this Section shall be fully maintained
until Final Acceptance. If the pavement markings are, or become, unsatisfactory in the
judgement of the Engineer due to wear, weathering, or construction activities, they shall be
restored immediately.
1. Resurfacing Projects
Pavement markings shall be provided on all surfaces that are placed over existing
markings. Interim and final markings shall conform in type and location to the markings
that existed prior to resurfacing unless changes or additions are noted in the Contract.
The replacement of parking spaces will not be required unless a specific item or note has
been included in the Contract. Any work to make additions to the markings that existed
prior to resurfacing is to be considered as extra work.
2. Widening And Reconstruction Projects
If the lane configuration is altered from the preconstruction layout then pavement
markings will be as required by the plans or the Engineer.
3. New Location Construction Projects
Pavement marking plans will be provided.
B. MATERIALS
All traffic striping applied under this Section shall be a minimum four inches in width or as
shown in plans and shall conform to the requirements of Section 6-52, except as modified
herein. Raised pavement markers (RPMs) shall meet the requirements of Section 654.
Markings on the final surface course, which must be removed, shall be a removable type.
The Contractor will be permitted to use paint, thermoplastic, or tape on pavement which is
to be overlaid as part of the project, unless otherwise directed by the Engineer. Partial
(skip) reflectorization (i.e. reflectorizing only a portion of a stripe) will not be allowed.
C. INSTALLATION AND REMOVAL Of PAVEMENT MARKINGS:
INSTALLATION: All pavement markings, both interim and permanent, shall be applied to a
clean surface. The Contractor shall furnish the layout and preline the roadway surface for
the placement of pavement markings applied as part of the temporary traffic control plan.
All interim marking tape and RPM's on the final surface shall be removed prior to the
placement of the final markings.
The Contractor shall sequence the work in such a manner as to allow the installation of
markings in the final lane configuration at the earliest possible stage of the work.
REMOVAL: Markings no longer applicable shall be removed in accordance with Subsection
656.2.
THE _.ELIMINATIOIV QF CONFLICTING PAVEMENT MARKINGS BY_OVER WITH
PAINT OR LIQ ASPHALT IS NOT ACCEPTABLE
INTERMEDIATE SURFACE: Interim markings shall be removed by methods that will cause
minimal damage to the pavement surface while also ensuring that traveling public will not be
confused or misdirected by any residual markings remaining on the intermediate surface.
httn_ / /tomcat2. dot. state .ga.us /thesoureeJndf/snecial nrovisions /shelf /snI50.1hhn1 1217/2007
First Use January 4, 2000
Page 33 of 54
The use of approved black -out tape and black -out paint may be permitted on some interim .
surfaces, provided the results are satisfactory to the Engineer.
FINAL SURFACE: No interim paint or thermoplastic markings will be permitted on any final
surface unless the interim markings are in alignment with the location of the permanent
markings and the interim marking will not interfere or adversely affect placement of the
permanent markings. The proposed method of removal for layout errors that require
markings to be removed from the final surface shall have the prior approval of the Engineer.
Any damage to the final pavement surface caused by the pavement marking removal
process shall be repaired at the Contractor's expense by methods acceptable and approved
by the Engineer. Subsection 400.3.06.0 shall apply when corrective measures are required.
The use of black -out tape or black -out paint will not be permitted to correct layout errors on
any final surface.
Traffic shifts that are done on the final surface shall be accomplished using interim traffic
marking tape that can be removed without any blemishing of the final surface. Interim
traffic marking tape shall be used on any of the following final surfaces; asphaltic concrete,
Portland cement concrete, and bridge deck surfaces. Exceptions to the requirements for
interim traffic marking tape shall have the written prior approval of the Engineer before the
application of any other method is permitted.
PAY FACTOR REDUCTION FOR ASPHALTIC CONCRETE FINAL SURFACES: When the
correction of an error in the layout of the final pavement markings requires the final surface
to be grounded, blemished, scarred, or polished the pay factor shall be reduced to 0.95 for
the entire surface area of the final topping that has a blemish, polished or a scarred surface.
The reduced pay factor shall not be confined to only the width and length of the stripe or
the dimensions of the blemished areas, the whole roadway surface shall have the reduced
pay factor applied. The area of the reduced pay factor shall be determined by the total
length and the total width of the roadway affected. If the affected area is not corrected, the
reduction in pay shall be deducted from the final payment for the topping layer of asphaltic
concrete. The Engineer shall make the final determination whether correction or a reduced
pay factor is acceptable.
The eradication of pavement markings on intermediate and final concrete surfaces shall be
accomplished by a method that does not grind, polish, or blemish the surface of the
concrete. The method used for the removal of the interim markings shall not spall chip the
joints in the concrete and shall not damage the sealant in the joints, Any joint or sealant
repairs shall be included in the bid price for Traffic Control -Lump Sum. The proposed
method of removal shall have the prior approval of the Engineer.
Failure to promptly remove conflicting or non - applicable pavement markings shall be
considered as non - performance under Subsection 150.08.
PREPARATION AND PLANNING FOR TRAFFIC SHIFTS: When shifting of traffic necessitates
removal of centerline, lane lines, or edge lines, all such lines shall be removed prior to,
during, or immediately after any change so as to present the least interference with traffic.
Interim traffic marking tape shall be used as a temporary substitute for the traffic markings
being removed.
Before any change in traffic lane(s) alignment, marking removal equipment shall be present
on the project for immediate use. If marking removal equipment failures occur, the
equipment shall be repaired or replaced (including leasing equipment if necessary), so that
the removal can be accomplished without delay.
httn: / /tamcat2.dot. state .ga.us /the.qnurce /ndf. /snecial nrovisions /shelf /sn150.htni1 12/7/2007
First Use January 4, 2000
Page 34 of 54
Except for the final surface, markings on asphaltic concrete may be obliterated by an overlay
course, when approved by the Engineer. When an asphaltic concrete overlay is placed for
the sole purpose of eliminating conflicting markings and the in place asphaltic concrete
section will allow, said overlay will be eligible for payment only if designated in the Plans.
Overlays to obliterate lines will be paid for only once and further traffic shifts in the same
area shall be accomplished with removable markings. Only the minimum asphaltic concrete
thickness required to cover lines will be allowed. Excessive build -up will not be permitted.
When an overlay for the sole purpose of eliminating conflicting markings is not allowed, the
markings no longer applicable shall be removed in accordance with Subsection 656.2.
D. RAISED PAVEMENT MARKERS
Raised pavement markers (RPMs) are required as listed below for all asphaltic concrete
Pavements before the roadway is open to traffic. On the final surface, RPM's shall be placed
according to the timeframes specified in 150.04 E. for full pattern pavement markings except
Interstate Highways where RPM'S shall be placed and /or maintained when the roadway is
open to traffic. When Portland Cement Concrete is an intermediate or final surface and is
open to traffic, one calendar day is allowed for cleaning and drying before the installation of
RPMs is required.
