Loading...
HomeMy WebLinkAboutMABUS BROTHERS WILLIS FOREMAN ROAD (OVER SPIRIT CREEK) BRIDGE REPLACEMENTWILLIS FOREMAN ROAD (OVER SPIRIT CREEK) BRIDGE REPLACEMENT PROJECT NUMBER: 324- 04- 2o6824001 Table of Contents Section Pages Invitation to Bid Instruction to Bidders Georgia Prompt Pay Act Special Conditions Addendums (i & 3) Agreement Bi -B3 PPA -1 Sci - Sc8 ..................... Ai - A5 Contractor's Statements: ➢ Attachment A • Contractor's Statement of Non - Discrimination ....................... • Non - collusion of Prime Bidder /Offeror ....................... • Conflict of Interest Statement ....................... ➢ Contractor's Affidavit and Agreement Statement ....................... ➢ Subcontractor's Affidavits ....................... ➢ Non - collusion Affidavit of Subcontractor ....................... ➢ Good Faith Efforts - Subcontractor & Supplier Contact Form ....... ➢ LSB Subcontractor /Supplier Utilization Plans ....................... ➢ Monthly Subcontractor /Supplier Utilization Report ............................. ➢ Contractor's Bonds /Insurance ...................... ➢ Contractor's Experience/ Financial & References Information ............. General Conditions Gci - Gc43 Proposal Pi - P6 Technical Specification Index ➢ GDOT Special Provisions - Traffic Control Tci - Tc54 ➢ Water System Project - Measurements & Payments 1- 4 ➢ Water Distribution System (Section i4A) 1- 47 ➢ Water Quality Monitoring 1-4 ➢ Dewatering Tsi - Ts4 Invitation To Bid Sealed bids will be received at this office until 3:00 p.m. Wednesday, January 27, 2010 for furnishing: Bid Item #09 -198 Willis Foreman Road (Over Spirit Creek) Bridge Replacement for Engineering Department 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 Augusta Blue Print. The fees for the plans and specifications which are non - refundable is $100.00. Documents may be examined during regular business hours at the 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.augustablue.com ) at no charge through Augusta Blue Print (706 722 -6488) beginning Thursday, December 17, 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, January 8, 2010 @ 1000 a.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, January 12, 2010 by 5:00 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 December 17, 24, 31, 2009 and January 7, 2010 Metro Courier December 23, 2009 cc: Tameka Allen Interim Deputy Administrator Abie Ladson Engineering Department Hameed Malik Engineering Department Augusta, GA Engiineerinig Department rM omyo-jew. 10 UN Rel WILLIS FOREMAN ROAD (OVER SPIRIT CREEK) BRIDGE REPIACEMENT 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. IB -1 AED - Willis Foreman Road (Over Sprirt Creek) Bridge Replacement Contract 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 AED - Willis Foreman Road (Over Sprirt Creek) Bridge Replacement Contract IB -06 BIDDER'S QUALIFICATIONS No proposal will be received from any bidder unless he can present satisfactory evidence that he is skilled in work of a similar nature to that covered by the contract and has sufficient assets to meet all obligations to be incurred in carrying out the work. He shall submit with his proposal, sealed in a separate envelope, a FINANCIAL EXPERIENCE AND EQUIPMENT STATEMENT, giving reliable information as to working capital available, plant equipment, and his experience and general qualifications. The owner may make such investigations as are deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to him all such additional information and data for this purpose as may be requested. The Owner reserves the right to reject any bid if the evidence submitted by the bidder or investigation of him fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Part of the evidence required above shall consist of a list of the names and addresses of not less than five (5) firms or corporations for which the bidder has done similar work. IB -07 PERFORMANCE BOND At the time of entering into the contract, the Contractor shall give bond to the owner for the use of the owner and all persons doing work or furnishing skill, tools, machinery or materials under or for the purpose of such contract, conditional for the payment as they become due, of all just claims for such work, tools, machinery, skill and terms, for saving the owner harmless from all cost and charges that may accrue on account of the owner performing the work specified, and for compliance with the laws pertaining thereto. Said bond shall be for the amount of the contract satisfactory to the owner and authorized by law to do business in the State of Georgia. Attorneys -in -fact who sign bonds must file with each copy thereof, a certified and effectively dated copy of the power of attorney. IB -08 REJECTION OF BIDS These proposals are asked for in good faith, and awards will be made as soon as practicable, provided satisfactory bids are received. The right is reserved, however to waive any informalities in bidding, to reject any and all proposals, or to accept a bid other than the lowest submitted if such action is deemed to be in the best interest of the Owner. IB -3 AED - Willis Foreman Road (Over Sprirt Creek) Bridge Replacement Contract Augusta, GA Engineering Department WILLIS FOREMAN ROAD (OVER SPIRIT CREEK) BRIDGE 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 Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract Augusta, GA Engineefing Department mar A" ti T9TkT Dom 9141im WILLIS FOREMAN (OVER SPIRIT : BRIDGE REPIACEMENT INDEX TO SPECIAL CONDITIONS WILLIS FOREMAN ROAD (OVER SPIRIT CREEK) BRIDGE REPLACEMENT PROJECT NUMBER: 324- 04- 2o6824001 SECTION SC-01. Scope SC -02. Bonds SC -03. Project Sign SC -04. Protection of the Environment SC -05. Temporary Toilets SC -o6. City Acceptance SC -07. Record Drawings SC -o8. Basis of Payment SC -09. Existing Structures SC-10. Salvage Material SC -n. 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 -16. 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 SC -22 Engineer SC -23 Testing SC -24 Jefferson Energy SC -25 Nationwide Wetland Permit Compliance SPECIAL CONDITIONS SC-01. SCOPE OF THE WORK Furnish all materials, equipment and labor necessary to perform the work shown on the plans and described in the specifications and contract document. 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 (z) 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 AED — Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract SC -o6. 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 -o8. 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-ILO. 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 AED — Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract SC -u. 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 and GDOT Special Provisions Section 150 - Traffic Control. 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 5o 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 196o, 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 confirms 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 SC -4 AED — Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract B. that the Contractor has obtained from the Owner of the aforesaid electric power lines advice in writing as to the amount of voltage carried by the aforesaid lines. The Contractor agrees that he is the "person or persons responsible for the work to be done" as referred to in the high voltage act and that accordingly the Contractor is solely "responsible for the completion of the safety measures which are required by Section 3 of the high voltage act before proceeding with any work." The Contractor agrees that prior to the completion of precautionary measures required by the high voltage act he will neither bring nor permit the bringing of any equipment onto the site (or onto any area or areas onto which the contract documents require or permit the Contractor to work, to store materials, or to stage operations) with which it is possible to come within eight feet of any high voltage line or lines pursuant to operations arising out of performance of the Contract. The foregoing provisions apply to power lines located (a) on the site and (b) on any area or areas onto which the contract documents require or permit the Contractor either to work, to store materials, or to stage operations, or (c) within working distance for equipment or materials, being used on (a) and (b) above. These provisions of the Contract do not limit or reduce the duty of the Contractor otherwise owed to the Owner, to other parties, or to both. The Contractor agrees that the foregoing provisions supplement provisions of the General Conditions. The Contractor agrees and acknowledges that any failure on his part to adhere to the high voltage act shall not only be a violation of law but shall also be a breach of contract and specific violation of the provisions of the General Conditions which pertains to safety precautions. 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 197o and he shall comply therewith. SC -14. CONSTRUCTION ORDER AND SCHEDULE 1. 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. SC -5 AED — Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract 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. 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 -i6. 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 i3 -u -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 -r7. 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 -i8. 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 -i9. EQUIVALENT MATERIALS Notwithstanding any provision of the general conditions, there shall be no substitution of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. SC -6 AED — Willis Foreman Road (Over Spirit Creek) Bridge Replacement 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 listed in "Section 15, Right -of -way Encroachment Guidelines, Part E, Outside of Normal Working Hours," of the Augusta- Richmond County Planning Commission Development Documents dated September, 1999• If inspectors of Augusta - Richmond County are needed to work outside normal business hours, Augusta - Richmond County needs to be notified 24 -hours in advance. 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 -22. ENGINEER All references to "Engineer" shall be interpreted to mean the Augusta - Richmond County Engineering Department Director or his /her designee. SC -23. TESTING All testing and laboratory work in connection therewith shall be performed by an independent firm (firm) and paid by the contractor. Upon request of the Engineer, the firm shall provide a certified statement, signed by a Georgia Licensed Professional Engineer practicing in geotechnical area, stating that required Construction Material Testing (CMT) including sample collection was performed per current industry standards. Tested borrow material /structural fill material is true representation of borrow area /material designated for this project use. The firm shall submit, PE signed, copy of all test results with appropriate reference points. SC -24 JEFFERSON ENERGY The contractor must coordinate work in the vicinity of power facilities with Jefferson Energy Cooperative. When working within 25 feet of transmission lines contact Wayne Gossage at 7o 8 33 - 5 88 7• Contractor shall also contact Wayne Gossage for coordination of any required holding and /or relocating of power facilities. Any and all costs incurred during coordination for any required holding and /or relocation process shall be included in the Grading complete Pay Item. SC -7 AED — Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract SC -25 NATIONWIDE WETLAND PERMIT COMPLIANCE: All wetland impacts by the construction of this project have been permitted through the U.S. Army Corps of Engineers under Nationwide Permit No's is and 14. No impacts to wetlands outside of the designated limits will be allowed. The Contractor by signing the contract acknowledges that he /she is fully aware of the General Conditions and the Savannah District Regional Conditions as established by the U. S. Army Corps of Engineers for nationwide Permit No.'s is and 14 and that he /she shall comply therewith. SC -8 AED — Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract Augusta, GA Engineering DePartment f �, F942ME3 v HIN eJ i�w&wY >IGYl /6iq"i'y&w, V f� IWez>lJ IX,Wax TO: All Bidders Phyllis Mills, Quality Assurance Analyst Abie Ladson, Engineering Department FROM: Geri Sams Ae-1--1 Procurement Director DATE: December 17, 2009 SUBJ: Fee Change for Plans and Specifications BID ITEM: Bid 09-198 Willis Foreman Road (Over Spirit Creek) Bridge Replacement for the Engineering Department BID DUE: Wednesday, January 27, 2009 at 3:00 P.M. ADDENDUM NO. 1 Bidders on this project are hereby notified that this Addendum shall be attached to and made part of the above -named Bid Package. The fee for the Plans and Specifications for Bid Item #09 -198 Willis Foreman Road (Over Spirit Creek) Bridge Replacement has changed: From: $100.00 To: $250.00 Please acknowledge addendum in your submittal END ADDENDUM Room 605 - 530 Greene Street, Augusta Georgia 30901 (706) 821 -2422 - Fax (706) 821 -2811 www.augustaea Qov Addendum 1 Bid Item #09 -198 Register at www.demandstar com/suoplier for automatic bid notification Page 1 of ?r Invitation To Bid Sealed bids will be received at this office until 3:00 p.m. Wednesday, January 27, 2010 for furnishing: Bid Item #09 -198 Willis Foreman Road (Over Spirit Creek) Bridge Replacement for Engineering Department 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 Augusta Blue Print. The fees for the plans and specifications which are non - refundable is $250.00. Documents may be examined during regular business hours at the 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.auoustablue.com ) at no charge through Augusta Blue Print (706 722 -6488) beginning Thursday, December 17, 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, January 8, 2010 @ 1000 a.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, January 12, 2010 by 5:00 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 December 17, 24, 31, 2009 and January 7, 2010 Metro Courier December 23, 2009 cc: Tameka Allen Interim Deputy Administrator Able Ladson Engineering Department Hameed Malik Engineering Department Page i 42 I-zt onmwow� aor G E O R G 1 A � 6 " AQ A y�" 6vcnwow Faxed /Mailed TO: All Bidders Phyllis Mills, Quality Assurance Analyst Able Ladson, En ineering Depart ent FROM: Geri Sams Procurement DATE: January 20, 2010 SUBJ: New Due Date Change and Responses to Bidder's Questions BID ITEM: 09 -198 Willis Foreman Road (Over Spirit Creek) Bridge Replacement for the Engineering Department NEW BID DATE: Monday, February 1, 2010 at 11:00 A.M. ADDENDUM NO.2 The bid opening date for Bid Item #09 -198 Willis Foreman Road (Over Spirit Creek) Bridge Replacement has been changed: From: Wednesday, January 27, 2010 @ 3:00 P.M. To: Monday, February 1, 2010 @ 11:00 A.M. RESPONSES TO BIDDER'S QUESTIONS The responses to Bidder's questions are included with this Addendum No.2. Responses to Bidder's questions are for reference only and are not intended to be relied upon as a condition of the contract, unless they are specifically answered by reference to statements wi Contract Documents or issued as an Addendum item. thin the Question 1: Will the asphalt be indexed? If so, will the index start upon award of the project? Response: The asphalt shall not be indexed for this project. Question 2: Will the contractor be allowed to stage the bridge construction so as to allow two - way traffic onto the first stage bridge construction? Response: The contractor will be allowed to stage the bridge construction to allow two-way traffic onto the first stage of bridge construction. Question 3: The proposal shows an item 210 -0100, Grading complete, under section 1 subtotal. There is also the same Grading Complete shown in section 4 subtotal. Will one of these be eliminated from the proposal? Response: Grading Complete shown in Section IV on page 6 is shown for break -out of costs only and should not be considered as an additional bid item. Room 605 - 530 Green Street, Augusta Georgia 30911 (706) 821 -2422 - Fax (706) 821 -2811 www.au usta a. ov Addendum 2 Bid Item #09 Register at www. lemandstar.com/supl)lier for automatic bid nntif9carinn Page 1 of 2 Question 4: Can we have some specifics on what will be required in the Field Engineers Office bid item. Will there be required power, water, Response: sewer, and phone? Augusta Engineering Department will require for the contractor to provide a field office large enough to hold an on -site meeting. As a guideline, it is preferred that the field office be able to include a meeting table capable of accommodating 6 to 8 seats. It is also recommended that a separate plan table or standard sized drafting table be included. Power should be included. Water and Sewer are not required. Telephone communication should be available either by land line or cell. Question 5: Can water be shut -down through the project site to make tie -ins? If not, will there be a bid item added for the required tap sleeve & in? valve assembly to make the tie - Response: The Augusta Utilities Department will shut down the existing water main at the existing valves in order for the contractor to tie -in the proposed water main. All components required for the tie -in are to be assembled and ready for installation prior to shutting down the line. AUD will only allow the line to be shut down from 9:00 a.m. to 4:00 p.m. Question 6: Bid item 670 -1240, 24" DIP water line shows using Class 300 DIP. The note #12 on plan sheet 24 -01 shows using Class 350 DIP. Which is correct? Response: Note 12 on Sheet 24 -01 states that "All water mains shall be Class 350 Ductile Iron Pipe ... unless otherwise specified or shown." The proposed 24" water line is to be Class 300 DIP. Question 7: To be eligible to quote this project, as a Prime or Subcontractor, will we be required to hold or obtain any other licenses? Response: The bidder shall have a Georgia General Contractor or Utility Contractor License. Question 8: Who is responsible for concrete testing, testing of rebar samples? Response: The contractor shall be responsible for all testing for the project which includes concrete testing and testing of rebar samples among other testing that will be required. The contractor shall engage the services of a qualified testing agency to perform this work. All of the test results shall be submitted to the engineer for review. Question 9: Who is responsible for the testing of test pile (16" PSC Piling) of which there are 2 each? Response: The contractor shall be responsible for this work. See response to question # 8. Question 10: What type of testing is required for the 16" PSC Piling? PDA? Response: This work shall include one (1) pile load test and two (2) PDA's. Please acknowledge addendum in your submittal END ADDENDUM Addendum 2 Bid Item #09 -198 Page 2 of 2 Augusta, GA Engineering Department Z S 1 1 1 .: SECTION A AGREEMENT THIS AGREEMENT, made on the day of , 2010 by and between the AUGUSTA - RICHMOND COUNTY COMMISSION party of the first part, hereinafter called the OWNER, and MABUS BROTHERS CONSTRUCTION COMPANY INCORPORATED, party of the second part, hereinafter called the CONTRACTOR. WITNES SETH, 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: WILLIS FOREMAN ROAD (OVER SPIRIT CREEK) BRIDGE REPLACEMENT PROJECT NUMBER: 324 -04- 206824001 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 240 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. 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. ALL TIME SPECIFIED CONSTRUCTION ACTIVITIES SHALL BE COMPLETED WITHIN RESPECTIVE STIPULATED TIME PERIOD. IN THE EVENT THAT ACTIVITY IS NOT COMPLETED WITHIN TIME PERIOD AS STIPULATED IN THE CONTRACT DOCUMENT, A TOTAL OF TWO THOUSAND DOLLARS ($2,000) LIQUIDATED DAMAGES SHALL BE PAID TO THE OWNER FOR EACH AND EVERY CALENDAR DAY THE CONTRACTOR SHALL BE IN DEFAULT AFTER THE TIME STIPULATED IN THE CONTRACT FOR COMPLETING THE CONSTRUCTION ACTIVITY. 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. A -2 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract (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. ARTICLE IV — ACCEPTANCE AND FINAL PAYMENT (a) Upon receipt of written notice that the work is ready for final inspection acceptance, the Engineer or designee 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, excluding the retained percentage, shall be paid to the Contractor by the owner within 15 days after the date of said final certificate. (b) Upon completion of final inspection and acceptance of work by the Engineer, fifty percent (50 %) of the retainage shall be released. The remainder of retainage shall be release at satisfactory completion of warranty period. (c) 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. (d) The making and acceptance of the final payment shall constitute a waiver of all claims by the Owner, other than those arising from unsettled liens, from faulty work appearing within 18 months after final payment, from requirements of the specifications, or from manufacturer's guarantees. It shall also constitute a waiver of all claims by the contractor except those previously made and still unsettled. (e) 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 A -3 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract terminating the contract, make payment of the balance due, excluding retained amount, for that portion of the work fully completed and accepted. (f) 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 -4 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract 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 Mayor Deke S. Copenhaver COl By: Secretary - � r Title: ✓, P. SEAL Address: 0 1 ZQ Mot u �hncl Rc;. Attest Ij Secretary AAIJ lir, owcauq Witness A -5 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract ®M Augusta, GA Engineering Department L INN !' 1 : 0 A . 1 i i G jE O R G' I A USE THE ATTACHED FORMS AND ADHERE TO THE INSTRUCTIONS ON EACH FORM PLEASE DO NOT SUBSTITUTE FORMS: Attachment B: Statement of Non - Discrimination, Non - Collusion Affidavit of Prime Bidder /Offeror, Conflict of Interest and Contractor Affidavit and Agreement. Note: THE ABOVE FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR SUBMITTAL Georgia Security and Immigration Subcontractor Affidavit Non - Collusion Affidavit of Sub - Contractor Local Small Business (LSB) Good Faith Efforts Local Small Business (LSB) Subcontractor /Supplier Utilization Plan Note: The successful vendor will submit the above forms to the Procurement Department not later than five (5) days after receiving the "Letter of Recommendation" (vendor's letter will denote the date forms are to be received) Local Small Business (LSB) monthly subcontractor /supplier utilization report will be submitted upon request from the DBE Office Bidders are cautioned that sequestration of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. j E'Q ` V R G:I'A Attachment B Listed below is a consolidated listing of the Statement of Non - Discrimination, Non - Collusion Affidavit of Prime Bidder /Offeror, Conflict of Interest and Contractor Affidavit and Agreement. Please complete, date, notarize and return pages 1 -3 of Attachment B with your submittal. 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 withholding and or forfeiture of compensation due and owing on a contract. Attachment B - Page 2 of 3 Non - Collusion of Prime Bidder /Offeror By submission of a bid, the vendor certifies, under penalty of perjury, that to the best of its knowledge and belief: (a) The prices in the proposal have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other vendor or with any competitor. (b) Unless otherwise required by law, the prices which have been quoted in the proposal have competitor. not been knowingly disclosed by the vendor prior to opening, directly or indirectly, to any other vendor or to any (c) No attempt has been made, or will be made, by the vendor to induce any other person, partnership or corporation to submit or not to submit a proposal for the purpose of restricting competition. Collusions and fraud in bid preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department. Conflict of Interest By submission of a bid, the responding firm certifies, under penalty of perjury, that to the best of its knowledge and belief: 1. No circumstances exist which cause a Conflict of Interest in performing the services required by this ITB, and 2. That no employee of the County, nor any member thereof, not any public agency or official affected by this ITB, has any pecuniary interest in the business of the responding firm or his sub - consultants) has any interest that would conflict in any manner or degree with the performance related to this ITB. By submission of a bid, the vendor certifies under penalty of perjury, that to the best of its knowledge and belief. (a) The prices in the bid have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other vendor or with any competitor. (b) Unless otherwise required by law, the prices which have been quoted in the bid have not knowingly been disclosed by the vendor prior to opening, directly or indirectly, to any other vendor or competitor. c) No attempt has been made, or will be made, by the vendor to induce any other person, partnership or cooperation to submit or not to submit a bid for the purpose of restricting competition. For any breach or violation of this provision, the County shall have the right to terminate any related contract or agreement without liability and at its discretion to deduct from the price, or otherwise recover, the full amount of such fee, commission, percentage, gift, payment or consideration. Attachment B - Page 3 of 3 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. Georgia Law requires your company to have an E- Verify*User Identification Number on or after July 1, 2009. For additional information visit the State of Georgia website: https: / /e- verify.uscis.Qov /enroll/ and /or http://Www.dol.state.-Oa.us/p&/ruies/300 10 1 odf CGO01037 E- Verify * User Identification Number The undersigned further agrees to submit a notarized copy of Attachment B and any required documentation noted as part of the Augusta Richmond County Board of Commissions specifications which govern this process. In addition, the undersigned agrees to submit all required forms for any subcontractor(s) as requested and or required. I further understand that my submittal will be deemed non - compliant if any part of this process is violated. Mabus Brothers Construction Company, Inc. Compan i me BY: Authori d icer or Age (Contra or Signature) VP Title of Authorized Officer or Agent of Contractor Larry Goolsby Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE � DAY OF = �bfl,l nd. a.010 _....MINF"- Notary P blic My Commission Expires: to Z)? l 1 r) Please complete, date, notarize and return pages 1 -3 of Attachment S - L. Rev. 11/13/09 G O R G I A "I aocofdarxe With to Laws of Georg, Use faovAng aftidsvlt is required by all vendors NON - COLLUSION AFFIDAVIT OF SUBCONTRACTOR >> - -W.) n _wE " Cefdty that this bid or Proposal is made w haul prior understanding b done or the su firm or Person SUbmitting a bid for the same work, Labor or service to fraud. I undo siarrrd ma or 1� to be furnished and is in all respells fair and without collusion or is a viowon of state and federal law and can r®suN in tines, prison serderm and civil damages Swards. I agree to abide by all Conditions of this bid or WM this bid or proposal ibr ttte bidder. Proposal and W* that I am authorized to Affiant st that Pumuarlt to O,C.G.A. Section 36- 81,21 (d) and (e), I i w� w P Prev or to hu not by kw f or With others, directly or indirwtly, Oates the (s)he has not C0 In such bidding or pmpvs byany means WhO oever. AfWntfwMer means whatever, nor has Afiiant caused to P�'evertt anyone from making a bid or offer on the project by any Affisrrt ftvrther states that the said otter of _U�e a nother to withdraw a bid w offer for the work. to any tier and an mpted 10 t such Person or bursa and that no one has gone e ery other bidder, that the mamma! shall�e at a h ® Ish the materials to the bidder only, or if Sworn to and subscnbOd before rnq ft All day of , , 20 14 S Notary Ptrbiic: (Print Name) County: �� R NOTARY SEAL ffthrre are nosubconbumng OPPOft0IMIS the form must be emacuted (write N/A daft , sign, da, and notarize ). Note: The srrcca*"W "Odor** Me above f m $ the PM*Wwrmrtt ( ^ " Wdo' � rofR QCOmrr� p (VWWOesle�erl t � firm Rw. VftMq fM 109 -198 W ft Foreman Road ((>'W SPMI Coq Wfte RopMcemerg p"G2oft £/Z d LZSLZZL90L << L£LZ 299 "8 •00 aouej 118M6es 9506 56- 20-0602 n R 0 l A STATE OF GEORGIA - COUNTY OF RICHMOND BID /RFPIRFQ#__Q —1 SUBCONTRACTOR AFFIDAVIT sy executing this affidavit, the undersigned subcontractor verifies its compliance with 0 C.G .A. 13- 10 -91, stating affirmatively that the IndIvidLfPI, fiml or core rat" n wr�la, Is engaged In the physical performance of services under a contract with 4 0. •n behalf of 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 Slates 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 hie t rd employees, pursuan to the Immigration Reform and Control Act of 1986 ((RCA), P.l 99-.6031, in accordance with the appllcability provisions and deadlines established in 0, C, G. A 13 -1091 201163 F-Verify - u88r IdentiflCation Number Gregory Bridge Co. . LWeft a BY: er o gent (Contractor Signature Vice - President Title of Authorized Officer ar Anent of Contractor .T. T. Gregory, ill Printed 1 ama of Authorized Qff cart - or AgQnt Goorgla Low requires your company to have an S- Verlry" Uaar identification Numbor an or after July 1, 2009, SUBSCR18ED AND SWORN BBFORE MS ON TMIS THe For additional information: State of Georgin 12 th I e a/ 0 0 ;.. DAY OF February 20 J 0 httos: / /e.v�+rlfV u9Ci8 oov /ant I/ `. my Cam �v! A WtO&AIM Gou'Mfr. m P NOTARY SEAT. " 't£+ttrare are no subcontracting opportunities the form must; be oxecuted (write N /A, sign, data and no(arize), Nola: The successful vendor wl!l5ubmlt the above form to the Procurement Dopgrtmont no laterthan five (5) days t fterreceiving the "Letter afRecontmendarforl' (Vendor's latter denote the date forms to be r�ecalvod) REv, Vo6l10 ITS #0Q -1 go WIND FOMMan Road (Ovdr Sofro Croak) Brldoo Rapteaoment Page 1 Or 4 : R Q t A In accordance with the I.pws of QeorgK the kNowinp alAd"t is requirW by all venooro NON - COLLUSION AFFIDAVIT OF SUBCONTRACTOR 1 . J. T LGreeorv , III proposal , , certify that this bid or is made without prior understanding, aprsement or connection with any copoation, firm or person submhl4 a bid for the some work, Labor or service to be done or the supplies, materials or eq<rlpment to be furnished and Is In all respects fair and without collusion or fraud. t understand coqusive bkkg ng is a vlolatlon of state and federal law and can result in firm. prison sentsnees sign this bid or proposes for the bidder. and