Raised pavement markers are not allowed on the right edge lines under any situation.
1. Interstate Highways
Retro - reflective raised pavement markers (RPM'S) shall be placed and/or maintained on
intermediate pavements surfaces on all interstate highways that are open to traffic. This
includes all resurfacing projects along with widening and reconstruction projects. The
spacing and placement shall be as required for MULTI -LANE DIVIDED HIGHWAYS.
2. Multi -Lane Divided Highways
Retro - reflective raised pavement markers (RPMs) shall be placed and /or maintained on
intermediate pavement surfaces on all multi -Jane divided highways that are opened to
traffic when these roadways are being widened or reconstructed. Two lane -two way
roadways that are being widened to a multi -lane facility, whether divided or undivided,
are included in this provision. Projects consisting primarily of asphalt resurfacing items
or shoulder widening items are excluded from this requirement. The RPMs shall be
placed as follows:
a. SUPPLEMENTING LANE LINES
80 foot center on skip lines with curvature less than three degrees. (Includes
tangents)
40 foot centers on solid lines and all lines with curvature between three_ degrees and
six degrees.
20 foot centers on curves over six degrees.
20 foot centers on lane transitions or shifts.
b. SUPPLEMENTING RAMP GORE LINES
MhM• /Itnmrot7 rint ctAta CT-3 Sfl html 12/7/2007
First Use January 4, 2000 Page 35 of 54
20 foot centers, two each, placed side by side.
c. OTHER LINES
As shown on the plans or directed by the Engineer.
3. Other Highways
On other highways under construction RPMs shad be used and/or maintained on
intermediate pavement surfaces as follows:
a. SUPPLEMENTING LANE LINES AND SOLID LINES
40 foot centers except on lane shifts. (When required in the Plans or Contract.)
20 foot centers on lane shifts. (Required In all cases.)
b. SUPPLEMENTING DOUBLE SOLID LINES
40 foot centers (one each beside each line) except on lane shifts. (When required in
the Plans or Contract.)
20 foot centers on lane shifts. (Required in all cases.)
E. EXCEPTIONS FOR INTERIM MARKINGS
Some exceptions to the time of placement and pattern of markings are permitted as noted
below, however, full pattern pavement markings are required for the completed project.
1. Two -Lane, Two -Way Roadways
a. SKIP LINES
All interim skip (broken) stripe shall conform to Section 652 except that stripes shall
be at least two feet long with a maximum gap of 38 feet. On curves greater than six
degrees, a one -foot stripe with a maximum gap of 19 feet shall be used. In lane
shift areas solid lines will be required. Interim skip lines shall be replaced with
markings in full compliance with Section 652 prior to expiration of the 14 calendar
day period.
Interim raised pavement markers may be substituted for the interim skip (broken)
stripes. If raised pavement markers are substituted for the two foot interim skip
stripe, three markers spaced at equal intervals over a two feet distance will be
required. No separate payment will be made if the interim raised pavement markers
are substituted for interim skip lines.
Interim raised pavement markers shall be retro- reflective, shall be the same color as
the pavement markers for which they are substituted, and shall be visible during
daytime.
The type of interim marker and method of attachment to the pavement shall be
approved by the Office of Materials and Research but in no case will the markers be
attached by the use of nails. Flexible reflective markers, Type 14 or Type 15, may
htm•lltnmcat? -dot _ state na nslthesnnrce /ndf /snecial nrovisiuns /shelflsn150.htm1 12/7/2007
First Use January 4, 2000
Page 36 of 54
be used for a maximum of fourteen (14) calendar days as an interim marker. Any
flexible reflective markers in use shall be from the qualified products list (QPL).
The interim raised pavement markers shall be maintained until the full pattern
pavement markings are applied. At the time full pattern markings are applied the
interim raised markers shall be removed in a manner that will not interfere with
application of the full pattern pavement markings.
b. NO PASSING ZONES - TWO-LANE, TWO -WAY ROADWAYS
Passing zones shall be re- established in the locations existing prior to resurfacing.
No changes to the location of passing zones shall be done without the written
approval of the Engineer. For periods not to exceed three calendar days where
interim skip centerlines are in place, no- passing zones shall be identified by using
post or portable mounted DO NOT PASS regulatory signs (114 -1 24" x 30' at the
beginning and at intervals not to exceed 1 /2 mile within each no- passing zone. A
post or portable mounted PASS WITH CARE regulatory sign (R4 -1 24" x 30 ") shall be
placed at the end of each no- passing zone. Post mounted signs shall be placed in
accordance with the MUTCD. Portable signs shall conform to the requirements of
the MUTCD and shall be NCHRP 350 compliant. Portable signs shall be secured in
such a manner to prevent misalignment and minimize the possibility of being blown
over by weather conditions or traffic.
On new location projects and on projects where either horizontal or vertical
alignments has been modified, the location of No- Passing Zones will be identified by
the Engineer.
c. EDGELINES
1) Bituminous Surface Treatment Paving
Edgelines will not be required on intermediate surfaces (including asphaltic
concrete leveling for bituminous surface treatment paving) that are in use for a
period of less than 60 calendar days except at bridge approaches, on lane
transitions, lane shifts, and in such other areas as determined by the Engineer.
On the final surface, edgelines shall be placed within 30 calendar days of the
time that the final surface was placed.
2) All Other Types of Pavement
Edgelines will not be required on intermediate surfaces that are in use for a
period of less than 30 calendar days except at bridge approaches, on lane
transitions, lane shifts, and in such other areas as determined by the Engineer.
On the final surface, edgelines shall be placed within 14 calendar days of the
time that the surface was placed.
2. Multi -Lane Highways — With No Paved Shoulder(S) Or Paved Shoulder(S) Four
Feet Or Less
a. UNDIVIDED HIGHWAYS (INCLUDES PAVED CENTER TURN LANE)
1) Centerlines and No- Passing Barrier -Full Pattern centerlines and no- passing
barriers shall be restored before opening to traffic.
2) Lanelines- Interim skip (broken) stripe as described in Subsection 150.04E.1.a.
may be used for periods not to exceed three calendar days. Skiplines are not
httn:// tomcat2 .dot.state.ga.us /thesotirce /ndf /special orovisionslshelf, /sD150.htm1 12/7/2007
First Use January 4, 2000 Page 37 of 54
permitted in lane shift areas. Solid lines shall be used.
3) Edgelines- Edgelines shall be placed on intermediate and final surfaces within
three calendar days of obliteration.
b. DIVIDED HIGHWAYS (GRASS OR RAISED MEDIAN)
1) Lanelines- Full pattern skip stripe shall be restored before opening to traffic. Skip
lines are not permitted in lane shift areas. Solid lines shall be required.