dust damages awerde. i these e by federal I conditions ofthis bid or proposal and ceitlfy that I OM rttdhorirad to Afflant further states that pursuant to O.0 G.A. Section 3841 -21 (d) and (a), Gregory Grid a Co. has not by itself or with others, directly or indirectly, prevented "attempted to prevent compethlon In such biddhVerpmposau try anymeans whatsoever. Aft9ant further states that (s)he has not prevented or endeavored to prevent anyone ft'on mak&V a bia oroffe►on the project by an means whatever, nor has Affiant esused traduced I to raw a bid or offer for the wok. y Afrisnt further states that the said offer of ° �t: e8g%TVe ^Co V. Is bona tide, and that no erne has pone to sny supplier and attempted to pet such person or comp lump t0 Orly to furnish the materials to the bidder only, or if 77,UI PA-- 4 C er bklder, that the material shell be of a higher price S ignituWaAMUdW Cq&any Representative Vice -President This Sworn and subscribed pfors me thk2th day of February '20 0 Notary 9nature Notary pudic: Linda Hendricks (Print Name) - Gou Putnam Cbmrin lon Expires: pwft. 8eddiii>ti► County, Y 8EAL if tiwr+o are rlo subcontracting WnportunWasi the form must be executed (writs NIA, alpn, date, and nolartse }. - Afe(et The atrcceasful V4191&r w1d sudmft trio aboyo form ro the Prnaurement - 15) days after receiving trio "bettor of Rseommer►platlon" �P rat ne /etergesn flue Am to be roc�vop� (Vendor letter' war denote tho duo fOgna Rev. 14 6110 MA #06.1 so Volk Farman Rwa love SOWN CMAn nudge "ace nrrnr P"*4of4 A In accordance with the Laws of Georgia, the following afndavit is required by an vendors NON - COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, Wayne Ewing certify that this bid or agreement or connection with any �rporatlon, firm_ or proposal is made without prior understanding, be done or the su pplies , materials or person submitting a bid for the some wor k, labor or service to fraud. ) understand collusive bidding is 888 violation Of gate and Viral ISW WW can moult in and ee trout collusion or and civil damages awards. I agree to abide b all conditions of this bid or Prison serrte to Sign this bid or proposal for the bidder. y Proposal and Cettlf�Ithat 1 am authorized to Affient further states that pursuant to O.C.G.A. Section 3 8-91 -21 (d) and (e), Wayne Ewing of s USA Aggregate Prevented or attemptedtoprevent to has not, by itself or with others, directly or indi �ki� in such bidding or proposals by any means whatsoever. Aff nt further states that (s)he has not Prevented or endeavored to prevent anyo from making a bid or offer on the Project means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. Y Affiant further states that the said offer of A re ates USA to any Supplier and attempted to get such person or is bona fide, and that no one has gone furnished to any other idler, that the material shall be at a higher prim. � mils to the bidder only, or If Region Sales Manager v Title Sworn to and Subscr before me this 1 _day Of February 10 20 ll S . Notary Public Brenda Joyce Raley (Print Name) County. Columbia Commission Expires: 10 -24 -11 NOTARY SEAL If then are no Subcontracting ng oPportunittes the must be executed (writs NIA, sign, date, and notarize ), Note' The successful vendor wNl submit the above form to the Procurement M days afterMceivfngr the "Letterof Recommenalatlon department no /eterthan f►Ve are to be r�ecelyeie "(Vendor`s letter wl// d0n0ta the date forms Rsv. IJUMO ITS *09 -198 Wipt Foreman Roed (Over Spkll Creek) Sfte ReMaoOMM" Page 2 of 4 4 O R G I A STATE OF GEORGIA - COUNTY OF RICHMOND 1311D1Ri=PIRFM 09' I S$ SUBCONTRACTOR AFFIDAVIT By executing thi&sffidavit, the undersigned subcontractor verifies its compiiance with O.C.G.A. 13- 10 -91, stating affirmatively that the individual fi or corporation which is engaged in the physical performance of Services under a contract with _T9 7 �o r �,, ,i[y„ on behalf of 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 P%"m operated by the United States Department of Homeland Security to verify information of newly hired empkryees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99 -6031, in accordance with the applicability provisions and deadlines established in O. C. G. A 13- 1(-91. F3C.V t_ 1383 E -Veit • User IdentlflCation Number Company -- BY: Authorized Officer or Agent (Contractor Signature) VP 4I ShOrtn Title of AuthQsjjj,#pent of Contra or VP AdminugrAi" (Tinted Name of Authonz � or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF U C A L 20.LD Notary Pubic MY Commission Expires: x &,9013 Georgia Law requires your company to INw an E- VwiiPWer Identificadon Number on or after July 1, 2009. For additional information: State of Georgia h11o. /&i . 1.8 r u9�dHrt_al�rMn 10 1 odf httcs_!►��o •.• GF06O .•` T a GEORGIA �: - If there are no Subcontracting opportunities, the form must be sign, date and notarize). Notre: The successful vendor wiH subteen the above form to the Procurement Department no later don five (5) days afilerreceMhq the "Letter of Recommendation" (Vendor's letter will denote the date toners are to be,wei~7 ftev. AMO UB 9 09619e Mile Forman Road (Over Spun Creek) Bddye Replao~t Pace 1 of 4 G ' O Tt t3 1 A In aecardance with the Laws Of Georgia, the following affidavit Is required by all vendors NON - COLLUSION AFFIDAVIT OF SUBCONTRACTOR 1, L e C certify that this bid or proposal Is made vwtfwut prior understanding, agreement or connecuon with any corporation, firm or person submitting a bid for the some work, labor or service to be done of the stPp11e9, materials or equipment to be furnished 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 CM damages aware!$. 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 un3 M to O.G.GA. Section 36 -91 -21 (d) and (e), has not, by itself or with others, directly or indirectly, prevented or attemp to prevent a petition Win bidding or proposals by any means whatsoever. Affient further ted states that (s )ha has not prevented or endeavored to prevent anyone from making a bid or offer on the protect 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 J" j y p ^ . — ��� -- -L is bona fide, and that no one has gone to any supplier and atterr►pted to get such person or company to furnish the materials to the bidder onily, or if fumed tg any other that the material shall be at a higher price. Signature of Authorized Corn ny R Ive V VIO acy Title - Sworn to and subscribed before me this day of , 20.LO_ Notary Si ure 1 s% %nr#rr ++ ��+ + Notary +, j Public; • t3 Owes d r (Print Name) GEORGYA (iOUnly' I I nt rv, t MAY Z, 4018 � Commission Expires; �1 LOi NOTARY SEAL 1.alk If there are no subcontracting apportunitley the form must be executed (write WA, sign, date, and notarize), Note: The successful vendor will submit the above form to the Procurement Depaetrnent ro latar om five (6) days afterrecoWng the "Ledger of R ft 9 nfinendad 0 n "('molt 8 tenter will denote Me daft forms are to be Mcafved) Rev.troen0 rra #09 -198 WNNs Foreman Road (Over 4" Crack) 811doe RePWAmlet Page 2 of 4 TOTAL P.02 STATE OF GEORGIA - COUNTY OF RICHMOND BID/RFP/RFQ SUBCONTRACTOR AFFIDAVIT Byexecuting this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A.13- 10-91, stating atfirmatively th the individual, fine orco rporati services under a contract with on which is engaged in the physical Pence of —Mabus Brothers Construction on behalf of Augusta Richmond County Board of Commissioners has registered with and is Participating in a federal work authorization [any of the electronic verification of work authorization programs d Stat s United States Department of Homeland Security or any equivalent federal operated by the United authorization program operated by the Depart of Homeland Security to verify information of n ewly to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 9 603], inn accordance , cco dance' pu with h e applicability provisions and deadlines established in O. C. G. A 13- 10-91, 110095 E- verify" User Identificatioron Number Ready Mix USA /Aggregates USA -GA Division Company Name B : Aut Officer or A ( or Signature) Region Sales Manager Title of Authorized Officer or Agent of Contractor ---- Mayne Ewing Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE 12 DAY OF February 20 10 4N0taf My Commission Expires: 4 11 G"is Law rnquiroa your company to have an E -Verify'Uasr Identification Number on or after July 1, 2009. For additional information: State of Georgia ! 10 1.odf h s:! uscia an�i %nrolL! NOTARY SEAL. It there are no subcontracting opportunities the form must be executed (write WA, sig ~ Note: The successful vendor will submit the above form to the I'mcurlerrer►t 9 n ate and notarize). are to be race the "Letter ofRecomm&Watlon "(Vendor's /ether will the date e th fom)s REv. liM10 ITS 409 -19e Witt Foreman Road (Over S Creek) SM99 Reptaoernsnt Page 1 of 4 Q O R G i A STATE'DF GEOMA . MUNTY OF RICHMOND EMIRFPIRFG# o -1 � -Q q 'BCON I KACTOR AFFIDAVIT By exeating this sffdsvd, the undersigned su factor stating t *ft indivldugi, nom, venf�s compliance with O.C -1"1, services under a cvr>Uact OOrPOMWn which Is engaged fn the physical twommnce of Board of Cammissbnam t isberod with and L-rA —. on behalf of Augusta Richmond County (any of the electron' Legion of work Is PaRicW*g ins federal work authorifation program' artment of Homeland Secu or a a � ° "�on program operat by the United States United States Department of Ht�land eq�►a�nt federal work authorixai�n program operated by the to the Immigration Reform Secxx�ty to v �Y infannatlyon of newly hired err�loyees, pent to th a mm P ration s and and ContrW Act of 19116 QRCA), P.L. 99 -603], in accordance with the C ` $ t'�hed in O. C. G. A 13- 10-81. E Verify *User motion Number or Agent SUBSCRIBED AND SWORN OEFORE ME ON THIS THE DAY OF 20 t 0 rk r 4� e rc My Canmission Expires: Georgia Law requires Your company to have an "effyVaar MOMMO tlon MUM bar on or albr jWy 1, 2008. Fox additional information: State of Georgia NO T A RY SEAL ffthere are nasu , r 't . � 7 - 014•• - nB flPAoR tlrel5orrn must be ex ®w stgn, Note: dai7e ` 0 A So�sfrd vie x'w wf/Jsubn*ftabpve Arm to ft p sire � i�►tlre of�m�n�y the dab fonm ftv. tecano rr6 SWISS Witt F«ww. Read (01-r Silt G,-.k) W98 Repraaaa�ent Pape i of 4 £�£ d 4251221941 « 1£12 285 h98 •03 Q0UQA 110M6e8 15 :0L 5L -20 -0602 O R G 1 A In Mace v1dh the Laws of Georgia, the full" affidavit is regUM by all vendors NON - COLLUSION AFFIDAVIT OF SUBCONTRACTOR i, Gertify that this aid or �^�ntent orconrtectian with iprt. fine or proposal is made without prior understanding, be done or the sins, materiany corPoratels or Person submi Ling a bid lbrthe sWM work, Mbar or service to fraard, I ulutsrotartcf COIN" trill l eqWPment to be furnished and is in al resPeots fair and without oolluslon or and dull akrrneges awards.) rQ is a violation of state and fbderaf law and car F"Wt In , Prison eenta M sign this bid or proPw@I for th a d by all oon dtlbrts of this pill or PPOPO ai and oerfrty that I am auftrized to Afant further slates that Pursuant to ©. C.G.A. 9ectlon X41 -21 (d) aid (a), PreventadOr81twg1tedto Mvent T �'�` has not, by kseff or with others, dflraalyor intMr+�}y, states that (s)he has net n such bidding or by � means oe�. Afifent hAher meQtg Prmnted or ancieaivored to Prevent anyone *Om making a bid or offer on the pra*4 by A nor has Aftlarrt causecl or induced another to wrQw a � or afar fo the work. Affisntfurther lthd thesaldofferof to a to get suds' mon or s -- is bona fide, and that no one has gone furls to r �n1PanY furnish Ow niaW Is to the bidder only, or if r eF► material Sall be at a higher prioe, and subs ba!fa+e me this 20 Notary pub i County; r Commission Expires . , ��— f+10'T'ARY SEAL E dtere arrt no ��nMatcting aPtmt tun the form must he WwWW (write WA. $IN$ date, and no , ft ), Mofe: Th"Uccessfutvendo wNl submit tine am d ays to be�� 9 "L rofR om nterrd�»(Uendor's rwt� yrt+rremR° rd+an m 1 d4Gnota the de>yp form: Imeno rr8 0-1" VW W Fommm Road (Guar Bprm emek) Be 'cloc Rapt' pr►t Pwe z ofd Q O 0 g t A STATE OF "ORMA . COUNTY OF RICHMOND BlD/RFPIRPQ# —19 SUBCONTRACTOR AFFIDAVIT BY ending this afFir mfk the undersigned subcontractor `wing �lythst the individual, ti M, or ce a cumpli tha th O. l p 13 10-91, services under a contract with rporatien which is e ngage d in the phyWe pWfOrmanm of 5oard of Ccmrrissioners has reglMer+ed vwth and is particlpa ng in a fed Of a Augusta Richmond County (shy of the electronic vedfroation of work authorization r uthorizatlon P, m* Department of Homeland Security or an p oQMmg ° PO'a� by ft United gtatas United States Homeland of Homeland Swu alert ffly in i work on of nom on program ope by the to the IMMIlgra� Reform and Control Act of 1 nformation of nevWy hirad em*ym, pursuant apprmbik provisions and doad roes established In 0. C, C, A 13, P,L 91.6031, in accordance v*h the E- Verify " Ussr Identrlicr tivn Number tY::r e ed � Cor 5igr►etut�a - - 4 5��Uft �a ! rNow r ABent of ContrQctww Altrrta of Authorized officer or Agt4 CA. L.c.( E V�erllyJW kltn cftfi 2fion Nunn an to have an or s fbr My 1, Mg. SUBSCRIBED AND SWORN BERORE ME ON THN3 THE For additional information: abate of Geor ..� DAY OF , 20 10 b1b uBCia e NOTAIty SEAL If overe are no 8ubCQnbVftn9 opportunkho Y Me form ttnrat be exec Note: The success" vendor wi! /su+btnvYM*Qbo "� twr� NIA, slgn,.d��d roe l !b) BAy3 allder� "L! of R ve fofm to Nre Pro�culw"fttD no t� ar)► Zo bo ro �dWon 11 (Vandoes kftr wilf dwxa tlhe dato form REV.1f0ano rM *02 -198 Whet Foreman Road (CKW $Witt cmk) &woo ftwaamam Page 1 Of A STATE OF GEORGIA - COUNTY OF RICHMOND Willis Foreman Road SIDIRFP/RFQ ITB- 09- 198 -0- 2009 /PJi SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13- 10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical services under a contract with Mabus Brothers Cons t on behalf of Augusta Richmon performance ounty 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 ([RCA), P.L. 99 -603], in accordance with the applicability provisions and deadlines established in O. C. G. A 13- 10-91. 136145 E Verify " User Identification Number American Cast I ron Pipe Company hucn W=cl UMer or Agent (Contractor Signature) / Sales En ineer Title of Authorized Officer or Agent of Contractor Owmia Law requlroe your company to have on John F. Whe 1 the 1 E VOWUasr WentMeation lumber on or after July Printed Name of Authorized Officer or Agent 1 , 2009. SUBSCRIBED AND SWORN BEFORE ME ON THIS THE 12th DAY OF February . 20 10 NotaryPubliG C,' o yn G. Lassa �er For additional information: State of Georgia huR col stMe ofa uslmff /ruies/3o0 10 1.odf httes://e- verify.! cis aov /enrolU My Cam - mission Expires: t: AROIYN G l.ASSrTER Rea My 00OW01SAM W006 APM � ' NOTARY STEAL If there are no subcontracting opportunities the form must be executed (write N/A, sign, date and notarize). Note. The successful vendor will submit the above form to the procurement Deparbmwt no later than f ve (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote the date forms are to be received) REV. Imno ITB *09-1 ge V01116 Foreman Road (Over spkft Creek) BNdge Replooement Page 1 of 02/12/10 FRI 10:11 [T% /R% NO 61881 0 002 �a A In accordance with the Laws of Georgia, the following affidavit is required by all vendors NON - COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, John F. Whe lche 1 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 resu t in fines, prison sentences and civil damages awards. I agree to abide by aY 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 (a), American Cast Iron Pipe Com any 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. Afflant 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 witjidraw a bid or offer for the work. Affiant further states that the said offer of Ductile Iron Pipe is bona fide, and that no one has gone to any suppror and attempted to got such person or company to fumish the materials to the bidder only, or if fumished toy other bidder, that the material shall be at a higher price. of Authorized Company «-9 Sworn to d subscribed bef me this 12th day of February 20 10 Notary Signaliim o yn as�er Nom Pr iblic ' G. Lassiter (print Name) Courjr 77 1 Commission EVires CAROLYN 0 111AMerrun NOTARY SEAL ff there are no subcontracting oPPortun� kiss the on i must be executed (write NIA, sign, date, and notartze ). Note: The successful vendor will submit the above form to the Procurement Departnwtno laterthan five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote the date forms are to be received) Rev. UaEMa ITB 209 -1 as Mils Foreman Road (Over Spirit Creek) Bridge Replacement Page 2 014 02/12/10 FRI 10:11 [TX /RX NO 61981 IM003 a: i 4 . U- i Lr Z Ite'' W 3 N d W d Zc i dl � a!i J O i aZf 8 0 � J m d 0Oi 0 W c Z W 2 F V tL __ OF 0d co o 's C Q R C a m U E 3 a i E a 2 w IL 0 C U t 0 J t DI c v n% m C W a' O c V .0 l ow LD c� m O E +� Lu 3 w CE o d M '0 w m o C c .0 . R � m 3 = o m � c O w A m m as � O 2 c a C im at 4 3 N v dD W mp E m c O W O OC V p O L c A 5 U a y S 0 m c"a m m as oa C O O�Z z z z z z p v ,m zz ° z b � � 3g > G sue+ � 0 a C7 w A z 0 u -J i MM ^ �d�•_O aed aoU q > i.•'g dN M 0 r'OD Qq c x n:h ern,� �a a c � o m � a m U E 3 a i E a 2 w IL 0 C U t 0 J t DI c v n% m C W a' O c V .0 l ow LD c� m O E +� Lu 3 w CE o d M '0 w m o C c .0 . R � m 3 = o m � c O w A m m as � O 2 c a C im at 4 3 N v dD W mp E m c O W O OC V p O L c A 5 U a y S CL z Z g W CL a_p O l.' ca n� J Z m W J J CL to 00 J lz O F- J z = z 0 V m O _co V lx C7 Q 'o a N C O Li C 7 V C N . a LO CA N 7 W j ac cc n C e Q a m O z Q O1 c IL A m= d x z z z Z la N O p Z O O > u. A � N � � • EM T ;Q fA�� QN X�N �_� ep 0000 00 �• >N 0 00 a CL ci 4 u Z 02 a V O V U �a E ii E a Z CL rS U U oa m m E z C E O V 1 G 0 m J d Of C V i R v c y m A 0 c C m m � G C d O E! ED a � S �° ZE c E H t � H � �o c a C _cx O Q Z N ..w xW c Ec w � 'p c �L e� fA O c Lm w 9 • 's • LL Ma a fE 3 _W p (a z o� � d a H H H H H a V O V U �a E ii E a Z CL rS U U oa m m E z C E O V 1 G 0 m J d Of C V i R v c y m A 0 c C m m � G C d O E! ED a � S �° ZE c E H t � H � �o c a C _cx O Q Z N ..w xW c Ec w � 'p c �L e� fA O c Lm w 9 • 's • LL Ma a fE 3 _W p (a z THE AMERICAN INSTITUTE OF ARCHITECTS AIA 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 Procurement Department 530 Green Street - Rm. 605 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 Bid Item 09 -198: Willis Foreman Road (Over Sprit Creek) Bridge Replacement for Augusta Engineering Department 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 27th day of January 2010 Mabus Brothers Construction Co.. Inc. (Seal) (Witness) Western Suretv Com i / r AIA ixx uN Mf%i 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 Attomey(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. Bid Bond 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 rated 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 a WEST SURE CO PANY � Paul T. Bruflat, 96nior Vice President State of South Dakota 1 I ss County of Minnehaha 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. atititir..rw } My commission expires i D. KRELL i a NOTARY PUBLIC November 30, 2012 I SOUTH DAKOTA�i d r -� D. Krell, Notary Public 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 27th day of January 2010 + WESTE SURETY COMPANY "�'� Forth F3146- 9-2006 . elson, Assistant Secretary 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. CNA TwAnowcommitwAo"You Maw THE AMERICAN INSTITUTE OF ARCHITECTS g No, 92959 AIA Document A312 Performance Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Mabus Brothers Construction Co., Inc. 920 Molly Pond Road Augusta, GA 30901 OWNER (Name and Address): Augusta Procurement Department Room 605, 530 Green Street Augusta, GA 30901 SURETY (Name and Principal Place of Business): Western Surety Company CNA Plaza Chicago, IL 60685 CONSTRUCTION CONTRACT Date: Amount: ($1,316,483.15 ) One Million Three Hundred Sixteen Thousand Four Hundred Eighty Three Dollars and 15/100 Description (Name and Location): Willis Foreman Road (Over Sprit Creek) Bridge Replacement BOND Date (Not earlier than Construction Contract Date): Amount: (S 1,316,483.15 ) One Million Three Hundred Sixteen Thousand Four Hundred Eighty Three Dollars and 15/100 Modifications to this Bond: El None ❑ See Page 3 CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seo Company: (Corporate Seal) Mabus Brothers Cons tr ion Co., In Western Suret Compa y E , r ' �. � 4? P POq� g i Signature: Signature: .lI Name and Tine Larry Oolsby, Vice- esident Name and Tit v - Cynthia M. Partin �^ Attomey -ln Fact (Any additional signatures appear on page 3) (FOR INFORMATION ONLY —Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or Willis other party): 1441 Main Street Columbia, SC 29201 I AIA DOCUMENT A312 q PERFORMANCE BOND AND PAYMENT BOND • QECEM ,"ft 1984 ED. • AIA 0 THE AMERICAN INSTITUTE OF ARCHITECTS, 173S NEW YORK AVE- M.W., WASHINGTON, D.C. 20006 A312 -3984 Z G- 54595 -A(1) 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 shalt not waive the Owner's right, if any, subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be de. clared earlier than twenty days after the Contractor and the Surety have received notice as provided in Sub- paragraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accor- dance with the terms of the contract with the Owner. 4 When the Owner has satisfied the conditions of Para- graph 3, the Surety shall promptly and at the Surety's ex- pense take one of the following actions: 4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or 4.2 Undertake to perform and complete the Construc- tion Contract itself, through its agents or through inde- pendent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Con- struction Contract, arrange for a contract to be pre- pared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a , qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in ex- cess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor's default; or 4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is deter- mined, tender payment therefor to the Owner; or .2 Deny liability in whole or in part and notify the Owner citing reasons therefor. 5 If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Subparagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6 After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to.the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Sure- ty is obligated without duplication for: 6.1 The responsibilities of the Contractor for correc- tion of defective work and completion of the Construc- tion Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and re- sulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 Liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual dam- ages caused by delayed performance or non- perfor- mance of the Contractor. 7 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Con- struction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators or successors. 8 The Surety hereby waives notice of any change, includ- ing changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obliga- tions. 9 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be Instituted within two years after Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever oc. curs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation avail- AIA DOCUMENT A312 - PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1984 ED. - AJA 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. 11 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12 DEFINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Con- MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: tractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, re- duced by all valid and proper payments made to or on behalf of the Contractor under the Construction Con- tract. 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig. nature page, including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to per- form or otherwise to comply with the terms of the Construction Contract. 12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Name and Title: Address: Signature: Name and Title: Address: AIA DOCUMENT AM2 - PERFORMANCE BOND AND PAYMENT BONO - DECEMBER 1984 CO. - AIA 0 THE AMERICAN INSTITUTE OF ARCHITECTS. 173S NEW YORK AVE.. N.W., WASHINGTON. D.C. 20(706 A31I2 -1984 3 C- 54595 -A(3) CNA, THE AMERICAN INSTITUTE OF ARCHITECTS . Bond No. 929502889 AIA Document A312 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 30901 OWNER (Name and Address): Augusta Procurement Department Room 605, 530 Green Street SURETY (Name and Principal Place of Business): Western Surety Company CNA Plaza Chicago, IL 60685 Augusta, GA 30901 CONSTRUCTION CONTRACT Date: Amount: ($1,316,483.15 ) One Million Three Hundred Sixteen Thousand Four Hundred Eighty Three Dollars and 15/100 Description (Name and Location): Willis Foreman Road (Over Sprit Creek) Bridge Replacement BOND Date (Not earlier than Construction Contract Date): Amount: ($ 1,316,483.15 ) One Million Three Hundred Sixteen Thousand Four Hundred Eighty Three Dollars and 15/100 Modifications to this Bond: 0 None 0 See Page 6 CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) Mabus Brothers Construction Co., In Signature: Name and Title: Larry oolsby, Vice resident (Any additional signatures appear on ge 6) SURETY Company: (Corporate Se } Western Sure Company f Signature: Name and Ti : Cynthia M. Partin Attomeyin -Fact (FOR INFORMATION ONLY —Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or Willis other party): 1441 Main Street Columbia, SC 29201 -- - AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT tiONO • DECEMBER 1964 10. • AIA 41 THE AMERICAN INSTITUTE OF ARCHITECTS, 1716 NEW YORK AYE.. N.W.. WAStuNCTON, O.C. 20006 A312-19S4 4 C•54595-A(4) I The Contractor and the Surety, jointly and severalty, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the perfor- mance of the Construction Contract, which is 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 (at 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 all sums due. 4 The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with sub- stantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the Contractor: .1 Have furnished written notice to the Con- tractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the mate- rials were furnished or supplied or for whom the labor was done or performed: and .2 Have either received a rejection in whole or in part from the Contractor, or not received with- in 30 days of furnishing the above notice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly; and .3 Not havingbeenpaidwithintheabove30days, have sent a written notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. 5 If a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety, that is sufficient compli- ance. 6 When the Claimant has satisfied the conditions of Para- graph 4, the Surety shall promptly and at the Surety's ex- pense take the following actions: 6.1 Send an answer to the Claimant, with a copy to the Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for chal- lenging any amounts that are disputed. 6.2 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 forany payments made in good faith by the Surety. 3 Amounts owed,by the Owner to the Contractor under the Construction Contract shall be used for the perfor- mance of the Construction Contract and to satisfy claims, if any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work. 9 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelat. ed to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obliga- tions to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10 The Surety hereby waives notice of any change, includ. ing changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obliga- tions. 11 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdic- tion in the location in which the work or part of the work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by'Sub- paragraph 4.1 or Clause 4.2 (iii), or (2) on which the last labor or service was performed by anyone or the last mate- rials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the orevisions of this Paragraph art-, void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applica- ble. 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the sig- nature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be suffi. cient compliance as of the date received at the address shown on the signature page. 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this AIA DOCUMENT A312 - PERFORMANCE BOND AND PAYMENT BONA • DECEMBER 1964 ED. • AIA b THE AMERICAN INSTITUTE OF ARCHITECTS. 1715 NEW YORK AVE., N.W., WASIUNE;70N, O.C. 20M A312.1984 5 G -54 595 -AW 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 95.1 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. 1S.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 1S.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: Name and Title:. Address: Signature: Name and Title: Address: AIA DOCUMENT A312 - PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1984 ED. - AIA THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20046 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: 929502889 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 VrtETy" 4 a� -- °o WEST // SURE COMPANY 4 90A. ?Wi �jZi f `•... Pr °p Paul T. Bruflat, Anior Vice President State of South Dakota 1 County of Minnehaha T ss On this 19th day of September 1 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. + My commission expires s D. KRELL s S S AE NOTARY PUBLIC EAS November 30, 2012 i SOUTH DAKOTAr +a55aaaaaabbti�,b�ti��,��,44� + 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 S �►RETy ° off WESTE SURETY COMPANY r �q. �Wi = Ay,'p 2Z s0 r'rti'o '*-Nelson, Assistant Secretary 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. irb® CERTIFICATE OF LIABILITY INSURANCE OP ID RG DAT E(MNW DmYY) MABUS -1 06/0341 0 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFOR A IO ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Snellings Walters Agency, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1117 Perimeter Ctr West W -101 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOV Atlanta GA 30338 Phone: 770- 396 -9600 Fax: 770- 399 -9880 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: Cincinnati Insurance C=WwW 10677 INSURER B: FFVA Mutual Insurance Cc 10385 Mabus Brothers Construction Cc INSURER C: 920 Moll Pond Rd INSURER D: Augusta GA i INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR TYPE OF INSURANCE POLICY NUMBER DATECMDIY EFFE DA PO LICY EX ID LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1000000 PREMISES(Eaoccurence) $ 100000 A X COMMERCIAL GENERAL LIABILITY CPP0836426 06/30/09 06/30/10 CLAIMS MADE FX] OCCUR MED EXP (Any one person) S 50 00 PERSONAL & ADV INJURY $ 1000000 GENERAL AGGREGATE s2000000 GEN'LAGGREGATELIMITAPPLIESPER: PRODUCTS - COMP/OP AGG $ 2000000 - POLICY X jE F I LOC • AUTOMOBILE LIABILITY ANY AUTO CPA0836426 06/30/09 06/30/10 COMBINED SINGLE LIMIT (Ea accident) $ 1000000 X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTYDAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG EXCESS I UMBRELLA LIABILITY EACH OCCURRENCE s5,000,000 • % OCCUR CCLAIMSMADE CPP 0836426 06/30/09 06/30/10 AGGREGATE $5,000,000 $ $ DEDUCTIBLE S RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER/EXECUTN OFFICERIMEMBER EXCLUDED? (Mandatory in NH) NC040- 0020538 -2009 06/30/09 06/30/10 X TORY LIMITS ER E.L. EACH ACCIDENT $ 1000000 E.L. DISEASE- EA EMPLOYE $ 1000000 If SPECIAL a PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 1000000 OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Project: 324 -04- 206824001 - Willis Foreman Road (Over Spirit Creek) Bridge Replacement The Certificate Holder and owner are included as Additional Insureds on the General Liability where required by written contract with the Named Insured. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION AUG — GAC DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRrTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Augusta, Georgia Commission REPRESENTATIVES. 530 GREENE STREET A�-IORIZE REPRESENTATIVE A ugusta GA 30901 ACORD 25 (2009101) ®1988 -2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. Augusta, GA Engineering Department I bi ZAMA 4 �# 1 Id L I j I A 4 MIll 3 33 fIN 1 :011 lacolu-3 �U tj I I li v 941 4 -3 0 I' R ' - 41 , S R = GC GENERAL CONDITIONS INDEX TO ARTICLES OF GENERAL CONDITIONS TABLE OF CONTENTS Section GC -12. Page No. GC -o>. DEFINITIONS ........................................................................ ..............................4 GC -14. GC -02. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS ............................6 GC -03. SCHEDULES, REPORTS AND RECORDS ............................ ..............................6 GC -04. SPENDOUT SCHEDULE ....................................................... ..............................7 GC -18. GC -05. NOTICE TO PROCEED ......................................................... ..............................8 PATENTS ................................................................................ .............................15 GC -o6. CONSTRUCTION LAYOUT .................................................. ..............................8 16 GC -07. DRAWINGS AND SPECIFICATIONS ...................... ............................... ........8 GC -o8. SPECIFICATIONS, STANDARDS AND OTHER DATA .... ............................... 9 GC -o9. DESIGN ALTERATION ........................................................ .............................10 GC -io. INCIDENTAL CONSTRUCTION ITEMS ............................. .............................10 GC -u. SHOP DRAWINGS ..................... ..... .............................10 ...... ............................... GC-22. PROTECTION OF WORK, PROPERTY AND PERSONS .... .............................17 GC-23. FINISHING AND DRESSING ................................................ .............................17 GC-24. FOUNDATION BACKFILL MATERIAL, TYPE i ................. .............................18 GC-25. FOUNDATION BACKFILL MATERIAL, TYPE II ............ .............................18 GC-26. GRADES .............................................................................. ............................... 18 GC-27. LANDSCAPING .................................................................. ............................... 18 GC 1 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract GC -12. MATERIALS, SERVICES AND FACILITIES ........................ ............................... u GC -13. INSPECTION AND TESTING ............................................. ............................... n GC -14. COMPACTION ...................................................................... .............................13 GC-15. CONCRETE ................ ............................... .............................. ............................1;3 GC-16. CONSTRUCTION ................................................................. .............................14 GC -17. TEST ROLLING ...................................................................... .............................>5 GC -18. SUBSTITUTIONS ................................................................... .............................15 GC -i9. PATENTS ................................................................................ .............................15 GC - 20. SURVEYS, PERMITS AND REGULATIONS ...................... ............................... 16 GC FENCE .............................................................................. ............................... 16 GC-22. PROTECTION OF WORK, PROPERTY AND PERSONS .... .............................17 GC-23. FINISHING AND DRESSING ................................................ .............................17 GC-24. FOUNDATION BACKFILL MATERIAL, TYPE i ................. .............................18 GC-25. FOUNDATION BACKFILL MATERIAL, TYPE II ............ .............................18 GC-26. GRADES .............................................................................. ............................... 18 GC-27. LANDSCAPING .................................................................. ............................... 18 GC 1 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract GC-28. MAILBOXES .......................................................................... .............................18 GC -29. MISCELLANEOUS DRAINAGE STRUCTURES .................. .............................19 GC -30. PATCHING AND REPAIR OF MINOR DEFECTS ............... .............................19 GC-31. PAVEMENT CUTS ................................................................ .............................19 GC -32. PAYMENT FOR PIPE CULVERT INSTALLATION ............. .............................19 GC -33. PIPE CULVERTS ................................................................... .............................19 GC -34. PRECAST CONCRETE UNITS ................... ...20 ..................... ............................... GC -35. RELOCATED WATER METERS ........................................... .............................20 GC -36. REMOVAL AND RESETTING OF ORNAMENTAL SHRUBS AND BUSHES ANDSOD ............................................................................................. .............................20 GC -37. REMOVING AND RESETTING OF OBSTRUCTIONS ........ .............................21 GC-38. SAW CUTS ............................................................................. .............................21 GC -39. SOD ........................ .............................21 ................................. ............................... GC-40. STORM DRAIN PIPE ............................................................. .............................21 GC-41. SUB - CONTRACTORS ........................................................... .............................21 GC -42. SUPERVISION BY CONTRACTOR ...................................... .............................22 GC - 43. CHANGES IN THE WORK ................................................... .............................22 GC -44. CHANGES IN CONTRACT PRICE ....................................... .............................22 GC -45. TIME FOR COMPLETION AND LIQUIDATED DAMAGES ...........................23 GC -46. CORRECTION OF WORK ................................................... .............................24 GC -47. SUBSURFACE CONDITIONS .............................................. .............................24 GC -48. SUSPENSION OF THE WORK, TERMINATION AND DELAY ......................25 GC -49. PAYMENTS TO THE CONTRACTOR ................................. .............................26 GC -50. ACCEPTANCE OF FINAL PAYMENT AS RELEASE ........... .............................28 GC -51. INSURANCE ......................................................................... .............................28 GC -52. CONTRACT SECURITY ........................................................ .............................30 GC -53. ASSIGNMENTS ...................................................................... .............................31 GC -54. INDEMNIFICATION ............................................................. .............................31 GC -55. SEPARATE CONTRACTS ...................... .....................31 GC -56. SUBCONTRACTING ............................................................ .............................32 GC -57. ENGINEER'S AUTHORITY .................. 33 GC -58. LAND AND RIGHTS -OF- WAY ............................................ .............................33 GC -59. GUARANTEE ........................................................................ .............................33 GC 2 of 43 AED -Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract GC -6o. TAXES ................................................................................... .............................34 GC -61. WORK ADJACENT TO RAILWAY OR OTHER PROPERTY ..........................34 GC -62. ORDER AND DISCIPLINE ................................................... .............................34 GC -63. WARNING DEVICES AND SIGNS ....................................... .............................34 GC -64. SPECIAL RESTRICTIONS .................................................... .............................35 GC -65. AS -BUILT DRAWINGS ......................................................... .............................35 GC -66. CONTRACTOR NOT TO HIRE EMPLOYEES OF THE OWNER ...................35 GC -67. DRAWINGS .......................................................................... .............................35 GC -68. FIELD OFFICE FACILITIES .................................................. .............................35 GC -69. RIGHTS -OF -WAY AND EASEMENTS ................................ .............................35 GC -70. ESTIMATE OF QUANTITIES ............................................... .............................36 GC -71. EXISTING STRUCTURES AND UTILITIES ......................... .............................37 GC -72. CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT ITEMS ........... 37 GC -73. PRIOR USE BY OWNER ....................................................... .............................37 GC -74. CLEANING UP ...................................................................... .............................37 GC -75. SALVAGE MATERIALS ........................................................ .............................37 GC -76. MAINTENANCE OF TRAFFIC ............................................. .............................37 GC -77. FLAGGING ............................................................................ ............................•39 GC -78. TRAFFIC DETOURS ............................................................. .............................39 GC -79. MAINTENANCE OF ACCESS .............................................. .............................39 GC -80. SPECIAL EVENTS .............................................................. ............................... 40 GC -81. EROSION CONTROL AND RESTORATION OF PROPERTY ....................... 40 GC -82. UTILITIES ..... ............................... ............................ ............................... ... 40 GC 83. UTILITY ACCOMMODATION POLICY ............................. .............................4z GC -84. BYPASSING SEWAGE .......................................................... .............................43 GC -85. SAFETY AND HEALTH REGULATIONS ............................... .......................... 43 GC -86. WARRANTY ......................................................................... .............................43 GC -87. PRECONSTRUCTION CONFERENCE ................................ .............................43 GC 3 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract GC -oi. 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. 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. �. 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. g. LIFE OF THE CONTRACT: The total duration of the contract from Notice to Proceed to completion of all the work. lo. CONTRACTOR: The person, firm or corporation with whom the Owner has executed the Agreement. ii. 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. GC 4 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract 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. 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. SPECIAL 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. 21. SPECIFICATIONS: A part of the Contract Documents consisting of written descriptions of a technical nature or materials, equipment, construction systems, standards and workmanship. 22. 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. 23. 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. 24. SUPPLEMENTAL GENERAL CONDITIONS: Modifications and /or additions to the GC 5 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract General Conditions of a specific nature generally aimed at the specific contract of which it is a part. 25. 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. 26. 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. 27. 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 -oz. 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. z. The additional drawings and instructions thus supplied will become a part of the Contract Documents. The Contractor shall carry out the work in accordance with the additional detail drawings and instructions. GC -03. SCHEDULES, REPORTS AND RECORDS: i. 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. a. 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) GC 6 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract 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 prior approval from Augusta Engineering Department. Augusta Engineering Department reserves the right to deny the submitted project team or parts thereof. Failure to provide aforementioned schedule and information within specified time will result in cancellation of Notice to Proceed. If information is not received within thirty (30) days from the date of Notice to Proceed cancelation, contract will be terminated without further notice. Within seven (7) days after the Preconstruction meeting, the Contractor shall provide a revised schedule with all issues and concerns addressed to Augusta Engineering Department. The revised Time -Logic Schedule shall be color coded with respect to responsibility, and shall be presented on D size paper (24'x36 "). The schedule shall be updated on a monthly basis displaying percentage of completion of all activities. The project base line and current date line shall appear on all updates. The Schedule shall be using Microsoft Project or Primavera Scheduling software. 3. The Contractor shall also submit a schedule of payments that he anticipates he will earn during the course of the work. 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 7 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract 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 -o6. CONSTRUCTION LAYOUT: Construction layout work shall be performed by the Contractor per Section 149 of the GDOT Standard Specifications. GC -07. DRAWINGS AND SPECIFICATIONS: 1. The intent of the drawings and specifications is that the Contractor shall furnish all labor, materials, tools, equipment and transportation necessary for the proper execution of the work in accordance with the Contract Documents and all incidental work necessary to complete the project in an acceptable manner, ready for us, occupancy or operation by the Owner. a. In case of conflict between the drawings and specifications, the specifications shall govern. Figure dimensions on drawings shall govern over general drawings. 3. Any discrepancies found between the drawings and specifications and site conditions or 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 GC 8 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract conversation with any officer, agent or employee of the Owner, either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. 6. All storm pipes, manholes, junction boxes, catch basins, inlets, misc pre -cast products and appurtenances shall comply with Georgia Department of Transportation (GDOT) standards and specifications. Storm pipes and other products shall be from current GDOT approved plants and stamped per GDOT inspection certification requirements. Submittal of data sheet, issued by the source (plant), containing pipe manufacturing and inspection data will be required at the time of arrival of material at project site. GC -o8. SPECIFICATIONS, STANDARDS AND OTHER DATA: All references in this document, (includes all papers, writings, documents, drawings, or photographs used, or to be used, in connection with this document), to State Highway of Georgia, State Highway Department, Highway Department, or Department when the context thereof means the Georgia Department of Transportation means, and shall be deemed to mean, Augusta- Richmond County, Augusta- Richmond County Commission - Council Department of Engineering Services. The data, together with all other information shown on these plans, or indicated in any way thereby, whether by drawings or notes or in any other matter, are based upon field investigations and are believed to be indicative of actual conditions. However, the same are shown as information only, are not guaranteed, and do not bind Augusta- Richmond County, Georgia in any way. Only the actual quantities completed and accepted will be paid for. The attention of the bidder is specifically directed to Subsections 102-04,102.05, and 104.03 of the Standard Specifications, of the Georgia Department of Transportation, current edition, which will be part of this contract. This project is based on, and shall be constructed in accordance with, the State of Georgia Department of Transportation Standard Specifications for Construction of Roads and Bridges, current edition and any supplements thereto. All of these specifications shall be considered as though fully contained herein. In cases where conflicts arise within these specifications, they will be revised to resolve such conflict. Until the conflict is resolved, the interpretation of the Engineer shall control the situation. GC 9 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract GC -og. 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 -1o. 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 mailboxes, 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 -ii. 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. z. 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 10 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract GC -12. MATERIALS, SERVICES AND FACILITIES: i. 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 -113. 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. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any work to specifically be inspected, GC 11 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract 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. 3. 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. 5. The project will be inspected by the Engineer or his /her representative. The Engineer and his representatives will at all times have access to the work. In addition, authorized representatives and agents of any participating Federal or State Agency shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials and other relevant data and records. The Contractor will provide proper facilities for such access and observation of the work and also for any inspection or testing thereof. 6. If any work is covered contrary to the written request of the Engineer, it must, if requested by the Engineer, be uncovered for his observation and replaced at the Contractor's expense. 7. If any work has been covered which the Engineer has not specifically requested to observe prior to its being covered or if the Engineer considers it necessary or advisable that covered work be inspected or tested by others, the Contractor at the Engineer's request, will uncover, expose or otherwise make available for observation, inspection or testing as the Engineer may require, that portion of the work in question, furnishing all necessary labor, materials, tools and equipment. If it is found that such work is defective, the Contractor will bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction. If, however, such work is not found to be defective, the Contractor will be allowed an increase in the contract price or an extension of the contract time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction and an appropriate change order shall be issued. 8. The Contractor shall give the Engineer 24 hours notice of starting any new work. No work shall be done or materials used without suitable supervision and inspection by the Engineer. The Contractor shall furnish the Engineer with necessary samples of material for testing purposes. GC 12 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract 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 103o -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. Bacicfilling with sand using jetting and /or flooding will not be allowed in any case without the written permission of the Engineer. Bacicfilling 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 1z months to z4 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 a" 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, 8:3o 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 13 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract GC -116. 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. Compensation will be incidental to primary pay item. 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 16o of the GADOT Standard Specifications and page PPA -i 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 or 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 14 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract 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 ioo % 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 -19. PATENTS: >. 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 15 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract GC -20. SURVEYS, PERMITS AND REGULATIONS: >. The Contractor shall furnish all land surveys and establish all base lines for locating the principal component parts of the work together with a suitable number of benchmarks and stacking information adjacent to the work as shown in the Contract Documents. From the information gathered by the Contractor, unless otherwise specified in the Contract Documents, the Contractor shall develop and make all detail surveys needed for construction such as slope stakes, batter boards, stakes for pile locations and other working points, lines, elevations and cut sheets. a. 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 direct 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 GC 43, Changes in the Work. GC -ai. 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. Compensation will be incidental to primary pay item. GC 16 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract The Contractor must furnish positive locking devices, padlocks, and keys with all gate assemblies. Compensation will be incidental to primary pay item. GC -22. PROTECTION OF WORK, PROPERTY AND PERSONS: 1. The Contractor will be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. He will take all necessary precautions for the safety of and will provide the necessary protection to prevent damage, injury or loss to all employees on the work and other persons who may be affected thereby, all the work and all materials or equipment to be incorporated therein, whether in storage on or off the site or other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 2. The Contractor will comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction. He will erect and maintain, as required by the conditions and progress of the work, all necessary safeguards for safety and protection. He will notify the owners of adjacent utilities when prosecution of the work 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 GC 17 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract 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 103o -D and Section 207 of the Standard Specifications. No separate payment will be made for this material or its placement. GC -25. FOUNDATION BACKFILL MATERIAL, TYPE II: Foundation Backfill Material, Type II shall conform to Georgia Standard 103o -D and Section 20'7 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. GC 18 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract 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 -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_ i. 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 GDOT Standard 1401. a. Payment for pipe culvert includes plugging existing pipe with Class "A" or "B" concrete (See GDOT 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 103o -D. GC 19 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract Fouftdation Backfill Material Type I shall conform to Georgia Standard 103o -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 GDOT 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 GDOT 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 -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 20 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract 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. Compensation will be incidental to primary pay item. Only saw cuts in Portland Cement Concrete, which are shown, as separate 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, longitudinal and stub pipe are to be reinforced concrete and shall include O -ring gaskets. 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. NOTE: All submissions shall include the following information for each Subcontractor: i) Name of Subcontracting Firm 2) Description of Work To Be Done 3) Contact Person's Name and 24 Hour Phone Number GC 21 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract 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: i. 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 (1o) days after the receipt of the ordered change pending the receipt of an executed change order or further instruction from the Owner. GC -44. 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 22 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract GC -45. TIME FOR COMPLETION AND LIQUIDATED DAMAGES: >. 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. If the Contractor shall fail to complete the time - specified construction activity within the specified 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 for completion of this construction activity. 5. 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. 5- To any preference, priority or allocation order duly issued by the Owner. 5.2 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 5.3 To any delays of subcontractors occasioned by any of the causes specified in Paragraphs 4.1 and 4.2 of this Article. GC 23 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract GC -46. CORRECTION OF WORK: 1. The Contractor shall promptly remove from the premises all work rejected by the Engineer for failure to comply with the Contract Documents, whether incorporated in the construction or not and the Contractor shall promptly replace and re- execute the work in accordance with the Contract Documents and without expense to the Owner and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. 2. All removal and replacement work shall be done at the Contractor's expense. If the Contractor does not take action to remove such rejected work within ten (1o) days after receipt of written notice, the Owner may remove such work and store the materials at the expense of the Contractor. 3. Any omissions or failure on the part of the Engineer to disapprove or reject any work or material shall not be construed to be an acceptance of any defective work or material. The Contractor shall remove, at his own expense and shall rebuild and replace same without extra charge and in default thereof the same may be done by the Owner at the Contractor's expense or in case the Engineer shall not consider the defect of sufficient importance to require the Contractor to rebuild or replace any imperfect work or material, he shall have the power and is hereby authorized to make an equitable deduction from the stipulated price. GC -47. SUBSURFACE CONDITIONS: 1. The Contractor shall promptly and before such conditions are disturbed, except in the event of an emergency, notify the Owner by written notice of: 1.1 Subsurface or latent physical conditions at the site differing materially from those indicated in the Contract Documents. 1.2 Unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. 2. The Owner shall promptly investigate the conditions and if he finds that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required, for performance of the work, an equitable adjustment shall be made and the Contract Documents shall be modified by a Change Order. Any claim of the Contractor for adjustment hereunder shall not be allowed unless he has given the required written notice; provided that the Owner may, if he determines the facts so justify, consider and adjust any such claims asserted before the date of final payment. GC 24 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract GC -48. SUSPENSION OF THE WORK, TERMINATION AND DELAY: i. 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 (io) days from delivery of a written notice, terminate the services of the Contractor and take possession of the Project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and finish the work by whatever method he may deem expedient. In such case, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the Contract Price exceeds the direct and indirect costs of completing the Project, including compensation for additional professional services, such excess shall be paid to the Contractor. If such costs exceed such unpaid balance, the Contractor will pay the difference to the Owner. Such costs incurred by the Owner will be determined by the Engineer and incorporated in a Change Order. 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 GC 25 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract the Owner due the Contractor will not release the Contractor from compliance with the Contract Documents. 5. After ten (io) 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 (go) 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 (3o) 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 (io) 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 (io) 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 -49. PAYMENTS TO THE CONTRACTOR: 1. Between the first (ist) 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 GC 26 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract 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 (io %) 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 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 GC 27 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract 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 "io 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. GC -50. ACCEPTANCE OF FINAL PAYMENT AS RELEASE: >. 