2) Centerline /Edgeline Solid lines shall be placed on intermediate and final surfaces
within three calendar days of obliteration.
3. Limited Access Roadways And Roadways With Paved Shoulders Greater Than
Four Feet
a. Same as Subsection 150.04.E.2 except as noted in (b) below.
b. EDGEUNES-
1) Asphaltic Concrete Pavement- Edgelines shall be placed on intermediate and final
surfaces prior to opening to traffic.
2) Portland Cement Concrete Pavement- Edgelines shall be placed on any surface
open to traffic no later than one calendar day after work is completed on a
section of roadway. All water and residue shall be removed prior to daily
striping.
4. Ramps For Multi -Lane Divided Highways
A minimum of one solid line edge stripe shall be placed on any intermediate surface of a
ramp prior to opening the ramp to traffic. The other edge stripe may be omitted for a
maximum period of three (3) calendar days on an intermediate surface. Appropriate
channelization devices shall be spaced at a maximum of twenty -five (25') feet intervals
until the other stripe has been installed.
The final surface shall have both stripes placed prior to opening the ramp to traffic.
S. MISCELLANEOUS PAVEMENT MARKINGS:
FINAL SURFACE; School zones, railroads, stop bars, symbols, words and other similar
markings shall be placed on final surfaces conforming to Section 652 within fourteen
(14) calendar days of completion of the final surface. Final markings shall conform to
the type of pay item in the plans. When no pay item exists in the plans the final
markings shall conform to Section 652 for painted markings.
INTERMEDIATE SURFACE: Intermediate surfaces that will be in use for more than forty -
five (45) calendar days shall have the miscellaneous pavement markings installed to
conform to the requirement of Section 652. Under Subsection 150.11, Special
Conditions, or as directed by the Engineer these markings may be eliminated.
F. MOBILE OPERATIONS
When pavement markings (centerlines, lane lines, and edgelines) are applied in a continuous
operation by moving vehicles and equipment, the following minimum equipment and
httb; / /tomcat2. dot. state .ea.us /thesource /pdffspecial provisions %shelf /spl%htmt 12/7/2007
First Use January 4, 2000
Page 38 of 54
warning devices shall be required. These devices and equipment are in addition to the
minimum requirements of the MUTCD.
1. All Roadways
All vehicles shall be equipped with the official slow moving vehicle symbol sign. All
vehicles shall have a minimum of two flashing or rotating beacons visible in all
directions. All protection vehicles shall have an arrow panel mounted on the rear. All
vehicles requiring an arrow panel shall have, as a minimum, a Type B panel. All vehicle
mounted signs shall be mounted with the bottom of the sign a minimum height of forty-
eight inches (48'� above the pavement. All sign legends shall be covered or removed
from view when work is not in progress.
2. Two -Lane Two -Way Roadways
a. Lead Vehicles
The lead vehicle may be a separate vehicle or the work vehide applying the
pavement markings may be used as the lead vehicle. The lead vehide shall have an
arrow panel mounted so that the panel is easily visible to oncoming (approaching)
traffic. The arrow panel should typically operate in the caution mode.
b. Work Vehicles
The work vehicle(s) applying markings shall have an arrow panel mounted on the
rear. The arrow panel should typically operate in the caution mode. The work
vehicle placing cones shall follow directly behind the work vehicle applying the
markings.
c. Protection Vehicles
A protection vehicle may follow the cone work vehicle when the cones are being
placed and may follow when the cones are being removed.
3. MULTI -LANE ROADWAYS
A lead vehicle may be used but is not required. The work vehicle placing cones shall
follow directly behind the work vehicle applying the markings. A protection vehicle that
does not function as a work vehicle should follow the cone work vehicle when traffic
cones are being placed. A protection vehicle should follow the cone work vehicle when
the cones are being removed from the roadway. Protection vehicles shall display a sign
on the rear of the vehicle with the legend PASS ON LEFT(RIGHT).
INTERSTATES AND LIMITED ACCESS ROADWAYS: A protection vehicle shall follow the
last work vehicle at all times and shall be equipped with a truck mounted attenuator
that is certified for impacts not less than 62 mph in accordance with NCHRP350 Test
Level Three (3).
150.05 CHANNELIZATION
A. GENERAL
Channelization shall clearly delineate the travelway through the work zone and alert drivers
and pedestrians to conditions created by work activities in or near the travelway.
Channelization shall be done in accordance with the plans and specifications, the MUTCD,
and the following requirements.
All Channelization Devices utilized on any project shall be NCHRP 350 compliant. Any device
htip:Htomcat2.dot. state .ga.us /thesource /pdf /spe _provisions /shelf,'sp 1 50.htm1 12%7!2007
First Use January 4, 2000
Page 39 of 54
used on the Work shall be from the Qualified Products List. All devices utilized on the work
shall have a decal, logo, or manufacturer's stamping that clearly identifies the device as
NCHRP 350 compliant, The Contractor may be required to furnish certification from the
Manufacturer for any device to prove NCHRP 350 compliance.
1. Types of Devices Permitted for Channelization in Construction Work Zones:
a. DRUMS:
1) DESIGN: Drums shall meet the minimum requirement of the MUTCD and shall be
reflectorized as required in Subsection 150.01.0. The upper edge of the top
reflectorized stripe on the drum shall be located a minimum of 33 inches above
the surface of the roadway. A minimum drum diameter of 18 inches shall be
maintained for a minimum of 34 inches above the roadway.
2) APPLICATION: Drums shall be used as the required channelizing device to
delineate the full length of a lane closure, shift, or encroachment, except as
modified by this Subsection.
3) TRANSITION TAPERS FOR LANE CLOSURES: Drums shall be used on all
transition tapers. The minimum length for a merging taper for a lane closure on
the travelway shall be as shown in Table 150 -1:
TABLE 150 -1
Posted
Speed
Limit MPH
Lane Lane
Width Width
9 Feet 10 Feet
Lane Lane
Width Width
11 Feet 1 12 Feet
Maximum Drum
Spacing in Tapers,
Feet
Minimum
Taper Len th L in Feet
20
60
70
75
80
20
25
95
105
115
125
25
30
135
150
165
180
30
35
185
205
225
245
35
40
240
270
295
320
40
45
405
450
495
540
45
50
450
500
550
600
50
55
495
550
605
660
55
60
540
600
660
720
60
65
585
650
715
780
65
70
630
700
770
840
70
75
675
750
825
900
75
If site conditions require a longer taper then the taper shall be lengthened to fit
particular individual situations.
httu:Htomcat2. dot. state .ea.us /thesource /odf /speeial provisions /shelf /sp150.1itm) 12/712007
First Use January 4, 2000
The length of shifting tapers should be at least 1 /2 L.