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 (i) by any person as a result of an offense directly or indirectly related to the employment of such person by the Contractor or GC 28 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract (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. 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 $2,000,000 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 $5,000,000 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 $i,000,000 for all property damage sustained by any one person in any one accident; and a limit of liability of not less than $2,000,000 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 (i) 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. GC 29 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract 4. The Contractor shall procure and maintain, at his own expense, during the life of the Contract, in accordance with the provisions of the laws of the state in which the work is performed, Workman's Compensation Insurance, including occupational disease provisions, for all of his employees at the site of the project and in case any work is sublet, the Contractor shall require such Subcontractor similarly to provide Workman's Compensation Insurance, including occupational disease provision for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this Contract at the site of the Project is not protected under Workman's Compensation statute, the Contractor shall provide and shall cause each Subcontractor to provide adequate and suitable insurance for the protection of his employees not otherwise protected. 5. The Contractor shall secure, if applicable, "All Risk" type Builder's Risk Insurance for work to be performed. Unless specifically authorized by the Owner, the amount of such insurance shall not be less than the contract price totaled in the bid. The policy shall cover not less than the losses due to fire, explosion, hail, lightening, vandalism, malicious mischief, wind, collapse, riot, aircraft and smoke during the contract time and until the work is accepted by the Owner. The policy shall name as the insured the Contractor, the Engineer and the Owner. 6. Contractor shall provide a Builders Risk All Risk insurance policy for the full replacement value of all Project work including the value of all onsite Owner - furnished equipment and /or materials associated with Program Manager's services. Such policy shall include coverage for loss due to defects in materials and workmanship and errors in design, and will provide a waiver of subrogation as to the Owner, and owner's respective officers, employees, agents, affiliates, and subcontractors. GC -52. CONTRACT SECURITY: 1. The Contractor shall, within ten (io) 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 GC 30 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract list of Surety Companies accepted on Federal Bonds, Contractor shall within ten (io) 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: 1. Neither the Contractor nor the Owner shall sell, transfer, assign or otherwise dispose of the Contract or any portion thereof, or his right, title or interest therein, or his obligations thereunder, without written consent of the other party. GC -54. INDEMNIFICATION: 1. The Contractor will indemnify and hold harmless the Owner 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 GC 31 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract 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 therefore as provided in Sections GC -44 and GC - 45• GC -56. SUBCONTRACTING: >. 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 32 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract GC- 57.ENGINEER'S AUTHORITY: >. 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: i. 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. 3. 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 / WARRANTY: 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 GC 33 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract 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 -6o. TAXES: 1. The Contractor will pay all sales, consumer, use and other similar taxes required by the law of the place where the work is performed. GC -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 Facility 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 without the Engineer's written consent. GC -63. WARNING DEVICES AND SIGNS: 1. The Contractor shall furnish, erect, paint and maintain warning devices when construction is on or near public streets for the protection of vehicular and pedestrian traffic. Such devices will be in accordance with the Georgia Manual on Uniform Traffic Control Devices for Street and Highways, "Traffic Control for Highway Construction and Maintenance Operations," latest edition. a. 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 warranty period. GC 34 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract GC -64. SPECIAL RESTRICTIONS: 1. 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: 1. The Contractor shall not employ or hire any of the employees of the Owner. GC -67. DRAWINGS: 1. 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: 1. 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. Include payment in Lump Sum construction if no separate pay item is specified. 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 GC 35 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract it is possible that all land and rights -of -way may not be obtained as herein contemplated before construction begins, in which event the Contractor shall begin his work upon such land and rights -of -way as the Owner may have previously acquired and no claim for damages whatsoever will be allowed by reason of the delay in obtaining the remaining lands and rights -of -way. Should the Owner be prevented or enjoined from proceeding with the work or from authorizing its prosecution, either before the commencement, by reason of any litigation or by reason of its inability to procure any lands or rights -of -way for the said work, the Contractor shall not be entitled to make or assert any claim for damage by reason of said delay or to withdraw from the contract except by consent of the Owner; but time for completion of the work will be extended to compensate for the time lost by such delay; such determination to be set forth in writing and approved by the Owner. a. 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 -70. 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 36 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract GC -71. EXISTING STRUCTURES AND UTILITIES: i. 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 -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 GC 37 of 43 AED -Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract 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 the Owner or the Engineer. 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. 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 GDOT Standard 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 of GDOT Standard Specifications The Contractor shall so conduct his operations that there will be a minimum of interference with, or interruption of, traffic on the travel way. This applies to initial installation and the continuing maintenance and operation of the facility. At least one -lane, two -way, traffic shall be maintained at all times unless approved otherwise by the Engineer. As a minimum, the Contractor must comply with MUTCD, current edition and GDOT 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 or as directed by the Engineer. GC 38 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract 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 61 7 -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. GC -78. TRAFFIC DETOURS: Where detours are required and in accordance with Section 150 of the GDOT Standard Specifications and any Supplements thereto, the Contractor shall file for approval a detour plan of operation for this project to the Engineer. 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 GDOT Standard 9102. GC -79. MAINTENANCE OF ACCESS: 1. The Contractor will be required to maintain access to business establishments GC 39 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract 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 provided the Contractor has otherwise pursued the work diligently. GC -8i. 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 compliance monitoring and record keeping plan that is in compliance with the work site erosion control and NPDES plan, per the Georgia Department of Transportation and Georgia Environmental Protection Erosion, Sediment and Stormwater Pollution Control requirements. 2. The contractor will be responsible for NPDES monitoring and documentation to keep the project in compliance with applicable NPDES permit requirements. 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 contractor will be responsible to comply with GDOT Special Provision Section 167-Water Quality Monitoring 4. 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 GC 40 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract 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 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. Certain utilities may not be covered under one -call center program such as street lights. In this case, the Contractor shall contact the respective utility provider directly. 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 Public Storm Sewer, Augusta Utilities and Augusta Traffic Engineering will be handled by the utility owner. GC 41 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract THE FOLLOWING UTILITY COMPANIES SHALL BE NOTIFIED BEFORE WORK BEGINS: Atlanta Gas Light Company Augusta Richmond County Utilities 337 Habersham Road 36o Bay Street, Suite 18o Martinez, Georgia 30907 Augusta, GA 30901 Phone: (7o6) 214 -o858 Phone: (7o6) 312 -4132 Fax: Fax: (7o6) 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. 3o817 Phone: (7o6) 228 -5203 Phone: (7o6) 836 -o13o Fax: (7o6) 855 -1917 Fax: (7o6) 359 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 3o Fax: (7o6) 364 -1011 Phone: (7o6) 547 - 5 01 9 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 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 42 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract 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. No separate payment will be made for this item or bypass pumping. Payment shall be incidental to the primary pay item. 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 (PL9 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 18o 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 43 of 43 AED- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract t 3) ; I i lial I kkil I ► R � ► f SECTION P PROPOSAL Date: rejoyct r , 7-4 Gentlemen: In compliance with your invitation for bids dated Jm-%-A 7 . 2,oio, the undersigned_ hereby proposed to f rnish all labor, equipment, and materials, and to perform all work for the installation of roadway improvements, and appurtenances referred to herein as: WILLIS FOREMAN ROAD (OVER SPIRIT CREEK) BRIDGE REPLACEMENT PROJECT NUMBER: 3z4 o4 - zo6& ooi In strict accordance with the Contract Documents and in consideration of the amounts shown on the Bi Schedule pttichedtiereto and tot - 411g: 01% w_ A A • I I I I . I :DOLLARS The undersigned hereby agrees that, upon written acceptance of this bid, he will within io 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 IQ calendar days after the date of written notice to proceed, and that he will complete the work within 2 0 raeadar des The undersigned aclmowledges receipt of the following addenda: Addendum Number: Addenduip Date: Z o Respectfully submitted: (Name of F ; Zo Mo lt Q �cts�a, �� 3000/ �Bl]S]f]PRC raeol L: Title: P -2 A ,D- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract WILLIS FOREMAN ROAD (OVER SFIR1T CREED BRIDGE REPLACEN OrI NT PROJECT NUMBER: 32404206824001 I. ROADWAY _ Pay Item Descri Lion Units Unit Price Amount 00 -1000 Force Account LS i $z oo,000 200 ,000 1 - Traffic Control (Lump Sum) LS LS i -1 oo Field En ' eerin Office LS 1 .00 7✓`AO.Qf L 157 -10 01 Construction Stakin LS x ( ✓�a0 =d0 fio �,o E r Grassin AC 1 4 / 7 00. #163-o3oo lch TN 5.�, i�CV Construction Exi t EA 2 Z Construct And Remove Rip Rap Check Dams, 16 -0 7 Stone Plain Ri Ra / Sand Bags FA Z Maintenance Of TemporarY Silt Fence, 105 C LF 6 7 SOD 3 457. c i6 - oo4i Maintenance Of Check Dams - All Types EA 12 .C� L 6 - 5 -0101 Maintenance Of Construction Exit EA z F NPDES Water Quality Monitoring And i x000 am EA z i6 -x oo NPDES Com fiance Water QuaIi ections MO 10,0.E 1 7 1 -0030 Tem Silt Fence, e C LF 6 57 Z. 7 6 - 100 5,7 210-0100 *grading Com lete (Lum Sum) LS I oiW pp gf 20-2000 nP Sum Construction LS i 5 49% . o Gr AM Base Crs,12 Inch, Incl Marl SY 71 .S,C Recycled Asph Conc Leveling, Ind Bitum 02 -Am Matl & H Lime TN Recycled Asph Conc 2 -5 mm Super 4 02 - i Gp x or 2, Incl. Bitum Mad & H Lime Recycled TN ioo6 a8, 86 G9L /z, Asph Conc 12.5 mm Superpave, 402 Go 2 Only In cl Bitum Matl & H Lime TN 77 Z 70 P -2 A ,D- Willis Foreman Road (Over Spirit Creek) Bridge Replacement Contract SUBTOTAL I: P -3 AED- Willis F Road (over Spirit Creek) Bridge Replacement Contract NVVII,I,I$ P01tEMAN ROAD (OVER CREEK) BRIDGE REPLACEMENT PROJECT NUMBER: 3 24 -04- 206824001 Pa Item Des cri Lion Unit cycled Asph Conc_ .1q Mm Superpave, Units Price Amount 402-1 G 1 Or 2, Incl Bitum Mato & H Lime TN o 7/• -4 1 3 - . 1000 Bitum Tack Coat GL .1 Z. A 1 -1000 Reinf Conc A roach Slab SY i 1 4 79 1 ?9 / z i -uoo Guardrail. TP w LF .12 o /Z$$ /4 /00- 46 - 006 Guardrail Anchor e, TP 6 EA 1,6 9, 1 50 �TB Guardrail Ancho e, TP u EA O#f.55 8/7P.?D 6 - oz Ski Traffic S e In, Yellow GLF 82 6 -1 of Thermo lastic Solid Traf Sqip 5 In, white LF D• 5• /893 L3 6 -1 oz Thermo lastic Solid Traf S t # pe , 5 In, Yellow LF o. s i r4 7z ss o Permanent Grassing AC 2 00 -7000 'cultural Lime TN 7 0 .10 Li 'd Lime GL 7ou 48000 Fertilizer Mixed IN I 4 QD. GIB loo -8ioo Fertilizer Nitxo en Content LB - 716 -2000 Erosion Control Mats, lopes s Sy --68 SUBTOTAL I: P -3 AED- Willis F Road (over Spirit Creek) Bridge Replacement Contract WIWS FOREMAN. RZOA!) ' (OVER SPIRff CREEK) BRIDGE REPLACEMENT . PROJECT NUMBER: , 324 -04- 206$24001 I. BRinr.R Pay Item Description Units Qtv Unit Price Amount oo -ioo6 SuPers& Concrete, Cl AA, Br No i 50 0-3un Class A Concrete PSC Beams, SPCL Design, Br No i - 17 "x 48" PSC Box Beams u- -woo Bar Reinf steel CY CY LF LB 24 71 - 458 8635 .03 Zl 55Z ?77 AO V 73 0 - 0 9 SuPerstr Reinf Steel, Br No i LB 740 / 78¢.0 -2=6 I Pilin PSC, z6 In LF i oo 5.6V 77th. 5 2 0-3216 Test Pile, PSC, 16 In Sq 52o -4=6 Load Test, PSC, 1 6 In S EA EA a i 3, M 43 (PL%7 & o -no' Removal Of Existing Br, Sta No 9+95 LS i 1 60 000 Plastic F Fabric coo -0000 Dum ed Rip Ran. TPi, z4In, Stn SY SY 830 [ 830 .3.713 .3 OTC 48• o7 01 Subtotal II: $-. 7G GSDa.9,9 P-4 AED- Willis Foreman Road (over Spirit Creek) Bridge Replacement contract WILLIS FOREMAN ROAD (OVER SPIRIT CREEK] . BRIDGE.. TLACEMUNt PROJECT NUMBER:. - 324 -04- 206824001. ' . II. WATER LOCATION Pa Item Description Unit Price Amount 24" Diameter Ductile Iron Water Main, Class 300, Restrained Joint, Including Fittings & Appurtenances, Ties To Existing Water Main, JIMA 6 o-zz o Sho ' Dewa And Backfilling 196.77 24" In Line Butterfly Valve, Open Left, 670-o670 Inclu ' Valve Box, Installed Complete ' 9 993A / OD Class A Concrete (Concrete Encasement, .50 0-31 01 In Ph CY Class A Concrete, Including Reinforcing iA 00- 800 Steel (Thrust Collars) CY 1 / 7 av G� 6n4k4o qd' nit Valve Box To Grade EA Z AV 0 iz 1 000-0000 Tie to ng 2 4" Watermain with 26 x a " Tee EA a 6 Wo Relocate Existin Fire Hydrant EA 1 Z7� [205 -0001 d Excavation, Including Disposal e Foundation) FFoundation CY 100 /a. too A2 p Backfill Ma terial , 'Type II ( #5a0 10 -0001 Additional Unclassified Excavation CY loo 30. G►D 3 QQ�• [ 20 7 -200 3 Imperfect Trench Backfill Material, Type III, Inclu fing Disposal Of Unsuitable Material CY 100 /7 1 /, 7; , SUBTOTAL III: S 1 P -5 AED- Wilds Foreman Road (Over Spirit Creek) Bridge Replacement Contract WILLIS FOB ROAD .(OVER SPIRIT CREEK) BR!DGE REPLACEMZNT PROJECT MJM iR:..324-04- 20682.4401. I. GRADING COMPLETE Pa Item Descri do a 000 -0000 Clearing & Grubbin 210-0100 Cut 210-0100 Fill H Borrow ntities for information Units LS CY K%V M Unit Price Amount 1 �5 ! .l 30 S. ob /? ,6m 1 i TZZ W. 4;v SUBTOTAL IV: GRAND TOTAL: * *Grading Complete shall include all costs associated with clearing and grubbing, cut, fill, borrow and obtaining, maintaining and restoration of any borrow and /or waste pits. * *Lump Sum Construction shall include all costs associated with mobilization, demobilization, bonds, insurance, construction layout, property restoration, utility coordination, construction material testing, dewatering, as- built, any other required work without specific pay item. P -6 AED- Willis Foreman Road (over Spirit Creek) Bridge Replacement Contract Augusta, GA Engineering Department TECHNICAL tiw " 13 co" us c LIU IM- 1 14 33 i0 e i a ► i � ♦ i i First Use January 4, 2000 Page 1 of 54 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION Section 150 — Traffic Control Add the following: Rev. July 1, 2003 April t5, 2004 October 11, 2005 October 25, 2005 February 10, 2006 April 20, 2006 May S, 2007 September 18, 2007 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, signals, cones, pavement markings and other traffic control devices and shall include flagging and other means for guidance and protection of vehicular and pedestrian traffic through the Work Zone. This Work shall include both maintaining existing devices and installing additional devices as necessary in construction work zones. When any provisions of this Specification or the Plans do not meet the minimum requirements of the MUTCD, the MUTCD shall control. The 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 -2004 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. ga. us /thesource /pdf /special_ Provisions /shelf /sp 150.html 12/7/2007 First Use January 4, 2000 Page 2 of 54 may be necessary for the Contractor to designate an alternate WTCS. An alternate WTCS must meet the same requirements and qualifications as the primary WTCS and be accepted by the Engineer prior to beginning any traffic control duties. The Worksite Traffic Control Supervisor's traffic control responsibilities shall have priority over all other assigned duties. As the representative of the Contractor, the WTCS shall have full authority to act on behalf of the Contractor in administering the TTC Plan. The WTCS shall have appropriate training in safe traffic control practices in accordance with Part VI of the MUTCD. In addition to the WTCS all other individuals making decisions regarding traffic control shall meet the training requirements of the Part VI of the MUTCD. The WTCS shall supervise the initial installation of traffic control devices. The Engineer prior to the beginning of construction will review the initial installation. Modifications to traffic control devices as required by sequence of operations or staged construction shall be reviewed by the WTCS. The WTCS shall be available on a full -time basis to maintain traffic control devices with access to all personnel, materials, and equipment necessary to respond effectively to an emergency situation within forty-five (45) minutes of notification of the emergency. The WTCS shall regularly perform inspections to ensure that traffic control is maintained. Unless modified by the special conditions or by the Engineer, routine deficiencies shall be corrected within a twenty -four (24) hour period. Failure to comply with these provisions shall be grounds for dismissal from the duties of WTCS and /or removal of the WTCS from the project. Failure of the WTCS to execute his duties shall be considered as 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. Failure to maintain a Certified Worksite Traffic Control Supervisor on the work will be considered as non - performance under Subsection 150.08. The WTCS shall perform, as a minimum, weekly traffic control inspections on all interstate and limited access highways. The inspection shall be reported to the Engineer on a TC -1 report. The Engineer will furnish a blank copy of the TC -1 report to the Contractor prior to the beginning of any work on the interstate or limited access right -of -way. C. TRAFFIC CONTROL DEVICES http: / /tomeat2_dot. state. ga. us / thesource /pdf /special — Provisions /shelf /sp 150.html 12/7/2007 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: Channeiization 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: 1. Guardrail including anchors and delineation 2. Impact attenuators 3. Traffic signals 4. Warning devices 5. Pavement markings including words, symbols, stop bars, and crosswalks fi. 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 http: / /tomcat2. dot. state. ga. us / thesource /pdf /special _provisions /shelf /spl 50.html 12/7/2007 First Use January 4, 2000 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 TTC 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. ga. us /thesource /pdf /special _provisions /shelf /spl5O.html 12/7/2007 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 150.02.8.4. As an option to the Sequence of Operations in the Contract, the Contractor may submit an alternative Sequence of Operations for review and approval. 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: I. 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: / /tomeat2. dot. state. ga. us/ thesource /pdf /special _provisions /shelf /sp 150.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 /thesource /pdf/ special _provisions /shelf /spI50.btm1 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. / /tomcat2. dot. state. ga. us /thesource /Pdf /special_provi sions /shelf /sp 150.htmi 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. S. 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 150.04.13. 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') 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 /sp150.htm1 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 150.08. Prior to the removal of any rumble strips located in the travelway, stop ahead (W3 -1a) warning signs shall be double indicated ahead of the stop condition. These warning signs shall be a minimum of 48 inches by 48 inches. The reflectorization of the warning signs shall be as required by Subsection 150.01.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. http: / /tomcat2.dot. state. ga. us /thesource /pdf /special — provisions /shelf /sp 150.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 (20� feet. The maximum length of rail that can be removed at any time without being replaced with positive barrier protection is a total of 1000 linear feet of existing rail or the total length of one run of existing rail, whichever is 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 (7) feet in height for a short duration in order to direct additional attention to a new or relocated stop sign(s). Flags should not be used for durations exceeding two weeks unless unusual or site specify conditions warrant a longer period of time. The use of Type "A" flashing red light(s) attached to the stop sign(s) may be appropriate during the same period that the flags are in use to increase attention. http: / /tomcat2.dot. state. ga. us / thesource /pdf /special _provisions /shelf /spI50.html 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 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: http: / /tomcat2. dot. state. ga. us / thesource /pdf /special _provisions /shelf /sp i 50.html 12/7/2007 First Use January 4, 2000 Page 12 of 54 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 (R2 -1) shall be maintained. c) INTERSECTING ROADWAYS: Intersecting state routes shall be signed in advance of each intersection with the Work Zone with a HWZ -2 sign to warn motorists that increased fines are in effect. All other intersecting roadways that enter into a designated Highway Work Zone may be signed in advance 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 http: / /tomcat2.dot. state. ga. us / thesource /pdf /special_provisions /shelf /spl 50.html 12/7/2007 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 (R2 -1) for the reduced speed limit shall be erected at the beginning of the work zone. Additional signs shall be placed to ensure that the maximum spacing of the reduced speed limit signs shall be no greater than one (1) mile apart. Existing speed limit signs shall be covered or removed. On multi- lane divided highways the speed limit signs shall be double indicated when the reduced speed is in use. When any one or more of the following conditions exist and the existing speed limit is 65 mph or 70 mph, the speed limit shall be reduced by 10 mph. If the existing speed limit is 60 mph, the speed limit should be reduced by 5 mph. If the existing speed limit is 55 mph or less, the Contractor can only reduce the speed limit with the prior approval of the Engineer. The reduction in the speed limit shall be no greater than 10 mph: a) Lane closure(s) of any type and any duration. b) The difference in elevation exceeds two inches adjacent to a travel lane as shown in Subsection 150.06, Detail 150 -B, 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. http : / /tomcat2.dot. state. ga. us /thesource /pdf /special — Provisions /shelf /sp 150.html 12/7/2007 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. http: / /tomcat2. dot. state. ga. us / thesource /pdf /special _provisions /shelf /sp150.html 12/7/2007 First Use January 4, 2000 Page 15 of 54 INILHSIAII ANU MULII DIVAL) H16HWAY 516NINIi SHALL tit DOUBLE INCICATED (RIGHT SHOULDER AND MEDIAN SHOULDER) 600' 1 600' 600` 600' I / K HWZ -2 SIGNS OR OR K WORK ZONE OR K SPEED LIMIT R2 -1 48" X 60" REDUCED SPEED LIMIT SHALL HAVE THE PRIOR APPROVAL OF THE ENGINEER. 14 REDU SPEED AI�AD R2 -5a 48"X 60" Ld O N 0 W a N 2 U W m SPEED THIS SIGN SHALL BE INSTALLED ONLY LIMIT WH EN THE SPEED REDUCIT[ON IS GREATER THAN TO M.P.H. FROM THE EXISTING POSTED SPEED LIMIT. R2 -1 48 "X 60" 600' 500' SPEED REDUCED CONSTRUCT[ LIMIT REDUCED SHALL BE SPA * * I OF ONE MILE APART. R2 -1 48" X 60" All INTERSECTING ROADWAYS SHALL BE SIGNED WITH A HWI -1 SIGN TO WARN MOTORIST ENTERING THE HIGHWAY WORK ZONE. INTERSTATE AND MULTI -LANE HIGHWAY SIGNING SHALL BE DOUBLE INDICATED (RIGHT SHOULDER AND MEDIAN SHOULDER). SIGN SIZES SHOWN ARE MULTI -LANE DIVIDED HI FOR OTHER HIGHWAYS US SIGNS AS PER THE M.U. HWZ -2 AND HWH SIGNS DETAIL 150 -H http: / /tomcat2. dot. state. ga. us /thesource /pdf /special _provisions /shelf /sp150.htmi 12/7/2007 OR OR K Hw1- K SIGNS [ SPEED ` LIMIT F [ F [ R2 -1 i 48160" E SPEED REDUCED CONSTRUCT[ LIMIT REDUCED SHALL BE SPA * * I OF ONE MILE APART. R2 -1 48" X 60" All INTERSECTING ROADWAYS SHALL BE SIGNED WITH A HWI -1 SIGN TO WARN MOTORIST ENTERING THE HIGHWAY WORK ZONE. INTERSTATE AND MULTI -LANE HIGHWAY SIGNING SHALL BE DOUBLE INDICATED (RIGHT SHOULDER AND MEDIAN SHOULDER). SIGN SIZES SHOWN ARE MULTI -LANE DIVIDED HI FOR OTHER HIGHWAYS US SIGNS AS PER THE M.U. HWZ -2 AND HWH SIGNS DETAIL 150 -H http: / /tomcat2. dot. state. ga. us /thesource /pdf /special _provisions /shelf /sp150.htmi 12/7/2007 First Use January 4, 2000 Page 16 of 54 http : / /tomcat2. dot. state. ga. us / thesource /pdf /special _provisions /shelf /sp 150.htm] 12/7/2007 First Use January 4, 2000 Page 17 of 54 http: / /tomcat2. dot. state.ga.us /thesource /pdf/speci al — Provisions /shelf /sp 15O.htmi 12/7/2007 First Use January 4, 2000 Page 18 of 54 COLORS TOP PANEL LEGEND & BORDER - BLACK (NON -REEL) BACKGROUND - FLUORESENT ORANGE (ASTM TYPE VII. VIII. IX or X) MIDDLE (& BOTTOM PANELS LEGEND & BORDER - BLACK (NON -REFL) BACKGROUND - WHITE (ASTM TYPE III OR IV REFL SHEETING) NOTES: 1. ALL HWZ -2 SIGN PANELS SHALL BE RIGID. 2. THE SIZE OF THE HWZ -2 SIGN SHALL NOT BE REDUCED FOR USE ON TWO -LANE ROADWAYS. http: / /tomeat2. dot. state. ga. us / thesource /pdf /special _provisions /shelf /sp 150.html 12/7/2007 3,4' MARGIN 1 1 '4 " BORDER 40" ._ 4 3" RADIUS _ 5 � 1 4 „ BAR 6 ., 6 " SER 18 15 3 60 " 1 E � 6 1 6„ SER. "0„ 6 -��� 36 „ -4 6 ” 3 E A 0 6 '_. 6" SER. 13 22" .. 13" 3" i, , 1 ��" 4 BAR UlN Q UV U �1U U UW -. _2_..4. 4 SER. .,D," 134» (� ((��((��((�� (� IJ 01J1 E � 100 4„ 4 "" SER. " 26" 48'" HWZ -2 COLORS TOP PANEL LEGEND & BORDER - BLACK (NON -REEL) BACKGROUND - FLUORESENT ORANGE (ASTM TYPE VII. VIII. IX or X) MIDDLE (& BOTTOM PANELS LEGEND & BORDER - BLACK (NON -REFL) BACKGROUND - WHITE (ASTM TYPE III OR IV REFL SHEETING) NOTES: 1. ALL HWZ -2 SIGN PANELS SHALL BE RIGID. 2. THE SIZE OF THE HWZ -2 SIGN SHALL NOT BE REDUCED FOR USE ON TWO -LANE ROADWAYS. http: / /tomeat2. dot. state. ga. us / thesource /pdf /special _provisions /shelf /sp 150.html 12/7/2007 First Use January 4, 2000 Page 19 of 54 COLORS TOP PANEL LEGEND & BORDER - BLACK (NON -REFL) BACKGROUND - FLUORESENT ORANGE (ASTM TYPE VII, VIII, IX or X) BOTTOM PANEL LEGEND & BORDER - BLACK (NON -REFL) BACKGROUND - WHITE (ASTM TYPE III OR 1V REFL SHEETING) NOTES: 1. ALL HWZ -3 SIGN PANELS SHALL BE RIGID. 2. THE SIZE OF THE HWZ -3 SIGN SHALL NOT BE REDUCED FOR USE ON TWO -LANE ROADWAYS. http: / /tomcat2. dot. state. ga. us /thesource /pdf /special _provisions /shelf /spl 50.html 12/7/2007 3, 4" MARG [ N 1 1, BORDER 4 4 „ 3" RAD[US T 5 " (0) 6 6" SER. 'C" 3 1 1, 4 BAR 18 " —�-}- 12 �– -- 18 " —t 5 „ E ND 0 6" SER. „G„ 60" a/ „ h „ 6 SER. C' 81, -�- -- -- . _... .32 8 ji 4 4 „ 6„ 6" SER. » G „ 5 „ 15 11 8" ►-� 15" f 4 8 " HWZ -3 Page 19 of 54 COLORS TOP PANEL LEGEND & BORDER - BLACK (NON -REFL) BACKGROUND - FLUORESENT ORANGE (ASTM TYPE VII, VIII, IX or X) BOTTOM PANEL LEGEND & BORDER - BLACK (NON -REFL) BACKGROUND - WHITE (ASTM TYPE III OR 1V REFL SHEETING) NOTES: 1. ALL HWZ -3 SIGN PANELS SHALL BE RIGID. 2. THE SIZE OF THE HWZ -3 SIGN SHALL NOT BE REDUCED FOR USE ON TWO -LANE ROADWAYS. http: / /tomcat2. dot. state. ga. us /thesource /pdf /special _provisions /shelf /spl 50.