Page 40 of 54
The length of a closed lane or lanes, excluding the transition taper(s), shall be
limited to a total of two (2) miles. Prior approval must be obtained from the
Engineer before this length can be increased.
Night time conditions: When a merge taper exists into the night all drums
located in the taper shall have, for the length of the taper only, a six (6'1 inch
fluorescent orange (ASTM Type VI, VII, VIII, IX or X) reflectorized top stripe on
each drum. The top six -inch stripe may be temporarily attached to the drum
while in use in a taper. All drums that have the six -inch top stripe permanently
attached shall not be used for any other conditions.
Multiple Lane Closures:
(a) A maximum of one lane at a time shall be closed with each merge taper.
(b) A minimum tangent length of 2 L shall be installed between each individual
lane closure taper.
4) LONGITUDINAL CHANNELIZATION: Drums shall be spaced as listed below for
various roadside work conditions except as modified by Subsection 150.06.
Spacing shall be used for situations meeting any of the conditions listed as
follows:
(a) 40 FOOT SPACING MAXIMUM
(1) For difference in elevation exceeding two inches.
(2) For healed sections no steeper than 4:1 as shown in Subsection 150.06,
Detail 150 -E.
(b) 80 FOOT SPACING MAXIMUM
(1) For difference in elevation of two inches or less.
(2) Flush areas where equipment or workers are within ten feet of the travel
lane.
(c) 200 FOOT SPACING MAXIMUM: Where equipment or workers are more than
ten feet from travel lane. Lateral offset clearance to be four feet from the
travel lane.
(1) For paved areas eight feet or greater in width that are paved flush with a
standard width travel lane.
(2) For disturbed shoulder areas not completed to typical section that are
flush to the travel lane and considered a usable shoulder.
REMOVAL OF DRUMS: Drums may be removed after shoulders are completed to
typical section and grassed. Guardrail and other safety devices shall be installed and
appropriate signs advising of conditions such as soft or low shoulder shall be posted
httn:Htomeat2. dot. state .ea.us /thesource /ndf /special r)rovisions /shelf/sn150.htrn1 12/7/2007
First Use January 4, 2000 Page 41 of 54
before the drums are removed.
b. VERTICAL PANELS
1) DESGN: All vertical panels shall meet the minimum requirements of the MUTCD.
All vertical panels shall have a minimum of 274 square inches of retro- reflective
area facing the traffic and shall be mounted with the top of the reflective panel a
minimum of 36" above the roadway.
2) APPLICATION: Lane encroachment by the drum on the travelway should pennit a
remaining lane width of ten feet. When encroachment reduces the travelway to
less than ten feet, vertical panels shall be used to restore the travelway to ten
feet or greater. No other application of vertical panels will be permitted.
c. CONES
1) DESIGN: All cones shall be a minimum of 28 inches in height regardless of
application and shall meet the requirement of the MUTCD. Reflectorization may
be deleted from all cones.
2) APPLICATION: For longitudinal channelizing only, cones will be permitted for
daylight closures or minor shift's. (Drums are required for all tapers.) The use of
cones for nighttime work will not be permitted. Cones shall not be stored or
allowed to be visible on the worksite during nighttime hours.
d. BARRICADES
DESIGN: Type III barricades shall meet the minimum requirements of the
MUTCD and shall be reflectorized as required in Subsection 150.01.C. The
Contractor has the option of choosing Type III barricades from the Qualified
Products List or the Contractor may utilize generic barricades that are approved
by the Federal Highway Administration (FHWA). When barricades have been
specifically crash tested with signs attached, the contractor has the
responsibility to attach the signs as per the manufacturer's recommendations to
ensure crashworthiness. If signs are attached to generic barricades or to
barricades from the Qualified Products List (QPL) that have not been crash
tested with signs attached then the responsibility for crashworthiness and the
liability for mounting these signs to the barricades are assumed by the
Contractor and the Contractor shall certify that the barricades are crashworthy
under FHWA workzone guidelines for NCHRP 350 crashworthy compliance. Any
generic barricades used in the work shall be stamped or stenciled to show
compliance with NCHRP 350. The use of Type I and Type II barricades will not
be permitted.
1) APPLICATION: Type III barricades shall be placed as required by the plans, the
Standards, and as directed by the Engineer. All signs mounted on barricades
shall be mounted to comply with the requirements of the MUTCD and NCHRP
350 Test Level III. NCHRP 350 crashworthy compliance may require that rigid
signs be mounted separate from the Type III barricade.
When a barricade is placed so that it is subject to side impact from a vehicle, a
drum shall be placed at the side of the barricade to add target value to the
barricade.
httrr //tomcat2. dot. state _ea.us /thesnurce /odf /special provisions /shelf /sn150.1htm1 12/7/2007
First Use January 4, 2000
e. WARNING LIGHTS:
Page 42 of 54
1) DESIGN: All warning lights shall meet the requirements of the MUTCD.
2) APPLICATION
(a) Type A low- intensity flashing lights shall be used as shown in the Plans, the
Standards, and as directed by the Engineer. Flashing lights are not required
for advance warning signs in Subsection 150.03.H.
(b) Type C Steady -Burn lights shall be used as shown in the Plans, the
Standards, and as directed by the Engineer. Steady -burn lights are not
required on drums for merging tapers that exist into the night.
f. TEMPORARY BARRIERS
1) DESIGN: Temporary barriers shall meet the requirements of Sections 620.
2) APPLICATION: Temporary barriers shall be placed as required by the plans,
standards, and as directed by the Engineer. When Temporary barrier is located
20 feet or less from a travel lane, yellow reflectors shall be fixed to the top of the
barrier at intervals not greater than 40 feet in the longitudinal section and 20
feet in the taper section and shall be mounted approximately two inches above
the barrier. If both lanes of a two -lane two -way roadway are within 20 feet or
less of the barrier then the reflectors shall be installed for both directions of
traffic.
The reflectors shall be 100 square inches (ASTM Type VII or VIII) reflective
sheeting mounted on flat -sheet blanks. The reflectors shall be. mounted
approximately two inches above the top of the barrier. The reflectors shall be
attached to the barrier with adhesive or by a drilled -in anchor type device. The
reflectors shall not be attached to a post or board that is placed between the gap
In the barrier sections.
Approach end of Temporary barrier shall be flared or protected by an impact
attenuator (crash cushion) or other approved treatment in accordance with
Construction Details/Standards and Standard Specifications.
On interstate or other controlled access highways where lane shifts or crossovers
cause opposing traffic to be separated by less than 40 ft., portable barrier shall
be used as a separator.
B. PORTABLE IMPACT ATTENUATORS:
1. DESCRIPTION
This work consists of the furnishing (including spare parts), installation, maintenance,
relocation, reuse as required, and removal of Portable Impact Attenuator Units /Arrays.