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. http: / /tomcat2. dot. state. ga.us /thesource /pdf /special _provisions /shelf /sp 15O.htmi 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 vehicle and blue flashing light for each direction of pacing. The police officer, Engineer, and flaggers at ramps shall be provided with a radio which will provide continuous contact with the Contractor. When ready to start the work activity, the police vehicle will act as a pilot vehicle slowing the traffic thereby providing a gap in traffic allowing the Contractor to perform the Work. Any on -ramps between the pace and the work area shall be blocked during pacing of traffic, with a flagger properly dressed and equipped with a Stop /Slow paddle. Each ramp should be opened after the police vehicle has passed. Pilot vehicles shall travel at a safe pace speed, desirably not less than 20 mph interstate and 10 mph non - interstate. The Contractor shall provide a vehicle to proceed in front of the police vehicle and behind the other traffic in order to inform the Contractor's work force when all vehicles have cleared the area. Traffic will not be permitted to stop during pacing except in extreme cases as approved by the Engineer. 2. Methods Of Signing For Traffic Pacing At a point not less than 1,000 feet in advance of the beginning point of the pace, the Contractor shall erect and cover a W- special sign (72 inch x 72 inch) with a Type "B" flashing light, with the legend "TRAFFIC SLOWED AHEAD SHORT DELAY" (See Detail 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. http: / /tomcat2. dot. state. ga. us /thesource /pdf /special _provisions /shelf /sp ] 50.html 12/7/2007 First Use January 4, 2000 Page 22 of 54 TYPE "B" FLASHI LISMT p} 1W fiC SI ^ 3" MARGIN 1 ` amoc it � 3' RAD ! i1S 53 9.S` 6" 9.5 i2" 12" SEN. T 10 L2•— to' G. n ' � " 5 j�l E 7z' Lj J 12 " 12' Se R. 'C' ED) E 1 !At} I 7?". r ,IAF : I A1, SIGN t TE IPatAP. Y POST MULL TE D i SIGN SMALL HAVE BACK LEGEND AND BORDER ON ORAW REF:E.TORlZED 6ACKGRIX40 DE TAIL 150—A E. CONSTRUCTION VEHICLE TRAFFIC The Contractor's vehicles shall travel in the direction of normal roadway traffic and shall not reverse direction except at intersections, interchanges, or approved temporary crossings. The Contractor may submit a plan requesting that construction traffic be allowed to travel in the opposite direction of normal traffic when it would be desirable to modify traffic patterns to accommodate specific construction activities. Prior approval of the Engineer shall be obtained before any construction traffic is allowed to travel in a reverse direction. If the Contractor's submittal is approved the 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. http: / /torncat2. dot. state. ga. us /thesource /pdf /special _prov isions /shelf /sp 150.html 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. J. 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 http: / /tomcat2.dot. state. ga. us /thesource /pdf /special — Provisions /shelf /sp 150.htm1 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 NON - 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 http: / /tomcat2. dot. state. ga. us /thesource /pdf /special provisions /shelf /sp 150.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 6'0 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 http: / /tomcat2.dot. state. ga. us /thesource /pdf /special — Provisions /shelf /sp150.html 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 lighting is required the sign shall be lighted as soon as erected and shall remain lighted, during the hours of darkness, until the interim sign is no longer required. The Contractor shall notify the Power Company at least thirty (30) days prior to desired connection to the power source. 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. http: / /tomcat2. dot. state. ga. us /thesource /pdf /special — Provisions /shelf /sp I50.html 12/7/2007 First Use January 4, 2000 5N6* 2 8A SW ALA. BOLII PM THE cONNEMON i!1'At�t ('tit YAA�n� (CP'!7C KAL) U42LO 2M BM PM FRM ?w WA &t LLCKkVCL ZMN P= -\ 11 11 TRAMCM0W 4" BtV.T8Pk86PUC8 �� �� �� I� CIR[IlJND1.IIi8 mm pm 3'l.II2i6f N (4 '3BIt1U MMWALKAM Page 27 of 54 DETAIL 150-F 2. Sign Blanks And Panels- Permanent mounting height of seven (7') 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 http: / /tomeat2.dot. state. ga. us / thesource /pdf /special — Provisions /shelf /spI50.htmi 12/7/2007 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 clearly 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 (4`3 ") behind the face of the guardrail with five feet (5') of clearance being desirable. Limbs, brush, construction equipment and materials shall be kept clear of the driver's line of sight to all signs that are part of the TTC plan. H. ADVANCE WARNING SIGNS: 1. All Type Of Highways Advance warning signs shall be placed ahead of the work area in accordance with Part VI of the MUTCD and shall include a series of at least three advance road work (W20 -1) signs placed at the termini of the project. The series shall have the legend ROAD WORK (1500 FEET, 1000 FEET, AND 500 FEET). 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 http: / /tomcat2.dot. state.ga.us/ thesource /pdf /special _provisions /shelf /spI50.html 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 warning signs for each site can be installed without overlapping an adjacent worksite. As soon as the work is completed at any individual site the warning signs shall be removed from that site. Clean -up work and punchlist work shall be performed with portable signage. Project mileage indicated on the G20 -1 sign shall be the actual project mileage rounded up to the nearest whole mile. Projects less than two (2) miles in length or individual worksites that are part of a multiple worksite project may delete this sign. The G20 -1 sign shall be 60" X 36" and the G20 -2 sign shall be 48" X 24 ". 2. Interstate, Limited Access And Multilane Divided Highways In addition to the W20 -1 signs required at 500 ft., 1000 ft. and 1500 ft., multi -lane divided highways shall also have additional advanced warning signs installed with the legend "ROAD WORK (2 MILES, 1 MILE and 1/2 MILE). All construction warning signs on divided highways shall be double indicated (i.e., on the left and right sides of the roadway.) If the use of the 1 /2 mile, 1 mile and 2 mile advanced warning signs cause an overlap with other work or do not benefit field conditions then the Engineer may review the use of these signs and eliminate their installation. When the posted speed limit is 50 MPH or less, the 1 /2 mile, 1 mile and 2 mile signs should be eliminated especially in urban areas. The W20 -1 advance warning signs for ROAD WORK 500 FEET; 1000 FEET; and 1500 FEET shall be temporarily covered when work involving the advanced warning signs for lane shifts and lane closures overlap these signs. The ROAD WORK 1 /2 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 http: / /tomcat2. dot. state. ga. us / thesource /pdf /special — Provisions /shelf /sp150.htmi 12/7/2007 First Use January 4, 2000 Page 30 of 54 mounted at seven (7') feet in height. Differences in elevation shall be in compliance with the requirements of Subsection 150.06 prior to the removal of the portable (W20 -1) advanced warning signs from the mainline. The G20 -1 sign shall be eliminated on limited access highways when the work involves only ramp work, bridge reconstruction, bridge painting, bridge joint repairs, guardrail and anchor replacement or other site specific work which is confined to a short section of limited access highway. I. PORTABLE CHANGEABLE MESSAGE SIGN Unless specified as a paid item in the contract the use of a portable changeable message sign will not be required. When specified, a portable changeable message sign (PCMS) shall meet the minimum requirements of Section 632 and the MUTCD. The maximum amount of messages allowed to be flashed on one PCMS is two phases (flashes). The language and the timing of the messages shall comply with the MUTCD and Section 632. When used as an advanced device the PCMS should typically be placed ahead of the construction activities. If the PCMS is used as a substitute for another device then the requirements for the other device apply. 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 PROTECTS: "LOW /SOFT SHOULDER" signs shall be erected when a difference in elevation exceeds one (1 ") inch but does not exceed three (3 ") inches between the travelway and any type of shoulder unless the difference in elevation is four (4'} feet or greater from the edge of the traveled way. The spacing of the signs shall not exceed one (1) mile and the signs shall be placed immediately past each crossroad intersection. The "Low /Soft" signs shall remain in place until the difference in elevation is eliminated and the shoulder has been dressed and permanently grassed for a minimum of thirty (30) calendar days. These signs shall be furnished, installed, maintained and removed by the Contractor as part of Traffic Control - Lump Sum. These signs shall be orange with black borders and meet the reflectorization requirements of Subsection 150.01.0. "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 http: / /tomeat2.dot. state. ga. us / thesource /pdf /special — Provisions /shelf /sp150.htmi 12/7/2007 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 travelway and any type of shoulder unless the difference in elevation is four (4') feet or greater from the edge of the traveled way. SHOULDER BUILDING INCLUDED IN THE CONTRACT: "Low /Soft Shoulder" signs shall be erected as per the requirement of Standards 9102, 9106, and 9107. "Shoulder Drop -off" signs (W8 -9a) shall be erected as per the requirements of the MUTCD. These signs shall be maintained until the conditions requiring their installation have been eliminated. The Contractor shall remove all interim warning signs before final acceptance. SHOULDER BUILDING NOT INCLUDED IN THE CONTRACT: The Department will furnish the "Low /Soft Shoulder" signs, "Shoulder Drop-off" signs and the posts. The signs shall be erected to meet the minimum requirements of Subsection 150.03. The Contractor shall include the cost of furnishing installation hardware (bolts, nuts, and washers), erection and maintenance of the signs in the bid price for Traffic Control- Lump Sum. The Contractor shall maintain the signs until final acceptance. The Department will remove the signs. LAU /LAR PROJECTS SHOULDER BUILDING NOT INCLUDED IN THE CONTRACT: The Contractor will furnish, install and maintain LOW /SOFT SHOULDER signs (yellow with black borders, ASTM Type III or IV) at the appropriate spacing, until Final Acceptance of the project by the Department. After Final Acceptance by the Department the signs will become the property and responsibility of the local government. M. BUMP SIGNAGE: MULTI -LANE DIVIDED HIGHWAYS: A bump sign (W8 -1) shall be utilized when a transverse joint in the pavement structure has a vertical difference in elevation of three quarters (3/4'} of an inch or greater in depth with no horizontal taper to ramp the traffic from one elevation to the other. This condition typically occurs at approach slabs during pavement milling operations and at transverse joints in asphaltic pavement lifts. TWO -LANE TWO -WAY HIGHWAYS: A bump sign (W8 -1) shall be utilized when a transverse joint in the pavement structure has a vertical difference in elevation that exceeds one and three quarters (1 -3/4'� inches in depth with no horizontal taper to ramp the traffic from one elevation to the other. This includes utility and storm drainage repairs that require concrete placement for patching and /or steel plating. The (W8 -1) sign shall be placed sufficiently in advance to warn the motorist of the condition. 150.04 PAVEMENT MARKINGS A. GENERAL Full pattern pavement markings in accordance with Section 652 and in conformance with http: / /tomcat2. dot. state. ga. us /thesource /pdf /special _provisions /shelf /sp 150.html 12/7/2007 First Use January 4, 2000 Page 32 of 54 Section 3A and 3B, 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 .652, except as modified herein. Raised pavement markers (RPMs) shall meet the requirements of Section 654. Markings on the final surface course, which must be removed, shall be a removable type. The Contractor will be permitted to use paint, thermoplastic, or tape on pavement which is to be overlaid as part of the project, unless otherwise directed by the Engineer. Partial (skip) reflectorization (i.e. reflectorizing only a portion of a stripe) will not be allowed. C. INSTALLATION AND REMOVAL OF PAVEMENT MARKINGS: 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 RPMs 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 OF 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. http: / /tomcat2. dot. state. ga. us /thesource /pdf/special _provisions /shelf /sp l 50.html 12/7/2007 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. http: / /tomeat2. dot. state. ga. us /thesource /pdf /special _provisions /shelf /sp 15O.htrnl 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 -lane divided highways that are opened to traffic when these roadways are being widened or reconstructed. Two lane -two way roadways that are being widened to a 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 http: / /tomcat2. dot. state.ga. us /thesource /pdf /special — Provisions /shelf /sp 15O.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 shall be used and /or maintained on intermediate pavement surfaces as follows: a. SUPPLEMENTING LANE LINES AND SOLID LINES 40 foot centers except on lane shifts. (When required in the Plans or Contract.) 20 foot centers on lane shifts. (Required in all cases.) b. SUPPLEMENTING DOUBLE SOLID LINES 40 foot centers (one each beside each line) except on lane shifts. (When required in the Plans or Contract.) 20 foot centers on lane shifts. (Required in all cases.) E. EXCEPTIONS FOR INTERIM MARKINGS Some exceptions to the time of placement and pattern of markings are permitted as noted below, however, full pattern pavement markings are required for the completed project. 1. Two -Lane, Two -Way Roadways a. SKIP LINES All interim skip (broken) stripe shall conform to Section 652 except that stripes shall be at least two feet long with a maximum gap of 38 feet. On curves greater than six degrees, a one -foot stripe with a maximum gap of 19 feet shall be used. In lane shift areas solid lines will be required. Interim skip lines shall be replaced with markings in full compliance with Section 652 prior to expiration of the 14 calendar day period. Interim raised pavement markers may be substituted for the interim skip (broken) stripes. If raised pavement markers are substituted for the two foot interim skip stripe, three markers spaced at equal intervals over a two feet distance will be required. No separate payment will be made if the interim raised pavement markers are substituted for interim skip lines. Interim raised pavement markers shall be retro - reflective, shall be the same color as the pavement markers for which they are substituted, and shall be visible during daytime. The type of interim marker and method of attachment to the pavement shall be approved by the Office of Materials and Research but in no case will the markers be attached by the use of nails. Flexible reflective markers, Type 14 or Type 15, may http: / /tomcat2.dot.state.ga. us/ thesource /pdf /special — Provisions /shelf /sp 150.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 (R4 -1 24" x 30') at the beginning and at intervals not to exceed 1 /2 mile within each no- passing zone. A post or portable mounted PASS WITH CARE regulatory sign (R4 -1 24" x 30 ") shall be placed at the end of each no- passing zone. Post mounted signs shall be placed in accordance with the MUTCD. Portable signs shall conform to the requirements of the MUTCD and shall be NCHRP 350 compliant. Portable signs shall be secured in such a manner to prevent misalignment and minimize the possibility of being blown over by weather conditions or traffic. On new location projects and on projects where either horizontal or vertical alignments has been modified, the location of No- Passing Zones will be identified by the Engineer. c. EDGELINES 1) Bituminous Surface Treatment Paving Edgelines will not be required on intermediate surfaces (including asphaltic concrete leveling for bituminous surface treatment paving) that are in use for a period of less than 60 calendar days except at bridge approaches, on lane transitions, lane shifts, and in such other areas as determined by the Engineer. On the final surface, edgelines shall be placed within 30 calendar days of the time that the final surface was placed. 2) All Other Types of Pavement Edgelines will not be required on intermediate surfaces that are in use for a period of less than 30 calendar days except at bridge approaches, on lane transitions, lane shifts, and in such other areas as determined by the Engineer. On the final surface, edgelines shall be placed within 14 calendar days of the time that the surface was placed. 2. Multi -Lane Highways — With No Paved Shoulder(S) Or Paved Shoulder(S) Four Feet Or Less a. UNDIVIDED HIGHWAYS (INCLUDES PAVED CENTER TURN LANE) 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 http: / /tomcat2. dot. state. ga. us / thesource /pdf /special — Provisions /shelf /sp 150.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. EDGELINES- 1) Asphaltic Concrete Pavement- Edgelines shall be placed on intermediate and final surfaces prior to opening to traffic. 2) Portland Cement Concrete Pavement- Edgelines shall be placed on any surface open to traffic no later than one calendar day after work is completed on a section of roadway. All water and residue shall be removed prior to daily striping. 4. Ramps For Multi -Lane Divided Highways A minimum of one solid line edge stripe shall be placed on any intermediate surface of a ramp prior to opening the ramp to traffic. The other edge stripe may be omitted for a maximum period of three (3) calendar days on an intermediate surface. Appropriate channelization devices shall be spaced at a maximum of twenty -five (25') feet intervals until the other stripe has been installed. The final surface shall have both stripes placed prior to opening the ramp to traffic. 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 http: / /tomeat2.dot. state. ga. us /thesource /pdf /special — Provisions /shelf /sp 150.html 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 vehicle applying the pavement markings may be used as the lead vehicle. The lead vehicle shall have an arrow panel mounted so that the panel is easily visible to oncoming (approaching) traffic. The arrow panel should typically operate in the caution mode. b. Work Vehicles The work vehicle(s) applying markings shall have an arrow panel mounted on the rear. The arrow panel should typically operate in the caution mode. The work vehicle placing cones shall follow directly behind the work vehicle applying the markings. c. Protection Vehicles A protection vehicle may follow the cone work vehicle when the cones are being placed and may follow when the cones are being removed. 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 last work vehicle at that is certified for Level Three (3). 150.05 CHANNELIZATION A. GENERAL LIMITED ACCESS ROADWAYS: A protection vehicle shall follow the all times and shall be equipped with a truck mounted attenuator impacts not less than fit mph in accordance with NCHRP350 Test 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 http : / /tomcat2. dot. state. ga. us / thesource /pdf /special_provisions /shelf /sp I50.html 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.C. 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 Width 9 Feet Lane Width 10 Feet Lane Width it Feet Lane Width 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, http: / /tomcat2.dot. state. ga. us /thesource /pdf/ special provisions /shelf /sp150.html 12/7/2007 First Use January 4, 2000 Page 40 of 54 The length of shifting tapers should be at least 1 /2 L. The length of a closed lane or lanes, excluding the transition taper(s), shall be limited to a total of two (2) miles. Prior approval must be obtained from the Engineer before this length can be increased. Night time conditions: When a merge taper exists into the night all drums located in the taper shall have, for the length of the taper only, a six (6 ") 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 http: / / tomcat2.dot. state. ga. us/ thesourcel pdflspecial_provisions /shelflsp l 5O.html 1217/2007 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 270 square inches of retro - reflective area facing the traffic and shall be mounted with the top of the reflective panel a minimum of 36" above the roadway. 2) APPLICATION: Lane encroachment by the drum on the travelway should permit 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 shifts. (Drums are required for all tapers.) The use of cones for nighttime work will not be permitted. Cones shall not be stored or allowed to be visible on the worksite during nighttime hours. d. BARRICADES DESIGN: Type III barricades shall meet the minimum requirements of the MUTCD and shall be reflectorized as required in Subsection 150.01.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. http: / /tomcat2.dot.state.ga.us /thesource /pdf /special provisions /shelUspl50.html 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. http: / /tomcat2.dot. state. ga. us /thesource /pdf /special — Provisions /shelf /sp 150.html 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 PROJECTS CONSISTING PRIMARILY OF ASPHALTIC CONCRETE RESURFACING ITEMS) Any type of work such as paving, grinding, trenching, or excavation that creates a difference in elevation between travel lanes or between the 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 150 -E. Failure to meet this requirement shall be considered as non - performance of Work under Subsection 150.08. When trenching or excavation for minor roadway or shoulder widening is required, all operations at one site shall be completed to the level of the existing pavement in the same work day. Any channelization devices utilized in the work shall conform to the requirements of Subsection 150.05 and to the placement and spacing requirements in Details 150 -B, 150 -C, 150 -D, and 150- http: / /tomcat2. dot. state. ga. us /thesource /pdf /special _provisions /shelf /spI 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. The W -20 sign shall be a minimum of 500 feet in advance of any channelization devices that encroach on the surface of travelway. A portable changeable message sign may be used in lieu of the W -20 sign. GENERAL /TIME RESTRICTIONS: A. STONE BASES, SOIL AGGREGATE BASE AND SOIL BASES 1. All Highways Differences in elevation of more than two inches between surfaces carrying or adjacent to traffic will not be allowed for more than a 24 -hour period. A single length of excavated area that does not exceed 1000 feet in total length may be left open as a start up area for periods not to exceed 48 hours provided the Contractor can demonstrate the ability to continuously excavate and backfill in a proficient manner. Prior approval of the Engineer shall be obtained before any startup area may be allowed. 2. LIMITED ACCESS HIGHWAY RAMPS (INTERSTATES): On projects that include ramp rehabilitation work, one ramp at a time may be excavated for the entire length of the ramp from the gore point of the ramp with the interstate mainline to the intersection with the crossing highway. This single ramp may remain excavated with a vertical difference in elevation greater than two (2') inches for a maximum of fourteen (14) calendar days with drums spaced at twenty (20') feet intervals as shown in Detail 150 -B and a buffer space accepted under Section 150.06.F. After fourteen (14) calendar days the section shall be healed as required for all other highways. This area will be allowed in addition to the 1000 feet allowed for all other highways. B. ASPHALT BASES, BINDERS AND TOPPINGS 1. DIFFERENCES IN ELEVATION BETWEEN THE SURFACES OF ADJACENT TRAVELWAYS Travel lanes shall be paved with a plan that minimizes any difference in elevation between adjacent travel lanes. The following limitations will be required on all work: a. Differences of two inches (2 ") or less may remain for a maximum period of fourteen (14) calendar days. b. Differences of greater than two inches (2 ") shall be permitted for continuous operations only. EMERGENCY SITUATIONS: Inclement weather, traffic accidents, and other events beyond the control of the Contractor may prevent the work from being completed as required above. The Contractor shall notify the Engineer in writing stating the conditions and reasons that have prevented the Contractor from complying with the time limitations. The Contractor shall also outline a plan detailing immediate steps to complete the work. Failure to correct these conditions on the first calendar day that conditions will allow corrective work shall be considered as non - performance of Work under Subsection 150.08. http: / /tomcat2. dot. state. ga. us /thesource /pdf /special_provisions /shelf /spl50.html 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 -B, 150 -C, 150 -D, and 150 -E: Detail 150 -8 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 -B. 3. Concrete Paved Shoulders Concrete paved shoulders shall be placed within sixty (60) calendar days after the removal of each section of existing shoulder regardless of the type of base materials being placed on the shoulders. During the placement period, traffic control devices shall be in accordance with the appropriate detail based on the depth of the change in elevation. Differences in elevation of more than two inches between the travel way and the shoulder will not be allowed for more than a 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. http: / /tomcat2, dot. state. ga. us / thesource /pdf /special_provisions /shelf /sp 150.html 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 ") inches or less of the traveled way surface within fourteen (14) calendar days after the removal of the stone healed section or the removal of each section of the existing shoulder. The two (2'� inches or less difference in elevation shall not remain in existence for a period that exceeds thirty (30) calendar days unless the paved shoulder is utilized as a detour for the traveled way. During the placement period, traffic control shall be in accordance with the appropriate detail based on the depth of the change in elevation. The Contractor may propose an alternate plan based on Subsection 150.06.F. Failure to meet the above requirements and time restrictions shall be considered as non- performance of Work under Subsection 150,08. D. MISCELLANEOUS ELEVATION DIFFERENTIALS FOR EXCAVATIONS ADJACENT TO THE TRAVELWAY Drainage structures, utility facilities, or any other work which results in a difference in elevation adjacent to the travelway shall be planned and coordinated to be performed in such a manner to minimize the time traffic is exposed to this condition. The excavation should be back filled to the minimum requirements of Detail 150 -E as soon as practical. Stage construction such as plating or backfilling the incomplete work may be required. The difference in elevation shall not be allowed to exist for more than five (5) calendar days under any circumstances. Failure to correct this condition shall be considered as 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 -8, 150 -C, 150 -D AND 150 -E http: / /tomcat2 .dot.state.ga.us /thesource /pdf/ special _provisions /shelf /sp15O.html 12/7/2007 First Use January 4, 2000 Page 47 of 54 The Contractor may propose any alternate temporary traffic control plan that utilizes a portion of the travel lane as a "buffer space ". This buffer space may allow for an enhanced work area that will allow for the placement of materials to proceed at a pace that could not be achieved with the time restriction requirements outlined in Section 150,06,A, 150.06.8, and 150.06.0. 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 - and 150 - it is presumed that the pavement marking edgeline (yellow or white solid stripe) is located at the very edge of the travel lane surface. A buffer space (temporary paved shoulder) that utilizes a portion of the travel lane should be six (6') feet in width desirable but shall not be less than four (4') feet in width. Any remaining travel lane(s) shall not be less than ten (10') feet in width. If the proposed shifting of the traffic to obtain a buffer space and maintain a minimum travel lane(s) of ten (10� feet requires the use of any existing paved shoulders then the cost of maintenance and repair of the existing paved shoulder(s) shall be the responsibility of the Contractor. The Contractor is responsible for the costs of maintenance and repairs even if the existing paved shoulder(s) is to be removed in a later stage of the work. Existing shoulders that have rumble strips shall have the rumble strips removed before the shoulder can be utilized as part of the travel lane. The cost of the removal of the rumble strips shall be done at no cost to the Department even if the shoulder is to be removed in a later stage of the work. Any modifications to the staging and time restrictions that are approved as part of the TTC plan shall be agreed to in writing. Failure to meet these modifications shall be considered as non - performance of the Work under Subsection 150.08. G. ASPHALTIC CONCRETE RESURFACING PROJECTS SHOULDER CONSTRUCTION INCLUDED AS A PART OF THE CONTRACT: When the placement of asphaltic concrete materials creates a difference in elevation greater than two (2'� inches between the earth shoulder (grassed or un- grassed) and the edge of travelway or between the earth shoulder and a paved shoulder that is less than four (4') feet in width, the Contractor shall place and maintain drums in accordance with the requirements of Subsection 150.05A.i.a.4). When the edge of the paved surface is tapered with a 30 -45 degree wedge, drums may be spaced at 2.0 times the speed limit in MPH. Drums shall remain in place and be maintained until the difference in elevation has been eliminated by the placement of the appropriate shoulder materials. SHOULDER CONSTRUCTION NOT INCLUDED AS A PART OF THE CONTRACT: When the placement of asphaltic concrete materials creates a difference in elevation greater than two (2 ") inches between the earth shoulder (grassed or un- grassed) and the edge of travelway or between the earth shoulder and a paved shoulder that is less than four (4') feet in width, the Contractor shall notify the Engineer, in writing, when the resurfacing work including all punchlist items has been completed. See Subsection 150.03.L for the requirements for "LOW /SOFT SHOULDERS" and "SHOULDER DROP - OFF" signage. http: / /tomcat2. dot. state. ga.us /theso urce /pdf /special — Provisions /shelf /sp 150.html 12/7/2007 First Use January 4, 2000 Page 48 of 54 http: / /tomeat2. dot. state. ga. us / thesource /pdf /special _provisions /shelf /sp 150.html 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. I Location of drums when Elevation Difference is 2+ inches to 4 inches. 6 inches t ------------------- - - - - -- I NGw %.vuauu�uVii Travel Lane ELEVAT DIF FEREN CE 2+ to 4 inches DETA 150 - http: / /tomcat2. dot. state. ga. us /thesource /pdf /special provisions /shelf /sp 150.html 12/7/2007 First Use January 4, 2000 Page 50 of 54 Drums spaced at 80 foot intervals. Location of drums when Elevation Difference is 2 inches or less. 4 feet t ------------------- - - - - -- n4ew q.onsuucnon 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 dirt, NO STEEPER THAN 4:1 2 feet t ---------------------- - - - - -- New Construction Travel Lane H EALED SECTIO DE TAIL 150 -E 150.07 FLAGGING AND PILOT CARS: http:/Itomcat2. dot. state. ga. us /thesource /pdf /special _provisions /shelf /sp 150.html 12/7/2007 First Use January 4, 2000 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. B. FLAGGER CERTIFICATION All flaggers shall meet the requirements of the MUTCD and shall have received training and a certificate upon completion of the training from one of the following organizations: National Safety Council Southern Safety rvices Construction Safe4 Consultants Ivey Consultants American Traffic Safety Services Association (ATSSA) Certifications from other agencies will be accepted only if their training program has been approved by any one of the organizations listed above. Failure to provide certified faggers 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: / /tomcat2. dot. state. ga. us /thesource /pdf /special — Provisions /shelf /sp 150.html 12/7/2007 First Use January 4, 2000 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 AND /OR MAINTENANCE ORIGINAL TOTAL CONTRACT AMOUNT From More Than To and Including Daily Charge $0 $100,000 $200 $100,000 $1,000,000 $500 $1,000,000 $5,000,000 $1,000 $5,000,000 $20,000,000 $1,500 $20,000,000 $40,000,000 $2,000 $40,000,000 $------- - - - - -- $3,000 150.09 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 Tralftc 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. http: / /tomeat2.dot. state. ga. us / thesource /pdf /special — Provisions /shelf /sp 15O.htm1 12/7/2007 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._632 E. TEMPORARY GUARDRAIL ANCHORAGE, Type 12 Temporary Guardrail Anchorage- Type 12 will be measured by each assembly, complete in place and accepted according to the details shown in the plans, which shall also include the additional guardrail and appurtenances necessary for transition and connection to Temporary Concrete Barrier. Payment shall include all necessary materials, equipment, labor, site preparation, maintenance and removal. F. TRAFFIC SIGNAL INSTALLATION- TEMPORARY Traffic Signal Installation- Temporary will be measured as specified in Section 647. G. FLASHING BEACON ASSEMBLY Flashing Beacon Assemblies will be measured as specified in Section 647. H. PORTABLE IMPACT ATTENUATORS Each Portable Impact Attenuator will be measured by the unit/array which shall include all http: / /tomeat2. dot. state. ga.us/ thesource /pdf /special _provisions /shelf /sp 15O.htm1 12/7/2007 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 mile Item No. 150. Traffic Control, Solid Traffic Stripe, Thermoplastic Inch, (Color) .......................... per Linear Mile Item No. 150. Traffic Control, Skip Traffic Stripe, Thermoplastic Inch, (Color) ........................ per Linear Mile Item No. 150. Traffic Control, Pavement Arrow with Raised Reflectors .................... ............................... per Each Item No. 150. Traffic Control, Raised Pavement Markers -All Types. per Each Item No. 150. Interim Ground Mounted Special Guide Signs ........ per Square Foot Item No. 150. Interim Overhead Special Guide Signs ................... per Square Foot Item No. 150. Remove & Reset Existing Special Guide Signs, Ground Mount, Complete in Place ........................ per Each Item No. 150. Remove & Reset, Existing Special Guide Signs, Overhead, Complete in Place ............................... per Each Item No. 150. Traffic Control, Portable Impact 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 /shelf /sp 150.html 12/7/2007 REVISED MARCH 19, 2004 AuG 8T 17* FORG AUGUSTA UTILITIES DEPARTMENT WATER SYSTEM PROJECT - MEASUREMENT AND PAYMENT WATER MAIN ITEMS W -IA through 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-5 - Select backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation and stockpiling charges. The volume of material included shall be the actual measured "in place" volume. The maximum trench width used to calculate the volume will be 7 feet. No additional payment shall be made for these items. ITEM W-b - 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 0319 (2) 10174 REVfSED MARCH 19, 2004 ITEM W-13 - Tapping sleeve and valves shall be measured individually (each) and shall include costs for sleeve, valve, associated hardware, valve boxes, temporary plugging/ draining of pipeline, excavation, dewatering, asphalt /concrete cutting, installation, normal backfill, and testing. No additional payment shall be made for these items. ITEM W -14 - Check valves and vaults shall be measured individually (each) and shall include costs for valves, valve boxes /vaults, manholes, valve extensions, excavation, dewatering, asphalt/ concrete cutting, all associated pipe and fittings, installation, normal backfill, and testing. No additional payment shall be made for these items. ITEM W -15 through W-16 - Long and short side water service connections shall be measured individually (each) and shall include costs for piping, water meter connection, dewatering, asphalt/ concrete cutting (including service markings), installation, normal backfill, and property restoration. This line item shall include the cost of reconnection of any existing services, if required. No additional payment shall be made for these items. ITEM W -17 - Polyethylene pipe wrap shall be measured in linear feet and shall include costs for pipe wrap materials and installation. No additional payment shall be made for these items. ITEM W-18 - Tie -ins to existing lines shall be measured individually (each) and shall include costs for piping, dewatering, asphalt/ concrete cutting, installation, normal backfill, and property restoration. No additional payment shall be made for these items. ITEM W-19 - All cut -in gate valves shall be measured individually (each) and shall include costs for valves, valve boxes/ vaults, manholes, valve extensions, excavation, dewatering, asphalt/ concrete cutting, all associated fittings, installation, normal backfill, and testing. No additional payment shall be made for this item. ITEM W -20 - Cut and plug existing water line shall be measured individually and shall include all costs associated with cutting into an existing line and plugging it as detailed in the plans and specifications. No additional payment shall be made for this item. ITEM W-21 - Miscellaneous concrete shall be measured in cubic yards and shall include costs for concrete, installation, excavation, dewatering, soil stabilization, pipe stabilization, asphalt cutting, and normal backfill. No additional payment shall be made for these items. PAVEMENT STRUCTURES ITEM P -1- Asphalt overlay shall be measured in square yards and shall include costs for asphalt materials and installation, temporary striping and permanent striping (replaced in kind), and markers (both temporary and permanent). No additional payment shall be made for these items. ITEM P -2 - Aggregate base (10 1 /2" thick) and asphalt patch (2 1 /2" thick) shall be measured in square yards and shall include costs for all aggregates (regardless of type), 2 1 /2 " graded aggregate base removal and disposal, bituminous tack coat, asphalt, installation, excavation, striping (both temporary and permanent), and markers (both temporary and permanent). The square yardage calculation shall be based upon a standard width of seven (7) feet for payment purposes. No additional payment shall be made for these items. WATER MEASURE PMT 04 0319 (2) 2 OF 4 REVISED MARCH 19, 2004 ITEM P -3 - Asphalt pavement leveling shall be measured in tons and shall include costs for all asphalt (regardless of type) used to create a level road surface prior to asphalt overlay as authorized by the project representative. The payment shall be based upon confirmed delivery tickets. No additional payment shall be made for these items. ITEM P-4 - Milling shall be measured in square yards and shall include all materials, labor, equipment, and material removal and disposal costs. No additional payment shall be made for these items. ITEMS P -5 through P-6 - Concrete sidewalk and driveways shall be measured in square yards and shall include costs for existing sidewalk removal and disposal, 3000 psi concrete, installation, site preparation, formwork, and finishing. Existing concrete shall be removed to the nearest joint as directed by the project representative. No additional payment shall be made for these items. ITEM P -7 - Asphalt driveway replacement shall be measured in square yards and shall include costs for existing asphalt removal and disposal, asphalt, installation, site preparation. Existing asphalt shall be removed to the nearest joint as directed by the project representative. No additional payment shall be made for these items. ITEM P-8 - Curb and /or gutter placement shall be measured in linear feet and shall include costs for existing curb and /or gutter removal and disposal, concrete, installation, site preparation, formwork, and finishing. No additional payment shall be made for these items. ITEM P -9 - Curb and gutter removal and replacement shall be measured in linear feet and shall include costs for removal and disposal of existing concrete curb and gutter, concrete, installation, site preparation, formwork, and finishing. No additional payment shall be made for these items. MISCELLANEOUS ITEM M -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 S2) 3 of 4 REVISED MARCH 19, 2004 materials of like quality as necessary for water line installation. No additional payment shall be made for these items. LUMP SUM CONSTRUCTION ITEM LS -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 C - P-M � 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.us /dnr). A Professional Engineer registered in the State of Georgia must prepare the plans and specifications. There shall be no physical connection between a potable water supply and a questionable water supply which would allow unsafe (contaminated) water to enter the potable water system by direct pressure, vacuum, gravity or any other means. Hydraulic designs shall be based upon pressure data applicable to the portion of the service area, which will serve the proposed facility. Air release valves in vaults shall be provided at all high points in the water main as required by the Utilities Director. All water distribution systems shall be looped to the greatest extent possible. Water mains shall have a minimum nominal inside diameter of 8 inches. 6 -inch mains will be allowed in single- family residential subdivisions where the system is looped. Water mains having an inside diameter of less than 6 inches will not normally be considered. During construction when deviations from approved plans are desired, the Augusta Utilities Department's Inspector shall be notified. Revised plans shall be submitted as soon as possible to the Augusta Utilities Department for approval, Minor changes not affecting capacities, flows or operation may be allowed in the field during construction by the Utilities Department's Inspector. The Inspector shall have final authority as to what constitutes a minor or major change. An approved set of Record Drawings clearly showing any changes shall be submitted to the Augusta Utilities Department Inspector at the completion of the work and prior to sign -off of the final plat. The Contractor/Developer is responsible for verifying the exact location, size and material of any existing water facility proposed for connection or use by the project. All phases of construction must be completed in 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 Right-of-Way Encroachment Guidelines (latest version). Any field Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14 =1 changes that occur in the public right -of -way and are not specifically related to water or sewer items shall be coordinated with the Public Works Department. DESIGN STANDARDS FOR WATER MAINS: 14.1 COVER 14.1.1 Standard depth of cover is 4 feet below existing and proposed road surface (and areas designed for normal traffic loading) unless otherwise approved by the Augusta Utilities Department. 14.1.2 Minimum cover to finished grade over water mains shall be 36 inches. Minimum cover under ditch bottoms shall be 24 inches. These must be approved by the Augusta Utilities Department on a case -by -case basis. 14.21IORIZONTAL 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). 14.12 Fifteen (15) feet to buildings, top of bank of lakes /streams /creeks, other structures (10 feet absolute minimum — only when unavoidable, and pipe material is required to be DIP). 14.2.3 Ten (10) feet minimum separation to gas mains. 14.2.4 Ten .(10) feet minimum to underground electric cable. 14.2.5 Current Georgia EPD separation requirements. 14.2.6 All separation distances above are edge to edge. 14.3 VERTICAL SEPARATION 14.3.1 Water main shall cross over other pipes. 14.3.2 Eighteen (18) inch minimum separation (edge to edge) between all pipes and cables shall be maintained (6 inch absolute minimum separation with DIP) when conforming to Georgia EPD separation requirements. 14.3.3 When water mains cross under sewers, additional measures shall be taken. At least 18 inches of separation between the bottom of the sewer and the top of the Augusta Utilities Department Design Standards & Construction Specifications September 2000 14 -2 water main shall be provided. Adequate structural support for the sewer to prevent deflection or settling on the water main. The joint of water pipe shall be centered at the crossing. Encasement of the water pipe in concrete shall also be considered. 14.4 LAYOUT 14.4.1 Normal location of proposed water lines is on the north side of east -west streets, and the east side of north -south streets. 14.4.2 For existing 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. 14.4.4 Wherever possible, avoid laying waterline 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 rnir irnized 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 -1/2- degree bends shall be required on 6" and larger water lines in cul -de -sacs and shall be shown as such on plans. 14.4.7 All water mains shall be placed in right -of -way areas or dedicated easements. All easements shall allow adequate area to construct and maintain the water line and appurtenances involved. Permanent easements shall be a minimum of 15 feet wide with line installed in' center of easement. Permanent easements shall be provided as needed to serve adjacent property, even if the water line is not installed at that time. If the line has not been installed to future serve adjacent property, a larger easement than the minimum may be requixed to construct future Augusta Utilities Depariment September 2000 Design Standards & Construction Specifications 14 -3 line. Easement agreements shall be specific to state that no permanent structures may be constructed within the limits of permanent easements. 14.5 WATER MAIN MATERIAL Water mains shall be either ductile iron pipe (DIP), polyvinyl chloride (PVC), or galvanized pipe as outlined below. Any pipe, solder and flux used during installation of the water lines and services must be "lead- free" with not more than 8% lead in pipe and fittings, and not more than 0.2% lead in solders and flux. DIP shall be centrifugally cast and shall conform to AWWA C150 /ANSI A21.50 (latest version) for design and 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 ", DIP Pressure Class 350 shall be allowed. For water mains 18" through 24 ", DIP Pressure Class 300 shall be allowed. PVC C900 (most current date), Class 200, SDR -14 with cast iron equivalent 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 lined in accordance with AWWA C104 /ANSI A21.4 (latest version). DIP shall have- 1/16" cement mortar lining with rubber gasket push -on joints or mechanical joints. Mechanical joint glands shall be ductile iron. Tee bolts and nuts shall be Cor -Ten steel. Rubber gasket joints shall conform to AWWA 0111 /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 & Construction Specifications September 2000 14-4 ,,u c OAG t 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 14 feet of crossing. 14.5.1.4 Beneath all paved areas, excluding driveways or sidewalks. 14,5.1.5 Within project boundaries of subdivisions with private roads where the Utilities Department will take over the line for operations and maintenance. 14.5.1.6 Along all state right -of -ways. 14,5.2 The Utilities Director may mandate DIP in any instances of off -site or on -site construction where future abuse to the line is possible due to location or circumstances. 14.5.3 Restrained Joints shall be DIP as follows: For 12 -inch and Smaller — Restrained joint shall be U.S. Pipe Field 'Lok, American Ductile Iron Pipe Lok -Fast, EBAA .Iron Mega -Lug, or an equivalent product. For 14 -inch Diameter and Larger — Restrained joint shall be U.S. Pipe TR Flex, American Ductile Iron Pipe Lok -Ring, or equivalent product. If inserting in older cast iron pipe, the restrained joint shall be as approved by the Augusta Utilities Department. Retainer Glands/Mega -Lug shall not be considered a fitting The restraint method shall be suitable for the pipe size thickness and test pressure as required for the specified design case, The plans shall indicate the restrained length of pipe each side of the fittings. 14.5.4 Jack and Bore Installations: Casing pipe used with jack and bore shall be in accordance with requirements of the Georgia Department of Transportation (GDOT) or railway specifications and Section 14C Excavation & Backfilling of these specifications. Carrier pipe shall be restrained joint DIP as outlined in paragraph 14.5.3. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14 -5 Directional Bore Installations: Directional bores will be considered as a viable alternative to jack and bore installation under Augusta - Richmond County roadways. The Utilities Director will review each case for materials and construction methods. 14.5.5 Mains may be tapped as long as the tapping line is smaller than the tapped line unless otherwise approved by the Augusta Utilities Department. See Section 14.9 for service tap requirements. Equal size line connections approved by the Augusta Utilities Department shall require that a tee be cut into the main where possible. Tees are also required at locations dictated by the Utilities Director. Tapped connections in pipe and fittings shall be made in such a manner as to provide a watertight joint and adequate strength against pull -out. Tapping Sleeves and Valve shall be ductile iron, mechanical joint. Tapping sleeves and valves are required for all taps 4 inches and greater. Taps less than 4 inches shall be provided with a ,service saddle meeting the requirements of Section 14.9. Valves shall be provided on all taps. Tapping sleeves shall be a minimum of 6 feet from pipe joints. 14.5.6 Schedule 40 PVC shall only be used as sleeves for the installation of service line tubing under all pavement areas. Use in the water distribution system or other areas are not acceptable. 14,5.7 Unspecified transitions from DIP to PVC are not allowed. Material for transition shall be indicated and specified and must be approved by the Augusta Utilities Department. 14,5.8 All construction material shall be first quality, not previously used. Repair clamps are not acceptable. Damaged or faulty pipe and materials must be properly replaced. All gaskets shall be new. When connecting to existing valves or fittings, gaskets shall be replaced, not reused: 14.5.9 The Engineer shall provide a complete set of shop drawings, which shall indicate the Augusta Utilities Department's specific material requirements. In general, material requirements will be guided by the latest versions of the specifications of AWWA, ANSI, ASTM, and NSF. 14.6 WATER 1VIAIN ,SIZE The minimum size of water main shall be 6 inches unless otherwise approved by the Utilities Director. However, a professional engineer shall justify the size of the pipes with a hydraulic network analysis. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14 -6 Y� 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 C509 (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, where centerline of pipe to grade is greater than 4 feet. Valve boxes shall be M &H E -2702, Mueller H10364 or approved equal. Each valve box shall be slip -type to adjust for a minimum cover of 36" bury. The flanged base of the valve box shall be at least six (6) inches above the pipe so not to stress water lines 4" and smaller. Extension pieces will be required for additional depth over valves. Extensions shall be M &H E -3120 or Mueller H- 10375. Covers shall have "WATER" cast on top. All valves, bends, tees, crosses and dead ends shall be restrained by a mechanical restraint systems as outlined in Paragraph 14.5.3,, or by use of a concrete thrust block in those instances that warrant such an installation. Thrust blocks shall be poured -in -place concrete having a minimum compressive strength of 3,000 psi after 28 days of cure time. Calculations for restrained joints shall be provided by the design engineer. Soil bearing value shall be 2,000 psf maximum. Lower values shall be used when soil is poor quality. All materials, fittings and appurtenances intended for use in pressure pipe systems shall be designed and constructed for a minimum working pressure of 150 psi unless the specific application dictates a higher working pressure requirement. Standard pressure pipe fittings of size four (4) inch ID and larger shall be ductile iron conforming to AWWA C153 (latest version), with mechanical joints unless flanged or Augusta Utilities Department Design Standards & Construction Specifications September 2000 14 -7 �r�rc 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 B16.5. All flanges shall be flat faced. Full face, 1/8 inch black neoprene gaskets shall be used on all flanged joints. All joints shall conform to AWWA C111 (latest version). Bolts, nuts and washers for flanges shall be hot dip galvanized, except T- bolts shall be Cor -Ten steel. List of Specifications ANSI/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 -Iron Pipe With Threaded Flanges ANSUAWWA C 111 /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 nun), for Water and Other Liquids ANSI/AWWA C104/A21.4 -95 1995 or latest version American National Standard for Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water 14.5 FIRE HYDRANTS Fire hydrants shall be provided in all water mains, transmission and distribution systems. Accepted models are Mueller #A- 24018, M &H Figure 29T AW - WA Compression Type- Augusta Utilities Department Design Standards & Construction Specifications September 2000 14 -8 Dry Top- Traffic Model 150 psi working pressure, 300 psi testing pressure. Kennedy K- S 1 D will also be accepted. All fire hydrants shall be ordered safety yellow body with white bonnet and caps. Fire hydrants shall be spaced such that the radius of protection will not be more than 500 feet, In certain areas, closer spacing may be required by the Fire Marshal. Each hydrant shall be left turn opening and capable of delivering a flow of at least 500 gallons per minute with a residual design pressure of not less than 20 psi, or a higher flow as required by the Fire Marshal. Multiple fire hydrants with looped mains and/or larger main sizes may be required to provide water for higher flow demand. Flow tests shall be performed to verify the specified fire flow demand. Fire hydrants shall be of the dry barrel break -away type conforming to AWWA 0502 (latest version), with two 2 V2 inches threaded hose nozzles and one 4 t/z 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 C500 -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) ANSUAWWA C503 -97 1997 or latest version Wet - Barrel Fire Hydrants ANSUAWWA C504 -94 1994 or latest version Rubber - Sealed Butterfly Valves Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14 -9 rl'1Y,� ANSI/AWWA C507 -99 1- DEC -1999 or latest version Ball Valves 6 in. through 48 in. (150 mm through 1200 mm) ANSI/AWWA C508 -93 1993 or latest version Swing -Check Valves for Waterworks Service, 2 in. (50rnm) Through 24 in. (600mm) NPS (includes addendum C508a -93 ANSI/AWWA 0509 -94 1994 or latest version Resilient - Seated Gate Valves for Water - Supply Service (includes addendum C509a -95) ANSI/AWWA C550 -90 1990 or latest version Protective Epoxy 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 cor poration stops. Service line tubing shall be rolled of soft continuous and seamless copper Type K conforming to AWWA C800 and ASTM B -88 (latest version). Corporation Stops and Main Connectors: 3 /4 " 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 3 /4 " LA04 — 33 Compression 1/8 Bend 1" LA02 —44 Flare 1/8 Bend 1" LA04 — 44 Compression 1/8 Bend Minimum size for residential use shall be one (1) inch. The service line shall be laid in a straight line and be of a continuous piece of pipe from corporation to curb cock. The curb cock shall be located 6 inches behind and 8 inches below the top of new curb or edge of asphalt. Where service connects to DIP or any pressure -rated pipe, service saddles must be used. Brass double strap tapping saddles shall be used. U -bolt type straps are not acceptable. All water service taps on the main shall be spaced at a Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-10 rvix minimum. distance of 18 inches apart and a minimum of 18 inches from a bell or fitting. Ti 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. 14.10 METER INSTALLATION The Contractor/Developer shall furnish and install an approved meter box at the termination point of all water services, and maintain until such time as a meter is installed. Meters will be installed by Augusta Utilities Department at the time services is required at the stub -out. Each unit within a residential building (i.e., duplex, triplex, etc.) shall have a separate meter, unless prior approval is received by the Utilities Director. The proper 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' /2, 2, 3, 4 -inch, and larger standard sizes as necessary. Meter boxes for 1 1 /2 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 /z 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 of heavy duty aluminum, and shall be hinged and lockable. The hatch shall be large enough for removal of the meter but no smaller than 48" x 36 ". Wall dimensions shall allow 2 feet of working clearance, Vault floors shall be no less than 4 inches thick with 3,000 psi concrete and #4 rebar, with the meter located no less than 18 inches off the floor. The Augusta Utilities Department assumes no responsibility for undersized meters and problems associated with it. All meters will be provided and installed by the Augusta Utilities Department. The meters remain the property of the Augusta Utilities Department. Meters should generally be placed 18 inches inside the adjacent utility easement that parallels the right -of -way. 'Where sidewalk, two feet of clearance is required between the customer's side of the sidewalk edge and the meter box. In developments where the property line is not clearly defined (e.g., condominiums) the meter should be placed for ready access as approved by the Augusta Utilities Department. Meter and control valves shall be accessible and unobstructed for 4 feet in all directions. This shall include but not Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14 -11 be limited to transformers, telephone junction boxes, walls, trees, etc. Mete-Is 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 Utilities Department Design Standards & Construction Specifications September 2000 14 -12 fOF 1 • List of Specifications: ANSUAWWA C510 -97 1997 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 AWWA 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 Design Standards & Construction Specifications September 2000 14 -13 NV7T� 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 comform to Georgia Department of Transportation Specifications. Sharp or rocky material encountered in the base shall be replaced with proper bedding. Pipe shall be laid on line and grade as designed. Pipe joints, gravity blocks, service connections, and conflicts shall be left exposed until visually inspected and approved by the Augusta Utilities Department's Inspector. Fire hydrants shall be installed true and plumb with the center of the pumper nozzle facing toward the road. Hydrants shall not be placed in the sidewalk. The engineer will be responsible for moving hydrants placed in sidewalks. All - valves shall be placed according to plans. Valve stems shall be installed plumb. Valve stem extensions are required as described in Section 14.7. Air relief valves shall be installed at all high points in the water main where air can collect, as shown on the plans or as directed by Augusta Utilities. List of Specifications: ANSUAWWA C600 -93 1993 or latest version Installation of Ductile -Iron Water Mains and Their Appurtenances ANSI/AWW A C605 -94 30- JAN -1994 or latest version Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for Water ANSI/AWWA C512 -92 1992 or latest version Air Release, AirNacuum and Combination Air Valves for Water Works Service 14.14.1 Handling and Storing of Materials: Unload pipe so as to avoid deformation or other injury thereto. Place no pipe within pipe of a larger size. Store pipe and fittings on sills above storm drainage level and deliver for laying after the trench is excavated_ Valves shall be drained and so stored as to protect them from freezing. 14.14.2 Pipe Laying (General): The interior of the pipe shall be clean and joint surfaces wiped clean and dry when the pipe is lowered into trench. Lower each pipe, fitting and valve into the trench carefully and lay true to line and without objectionable breaks in grade. The depth of cover below finished grade shall be Augusta Utilities Department Design Standards & Construction Specifications September 2000 14.14 not less than 3 feet, or as shown on the drawings. Give all pipes a uniform bearing on the trench bottom. Allow no trench water or dirt to enter the pipe after laying. Insert a watertight plug in the open end of the piping when pipe laying is not in progress. 14,14.3 Boring and Jacking: Where required by the drawings, the water line will be installed in a steel casing, placed by boring and jacking. Where boring is required under highways or city /county roads, the materials and workmanship will be in accordance with the standards of the Georgia Department of Transportation or local authority. Boring and jacking under railroads will be governed by the latest A.R.E.A. Standards, Part 5, "Pipelines" and those of the railroad involved, 14.14.3.1 Casing _Pipe The casing pipe shall conform to the materials standard of ASTM Designation A252, with minimum wall thickness of 0.219 inch. Steel pipe will have a minimum yield strength of 35,000 psi. Casing pipe shall be joined together with welded joints. 