2. MATERIALS
Materials used in the Attenuator shall meet the requirements of Section 648 for Portable
Impact Attenuators.
httD:// tomcat2 .dot.state.ga.us /tbesource /pdf /special _provisions /shelf /sp 150.htm l 12/7/2007
First Use January 4, 2000
Page 43 of 54
3. CONSTRUCTION
Portable Impact Attenuator Unit/Arrays Installation shall conform to the requirements of
Section 648, Manufacturer's recommendations and Georgia Standard 4960 and shall be
installed at locations designated by the Engineer, and /or as shown on the plans.
C. TEMPORARY GUARDRAIL ANCHORAGE- Type 12:
1. DESCRIPTION
This work consists of the furnishing, installation, maintenance and removal or Temporary
Guardrail Anchorage- Type 12 used for Portable Barrier or temporary guardrail end
treatment.
2. MATERIALS
Materials used in the Temporary Guardrail Anchorage- Type 12 shall meet the
requirements of Subsection 641.2 of the Specifications and current Georgia Standards
and may be new or used. Materials salvaged from the Project which meet the
requirements of Standards may be utilized if available. The use of any salvaged
materials will require prior approval of the Engineer.
3. CONSTRUCTION
Installation of the Temporary Guardrail Anchorage- Type 12 shall conform to the
requirements of the Plans, current Georgia Standards and Subsection ... 641..3 of the
Specifications. Installation shall also include sufficient additional guardrail and
appurtenances to effect the transition and connection to Temporary Concrete Barrier as
required by the details In Georgia Standard 4960.
150.06 DIFFERENCES IN ELEVATION BETWEEN TRAVEL LANES AND SHOULDERS (SEE
SUBSECTION 150.06.G FOR PR03ECTS CONSISTING PRIMARILY OF ASPHALTIC
CONCRETE RESURFACING ITEMS)
Any type of work such as paving, grinding, trenching, or excavation that creates a difference in
elevation between travel lanes or between the travelway and the shoulder shall not begin until
the Contractor is prepared and able to continuously place the required typical section to within
two inches (2 ") of the existing pavement elevation. For any areas that the two inches minimum
difference in elevation cannot be accomplished the section shall be healed as shown in Detail
150 -E. If crushed stone materials are used to provide a healed section no separate payment will
be made for the material used to heal any section. The Contractor may submit a plan to utilize
existing pay items for crushed stone provided the plan clearly demonstrates that the materials
used to heal an area will be incorporated into the work with minimal waste. Handling and
hauling of any crushed stone used to heal shall be kept to a minimum. The Engineer shall
determine if the crushed stone used to heal meets the specifications for gradation and quality
when the material is placed in the final location.
A maximum of sixty (60) calendar days shall be allowed for conditions to exist that require any
section or segment of the roadway or ramp to continue to require a healed section as described
by Detail 154 -E. Failure to meet this requirement shall be considered as non - performance of
Work under Subsection 150.03.
When trenching or excavation for minor roadway or shoulder widening is required, all operations
at one site shall be completed to the level of the existing pavement in the same work day.
Any channelization devices utilized in the work shall conform to the requirements of Subsection
150.05 and to the placement and spacing requirements in Details 150-8, 150 -C, 150 -D, and 150-
http: /Itomcat2. dot, state.ga.us /theso urce/pdf/spec i al_provis ions/shelf/sp l 50. html 12/7/2007
First Use January 4, 2000
E shown in this section.
Page 44 of 54
Any construction activity that reduces the width of a travel lane shall require the use of a W -20
sign with the legend "LEFT /RIGHT LANE NARROWS ". Two 24" x 24" red or red /orange flags
may be mounted above the W -20 sign. The W -20 sign shall be located on the side of the
travelway that has been reduced in width just off the travelway edge of pavement Th W -20
sign shall be a minimum of 500 feet in advance of any channelization devices that encroach on
the surface of travelway. A portable changeable message sign may be used in lieu of the W -20
sign.
GENERAL /TIME RESTRICTIONS:
A. STONE BASES, SOIL AGGREGATE BASE AND SOIL BASES
1. All Highways
Differences in elevation of more than two inches between surfaces carrying or adjacent to
traffic will not be allowed for more than a 24 -hour period, A single length of excavated
area that does not exceed 1000 feet in total length may be left open as a start up area
for periods not to exceed 48 hours provided the Contractor can demonstrate the ability to
continuously excavate and backfill in a proficient manner. Prior approval of the Engineer
shall be obtained before any startup area may be allowed.
2. LIMITED ACCESS HIGHWAY RAMPS (INTERSTATIES):
On projects that include ramp rehabilitation work, one ramp at a time may be excavated
for the entire length of the ramp from the gore point of the ramp with the interstate
mainline to the intersection with the crossing highway. This single ramp may remain
excavated with a vertical difference in elevation greater than two (2 ") inches for a
maximum of fourteen (14) calendar days with drums spaced at twenty (201 feet intervals
as shown in Detail 150 -B and a buffer space accepted under Section 150.06.F. After
fourteen (14) calendar days the section shall be healed as required for all other
highways. This area will be allowed in addition to the 1000 feet allowed for all other
highways.
B. ASPHALT BASES, BINDERS AND TOPPINGS
1. DIFFERENCES IN ELEVATION BETWEEN THE SURFACES OF ADJACENT
TRAVELWAYS
Travel lanes shall be paved with a plan that minimizes any difference in elevation
between adjacent travel lanes. The following limitations will be required on all work:
a. Differences of two inches (2 ") or less may remain for a maximum period of fourteen
(14) calendar days.
b. Differences of greater than two inches (2'� shall be permitted for continuous
operations only.
EMERGENCY SITUATIONS: Inclement weather, traffic accidents, and other events
beyond the control of the Contractor may prevent the work from being completed as
required above. The Contractor shall notify the Engineer in writing stating the
conditions and reasons that have prevented the Contractor from complying with the
time limitations. The Contractor shall also outline a plan detailing immediate steps to
complete the work. Failure to correct these conditions on the first calendar day that
conditions will allow corrective work shall be considered as non - performance of Work
under Subsection 150.08.
litty: / /tomeat2. dot. state .¢a.us /tliesource /pd € /speciat provisions /shelf /sW50.htnil 12/7/2007
First Use January 4, 2000
Page 45 of 54
2. Differences in Elevation Between Asphalt Travelway and Paved Shoulders
Differences in elevation between the asphalt travelway and asphalt paved shoulders shall
not be allowed to exist beyond the maximum durations outlined below for the conditions
shown in Details 150 -6, 150 -C, 150 -D, and 150 -E:
Detail 150 -B conditions shall not be allowed for more than 24 hours. A single length that
does not exceed 1000 feet in total length may be left open for periods not to exceed 48
hours provided the Contractor can demonstrate the ability to continuously pave in a
proficient manner. Prior approval of the Engineer shall be obtained before any section is
allowed to exceed 24 hours. Any other disturbed shoulder areas shall be healed as in
Detail 150 -E
Detail 150 -C conditions will not be allowed for more than 48 hours.
Detail 150 -D conditions will not be allowed for more than 30 calendar days.
Detail 150 -E conditions will not be allowed for more than 60 calendar days.
Failure to meet these requirements shall be considered as non - performance of Work
under Subsection 150.08.
C. PORTLAND CEMENT CONCRETE
Work adjacent to a Portland Cement Concrete traveled way which involves the following
types of base and shoulders shall be accomplished according to the time restrictions outlined
for each type of base or shoulder. Traffic control devices shall be in accordance with
Subsection 150.05.
1. Cement Stabilized Base
Work adjacent to the traveled way shall be healed as per Detail 150 -E within forty -eight
(48) hours after the seven (7) calendar day curing period is complete for each section
placed. During the placement and curing period, traffic control shall be in accordance
Detail 150 -13.
2. Asphaltic Concrete Base
When an asphaltic concrete base is utilized in lieu of a cement stabilized base the
asphaltic concrete base shall be healed as per Detail 150 -E within forty -eight (48) hours
after the placement of each section of asphaltic concrete base. For the first forty eight
hours traffic control shall be in compliance with Detail 150 -13.
3. Concrete Paved Shoulders
Concrete paved shoulders shall be placed within sixty (60) calendar days after the
removal of each section of existing shoulder regardless of the type of base materials
being placed on the shoulders. During the placement period, traffic control devices shall
be in accordance with the appropriate detail based on the depth of the change in
elevation. Differences in elevation of more than two inches between the travel way and
the shoulder will not be allowed for more than a 24 -hour period. A single length of
excavated area that does not exceed 1000 feet in total length may be left open as a start
up area for periods not to exceed 48 hours provided the Contractor can demonstrate the
ability to continuously excavate and backfill in a proficient manner. Prior approval of the
Engineer shall be obtained before any startup area may be allowed, Any other disturbed
shoulder areas shall be healed as in Detail 150 -E.
hrtn• / /tnmrat7 dot_ Mate _va_ric /thP /ndf/snecial provisions /slzelf /sp150.httnl 12/7/2007
First Use January 4, 2000
Page 46 of 54
4. Asphaltic Concrete Shoulders
A difference in elevation that meets the requirements of Detail 150 -B shall not be
allowed to exist for a period greater than forty-eight (48) hours. After the removal of the
existing shoulder the section or segment of travelway may be healed with stone as per
Detail 150 -E for a maximum of fourteen (14) calendar days. Asphaltic concrete shoulders
shall be placed within two (2'1 inches or less of the traveled way surface within fourteen
(14) calendar days after the removal of the stone healed section or the removal of each
section of the existing shoulder. The two (2") inches or less difference in elevation shall
not remain in existence for a period that exceeds thirty (30) calendar days unless the
paved shoulder is utilized as a detour for the traveled way. During the placement period,
traffic control shall be in accordance with the appropriate detail based on the depth of
the change in elevation.
The Contractor may propose an alternate plan based on Subsection 150.06.F. Failure to
meet the above requirements and time restrictions shall be considered as non-
performance of Work under Subsection 150.08.
D. MISCELLANEOUS ELEVATION DIFFERENTIALS FOR EXCAVATIONS AD3ACENT TO
THE TRAVELWAY
Drainage structures, utility facilities, or any other work which results in a difference in
elevation adjacent to the travelway shall be planned and coordinated to be performed in
such a manner to minimize the time traffic is exposed to this condition. The excavation
should be back filled to the minimum requirements of Detail 150 -E as soon as practical.
Stage construction such as plating or backfilling the incomplete work may be required.
The difference in elevation shall not be allowed to exist for more than five (5) calendar
days under any circumstances. Failure to correct this condition shall be considered as
non - performance of Work under Subsection 150.08.
E. CONDUIT INSTALLATION IN PAVED AND DIRT SHOULDERS
The installation of conduit and conduit systems along the shoulders of a traveled way
shall be planned and installed in a manner to minimize the length of time that traffic is
exposed to a difference in elevation condition. The following restrictions and limitations
shall apply:
1. Differences in Elevation of Two (2 ") Inches or Less
The shoulder may remain open when workers are not present. When workers are
present the shoulder shall be closed and the channelization devices shall meet the
requirements of Subsection 150.05. The difference in elevation on the shoulder shall
remain for a maximum period of fourteen (14) calendar days.
2. Differences in Elevation Greater Than Two (2 ") Inches
The shoulder shall be closed. The shoulder closure shall not exceed twenty -four (24)
hours in duration unless the Special Conditions in Subsection 150.11 modifies this
restriction or the Engineer allows the work to be considered as a continuous operation.
Failure to meet these requirements shall be considered as non - performance of Work
under Subsection 150.08.
F. MODIFICATIONS TO DETAILS 150 -0, 150 -C, 150 -D AND 150 -E
6ttn- /ltnmrrat7 Ant etntP on iic /thecro,rne /nclf /.enecial nravisions /shelf /sn150.html 12/712007
First Use January 4, 2000
Page 47 of 54
The Contractor may propose any altemate temporary traffic control plan that utilizes a
portion of the travel lane as a "buffer space ". This buffer space may allow for an enhanced
work area that will allow for the placement of materials to proceed at a pace that could not
be achieved with the time restriction requirements outlined in Section 150.06.A, 150.06.8,
and 150.06.C. The Contractor may propose modified time restrictions based on the use of
the buffer space. Any proposed modifications in the time duration allowed for the
differences in elevations to exist shall be reviewed by the Engineer as a component of the
overall TTC plan. No modifications shall be made until the proposed plan is accepted by the
Engineer. The Engineer shall have no obligation to consider any proposal which results in an
increase in cost to the Department.
For the travel lane described in each of the details 150 -8, 150 -C, 150 -D and 150 -E it is
presumed that the pavement marking edgeline (yellow or white solid stripe) is located at the
very edge of the travel lane surface. A buffer space (temporary paved shoulder) that utilizes
a portion of the travel lane should be six (6') feet in width desirable but shall not be less
than four (4') feet in width. Any remaining travel lane(s) shall not be less than ten (101 feet
In width.
If the proposed shifting of the traffic to obtain a buffer space and maintain a minimum travel
lane(s) of ten (101 feet requires the use of any existing paved shoulders then the cost of
maintenance and repair of the existing paved shoulder(s) shall be the responsibility of the
Contractor. The Contractor is responsible for the costs of maintenance and repairs even if
the existing paved shoulder(s) is to be removed in a later stage of the work. Existing
shoulders that have rumble strips shall have the rumble strips removed before the shoulder
can be utilized as part of the travel lane. The cost of the removal of the rumble strips shall
be done at no cost to the Department even if the shoulder is to be removed in a later stage
of the work.