14.14.3.2 Carrier Pine 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 Iength 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 C600, Section 4.1. at 1.5 times the working pressure at the point of testing. Inspect all joints, and remedy to the satisfaction of the Engineer any defects discovered. Continue the test until all visible leaks have been eliminated from the part of the system under test, and the pressure Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14-15 IY=Y7r remains constant with a maximum pressure drop of S 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 Iength 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 C -600, Section 4.1 (latest version). 14.14.6 Connection to Existing System: All connections to existing mains shall be made under the direct supervision of the Augusta Utilities Department's Inspector. Valves on existing mains shall be operated by or under direct supervision of Augusta Utilities Department personnel. Tapping sleeves and valves shall be pressure tested prior to tapping. If service to existing customers must be cut off, the Augusta Utilities Department shall be notified at least three (3) days in advance to make necessary notifications. The Contractor shall disinfect and secure appropriate Utilities Department clearances and samples for any service interruptions which occur as a result of a Contract request for shut down or error, The clearances shall be obtained within 72 hours of reactivation. If cut -off of service is required, the Contractor shall be ready to proceed with as much material pre - assembled as possible at the site to minimize the length of service interruption. Augusta Utilities reserves the right to postpone service cut- off if, in the opinion of the Utilities Director, the Contractor is not ready to proceed on schedule. No customer should be without water for more than four (4) hours. The Owner/Developer shall arrange for temporary services to Customer if water will be shut off for more than four hours. Local chlorination will be required for all pipe and fittings used to complete connections with the potable water system. Tapping sleeves and valves shall be chlorinated in accordance with AWWA requirements. All wet taps shall be witnessed by the Augusta Utilities Department's Inspector. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14 -16 14.15 CLEANING AND 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 determined by the Augusta Utilities Department's Inspector. If, in the opinion of the Augusta Utilities Department's Inspector, there is insufficient water available for proper flushing, : the Contractor shall clean the lines by pigging. No flushing or cleaning shall take place without an Augusta Utilities representative present. The existing mains that the new mains are connected to may be required to be flushed under the direction of the Augusta Utilities Department when service is restored. 14.16 TESTING AND DISINFECTION All water mains shall be leak tested. The Contractor/Developer shall provide all equipment, materials and labor necessary for pressure and leak testing. This test must be observed by an Augusta Utilities Department representative and the design engineer. A pumping pressure of 200 psi must be supplied at the expense of the Contractor/Developer. The main tested shall either be isolated from active potable lines or protected from leakage by a double valve arrangement. All water used for pressure testing must be potable water with an adequate chlorine residual. Water lines shall be tested by valve sections. Maximum allowable leakage shall be as determined in accordance with current AWWA specifications. The standard duration of test is four (4) hours. Testing procedures shall meet or exceed AWWA 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 C651 (latest version) "Disinfecting Water Mains." Piping and appurtenances shall be thoroughly flushed then chlorinated with not less than fifty parts per million (50 ppm). Calcium hypochlorite can be used. Water from the existing distribution system or other source of supply should be controlled so as to flow slowly into the newly laid pipeline during the application of chlorine. The solution should be retained in the pipeline for not less than 24 hours and a chlorine residual of 10 ppm should be available at this time. The system shall then be flushed with potable water and the sampling program started. Sampling taps and chlorinated water used for disinfection shall be flushed to a location that will not damage property, persons, etc., and shall be provided by the Contractor/Developer at the expense of the Augusta Utilities Department Design Standards & Construction Specifications September 2000 14 -17 Contractor/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 WATERISEWER 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 r`fl7r Y� 2. Valves will be paid for at the unit contract price for each size and type installed. Payment therefore will include box or vault as shown on the plans. 3. Fire hydrants will be paid for at the unit contract price for each size installed, complete with the lead piping, valve, and main tee, in place as shown on the plans. 4. Service lines will be paid for at the unit contract price for each size and type installed, complete as shown on the plans. Augusta Utilities Department September 2000 Oesign Standards & Construction Specifications 14 -1s �.� yam• SECTION 14B SANITARY SEWER SYSTEMS BASIS FOR DESIGN: A Professional Engineer registered in the State of Georgia must prepare the plans and specifications. Design must conform to the requirements set forth in "Recommended Standards for Wastewater Facilities" (latest version) published by the Great Lakes -Upper Mississippi River Board of State and Provincial Public Health and Environmental Managers, and follow EPD guidelines. Before a sewer is designed, the area to be served should be studied for the purpose of estimating the type and quantity of flow to be handled. Design should be considered for the ultimate tributary population. Consideration should be given to the maximum anticipated capacity of institutions, industrial parks, etc. Where future relief sewers are planned, economic analysis of alternatives should accompany initial permit application. Design should be based on peak sewage flows plus the anticipated maximum infiltration/inflow levels under normal open channel flow conditions. All food service operations are required to install, operate, clean, and maintain a sufficiently sized oil and grease separator (grease trap) to prevent obstruction or interference with the proper operation of the sanitary sewer collection system and treatment plants. All existing waterworks units, including basins, wells, and treatment units, located within 200 feet of a proposed sewer shall be shown on the engineering plans. Soil conditions within this 200 feet of waterworks shall be determined and shown on the plans. A professional engineer shall determine force main size, after a study has been completed of the surrounding area with regards to the proposed construction and potential future construction. A minimum velocity of 2 fps within a force main shall be acceptable for prevention of solids settling. No sanitary sewer lines less than eight (8) inches in diameter may be installed. Sanitary laterals with clean -outs shall be installed at ALL service tie -ins to the system. During construction when deviations from approved plans affecting capacity, flow, or operation are desired, the Augusta Utilities Department's Inspector shall be notified. Revised plans shall be submitted as soon as possible to the Augusta Utilities Department for approval. Minor changes not affecting capacities, flows or operation may be allowed in the field during construction by the Utilities Department's Inspector. The Inspector shall have final authority as to what constitutes a minor or major change. An approved set of Record Drawings clearly showing any changes shall be submitted to the Augusta Augusta Utilities Department Design Standards & Construction Specifications September 2000 14 -24 rs�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 14.20.1Minimum cover to finished grade over sanitary sewer shall be four (4) feet. 14.20.2Maximum cover shall be 20 feet unless otherwise approved by the Augusta Utilities Department. 14.21HORIZONTAL SEPARATION 14.21.1Ten (10) feet to water lines and storm sewer lines. 14.21.2Fifteen (15) feet to buildings, top of bank of 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. 14.21.4Ten (10) feet minimum to underground electric cable. 14.21.5A11 separation distances above are edge to edge. 14.22VERTICAL SEPARATION Eighteen (18) inch minimum, separation (edge. to edge) between all pipes and cables shall be maintained (6 inch absolute minimum separation with DIP) 14.23LAYOUT 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 /streams /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 Utilities Department September 2000 Design Standards & Construction Specifications 14 -21 f'+r77' tie -in of private service line. The use of donuts or tying into the stack pipe of the clean -out is strictly prohibited. 14.23.3Under no circumstances shall house sewer services and water services be laid in the same trench. 14.23.4A11 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 Sloi)e in Feet Size (inches) Per 100 Feet 8 0.40 10 0.2.8 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 line shall be 20 %, AlI 20% sewers shall be DIP with concrete collar walls at every joint or alternate restraining system provided by design engineer. Slopes less than 20% are preferred. If steep slope is necessary, the Augusta Utilities Department Engineer must approve the design. 14.23.6Buoyancy of sewers shall be considered and flotation of the pipe shall be prevented with appropriate construction where high groundwater conditions are anticipated. 14.23.7Manhole spacing shall not exceed 400 LF for sewers 15 inches in diameter or smaller, and 500 feet for sewers 18 inches to 30 inches. Augusta Utilities Department Design Standards &Construction Specifications September 2000 14 -22 x. 14.23.8Manholes shall be located at the junction of sewers and at changes in grade, pipe size, or alignment. They shall also be installed at all intersections. Sanitary sewer manholes should not be located where surface water drain into them. When this is not possible, a watertight cover shall be specified. For this purpose, and also for assisting in locating manholes across country, the rims shall be set above grade. 14.23.9A drop manhole shall be provided for a sewer entering a manhole at an elevation of 24 inches or more above the manhole invert. Where the difference in elevation between the incoming sewer and the manhole invert is less than 24 inches the invert shall be filleted to prevent solids deposition. 14.23.1OMinimum 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. 14.23.12AI1 pipes crossing proposed sanitary sewer lines shall be shown as conflicts in plan and profile views on the sanitary sewer plan sheets (not on detail sheets). Crossings shall be designated by a letter (A, B, C, etc...) and include information regarding top of pipe and bottom of pipe elevations. Contact the Augusta Utilities Department for an example. The design engineer is responsible for identifying all conflicts. 14.23.13Where indicated on the plans, pipe stub -outs for the connection of future sewers shall be provided during the construction of new manholes. Each stub -out shall be plugged in the bell end of the stub -out with plug approved by Augusta Utilities, 14.24SANITARY SEWER MATERIAL Pipe for sanitary sewers shall be polyvinyl chloride (PVC) or ductile iron pipe (DIP) as outlined below. However, DIP is considered a remedial measure for special applications only. Standard pipe lengths not greater than 20 feet shall be used, Force main pipe shall be of approved C900 -CL200 water pipe. PVC pipe shall be manufactured from virgin resin conforming to ASTM D -3034 (latest version) with minimum classification of SDR -35. DIP shall be epoxy -lined and conform to AWWA C151 /ANSI A21.51 (latest version). Design methods shall conform to AWWA C 1501ANSI A21.50 (latest version). DIP shall be Class 350 for 12" and smaller. AlI fittings shall be of the same quality and material as the pipe to be used. Pipe classes shall be determined based upon the installation and the use intended. Pipe shall be Augusta Utilities Department Design Standards & Construction Specifications September 2000 14 -23 appropriately labeled on the drawings. WYE fittings shall be utilized. TEE fittings and saddles shall not be allowed. All DIP fittings shall be ductile iron or cast iron. Aerial pipe shall be mechanical joint DIP or continuous weld, wrapped and coated steel pipe. Piers shall be placed at every joint directly behind the bell_. Site conditions may dictate construction utilizing more stringent requirements than indicated in the standard detail. Anchor collars shall be constructed on the pipe whenever pipe grade is 20% or greater. Restrainers may be used in lieu of collars when a particular brand and method are determined equivalent. 14.24.1 DIP shall be required in the following circumstances: 14.24,1.1When sanitary sewer line has less than four (4) feet of cover. Minimum depth of DIP is two (2) feet. 14.24.1.2When a sanitary sewer line cross over storm. pipe (Must be one joint of DIP centered on the crossing) 14.24.1.3When a sanitary sewer line passes laterally within one (1) foot of a storm sewer line (Must be one joint of DIP centered on the crossing). 14.24,1.4When a sanitary sewer line is to have in excess of eighteen (18) feet of fill. 14.24.1.5When a sanitary sewer line is at the maximum slope of 20 %. 14.24.1.6For last joint of pipe at all drop manholes greater than three (3) feet. 14.24.1.7When a sanitary sewer is less than six (6) feet under a street. 14.24.1.8The Utilities Director may mandate DIP in any instances of off -site or on -site construction where future abuse to the line is possible due to location or circumstances, extensive length under pavement, or in private property away from right-of-way areas. 14.24.2 PVC shall be jointed with a rubber gasket and shall conform to ASTM F477 (latest version) and manufacturer's recommendations. Solvent weld is prohibited. DIP shall be of the bell and spigot type with push -on joints conforming to ANSI A21.11 (latest version) or mechanical joints. 14.24.3 Sewer Pipe Bedding: Bedding requirements shall apply to sanitary sewer lines only. They are not to be considered minimum bedding requirements and as such, do not relieve the Engineer /Contractor of the responsibility to provide any additional bedding necessary for proper construction . Augusta Utilities (Department Design Standards & Construction Specifications September 2000 14 -24 I 3_2 Bedding shall be carefully placed along the full width of the trench so. that the pipe is true to line and grade of the pipe barrel. Bell holes shall be provided so as to relieve pipe bells of all load, but small enough to ensure that support is provided throughout the length of pipe. Crushed stone embedment material shall conform to ASTM C33, Graduation #67 (3/4" to #4). Bedding material shall be placed underneath and be carried up the sides of the pipe as specified below. Class B Bedding shall be performed by first undercutting the trench an adequate amount to provide bedding under the pipe bell. The trench shall then be brought to grade with compacted crushed stone as specified above for the full width of the trench. The bedding material shall be placed in the zone four (4) inches below the pipe and the pipe laid to line and grade and backfilled with compacted crushed stone placed the full width of the trench up to one -half the outside diameter of the pipe. Select backfill placed in six (6) inch layers and compacted shall be the backfill from the springline of pipe to 18 inches above the pipe. A minimum Class B Bedding shall be used for all Mastic pipes. Class C Bedding shall be performed by first undercutting the trench an adequate amount to provide bedding under the pipe bell. The trench shall then be brought to grade with compacted crushed stone as specified above for the full width of the trench. The bedding material shall be placed in the zone four (4) inches below the pipe and the pipe laid to line and grade and backfilled with compacted crashed. stone placed the full width of the trench up to one -fourth the outside diameter of the pipe. Select backfill placed in six (6) inch layers and compacted shall be the backfill from the bedding material to 18 inches above the pipe, A minimum Class C Bedding shall be used for all ductile iron pipes. 14.24.4 Jack and Bore Installations; Casing pipe used with jack and bore shall be in accordance with requirements of the Georgia Department of Transportation (GDOT) or railway specifications. 14.24.5 New sewers shall be tied -in to the existing sewers at locations indicated on the plans. No lines smaller than six (6) inches shall be tied to a sewer line or manhole. All tie -ins to existing manholes shall be cored. The Contractor shall be responsible for maintaining uninterrupted service of the sanitary sewer during tie- in operations. No connection to existing sanitary sewer shall be allowed until the proposed sewer line is inspected and approved by the Augusta Utilities Department's Inspector. Augusta UtiEities Department September 2000 Design Standards & Consiruction Specifications 14-25 t`i7Y in, x� 14:24,6 Side sewers shall be installed where shown on the plans. A side sewer consists of a sewer extending from a connection to the street or main sewer to its connection to the house sewer or other point. For new 8" through 12" diameter sewers, the side sewer connection shall be constructed with a Wye fitting in the street sewer with a 45- degree elbow. For new 15" and larger pipes, or existing sewers, the connection shall be made by machine made tap and suitable saddle, unless otherwise approved by the Augusta Utilities Department. Belled pipe shall be laid with the bell end up grade and in general, all pipe laying shall start and proceed up grade from the point of connection at the street sewer or other starting point. Pipe shall be laid in a straight line at a uniform grade between fittings or on a uniform horizontal or vertical curvature achieved by deflecting the pipe joints within the manufacturer's recommended limits. The maximum deflection permissible at 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 1 /2 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 PS 10 flexible gasket, manufactured by Press Seal 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 I, rope form, also known as "Ram Neck." Eccentric manholes cones are required. Inverts shall be constructed of 3,000 psi plant mix. Manhole steps shall be installed in all sections of each manhole as indicated on the drawings. Frame and covers shall be cast or ductile iron and set in a bed of mortar on the top of the manhole and completely grouted outside and wiped smooth. Ring and cover shall be USF -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 & Construction Specifications 14 -26 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- t /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 fie rods per Detail No. 14.08. Shallow manholes shall be precast or Type B slab top precast and shall be constructed in accordance with ASTM C-478 (latest version). Drop manholes should be constructed with an outside drop connection. Inside drop connection (when necessary) shall be secure to the interior wall of the manhole and provide access for cleaning. Inside drop connections shall be used only when approved by the Utilities Department Engineering Division. Due to the unequal earth pressure that may result from the backfilling operation in the vicinity of the manhole, the entire outside drop connection shall be encased in concrete. A bench shall be provided on each side of any manhole channel when the pipe diameters) are less than the manhole diameter. The bench should be sloped no less than 1 /2 inch per foot (4 percent). No lateral sewer, service connection, or drop manhole pipe shall discharge onto the surface of the bench. 14.24.11 All construction material shall be first quality, not previously used. Repair clamps are not acceptable. Damaged or faulty pipe and materials must be properly replaced. All gaskets shall be new. When connecting to existing valves or fittings, gaskets shall be replaced, not reused. 14.24.12 The Engineer shall provide a complete set of shop drawings, which shall indicate the Augusta Utilities Department's specific material requirements. In general, material requirements will be guided by the latest versions of the specifications of AWWA and ASTM. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14 -27 14.25 SANITARY SEWER SYSTEM DESIGN Design requirements are as follows: 14.25.1 Per Capita Flow, Average: 125 gallons per day (gpd) 14.25.2 Minimum velocity in collector sewer: 2.0 feet per second (fps) 14.25.3 Maximum velocity in collector sewer: 10.0 feet per second (fps) 14,25.4 Minimum collector sewer size: 8 inch 14.25.5 Infiltration .Allowance: 25 gpd/in Dia/mile 14.25.6 Ratio of Peak to Average flow: 2.5 14.25.7 Design depth of flow @ Peak. Flow: 0.75 of Full 14,25.8 Design Period: 30 Years 14.25.9 Minimum Manning's "n" Factor: 0.014 14.26 LIFT STATION DESIGN. All lift stations shall be installed underground, unless otherwise directed by the Utilities Director. Wet well size and pump sizing shall be determined by a professional engineer, after a comparative study has been done of the area surrounding the proposed construction. Potential future development of the surrounding area should be incorporated into the design. All potable water services around sewage pumping facilities shall be provided with an approved reduced pressure backflow prevention (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 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. 14.26.3 Electrical systems and components (e.g., motor, lights, cables, conduits, switch boxes, control circuits, etc.) in raw wastewater wells, or in enclosed or partially enclosed spaces where hazardous concentrations of flammable gases or vapors may be present, shall comply with the National and the City of Augusta Electrical Code requirements. In addition, equipment located in the wet well shall be suitable for use under corrosive conditions. Each flexible cable shall be provided with a watertight seal and separate strain relief. A fused disconnect switch located above ground shall be . provided. For the main power feed for all pumping stations. When such equipment is exposed to weather it shall meet the requirements of weatherproof equipment. One such equipment such as the control panel shall be duplex NEMA 4X with audible and visible alarms. Lightning and surge protection systems should be considered. A 110 volt power receptacle to facilitate maintenance shall be provided inside the control panel for lift stations that have control panels outdoors. Ground fault interruption protection shall be provided for all outdoor outlets. 14.26.4 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 I operating. Where portable generating equipment or manual transfer is provided, sufficient storage capacity with an alarm system shall be provided to allow time for detection of pump station failure and transportation and connection of generating equipment, Special electrical connections and double throw switches shall be installed at all lift stations where emergency power will be provided by portable generating equipment. Design engineer and/or contractor shall coordinate type and Augusta Utilities Department September 2000 Design Standards & construction Specifications 14 -29 i size of all permanent or portable generators with City of Augusta prior to lift station construction. 14.26.5 Wastewater pumping stations and portable equipment shall be supplied with a complete set of operational instructions, including emergency procedures, maintenance schedules, tools and spare parts as may be necessary. CONSTRUCTION: 14.27 INSTALLATION Authorization must be obtained from the Augusta Utilities 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- 5503). Where water lines will encroach public right -of -way, a Right -of -Way Encroachment Permit approved by the Public Works Department is required prior to construction. A Right -of -Way Encroachment Permit application is available through the Public Works Department (706- 821 - 1706). Installation of sanitary sewer pipe and associated appurtenances shall be in accordance - with current ASTM specifications and manufacturer's requirements for the specific product. Loading or unloading and storage of pipe, fittings, valves, etc, shall be done such that to avoid damage. All pipe shall be carefully examined before it is installed in the trench. Damaged pipe or pipe which does, not meet specification requirements shall be rejected and removed from the work site. The interior of all pipe, fittings, valves, etc. shall be kept free of dirt and foreign matter at all times. All piping shall be placed in a dry trench with a stable bottom. Wet trench installation shall be allowed only upon written approval of the Utilities Director. Backfill shall be free of boulders and debris, and shall conform to Georgia Department of Transportation Specifications. Sharp or rocky material encountered in the base shall be replaced with proper bedding. Pipe shall be laid on line and grade as designed. Pipe joints, gravity blocks, service connections, and conflicts shall be left exposed until visually inspected and approved by the Augusta Utilities Department's Inspector. All concrete cradles, saddles, or encasements shall be installed as shown on the plans. These structures shall be constructed in strict accordance to the details shown on the plans. Concrete shall have a 28 day compressive strength of 3,000 psi when tested in accordance with ASTM Specification C -39. Augusta Utilities Department Design Standards & Construction Specifications September 2000 14 -30 7Y Y�- 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 ranholes shall be topped out with brick as indicated on the plans. The number of courses will depend on the required elevation of the top of the manhole. The maximum number of brick courses allowed shall be three (3). New sewer lines shall be inspected through use of camera inspection equipment with an Augusta Utilities Department Inspector at the time of installation and again before the one -year warranty expires. The Developer is to provide the Augusta Utilities Department with a color VHS system videotape of the inside of every reach of sanitary sewer installed.. The tape shall record manhole number to manhole number, date of recording, and distance from start of run. The tape shall include a distance and location description of every service line connection installed. The manhole numbering system shall be the same as shown on the approved development plans. 14.27.1 Installation: 14.27.1.1 Sewer Pipe Laying: The pipe shall be laid with bell or groove end upgrade. Pipe shall be tested for soundness, clear interior and satisfactory joint surfaces before lowering the pipe into the trench. Pipe shall be laid in straight lines and on uniform grades between points where changes in alignment or grade are shown. The pipe barrel shall be uniformly bedded. The line and invert grade of each pipe shall be checked from a top line carried on batter boards not over 25 feet apart or by use of.a laser beam target inserted in each joint. Pipes shall be laid to form a smooth, uniform invert. A stopper shall be installed in the pipe mouth when pipe laying is not in progress. PVC gravity sewer pipe and force main shall be installed in accordance to ASTM D2321, latest version. Ductile iron force main shall be installed in accordance with 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 H 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 rt-Yr . 14.27.1.3 Sewer Structures: Appurtenant sewer structures shall be constructed according to one or more of the following methods: 14.27.1.3.1 Masonry Brick for manholes and other sewer structures shall be laid with shove joints completely filled with mortar. Horizontal joints shall not exceed 2 inch, vertical joints 3 inch on their interior face. In circular structures, all brick shall be laid as header with joints broken between courses. Interior joints shall be struck or wiped smooth with the face of the wall. The exterior of sanitary sewer manholes shall be plastered to a thickness of at least 2 inch. 14.27.1.3.2 Laving; Brick and Concrete Block Work Only clean brick or block shall be used. The brick or block shall be moistened by suitable means, as directed, until they are neither so dry as to absorb water from the mortar, nor so wet as to be slippery when laid. Each brick or block shall be laid in a full bed and joint of mortar without repairing subsequent grouting, flushing, or filling, and shall be thoroughly bonded as directed. 14.27.1.3.3 Plastering and Curing Brick or Block Masonry Outside faces of masonry shall be plastered with mortar from 3 inch to d inch thick. If required, the masonry shall be properly moistened prior to application of the mortar. The plaster shall be carefully spread and troweled so that all cracks are thoroughly worked out. After hardening, the plaster shall be carefully checked by being, tapped for bond and soundness. Unbonded or unsound plaster shall be removed and replaced. Masonry and plaster shall be protected from too rapid drying by the use of burlap kept moist, or by other approved means, and shall be protected from the weather and frost, all as required. 14.27.1.3.4 Manhole Inverts Manhole flow channels shall be constructed of concrete, sewer pipe, brick or precast, and shall be of semicircular section. Each manhole shall be provided with such channels for all connecting sewers. The inverts shall conform accurately to the size of the adjoining pipes. Side inverts shall be curved and main inverts (where direction changes) shall be laid out in smooth curves of the longest Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14 -32 possible radius which is tangent to the centerlines of adjoining sewers. 14.27.1.3.5 Drop Manholes Drop inlets shall be provided into manholes on sanitary sewers for incoming lines having inverts 2 feet or more above the inverts of the manhole outlet lines. Drop pipe and fittings shall be encased in masonry integral with the manhole and extending from the manhole base to the top of the incoming sewer. Diameter of drop manholes to be four feet at a 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 Ieft in place in the frames on completion of other work at the manholes. 