Any modifications to the staging and time restrictions that are approved as part of the TTC
plan shall be agreed to in writing. Failure to meet these modifications shalt be considered as
non - performance of the Work under Subsection 150.08.
G. ASPHALTIC CONCRETE RESURFACING PROJECTS
SHOULDER CONSTRUCTION INCLUDED AS A PART OF THE CONTRACT: When the
placement of asphaltic concrete materials creates a difference in elevation greater than two
(21 inches between the earth shoulder (grassed or un- grassed) and the edge of travelway
or between the earth shoulder and a paved shoulder that is less than four (4') feet in width,
the Contractor shall place and maintain drums in accordance with the requirements of
Subsection 150.05A.1.a.4). When the edge of the paved surface is tapered with a 30 -45
degree wedge, drums may be spaced at 2.0 times the speed limit in MPH. Drums shall
remain in place and be maintained until the difference in elevation has been eliminated by
the placement of the appropriate shoulder materials.
SHOULDER CONSTRUCTION NOT INCLUDED AS A PART OF THE CONTRACT: When the
placement of asphaltic concrete materials creates a difference in elevation greater than two
(2 ") inches between the earth shoulder (grassed or un- grassed) and the edge of travelway
or between the earth shoulder and a paved shoulder that is less than four (4') feet in width,
the Contractor shall notify the Engineer, in writing, when the resurfacing work including all
punchlist items has been completed.
See Subsection 150.03.E for the requirements for "LOW/SOFT SHOULDERS" and
"SHOULDER DROP -OFF" signage.
httn•//tnmcat2 dint . state ora.ti.q'thesnurce /ndf /snecial vrovis1ons /shelf7sp150.htm1 121'7/2007
First Use January 4, 2000
Page 48 of 54
http: / /tomcat2. dot. state. ga. us /thesource /pdf /special _provisions /stielf /sp l 50.h'tml 12/7/2007
First Use January 4, 2000
Page 49 of 54
Location of drums when Elevation Difference exceeds 4 inches. Drums spaced at 20 foot intervals. Note:
If the travel way width is reduced to less than 10 feet by the use of drums, vertical panels shall be used in
lieu of drums.
--- - - - - -- ------------ New Construction Travel Lane
ELEVATION DIFFERENCE GREATER THAN 4 INCHES
DETAIL 150 -B
Drums spaced at 40 foot intervals. Location of drums when Elevation
Difference is 2+ inches to 4 inches.
6 inches f
IVGW 1.V11SULLl}UV11 Travel Lane
NATION QU 2 + to 4 inches
DETA 150 -
http: / /tomcat2. dot. state. ga. us /thesource /pdf /special _provisions /shelf /sp 150.htm1 12/7/2007
First Use January 4, 2000
Page 50 of 54
Drums spaced at 80 foot intervals. Location of drums when Elevation 1
Difference is 2 inches or less. J
4 feet f
n4ew tonsuucnon Travel Lane
ELEVATION DIFFERENCE OF 2 INCHES OR LESS
DETAIL 150 -D
Location of drums immediately after
completion of healed sections spaced at 40
foot intervals.
Compacted graded aggregate, TOP OF DRUM TO BE LEVEL
subbase material or din.
NO STEEPER THAN 4:1 2 feet
New Construction Travel Lane
HEA LED SECTIO
DE TAIL 150 -E
150.07 FLAGGING AND PILOT CARS:
http: / /tonicat2. dot. state. ga. us /thesource /pdf /special — Provisions /shelf /sp 150.1rtml 12/7/2007
First Use January 4, 2004
A. FLAGGERS
Page 51 of 54
Flaggers shall be provided as required to handle traffic, as specified in the Plans or Special
Provisions, and as required by the Engineer.
8. FLAGGER CERTIFICATION
All flaggers shall meet the requirements of the MUTCD and shall have received training and
a certificate upon completion of the training from one of the following organizations:
National Safety Council
Southern Safety SgrMiCes
Construction Safet+6QOnsultants
Ivey Consultants
American Traffic Safety Services Association (ATSSA)
Certifications from other agencies will be accepted only if their training program has been
approved by any one of the organizations listed above.
Failure to provide certified flaggers as required above shall be reason for the Engineer
suspending work involving the flagger(s) until the Contractor provides the certified flagger
(s). Flaggers shall have proof of certification and valid identification (photo I.D.) available
any time they are performing flagger duties.
C. FLAGGER APPEARANCE AND EQUIPMENT
Flaggers shall wear high - visibility clothing in compliance with Subsection 150.01.A 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. The Stop /Slow
paddle shall be retro- reflectorized for both day and night usage. In addition to the
Stop /Slow paddle, a flagger may use a flag as an additional device to attract attention. This
flag shall meet the minimum requirements of the MUTCD. The flag shall, as a minimum, be
24" inches square and red or red /orange in color. For night work, the vest shall have
reflectorized stripes which meet the requirements of the MUTCD.
D. FLAGGER WARNING SIGNS
Signs for flagger traffic control shall be placed in advance of the flagging operation in
accordance with the MUTCD. In addition to the signs required by the MUTCD, signs at
regular intervals, warning of the presence of the flagger shall be placed beyond the point
where traffic can reasonably be expected to stop under the most severe conditions for that
day's work.
E. PILOT VEHICLE REQUIREMENTS
Pilot vehicles will be required during placement of bituminous surface treatment or asphaltic
concrete on two -lane roadways unless otherwise specified. Pilot vehicles shall meet the
requirements of the MUTCD.
F. PORTABLE TEMPORARY TRAFFIC CONTROL. SIGNALS
The Contractor may request, in writing, the substitution of portable temporary traffic control
http:lltomcat2.dot.state, 2a. us!' thesource 1pdflspecial _provisionslshelflsp 150.htm1 12/7/2007
First Use January 4, 20M
Page 52 of 54
signals for flaggers on two -lane two -way roadways provided the temporary signals meets
the requirements of the MUTCD, Section 647, and Subsection 150.02.A.8. As a part of this
request, the Contractor shall also submit an alternate temporary traffic control plan in the
event of a failure of the signals. Any alternate plan that requires the use of flaggers shall
include the use of certified flaggers. The Contractor shall obtain the approval of the
Engineer before the use of any portable temporary traffic control signals will be permitted.
150.08 ENFORCEMENT
The safe passage of pedestrians and traffic through and around the temporary traffic control
zone, while minimizing confusion and disruption to traffic flow, shall have priority over all other
Contractor activities. Continued failure of the Contractor to comply with the. requirements of
Section 150 (TRAFFIC CONTROL) will result in non - refundable deductions of monies from the
Contract as shown in this Subsection for 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
to the Contractor for any work on the Project until traffic control deficiencies are corrected.