14.27.1.3.7 Setting Precast Manholes Sections Precast - reinforced concrete manhole sections shall be set so as to be vertical and with sections and steps in true alignment. All holes in sections, used for their handling, shall be thoroughly plugged with mortar. The mortar shall be 1 part cement to 12 parts sand; mixed slightly damp to the touch until it is dense and an excess of paste appears on the surface; and then finished smooth and flush with adjoining surfaces, 14.27.1.4 Bulkheads and Flushing: The contractor shall build -a tight bulkhead in the pipeline where new work enters an existing sewer. The bulkhead shall remain in place until its removal is authorized by the Engineer. Care shall be taken to prevent earth, water and other materials from entering the pipe, and when pipe laying operations are suspended, the Contractor shall maintain a suitable stopper in the end of the pipe and also at openings for manholes. All sanitary sewer, except building connections shall be flushed with water in sufficient volume to obtain free flow through each line. All obstructions shall be removed and all defects corrected. As soon as possible after the pipe and manholes are completed Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14 -33 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 10 feet on each side of their intersection with one full length of water main centered on the sewer line. 14.27.19 Minimum Cover for Sewer Lines: Gravity sewer lines shall have a minimum of 3 feet of cover at the crown of the pipe. In cases where this minimum cover cannot be achieved, ductile iron pipe shall be used. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14 -34 14.27.1.10 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 casing, placed by boring and jacking. Where boring is required under highways, the materials and workmanship will be in accordance with the standards of the Georgia Department of Transportation or local authority. Boring and jacking under railroads will be governed by the latest A.R.E.A. Standards, Part 5, "Pipelines" and those of the railroad involved. 14,27.1.11.1 Casing Pipe The casing pipe shall conform to the materials standards of ASTM Designation A252, with minimum wall thickness of 0.219 inch. Steel pipe will have a minimum yield strength of 35,000 psi. Casing pipe shall be joined together with welded joints. 14.27.1.11.2 Carrier Pipe The 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 September 2000 Design Standards & Construction Specifications 14 -35 ra�r casing, The empty space shall then be filled with sand and the ends of the casing shall be sealed with brick and mortar, 14.27.1.12 Force Main Installation: In general, sewer force main must be installed in accordance with the water distribution system specifications. Polyvinyl chloride (PVC) force main must conform to ASTM D -2241, latest version. Ductile iron force main must conform to ASTM A -377, latest version. 14.27.1.13 Removal and Replacement of Existing Pipe and Equipment: where indicated on the drawings or required to properly place the work under this contract, as approved by the Engineer, the Contractor shall remove and replace such pipe lines and equipment in a manner as approved by the Engineer. 14,27.2 INSPECTION INFILTRATION/EXFII,TRATION 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 bulkheads shall be installed to permit the test of the sewer. Where the ground water level is less than i 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 tnile of sewer shall not be exceeded for ductile iron pipe. The sewer shall be tested before any connections are made to buildings or to active sewers. The Contractor shall construct such weirs and bulkheads as may be required, shall furnish all water, labor, test plugs, power, pumps, meters, and other equipment necessary for the test to be properly made. Augusta Utilities Department Design Standards & Construction Specifications September 2000 14 -36 The Contractor may use a low pressure air test as an option to the hydraulic infiltration/exfiltration leakage test for gravity lines provided the Contractor established a correlation between the air test results and the quantity of infiltration/exfiltration 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 exfiltration is also zero when tested by plugging off the manhole and filling it with water four feet above the top of the sewer and measuring the water loss over a 24 hour period. 14.27.3 MEASUREMENT AND PAYMENT Payment will be made at the unit contract prices as shown in the bid schedule under Sanitary Sewer. Measurement of pipelines shall be the actual number of linear feet of pipe installed, complete in place and accepted. No deductions in length will be made for manholes. Measurement of manholes will be the vertical dimension to the nearest tenth of a foot from the invert of the outlet pipe to the top of the manhole cover ring casting. Concrete encasement will be paid for at the contract unit price, per cubic yard, for the actual volume of concrete placed, up to the volume of concrete required by the maximum dimensions for concrete encasement shown on the plans. Concrete in the excess of that volume will not be paid for. No separate payment 'wilt 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 Design Standards & Construction Specifications September 2000 14 -37 I 3-.m � SECTION 14C EXCAVATION & BACKFILLING 14.28 SCOPE This section covers all excavation, trenching and backfilling for pipe lines, complete. 14.29 EXISTING IMPROVEMENTS The Contractor shall maintain in operating condition and protect from damage all•existing improvements including utilities, roads, streets, sidewalks, drives, power and telephone lines, gas lines, water lines, sewers, gutters and other drains encountered, and repair to the satisfaction of the Engineer any aerial, surface or subsurface improvements damaged during the course of the work. Where and if shown on the plans, the locations and existence or nonexistence of underground utilities are not guaranteed. The Contractor shall contact the various utility companies to determine and /or verify such information prior to proceeding with the work. He shall make reasonable and satisfactory provisions for the maintenance of traffic on streets, drives, walkways and at street crossings and if necessary to provide temporary walkways and bridges for crossing of the open trench as directed, Work shall not commence within Augusta right -of -way until a Right -of -Way Encroachment Permit is obtained from the Public Works Deparment. 14.30 EXCAVATION All excavation of every description and of whatever substances encountered shall be performed to the depths indicated on the drawings or as specified herein. Excavation shall be made by the open cut method except as otherwise specified or shown on the drawings. Excavation methods shall generally meet or exceed Occupational Safety and Health Administration {OSHA} construction industry standards. All excavated materials not required for fill or backfill shall be removed and wasted as directed. The banks of shallow trenches shall be kept as nearly vertical as practicable and where required shall be properly sheeted and 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 more than 8 inches in width is provided on each side of the pipe. The bottom of trenches shall be accurately graded to provide uniform beaxing 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 & Construction Specifications September 2000 14 -38 ;4rn..a sufficient to permit accurate work in the making of the joints and to insure that the pipe, for a maximum of its length will rest upon the prepared bottom of the trench. Depressions for joints other than mechanical shall be made in accordance with the recommendations of the joint manufacturers for the particular joint used, Excavation for structures and other accessories shall be sufficient to leave at least 12 inches in the clear between their outer surfaces and the embankment or timber which may be used to hold the bank and protect them. Where damage is liable to result from withdrawing sheeting, the sheeting will be ordered to be left in place. Except at locations where excavation of rock from the bottoms of trenches is required, care shall be taken not to excavate below the depths indicated. Where rock excavation is required, the rock shall.be excavated to a minimum overdepth of 4 inches below the normal required trench depth. The overdepth rock excavation and all excess trench excavation shall be backfilled with Ioose, moist earth, thoroughly tamped. Rock is defined as materials which are so hard or cemented that the excavation of such material requires blasting. The excavation shall proceed in a conventional manner with satisfactory effort made to remove hard materials before the Engineer makes a determination of need for blasting. Predrilling and blasting will be allowed, if the Contractor can provide evidence for the Engineer's review that boring logs can and will show that the material can or cannot be excavated. Evidence will be provided for the Engineer's review and approval before predrilling and blasting is undertaken. The excavation and removal of isolated boulders or rock fragments larger than one cubic yard in volume encountered in materials of common excavation shall be classified as rock excavation. Whenever wet or otherwise unstable soil that is incapable of properly supporting the pipe, as determined by the Engineer or indicated on the drawings, is encountered in the trench bottom, such soil shall be removed to a depth required for the lengths designated by the Engineer, and the trench backfilled to trench bottom grade, as herein specified, with coarse sand, fine gravel, or other suitable material. Backfill with earth under structures will not be permitted and any unauthorized excess excavation below the levels indicated for the foundation of such structures, shall be filled with sand, gravel, or concrete, as directed. 14.30.1 Grading and Stacking: All grading in the vicinity of trench excavation shall be controlled to prevent surface ground water from flowing into the trenches. Any water accumulated in the trenches shall be removed by pumping or by other approved methods. During excavation, material suitable for backfilling shall be stored in an orderly manner a minimum distance of one and one -half times the depth of the excavation back from the edges of trenches to avoid overloading and prevent slides or cave -ins. Material unsuitable for backfilling, as determined by the Engineer, shall be removed from the job site and disposed of by the Contractor in a manner as approved by the Engineer. 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 September 2000 Design Standards & Construction Specifications 14 -39 ucu r Q„ n 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 Ieft standing. Within the branch spread of the tree, trench shall be opened only when the work can be installed immediately. Injured roots shall be pruned cleanly and backfill placed as soon as possible. 14.31 BACKFILLING Trenches and other excavations shall not be backfilled until all required tests are performed and the work has been approved by the Engineer. The trenches shall be carefully backfilled with the excavated materials approved for backfilling consisting of earth, loam, sandy clay, sand and gravel, soft shale, or other approved materials. No material shall be used for backfilling that contains mulch, other unstable materials, stones, blasted rock, broken concrete or pavement, or other hard materials having any dimension greater than 4 inches; or large clods of earth, debris, frozen earth or earth with an exceptionally high void content. Backfilling within Augusta right -of -way shall conform to Georgia Department of Transportation and City of Augusta specifications. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14.40 For backfill up to a level 1 foot over the top of pressure pipelines and 2 feet above the top of gravity pipelines, only selected materials shall be used. Select materials shall be finely divided material free from debris, organic material and stone, and may be suitable job excavated material or shall be provided by the Contractor from other sources. The back-fill shall be placed in uniform layers not exceeding 6 inches in depth. Each layer shall be moistened and carefully and uniformly tamped with mechanical tampers or other suitable tools. Each layer shall be placed and tamped under the pipe haunches with care and thoroughness so as to eliminate the possibility of voids or lateral displacement. The remainder of the backfill material shall then be placed and compacted above the level specified above. In areas ' not subject to traffic, the backfill shall be placed in 12 inch layers and each layer moistened and compacted to a density approximating that of the surrounding earth. Under roadways, driveways, paved areas, parking lots, along roadway shoulders and other areas subject to traffic, the backfill shall be placed in 6 inch layers and each layer moistened and compacted to density at least equal to that of the surrounding earth so that traffic can be resumed immediately after backfilling is completed. Any trenches which are improperly backfilled, or where settlement occurs, shall be reopened to the depth required for proper compaction, then refilled and compacted with the surface restored to the required grade compaction. Along all portions of the trenches not located in roadways, the ground shall be graded to a reasonable uniformity and the mounding over the trenches left in a neat condition satisfactory to the Engineer. Sheeting not specified to be left in place shall be removed as the backfilling progresses. Sheeting shall be removed in such a manner as to avoid caving of the trench. Voids left by the removal of sheeting and shoring shall be carefully filled and compacted. Where, in the .opinion of the Engineer, damage is liable to result from withdrawing sheeting, the sheeting will be ordered to be left in place. 14.32 BORING AND JACKING Where required by the drawings, the pipeline will be installed in a steel casing, placed by boring and jacking. Where boring is required under highways, the materials and workmanship will be in accordance with the standards of the Georgia Department of Transportation or local authority. Boring and jacking under railroads will be governed by the latest A.R.E.A. standards and those of the railroad involved. The steel casing shall be in accordance with ASTM A252 to the thicknesses shown on the drawings. Augusta Utilities Department September 2000 Design Standards & Construction Specifications 14 -41 rll Tr 14.33 PAVEMENT REMOVAL AND REPLACEMENT Where necessary existing pavements shall be removed and replaced, the applicable specifications of the Georgia Department of Transportation or local authority shall govern this work. Joints shall be sawed, unless joints equally uniform in the opinion of the Engineer result from other means. Refer to Right -of -Way Encroachment Guidelines for pavement removal and replacement with Augusta right -of -way. 14.34 MEASUREMENT AND PAYMENT Excavation and backfilling for pipelines and appurtenances, except as hereinafter provided for, will be considered as incidental to the construction of the various elements of the installation it is associated with, and no separate payment will be made therefor. When made at the direction of Engineer, overcut, rock excavation and backfill to compensate for rock will be made at the unit contract price for rock excavation per cubic yard measured in lace When made at the direction of the Engineer, overcut and backfill to compensate for inadequate foundation will be paid for at the unit contract price for overcut and clean stone bedding, per ton of stone. Sheeting ordered to be left in place will be paid for at the unit contract price for sheeting left in place, per board foot. Joints in pavements will not be paid for separately. Pavement removal and replacement will be paid for at the unit contract price therefor, per square yard. Augusta Utilities Department Design Standards & Construction Specifications September 2000 14 -42 i RY - i.Y.'i� �1 df; r SECTION 14D PLAN SUBMITTAL Water Construction Plans: Water Construction Plans submitted to the Augusta Utilities Department for review must contain the following at a minimum: • 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 ❑ Location/Vicinity Map • North arrow on all applicable sheets • Scale (minimum 1" = 20'; maximum 1" = 100') • Show subject property information including subdivision name, 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. • 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. C3 Show easements shaded -in to be dedicated to the Augusta Utilities Department for water lines installed outside proposed right -of -ways. Sanitary Sewer Construction Plans: Sanitary Sewer Construction Site Plans submitted to the Augusta Utilities Department for review most 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 Utitilies Department Design Standards & Construction Specifications September 2000 14 -43 7� ❑ Design professional's signed seal ❑ Location/Vicinity Map • North arrow on all applicable sheets • Scale (minimum 1" = 20'; maximum 1" = 100') ❑ Show subject property information including subdivision name, 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. • 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. • 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. ❑ Creek crossings require full scale details at 1" = 20' scale minimum; including piers, collars and all other appurtenances. ❑ 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" = 100' and a vertical scale of not more than I" = 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: • 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. • 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 Department September 2000 Design Standards & Construction Specifications 14 -44 o All structures, both above and below ground, which might interfere with the proposed construction, particularly water mains, gas mains, storm drains, utility conduits, etc. Identify pipe crossings with letter, or other designation on the plan and profile. Specify top of pipe and bottom of pipe elevations at crossings to verify there is no conflict. See Section 14,21.11. General Notes: Notes to be shown on Site Plans include: 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 lines are to be tested, chlorinated, and checked for bacteria. S. 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. b. 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. $, Per Augusta Utilities Specifications for backflow installations residential development shall install a "Dual Check" Backflow Device on the customer's side of service line at the point of tie -in to the water meter. 9. All water valves on the main lines, including hydrant laterals, shall be: open -left if installed south of Gordon Highway (SR 10); or open -right if installed north Gordon Highway. 10. The Developer and /or Contractor shall furnish and install an approved meter box (Rome type 10" x 19" x 10" cast iron or approved equal) at the termination point of all water services and maintained until such time as meter is installed. 11. All water meters shall be purchased from the August Utilities Department. 12. Maximum sanitary sewer infiltration shall not exceed 100 GPD /inch of pipe diameter per mile. Augusta Utilities Department September 2000 Design Standards R. Construction Specifications 14.45 9. 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 bate single strand wire attached along the top of the main. 19. A minimum 15' Utility Easement Centered over all water lines and a minimum 20' Utility Easement centered over all sanitary sewer lines shall be deeded to the Augusta - Richmond County at completion and acceptance of said lines. 20. Disturbance to any Survey Markers or Monuments requires re- establishment by a licensed surveyor at the Contractor's expense. 21. For private developments, the Developer /Owner shall be. responsible for pavement patching /replacement and the site restoration whenever Augusta Utilities Department must repair /replace utilities on the property. The developer shall arrange for access by the Augusta Utilities Department as required to make the repair /replacement of the utility 22. Contractor shall contact the Utilities Protection Inc. "Call Before You Dig" service in order to locate utilities prior to starting any excavation or construction. 23. If in the course of construction, a conflict arises between the new work and the existing water and sewer facilities, it will be the responsibility of the Owner/Ddeveloper, at his expense, to correct same as directed by a representative of Augusta Utilities Department. 24. A right -of -way encroachment permit shall be obtained from the Public Works Department prior to commencing work within Augusta right -of -way. Details: The detail drawings at the end of this Section shall be included with the construction drawings. Record (As- Built) Drawings: At the completion of the water 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 engineer and submitted in digital format, as well as hard copy. Acceptable digital formats include Arc/Info, Arc /Info export file, or a DXF file generated by AutoCad from the DWG rile. Augusta Utilities Department Design Standards & Construction Specifications September 2000 14-46 t. 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: a Developer's name, address, and phone number. ❑ Contractor's name, address, and phone number. • Lot numbers. • Road names and right -of -way widths. • Water and sanitary - easements. ❑ All water service locations and distances from both front property corners of serviced lot. ❑ 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. IMPORTANT: A note stating that Augusta Utilities shall not be responsible for pavement repair or site restoration associated with repair /replacement of a water or sewer line shall be included on all final plats for rip 'vate developments. Augusta Utilities Department Design Standards & Construction Specifications September 2000 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: February 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 Definitions Certified Personnel— certified personnel are defined as persons who have successfully completed the Georgia Soil and Water Conservation Commission Course Level ]A, 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 Sedimentation B. Referenced 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. mhtm1:file: / /C:1Documents and Settings1sm901731My DocumentsTontract InformaionlGD... 3/9/2009 Date: Page 2 of 4 167.3.03 Preparation General Provisions I01 through 150. 167.3.04 Fabrication General Provisions 101 through 150. 167.3.06 Construction A. General Perform inspections, rainfall data collection, testing of samples, and reporting the test results on the project according to the requirements in Part IV of the NPDES Infrastructure permit and this Specification. Take samples manually or with the use of automatic 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: Inspection Reports: Summarize the results of inspections noted 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 mhtml:file: / /C:1Documents and Settinffs1sm901731Mv DocumentsTontract Infor►naionlGD... 3/9/2009 Date: Page 3 of 4 The EC -1 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 are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations" When a rainfall event requires a sample to be taken, submit a report of the 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 b) Project number and county 7) Whether the sample was taken by automatic sampler or manually (grab 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 150. 167.4 Measurement Water Quality Inspections in accordance with the inspection and reports sub - sections will be measured for payment by the month up to the time the Notice of Termination is submitted or Contract Time expires. Required inspections and reports after Contract Time has expired will not be measured for payment. mhtml �lP•/IC' 1Tlncurnantc nnrd fiPttinucicm9n173\X4v T)ncumentclC.nntract TnformainnlC ___ 3/9/2000 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 outfall, a single outfall sample constitutes one sample. 167.4.01 Limits General Provisions 101 through 150. Submit the report to the Engineer within 7 working days 167.5 Payment Payment for Water Quality Monitoring and Sampling will be made as follows: Water Quality Monitoring and Sampling per each is full compensation for meeting the requirements of the monitoring sections of the NPDES. 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: item No. 167 Water quality inspections er month Water Quality Monitoring and Sampling will be paid per each. Payment will be made under: Item No. 167 Water quality monitoring and sampling Per each 167.5.01 Adjustments General Provisions 101 through 150. mhtm1:file : / /C:1Documents and Settings1sm901731Mv Documents\Contract InformaionlGD... 3/9/2009 SECTION TS TECHNICAL SPECIFICATIONS DEWATERING The "Standard Specifications for Road and Bridge Construction, State of Georgia Department of Transportation," latest edition, are to be used on this project with the exception of Water Distribution System and Dewatering, and are hereby incorporated by this reference. The "Augusta Utilities Department Water and Sanitary Sewer Guidelines," latest edition, are to be used on this project for all water distribution system installations, and is hereby incorporated by this reference. SECTION TITLE NO. OF PAGES TS -i Dewatering 4 SECTION TSI DEWATERING -oi. SCOPE A. RELATED DOCUMENTS 1. Drawings and general provisions of the Contract, including General and Special Conditions apply to this Section. B. SUMMARY 1. This Section includes construction dewatering. C. PERFORMANCE REQUIREMENTS 1. Dewatering Performance: Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient scope, size, and capacity to control ground -water flow into excavations and permit construction to proceed on dry, stable subgrades. a. Maintain dewatering operations to ensure erosion control, stability of excavations and constructed slopes, that excavation does not flood, and that damage to subgrades and permanent structures is prevented. b. Prevent surface water from entering excavations by grading, dikes, or other means. C. Accomplish dewatering without damaging existing buildings adjacent to excavation. d. Remove dewatering system when no longer needed. D. QUALITY ASSURANCE i. Regulatory Requirements: Comply with Augusta, Georgia requirements for erosion control with regard to water disposal. TS -1 AED — Willis Foreman Road Bridge Replacement E. PROJECT CONDITIONS 1. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Engineer and then only after arranging to provide temporary utility services according to requirements indicated. F. Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. 1. During dewatering, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations for comparison with original elevations. Promptly notify Engineer if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction. -02. PRODUCTS (Not Used) -03. EXECUTION A. PREPARATION 1. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by dewatering operations. a) Prevent surface water and subsurface or ground water from entering excavations, from ponding on prepared subgrades, and from flooding site and surrounding area. b) Protect subgrades and foundation soils from softening and damage by rain or water accumulation. c) Protect all soil stock piles from damage due to rain or water accumulation. 2. Install dewatering system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. TS -2 AED — Willis Foreman Road Bridge Replacement a) Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner. Provide alternate routes around closed or obstructed traffic ways. B. INSTALLATION 1. Install dewatering system utilizing wells, well points, or similar methods complete with pump equipment, standby power and pumps, filter material gradation, valves, appurtenances, water disposal, and surface -water controls where such system is needed to control water. z. Before excavating below ground -water level, place system into operation to lower water to specified levels. Operate system continuously until drains, sewers, and structures have been constructed and fill materials have been placed, or until dewatering is no longer required. 3. Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. Install sufficient dewatering equipment to drain water - bearing strata above and below bottom of foundations, drains, sewers, and other excavations. a) Do not permit open -sump pumping that leads to loss of fines, soil piping, subgrade softening, and slope instability. 4. Reduce hydrostatic head in water - bearing strata below subgrade elevations of foundations, drains, sewers, and other excavations. a) Maintain piezometric water level a minimum of 24 inches below surface of excavation. 5. Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. Dispose of water in a manner that avoids inconvenience to others. Provide sumps, sedimentation tanks, and other flow- control devices as needed. 6. Provide standby equipment on -site, installed and available for immediate operation, to maintain dewatering on continuous basis if any part of system becomes inadequate or fails. If dewatering TS -3 AED — Willis Foreman Road Bridge Replacement requirements are not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation soils at no additional expense to Owner. a) Remove dewatering system from Project site on completion of dewatering. Plug or fill well holes with sand or cut off and cap wells a minimum of 36 inches below overlying construction. �. Damages: Promptly report and repair damages to adjacent facilities caused by dewatering operations. C. OBSERVATION WELLS L Provide, take measurements, and maintain observation wells or piezometers as may be required to provide reliable information as to the effectiveness of the dewatering system. z. Observe and record daily elevation of ground water and piezometric water levels in observation wells. 3. Repair or replace, within 24 hours, observation wells that become inactive, damaged, or destroyed. Suspend construction activities in areas where observation wells are not functioning properly until reliable observations can be made. Add or remove water from observation -well risers to demonstrate that observation wells are functioning properly. 4. Fill observation wells, remove piezometers, and fill holes when dewatering is completed. -04. MEASUREMENT AND PAYMENT Any and all costs associated with dewatering shall be included in the 24" Diameter Ductile Iron Water Main pay item of the bid schedule. TS -4 AED — Willis Foreman Road Bridge Replacement