These other actions shall be in addition to the deductions for non - performance of traffic control.
SCHEDULE OF DEDUCTIONS FOR EACH CALENDAR DAY OF DEFICIENCIES OF TRAFFIC
CONTROL INSTALLATION ANDfOR MAINTENANCE
ORIGINAL TOTAL CONTRACT AMOUNT
From More Than
To and Including
Daily Charge
$o
$100,000
$200
$100,000
$1,000,000
$500
$1,000,000
$5,000,000
$1,000
$5,000,000
$20,000,000
$1,500
$20,000,000
$40,000,000
$2,000
$40,000,000
$------- - - - - --
$3,000
150.09 MEASUREMENT
A. TRAFFIC CONTROL
When listed as a pay item in the Proposal, payment will be made at the Lump Sum price bid,
which will include all traffic control not paid for separately, and will be paid as follows:
When the first Construction Report is submitted, a payment of 25 (twenty -five) percent of
the Lump Sum price will be made. For each progress payment thereafter, the total of the
Project percent complete shown on the last pay statement plus 25 (twenty -five) percent will
be paid (less previous payments), not to exceed one hundred (100) percent.
When no payment item for Trafc Control -Lump Sum is shown in the Proposal, all of the
requirements of Section 150 and the Temporary Traffic Control Plan shall be in full force and
effect. The cost of complying with these requirements will not be paid for separately, but
shall be included in the overall bid submittal.
littp: / /tomcat2. dot. state .ga.tis /thesource,lpdfispecial _provisions /shelf /sp150.litm1 12/712007
First Use January 4, 2000
B. SIGNS
Page 53 of 54
When shown as a pay item in the contract, interim special guide signs will be paid for as
listed below. All other regulatory, warning, and guide signs, as required by the.Contract, will
be paid for under Traffic Control Lump Sum or included in the overall bid submitted.
1. Interim ground mounted or interim overhead special guide signs will be measured for
payment by the square foot. This payment shall be full compensation for furnishing the
signs, including supports as required, erecting, illuminating overhead signs, maintaining,
removing, re- erecting, and final removal from the Project. Payment will be made only
one time regardless of the number of moves required.
2. Remove and reset existing special guide signs, ground mount or overhead, complete, In
place, will be measured for payment per each. Payment will be made only one time
regardless of the number of moves required.
3. Modify special guide signs, ground mount or overhead, will be measured for payment by
the square foot. The area measured shall include only that portion of the sign modified.
Payment shall include materials, removal from posts or supports when necessary, and
remounting as required.
C. TEMPORARY BARRIER
Temporary Barrier shall be measured as specified in Section 620
D. CHANGEABLE MESSAGE SIGN, PORTABLE
Changeable Message Sign, Portable will be measured as specified in Section-6,32.
E. TEMPORARY GUARDRAIL ANCHORAGE, Type 12
Temporary Guardrail Anchorage- Type 12 will be measured by each assembly, complete in
place and accepted according to the details shown in the plans, which shall also include the
additional guardrail and appurtenances necessary for transition and connection to
Temporary Concrete Barrier. Payment shall include all necessary materials, equipment,
labor, site preparation, maintenance and removal.
F. TRAFFIC SIGNAL INSTALLATION- TEMPORARY
Traffic Signal Installation- Temporary will be measured as specified in Section 647.
G. FLASHING BEACON ASSEMBLY
Flashing Beacon Assemblies will be measured as specified in Section 647.
H. PORTABLE IMPACT ATTENUATORS
Each Portable Impact Attenuator will be measured by the unit/array which shall include all
http: / /tomcat2.dot. state. ga. usf thesource /pdfispecial — Provisions /shelf /sp 150.htm] 1 2/7/2007
First Use January 4, 2000
Page 54 of 54
material components, hardware, incidentals, labor, site preparation, and maintenance,
including spare parts recommended by the manufacturer for repairing accident damage.
Each unit will be measured only once regardless of the number of locations installed, moves
required, or number of repairs necessary because of traffic damage. Upon completion of the
Project, the units shall be removed and retained by the Contractor.
I. PAVEMENT MARKINGS
Pavement markings will be measured as specified in Section 150.
150.10 PAYMENT:
When shown in the Schedule of Items in the Proposal, the following items will be paid
for separately.
Item No. 150. Traffic Control ............................. ...............................
Lump Sum
Item No. 150. Traffic Control, Solid Traffic Stripe _ Inch, (Color)....
per Linear Mile
Item No. 150. Traffic Control, Skip Traffic Stripe _ Inch, (Color) ....
per Linear mite
Item No. 150. Traffic Control, Solid Traffic Stripe,
Thermoplastic Inch, (Color) ..........................
per Linear Mile
Item No. 150, Traffic Control, Skip Traffic Stripe,
Thermoplastic Inch, (Color) ........................
per Linear Mile
Item No. 150. Traffic Control, Pavement Arrow with
Raised Reflectors .................... ...............................
per Each
Item No. 150. Traffic Control, Raised Pavement Markers -All Types.
per Each
Item No. 150. Interim Ground Mounted Special Guide Signs ........
per Square Foot
Item No. 150. Interim Overhead Special Guide Signs ...................
per Square Foot
Item No. 150. Remove & Reset Existing Special Guide Signs,
Ground Mount, Complete in Place ........................
per Each
Item No. 150. Remove & Reset, Existing Special Guide Signs,
Overhead, Complete in Place ...............................
per Each
Item No. 150. Traffic Control, Portable Impact Attenuator .............
per Each
Item No. 150. Traffic Control, Pavement Markers, Words
and Symbols .........................................................
per Square Foot
Item No. 150. Traffic Control, Pavement Arrow (Painted) with
Raised Reflectors .................... ...............................
per Each
Item No. 150. Traffic Control, Workzone Law Enforcement...........
per Hour
Item No. 150. Modify Special Guide Sign, Ground Mount ..............
per Square Foot
Item No. 150. Modify Special Guide Sign, Overhead .....................
per Square Foot
Item No. 620. Temporary Barrier ...................... ............................
per Lineal Foot
Item No. 632. Changeable Message Sign, Portable ......................
per Each
Item No. 641. Temporary Guardrail Anchorage, Type 12 ............
per Each
Item No. 647. Traffic Signal Installation, Temp ............................
Lump Sum
Item No. 647. Flashing Beacon Assembly, Structure Mounted .....
per Each
Item No. 647. Flashing Beacon Assembly, Cable Supported ........
per Each
http: / /tomcat2.dot. state. ga. us/ thesource/ pdf /special_provisions /shelt`/sp 150.html 12/7/2007